Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
PR 24502: CONTRACT WITH ARDURRA GROUP, LLC FOR GRANT MANAGEMENT AND ADMINISTRATION SERVICES FOR PROJECTS
Enrrgy Ots of Ciir ort rthur Te_ucs +,ww.PortArthurTx.gov INTEROFFICE MEMORANDUM Date: September 9, 2025 To: The Honorable Mayor and City Council Through: Ronald Burton, City Manager, CPM From: Mary E. Essex, Grants Manager RE: PR#24502 Introduction: This agenda item seeks the City Council's approval to authorize the City Manager to execute a contract with the Ardurra Group, LLC, for Grant Management and Administration Services for projects funded by the Texas General Land Office (GLO). Background: On June 25, 2025, and July 2, 2025,a Request for Proposals (RFP) for Grant Management and Administration Services for projects funded by the Texas General Land Office(GLO)was advertised and evaluated. Three(3)proposals were received from qualified firms. The Ardurra Group, LLC, was determined to be the most qualified and responsive proposer. The proposed contract will be for a one-year term with four(4)optional one-year renewal periods, subject to performance and funding availability. The Grant Management and Administration Services will be paid from the 2019 Community Development Block Grant Disaster Recovery Grants (GLO Contract No. 24-067-034-E222), which replaces 60 manhole covers, and the 9th Avenue Emergency Access Route Grant(GLO Contract No. 24-067-035-E223) and will not exceed $76,000.00. Future grant awards from GLO will require a task order and a fee amount. Budget Impact: Funding is available in Account Number 148-21-055-5492-00-70-000 Project Number GM2402.GRE.ADM; and Account Number 148-21-053-8517-00-10-000 Project Number GM2502.GRE.ADM. Recommendation: It is recommended that the City Council approve PR#24502. S:\grants2\Resolution\CAM for resolution for Ardurra.docx P. R. #24502 08/21/2025 M.E.E- GRANTS RESOLUTION NUMBER A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PORT ARTHUR, TEXAS,AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH ARDURRA GROUP, LLC FOR GRANT MANAGEMENT AND ADMINISTRATION SERVICES FOR PROJECTS FUNDED BY THE TEXAS GENERAL LAND OFFICE (GLO), INCLUDING TWO GRANTS AWARDED FROM THE 2019 DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT(HUD)INFRASTRUCTURE GRANTS. THE ADMINISTRATION COSTS FOR THE 2019 HUD INFRASTRUCTURE GRANTS WILL NOT EXCEED$76,000.00,WITH FUNDING AVAILABLE IN ACCOUNT NO. 148-21-053-8517-00-10-000 PROJECT NO. GM2502.GRE.ADM AND ACCOUNT NO. 148-21-055-5492-00-70-000 PROJECT NO. GM2402.GRE.ADM. FUTURE GRANT AWARDS WILL REQUIRE A TASK ORDER AND A FEE AMOUNT. WHEREAS, according to Resolution#24-111,the City of Port Arthur was allocated $990,000 (GLO Contract NO. 24-067-034-E222) from the Texas General Land Office (GLO) from the 2019 Community Development Block Grant Disaster Recovery (CDBG- DR) program to demolish and replace 60 manhole covers and to complete associated appurtenances; and, WHEREAS, according to Resolution#25-088,the City of Port Arthur was allocated $990,000(GLO Contract NO.24-067-035-E223)from the Texas General Land Office(GLO) from the 2019 Community Development Block Grant Disaster Recovery (CDBG-DR) program to remove existing pavement, compact subgrade, install base, pavement, curb and gutter, strip roadway, mark pavement, and complete associated appurtenances for the 9th Avenue Emergency Access Route; and, WHEREAS, Resolution #24-111 also allocated a local match of $10,000.00, and Resolution #25-088 allocated a local match of $607,968.05. The Grant Management and Administration services will be paid from the GLO grant funds; and, WHEREAS,the 2019 CDBG-DR projects must follow specific GLO federal procurement procedures; and, WHEREAS, on June 25, 2025, and July 2, 2025, a Request for Proposals (RFP) for Grant Management and Administration Services for projects funded by the Texas General Land Office (GLO) was advertised and evaluated, with three (3) proposals received from qualified firms, as delineated in Attachment "A", and Ardurra Group, LLC was determined to be the most qualified and responsive proposer; and, WHERAS, the proposed contract will be for a one-year term with four (4) optional one-year renewal periods, subject to performance and funding availability. P. R. #24502 08/21/2025 M.E.E - GRANTS NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR, TEXAS: Section 1. That the facts and recitations set forth in the preamble of this Resolution are hereby found to be true and correct and are adopted as part of this Resolution. Section 2.That the City Council hereby authorizes Ardurra Group,LLC of Houston, Texas the award of a one-year contract with four (4) optional one-year renewal periods, subject to performance and funding availability for Grant Management and Administrative Services for projects funded by the Texas General Land Office (GLO) in an amount not to exceed $76,000.00. Section 3. That the City Council further authorizes the City Manager to execute the contract, as delineated in Attachment "B", and any related documents necessary to carry out the purpose of this Resolution. Section 4. That the funding for this contract shall be available in Account No. 148-21- 053-8517-00-10-000 Project Number GM2502.GRE.ADM And Account No. 148-21-055-5492- 00-70-000 PROJECT Number GM2402.GRE.ADM for the 2019 HUD Infrastructure Grants. Future grant awards will require a Task Order and a Fee Amount. Section 5. That a copy of the Resolution shall be spread upon the Minutes of the City Council. READ, ADOPTED, AND APPROVED this day of A. D., 2025, at a Regular Meeting of the City Council of the City of Port Arthur, Texas, by the following vote: AYES: MAYOR COUNCILMEMBERS NOES: Charlotte M. Moses, Mayor ATTEST: SHERRI BELLARD CITY SECRETARY P. R. #24502 08/21/2025 M.E.E - GRANTS APPROVED FOR ORM• ROXANN PAIS COTRONEO CITY ATTORNEY APPROVED FO ' i I IS ►. ION: ,„ 4� RONALD BURTON, " 'M CITY MANAGER APPROVED AS FOR AVAILABILITY OF FUNDS ior6Ve-t-e&/ • A BOSWELL, MA, ICMA-CM DIRECTOR OF FINANCE ('/ LdL CLIFTON WILLIAMS, CPPB, PURCHASING MANAGER S:\grantsaResolution\Resolution-authorizes Ardurra as GLO Administrator.docx P. R. #24502 08/21/2025 M.E.E- GRANTS ATTACHMENT "A" / o / / tt/ / / ±q � : \ ° : g 2 & 0b § \ n / '0 .0 R ° 2• / § 3 / E R ■ \ q o n k k ) ' rp 3` § b $ ƒ E 3 1 n E. C \ 5'I ƒ' PO \ p /\ A - - -m ? $ ? c ? B )_ L ft � r / • ƒ • \ , k \ $ \ o _0 / 2 / r @ ± ƒ c 4 ea9 E ƒ R / % © o < § ' ƒ - c I / •/ f % A 7 @ / � � - /\ % / t 2 q \ /cc E o` , ?� 2 , k\)% / 1 \ ) CITY OF PORT ARTHUR Request for Proposals Grant Management and Administration Services for GLO Projects June 25, 2025 July 2, 2025 • PUBLIC NOTICE ITY OF PORT ARTHUR,TEXAS tc kEQUEST FOR PROPOSALS NOTICE IS HEREBY GIVEN TI4AT sealed Proposals,addressed to the City of Port Arthur,will be received at the Office of the City Secretary, City Hall 444-4th Street or P. O. Box 1089, Port Arthur,Texas 77641 no later than 3:00 P.M.,Wednesday,July 16,2025 and all bids received will thereafter be opened and read aloud on Wednesday,July 16,2025 at 3:15 P.M.in the City Council Chambers,5th Floor,City Hall,Port Arthur,Texas for certain services briefly.described as: Request For Proposal Grant Management and Administration Services for GLO Projects Proposals received after closing time will be returned unopened. Copies of the Specifications and other Contract Documents are on file in the Purchasing Office,444- 4th Street,City of Port Arthur,and are open for public inspection without charge.They can also be retrieved from the City's website at www.portarthurtx.gov or www.publicpurchase.com. The City of Port Arthur reserves the right to reject any and all bids and to waive informalities. Per Chapter 2 Article VI Sec. 2-262(C)of the Citys Code of Ordinance,the City Council shall not award a contract to a company that is in arrears in its obligations to the City. 1 CIIR W Mams, PB Purchasing Manager PUBLIC NOTICE CITY OF PORT ARTHUR,TEXAS REQUEST FOR PROPOSALS NOTICE IS HEREBY GIVEN THAT sealed Proposals,addressed to the City of Port Arthur,will bei received at the Office of the City Secretary, City Hall 444-4th Street or P. O. Box 1089, Port' Arthur,Texas 77641 no later than 3:00 P.M.,Wednesday,July 16,2025 and all bids received will thereafter be opened and read aloud on Wednesday,July 16,2025 at 3:15 P.M.in the City Council Chambers,5th Floor,City Hall,Port Arthur,Texas for certain services briefly described as: Request For Proposal . Grant Management and Administration Services for GLO Projects Proposals received after closing time will be returned unopened. Copies of the Specifications and other Contract Documents are on file in the Purchasing Office,444 4th Street,City of Port Arthur, and are open for public inspection without charge.They can also be retrieved from the City's website at www.portarthurtx.gov or www.publicpurchase.com. The City of Port Arthur reserves the right to reject any and all bids and to waive informalities. Per Chapter 2 Article VI Sec.2-262(C)of the City's Code of Ordinance,the City Council shall not award a contract to a company that is in arrears in its obligations to the City. CIIR W Mims, PB Purchafing Manager CITY OF PORT ARTHUR,TEXAS REQUEST FOR PROPOSALS NOTICE IS HEREBY GIVEN THAT sealed Proposals, addressed to the City of Port Arthur, will be received at the Office of the City Secretary, City Hall 444-4th Street or P. O. Box 1089, Port Arthur, Texas 77641 no later than 3:00 P.M., Wednesday, July 16, 2025 and all bids received will thereafter be opened and read aloud on Wednesday, July 16, 2025 at 3:15 P.M. in the City Council Chambers, 5th Floor, City Hall, Port Arthur, Texas for certain services briefly described as: Request For Proposal Grant Management and Administration Services for GLO Projects Proposals received after closing time will be returned unopened. Copies of the Specifications and other Contract Documents are on file in the Purchasing Office, 444-4th Street, City of Port Arthur, and are open for public inspection without charge. They can also be retrieved from the City's website at www.portarthurtx.gov or www.publicpurchase.com. The City of Port Arthur reserves the right to reject any and all bids and to waive informalities. Per Chapter 2 Article VI Sec. 2-262(C) of the City's Code of Ordinance, the City Council shall not award a contract to a company that is in arrears in its obligations to the City. �;; [A,. bun Clifton Williams Purchasing Manager FIRST PUBLICATION: June 25, 2025 • SECOND PUBLICATION: July 2,2025 P. R. #24502 08/21/2025 M.E.E - GRANTS ATTACHMENT "B" CONTRACT FOR SERVICES DISASTER CONSULTING SERVICES THIS AGREEMENT, made this day of September, 2025, by and between the CITY of Port Arthur, a municipal corporation organized under the laws of the State of Texas, hereinafter called "CITY" and The Ardurra Group, a Professional Engineering and Disaster Management, a Limited Liability Corporation licensed in the State of Texas, hereinafter called "CONSULTANT". WHEREAS, the CITY of Port Arthur desires to obtain services in connection with its "Disaster Consulting Services", within the CITY of Port Arthur ("CITY"), and The Ardurra Group, LLC ("Consultant") desires to provide such services; and WHEREAS, this Agreement between the Parties consists of the terms and conditions set forth herein, and identified as the proposal from the CONSULTANT for the scope of services, and those document(s), attached and incorporated for all purposes for the following project: City of Port Arthur Grant Management and Administrative Services for the following projects: • GLO Contract NO. 24-067-034-E222 from the Texas General Land Office(GLO)2019 Community Development Block Grant Disaster Recovery (CDBG-DR) program to demolish and replace 60 manhole covers and to complete associated appurtenances. • GLO Contract NO. 24-067-035-E223) from the Texas General Land Office (GLO) 2019 Community Development Block Grant Disaster Recovery (CDBG-DR) program to remove existing pavement, compact subgrade, install base, pavement, curb and gutter, strip roadway, mark pavement, and complete associated appurtenances for the 9tn Avenue Emergency Access Route. WITNESSETH: That for and in consideration of the payment terms, conditions and agreements set forth herein, CITY and CONSULTANT agree as to follows: 1. The term of this Contract shall be for a term of one year with the option to renew for four additional one year periods, as set forth in Section 10 of this agreement and in the City's RFP. A Notice to Proceed will be provided to the Contractor indicating the start date for the performance of the services to be provided to the City in connection with the project. 2. The CONSULTANT will perform work as stated in the Contract Documents, which include the CITY's Request for Proposal (including all attachments, appendices, and addenda) and the CONSULTANT'S Response, and further designated in Exhibit A. 3. During the term of this Contract, the CONSULTANT will furnish at his own expense all of the materials, supplies, tools, equipment, labor, and other services necessary to connection therewith, excepting t hose supplies specifically not required of CONSULTANT in the Specifications. 4. The CONSULTANT agrees to perform all work described in the specifications and contract document and to comply with the terms therein for the sum of $76,000.00. 5. The term "Contract Documents" means and includes the following: a) Agreement b) Advertisement of Bid c) Addenda d) Scope of Services, General Information, and Specifications e) Notice of Award f) Notice to Proceed 6. SCOPE OF SERVICES: CONSULTANT will provide the services ("Work") to the City in connection with the Project, as stated in the Scope of Services in City's Request for Proposal (including all attachments, appendices, and addenda) and the Contractor's Response, and other documents further designated in Exhibit A, attached and fully incorporated for all intents and purposes. 7. STANDARD OF CARE: The standard of care for all services performed or furnished by CONSULTANT under this agreement will be the care and skill ordinarily used by members of the subject profession practicing under similar circumstances at the same time and in the same locality. 8. COMPLIANCE WITH LOCAL. STATE AND FEDERAL LAWS. REGULATIONS. AND EXECUTIVE ORDERS. This is an acknowledgement that FEMA financial assistance will be used to fund the contract only. The CONSULTANT will comply will all applicable federal laws, regulations, executive orders, FEMA policies, procedures, and directives. The CONSULTANT further agrees that it shall comply with all applicable laws, ordinances, and codes of federal, state, and local governments, including, but not limited to the following provisions: A. Eaual Employment Opportunity. "Durina the performance of this contract. the CONSULTANT aarees as follows: (1) The CONSULTANT will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The CONSULTANT 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, 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 CONSULTANT 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. (2) The CONSULTANT will, in all solicitations or advertisements for employees placed by or on behalf of the CONSULTANT, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. (3) The CONSULTANT 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 CONSULTANT'S commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4) The CONSULTANT 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. (5) The CONSULTANT 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. (6) In the event of the CONSULTANT'S noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the CONSULTANT 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 as 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. (7) The CONSULTANT will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) 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 SUB-CONSULTANT or vendor. The CONSULTANT 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 a CONSULTANT becomes involved in, or is threatened with, litigation with a subCONSULTANT or vendor as a result of such direction by the administering agency the CONSULTANT may request the United States to enter into such litigation to protect the interests of the United States." B. Davis Bacon Act and Copeland Anti-Kickback Act "Compliance with the Copeland "Anti-Kickback"Act. (1) Contractor. The contractor shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this contract. (2) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as the FEMA 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 of these contract clauses. (3) Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a contractor and subcontractor as provided in 29 C.F.R. § 5.12." C. Contract Work Hours and Safety Standards Act "Compliance with the Contract Work Hours and Safety Standards Act. (1) Overtime reauirements. 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: liauidated damaaes. In the event of any violation of the clause set forth in paragraph (1) 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 (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 waaes and liquidated damages. The 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 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 be 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 paragraph (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 be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs through (4) of this section." D. Clean Air Act and the Federal Water Pollution Control Act (1) 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. (2) The contractor agrees to report each violation to the (name of the state agency or local or Indian tribal government) and understands and agrees that the (name of the state agency or local or Indian tribal government) will, in turn, report each violation as required to assure notification to the (name of recipient), Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (3) The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. E . Federal Water Pollution Control 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. (2) The contractor agrees to report each violation to the (name of the state agency or local or Indian tribal government) and understands andagrees that the (name of the state agency or local or Indian tribal government) will, in turn, report each violation as required to assure notification to the (name of recipient), Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (3) The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA." F. Debarment and Suspension 1. This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor, its 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). 2. The 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. 3. This certification is a material representation of fact relied upon by (insert name of subrecipient). If it is later determined that the 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 (name of state agency serving as recipient and name of subrecipient), the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. 4. The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, 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." G. Procurement of Recovered Materials "(1) 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- (i) Competitively within a timeframe providing for compliance with the contract performance schedule; (ii) Meeting contract performance requirements; or (iii) At a reasonable price. (2) 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.aov/smm/comprehensiveprocurement-auideline-coa-proaram." H. Program Fraud and False or Fraudulent Statements or Related Acts. The CONSULTANT acknowledges that 31 U.S.C. Chap. 38(Administrative Remedies for False Claims and Statements) applies to the CONSULTANT's actions pertaining to this contract." I. Procurement of Recovered Materials: (1) In the performance of this contract, the CONSULTANT shall make maximum use of products containing recovered materials that are EPA designated items unless the product cannot be acquired- i. Competitively within a timeframe providing for compliance with the contract performance schedule; ii. Meeting contract performance requirements; or iii. At a reasonable price. (2) 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.aov/smm/comprehensivebrocurement-auideline-coa- prog ram." J. Access to Records. The followina access to records reauirements apply to this contract: (1) The CONSULTANT agrees to provide (insert name of state agency or local or Indian tribal government), (insert name of recipient), the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the CONSULTANT which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. (2) The CONSULTANT agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The CONSULTANT agrees to provide the FEMA Administrator or his authorized representatives access to construction or other work sites pertaining to the work being completed under the contract." K. DHS Seal. Loao. and Flaas The CONSULTANT shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA preapproval. L. "Byrd Anti-Lobbying Amendment, 31 U.S.C. § 1352 (as amended) Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of 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 shall also disclose any lobbying 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." 9. CHANGES: The CITY may request changes in the scope of services to be performed hereunder. Such changes, including any increase or decrease in the amount of compensation to CONSULTANT, which are mutually agreed upon by and between the CITY and CONSULTANT, shall be incorporated in written amendments to this Contract. No changes in the terms of this contract shall be binding unless it is in writing and signed by an authorized representative of both parties. 10. TERM: This contract shall be effective for a one year period upon execution by the CITY of Port Arthur and issuance of a Notice to Proceed. The CITY anticipates that contract shall be renewed pursuant to the availability of funds and at the discretion of the CITY. It is agreed that CITY will have the option to extend the contract for up to four (4) additional years, in one-year intervals upon formal approval by the City Council. To exercise this option, the CITY shall serve notice 30 days prior to contract termination or to the end of any one-year extension The Option to Extend will not be considered if funding is unavailable or if the CONSULTANT's past performance is not within the industry standard 11. TERMINATION OF THE CONTRACT FOR CAUSE OR CONVENIENCE: 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 to the City from the Contractor is determined. 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 date of termination. If the contract is terminated due to the fault of the Contractor, the previous paragraph hereof relative to termination shall apply. 12. APPROPRIATIONS: The obligations of the CITY to make a payment under this Contract are expressly subject to appropriations by the CITY of funds that are lawfully available to be applied to such purpose. 13. SCHEDULE AND DELIVERABLES: The CITY and its agencies will cooperate with CONSULTANT to facilitate the performance of the work described in the contract. CONSULTANT will perform the Work in accordance with the schedules/timetables described in greater detail in the attached Exhibit A. In the event that one or more of the members of the CONSULTANT cannot perform because of ill health, physical disability or other reasons beyond his/her control, CONSULTANT shall use its best efforts to furnish a substitute of similar stature for such member of the CONSULTANT whom CITY agrees to accept. CITY does not have to accept any substitutes provided by the CONSULTANT, but, may contract a substitute of their own. 14. FORCE MAJEURE: In the event that the performance of any of the covenants of this agreement shall be prevented by an act of God, the acts and regulations of public authorities, or labor disputes, acts of the public enemy, acts of superior governmental authority, or other circumstances, or cause beyond their or its reasonable control, the CITY and CONSULTANT shall be respectively relieved of their obligations hereunder with respect to the performance(s) so prevented. In the above mentioned event, CONSULTANT grants CITY the right to reschedule the performance(s) under the same terms and conditions of this contract. 15. COMPENSATION: The CITY shall compensate CONSULTANT for the Work at the agreed upon per the unit prices set forth in Exhibit B. CONSULTANT will furnish an invoice to the CITY detailing activities performed and reflecting actual time and expenses incurred during the preceding month. All invoices are due under Government Code Sec. 2251.021, and are payable to the CONSULTANT at 2032 Buffalo Terrace, Houston, TX 77019. The CITY shall not be responsible for any payment to CONSULTANT for any additional services or expenses not specifically included in Exhibit A, except upon execution of an amendment to this Contract in writing by both parties. Parties shall attempt to resolve any payment disputes within thirty (30) days after the invoice date. CONSULTANT shall bill CITY for services on a 30-day billing cycle. If portions of an invoice are disputed, the CITY shall remit payment to the CONTSULTANT those non-disputed charges within the established time period. Upon resolution of any disputed invoice items, CONSULTANT shall resubmit an updated invoice for the unpaid charges. The CITY shall remit payment to CONSULTANT within 30 days of receipt approved invoice. In the event, circumstances arise in which the CITY will necessitate additional time to remit said payment, City will notify CONSULTANT in writing that payment to Consultant shall be made within 90 days of receipt approved invoice. 16. INSURANCE REQUIREMENTS: All insurance must be written by an insurer licensed to conduct business in the State of Texas, unless otherwise permitted by CITY. The CONSULTANT 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 SUB-CONSULTANT 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 and 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 occurrences; and, b) Property Damage $1,000,000 per occurrence regardless of contract amount; and, c) Professional Liability $1,000,000 17. INDEMNIFICATION. For consideration received, CONSULTANT, shall, to the extent allowable, indemnify, save and hold the CITY of Port Arthur harmless, including CITY's officers, agents, employees and servants, from any claims, actions, lawsuits, proceedings, damages, loss,judgments, liabilities or expense on account of damage to property and injuries, including death, to the extent caused by any negligent act, intentional tort, intellectual property infringement, or failure to pay a SUB-CONSULTANT or supplier of CONSULTANT or those acting under CONSULTANT's supervision or control. CONSULTANT shall not be responsible, however, for any loss, damage, liability or expense on account of damage to property and injuries, including death, by which may arise from the negligence of the CITY. CONSULTANT shall comply with the requirements of all current applicable laws, rules and regulations and shall indemnify and hold harmless the CITY and its agency members from and against the failure to comply with those laws, and shall assume full responsibility for payments of Federal, State and local taxes on contributions imposed or required under the Social Security, worker's compensation and income tax laws. 18. INDEPENDENT CONSULTANTS: The parties are independent CONSULTANTS as to each other. Nothing in this Contract shall be construed as creating any agency or employment relationship. Neither Party shall make any representation tending to create an apparent or implied agency or employment relationship; neither party has the authority to act for the other or to create obligations or debts binding on the other; and neither party shall be responsible for any obligations or expenses incurred by the other. It is the intent of the parties to this agreement that the CONSULTANT as an independent CONSULTANT will control the manner and means of its performance(s). The CITY will control the scheduling of the performance(s). The exclusive nature of this agreement is limited to the duration of the performance and it is expected that the performer will enter into other similar agreements with other customers. 19. COOPERATIVE GOVERNMENTAL PURCHASING: Other governmental entities maintaining interlocal agreements with the CITY, may desire, but are not obligated,to purchase goods and services defined in this agreement. All purchases by governmental entities, other than the CITY, will be billed directly to and paid by that governmental entity. The CITY will not be responsible for another governmental entity's debts. Each governmental entity will place their own orders with the CONSULTANT and be responsible for ensuring full compliance with the agreement. Prior to order governmental entities placing orders, the CITY will notify the successful Proposer of their intent. 20. PERMITS: The CONSULTANT warrants and represents that it has obtained any and all permits, approvals, and licenses and necessary for the services to be performed. All permits associated with the project shall be the sole responsibility of CONSULTANT, except in circumstances which specifically require the CITY to be the permitee. 21. CONSULTANT is responsible for adhering to the requirements for contracting with small and minority businesses, women's business enterprises, etc., as set forth in 2 CFR 200.321, if subcontracts are to be let, to take the affirmative steps listed in paragraphs (1) through (5) of this section. 22. PROTECTION OF PERSONS AND PROPERTY: CITY is responsible for providing protection of persons and property, including safe working conditions. The CONSULTANT is responsible for its own conduct. The CITY warrants that the venue will be of sufficient size, is of stable construction and is an open air venue, and that there will be adequate security and/or emergency medical responders available if foreseeably necessary. 23. ASSIGNMENT: Neither party hereto may assign its rights or delegate its obligations hereunder without written consent of the other party. 24. CONSEQUENTIAL DAMAGES WAIVER: Each party expressly waives and releases the other Party and its SUB-CONSULTANTS from, and against, any and all punitive, indirect, special, exemplary and consequential damages of any kind, including without limitation, lost profits or loss of use, regardless of the cause or legal theory of recovery, including negligence, gross negligence or willful misconduct of the Party being released. 25. ENTIRE AGREEMENT: This Contract incorporates all provisions of the attached proposal for Disaster Consulting Services and Exhibit A constitutes the sole and only agreement of the parties hereto and supersedes any prior understandings or written or oral agreements between the parties respecting the subject matter of this Contract. The terms of this agreement, acknowledges the CITY of Port Arthur is entering into this contract in its governmental capacity, and not a proprietary capacity. 26. NO OBLIGATION BY FEDERAL GOVERNMENT. "The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non-Federal entity, contractor, or any other party pertaining to any matter resulting from the contract." 27. SEVERABILITY CLAUSE: The phrases, clauses, sentences, paragraphs or sections of those conditions are severable. If any phrase, clause, sentence, paragraph, or section of these conditions should be declared invalid by the final decree or judgment of any court of competent jurisdiction, such invalidity shall not affect any of the remaining phrases, clauses, sentences, paragraphs and sections of those conditions. 28. ATTORNEY'S FEES: In the event there is a dispute concerning this Contract, each party shall be responsible for its own costs and expenses including attorney's fees and court costs incurred in the course of any dispute, mediation, or legal proceeding. 29. APPLICABLE LAW, VENUE. AND JURISDICTION: This Contract shall be constructed under and in accordance with the laws of the State of Texas, with jurisdiction in the courts of the State of Texas and venue in Jefferson County regardless of where the obligations of the parties were performed. By execution of this Contract, the parties agree to subject themselves to the jurisdiction of the Courts of the State of Texas in all matters relating to or arising out of this Contract of the Work. 30. NOTICES: All notices required or permitted under this Contract shall be in writing and shall be deemed given when delivered in person or three days after deposit in the United States Mail, postage prepaid, addressed to the party's address reflected at the end of this Contract. A party's notice address may be changed from time to time by that party's providing written notice to the other. A copy of the notice to the CITY shall be sent to: City Attorney City of Port Arthur 444 4th Street P.O. Box 1089 Port Arthur, Texas 77641 This Agreement shall be binding upon all parties hereto and their perspective heirs, executors, administrators, successors and assigns. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in (2 copies) each of which shall be deemed an original on the date first above written. Signed on the day of _ 2025. ATTEST CITY OF PORT ARTHUR CITY SECRETARY Ronald Burton, CPM City Manager Signed on the day of 2025. WITNESSED THE ARDURRA GROUP, CONSULTANT By: _ Print Name: Title: EXHIBIT "A" TO THE CONTRACT CHARLOTTE M.MOSES,MAYOR RONALD BURTON,CPM HAROLD L.DOUCET,SR., City of CITY MANAGER MAYOR PRO TEM SHERRI BELLARD,TRMC COUNCIL MEMBERS: CITY SECRETARY WILLIE BAE LEWIS,JR. o r t r t h u r TIFFANY L.HAMILTON EVERFIELD ROXANN PAIS COTRONEO DONEANE BECKCOM lc't°' CITY ATTORNEY THOMAS KINLAW,III DONALD FRANK,SR. JUNE 30, 2025 REQUEST FOR PROPOSAL GRANT MANAGEMENT AND ADMINISTRATION SERVICES FOR GLO PROJECTS DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, July 16, 2025. (The clock located in the City Secretary's office will be the official time.) All bids received will be read aloud at 3:15 p.m.on Wednesday,July 16,2025 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. MARK ENVELOPE: P25-064 DELIVERY ADDRESS: Please submit one (1) original and three (3) exact duplicate copies of your RFP to: CITY OF PORT ARTHUR CITY OF PORT ARTHUR CITY SECRETARY or CITY SECRETARY P.O. BOX 1089 444 4TH STREET, 4th Floor PORT ARTHUR, TEXAS 77641 PORT ARTHUR, TEXAS 77640 POINTS OF CONTACT: Questions concerning the Request for Proposal should be directed in writing to: City of Port Arthur, TX Clifton Williams, Purchasing Manager P.O. Box 1089 Port Arthur,TX 77641 clifton.williams@portarthurtx.gov Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams P.O.Box 10891444 4th Street I Port Arthur,Texas 776411 409.983.8160 I Fax 409.983.8291 The enclosed REQUEST FOR PROPOSAL (RFP) and accompanying General Instructions are for your convenience in submitting proposals for the enclosed referenced services for the City of Port Arthur. Proposals must be signed by a person having authority to bind the firm in a contract. Proposals shall be placed in a sealed envelope, with the Vendor's name and address in the upper left-hand corner of the envelope. ALL PROPOSALS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed RFP submittal arrives at the above location by specified deadline regardless of delivery method chosen by the firm. Faxed or electronically transmitted RFP submittals will not be accepted. Clifton Williams Purchasing Manager Page 2 of 36 REQUESTS FOR PROPOSALS GRANT MANAGEMENT AND ADMINISTRATION SERVICES FOR GLO PROJECTS (To be Completed ONLY IF YOU DO NOT BID.) FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY RESULT IN REMOVAL FROM THE VENDOR'S LIST. However, if you are removed you will be reinstated upon request. In the event you desire not to submit a bid, we would appreciate your response regarding the reason(s). Your assistance in completing and returning this form in an envelope marked with the enclosed bid would be appreciated. NO BID is submitted: this time only not this commodity/service only Yes No Does your company provide this product or services? Were the specifications clear? Were the specifications too restrictive? Does the City pay its bills on time? Do you desire to remain on the bid list for this product or service? Does your present work load permit additional work? Comments/Other Suggestions: Company Name: Person Completing Form: Telephone: Mailing Address: Email: City, State, Zip Code: Date: Page 3 of 36 SCOPE OF SERVICES GRANT MANAGEMENT AND ADMINISTRATION SERVICES FOR GLO PROJECTS PURPOSE: The purpose of this Request for Proposals (RFP) is to obtain competitive proposals from qualified firms to establish a contract for technical and professional services to assist the City of Port Arthur(the City) with respect to satisfying the requirements under the General Land Office (GLO) grants. These services will include assistance and support for grants management and administration and associated project management services. This contract is issued with no guaranteed quantity of services and the usage of this contract is wholly dependent upon the needs of the City at the time. SCOPE OF WORK/SERVICES: Providers will help the City fulfill GLO statutory responsibilities related to funding opportunity requirements. Providers will assist the City in seeking, applying for and completing GLO projects. Respondents may be qualified to provide Grant Administration services for GLO projects, non-housing projects, mitigation, infrastructure, planning and/or other projects. Grant administrative services must be performed in compliance with all grant guidelines issued by the GLO program. The contractor shall advice on grant opportunities for the City and identify ways to increase and/or maximize funding DESCRIPTION OF SERVICES AND SPECIALCONDITIONS Respondent must be able to perform the tasks listed herein to be considered eligible for an award under this Solicitation. Respondents should provide a detailed narrative of their experience as it relates to each of the items below. Respondents should clearly indicate if they intend to provide services in-house with existing staff or through subcontracting or partnership arrangements.Grant Administration Services will be provided in conformance with the guidance documents and use forms provided by the subrecipient utilizing GLO guidance. The providers shall furnish pre-funding and post-funding grant administrative services to complete the disaster recovery projects, including,but not limited to the following: Pre-Funding Services Grant Administrator will develop project scope and complete grant applications for CDBG — Disaster Recovery program of the General Land Office (GLO). The provider will work with the subrecipient and Engineering, if applicable, to provide the concise information needed for submission of complete disaster recovery funding application and related documents. The required information shall be submitted in a format to be described by the GLO. • Application Development including basic project information gathering(identifying latitude/longitude for each location, obtaining signed Voluntary Participation Agreement(VPA) forms, obtaining signed Duplication of Benefits Affidavit,photos for each location from all four sides,photos of outbuildings of properties to be acquired,maps for each location); hazard information gathering; property inventory; alternative solution development;basic property appraisal determinations; developing project scope of work, cost estimates and schedules • Coordinate Responses to funding agency requests for information(RFI) • Provide assistance regarding feasibility and effectiveness • Coordinate Benefit-Cost Analysis (BCA) • Gather preliminary Environmental and Historic Preservation Review (EHP) data • Workshops and meetings related to the development and submission of the application • Public outreach, if applicable(e.g. advertising, public meetings) Page 4 of 36 • Such other work as may reasonably be associated with pre-award of funding opportunities • Act as liaison between State, FEMA, and project engineer • Provide advice regarding feasibility and effectiveness • Initial structure elevation for elevations and reconstructions • Such other work as may reasonably be associated with pre-award support of projects Post-Funding Services Grant Administrator will administer and complete infrastructure,utilities,housing and eligible projects approved for GLO disaster recovery funding. The selected administrative firm must follow all requirements of each program awarded. Grant Administration Services—General a)Administrative Duties: i. Record keeping ii. Coordinate, as necessary,between subrecipient and any other appropriate service providers (i.e. Engineer, Environmental, etc.), contractor, subcontractor and grant administration to effectuate the services requested. iii. May assist in public hearings. iv. Will work with awarded grant's system(s) of record. v. Provide monthly project status updates. vi. Funding release will be based on deliverables identified in the contract. vii. Labor and procurement duties: a. Provide all Labor Standards Officer(LSO) Services. b. Ensure compliance with all relevant labor standards regulations. c. Ensure compliance with procurement regulations and policies. d. Maintain document files to support compliance. viii. Financial Management: a. Prepare and submit all required reports (Section 3, Financial Interest,monthly reports for GLO, etc.). b. Assist subrecipient with the procurement of audit services. c. Implementation and coordination of Affirmatively Furthering Fair Housing ("AFFH")requirements as directed by HUD and the GLO. d. Implementation and coordination of Section 504 requirements. e. Program compliance. f. Ensure that fraud prevention and abuse practices are in place and being implemented. g. Prepare and submit all closeout documents. i. Assist in preparation of contract revisions and supporting documents including but not limited to: • Amendments/modifications, • Change orders. b) Management Activities - (services associated with administering funding assistance), including but not limited to: i. Coordinate title clearance, as necessary ii. Delivery of technical assistance(e.g.,plan reviews, BCA reviews, EHP data gathering, appraisal coordination, outreach,training)to support the implementation of activities iii Managing awards(e.g., quarterly reporting, reimbursement requests, closeout) iv. Technical monitoring(e.g., site visits, technical meetings) v. Project Monitoring: monitor and evaluate the progress of the activity in accordance with Page 5 of 36 the approved SOW and budget, administrative requirements of 2 CFR Part 200, applicable State requirements vi. Project closeout in accordance with 2 CFR Sections 200.343 and 200.344. The project file should document that: a. The approved SOW was fully implemented b. All obligated funds were liquidated and in a manner consistent with the approved SOW c. All compliance grant conditions were implemented and documented as required c) Construction Management i. The provider will assist the subrecipient in submitting/setting up project applications in the grant's system(s) of record. ii. The provider may compile and collate complete contract/bid packages that meet grant program requirements. The packages will contain supporting documentation that meets or exceeds the requirements of the grant's program. If applications do not have the necessary forms, the provider may assist the subrecipient by coordinating to acquire the necessary documentation. iii. The provider may monitor,report, and evaluate contractor's performance; notify the subrecipient if the contractor(s) fails to meet established scheduled milestones. Receive,review,recommend, and process any change orders as appropriate to the individual projects. iv. The provider may assist the subrecipient with project Activity Draws/Close Out. v. The provider may assist the subrecipient by submitting all the necessary documentation for draws and to close a project activity in the grant's system(s) of record. The provider will compile,review for completeness, and collate complete contract/closeout packages that meet grant program requirements for draw requests. If applications do not have the necessary forms, the provider may assist the subrecipient by coordinating to acquire the necessary documentation. Grant Administration Services—Infrastructure a) Administrative Duties: i. Ensure program compliance including all grant requirements and all part's therein, current Federal Register, etc. ii. Assist subrecipient in establishing and maintaining financial processes. iii. Obtain and maintain copies of the subrecipient's most current contract including all related change requests,revisions and attachments. iv. Establish and maintain record keeping systems. v. Assist subrecipient with resolving monitoring and audit findings. vi. Serve as monitoring liaison. vii. Assist subrecipient with resolving third party claims. viii. Report suspected fraud. ix. Submit timely responses to requests for additional information. x. Complete draw request forms and supporting documents. xi. Facilitate outreach efforts, application intake, and eligibility review. xii. Perform any other administrative duty required to deliver the project. xiii. Utilize and assist with grant administration systems of record to complete milestones, submit documentation, reports, draws, change requests, etc. xiv. Submit change requests and all required documentation related to any change requests. b) Acquisition Duties: i. Submit acquisition reports and related documents. ii. Establish acquisition files (if necessary). Page 6 of 36 iii. Complete acquisition activities (if necessary). c) Environmental Services i. Assist detailed scope of services a. Review each project description to ascertain and/or verify the level of environmental review required: Exempt, Categorical Exclusion not Subject to 58.5, Categorical Exclusion Subject to 58.5, Environmental Assessment, and Environmental Impact Statements; b. Prepare, complete and submit HUD required forms for environmental review and provide all documentation to support environmental findings; c. Consult and coordinate with oversight/regulatory agencies to facilitate environmental clearance; d. Be able to perform or contract special studies, additional assessments, or permitting to secure environmental clearance. These may include,but are not limited to biological assessments, wetland delineations, asbestos surveys, lead-based paint assessments archeology studies, architectural reviews, Phase I & II ESAs, USACE permits, etc.; e. Prepare all responses to comments received during comment phase of the environmental review, including State/Federal Agency requiring further studies and/or comments from public or private entities during public comment period; f. Maintain close coordination with local officials, project engineer and other members of the project team to assure appropriate level of environmental review is performed and no work is conducted without authorization; g. Complete and submit the environmental review into GLO's system of record; h. At least one site visit to project location and completion of a field observation report i. Prepare and submit for publication all public notices including,but not limited to the Notice of Finding of No Significant Impact (FONSI), Request for Release of Funds floodplain/wetland early and final notices in required order and sequence; j. Provide documentation of clearance for Parties Known to be Interested as required by 24 CFR 58.43; k. Process environmental review and clearance in accordance with NEPA; 1. Advise and complete environmental re-evaluations per 24 CFR 58.47 when evidence of further clearance or assessment is required; m. Prepare and submit Monthly Status Report; and n. Participate in regularly scheduled progress meetings. Term of Contract The contract shall be one year with the option to renew for four additional one-year periods. Page 7 of 36 The City of Port Arthur requires comprehensive responses to every section within this RFP. Conciseness and clarity of content are emphasized and encouraged. Vague and general proposals will be considered non-responsive and will result in disqualification. To facilitate the review of the responses, Firms shall follow the described proposal format. The intent of the proposal format requirements is to expedite review and evaluation. It is not the intent to constrain proposers with regard to content, but to assure that the specific requirements set forth in this RFP are addressed in a uniform manner amenable to review and evaluation. Failure to arrange the proposal as requested may result in the disqualification of the proposal. It is requested that proposals be limited to no more than 50 pages, excluding resumes. All pages of the proposal must be numbered and the proposal must contain an organized, paginated table of contents corresponding to the sections and pages of the proposal. Corporate Background and Experience The Proposer should give a brief description of the company, including a brief history, full legal name, corporate structure and organization, date of establishment, number of years in business, current firm ownership, and any recent and/or materially significant proposed change in ownership. This section should provide a detailed discussion of the Proposer's prior experience in working on GLO projects similar in size, scope, and function to the proposed contract. Proposers should describe their experience in other corporate/governmental entities of comparable size and diversity with references from five (5) previous clients serviced in the past five (5) years including names, telephone numbers, and email addresses. The proposer should also provide any information uniquely relevant in evaluating the experience of the proposer to handle the proposed work and describe the proposer's presence in and commitment to the City. Proposer's Experience/Staff Project Team: Identify all members of the Proposer's team(including both team members and management) who will be providing any services proposed and include information which details their experience. Removal or Replacement of Staff: If an assigned staff person must be removed or replaced for any reason, the replacement person must be approved by City prior to joining the project. Technical Approach & Methodologies The proposal should include the proposer's understanding of the GLO process and how its proposal will best meet the needs of the City; a description of the proposer's approach to Grants management and quality assurance; and methodologies for delivering the project, including proposed organizational structure and staffing strategies. The proposer shall fill out Attachment E, Rate Schedule, in its entirety and include it in the proposal. The proposer shall list an hourly rate that includes costs for travel and expenses for every position listed in Attachment E. Costs proposed shall be hourly rates including travel and expenses. Only time properly invoiced and approved by the City will be paid. Expenses are to be calculated and included in the total hourly rate that is provided and not broken out separately Page 8 of 36 EVALUATION AND SELECTION PROCESS All proposals will be screened by an evaluation committee and those proposers selected for a short list may be invited to attend an interview, at the proposer's own expense. Any invitation for an oral presentation will be solely for the purpose of clarifying proposals received from each qualifying proposer and will not represent any decision on the part of the evaluation committee as to the selection of a successful proposer. The City will evaluate all responses based on the experience, qualifications, project approach, price, and quality of response. The City reserves the right to negotiate the final fee prior to recommending any Vendor for a contract. The City's process is as follows: 1. The evaluation committee shall screen and rate all of the responses that are submitted. Evaluation ratings will be on a 100 point scale and shall be based on the following criteria: a. Capacity to perform (25 points) b. Public Assistance Technical Experience(30 points) c. Understanding of GLO Program (25 points) d. Cost(20 points) 2. The evaluation committee shall recommend the most qualified firm to the City Council for approval and will offer a contract based on services and fees as agreed upon. 3. Prior to the approval of an award, no evaluation committee member shall disclose any information regarding the committees' decision. 4. This RFP does not commit the City to pay for any direct and/or indirect costs incurred in the preparation and presentation of a response. All finalist(s) shall pay their own costs incurred in preparing for,traveling to and attending interviews. The City reserves the right to use all pertinent information(also learned from sources other than disclosed in the RFP process) that might affect the City's judgment as to the appropriateness of an award to the best evaluated proposer. This information may be appended to the proposal evaluation process results. Page 9 of 36 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 approve award of the proposal. 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. Page 10 of 36 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. Page 11 of 36 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. DELINQUENT 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. QUANTITIES: 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 REQUIRED 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 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 Page 12 of 36 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. Page 13 of 36 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. Page 14 of 36 ADDITIONAL INFORMATION: City may request any other information necessary to determine Proposer's ability to meet the minimum standards required by this RFP. WAGES & SALARIES: 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. Page 15 of 36 RETURN WITH PROPOSAL A. Proposal Information Yes B. Letter of Interest Yes C. Affidavit Yes D. Conflict of Interest Questionnaire Yes(Write NA if no conflict) E. Non Collusion Affidavit Yes F. Federal Clauses (1-12) Yes G. Yes Page 16 of 36 APPENDIX A LIST OF KEY PERSONNEL NAME TITLE TELEPHONE Charlotte Moses Mayor 409.983.8105 Ronald Burton City Manager 409.983.8101 Timothy Duriso Chief of Police 409.983.8611 Antonio Mitchell Interim Deputy Fire Chief 409.983.8740 Jermey Houston Emergency Management Coordinator 409.983.8616 Fire Captain/ Robert Havens Asst. Emergency Management 409.983.8740 Flozelle Roberts Director of Public Works 409.983.8182 Lynda Boswell Director of Finance 409.983.8150 APPENDIX B Page 17 of 36 LETTER OF INTEREST RFP—GRANT MANAGEMENT AND ADMINISTRATION SERVICES FOR GLO PROJECTS DEADLINE: JULY 16, 2025 The undersigned firm submits the following information(this RFP submittal)in response to the Request for Proposals (as amended by any Addenda), issued by the City of Port Arthur, TX(City) to provide Disaster Preparedness Consultant for Hurricane Harvey for the City of Port Arthur,TX. Enclosed, and by this reference incorporated herein and made a part of this RFP, are the following: ❖ Proposal including Appendix H ❖ Letter of Interest ❖ Affidavit ❖ Conflict of Interest Questionnaire(If It Applies) ❖ Non Collusion Affidavit ❖ House Bill 89 Verification ❖ SB 252 Chapter 2252 Certification ❖ Federal Clauses (1-12) Firm understands that the City is not bound to select any firm for the final pre-qualified list and may reject any responses submitted. Firm also understands that all costs and expenses incurred by it in preparing this RFP and participating in this process will be borne solely by the firm, and that the required materials to be submitted will become the property of the City and will not be returned. Firm agrees that the City will not be responsible for any errors, omissions, inaccuracies, or incomplete statements in this RFP. Firm accepts all terms of the RFP submittal process by signing this letter of interest and making the RFP submittal. This RFP shall be governed by and construed in all respects according to the laws of the State of Texas. Firm Name Date Address City/State/Zip Authorized Signature Title Name (please print) Telephone Email Page 18 of 36 APPENDIX C AFFIDAVIT 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: 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. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. Firm Name Date Address City/State/Zip Authorized Signature Title Name (please print) Telephone Email STATE: COUNTY: SUBSCRIBED AND SWORN to before me by the above named on this the day of , 20 Notary Public RETURN THIS AFFIDAVIT AS PART OF THE PROPOSAL Page 19 of 36 APPENDIX D CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For Vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 1491,80th Leg.,Regular Session. This questionnaire is being filed in accordance with Chapter 176,Local Government Code by a person who has a business relationship as defined by Section 176.001 (1-a)with a local governmental entity and the person meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006,Local Government Code. A person commits an offense if the person knowingly violates Section 176.006,Local Government Code. An offense under this section is a Class C misdemeanor. 1.Name of person who has a business relationship with local governmental entity. 2. Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3.Name of a local government officer with whom filer has employment or business relationship. Name of Officer This section(item 3 including subparts A,B,C,&D)must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001 (1-a),Local Government Code.Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income,from the filer of the questionnaire? Yes No B. Is the filer of the questionnaire receiving or likely to receive taxable income,other than investment income,from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? Yes No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government Officer serves as an officer or director,or holds an ownership of 10 percent or more? Yes No D. Describe each employment or business relationship with the local government officer named in this section. 4. Signature of person doing business with the governmental entity Date Page 20 of 36 APPENDIX E 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 15.01, et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor 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: Printed Name: Printed Name: Title: Company: Date: SUBSCRIBED and sworn to before me by the above named on this the day of , 20 Notary Public in and for the State of Texas My commission expires: Page 21 of 36 APPENDIX F House Bill 89 Verification I, (Person name), the undersigned representative (hereafter referred to as "Representative") of (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. SIGNATURE OF REPRESENTATIVE SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this day of , 20 Notary Public Page 22 of 36 APPENDIX G SB 252 CHAPTER 2252 CERTIFICATION I, , the undersigned an representative of (Company or Business Name) I 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 i 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. Name of Company Representative (Print) Signature of Company Representative Date Page 23 of 36 APPENDIX H RATE TABLE Submit any additional rates not stated on this form on a separate sheet. Labor Category Hourly Rate-Total including All Expenses Principal $ Project Team Leader $ Public Assistance Officer I $ Public Assistance Officer II $ Public Assistance Officer III $ Mitigation Specialist I $ Mitigation Specialist II $ Mitigation Specialist III $ Appeals Specialist $ Insurance Specialist I $ Insurance Specialist II $ Insurance Specialist III $ Cost Estimator I $ Cost Estimator II $ Accounting Supervisor $ Accountant Level II Journal Entry $ Grant Administrator $ Sr. Grant Administrator $ Programmer $ Senior Programmer $ Damage Assessment Specialist I $ Damage Assessment Specialist II $ Damage Assessment Specialist III $ Closeout Specialist I $ Closeout Specialist II $ Closeout Specialist III $ Debris Specialist I $ Debris Specialist II $ Page 24 of 36 FEDERAL CLAUSES 1. NO GOVERNMENT OBLIGATION TO THIRD PARTIES The Owner 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 Owner, Contractor, or any other party(whether or not a party to that contract)pertaining to any matter resulting from the underlying contract. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. (printed name of signatory) (signature and date) Page 26 of 36 2. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS 31 U.S.C. 3801 et seq. Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. § 3801 et seq., "Administrative Remedies for False Claims and Statements," 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 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. (printed name of signatory) (signature and date) Page 27 of 36 3. ACCESS TO RECORDS AND REPORTS The following access to records requirements apply to this contract: (1) The contractor agrees to provide (insert name of state agency or local or Indian tribal government), (insert name of recipient), the FEMA 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. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The contractor agrees to provide the FEMA Administrator or his authorized representatives access to construction or other work sites pertaining to the work being completed under the contract." (printed name of signatory) (signature and date) Page 28 of 36 4. EQUAL EMPLOYMENT OPPORTUNITY 29 CFR Part 1630, 41 CFR Parts 60 et seq. During the performance of this contract,the contractor agrees as follows: (1)The contractor will not discriminate against any employee or applicant for employment because of race,color,religion,sex, 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,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. (2)The contractor will,in all solicitations or advertisements for employees placed by or on behalf of the contractor,state that all qualified applicants will receive considerations for employment without regard to race,color,religion,sex,or national origin. (3)The 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. (4)The 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. (5) The 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. (6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules,regulations,or orders,this contract may be canceled,terminated,or suspended 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 as 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. (7)The contractor will include the portion of the sentence immediately preceding paragraph(1)and the provisions of paragraphs (1)through(7)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 a 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." (printed name of signatory) (signature and date) Page 29 of 36 5. GOVERNMENT-WIDE SUSPENSION AND DEBARMENT By signing and submitting its bid or proposal, the bidder or proposer agrees to comply with the following: (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor,its 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). (2)The 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. (3)This certification is a material representation of fact relied upon by(insert name of subrecipient). If it is later determined that the 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 (name of state agency serving as recipient and name of subrecipient), the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R.pt. 3000, 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. (printed name of signatory) (signature and date) Page 30 of 36 • 6. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT 29 CFR § 5.5(b) (1) 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(1) 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 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(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 Owner 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 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 be 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 - 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 be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section. (printed name of signatory) (signature and date) Page 31 of 36 ICI • 7. LOBBYING Byrd Anti-Lobbying Amendment, 31 U.S.C. § 1352 (as amended) Contractors who apply or bid for an award of$100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of 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 shall also disclose any lobbying 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. APPENDIX A, 44 C.F.R. PART 18 —CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements (To be submitted with each bid or offer exceeding$100,000) The undersigned [Contractor] certifies, to the best of his or her knowledge, that: 1)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 an 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 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 Form to Report Lobbying,"in accordance with its instructions. 3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. 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 31, U.S.C. § (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to 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. The Contractor, , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq apply to this certification and disclosure, if any. Page 32 of 36 Executed this day of , 20 By Signature of Bidder/Contractor/Subcontractor's Authorized Official Printed Name of Bidder/Contractor/Subcontractor's Authorized Official Title of Authorized Official Page 33 of 36 ow 8. CLEAN AIR 42 U.S.C. § 7401 et seq. 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 Owner and understands and agrees that the Owner will, in turn, report each violation as required to assure notification to the State of Texas, Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. Contractor also agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. (printed name of signatory) (signature and date) 9. CLEAN WATER REQUIREMENTS 33 U.S.C. 1251 et seq. 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. Contractor agrees to report each violation to the Owner and understands and agrees that the Owner will, in turn, report each violation as required to assure notification to the State of Texas, Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. Contractor also agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. (printed name of signatory) (signature and date) Page 34 of 36 10. PROCUREMENT OF RECOVERED MATERIALS 42 U.S.C. 6962 (1) 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— (i) Competitively within a timeframe providing for compliance with the contract performance schedule; (ii) Meeting contract performance requirements; or (iii) At a reasonable price. (2) 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. (printed name of signatory) (signature and date) 11. DEPARTMENT OF HOMELAND SECURITY SEAL, LOGO, AND FLAGS The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre- approval (printed name of signatory) (signature and date) Page 35 of 36 12. COMPLIANCE WITH FEDERAL LAW,REGULATIONS,AND EXECUTIVE ORDERS This is an acknowledgement that FEMA financial assistance will be used to fund the contract only. The contractor will comply will all applicable federal law, regulations, executive orders, FEMA policies, procedures, and directives. (printed name of signatory) (signature and date) Page 36 of 36 ----,-",,r. ..t.,••;t-'.''''244*1,,-"''''--.'::'' . '';'''''''- .... - '‘. _ • , . _ i — .-- ... _ t t . - tt. --- i I, . , ,-----7-----------._____,, - i / . '- '' ••• .., ,.... I:, • . - '•• - . . -14".'4.;, - 1.' '.1- ' 7.--'-• . -'-' -,..i.e,, if. , 1 . . -, • - - ....... , . - - .-.1-34'; - - -. 1:',.. ..-.::::;'*'" . ..-••' -...., -,,,, .., - 1 •* 1' - , ''''"•._,,,r''''llf ' -'.-.".'"Ark;z44.....r -'''''-''' .: . ' ' 1. i -- . i , 1 . -- i ---.„-,....-., i,..- r ti. 1-- 1 ......... N -.--- ! ..,,, _ -,..,-.. .ttsitttovitioi - :7' • - ''''e. 141 ,.% . ''.i. .,--...... - , . ._._ ,,,, ,,'M',,:...,,r,,37aii-lit,,,,',::,..ir.--..:;::;:`'-'...-,::: :-• ,','"--;-::"..-%"':--:4:21',4.:T'l..,--- ,,t4-'''-'---i''' '-:'4-;-''-';•'' -' -'''..., .4,..-4-4_,,,,'*' ''''-'•:;-:-,4-7-,,,"-74';;;•",P,,:ift•';'_'.'',.%.,'" 43--:----i„ , , k „4- , - . ' ''' 4.:;:r.-4,,E4-1,,,._,,,t1i,,411,t,-,-....t4,-.-7:,-•;-..---,----.-- .f,;.*•••t_Ati,,,I),1,'"/,,•!•;g7-•-.,,,,--- ; • ' ;),:f*,:01-1,',',,,,,:tAtIF,'---•-'• . ... , . . . . . _ ---- i •••, -__.- - :-. ••.„. • I, , 1 • 7 ,..r: 1:4 .1 '.1":"' „,i;;,:•'' i „, ',.'______., .L.----'r c- , ' t .A . . . , :. .::,",•';':"..:-. -,,, -,. ..-.. _'. - -,' . - - .- :-','' -„ .. ::`,:°,:::::. -..:..•;::,.„,.;', -',, ::0",4:‘',4". .'...•:',••'. %,,,,:„.'-'4,:i.f.' .,;',..••• •' . , • ' , . • . ' " •P. i,.'f'''' :' "-rr:Trigi ',1 fRe 44 'A•••, . ' 0-, - - -' ,41-''';*47.- ' ' . • . , • ''.--:i •-.4,s'i.•-:.•tt fli,,, •.A. • . iii•71:,_-_- tt,k,• . ; , •*• 'i I•,i li - )- : .-1.04i 7 , . . ..... „.;7:,;., ,___ _ . - ... _- • - . , , . ..._ . REQUEST FOR PROPOSAL } - - .. _ . . . . . Grant Management and • . _ Administration Services for GLO Projects BID Number: P25-064 „.. . -...-...;',:,. z - --..:-.,- July 16, 2025 •,rt rthur ARDURRA TRANSMITTAL LETTER City of Port Arthur City Secretary ARDURRA 444 4th Street, 4th Floor Port Arthur, Texas 77640 RE: Bid No. P25-064; Grant Management and Administration Services for GLO Projects Selection Committee: Ardurra Group, Inc. (Ardurra) is eager to submit our qualifications to assist the City of Port Arthur with technical and professional services related to completing grant applications, grants management and administration, project management services, environmental and historical reviews/clearances, administrative assistance and review of project related financial management, emergency management and disaster response and recovery expertise, and data management for GLO Sponsored Projects as well as those projects that include FEMA, HUD, TDEM or other emergency management and disaster recovery programs. Ardurra understands that the main objective of this program is to maximize eligibility and reimbursement for all aspects of the recovery program, and to minimize impacts from future disasters. We have worked successfully with the City of Port Arthur in its recovery and mitigation efforts since 2018. We have maintained a team of technical and professional personnel specializing in disaster mitigation and recovery to support the pursuit of over $100M in recovery and mitigation related projects. These individuals are currently interfacing and coordinating with FEMA, TDEM, HUD, TWDB, and GLO to leverage specific funding mechanisms and strategies including all Categories of Public Assistance, 406 and 404 Hazard Mitigation Projects, the coordination of CDBG-DR support, and current active applications for Flood infrastructure and CDBG-MIT Projects, ARPA, US DOT Safe Streets, HUD Infrastructure Grants, and Energy Grant,The Ardurra team includes its local HUB sub-contractor, Chica &Associates (Chica) who with the Ardurra personnel have served the City consistently since 2018. M WBE i j Cor orate ! Assignment Firm f f Role I Key Personnel i P j 9 Status L 1 ! Location l Location Program Management; Chris Canonico; Port Arthur/ ARDURRA GROUP, INC N/A Houston Hazard Mitigation Craig Taffaro Houston CHICA & ASSOCIATES MBE Engineering Terri Wallace Beaumont Port Arthur/ Beaumont Founded in 1977, Ardurra is a professional engineering firm registered in Texas specializing in disaster management and multi discipline engineering services for public agencies.Ardurra has 85+Texas Registered Professional Engineers on staff. As it relates to federal programs (FEMA PA, 404, 406 and 408 programs, FEMA INF, FEMA CDL, Direct Repair, HUD CDBG-DR, USDA, USACE, FHWA, FTA, EPA and others).Ardurra has furnished recovery program management and federal Funds management services to repair, elevate and harden infrastructure and homes, restore shorelines and make communities more resilient for over 25 federally declared disasters throughout 15 states.As you evaluate the submittals, we ask that you consider the following strengths of our team: LOCAL ENGINEERS, LOCAL KNOWLEDGE.A key challenge in many disasters is documenting pre-storm conditions. Between Ardurra's extensive engineering expertise and its relationship with local engineering firms captures 48+years of local experience furnishing engineering services in Port Arthur and Southeast Texas including disaster recovery work following Rita and Ike and Harvey. Following Harvey, Ardurra was part of the local effort that assisted the City of Port Arthur and Port Arthur ISD with recovery efforts and together with Chica &Associates has partnered with Arceneaux, Wilson, and Cole to leverage long term local knowledge to build the Downtown Revitalization and Drainage Improvement Project application as well as drainage improvement projects to Port Acres, Stonegate, El Vista, and Lake Arthur. This strong local engineering capacity with hands on experience with local City infrastructure has been critical in the development of recovery and mitigation projects, cost estimating, and facilitating subsequent project delivery. COMMITMENT TO M/WBE PARTICIPATION. Ardurra has a long-standing commitment to the M/WBE community. For 25 years, we have met and exceeded M/WBE utilization goals with utilization as high as 50%. We have standing arrangements with qualified M/WBE firms to strengthen our working relationship and to enable them to expand their business and further develop skill sets. As a part of this commitment, we will be engaging local resources that we can not /\\/V ARDURRA CITY OF PORT ARTHUR, TEXAS I RFQ#P25-064 RIP Grant Mai ere&Administration Services for G&O Projects „ only hire for the project, but we will provide mentoring and training such all the local firms plus local talent support the region in any future disaster response efforts. NIMBLE, COST-EFFECTIVE AND WE HIRE LOCAL.We are not hindered by the bureaucracy of overly large firms and we are able to make quick decisions to maximize funding and eliminate de-obligations. Our disaster recovery work throughout the nation following hurricanes, tornadoes, and severe flooding has pushed us to be nimble—continuously ramping up, ramping down and leveraging the local workforce—to meet management and delivery schedules. EXPERTISE WITH MULTIPLE FUNDING AGENCIES. Knowledge, understanding, and experience with funding opportunities with all agencies is essential to ensure that you expedite and maximize your recovery funds and minimize impacts from future disasters.We have helped clients use combinations of FEMA Public Assistance funds, expedited funds, 406 and 404 Hazard Mitigation funds, EDA funds and CDBG-DR funds to recover AND rebuild more resilient and more functional facilities—this includes creative approaches to minimize or eliminate the City's expenses to match FEMA funds. The following represents one example of the magnitude of Ardurra's expertise with multiple funding agencies: • Nassau County NY Superstorm Sandy Recovery » Managed$1.5B in funding - SIX different funding sources >> Assisted the County in identifying and developing 50 ADDITIONAL FEMA PROJECT WORKSHEETS totaling $777M (originally 65 PWs now 115 PWs). WE KNOW HOW TO MAXIMIZE FUNDS AND ELIMINATE DE-OBLIGATIONS, Knowing where to locate the funding sources and when they become available is important, but meticulous tracking and documentation is CRITICAL to reimbursement and grants' proceeds retention.We develop a comprehensive, centralized database and funding methodology structure that will ensure the appropriate and timely capture of eligible costs to best position for reimbursement.We understand how to provide proper guidance on procurement of engineering and construction services in order to maximize reimbursements and eliminate de-obligation of funds.The following exemplifies two examples of Ardurra's expertise in understanding how to maximize funds and eliminate de-obligation: • St. Bernard Parish Munster WWTP Consolidation » EXTENSIVE ENGINEERING JUSTIFICATIONS for hazard mitigation, code and standard upgrades, and proper cost estimating. >> Expanded FEMA FUNDING FROM $11M TO $23M. • Nassau County, NY > Instrumental in securing funds for the LARGEST SINGLE PROJECT EVER FUNDED BY FEMA- $810M Bay Park Sewage Treatment Plant. > IDENTIFIED A NY STATE FUNDING MECHANISM to secure AN ADDITIONAL $28M for Bay Park FORCE MAIN AND PUMP STATIONS. Identified a NY State funding mechanism to secure $75M for the Bay Park ocean OUTFALL FACILITY. LEADERSHIP,The City's current Recovery Program Manager, Craig Taffaro, has 28 years of experience in public administration and disaster recovery program management. He has partnered with City Department Heads and City Management to lead the recovery program in Port Arthur and has extensive experiences in Flagler and St.Johns Counties, FL; Nassau County, NY; St. Bernard Parish, LA; Houston, TX; and Humble, TX.As Director of State of Louisiana Hazard Mitigation Grant Program and Recovery Coordination, he was responsible for the $750M hazard mitigation program. In the last ten years, he has managed more than $2B in FEMA recovery projects. We look forward to the opportunity to work alongside the City of Port Arthur. Since , ristopher Canonico, PE Partner, Ardurra Group, Inc. /\\/ ARDURRA CITY OF PORT ARTHUR, TEXAS I RFQ #P25-064 2 RFP Grant Management&Administration Services for GLO Projects , TABLE OF CONTENTS A. Corporate Background and Experience 04 B. Technical Approach and Methodologies 25 C. Appendices 33 Appendix A: List of Key Personnel 33 Appendix B: Letter of Interest 34 Appendix C: Affidavit 35 Appendix D: Conflict of Interest Questionnaire 36 Appendix E: Non-Collusion Affidavit 37 Appendix F: House Bill 89 Verification 38 Appendix G: Chapter 2252 Certification 39 Appendix H: Rate Table 40 Federal Clauses 42 /-\\\j ARDURRA CITY OF PORT ARTHUR, TEXAS I RFQ #P25-054 3 RFP Grant Management&Administration Services for GLO Projects A. CORPORATE BACKGROUND AND EXPERIENCE ARDURRA GROUP, INC LEGAL NAME I Ardurra Group, Inc Founded in 1977, Ardurra is a professional engineering firm CORPORATE registered in Texas specializing in disaster management and STRUCTURE Florida Corporation multi discipline engineering services for public agencies. DATE OF EST. 1977 Ardurra has 85+Texas Registered Professional Engineers on staff.As it relates to federal programs(FEMA PA, 404, 406 YEARS IN BUSINESS 48+ and 428 Programs, FEMA INF, FEMA CDL, Direct Repair, Wholly Owned Subsidiary off HUD CDBG-DR, USDA, USACE, FHWA, FTA, EPA and FIRM OWNERSHIP KC Engineering &Construction others). Services, LLC CERTIFICATION Texas Board Ardurra has furnished recovery program management and of Professional Engineers federal funds management services to repair, elevate and harden infrastructure and homes, restore shorelines and with the driving philosophy centered around providing make communities more resilient for more than 25 federally opportunities for our employees and exceptional service declared disasters throughout 15 states. to our clients. Nationwide, Ardurra has over 1,750 RELEVANT SERVICES INCLUDE: employees in 85 offices which includes subject matter experts; grant managers; professional civil, structural, • DISASTER PLANNING, MITIGATION, transportation, environmental, mechanical and electrical RECOVERY, CLOSEOUT, DISASTER PROGRAM engineers; environmental scientists; ecologists; surveyors; MANAGEMENT, GRANT APPLICATION GIS professionals; land planners; certified construction DEVELOPMENT-Texas General Land Office (GLO), managers; and water and wastewater plant operators. (HUD CDBG, CDBG DR, HOME, ESG, FHWA, FTA, Ardurra has over 360 employees in 13 offices throughout FEMA IA, PA, INF, CDL, 404, 406, 408, EDA, ARPA, Texas. For 48 years, Ardurra's Texas principals have been Wildlife & Fisheries, USDA and EPA programs) committed to local municipal, county and utility clients— • COASTAL ENGINEERING - marsh restoration and large and small—to address their water, wastewater, creation drainage, flood control, and roadway infrastructure challenges. In the last ten years our Ardurra employees • WASTEWATER -treatment plants, sanitary sewer lift has delivered over$5B and 2,500 engineering projects stations, pump stations, conveyance systems including assessments, planning, design, construction • FLOOD CONTROL - bulkheads, floodwalls, management, and program management for public floodgates, levees, bank stabilization infrastructure projects in Texas. • DRAINAGE -collection, conveyance, master DISASTER RELATED SERVICES AND planning, pump stations ENGINEERING CAPABILITIES • NAVIGATION - locks, dams, dredging For 15 years, Ardurra has been furnishing post disaster recovery support and engineering services in damage • HYDRAULIC AND HYDROLOGIC ENGINEERING assessments, preliminary damage repair design, - river and watershed studies, water and wastewater construction management, and federal funds management hydraulic modeling services to repair and restore public facilities, parks and • TRANSPORTATION recreation sites, shorelines, harden wastewater, water and drainage facilities, streets and bridges and levees, • ENVIRONMENTAL floodwalls and floodgates. We are civil, structural, environmental, mechanical, and hydraulic engineers with CORPORATE STRUCTURE/MATERIALLY extensive experience in modeling, planning and hazard SIGNIFICANT CHANGE IN OWNERSHIP mitigation design. We understand the specific issues Ardurra Group, Inc. (Ardurra) is a multi-discipline involved in assessments, emergency repairs, design, engineering and architectural firm that provides services construction and closeout services as they relate to FEMA, to public agencies and private sectors dating back HUD, USDA, EPA, US Army Corps of Engineers and other to December 1977. As an ENR Top 500 ranked firm, federal authorities—we know the rules to ensure funding we set out to build and grow a culture-focused firm sources are not jeopardized and are maximized. �� ARDURRA CITY Of PORT ARTHUR, TEXAS 1 RFO#P25-O64 stn. Management a Adenaittnetion services for Preitatsc CURRENT HURRICANE RECOVERY PROJECTS Fort Bend County MUD 25 Harvey Recovery and Facility City of Humble Harvey Debris Management, Facility Assessments FEMA Assessments and Recovery FEMA St Johns County FL Matthew Recovery Nassau County NY Superstorm Sandy Recovery Nassau County NY Bay Park Sewage Treatment Plant 1 East Baton Rouge Parish LA Sheriff's Office Recovery Sea Gate NY Superstorm Sandy Recovery New York Rising Housing Program New York City Build It Back Housing Program State of West Virginia Housing Recovery Tier 1&2 Environmental Reviews St Bernard Parish LA Katrina/Rita Recovery and Closeout Livingston Parish LA Sheriff's Office Recovery State of LA HMGP Home Elevation Program Cameron Parish LA Hazard Mitigation Advisory City of Longmont CO Needs Assessment and Advisory State of CO HUD Technical and Recovery Assistance Services State of SC 2015 Flood Recovery Action Plan City of Sumter SC FEMA Flood Recovery Development and Implementation East Richland County SC Flood Recovery Cleveland County OK HUD Advisory and Recovery Services State of NJ Initial HUD Action Plan Development DISASTER MANAGEMENT AND Rita,lke, and Harvey. Our engineering and engineering LEVERAGING MULTIPLE FUNDING relationships provides local knowledge and expertise in MECHANISM emergency management, damage assessments, project Ardurra has worked on more than 25 federally declared development and implementation, mitigation measures, disasters in 15 states—Hurricanes Katrina, Rita, Ike, Gustav, and maximum project funding. Irene, Superstorm Sandy, SC Floods 2015, LA Floods 2016, • Local presence on the ground enables us to assist the Hurricane Matthew, and Hurricane Harvey—to name a City with unanticipated events rapidly, cost-effectively, few. Disaster recovery projects and related funding sources and in a straightforward manner. managed by Ardurra in the last five years alone. • Intimately familiar with Port Arthur administrative and department operations, recovery priorities, mitigation CHICA & ASSOCIATES, INC. needs, and institutional knowledge of federal and state Established in 1999 in Beaumont and a certified MBE projects and applications. firm, Chica &Associates Inc (Chico) is a civil engineering • Ardurra team leadership has managed over $2B firm specializing in public infrastructure projects to in emergency management and disaster recovery include roadway, bridge, sewer, water, and drainage projects. Additionally, the same leadership has facilities. Chico has extensive experience with engineering developed hundreds of millions of dollars in emergency 9 assessments, facility inspections, alternatives analysis as management strategies. well as design and construction. In 2012 Chica worked • FEMA Region VI, TDEM, and GLO on over $100M on closely with the Southeast Texas Regional Planning Harvey recovery. Commission as liaison to cities and counties to help • Key staff have established direct professional determine CMAQ funding for agencies with limited partnerships with the City of Port Arthur and local resources. Chica identified problem areas then developed municipal and government agency projects which alternative analyses to address them. As a local firm, Chica provide critical insight to effective project management &Associates has extensive historical knowledge of Port strategies. Arthur and the relevant projects to be undertaken • Our local and M/WBE commitment is evidenced 111 TEAM UNIQUELY QUALIFIED by our diverse team members and sub-contractor agreements. Some key strengths to consider which renders the Ardurra • Ardurra's track record provides confidence in its service team uniquely qualified for the program. to clients with no funds being de-obligated from closed • Over 40 years of experience furnishing emergency projects managed by the Ardurra team. management and engineering services across the United States, Port Arthur, TX, and Southeast Texas including disaster recovery work following Katrina, ARDURRA CITY OF PORT ARTHUR, TEXAS I RFQ #P25-064 5 RFP Grant Management&Administration Services for GLO Projects OUR COMMITMENT TO to include innovative plans for a wastewater system THE CITY OF PORT ARTHUR rehabilitation utilizing Federal funds as opposed to local resources.We believe our team demonstrates the best of We take a personal interest in the City's ongoing recovery Port Arthur and our local knowledge enables us to quickly efforts and its resiliency to future events. Furthermore, we hire, train and mentor local staff who will be equipped pride ourselves in our ability to offer communities and our with skill sets to best serve the local community in the event clients comprehensive engineering services in addition to of future disasters. Ardurra's commitment is shown in the recovery management during times of disaster. Our team following list of current Hurricane Harvey recovery projects. has worked in Port Arthur for 30+years and Ardurra's key staff have worked alongside Port Arthur on Ike recovery PROJECT AND .y CONTRACT VALUE Damage assessments, PW development for all Categories of projects valued at over City of Port Arthur Disaster $40M, insurance reconciliation, project management, data management, Daily Recovery Program FEMA representation and interaction with FEMA/TDEM on behalf of the City, compliance monitoring, project funding tracking and forecasting, and project closeout City of Port Arthur 404 Hazard Coordinated, developed multiple applications for and received selection on four Mitigation Assistance FEMA mitigation projects valued at nearly $40M Successfully completed $98M Mitigation Project Application with a criteria score of City of Port Arthur 404 Hazard 91, positioning the City of Port Arthur to embark on a 6-year Downtown Revitalization Mitigation Assistance CDBG-MIT Drainage Improvement Project increasing the storm flood protection from a 2-year to a 25-year level of protection Damage assessments, engineering advisory, validating force account equipment City of League City Harvey labor and materials, PW development, grant application/management, admin and Disaster Recovery Program FEMA compliance, design and construction oversight, hazard mitigation and program close out. City of PeaHarvey Damage assessments, engineering advisory, PW development and grant application/ Recoveryry Assistance ance and Facility management for multiple water and wastewater facilities. Assessments FEMA City of Alvin Harvey Recovery Damage assessments, engineering advisory, validating force account equipment Assistance and Facility labor and materials, PW development, grant application/management, admin and Assessments FEMA compliance, design and construction oversight, hazard mitigation and program close out. City of Humble Harvey Damage assessments, engineering advisory, validating force account equipment Debris Management, Facility; labor and materials, PW development, grant application/management, admin and Assessments and Recovery FEMA compliance, design and construction oversight, hazard mitigation and program close out. Fort Bend County MUD 25 Damage assessments, engineering advisory, validating force account equipment Harvey Recovery and Facility labor and materials, PW development, grant application/management, admin and Assessments FEMA compliance, design and construction oversight, hazard mitigation and program close out. City of Houston Harvey Housing Master program management services for disaster related projects for homes dam- Recovery Program FEMA aged by Harvey as well as related support throughout the course of recovery during the three-year contract term. Damage assessments, engineering advisory, PW development, development of Gulf Coast Water Authority expedited Cat B PW, validation of force account equipment labor and materials, Harvey Recovery Program, FEMA hazard mitigation, and preparation of scope of work for permanent repairs and hazard miti ation. Harris County Harvey Disaster Recovery Facility Assessments Damage assessments, engineering advisory, grant application/management, unmet FEMA needs assessment, coordination with all Harris County entities. / \� ARDURRA CITY OF PORT ARTHUR,.TEXAS [ RFQ#P25-064 6 RFF Oriest hicesesaesteent&Adininistnekes Services few Cco . PROJECT AND CONTRACT VALUE Houston Galveston Area Council Housing inspection services for residents displaced due to Harvey in designated areas Harvey Temp Housing Program along the Texas coast and inland. Work includes damage assessments, inspection, Inspection FEMA documentation, and cost estimates. State of Texas GLO Harvey Project Management Services Project management and planning for the Direct Housing and Leasing Program for Direct Housing and Leasing (DHALP) and Manufactured Homes and RVs Program as part of GLO's statewide Program, Manufactured Homes recovery initiative in response to Harvey. and RVs FEMA Ardurra has enjoyed a lengthy and intimate relationship with the Texas General Land Office both before and during the increased level of project-based funding since Hurricane Harvey. Because of Ardurra's place as an industry leader in the State of Texas in Engineering and Disaster Recovery, we have had a place at the table during critical discussions and direction of the state's recovery planning and implementation. Ardurra continues to find its place among the trusted partners with the Texas General Land Office at both the state and local levels of project involvement and maintains a positive record of project completion, project compliance, and project success. The associated table below identifies a few of Ardurra's GLO sponsored projects. ARDURRA GLO PROJECT LIST CLIENT PROJECT SERVICES PROJECT VALUE Grant Application Grant Reporting City of Port Arthur Brick Manhole Replacement Grant Administration $990,000 Environmental Review Grant Application City of Port Arthur 9th Avenue Evacuation Route Grant Reporting $990,000 Grant Administration Texas General Land Office Environmental Consulting Environmental Review $ Per Task Grant Application Grant Administration City of Wharton CDBG-MIT Project Funding Reconciliation $4.6M Grant Reporting Environmental Review Engineering Support Grant Administration CDBG-Housing i Grant Reporting City of Beaumont I Project Implementation $1.8M Voluntary Home Buyout i Project Funding Reconciliation CDBG-Infrastructure Grant Administration City of Beaumont Pine St. Raw Water $20M Transmission Line Grant Reporting / \/ ARDURRA CITY OF PORT ARTHUR, TEXAS I RFQ #P25-064 7 RFP Grant Management&Adinmistra tian Services for GLO Projects HURRICANE HARVEY DISASTER RECOVERY GRANT MANAGEMENT AND ADMINISTRATIVE SERVICES CITY OF PORT ARTHUR, TX CLIENT REFERENCE: Ron Burton, Director of Public Works, City of Port Arthur 409.983.8189 I ron.burton@portarthurtx.gov Ardurra partnered with the City of Port Arthur in March of f ` 2018 and immediately embedded in the City's recovery a' r efforts to rescue the damage inventory submission and build an awareness of the City's FEMA claim relative to Hurricane �g Harvey which devastated the community in August of 2017 � As the City experienced multiple administrative changes and restructuring, Ardurra provided a continuity to the • recovery process, linking critical information between departments and the FEMA process. Ardurra developed a strategy to assist the City of Port Arthur in understanding what data was necessary to build their FEMA claim and how to format the information in the most beneficial presentation for FEMA and TDEM review. The Ardurra team used multiple members capitalizing on Perhaps as important as any aspect of the Port Arthur both consultant expertise and city professionals to gather Ardurra partnership is the establishment of a trusting institutional knowledge and relevant data such as pre-storm relationship and the consistent disposition of Ardurra to conditions, facility ownership, insurance coverage, and protect the City's interests in all recovery endeavors. This routine and preventative maintenance practices and records professional relationship has witnessed Ardurra coming when available. to an intimate understanding of operational norms and With the pressure to identify supporting documentation processes for the City and applying that knowledge to protect$12.5M in advanced funding associated with provided guidance and recommendations to the City Category A activities, the Port Arthur-Ardurra team built leadership on matters from validating project damages to a substantial claim that resulted in not only the protection selective pursuits of grant funding opportunities. of the advanced funding but also garnered additional Coming to know a client is a valuable asset in serving that reimbursement. client well but coming to the point of serving Port Arthur Since the inception of the Ardurra recovery partnership as a trusted partner has borne much success in the City's with the City, over 40 projects have been submitted to recovery. FEMA across all Categories of recovery resulting in project As a critical feature of the City of Port Arthur's continued values of nearly $40M.Additionally, Ardurra has led the recovery and growth, the Ardurra partnership has included expansion of the recovery to include mitigation projects to working to secure and actively managing over $65M protect the City from future damages through the submission in mitigation funding for critical drainage improvement and selection of four 404 Hazard Mitigation Assistance projects, namely at Port Acres, El Vista, and Stonegate. projects valued at an additional $60M in project costs and nearly twice that in the post-mitigation protection value. The Ardurra—Port Arthur partnership has recognized over Ardurra has proven its expertise in fighting for the City's $200M in recovery and grant pursuits and has consistently afforded the City the leverage of decades of experience programmatic position in advancing projects that are clearly and industry insight, often assisting with projects without eligible by FEMA policy and has cautioned the City on incurring the financial burden of additional fees. projects that presented greater risks of denial from FEMA, ultimately protecting the City from frivolous pursuits of reimbursement that were likely to be more costly to the City than beneficial. /\\/ ARDURRA CITY OF PORT ARTHUR, TEXAS I R,Q #P25-064 8 RFP Grant Management&Administration Services for GLO Projects 7 .....iiiimikV .:.„ ., .:,-_::.;-;..-,,---:,--;-! --;±' , :: , -- NY SUPERSTORM SANDY DISASTER 0 RECOVERY PROGRAM MANAGEMENT a NASSAU COUNTY, NY , CLIENT REFERENCE: _' r.II! it �., 4 . ,,,, Rob Walker, Deputy Budget Director, Nassau County — . ,: 1�l.t t * * 3} 516.626.4266 I rwalker@nassaucountyny.gov f "' ; 11 ;F "'' 4�This program started with 65 Project Worksheets (PW). =-- _ I •='re�� -�`°`�" ¢ Ardurra's staff assisted the County to develop 50 additional ._ PW totaling S777M. Ardurra is also administering $853M ": - in PW that are in the FEMA Public Assistance Alternative _ Procedures (PAAP) allowing extended coverage in SERVICES PROVIDED Mitigation as well as Alternate Project scopes. Disaster Recovery Grant Management and Admin - Ardurra is serving as program manager providing recovery FEMA, CDBG-DR, FHWA, USDA Applications and Funds assistance and expert advisory services for this $1.6B Management program. Responsibilities include implementing systems/ Facility Damage Assessments, Engineering, processes for financial tracking, application tracking, data Debris Monitoring management/reporting; expert advisory services related to PW Development and Review, Develop and Monitor FEMA, HUD CDBG-DR and multiple funding mechanisms; Closeout Procedures, Program Compliance, Procurement grant management/administration; engineering support; and Contracts Support debris management and oversight; disaster recovery Financial Audits, Monthly, Quarterly Reports procurement of professional services/contractors; and development of contracts that are compliant with federal Database Management i funds guidelines. DATES SERVICES PROVIDED I. FACILITIES. Ardurra was responsible for damage 2013 -Ongoing assessments, scope of work for repairs or replacement as well as procurement and contracts support for shoreline Ardurra is providing responses for FEMA reimbursements, repair/restoration and repair or replacement of fire stations, conducting initial Project Worksheet(PW) development for all public safety facilities, parks/recreation facilities, various Categories(A thru G), and managing projects for ongoing buildings and equipment, roads/bridges, utilities, water compliance.To date,Ardurra has overseen the development control structures and sewage treatment plant. of over 75 PWs, 10 FEMA HMGP 404 grant applications, 16 DDIRs with FHA and other disaster grants.This program DEBRIS REMOVAL.Ardurra was responsible for the started with 65 PW—Ardurra's staff assisted the County to removal of 18,000 yd3 of disaster related vegetative develop 50 additional PW totaling $777M. and Construction and Demolition (C&D) debris and 112 abandoned vessels that were deposited in seven government Ardurra is administering $853M in PW that are in the FEMA owned waterways throughout the county.This work Public Assistance Alternative Procedures (PAAP) that allow represented $13.2M in FEMA funds.Ardurra provided RFP for extended coverage in Mitigation as well as Alternate development, removal monitoring and management, PW Project scopes. development and eligibility determinations for each vessel. BAY PARK SEWAGE TREATMENT PLANT(STP). SIX FUNDING SOURCES.Ardurra's initial role in Ardurra was instrumental in securing funds for the largest Nassau County was short term FEMA emergency repair single project ever funded by FEMA—the $810M Bay Park and PW development.Ardurra's knowledgeable and STP.Ardurra key staff worked closely and tirelessly with committed team earned the trust of Nassau County and the County, Senator Chuck Schumer, Governor Andrew continued to manage the long-term recovery program. Cuomo, and Director of FEMA Craig Fugate both in the Ardurra identified five additional funding sources for a State of New York and through visits to Washington DC. variety of projects and is currently managing projects using Ardurra is currently working with FEMA, Nassau County, 6 different funding sources (see following page) NYDHSES and the Governor's Office of Storm Recovery to implement the FEMA and HUD funds. FEDERAL EMERGENCY MANAGEMENT AGENCY (FEMA).Ardurra is providing relevant documents to support HUD CDBG-DR PROGRAM.Ardurra is managing the FEMA Public Assistance, 404 and 406 Hazard Mitigation County's CDBG programs—anticipated to receive $1 B in and close-outs of Hurricane Irene and Superstorm Sandy. CDBG-DR funds. Ardurra is responsible for ensuring that • /\/ ARDURRA CITY OF PORT ARTHUR, TEXAS I RFQ #P25-064 9 RFP Grant Management&Administration Services for GLO Projects l r s'' ' k k3-'' � o-- 4"�e --* all the programs are implemented in compliance with HUD quality improvements as well as green innovation.Ardurra regulation; is assisting with preparation of all applications; is identified the County's Bay Park Sewage Treatment Plant furnishing procurement support; and is currently researching (STP) as an eligible project under this program and assisted additional funding opportunities. the County to secure $28M for the Bay Park STP force main FEDERAL HIGHWAY ADMINISTRATION (FHWA), and pump stations, and $75M for the Bay Park STP ocean Ardurra identified FHWA funds available for transportation outfall facility. infrastructure projects and assisted to secure $55M EFC STORM MITIGATION LOAN PROGRAM in FHWA grant funds for highway, road and bridge (SMLP).To assist communities in New York rebuild smarter infrastructure mitigation and repair. and stronger following Sandy, the Governor marshaled UNITED STATED DEPARTMENT OF AGRICULTURE the resources of state and federal governments to improve the resiliency of water and wastewater treatment facilities- (USDA).Ardurra identified an opportunity to provide $340M was provided the State through the Storm economic development dollars to rural and agricultural Mitigation Loan Program. EFC's SMLP provides cost sharing areas within Nassau County.Ardurra assisted the County and low interest loans to eligible projects. Ardurra identified to secure $8M in USDA grant funds for rural area the County's Bay Park STP ocean outfall as eligible and development. assisted the County to secure $75M via a 75%/25%cost NEW YORK ENVIRONMENTAL FACILITIES share agreement with EFC. CORP(EFC). EFC is a state program that invests in, and provides grant funds for, wastewater, water, and air- HURRICANE MATTHEW DISASTER RECOVERY PROGRAM MANAGEMENT STJOHNS COUNTY, FL 1 CLIENT REFERENCE: "'«=.., Joe Giammanco, Purchasing Manager, St Johns County 904.209.0152 1 jgiammanco@sjcfl.us _2 y r t.' Ardurra is servingas program manager for this recovery `mat -` N� i P 9 9 .� $ 1 ," -A program. Hurricane Matthew, a Category 3, caused surge ,. {pl +i' _ s .`� ,r--' t. heights of more than seven feet in several coastal areas of ,Aft-` - `1 - - . R--- - 46 the county. Major impacts included storm damage to roads, _ _ ••k. - - bridges, drainage infrastructure, fire stations and other .�_ ,, s - �' :billilir permanent infrastructure. Impacts to existing beaches and - ', ,'* ' associated debris generation were a substantial portion of "" '"amor` the impacts to the County.Ardurra's responsibilities include SERVICES PROVIDED FEMA Public Assistance Advisory Services; debris removal Disaster Recovery Grant Mgmt and Admin - FEMA, recommendations and oversight; review and management CDBG-DR, FHWA, USDA Applications and Funds Mgmt of all eligible Cat A and B activities; and review and Facility Damage Assessments, Engineering, management of all needed permanent repairs for Cat C Debris Monitoring through G.As it relates to debris, Ardurra is responsible for PW Development and Review, Develop and Monitor oversight to ensure eligibility, assist with PW preparation Closeout Procedures, Program Compliance, Procurement and reimbursement and in general provide QA/QC of the and Contracts Support activities performed. To date, Ardurra's contract has been Financial Audits, Monthly, Quarterly Reports expanded under two consecutive contract amendments. -- - Ardurra's recommendations have included: Database Management DATES SERVICES PROVIDED • Updating the Debris Management Plan to reduce the County's match for debris removal by 2% 2016 - Ongoing • Recycling sand collected as debris to obtain additional financial credit collection by FEMA) benefiting local residents • Obtaining approval to collect contiguous debris on • Obtaining Right of Entries to address debris on private private property (Debris that extends from public property, once again benefiting local residents. property onto private property can be approved for " / ARDURRA CITY OF PORT ARTHUR, TEXAS I RFC/ #P25 064 10 RFP Grant Management&Administration Services for GLO Projects HURRICANES KATRINA & IKE DISASTER t t '" RECOVERY PROGRAM MANAGEMENT ST BERNARD PARISH, LA ,_ .; CLIENT REFERENCE: . , fj Louis Pomes, Parish President, St. Bernard Parish �"`•31iAle` fR,.r- � �,_ 504.278.4200 jlpomes@sbpg.net .21! `Anrk Ardurra srJff completed 100% rebuild of a community ,rs y - including its infrastructure, roads, parks, emergency r. r "° facilities, all government buildings and community __ }-=- leisure/tourism facilities. They increased FEMA obligated SERVICES PROVIDED funding by 500 and had no negative findings/de- obligations during that period of time. 1 Disaster Recovery Grant Management and Admin - FEMA, CDBG-DR Applications Ardurra staff teamed on 100%of the rebuild of a _ and Funds Management community including its infrastructure, roads, parks, 1Facility Damage Assessments, Engineering, emergency facilities, all government buildings and Debris Monitoring community leisure/tourism facilities.They increased FEMA `— PW Development and Review, Develop and Monitor obligated funding by 500%and had no negative findings/ Closeout Procedures, Program Compliance, Procurement r de-obligations during that period of time. and Contracts Support In the aftermath of Hurricane Katrina in 2005, St. Bernard Repair& Reconstruction of Fire Stations, Public Safety Parish started a recovery department to deal with the Facilities, Parks& Rec Facilities, Buildings&Equipment, recovery.Ardurra staff were selected to manage $1.6B Roads& Bridges, Utilities, Water&Wastewater Facilities in FEMA funds including engineering assessments, FEMA Financial Audits, Monthly, Quarterly Reports liaison, financial management and closeout specialists. --- --- - - -- --- -- - -- --- DATES SERVICES PROVIDED They directed 30 different skilled positions to manage 600+ infrastructure projects ranging from $1,000 to $100M. 2005 - 2020 Ardurra's key proposed staff worked hand in hand with local government to assist in rebuilding a substantial portion CDBG-DR funds, $1 M in Economic Development Agency of the parish's infrastructure Originally FEMA had obligated funds to supplement bonds to make this project a reality. $300M to rebuild and replace the damaged infrastructure. CLOSEOUT.Ardurra implemented the FEMA disaster HOSPITAL. Chalmette Medical Center and Hospital recovery close out process for $600M in FEMA projects. (private entity)was the Parish's only hospital and was The close out process was developed according to the State destroyed by Katrina. In addition, the adjacent New of Louisiana GOHSEP and FEMA regulations for disaster Orleans East hospital was private and also destroyed. Both grants management of Federal grant funds for hurricanes private entities decided NOT to return and rebuild.Ardurra Katrina and Rita. When Ardurra was selected by the Parish s staff worked effortlessly alongside local, state, and federal to perform these tasks, the Parish had 320 Category C-G government to source funds for a new $69M, 110,000SF, Project Worksheets (PW) requiring close out processing and 40-bed, three-story hospital. Funds were a combination of submittal to GOHSEP.The Ardurra team has since submitted FEMA, CDBG and State-$41 M of the $69M were CDBG- 138 PWs for close out. Of those submitted, 109 have been DR funds. closed and 29 are going through the GOHSEP process. Ardurra 's daily responsibilities include the reconciliation WASTEWATER FACILITIES - Munster Wastewater of construction projects for accuracy and completeness. Treatment Plant(WWTP) Consolidation.Ardurra staff Once projects are reconciled, Ardurra staff compiles the played a major role in consolidating the Parish's four data according to GOHSEP's 20-step regulations.Ardurra damaged WWTPs into one facility at the Munster WWTP. is also required to reconcile contractor invoices to ensure Extensive engineering justifications for hazard mitigation, the Parish has been fully reimbursed by FEMA. Submittals code and standard upgrades and proper cost estimating are verified for accuracy and completeness by Ardurra 's were provided to expand FEMA funding for the Munster project manager. WWTP Consolidation from $11 M to $23M. In addition, Ardurra team members assisted the Parish to obtain $3M in /\\/ ARDURRA CITY OF PORT ARTHUR, TEXAS I RFQ #P25-064 11 RFP Grant Management&Administration Services for GLO Projects r SHERIFF'S OFFICE FLOOD RECOVERY PROGRAM MANAGEMENT LIVINGSTON PARISH, LA CLIENT REFERENCE: ----isiti..► Jamie Felder, CFO, Livingston Parish Sheriff's Office 225.316.7502 I jfelder@lpso.org Ardurra was selected to provide FEMA grant management assistance for$12M program involving Sheriff's Office's damaged facilities following the August 2016 Flooding. Ardurra's scope included damage assessments and SERVICES PROVIDED documentation of permanent facilities. This included $1.5M Disaster Recovery Grant Management and Admin- in damages to the helicopter hanger and associated FEMA, CDBG-DR Applications and Funds Management equipment, identifying and documenting damages to Facility Damage Assessments, Engineering, a 911 center, identifying and documenting damages to Debris Monitoring the shooting ranges, and establishing damages to stored PW Development and Review, Develop and Monitor ammunition and stored documents. Ardurra's services Closeout Procedures, Program Compliance, Procurement included damage assessment, documentation, and and Contracts Support development of Project Worksheets (PW) and assistance Repair&Reconstruction of Fire Stations, Public Safety with FEMA to obtain PW approval.Assistance was Facilities, Parks&Rec Facilities, Buildings& Equipment, also provided to obtain funding disbursements after Roads& Bridges, Utilities, Water&Wastewater Facilities PW approval. For permanent facilities, Ardurra is also Financial Audits, Monthly, Quarterly Reports identifying any hazard mitigation opportunities available. DATES SERVICES PROVIDED EMERGENCY PROCUREMENT. Ardurra's work included 2016 - Ongoing documenting and gaining approval for replacement of sheriff vehicles and equipment critical to their job function and assisted with documentation of force account services MOBILE HOME PROCUREMENT AND SITE and emergency activities performed immediately after the IMPROVEMENTS FOR HOUSING.Ardurra assisted event. Ardurra was responsible for emergency procurement with mobile home procurement and design for roadway, as well as design and construction management services water, sewer, and electrical site improvements for this to establish a temporary housing site for up to 50 sheriff housing location to be accomplished within a 28-day staff and their families. This activity was critical to maintain window. Overall Ardurra has assisted with identifying, law enforcement services to Livingston Parish while these developing PWs and pursuing approximately $13M of deputies establish how to restore their permanent living overall funding. Ardurra will assist the Sheriff's Office to quarters. identify additional disaster recovery funding opportunities such 404 Hazard Mitigation and CDBG funds as they become available. / \\ ARDURRA CITY OF PORT ARTHUR, TEXAS ( RFQ #P25-064 12 RFP Grant Maragement&Administration Services for GLO Projects GULF COAST WATER AUTHORITY DAMAGE ASSESSMENTS AND RECOVERY PROGRAM MANAGEMENT GULF COAST WATER AUTHORITY CLIENT REFERENCE: Ivan Langford, General Manager GCWA 409.797.4907 ilangford@gcwater.org Immediately following Hurricane Harvey, Ardurra was selected to furnish emergency damage assessment of GCWA facilities including large pump stations, transmission canals, reservoirs, and water treatment plants. Ardurra assisted to developed plans to perform assessments in SERVICES PROVIDED locations with limited access.Ardurra's scope of work Disaster Recovery Grant Management and Admin - included a summary of damages report; engineering FEMA, PWs Applications and Funds Management advisory services; FEMA Project Worksheet development; FacilityDamageAssessments, sneering Development development of expedited Category B Project Worksheet; -— ..- - -n — PW Developmmentt &&Review, Develop Monitor Closeout feedback on Category B repairs including Cottonwood Procedures, Program Compliance, Procurement& Dam reconstruction; validation of force account equipment Contracts Support labor and materials; and hazard mitigation. Critical St activities included detailed assessments of the May and Repair&Reconstruction of Fire Stations, Public Safety Shannon Intake Pumping Plants, Mustang Reservoir and Facilities, Parks&Rec Facilities, Buildings& Equipment, Roads&Bridles, Utilities, Water&Wastewater Facilities Thomas Mackey Water Treatment Plant.With a combined capacity in excess of 100 MGD, these facilities are critical Financial Audits, Monthly, Quarterly Reports to GCWA's function. Ardurra detailed damages and repairs Database Management that would be required for the intake structure, upstream DATES SERVICES PROVIDED and downstream wingwalls, upstream and downstream embankments and other features of the Shannon and May 2016 Ongoing Pumping Stations.The 50 MGD Mackey Water Treatment Plant required emergency electrical repairs to assure Subsequently, Ardurra prepared comprehensive assessments and a detailed scope of work for permanent continued water supply to GCWA customers. Ardurra assisted with the documentation of these repairs and repairs and hazard mitigation at the May and Shannon Pumping Stations as well as all facilities impacted by assessment of permanent repairs required. Hurricane Harvey. Currently repairs are estimated at $15M. STATEWIDE HOUSING FLOOD RECOVERY PROGRAMSERVICES PROVIDED.. Disaster Recovery Grant Mgmt and Admin, Application STATEWIDE, SC Intake, Design, Construction, Database Mgmt, Internal Ardurra is currently providing an unprecedented full Audit, VOAD Coordination, Environmental Compliance, spectrum housing recovery program (intake, design, —______ Closeout construction, grant management, database management, DATES SERVICES PROVIDED internal audit, VOAD coordination, environmental 2016 -Ongoing compliance, closeout), with an accelerated timeline, for on-site review, and builder site reconnaissance is conducted 1,500+families/homes.Ardurra is teamed with Horne LLP as a joint team, delivering uniformity and expediency. Of and SLS. Start-up included targeting community leaders, the 1,500 applicants deemed eligible, 43%have a family local churches, governments, and non-profit organizations make up that includes an age dependent(65 and over, 5 to discuss program requirements, key deadlines, planned and under) or disabled household member, and 67%of all actions, and where and how to access customer service. applicant's income is 30%or below the area median income. Mobile intake centers were set up and program brochures By prioritizing applicants based on income, disability, and were distributed to known impacted citizens across the age criteria, Home has ensured the most vulnerable citizens, State's 22 eligible counties. those that could not recover on their own, are assisted as The team determined eligibility for all 1,500 families within 3 quickly as possible. months of program start. Damage assessments, environmental /u. ARDURRA CITY OF PORT ARTHUR, TEXAS I RFQ #P25-064 13 RFP Grant Management&Administration Services for GLO Projects PROJECT ORGANIZATION The following organization chart identifies proposed personnel and their role on the team. Craig Taffaro will serve as Program Manager/Technical Director and will be City of Port Arthur's main point of contact. Each proposed team member is available upon notice to proceed. Ardurra's initial strike team is made up with unparalleled engineering design, construction and disaster recovery experience; lessons learned; and local, state and federal agency understanding and relationships to ensure a successful program. Proposed team members have worked together on multiple programs and structured to be ramped up or throttled down based on the needs of the City of Port Arthur. Or of 114 ort rthur Tekus Principal-In-Charge Chris Canonico, PE Program Manager/ Technical Director Craig Taffaro Deputy Program Manager/ Practice Director Hazard Mitigation Manager Joseph Sensebe, PE Courtney Nelson Project Specialist/ Mitigation/Engineering Environmental Services Document Management Andy Chi Adam Faschan, PhD, PE Amy Hesseltine, PE Roeisha Diaz Jeffrey Peters, PE, BCEE Courtney Nelson /\\\/ ARDURRA CITY OF PORT ARTHUR, TEXAS I RFQ #P25-064 14 RFP Grant Management&Administration Services for GLO Projects CHRIS CANONICO, PE Principal-In-Charge Chris has 29 years of experience in environmental water resource engineering and disaster recovery programs. His project experience includes design of water, wastewater, and drainage facilities throughout Texas. He served as project principal for$2.53 in Harvey recovery work throughout Texas including ongoing contracts with Texas GLO. He has been actively involved in recovery work throughout the gulf coast region post Hurricanes Katrina, Rita, Ike, and Harvey. Project experience includes: EDUCATION Main WWTP, City of Galveston, TX. Project Principal for improvements to the plant following Hurricane Ike including rebuilding and relocating the influent list station and grit MS, Environmental removal system and changing to a submersible pump station design; rebuilding the existing Water Resources, University of Texas biological treatment system with a new Sequencing Batch Reactor system, air diffusers and Austin blowers; rebuilding the disinfection system and converting to UV disinfection; and necessary BS, Civil & site work, stand-by power and modifications to the existing solids handling processes to Environmental accommodate gravity flow under 100-year(and appropriate storm surge) flood plain water Engineering, Duke surface elevation conditions. University Houston-Galveston Area Council Harvey Recovery, Inspection Services for REGISTRATIONS Temporary Housing Program, Houston, TX. Principal-In-Charge performing feasibility Professional Engineer assessments for placement of a Mobile Home/Recreational Vehicle (MH/RV) unit and Texas (90104) compliance with basic setup of MHU/RV on the site.Tasks include inspection, as required by established codes, and HUD's Housing Quality Standards.These assessments are critical YEARS EXPERIENCE to determine if option of the MHU/RV is a suitable for the program applicant and placement 29 Total of the unit. Responsibilities include development of policies and procedures, specifications, inspection training, site feasibility inspections, request for occupancy inspections, scheduling and close out. Reflection Bay WRF Emergency Design-Build, City of Pearland, TX. Project Principal for this project which includes a comprehensive analysis on the City's wastewater treatment and collection system to determine what improvements need to be made to accommodate both a 10-year planning window of growth and development within the facility service area and the ultimate expected build-out of the service area. The $11 M of improvements being made to the WRF are being delivered using an Emergency Design/Build delivery structure. Southeast Water Purification Plant, City of Houston, TX. Project Principal for this $171 M project which includes raw water delivery improvements; a new conventional treatment module including flocculation, sedimentation, and high rate filtration; new chemical storage/ feed facility; new transfer pump station; new multi-level filter complex building; new UV treatment facility; new concrete GST; a new 75MGD high service pump variable frequency drive driven; sludge processing improvements; plant SCADA system improvements; upgraded plant security system; and other related expansion improvements. BWA, Rosenberg Water Transfer, City of Rosenberg, TX. Project Principal for this water transfer program for the City of Rosenberg. In order to comply with groundwater subsidence requirements, Rosenberg will be contracting with BWA for surface water that is expected to save an estimated $12.6M over the next 35 years. / \/ ARDURRA CITY OF PORT ARTHUR, TEXAS I RFQ #P25-064 15 RFP Grant Management&won Services for OW Projeets r� ,r CRAIG TAFFARO Program Manager/Technical Director Craig has 28 years of experience in public administration and disaster management. He served in leadership roles for$38 in recovery programs throughout the gulf coast and remains abreast of developments and implementation of FEMA and HUD programs. He has led multiple y recovery programs throughout Louisiana, Florida, and Texas. As Director of Recovery for The State Of LA, he was responsible for$750M hazard mitigation grant program. He is involved in Harvey recovery efforts for the Cities of Port Arthur, Beaumont, League City, Humble, Porter Special Utilities District and the Gulf Coast Water Authority. Project experience includes: EDUCATION MS Counseling Harvey Disaster Recovery Grant Management and Administration, City of Psychology, University Port Arthur, TX. Program Director in charge of damage assessments, FEMA, HMGP grant of Southern Mississippi program management and administration for $75M in public infrastructure.Work includes BA Sociology, public structures, drainage conveyance systems and roadways as well as FEMA 406 and University of 404 grants. Managing grants and preliminary engineering for 40 individual projects totaling Southwestern, Louisiana approximately $44M.Assisted the City to identify five FEMA 404 projects totaling $30M. Projects include 4 drainage capacity improvements and 1 water clarifier improvement to #° increase capacity to move water through treatment system. Currently developing grant *tifirttOPMSliff AND applications that total more than $100M in mitigation projects for the City. ICS 100 — Introduction St.Johns County Florida Hurricane Matthew Recovery, St, Augustine, FL. to Incident Command Program manager for this FEMA recovery program which includes extensively damaged roads, System bridges, drainage infrastructure, fire stations and beach/waterfront areas. Responsibilities ICS 200 — Single include review and management of all eligible Category A and B activities, and all needed Resources and Initial permanent repairs for Category C through G.Assisting with hazard mitigation opportunities. Action Incidents ICS 300 — Intermediate FEMA Public Assistance, 404 Mitigation, and CDBG-DR, City of Beaumont TX. Incident Command Technical Director for damage assessments, environmental advisory, FEMA, HMGP and System CDBG-DR grant management and hazard mitigation. Identified eight FEMA 404 applications ICS 400 —Advanced totaling $22.6M.This includes five building flood proofing projects, two increased capacity of Incident Command mitigated space for buildings projects, and one new drainage pump station. System Hurricane Harvey Recovery, City of League City, TX. Subject Matter Expert. YEARS .1 - Responsible for identifying a successful recovery strategy related to FEMA/CDBG- 28 Total DR/Insurance well after the disaster period had ended; overseeing PW development, implementation, and prepping projects to be closeout ready upon completion for claims; and identifying potential Hazard Mitigation opportunities. Gulf Coast Water Authority Facility Assessments, Hurricane Harvey, Houston, TX. FEMA Technical Advisor for damage assessments, engineering, advising on validating force account, equipment, labor, PW development, grant application/ management, admin and compliance, conceptual design of repairs and construction oversight, hazard mitigation, close out work includes large pump stations, conveyance canals and reservoirs, and a water treatment plant for approximately$40M to $50M of construction.Currently assisting GCWA with hazard mitigation opportunities for riverbanks, pump stations and reservoirs. Nassau County NY Superstorm Sandy FEMA and CDBG-DR Recovery, Nassau County, NY. $1.6B. Project manager and closeout specialist performing all closeout tasks for FEMA PWs.Work includes coordination with admin and financial teams to gather invoices and all documents necessary as well as ensuring all vendors have been paid. Responsible for organization of all documents and ensuring compliance. may% ARDURRA OTT OP PORT ARTHIOR,TEXAS 1 RtG sP25-*64 ' 6 111/ Director of Hazard Mitigation Grant Program and State Recovery Coordination, State of Louisiana, Baton Rouge/New Orleans, LA. $750M. Governor's appointee/Director.Work includes directing a program of 250 team members; establishing policies and procedures; coordinating with State and Federal agencies and State and Federal Legislators to implement programs and resolve obstacles to program implementation; budget establishment and compliance. He also serves as a voting member on behalf of the State's Administration on Coastal Protection and Restoration Authority which oversees project selection and funding for an anticipated $50B of restoration and protection activities over the next three decades. Parish President/Chief Executive Official, St. Bernard Parish Government Hurricane Katrina Recovery, St. Bernard Parish, LA. Parish President. Craig was the Chief Executive Official responsible for overseeing general operations and capital programs for parish government consisting of 350 employees.Administered $65M of annual operating budget and $1.6B in capital programs over the designated term in office. Responsible for establishing and implementing a Recovery Plan within FEMA funding guidelines and regulations. Re-established standard operating procedures for the St. Bernard constituency while providing physical plant recovery for Public Works, Recreation,Judicial System, Community Development, Flood Protection, and adjunctive support for the school system and law enforcement. He served as Point of Contact with State and Federal agencies and elected officials in coordinating the multi-year/ multi-layered plan of Recovery. Mr.Taffaro led the New Orleans Regional Planning Commission in establishing regional recovery initiatives and efforts, coordinated regional Emergency Response plans, and served as an active delegate in establishing a regional Coastal Protection Master Plan. St. Bernard Parish Katrina and Rita Recovery FEMA Closeout, St. Bernard Parish, LA. Developed and implemented the Parish's close out process in compliance with LA GOHSEP 20-step regulation and FEMA regulation for disaster grants management. Program includes 320 Cat C-G PWs to close out and submit to GOHSEP. Ardurra team communicates with GOHSEP on daily basis. Increased FEMA and CDBG-DR funds from $300M to $1.6B for St Bernard Parish LA Katrina Recovery. "/ ARDURRA CITY OF PORT ARTHUR, TEXAS ( RFQ #P25-064 17 RFP Grant Management&Administration Services for GLO Projects JOE SENSEBE, PE Practice Director 0 Joe is a project executive/manager with more than 36 years of experience delivering over f Y $38 of complex civil works, infrastructure, environmental, water resources and flood control projects through a variety of delivery platforms such as design-bid-build, construction log , ., management at risk, design-build, early contractor involvement, and cost-reimbursement throughout the United States for the full a variety of public elements at the local state and federal levels to include, USACE, USDOE, USEPA, (City of New Orleans, Sewerage and Water Board of New Orleans,Jefferson Parish, LA, St. Bernard Pariah, LA. Ascensions Parish, EDUCATION LA, Slidell, LA, Port Authority of New York and New Jersey, the Port Authority Trans Hudson, MS, Civil Engineering, and the New York Metropolitan Transit Authority) and Puerto Rico PRASA(water), PRHTA Texas A&M University (highway), and PREPA (power).Joe has extensive knowledge of USACE requirements and has BS, Civil Engineering successfully managed diverse projects and delivery methods. Project experience includes: University of New LaGuardia Airport Flood Protection Improvements, Port Authority of NY and Orleans NJ. Project Manager for this $25M CMAR project that included providing post-Sandy flood REGISTRATIONS protection features such as floodwalls, pump stations and flood resiliency hardening to critical Professional Engineer airport infrastructure elements such as backup power generation, substations, critical airfield operations facilities, and other critical infrastructure elements.The project delivery method was Louisiana (0027414) CMAR whereby the development of the plans and specifications had to be done in accordance with the state of New York public procurement policies.As the project management team, we YEARS EXPERIENCE were responsible for the collaboration and coordination of contractor design elements, review 36 Total of submittals, and the overall coordination with the client to assure quality delivery. Seabrook Sector Gate Complex Design and Construction Support, USACE New Orleans District, Hurricane Protection Office, New Orleans, LA. Project Manager for the design, QC reviews, submittal reviews, and technical support to USACE during construction. Responsible for scope, schedule, and budget. Design and construction management for a large navigable sector gate, vertical lift gates, and associated features that are part of a large flood risk management system for New Orleans. ECI at mid-point of design stage resulted in fast-track re-design of temporary cofferdam to support material acquisition by the contractor. Cost: $10.8M (fee), $165M (const.) St. Bernard-Chalmette Loop Levee Floodwall System Design, USACE New Orleans District, Hurricane Protection Office, St. Bernard Parish, LA. Project Manager provided oversight and review of the design, QC reviews, submittal reviews, and technical support to USACE during construction. Conducted evaluation and developed 100 percent designs of dual flood risk reduction system consisting of an outer perimeter federal levee and an older, locally constructed lower levee—including earthen levees, new navigable sector gates, roads, and floodwalls. / \, ARDURRA CITY OF PORT ARTHUR, TEXAS I Rea#P25-064 18 RFP Grant Management 8 Administration Services for GLO Projects .- 1111.111111111166, ANDY CHICA (CHICA & ASSOCIATES) Project Specialist/ Document Management I , Andy has 25 years of experience in public agency project administration, funding, and ,: management. As president and CEO of Chica &Associates, he routinely interfaces with 000, legislators, government agency personnel and TxDOT in an effort to obtain funding for their respective projects. Project experience includes: Texas Transportation Commission, 1992-1997. Chief-of-Staff to Chairman Bernsen. Responsible for the day-to-day operations of the Commissioner's office in Beaumont and EDUCATION Austin, Texas. Other duties included overseeing TxDOT's $3.2B budget for infrastructure projects (highways, airports, ports, etc.); interfacing with city, county and state elected officials BBA Marketing &Public and their staff and Metropolitan Planning Organizations .Well versed in the department's UTP Relations, Corpus Christi (10-year Unified Transportation Plan). State University Old Dowlen Road from Dowlen Road to SH 105, City of Beaumont, TX. $6.1 M. Project Principal for oversight of design to widen the existing roadway from a two-lane 30 Total roadway to a two- lane (shared travel/bicycle) roadway with a continuous left turn lane.The ultimate design of this project will allow for added capacity in the future by simply re-striping the roadway. This project also includes installing pedestrian facilities including a signalized intersection, and storm water drainage design. Old Dowlen Road Extension from Cole Street to SH 105, City of Beaumont, TX. $1 M. Project Principal for oversight of design to widen the existing roadway from a two- lane roadway to a two-lane curb and gutter roadway.Also Included is storm water drainage design.This project also includes installing pedestrian facilities and improving a signalized intersection. Avenue A from Cardinal Drive to Washington Ave, City of Beaumont, TX. $6.4M. Project Principal for oversight of design to widen and add a continuous left turn lane to the existing roadway.This project also included installing new pedestrian facilities as well as improving the existing drainage facilities.This job was unique in which we designed and a turn- about at intersection in order to reduce the amount of accidents. Held multiple public meetings as well as met with all utility companies that were going to be affected by this design. Southeast Texas Regional Planning Organization MPO, TX. $3.7M. Liaison to multiple cities/counties that the SETRPC oversees.This contract was used to help determine CMAQ funding for cities/counties with limited resources.We met with multiple entities and received information on problem areas throughout the cities. We then compiled alternative analysis to show the possibilities of fixing problem situations at these intersections.This analysis included detailed estimates/schematics to assist the SETRPC. Concord Road from E. Lucas to SH 105, City of Beaumont, TX. $11.5M. Project Principal for oversight of design to widen a 2-lane roadway to a four-lane curb and gutter section.This section included an addition for a shared bicycle/travel lane as well as improved pedestrian facilities.Also Included is storm water drainage design. Held multiple public meetings as well as met with all utility companies that were going to be affected by this design. " / ARDURRA CITY OF PORT ARTHUR, TEXAS I RFQ#P25-064 19 IFP Grant Management&Administratian Smviers for 6W Proiests • , } COURTNEY NELSON Deputy Program Manager/Hazard Mitigation Manager Courtney is an environmental scientist with experience in environmental analysis, remediation, 400 sustainability planning, environmental site assessments, disaster recovery and risk management. She has knowledge of federal and state environmental regulations and permitting, such as NEPA, CERCLA, RCRA and RECAP Courtney has reviewed and edited guidelines, �441141:4, specifications and engineering standards. Additional field experience and research includes air, soil and water monitoring and sampling. She has as environmental scientist for Nassau County NY$1.68 Superstorm Sandy Recovery Program; Nassau County NY$800M Bay EDUCATION Park Sewage Treatment Plant Recovery Program; Conoco Phillips and Exxon XTO in Texas, BS, Coastal& New Mexico and Colorado; and the City of Pearland Water Reclamation Facility Expansion Environmental Science, Program. Project experience includes: Louisiana State University Gulf Coast Water Authority Facility Assessments, Harvey Recovery, City of Houston, TX. Environmental Lead -this project included damage assessments, environmental advisory, PW development, grant application/management, admin and compliance, and OSHA 40 Hour hazard mitigation.Work includes large pump stations, conveyance canals and reservoirs, and HAZWOPER Training & a water treatment plant for approximately $40M to $50M of construction.She assisted with TWIC Card assembling cost document for emergency repairs at the Canal G at Highway 3 site and all remaining Category B activities. 11 Total Port Arthur Harvey Disaster Recovery Grant Management and Administration, TX. Environmental Lead for Damage assessments, FEMA, HMGP and CDBG-DR grant program management and administration for$100M in public infrastructure.Work includes public structures, drainage conveyance systems and roadways as well as FEMA 406 and 404 grants.Ardurra is managing grants and preliminary engineering for 80 individual projects. Ardurra assisted the City to identify five FEMA 404 projects totaling $30M. Projects include 4 drainage capacity improvements and 1 water clarifier improvement to increase capacity to move water through treatment system. FEMA Public Assistance, 404 Mitigation, and CDBG-DR, City of Beaumont TX. Environmental Lead for damage assessments, environmental advisory, FEMA, HMGP and CDBG-DR grant management and hazard mitigation. Identified eight FEMA 404 applications totaling $22.6M. This includes five building flood proofing projects, two increased capacity of mitigated space for buildings projects, and one new drainage pump station. Gulf Coast Water Authority Hurricane Recovery, City of Humble, TX. Environmental Specialist responsible for Cat A and B PW's for the FEMA applicants.Work includes projects for emergency protective measures, buildings and equipment, and debris removal.This data is used to develop the scope of work, work completed, work to be completed, project cost estimation, and documentation: Force Account Labor, material amounts, Direct Administrative Costs (DAC). Hurricane Harvey Recovery Program, City of League City, TX.As the Environmental Specialist, she assisted the City to identify hazard mitigation opportunities to further harden infrastructure and facilities for future potential events. Prepared 24 FEMA 404 applications and worked closely with the City to scope the projects base on the Notice of Intent submitted to Texas was to work with the City to scope the project based on their NOI's that were submitted to TDEM. /\\/ ARDURRA CITY OF PONT M .TEXAS 0 orentsitemirsetotwe&A Gulf Coast Water Authority - Hurricane Harvey, City of Humble, TX. Environmental Specialist. Courtney writes category A and B PW's for the FEMA applicants.Work includes projects for emergency protective measures, buildings and equipment, and debris removal.This data is used to develop the scope of work, work completed, work to be completed, project cost estimation, and documentation: Force Accounty Labor, material amounts, Direct Administrative Costs (DAC). Superstorm Sandy CDBG-DR Recovery Program — Bay Park Sewage Treatment Plant, Nassau County, NY. Environmental Specialist. Courtney is assisting with overall compliance of local, state, and federal regulations including ensuring that the project is in full compliance with HUD CDBG-DR. Responsibilities also include tracking waste manifest documentation to ensure compliance with environmental regulations. She is also reviewing environmental testing procedures. West Virginia 2016 Floods, WV. Environmental Specialist. Courtney is responsible for completing Environmental Reports.This is a CDBG-DR project using HUD and NEPA standards. South Carolina Statewide CDBG-DR Housing Program, Columbia, SC. Environmental Specialist. Courtney is responsible for completing Environmental Reports for this CDBG-DR project using HUD and NEPA standards. She also conducts some GIS analyses. / `\/ ARDURRA CITY OF PORT ARTHUR, TEXAS l RFQ #P25-064 21 RFP Grant Management&Administration Services for GLO Projects ...k ADAM FASCHAN, PHD, PE Mitigation/ Engineering Adam has 38 years of experience in environmental and civil engineering, disaster recovery, and hazard mitigation for large public infrastructure programs. He has worked directly with FEMA and HUD on recovery programs following Hurricanes Katrina, Rita, Gustav, and Ike, Superstorm Sandy and SC Flooding in 2015 providing facility assessments, design for FEMA funded repairs, hazard mitigation and buyout programs, and CDBG-DR funded housing and infrastructure repair and rehabilitation. Following Hurricane Harvey, Adam assisted ten counties and cities throughout Texas with facility damage assessment, emergency repair, EDUCATION engineering design and overall FEMA advisory services as it relates to long term infrastructure Ph.D., Civil Engineering, repair. Project experience includes: Louisiana State University, 1992 Gulf Coast Water Authority Facility Assessments and Emergency Recovery (Concentration: Services, Hurricane Harvey, TX. Project Manager for Damage assessment of GCWA Environmental facilities including large pump stations, transmission canals, reservoirs, and water treatment Engineering; Minor: plants. Developed a plan to assess locations with limited access. Responsible for summary Toxicology) of damages report; engineering advisory services; FEMA Project Worksheet development; MS, Civil Engineering, development of expedited Category B Project Worksheet; feedback on Category B repairs Louisiana State including Cottonwood Dam reconstruction; validation of force account equipment labor and University 1989 98 materials; and hazard mitigation. Critical activities included detailed assessments of the May BS, Civil Engineering, and Shannon Intake Pumping Plants. With combined capacities in excess of 100 MGD, these Bucknell University, 1987 facilities are critical to function of GCWA.The assessments included establishing damages and repairs required to the intake structure, upstream and downstream wingwalls, upstream REGISTRATIONS and downstream embankments and other features of the Shannon and May Pumping Stations. Professional Engineer Damage Assessments and scope of work was prepared for permanent repairs and hazard Texas (117737) mitigation at the May and Shannon Pumping Stations. i East Richland County Public Service District FEMA Flood Recovery Program, " East Richland County, SC. $6M. Senior FEMA advisor for preliminary damage 38 Total assessments, emergency repairs, PW development for FEMA Cat A, D and F; procurement support(RFP and RFQ development) for roadways, dams, water and wastewater facilities. Assisted with development of hazard mitigation measures and to troubleshoot PW development for sewer collection system repairs. Nassau County NY Superstorm Sandy FEMA and CDBG-DR Recovery, Nassau County, NY. $1.6B. Senior engineer and project specialist for recovery assistance and grant management and admin for multiple funding sources including FEMA, CDBG-DR. Provided engineering support for damage assessments and hazard mitigation for wastewater treatment plants and lift stations, various parks and rec facilities as well as other county infrastructure. Program started with 65 PWs and Adam assisted to develop 50 additional PW totaling $777M. Louisiana Office of Community Development, State of Louisiana Katrina/ Rita Infrastructure Program, LA. $600M. Senior engineer for CDBG grant allocation throughout three Parishes. Work included repairs to all public infrastructure and public-school facilities. St Bernard Parish Hurricane Katrina FEMA Program Management, St Bernard Parish, LA.$1.5B. Senior engineer for all emergency repairs related to FEMA grant allocation.Work included 100+ infrastructure projects ranging from $1,000 to $100M including roadways, drainage systems, libraries, fire stations, parks, civic centers, water treatment and distribution systems, wastewater collection and treatment systems. / \\/ ARDURRA CITY OF PORT ARTHUR, TEXAS f RFQ #P25-0e4 22 UP Onne Management SkAdmittimanion Serviate for MO Proiecs, JEFF PETERS, PE, BCEE Mitigation/ Engineering Jeff has over 30 years of experience in evaluation, design, and construction of WWTPs and associated facilities in the greater Houston-Galveston area.Jeff served as Project Manager for the $76M Galveston WWTP Rehabilitation following Hurricane Ike - a FEMA and CDBG funded project.Jeff served as Principal-in-Charge or Project Manager for these local WWTP projects: Pearland $40M Reflection Bay Water Reclamation Facility expansion 2 to 6 MGD; League City $29M SW Water Reclamation Facility/new 4 MGD (ultimate 12 MGD); League City $24M Dallas Salmon Expansion 75 to 12 MGD; League City $6M Dallas Salmon EDUCATION Headworks Modifications; City of Houston $6.6M New Willowbrook Regional WWTP BS, Civil Engineering, Project experience includes: University of Texas at Austin Gulf Coast Water Authority Facility Assessments and Emergency Recovery Services, TX. Project Engineer/FEMA Advisory for damage assessment of GCWA facilities REGISTRATIONS including large pump stations (PS), transmission canals, reservoirs and WTPs. Developed a Professional Engineer plan to assess locations with limited access. Responsible for summary of damages report; Texas (86347) engineering advisory services; FEMA PW development; development of expedited Category B PW; feedback on Category B repairs including Cottonwood Dam reconstruction; validation of force account equipment labor and materials; and hazard mitigation. Critical activities 30 Total included detailed assessments of the May and Shannon Intake Pumping Plants. With combined capacities in excess of 100 MGD, these facilities are critical to function of GCWA. The assessments included establishing damages and repairs required to the intake structure, upstream and downstream wingwalls, upstream and downstream embankments and other features of the Shannon and May PS's. Damage Assessments and scope of work was prepared for permanent repairs and hazard mitigation at the May and Shannon PS's. Harvey Disaster Recovery Facility Assessments, City of League City and Pearland, TX. Project Manager/FEMA Advisory for this project which includes damage assessment, engineering advisory grant application/management, unmet needs assessment, agency coordination. Hurricane Harvey Restoration, City of League City and Pearland, TX. This project includes damage assessments, engineering advisory validating force account equipment labor/materials, PW development, grant application/management, admin/compliance, design/construction oversight, hazard mitigation, and close out support. Principal-in-Charge, Fort Bend County MUD 25 Harvey Recovery and Facility Assessments, TX.This project includes damage assessment, engineering advisory validating force account equipment labor and materials, PW development, grant application/ management, admin and compliance, design and construction oversight, hazard mitigation, close out. MUD 25 Harvey Disaster Recovery Facility Assessments, Fort Bend County, TX. Project Manager/FEMA Advisory for this project which includes damage assessment, engineering advisory grant application/management, unmet needs assessment, agency coordination. /' ARDURRA CITY OF PORT ARTHUR, TEXAS I RFQ #P25-064 23 RFP Grant Management&Administration Services For GLO Projects Aitus AMY HESSELTINE, PE Environmental Services Amy serves as the Group Leader for Ardurra's environmental division. She's proficient in a variety of environmental engineering design, permitting and consulting services. She specializes in projects related to MSW, medical waste and RCRA facilities, wetlands, Section 404 and dredging permits, compliance plans (SWPPP/SPCC), environmental site assessments, TPDES and MS4 permitting. She has an excellent working relationship with TCEQ staff, at both the state and regional level. The relationships, experience and knowledge of regulations also hold true for the EPA, U.S. Army Corps of Engineers (USACE), Texas General Land Office and EDUCATION TxDOT. Project experience includes: BS, Civil Engineering, FEMA Harvey Bulkhead Repair, City of Aransas Pass, TX. Environmental task lead University of Missouri- Rolla for FEMA funded repairs to bulkhead damaged by Hurricane Harvey. Coordinated with U.S. Army Corps of Engineers (USACE) and prepared documents and drawings required for Pre- REGISTRATIONS Construction Notification for USACE Nationwide Permit. Professional Engineer USACE Permit- Port of Houston Ship Channel Dock and Dredging, Houston, TX. Texas (93578) Ms. Hesseltine and the Ardurra team are providing environmental engineering and consulting services for the development of an import facility on 16 acres along the banks of the Port of Houston Ship Channel.To achieve the project goals, Ardurra executed the following scope of 25 Total work: 1) wetland delineation, 2) application for a U.S. Army Corps of Engineers regulatory permit to allow dredging and dock construction for the facility, 3) Section 408 review, 4) application for Real Estate Agreement from the USACE Real Estate Division for dredged material placement in a Dredged Material Disposal Facility, 5) application for a Construction Permit from the Port of Houston; 6) cost estimating for dredging and material placement, and 7) mitigation plan development. Remaining scope of work for the project includes sediment sampling and analysis, Section 401 water quality certification from the Texas Commission on Environmental Quality for the return water from the upland contained disposal area(s), and coordination with mitigation banks. Preliminary Assessment for Landfill Expansion, City of Kerrville, TX. The City selected to proceed with site assessments to further evaluate two landfill expansion options. The scope of services included review and assessment of the site's archeology, threatened and endangered species, wetlands/waters of the US, and floodplain characteristics. These reviews were coordinated with the Texas Historical Commission, Texas Parks and Wildlife, US Fish and Wildlife Service, US Army Corps of Engineers, Texas Commission on Environmental Quality, and Federal Emergency Management Agency.A subsurface investigation was also performed to evaluate the geology, hydrogeology, excavation slope stability, and suitability of soils for landfill uses.Work performed for the preliminary assessment was used to design the horizontal and vertical landfill expansion and complete the permit amendment request for the landfill expansion. / \/ ARDURRA CITY OF PORT ARTHUR,TEXAS I REG#P25-064 24 REP Grant Management 8 Administration Services for GLO Projects. Pam` & tea,O'rtg g.,, _. B. TECHNICAL APPROACH AND METHODOLOGIES INTRODUCTION ARDURRA'S STRATEGY IS SIMPLE: • Remain flexible and lean, based on the City of Port Arthur's specific requirements; and • Offer experts in the fields of Emergency Management and Disaster Recovery with extensive knowledge of programs through FEMA, HUD CDBG-DR, Hazard Mitigation. Each disaster recovery program is unique. Each requires varying skill sets depending upon the nature, location, type, and extent of damage.There is no cookie cutter approach.And through our extensive engagement with the City of Port Arthur, we have gained an invaluable understanding of the City's recovery needs and priorities and how the City's operations support the task of meeting those needs and priorities. Over the past 31 months, the Ardurra team has provided consistent support to the City with quailed personnel, many of whom were directly impacted by the disasters that have damaged the City. Our goal to help Port Arthur to recover quickly, safely, efficiently, and most important, more resiliently is well in sight. UNDERSTANDING THE DISASTER RECOVERY PROCESS All the relevant experience in the world is only valuable if it can be used well with current requirements and processes. Emergency Management and Disaster Recovery is what we do—ALL THE TIME. Our disaster support is not a seasonal activity and as such Ardurra remains current with relevant program guidelines and policies within FEMA, HUD, TDEM and other agencies which could impact a recovery program. With the advent of FEMA's "New Model" ushered in a couple of storms ago, there has been a shift in the disaster recovery process.While much of the policy guidance remains consistent, understanding the updated process which requires greater upfront action on the part of the applicant/sub-applicant is critical. Missing critical path actions or deadlines cause potential jeopardy to otherwise available funding support. While FEMA identifies several phases for disaster recovery, Ardurra understands that while knowing the process is critical, having the knowledge of how to engage and navigate the process differentiates us from others who just know about the process.The following five phase process has allowed Ardurra to provide smooth, streamlined support to the City of Port Arthur. PHASE CRITICAL PATH ITEM • Engage Ardurra • Identify City's potential threat • Activate emergency plan/begin tracking labor and resources • Identify City's actual disaster impacts and recovery priorities • Enact emergency protective measures and temporary repairs as needed I — Operational Planning • Activate pre-positioned support contracts as needed • Applicant briefing/meet FEMA PDMG • Request for public assistance • Exploratory call • Recovery scoping meeting • Propose regular meeting schedule / \V ARDURRA CITY OF PORT ARTHUR, TEXAS I RFQ #P25-064 25 REP Grant Management&Administration Achninistration Services for GLO Projects PHASE -,The fs- • Capture and document all incident-related damages. • Capture and document all work that is completed - upload into grants portal • The PDMG will forward projects to the Consolidated Resource Center(CRC) for compliance and QA Reviews • The PDMG will coordinate with the City to resolve issues, gather additional information, and obtain project concurrence and signature of the City • Capture and document all work that is to be completed II — Damage Intake and • Complete internal site inspection and damage report (DDD Format) Eligibility Analysis • Schedule site inspections w FEMA • Review site inspection report-resolve differences in scope and quantity • Perform cost estimates as needed • City approves DDD or asks for determination memo for appeal • PDMG will send projects to the CRC for further development • Begin project repairs on critical buildings/infrastructure following 2CFR guidance and documenting all scope and costs • Submit City's cost estimates to CRC • CRC/PDMG further review and develop PA projects for final processing including modifications • Resolve open items on projects-Answer RFIs • If concurrence is reached, City signs projects which are processed and reviewed by III — Scoping and Costing CRC specialists, in coordination with the PDMG. • If no concurrence is reached, project is set for upper management review, and DM is provided for appeal • Monitor active projects for obligation • Assist the City with solicitation of temporary vs. permanent procurement • Compare CRC v City cost estimates • FEMA QA teams ensure projects are signed by the applicant matches data in EMMIE, the official system of record for obligation IV-Obligation • The PDMG, PA field leadership, and the City review the project • The applicant reviews and signs the final project • FEMA awards the project • Based on anticipated or actual obligations, the City will advertise projects for repair in accordance with the 2CFR guidelines • Force account projects are completed with or without engineering design as needed V— Project Completion • Contractor supported projects are completed • Scopes of work and contractor invoices are monitored for alignment with FEMA approved projects • Requests for payments (reimbursements) are submitted / / ARDURRA CITY OF PORT ARTHUR',TEXAS E RFQ#P25--064 26 RIP Gwent Moviewrant a Sian SeroK.s for OW arayect&' While the Disaster Recovery Process can appear to be black and white, practically speaking, it is anything but black and white.Ardurra implements a Client focused- needs based approach to ensure that disaster recovery process is speciuicaii tailored to the City of Port Arthur. Through Ardurra embedding with the City and being located in the same city buildings and offices, the first step is reached to an effective partnership.We follow this with the establishment of communication protocols with key staff, regularly scheduled and impromptu discussions and Q&A sessions, a policy of being available during regular work hours and off hours as well, providing monthly updates to City stakeholders, offering recovery training for City personnel, and recognizing our role to serve the City of Port Arthur and not the converse. Within the above process, Ardurra's partnership with the City is crucial to making sound decisions about project advancement. Based on the necessity of repairs, the clarity of pre-disaster conditions, insurance coverages, and City cash flow, recommendations will be made regarding which projects may proceed with no risk or some risk, or which project should wait for further confirmation that funds have been obligated to a scope that aligns with the City's identified damages and priorities. Ardurra's pa"tnership with the City has been rooted in the primary principle that we are here to serve the City's needs within the framework of the applicable policies and statutes that govern federal and state recovery programs. Some of the key components that make the depth of understanding the process meet the needs of Port Arthur include routine and regular communication with key City personnel.While the role of Ardurra is to relieve the City from being overburdened by the ongoing disaster recovery effort, the '-:ity is always the ultimate decision maker on project scopes, implementation, mitigation measures, and funding.We take very seriously our role to provide the City with the breadth and depth of project related information and program policy guidance so that decisions are made with full understanding of all aspects of the recovery process. We want you to know what we know and want to know what you know. Understanding the needs and priorities of the City is accomplished through regularly scheduled contact meetings but also through the impromptu encounters that come from being physically present with the City.While some of the tasks necessary for a successful recovery can be achieved remotely, - - :n waiKi ,g wirb our partners Recc ery ,s .ur e a..;;;Isnip and not simply an exercise in observation from a distance. In addition to regular communication, Ardurra has and will consistently anticipate where delays in documentation gathering, information sharing, or decision making may occur and proactively implement measures to address such delays. Monthly reporting of project status updates, identifying expected challenges from FEMA, and recommended suggested actions and responses are all essential parts of serving and meeting the needs of Port Arthur. Availability to our partners is yet another clear indication of our commitment to the City. The key personnel from the City will have 24/7 access to the Program Manager and Deputy by cell phone and email.We understand that sometimes recovery issues require non-traditional scheduling. When recovery issues require long or off-peak attention, the City has been able to count on Ardurra to be there when called upon. It is noted that while the above process is specifically written for FEMA projects, Ardurra maintains situational .t,cre e s of :: J--otect the project eligib :r;.A recent example of utilizing situational awareness in the recovery process is the application of ^EM.A's streamlined submission process whereby projects were developed almost entirely independent of FEMA face to face input and submitted directly to the CRC through the Grants Portal. /\\/ ARDURRA CITY OF PORT ARTHUR,TEXAS 4 RFQ #P25-064 27 RFP Grant Management&Administrnien Services for GLO Projects: APPROACH TO GRANTS MANAGEMENT 20+ There is a basic requirement in the Grants Management world that supports 4. and protects the funding that is received by recipients—DOCUMENT, Billion DOCUMENT, DOCUMENT.Ardurra understands the reality of the challenge - Recovery Proteins that our partners face in gathering, reconciling, organizing, and submitting the grants related data required to not only prove eligibility for grant funding but also to support funding requests, expenditures, and ultimately successfully a` closing the grant.Whatever the cost share to a grant, there are inherent9vet40 m5 responsibilities and obligations that a recipient must meet in order to remain in It t WIDE good standing with the associated granting agency. Ardurra has provided and continues to provide this type of support for Port Arthur through much of the Harvey disaster Public Assistance Grant, the FEMA,HUD,FHWA,CDBG, Harvey related 404 Hazard Mitigation Grants, the Hurricane Laura disaster, CDBG-DR,USDA,EPA,EDA, TCF,GLO,USACE,TDEM and the Coronavirus Relief Fund Grant in response to COVID 19. The Ardurra approach to Grants Management has been tried and tested and has proven to be effective in over 25 federally declared disasters in 15 states and four FEMA regions. A review of the Ardurra approach is captured in the , ,�, HOUSINGn table below: The PRELIMINARY COMPONENTS are those activities designed to ONE OOQ{} create and establish the initial partnership between the City of Port Arthur and GOAL Ardurra. In this case, this partnership is well established but necessary for our Too Cieo!Smfccr:}i Lew rf pe °trotnit #" ongoing connection. GRANT MGMT COMPONENT - FUNCTION PRELIMINARY L While this initial step is often overlooked by many, Ardurra believes and practices the belief that the first and most necessary step in emergency and disaster grant management is to understand what our partners are experiencing. So, before we do anything else, Ardurra listens to what Listen and Learn our partners are facing, thinking, and feeling. Disaster recovery is personal.Ardurra gets that some of the same people we will rely on in the management process are people who were also impacted by the disaster.As has happened in Port Arthur, Ardurra team members often develop some meaningful and personal relationships with the_people we serve. Ardurra has proven its commitment to the City of Port Arthur as with other partners by embedding ourselves with the City before, during, and after an event. Knowing what has Review of the Event happened and the impact to the City's assets and infrastructure contextualizes the task ahead in managing the disaster and subsequent grant programs.We don't just read about the event, we are on the ground to see it, gaining valuable insight to help tell the story. Ardurra's next step in any partnership is to understand how our partners operate from their standard operating procedures associated with documenting pre-event procurement and acquisitions of services, facilities, infrastructure, and assets; routine maintenance and repairs; Review of Systems invoice processing and payments; payroll and employee benefits; insurance coverage and policy limits; to who holds what roles in making decisions and holding and keeping information critical to the grant.Within this step, Ardurra gets to know who knows and how much is known about the granting agency's requirements and how the information that is held by our partner compared to how the agency wants that information. / \\ ARDURRA CITY OF PORT ARTH R,TEXAS I RFQ*P25-064 28 RFAt M 8 This aspect of the grant management process encompasses ALL OF THE ACTIVE AND ONGOING ACTIVITIES that comply with the requirements of the grant. Many of these functions occur simultaneously as projects progress through the grant program. GRANT MGMT COMPONENT - A, PRIMARY AND CONCURRENT From the initial application or request for grant assistance to the final submission of closeout documentation, Ardurra will assist to the extent needed by the City to integrate the City's data with the granting agency's system. Two current systems being used are the FEMA Grants Portal and TDEM's Grants Management System. Ardurra collects data, assists in documenting information that is missing, reconciles differences in claims vs. documentation, and packages the data in a format that meets the grant requirement. Integration of Data In addition to the FEMA, TDEM or other agency system, Ardurra assists the City in understanding efficiencies in data management strategies that lessen the burden on City personnel going forward. Ardurra will assist the City with establishing procedures for their internal management and storage of critical data and train key City personnel on the applicable federal and state systems. As a back-up, Ardurra manages the data pertinent to every project within a grant program through its SharePoint site which is turned over to our partners at Grant Closeout. Every grant comes down to dollars and cents. Ardurra assists the City in sifting through disaster related expenditures so that a realistic and probable plan of reimbursement is achieved.Additionally, Ardurra assists the City in understanding how to implement internal tracking methods to segregate disaster related eligible expenditures from those that remain outside of the grant guidelines. From assisting in aligning cost codes and revenue sources to establishing procedures for tracking labor costs for regular and overtime pay consistent with City policies, Ardurra has and will assist the City in identifying internal methods and practices that result in solid reimbursement requests. Financial Management Ardurra will also provide the City with critical project forecasting of anticipated reimbursements, cost share responsibilities that impact budgetary decisions, and the identification of any financial risks associated with grant projects.As well, Ardurra provides information to support the required single-audit process that comes when the federal threshold is met. In the financial reconciliation of any project within a grant program, Ardurra has and will continue to help connect information from various City departments to ensure that a complete financial picture is obtained that examines all eligible expenses, sources of potential Duplication of Benefits, insurance coverage and subsequent obligations, and the maximum allowable reimbursement received or owed to the City. / \/ ARDURRA CITY OF PORT ARTHUR,TEXAS I RFQ #P25-064 29 RFP Grant Management&Administnrtion Services for GLO Projects GRANT MGMT COMPONENT - PRIMARY AND FUNCTION CONCURRENT Ardurra works with key City personnel to identify damages, create a scope of work, interface with granting agency, concur with project scopes with the granting agency, track funding obligations, implement the project, oversee procurement, monitor the project progress, submit reimbursement requests, complete the project, reconcile all project costs, ensure all eligible reimbursement is received, and close the project.A critical component that continues to be a source of challenge for many applicants to federal grants is the compliance with procurement guidance.Ardurra will provide oversight and guidance to the City that is focused on 2CFR compliant procurement practices and will work to justify those activities that the City chooses to follow that may fall outside of the federal clauses. Project Management is as much of an art as it is a process. Ardurra has the experience to understand the reality that every disaster is handled differently and while lessons learned from 25 years of public engagement provide a backdrop to project management, the art of navigating the project in front of us alongside our partners is the one that matters. Having the Project Management ability to apply past knowledge to current circumstances within the context of the needs of the City is an art form of recovery that requires more than a cookie-cutter approach. Nuances to damage claims and project scope development, including introducing mitigation measures often comes down to how as much as if descriptions are completed. Ardurra takes on the role to push projects to scheduling and grant deadlines to keep grant funds out of jeopardy. It is common for the City to have to balance disaster related and non- disaster related projects simultaneously with engineers, architects, and contractors.Ardurra's integration with key City personnel and the relevant external professionals allows a seamless communication that ensures both the proper separation of grant activity to non-grant activity while maintaining a "get-it-done" attitude.When program guidelines enforce unrealistic parameters on the City, Ardurra's historical knowledge of how the federal and state level grants work and what justifications to present to support appropriate requests for time extensions, project modifications, and agency considerations based on questionable policy decisions. /\\/ ARDURRA CITY OF PORT ARTHUR, TEXAS } RFQ #P25-064 30 RFP Grant Management&Administration Services for GLO Projtcts iu:�v�,...> ,..o w,.....,n r_..,,n"..,....r�:......:d�arr�� 7J�s:a61'ii�-'''�"" * �..:,..its � ..w•z.wHst�'i�NYlu .. _. GRANT MGMT COMPONENT- FUNCTION PRIMARY AND CONCURRENT ! Ardurra approaches grant programs with the knowledge of knowing what is likely to be experienced by our partners after the project implantation phase is complete. Oftentimes, program audits occur several years after the recovery phase of a disaster has finished. Ardurra implements a Quality Assurance process that utilizes our internal depth of experience so that multiple sets of eyes review and offer input on any project. Quality Assurance is more than just a document review process. It involves ensuring that the appropriate policy guidance, procedural requirements, and industry standards are applied to any given project. The real-time discussion and review of specific project decisions and determinations allow the key contributors from the City, Ardurra, and granting agencies to address potential project Quality Assurance and program issues as they arise instead of attempting to re-create the context of decisions and Auditing made years prior. Projects are packaged in a way and submitted with the expectation that someone else, unfamiliar with the project, will have to review, understand, and concur with the project decisions and activities followed. Knowing that grant funded projects will likely be included in several audit reviews, Ardurra provides the necessary support to respond to audit inquiries regardless of their source. Ardurra's track record with protecting obligated and closed funds on grant projects is impeccable.A snapshot of projects from Louisiana, Texas, South Carolina, Florida, and New York confirms that audits of programs totaling more than $4.2B has seen $0 in de- obligations. Ardurra has provided the same standard and commitment to the City of Port Arthur in our currentpartnership. PROJECT DELIVERY Ardurra utilizes its expertise in the Emergency Management and Disaster Grant Recovery process and its proven approach atenies that oroduce results.Ardurra understands that successful recovery and grant management doesn't just happen without personal attention, proactive, flexible and adaptive planning, and consistent involvement with the City. In all aspects of the recovery process and program management, A.rdur-c uses nees-based strategie to set not only the number of staff but the specific disciplines of our experts who will serve the immediate needs of Port Arthur. Establishing a core group of team zr d o-'c;rei'eWs ve! dvr nce oro;ec° . Because Ardurra offers a deep bench of mitigation, engineering, environmental, and public administrative experts, aorf Arthur is the beneficiary of this lane of expertise without the burden of paying for unproductive down tit-_ when there is not a need for these service lines.The physical presence of our core team brings with it, hundreds of years of collective knowledge, experience, and insights that is all at the fingertips of the City of Port Arthur. As we have done to this point, Ardurra will ramp up and ramp down staff based on the various points of project focus.As greater band width of key staff is appropriate fewer staff are needed but when needs arise for special disciplines to be activated, Ardurra has and will respond. A key aspect to Ardurra's successful service to our partners is being physically embedded where the recovery takes place. As Ardurra has been afforded office space within the City of Port Arthur City Hall, the City has been afforded regular, impromptu, and immediate access to the expertise of the Ardurra partnership. /\\/V ARDURRA CITY OF PORT ARTHUR, TEXAS I RFQ#P25-064 31 sFP Grant Mmwgem.nt a Admna 'India+Services for 6l0 Proiects T • KEEPING PROJECTS MOVING REQUIRES INTERACTION that is most effectively achieved outside of scheduled meetings.The more frequently these types of interactions occur, the greater the benefit and coordination of the project. Items like mitigation measures; tying project scopes to identified event related damages; cost estimating; and procurement suggestions and guidance; policy clarifications; documentation coordination; and financial reconciliations and projections are just some of the benefits to the City because of the presence of Ardurra at Port Arthur City Hall. Every team member assigned to the City of Port Arthur understands that our job is to work ourselves out of a job.With the end in mind, team members integrate their support actions with the reality that we have a specific and definite role that, if properly done, will conclude with a successful close-out of the program. / \/ ARDURRA CITY OF PORT ARTHUR, TEXAS RFQ *P25-064 32 RFP Grant Management&Administration Services for GLO Projects C. APPENDICES APPENDIX A LIST OF KEY PERSONNEL NAME TITLE TELEPHONE Charlotte Moses Mayor 409.983.8105 Ronald Burton City Manager 409.983.8101 Timothy Duriso Chief of Police 409.983.8611 Antonio Mitchell Interim Deputy Fire Chief 409.983.8740 Jermey Houston Emergency Management Coordinator 409.983.8616 Fire Captain/ Robert Havens Asst. Emergency Management 409.983.8740 Flozelle Roberts Director of Public Works 409.983.8182 Lynda Boswell Director of Finance 409.983.8150 /\\/, ARDURRA CITY OF PORT ARTHUR, TEXAS I RFO #P25-064 33 RFP Grant Management&Administration Services for GLO Projects APPENDIX B LETTER OF INTEREST RFP - GRANT MANAGEMENT AND ADMINISTRATION SERVICES FOR GLO PROJECTS DEADLINE: JULY 16, 2025 The undersigned firm submits the following information (this RFP submittal) in response to the Request for Proposals (as amended by any Addenda), issued by the City of Port Arthur, TX (City) to provide Disaster Preparedness Consultant for Hurricane Harvey for the City of Port Arthur, TX. Enclosed, and by this reference incorporated herein and made a part of this RFP, are the following: ❖ Proposal including Appendix H ••• Letter of Interest ❖ Affidavit ❖ Conflict of Interest Questionnaire (If It Applies) ❖ Non Collusion Affidavit ❖ House Bill 89 Verification ❖ SB 252 Chapter 2252 Certification ❖ Federal Clauses (1-12) Firm understands that the City is not bound to select any firm for the final pre-qualified list and may reject any responses submitted. Firm also understands that all costs and expenses incurred by it in preparing this RFP and participating in this process will be borne solely by the firm, and that the required materials to be submitted will become the property of the City and will not be returned. Firm agrees that the City will not be responsible for any errors, omissions, inaccuracies, or incomplete statements in this RFP. Firm accepts all terms of the RFP submittal process by signing this letter of interest and making the RFP submittal. This RFP shall be governed by and construed in all respects according to the laws of the State of Texas. Ardurra Group, Inc. July 15, 2025 Firm Name Date 3115 Allen Parkway, Suite 300 Houston,Texas 77019 Addre s City/State/Zip Partner/Client Services Director Au orized Signature Title Christopher Canonico, PE 713.540.5512 Name (please print) Telephone ccanonico@ardurra.com Email /\ ARDURRA City OF PORT ARTHUR,TEXAS I Rto *P25 064 VP Grant i/tdd Sankey for GLOPsoOds APPENDIX C AFFIDAVIT All pages in Ofteror'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. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. Ardurra Group, Inc. July 15, 2025 Firm Name Date 3115 Allen Parkway,Suite 300 Houston, Texas 77019 AddrI _ City/State/Zip W�L‘ Partner/Client Services Director Aht1 orized Signature Title Christopher Canonico, PE 713.540.5512 Name(please print) Telephone ccanonico@ardurra.com Email STATE: TEXAS COUNTY: //6 SUBSCRIBED AND SWORN to before me by the above named £7/i/S C'f n/CH IC e, on this the day of J ,24 . CASANDRA COEN Notary Public,Stare of Texas Comm.Expires 11.14-2026 Notary Public ,;F Notary ID 134062547 RETURN THIS AFFIDAVIT AS PART OF THE PROPOSAL / `V ARDURRA CITY OF PORT ARTHUR, TEXAS l RFO #P25-064 35 RFP Grant Management&Administration Services for GLO Projects 111111111111111111111111111111111111111111167 APPENDIX D CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For Vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 1491,80th Leg.,Regular Session. This questionnaire is being filed in accordance with Chapter 176,Local Government Code by a person who has a business relationship as defined by Section 176.001 (1-a) with a local governmental entity and the person meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7`h business day after the date the person becomes aware of facts that require the statement to be filed.See Section 176.006,Local Government Code. A person commits an offense if the person knowingly violates Section 176.006,Local Government Code.An offense under this section is a Class C misdemeanor. 1.Name of person who has a business relationship with local governmental entity. 2. Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than 7t'business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3.Name of a local government officer with whom filer has employment or business relationship. N/A Name of Officer This section (item 3 including subparts A,B,C,&D) must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001 (1-a),Local Government Code.Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income,other than investment income,from the filer of the questionnaire? Yes No B. Is the filer of the questionnaire receiving or likely to receive taxable income,other than investment income,from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? Yes No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government Officer serves as an officer or director,or holds an ownership of 10 percent or more? Yes No D. Describe a h emplo ent or business relationship with the local government officer named in this section. 4. July 15,2025 Signatur person doing business with the governmental entity Date ARDURRA A CITY OF PORT ARTHtJR,TEXAS RFQ#P25-064 36 RFP Gran Management&Admi ist atian Services for GLO Projects - APPENDIX E 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 15.01, et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor 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: Printed Name: Printed Name: Christopher Canonico, PE Title: Partner,Client Services Director Company: Ardurra Group, Inc. Date. July 15, 2025 SUBSCRIBED and sworn to before me by the above named (Hz1.(5 C'f?nic N'cc on this the % day of J L` 25 CASANDRA COEN �h r.i''�•' �Notary Public.State of Te,24a o ary Public in and for the Comm.Expires t 1-14-2026 ?f. + ���,,,,,,,0 Notary ID 13406254' State of Texas My commission expires: I t- 14/-202G, /\j ARDURRA CITY OF PORT ARTHUR, TEXAS I RFC #P25-064 37 RFP Grant Management&Administration Services for GLO Projects APPENDIX F House Bill 89 Verification I, Christopher Canonico, PE (Person name), the undersigned representative (hereafter referred to as"Representative")of Ardurra Group, Inc. (company or business name, hereafter referred to as "Business Entity"), being an adult over the age of eighteen (18) years of age, after being duly sworn by the undersigned notary, do hereby depose and affirm the following: 1. That Representative is authorized to execute this verification on behalf of Business Entity; 2. That Business Entity does not boycott Israel and will not boycott Israel during the term of any contract that will be entered into between Business Entity and the City of 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. SIGN TURE OF REPRESENTATIVE SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this . day of CTUL.V , 20 ar'>" CASANDRA COEN ,_ Notary Public.State of Texas =. ':° Comm.Expires t t-t a-2026 Notary ID 134062547 Notary Public / \/ ARDURRA CITY OF PORT ARTHUR, TEXAS I RFQ #P25-064 38 RFP Gran Management&Administration Services for GIO Projects z: x 0. APPENDIX G SB 252 CHAPTER 2252 CERTIFICATION I Christopher Canonico, PE , the undersigned an representative of Ardurra Group, Inc. (Company or Business Name) 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. Christopher Canonico, PE Name of Company Representative (Print) Signature of Company Representative July 15, 2025 Date / `/ ARDURRA CITY OF PORT ARTHUR, TEXAS j RFQ$P25-064 39 RPP Greve Magsment& 'Ilieinisiriclion Services for OW Proiecfs APPENDIX H RATE TABLE Submit any additional rates not stated on this form on a separate sheet. Labor Category Hourly Rate-Total including All Expenses Principal $ 300 Project Team Leader $ 280 Public Assistance Officer I $ 120 Public Assistance Officer II $ 150 Public Assistance Officer III $ 160 Mitigation Specialist I $ 130 Mitigation Specialist II $ 150 Mitigation Specialist III $ 170 Appeals Specialist $ 160 Insurance Specialist I $ 120 Insurance Specialist II $ 140 Insurance Specialist III $ 160 Cost Estimator I $ 120 Cost Estimator II $ 140 Accounting Supervisor $ 200 Accountant Level II Journal Entry $ 140 Grant Administrator $ 185 Sr. Grant Administrator $ 200 Programmer $ 160 Senior Programmer $ 180 Damage Assessment Specialist I $ 135 Damage Assessment Specialist II $ 165 Damage Assessment Specialist III $ 185 Closeout Specialist I $ 120 Closeout Specialist II $ 140 Closeout Specialist III $ 160 Debris Specialist I $ 125 Debris Specialist II $ 140 �� ARDURRA CITY OF PORT ARTHUR,TEXAS 1 RFQ #P25-06440 RFP Grad Management&Administration Services for MO Projects APPENDIX H RATE TABLE Submit any additional rates not stated on this form on a separate sheet. Labor Category Hourly Rate-Total including All Expenses Environmental Specialist I $ 150 Environmental Specialist II $ 170 Environmental Specialist III $ 190 Reporting Specialistsl $ 150 / \/ ARDURRA CITY OF PORT ARTHUR, TEXAS RFQ #P25-064 41 RFP Grant Management&Administration Services for GLO Projects FEDERAL CLAUSES ARDURRA CITY OF PORT ARTHUR, TEXAS I RFO #P25-064 42 RFP Grant Management&Administration Services for GLO Projects f:- - ... _.1r A^`:.. ,..z.x ''eF'aaP-LsS3- _ •t_: v .. +.s- ' w,:,be`�:_. 1. NO GOVERNMENT OBLIGATION TO THIRD PARTIES The Owner 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 Owner, Contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. Christopher Canonico, PE (printed name of signatory) July 15, 2025 (signature and date) /\\j ARDURRA CITY OF PORT ARTHUR, TEXAS i RFQ #P25-064 43 RFP Grant Management&Administration Services for GLO Projects lir 2. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS 31 U.S.C. 3801 et seq. Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. § 3801 et seq., "Administrative Remedies for False Claims and Statements," 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 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. Christopher Canonico, PE (printed name of signatory) (signature and date) ARDURRA CITY OF PORT ARTHUR, TEXAS I RFQ #P25 064 44 REP Grant Management&Administration Services for GLO Projects 3. ACCESS TO RECORDS AND REPORTS The following access to records requirements apply to this contract: (1) The contractor agrees to provide (insert name of state agency or local or Indian tribal government), (insert name of recipient), the FEMA 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. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The contractor agrees to provide the FEMA Administrator or his authorized representatives access to construction or other work sites pertaining to the work being completed under the contract." Christopher Canonico, PE (printed name of signatory) July 15, 2025 (signature and date) /\\/ ARDURRA CITY OF PORT ARTHUR, TEXAS { RFQ #P25-064 45 RFP Grant Management&Administration Services for GLO Projects 4. EQUAL EMPLOYMENT OPPORTUNITY 29 CFR Part 1630, 41 CFR Parts 60 et seq. During the performance of this contract,the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race,color,religion,sex, 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,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. (2)The contractor will,in all solicitations or advertisements for employees placed by or on behalf of the contractor,state that all qualified applicants will receive considerations for employment without regard to race,color,religion,sex,or national origin. (3)The 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. (4)The 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. (5) The 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. (6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules,regulations, or orders,this contract may be canceled,terminated,or suspended 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 as 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. (7)The contractor will include the portion of the sentence immediately preceding paragraph(1) and the provisions of paragraphs (1) through (7) 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 a 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." Christopher Canonico, PE (printed e of signatory) (signature and date) /\/ ARDURRA CITY OF PORT ARTHUR, TEXAS i RFQ #P25-Oo4 46 RFP Grant Management&Administration Services for GLO Projects 5. GOVERNMENT-WIDE SUSPENSION AND DEBARMENT By signing and submitting its bid or proposal, the bidder or proposer agrees to comply with the following: (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor, its 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). (2) The 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. (3) This certification is a material representation of fact relied upon by (insert name of subrecipient). If it is later determined that the 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 (name of state agency serving as recipient and name of subrecipient), the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, 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. Christopher Canonico, PE (printed name of signatory) a"),/,' _ (signature and date) l \/ ARDURRA CITY OF PORT ARTHUR, TEXAS I RF0#P25-oa4 47 RFP Grmrt Management&Adissiriisirariort services for GLO Projects 6. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT 29 CFR § 5.5(b) (1) 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 (1) 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 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 (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 Owner 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 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 be 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 - 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 be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section. Christopher Canonico, PE (printed name of signatory) (sig ature and date) / `V ARDURRA CITY OF PORT ARTHUR, TEXAS RFQ #P23-0}64 48 RFP Grant Management&Admit Servitors for GLO Projeus . 7. LOBBYING Byrd Anti-Lobbying Amendment, 31 U.S.C. § 1352 (as amended) Contractors who apply or bid for an award of$100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of 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 shall also disclose any lobbying 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. APPENDIX A, 44 C.F.R. PART 18 — CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements (To be submitted with each bid or offer exceeding $100,000) The undersigned [Contractor] certifies, to the best of his or her knowledge, that: 1) 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 an 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 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 Form to Report Lobbying," in accordance with its instructions. 3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. 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 31, U.S.C. § (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to 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. The Contractor, Ardurra Group, Inc. , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq apply to this certification and disclosure, if any. /\\/ ARDURRA CITY OF PORT ARTHUR, TEXAS I RFO#P25-064 49 &FP Gant Aianogement&Administration Services for GLO Projects Executed this 15th day of July , 20 25 By 611114./)' Signature of Bidder/Contractor/Subcontractor's Authorized Official Christopher Canonico, PE Printed Name of Bidder/Contractor/Subcontractor's Authorized Official Partner/ Client Services Director Title of Authorized Official /-\\\/ ARDURRA CITY OF PORT ARTHUR, TEXAS I RFQ #P25-064 50 RFP Grant Management&Administration Services for MO Projects 8. CLEAN AIR 42 U.S.C. § 7401 et seq. 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 Owner and understands and agrees that the Owner will, in turn, report each violation as required to assure notification to the State of Texas, Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. Contractor also agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Christopher Canonico, PE (printed name of signatory) Z --- July 15, 2025 (signature and date) 9. CLEAN WATER REQUIREMENTS 33 U.S.C. 1251 et seq. 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. Contractor agrees to report each violation to the Owner and understands and agrees that the Owner will, in turn, report each violation as required to assure notification to the State of Texas, Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. Contractor also agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Christopher Canonico, PE (printed name of signatory) 2./-------- July 15, 2025 (signature and date) / \\/ ARDURRA CITY OF PORT ARTHUR, TEXAS I RFQ#P25-064 51 RFP Grant Management&Administration Services For GLO Projects . :. 10. PROCUREMENT OF RECOVERED MATERIALS 42 U.S.C. 6962 (1) 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— (i) Competitively within a timeframe providing for compliance with the contract performance schedule; (ii) Meeting contract performance requirements; or (iii) At a reasonable price. (2) 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/smnn/comprehensive- procurement-guideline-cpg-program. Christopher Canonico, PE (printed name of signatory) July 15, 2025 (signature and date) 11. DEPARTMENT OF HOMELAND SECURITY SEAL, LOGO, AND FLAGS The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre- approval Christopher Canonico, PE (printed name of signatory) July 15, 2025 (signature and date) / \\/ ARDURRA CITY OF PORT ARTHUR, TEXAS I RFQ #P25 064 52 RFP Grant Management&Administration Services for GLO Projects 12. COMPLIANCE WITH FEDERAL LAW, REGULATIONS, AND EXECUTIVE ORDERS This is an acknowledgement that FEMA financial assistance will be used to fund the contract only. The contractor will comply will all applicable federal law, regulations, executive orders, FEMA policies, procedures, and directives. ') Christopher Canonico, PE (printed name of signatory) July 15, 2025 (signature and date) ) ) ) ) J) J ) ) ) J J)� ✓j ✓! / `V ARDURRA CITY OF PORT ARTHUR, TEXAS I RFO #P25-064 53 Rf P Grant Management&Administration Services for GLO Projects i.- , .,..... _.„--.. ft-, ,,--'-%•tf--- _ .. •••-millgamplionLik, . _ - - — --...,- _ j4Wr-' 1011W --,.. ....,- - - ---- , • --.-1K----e-- ' -,...--- --:-• -' i ., , .A .1 -, ...... . k-'*.-- /, it 0 -,-,„s-€-•.,,,-,-4-,!;„'‘.7.1,..;-1‘-e'---, - -4:-','''r,tt-,4;,„St,---'=1-ZI.,:''.,."4'• -'- - - ' . ,,,,i- *.• ' t;'''''C.4,'-',,.V",.. i',f^ ' t Vt-4,4'wA --- ' ' - .•AA.* Nt,,,--S -, '4.:' ,4,fir,74,..1.:---'' - - ' '''•-,,',1,-t,k,--*).',,,-;*- ‘ ,--,- . ''',-1.4,4-44t.'*' • ' 4'*'-r,:'1'-'''''vl- C---c-.nr•, 1 l' --1 ,. i , 1 . , - i- . ,,:41r .,„;- .34A ,#, ',• - / ., — _ - -. - ' / .- -- ,..._. ARDURRA GROUP, INC. ARDURRA 3115 Allen Parkway, #300 Houston, Texas 77019 713.540.5512 WWVV,ARDURRA.COM