Loading...
HomeMy WebLinkAboutPR 24689 TO NEGOTIATE A CONTRACT WITH THE GOODMAN CORPORATION City of orl rtfru www.PortArthurTx.gov INTEROFFICE MEMORANDUM Date: March 3, 2026 To: The Honorable Mayor and The Port Arthur City Council Through: Ron Burton, CPM, City Manager From: Suhail'Kanwar, P.E., M.S., CFM, Director of Public Services/City Engineer RE: PR 24689: Authorizing the City Manager to negotiate a contract with The Goodman Corporation of Houston Texas, to assist the city in planning and designing strategies to improve safety and reduce traffic-related fatalities on all roadways in Port Arthur for the Safe Streets and Roads for All (SS4A) funding program. Project No. GM2401 Introduction: The intent of this agenda item is to seek the City Council's approval to authorize the City Manager to negotiate a consulting services contract with The Goodman Corporation to assist the city in planning and designing strategies to improve safety and reduce traffic-related fatalities on all roadways in Port Arthur for the SS4A funding program. Background: The USDOT has a Safe Streets grant funding program available for planning,design,feasibility studies, infrastructure modifications, safety initiatives, collaboration incentives with local community and industry groups, and development of systems that reduces crash severity and save lives. Its purpose is to prevent death and serious injury on roads and streets involving all roadway users, including pedestrians, bicyclists, public transportation, personal conveyance, motorists, and commercial vehicle operators. Additionally, the program provides funding for tools and resources that strengthen a city's approach to roadway safety that addresses the needs of diverse communities that are disadvantaged or historically underserved. The City of Port Arthur's Public Works Department—Engineering Division successfully pursued this funding and the City was awarded the amount of$1,931,696.00. Pursuant to Resolution No. 23-233,the City of Port Arthur's City Council approved participation in the USDOT SS4A Grant Funding Program and the local match of 20%. Pursuant to Resolution No. 24-107,the City of Port Arthur's City Council authorized the City Manager to accept the federal funding in the amount of $1,931,696.00 and the local match of $482,924.00 "Remember,we are here to serve the Citizens of Port Arthur" 444 4th Street X Port Arthur,Texas 77641-1089 X 409.983.8182 X FAX 409.983.8294 contingent upon approval of Budget Amendment via adoption of P07230, which passed on March 5, 2024 being Ordinance#24-08. On July 17, 2025, the City of Port Arthur solicited qualified firms through the formal Request for Qualifications (RFQ) process to provide professional consulting services for this project, and eleven qualification statements were received on August 27, 2025. On October 17, 2025, the City of Port Arthur's RFQ panel scored the eleven bidders. Amongst those eleven bidders,three companies score weight ranged between 217—221. On February 12,2026, Stanley Consultants,Inc.,The Goodman Corporation,and TJKM,Inc.,were interviewed for an additional score. After deliberation,The Goodman Corporation scored 249, establishing them as the highest scored firm. Budget Impact: Funding has been appropriated in Account No. 001-00-000-4510-00-00-0000. Project No. GM2401. Recommendation: It is recommended that the City of Port Arthur's City Council approve PR 24689 authorizing the City Manager to negotiate a consulting services contract with The Goodman Corporation to assist the city in planning and designing strategies to improve safety and reduce traffic-related fatalities on all roadways in Port Arthur for the SS4A funding program. "Remember,we are here to serve the Citizens of Port Arthur" P.O.Box 1089 X Port Arthur,Texas 77641-1089 X 409.983.8101 X FAX 409.982.6743 PR 24689 3/03/2026 RLD Page 1 of 3 RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO NEGOTIATE A CONTRACT WITH THE GOODMAN CORPORATION OF HOUSTON, TEXAS, TO ASSIST THE CITY IN PLANNING AND DESIGNING STRATEGIES TO IMPROVE SAFETY AND REDUCE TRAFFIC-RELATED FATALITIES ON ALL ROADWAYS IN PORT ARTHUR FOR THE SAFE STREETS AND ROADS FOR ALL (SS4A) FUNDING PROGRAM. PROJECT NO. GM2401. WHEREAS, the City of Port Arthur applied for grant funds from the United States Department of Transportation (USDOT) FY 2023 Safe Streets and Roads for All (SS4A) Funding appropriations; and, WHEREAS, the City of Port Arthur was successful in meeting all eligibility requirements and was awarded federal grant funds in the amount of$1,931,696.00 from the USDOT under the SS4A grant opportunity; and, WHEREAS, pursuant to Resolution No. 23-233, the City of Port Arthur's City Council approved participation in the grant funding program and its local match of 20%; and, WHEREAS, pursuant to Resolution No. 24-107, the City of Port Arthur's City Council approved the Engineering Division's Comprehensive Action Plan draft for the safe streets planning efforts that outlined how grant funds will be utilized. The engineer's estimate for the total project cost is $2,414,620.00 where 80% of the cost is funded by SS4A grant i.e., $1,931,696.00 and the remaining 20% i.e., $482,924.00 were to be appropriated in Fiscal Year 2025 after the contract with US DOT is executed; and, WHEREAS, on July 16, 2025 and July 23, 2025, the City of Port Arthur solicited qualified firms through the formal Request for Qualifications (RFQ) process to provide professional consulting services for this project and eleven qualification statements were received on August 27, 2025, see Exhibit A; and, PR 24689 3/03/2026 RLD Page 2 of 3 WHEREAS, on October 17, 2025, the City of Port Arthur's RFQ panel scored the eleven bidders, amongst them, three companies score weight ranged between 217-221, see Exhibit B; and, WHEREAS, on February 12, 2026, Stanley Consultants, Inc., The Goodman Corporation, and TJKM, Inc., were interviewed for an additional score. After deliberation, The Goodman Corporation scored 249, establishing them as the highest scored firm, see Exhibit C. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR, TEXAS: THAT, the facts and opinions in the preamble are true and correct; and, THAT, the City Manager is hereby authorized to negotiate a contract with The Goodman Corporation of Houston, Texas, to assist in planning and designing strategies to improve safety and reduce traffic-related fatalities on all roadway in Port Arthur for the SS4A funding program. Project No. GM2401; and, THAT, a copy of the caption of this resolution be spread upon the minutes of the City Council. READ, ADOPTED AND APPROVED this the day of ,A.D.2026at a meeting of the City of Port Arthur, Texas by the following vote: Ayes: Mayor: Councilmembers: Noes: PR 24689 3/03/2026 RLD Page 3 of 3 Charlotte M. Moses, Mayor ATTEST: Sherri Bellard, TRMC, City Secretary APP FORM: APPROVED F'i `r DMINISTRATION: 41, 4,14r,S0 Roxann Pais Cotroneo, Ronald Bu jarrM City Attorney City Manager APPROVED S FOR AV ILITY OF NDS: Lynda Lyn" Bosw I, M.A., ICMA-CM�/ Director of Finan e Suhail Kanwar, P.E., M.S., CFM, Director of Public Services/City Engineer Clifto ` illiams, CPPB Purchasing Manager EXHIBIT A CITY OF PORT ARTHUR Request for Qualifications Safe Streets 4 all action plan July 16, 2025 July 23, 2025 PUBLIC NOTICE CITY OF PORT ARTHUR,TEXAS REQUEST FOR QUALIFICATIONS IOTICE IS HEREBY GIVEN THAT sealed Qualifications,addressed to the City of Port Arthur,will le received at the Office of the City Secretary,City Hall 444-4th Street or P.O. Box 1089,Port tthur,Texas 77641 no later than 3:00 P.M.,Wednesday,August 13,2025 and all bids received vill thereafter be opened and read aloud on Wednesday,August 13,2025 at 3:15 P.M.in the City ;ouncil Chambers,5th Floor,City Hall,Port Arthur,Texas for certain services briefly described as: REQUEST FOR QUALIFICATIONS SAFE STREETS 4 ALL ACTION PLAN lualifications received after closing time will be returned unopened. .opies of the Specifications and other Contract Documents are on file in the Purchasing Office, 144-4th Street,City of Port Arthur,and are open for public inspection without charge.They can also )e retrieved from the City's website at www.portarthurtx.gov/bids.aspx or www.publicpurchase.com. the City of Port Arthur reserves the right to reject any and all qualifications and to waive nformalities. 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. VilCurt Willi 'William.,CPB Purchasing Manager PUBLIC NOTICE CITY OF PORT ARTHUR,TEXAS REQUEST FOR QUALIFICATIONS NOTICE IS HEREBY GIVEN THAT sealed Qualifications,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,August 13,2025 and all bids received will thereafter be opened and read aloud on Wednesday,August 13,2025 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 QUALIFICATIONS SAFE STREETS 4 ALL ACTION PLAN Qualifications 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.govlbids.aspx or www.publicpurchase.com. The City of Port Arthur reserves the right to reject any and all qualifications 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. curt Williams,C PB 1 Purchasing Manager EXHIBIT B CITY OF PORT ARTHUR TEXAS Bid Tabulation Request for Qualifications Safe Streets 4 All Action Plan Opening: August 27, 2025 Bid Location: City Hall, 5th floor Council Chamber P25-068 Firm Name Location Toole Design Group Silver Spring, MD Ardurra Houston, TX Woolpert. Inc. Houston,TX WTC, Inc. Austin, TX Stanley Consultants, Inc. Austin,TX _ The Goodman Corporation Houston,TX Schaumburg&Polk, Inc. Houston,TX The Solco Group,LLC Port Arthur,TX Smith Engineering and Associates, LLC. Houston, TX Foresite Group, LLC. Peachtree Corners, GA TJKM, Inc. Austin,TX COL NDA SCYION-GOUDE>4UX August 27,2025 Yolanda Scypion-Goudeaux, Purchasing Assistant Date City of Port Arthur Safe Streets 4 All Action Plan Agenda Totals P25-068 Stanley Weight Toole Design Group Ardurra Woolpert,Inc. WTC,Inc. Consultants,Inc. Silver Spring,MD Houston, TX Houston, TX Austin, TX Austin, TX Statement of Interest 15 13 13 12 11 12 Experience of Project Manager and Project 15 12 12 12 10 12 Project Team Experience 30 24 23 23 19 24 Prime Firm's Relevant Project Experience 75 59 54 55 43 59 Project Approach 60 50 50 47 37 50 Project Team Familiarity and History with Local Issues 60 39 60 60 60 60 Total 255 197 212 209 180 217 EllrrX City of ' cam/ urt rthu--r Te.rus Page 1 of 2 4 City of Port Arthur Safe Street 4 All Action Plan Agenda Totals P25-068 The Goodman Schaumburg& The Solco Smith Engineering and Weight Corporation Polk,Inc. Group,LLC. Associates,LLC. Foresite Group,LLC. liKM,Inc. Houston, TX Houston, IX Port Arthur, TX Houston, TX Peachtree Corners, GA Austin, TX Statement of Interest 15 12 12 13 13 14 14 Manager and Project Principal 15 11 9 13 11 12 14 Project Team Experience 30 23 19 24 22 26 28 Prime Firm's Relevant Project Experience 75 63 43 56 50 62 67 Project Approach 60 52 40 47 42 52 54 l I Jres !GUM I UIIiULU/uy and History with Local Issues 60 60 60 56 37 42 43 Total 255 221 183 209 175 208 220 ri ( �, fi � ��(�r Cti� �s�-�r tl /19�/7/2�1 A Yalanda Scypion-GOdeaux,Purchasing Assistant Date gotort rthu'- - Page 2 of 2 Safe Streets for All (SS4A)Action Plan - City of Port Arthur, Texas City Eerrxr C of ('in 1,I,' l nrt rthu1� iw4 1 >,E r * i s gi if 1.'-. t y a '.: �. ,r,---' ^ ' Lei .v _ �, �y 1t 7xe / !r, M { t "cam.4'`:- .. vc s, , rw� t� /> ' \ .t (aiI ..; �,+gyp►, ,. CITY OF PORT ARTHUR, TX I REQUEST FOR QUALIFICATIONS SAFE STREETS FOR ALL (SS4A) ACTION PLAN August 2025 Submitted by: In association with: Primary Contact: Jim Webb, AICP, ENV SP I CD P Chief Executive Officer The Goodman Corporation 3200 Travis Street, Suite 200 Houston, TX 77006 THE GOODMANLJA (713) 951-7951 jwebb@thegoodmancorp.com C O R PO RATIO N www.thegoodmancorp.com Kimsey>>>Horn This page intentionally left blank 2 CONTENTS 1. Statement of Interest 16 2. Experience of Project Manager and Project Principal 110 3. Project Team Experience 114 4. TGC's Relevant Project Experience 120 5. Project Approach 126 6. Project Team Familiarity and History with Local Issues 140 Attachment A: Required Forms 143 Completed RFQ Letter of Interest Form Certification Regarding Lobbying Non-Collusion Affidavit (Must Be Notarized) 1 Affidavit (Must Be Notarized) Conflict of Interest House Bill 89 Verification SB 252 Chapter 2252 Certification City of Port Arthur Addendum No. 1 City of Port Arthur Addendum No. 2 Attachment B: Staff Resumes *THE GOODMAN CORPORATION 3 This page intentionally left blank 4 Safe Streets for All (SS4A) Action Plan — City of Port Arthur, TX 'Ya *k'4 is wc,1-. ..- - +; .. '' """ 4 rfvek-t-' ; - s i'�t` t _ 's x4 ' . �_ r#' „er, ,t � Vai , may Photo source: TGC 1 . Statement of Interest ______ .,__. _____ __. ____ STATEMENT OF INTEREST vvt The Goodman Corporation (TGC), in collaboration with CD&P, LJA Engineering, and Kimley-Horn, is pleased to submit our statement of qualifications to lead the PLANNING POLIC`r Port Arthur Safe Streets for All (SS4A) Action Plan. Our team brings decades of regional expertise in transportation safety, multimodal planning, engineering, public ENGINEERINGengagement, policy development, and project implementation. Together, we are well- positioned to assist the City of Port Arthur through the development of a roadmap EXPERTISE TO DELIVER that, once implemented, creates safer streets and roads for all users through a PROJECTS ACROSS comprehensive and data-driven strategy. TEXA Project Team Qualifications We have put together a stellar team to offer the City of Port Arthur the technical skills, local insights, and collaborative approach to create a Safe Streets for All (SS4A) Action Plan ready for implementation and funding. As the prime consultant, TGC brings 45 FINANCIAL years of experience in developing tailored mobility solutions across Texas through CAPITAL data-informed strategies. Our subconsultant team: CD&P strengthens outreach with proven approaches to engage stakeholders in safety initiatives statewide; LJA adds TGC depth in engineering design, cost estimating, and implementation planning, with extensive experience delivering SS4A-funded Comprehensive Safety Action Plans; SOCIAL. HUMAN and Kimley-Horn brings national and local traffic engineering expertise, high-injury CAPITAL ii\i network analysis, and crash data evaluation to prioritize actionable improvements. .. . ; About TGC TGC Connects Capital to Communities. Established in 1980 by Barry M. OM Goodman, TGC is a Texas-based professional service firm with planning, engineering, ( and project management experience, and a unique understanding of the governmental • processes that provide funding for implementing priority projects. Since our founding, we have secured over $2B in funding for our client base and have completed over$3B in projects to benefit the communities in which we live, work, and play. We solve engineering, mobility, and infrastructure challenges that impact The Goodman Corporation communities. We excel in safety planning, performance-based planning and project identification, evaluation, and prioritization using community and stakeholder Primary Contact: engagement, benefit cost analysis, and rigorous data analysis as key components of Jim Webb, AICP, ENV SP our process. Complementarily, our engineering staff has substantial experience in Chief Executive Officer engineering planning and design, implementing safety countermeasures, as well as (713) 951-7951 project and program management, federal compliance, and construction management jwebb@thegoodmancorp.com and administration. TGC also offers solutions in the areas of general mobility, public www.thegoodmancorp.com transportation, environmental analysis, and more. Office Locations: TGC has completed comprehensive mobility and transportation planning projects for communities throughout the State of Texas, our core competency for over forty years. 3200 Travis Street, Clients trust TGC to tackle intricate infrastructure challenges and to enhance safety for Suite 200 all roadway users. We do not take a one size fits all approach, but work hand in hand Houston, TX 77006 with staff and the community to tailor plans to match the needs and the realites of the 911 W. Anderson Lane, communities we work in. Suite 200 Our multidisciplinary team of experts is well equiped to bring value to the City of Austin, TX 78757 Port Arthur and are looking forward to identifiying key projects to leverage Small Business Enterprise discretionary grant opportunities and funding partnerships (public and private) (SBE) Certified towards project implementation that reflects the City's vision for safer streets and roads for all. TBPE #F-19990 6 THE GOODMAN CORPORATION TGC Transportation Safety Analysis Expertise TGC has significant experience in completing mobility related safety analysis both to . " evaluate previously identified projects and to identify safety-oriented needs within a given study area. Some experience highlights include: (- Crash Analysis TGC's expertise in Transportation Safety Analysis includes conducting thorough crash analyses to uncover critical aspects in safety improvements. We examine and analyze - 3 crash data, identifying patterns, trends, and contributing factors. This in-depth analysis == allows us to discover high-risk areas, develop different types of high injury networks, ` 4 and prioritize targeted safety countermeasures to reduce crashes and ultimately save .„ lives. By understanding the causes of crashes, we can develop data-driven strategies ) pilliallagts, :.,.„ and recommendations for enhancing roadway safety for all users. .p. Safety Countermeasures ' ` `` TGC excels in proposing and implementing effective safety countermeasures to mitigate risks and enhance safety for all roadway users. We offer a wide range of countermeasures tailored to specific needs, such as traffic calming measures, pedestrian and bicycle facilities, roadway design enhancements, intersection improvements, and more. Our approach ensures every countermeasure 6 . recommendation addresses underlying safety concerns and has a significant impact on reducing crashes and promoting a safer transportation environment for all roadway ' "', users, especially vulnerable users like pedestrians and bicyclists. Public Engagement :: Community and stakeholder engagement are crucial to the community planning e-,.v PLAN process. TGC is well-versed in obtaining community feedback, utilizing surveys and mailers; designing compelling graphics and messaging; facilitating stakeholder and steering committee meetings as well as larger-scale public meetings and open " ' houses; and attending community events to ensure maximum participation. Based on �, : ' 1 ./.2. community needs and stakeholder input, TGC develops a prioritized list of projects and I — recommendations to meet a shared vision and goals. Projects and recommendations i, , _, r are scoped, costed, and organized into short-and long-term categories. i Safety-Related Funding Pursuit l Our comprehensive approach in Transportation Safety Analysis extends to identifying safety-related funding opportunities that connect capital to communities. TGC excels _ _ , ` , �' . in identifying various funding sources specifically tailored to support transportation -` safety, from federal grants and state funding programs to other local funding opportunities. By understanding the requirements and priorities of each funding _ ( ,'t source, we help clients align their transportation safety plans and projects with agency ,fit goals and objectives to maximize chances of securing funding. .. i7 f ' f 4' TGC has utilized our work in this arena to help our clients secure a variety of grants for planning, design, and implementation. We have extensively utilized the Highway Safety Improvement Program (HSIP), Transportation Alternatives Program (TAP), and 0* the Safe Streets and Roads for All (SS4A) program to leverage federal funding for our .k '' 16.: '-. clients and their priority projects. Recent funding successes include: Safer Streets for 8 ` -- - . Schools, Amarillo TX; Greater Northside and International District Safe Streets Project .. . Harris County, TX; Greater Southeast Management District Grade Separation, Harris -,*:', 14 - . County, TX; Houston Area Safety Improvement Projects, City of Houston, TX; ,." Houston-Galveston Sidewalk and Pedestrian Awards Houston-Galveston Region, TX; "` and a Comprehensive Safety Action Plan for Baytown, TX. Recent TGC Project Experience (Source: TGC) *THE GOODMAN CORPORATION 7 About CD&P CDP Founded in 2007, CD&P is a public engagement firm that empowers partners, Concept Development & clients, and communities to collaborate effectively through strategic outreach and Planning, LLC communication. The firm specializes in proactive, culturally competent engagement strategies that build project support and meet client goals across diverse audiences. Primary Contact: CD&P offers comprehensive services in public involvement, marketing, event Arin Gray, President & Principal facilitation, graphic design, and multicultural outreach, particularly within infrastructure, (512) 533-9100 construction, and utility service projects across Texas. agray@cdandp.com CD&P has worked on a variety of safety campaigns including the CAMPO Regional www.cdandp.com Safety Action Plan, the City of Austin Citywide Lighting Study through their SS4A Office Location: Program, and the San Antionio Vision Zero Action Plan —all aimed at improving safety 2233 West North Loop Blvd., through enhancing infrastructure and education. Through this experience, CD&P has Austin, TX 78703 developed a strong understanding and successful approaches for engaging a wide range of stakeholders. As the project team's Engagement Lead, CD&P draws their DBE, WBE, HUB Certified experience and successes with community organizing and reaching target audiences to implementation of unique and time-tested strategies that help clients understand and address community needs. LJA About LJA Engineering LJA Engineering, Inc. For over 50 years, LJA has been a leader in Civil Engineering and Consultation throughout Texas. The firm has been recognized for providing innovative, yet Primary Contact: functional, designs with aesthetic appeal that allow our developer/builder clients Jason Rodriguez, AICP to market their products to the public successfully. The LJA team is also known Director of Planning, for delivering engineering services on time, often well ahead of schedule, and for Southwest Region achieving cost-effective solutions that meet financial goals. (210) 503-2700 jrodriguez@lja.com The LJA team brings specialized expertise in transportation planning, engineering wvvw.lja.com design, cost estimating, and project implementation, with a strong track record delivering SS4A-funded Comprehensive Safety Action Plans. LJA's long-standing Office Location: work in Port Arthur and the Gulf Coast region provides valuable local insight, 9830 Colonnade Boulevard, ensuring recommendations are grounded in community needs and tailored to the Suite 300 City's specific conditions. LJA's skillset and capabilities include GIS-based analysis, San Antonio, TX 78230 project screening, and visualization tools. As the project team's Engineering Design Lead, LJA is well equipped to help Port Arthur create an actionable and fundable Safety Action Plan that advances local safety goals. Kimley>>>Horn About Kimley-Horn For 58 years, Kimley-Horn has provided planning and engineering consulting services Kimley-Horn and Associates, to clients nationwide. The firm has been established in the Houston area since 1992 Inc and has served in transportation safety projects around Texas and the country. As the Primary Contact: project team's Traffic Engineering Lead, Kimley-Horn offers Port Arthur a team of skilled professionals with the right blend of technical expertise, local knowledge, and Payton Arens, PE, RSP1t national traffic analysis experience required for the success of this project. 11700 Katy Freeway, Suite 800 Houston, TX 77079 The Kimley-Horn team brings experience developing regional safety plans from both (281) 920-6330 Texas and across the United States.We have supported the Houston-Galveston Area payton.arens@kimley-horn.com Council (H-GAC) with a regional intersection assessment program and have performed www.kimley-horn.com safety and traffic operations studies for several municipalities in the Houston area. Office Location: Our recent safety plans include the Galveston Comprehensive Safety Action Plan, H-GAC Road Safety Audit Program, and the Rosenberg SS4A Comprehensive Safety 11700 Katy Freeway, Action Plan. These previous projects have provided Kimley-Horn with experience in Suite 800 developing high-injury networks (HINs), analyzing large and complex traffic data sets, Houston, TX 77079 and working with stakeholders to identify and prioritize recommendations to address local and regional safety issues. 8 *THE GOODMAN CORPORATION Safe Streets for All (SS4A) Action Plan — City of Port Arthur, TX iitilAgior fIPIV 1r� - } r oilite g Dui . +„ ' 2. Expe rience of Project Ma nager and Project Principal (Past Five Years) 9 EXPERIENCE OF THE PROJECT MANAGER AND PROJECT PRINCIPAL -Own e ."' `'. �..:�... .� � .� �operty a as -- 4 Th lue . Wnership of I a�d ti< .. r ! ) 'Whit 'lift II Rs o 1. , l : et ' Left to Right:Yige "Eagle"Tang, PE, AICP; Robert McHaney,AICP, CTP;and Abdullatif Maani, PE, at Public Engagement Events TGC is proud to present a highly qualified leadership team for the Port Arthur SS4A Plan, led by Project Manager Yige "Eagle" Tang, PE, AICP; Deputy Project Manager Abdullatif (Abdul) Maani, PE; and Project Principal Robert McHaney, AICP, CTP, who also serves as TGC's Chief of Integrated Planning. As both a planner and engineer, Eagle offers a unique perspective that combines technical rigor with community-focused planning, and she is deeply passionate about advancing transportation safety. Supported by Abdul's engineering expertise and Robert's strategic leadership, this team brings the proven ability to manage complex projects, coordinate seamlessly across stakeholders, and deliver actionable, safety-driven outcomes tailored to the City of Port Arthur. Yige "Eagle" Tang, PE, AICP — Project Manager Yige "Eagle" Tang, PE, AICP, is a Senior Associate at TGC. She is responsible for safety-oriented project development and design as well as safety grant management and coordination. With a background in engineering, Eagle assesses the feasibility of proposed planning projects, ensures we compliance with local and state standards, and evaluates projects through cost benefit analyses. Eagle is passionate about developing safety-oriented projects. She integrates safety analysis into planning-and project-level activities with an understanding of the scopes and scales of safety concerns in planning areas. She prioritizes safety projects to find the best fit for different safety-related funding opportunities. Eagle also performs project management duties such as managing tasks and projects, performing research, report writing, leading stakeholder or public involvement meetings, and maintaining client relations in support of transportation safety projects. Eagle is a licensed Professional Engineer in Texas and holds a Master of Urban and Regional Planning from Texas A&M University and a Master of Civil Engineering from the University of Virginia. Relevant Experience in the Past Five Years: Eagle has demonstrated her ability to translate safety data and community input into strategic, locally-focused improvements that secure funding and drive real-world impact. As Project Manager for the Amarillo Safe Streets and Roads for All (SS4A) Plan, she guided efforts to gather nearly 7,000 public comments and identify 16 capital projects that address critical safety concerns citywide. Notably, one of the first projects developed during the planning process, was awarded FY 2024 SS4A Demonstration Grant funding before the plan's completion—highlighting the plan's proactive approach and strong alignment with federal safety priorities. In Houston, Eagle also managed the Midtown SS4A Plan, prioritizing key corridors and high-risk intersections to enhance pedestrian safety and align with Vision Zero goals. As a result, two of the plan's projects were funded through the Highway Safety Improvement Program. Eagle also led the Dickinson Safety Action Plan, where she worked to reduce severe crashes among vulnerable road users by identifying a High Injury Network and proposing targeted safety improvements. These efforts resulted in one project being successfully funded through the 2022 Transportation Alternatives (TA) program, improving safety around schools and enhancing pedestrian infrastructure. In her eight years with TGC, Eagle has successfully secured more than $51 million in funding for our clients. 10 *THE GOODMAN CORPORATION 110 Robert McHaney, AICP, CTP — Project Principal Robert McHaney, AICP, CTP, is the Chief of Integrated Planning at TGC. He is responsible for integrating planners, engineers, urban designers, economists, and policy experts to ensure TGC is at the forefront of helping communities develop plans and projects that fully address today's most pressing issues. Robert also provides project management support for a variety of TGC clients. He advocates for the transportation field by serving as the Chair for the American Planning Association (APA)Transportation Planning Division (TPD) and Chair of the Transportation Sub-Committee for the APA Texas Advocacy Executive Committee. He enjoys helping develop the next generation of transportation planners by mentoring and teaching American Institute Certified Planner (AICP) prep courses. Robert holds a Bachelor of Arts in Political Science, Bachelor of Arts in Public Policy, and Bachelor of Science in Geography and Land Studies from Central Washington University and a Master of Public Administration from Evergreen State College. Relevant Experience in the Past Five Years: Robert is passionate about creating safe streets for all users. He has completed dozens of safety-oriented projects that have resulted in improving the lives of those that utilize that public good.Throughout the development of a safety project, Robert seeks to balance thoughtful planning, robust technical analysis, inclusive engagement strategies and comprehensive engineering principles to create safe streets communities can be proud of. His portfolio of safety-oriented projects includes communities such as Houston, Wimberley, Conroe, Baton Rouge, Leander, and others. He was integral to the successful funding pursuit of over $12M for four TGC clients via the SS4A Grant Program, administered by the U.S. Department of Transportation. Projects will plan and implement transportation-related safety projects towards eliminating deaths and serious injuries, including installing new or upgrading existing sidewalks and ramps, upgrading traffic signals, and implementing proven countermeasures such as pedestrian traffic signals, high visibility crosswalks, pavement markings upgrades, and traffic calming road design changes. Abdullatif Maani, PE — Deputy Project Manager Abdullatif (Abdul) Maani, PE is a Senior Associate at TGC with expertise in transportation engineering, roadway design, and multimodal safety improvements. At TGC,Abdul develops conceptual and final construction plans, cost estimates, and safety-focused designs for roadway, pedestrian, and bicycle infrastructure projects, ensuring compliance with local codes and standards. His technical skills include AutoCAD and Civil 3D, as well as coordinating with multidisciplinary teams to deliver efficient, context-sensitive solutions that improve community mobility. Abdul is a licensed Professional Engineer in Texas and holds a Bachelor of Science in Civil Engineering from the University of Houston. Relevant Experience in the Past Five Years: As part of the Amarillo Safe Streets and Roads for All Engineering Design team,Abdul prepared conceptual designs, plans, and cost estimates for grant ready projects. He has also provided preliminary engineering for quick-build safety improvements, and produced plans and cost estimates for sidewalk, corridor, and intersection projects enhancing connections to schools, transit, and neighborhoods. His work also includes PS&E packages, multimodal connectivity enhancements, and roundabout design.Abdul has also participated in the development of the City of Cedar Park's Transportation Criteria Manual and is well versed in developing safety related funding applications through TxDOT's Transportation Alternatives and Highway Safety Improvement Programs. His combination of technical skill, safety-focused design, and hands-on project management ensures that each project moves efficiently from concept to construction while aligning with community and safety goals. *THE GOODMAN CORPORATION 11 This page intentionally left blank 12 Safe Streets for All (SS4A) Action Plan - City of Port Arthur, TX 411 3. Project Team Experience 13 PROJECT TEAM EXPERIENCE Organizational Chart TGC and the subconsultant team confirm the proposed staff for this project has the capacity to perform and is available to complete all tasks outlined in the scope of work. Below, we provide an organizational chart detailing the team structure, roles of key staff, reporting responsibilities, and client interface. This section also includes qualifications summaries for all team members. Complete resumes for the TGC and subconsultant teams are provided in Attachment B of this submittal. ' Prime Consultant(TGC) 4* v-2.... 1 Subconsultants(CD&P, LJA,Kimley-Horn) THE GOODMAN c:jrtrrhu - 4._ CORPORATION V� /w\ c C cn co Yige "Eagle" Tang, PE, A1CP c 00 Project Manager(PM) Y U 4) O Robert McHaney, AICP, CTP Abdullatif Maani, PE .o v Project Principal Deputy Project Manager(DPM) is iIP (110 Nn J 15 Jake Gutekunst, PE, AICP Kara McManus Dami Orehin, PTP, PMP cn a CC Engineering QA/QC Grant Management&Compliance Lead Data Analysis Lead 1- I t a' I. Elizabeth Whitton, AICP Bryan SchmitzGrant Management&Compliance Support GIS Analyst E ro m F— Y Y Q Arin Gray Michael Keck, PE Payton Arens, PE, RSP a a d Engagement Lead Engineering Design Lead Traffic Engineering Lead ;n o: 1 I LJA Kimley-»Horn Engagement Support: Engineering Design Support: Traffic Engineering Support: Jacqie Wilson Jason Rodriguez,AICP Ryan Eurek, PE Melvin R. White Juan Alcaraz, PE Brian Greathouse, PE Rachel Cepeda,AICP Project Team Qualifications Task Lead & Support Staff (TGC) Jake Gutekunst, PE, AICP — Engineering QA/QC Jake Gutekunst, PE, AICP, is a Principal at TGC. He is responsible for assisting in project development for both engineering and planning projects, including business development and client management activities. Jake approaches projects from both a planning and engineering mindset, making sure that planning projects are implementable and engineering projects fit into the overall goals and objectives of the areas they are implemented into. Jake specializes in traffic engineering and multimodal transportation planning, with an emphasis on corridor studies and long-range transportation plans. Jake also has substantial experience with assisting communities as an on-call engineer and with policy, code, and standards updates. Jake is passionate about creative problem solving and helping the communities he serves achieve outcomes that make meaningful progress toward long term goals. He holds both a Bachelor's and Master's Degree in Civil Engineering from the University of Texas at Austin. Kara McManus — Grant Management & Compliance Lead Kara McManus is the Civil Rights and Compliance Manager at TGC. She is responsible for federal, state, and local compliance for projects, procurements, and transit services for TGC clients. Her focus is on Americans with Disabilities Act (ADA) paratransit plans, Title VI plans, Disadvantage Business Enterprise (DBE) programs, Equal Employment Opportunity (EEO) plans, and other federal and state compliance. Kara's other work and experience includes auditing assistance, procurement, existing conditions inventories and reviews, and project management. Kara holds a Bachelor of Science degree from the University of Texas at Austin. 1110 Elizabeth Whitton, AICP — Grant Management & Compliance Support Elizabeth Whitton, AICP, is a Principal at TGC. She collaborates with clients to address and advance creative solutions for their multimodal transportation and development challenges through effective management, planning, funding strategies, and project implementation. Her experience includes placemaking program development, transit planning, applied policy research, multimodal corridor studies, public art planning, and organizational management. Elizabeth is driven to connect safe, reliant, and resilient infrastructure within our communities. She holds a Master of Planning degree from Florida State University and a Bachelor of Science in Business Management from the University of Alabama. Dami Orehin, PTP, PMP — Data Analysis Lead 1 -4: . Dami Orehin, PTP, PMP, is an Engineering Associate at TGC. With his background in various subdisciplines, Dami supports both engineering and planning projects at TGC. He brings both private sector and local government experience in land development, traffic impact analysis, multimodal transportation projects, and community and stakeholder engagement. Dami views transportation as a crucial tool in community development and centers this role at the heart of every transportation project. He recognizes the current number of roadway fatalities to be a critical issue and approaches transportation plan development with a strong commitment to ensuring a safer transportation system for all road users and modes of transportation. Dami holds a Master of Science, Transportation Planning & Management, Texas Southern University. Bryan Schmitz — GIS Analyst Bryan Schmitz is a Senior Associate and GIS Analyst at TGC. He is TGC's geospatial resource lead and principal cartographer. Bryan is responsible for the construction of display material from GIS data as well as the maintenance, development, and implementation of the hardware, software, and databases needed to accomplish specific tasks. He mentors other TGC staff to grow their GIS skillsets and collaborates with lead analysts and designers to deliver high quality GIS related products. Bryan leverages his data analyst skills in both grantsmanship and transportation planning projects, has completed extensive advanced GIS training across the entire suite of ESRI products and workflows, and continues to incorporate emerging trends in geospatial analysis and representation. Bryan holds a Bachelor of Arts degree from the University of North Texas. *THE GOODMAN CORPORATION 15 Subconsultant Team (CD&P) Arin Gray — Engagement Lead ' Arin Gray has over 20 years of experience developing and implementing strategic communications, - •s4� public engagement, and public relations programs that promote community vision and values and 11 reflect client missions. Arin seamlessly combines a grassroots approach with technology to provide clients with communication tools that reach diverse communities and build confidence and consensus in decision-making. Arin provides clients with direction and deliverables for strategic messaging, visual content, media strategy, and external communications. She is skilled in facilitating internal and external meetings and processes for clients and in providing crisis communications. Jacqie Wilson — Engagement Support ..Y. Jacqie Wilson has 10 years of experience in providing public engagement for transportation planning and infrastructure projects. She utilizes authentic communication with clients and in her interaction with the public to build confidence in client missions and projects. She is responsible for planning outreach strategy, conducting outreach at public events, and developing messaging and materials.Wilson brings a distinctive perspective and attitude with a sense of urgency that drives projects forward. She utilizes thoughtfulness and sensitivity in her communications approach which is instrumental in her success in bringing stakeholder needs and concerns forward for mutually beneficial resolutions. 110 Melvin White — Engagement Support Melvin White is an accomplished workforce development leader and business strategist with a strong track record of building programs that connect underserved populations to high-demand career pathways. As the founder of multiple organizations, including MRSW Management, the Digital Workforce Academy, and the Golden Triangle Empowerment Center, Mr. White has spent over two decades advancing training and employment opportunities across Texas and nationally. With a background in finance and a career rooted in community impact, Melvin White continues to drive results at the intersection of workforce, infrastructure, and economic development. Mr. White's leadership and expertise have earned him numerous appointments, including serving as Chair of the Board of Regents at Stephen F. Austin State University, Commissioner on the City of Austin's Community Technology and Telecommunications Commission, and advisor to the Texas Association of Historically Underutilized Businesses. He is also a Department of Labor Registered Apprenticeship Intermediary and currently leads efforts tied to the Inflation Reduction Act in Port Arthur. Subconsultant Team (LJA) Michael Keck, PE — Engineering Design Lead <„ Michael Keck is a Vice President in the LJA Transportation Sector. He has experience with preliminary and final design of preliminary schematics, detailed plans and specifications, and construction phase services for these projects. During his career, he has worked for a wide range of clients, including 41 TxDOT, Texas Counties/Cities, and Toll Roads. Over the last 16 years, Michael has been the project manager on four TxDOT ID contracts, three (PS&E) and one (SCH/ENV). He has managed 24 TxDOT work authorization assignments, — 10 (PS&E) and 14 (SCH/ENV). Jason Rodriguez, AICP — Engineering Design Support Jason Rodriguez brings over 21 years of professional experience in transportation planning and project .`1 management, with a strategic focus on understanding the unique needs and opportunities of each project. His career spans both public sector roles and consulting engagements, where he has led ' ' more than two dozen transportation planning assignments for agencies such as TxDOT, RMAs, transit authorities, and municipalities. Jason's expertise includes corridor and subarea studies, alternatives analyses, feasibility studies, and safety action plans.Jason's approach is rooted in cross-disciplinary collaboration, stakeholder engagement, and alignment with agency goals. His projects consistently incorporate safety and traffic analyses, civil and structural design standards, and public input to define alternatives and recommend feasible paths forward. Whether leading infrastructural assessments or developing safety action plans, Jason is committed to delivering customized, community-focused solutions that enhance operational efficiency and public safety. 16 *THE GOODMAN CORPORATION Juan Alcaraz, PE — Engineering Design Support Juan Alcaraz brings over 29 years of comprehensive experience in construction and design, specializing in rural, urban, and metropolitan roadway projects. He has managed construction engineering and projects for TxDOT and provided consulting services. As a Project Manager for the City of San Antonio's Construction Inspection Services, he was responsible for 12 Federally Funded Projects and multiple bond initiatives. Brian Greathouse, PE — Engineering Design Support Brian Greathouse excels in managing multiple concurrent TxDOT projects under tight deadlines and knows the importance of promptly addressing clients' needs while upholding high standards of quality in work related to contract authorizations. His expertise includes a thorough knowledge of the TxDOT 4 J PS&E Development, Hydraulic Design Manual (HDM), and is proficient in software and manuals such as HEC-HMS, HEC-18, HEC-21, HEC-22, the TxDOTTSEAS Manual, HY-8, 1D/2D HEC-RAS, 1D/2D SWMM, Geopak Drainage/SUDA, and OpenRoads/3D Modeling. Rachel Cepeda, AICP — Engineering Design Support Rachel Cepeda is a transportation planner with a decade of experience providing transportation planning services to various agencies and municipalities throughout Texas. She has utilized her advanced GIS skills along with PowerBl to create custom dashboards to support project prioritization and streamline the transportation programming analysis and decision-making process. Her skills also include writing custom code for ArcGIS and Microsoft applications in order to cater to specific client visions and needs. Subconsultant Team (Kimley-Horn) Payton Arens, PE, RSP21 — Traffic Engineering Lead Payton Arens has more than 10 years of transportation planning and engineering experience within the greater Houston area. He has performed a variety of planning services, including SS4A Comprehensive Safety Action Plans (CSAP), subregional studies, corridor plans, small area plans, capacity analyses, and grant applications. He has performed a variety of engineering services, including road and pedestrian safety audits, signal warrants, and design of signals, signs, and pavement markings. Payton's breadth of transportation experience, alongside familiarly with other engineering disciplines, facilitates efficient and interrogated project management. Payton has completed various projects for H-GAC, TxDOT, Harris County, City of Houston, and other agencies throughout the Houston area. He has applied knowledge of City code, City design standards, Highway Safety Manual, Highway Capacity Manual, and Texas Manual of Uniform Traffic Control Devices (TMUTCD). Payton wrote sections of TxDOT's Traffic and Safety Analysis Procedures Manual, built tools for benefit-cost analyses, and is familiar with national best practices (ITE and NACTO) in complete street design. Ryan Eurek, PE — Traffic Engineering Support Ryan Eurek has 16 years of professional experience. He has successfully completed numerous city and county projects that required the management of multiple subconsultants, coordination of partnering agencies like TxDOT and railroad agencies, and incorporation of feedback from project stakeholders. Ryan has completed a variety of services, including intersection design, turn-lane improvements, traffic signal designs, signing and pavement marking designs, traffic control plans, roadway median modifications, temporary signal designs, and traffic signal inventories. His experience includes regional planning, access management studies and implementation, traffic operational analyses, intersection evaluation, and various other traffic and safety studies. *THE GOODMAN CORPORATION 17 _ • • This page intentionally left blank 18 Safe Streets for All (SS4A) Action Plan - City of Port Arthur, TX \ 1 ' 1 ,. ..,i T.} -<, '. a haw 4 15 ik Photo source. TGC 4. TGC's Relevant Project Experience 19 TGC'S RELEVANT PROJECT EXPERIENCE , ;. l 1 + f - t. 1r " r .it ^ < m l+i, ,t \ f h ✓ •.• n AlobAq,r ilk � , 0 r , iJ 4 11 1 y.i j � -a l�C�i\ f1 ' . 41., � __...-...,�.... sue.......a..rr...,- Amarillo Safe Streets and Roads for All (SS4A) Plan Location In 2024, the City of Amarillo recognized a critical need to improve transportation safety Amarillo, TX across its roadway network. Amarillo had experienced a concerning number of fatal and severe injury crashes, especially affecting vulnerable users like pedestrians and bicyclists. Timeframe The city lacked a unified strategy to address these issues or secure funding for long-term February 2024—June improvements. The City aimed to develop its first Safe Streets and Roads for All (SS4A) Plan 2025 to guide local efforts in reducing fatal and serious injury crashes by 35% by 2035. The task Client involved identifying high-risk locations, analyzing crash data, prioritizing safety needs, and City of Amarillo, TX preparing a data-driven, community-supported action plan that could also be used to pursue federal implementation funding. The project team led a year-long planning process grounded Services provided in crash analysis, public input, and interdepartmental collaboration. This process included: - Transportation Safety Planning • Developing a High Injury Network (HIN) to identify streets with disproportionately - Communty and high crash rates Stakeholder • At the end of the project, a total of 6,919 public comments were collected through 35 Engagement - Data Analysis of in-person events, two online surveys, and strategic outreach Baseline Conditions • Coordinating with multiple City departments, Amarillo MPO, TxDOT, ISDs, and - Crash Analysis community stakeholders - Project Selection • Aligning plan goals with Amarillo's City Plan Vision 2045 and identifying gaps in Strategy existing design standards and policies - Schematic Design Funding Pursuit • Recommending 16 location-specific safety improvement projects and building a project funding matrix to support implementation Reference Shari Kendall The Amarillo SS4A Plan was completed and adopted in April 2025. It positioned the City for Community Engagement competitive federal funding and immediately led to multiple award recognitions, including: Manager, Planning Department • American Planning Association Texas Chapter (APA TX) Planning Achievement Award - (806) 378-5271 Gold in Transportation Planning shari.kendall@amarillo.gov • Texas District of the Institute of Transportation Engineers (TexITE) Transportation Achievement Award-Safety& Planning Category • Texas Association of Municipal Information (TAMI)Award- Underserved Audiences Outreach/Campaign The Plan has already supported three successful grant pursuits, including a Demonstration Project award and two Category 7 awards, and continues to serve as Amarillo's blueprint for creating safer, more equitable, and accessible streets for all users. 20 *THE GOODMAN CORPORATION .� ' k - ,r, 4- s r=.e' ....,. �■ > . _ 1 4 i.l" Ljj • tc. '' ''' I ,- - i 1 i ,...•-•Veggi;::::=::::-.7;f1-71:1.77i.--)11-.7.--.2-:I;-i:. 1 ' `'' 7_,I.:,_:::' ' A „ ee w ... .,.,.. ,. � -1 w -' Midtown Safe Streets and Roads for All Program Development Location Transportation safety is one of the United States Department of Transportation (USDOT►'s Houston, TX top priorities. Reducing transportation-related fatalities and serious injuries across the transportation system has consistently been one of the USDOT's strategic goals, which Timeframe led to the creation of the Safe Roads and Streets Program through the Infrastructure March 2022—Sept.2023 Investment and Jobs Act(IIJA). Retained by the Midtown Redevelopment Authority(MRA), TGC developed a program of 'safe road and street for all projects'to better position MRA for Client federal funding opportunities through this infrastructure law. Midtown Redevelopment Authority Primary project goals included the significant reduction and ultimate elimination of traffic fatalities and severe injuries for all road users within the MRA area. This objective aligns Services provided with the City of Houston's Vision Zero goal, which aims to reduce traffic-related fatalities and - Transportation Planning severe injuries to zero. - Crash Analysis - Project Development Projects were designed to ensure safe, healthy, and equitable mobility for all individuals. - Project Prioritization TGC identified and developed a total of 16 projects. Out of these 16 projects, six projects - Project Evaluation Were selectedandprioritized for analysis and funding - Online Survey Y pursuit. TGC gathered all the - Public Engagement necessary information to qualify these projects for submission to various federally funded - Transportation grant programs, including those offered by the Federal Transit Administration (FTA), Houston- Engineering Galveston Area Council (H-GAC), and Texas Department of Transportation (TxDOT). - Cost Estimates - Schematic Development Project prioritization was completed to further refine the selection of roadway, intersection, - Traffic Warrant Analysis sidewalk, bike lane, and shared use path projects for further development. Prioritization - Funding Pursuit accommodated each mode (roadway, bike, pedestrian) and considered factors common to all modes. This task culminated in the development of six safety-oriented projects related to Reference improvements of intersections, access management, bicycle facilities, pedestrian access, Marlon Marshall and other mobility related safety elements.Among the six projects, two were awarded Sr. Director of Engineering funding through HSIP, and two are currently under design with construction expected to &Strategic Development (713)526-7577 Ext. 106 begin in October 2026. mmarshall@ midtownhouston.com *THE GOODMAN CORPORATION 21 PROJECT GOALS 112661 410=, b cnner"ed c JI ro d+MY E a 61 Ei,hazetrM mthin Fc}inaor,ro Ge;�wm (n Lob-4 p� S • r.,�E�,n ena mliado M dim�a.i� 9� m mr e .y. .1 a� ea�Y Esataish cmonson ri tin aLMa ih de 7 I i. CGocceasPok SOrest E ^eol:c ak+ays tln:¢. , O. r3• P �'c We Rouuy t=Schod PrgectO M' dm,of Jtl.. n � O 4 -Didumon High Shod e�y 9'9i m P Safecouroaroochod3rgact© © S Ray Holbrook Park auram,A e and awn st 646 I ° m Sere Routs ro Shhod Pro�ecl© Safety Q s m m 1517 I -Hughey Road •®-N O X Connecting Community loop O • • • SideweF 11�41g Redeeign UMW and Slam DteYtege Diddnson AWFM 1366© R Reconstructionbn 1- � 41" 0 k;, .B Dd Neghbor4wod ConnMbn 0 ®--� ' (motor Nwr al StS•ameMiw Wee* Radon ceut Hopkins Park Neighbodwod Connection Storm Drainage "�"°i"ebo 0 F((r9 Connection Add5analPedestdenand A CL:`:1 Rd Humble Camp Rd Bicycle Cmneclim/V� 5 Emancipation Trail 0 -�iMMI -© O �/ Smewali VgdY,g Connection Connection utilities and to Bus Stops to Schools Storm Tau Dickinson Performance Based Mobility Planning and Safety Action Plan Location The TGC team led the development of the Dickinson Safety Action Plan, which addresses Dickinson,TX safety challenges in a growing suburban community with a high rate of fatal and severe crashes among vulnerable road users. The plan is Vision Zero-aligned, setting a goal to Timeframe eliminate traffic fatalities and serious injuries in Dickinson by 2050. Using TxDOT crash data, 2024 the team analyzed crash characteristics, identified a High Injury Network where 89 percent Client of severe crashes occurred on only 8 percent of roadways, and developed six strategies with City of Dickinson, TX associated action items. These include updating local design standards, improving sidewalks and ADA access, enhancing streetlighting, and proposing multimodal projects to improve Services provided safety near schools, parks, and commercial areas. - Transportation Safety Planning The plan emphasizes both data analysis and community engagement through public outreach - Traffic Engineering and the creation of a Safety Task Force. It provides a clear roadmap for reducing fatalities - Communty and and injuries, focusing on both systemic changes and targeted improvements. The plan also Stakeholder proposes four near-term safety projects, one of which has already been selected for funding Engagement - Project Selection through TxDOT's Transportation Alternatives Program. Strategy - Schematic Design Reference Chaise Cary Interim City Manager (281) 337-6286 ccary@dickinsontexas.gov 22 *THE GOODMAN CORPORATION lq � )14 CP , �' 1 _ b \" .vim i T = _: r � ....iN fi t,414 , Dayton Mobility and Infrastructure Strategy and Roadway Engineering Location TGC worked with the City of Dayton to develop and analyze priority mobility and Dayton, TX infrastructure projects, developing seven projects while applying for discretionary funding opportunities and preparing the required analyses for input into the applications.The City Timeframe was awarded over$2.5M from various grant programs. July 2018-Nov. 2022 • Federal Railroad Administration (FRA) Consolidated Rail Infrastructure and Client Safety Improvements (CRISI): TGC identified this program as an opportunity for the City of Dayton,TX City to improve existing railroad crossing infrastructure and submitted an application for preliminary engineering of a grade separation and several other network improvements. Services provided The City was awarded $700K. - Project Development • Texas Department of Agriculture (TDA) Downtown Revitalization Program - Mobility Planning (DRP): TGC developed improvements for pedestrian connectivity and ADA-accessibility - Funding Pursuit in the City downtown area. The City was awarded $350K, the maximum award amount. - Grant Applications • Texas Department of Transportation (TxDOT) Transportation Alternatives/Safe - Stakeholder Routes to School (TA/SRTS): TGC developed two sidewalk projects for submission. Engagement - Environmental Analysis • Houston-Galveston Area Council (H-GAC) Call for Projects: TGC submitted a - Schematic Design roadway extension and widening project for accessibility and congestion mitigation - Traffic Analysis needs. - Cost Estimation - Roadway Engineering Community benefits, feasibility and implementation strategies were evaluated for each project, and developing the projects required site visits, meetings with stakeholders, public Client Remark meetings facilitation, preparing preliminary line-item cost estimates, performing preliminary "TGC is action-oriented drainage calculations, and developing schematics and layouts for proposed improvements. and has been a difference maker for our TGC completed alternatives analysis, traffic engineering, and detail design for the extension community." of Lover's Lane between FM 1409 and SH 146.The project included traffic modeling, -Theo Melancon, Former intersection analysis including traffic signal warrant analysis, and review of alternatives City Manager, City of Dayton,TX between a variety of roadway cross-sections and permutations (between Lovers Lane and Brown Road). A preferred alternative was reached and concurred with by City Council. TGC completed detail design work on this project. Project delivery is pending funding. *THE GOODMAN CORPORATION 23 This page intentionally left blank 24 --,- Arthur, TX Safe Streets for All (SS4A) Action Plan - City of Port t f I a a, . ,-, li. ri il Photo source. TGC �.: _ 5. Project App roach ,„,.. 25 PROJECT APPROACH The project team's approach for developing the City of Port Arthur's SS4A Plan builds on our proven experience in intersection and corridor planning, context-sensitive � xv cross-section design, data-driven safety analysis, inclusive public engagement, NM . ��� and alignment with targeted safety funding opportunities. Our comprehensive and adaptable methodology is designed to support a safe, multimodal transportation If system that accommodates future growth and delivers high-impact, feasible projects ism + -5 � that are well-positioned for external funding. To enhance this effort, TGC has strategically partnered with LJA Engineering, whose expertise in preliminary engineering includes corridor layout, planning-level cost estimation, and specialized knowledge in sidewalk and shared-use path design, as well as design practices that improve construction safety. Kimley-Horn adds targeted ' -;:c":"4/.::- traffic engineering capabilities, supporting the City in areas such as truck routing, oil and gas industry access, and incident management to ensure safe and efficient network operations. We have also teamed with CD&P, a firm with deep experience in publlic and stakeholder engagement and communication strategies. • • Together, this team offers a uniquely tailored understanding of Port Arthur's safety " # 1 policy landscape, current conditions, and the broader regional planning context shaped by projected population growth. The project team has developed an eight-task structure and 16-month schedule as Port Arthur Field Visit illustrated in the figure below. • Table 1. Project Task Schedule Months 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 TASK 1 Project Management TASK 2 Public Involvement TASK 3 Existing Conditions Inventory TASK 4 Existing Conditions --,_ Assesment TASK 5 Major Thoroughfare Map Devlopment TASK 6 Project Development and Funding Strategy TASK 7 Grant Management and Compliance TASK 8 Report Documentation and Action Plan 26 *THE GOODMAN CORPORATION III • • • • S S • S 4 • Stakeholder Engagement Existing Conditions Inventory ••• er- gr) kilik-zi (gi Residents Fire Law Transit Planning Crashes Major School Evacuation Past WA Dept. Inforcement Dept. Dept. Intersections Zone Route Plans r,im . ■ • ■ ■ Port Arthur is the 4th highest city in Texas for pedestrian fatalities . - - - ♦ per 10,000 residents. 4 - - - - Major Thoroughfare Map Existing Conditions Assessment Induustiiriaall/ Roadway Residential High Traffic Truck Evacuation Plan/ Energy Network Areas Injury Operations Access Routes Policy Facilities Network Review IP • • ■ o ■ 000 ■ • • • . • • • Together for Safer Streets for Port Arthur ♦ 4 Project Development Grant Management ,. # and Compliance • • tr ` oh *o rim /f r '' i'Ai\ ri. Safer Safer Post Crash Safer Safer Invoicing& Project Delivery �_— / rtL • People Driving Care Speeds Roads Compliance Support 1 ^O ___._Az ,= r • II • ' _4' r (-- in ° -11 a GOO a I? tett 11 Figure 1. Roadmap for Port Arthur's Safe Streets and Roads for All Plan. Source: TGC *THE GOODMAN CORPORATION Task 1: Project Management and Project Monitoring and Administration (ongoing): Coordination Following the kick-off meeting, the TGC team will begin implementing the PMP. The Project Manager will monitor The TGC team understands the workflow and procedures overall progress, ensuring adherence to the plan through required for successful project management, invoicing, monthly progress reports and bi-weekly coordination coordination, and communication when working with meetings. These meetings will be used to track schedules, City-managed and-funded projects. Our team is structured resolve issues, prepare for public engagement events, to serve as an extension of City of Port Arthur staff, and coordinate with project partners and stakeholders. providing a collaborative and responsive approach that TGC will also assist the City in forming a Project Oversight brings together multidisciplinary expertise to deliver a Committee, which may include members of the City's comprehensive, Port Arthur customized, and high-quality trucks, pedestrian, bicycle, or other advisory groups. SS4A Action Plan. Progress Reporting: Project Leadership and Roles: TGC will submit monthly progress reports to the City's Yige "Eagle"Tang, PE, AICP will serve as the Project Project Manager, regardless of whether an invoice is Manager and primary point of contact. She will lead day- submitted. Each report will include: to-day coordination with the City of Port Arthur, including scheduling and facilitating bi-weekly meetings, overseeing • Summary of activities completed during the month and deliverables, monitoring progress, and managing invoicing. progress by task Eagle's dual training as an engineer and planner allows • Planned activities for the upcoming month her to support integration between technical analysis and • Identification of challenges or issues and corrective actionable, context-sensitive solutions. actions • Project status, including milestones completed and Abdul Maani, PE will serve as the Deputy Project Manager, percent complete by task assisting with project management tasks, schedules, and deliverables. Together, Eagle and Abdul offer deep Update Meetings: experience in multimodal transportation planning, project The TGC team and City staff will hold regular update feasibility, and implementation-focused decision-making, meetings, typically conducted virtually but available in supporting the City's long-term vision for safer streets. person upon the City's request, to coordinate ongoing activities. These meetings will help maintain alignment Project Management Plan (within first 30 days): across City departments, ensure adherence to the project TGC will develop a Project Management Plan (PMP)that schedule, and prepare for key milestones such as public outlines the overall approach and methodology to complete engagement events and committee presentations. the SS4A Action Plan. The PMP will: Task 1 Deliverables: • Define team responsibilities and task ownership • Project Management Plan (within 30 days of • Outline coordination and communication procedures Notice to Proceed) • Establish a Quality Assurance and Quality Control (QA/ • QA/QC Plan (within 45 days of Notice to Proceed) QC) framework • Project schedule (Gantt Chart), updated as • Include an adaptive Gantt Chart to track project needed milestones and schedule • Monthly progress reports and invoices QA/QC Plan (within first 45 days): Within 45 days of Notice to Proceed, Jake Gutekunst, a YµF PE, AICP, will prepare a QA/QC Plan to guide the review ` process for key deliverables. He will support the project .' team by conducting internal checks to ensure all work products meet the highest standards of accuracy, clarity, and consistency. TGC will provide all deliverables in editable formats (e.g., Word, Excel, PowerPoint, GIS, etc.) , #.. for City review and approval. Final decisions regarding content and deliverable ownership will remain with the City of Port Arthur. - Figure 2. TGC staff collaboration: Yige "Eagle"Tang, PE, AICP, and Abdul Maani, PE 28 THE GOODMAN CORPORATION Task 2: Public Engagement can shape people's experiences with transportation and how they engage with the planning process. The project The project team will lead a dynamic and residents- team will coordinate closely with the City to engage the centered public involvement process for the City of Port following groups: Arthur's SS4A Action Plan. Our approach is grounded in transparency, accessibility, and an understanding of the • Residents and neighborhood associations community's backgrounds.We will ensure that the voices • Local employers and business owners of residents, workers, businesses, schools, and service • Workers in industrial and port-related operations providers are heard and meaningfully reflected in the SS4A • Schools and parent-teacher organizations Plan. • Community-based organizations and faith-based groups Communication Engagement Plan: • Transportation providers and social service agencies At the start of the project, the project team will develop • City advisory boards and elected officials 1 a Communication and Engagement Plan that outlines outreach goals, key audiences, engagement tools, and a We will develop public-facing materials in plain language, schedule for outreach activities.The plan will also describe supported by visual content and multilingual translations as how participation will be tracked and how outreach needed. methods will be refined if certain groups are not being Inter-department Coordination: reached. In addition to public outreach, TGC and CD&P will work We begin by researching population demographics, shifts closely with City of Port Arthur departments and key in community sentiment, language access needs, and stakeholders to understand safety concerns related to areas where residents may face economic or geographic the operation and maintenance of the street network. barriers to participation.This helps us shape a more Engagement will include up to six targeted interviews, responsive engagement strategy and ensure a wide small group meetings, or facilitated workshops with a range of people can participate comfortably. We identify combination of the following groups: language needs early and have several Spanish-speaking team members who provide in-house interpretation • Fire Department services, including real-time support at meetings and • Police Department events. • Public Works Department • Transit Department Stakeholder Engagement: • Planning Department For the stakeholder engagement, our approach is informed • Parks and Recreation Department by Port Arthur's unique context as a working port city • City Council Members and industrial hub with strong regional ties to the energy • Community organizations such as the Port Arthur sector. The city is home to diverse neighborhoods and Chamber of Commerce, Port Arthur Beautification has invested in downtown revitalization to strengthen Committee, and others community identity and economic activity. Many residents utilize multiple modes of transportation for commuting, The project team will also coordinate with the Southeast accessing services, and connecting with educational Texas Regional Planning Commission (SETRPC) institutions like Lamar State College. We understand how Transportation Group to share updates and integrate differences in age, income, language, and background relevant GIS data layers as they are developed. ', 010'sue" �3x irz. '.. �w r_v e 91 . z+ .as r Figure 3. Port Arthur Site Visit: Lamar State College Port Arthur(LSCPA);Port Arthur City Hall;Port Arthur Transit Terminal *THE GOODMAN CORPORATION 29 Web-Based Dashboard: • Digital platforms and social media: We will use To enhance transparency and public access to Facebook, Instagram, YouTube, and NextDoor to transportation safety information, the project team will promote surveys, events, and other engagement develop a user-friendly, interactive dashboard using ArcGIS opportunities. Low-cost paid promotions and shareable Online Experience Builder platform.This dashboard content will extend our reach, especially among will present crash data from TxDOT's Crash Records younger and mobile first audiences. Information System (CRIS), it will allow users to explore • Interactive online tools: Web-based maps and crash patterns by year, severity, and location through surveys will allow participants to identify concerns or intuitive filters. provide input from their phones or computers at any time. As users zoom in and out, crash points will cluster or expand to maintain readability while keeping charts, maps, • Community events and pop-ups: Our team will and tables in sync. Users will be able to select specific attend events, visit community centers, and partner proposed and active roadway projects to instantly see with local organizations to connect with residents in related crash data, enabling both the public and decision- familiar settings. Past efforts have included working makers to understand how safety concerns align with with groups like Meals on Wheels to expand outreach. planned investments. • Public meetings and focus groups: Meetings The dashboard will support ongoing community will be held at convenient times and locations, with engagement by serving as a central tool for visualizing activities designed to gather detailed input in a safety needs and tracking progress over time. It can also welcoming and accessible format. We may also host be customized to reflect the City of Port Arthur's specific small group sessions to better understand specific priorities, including bilingual features and integration with needs. live datasets when needed. • Local media and partnerships: We will engage local newspapers, radio, and television outlets to raise Multi-Channel Outreach Strategy: awareness and share information about the project. To reach as many people as possible, we will use a mix of We will also provide flyers and digital content for digital and in-person strategies to meet people where they community partners to distribute. are and make participation as convenient and accessible as possible (Figure 4): Evaluation and Flexibility: Throughout the engagement process, we will monitor participation and gather Interactive Online Tools feedback on outreach methods. If specific groups are not being reached, we will adjust tactics and messaging to improve inclusivity and effectiveness. Our goal is to ensure a broad and diverse range of voices help shape the rtAllfinal SS4A Action Plan. Social Media/ Community! Task 2 Deliverables: Digital Pop-up • Communication and Platforms Multi-Channel Events Engagement Plan Outreach Strategy • Public engagement materials (flyers, maps, social media content, videos) • Summary reports documenting public feedback and participation i== �� • Stakeholder contact list • Meeting agendas, Public Meetings! Local Medial presentations, and Focus Groups Partnerships documentation • Web-based Dashboard • Interactive tools and maps for Figure 4. Multi-Channel Outreach Strategy collecting public input 30 THE GOODMAN CORPORATION Task 3: Existing Conditions Inventory A clear understanding of Port Arthur's current transportation network is foundational to developing a data-informed, community-driven SS4A Action Plan. The project team will lead a comprehensive review of existing conditions to identify transportation safety needs across all modes. This work is divided into two parts: Task 3 - Existing Conditions Inventory focuses on collecting and organizing data, while Task 4-Existing Conditions Assessment analyzes that information to identify safety challenges and opportunities. Together, these two tasks will support the development of targeted, actionable safety improvements that reflect the lived experiences of Port Arthur's residents, workers, and visitors. Existing Conditions Inventory will include: • Documentation of concerns from City of Port Arthur Department staff: We will conduct meetings and interviews with departments such as Police, Fire, Public Works, Planning, and others to gather internal safety concerns and operational insights. t ' , • Past 10 Year Crash Data, including truck-related crashes and hazardous t .•- • material spills history if available: Using TxDOT's CRIS database, we will extract and organize crash data by location, severity, and contributing factors. Special focus will be placed on crashes involving trucks and spills. • Major Intersections, thoroughfares, and state highways: We will identify and map key intersections and corridors (up to 50), particularly those with high volumes, • crash history, or truck traffic. Field visits will validate existing conditions. ' I al."."*"°1111"‘ • School Zones: We will examine school zones across the city, documenting traffic circulation, signage, crossing infrastructure, and potential safety challenges. • . ._ . • Existing Evacuation Routes: We will identify and map current evacuation routes and assess their connectivity and suitability for emergency use based on existing r infrastructure. • Existing Industrial Facilities - such as tank farms and hazardous storage facilities: Industrial sites will be mapped and reviewed for their proximity to neighborhoods and schools, with attention to access routes and potential risk areas. • • Existing sidewalks and bike routes: We will compile existing pedestrian and . , bicycle facilities using GIS data and field checks to identify network gaps and • .° opportunities for safer, connected travel. • Past plans, existing guidelines, design standards, and safety related code low of ordinances: We will review the Comprehensive Plan, Downtown Revitalization Plan, MPO plans, TxDOT programs, and local ordinances to understand policy alignment and implementation gaps. • Railroad crossing locations: We will document all existing railroad crossings within the city, noting their locations, type of warning devices, physical conditions, • and any recorded crash history to identify safety concerns and potential " ` `� improvement needs. i( � ' .,_., -. • Pavement Conditions: We will review existing pavement condition data and conduct spot assessments to highlight corridors in poor or very poor conditions that may pose safety risks. , Task 3 Deliverables: • ArcPro package for the City containing historical crash data, major intersections, thoroughfares, existing industrial facilities, existing sidewalks - ° - and bike facilities, and pavement segments in poor or very poor condition ` R • Excel spreadsheet cataloging all plans reviewed, including titles, timeframes, plan summaries, correspondence agencies, and relevance to Port Arthur Site Visit transportation safety *THE GOODMAN CORPORATION 31 Task 4: Existing Conditions Assessment Project Principal Eagle Tang recently led the development of an HIN framework for the City of Amarillo and is Task 4 builds on the inventory efforts in Task 3 by analyzing currently leading a similar effort for the City of Conroe. the collected data to uncover key safety challenges and These experiences bring a proven, data-driven approach to infrastructure gaps across Port Arthur. This task help supporting the City of Port Arthur's safety goals (Figure 5). transforming existing conditions into actionable insights and informs the development of targeted improvements Traffic Operations and Signal Timing: that reflect the community's needs. Assessment activities The project team will evaluate traffic volumes using will span crash data analysis, major thoroughfare and route available count data and historical growth trends. Data mapping, signal evaluations, truck and evacuation planning, sources will include TxDOT's Statewide Traffic Analysis and a comprehensive policy and plan review. and Reporting System (STARS II), TxDOT Traffic Viewer, • community input, and any recent counts available from the Crash Analysis and High Injury Network City. If needed, TGC's subconsultant will support additional Development: data collection. TGC will conduct a comprehensive crash analysis using 10 years of data from TxDOT's CRIS website, providing a Signalized intersections selected for further evaluation will holistic view of crash trends before and after the COVID-19 be identified based on a combination of local experience pandemic, as well as more recent patterns influenced by (through public input), safety data (such as locations with development and land use changes. This effort will identify high rates of red-light running or crashes), and operational recurring safety concerns across Port Arthur's roadway needs (such as stop-controlled intersections that may network, including both local streets and state highways. warrant new signals). For these intersections, we will assess intersection volume, signal timing and coordination, To support this work, we will coordinate with the City of pedestrian crossing times, and existing infrastructure Port Arthur Police Department to compile crash records conditions. and cross-reference local data sources. We will also develop GIS-based datasets and visualizations to illustrate The SS4A Plan will also include recommendations for crash severity, location trends, and key contributing factors. upgrading signals that are outdated or not aligned with current design and timing standards. These improvements The results of this analysis will inform the development may include better phasing for turning movements, of a High Injury Network (HIN), which identifies corridors upgrading traffic signals from span wire to mast arm with the highest concentrations of fatal and serious injury designs for improved durability, safer pedestrian intervals, crashes. This tool will help prioritize safety improvements and coordination strategies that reduce conflicts and and target funding more effectively. support safe travel speeds. High injury Corridors for ® 4 ' Q All Modes of Transportation The_hart baby.shoss the too hornaor,on v:hU all roadway f e r.vsI liket;h ba fatary or severeIy injwed Ill V i sue€AI . t r �a er znx AVE 591 { F_ EF _ r T "€ t IP O 1-.74. 1 w . - . teo v,e b f &t \1 t W 0e AVE �� E]4TM AVE 1 "` 1 sE uyN+vs Georgia St-SW 27^Ave to Emmen Cr ` , 4S.AVE_ $ ^� METES,= `1 '"' NE 1S^Ave-Popbr Stto N Arthur St NM 5 i H Paramount Blvd-VIBa Pito Olsen Blvd MEI � a c .: HIusoen� m wseyx A. i.. .. _'".. Be8 st-W9^Ave to Libc In -{ BePSI-Grande Or to United Supermarkets aim =•+'"„r G 6 `- tell St-W33"Ave to 5W37^AVe 111111111.1 F �, SW 10'"St-S Harrison St to S Taylor StMM. s 2, 9 i 7 SWashitgtnn St-SW46"Ave to SW40"Ave .x� y,.. ,'•,} m n, i ' Janet IX-S Western St to SW 34^Ave .q e. Boss SY-SE6^Ave to SE2"'Ave MU ` s i SEastem St-SE 1P"Ave to E 3.Ave ` S Grand SI-SE Ie Ave to SE 19"Ave l STaylor St-SWB^Ave to wiz.Ave wilMMII Top 15'High injury Conldors for All Modes of Transportation SW'ashingtan Sl-SW 18^4ve to SW 21^AveMI High Injury Con'Idors for All Modes of Transporlatlor, SE 10"Ave-Browning SI to S Seminole St Q �� -r•. -vrar,.« S`W1M St-S Harrison St to S Buchanan St `ni I. 15m1. rx-mm.Aw. SE3°Ave-S Gram St to SCkattend St lel Figure 5.Amarillo High Injury Network Map(Source: TGC) Port Arthur Site Visit 32 *THE GOODMAN CORPORATION I Truck Access and Evacuation Routes: The recommendations will align with four out of five As a port city and industrial hub, Port Arthur depends aspects of the Safe System framework which are Safe heavily on truck movement, making safe and efficient Roads, Safe Speeds, Safe Vehicles, and Post Crash freight circulation a priority. The project team will assess Care, reinforcing the City's commitment to reducing where truck traffic mixes unsafely with other users, fatalities and serious injuries through proactive, life saving identify pavement or geometric constraints, and flag measures (Figure 6). This breadth of coverage makes our locations where trucks divert through neighborhoods or plan distinctive and forward looking, as most SS4A plans near schools. This analysis will inform recommendations typically address only two or three aspects. for safer alternatives, improved signage and pavement Rail Crossings: markings, and stronger integration with the designated truck network. As rail is one of the critical modes of transportation for the movement of goods through the City of Port Arthur, Given the city's concentration of industrial and this plan will identify locations of at-grade rail crossings petrochemical facilities, evacuation planning must account and potential safety improvements to promote safe for the unique risks posed by oil and gas operations. The and efficient operations for both the rail operators and Safety Action Plan will evaluate existing evacuation routes motorists on the roadways. Our team has extensive with special attention to areas surrounding refineries, experience in identifying intersection design alternative tank farms, and hazardous material corridors. GIS-based projects to limit the number of vehicle-train conflict points analysis will identify population clusters, critical facilities, across the City. Grade separation solutions and traffic and vulnerable transportation assets in proximity to high- signal pre-emption are a few strategies that will be utilized risk industrial zones. in development of safety projects. The team will explore opportunities to enhance resilience, Plan and Policy Review: including a proposed route connecting South and Mid To support the implementation of the Safe Streets and County to FM 365 and US 69, and assessing the reliability Roads for All (SS4A) Action Plan, the TGC team will of SH 87 out of Sabine Pass under potential highway conduct a comprehensive review of existing policies, disruptions. Coordination with emergency management plans, design standards, and operational processes that agencies, TxDOT, the Port Authority, and industry partners shape transportation safety in the City of Port Arthur. will guide the development of dedicated oil and gas The review will include four parts: Past Plan Review, evacuation routes. These routes will be designed to ensure Transportation Policy Review, Design Standard Review, timely, efficient egress during chemical spills, fires, or and Transportation-related Code of Ordinances Review. other industrial emergencies, while minimizing conflicts with everyday traffic operations. ARE R E UN4 CcE‘S' I; pT �Q. !! ,r ,uiY zozz .6s- • k.V • /5, Il • Safer \ ��e0 People '` t c 7, © ^ 'mEAS ' SAFE z - TEX4A6 - SYSTEMN �, APPROACH 01.4 n' 0 0 0 SaferLi P tA I V' q204OD `.7-1 Post-Crash ASpeeds s Care F.A ,JI - ... , ,., ' _,,,,,:,,,,,,, 44, 1 Safer _APB - �T�l'F Roads �J\ COMPLETED BY:TEXAS TARGET COMMUNMES O ® UPDATED BY THE GOODMAN CORPORATION RESPONSIBILITY IS S'- ; Figure 6. Safe System Approach. Source: U.S, Department of Figure 7. SETRPC Bicycle Southeast Texas Bicycle Plan Transportation (DOT) (Source: TGC) *THE GOODMAN CORPORATION 33 This includes identifying policy barriers, gaps, and areas Design Standard Review: of misalignment that may prevent safety projects from We will examine existing roadway design standards, advancing efficiently. including cross-section templates, sidewalk details, and TGC brings local experience in plan review through our their interaction with related requirements such as open recent collaboration with the Southeast Texas Regional drainage systems, truck routes, and other multimodal Planning Commission (SETRPC) on the Regional infrastructure provisions. The goal is to assess how well Bicycle Plan for Jefferson, Hardin, and Orange counties these standards align with current best practices for (Figure 7). That effort involved evaluating local policies and safety and the Safe System Approach. We will identify practices to identify opportunities for expanding active opportunities to improve consistency, flexibility, and transportation and safety infrastructure. In addition, we context sensitivity in how design standards are applied are currently working with SETRPC again on a regional across different street types and development contexts. transit study that assesses service performance, identifies Safety-related Code of Ordinances Review: gaps, and develops actionable recommendations to improve mobility across the region. These experiences Finally, we will review municipal code provisions that not only demonstrate our understanding of local and regulate the planning, construction, and operation of regional conditions, but also ensure consistency in planning transportation infrastructure. This includes ordinances efforts that align with existing transportation goals and related to right-of-way dedication, driveway spacing, partnerships. parking minimums, sidewalk construction, and speed limits. The review will identify outdated or conflicting Past Plan Review: regulations that may hinder safety outcomes and provide The project team will review previously adopted plans, draft language or strategies for updating these codes in including the City's Comprehensive Plan, Downtown support of safer streets. Revitalization Plan, Downtown Targeted Area Housing Plan, and regional transportation plans, to identify recurring Task 4 Deliverables: themes, relevant recommendations, and potential areas Technical memorandum summarizing the ecosystem of alignment with the SS4A Plan.This review will help us of documents (i.e., design standards, manuals, understand where past planning efforts have identified plans, standard operating procedures, etc.) related to safety needs and whether those recommendations have transportation (all modes): been implemented or require follow-up. • A technical memorandum that summarizes all Transportation Policy Review: plans, guidelines, codes that are reviewed and The project team will review both local and regional opportunities for improvements to both policies transportation policies that influence decision-making and processes to prioritize transportation safety and the prioritization of safety projects in Port Arthur. • Including an appendix with annotated notes on This includes policies and procedures related to access each current transportation policy document management, complete streets, sidewalk and bikeway to ensure clear delivery of enhancement design, school zones, truck access and evacuation routes, opportunities and work zone safety.We will assess how well these policies align with the Safe System Approach and identify opportunities to strengthen safety integration across city _ departments, regional partners, and ongoing programs. i' iAN Recommendations will focus on ensuring that policies - nil .b. + not only support safe travel for all users but also enable r consistent, efficient implementation of future safety D improvements. �—G MO 0 000 0 f-l —, 0a1-1 i Port Arthur-Focused Safety Policy Alignment • 111 i • �_ ✓ Design Standard Safety-Related Plan Review Policy Review Review Code of Ordinances Review Figure 8. Port Arthur-Focused Safety Policy Alignment(Source: TGC) 34 *THE GOODMAN CORPORATION Task 5: Major Thoroughfare Map Task 6: Project Development and Development Implementation Building on the data inventory and assessment conducted This task translates safety findings, existing condition in Tasks 3 and 4, the project team will develop a citywide analysis, and community input into a prioritized list of Major Thoroughfare Map that visualizes existing and actionable safety improvement projects. The process future mobility networks across Port Arthur. This map begins with identifying and prioritizing roadway segments will incorporate multi-modal needs and freight movement based on the HIN, systemic risk factors, and stakeholder patterns while reflecting insights from crash analysis, and public input. These segments are grouped into stakeholder input, and policy review. Our goal is to deliver corridors, assigned appropriate safety countermeasures, a map that functions as both a planning and coordination and developed into capital projects. The task concludes tool that supports safety, emergency response, industrial with a funding strategy that prepares the City to access, school connectivity, and long-term development pursue grant opportunities that align with the SS4A strategies. Implementation Grant and other relevant programs. This task will leverage the GIS datasets developed in earlier Project Development: tasks to create map layers and exhibits that highlight: Using crash data, a citywide HIN, systemic safety • Major truck corridors and freight routes assessment, and feedback from stakeholders and the • Pedestrian and bicycle facilities public, the project team will develop a set of prioritization • Emergency evacuation paths criteria that reflect both national best practices and local • School access routes safety priorities.The project team will apply these criteria • Industrial areas with hazardous material risks to assess risk across roadway segments, taking into • Future development corridors account existing conditions and proximity to community destinations. Segments with similar characteristics and The Major Thoroughfare Map will be designed for both needs will be aggregated into corridors and assigned a risk planning use and public communication, with files provided score. in GIS formats that can be integrated into the City's existing systems and shared online. For each corridor, key contributing crash factors will be identified and appropriate countermeasures selected from Task 5 Deliverables: FHWA's Proven Safety Countermeasures and other best- practice treatments. The project team will develop short- • GIS-based Major Thoroughfare Map (existing and and long-term capital improvement recommendations, future use) which will be refined through input from the Advisory • Online-ready GIS files for internal and public Committee and other key stakeholders. Recommendations platforms will reflect planning-level design detail and consider local and state standards, existing conditions, and other planned Emma f ;. t f improvements. fNEEE t._3 - wpm �` - The project team will conduct planning level cost estimates waLt` t ' -- for project using recent TxDOT bid averages, including ". - :: construction, engineering, contingency, and escalation to the projected year of construction. -- �� • The result will be a curated and prioritized list of 20 • °'".""' """""� "' safetyprojects that span short-, medium-, and long-term P 1 P wok horizons and are ready to advance toward design and i funding. Each project may consist of a combination of corridors and intersections, often integrating both types of improvements depending on project size and location. ® - ®`� Both Project Manager Eagle Tang and Deputy Project ��' -' "#= ' Manager Abdul Maani bring extensive experience in — — M, project development. Eagle Tang led a Safe Routes to School project in the City of Dickinson, Texas, which 111E111111- f _. _ included both corridor and intersection improvements C. . and successfully secured funding through the 2022 Figure 9. Intersection&Sidewalk Improvements Schematic Transportation Alternatives (TA) Program. Design Example I Transportation Alternatives Grant Application, Dickinson, TX(Source: TGC) *THE GOODMAN CORPORATION 35 Eagle also managed the City of Amarillo SS4A Plan, Reimbursement invoices will include consultant invoices which received a Gold Award in the 2025 Texas APA that have been paid to date, tracking, cover letters, and Transportation Category.Together, Eagle and Abdul submitting reimbursements through the Delphi federal proposed 16 projects for the City of Amarillo's SS4A Plan, invoicing portal. Additionally, required Quarterly Reports three of which were awarded prior to the plan's adoption in will be prepared and submitted to FHWA throughout the April 2025. course of this project. The team will also be able to prepare an SS4A implementation grant application and required Funding Pursuit: forms along with budgeting scenarios to negotiate local To support implementation, the project team will identify match should the City decide to work with other agencies and outline 3 to 5 safety-oriented grant opportunities to commit the local match. aligned with the project list. Opportunities include but are not limited to SS4A Implementation, SS4A Demonstration, Should the City advance projects through SS4A Highway Safety Improvement Program (HSIP), and TA. Implementation, HSIP, or other construction grants, our Each short-term project will be evaluated for eligibility team is fully equipped to support delivery from design under SS4A Implementation Grant requirements, including through construction closeout. We actively manage dozens the ability to be fully constructed within five years and the of federal projects ensuring compliance requirements are availability of a 20% local match. met and are well equipped to support in compliance efforts -whether for short-term demonstration projects or long- The funding strategy will outline potential partnerships with term capital improvements. entities such as Jefferson County and TxDOT Beaumont District to meet local match requirements. Draft scopes Task 8: Report Documentation and of work and funding summaries will be prepared to assist the City in advancing competitive applications for each Action Plan identified grant program. The project team will compile all findings, analyses, Task 6 Deliverables: engagement outcomes, and recommendations into a clear, actionable SS4A Safety Action Plan tailored to the City • Prioritization criteria and risk scoring framework of Port Arthur.The document will be organized for both • Planning-level capital project list (20 total technical and non-technical audiences, ensuring it serves projects) including planning level cost estimates, as a roadmap for improving safety for all roadway users cross section or preliminary layout for each in the City of Port Arthur. The Action Plan will summarize project key safety priorities, proposed countermeasures, policy • Funding matrix for all proposed projects updates, and an implementation timeline, supported by • Three to five safety-oriented grant applications maps, graphics, and cost estimates that enable decision- makers to act with confidence. Task 7: Grant Management and Task 8 Deliverables: Compliance • SS4A Safety Action Plan in PDF format for City review The Project Team's approach to compliance and grant • All maps will be provided in a single ArcGIS Pro management centers on FHWA requirements associated Project Package (including geodatabase) specifically with SS4A, and ensuring that as the plan is developed, steps are being taken to ensure that the plan's recommendations will be consistent with the SS4A Self- Certification Eligibility Worksheet. An awareness of projects programmed in both the TxDOT Unified Transportation Program and Port Arthur Capital Improvement Program is essential to ensure consistency with local plans. As costs are developed and r text written for the safety action plan, key components and requirements for SS4A Implementation Grant criteria are carefully considered.This helps to make sure s that recommendations and the safety action plan itself are developed in accordance with the requirements of the SS4A program.The project team will manage this compliance throughout the development of the safety action plan and prepare reimbursement invoices and quarterly reports on behalf of City of Port Arthur. Pedestrians in Downtown Port Arthur, TX(Source: TGC) 36 THE GOODMAN CORPORATION n a, PROP la WIDE EASTRIDGE ' >*L CROSSWALK(TYP) ELEMENTARY .R a;: ' x. - BULB T F OUT(TVP)B A 1 ram - \ A t ..we � �,... NE 14TH AVE , s y ;}RAMP T 9. -- ' EAS7RIDGE _ BAPTIST CHURCH PROP.., i[ 14f1 '*.' } / SIDEWALK .>. £ 7 = PROP 4'YELLOW / f DOUBLE LANE STRPNG g - PROP CONCRETE ✓ BULB OUT(PR') 111,111111111a ►_ � , Figure 10. Intersection& Sidewalk Improvements Schematic Design Example, Amarillo, TX(Source: TGC) *THE GOODMAN CORPORATION This page intentionally left blank 38 __■ Safe Streets for All (SS4A) Action Plan - City of Port Arthur, TX x� mom. Photo source: TGC 6. Project Team Familiarity and *-History with Local Issues 39 PROJECT TEAM FAMILIARITY AND HISTORY WITH LOCAL ISSUES \'' _ . -N.:' =- NEGERLANrye'`>3~ 17 d 4 (�' .SVtR a ` PORT!}'ECNES ORANGE % , L� ME.t NAH ' • ,„,.:: "-_ ,. / — 's{.,. west I.,,,,_ - .s+a,,` "- r PORT.ARTHUR ORANGE /10111, _ - / Tool and 5., Public Revise the Plan IfFFEN,ON Outreach Tool era Adoption TGC Planning: South East Texas Regional Hike and Bike Plan Location TGC was hired by the South East Texas Regional Planning Commission (SETRPC) to review Jefferson, Orange, and and update an original plan created by Texas A&M Texas Target Communities. TGC's Hardin Counties (Texas) scope of work included the review of federal, state, and local guidance and make updates Timeframe for consistency, complete additional public outreach, and create a project prioritization tool I July 2020—2022 that would allow for SETRPC to prioritize projects based on several criteria that could be weighted different depending on individual community priorities. Client The project involved several public meetings, surveys with the bicycle community, and South East Texas Regional Planning Commission significant conversation with key stakeholders on project prioritization metrics and weights. (SETRPC) The final product was a completed and revised plan inclusive of methodology and output from the created prioritization tool. The excel based tool, developed in an open-source Services provided format, was delivered to the SETPRC for future use. The tool has initially identified 20 top Regional Bicycle Planning projects for advancement and further development. Reference The plan was completed in 2022 and adopted unanimously by the SETRPC Metropolitan Bob Dickinson Planning Organization (MPO) Board. Director,Transportation & Environmental Resources (409) 781-0250 bdickinson@setrpc.org 40 *THE GOODMAN CORPORATION Project Team Port Arthur/Southeast Texas Experience / TGC: Regional Understanding 1 TGC's South East Texas Experience: LJA: On the Ground Knowledge TGC has a proven record of advancing multimodal LJA's Engineering & Surveying Services: mobility and transit planning in the South East Texas 9 9 Y 9Region: • LJA's Engineering Design Team has significant • South East Texas Regional Hike and Bike of experience in the Houston and Gulf Coast area Plan: In 2022, we led the update of the South designing comprehensive pedestrian and bicycle East Texas Regional Hike and Bike Plan, engaging facilities across multiple roadway reconstruction stakeholders and the public to create a project and widening projects, including school access, prioritization tool that identified top regional park-and-ride lots, parks, commercial areas, and projects and continues to guide implementation bridges. Their work encompasses curb ramps, today (See previous page). sidewalks, separate hike-and-bike paths, median refuges, drainage systems, pavement markings, • South East Texas Regional Transit Study: signage, signals, and barriers within state, county, TGC is leading a regional effort across Hardin, and city ROW. Jasper, Jefferson, and Orange counties to evaluate existing transit services, identify gaps and unmet • LJA Surveying provided the City of Port Arthur needs, and work with stakeholders to define with infrastructure mapping and GPS services. strategies for improved coordination. The outcome The objective of this project was to locate City will be a five-year plan that meets state and federal infrastructure assets utilizing GPS and create a requirements, positions the region for funding geodatabase with associated maps to build an opportunities, and delivers a practical roadmap to inventory of City assets. These assets included expand access for all users, particularly seniors, fire hydrants, water valves, water meters, sanitary individuals with disabilities, and low-income sewer manholes, storm sewer manholes, lift populations. stations, catch basins, drop inlets, traffic signs, street and traffic lights, bus shelters, handicap ramps, and benchmarks.income populations. IP/ • TxDOT Beaumont District Bridge Replacements: In Jefferson and Liberty Counties, LJA supported TxDOT with three on- system bridge replacement projects, conducting preliminary hydraulics evaluations and analyzing roadway and bridge design alternatives. The team developed hydrologic and hydraulic models, delineated drainage areas, and prepared supporting j plan sheets and reports, including a drainage impact study for TxDOT review and approval. CD&P: Community Building CD&P and Melvin R. White Partnering for Port Arthur's Community: Mr. White has played a key role in Port Arthur's revitalization, from establishing a TIRZ and supporting downtown redevelopment to creating workforce training programs and pursuing infrastructure funding. Through partnerships with local organizations and active involvement in the Chamber of Commerce, he continues to advance economic opportunity and quality of life for residents. \ *THE GOODMAN CORPORATION 41 This page intentionally lett blank 42 Safe Streets for All (SS4A) Action Plan — City of Port Arthur, TX ; - _ mac, d -le a s < _. - t c ' - �, - 3 1* Photo source'TGC' . . I Attachment A: Required Forms Completed RFQ Letter of Interest Form Certification Regarding Lobbying Non-Collusion Affidavit (Notarized) Affidavit (Notarized) Conflict of Interest House Bill 89 Verification SB 252 Chapter 2252 Ceition City of Port Arthur Addendum No.1 City of Port Arthur Addendum No. 2 43 LETTER OF INTEREST RFQ— Safe Streets for All Action Plan Deadline: August 13, 2025 The undersigned firm submits the following information (this RFQ submittal) in response to the Request for Qualifications (as amended by any Addenda), issued by the City of Port Arthur, TX (City) for Civil Engineers for the City of Port Arthur Enclosed, and by this reference incorporated herein and made a part of this RFQ, are the following: ❖ COMPLETED RFQ LETTER OF INTEREST FORM ❖ CERTIFICATION REGARDING LOBBYING ❖ NON-COLLUSION AFFIDAVIT (MUST BE NOTARIZED) ❖ AFFIDAVIT (MUST BE NOTARIZED) ❖ CONFLICT OF INTEREST ❖ HOUSE BILL 89 VERIFICATION ❖ SB 252CHAPTER 2252 CERTIFICATION 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 RFQ 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 RFQ. Firm accepts all terms of the RFQ submittal process by signing this letter of interest and making the RFQ submittal. This RFQ shall be governed by and construed in all respects according to the laws of the State of Texas. The Goodman Corporation 8/13/2025 Firm Name Date Chief Executive Officer Au ized Signature Title Jim Webb, AICP, ENV SP 713-951-7951 Name (please print) Telephone 3200 Travis Street, Suite 200 Houston, TX 77006 Address City/State/Zip jwebb@thegoodmancorp.com Email Page 8 of 29 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 and belief 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 making lobbying contacts to 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[as amended by "Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 U.S.C. 1601, et seq)] 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. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. [Note:Pursuant to 31 U.S.C. §1352(c)(1)-(2)(A), any person who makes a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such expenditure or failure.] The Contractor,The Goodman Corporations certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply to this certification and disclosure, if any. Signature of Contractor's Authorized Official Jim Webb, AICP, ENV SP / Chief Executive Officer Name and Title of Contractor's Authorized Official 7/29/2025 Date Page 9 of 29 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 qualification. Signature: % Printed Name: Jim Webb,AICP, ENV SP '\ Title: Chief Executive Officer Company: The Goodman Corporation Date: 7/29/2025 SUBSCRIBED and sworn to before me the undersigned authority by JulY the 29 of, 2025 on behalf of said bidder. Notary Public in and for the ����,R•o %, MARGARET PALACIOS _?--kAriF Notary Public,State of Texas State of Texas Comm.Expires 07-29-2029 '' °;,," Notary ID 131133851 My commission expires: 07/29/2029 Page 10 of 29 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: 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. The Goodman Corporation 07/29/2025 Firm Name Date t ' Chief Executive Officer Authorized Signature Title Jim Webb,AICP, ENV SP 713-951-7951 Name(please print) Telephone jwebb@thegoodmancorp.com Email STATE: Texas COUNTY: Harris SUBSCRIBED AND SWORN to before me by the above named Jim Webb, AICP, ENV SF' on this the 29 day of July , 20 25 .L•.••";;!�, MARGARET PALACIOS ' ` NOtYPUbHC,statOOfT.Xi3 liw. � � + Comm.Expires 07-29-2029 o ary ublic .,,,�,,�•. Notary ID 131133851 RETURN THIS AFFIDAVIT AS PART OF THE BID QUALIFICATION Page 11 of 29 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who Date Received has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor 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 vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code.An offense under this section is a misdemeanor. J Name of vendor who has a business relationship with local governmental entity. N/A J 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 the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) 31 Name of local government officer about whom the information is being disclosed. Name of Officer J Describe each employment or other business relationship with the local government officer, or a family member of the officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? Yes No B. Is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? nYes n No Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership interest of one percent or more. sJ flCheck this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). 07/29/2025 Sign a of vendor doing business with the governmental entity Date Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 SB 252 CHAPTER 2252 CERTIFICATION 1, Jim Webb , the undersigned an representative of The Goodman Corporation (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. Jim Webb, AICP, ENV SP Name of Company Representative (Print) Sig e of Company Representative 07/29/2025 Date Page 14 of 29 House Bill 89 Verification I, Jim Webb (Person name), the undersigned representative (hereafter referred to as "Representative") of The Goodman Corporation (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. SI OF REPRESENTATIVE SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this 29 day of July , 20 25. t ; j,, MARGARET PALACIOS 7(3'Notary Public.State of Texas '•,' +� Comm.Expires 07a8-2028 Notary Public . • ,„„,,,` Notary ID 131133851 Page 15 of 29 <. } tAsk it -CITY OF PORT ARTHUR, TEXAS ort rth — ADDENDUM NO. ONE (1) ur 1<ut August 8, 2025 BID FOR: SAFE STREETS 4 ALL ACTION PLAN BID: P25-068 The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows 1. DEADLINE: Sealed qualification submittals must be received and time stamped by 3:00p.m., Central Standard Time,Wednesday, August 20, 2025. (The clock located in the City Secretary's office will be the official time.) Applicant names will be read aloud beginning at 3:15 p.m. on Wednesday,August 20, 2025 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. If you have any questions, please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. Cli n Williams Purchasing Manager N • 08/08/2025 Sig e of Proposer Date The Goodman Corporation Company Vendor Name -CITY OF PORT ARTHUR, TEXAS Cal of ,rr rth ur"�— ADDENDUM NO. TWO (2) i,"Is August 14, 2025 BID FOR: SAFE STREETS 4 ALL ACTION PLAN BID: P25-068 The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows 1. DEADLINE: Sealed qualification submittals must be received and time stamped by 3:00p.m., Central Standard Time,Wednesday,August 27, 2025. (The clock located in the City Secretary's office will be the official time.)Applicant names will be read aloud beginning at 3:15 p.m. on Wednesday,August 27, 2025 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. 2. Below are questions and answers in red Can the city provide more information as to what effort has been completed to date for the Comprehensive Safety Action Plan(CSAP)? NONE Has there been any outreach to the public/local stakeholders to date for the CSAP? NONE Has the city already compiled any traffic and crash data? NO Does the city have any implementation funds as part of the Safe Streets For All (SS4A) grant program? Or are the grants strictly for planning and demonstration grants? ONLY STRICTLY FOR PLANNING AND DEMONSTRATION Has the city already identified potential demonstration projects?NO Will the selected consultant be responsible for developing and maintaining a project website? NO What is your anticipated budget for completing the services? $1,931,696.00 If you have any questions,please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. Cli Williams Purc sing Manager 08/15/2025 Signat of Proposer Date The Goodman Corporation Company Vendor Name t Arthur, TX Safe Streets for All (SS4A) Action Plan - City of Por1117. { 744, c r sus r_, 6 a - x c* Photo source:TGC Attachment B : Staff Resumes Project Manager YIGE "EAGLE" TANG, PE, AICP SENIOR ASSOCIATE " Yige"Eagle Tang, PE,AICP is a Senior Associate at The Goodman Corporation(TGC).She is responsible for safety-oriented project development and design as well as safety grant management and coordination.With a background in engineering and planning and six years of experience,Eagle assesses the feasibility of proposed planning projects,ensures compli- ance with local and state standards,and evaluates projects through cost benefit analyses. She enjoys developing projects that can reduce crashes and save lives,while also applying for and securing funding for safety-oriented projects. PROJECT EXPERIENCE I TRANSPORTATION SAFETY ANALYSIS *THE GOODMAN CORPORATION AMARILLO SAFE STREETS AND ROADS FOR ALL PLAN City of Amarillo I Amarillo,TX EDUCATION Eagle served as Project Manager for the Amarillo Safe Streets and Roads for All Plan.She led the TGC team to develope a comprehensive safety framework to reduce transportation-re- Master of Civil Engineering,University lated fatalities and serious injuries.The project included extensive community engagement, of Virginia gathering nearly 7,000 public comments through surveys,public meetings,and events.The Master of Urban Planning,Texas A&M plan identified 16 capital projects addressing safety concerns citywide,ensuring the recom- University mended strategies reflect community needs and priorities. Certificate of Transportation Planning, Texas A&M University MIDTOWN SAFE ROADS AND STREET FOR ALL PLAN Bachelor of Resource Environment and Midtown Redevelopment Authority I Project Manager I Houston,TX Managing of Urban and Rural Planning, Eagle served as Project Manager for the Midtown Safe Roads and Streets for All Plan, Hunan Normal University addressing pedestrian safety,aging infrastructure,and increasing traffic volumes in one of Houston's most dynamic districts.The objective was to develop a comprehensive plan and CREDENTIALS propose safety-oriented projects to enhance safety and accessibility for all roadway users, Engineer,Texas reduce traffic fatalities and severe injuries,and align the district's infrastructure improve- ProfessionalPE EngineersineT and BoardLad ments with the City's Vision Zero goals.The team analyzed crash data,engaged stakehold- of Professionalors:License No.157858 ers,and collaborated with authorities to propose safety-oriented projects.The plan prioritized Skey corridors,identified high-risk intersections,and proposed a total of 16 safety-oriented American Institute of Certified Planners projects,two were submitted to funding opportunities and both were funded through the (AICP) Highway Safety Improvement Program(HSIP). Member,American Planning Associa- tion(APA) DICKINSON SAFETY ACTION PLAN Member,Women's Transportation City of Dickinson I Safety Action Plan Lead I Dickinson,TX Seminar(WTS) BicyclistFederal Highway Administration Eagle led the development of the Dickinson Safety Action Plan,targeting road safety improve- (FHWA)National Highway Inson ments in a growing suburban community with a high rate of severe crashes among vul- Certificates:Design for Safety; nerable road users.The goal was to create a Vision Zero-aligned plan to eliminate traffic Design atePedestrian Bcty fatalities and severe injuries by 2050,identifying high-risk areas and proposing actionable forsafety strategies.The plan proposed four safety-oriented projects,which will significantly enhance safety around schools and reduce traffic-related injuries among children. One of AREAS OF EXPERTISE these was selected for funding through TxDOT's Transportation Alternatives Program. Transportation Safety Analysis Transportation Engineering ADDITIONAL TRANSPORTATION SAFETY ANALYSIS EXPERIENCE Transportation Planning Performance-Based Planning - Near Northwest Management District—Bingle Road and Tidwell Road and Houston Data Analysis&Visualization Rosslyn Sidewalk and Intersection Improvements,Houston,TX Geographic Information Systems - St.George Place Redevelopment Authority—Zone Wide Improvements and Safe School Crossings,Houston,TX CONTACT - Greater Southeast Management District—Almeda Road Safety Improvements,Brays Bayou,and Griggs Road and Tierwester Street Safe Routes to School,Houston,TX 3200 Travis Street - Greater Northside Management District—Airline Drive Intersection Improvements, Suite 200 Houston,TX Houston,TX 77006 - Memorial Heights Redevelopment Authority—West 19th Street,Waugh Heights Safety (713)951-7951 Improvements,and White Oak Bayou Crossing,Houston,TX ytang@thegoodmancorp.com - Waller Tomball Sidewalk Improvements,Waller,TX www.thegoodmancorp.com - Uptown District—West Loop Shared Use Path and Bayou Bridge,Houston,TX - West Columbia Safe Routes to School,West Columbia,TX Project Principal ROBERT MCHANEY, AICP, CTP CHIEF OF INTEGRATED PLANNING Robert McHaney,AICP,CTP,is the Chief of Integrated Planning at The Goodman Corporation ,, (TGC). He is responsible for integrating planners,engineers,urban designers,economists, tot and policy experts to ensure TGC is at the forefront of helping communities develop plans and projects that fully address today's most pressing issues. Robert also provides project t ‘ jot management support for a variety of TGC clients.He advocates for the transportation field by serving as the Chair for the American Planning Association(APA)Transportation Planning Division(TPD)and Chair of the Transportation Sub-Committee for the APA Texas Advocacy : .. Executive Committee.He enjoys helping develop the next generation of transportation plan- ners by mentoring and teaching American Institute Certified Planner(AICP)prep courses. THE GOODMAN PROJECT EXPERIENCE I TRANSPORTATION SAFETY ANALYSIS CORPORATION WESTCHASE INTERSECTION SAFETY ANALYSIS EDUCATION Westchase Management District I Houston,TX Masters of Public Administration, Robert served as Project Manager for the Westchase Management District Intersection Evergreen State College Safety Analysis in Houston,Texas,overseeing efforts to identify low-to moderate-cost infra- Bachelor of Science,Geography and structure improvements to enhance safety across 41 signalized and 61 unsignalized inter- Land Studies,Central Washington sections. He led the development of crash hotspot maps, integrating frequency,severity, University mode,and type of crashes with congestion data,fieldwork,and stakeholder input to prioritize 20 intersections for further evaluation.The project team proposed engineering-level safety Bachelor of Arts,Political Science, solutions and preliminary cost estimates for several high-priority intersections,providing Central Washington University actionable recommendations to reduce crash rates and improve intersection safety. Bachelor of Arts,Public Policy,Central MONTROSE PERFORMANCE BASED MOBILITY STRATEGY Washington University Montrose Redevelopment Authority I Houston,TX CREDENTIALS Robert led the Montrose Redevelopment Authority Performance-Based Mobility Strategy, focusing on developing safety-related projects and assistance in securing discretionary fed- American Institute of Certified Planners eral and state transportation funding.He spearheaded the creation of a Strategic Plan,build- (AICP) ing on the Walk-Bike Montrose Plan and other planning documents,to evaluate 18 potential AICP Certified Transportation Planner projects based on four equally weighted criteria:stormwater/drainage,safety,mobility,and (CTP) economic development. Each project was scored using indicators under these categories, Chair,Texas Chapter APA Advocacy with stakeholder and public input helping to prioritize four key projects for further develop- r ansportationand Funding ment.The strategy provided a data-driven, policy-supported roadmap for improvements, TSubcommittee several of which have since received funding through discretionary grants. Assembly of Delegates,Texas American Planning Association NEAR NORTHWEST PERFORMANCE BASED MOBILITY STRATEGY Leadership Austin Certification,Class Near Northwest Management District I Houston,TX of 2019 Robert served as Project Manager for the Northside/Northline Management District(NNMD) TxDOT Precertifications: Policy Performance-Based Capital Funding Strategy, guiding efforts to identify and prioritize Planning;Systems Planning;Subarea/ transportation improvement projects for future funding and implementation. He led the Corridor Planning;Land Planning/ development of a Strategic Plan to evaluate mobility,safety,and infrastructure projects that Engineering would be competitive for discretionary federal and state transportation funding.Leveraging stakeholder and public engagement,planning and engineering expertise,and a deep AREAS OF EXPERTISE under- standing of grant requirements,Robert and his team quantified and communicated project benefits to key decision-makers.This effort resulted in the development of five projects, Program Management complete with scopes,cost estimates,purpose statements,societal benefits,desktop envi- Project Management ronmental reviews,and funding pursuit recommendations.Several of these projects have Transportation Policy&Finance since secured funding and entered the engineering phase. Need Based Planning Performance Based Planning AMARILLO SAFE STREETS AND ROADS FOR ALL PLAN Cost Benefit Analysis City of Amarillo,TX I Amarillo,TX CONTACT Robert served as Project Principal for the Amarillo Safe Streets and Roads for All Plan, 911 W.Anderson Lane addressing high rates of traffic fatalities and severe injuries in the city. He oversaw crash Suite 200 data analysis to identify high-risk areas and led a 10-week public engagement campaign that gathered nearly 5,000 responses,ensuring the plan reflected community needs.The Austin,TX 78757 Austin, 795 resulting strategy proposed targeted safety improvements and positioned Amarillo to secure (7( 13)95 951-7951 egoodmancorp.com funding,laying the groundwork for lasting road safety enhancements. www.thegoodmancorp.com Deputy Project Manager ABDULLATIF MAANI, PE SENIOR ASSOCIATE Abdullatif(Abdul)Maani,PE is a Senior Associate at The Goodman Corporation(TGC) with expertise in transportation engineering,roadwway design,and multimodal safety improve- ments.At TGC,Abdul develops conceptual and final construction plans,cost estimates,and safety-focused designs for roadway,pedestrian,and bicycle infrastructure projects,ensuring compliance with local codes and standards. His technical skills include AutoCAD and Civil 3D,as well as coordinating with multidisciplinary teams to deliver efficient,context-sensitive solutions that improve community mobility. PROJECT EXPERIENCE I TRANSPORTATION SAFETY ANALYSIS THE GOODMAN CORPORATION TXDOT TRANSPORTATION ALTERNATIVES PROGRAM CALL FOR PROJECTS I HOUSTON,TX EDUCATION Nicholson Street and MKT Trail and Harrisburg Hike and Bike Trail I Project Manager Abdul managed the TxDOT Transportation Alternatives Program Call for Project applications Bachelor of Science in Civil for two trail improvement projects along the Nicholson Street and MKT Trails and Harrisburg Engineering,University of Houston Hike and Bike Trail in Houston,Texas,worth $3.42 million and$3.16 million,respectively. Abdul was involved in all parts of the two funding pursuits,including project scoping,public CREDENTIALS engagement,safety hazards and countermeasures analysis, pedestrian signal analysis, schematic design,and cost estimates. Professional Engineer,Texas Board of Professional Engineers and Land Surveyors:License No.156606 AMARILLO SAFE STREETS AND ROADS FOR ALL PLAN Amarillo,TX I Engineering Associate AREAS OF EXPERTISE Abdul produced schematic drawings,roadway cross sections,and cost estimates for 16 proj- Site Development ects identified in the Transportation Safety Action Plan,including two roundabouts,corridor Utility Design improvements,and intersection improvements. Drainage Design Utility Coordination EAST ALDINE PEDESTRIAN IMPROVEMENTS Construction Administration Harris County,TX I Deputy Project Manager* CONTACT Abdul served as the Deputy Project Manager to develop PS&E design for a 0.63-mile,$4.3 million sidewalk project which includes a 6-foot sidewalk and ditch conversion that connects 3200 Travis Street the community to TS Grantham Middle School.Abdul was involved in all aspects of the proj- Suite 200 ect,including the demolition plan,sidewalk plan,drainage,and details. Houston,TX 77006 (713)951 7951 WEST BELLFORT AVENUE QUICK-BUILD TRAFFIC SAFETY amaani@thegoodmancorp.com www.thegoodmancorp.com IMPROVEMENT PROJECT Houston,TX I Engineering Associate Abdul produced plans for a quick build 0.22-mile traffic safety project in the City of Hous- ton.Abdul completed a safety analysis of a crash-prone corridor on the City of Houston High-Injury Network,scoped out improvements to mitigate crash risk,developed plans for the traffic safety improvements,and presented the proposed improvements to community stakeholders. CEDAR PARK TRANSPORTATION CRITERIA MANUAL Cedar Park,TX I Engineering Associate Abdul served as a lead author for the Geometric Roadway Design and Parking sections of the City of Cedar Park's new Transportation Criteria Manual. INDUSTRIAL WAREHOUSE SITE DEVELOPMENT Various Sites Throughout Texas I Engineering Associate* Abdul has provided civil engineering services for multiple industrial warehouse site devel- opment projects throughout Texas,including site,grading,drainage,and utility plans as well as stormwater conveyance calculations and detention pond design.Due to the heavy semi-trailer traffic demand for industrial warehouses,Abdul has also developed turning sim- *Experience prior to TGC. ulations and semi-trailer circulation plans to ensure safe and efficient movement of traffic throughout the development. Engineering QA/QC JAKE GUTEKUNST, PE, AICP PRINCIPAL is Jake Gutekunst,PE,AICP,is a Principal at The Goodman Corporation(TGC).He is responsible 1 for assisting in project development for both engineering and planning projects,including business development and client management activities.Jake approaches projects from both a planning and engineering mindset,making sure that planning projects are imple- mentable and engineering projects fit into the overall goals and objectives of the areas they are implemented into.Jake specializes in traffic engineering and multimodal transportation planning,with an emphasis on corridor studies and long-range transportation plans.Jake also has substantial experience with assisting communities as an on-call engineer and with policy,code,and standards updates.Jake is passionate about creative problem solving and helping the communities he serves achieve outcomes that make meaningful progress toward THE GOODMAN long term goals. CORPORATION PROJECT EXPERIENCE I TRANSPORTATION SAFETY ANALYSIS EDUCATION ROUND ROCK SAFETY ACTION PLAN Master of Science,Civil Engineering, City of Round Rock,TX I Project Manager I Round Rock,TX* University of Texas at Austin Bachelor of Jake served as Project Manager for the Transportation Master Plan,which included a safety Engineering,helfScience,Unin Civil Texas at action plan document standalone deliverable,including development of a high injury network and project development for 10 safety projects with high crash rates.The plan development Austin was intended to evaluate the crash history within the City and develop a safety action plan consistent with requirements from the Safe Streets for All program to then identify projects CREDENTIALS for implementation.The team analyzed crash data,engaged stakeholders,and collaborated Professional Engineer,Texas with staff to propose safety-oriented projects.The plan includes a High-Injury Network,Top of Professional Engineers and BoardLand 10 Safety location project development with safety countermeasures,and an action plan Surveyors:Professional sal e No.12947 short,medium,and long-term objectives and policies to support safety. American Institute of Certified Planners(AICP);Member,American BOERNE SAFETY ACTION PLAN Planning Association City of Boerne,TX I Project Manager I Boerne,TX* TxDOT Precertifications:Policy Jake led the Boerne Mobility Master Plan,which included development of a safety action plan Planning;Systems Planning; (Appendix A)to evaluate potential safety improvement projects throughout the City.The City Subarea/Corridor Planning;Land was also assisted in applying for a SS4A Implementation Grant for an intersection improve- Planning/Engineering;Feasibility ment identified in the safety action plan.The plan was a multi-modal mobility plan aimed Studies;Major Investment at developing policies,goals,and projects for implementation in the next 20 years,which Studies;Traffic Demand Modeling; included safety projects and policies as a component.The team analyzed crash data and Traffic Signal Timing;Bicycle and developed projects for intersections,roadways,and pedestrian and cyclist specific projects Pedestrian Facility Development; and prioritized projects based on safety performance criteria.The Boerne Mobility Master Active Transportation Planning Plan&Safety Action Plan was the result of a data-driven approach to identify safety improve- ments and prioritize those improvement projects supported by policies. AREAS OF EXPERTISE Transportation Safety Analysis AUSTIN TRANSPORTATION CRITERIA MANUAL REWRITE Traffic Engineering City of Austin,TX I Project Manager I Austin,TX* Multimodal Planning Jake served as the project manager on a multi-year effort to update Austin's 25-year-old Creative Problem Solving Transportation Criteria Manual(TCM).Jake collaborated with city departments,partner Capital Improvement Planning agencies,and design professionals.He focused on modernizing design standards to prior- Policy&Standards Development itize safety for all road users,especially vulnerable ones,in alignment with Austin's Vision Zero program.He led the review of best practices,worked with national experts,and authored CONTACT the updated manual,incorporating innovative safety features like protected intersections, 911 W.Anderson Lane standardized raised bicycle facilities,and improved pedestrian crossings. Suite 200 Austin,TX 78757 ADDITIONAL TRANSPORTATION SAFETY ANALYSIS EXPERIENCE (713)951-7951 jutekunst@thegoodmancorp.com - City of Killeen,TX—School Safety Project Tallwood&Elms Traffic Signal;HSIP Funded www.thegoodmancorp.com Project Little Nolan&W S Young Traffic Signal;Railroad Quiet Zone Study* - City of Austin,TX—Menchaca Road Corridor Mobility Plan I Project Engineer* - City of Fredericksburg,TX—Transportation Projects:Traffic Impact Bond Study I Project Manager* *Experience prior to TGC. Grant Management&Compliance KARA MCMANUS CIVIL RIGHTS&COMPLIANCE MANAGER Kara McManus is the Civil Rights and Compliance Manager at The Goodman Corporation (TGC).She is responsible for federal,state,and local compliance for projects,procurements, and transit services for TGC clients.Her focus is on Americans with Disabilities Act(ADA) r , paratransit plans,Title VI plans,Disadvantage Business Enterprise(DBE)programs,Equal Employment Opportunity(EEO)plans,and other federal and state compliance.Kara's other work and experience includes auditing assistance,procurement,existing conditions inven- tories and reviews,and project management. COMPLIANCE PLANS&ACTIVITIES THE GOODMAN Kara created Title VI Plans,Limited English Proficiency(LEP)Plans,Environmental Justice/ CORPORATION Title VI Site Equity Analyses,Transit Asset Management(TAM)Plans,Facility,Equipment,and Vehicle Maintenance Plans,Employee Handbooks,Procurement Policies and Procedures, Grantee Guidelines,Disadvantage Business Enterprise(DBE)Program and Goals,Americans EDUCATION with Disabilities Act(ADA)Paratransit Plans,and Equal Employment Opportunity(EEO)plans Pro- and completed all related compliance activities in accordance with the federal,state,and local Graduateram,Southern Marketing CertificateMethodist University guidelines.She assisted clients with the completion and submission of the appropriate regula- tory agency.She completed revisions of Plans for federal concurrence with multiple agencies Bachelor of Science,Public Relations, including Department of Transportation(DOT),Department of Housing and Urban Develop- The University of Texas at Austin ment(HUD),Department of the Treasury,and Department of Commerce.Provided clients with training to create a deeper understanding of the regulations.Kara assisted clients through the CREDENTIALS entirety of oversight reviews by Federal agencies.Clients include:the City of Galveston,the City of Conroe,Gulf Coast Center,the City of Amarillo,Brazos Transit District,The Woodlands Easter Seals Project ACTION People of Township,and Houston's Midtown Management District,Westchase Management District, the Move Online Course Certification Greater Southeast Management District,Greater Northside Management District,Near North- NTI Certifications:Understanding west Management District,Uptown Houston,and Upper Kirby Management District. the Americans with Disabilities Act (ADA);Paratransit Management and CONTRACT MANAGEMENT Operations;Comprehensive ADA Paratransit Eligibility;Managing Kara managed financial and administrative components of A&E and construction contracts the Environmental Review Process; for projects funded by federal,state,and local resources.She was responsible for overall con- Procurement Series 1,2 and 3; tract administration,financial management,review and approval of invoices,disbursements, Disadvantaged Business Enterprise; and HUB/MWDBE participation. NTD Urban Reporting;Title VI and Public Transit;Transit Academy PROJECT EXPERIENCE I COMPLIANCE&PROCUREMENT TxDOT Certifications:Title VI Training; Local Government Projects Procedures - Compliance Plans and Activities,City of Conroe,TX(2024): Kara created Title VI Plans, (LGPP) Limited English Proficiency(LEP)Plans,Disadvantage Business Enterprise(DBE)Program Member,American Planning and Goals,Americans with Disabilities Act(ADA)Paratransit Plan at the start of their transit Association service,and Equal Employment Opportunity(EEO)plan in accordance with the federal,state and local laws,all of which have been updated in 2024. - Improvements of Sidewalk and Park Gateway on W.Tidwell Road,Near Northwest Man- AREAS OF EXPERTISE agement District,Houston,TX(2024—ongoing/under construction): Kara managed all Procurement and Compliance phases of client's procurements including assessing the needs of the client,procurement Pursuit of Funding preparation and planning,pre-award activities,post-award activities,and will assist through Mobility Planning closeout. Developed the Invitation of Bid(IFB)and other front end documentation.Con- ducted all communication with bidders and managed bidding process. - Contract Management,Houston Parks Board,Houston,TX(2024—ongoing/under con- CONTACT struction):Kara assisted the Houston Parks Board with the compliance and management 911 W.Anderson Lane of grant activities Managed financial and administrative components of a construction con- Suite 200 tract funded by HUD federal funding.Responsible for contract administration,compliance Austin,TX 78757 management,review and approval of invoices,disbursements,and Section 3/MWDBE. (713)951-7951 - FTA Triennial Review,The Woodlands,TX(2023): Kara worked with The Woodlands kmcmanus@thegoodmancorp.com Township staff to coordinate and assemble the documents,plans,policies,and reports www.thegoodmancorp.com and compare respective documentation to the requirements outlined in FTA's Triennial Review Manual.Organized all 23 review sections,updated documents when requested, and assisted with the Township's first no finding review. - Compliance Stakeholder Engagement(Various Clients): Kara conducted stakeholder engagement related to compliance programs, including ADA, DBE,and Title VI Plans. Planned and conducted a public round table meetings to engage the public on a potential change to a proposed fare increase from the Gulf Coast Center.Provided presentations to various clients in coordination with compliance requirements. Grant Management&Compliance ELIZABETH WHITTON, AICP PRINCIPAL Elizabeth Whitton,AICP,is a Principal at The Goodman Corporation(TGC).She collaborates with clients to address and advance creative solutions for their multimodal transportation and development challenges through effective management,planning,funding strategies, and project implementation. Her experience includes placemaking program development, transit planning,applied policy research,multimodal corridor studies, public art planning, and organizational management. Elizabeth is driven to connect safe,reliant,and resilient infrastructure within our communities. PROFESSIONAL EXPERIENCE THE GOODMAN CORPORATION MANAGEMENT AND ADMINISTRATION Elizabeth managed the planning and mobility portfolio for a municipal management district EDUCATION in Houston,responsible for developing and monitoring of$2 million budget,capital projects needs,board reporting and presentations,and workload allocation.She developed and man- Master of Planning,Florida State aged the transit and health program at MPO in Florida,receiving national and state recog- University nition. Elizabeth managed more than a dozen projects ranging in budget from$100,000 to Bachelor of Science,Business $300,000+.She managed multiple large-scale athletic events in Florida. Management,University of Alabaman PROJECT EXPERIENCE CREDENTIALS American Institute of Certified Planners SOUTH 1ST DISTRICT STRATEGY (AICP) Austin,TX I Project Manager Member,American Planning The South 1st District is an economic and cultural district within the City of Austin.Through a Association 15-month process,Elizabeth led development of the South 1st District,establishing its orga- Member,Urban Land Institute nizational structure,leadership group,and membership base.The TGC team conducted an Graduate,West Houston Leadership extensive data analysis and engagement effort to develop the District's strategy,a guide with Institute implementable actions identified through District member engagement and other avenues. These actions will advance the District's priorities and further achievement of its vision. TxDOT Certification:Local Government Projects Procedures(LGPP) EAST DOWNTOWN MANAGEMENT DISTRICT ADMINISTRATION AREAS OF EXPERTISE Houston,TX I Executive Director Management and Administration Elizabeth provides turn-key administrative and management services to the East Downtown Stakeholder and Community Management District,serving as Executive Director.The role requires oversight of vendors, Engagement coordination with a wide variety of private and public entities,communication with board Funding Solutions members,and management of project development and implementation. Placemaking and Economic Development ENERGY CORRIDOR MOBILITY ACTION PLAN Transportation Planning Houston,TX I Project Manager* Elizabeth oversaw development of mobility action plan for the Energy Corridor,a special dis- CONTACT trict within the City of Houston.Through a development process of 12 months,she oversaw 3200 Travis Street work of consultants,served as main liaison between plan development process and Energy Suite 200 Corridor District Board of Directors. Houston,TX 77006 (713)951-7951 THE WOODLANDS EXPRESS — ENERGY CORRIDOR COMMUTER ewhitton@thegoodmancorp.com BUS SERVICE ww w.th eg ood m a nc orp.co m Houston,TX I Co-Lead* Elizabeth was Co-Lead for 3-year pilot program and led the pre-service planning activities: route and stop selection,rider outreach,marketing,and interlocal agreements. CORRINE DRIVE COMPLETE STREETS STUDY Orlando,FL I Project Manager* Elizabeth managed 29-member multi-disciplinary team to complete a corridor study.This effort required extensive coordination between three local governments and four neighbor- *Experience prior to TGC. hoods within the 4-mile study area.The final plan resulted in governance changes to ensure implementation of study recommendations. Data Analysis Lead DAMI OREHIN, PTP, PMP ENGINEERING ASSOCIATE Dami Orehin,PTP,PMP,is an Engineering Associate at The Goodman Corporation (TGC). With his background in various subdisciplines, Dami supports both engineering and plan- ning projects at TGC.He brings both private sector and local government experience in land development,traffic impact analysis,multimodal transportation projects,and community and stakeholder engagement. Dami views transportation as a crucial tool in community development and centers this role at the heart of every transportation project.He recognizes the current number of roadway fatalities to be a critical issue and approaches transportation plan development with a strong commitment to ensuring a safer transportation system for all road users and modes of transportation. THE GOODMAN PROFESSIONAL EXPERIENCE CORPORATION TRAFFIC OPERATIONS ANALYSIS EDUCATION Dami brings extensive experience conducting traffic operational analysis to identify the Master of Science,Transportation impacts associated with proposed developments on adjacent and nearby roadways,intersec- Planning&Management,Texas tions and corridors. Using Highway Capacity Manual(HCM)methodologies, ITE guidelines, Southern University and traffic engineering best practices alongside tools such as SYNCHRO,and HCS,he can Bachelor of Science,Civil identify the best conditions,and mitigation measures feasible for safe and efficient traffic Engineering Technology,Lagos operations. State University,Nigeria MULTIMODAL TRANSPORTATION PLANNING CREDENTIALS Dami has completed and supervised consultant teams in developing various multimodal Professional Transportation Planner transportation plans,especially during his time working in the public sector.Projects included (PTP),Transportation Professional thoroughfare network plans,mobility plans,and sidewalk masterplans.He approaches trans- Certification Board portation plan development with a strong commitment to ensuring a safer transportation system for all road users and modes of transportation. Project Management Professional (PMP),Project Management Institute COMMUNITY&STAKEHOLDER ENGAGEMENT Dami has served as a bridge between members of the community,elected officials,and AREAS OF EXPERTISE other stakeholders to developers and project coordinators. He has led extensive commu- nity engagement efforts to solicit community input on infrastructure projects,maintenance Traffic Operations Analysis items and future planning efforts. He has also advocated for community interests based Multimodal Transportation Planning on familiarity with local issues and frequent communication with community leaders and Land Development representatives. Dami has facilitated public meetings and successfully coordinated efforts Community&Stakeholder utilizing surveys as well as digital,print,and outdoor media to both inform and solicit feedback Engagement from the public. CONTACT PROJECT EXPERIENCE 3200 Travis Street Suite 200 HARTMAN MIDDLE SCHOOL AND ALCOTT ELEMENTARY SAFE Houston,TX 77006 ROUTES TO SCHOOL (713)951-7951 dorehin@thegoodmancorp.com Gulfgate Redevelopment Authority(TIRZ 8)Houston,TX I Engineering Associate www.thegoodmancorp.com Dami is providing engineering&design support for traffic signal PS&E design supporting plans for proposed Hartman Middle School and Alcott Elementary School Safe Routes to School at multiple locations along the Bellfort Avenue Corridor. BLAKEY LANE ROUNDABOUT TRAFFIC ANALYSIS Bastrop,TX I Engineering Associate Dami provided engineering support to evaluate traffic performance measures and assess the intersection performance before and after the installation of a roundabout at an intersection, and how performance would compare if the intersection was stop controlled on the minor approach,in lieu of a roundabout,in the future conditions. GIS Analyst BRYAN SCHMITZ SENIOR ASSOCIATE Bryan Schmitz is a Senior Associate and GIS Analyst at The Goodman Corporation(TGC). He is TGC's geospatial resource lead and principal cartographer.Bryan is responsible for the construction of display material from GIS data as well as the maintenance,development,and implementation of the hardware,software,and databases needed to accomplish specific tasks. He mentors other TGC staff to grow their GIS skillsets and collaborates with lead analysts and designers to deliver high quality GIS related products.Bryan leverages his data analyst skills in both grantsmanship and transportation planning projects,has completed extensive advanced GIS training across the entire suite of ESRI products and workflows,and continues to incorporate emerging trends in geospatial analysis and representation. THE GOODMAN PROFESSIONAL EXPERIENCE CORPORATION GEOGRAPHIC INFORMATION SYSTEMS EDUCATION Bryan is fluent in all ESRI platforms.He has over 100 hours accredited to GIS related certifica- Bachelor of Arts Studies,University of tions and credentials through TNRIS,ESRI and others in Cartography,ArcMAP,ArcPRO,ArcG IS North Texas,Denton Survey and ArcG IS Collector,ArcGIS Online,Flood Plain Mapping,Spatial Analyst toolsets,and Hydrology Workflows.Bryan has experience in the utilization of ArcGIS Business Analyst and CREDENTIALS other related tools to gather data and represent it for public consumption.He has experience in the development of ArcGIS Storymaps,Geo-Web Apps and other tools to communicate National Transit Institute(NTI) data via web portals and other online formats. Certifications:Procurement Series 1; Using Transit Economic Requirements Model MULTIMODAL AND ALTERNATIVE MODE PLANNING Texas Natural Resources Information Bryan has experience in the documentation of maps and data associated with the prepa- System(TNRIS)Certifications: ration of planning reports and technical documents related to multimodal transportation Collector&Survey 123;ARC GIS for projects. His experience is applicable to pedestrian,bicycle,transit,and general mobility Transportation;ARC GIS Online;Special projects.Bryan has utilized mapping and planning expertise to document and communicate Problems:Flood Plain Mapping data related to traffic flow,bike/ped utilization,crash analysis,and other related information. Spatial Analyst;ARC PRO TxDOT Certification:Local Government ENVIRONMENTAL ANALYSIS AND STUDIES Projects Procedures(LGPP) Bryan has participated in the completion and submission of National Environmental Policy Act(NEPA)documents and related environmental reports through the completion of environ- mentalAREAS OF EXPERTISE feature mapping and data analysis.He has participated in field work related to same and the collection of data related to wetlands,floodplains,and noise. Geographic Information Systems Environmental Studies PROCUREMENT Procurement Mobility Planning Bryan has completed courseworkthrough the National Transit Institute related to federalized Pursuit of Funding procurement processes and procedures.He is experienced in the development and applica- tion of federal,state,and local procurements and the development of technical specifications CONTACT for public infrastructure projects. 911 W.Anderson Lane LOCAL/STATE GRANTS Suite 200 Austin,TX 78757 Bryan has Developed and submitted grant applications for several state administered CFP's. (713)951-7951 bschmitz@thegoodmancorp.com TRANSIT ASSET MANAGEMENT www.thegoodmancorp.com Bryan has completed NTI training and applied knowledge to assist several clients in develop- ing programs to record and report their federally funded transit assets"State of Good Repair' goals and targets to the National Transit Database as required by federal law. Engagement Lead ARIN GRAY PRESIDENT& PRINCIPAL ' Arin Gray has over 20 years of experience developing and implementing strategic communi- cations,public engagement,and public relations programs that promote community vision fand values and reflect client missions.Arin seamlessly combines a grassroots approach with technology to provide clients with communication tools that reach diverse communities and build confidence and consensus in decision-making. p Arin provides clients with direction and deliverables for strategic messaging,visual content, media strategy,and external communications.She is skilled in facilitating internal and exter- nal meetings and processes for clients and in providing crisis communications. PROJECT EXPERIENCE CDP 1 CAMPO COMMUNITY OUTREACH Capital Area Metropolitan Planning Organization(CAMPO)12014—Present EDUCATION Arin has led community outreach programs and campaigns on numerous transportation planning initiatives.She develops unique approaches to engage diverse populations across B.S.in Communication Studies, the six-county region on long-range planning for roads,transit,active transportation,new University of Texas at Austin technologies,and travel strategies.She leads media relations,graphic design,video produc- tion,surveys and materials development,and facilitates collaborative discussions between TRAINING & planning partners,steering committees,the Transportation Policy Board,and community members. CERTIFICATIONS Certified in the Systematic HAYS COUNTY COMMUNITY ENGAGEMENT Development of Informed Consent Hays County I 2011 —Present Trained in Conflict Resolution and Overcoming Opposition,IAP2 Arin has led outreach efforts for projects in every precinct in Hays County for more than a decade.She has engaged residents,businesses,special interest groups,and local govern- Certified in Local Government Planning ment representatives in countywide long-range transportation planning and many individual (LGP101),TxDOT projects including the Hays County Transportation Plan(2013)and Update(2020),multiple TxDOT Pre-certified 1.8.1 Public segments of RM 150,FM 1626,and 1-35.She has directed media strategy,messaging,facil- Involvement#000028035 itated committees and public meetings,produced virtual public meetings,and met with Trained in Beyond DiversityTM, hundreds of property owners and developers across the county. Courageous Conversation TxDOT PUBLIC INVOLVEMENT TxDOT 12005—Present Gray has 20 years of experience providing public involvement on TxDOT projects across the state ranging from feasibility studies,to schematic environmental,to construction. She understands NEPA guidelines and requirements and the need for regular coordination between planning agencies,property owners,businesses,and the traveling public. VARIOUS SAFE STREETS FOR ALL(SS4A) PROGRAMS 2024—Present Arin leads outreach efforts and strategy for numerous SS4A Projects throughout Texas including the seven-county region of the Central Texas Council of Governments(CTCOG), the six-county region of the Capital Area Metropolitan Planning Organization(CAMPO),Travis County,City of Austin Citywide Lighting Study,and the San Antonio Vision Zero Action Plan. Through these efforts,she has successfully engaged diverse populations across the Central Texas region by providing inclusive multi-platform outreach strategies,messaging,materials, activities,and meetings. WILLIAMSON COUNTY ROAD BOND PROGRAM Williamson County,TX 12015—Present Arin conducts public involvement for multiple projects and studies as part of the County's Long-Range Transportation Plan and Road Bond Program.The public involvement program includes intensive outreach and engagement of local communities to gather and incorporate input into transportation planning and project design processes. Engagement Support JACQIE WILSON VICE PRESIDENT OF PROGRAM MANAGEMENT Jacqie Wilson has 10 years of experience in providing public engagement for transportation planning and infrastructure projects.She utilizes authentic communication with clients and in her interaction with the public to build confidence in client missions and projects.She is responsible for planning outreach strategy,conducting outreach at public events,and devel- oping messaging and materials.Wilson brings a distinctive perspective and attitude with a Aft sense of urgency that drives projects forward.She utilizes thoughtfulness and sensitivity in 4 her communications approach which is instrumental in her success in bringing stakeholder needs and concerns forward for mutually beneficial resolutions. PROJECT EXPERIENCE CD. P CEDAR PORT INDUSTRIAL PARK Transglobal Solutions 12023 Jacqie led engagement for this project to investigate the feasibility of a new ship channel to TRAINING & provide a deepwater connection between the Houston Ship Channel and a planned future deepwater terminal facility at Cedar Port Industrial Park. Her team conducted three public CERTIFICATIONS meetings compliant with NEPA guidelines and developed materials and conducted outreach Systematic Development of Informed to ensure the community was aware of the project and were able to provide input. Consent Public Participation&Strategies for 1-35 WACO CONSTRUCTION Dealing with Opposition&Outrage, TxDOT Waco District 1 2018—2023 I AP2 Beyond DiversityTM Training Jacqie led public information services for the$350M 1-35 reconstruction project through the middle of Waco and adjacent Baylor University,a project that impacted vehicular and pedestrian traffic along Texas'busiest roadway. During the project,she launched a pedes- trian safety campaign to share information on how to travel safely through construction zones and impacts to pedestrian crossings using multiple tools including distributing flyers at local restaurants,mailing postcards in English and Spanish,and coordinating with the media.Jacqie also developed and partnered with the City of Waco to implement pavement decals placed throughout the project limits with safety messages and a QR code that would direct users to a live traffic map.She also effectively facilitated a communication steering committee to ensure interests were considered and used that network to widen the reach of construction information and materials. ARANSAS COUNTY NAVIGATION DISTRICT Aransas County 12023 Jacqie oversaw efforts to build community support for and awareness of the Aransas County Navigation District among its constituents about the services they provide and their powers as a governing body.She developed a program that included modernizing their branding and logo,rebuilding their main website acnd.org,and developing messaging and materials.Her team also conducted a public meeting to share information about the existing deterioration of Little Bay and proposed new drainage outfalls,resulting in strong community support for the effort. ROUND ROCK TRANSIT DEVELOPMENT PLAN City of Round Rock 1 2021 —2022 Jacqie led public engagement and outreach for the City of Round Rock's Transit Development Plan to engage a diverse group of current and potential transit users in identifying strategies to support the growing population and transit ridership.Jacqie worked to develop branding, messaging,and bilingual materials including fact sheets,exhibits,and surveys.She also led stakeholder interviews,small group and public workshops and public input and rider intercept surveys.Through this grassroots and online engagement program the City of Round Rock developed a transit plan that was supported by both transit users and non-users. Engagement Support MELVIN R. WHITE COMMUNITY BUILDING SPECIALIST Workforce Innovator,Community Builder,Respected Leader: Melvin White is an accomplished workforce development leader and business strategist with a strong track record of building programs that connect underserved populations to high-demand career pathways.As the founder of multiple organizations,including MRSW Management,the Digital Workforce Academy,and the Golden Triangle Empowerment Center, Mr.White has spent over two decades advancing training and employment opportunities across Texas and nationally. 1114.. He brings extensive experience in workforce innovation,small business development,and public-private partnerships.His initiatives have supported communities in Port Arthur,East Austin,and beyond,providing NCCER-certified training for the petrochemical and maritime CD P industries,as well as launching business incubators and apprenticeship programs.His work also includes national and international training programs,as well as efforts with the Oglala ' Sioux Tribe and workforce development initiatives in West Africa. With a background in finance and a career rooted in community impact,Melvin White con- EDUCATION tinues to drive results at the intersection of workforce,infrastructure,and economic devel- opment. Mr.White's leadership and expertise have earned him numerous appointments, BBA.School of Business,Stephen F. including serving as Chair of the Board of Regents at Stephen F.Austin State University, Austin State University, Commissioner on the City of Austin's Community Technology and Telecommunications Nacogdoches,TX Commission,and advisor to the Texas Association of Historically Underutilized Businesses. He is also a Department of Labor Registered Apprenticeship Intermediary and currently leads COMMUNITY LEADERSHIP efforts tied to the Inflation Reduction Act in Port Arthur. President,MRSW Management (1998-present) PORT ARTHUR REGION AND RELATED EXPERIENCE: President of Digital Workforce Academy - Contributed to downtown Port Arthur revitalization efforts,including the establishment (2001 present) of a Tax Increment Reinvestment Zone(TIRZ)and development of the first privately President at Oilfield Manufacturing funded building downtown in over 20 years. Products(2014-present) - Developed and implemented community-based workforce training programs targeting Budgeting Supervisor at TRACOR Flight high school seniors and adult learners. System(1987-1998) - Partnered with the Port Arthur Ministerial Alliance to strengthen community outreach and support initiatives. - Collaborated with the Port Arthur Housing Authority to deliver personal and professional development programs for residents. - Active member of the Greater Port Arthur Chamber of Commerce,supporting local business growth and civic initiatives. - Coordinated with the City of Port Arthur Planning and Zoning Department to pursue state and federal infrastructure funding. - Supported the Port Arthur Economic Development Corporation initiatives aimed at enhancing the quality of life and economic opportunity for residents. Engineering Design Lead MICHAEL KECK, PE VICE PRESIDENT Michael is a Vice President in the LJA Transportation Sector. He has experience with pre- liminary and final design of preliminary schematics,detailed plans and specifications,and construction phase services for these projects.During his career,he has worked for a wide range of clients,including TxDOT,Texas Counties/Cities,and Toll Roads.Over the last 16 years,Michael has been the project manager on four TxDOT ID contracts,three(PS&E)and one(SCH/ENV). He has managed 24 TxDOT work authorization assignments,of which 10 (PS&E)and 14(SCH/ENV). PROJECT EXPERIENCE LJACONROE NORTH HOUSTON REGIONAL AIRPORT ROADWAYS Montgomery County,TX Worked on area projects based on feasibility created for the city(FM 1484,Wally Wilkerson, EDUCATION Mike Meador Parkway,CR Dowell Way,and Technology Parkway)from inception to construc- MBA University of Houston tion over ten years directed all design services to TxDOT/County/City criteria for 10-miles of roadways from two-to five-lane near the regional airport.Michael studied feasible alignment BS,Civil Engineering,Texas A&M alternatives for each roadway during multiple phases to analyze traffic,drainage,and envi- University ronmental impacts on the project area.The first project,FM 1484,allowed the extension of the airport runway and all the future commercial,residential,and industrial development. PROFESSIONAL LICENSE& Throughout the projects,he coordinated with each stakeholder(TxD01;County,and City)to REGISTRATION obtain permits and approvals.Approximate construction cost of roadways was$50M. Professional Engineer, rsan Land TXDOT HOUSTON DISTRICT, IH 10 SECTION 7 of Professional Engineers and Land Surveyors:License No.93055 Houston,TX As a project engineer,provided plans for the reconstruction of IH 10 from east of Eldridge TRAINING & to west of SH 6 for approximately 2.3 miles. Coordinated with TxDOT through a GEC on CERTIFICATIONS design-related issues throughout the section while directly responsible for creating submit- tal documents in the form of complete plans,specifications,and estimates. Design tasks Local Government Project Procedures included the design of typical sections,quantity summaries,advance warning signs,corn- Certification plete traffic control plans,roadway,drainage,retaining walls,and bridge details at multiple Envision Sustainable Infrastructure bridge structures,including an interchange at SH 6 and IH 10 and a T-Ramp into the Addicks Training Park and Ride at Park Row.Approximate construction cost of freeway reconstruction was TxDOT Precertifications:Employee $190M. Sequence No.12738 Work Categories:1.1.1,1.2.1,1.3.1,1.4.1, GRAND PARKWAY SEGMENT B,GRAND PARKWAY ASSOCIATION 1.5.1,1.8.1,2.4.1,3.1.1,3.2.1,3.3.1,3.4.1, Brazoria and Galveston Counties,TX 3.5.1,3.6.1,4.1.1,4.2.1,4.3.1,4.4.1,5.5.1, 7.2.1,7.4.1,7.5.1,8.1.1,8.3.1,8.4.1,8.5.1, Design for possible routes of the GP Segment'B'to support the DEIS by evaluating possible 8.6.1,9.1.1,10.1.1,10.2.1,10.3.1,10.4.1, alternatives and impacts according to TxDOT criteria and the NEPA process.Designed eight 10.5.1,11.1.1,18.3.1,18.4.1,23.11.1, reasonable alternatives and assessed cost-to-benefit toll alternatives.Analyzed detailed 24 7 7 multilevel interchange alternatives for direct connector and bridge design interchanges at IH 45 and the future SH 35 Tollway,including review of level of service and capacity. TXDOT HOUSTON DISTRICT, US 290 SEGMENT 8 Houston,TX As deputy project manager,provided plans for the reconstruction of US 290 from exist- ing 6-lane to 10-lane urban freeway that includes the reconstruction of the SH 6/FM 1960 interchange and schematic refinement for four direct connectors.Coordinates with TxDOT through the PMC on design-related issues to develop solutions throughout the segment while directing the design and review of complete plans,specifications,and estimates.Plans included typical sections,quantity summaries,roadway plans,profiles,advance warning signs,complete traffic control plans,drainage,and bridge design.Approximate construction cost of freeway reconstruction was$200M. Developed bridge layouts and roadway align- ments and profiles along proposed mainlanes,ramps,connectors,and interchange bridge at SH 6 and tie into HCTRA direct connectors. Engineering Design Support JASON RODRIGUEZ, AICP SENIOR PROJECT MANAGER Jason Rodriguez brings over 21 years of professional experience in transportation plan- 1111, ning and project management,with a strategic focus on understanding the unique needs and opportunities of each project.His career spans both public sector roles and consulting engagements,where he has led more than two dozen transportation planning assignments for agencies such as TxDOT,RMAs,transit authorities,and municipalities.Jason's expertise includes corridor and subarea studies,alternatives analyses,feasibility studies,and safety action plans. He has worked extensively with agencies like VIA, CapMetro,WCCL RMA,TxDOT,and NCTCOG,evaluating transit and high-speed commuter modes,facility siting,and roadway LJA alignments—often involving complex environments and grade separations. His familiarity with railroad rights-of-way and coordination with rail entities has been instrumental in shap- ing viable,safety-conscious solutions. Jason's approach is rooted in cross-disciplinary collaboration,stakeholder engagement, EDUCATION and alignment with agency goals. His projects consistently incorporate safety and traffic MS,Architecture,University of Texas at analyses,civil and structural design standards,and public input to define alternatives and San Antonio recommend feasible paths forward.Whether leading infrastructural assessments or devel- oping safety action plans,Jason is committed to delivering customized,community-focused BS,Environmental Design,Texas A&M solutions that enhance operational efficiency and public safety. University PROFESSIONAL LICENSE & PROJECT EXPERIENCE REGISTRATION NORTH LAREDO-WEBB COUNTY TRANSPORTATION PLANNING American Institute of Certified Planners, STUDY No.31947 Laredo,TX I Project Manager TRAINING & Managed a comprehensive subarea planning study that defined and prioritized 48 roadway CERTIFICATIONS improvements,including sidewalk additions,road widening,and new roadway construction. Approach emphasized direct stakeholder involvement,which helped shape the phased rec- Graduate Certificate in Urban Planning, ommendations.By implementing alternative routes,the plan effectively alleviated traffic con- University of Texas at San Antonio gestion on key corridors like FM 1472.Innovative strategies also addressed the unique freight Envision Sustainable Infrastructure challenges in Laredo,the busiest U.S.port,ensuring that improvements would accommodate Training both current and future commercial truck traffic. TxDOT Precertifications:Employee Sequence No.26774 RIVER ROAD ROUTE ALTERNATIVES STUDY Work Categories:1.2.1,1.3.1,1.4.1,1.5.1, Laredo,TX 1.6.1. Served as the Work Authorization Project Manager for this new location roadway between the Rio Grande and the busiest and most congested roadway.Working with the WC-CL RMA, led an existing conditions and environmental constraints analysis,a series of Stakeholder Meetings with elected officials,property owners,and public officials,as well as a two-phase Alternatives Analysis resulting in the adoption of a locally preferred alternative. EL PASO MULTIMODAL NETWORK EVALUATION TxDOT El Paso District,El Paso,TX Served as Multimodal Studies Task Lead and was responsible for coordinating with TxDOT and the El Paso MPO to conduct an evaluation that identified safety and connectivity gaps in the regional multimodal network and the prioritization of projects that would be included in the El Paso MPO's fiscally constrained 2050 MTP. DALLAS-FORT WORTH HIGH-SPEED TRANSPORTATION CONNECTIONS STUDY Dallas&Fort Worth,TX Served as Alternatives Analysis Task Lead for this planning study.The analysis considered 43 alignments and five individual modes of high-capacity transportation including Conventional Rail,Higher-Speed Rail,High-Speed Rail,Maglev,and Hyperloop. i � 1 1 � 1 � 1 •�• JUAN ALCARAZ, PE SENIOR PROJECT MANAGER Juan brings over 29 years of comprehensive experience in construction and design,spe- cializing in rural,urban,and metropolitan roadway projects.He has managed construction engineering and projects for TxDOT and provided consulting services.As a Project Manager for the City of San Antonio's Construction Inspection Services,he was responsible for 12 Federally Funded Projects and multiple bond initiatives. PROJECT EXPERIENCE HAYS STREET PROJECTS LJA City of San Anttonio,TX Task Lead for signing and pavement markings,developing quantities and specifications. In charge of the coordination of traffic signal warrant studies at Hays St.,Cherry St.,and Hack- berry St.along with various pedestrian crossings.Subconsultant to WGI. EDUCATION BS,Civil Engineering,Texas A&M TXDOT DISTRICT, IH 45 PAVEMENT MARKINGS AND SIGNING University Kingsville Houston,TX PROFESSIONAL LICENSE & Task Lead for signing and pavement markings,for a section of IH 45 to improve signs and meet new standards.Subconsultant to Cobb Fendley. REGISTRATION Professional Engineer,Texas Board TXDOT LAREDO DISTRICT, US 277 RECONSTRUCTION FROM SAN of Professional Engineers and Land FELIPE CREEK TO 20 MILES SOUTH Surveyors:License No.87609 Del Rio,TX TRAINING & Assistant Area/PM Engineer for this$20M project which consisted of rehabilitation of 20 CERTIFICATIONS miles of existing roadway&adding passing lanes.Work included cement treatment of the existing base material,reverse prime,seal coat,ACP,&bridge culvert extensions.Supervised TxDOT Precertifications:Employee 3 inspectors,2 lab technicians&1 record keeper.He conducted a traffic impact analysis of Sequence No.10261 one-way traffic control&adjusted work zone lengths to decrease traffic delays&improve Work Categories:1.4.1,3.2.1,4.2.1,4.5.1, safety. 8.1.1,9.1.1,10.1.1,10.2.1,10.3.1,10.5.1, 11.1.1,11.6.1,17.5.1,18.4.1 TXDOT LAREDO DISTRICT, FM 1021 WIDENING Eagle Pass,TX Resident Engineer on this project for TxDOT to widen with ACP from 2 lanes to 4 lanes with a continuous left turn lane and curb&gutter. Work included multiple TCP phases,storm sewer,culvert lengthening,channel improvements,traffic signals,concrete intersections at FM 375&FM 3443,utility relocations for AT&T,CPS,water&sewer lines,coordination with Maverick County Irrigation District,&Maverick County Fire Department for special turn bays &advance warning systems.He oversaw SW3P Environmental inspections&TCP phasing. FM 1816 SHOULDER WIDENING &SAFETY IMPROVEMENTS Wichita Falls,TX Deputy PM that oversaw widening of the shoulders&rehabilitation of existing roadway with pavement repairs&overlay of the project plus the upgrade&replacement of the existing guard fences to meet current requirements.Juan provided TxDOT with monthly progress reports&meeting minutes after all meetings.Juan conducted a plans-in-hand meeting with TxDOT in the field to review the plans and to go over all issues.Juan coordinated all staffing assignments and conducted independent reviews of plans for quality control&construc- tability of the design provided.Juan coordinated with TxDOT as to all design schedules for submittals and used go-by plans,TxDOT average low bid prices,&experience to establish the project estimate. BRIAN GREATHOUSE, PE PROJECT DIRECTOR Brian excels in managing multiple concurrent TxDOT projects under tight deadlines and knows the importance of promptly addressing clients'needs while upholding high standards _ of quality in work related to contract authorizations.His expertise includes a thorough knowl- edge of the TxDOT PS&E Development, Hydraulic Design Manual(HDM),and is proficient in software and manuals such as HEC-HMS,HEC-18,HEC-21,HEC-22,the TxDOT TSEAS Manual,HY-8,1 D/2D H EC-RAS,1D/2D SWMM,Geopak Drainage/SUDA,and OpenRoads/3D 4Modeling. PROJECT EXPERIENCE LJAIH 10 PLANNING/DRAINAGE CORRIDOR STUDY TxDOT ELP, El Paso,TX Brian served as the Project Manager and Drainage Task Lead for a 55-mile planning and EDUCATION drainage corridor study extending from the Texas/New Mexico border to FM 3380.The project BS,Civil Engineering,University of utilized H EC-HMS to compare results with FEMA flows,prior master plans,and the Northwest South Alabama El Paso H&H Sediment Analysis.The study faced challenges such as insufficient TxDOT outfalls,varying hydrologic methods,and inconsistent rainfall data from regulatory agencies. Brian's solution involved collaborating with TxDOT,IBWC,CoEP FPA,USACE,and EP Water to PROFESSIONAL LICENSE & develop a customized hydrologic strategy that supported preliminary discharge agreements REGISTRATION and streamlined approvals. Professional Engineer,Texas Board of Professional Engineers and Land RM 652 REHABILITATION Surveyors:License No.115325 TxDOT ELP, El Paso,TX TRAINING & Brian served as the H&H Task Lead for this 34-mile rehabilitation project,which included six scour analyses and bridge hydraulic design over karst formations. He employed HEC-RAS CERTIFICATIONS 2D to identify low-velocity hydraulic areas and replace existing culverts.Challenges involved TxDOT Precertifications:Employee road failures from karst geohazards,sulfate soils,and heavy fracking traffic.Brian addressed Sequence No.21585 these issues by mapping karst hazards,replacing culverts,adding gypsum layers in ditches, and using semi-permeable liners to enhance stability. Work Categories:1.3.1,10.1.1,10.2.1, 10.3.1,10.4.1,10.5.1,10.6.1,10.7.1,10.8.1 HUNTING AND GREENS BAYOU PHASE 2 TUNNEL STUDY Houston,TX roject Manager, Hydrology and Hydraulic Technical Lead. Develop 1 D/2D Infoworks ICM hydraulic model of the Hunting and Greens Bayou for use in the evaluation of the hydraulic performance and impact of the proposed conceptual series of deep gravity conveyance tunnels that would collect and convey stormwater mainly to the Houston Ship Channel. SIMS BAYOU CONVEYANCE IMPROVEMENTS Houston,TX Technical Lead. Develop drainage analysis for the storm sewer network and drainage area associated with the C116-00-00 system in the Sims Bayou Watershed.Work includes ana- lyzing flooding occurring near C116-00-00,a tributary of Sims Bayou,and recommending projects to reduce flooding risks.Due to the complexity of analyzing the site's storm sewer system capacity along with the overland flow pattern,X PSWM M/Infoworks ICM 1D/2D Modelling was selected to be used in this project to analyze the drainage network as 1D and overland flow as 2D. DRAINAGE DESIGN REVIEW CONSULTANT Houston,TX rime consultant for the surveying,geotechnical,and civil engineering of storm sewer system modifications and repair work throughout the City of Houston.Work performed under this contract involved televising sewer inspection,PS&E package preparation for both bid and on-call construction contracts. Engineering Design Support RACHEL CEPEDA, AICP SENIOR PROJECT MANAGER Rachel is a transportation planner with a decade of experience providing transportation planning services to various agencies and municipalities throughout Texas.She has utilized her advanced GIS skills along with PowerBl to create custom dashboards to support project prioritization and streamline the transportation programming analysis and decision-making process. Her skills also include writing custom code for ArcGIS and Microsoft applications in order to cater to specific client visions and needs. PROJECT EXPERIENCE LIA ON-CALL PLANNING AND ENGINEERING,TXDOT El Paso,TX Served as Transportation Planner for TxDOT's El Paso District,leveraging her expertise in GIS to enhance project prioritization and funding efforts. Played a key role in streamlining trans- EDUCATION portation programming analysis and decision-making processes for future funding cycles. BS,Urban Planning,Arizona State Was also responsible for compiling comprehensive summaries of corridor studies and pro- University posed improvements across the district,providing valuable insights for long-term planning and project implementation. PROFESSIONAL LICENSE & VARIOUS PROJECTS,TXDOT NEPA SERVICES REGISTRATION American Institute of Certified Planners, Various Locations,TX Texas#36405 Supported several TxDOT NEPA(National Environmental Policy Act)projects as a Transpor- tation Planner.In this role,developed an ArcGIS-based PowerBl dashboard,integrating the US Census API with Data Analysis Expressions(DAX)to compile,analyze,and map key data sets. This tool automatically generated formatted figures and written summaries for user-selected regions,greatly enhancing the efficiency and consistency of community impact analyses. Contributions enabled project teams to spend more time interpreting results and less time on data compilation,improving the overall effectiveness of NEPA compliance efforts across various projects. LAREDO-COLOMBIA SOLIDARITY INTERNATIONAL BRIDGE EXPANSION PROJECT Laredo,TX Rachel supported the development of the Presidential Permit Application for the expansion of the Laredo-Colombia Solidarity International Bridge.The project aims to enhance com- mercial traffic capacity by constructing two new bridges,positioned upstream and down- stream of the existing bridge,dedicated exclusively to regular commercial traffic. Rachel's contributions included data collection,the creation of detailed charts and figures to illustrate key project elements,and managing the formatting of the application to ensure a clear and professional presentation. CAMINO REAL INTERNATIONAL BRIDGE EXPANSION PROJECT Eagle Pass,TX Resident Engineer on this project for TxDOT to widen with ACP from 2 lanes to 4 lanes with Rachel served as the lead author for the Presidential Permit Application supporting the expansion of the Camino Real International Bridge in Eagle Pass,Texas. Collaborating with U.S.federal,state,and local agencies,as well as key Mexican counterparts,the LJA team proposed a strategic expansion to increase the bridge capacity to 12 lanes. Rachel's responsibilities encompassed comprehensive research and data analysis,drafting and refin- ing content,and ensuring the document's accuracy and professional presentation to meet regulatory standards. Traffic Engineering Lead PAYTON ARENS, PE, RSP TRANSPORTATION I TRAFFIC ENGINEERING Payton has more than 10 years of transportation planning and engineering experience { within the greater Houston area.He has performed a variety of planning services,including I al SS4A CSAPs, subregional studies,corridor plans,small area plans,capacity analyses, andgrant applications. He hasperformed a varietyof engineering services,includingroad PP� 9� 9 and pedestrian safety audits,signal warrants,and design of signals,signs,and pavement markings. Payton's breadth of transportation experience,alongside familiarly with other engineering disciplines,facilitates efficient and interrogated project management. Payton has completed various projects for H-GAC,TxDOT,Harris County,City of Houston,and other agencies throughout the Houston area.He has applied knowledge of City code,City design standards,Highway Safety Manual,Highway Capacity Manual,and Texas Manual of Uniform Ki m I ey>>>H o r n Traffic Control Devices(TM UTCD). Payton wrote sections of TxDOT's Traffic and Safety Analysis Procedures Manual,built tools for benefit-cost analyses,and is familiar with national best practices(ITE and NACTO)in complete street design. EDUCATION PROJECT EXPERIENCE Bachelor of Science,Civil Engineering,University of Texas at GALVESTON SS4A COMPREHENSIVE SAFETY ACTION PLAN Austin,2013 Galveston,TX I Project Manager Kimley-Horn is currently working with the City of Galveston to improve transportation safety CREDENTIALS throughout the City across all modes of transportation. During the initial project phase, Licensed Professional Engineer pedestrian and bicycle safety was determined to be a key emphasis area because pedestrian/ Texas,No.128628 bike crashes in Galveston account for 35%of fatalities(as compared to 30%statewide). Road Safety Professional,No.638 Furthermore,over 50%of crash cost(an indicator of crash frequency and severity)was attributed to a few major corridors such as Broadway Avenue,Seawall Boulevard,and Road Safety Professional Avenues 0 and P.After meeting with stakeholders,it became apparent the City was interested Infrastructure,Level 2,No.134 in large-scale capital improvements along these high-crash corridors. TxDOT Pre-Certification Categories: 1.3.1,1.4.1,1.7.1,1.8.1,7.1.1,7.3.1,8.1.1, ROSENBERG SS4A COMPREHENSIVE SAFETY ACTION PLAN (CSAP) 8.3.1,and 23.4.4 TxDOT Local Government Project Rosenberg,TX I Staff Role Procedures Certified(LGPP) Kimley-Horn is currently working with theCity of Rosenberg to improve transportation safety Transportation throughout the City across all modes of transportation. Rosenberg was awarded an FY22 Institute of Engineers,Member SS4A Planning Grant to develop a CSAP.At the onset of the CSAP,a Safety Task Force (STF)was organized to oversee SAP development,implementation,and monitoring.The STF includes City staff and representatives from various organizations within Rosenberg AREAS OF EXPERTISE (engineering,fire,police,school district, and economic development),each of which has Safe Streets and Roads for All uniquely contributed to SAP development. (SS4A) Transportation Engineering BRYAN/COLLEGE STATION MPO SS4A COMPREHENSIVE SAFETY Trasportation Planning ACTION PLAN Brazos County,TX I Project Manager Kimley-Horn was contracted by BCS MPO to develop a CSAP. Project tasks included(1) CONTACT project management,(2)safety analysis,(3)equity analysis,(4)public engagement,and (5)implementation.Project deliverables include meeting notes,high-injury network map, 11700 Katy Freeway,Suite 800 crash history dashboard,underserved community map,public engagement materials and Houston,TX 77079 meetings,implementation plan,and CSAP report,and presentation.The primary deliverable (281)920-6330 is a concise CSAP report which documents all plan activities and satisfies all required SS4A payton.arens@kimley-horn.com components.Additionally,the CSAP report includes a brief,highly graphic executive summary which includes pertinent information and recommendations in an easy-to-follow format. ROAD SAFETY AUDITS (RSA) H-GAC Region,TX I Project Manager Kimley-Horn conducted RSAs at 58 locations across the eight-county H-GAC region.A regionwide network screening was completed to determine high-crash locations based on safety criteria(crash frequency,rate,and severity)and local preference. Kim ley-Horn reviewed intersection crash history,traffic volumes,geometrics,signal timing,maintenance logs,and previous studies,then presented a summary of intersection characteristics to local agency staff prior to field reviews.Field reviews included walking each high-crash location and documenting observations.We then held a roundtable discussion shortly after field reviews to prioritize observations and recommendations. Traffic Engineering Support RYAN EUREK, PE TRANSPORTATION TRAFFIC ENGINEERING 14, Ryan has 16 years of professional experience.He has successfully completed numerous city and county projects that required the management of multiple subconsultants,coordination of partnering agencies like TxDOT and railroad agencies,and incorporation of feedback from T project stakeholders.Ryan has completed a variety of services,including intersection design, .a.` turn-lane improvements,traffic signal designs,signing and pavement marking designs, traffic control plans,roadway median modifications,temporary signal designs,and traffic signal inventories. His experience includes regional planning,access management studies and implementation,traffic operational analyses,intersection evaluation,and various other traffic and safety studies. Kimley>>>Horn PROJECT EXPERIENCE CHAMBERS COUNTY THOROUGHFARE PLAN EDUCATION Chambers County,TX I Project Manager Bachelor of Science,Civil Kimley-Horn was contracted by H-GAC to lead the Chambers County Thoroughfare Plan Engineering,Texas A&M University, (CCTP),a long-range transportation plan to guide future growth,improve connectivity,and 2007 enhance safety.The plan identifies needed roadways,policies,and right-of-way preservation strategies to support regional development.Developed through a collaborative process,the CREDENTIALS CCTP evaluates alternative scenarios to help stakeholders make informed decisions.The Licensed Professional Engineer plan will be supported by an Implementation and Funding Strategy designed to adapt as the County's needs evolve. Texas,No.115640 TxDOT Pre Certification Categories: SAN JACINTO BOULEVARD PLANS,SPECIFICATIONS,AND 7.1.1,8.1.1,and 8.3.1 Institute of Transportation ESTIMATES (PS&E) Engineers,Member Baytown,TX I Project Manager The City of Baytown hired Kim ley-Horn to design improvements for a two-mile section of AREAS OF EXPERTISE San Jacinto Boulevard. The project included an alignment study to enhance mobility in the surrounding commercial area.The new four-lane arterial was planned as a relief route Traffic Safety for nearby roads and a model for future city street upgrades. Design elements included Transportation Engineering pavement,utilities,storm drainage into a Harris County Flood Control District channel,a duct Trasportation Planning bank,a dual-lane roundabout,and upgraded landscaping.Kimley-Horn also designed a new lift station to support future development. CONTACT BRAZOS RIVER TURNAROUND (BRT) CLOSURE TRAFFIC STUDY 11700 Katy Freeway,Suite 800 Houston,TX 77079 Sugar Land,TX I Transportation Task Lead (281)920-6576 The BRT along the IH-69 southbound frontage road was permanently closed in 2019 due ryan.eurek@kimley-horn.com to flooding.This study evaluated the traffic impacts of that closure,along with over 200 acres of planned development in the area. Kimley-Horn used VISSIM traffic simulation software to model over 12 miles and 30 intersections across 12 scenarios,including weekday peak hours and event conditions.The analysis incorporated future roadway plans for the University of Houston Sugar Land campus.Based on the results,Kim ley-Horn recommended improvements such as turn lane additions,signal upgrades,roadway widening,and signage changes. CITY OF HOUSTON TRAFFIC SIGNAL REBUILD PACKAGE#4 AND #11 Houston,TX I Project Manager Kimley-Horn assisted the City with the design of traffic signals at 14 intersections and two fire stations as part of Package#4 and the design of 10 signals as part of Package #11. Designs followed Chapter 15 of the COH IDM and complied with TMUTCD and ADA guidelines. For Package#4,Kimley-Horn prepared signal designs for 12 federally funded CMAQ intersections,including signal layouts,pole schedules,cable schematics,pavement markings,and improvements,all redesigned to meet TxDOT standards and City of Houston preferences.Coordination with TxDOT was critical to meet an accelerated letting schedule. Package#11 focused on curb radii improvements to meet updated IDM standards,with some locations requiring additional ROW to accommodate poles,ramps,access pads,and sidewalks. FINANCIAL CAPITAL TGC 341111AL HUMAN CAPITAL Connecting Capital to Communities Since 1980 *THE GOODMAN CORPORATION THEGOODMANCORP 1. No FEDERAL GOVERNMENT OBLIGATION TO THIRD PARTIES 1. The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Purchaser, Contractor, or any other party (whether or not a party to that contract)pertaining to any matter resulting from the underlying contract. 2. The Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by CITY. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. 2. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS 1. The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. § § 3801 et seq . and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract, the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or the CITY assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, the Contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal Government deems appropriate. 2. The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by CITY under the authority of 49 U.S.C. § 5307, the Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5307(n)(1) on the Contractor, to the extent the Federal Government deems appropriate. 3. The Contractor agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by CITY. It is further agreed that the clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions. 3. ACCESS TO RECORDS The following access to records requirements apply to this Contract: • Where the Purchaser is not a State but a local government and is the CITY Recipient or a subgrantee of the CITY Recipient in accordance with 49 C. F. R. 18.36(i), the Contractor agrees to provide the Purchaser, the CITY Administrator, the Comptroller General of the United States or any of their authorized representatives access to any books, documents, papers and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. Contractor also agrees, pursuant to 49 C. F. R. 633.17 to provide the CITY Administrator or his authorized representatives including any PMO Contractor access to Contractor's records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311. 4. FEDERAL CHANGES Federal Changes - Contractor shall at all times comply with all applicable CITY regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Master Agreement between Purchaser and CITY, as they may be amended or promulgated from time to time during the term of this contract. Contractor's failure to so comply shall constitute a material breach of this contract. 5. CIVIL RIGHTS 1. Nondiscrimination- In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. § 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. § 12132, and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. In addition, the Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements CITY may issue. 2. Equal Employment Opportunity - The following equal employment opportunity requirements apply to the underlying contract: 3. Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. § 5332, the Contractor agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 et seq ., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," 42 U.S.C. § 2000e note), and with any applicable Federal statutes, irwwwwwwwww- executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Project. The Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Contractor agrees to comply with any implementing requirements CITY may issue. 4. Age - In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C. § § 623 and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the Contractor agrees to comply with any implementing requirements CITY may issue. 5. Disabilities - In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. § 12112, the Contractor agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, the Contractor agrees to comply with any implementing requirements CITY may issue. 6. The Contractor also agrees to include these requirements in each subcontract financed in whole or in part with Federal assistance provided by CITY, modified only if necessary to identify the affected parties 6. DISADVANTAGED BUSINESS_ENTERPRISE (DBE) a) It is the policy of the Authority and the Department of Transportation that Disadvantaged Business Enterprises (DBEs) as defined in 49 C.F.R. Part 26 shall have the maximum opportunity to participate in the performance of con- tracts financed in whole or in part with Federal funds under this contract. Consequently, the DBE requirements of 49 C.F.R Part 26 applies to this contract. b) The Contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The requirements of 49 C.F.R. Part 26, and the Authority's DOT approved Disadvantaged Business Enterprise (DBE) program is incorporated in this contract by reference. Failure by the Contractor to carry out these requirements is a material breach of the contract, which may result in the termination of this contract or such other'remedy, as the Authority deems appropriate. 7. SOLID WASTE DISPOSAL ACT RCRA section 6002(c)(1)requires procuring agencies to procure designated items composed of the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, considering such guidelines. Procuring agencies may decide not to procure such items if they are not reasonably available in a reasonable period of time; fail to meet reasonable performance standards; or are only available at an unreasonable price. 8. TERMINATION TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a timely and proper manner his obligations under this contract, or if the Contractor shall violate any of the covenants, agreements or stipulations of this contract, the City shall thereupon have the right to terminate this contract by giving written notice to the Contractor of such termination and specifying the effective date thereof, at least fifteen (15) days before the effective date of such termination. Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the Contractor, and the City may withhold any payments to the Contractor for the purpose of set-off until such time as the exact amount of damages due the City from the Contractor is determined. TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time giving at least thirty (30) days notice in writing to the Contractor. If the Contract is terminated by the City as provided herein, the Contractor will be paid for the service that it has performed up to the termination date. If this contract is terminated due to fault of the Contractor, the previous paragraph hereof relative to termination shall apply. 9. DEBARMENT&SUSPENSION This contract is a covered transaction for purposes of 49 CFR Part 29. As such, the contractor is required to verify that none of the contractor, its principals, as defined at 49 CFR 29.995, or affiliates, as defined at 49 CFR 29.905, are excluded or disqualified as defined at 49 CFR 29.940 and 29.945. The contractor is required to comply with 49 CFR 29, Subpart C and must include the requirement to comply with 49 CFR 29, Subpart C in any lower tier covered transaction it enters into. By signing and submitting its bid or proposal,the bidder or proposer certifies as follows: The certification in this clause is a material representation of fact relied upon by (insert agency name). If it is later determined that the bidder or proposer knowingly rendered an erroneous certification, in addition to remedies available to (insert agency name), the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements of 49 CFR 29, Subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. 10. BUY AMERICA REOUIREMENTS The contractor agrees to comply with 49 U.S.C. 5323(j) and 49 C.F.R. Part 661, which provide that Federal funds may not be obligated unless steel, iron, and manufactured products used in CITY-funded projects are produced in the United States, unless a waiver has been granted by CITY or the product is subject to a general waiver. General waivers are listed in 49 C.F.R. 661.7, and include final assembly in the United States for 15 passenger vans and 15 passenger wagons produced by Chrysler Corporation, and microcomputer equipment and software. Separate requirements for rolling stock are set out at 49 U.S.C. 5323(j)(2)(C) and 49 C.F.R. 661.11. Rolling stock must be assembled in the United States and have a 60 percent domestic content. 11.RESOLUTION OF DISPUTES.BREACHES AND OTHER LITIGATION All contracts in excess of$100,000 shall contain provisions or conditions which will allow for administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as may be appropriate. This may include provisions for bonding, penalties for late or inadequate performance, retained earnings, liquidated damages or other appropriate measures. Specific language for dispute resolution will be provided in any resultant contract of the successful proposer. 12. RESTRICTIONS ON LOBBYING (a) The Contractor shall timely comply with the requirements of the lobbying restrictions set forth in Section 319 of Public Law 101-121, as implemented by the Department of Transportation in 49 C.F.R. Part 20, and as those authorities may be hereafter amended. (b) If a Standard Form LLL, "Disclosure Form to Report Lobbying," is required to be completed by the Contractor or subcontractor at any tier, such disclosure form shall be furnished to the Authority. 13. CLEAN AIR (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. The Contractor agrees to report each violation to the Purchaser and understands and agrees that the Purchaser will, in turn, report each violation as required to assure notification to CITY and the appropriate EPA Regional Office. (2) The Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by CITY. 14. CLEAN WATER ACT (1)The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq . The Contractor agrees to report each violation to the Purchaser and understands and agrees that the Purchaser will, in turn, report each violation as required to assure notification to CITY and the appropriate EPA Regional Office. (2) The Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by CITY. 15. CARGO PREFERENCE REOUIREMENTS Use of United States-Flag Vessels - The contractor agrees: a. to use privately owned United States-Flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to the underlying contract to the extent such vessels are available at fair and reasonable rates for United States-Flag commercial vessels; b. to furnish within 20 working days following the date of loading for shipments originating within the United States or within 30 working days following the date of leading for shipments originating outside the United States, a legible copy of a rated, "on-board" commercial ocean bill-of-lading in English for each shipment of cargo described in the preceding paragraph to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590 and to the CITY recipient (through the contractor in the case of a subcontractor's bill- of- lading.) c. to include these requirements in all subcontracts issued pursuant to this contract when the subcontract may involve the transport of equipment, material, or commodities by ocean vessel 16. FLY AMERICA REQUIREMENTS Fly America Requirements - The Contractor agrees to comply with 49 U.S.C. 40118 (the "Fly America" Act) in accordance with the General Services Administration's regulations at 41 CFR Part 301-10, which provide that recipients and subrecipients of Federal funds and their contractors are required to use U.S. Flag air carriers for U.S Government-financed international air travel and transportation of their personal effects or property, to the extent such service is available, unless travel by foreign air carrier is a matter of necessity, as defined by the Fly America Act. The Contractor shall submit, if a foreign air carrier was used, an appropriate certification or memorandum adequately explaining why service by a U.S. flag air carrier was not available or why it was necessary to use a foreign air carrier and shall, in any event, provide a certificate of compliance with the Fly America requirements. The Contractor agrees to include the requirements of this section in all subcontracts that may involve international air transportation. 17. DAVIS BACON Attention is particularly called to the requirement of not paying less than the prevailing Davis Bacon Related Acts (DBRA) wage rates specified in the Contract Documents. These rates are minimums to be paid during the life of the contract. It is therefore the responsibility of the Bidder to inform themselves as to local labor conditions. Attention is called to the requirement that employees and applicants for employment are not discriminated against because of race, color,religion, sex, age or national origin. Background and Application The Davis-Bacon and Copeland Acts are codified at 40 USC 3141, et seq. and 18 USC 874. The Acts apply to grantee construction contracts and subcontracts that"at least partly are financed by a loan or grant from the Federal Government."40 USC 3145(a), 29 CFR 5.2(h),49 CFR 18.36(i)(5). The Acts apply to any construction contract over$2,000. 40 USC 3142(a), 29 CFR 5.5(a). `Construction,' for purposes of the Acts, includes "actual construction, alteration and/or repair, including_painting and decorating."29 CFR 5.5(a). The requirements of both Acts are incorporated into a single clause (see 29 CFR 3.11) enumerated at 29 CFR 5.5(a)and reproduced below. The clause language is drawn directly from 29 CFR 5.5(a) and any deviation from the model clause below should be coordinated with counsel to ensure the Acts' requirements are satisfied. (1) Minimum wages - (i) All laborers and mechanics employed or working upon the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classifications and wage rates conformed under paragraph (1)(ii) of this section) and the Davis-Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. (ii)(A) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) Except with respect to helpers as defined as 29 CFR 5.2(n)(4), the work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained,in the wage determination; and (4) With respect to helpers as defined in 29 CFR 5.2(n)(4), such a classification prevails in the area in which the work is performed. (B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (D) The wage rate(including fringe benefits where appropriate) determined pursuant to paragraphs (a)(1)(ii) (B) or(C) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii)Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (v)(A)The contracting officer shall require that any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefor only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination with 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (a)(1)(v) (B) or (C) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (2) Withholding - City Utilities shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to Davis- Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), all or part of the wages required by the contract, City Utilities may, after written notice.to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. (3) Payrolls and basic records - (i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work (or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or development of the project). Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii)(A) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to City Utilities for transmission to the Federal Transit Administration as requested. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under section 5.5(a)(3)(i) of Regulations, 29 CFR part 5. This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029-005-00014-1), U.S. Government Printing Office, Washington, DC 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be maintained under section 5.5(a)(3)(i) of Regulations, 29 CFR part 5 and that such information is correct and complete; (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph(a)(3)(ii)(B)of this section. (D) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. (iii) The contractor or subcontractor shall make the records required under paragraph (a)(3)(i) of this section available for inspection, copying, or transcription by authorized representatives of the Federal Transit Administration or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. (5) Apprentices and trainees - (i) Apprentices - Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator of the Wage and Hour Division of the U.S. Department of Labor determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees - Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal employment opportunity - The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. (5) Compliance with Copeland Act requirements - The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. (6) Subcontracts - The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as the Federal Transit Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. (7) Contract termination: debarment - A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. (8) Compliance with Davis-Bacon and Related Act requirements - All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. (9) Disputes concerning labor standards - Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. (10) Certification of eligibility - (i) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). (ii)No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001 18. .CONTRACT WORK HOURS AND SAFETY STAND- ARDS ACT — OVERTIME COMPENSATION 7. 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 therefore 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 (write in the name of the grantee) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to 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 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. 19. $ONDING BID SECURITY: Bids shall be accompanied by a bid guarantee of not less than five percent (5%) of the amount of the total bid which shall be a Certified Check or Cashier's check payable without recourse to the City of Port Arthur, or a bid bond with corporate surety authorized to conduct business in Texas. Said security shall be submitted with the understanding that it shall guarantee that the Bidder will not withdraw his bid within thirty (30) days after the date of the opening of the bids; that if a bid is accepted, the bidder will enter into a formal Contract with the OWNER, furnish bonds and insurance as may be required and commence work at the specified time, and that in the event of the withdrawal of said bid within said period, or the failure to enter into said Contract, furnish said bonds and insurance and commence work within the time specified, the Bidder shall be liable to the OWNER for the difference between the amount specified in the bid in the amount for which the OWNER may otherwise procure the required work. Checks of all except the three lowest responsible Bidders will be returned when award is made; when the Contract is executed, the checks of the two remaining unsuccessful bidders will be returned; that of the successful Bidder be returned when formal Contract, bonds and insurance are approved, and work has commenced within the time specified. PERFORMANCE AND PAYMENT BOND REOUIREMENTS: Per Government Code Chapter 2253. Bonds. If the contract exceeds fifty thousand dollars ($50,000) a payment bond is required. If the contract exceeds one hundred thousand dollars ($100,000) a performance bond is required. Performance and Payment Bonds shall be furnished on prescribed forms in the amount of one hundred percent (100%) of the contract price with corporate surety duly authorized to do business in the State of Texas. Attorneys-in-fact who sign Bonds must file with each bond a certified and effective date copy of their Power of Attorney. 20. SEISMIC SAFETY The contractor agrees that any new building or addition to an existing building will be designed and constructed in accordance with the standards for Seismic Safety required in Department of Transportation Seismic Safety Regulations 49 CFR Part 41 and will certify to compliance to the extent required by the regulation. The contractor also agrees to ensure that all work performed under this contract including work performed by a subcontractor is in compliance with the standards required by the Seismic Safety Regulations and the certification of compliance issued on the project. 21. PRIVACY ACT Applicability to Contracts When a grantee maintains files on drug and alcohol enforcement activities for CITY, and those files are organized so that information could be retrieved by personal identifier, the Privacy Act requirements apply to all contracts. The Federal Privacy Act requirements flow down to each third party contractor and their contracts at every tier. Contracts Involving Federal Privacy Act Requirements The following requirements apply to the Contractor and its employees that administer any system of records on behalf of the Federal Government under any contract: (a) The Contractor agrees to comply with, and assures the compliance of its employees with, the information restriction and other applicable requirements of the Privacy Act of 1974, 5 U.S.C. § 552a. Among other things, the Contractor agrees to obtain the express consent of the Federal Government before the Contractor or its employees operate a system of records on behalf of the Federal Government. The Contractor understands that the requirements of the Privacy Act, including the civil and criminal penalties for violation of that Act, apply to those individuals involved, and that failure to comply with the terms of the Privacy Act may result in termination of the underlying contract. (b) The Contractor also agrees to include these requirements in each subcontract to administer any system of records on behalf of the Federal Government financed in whole or in part with Federal assistance provided by CITY. 22. PRE-AWARD AND POST DELIVERY AUDITS REOUIREMENTS • Clause and language therein are merely suggested. 49 C.F.R. Part 663 does not contain specific language to be included in third party contracts but does contain requirements applicable to subrecipients and third party contractors. • Buy America certification is mandated under CITY regulation, "Pre- Award and Post-Delivery Audits of Rolling Stock Purchases," 49 C.F.R. 663.13. • Specific language for the Buy America certification is mandated by CITY regulation, "Buy America Requirements--Surface Transportation Assistance Act of I982,as amended,"49 C.F.R.66I.12,but has been modified to include CITY's Buy America requirements codified at 49 U.S.C. A 53230). Pre-Award and Post-Delivery Audit Requirements -The Contractor agrees to comply with 49 U.S.C. §5323(1)and CITY's implementing regulation at 49 C.F.R. Part 663 and to submit the following certifications: 1. Buy America Requirements: The Contractor shall complete and submit a declaration certifying either compliance or noncompliance with Buy America. If the Bidder/Offeror certifies compliance with Buy America, it shall submit documentation which lists 1) component and subcomponent parts of the rolling stock to be purchased identified by manufacturer of the parts, their country of origin and costs; and 2) the location of the final assembly point for the rolling stock, including a description of the activities that will take place at the final assembly point and the cost of final assembly. 2. Solicitation Specification Requirements: The Contractor shall submit evidence that it will be capable of meeting the bid specifications. 3. Federal Motor Vehicle Safety Standards (FMVSS): The Contractor shall submit I) manufacturer's FMVSS self-certification sticker information that the vehicle complies with relevant FMVSS or 2) manufacturer's certified statement that the contracted buses will not be subject to FMVSS regulations. BUY AMERICA CERTIFICATE OF COMPLIANCE WITH CITY REQUIREMENTS FOR BUSES, OTHER ROLLING STOCK,OR ASSOCIATED EQUIPMENT 23. ENERGY POLICY AND CONSERVATION ACT The Contractor shall recognize mandatory standards and policies relating to energy efficiency contained in the State Energy Conservation Plan issued in compliance with the Energy Policy and Conservation Act(42 U.S.C. Section 6321 et seq.). 24. BID PROTESTS. (1) Notice of Protest. A vendor wishing to protest any aspect of the procurement process must do so in writing and submit to the Purchasing Manager. The written protest should include, at a minimum: • Both the name and address of the protestor, as well as the vendor they represent, if different. • The name of the bid being protested. •A statement of the grounds for protest and any supporting documentation. A protest may be submitted to the Purchasing Manager no later than five (5) working days after award. (2) Staff Review. A protest must be in writing and supported by sufficient information in order to be considered. A decision and response to the protest will be prepared by the Purchasing Manager or his designee, in consultation with the department and the City Attorney, within fifteen (15) days of receipt of the protest. Within the fifteen (15) day time period, the City will: •Allow for informal conference on the merits of the protest with all interested parties. •Allow for reconsideration if data becomes available that was not previously known, or if there has been an error of law or regulation. • Render a decision supporting or canceling the award, such decision shall be in the form of a staff recommendation. (3) Appeals. If the protesting vendor does not agree with staff recommendation,they may appeal to the City Council by contacting the City Secretary. Staff recommendations will be made available for public review prior to consideration by the City Council. 25. RECYCLED PRODUCTS. The contractor agrees to comply with all the requirements of Section 6002 of the Resource Conservation and Recovery Act(RCRA), as amended(42 U.S.C. 6962), including but not limited to the 40 CFR Part 247, and Executive Order 12873, as they apply to the procurement of the items designated in Subpart B of 40 CFR 247. 26.1VIINORITY CONTRACTIRS If a subcontractor is required to meet that goal, the following will be done to make a good faith effort to hire a minority business 1. Solicitation Lists. Must place small and minority businesses and women's business enterprises on solicitation lists. 2 C.F .R. § 200.321 (b )(1 ). 2. Solicitations.Must assure that it solicits small and minority businesses and women's business enterprises whenever they are potential sources. 2 C.F.R. § 200.32 1 (b)(2). 3. Dividing Requirements. Must divide total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses and women's business enterprises. 2 C.F.R. § 200.321(b)(3). 4. Delivery Schedules. Must establish delivery schedules,where the requirement permits, which encourage participation by small and minority businesses and women's business enterprises. 2 C.F.R. §200.321 (b )(4). 5. Obtaining Assistance. Must use the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce. 2 C.F.R. § 200.321(b)(5). 27. SECTION 3 CLAUSE: 1. The work to be performed under this contract is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (section 3). The purpose of section 3is to ensure that employment and other economic opportunities generated by HUD assistance or HUD-assisted projects covered by section 3, shall, to the greatest extent feasible, be directed to low- and very low-income persons, particularly persons who are recipients of HUD assistance for housing. 2. The parties to this contract agree to comply with HUD's regulations in 24 CFR part 135, which implement section 3. As evidenced by their execution of this contract, the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the part 135regulations. 3. The contractor agrees to send to each labor organization or representative of workers with which the contractor has a collective bargaining agreement or other understanding, if any, a notice advising the labor organization or workers' representative of the contractor's commitments under this section 3 clause, and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall describe the section 3 preference, shall set forth minimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each; and the name and location of the person(s) taking applications for each of the positions; and the anticipated date the work shall begin. 4. The contractor agrees to include this section 3 clause in every subcontract subject to compliance with regulations in 24 CFR part 135, and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this section 3 clause, upon a finding that the subcontractor is in violation of the regulations in 24 CFR part 135. The contractor will not subcontract with any subcontractor where the contractor has notice or knowledge that the subcontractor has been found in violation of the regulations in 24 CFR part 135. 5. The contractor will certify that any vacant employment positions, including training positions, that are filled (1) after the contractor is selected but before the contract is executed, and (2) with persons other than those to whom the regulations of 24 CFR part 135 require employment opportunities to be directed, were not filled to circumvent the contractor's obligations under 24 CFR part 135. 6. Noncompliance with HUD's regulations in 24 CFR part 135 may result in sanctions, termination of this contract for default, and debarment or suspension from future HUD assisted contracts. 7. With respect to work performed in connection with section 3 covered Indian housing assistance, section7(b) of the Indian Self-Determination and Education Assistance Act (25 U.S.C. 450e) also applies to the work to be performed under this contract. Section 7(b) requires that to the greatest extent feasible (i)preference and opportunities for training and employment shall be given to Indians, and (ii) preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian-owned Economic Enterprises. Parties to this contract that are subject to the provisions of section 3 and section7(b) agree to comply with section 3 to the maximum extent feasible,but not in derogation of compliance with section 7(b). GENERAL INFORMATION: Bidders are cautioned to read the information contained in this ITB carefully and to submit a complete response to all requirements and questions as directed. TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this ITB, 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 Highest Ranked Proposal in accordance with the laws of Texas, to waive any formality or irregularity, and/or to reject any or all proposals. ALTERING PROPOSALS: 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 proposal, guaranteeing authenticity. WITHDRAWAL OF PROPOSAL: The bidder may withdraw its bid by submitting written request, over the signature of an authorized individual, to the Purchasing Division any time prior to the submission deadline. The bidder may thereafter submit a new proposal prior to the deadline. Modification or withdrawal of the proposal in any manner, oral or written, will not be considered if submitted after the deadline. CONFLICT OF INTEREST: No public official shall have interest in this contract, in accordance with Vernon's Texas Code Annotated, Local Government Code Title 5, Subtitle C, Chapter 171. CONFLICT OF INTEREST: Provide a completed copy of the Conflict of Interest Questionnaire (Form CIQ). The Texas legislature recently enacted House Bill 914 which added Chapter 176 to the Texas Local Government Code. Chapter 176 mandates the public disclosure of certain information concerning persons doing business or seeking to do business with the City of Port Arthur, including affiliations and business and financial relationships such persons may have with City of Port Arthur officers. The form can be can be located at the Texas Ethics Commission website: https://www.ethics.state.tx.us/filinginfo/conflict_forms.htm By doing business or seeking to do business with the City of Port Arthur including submitting a response to this RFP you acknowledge that you have been notified of the requirements of Chapter 176 of the Texas Local Government Code and you are representing that you in compliance with them. Any information provided by the City of Port Arthur is for information purposes only. If you have concerns about whether Chapter 176 of the Texas Local Government Code applies to you or the manner in which you must comply,you should consult an attorney. The following are the current City Council and City Employees who are anticipated to either recommend or ETHICS: Public employees must discharge their duties impartially so as to assure fair, competitive access to governmental procurement by responsible contractors. Moreover, they should conduct themselves in such a manner as to foster public confidence in the integrity of the City of Port Arthur's procurement organization. Any employee that makes purchases for the City is an agent of the City and is required to follow the City's Code of Ethics. MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the following requirements: 1. Be able to comply with the required or proposed delivery schedule. 2. Have a satisfactory record of performance. 3. Have a satisfactory record of integrity and ethics. 4. Be otherwise qualified and eligible to receive an award. 5. Be engaged in a full time business and can assume liabilities for any performance or warranty service required. 6. The City Council shall not award a contract to a company that is in arrears in its obligations to the City. 7. No payments shall be made to any person of public monies under any contract by the City with such person until such person has paid all obligations and debts owed to the City, or has made satisfactory arrangements to pay the same. ADDENDA: Any interpretations, corrections or changes to the RFP will be made by addenda no later than 48 hours prior to the date and time fixed for submission of proposals. Sole issuing authority of addenda shall be vested in the City of Port Arthur Purchasing Manager. The City assumes no responsibility for the proposer's failure to obtain and/or properly submit any addendum. Failure to acknowledge and submit any addendum may be cause for the proposal to be rejected. It is the vendor's responsibility to check for any addendums that might have been issued before bid closing date and time. All addenda will be numbered consecutively, beginning with 1. PRICES: The bidder should show in the bid 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.: Transit, P.O. Box 1089,Port Arthur, Texas 77641. PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt Payment Act, Article 601f V.T.C.S. The City's standard payment terms are net 30, i.e. payment is due 30 days from the date of the invoice. SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal Excise Tax; therefore the proposal shall not include Sales Tax. VENUE: This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Port Arthur, Texas, Jefferson County. The City of Port Arthur may request and rely on advice, decisions, and opinions of the Attorney General of Texas and the City Attorney concerning any portion of these requirements. COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances, rules, orders, regulations and codes of the federal, state and local governments relating to performance of work herein. INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no other officer, employee or agent of the City who exercises any functions or responsibilities in connection with the planning and carrying out of the program, shall have any personal financial interest, direct or indirect, in this Contract; and, the Contractor shall take appropriate steps to assure compliance. 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 o 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. RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the Contractor to furnish releases or receipts for any or all persons performing work and supplying material or service to the Contractor, or any sub-contractors for work under this contract, if this is deemed necessary to protect its interests. CARE OF WORK: The Contractor shall be responsible for all damages to person or property that occurs as a result of his fault or negligence in connection with the work performed until completion and final acceptance by the City. SUB-CONTRACTS: The Contractor shall not execute an agreement with any sub-contractor or permit any sub-contractor to perform any work included in this Contract until he has received from the City of Port Arthur written approval of such agreement. INSURANCE: All insurance must be written by an insurer licensed to conduct business in the State of Texas, unless otherwise permitted by Owner. The Contract shall, at his own expense, purchase, maintain and keep in force insurance that will protect against injury and/or damages which may arise out of or result from operations under this contract, whether the operations be by himself or by any subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, of the following types and limits 1. Standard Worker's Compensation Insurance: 2. Commercial General Liability occurrence type insurance City of Port Arthur, its officers, agents, and employees must be named as an additional insured): a. Bodily injury$1,000,000 single limit per occurrence or$1,000,000 each person/$1,000,000 per occurrence; and, b. Property Damage $1,000,000 per occurrence regardless of contract amount; and, c. Professional Liability: $1,000,000. Contractor shall cause Contractor's insurance company or insurance agent to fill in all information required (including names of insurance agency, contractor and insurance companies, and policy numbers, effective dates and expiration dates) and to date and sign and do all other things necessary to complete and make into valid certificates of insurance and pertaining to the above listed items, and before commencing any of the work and within the time otherwise specified, Contractor shall file completed certificates of insurance with the Owner. None of the provisions in said certificate of insurance should be altered or modified in any respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form should contain a provision that coverage afforded under the policies will not be altered, modified or canceled unless at least fifteen (15) days prior written notice has been given to the City of Port Arthur. Contractor shall also file with the City of Port Arthur valid CERTIFICATE OF INSURANCE on like form from or for all Subcontractors and showing the Subcontractor (s) as the Insured. Said completed CERTIFICATE OF INSURANCE Form (s) shall in any event be filed with the City of.Port Arthur not more than ten(10) days after execution of this Contract. NOTICE TO PROCEED: Notice to Proceed shall be issued within ten (10) days of the execution of the Contract by OWNER. Should there be any reasons why Notice to Proceed cannot be issued within such period, the time may be extended by mutual agreement between OWNER and CONTRACTOR. DISCLOSURE OF INTERESTED PARTIES FORM 1295: A person or business, who enters into a contract with the City, meeting the conditions according to Texas Local Government Code Sec. 2252.908, is required to file Form 1295 with Texas Ethics Commission. This form is not required unless there is a contract between the vendor and the City of Port Arthur. Do not submit this form unless you receive an award letter from the City. PUBLIC INSPECTION OF BIDS: 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 Bidder has notified the City, in writing, that the Bid 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. AMBIGUITY: Any ambiguity in the Bid Document as a result of omission, error, lack of clarity or non-compliance by the Bidder with specifications, instructions and all conditions shall be construed in the favor of the City. ADDITIONAL INFORMATION: City may request any other information necessary to determine Bidder's ability to meet the minimum standards required by this ITB. CHANGE ORDER (a) The Contracting Officer may at any time, and without notice to the sureties, if any, by a written order, make changes within the general scope of this contract in any one or more of the following: (is) drawings, designs, or specifications; (ii) extending term of contract; and (iii) equitable adjustment in price/time of performance. If any such change causes an increase or decrease in the Contractor's cost of, or the time required for, the performance of any part of the work under this contract, whether changed or not changed by the order, an equitable adjustment shall be made in the contract price or delivery schedule, or both, and the contract shall be modified in writing accordingly. (b) Any notice of intent to assert a claim for adjustment under this clause must be asserted by the Contractor within 30 days from the date of receipt of the Contracting Officer's written order; provided, however, that later notice shall not bar the Contractor's claim if the Contractor can demonstrate that PAT was not prejudiced by the delay in notification. In no event shall any claim be asserted after final payment. ct -CITY OF PORT ARTHUR, TEXAS 1141 Vilft rt&u ADDENDUM NO. ONE (1) Texas August 8, 2025 BID FOR: SAFE STREETS 4 ALL ACTION PLAN BID: P25-068 The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows 1. DEADLINE: Sealed qualification submittals must be received and time stamped by 3:00p.m., Central Standard Time,Wednesday,August 20, 2025. (The clock located in the City Secretary's office will be the official time.) Applicant names will be read aloud beginning at 3:15 p.m. on Wednesday,August 20, 2025 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. If you have any questions,please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. Cli ern Williams Purchasing Manager Signature of Proposer Date Company Vendor Name Lai(4. -CITY OF PORT ARTHUR,TEXAS orr rrhrsr "� ADDENDUM NO. TWO (2) August 14, 2025 BID FOR: SAFE STREETS 4 ALL ACTION PLAN BID: P25-068 The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows 1. DEADLINE: Sealed qualification submittals must be received and time stamped by 3:00p.m., Central Standard Time,Wednesday,August 27, 2025. (The clock located in the City Secretary's office will be the official time.) Applicant names will be read aloud beginning at 3:15 p.m. on Wednesday,August 27,2025 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. 2. Below are questions and answers in red Can the city provide more information as to what effort has been completed to date for the Comprehensive Safety Action Plan(CSAP)? NONE Has there been any outreach to the public/local stakeholders to date for the CSAP? NONE Has the city already compiled any traffic and crash data? NO Does the city have any implementation funds as part of the Safe Streets For All (SS4A) grant program? Or are the grants strictly for planning and demonstration grants? ONLY STRICTLY FOR PLANNING AND DEMONSTRATION Has the city already identified potential demonstration projects?NO Will the selected consultant be responsible for developing and maintaining a project website?NO What is your anticipated budget for completing the services? $1,931,696.00 If you have any questions,please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. Cli`r Williams Purchasing Manager Signature of Proposer Date Company Vendor Name ,y Safe Streets Planning Effort Draft Scope of Work 1. Investigate and compile the various concerns with the City of Port Arthur Department staff concerning safe operation and maintenance of our City street network. Including involvement and participation from: a. Fire Department b. Police Department c. Public Works Department d. Transit Department e. Planning Department f. Parks and Recreation Department g. City Council Members and citizen organizations such as the Port Arthur Chamber of Commerce, Port Arthur Beautification committee, Port of Port Arthur, and others as deemed necessary. h. Coordinate and communicate with SETRPC Transportation Group regarding existing GIS resources and deliver too SETRPC GIS data layers as developed. 2. Review and compile traffic accident history within the City of Port Arthur, including State Highways for a period of 10 years. a. Interface with the City's Police Department to statistically compile data on local streets and state highways. b. Produce a GIS map and data set compiling this accident data and produce exhibits for these locations including severity of accidents. c. Inventory and compile truck accidents and hazardous material spills history within and outside the City of Port Arthur as available data is obtained. 3. Inventory major intersections within the City of Port Arthur particularly the heavy truck traffic and freight movement routes serving the City of Port Arthur, including Railroad freight moving throughout the City and surrounding areas. a. Utilize GIS to locate the pertinent major thoroughfares within the City including truck routes and emergency vehicle routes to and from Port's, hospitals, fire stations and elderly care facilities that may be impacted by poor transportation assets. b. Identify pedestrian routes and bicycle routes within the City and produce GIS mapping and exhibits of these existing and planned facilities. 4. Develop a revised truck route map, emergency service route map, escape route map, and evacuation map for the City and surrounding area. 5. Identify and inventory local school zones, school zone safety measures, pedestrian sidewalks, pedestrian drop zones,and traffic challenges surrounding both private and public schools within the City. EXHIBIT C �I City of Port Arthur Safe Streets 4 All Action Plan Agenda Totals with Interviews P25-068 Stanley The Goodman Weight Consultants, Inc. Corporation TJKM,Inc. Austin, TX Houston, TX Austin TX Statement of Interest 15 12 12 14 Experience of Project Manager and Project 15 12 11 14 Project Team Experience 30 24 23 28 Energy City of City Prime Firm's Relevant Project Experience 75 59 63 67 Project Approach 60 50 52 54 %iiO T t �-t h U 1 Project Team Familiarity and JP_t c t.ti History with Local Issues 60 60 G0 43 Interviews 30 20 28 23 Total 285 237 249 243 YOLANDA SCY?ION-6ODUE4UX 2/12/2026 Yolanda Scypion-Goudeaux, Purchasing Assistant Date: Page 1 of 1 .4