Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
PR 23006: CONTRACT WITH PREFERRED FACILITIES GROUP - USA, LLC FOR THE CONSTUCTION OF WAYFINDING SIGNS
0 www.PortArthurTx.gov INTEROFFICE MEMORANDUM Date: February 24, 2023 To: The Honorable Mayor and City Council Through: Ron Burton, City Manager From: Chandra Alpough, Director of Parks and Recreation RE: P.R. 23006 - Contract with Preferred Facilities Group—USA, LLC for the Construction of Wayfinding Signs for the Wayfinding and Monument Signage Program Introduction: The intent of this Agenda Item is to request the City Council's approval of P.R. No. 23006 authorizing the City Manager to enter into a contract with Preferred Facilities Group —USA, LLC of Port Arthur, Texas for the construction of wayfinding signs for the wayfinding and monument signage program for the City of Port Arthur with a projected budgetary impact of $1,237,130.40. Background: The City of Port Arthur is in need of a wayfinding program that will provide a graphically unified family of directional, contextual and identification signs. These signs will help guide motorists, bicyclists and pedestrians along through streets,sidewalks and public spaces throughout the City of Port Arthur. Along with a unified family of signs, the wayfinding program will also include the design and construction of monument signs that will identify the thoroughfares of the city as well as city owned buildings. Pursuant to Resolution Number 20-173, a contract was negotiated with Clark Condon Associates, Inc. of Houston, Texas. Pursuant to Resolution Number 20-208, the City of Port Arthur entered into a contract with Clark Condron and Associates, Inc. of Houston, Texas to design and implement a plan for the wayfinding and monument signage program for the City of Port Arthur. Two bids were received for the construction of wayfinding signs and have been evaluated by the Parks and Recreation Department and Purchasing Department. Preferred Facilities, Group - USA, LLC of Port Arthur, Texas submitted a more responsive bid. "Remember,we are here to serve the Citizens of Port Arthur" P.O.Box 1089 X Port Arthur,Texas 77641-1089 X 409.983.8182 X FAX 409.983.8294 Budget Impact: Funding in the amount of$1,237,130.40 ($1,087,000.74 is available for this purpose in H01014 AND $150,129.66 is available in PR0009-OTH) Recommendation: It is recommended that the City Council approve P.R.No. 23006 authorizing the City Manager to enter into a contract with Preferred Facilities Group—USA, LLC of Port Arthur, Texas for the construction of wayfinding signs for the wayfinding and monument signage program for the City of Port Arthur with a projected budgetary impact of$1,237,130.40. "Remember,we are here to serve the Citizens of Port Arthur" P.O.Box 1089 X Port Arthur,Texas 77641-1089 X 409.983.8182 X FAX 409.983.8294 P. R. # 23006 02/23/2023 ca RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT WITH PREFERRED FACILITIES GROUP —USA, LLC OF PORT ARTHUR, TEXAS FOR THE CONSTRUCTION OF WAYFINDING SIGNS FOR THE WAYFINDING AND MONUMENT SIGNAGE PROGRAM FOR THE CITY OF PORT ARTHUR WITH A PROJECTED BUDGETARY IMPACT OF $1,237,130.40 ($1,087,000.74 AVAILABLE IN HO1014 AND $150,129.66 AVAILABLE IN PR0009-OTH) WHEREAS, it is deemed in the best interest of the City of Port Arthur to have a wayfinding signage program to guide motorists, bicyclists and pedestrians along and through streets, sidewalks and public spaces throughout the City of Port Arthur as well as monument signs to identity thoroughfares and City owned buildings; and, WHEREAS, the City of Port Arthur advertised for bids in the Port Arthur News on November 12, 2022 and November 19, 2022; and, WHEREAS, two (2) bids were received and opened on January 18, 2023 for the construction of wayfinding signs and have been evaluated by the Parks and Recreation Department and Purchasing, as shown in the bid tabulation attached hereto as Exhibit"A"; and, WHEREAS, Coast Graphics & Signs was disqualified due to an incomplete bid; and, WHEREAS, Preferred Facilities Group - USA, LLC of Port Arthur, Texas has provided the lowest and most responsive bid for the construction of wayfinding signs in the City of Port Arthur, in the projected budgetary amount of $1,237,130.40 (a copy of the bid tabulation is attached here as Exhibit"A"); now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR, TEXAS: Section 1. That the facts and opinions in the preamble are true and correct. Section 2. That the City Manager is hereby authorized to enter into a contract with Preferred Facilities Group - USA, LLC of Port Arthur, Texas for the construction of ir P. R. # 23006 02/23/2023 ca wayfinding signs for the wayfinding and monument signage program in the City of Port Arthur in the projected budgetary amount of$1,237,130.40; in substantially the same form as, attached hereto as Exhibit"B". Section 3. That this award is contingent upon the passage of a budget amendment. Section 4. That a copy of the caption of this Resolution be spread upon the Minutes of the City Council. READ, ADOPTED AND APPROVED THIS day of , A.D., 2023, at a Regular Meeting of the City Council of the City of Port Arthur,by the following vote: AYES:(Mayor) Councilmembers: NOES: Thurman Bill Bartie Mayor ATTEST: Sherri Bellard City Secretary APPROVED AS TO FORM: UAZ0d2— deS al Tizeno, s City Attorney P. R. #23006 02/23/2023 ca APPROVED AS TO ADMINISTRATION: Ron Burton City Manager Chandra Alpough Director of Parks and Recreation APPROVED AS TO AVAILABILITY OF FUNDS: Kandy Daniel Interim Director of Finance 14. Clifton Williams, Cf'PB Purchasing Manager Exhibit "A" Clark Condon Port Arthur Signage January 18,2023 120-056 COAST GRAPHICS&SIGNS PREFERRED FACILITIES GROUP-USA,LLC ITEM ITEM UNIT QTY. UNIT COST EXTENSION UNIT COST EXTENSION NO. General 1 Payment,Performance,&Maintenance Bonds LS 1 $0.00 $15,594.50 $15,594.50 2 Permits LS 1 $0.00 $12,094.50 $12,094.50 Total General $0.00 $27,689.00 PRIMARY MONUMENT SIGN-US 96&FM 365(TxDOT ROW) General 3 Site Prep&Mobilization LS 1 $0.00 $3,445.39 $3,445.39 4 SWPPP-Complete in Place(Re:Plans) LS 1 $0.00 $2,399.47 $2,399.47 5 Concrete Wash Out Area LS 1 $0.00 $1,421.22 $1,421.22 6 Construction Access LS 1 $0.00 $3,691.49 $3,691.49 7 Traffic Control-Complete in Place(Re:Plans) LS 1 $0.00 $4,921.99 $4,921.99 Total General $0.00 $15,879.56 Hardscape 8 Primary Monument Sign-Complete in Place LS 1 $0.00 $121,232.22 $121,232.22 9 Steel Edging LF 57 $0.00 $6.15 $350.55 10 Decorative Gravel SF 160 $0.00 $8.61 $1,377.60 Total Hardscape $0.00 $122,960.37 Electrical 11 Electrical Service-Complete in Place LS 1 $0.00 $32,140.57 $32,140.57 12 Sign Lighting,Conduit&Bore,Wiring,&Equipment- LS 1 $0.00 $14,941.92 $14,941.92 Complete in Place Total Electrical $0.00 $47,082.49 Softscape 13 Vitex-30 gal. EA 9 $0.00 $1,107.45 $9,967.05 14 Flax Lily-1 gal. EA 372 $0.00 $30.76 $11,442.72 15 Adagio Maiden Grass-3 gal. EA 70 $0.00 $49.22 $3,445.40 16 Dwarf Oleander Salmon-15 gal. EA 10 $0.00 $738.30 $7,383.00 17 Irrigation System-Complete&Operational LS 1 $0.00 $12,304.97 $12,304.97 18 Irrigation Bore&Sleeve LF 155 $0.00 $36.91 $5,721.05 19 90 Day Landscape Maintenance LS 1 $0.00 $3,248.51 $3,248.51 Total Softscape $0.00 $53,512.70 TOTAL PRIMARY MONUMENT SIGN-US 96&FM 365(TxDOT ROW) 0.00 $239.435.12 PRIMARY MONUMENT SIGN-SH 76&TAFT AVE.(TxDOT ROW) General 20 Site Prep&Mobilization LS 1 $0.00 $3,445.39 $3,445.39 21 SWPPP-Complete in Place(Re:Plans) LS 1 $0.00 $2,399.47 $2,399.47 22 Concrete Wash Out Area LS 1 $0.00 $1,421.22 $1,421.22 23 Construction Access LS 1 $0.00 $3,691.49 $3,691.49 24 Traffic Control-Complete in Place(Re:Plans) LS 1 $0.00 $4,921.99 $4,921.99 Total General $0.00 $15,879.56 1/7 Clark Condon Port Arthur Signage January 18,2023 120-056 COAST GRAPHICS&SIGNS PREFERRED FACILITIES GROUP-USA,LLC ITEM ITEM UNIT QTY. UNIT COST EXTENSION UNIT COST EXTENSION NO. Hardscape 25 Primary Monument Sign-Complete in Place LS 1 $0.00 $121,232.22 $121,232.22 26 Steel Edging LF 53 $0.00 $6.15 $325.95 27 Decorative Gravel SF 144 $0.00 $8.61 $1,239.84 Total Hardscape $0.00 $122,798.01 Electrical 28 Electrical Service-Complete in Place LS 1 $0.00 $32,140.57 $32,140.57 29 Sign Lighting,Conduit&Bore,Wiring,&Equipment- LS 1 $0.00 $17,048.53 $17,048.53 Complete in Place Total Site Furnishings $0.00 $49,189.10 Softscape 30 Vitex-30 gal. EA 9 $0.00 $1,107.45 $9,967.05 31 Flax Lily-1 gal. EA 363 $0.00 $30.76 $11,165.88 32 Adagio Maiden Grass-3 gal. EA 80 $0.00 $49.22 $3,937.60 33 Dwarf Oleander Salmon-15 gal. EA 10 $0.00 $738.30 $7,383.00 34 Irrigation System-Complete&Operational LS 1 $0.00 $12,304.97 $12,304.97 35 Irrigation Bore&Sleeve LF 100 $0.00 $36.91 $3,691.00 36 90 Day Landscape Maintenance LS 1 $0.00 $3,248.51 $3,248.51 Total Softscape $0.00 $51,698.01 TOTAL PRIMARY MONUMENT SIGN-SH 76&TAFT AVE.(TxDOT ROW) 0.00 $239,564.68 PRIMARY MONUMENT SIGN-SH 73&PORTLAND ST.(TxDOT ROW) General 37 Site Prep&Mobilization LS 1 $0.00 $3,445.39 $3,445.39 38 SWPPP-Complete in Place(Re:Plans) LS 1 $0.00 $2,399.47 $2,399.47 39 Concrete Wash Out Area LS 1 $0.00 $1,421.22 $1,421.22 40 Construction Access LS 1 $0.00 $3,691.49 $3,691.49 41 Traffic Control-Complete in Place(Re:Plans) LS 1 $0.00 $4,921.99 $4,921.99 Total General $0.00 $15,879.56 Hardscape 42 Primary Monument Sign-Complete in Place LS 1 $0.00 $121,232.22 $121,232.22 43 Steel Edging LF 53 $0.00 $6.15 $325.95 44 Decorative Gravel SF 132 $0.00 $8.61 $1,136.52 Total Hardscape $0.00 $122,694.69 Electrical 45 Electrical Service-Complete in Place LS 1 $0.00 $32,140.57 $32,140.57 46 Sign Lighting,Conduit&Bore,Wiring,&Equipment- LS 1 $0.00 $7,246.39 $7,246.39 Complete in Place Total Electrical $0.00 $39,386.96 Softscape 47 Vitex-30 gal. EA 4 $0.00 $1,107.45 $4,429.80 2/7 Clark Condon Port Arthur Signage January 18,2023 120-056 COAST GRAPHICS&SIGNS PREFERRED FACILITIES GROUP-USA,LLC ITEM ITEM UNIT QTY. UNIT COST EXTENSION UNIT COST EXTENSION NO. 48 Flax Lily-1 gal. EA 220 $0.00 $30.76 $6,767.20 49 Adagio Maiden Grass-3 gal. EA 36 $0.00 $49.22 $1,771.92 50 Dwarf Oleander Salmon-15 gal. EA 12 $0.00 $738.30 $8,859.60 51 Irrigation System-Complete&Operational LS 1 $0.00 $12,304.97 $12,304.97 52 Irrigation Bore&Sleeve LF 100 $0.00 $36.91 $3,691.00 53 90 Day Landscape Maintenance LS 1 $0.00 $2,460.99 $2,460.99 Total Softscape $0.00 $40,285.48 TOTAL PRIMARY MONUMENT SIGN-SH 73&PORTLAND ST.(TxDOT ROW) 0.00 $218,246.69 3/7 Clark Condon Port Arthur Signage January 18,2023 120-056 COAST GRAPHICS&SIGNS PREFERRED FACILITIES GROUP-USA,LLC ITEM ITEM UNIT QTY. UNIT COST EXTENSION UNIT COST EXTENSION NO. SECONDARY MONUMENT SIGN-CITY HALL General LS 1 54 Site Prep&Mobilization LS 1 $0.00 $3,445.39 $3,445.39 55 SWPPP-Complete in Place(TxDOT Standards) LS 1 $0.00 $2,399.47 $2,399.47 56 Concrete Wash Out Area LS 1 $0.00 $1,421.22 $1,421.22 57 Construction Access LS 1 $0.00 $0.00 58 Traffic Control-Complete in Place(TxDOT Standards) LS 1 $0.00 $4,921.99 $4,921.99 59 Remove Existing City Hall Sign LS 1 $0.00 $7,456.81 $7,456.81 Total General $0.00 $19,644.88 Hardscape 60 Secondary Monument Sign-Complete in Place LS 1 $0.00 $49,500.42 $49,500.42 Total Hardscape $0.00 $49,500.42 Electrical 61 Electrical Service-Complete in Place LS 1 $0.00 $0.00 62 Sign Lighting,Conduit,Wiring,&Equipment-Complete LS 1 $0.00 $16,790.13 $16,790.13 in Place Total Electrical $0.00 $16,790.13 Softscape 63 Adagio Maiden Grass-3 gal. EA 3 $0.00 $49.22 $147.66 64 Wedelia-1 gal. EA 30 $0.00 $30.76 $922.80 65 Irrigation System-Complete&Operational LS 1 $0.00 $4,921.99 $4,921.99 66 90 Day Landscape Maintenance LS 1 $0.00 $1,845.74 $1,845.74 Total Softscape $0.00 $7,838.19 TOTAL SECONDARY MONUMENT SIGN-CITY 0.00 $93,773.62 SECONDARY MONUMENT SIGN-PLEASURE ISLAND General 67 Site Prep&Mobilization LS 1 $0.00 $3,445.39 $3,445.39 68 SWPPP-Complete in Place(TxDOT Standards) LS 1 $0.00 $2,399.47 $2,399.47 69 Concrete Wash Out Area LS 1 $0.00 $1,421.22 $1,421.22 70 Construction Access LS 1 $0.00 $3,691.49 $3,691.49 71 Traffic Control-Complete in Place(TxDOT Standards) LS 1 $0.00 $4,921.99 $4,921.99 72 Remove Existing Power Poles EA 3 $0.00 $0.00 73 Remove Existing Softscape SF 2790 $0.00 $1.23 $3,431.70 74 Tree Protection Fence LF 150 $0.00 $14.77 $2,215.50 Total General $0.00 $21,526.76 Hardscape 75 Secondary Monument Sign-Complete in Place LS 1 $0.00 $49,500.42 $49,500.421 Total Hardscape $0.00 $49,500.42 I 4/7 II Clark Condon Port Arthur Signage January 18,2023 120-056 COAST GRAPHICS&SIGNS PREFERRED FACILITIES GROUP-USA,LLC ITEM ITEM UNIT QTY. UNIT COST EXTENSION UNIT COST EXTENSION NO. Electrical 76 Electrical Service-Complete in Place LS 1 $0.00 $26,088.99 $26,088.99 77 Sign Lighting,Conduit&Bore,Wiring,&Equipment- LS 1 $0.00 $14,421.42 $14,421.42 Complete in Place Total Electrical $0.00 $40,510.41 Softscape 78 Natal Plum-3 gal. EA 89 $0.00 $49.22 $4,380.58 79 Adagio Maiden Grass-3 gal. EA 18 $0.00 $49.22 $885.96 80 Dwarf Oleander Salmon-15 gal. EA 20 $0.00 $738.30 $14,766.00 81 Wedelia-1 gal. EA 185 $0.00 $30.76 $5,690.60 82 Irrigation System-Complete&Operational LS 1 $0.00 $6,152.48 $6,152.48 83 Irrigation Bore&Sleeve LF 50 $0.00 $36.91 $1,845.50 84 90 Day Landscape Maintenance LS 1 $0.00 $2,337.94 $2,337.94 Total Softscape $0.00 $36,059.06 TOTAL SECONDARY MONUMENT SIGN-PLEASURE ISLAND $0.00 $147 596.65 SECONDARY MONUMENT SIGN-WOODWORTH&PROCTER General 85 Site Prep&Mobilization LS 1 $0.00 $3,445.39 $3,445.39 86 SWPPP-Complete in Place(TxDOT Standards) LS 1 $0.00 $2,399.47 $2,399.47 87 Concrete Wash Out Area LS 1 $0.00 $1,421.22 $1,421.22 88 Construction Access LS 1 $0.00 $0.00 89 Traffic Control-Complete in Place(TxDOT Standards) LS 1 $0.00 $17,657.63 $17,657.63 Total General $0.00 $24,923.71 Hardscape 90 Secondary Monument Sign-Complete in Place LS 1 $0.00 $49,500.42 $49,500.42 Total Hardscape $0.00 $49,500.42 Electrical 91 Electrical Service-Complete in Place LS 1 $0.00 $25,317.47 $25,317.47 92 Sign Lighting,Conduit&Bore,Wiring,&Equipment- LS 1 $0.00 $13,734.80 $13,734.80 Complete in Place Total Electrical $0.00 $39,052.27 Softscape 93 Vitex-30 gal. EA 3 $0.00 $1,107.45 $3,322.35 94 Flax Lily-1 gal. EA 102 $0.00 $30.76 $3,137.52 95 Natal Plum-3 gal. EA 15 $0.00 $738.30 $11,074.50 96 Purple Trailing Lantana-1 gal. EA 24 $0.00 $30.76 $738.24 97 Wedelia-1 gal. EA 100 $0.00 $30.76 $3,076.00 98 Fine Grade&Sod SF 95 $0.00 $2.46 $233.70 99 Irrigation System-Complete&Operational LS 1 $0.00 $6,152.48 $6,152.48 100 Irrigation Bore&Sleeve LF 50 $0.00 $36.91 $1,845.50 101 90 Day Landscape Maintenance LS 1 $0.00 $2,091.84 $2,091.84 Total Softscape $0.00 $31,672.13 5/7 Clark Condon Port Arthur Signage January 18,2023 120-056 COAST GRAPHICS&SIGNS PREFERRED FACILITIES GROUP•USA,LLC ITEM ITEM UNIT QTY. UNIT COST EXTENSION UNIT COST EXTENSION NO. TOTAL SECONDARY MONUMENT SIGN-WOODWORTH&PROCTER $0.00 $145,148.53 6/7 Clark Condon Port Arthur Signage January 18,2023 120-056 COAST GRAPHICS&SIGNS PREFERRED FACILITIES GROUP-USA,LLC ITEM ITEM UNIT QTY. UNIT COST EXTENSION UNIT COST EXTENSION NO. RAILROAD OVERPASS SIGNS General 102 Site Prep&Mobilization LS 1 $0.00 $5,537.23 $5,537.23 103 Concrete Wash Out Area LS 1 $0.00 $1,421.22 $1,421.22 104 Construction Access LS 1 $0.00 $3,691.49 $3,691.49 105 Traffic Control-Complete in Place(TxDOT Standards) LS 1 $0.00 $31,992.91 $31,992.91 106 Power Wash,Prime,Paint Bridge Rail LF 310 $0.00 $153.81 $47,681.10 107 Relocate Ex.Railroad Signage-Memorial Blvd. LS 1 $0.00 $7,382.98 $7,382.98 108 Port Arthur Railroad Signage-Memorial Blvd. LS 1 $0.00 $13,984.59 $13,984.59 109 Port Arthur Railroad Signage-16th St. LS 1 $0.00 $13,984.59 $13,984.59 Total Softscape $0.00 $125,676.11 SIGN ONLY SIGN ONLY 110 Primary Monument Sign(3)& Secondary Monument Sign(3) LS 1 $285,087.00 $285,087.00 Total Softscape $285,087.00 TOTAL BID $285,087.00 $1,237,130.40 7/7 Exhibit "B" SECTION A CONSTRUCTION CONTRACT AGREEMENT Table of Contents RETURN SECTION TITLE WITH BID A. CONSTRUCTION CONTRACT AGREEMENT B. ADVERTISEMENT FOR BIDS C. INFORMATION TO BIDDERS D. BID SCHEDULE E. BID BOND YES F. GENERAL CONDITIONS G. PAYMENT BOND H. PERFORMANCE BOND I. NOTICE OF AWARD J. NOTICE TO PROCEED K. INSURANCE L. TECHNICAL SPECIFICATIONS M. QUALIFICATION STATEMENT YES N. NON-COLLUSION AFFIDAVIT YES O. AFFIDAVIT PAGE YES P. CONFLICT OF INTEREST YES Q. SB 252 YES R. HOUSE BILL 89 VERIFICATION YES THURMAN BILL BARITE,MAYOR RONALD BURTON INGRID HOLMES.,MAYOR PRO TEM CITY MANAGER COUNCIL MEMBERS: 1 SHERRI BELLARD,TRMC DONALD FRANK,SR. City of CITY SECRETARY CAL JONES4\ THOMAS KINLAW III J VAL TIZENO KENNETH MARKS CITY ATTORNEY CHARLOTTE MOSES art r t h u r Te.�us November 22, 2022 INVITATION TO BID CONSTRUCTION OF WAYFINDING SIGNS DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, December 2, 2022. (The clock located in the City Secretary's office will be the official time.) All bids received will be read aloud at 3:15 p.m. on Wednesday, December 2, 2022 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. MARK ENVELOPE: P23-009 DELIVERY ADDRESS: Please submit one(1) original and one (1) copy of your bid to: CITY OF PORT ARTHUR CITY OF PORT ARTHUR CITY SECRETARY or CITY SECRETARY P.O. BOX 1089 444 4TH STREET,4th Floor PORT ARTHUR, TEXAS 77641 PORT ARTHUR,TEXAS 77640 POINTS OF CONTACT: Questions concerning the Invitation to Bid or Scope of Work should be directed in writing to: City of Port Arthur, TX Clifton Williams,Purchasing Manager P.O. Box 1089 Port Arthur, TX 77641 clifton.williamsna,portarthurtx.gov Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams,CPPB P.O.Box 1089 1 444 4th Street I Port Arthur,Texas 77641 1409.983.8160 I Fax 409.983.8291 The enclosed INVITATION TO BID (ITB) and accompanying GENERAL INSTRUCTIONS, CONDITIONS SPECIFICATIONS, are for your convenience in submitting bids for the enclosed referenced services for the City of Port Arthur. Bids must be signed by a person having authority to bind the firm in a contract. Bids shall be placed in a sealed envelope,with the Vendor's name and address in the upper left-hand corner of the envelope. ALL BIDS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed ITB submittal arrives at the above location by specified deadline regardless of delivery method chosen by the firm. Faxed or electronically transmitted ITB submittals will not be accepted. Clifton Williams,CPPB Purchasing Manager CONSTRUCTION CONTRACT AGREEMENT THIS AGREEMENT, made this day of , 2023, by and between the City of Port Arthur, a municipal corporation organized under the laws of the State of Texas, hereinafter called "OWNER" or "CITY" and Michael Waidley doing business as Preferred Facilities Group - USA, LLC hereinafter called "CONTRACTOR". WITNESSED: That for and in consideration of the payment terms, conditions and agreements set forth herein, OWNER and CONTRACTOR agree as follows: 1. The CONTRACTOR will commence and complete the Construction of Wayfinding signs. 2. The CONTRACTOR will furnish at his own expense all of the materials, supplies, tools, equipment, labor and other services necessary for the construction and completion o the Project described herein. 3. The CONTRACTOR will commence the work required by the Contract Documents on or before a date to be specified in the Notice to Proceed and will be substantially completed and placed in service within 240 consecutive calendar days as specified in the Notice to Proceed. The Work will be finally completed and ready for the final payment within 30 consecutive calendar days as specified in the Notice to Proceed, including, but not limited to, all Saturdays, Sundays and Federal State, and Cit holidays unless the period for completion is extended otherwise by the Contract Documents. 4. The CONTRACTOR agrees to perform all of the Work described in the Contract Documents and comply with the terms therein for the sum of$1,237,130.40, or shown in the Bid Schedule. 5. The "Contract Documents"means and includes the following: A. Construction Contract Agreement B. Advertisement for Bids C. Information to BIDDERS D. Specifications E. BID F. BID BOND G. General Conditions H. Payment Bond I. Performance Bond J. Notice of Award K. Notice to Proceed L. Addenda: No. 1, dated November 28, 2022. No. 2, dated November 28, 2022. No. 3, dated December 12, 2022. No. 4, dated January 6, 2023. No. 5, dated January 10, 2023. 6. This OWNER will pay to the CONRACTOR in the manner and at such times as set forth in the General Conditions such amounts as required by the Contract Documents. 7. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. IN WITNESS WHEREOF,the parties hereto have executed, or caused to be executed by their duly authorized officials,this Agreement in(2 copies) each of which shall be deemed an original on the date first above written. Signed on the day of 2023. OWNER: CITY OF PORT ARTHUR By: Name Ron Burton Title: City Manager Signed on the day of 2023. CONTRACTOR: Preferred Facilities Group - USA, LLC By: Name: Address: [CORPORATE SEAL] ATTEST: NAME: SECTION B ADVERTISEMENT FOR BIDS CITY OF PORT ARTHUR, TEXAS ADVERTISEMENT FOR BIDS Notice is hereby given that sealed bids, 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,December 2, 2022 and all bids received will thereafter be opened and read aloud at 3:15 P.M., on Wednesday, December 2, 2022 in the City Council Chambers, 5th Floor, City Hall, Port Arthur, Texas for certain services briefly described as: CONSTRUCTION OF WAYFINDING SIGNS Bids received after the deadline stated above, regardless of method of delivery, will not be considered and returned unopened. Copies of the Specifications and other Contract Documents are on file in the Purchasing Office, 444 4th Street, City of Port Arthur, and are open for public inspection without charge. They can also be retrieved from the City's website at www.portarthurtx.gov/bids.aspx or www.publicpurchase.com. NON MANDATORY PRE-BID MEETING IS SCHEDULED FOR TUESDAY, NOVEMBER 29, 2022 AT 10:00 A.M. AT CITY HALL, 444 4TH STREET, PORT ARTHUR, TX 77640 THE CITY OF PORT ARTHUR RESERVES THE RIGHT TO REJECT ANY AND/OR ALL BIDS AND TO WAIVE FORMALITIES. 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. () n, &dg.cait.a- ClifteCn Williams Purchasing Manager FIRST PUBLICATION: November 12, 2022 SECOND PUBLICATION: November 19, 2022 i SECTION C IINFORMATION TO BIDDERS i INFORMATION TO BIDDERS The following instructions are applicable to the Contract in addition to the requirements set forth in the ADVERTISEMENT FOR BIDS. 1. BID PROCEDURE Bids must be submitted in DUPLICATE upon the prescribed forms, or copies thereof, in sealed envelopes plainly marked. Bids shall be prepared in compliance with the requirements of the ADVERTISEMENT FOR BIDS, these instructions and the instructions printed on the prescribed forms. All blank places on the Proposal form must be filled in as noted, in ink, in both words and figures,with amounts extended and totaled,and no changes shall be made in the phraseology of the forms or of the items mentioned therein. In case of any discrepancy between the written amounts and the figures, the written amounts shall govern. If the Bidder does not bid on optional items(if shown in the Proposal form), "No Bid" shall be entered in the blank spaces therefore. Any bid may be deemed irregular which contains any omission, erasure, alteration, addition, irregularity of any kind or item not called for, or which does not contain prices set opposite to each of the several items in the Proposal form, or in which any of the prices are obviously unbalanced, or which shall in any manner fail to conform to the conditions of the published ADVERTISEMENT FOR BID. The Bidder shall sign his Proposal in the blank area provided therefore. If the bid is made by a partnership or corporation, the name and address of the partnership or corporation shall be shown, together with the name and address of the partners or officers. If the bid is made by a partnership, it must be acknowledged by one of the partners; if made by a corporation, by one of the officers thereof accompanied by Corporate Seal. In order to ensure consideration, the Proposal must be enclosed in a sealed envelope plainly identified by the name of the project and the Contract number, and addressed to the OWNER as prescribed in the Invitation to Bidders. Withdrawal or modifications to bids are effective only if written notice thereof is filed prior to time of bid opening and at the place specified in the Notice to Bidders. A notice of withdrawal or modifications to a bid must be signed by the CONTRACTOR or his designated representative. No withdrawal or modifications shall be accepted after the time for opening of proposals. 2. BID SECURITY AND LIQUIDATED DAMAGES Bids shall be accompanied by a bid guarantee of not less than five percent (5%) 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 sixty (60)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 will be returned when formal Contract, bonds and insurance are approved, and work has commenced within the time specified. c-1 The Bidder to whom the award is made shall execute and return the formal Contract with the OWNER and furnish Performance and Payment Bonds and required insurance Documents within ten (10) days after the prescribed forms are presented to him for signature. Said period will be extended only upon written presentation to the OWNER, within said period, of reasons which, in the sole discretion of the OWNER,justify an extension. If said Contract, bonds and insurance Documents are not received by the OWNER within said period or if work has not been commenced within the time specified, the OWNER may proceed to have the work required by the Plans and Specifications performed by any means at its command, and the Bidder shall be liable to the CITY OF PORT ARTHUR for any excess cost to the OWNER over his bid amount. Further, the bid guarantee shall be forfeited to the CITY OF PORT ARTHUR as liquidated damages and Bidder shall be liable to the CITY OF PORT ARTHUR for an additional amount of five percent (5%) of the bid amount as liquidated damages without limitation. The OWNER, within fifteen (15) calendar days of receipt of acceptable Performance and Payment Bonds, Insurance Documents and Contract signed by Bidder to whom Contract was awarded, shall sign and return executed duplicate of the Contract to said party. Should OWNER not execute the Contract within such period, the Bidder may, by written Notice to OWNER, withdraw his signed Agreement. 3. BONDS If the Contract exceeds Fifty Thousand Dollars ($50,000.00), a Payment Bond shall be furnished, and if the contract exceeds One Hundred Thousand Dollars ($100,000) a performance bond also, shall be furnished on prescribed forms in the amount of one hundred percent (100%) 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. 1. AfV11 C EVOCfVl fV`CC 11 Notice to Proceed shall be issued within fifteen(15) calendar days of the execution of the Contract by OWNER. Should there by any reasons why Notice to Proceed cannot be issued within such period, the time may be extended by mutual agreement between OWNER and CONTRACTOR. If Notice to Proceed has not been issued within the fifteen(15)calendar day period or a period mutually agreed upon, CONTRACTOR may terminate the Contract without liability on the part of either party. 5. INSURANCE All insurance must be written by an insurer licensed to conduct business in the State of Texas, unless otherwise permitted by OWNER. The CONTRACTOR 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 himself or by any Subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable of the following types and limits(No insurance policy or certificate of insurance required below shall contain any aggregate policy year limit unless a specific dollar amount[or specific formula for determining a specific dollar amount]aggregate policy year limit is expressly provided in the specification below which covers the particular insurance policy or certificate of insurance). 1. Standard Worker's Compensation Insurance (with waiver of subrogation in favor of the City of Port Arthur, (City of Port c_2 Arthur and Contractor and all persons providing services shall comply with the worker's compensation insurance requirements of Section 406.096 of the Texas Labor Code and 28 TAC Section 110.110, a copy of which is attached hereto and is hereby incorporated by reference). 2. Commercial General Liability occurrence type insurance. No. "XCU" RESTRICTIONS SHALL BE APPLICABLE. Products/completed operations coverage must be included, and City of Port Arthur and Arceneaux and Gates Consulting Engineers, Inc., A Burrow Global Company, its officers, • agents, and employees must be named as an additional Insured). a. Bodily Injury$500,000 single limit per occurrence or $500,000 each person/$500,000 per occurrence for contracts of$100,000 or less; or, b. Bodily Injury $1,000,000 single limit per occurrence of$1,000,000 each person/$1,000,000 per occurrence for contracts in excess of$100,000; and, c. Property Damage $100,000 per occurrence regardless of Contract amount; and, d. Minimum aggregate policy year limit of$1,000,000 for contracts of$100,000 or less; or, e. Minimum aggregate policy year limit of$2,000,000 for contracts in excess of $100,000. 3. Comprehensive Automobile Liability (Including owned, non- owned and hired vehicles coverage). a. Minimum combined single limit of $500,000 per occurrence for bodily injury and property damage. b. If individual limits are provided, minimum limits are $300,000 per person, $500,000 per occurrence for bodily injury and $100,000 per occurrence for property damage. 4. Contractual Liability Insurance covering the indemnity provision of this Contract in the same amount and coverage as provided for Commercial General Liability Policy, specifically referring to this Contract by date, job number and location; 5. All-Risk Builder's Risk of the non-reporting type (not required for paving projects, water and sewer line projects or projects involving lump sum payments) C-3 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 a valid certificate of insurance the CERTIFICATE OF INSURANCE form attached to and made a part of the Information To Bidders, and pertaining to the above listed Items 1, 2, 3 and 4; and before commencing any of the work and within the time otherwise specified. CONTRACTOR shall file said completed form with the OWNER. None of the provisions in said Form shall be altered or modified in any respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form contains a provision that coverages afforded under the policies will not be altered, modified or cancelled unless at least fifteen (15) days prior written notice has been given to the OWNER. CONTRACTOR shall also file with the OWNER valid CERTIFICATE(s)OF INSURANCE on like form from or for all Subcontractors and showing the Subcontractor(s) as the Insured. Said completed CERTIFICATE OF INSURANCE Form(s) shall in any event be filed with OWNER not more than ten (10) days after execution of this Contract. The original Builder's Risk policy(if required) shall provide for fifteen (15)days written notice of alteration, modification or cancellation and shall be furnished to OWNER. Provided, however, until the Original Policy is issued and furnished to the OWNER a Certified Insurance Binder with the identical notice will be acceptable in place of the original policy, which original policy must be received by the OWNER not later than thirty (30) days after issuance of the Notice to Proceed for the project. Notwithstanding any other provision in the Contract Documents, it is further mutually understood and agreed that no payment will be due and owing or made to the CONTRACTOR for any work performed under the Contract until all of the required insurance documentation, including the original policy specified above, are received by the OWNER. 6. JOB EXAMINATION Bidder should carefully examine and be familiar with the Plans, Specifications and other Documents and other conditions and matters which can in any way affect the work or the cost thereof. By submitting a bid,the CONTRACTOR acknowledges that he or his qualified representative has visited the job site and investigated and satisfied himself as to (a) the conditions affecting the work including but not limited of the physical conditions of the site which may bear upon site access, handling and storage of tools and materials, access to water, electric or other utilities or otherwise affect performance of required activities; (b)the character and quantity of all surface and subsurface materials or obstacles to be encountered in so far as this information is reasonably ascertainable from inspection of the site, including exploratory work done by the OWNER or a designated consultant. Failure to do all of he above will not relieve a successful Bidder of the obligation to furnish all material and labor necessary to carry out the provisions of the Contract Documents and to complete the contemplated work for the considerations set forth in the bid. Any information shown in the specifications or on the Plans in regard to subsurface data, test borings and similar conditions is to be considered approximate and does not relive the Bidder of the responsibility for its verification. OWNER is not responsible for any failure by the CONTRACTOR to acquaint himself with available information for estimating properly the difficulty or cost of successfully performing the work. The OWNER is not responsible for any conclusions or interpretations made by the CONTRACTOR on the basis of the information made available by the OWNER. In conformity with applicable statutes, the OWNER has adopted a labor classification and a minimum wage scale, which is included preceding the Specifications. C-4 7. SALES TAX This Contract is issued by an organization which qualifies for exemption pursuant to the provisions of Section 151.209 of the Texas Limited Sales, Excise and Use Tax Act as codified in Chapter 151 of the Texas Tax Code. The CONTRACTOR'S attention is directed to the State of Texas Comptroller of Public Accounts Limited Sales, Excise and Use Tax rules and regulations Rulings regarding Repairmen and Contractors - Reference: Section 151.056 Texas Tax Code which, upon compliance with certain conditions, provides for exemption from this tax of non-consumable materials and equipment permanently incorporated into work done for an exempt organization, and to House Bill 11 amendments to Section 151.311 of the Tax Code(Vernon Supp. 1992) as they relate to separated contracts/bids in order for non-consumable materials and equipment to qualify for resale to the Pleasure Island Commission and be exempt from sales tax. Any Bidder may elect to exclude this sales tax from his bid. The bid and contract, however, must separately identify the charges for(1) non-consumable materials and equipment that are permanently incorporated into the project and (2)charges for skill, labor and consumable materials,tools and equipment which are not permanently incorporated into the project. This statement shall be included in and made part of the Contract. CONTRACTORS are required to have a sales tax permit issued by the Comptroller of the State of Texas in order to qualify under the exemption provisions and the separated Contract procedure. The City of Port Arthur will issue a specific exemption certificate for a separated Contract to the CONTRACTOR in order that he does not have to pay taxes on qualifying materials and equipment purchased for and permanently incorporated into the City of Port Arthur project. The CONTRACTOR performing this Contract must issue to his suppliers an exemption certificate in lieu of the tax, said exemption certificate complying with all applicable State Comptroller's rulings, along with a copy of the certificate issued to him by the City of Port Arthur. The OWNER will make no further allowance for and will make no price adjustment above or below the originally bid unit prices on account of this tax. It shall be the CONTRACTOR'S sole responsibility, if CONTRACTOR has elected to exclude the sales tax from the bid, to comply with the aforementioned Rulings and with any other applicable rules, regulations or laws pertaining to the Texas Limited Sales, Excise and Use Tax which may now or at any time during the performance of this Contract be in effect, and the OWNER shall have no responsibility for any sales or use tax which the CONTRACTOR may be required to pay as a result of CONTRACTOR'S failure or the OWNER'S failure to comply with said rules, regulations or laws, or as the result of the performance of the Contract or any part hereof by the CONTRACTOR. Bidders are cautioned that materials which are not permanently incorporated into the work (Example: Fuel, lubricants, tools, forming materials, etc.) are not eligible for exemption and are not to be included in the statement as "Non-Consumable Materials and Equipment". 8. FINANCIAL STATEMENT AND EXPERIENCE RECORD The Bidder will, upon request by the OWNER,furnish such information and data as OWNER may request to determine ability of the Bidder to perform the work, including, without limitation, a list of all jobs completed in the last 24 months giving name of OWNER, amount C-5 of Contract, description of the job, and name of OWNER'S representative who is familiar with the work performed by the CONTRACTOR. 9. INTERPRETATION OF PLANS AND SPECIFICATIONS Bidders desiring further information, or further interpretation of the Plans and Specifications must make request for such information in writing to the Architect/Engineer, not later than 96 hours before the bid opening. Answers to all such requests will be given in writing to all qualified Bidders, in Addendum form, and all addenda will be bound and made a part of the Contract Documents. No other explanation or interpretation will be considered official or binding. Should a Bidder find discrepancies in, or omissions from, the Plans, Specifications or other Contract Documents, or should a Bidder be in doubt as to their meaning,the Bidder should, no later than 96 hours prior to the bid opening, notify the Architect/Engineer in order that a written Addendum if necessary, may be sent to all Bidders prior to submission of the bids. Failure to request such clarification is a waiver to any claim by the Bidder for expense made necessary by reason of later interpretation of the Contract Documents by the OWNER. 10. AWARD OF CONTRACT Unless it elects to reject all bids, the OWNER will award the Contract as promptly as possible consistent with the time required for a thorough analysis of bids submitted. Award will be made on the basis of the greatest advantage to the OWNER, considering all elements of the bid. The right is reserved to reject any or all Proposals and to waive technical defects, as the interest of the OWNER may require. A Bidder may withdraw his Proposal before the expiration of the time during which a Proposal may be submitted, without prejudice to himself, by submitting a written request for its withdrawal to the officer who holds it. 11. TIME OF COMPLETION Attention is directed to the requirement that each Bidder specify in his Proposal the time in which he will agree to complete the work. The time required for completion of the work will be a consideration in the determination of the successful Bidder. Unless otherwise specified, Bidder must state time in consecutive calendar days, including, but not limited to, all Saturdays, Sundays, and Federal, State and Pleasure Island Commission holidays. 12. SUBSTITUTIONS Where materials or equipment are specified by a trade or brand name, it is not the intention of the OWNER to discriminate against an equal product of another manufacturer, but rather to set a definite standard of quality or performance, and to establish an equal basis for the evaluation of bids. 13. LAWS All applicable laws, ordinances and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the Contract throughout. C-6 14. EQUAL OPPORTUNITY Bidder agrees to abide by the requirement under Executive Order No. 11246, as amended, including specifically the provisions of the equal opportunity clause set forth in the General Conditions. 15. MATERIAL SUPPLIERS AND SUBCONTRACTORS Low bidder shall supply the names and addresses of major material suppliers and Subcontractors when requested to do so by OWNER. 16. RETAINAGE Five percent (5%) of the amount of each periodic progress payment shall be retained, by OWNER, until final completion and acceptance of all work under the CONTRACT. 17. UNIT PRICES If the Contract may be let on a unit price basis, the Specifications furnished to bidders shall contain approximate quantities estimated upon the best available information, but the compensation to be paid to the CONTRACTOR shall be based upon the actual quantities constructed or supplied. 18. PRE-BID CONFERENCE Prospective bidders shall be required to attend the Pre-Bid Conference outlined in page C-9 of the Information to Bidders. Bids received from firms or individuals not listed on the roll of attendees of the Pre-Bid Conference will be rejected and returned unopened to the bidder. A NON MANDATORY PRE-BID. CONFERENCE between the Engineer, Representatives of the City of Port Arthur, Texas and prospective bidders will be held on: Tuesday, November 29, 2022 at, 10:00 a.m., at City of Port Arthur City Hall, 444 4th Street, 5th Floor Conference Room, Port Arthur, TX 77640. The purpose of the NON MANQAIORY PRE-BID CONFERENCE is to make certain that the scope of work is fully understood, to answer any questions, to clarify the intent of the Contract Documents, and to resolve any problems that may affect the project construction. No addendum will be issued at this meeting, but subsequent thereto, the Engineer, if necessary, will issue an addendum(s)to clarify the intent of the Contract Documents. I C-7 SECTION D BID SCHEDULE 1 Clark Condon City of Port Arthur Monument Sgnage . October 2022 For Bid All Bidders shall provide unit prices for all items included in the work. In the event a greater or lesser amount of work is done,the following unit prices will apply. Unit prices cover the cost of work and materials complete in place,including materials,equipment,labor,installation,delivery,taxes,overhead,profit,maintenance,and guarantee required to render complete. ITEM No. ITEM QTY. UNIT UNIT COST EXTENSION Overall General Items 1. Payment,Performance, &Maintenance Bonds 1 LS $ 15,594.50 $ 15,594.50 2. Permits 1 LS $ 12,094.50 $ 12,094.50 Total Overall General Items $ 27,689.00 PRIMARY MONUMENT SIGN - US 96 & FM 365 (TxDOT ROW) General Items . 3. Site Prep&Mobilization 1 LS $ 3,445,39 $ 3,445.39 4. SWPPP-Complete in Place(Re:Plans) i LS $ 2,399.47 $ 2,399.47 5. Concrete Wash Out Area 1 LS $ 1,421.22 $ 1,421.22 Construction Access 1 LS $ 3,691.49 $ 3,691.49 7. Traffc Control-Complete in Place(Re:Plans) 1 LS $ 4,921.99 $ 4,92199 Total General Items $ 15,879.56 Hardscape Items 8. Primary Monument Sign-Complete in Place 1 LS $ 121,232.22 $ 121,232,22 9. Steel Edging 57 LF $ 6.15 $ 350.69 10. Decorative Gravel 160 SF $ 8.61 $ 1,378,16 Total Hardscape Items $ 122,961 07 Electrical 11. Electrical Service-Complete in Place 1 LS $ 32,140.57 $ 32,140.57 12. Sign Lighting,Conduit&Bore,Wiring,&Equiptment-Complete 1 LS $ 14,941.92 $ 14,941.92 in Place Total Electrical Items $ 47,082,49 Softscape Items 13. Vitex-30 gal. 9 EA $ 1,107.45 $ 9,967.02 14. Flax Lily-1 gal. 372 EA $ 30.76 $ 11,443.62 15. Adagio Maiden Grass-3 gal. 70 EA $ 49.22 $ 3,445,39 16. Dwarf Oleander Salmon-15 gal. 10 EA $ 738.30 $ 7,382.98 17. Irrigation System-Complete&Operational 1 LS $ 12,304.97 $ 12,304.97 18. Irrigation Bore&Sleeve 155 LF $ 36.91 $ 5,721.81 19. 90 Day Landscape Maintenance 1 LS $ 3,248.51 $ 3,248.51 Total Softscape Items $ 53,514.30 TOTAL BASE BID-PRIMARY MONUMENT SIGN-US 96&FM 365(TxDOT ROW) $ 239,437.42 • 111.2/ Clark Condon City of Port Arthur Monument Signage October 2022 For Bid ITEM No. ITEM QTY. UNIT UNIT COST EXTENSION PRIMARY MONUMENT SIGN • SH 76 & TAFT AVE. (TxDOT ROW) General Items 20. Site Prep&Mobilization 1 LS $ 3,445.39 $ 3,445.39 21. SWPPP-Complete in Place(Re:Plans) 1 LS $ 2,399.47 $ 2,399.47 22. Concrete Wash Out Area 1 LS $ 1,421.22 $ 1,421.22 23. Construction Access 1 LS $ 3,691.49 $ 3,691.49 24. Traffc Control-Complete in Place(Re:Plans) 1 LS $ 4,921.99 $ 4,921.99 • Total General Items $ 15,879.56 Hardscape Items 25. Primary Monument Sign-Complete in Place 1 LS $ 121,232.22 $ 121,232.22 26. Steel Edging 53 LF $ 6.15 $ 326.08 27. Decorative Gravel 144 SF $ 8.61 $ 1,240.34 Total Hardscape Items $ 122,798.64 Electrical 28. Electrical Service-Complete in Place 1 LS $ 32,140.57 $ 32,140.57 29 Sign Lighting,Conduit&Bore,Wiring,&Equiptment-Complete 1 LS $ 17,048.53 $ 17,048.53 in Place Total Electrical Items $ 49,189.10 Softscape Items 30. Vitex-30ga1. 9 EA $ 1,107.45 $ 9,967.02 31. Flax Lily-1gal. 363 EA $ 30.76 $ 11,166.76 32. Adagio Maiden Grass-3 gal. 80 EA $ 49.22 $ 3,937.59 33. Dwarf Oleander Salmon-15 gal. 10 EA $ 738.30 $ 7,382.98 34. Irrigation System-Complete&Operational 1 LS $ 12,304.97 $ 12,304.97 35. Irrigation Bore&Sleeve 100 LF $ 36.91 $ 3,691.49 36. 90 Day Landscape Maintenance 1 LS $ 3,248.51 $ 3,248.51 Total Softscape Items $ 51,699.32 PRIMARY MONUMENT SIGN - SH 76 & TAFT AVE. (TxDOT ROW) $ 239,566.62 • III.3/ Clark Condon City of Port Arthur Monument Signage October 2022 For Bid ITEM No. ITEM QTY. UNIT UNIT COST EXTENSION PRIMARY MONUMENT SIGN • SH 73 & PORTLAND ST. (TxDOT ROW) General Items 37. Site Prep&Mobilization 1 LS $ 3,445.39 $ 3,445,39 38. SWPPP-Complete in Place(Re:Plans) 1 LS $ 2,399.47 $ 2,399.47 39. Concrete Wash Out Area 1 LS $ 1,421.22 $ 1,421.22 40. Construction Access 1 LS $ 3,691.49 $ 3,691.49 41. Traffc Control-Complete in Place(Re:Plans) 1 LS $ 4,921.99 $ 4,921.99 Total General Items $ 15,879.56 Hardscape Items 42. Primary Monument Sign-Complete in Place 1 LS $ 121,232.22 $ 121,232.22 43. Steel Edging 53 LF $ 6.15 $ 326.08 44. Decorative Gravel 132 SF $ 8.61 $ 1,136.98 Total Hardscape Items $ 122,695.28 Electrical 45. Electrical Service-Complete in Place 1 LS $ 32,140.57 $ 32,140.57 46. Sign Lighting,Conduit&Bore,Wiring,&Equiptment-Complete 1 LS $ 7,246.39 $ 7,246.39 in Place Total Electrical Items $ 39,386.97 Softscape Items 47. Vitex-30 gal. 4 EA $ 1,107.45 $ 4,429.79 48. Flax Lily-1 gal. 220 EA $ 30.76 $ 6,767.73 49. Adagio Maiden Grass-3 gal. 36 EA $ 49.22 $ 1,771.92 50. Dwarf Oleander Salmon-15 gat. 12 EA $ 738.30 $ 8,859.58 51. Irrigation System-Complete&Operational 1 LS $' 12,304.97 $ 12,304.97 52. Irrigation Bore&Sleeve 100 LF $ 36.91 $ 3,691.49 53. 90 Day Landscape Maintenance 1 LS $ 2,460.99 $ 2,460.99 Total Softscape Items $ 40,286.46 TOTAL BASE BID•PRIMARY MONUMENT SIGN • SH 73 & PORTLAND ST. (TxDOT ROW) $ 218,248.27 SECONDARY MONUMENT SIGN • CITY HALL General Items 54 Site Prep&Mobilization . 1 LS $ 3,445.39 $ 3,445.39 55 SWPPP-Complete in Place(TxDOT Standards) 1 LS $ 2,399.47 $ 2,399.47 56 Concrete Wash Out Area 1 LS $ . 1,421.22 $ 1,421.22 57 Construction Access 1 LS $ - $ - 58 Traffc Control-Complete in Place(TxDOT Standards) 1 _LS $ 4,921.99 $ 4,921.99 59 Remove Existing City Hall Sign 1 LS $ 7,456.81 $ 7,456.81 Total General Items $ 19,644.88 Hardscape Items 60 Secondary Monument Sign-Complete in Place 1 LS $ 49,500.42 $ 49,500.42 Total Hardscape Items $ 49,500.42 III.4/ Clark Condon City of Port Arthur Monument Signage October 2022 For Bid ITEM No. ITEM QTY. UNIT UNIT COST EXTENSION Electrical 61. Electrical Service-Complete in Place 1 LS $ - $ - 62. Sign Lighting,Conduit,Wiring,&Equiptment-Complete in Place 1 LS $ 16,790.13 $ 16,790.13 Total Electrical Items $ 16,790.13 Softscape Items 63. Adagio Maiden Grass-3 gal. 3 EA $ 49.22 $ 147.66 64. Wedelia-1 gal. 30 EA $ 30.76 $ 922.87 65. Irrigation System-Complete&Operational 1 LS $ 4,921.99 $ 4,921.99 66. 90 Day Landscape Maintenance 1 LS $ 1,845.74 $ 1,845.74 Total Softscape Items $ 7,838.26 TOTAL BASE BID-SECONDARY MONUMENT SIGN - CITY HALL $ 93,773.69 SECONDARY MONUMENT SIGN - PLEASURE ISLAND General items 67. Site Prep&Mobilization 1 LS $ 3,445.39 $ 3,445,39 68. SWPPP-Complete in Place(TxDOT Standards) 1 LS $ 2,399.47 $ 2,399.47 69. Concrete Wash Out Area 1 LS $ 1,421.22 $ 1,421.22 70. Construction Access 1 LS $ 3,691.49 $ 3,691.49 71. Traffic Control-Complete in Place(TxDOT Standards) 1 LS $ 4,921.99 $ 4,921.99 72. Remove Existing Power Poles 3 EA $ - $ - 73. Remove Existing Softscape 2,790 SF $ 1.23 $ 3,433.09 74. Tree Protection Fence 150 LF $ 14.77 $ 2,214.89 Total General Items $ 21,527.54 Hardscape Items 75. Secondary Monument Sign-Complete in Place 1 LS $ 49,500.42 $ 49,500.42 Total Hardscape Items $ 49,500.42 Electrical 76. Electrical Service-Complete in Place 1 LS $ 26,088.99 $ 26,088.99 77 Sign Lighting,Conduit&Bore,Wiring,&Equiptment-Complete 1 LS $ 14,421.42 $ 14,421.42 in Place Total Electrical Items $ 40,510.41 Softscape Items 78. Natal Plum-3 gal. 89 EA $ 49.22 $ 4,380.57 79. Adagio Maiden Grass-3 gal. 18 EA $ 49.22 $ 885.96 80, Dwarf Oleander Salmon-15 gal. 20 EA $ 738.30 $ 14,765.96 81. Wedelia-1 gal. 185 EA $ 30.76 $ 5,691.05 82. Irrigation System-Complete&Operational 1 LS $ 6,152.48 $ 6,152.48 83. Irrigation Bore&Sleeve 50 LF $ 36.91 $ 1,845.74 84. 90 Day Landscape Maintenance 1 LS $ 2,337.94 $ 2,337.94 Total Softscape Items $ 36,059.70 TOTAL BASE BID•SECONDARY MONUMENT SIGN•PLEASURE ISLAND 147,598 111.5/ Clark Condon City of Port Arthur Monument Signage October'2022 For Bid ITEM No. ITEM QTY. UNIT UNIT COST EXTENSION SECONDARY MONUMENT SIGN • WOODWORTH & PROCTER General Items 85. Site Prep&Mobilization 1 LS $ 3,445.39 $ 3,445.39 86. SWPPP-Complete in Place(TxDOT Standards) 1 LS $ 2,399.47 $ 2,399.47 87. Concrete Wash Out Area 1 LS $ 1,421.22 $ 1,421.22 88. Construction Access 1 LS $ - $ - 89. Traffic Control-Complete in Place(TxDOT Standards) 1 LS $ 17,657.63 $ 17,657.63 Total General Items $ 24,923.71 Hardscape Items 90. Secondary Monument Sign-Complete in Place 1 LS $ 49,500.42 $ 49,500.42 Total Hardscape Items $ 49,500.42 Electrical 91. Electrical Service-Complete in Place 1 LS $ 25,317.47 $ 25,317.47 92 Sign Lighting,Conduit&Bore,Wiring,&Equiptment-Complete 1 LS $ 13,734.80 $ 13,734.80 in Place Total Electrical Items $ 39,052.27 Softscape Items 93. Vitex-30 gal. 3 EA $ 1,107.45 $ 3,322.34 94. Flax Lily-1 gal. 102 EA $ 30.76 $ 3,137.77 95. Natal Plum-3 gal. 15 EA $ 738.30 $ 11,074.47 Il 96. Purple Trailing Lantana-1 gal. 24 EA $ 30.76 $ 738.30 97. Wedelia 1 gal. 100 EA $ 30.76 $ 3,076.24 98. Fine Grade&Sod 95 SF $ 2.46 $ 233.79 99. Irrigation System-Complete&Operational 1 LS $ 6,152.48 $ 6,152.48 100. Irrigation Bore&Sleeve 50 LF $ 36.91 $ 1,845.74 101. 90 Day Landscape Maintenance 1 LS $ 2,091.84 $ 2,091.84 Total Softscape Items $ 31,672.98 TOTAL BASE BID-SECONDARY MONUMENT SIGN-WOODWORTH&PROCTER $ 145,149.39 RAILROAD OVERPASS SIGNS General Items 102. Site Prep&Mobilization 1 LS $ 5,537.23 $ 5,537.23 103. Concrete Wash Out Area 1 LS $ 1,421.22 $ 1,421.22 104. Construction Access 1 LS $ 3,691.49 $ 3,691.49 105. Traffic Control-Complete in Place(TxDOT Standards) 1 LS $ 31,992.91 $ 31,992.91 106. Power Wash,Prime,Paint Bridge Rail 310 LF $ 153.81 $ 47,681.75 107. Relocate Ex.Railroad Signage-Memorial Blvd. 1 LS $ 7,382.98 $ 7,382.98 108. Port Arthur Railroad Signage-Memorial Blvd. 1 LS $ 13,984.59 $ 13,984.59 109. Port Arthur Railroad Signage-16th St. 1 LS $ 13,984.59 $ 13,984.59 TOTAL BASE BID•RAILROAD OVERPASS SIGNS $ 125,676.78 TOTAL BASE BID $ 1,237,139.25 111.6/ SECTION E BID BOND BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the Undersigned, Preferred Facilities Group-USA,LLC as Principal, and Philadelphia Indemnity Insurance Company as Surety, are hereby held and firmly bound unto City of Port Arthur as OWNER in the penal sum of Five Percent(5%)of Total Amount Bid for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. Signed, this 18th day of January , 20 23 . The Condition of the above obligation is such that whereas the Principal has submitted to City of Port Arthur a certain BID, attached hereto and hereby made a part hereof to enter into a Contract in writing,for the CONSTRUCTION OF WAYFINDING SIGNS NOW,THEREFORE, (a) If said BID shall be rejected,or (b) If said BID shall be accepted and the Principal shall execute and deliver a Contract in the Form of Contract attached hereto (properly completed in accordance with said BID) and shall furnish a BOND for his faithful performance of said Contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said BID, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as here in stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its BOND shall be in no way impaired or affected by any extension of the time within which the OWNER may accept such BID; and said Surety does hereby waive notice of any such extension. E-I IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper Officers,the day and year first set forth above. Preferred Fat' ti Group-USA,LLC (L.S.)PRINCIPAL Philadelphia Indemnity Insurance Company SURETY BY: . Mary Cath timer,Attorney-in-Fact IMPORTANT - Surety companies executing BONDS must appear on the Treasury Department's most current list(Circular 570 as amended)and be authorized to transact business in the state where the project is located. E-2 - SECTION F GENERAL CONDITIONS INFORMATION TO BIDDERS: NOTE: It is extremely important that the Vendor, Bidder, and/or Contractor furnish the City of Port Arthur the required information specified in Bid or Proposal Specifications listed in this Bid Package. All bids meeting the intent of this request for bid will be considered for award. BIDDERS TAKING EXCEPTION TO THE SPECIFICATIONS, OR OFFERING SUBSTITUTIONS, SHALL STATE THESE EXCEPTIONS BY ATTACHMENT AS PART OF THE BID. The absence of such a list shall indicate that the bidder has not taken exceptions and the City shall hold the bidder responsible to perform in strict accordance with the specifications of the invitation. The City reserves the right to accept any and all or none of the exception(s)/substitutions(s) deemed to be in the best interest of the City of Port Arthur. ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any interlineations, alteration, or erasure made before opening time must be initialed by the signer of the bid, guaranteeing authenticity. BID AWARD: The City of Port Arthur will review all bids for responsiveness and compliance with these specifications. The award shall be made to the responsive, responsible bidder who submits the best value bid. The City reserves the right to: 1. Reject any and all bids and to make no award if it deems such action to be in its best interest. 2. Award bids on the lump sum or unit price basis, whichever is in the best interest of the City. 3. Reject any or all bids and to waive informalities or defects in bids or to accept such bids as it shall deem to be in the best interests of the City. 4. Award bids to bidders whose principal place of business is in the City of Port Arthur and whose bid is within 5% of the lowest bid price, as provided by Section 271.905 of the Texas Government Code. TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this ITB, the terms "Bid" and Proposal" shall be equivalent. 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. 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 web site: 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. Page 1of5 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. 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 ITB and Specifications will be made by addenda. Sole issuing authority of addenda shall be vested in the City of Port Arthur Purchasing Manager. The City assumes no responsibility for the bidder's failure to obtain and/or properly submit any addendum. Failure to acknowledge and submit any addendum may be cause for the bid 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. PORT ARTHUR PRINCIPAL PLACE OF BUSINESS: Any bona fide business that claims the City of Port Arthur as its principal place of business must have an official business address (office location and office personnel) in Port Arthur, the principal storage place or facility for the equipment shall be in Port Arthur and/or the place of domicile for the principal business owner(s) shall be in Port Arthur or such other definition or interpretation as is provided by state law. Contractors outside the City of Port Arthur are allowed to bid. PRICES: The bidder should show in the proposal both the unit price and total amount, where required,of each item listed. In the event of error or discrepancy in the mathematics,the unit price shall prevail. PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the successful bidder. The purchase order number must appear on all itemized invoices. INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Accounts Payable,P.O. Box 1089,Port Arthur, Texas 77641. Pr 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. 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 ITB. QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically understood and agreed that these quantities are approximate and any additional quantities will be paid for at the quoted price. It is further understood that the contractor shall not have any claim against the City of Port Arthur for quantities less than the estimated amount. SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, TX 77640 INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and enforced as though each were included herein. If, through mistake or otherwise, any such provision is not inserted or is not correctly inserted the Contract shall be amended to make such insertion on application by either party. CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner,perform all work and furnish all supplies and materials,machinery, equipment, facilities and means, except as herein otherwise expressly specified, necessary or proper to perform and complete all the work required by this Contract,in accordance with the provisions of this Contract and said specifications. The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail. While the purpose of the specifications is to indicate minimum requirements in the way of capability,performance, construction, and other details, its use is not intended to deprive the City of Port Arthur the option of selecting goods which may be considered more suitable for the purpose involved. In the event of conflicts between the written bid proposal and information obtained verbally,the vendor is specifically advised that the written bid proposal will prevail in the determination of the successful bidder. Under the Title VI of the Civil Rights Act of 1964,no person shall, on the grounds of race, color, or national origin, be excluded from participation in,be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. TERMINATION FOR CAUSE: If,through any cause, the Contractor shall fail to fulfill in a timely and proper manner his obligations under this contract,or if the Contractor shall violate any of the covenants,agreements or stipulations of this contract,the City shall thereupon have the right to terminate this contract by giving written notice to the Contractor of such termination and specifying the effective date thereof, at least fifteen (15) days before the effective date of such termination. Notwithstanding the above,the Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the Contractor, and the City may withhold any payments to the Contractor for the purpose of set-off until such time as the exact amount of damages due the City from the Contractor is determined. TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time giving at least thirty(30)days notice in writing to the Contractor. If the Contract is terminated by the City as provided herein,the Contractor will be paid for the service that it has performed up to the termination date. If this contract is terminated due to fault of the Contractor, the previous paragraph hereof relative to termination shall apply. RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the Contractor to furnish releases or receipts for any or all persons performing work and supplying material or service to the Contractor,or any sub-contractors for work under this contract, if this is deemed necessary to protect its interests. CARE OF WORK: The Contractor shall be responsible for all damages to person or property that occurs as a result of his fault or negligence in connection with the work performed until completion and final acceptance by the City. SUB-CONTRACTS: The Contractor shall not execute an agreement with any sub-contractor or permit any sub-contractor to perform any work included in this Contract until he has received from the City of Port Arthur written approval of such agreement. INSURANCE: All insurance must be written by an insurer licensed to conduct business in the State of Texas, unless otherwise permitted by Owner. The Contractor 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 $500,000 single limit per occurrence or$500,000 each person/$500,000 per occurrence for contracts of$100,000 or less; or Bodily injury $1,000,000 single limit per occurrence or$500,000 each person/$1,000,000 per occurrence for contracts in excess of$100,000; and, b. Property Damage $100,000 per occurrence regardless of contract amount; and, c. Minimum aggregate policy year limit of$1,000,000 for contracts of $100,000 or less; or, Minimum aggregate policy year limit of$2,000,000 for contracts in excess of$100,000. 3. Commercial Automobile Liability Insurance (Including owned, non-owned and hired vehicles coverage's). a. Minimum combined single limit of$500,000 per occurrence, for bodily injury and property damage. b. If individual limits are provided, minimum limits are $300,000 per person, $500,000 per occurrence for bodily injury and$100,000 per occurrence for property damage. 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. CELL PHONE OR PAGER: The Contractor must have a working cell phone or pager available Monday through Friday from 8:00 a.m. to 5:00 p.m. so that the City will be able to contact the contractor. SECTION G PAYMENT BOND PAYMENT BOND STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF JEFFERSON THAT we , of the City of , County of , and State of , as Principal, and , as Surety, authorized under the laws of the State of Texas to act as Surety on bonds for principals are held and firmly bound unto the Pleasure Island Commission, Port Arthur, Texas, and to all Subcontractors, workmen, laborers, mechanics and furnishers of material, and any other claimant, as their interest may appear, all of whom shall have the right to sue upon their bond, in the penal sum of Dollars ($ ), lawful currency of the United States of America, for the payment of which, well and truly to be made, we do hereby bind ourselves, our heirs, executors, administrators and successors,jointly and severally and firmly by these presents: The condition of this Bond is such that, whereas, the above bounden Principal as prime contractor has on the day of , 2021, entered into a formal contract with the City of Port Arthur for which is hereby referred to and made part hereof as if fully written herein. NOW, THEREFORE, if the above bounden Principal shall protect all claimants supplying labor and material as provided for in Section 1 of Chapter 93 of the Acts of the 56th Regular Session of the Legislature of Texas (compiled as Article 5160 of Vernon's Texas Civil Statutes, as amended) and shall pay and perform any and every obligation that of such principal is required or provided for in such law, this bond being solely for the protection of all such claimants and being for the use of each such claimant, then this obligation shall be null and void, otherwise it shall remain in full force and effect. It is stipulated and agreed that no change, extension of time, addition to or modification of the Contract or work performed thereunder, shall in anywise affect the obligation of this bond, and surety expressly waives notice of any such change, extension of time, addition or modification. I-1 IN WITNESS WHEREOF, the said Principal has caused these presents to be executed, and the said surety has caused these presents to be executed, each by its duly authorized agent and officer, and its corporate seal to be affixed at on this the day of A.D.,2022. CONTRACTOR ATTEST: BY: TITLE: SURETY ATTEST: BY: TITLE: NOTE: Date of Bond must not be prior to date of Contract. If CONTRACTOR is Partnership, all partners shall execute Bond. Surety companies executing bonds must appear on Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in Texas. I-2 SECTION H PERFORMANCE BOND PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: THAT (Name of Contractor) (Address of Contractor) a , hereinafter called Principal, and (Name of Surety) (Address of Surety) hereinafter called Surety, are held and firmly bound unto (Name of Owner) (Address of Owner) hereinafter called OWNER, in the penal sum of Dollars, $( ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors, and assigns,jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain Contract with the OWNER, dated the day of 2017, a copy of which is hereto attached and made a part hereof for the construction of: NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the OWNER, with or without notice to the Surety and during the one year guaranty period, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the OWNER from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. Provided, that this bond is executed pursuant to Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance therewith. J-1 PROVIDED, FURTHER, that the said surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to WORK to be performed thereunder or the SPECIFICATIONS accompanying the same shall in any wise affect its obligation on this BOND, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the WORK or the SPECIFICATIONS. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR -shall abridge the right of any-beneficiary hereunder,-whose claim-may-be unsatisfied. IN WITNFSS WHEREOF, this instrument is executed in counterparts, each one of which shall be deemed an original, this the day of , 2022. ATTEST: Principal BY: (s) (Principal) Secretary [SEAL] (Witness as to Principal) (Address) Address Surety ATTEST: BY: Witness as to Surety Attorney-in-Fact Address Address NOTE: DATE OF BOND must not be prior to date of Contract. IF CONTRACTOR is Partnership, all partners should execute BOND. IMPORTANT: Surety companies executing BONDS must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the PROJECT is located. J-2 SECTION ii NOTICE OF AWAR THURMAN BILL BARTIE,MAYOR fnery RONALD BURTON INGRID HOLMES,MAYOR PRO TEM City of cu CITY MANAGER COUNCIL MEMBERS: - SHERRI BELLARD,TRMC CAL JONES CITY SECRETARY THOMAS KINLAW III O r t r t h u r KENNETH MARKS Texas VAL TIZENO CHARLOTTE MOSES CITY ATTORNEY DONALD FRANK,SR. NOTICE OF AWARD Date Vendor Address City, State, Zip Re: Services You are notified that on Council Award Date, the City of Port Arthur City Council awarded Vendor Name the above referenced contract. Within ten (10) days after you comply with the conditions listed below, the Purchasing Manager will issue to you a written Notice to Proceed and Purchase Order. Work must not begin until these documents have been issued to you. Two (2) original Contract Documents and one (1) copy of Resolution No. accompany this Notice of Award. You must comply with the following conditions precedent within ten(10) days of the date of this Notice of Award that is by , or by the first working day thereafter. You must deliver to the Purchasing Manager: 1. One(1) fully executed Contract. 2. One (1) signed, original Notice of Award. 3. One (1) original Certificate of Insurance, naming the Owner (City of Port Arthur) and their respective agents and employees, to be expressly named as additional insurers, in accordance with the General Conditions. 4. One (1) HB 1295 Form filled out completely. For more information go to the following website. https://www.ethics.state.tx.us/whatsnew/elf info form1295.htm. Please return all requested documents to: City of Port Arthur,TX Attn: Clifton Williams,Purchasing Manager P.O. Box 1089 Port Arthur, TX 77641 Page 1 of 2 Purchasing Division/Finance Department 1 Purchasing Manager,Clifton Williams,CPPB P.O.Box 10891444 4th Street I Port Arthur,Texas 776411 409.983.8160 I Fax 409.983.8291 THURMAN BILL BARTIE,MAYOR RONALD BURTON INGRID HOLMES,MAYOR PRO TEM City of CITY MANAGER COUNCIL MEMBERS: SHERRI BELLARD,TRMC CITY SECRETARY THOMAS KINLAW HI % u r t r t h u r KENNETH MARKS VAL TIZENO CHARLOTTE MOSES Texas CITY ATTORNEY DONALD FRANK,SR. NOTICE OF AWARD Name Service Date Page 2 Failure to comply with these conditions within the time specified will entitle Owner to consider your bid in default and to annul this Notice of Award. OWNER: CITY OF PORT ARTHUR, TEXAS BY: Clifton Williams, CPPB, Purchasing Manager ACCEPTANCE OF AWARD: Contractor: Name Signature: Print: Title: Date: CC: Clifton Williams,Purchasing Manager Page 2 of 2 Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams,CPPB P.O.Box 1089 1 444 4th Street I Port Arthur,Texas 776411 409.983.8160 I Fax 409.983.8291 1 SECTION J NOTICE TO PROCEED THURMAN BILL BARTIE,MAYOR RONALD BURTON INGRID HOLMES,MAYOR PRO TEM City of CITY MANAGER COUNCIL MEMBERS: SHERRI BELLARD,TRMC CAL JONES — CITY SECRETARY THOMAS KINLAW III u r t r t h u r KENNETH MARKS Texas VAL TIZENO CHARLOTTE MOSES CITY ATTORNEY DONALD FRANK,SR. NOTICE TO PROCEED Date Contractor Attn: Address City, State, Zip Re: Service You are notified that the Contract Times under the above contract has started to run on By that date, you are to start performing your obligations under the Contract Documents The date of Contract Termination will be . It is the responsibility of the contractor to meet the schedule as set forth and in accordance with the terms and conditions of the contract. Before you may start any work you must deliver to the Purchasing Manager all required documents as listed in your Notice of Award and a signed original of this Notice to Proceed. Invoices for payment must be submitted to PO Box 1089, Attn: Accounting, Port Arthur, TX 77641. Contract# must appear on all related invoices. Should you have any questions regarding this project, you may contact me at 409.983.8160 or Contact at Phone number Thank you for partnering with the City of Port Arthur. Respectfully, ACCEPTANCE OF NOTICE TO PROCEED Company: Vendor Name Clifton Williams, CPPB Signature: Purchasing Manager Print: Title: Date: CC: Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams,CPPB P.O.Box 10891444 4th Street I Port Arthur,Texas 776411 409.983.8160 I Fax 409.983.8291 • city of C.:ITY OF PORT ARTHUR, TEXAS ti Vrt rl��ur'�'w- ADDENDUM NO. ONE (1) • Trans November 28, 2022 BID FOR: CONSTRUCTION OF WAYFINDING SIGNS 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. Attached is the drawing 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. Cliftdrf Williams, CPPB Purchasing Manager 1/18/23 Signature of Proposer Date Preferred Facilities Group - USA Company Vendor Name tIP TY OF PORT ARTHUR, TEXAS City of �y 2rt,/ rlhtr ADDENDUM NO. TWO (2) to Texas November 28, 2022 BID FOR: CONSTRUCTION OF WAYFINDING SIGNS 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 DEADLINE: Sealed bid submittals must be received and time stamped by 3:00p.m., Central Standard Time, Wednesday, December 14 , 2022. (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, December 14, 2022 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. Cleo. Clif W CPPB Purchasing Manager 1/18/23 Signature of Proposer Date Preferred Facilities Group - USA Company Vendor Name Ong' 1 - TY OF PORT ARTHUR, TEXAS nrr rr `r '^ ADDENDUM NO. THREE (3) Te xas December 12, 2022 BID FOR: CONSTRUCTION OF WAYFINDING SIGNS 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 DEADLINE: Sealed bid submittal must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, January 11 , 2023. (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, January 11, 2023 in the City Council Chambers, City Hall, 5"' 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. e4tiAike_altef— Clifton Williams, CPPB Purchasing Manager 1/18/23 Signature of Proposer Date Preferred Facilities Group - USA Company Vendor Name r 1 I. Cirvoj '\;>♦�l CITY OF PORT ARTHUR,TEXAS ' Iti ort Allot ADDENDUM NO. FOUR (4) Trxns January b, 2023 BiD FOR: CONSTRUCTION OF WAYFiNDING SIGNS 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. Liquidated damages will be$300 per day. 2. Answers to questions submitted. a. Refer to Note B on drawing GI.01. There are no structural details and reinforcing called out for the concrete "backbone"at the three (3)primary signs. The note says the engineer will provide this information. Please clarify. (CCA—Sign manufacturer shall provide engineered shop drawings from foundation at finish grade up. Contractor shall coordinate with sign manufacturer and structural engineer to meet all local codes and wind loads. Shop drawings shall be reviewed and approved by Design Team's Structural Engineer) b. Refer to Note B on drawing G 12.01. There arc no structural details and reinforcing called out for the concrete "backbone"at the three(3)secondary signs. The note says the engineer will provide this information. Please clarify. (CCA— Sign manufacturer shall provide engineered shop drawings from foundation at finish grade up. Contractor shall coordinate with sign manufacturer and structural engineer to meet all local codes and wind loads. Shop drawings shall be reviewed and approved by Design Team's Structural Engineer) c. Refer to detail A&B/LS 1.00 and C/LS 1.01. Please provide more structural information and elevations for the steel supports called out in these sections. This appears to conflict with the concrete"backbone"at these locations. (CCA -The sign manufacturer shall provide the proposed steel framework for the sign. Contractor shall coordinate with sign manufacturer on the"backbone"piece for constructability: This would be included in shop drawings that would be reviewed by Design Team's Structural Engineer to confirm design foundation will work with sign manufacturer's fabrication.) , d. Refer to G3.01 and G3.02. Please clarify the railroad tressle is only power washed and painted on the side where the new signage is installed as noted and not both sides. Also, please provide a paint specification for the tressle paint and paint for the concrete support columns as required by TxDot. (CCA - The trestle sign is intended as one-sided(as you enter town), however, should the client want the other side of the trestle painted and branded with the Port Arthur logotype, we will need their approval. The fabricator should make paint recommendations. We recommend that the client, design team,and fabricator communicate with the trestle owner as they may have specific guidelines, regulations, etc. for the exact paint required.) 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. Clifton Williams, Purchasing Manager 1/18/23 Signature of Proposer Date Preferred Facilities Group - USA Company Vendor Name Gin of = CITY OF PORT ARTHUR,TEXAS • itsort rthur ADDENDUM NO. FIVE(5) January 10,2023 • BID FOR: CONSTRUCTION OF WAYFINDING SIGNS 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. The Contractor will be responsible for coordinating between the City, and the Power company for the installation of each service. The bids should include all costs from new poles, new transformers, meters, etc. Nothing is out on-site now that contractor can plug into. All these items will be the responsibility of the contractor. 2. DEADLINE: Sealed bid submittals must be received and time stamped by 3:00p.m., Central Standard Time, Wednesday,January 18,2023. (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,January 18, 2023 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You arc invited to attend. 3. If your bid had been submitted, and price does not change. Contractor can email this addendum signed. • 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. ?4At. W� Cli Williams, Purchasing Manager y-•••• . 1/18/23 Signature of Proposer Date Preferred Facilities Group - USA • Company Vendor Name i SECTION K INSURANCE PHILADELPHIA INDEMNITY INSURANCE COMPANY One Bala Plaza,Suite 100 Bala Cynwyd,PA 19004-0950 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS:That PHILADELPHIA INDEMNITY INSURANCE COMPANY(the Company),a corporation organized and existing under the laws of the Commonwealth of Pennsylvania,does hereby constitute and appoint Garrett Turner,Mary Catherine Turner,Meghann Catherine Turner& Ronald T.Turner of Surety Bond Brokers of LA,Inc.,its true and lawful Attorney-in-fact with full authority to execute on its behalf bonds,undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof,issued in the course of its business and to bind the Company thereby,in an amount not to exceed S100,000,000.00 This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY on the 14i1 of November,2016. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company: (1) Appoint Attomey(s) in Fact and authorize the Attomey(s) in Fact to execute on behalf of the Company bonds and undertakings,contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attorney-in-Fact and revoke the authority given. And,be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile,and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. [N TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 5TH DAY OF MARCH,2021. •at iStr s s ' ta :1927 ; 00/ (Seal) ;""n.,..•„e Soh Glomb, Presidesit&CEO Philadelphia Indemnity Insurance Company On this 5'ti day of March,2021 before me came the individual who executed the preceding instrument,to me personally known,and being by me duly sworn said that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY; that the seal affixed to said instrument is the Corporate seal of said Company;that the said Corporate Seal and his signature were duly affixed. Notary Public: ..COnpnpmwaith of Pelr No tary tyy is•st Venom Mbotgom ryCottnty Mycomintsalon expires November 3,2024 Commission number 136BJ90 1 Mambar,Pannglvas:eAtaeatatlen of Netarha residing at: Bala Cynwyd,PA My commission expires: November 3,2024 I,Edward Sayago,Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY,do hereby certify that the foregoing resolution of the Board of Directors and the Power of Attorney issued pursuant thereto on the 51'day March,2021 are true and correct and are still in full force and effect.I do further certify that John Glomb, who executed the Power of Attorney as President, was on the date of execution of the attached Power of Attorney the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY. In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 18th day of January , 2023 i W; 1927 :m Edward Sayago,Corporate Secretary a��` at':+'`/ PHILADELPHIA INDEMNITY INSURANCE COMPANY t Aco CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDEVYYYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). CONTACT PRODUCER NAME'PHONE FAX(A/C, - -- MO,No,Ext): No). E-MAIL -ADDRESS: INSURERS)AFFORDING COVERAGE NALCI--_ INSURER A: INSURED INSURER 6: INSURER C: INSURER D: INSURER E: - ---- INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR TYPE OF INSURANCE i SUER LTR INSR MO I(MM ODY EFY MMDIYY) ( /DYYJ LIMITS LT ' SR GENERAL UABIUTY EACH OCCURRENCE $ WOE TO RENTED COMMERCIAL GENERAL LIABILITY PREMISES(Ea occurrence) ,$ CLAIMS-MADE I I OCCUR MED EXP(Any one persortL $ PERSONAL B ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG 3 Ti POLICY PRO- LOC $ __-_ JFC COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY (Ea accident) 3 —" ANY AUTO BODILY INJURY(Per person) $ - ALL OWNED ^SCHEDULE BODILY INJURY(Per accident) $ — AUTOS — D AUTOS NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS MetaOidenl) $ ___UMBRELLALIAB ��OCCUR EACH OCCURRENCE $ — EXCESSUAB CLAIMS-MADE AGGREGATE 3 DED ! !RETENTION$ $ WORKERS COMPENSATION WC STATU- OTH- AND EMPLOYERS'LIABILITY Y/N TORYLIMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVE a N/A E.L.EACH ACCIDENT 3 OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E-L DISEASE-POLICY LIMIT $ 1 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD SECTION L TECHNICAL SPECIFICATIONS Port Arthur—Monument Signage LANDSCAPE DEVELOPMENT TECHNICAL SPECIFICATIONS TABLE OF CONTENTS Summary Section 011000 Unit Prices Section 012200 Substitution Procedures Section 012500 Submittal Procedures Section 013300 Execution Section 017300 Closeout Procedures Section 017700 Project Record Documents Section 017839 Selective Structure Demolition Section 024119 Site Clearing;Tree Removal&Treatment Section 311000 Site Preparation Section 311100 Tree&Plant Protection Section 311200 Gravels Section 321425 Planting Irrigation Section 328400 Sodding Section 329202 Plants Section 329300 Exterior Landscape Maintenance Section 329301 f DSC4 I 44 �W KO �C'y.j • 10.25.2002 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid SECTION 011000-SUMMARY PART 1 -GENERAL 1.1 SUMMARY A. Section includes: 1. Project information. 2. Work covered by Contract Documents. 3. Access to site. 4. Coordination with occupants. 5. Work restrictions. 6. Specification and drawing conventions. 1.2 PROJECT INFORMATION A. Project Identification: City of Port Arthur—Monument Signage. 1. Project Location: Port Arthur,Texas. B. Owner: City of Port Arthur, 1308 9'h Ave, Port Arthur,Texas 77640. 1. Owner's Representative: Chandra Alpough, Director of Parks and Recreation, telephone (409) 983-8152,email chandra.alpough(a)portarthurtx.gov. C. Landscape Architect: Clark Condon Associates, 10401 Stella Link Road, Houston, Texas, 77025, 713- 871-1414. 1.3 WORK COVERED BY CONTRACT DOCUMENTS A. The Work of the Project is defined by the Contract Documents and consists of the following: 1. City monument signage and lighting,landscape and irrigation at various locations within the City. B. Type of Contract. 1. Project will be constructed under a single prime contract. 1.4 ACCESS TO SITE A. General: Contractor shall have full use of Project site for construction operations during construction period. Contractor's use of Project site is limited only by Owner's right to perform work or to retain other contractors on portions of Project. B. General: Contractor shall have limited use of Project site for construction operations as indicated on Drawings by the Contract limits and as indicated by requirements of this Section. C. Use of Site: Limit use of Project site to work in areas indicated. Do not disturb portions of Project site beyond areas in which the Work is indicated. 1. Limits: Confine construction operations to within limits shown on Drawings. SUMMARY 011000-1 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid 2. Limits: Limit site disturbance, including earthwork and clearing of vegetation, to 40 feet (12.2 m) beyond building perimeter; 10 feet (3 m) beyond surface walkways, patios, surface parking, and utilities less than 12 inches (300 mm) in diameter; 15 feet(4.5 m) beyond primary roadway curbs and main utility branch trenches; and 25 feet (7.6 m) beyond constructed areas with permeable surfaces (such as pervious paving areas, stormwater detention facilities, and playing fields) that require additional staging areas in order to limit compaction in the constructed area. 3. Driveways, Walkways and Entrances: Keep driveways parking garage,loading areas, and entrances serving premises clear and available to Owner, Owner's employees, and emergency vehicles at all times. Do not use these areas for parking or storage of materials. a. Schedule deliveries to minimize use of driveways and entrances by construction operations. b. Schedule deliveries to minimize space and time requirements for storage of materials and equipment on-site. D. Condition of Existing Building: Maintain portions of existing building affected by construction operations in a weathertight condition throughout construction period. Repair damage caused by construction operations. 1.5 COORDINATION WITH OCCUPANTS A. Full Owner Occupancy: Owner will occupy site and existing building(s) during entire construction period. Cooperate with Owner during construction operations to minimize conflicts and facilitate Owner usage. Perform the Work so as not to interfere with Owner's day-to-day operations. Maintain existing exits unless otherwise indicated. 1. Maintain access to existing walkways,corridors, and other adjacent occupied or used facilities. Do not close or obstruct walkways, corridors, or other occupied or used facilities without written permission from Owner and approval of authorities having jurisdiction. 2. Notify the Owner not less than 72 hours in advance of activities that will affect Owner's operations. B. Partial Owner Occupancy: Owner will occupy the premises during entire construction period, with the exception of areas under construction. Cooperate with Owner during construction operations to minimize conflicts and facilitate Owner usage. Perform the Work so as not to interfere with Owner's operations. Maintain existing exits unless otherwise indicated. 1. Maintain access to existing walkways, corridors, and other adjacent occupied or used facilities. Do not close or obstruct walkways, corridors, or other occupied or used facilities without written permission from Owner and authorities having jurisdiction. 2. Provide not less than 72 hours' notice to Owner of activities that will affect Owner's operations. C. Owner Limited Occupancy of Completed Areas of Construction: Owner reserves the right to occupy and to place and install equipment in completed portions of the Work, prior to Substantial Completion of the Work, provided such occupancy does not interfere with completion of the Work. Such placement of equipment and limited occupancy shall not constitute acceptance of the total Work. 1. Retain subparagraphs below that describe procedures and requirements that may be necessary before limited Owner occupancy of portions of Project. Revise to suit Project. 2. Landscape Architect will prepare a Certificate of Substantial Completion for each specific portion of the Work to be occupied prior to Owner acceptance of the completed Work. 3. Obtain a Certificate of Occupancy from authorities having jurisdiction before limited Owner occupancy. SUMMARY 011000-2 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid 4. Before limited Owner occupancy, mechanical and electrical systems shall be fully operational, and required tests and inspections shall be successfully completed. On occupancy, Owner will operate and maintain mechanical and electrical systems serving occupied portions of Work. 5. On occupancy, Owner will assume responsibility for maintenance and custodial service for occupied portions of Work. 1.6 WORK RESTRICTIONS A. Work Restrictions, General: Comply with restrictions on construction operations. 1. Comply with limitations on use of public streets and other requirements of authorities having jurisdiction. B. On-Site Work Hours: Limit work in the existing building to normal business working hours of 6:00 a.m. to 6:00 p.m., Monday through Friday,except as otherwise indicated. 1. Coordinate with TxDOT for lane closures within TxDOT ROW within their required times. C. Existing Utility Interruptions: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after providing temporary utility services according to requirements indicated: 1. Notify Landscape Architect not less than two days in advance of proposed utility interruptions. 2. Obtain Landscape Architect's written permission before proceeding with utility interruptions. D. Noise,Vibration, and Odors: Coordinate operations that may result in high levels of noise and vibration, odors,or other disruption to Owner occupancy with Owner. 1. Notify Landscape Architect not less than two days in advance of proposed disruptive operations. 2. Obtain Landscape Architect's written permission before proceeding with disruptive operations. E. Nonsmoking Building: Smoking is not permitted within the building or within 25 feet (8 m) of entrances, operable windows,or outdoor air intakes. F. Controlled Substances: Use of tobacco products and other controlled substances on the Project site is not permitted. 1.7 SPECIFICATION AND DRAWING CONVENTIONS A. Specification Content: The Specifications use certain conventions for the style of language and the intended meaning of certain terms, words, and phrases when used in particular situations. These conventions are as follows: 1. Imperative mood and streamlined language are generally used in the Specifications. The words "shall,""shall be,"or"shall comply with,"depending on the context, are implied where a colon (:) is used within a sentence or phrase. 2. Specification requirements are to be performed by Contractor unless specifically stated otherwise. B. Division 01 General Requirements: Requirements of Sections in Division 01 apply to the Work of all Sections in the Specifications. SUMMARY 011000-3 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid C. Drawing Coordination: Requirements for materials and products identified on the Drawings are described in detail in the Specifications. One or more of the following are used on the Drawings to identify materials and products: 1. Terminology: Materials and products are identified by the typical generic terms used in the individual Specifications Sections. 2. Abbreviations: Materials and products are identified by abbreviations scheduled on Drawings. 3. Keynoting: Materials and products are identified by reference keynotes referencing Specification Section numbers found in this Project Manual. PART 2-PRODUCTS(Not Used) PART 3-EXECUTION(Not Used) END OF SECTION 011000 SUMMARY 011000-4 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid SECTION 012200-UNIT PRICES PART 1 -GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements for unit prices. B. Related Section: 1. Division 01 Section "Contract Modification Procedures"for procedures for submitting and handling Change Orders. 1.2 DEFINITIONS A. Unit price is a price per unit of measurement for materials, equipment, or services, or a portion of the Work, added to or deducted from the Contract Sum by appropriate modification, if the scope of Work or estimated quantities of Work required by the Contract Documents are increased or decreased. 1.3 PROCEDURES A. Unit prices include all necessary material, plus cost for delivery, installation, insurance, applicable taxes, overhead,and profit. B. Measurement and Payment: Refer to individual Specification Sections for work that requires establishment of unit prices. Methods of measurement and payment for unit prices are specified in those Sections. C. Owner reserves the right to reject Contractors measurement of work-in-place that involves use of established unit prices and to have this work measured, at Owner's expense, by an independent surveyor acceptable to Contractor. D. List of Unit Prices: A schedule of unit prices is included in Part 3. Specification Sections referenced in the schedule contain requirements for materials described under each unit price. PART 2-PRODUCTS(Not Used) PART 3-EXECUTION 3.1 SCHEDULE OF UNIT PRICES A. Unit Price No. See Bid Form. END OF SECTION 012200 UNIT PRICES 012200-1 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid SECTION 012500-SUBSTITUTION PROCEDURES PART 1 -GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements for substitutions. 1.2 DEFINITIONS A. Substitutions: Changes in products, materials, equipment, and methods of construction from those required by the Contract Documents and proposed by Contractor. 1. Substitutions for Cause: Changes proposed by Contractor that are required due to changed Project conditions, such as unavailability of product, regulatory changes, or unavailability of required warranty terms. 2. Substitutions for Convenience: Changes proposed by Contractor or Owner that are not required in order to meet other Project requirements but may offer advantage to Contractor or Owner. 1.3 SUBMITTALS A. Substitution Requests: Submit three copies of each request for consideration. Identify product or fabrication or installation method to be replaced. Include Specification Section number and title and Drawing numbers and titles. 1. Substitution Request Form: Use CSI Form 13.1A, Substitution Request during the bidding phase. 2. Documentation: Show compliance with requirements for substitutions and the following, as applicable: a. Statement indicating why specified product or fabrication or installation cannot be provided, if applicable. b. Coordination information, including a list of changes or modifications needed to other parts of the Work and to construction performed by Owner and separate contractors, that will be necessary to accommodate proposed substitution. c. Detailed comparison of significant qualities of proposed substitution with those of the Work specified. Include annotated copy of applicable specification section. Significant qualities may include attributes such as performance, weight, size, durability, visual effect, sustainable design characteristics, warranties, and specific features and requirements indicated. Indicate deviations,if any,from the Work specified. d. Product Data, including drawings and descriptions of products and fabrication and installation procedures. e. Samples,where applicable or requested. f. Certificates and qualification data,where applicable or requested. g. List of similar installations for completed projects with project names and addresses and names and addresses of architects and owners. h. Material test reports from a qualified testing agency indicating and interpreting test results for compliance with requirements indicated. i. Research reports evidencing compliance with building code in effect for Project. j. Detailed comparison of Contractor's construction schedule using proposed substitution with products specified for the Work, including effect on the overall Contract Time. If specified product or method of construction cannot be provided within the Contract Time, include SUBSTITUTION PROCEDURES 012500-1 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid letter from manufacturer, on manufacturer's letterhead, stating date of receipt of purchase order, lack of availability, or delays in delivery. k. Cost information, including a proposal of change, if any, in the Contract Sum. I. Contractor's certification that proposed substitution complies with requirements in the Contract Documents except as indicated in substitution request, is compatible with related materials,and is appropriate for applications indicated. m. Contractor's waiver of rights to additional payment or time that may subsequently become necessary because of failure of proposed substitution to produce indicated results. 3. Landscape Architect's Action: If necessary, Landscape Architect will request additional information or documentation for evaluation within seven days of receipt of a request for substitution. Landscape Architect will notify Contractor of acceptance or rejection of proposed substitution within 15 days of receipt of request, or seven days of receipt of additional information or documentation, whichever is later. a. Forms of Acceptance: Change Order, Construction Change Directive, or Landscape Architect's Supplemental Instructions for minor changes in the Work. b. Use product specified if Landscape Architect does not issue a decision on use of a proposed substitution within time allocated. 1.4 QUALITY ASSURANCE A. Compatibility of Substitutions: Investigate and document compatibility of proposed substitution with related products and materials. Engage qualified testing agency to perform compatibility tests recommended by manufacturers. PART 2-PRODUCTS 2.1 SUBSTITUTIONS A. Substitutions for Cause: Submit requests for substitution immediately upon discovery of need for change, but not later than 15 days prior to time required for preparation and review of related submittals. 1. Conditions: Landscape Architect will consider Contractor's request for substitution when the following conditions are satisfied: a. Requested substitution is consistent with the Contract Documents and will produce indicated results. b. Requested substitution will not adversely affect Contractor's construction schedule. c. Requested substitution has received necessary approvals of authorities having jurisdiction. d. Requested substitution is compatible with other portions of the Work. e. Requested substitution has been coordinated with other portions of the Work. f. Requested substitution provides specified warranty. g. If requested substitution involves more than one contractor, requested substitution has been coordinated with other portions of the Work, is uniform and consistent, is compatible with other products,and is acceptable to all contractors involved. B. Substitutions for Convenience: Landscape Architect will consider requests for substitution if received as an attachment to the Bid Form for the items the bidder wishes to substitute. 1. Conditions: Landscape Architect will consider Contractor's request for substitution when the following conditions are satisfied: SUBSTITUTION PROCEDURES 012500-2 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid a. Requested substitution offers Owner a substantial advantage in cost, time, energy conservation,or other considerations,after deducting additional responsibilities Owner must assume. Owner's additional responsibilities may include compensation to Landscape Architect for redesign and evaluation services, increased cost of other construction by Owner,and similar considerations. b. Requested substitution does not require extensive revisions to the Contract Documents. c. Requested substitution is consistent with the Contract Documents and will produce indicated results. d. Requested substitution will not adversely affect Contractor's construction schedule. e. Requested substitution has received necessary approvals of authorities having jurisdiction. f. Requested substitution is compatible with other portions of the Work. g. Requested substitution has been coordinated with other portions of the Work. h. Requested substitution provides specified warranty. i. If requested substitution involves more than one contractor,requested substitution has been coordinated with other portions of the Work, is uniform and consistent, is compatible with other products,and is acceptable to all contractors involved. PART 3-EXECUTION (Not Used) END OF SECTION 012500 SUBSTITUTION PROCEDURES 012500-3 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid SECTION 013300-SUBMITTAL PROCEDURES PART 1 -GENERAL 1.1 SUMMARY A. Section includes requirements for the submittal schedule and administrative and procedural requirements for submitting Shop Drawings, Product Data,Samples, and other submittals. B. Related Sections: 1. Division 01 Section "Payment Procedures" for submitting schedules and reports, including Contractor's construction schedule. 2. Division 01 Section"Close-Out Procedures"for submitting operation and maintenance manuals. 3. Division 01 Section "Project Record Documents" for submitting record Drawings, record Specifications,and record Product Data. 1.2 DEFINITIONS A. Action Submittals: Written and graphic information and physical samples that require Landscape Architect's responsive action. B. Informational Submittals: Written and graphic information and physical samples that do not require Landscape Architect's responsive action. Submittals may be rejected for not complying with requirements. 1.3 ACTION SUBMITTALS A. Submittal Schedule: Submit a schedule of submittals, arranged in chronological order by dates required by construction schedule. Include time required for review, ordering, manufacturing, fabrication, and delivery when establishing dates. Include additional time required for making corrections or modifications to submittals noted by the Landscape Architect and additional time for handling and reviewing submittals required by those corrections. 1.4 SUBMITTAL ADMINISTRATIVE REQUIREMENTS A. Landscape Architect's Digital Data Files: Electronic copies of CAD Drawings of the Contract Drawings will not be provided by Landscape Architect for Contractor's use in preparing submittals. 1. Landscape Architect will furnish Contractor one set of digital data drawing files of the Contract Drawings for use in preparing Shop Drawings and Project record drawings. a. Landscape Architect makes no representations as to the accuracy or completeness of digital data drawing files as they relate to the Contract Drawings. b. Contractor shall execute a data licensing agreement in the form of an Agreement form acceptable to the Owner and Landscape Architect. B. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. 1. Submittals shall be submitted and identified by specification number. Submittal will include all required items stated in the specification. Incomplete or partial original submittals may be returned. SUBMITTAL PROCEDURES 013300-1 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid 2. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that require sequential activity. 3. Coordinate transmittal of different types of submittals for related parts of the Work so processing will not be delayed because of need to review submittals concurrently for coordination. a. Landscape Architect reserves the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. C. Processing Time: Allow time for submittal review, including time for resubmittals, as follows. Time for review shall commence on Landscape Architect's receipt of submittal. No extension of the Contract Time will be authorized because of failure to transmit submittals enough in advance of the Work to permit processing, including resubmittals. 1. Initial Review: Allow 15 days for initial review of each submittal. Allow additional time if coordination with subsequent submittals is required. Landscape Architect will advise Contractor when a submittal being processed must be delayed for coordination. 2. Intermediate Review: If intermediate submittal is necessary, process it in same manner as initial submittal. 3. Resubmittal Review: Allow 15 days for review of each resubmittal. D. Identification and Information: Place a permanent label or title block on each paper copy submittal item for identification. 1. Indicate name of firm or entity that prepared each submittal on label or title block. 2. Provide a space approximately 6 by 8 inches on label or beside title block to record Contractor's review and approval markings and action taken by Landscape Architect. 3. Include the following information for processing and recording action taken: a. Project name. b. Date. c. Name of Landscape Architect. d. Name of Contractor. e. Name of subcontractor. f. Name of supplier. g. Name of manufacturer. h. Submittal number and other unique identifier, including revision identifier. 1) Submittal number shall use Specification Section number followed by a decimal point and then a sequential number(e.g., 061000.01). Resubmittals shall include an alphabetic suffix after another decimal point(e.g., 061000.01.A). i. Number and title of appropriate Specification Section. j. Drawing number and detail references,as appropriate. k. Location(s)where product is to be installed, as appropriate. I. Other necessary identification. E. Identification and Information: Identify and incorporate information in each electronic submittal file as follows: 1. Assemble complete submittal package into a single indexed file with links enabling navigation to each item. SUBMITTAL PROCEDURES 013300-2 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid 2. Name file with submittal number or other unique identifier, including revision identifier. a. File name shall use project identifier and Specification Section number followed by a decimal point and then a sequential number (e.g., LNHS-061000.01). Resubmittals shall include an alphabetic suffix after another decimal point(e.g.,LNHS-061000.01.A). 3. Provide means for insertion to permanently record Contractor's review and approval markings and action taken by Landscape Architect. 4. Include the following information on an inserted cover sheet: a. Project name. b. Date. c. Name and address of Landscape Architect. d. Name of Contractor. e. Name of firm or entity that prepared submittal. f. Name of subcontractor. g. Name of supplier. h. Name of manufacturer. i. Number and title of appropriate Specification Section. j. Drawing number and detail references, as appropriate. k. Location(s)where product is to be installed, as appropriate. I. Related physical samples submitted directly. m. Other necessary identification. F. Options: Identify options requiring selection by the Landscape Architect. G. Deviations: Identify deviations from the Contract Documents on submittals. H. Additional Paper Copies: Unless additional copies are required for final submittal, and unless Landscape Architect observes noncompliance with provisions in the Contract Documents, initial submittal may serve as final submittal. 1. Submit one copy of submittal to concurrent reviewer in addition to specified number of copies to Landscape Architect. I. Transmittal: Assemble each submittal individually and appropriately for transmittal and handling. Transmit each submittal using a transmittal form. Landscape Architect will return submittals, without review, received from sources other than Contractor. 1. Transmittal Form: Use AIA Document G810. 2. On an attached separate sheet, prepared on Contractor's letterhead, record relevant information, requests for data, revisions other than those requested by Landscape Architect on previous submittals,and deviations from requirements in the Contract Documents, including minor variations and limitations. Include same identification information as related submittal. J. Resubmittals: Make resubmittals in same form and number of copies as initial submittal. 1. Note date and content of previous submittal. 2. Note date and content of revision in label or title block and clearly indicate extent of revision. 3. Resubmit submittals until they are marked with approval notation from Landscape Architect's action stamp. SUBMITTAL PROCEDURES 013300-3 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid K. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers, fabricators, installers, authorities having jurisdiction, and others as necessary for performance of construction activities. Show distribution on transmittal forms. L. Use for Construction: Use only final submittals that are marked with approval notation from Landscape Architect's action stamp. PART 2-PRODUCTS 2.1 SUBMITTAL PROCEDURES A. General Submittal Procedure Requirements: 1. Submit electronic submittals via email as PDF electronic files. a. Landscape Architect will return annotated file. Annotate and retain one copy of file as an electronic Project record document file. 2. Action Submittals: Submit three paper copies of each submittal, unless otherwise indicated. Landscape Architect will return two copies. 3. Informational Submittals: Submit two paper copies of each submittal, unless otherwise indicated. Landscape Architect will not return copies. 4. Closeout Submittals and Maintenance Material Submittals: Comply with requirements specified in Division 01 Section"Closeout Procedures." 5. Certificates and Certifications Submittals: Provide a statement that includes signature of entity responsible for preparing certification. Certificates and certifications shall be signed by an officer or other individual authorized to sign documents on behalf of that entity. a. Provide a digital signature with digital certificate on electronically-submitted certificates and certifications where indicated. b. Provide a notarized statement on original paper copy certificates and certifications where indicated. 6. Test and Inspection Reports Submittals: Comply with requirements specified in Division 01 Section"Quality Requirements. B. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. 1. If information must be specially prepared for submittal because standard published data are not suitable for use,submit as Shop Drawings, not as Product Data. 2. Mark each copy of each submittal to show which products and options are applicable. 3. Include the following information,as applicable: a. Manufacturer's catalog cuts. b. Manufacturer's product specifications. c. Standard color charts. d. Statement of compliance with specified referenced standards. e. Testing by recognized testing agency. f. Application of testing agency labels and seals. g. Notation of coordination requirements. h. Availability and delivery time information. SUBMITTAL PROCEDURES 013300-4 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid 4. For equipment,include the following in addition to the above,as applicable: a. Wiring diagrams showing factory-installed wiring. b. Printed performance curves. c. Operational range diagrams. d. Clearances required to other construction, if not indicated on accompanying Shop Drawings. 5. Submit Product Data before or concurrent with Samples. 6. Submit Product Data in the following format: a. PDF electronic file. C. Shop Drawings: Prepare Project-specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data. 1. Preparation: Fully illustrate requirements in the Contract Documents. Include the following information, as applicable: a. Identification of products. b. Schedules. c. Compliance with specified standards. d. Notation of coordination requirements. e. Notation of dimensions established by field measurement. f. Relationship and attachment to adjoining construction clearly indicated. g. Seal and signature of professional engineer if specified. 2. Sheet Size: Except for templates, patterns, and similar full-size drawings, submit Shop Drawings on sheets at least 8-1/2 by 11 inches but no larger than 30 by 42 inches. 3. Submit Shop Drawings in the following format: a. PDF electronic file. D. Samples: Submit Samples for review of kind, color, pattern, and texture for a check of these characteristics with other elements and for a comparison of these characteristics between submittal and actual component as delivered and installed. 1. Transmit Samples that contain multiple, related components such as accessories together in one submittal package. 2. Identification: Attach label on unexposed side of Samples that includes the following: a. Generic description of Sample. b. Product name and name of manufacturer. c. Sample source. d. Number and title of applicable Specification Section. 3. Disposition: Maintain sets of approved Samples at Project site, available for quality-control comparisons throughout the course of construction activity. Sample sets may be used to determine final acceptance of construction associated with each set. a. Samples that may be incorporated into the Work are indicated in individual Specification Sections. Such Samples must be in an undamaged condition at time of use. b. Samples not incorporated into the Work, or otherwise designated as Owner's property, are the property of Contractor. SUBMITTAL PROCEDURES 013300-5 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid 4. Samples for Initial Selection:Submit manufacturers cdor charts consisting of units or sections of units showing the full range of colors,textures, and patterns available. a. Number of Samples: Submit one full set(s) of available choices where color, pattern, texture, or similar characteristics are required to be selected from manufacturer's product line. Landscape Architect will return submittal with options selected. 5. Samples for Verification: Submit full-size units or Samples of size indicated, prepared from same material to be used for the Work, cured and finished in manner specified, and physically identical with material or product proposed for use, and that show full range of color and texture variations expected. Samples include, but are not limited to, the following: partial sections of manufactured or fabricated components; small cuts or containers of materials; complete units of repetitively used materials; swatches showing color, texture, and pattern; color range sets; and components used for independent testing and inspection. a. Number of Samples: Submit three sets of Samples. Landscape Architect will retain two Sample sets; remainder will be returned. Mark up and retain one returned Sample set as a Project record sample. 1) If variation in color, pattern, texture, or other characteristic is inherent in material or product represented by a Sample, submit at least three sets of paired units that show approximate limits of variations. E. Product Schedule: As required in individual Specification Sections, prepare a written summary indicating types of products required for the Work and their intended location. Include the following information in tabular form: 1. Submit product schedule in the following format: a. PDF electronic file. F. Contractor's Construction Schedule: Provide Construction Schedule and update as necessary to keep Landscape Architect informed of progress. G. Application for Payment: Comply with requirements specified in Division 01 Section "Payment Procedures." H. Schedule of Values: Comply with requirements specified in Division 01 Section"Payment Procedures." Subcontract List: Prepare a written summary identifying individuals or firms proposed for each portion of the Work, including those who are to furnish products or equipment fabricated to a special design. 1. Submit subcontract list in the following format: a. PDF electronic file. b. Number of Copies: Three paper copies of subcontractor list, unless otherwise indicated. Landscape Architect will return two copies. J. Coordination Drawings: Comply with requirements specified in Division 01 Section"Project Management and Coordination." K. Qualification Data: Prepare written information that demonstrates capabilities and experience of firm or person. Include lists of completed projects with project names and addresses, contact information of architects and owners, and other information specified. SUBMITTAL PROCEDURES 013300-6 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid L. Welding Certificates: Prepare written certification that welding procedures and personnel comply with requirements in the Contract Documents. Submit record of Welding Procedure Specification and Procedure Qualification Record on American Welding Society (AWS) forms. Include names of firms and personnel certified. M. Installer Certificates: Submit written statements on manufacturer's letterhead certifying that Installer complies with requirements in the Contract Documents and, where required, is authorized by manufacturer for this specific Project. N. Manufacturer Certificates: Submit written statements on manufacturer's letterhead certifying that manufacturer complies with requirements in the Contract Documents. Include evidence of manufacturing experience where required. 0. Product Certificates: Submit written statements on manufacturer's letterhead certifying that product complies with requirements in the Contract Documents. P. Material Certificates: Submit written statements on manufacturer's letterhead certifying that material complies with requirements in the Contract Documents. Q. Material Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting test results of material for compliance with requirements in the Contract Documents. R. Product Test Reports: Submit written reports indicating current product produced by manufacturer complies with requirements in the Contract Documents. Base reports on evaluation of tests performed by manufacturer and witnessed by a qualified testing agency, or on comprehensive tests performed by a qualified testing agency. S. Research Reports: Submit written evidence, from a model code organization acceptable to authorities having jurisdiction,that product complies with building code in effect for Project. T. Schedule of Tests and Inspections: Comply with requirements specified in Division 01 Section "Quality Requirements." U. Preconstruction Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of tests performed before installation of product, for compliance with performance requirements in the Contract Documents. V. Compatibility Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of compatibility tests performed before installation of product. Include written recommendations for primers and substrate preparation needed for adhesion. W. Field Test Reports: Submit reports indicating and interpreting results of field tests performed either during installation of product or after product is installed in its final location, for compliance with requirements in the Contract Documents. X. Maintenance Data: Comply with requirements specified in Division 01 Section "Operation and Maintenance Data." Y. Design Data: Prepare and submit written and graphic information, including, but not limited to, performance and design criteria, list of applicable codes and regulations, and calculations. Include list of SUBMITTAL PROCEDURES 013300-7 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid assumptions and other performance and design criteria and a summary of loads. Include load diagrams if applicable. Provide name and version of software, if any, used for calculations. Include page numbers. 2.2 DELEGATED-DESIGN SERVICES A. Performance and Design Criteria: Where professional design services or certifications by a design professional are specifically required of Contractor by the Contract Documents, provide products and systems complying with specific performance and design criteria indicated. 1. If criteria indicated are insufficient to perform services or certification required, submit a written request for additional information to Landscape Architect. B. Delegated-Design Services Certification: In addition to Shop Drawings, Product Data, and other required submittals, submit digitally signed PDF file paper copies of certificate, signed and sealed by the responsible design professional, for each product and system specifically assigned to Contractor to be designed or certified by a design professional. 1. Indicate that products and systems comply with performance and design criteria in the Contract Documents. Include list of codes, loads,and other factors used in performing these services. PART 3-EXECUTION 3.1 CONTRACTOR'S REVIEW A. Action and Informational Submittals: Review each submittal and check for coordination with other Work of the Contract and for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to Landscape Architect. B. Project Closeout and Maintenance/Material Submittals: Refer to requirements in Division 01 Section "Closeout Procedures." C. Approval Stamp: Stamp each submittal with a uniform, approval stamp. Include Project name and location, submittal number, Specification Section title and number, name of reviewer, date of Contractor's approval, and statement certifying that submittal has been reviewed, checked, and approved for compliance with the Contract Documents. 3.2 LANDSCAPE ARCHITECT'S REVIEW A. General: Landscape Architect will not review submittals that do not bear Contractors approval stamp and will return them without action. B. Action Submittals: Landscape Architect will review each submittal, make marks to indicate corrections or modifications required, and return it. Landscape Architect will stamp each submittal with an action stamp and will mark stamp appropriately to indicate action. C. Informational Submittals: Landscape Architect will review each submittal and will not return it, or will return it if it does not comply with requirements. Landscape Architect will forward each submittal to appropriate party. SUBMITTAL PROCEDURES 013300-8 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid D. Incomplete submittals are not acceptable, will be considered nonresponsive, and will be returned without review. E. Submittals not required by the Contract Documents may not be reviewed and may be discarded. END OF SECTION 013300 SUBMITTAL PROCEDURES 013300-9 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid SECTION 017300-EXECUTION PART 1 -GENERAL 1.1 SUMMARY A. Section includes general administrative and procedural requirements governing execution of the Work including, but not limited to,the following: 1. Construction layout. 2. Field engineering and surveying. 3. Installation of the Work. 4. Progress cleaning. 5. Starting and adjusting. 6. Protection of installed construction. 7. Correction of the Work. B. Related Sections: 1. Division 01 Section "Closeout Procedures"for submitting final property survey with Project Record Documents, recording of Owner-accepted deviations from indicated lines and levels, and final cleaning. 1.2 INFORMATIONAL SUBMITTALS A. Certificates: Submit certificate signed by land surveyor certifying that location and elevation of improvements comply with requirements. B. Landfill Receipts: Submit copy of receipts issued by a landfill facility, licensed to accept hazardous materials,for hazardous waste disposal. C. Certified Surveys: Submit two copies signed by land surveyor. D. Final Property Survey: Submit 10 copies showing the Work performed and record survey data. 1.3 QUALITY ASSURANCE A. Land Surveyor Qualifications: A professional land surveyor who is legally qualified to practice in jurisdiction where Project is located and who is experienced in providing land-surveying services of the kind indicated. B. Cutting and Patching: Comply with requirements for and limitations on cutting and patching of construction elements. 1. Structural Elements: When cutting and patching structural elements, notify Landscape Architect of locations and details of cutting and await directions from the Landscape Architect before proceeding. Shore, brace, and support structural element during cutting and patching. Do not cut and patch structural elements in a manner that could change their load-carrying capacity or increase deflection EXECUTION 017300-1 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid 2. Operational Elements: Do not cut and patch operating elements and related components in a manner that results in reducing their capacity to perform as intended or that results in increased maintenance or decreased operational life or safety. 3. Other Construction Elements: Do not cut and patch other construction elements or components in a manner that could change their load-carrying capacity, that results in reducing their capacity to perform as intended, or that results in increased maintenance or decreased operational life or safety. 4. Visual Elements: Do not cut and patch construction in a manner that results in visual evidence of cutting and patching. Do not cut and patch exposed construction in a manner that would, in Landscape Architect's opinion, reduce the building's aesthetic qualities. Remove and replace construction that has been cut and patched in a visually unsatisfactory manner. 1.4 WARRANTY A. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or damaged during installation or cutting and patching operations, by methods and with materials so as not to void existing warranties. PART 2-PRODUCTS 2.1 MATERIALS A. General: Comply with requirements specified in other Sections. 1. For projects requiring compliance with sustainable design and construction practices and procedures, utilize products for patching that comply with requirements of Division 01 Section "Sustainable Design Requirements." B. In-Place Materials: Use materials for patching identical to in-place materials. For exposed surfaces, use materials that visually match in-place adjacent surfaces to the fullest extent possible. 1. If identical materials are unavailable or cannot be used, use materials that, when installed, will provide a match acceptable to the Landscape Architect for the visual and functional performance of in-place materials. PART 3-EXECUTION 3.1 EXAMINATION A. Existing Conditions: The existence and location of underground and other utilities and construction indicated as existing are not guaranteed. Before beginning sitework, investigate and verify the existence and location of underground utilities, mechanical and electrical systems, and other construction affecting the Work. 1. Before construction, verify the location and invert elevation at points of connection of sanitary sewer, storm sewer,and water-service piping; underground electrical services, and other utilities. 2. Furnish location data for work related to Project that must be performed by public utilities serving Project site. EXECUTION 017300-2 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid B. Examination and Acceptance of Conditions: Before proceeding with each component of the Work, examine substrates, areas, and conditions, with Installer or Applicator present where indicated, for compliance with requirements for installation tolerances and other conditions affecting performance. Record observations. 1. Verify compatibility with and suitability of substrates, including compatibility with existing finishes or primers. 2. Examine roughing-in for mechanical and electrical systems to verify actual locations of connections before equipment and fixture installation. 3. Examine walls, floors, and roofs for suitable conditions where products and systems are to be installed. 4. Proceed with installation only after unsatisfactory conditions have been corrected. Proceeding with the Work indicates acceptance of surfaces and conditions. 3.2 PREPARATION A. Existing Utility Information: Furnish information to Owner that is necessary to adjust, move, or relocate existing utility structures, utility poles, lines, services, or other utility appurtenances located in or affected by construction. Coordinate with authorities having jurisdiction. B. Field Measurements: Take field measurements as required to fit the Work properly. Recheck measurements before installing each product. Where portions of the Work are indicated to fit to other construction,verify dimensions of other construction by field measurements before fabrication. Coordinate fabrication schedule with construction progress to avoid delaying the Work. C. Space Requirements: Verify space requirements and dimensions of items shown diagrammatically on Drawings. D. Review of Contract Documents and Field Conditions: Immediately on discovery of the need for clarification of the Contract Documents caused by differing field conditions outside the control of the Contractor, submit a request for information to Landscape Architect according to requirements in Division 01 Section"Project Management and Coordination." 3.3 CONSTRUCTION LAYOUT A. Verification: Before proceeding to lay out the Work, verify layout information shown on Drawings, in relation to the property survey and existing benchmarks. If discrepancies are discovered, notify Landscape Architect promptly. B. General: Engage a land surveyor to lay out the Work using accepted surveying practices. 1. Establish benchmarks and control points to set lines and levels at each story of construction and elsewhere as needed to locate each element of Project. 2. Establish dimensions within tolerances indicated. Do not scale Drawings to obtain required dimensions. 3. Inform installers of lines and levels to which they must comply. 4. Check the location,level and plumb,of every major element as the Work progresses. 5. Notify Landscape Architect when deviations from required lines and levels exceed allowable tolerances. 6. Close site surveys with an error of closure equal to or less than the standard established by authorities having jurisdiction. EXECUTION 017300-3 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid C. Site Improvements: Locate and lay out site improvements, including pavements, grading, fill and topsoil placement, utility slopes,and rim and invert elevations. D. Building Lines and Levels: Locate and lay out control lines and levels for structures, building foundations, column grids, and floor levels, including those required for mechanical and electrical work. Transfer survey markings and elevations for use with control lines and levels. Level foundations and piers from two or more locations. E. Record Log: Maintain a log of layout control work. Record deviations from required lines and levels. Include beginning and ending dates and times of surveys, weather conditions, name and duty of each survey party member, and types of instruments and tapes used. Make the log available for reference by Landscape Architect. 3.4 FIELD ENGINEERING A. Reference Points: Locate existing permanent benchmarks, control points, and similar reference points before beginning the Work. Preserve and protect permanent benchmarks and control points during construction operations. B. Benchmarks: Establish and maintain a minimum of two permanent benchmarks on Project site, referenced to data established by survey control points. Comply with authorities having jurisdiction for type and size of benchmark. 1. Record benchmark locations,with horizontal and vertical data, on Project Record Documents. C. Certified Survey: On completion of foundation walls, major site improvements, and other work requiring field-engineering services, prepare a certified survey showing dimensions, locations, angles, and elevations of construction and sitework. D. Final Property Survey: Engage a land surveyor to prepare a final property survey showing significant features (real property) for Project. Include on the survey a certification, signed by land surveyor, that principal metes, bounds, lines,and levels of Project are accurately positioned as shown on the survey. 1. Recording: At Substantial Completion, have the final property survey recorded by or with authorities having jurisdiction as the official"property survey." 3.5 INSTALLATION A. General: Locate the Work and components of the Work accurately, in correct alignment and elevation, as indicated. 1. Make vertical work plumb and make horizontal work level. 2. Where space is limited, install components to maximize space available for maintenance and ease of removal for replacement. 3. Conceal pipes, ducts, and wiring in finished areas, unless otherwise indicated. B. Comply with manufacturer's written instructions and recommendations for installing products in applications indicated. C. Install products at the time and under conditions that will ensure the best possible results. Maintain conditions required for product performance until Substantial Completion. EXECUTION 017300-4 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid D. Conduct construction operations so no part of the Work is subjected to damaging operations or loading in excess of that expected during normal conditions of occupancy. E. Tools and Equipment: Do not use tools or equipment that produce harmful noise levels. F. Templates: Obtain and distribute to the parties involved templates for work specified to be factory prepared and field installed. Check Shop Drawings of other work to confirm that adequate provisions are made for locating and installing products to comply with indicated requirements. G. Attachment: Provide blocking and attachment plates and anchors and fasteners of adequate size and number to securely anchor each component in place, accurately located and aligned with other portions of the Work. Where size and type of attachments are not indicated, verify size and type required for load conditions. 1. Mounting Heights: Where mounting heights are not indicated, mount components at heights directed by Landscape Architect. 2. Allow for building movement, including thermal expansion and contraction. 3. Coordinate installation of anchorages. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. H. Joints: Make joints of uniform width. Where joint locations in exposed work are not indicated, arrange joints for the best visual effect. Fit exposed connections together to form hairline joints. I. Hazardous Materials: Use products, cleaners, and installation materials that are not considered hazardous. 3.6 PROGRESS CLEANING A. General: Clean Project site and work areas daily, including common areas. Enforce requirements strictly. Dispose of materials lawfully. 1. Comply with requirements in NFPA 241 for removal of combustible waste materials and debris. 2. Do not hold waste materials more than seven days during normal weather or three days if the temperature is expected to rise above 80 deg F. 3. Containerize hazardous and unsanitary waste materials separately from other waste. Mark containers appropriately and dispose of legally,according to regulations. B. Site: Maintain Project site free of waste materials and debris. C. Work Areas: Clean areas where work is in progress to the level of cleanliness necessary for proper execution of the Work. 1. Remove liquid spills promptly. 2. Where dust would impair proper execution of the Work, broom-clean or vacuum the entire work area,as appropriate. D. Installed Work: Keep installed work clean. Clean installed surfaces according to written instructions of manufacturer or fabricator of product installed, using only cleaning materials specifically recommended. If specific cleaning materials are not recommended, use cleaning materials that are not hazardous to health or property and that will not damage exposed surfaces. EXECUTION 017300-5 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid E. Concealed Spaces: Remove debris from concealed spaces before enclosing the space. F. Exposed Surfaces in Finished Areas: Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at time of Substantial Completion. G. Waste Disposal: Do not bury or burn waste materials on-site. Do not wash waste materials down sewers or into waterways. H. During handling and installation, clean and protect construction in progress and adjoining materials already in place. Apply protective covering where required to ensure protection from damage or deterioration at Substantial Completion. I. Clean and provide maintenance on completed construction as frequently as necessary through the remainder of the construction period. Adjust and lubricate operable components to ensure operability without damaging effects. J. Limiting Exposures: Supervise construction operations to assure that no part of the construction, completed or in progress, is subject to harmful, dangerous, damaging, or otherwise deleterious exposure during the construction period. 3.7 STARTING AND ADJUSTING A. Start equipment and operating components to confirm proper operation. Remove malfunctioning units, replace with new units,and retest. B. Adjust equipment for proper operation. Adjust operating components for proper operation without binding. C. Test each piece of equipment to verify proper operation. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. D. Manufacturer's Field Service: Comply with qualification requirements in Division 01 Section "Quality Requirements." 3.8 PROTECTION OF INSTALLED CONSTRUCTION A. Provide final protection and maintain conditions that ensure installed Work is without damage or deterioration at time of Substantial Completion. B. Comply with manufacturer's written instructions for temperature and relative humidity. 3.9 CORRECTION OF THE WORK A. Repair or remove and replace defective construction. Restore damaged substrates and finishes. 1. Repairing includes replacing defective parts, refinishing damaged surfaces, touching up with matching materials, and properly adjusting operating equipment. B. Restore permanent facilities used during construction to their specified condition. C. Remove and replace damaged surfaces that are exposed to view if surfaces cannot be repaired without visible evidence of repair. EXECUTION 017300-6 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid D. Repair components that do not operate properly. Remove and replace operating components that cannot be repaired. E. Remove and replace chipped,scratched,and broken glass or reflective surfaces. END OF SECTION 017300 EXECUTION 017300-7 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid SECTION 017700-CLOSEOUT PROCEDURES PART 1 -GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements for Contract closeout,including,but not limited to,the following: 1. Substantial Completion procedures. 2. Final completion procedures. 3. Warranties. 4. Final cleaning. B. Related Requirements: 1. Section 017823 "Operation and Maintenance Data" for additional operation and maintenance manual requirements. 2. Section 017839 "Project Record Documents" for submitting Record Drawings, Record Specifications,and Record Product Data. 3. Section 017900 "Demonstration and Training" for requirements to train the Owner's maintenance personnel to adjust,operate, and maintain products,equipment, and systems. 1.2 ACTION SUBMITTALS A. Product Data: For each type of cleaning agent. B. Contractor's List of Incomplete Items: Initial submittal at Substantial Completion. C. Certified List of Incomplete Items: Final submittal at Final Completion. 1.3 CLOSEOUT SUBMITTALS A. Certificates of Release: From authorities having jurisdiction. B. Certificate of Insurance: For continuing coverage. C. Field Report: For pest-control inspection. 1.4 SUBSTANTIAL COMPLETION PROCEDURES A. Contractor's List of Incomplete Items: Prepare and submit a list of items to be completed and corrected (Contractors "punch list"), indicating the value of each item on the list and reasons why the Work is incomplete. B. Submittals Prior to Substantial Completion:Complete the following a minimum of 10 days prior to requesting inspection for determining date of Substantial Completion. List items below that are incomplete at time of request. CLOSEOUT PROCEDURES 017700-1 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid 1. Certificates of Release: Obtain and submit releases from authorities having jurisdiction, permitting Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates,and similar releases. 2. Submit closeout submittals specified in other Division 01 Sections, including Project Record Documents, operation and maintenance manuals,damage or settlement surveys, property surveys, and similar final record information. 3. Submit closeout submittals specified in individual Sections, including specific warranties, workmanship bonds, maintenance service agreements,final certifications,and similar documents. 4. Submit maintenance material submittals specified in individual Sections,including tools,spare parts, extra materials,and similar items, and deliver to location designated by Landscape Architect. Label with manufacturer's name and model number. 5. Submit testing,adjusting, and balancing records. 6. Submit sustainable design submittals not previously submitted. 7. Submit changeover information related to Owner's occupancy, use,operation,and maintenance. C. Procedures Prior to Substantial Completion: Complete the following a minimum of 10 days prior to requesting inspection for determining date of Substantial Completion. List items below that are incomplete at time of request. 1. Advise Owner of pending insurance changeover requirements. 2. Make final changeover of permanent locks and deliver keys to Owner.Advise Owners personnel of changeover in security provisions. 3. Complete startup and testing of systems and equipment. 4. Perform preventive maintenance on equipment used prior to Substantial Completion. 5. Instruct Owners personnel in operation, adjustment, and maintenance of products,equipment, and systems. Submit demonstration and training video recordings specified in Section 017900 "Demonstration and Training." 6. Advise Owner of changeover in utility services. 7. Participate with Owner in conducting inspection and walkthrough with local emergency responders. 8. Terminate and remove temporary facilities from Project site,along with mockups,construction tools, and similar elements. 9. Complete final cleaning requirements. 10. Touch up paint and otherwise repair and restore marred exposed finishes to eliminate visual defects. D. Inspection: Submit a written request for inspection to determine Substantial Completion a minimum of 10 days prior to date the Work will be completed and ready for final inspection and tests.On receipt of request, Landscape Architect will either proceed with inspection or notify Contractor of unfulfilled requirements. Landscape Architect will prepare the Certificate of Substantial Completion after inspection or will notify Contractor of items, either on Contractor's list or additional items identified by Landscape Architect, that must be completed or corrected before certificate will be issued. 1.5 FINAL COMPLETION PROCEDURES A. Submittals Prior to Final Completion: Before requesting final inspection for determining Final Completion, complete the following: 1. Submit a final Application for Payment in accordance with Section 012900"Payment Procedures." 2. Certified List of Incomplete Items: Submit certified copy of Landscape Architect's Substantial Completion inspection list of items to be completed or corrected(punch list),endorsed and dated by Landscape Architect. Certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance. CLOSEOUT PROCEDURES 017700-2 r Clark Condon City of Port Arthur Monument Signage October 2022 For Bid 3. Certificate of Insurance: Submit evidence of final, continuing insurance coverage complying with insurance requirements. 4. Submit pest-control final inspection report. B. Inspection:Submit a written request for final inspection to determine acceptance a minimum of 10 days prior to date the Work will be completed and ready for final inspection and tests.On receipt of request,Landscape Architect will either proceed with inspection or notify Contractor of unfulfilled requirements. Landscape Architect will prepare a final Certificate for Payment after inspection or will notify Contractor of construction that must be completed or corrected before certificate will be issued. 1.6 LIST OF INCOMPLETE ITEMS A. Organization of List: Include name and identification of each space and area affected by construction operations for incomplete items and items needing correction including, if necessary, areas disturbed by Contractor that are outside the limits of construction. 1. Organize items applying to each space by major element,including categories for ceilings,individual walls,floors,equipment,and building systems. 2. Include the following information at the top of each page: a. Project name. b. Date. c. Name of Landscape Architect. d. Name of Contractor. e. Page number. 3. Submit list of incomplete items in the following format: a. MS Excel Electronic File: Landscape Architect will return annotated file. b. PDF Electronic File: Landscape Architect will return annotated file. c. Web-Based Project Software Upload:Utilize software feature for creating and updating list of incomplete items(punch list). d. Three Paper Copies: Landscape Architect will return two copies. 1.7 SUBMITTAL OF PROJECT WARRANTIES A. Time of Submittal: Submit written warranties on request of Landscape Architect for designated portions of the Work where warranties are indicated to commence on dates other than date of Substantial Completion, or when delay in submittal of warranties might limit Owner's rights under warranty. B. Organize warranty documents into an orderly sequence based on the table of contents of Project Manual. C. Warranty Electronic File: Provide warranties and bonds in PDF format. Assemble complete warranty and bond submittal package into a single electronic PDF file with bookmarks enabling navigation to each item. Provide bookmarked table of contents at beginning of document. 1. Submit by email to Landscape Architect. D. Warranties in Paper Form: 1. Bind warranties and bonds in heavy-duty,three-ring,vinyl-covered, loose-leaf binders,thickness as necessary to accommodate contents,and sized to receive 8-112-by-11-inch paper. CLOSEOUT PROCEDURES 017700-3 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid E. Provide additional copies of each warranty to include in operation and maintenance manuals. PART 2-PRODUCTS 2.1 MATERIALS A. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces. 1. Use cleaning products that comply with Green Seal's GS-37, or if GS-37 is not applicable, use products that comply with the California Code of Regulations maximum allowable VOC levels. PART 3-EXECUTION 3.1 FINAL CLEANING A. Perform final cleaning. Conduct cleaning and waste-removal operations to comply with local laws and ordinances and Federal and local environmental and antipollution regulations. B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to condition expected in an average commercial building cleaning and maintenance program. Comply with manufacturer's written instructions. 1. Complete the following cleaning operations before requesting inspection for certification of Substantial Completion for entire Project or for a designated portion of Project: a. Clean Project site of rubbish,waste material,litter, and other foreign substances. b. Clean exposed exterior and interior hard-surfaced finishes to a dirt-free condition, free of stains, films, and similar foreign substances. Avoid disturbing natural weathering of exterior surfaces. Restore reflective surfaces to their original condition. c. Remove debris and surface dust from limited-access spaces, including roofs, plenums, shafts,trenches,equipment vaults, manholes,attics,and similar spaces. d. Clean flooring, removing debris, dirt, and staining; clean according to manufacturer's recommendations. e. Vacuum and mop concrete. f. Remove labels that are not permanent. g. Clean plumbing fixtures to a sanitary condition,free of stains, including stains resulting from water exposure. h. Clean luminaires,lamps, globes,and reflectors to function with full efficiency. i. Leave Project clean and ready for occupancy. 3.2 REPAIR OF THE WORK A. Complete repair and restoration operations required by Section 017300 "Execution" before requesting inspection for determination of Substantial Completion. END OF SECTION 017700 CLOSEOUT PROCEDURES 017700-4 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid SECTION 017839-PROJECT RECORD DOCUMENTS PART 1 -GENERAL 1.1 SUMMARY A. This Section includes administrative and procedural requirements for Project Record Documents, including the following: 1. Record Drawings. 2. Record Specifications. 3. Record Product Data. B. See Divisions 02 through 49 Sections for specific requirements for Project Record Documents of the Work in those Sections. 1.2 SUBMITTALS A. Record Drawings: Comply with the following: 1. Number of Copies: Submit 1 set of marked-up Record Prints. 2. Number of Copies: Submit copies of Record Drawings as follows: a. Submittal: Submit 1 set of marked-up Record Prints, and the following: 1) Record Transparencies: One set(s). 2) Record CAD Drawing Files and Plots: One set(s). 3) Copies printed from Record CAD Drawing Plots: Three. Print each Drawing, whether or not changes and additional information were recorded. PART 2-PRODUCTS 2.1 RECORD DRAWINGS A. Record Prints: Maintain one set of blue- or black-line white prints of the Contract Drawings and Shop Drawings. 1. Preparation: Mark Record Prints to show the actual installation where installation varies from that shown originally. Require individual or entity who obtained record data,whether individual or entity is Installer,subcontractor,or similar entity,to prepare the marked-up Record Prints. a. Give particular attention to information on concealed elements that would be difficult to identify or measure and record later. b. Record data as soon as possible after obtaining it. Record and check the markup before enclosing concealed installations. 2. Mark the Contract Drawings or Shop Drawings, whichever is most capable of showing actual physical conditions, completely and accurately. If Shop Drawings are marked, show cross- reference on the Contract Drawings. 3. Mark record sets with erasable, red-colored pencil. Use other colors to distinguish between changes for different categories of the Work at same location. PROJECT RECORD DOCUMENTS 017839-1 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid 4. Note Construction Change Directive numbers, alternate numbers, Change Order numbers, and similar identification,where applicable. B. Format: Identify and date each Record Drawing; include the designation "PROJECT RECORD DRAWING"in a prominent location. 1. Record Prints: Organize Record Prints and newly prepared Record Drawings into manageable sets. Bind each set with durable paper cover sheets. Include identification on cover sheets. 2. Identification: As follows: a. Project name. b. Date. c. Designation"PROJECT RECORD DRAWINGS." d. Name of Landscape Architect. e. Name of Contractor. 2.2 MISCELLANEOUS RECORD SUBMITTALS A. Assemble miscellaneous records required by other Specification Sections for miscellaneous record keeping and submittal in connection with actual performance of the Work. Bind or file miscellaneous records and identify each, ready for continued use and reference. PART 3-EXECUTION 3.1 RECORDING AND MAINTENANCE A. Recording: Maintain one copy of each submittal during the construction period for Project Record Document purposes. Post changes and modifications to Project Record Documents as they occur;do not wait until the end of Project. B. Maintenance of Record Documents and Samples: Store Record Documents and Samples in the field office apart from the Contract Documents used for construction. Do not use Project Record Documents for construction purposes. Maintain Record Documents in good order and in a clean, dry, legible condition, protected from deterioration and loss. Provide access to Project Record Documents for Landscape Architect's reference during normal working hours. END OF SECTION 017839 PROJECT RECORD DOCUMENTS 017839-2 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid SECTION 024119-SELECTIVE STRUCTURE DEMOLITION PART 1 -GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Demolition and removal of selected portions of building or structure. 2. Demolition and removal of selected site elements. 3. Salvage of existing items to be reused or recycled. B. See Division 31 Section "Site Clearing" for site clearing and removal of above- and below-grade improvements. 1.2 DEFINITIONS A. Remove: Detach items from existing construction and legally dispose of them off-site, unless indicated to be removed and salvaged or removed and reinstalled. B. Remove and Salvage: Detach items from existing construction and deliver them to Owner. C. Remove and Reinstall: Detach items from existing construction, prepare them for reuse, and reinstall them where indicated. D. Existing to Remain: Existing items of construction that are not to be removed and that are not otherwise indicated to be removed, removed and salvaged,or removed and reinstalled. 1.3 SUBMITTALS A. Schedule of Selective Demolition Activities: Indicate detailed sequence of selective demolition and removal work, with starting and ending dates for each activity, interruption of utility services, use of elevator and stairs, and locations of temporary partitions and means of egress. B. Predemolition Photographs: Show existing conditions of adjoining construction and site improvements, including finish surfaces, that might be misconstrued as damage caused by selective demolition operations. Comply with Division 01 Section"Photographic Documentation."Submit before Work begins. C. Landfill Records: Indicate receipt and acceptance of hazardous wastes by a landfill facility licensed to accept hazardous wastes. 1. Comply with submittal requirements in Division 01 Section "Construction Waste Management and Disposal." 1.4 QUALITY ASSURANCE A. Demolition Firm Qualifications: An experienced firm that has specialized in demolition work similar in material and extent to that indicated for this Project. SELECTIVE STRUCTURE DEMOLITION 024119-1 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid B. Refrigerant Recovery Technician Qualifications: Certified by an EPA-approved certification program. C. Regulatory Requirements: Comply with governing EPA notification regulations before beginning selective demolition. Comply with hauling and disposal regulations of authorities having jurisdiction. D. Standards: Comply with ANSI A10.6 and NFPA 241. E. Predemolition Conference: Conduct conference at Project site. 1.5 PROJECT CONDITIONS A. Owner will occupy portions of building immediately adjacent to selective demolition area. Conduct selective demolition so Owner's operations will not be disrupted. B. Conditions existing at time of inspection for bidding purpose will be maintained by Owner as far as practical. C. Notify Landscape Architect of discrepancies between existing conditions and Drawings before proceeding with selective demolition. D. Hazardous Materials: It is not expected that hazardous materials will be encountered in the Work. 1. If materials suspected of containing hazardous materials are encountered, do not disturb; immediately notify Landscape Architect and Owner. Owner will remove hazardous materials under a separate contract. E. Hazardous Materials: It is unknown whether hazardous materials will be encountered in the Work. 1. If materials suspected of containing hazardous materials are encountered, do not disturb; immediately notify Landscape Architect and Owner. Owner will remove hazardous materials under a separate contract. F. Hazardous Materials: Hazardous materials are present in construction to be selectively demolished. A report on the presence of hazardous materials is on file for review and use. Examine report to become aware of locations where hazardous materials are present. 1. Hazardous material remediation is specified elsewhere in the Contract Documents. 2. Do not disturb hazardous materials or items suspected of containing hazardous materials except under procedures specified elsewhere in the Contract Documents. G. Storage or sale of removed items or materials on-site is not permitted. H. Utility Service: Maintain existing utilities indicated to remain in service and protect them against damage during selective demolition operations. 1. Maintain fire-protection facilities in service during selective demolition operations. 1.6 WARRANTY A. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or damaged during selective demolition, by methods and with materials so as not to void existing warranties. SELECTIVE STRUCTURE DEMOLITION 024119-2 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid PART 2-PRODUCTS 2.1 PEFORMANCE REQUIREMENTS A. Regulatory Requirements: Comply with governing EPA notification regulations before beginning selective demolition. Comply with hauling and disposal regulations of authorities having jurisdiction. B. Standards: Comply with ANSI/ASSE A10.6 and NFPA 241. PART 3-EXECUTION 3.1 EXAMINATION A. Verify that utilities have been disconnected and capped. B. Survey existing conditions and correlate with requirements indicated to determine extent of selective demolition required. C. Inventory and record the condition of items to be removed and reinstalled and items to be removed and salvaged. D. When unanticipated mechanical, electrical, or structural elements that conflict with intended function or design are encountered, investigate and measure the nature and extent of conflict. Promptly submit a written report to Landscape Architect. E. Engage a professional engineer to survey condition of building to determine whether removing any element might result in structural deficiency or unplanned collapse of any portion of structure or adjacent structures during selective demolition operations. F. Survey of Existing Conditions: Record existing conditions by use of measured drawings and preconstruction photographs. 1. Comply with requirements specified in Division 01 Section"Photographic Documentation." G. Perform surveys as the Work progresses to detect hazards resulting from selective demolition activities. 3.2 UTILITY SERVICES AND MECHANICAL/ELECTRICAL SYSTEMS A. Existing Services/Systems: Maintain services/systems indicated to remain and protect them against damage during selective demolition operations. B. Service/System Requirements: Locate, identify, disconnect, and seal or cap off indicated utility services and mechanical/electrical systems serving areas to be selectively demolished. 1. Arrange to shut off indicated utilities with utility companies. 2. If services/systems are required to be removed, relocated, or abandoned, before proceeding with selective demolition provide temporary services/systems that bypass area of selective demolition and that maintain continuity of services/systems to other parts of building. 3. Cut off pipe or conduit in walls or partitions to be removed. Cap,valve, or plug and seal remaining portion of pipe or conduit after bypassing. SELECTIVE STRUCTURE DEMOLITION 024119-3 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid 3.3 PREPARATION A. Site Access and Temporary Controls: Conduct selective demolition and debris-removal operations to ensure minimum interference with roads, streets,walks, walkways, and other adjacent occupied and used facilities. 1. Comply with requirements for access and protection specified in Division 01 Section "Temporary Facilities and Controls." B. Temporary Facilities: Provide temporary barricades and other protection required to prevent injury to people and damage to adjacent buildings and facilities to remain. C. Temporary Shoring: Provide and maintain shoring, bracing, and structural supports as required to preserve stability and prevent movement, settlement, or collapse of construction and finishes to remain, and to prevent unexpected or uncontrolled movement or collapse of construction being demolished. 3.4 SELECTIVE DEMOLITION A. General: Demolish and remove existing construction only to the extent required by new construction and as indicated. Use methods required to complete the Work within limitations of governing regulations and as follows: 1. Neatly cut openings and holes plumb, square, and true to dimensions required. Use cutting methods least likely to damage construction to remain or adjoining construction. Use hand tools or small power tools designed for sawing or grinding, not hammering and chopping, to minimize disturbance of adjacent surfaces. Temporarily cover openings to remain. 2. Cut or drill from the exposed or finished side into concealed surfaces to avoid marring existing finished surfaces. 3. Do not use cutting torches until work area is cleared of flammable materials. At concealed spaces, such as duct and pipe interiors,verify condition and contents of hidden space before starting flame- cutting operations. Maintain fire watch and portable fire-suppression devices during flame-cutting operations. 4. Locate selective demolition equipment and remove debris and materials so as not to impose excessive loads on supporting walls,floors,or framing. 5. Dispose of demolished items and materials promptly. B. Reuse of Building Elements: Project has been designed to result in end-of-Project rates for reuse of building elements as follows. Do not demolish building elements beyond what is indicated on Drawings without Landscape Architect's approval. C. Removed and Salvaged Items: 1. Clean salvaged items. 2. Pack or crate items after cleaning. Identify contents of containers. 3. Store items in a secure area until delivery to Owner. 4. Transport items to Owner's storage area off-site designated by Owner. 5. Protect items from damage during transport and storage. D. Removed and Reinstalled Items: 1. Clean and repair items to functional condition adequate for intended reuse. Paint equipment to match new equipment. SELECTIVE STRUCTURE DEMOLITION 024119-4 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid 2. Pack or crate items after cleaning and repairing. Identify contents of containers. 3. Protect items from damage during transport and storage. 4. Reinstall items in locations indicated. Comply with installation requirements for new materials and equipment. Provide connections, supports, and miscellaneous materials necessary to make item functional for use indicated. E. Existing Items to Remain: Protect construction indicated to remain against damage and soiling during selective demolition. When permitted by Landscape Architect, items may be removed to a suitable, protected storage location during selective demolition and reinstalled in their original locations after selective demolition operations are complete. 3.5 DISPOSAL OF DEMOLISHED MATERIALS A. General: Except for items or materials indicated to be recycled, reused, salvaged, reinstalled, or otherwise indicated to remain Owner's property, remove demolished materials from Project site and legally dispose of them in an EPA-approved landfill. 1. Comply with requirements specified in Division 01 Section "Construction Waste Management and Disposal." B. Burning: Do not burn demolished materials. C. Disposal: Transport demolished materials off Owner's property and legally dispose of them. 3.6 BACKFILL A. Backfill holes in accordance with specification sections governing materials indicated on Drawings. Where no material is indicated, backfill with approved borrow and compact to density of adjacent soil. B. Do not backfill with material from demolition unless approved by Owner's Representative. 3.7 DISPOSAL OF WASTE A. General: Except for items or materials to be salvaged, recycled, or otherwise reused, remove waste materials from Project site and legally dispose of them in a landfill or incinerator acceptable to authorities having jurisdiction. 1. Do not allow waste materials that are to be disposed of accumulate on-site. 2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. 3. Remove debris from elevated portions of building by chute, hoist, or other device that will convey debris to grade level in a controlled descent. 4. Comply with requirements specified in Division 01 Section "Construction Waste Management and Disposal. B. Burning: Do not burn waste materials. C. Disposal: Transport waste materials off Owner's property and legally dispose of them. SELECTIVE STRUCTURE DEMOLITION 024119-5 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid 3.8 CLEANING A. Clean adjacent structures and improvements of dust, dirt, and debris caused by selective demolition operations. Return adjacent areas to condition existing before selective demolition operations began. END OF SECTION 024119 SELECTIVE STRUCTURE DEMOLITION 024119-6 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid SECTION 311000-SITE CLEARING;TREE REMOVAL&TREATMENT PART 1 -GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Removing existing trees, shrubs,groundcovers, plants,and grass. 2. Clearing and grubbing. 3. Selective clearing. 1.2 MATERIAL OWNERSHIP A. Except for stripped topsoil or other materials indicated to remain Owners property, cleared materials shall become Contractors property and shall be removed from Project site. 1.3 PROJECT CONDITIONS A. Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent occupied or used facilities during site-clearing operations. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. 2. Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. B. Salvable Improvements: Carefully remove items indicated to be salvaged and store on Owner's premises where indicated. C. Utility Locator Service: Notify utility locator service for area where Project is located before site clearing. D. Do not commence site clearing operations until temporary erosion and sedimentation control measures are in place. E. Drawings assume tree survey is accurate. Contractor shall notify the Owner's Representative if existing tree locations differ from locations represented on drawings. F. Existing tree and vegetation conditions beyond tree protection fence shall remain undisturbed by Contractor. G. Contractor shall not allow any vehicular traffic, parking of vehicles or stockpiling of excavated material or construction material beyond the tree protection fence, or in any tree preservation areas as defined on the drawings. 1.4 QUALITY ASSURANCE A. Retain and pay for services of qualified tree surgeon for tree pruning. Contractor shall not have less than 5 years experience in this field. SITE CLEARING;TREE REMOVAL&TREATMENT 311000-1 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid PART 2-PRODUCTS-Not Applicable PART 3-EXECUTION 3.1 PREPARATION A. Contractor and all sub-contractors shall attend a preconstruction meeting given by the Owner's Representative to review tree preservation requirements for the construction process. B. Owner's Representative will provide clearing staking one time only. Additional staking shall be at the expense of Contractor. C. Owner's Representative will review clearing staking prior to clearing and may make adjustments to locations. D. Site preparation work shall not begin in any area where tree preservation measures have not been completed and approved as designated on the drawings. E. Protect and maintain benchmarks and survey control points from disturbance during construction. F. Locate and clearly flag trees and vegetation to remain or to be relocated. G. Protect existing site improvements to remain from damage during construction. 1. Restore damaged improvements to their original condition,as acceptable to Owner. 3.2 UTILITIES A. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated: 1. Notify Landscape Architect not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without Landscape Architect's written permission. 3.3 TREE REMOVAL A. Proceed with tree removal in a systematic and safe manner. Protect adjacent trees from damage or scarring from felled trees. Protect existing improvements on site and adjacent sites. Remove all trash and debris created by tree removal from site. Dispose of properly. B. Because of limited construction zone, some trees to be removed may require topping in order to prevent damage to preservation trees and fencing. These trees shall be topped and felled to the ground in a safe manner. C. Remove stumps to a minimum of 2 foot below natural grade. "Pop" pine stumps to remove taproot to a minimum 3-foot depth. D. Backfill tree hole with approved topsoil,fine grade and hydromulch SITE CLEARING;TREE REMOVAL&TREATMENT 311000-2 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid 3.4 CLEARING A. Perform clearing to limits shown on drawings only. Clearing shall include complete removal of all trees(as approved by the Owner) and other vegetation and all natural or manmade materials and debris from the cleared area. Do not operate outside the clearing limits without prior specific approval of Owner's Representative. B. Proceed with tree removal in a systematic and safe manner. Protect tree protection fencing and adjacent trees from damage or scarring from felled trees. Protect existing improvements on site and adjacent sites. Remove all trash and debris created by tree removal from site. Dispose of properly. C. Trees may be cleared with methods as approved by Owner's Representative. D. Because of limited construction zone, some trees to be removed may require topping in order to prevent damage to preservation trees and fencing. These trees shall be topped and felled to the ground in a safe manner. E. Remove stumps to a minimum 2 foot below natural grade. "Pop" pine stumps to remove taproot to a minimum 3-foot depth. 3.5 UNDERSTORY CLEARING A. Special Understory Clearing shall be performed as necessary to provide visibility through wooded areas where shown on drawings. Contractor shall remove all dead and deleterious material, all trash, all trees and shrubs less than 3"cal. Clear and clean ground plane. Clear and trim all trees to provide minimum 7' -0"of clearance from ground plane. 3.6 CLEAN-UP&TREATMENT A. Contractor shall chip and remove all cleared material from project site. On-site burning of material will not be allowed. B. Contractor shall chip debris from pruning/trimming operations. All chips produced from the trimming operation shall be blown on or spread over understory clearing as directed by the Owner's Representative. Depth of chips shall not exceed 2 inches in any area. 3.7 REPAIR AND REPLACEMENT OF TREES A. If any damage to preservation trees should occur beyond what is expected during the construction period, the Owner's Representative shall appraise the damage and order the repair by the Contractor or responsible party. END OF SECTION 311000 SITE CLEARING;TREE REMOVAL&TREATMENT 311000-3 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid SECTION 311100-SITE PREPARATION PART 1 -GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Visit site to ascertain actual conditions and items related to the work of this section. 2. Provide necessary protection for persons, existing buildings, improvements, utilities and property including tree protection fencing. 3. Remove and grub all vegetation, noted on the drawings. 4. Demolition and removal of above and below grade improvements as required for new work, including but not limited to existing paving walk,shell material,etc. 5. Mobilization of equipment at the site. 6. Providing requirements for personnel and facilities. 7. Securement of any temporary traffic channelizing devices required for the safe construction of this project. 8. Removing above-and below-grade site improvements. 9. Disconnecting and capping or sealing site utilities. 1.2 MATERIAL OWNERSHIP A. Except for stripped topsoil or other materials indicated to remain Owner's property, cleared materials shall become Contractor's property and shall be removed from Project site. 1.3 PROJECT CONDITIONS A. Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent occupied or used facilities during site-clearing operations. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. 2. Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. B. Salvable Improvements: Carefully remove items indicated to be salvaged and store on Owner's premises where indicated. C. Utility Locator Service: Notify utility locator service for area where Project is located before site clearing. D. Do not commence site clearing operations until temporary erosion and sedimentation control measures are in place. E. Contractor shall provide access to utility owners, and others as designated, to the Work site at all times to relocate, service, and inspect their facilities. The Contractor shall cooperate with utility owners and others in facilitating such work so as not to delay the Work of this Contract. SITE PREPARATION 311100-1 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid 1.4 CONTINUITY OF SERVICE A. Contractor shall ensure continuity of utility service and shall maintain, in a safe and satisfactory operating condition,all overhead,surface and subsurface utilities. PART 2-PRODUCTS-Not Applicable PART 3-EXECUTION 3.1 PREPARATION A. Protect and maintain benchmarks and survey control points from disturbance during construction. B. Locate and clearly flag trees and vegetation to remain or to be relocated. C. Protect existing site improvements to remain from damage during construction. 1. Restore damaged improvements to their original condition,as acceptable to Owner. D. The location of staging areas and equipment shall be subject to the approval of the Owners Representative and shall be a site close to that portion of the Work for which such items will be used. E. The Contractor may,at their discretion, erect a temporarily fenced area for securing equipment, materials, etc. as directed by the Owners Representative. Owner will not assume any responsibility for security of any materials, equipment, etc.during construction of the project. 3.2 TEMPORARY TRAFFIC A. Temporary traffic channelizing devices shall be installed in accordance with the requirements of Part VI of the TxDOT manual on Uniform Traffic Control Devices for Streets and Highways. B. Contractor shall submit their request and plan for temporarily channelizing traffic to Owners Representative and Owner for approval as appropriate. C. Devices shall be maintained as necessary during the course of the Work and shall be removed from the Site when no longer needed,or as otherwise directed by Owners Representative to Owner. 3.3 CONSTRUCTION VEHICULAR TRAFFIC A. Construction vehicular traffic shall be restricted to routes approved by Owners Representative and Owner. 3.4 PEDESTRIAN TRAFFIC A. Whenever pedestrian circulation is interrupted, flashing warning lights shall be employed to alert pedestrians. SITE PREPARATION 311100-2 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid 3.5 UTILITIES A. Locate, identify,disconnect, and seal or cap off utilities indicated to be removed. 1. Arrange with utility companies to shut off indicated utilities. B. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated: 1. Notify Landscape Architect not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without Landscape Architect's written permission. 3.6 SITE IMPROVEMENTS A. Remove existing above- and below-grade improvements as indicated and as necessary to facilitate new construction. 3.7 DISPOSAL A. Disposal: Remove surplus soil material, unsuitable topsoil,obstructions, demolished materials,and waste materials including trash and debris, and legally dispose of them off Owner's property. 1. Separate recyclable materials produced during site clearing from other nonrecyclable materials. Store or stockpile without intermixing with other materials and transport them to recycling facilities. 3.8 CLEANUP A. Cleanup all debris caused by the work of this Section, keeping the premises clean and neat at all times. END OF SECTION 311000 SITE PREPARATION 311100-3 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid SECTION 311200—TREE&PLANT PROTECTION PART 1 -GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Protecting existing trees, shrubs, and groundcovers to remain. 1.2 MATERIAL OWNERSHIP A. Except for materials indicated to remain Owner's property, cleared materials shall become Contractor's property and shall be removed from Project site. 1.3 PROJECT CONDITIONS A. Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent occupied or used facilities during site-clearing operations. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. 2. Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. 3. Drawings assume tree survey is accurate. Contractor shall notify the Owner's Representative is existing tree locations differ from locations represented on drawings. 4. Existing tree and vegetation conditions beyond tree protection fence shall remain undisturbed by Contractor. 5. Contractor shall not allow any vehicular traffic, parking of vehicles or stockpiling of excavated material or construction material beyond the tree protection fence,or in any tree preservation areas as defined on the drawings. PART 2-PRODUCTS 2.1 TREE PROTECTION FENCING A. Tree protection fencing shall be plastic polymer safety fence, 4' ht., Model BX2050 Safety Grid, manufactured by the Tensar Corporation, Morrow, GA 30260, or approved equal. Color shall be high visibility orange. Stakes for fencing shall be T-posts 6', 7' length, driven a minimum of 2' into the ground. Posts shall be spaced 8'o.c. maximum. B. Sedimentation barrier fabric:Woven silt fence sedimentation barrier fabric. PART 3-EXECUTION 3.1 TREE PROTECTION FENCING A. Contractor and all sub-contractors shall attend a preconstruction seminar given by the Owner's Representative to review tree preservation requirements for the construction process. TREE&PLANT PROTECTION 311200-1 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid B. Fencing shall be installed at the tree protection areas indicated on the Drawings. Fencing shall be installed at the drip line of trees to be protected, unless otherwise approved by the Owner. C. Owners Representative will review tree protection fencing prior to clearing and may make adjustments to locations of tree protection fence and location of root pruning trenching. D. Site preparation work shall not begin in any area where tree preservation measures have not been completed and approved as designated on the drawings. 3.2 TREE PROTECTION A. Preserve and protect existing trees and plants to remain from foliage, branch, trunk or root damage that could result from construction operations. Review with Owner and Landscape Architect prior to start of construction operations. B. Prevent the following types of damage: 1. Compaction of root zone by foot or vehicular traffic,or material storage. 2. Trunk damage from equipment operations, material storage,or from nailing or bolting. 3. Trunk and branch damage caused by ropes or guy wires. 4. Root poisoning from spilled solvents, gasoline, paint and other noxious materials. 5. Branch damage due to improper pruning or trimming. 6. Damaged from lack of water due to: Cutting or altering natural water migration patterns near root zones. 7. Damage from alteration of soil pH factor caused by depositing lime, concrete, plaster or other base materials near roots. 8. Cutting of roots larger than 1-1/2 inches in diameter. 3.3 DAMAGE ASSESSMENT A. When trees other than those designated for removal are destroyed or badly damaged as a result of construction operations, remove and replace with same size, species and variety up to and including 8 inches in trunk diameter. Tree larger than 8 inches in diameter shall be replaced with an 8 inch diameter tree of the same species and variety, and total contract amount will be reduced by an amount determined as follows-formula: D x D x.78 x$28.00 where D is diameter in inches of tree and shrub trunk measured 12 inches above grade. 3.4 MAINTENANCE A. Fence 1. All fencing shall be maintained upright, straight and level, having a neat and uniform appearance during the construction period. Upon completion of the project all fence material shall be removed from the site and post holes filled and graded. B. Plant Material 1. Contractor shall regularly water and maintain existing trees and plants to remain. END OF SECTION 311200 TREE&PLANT PROTECTION 311200-2 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid SECTION 321425-GRAVELS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and General Provisions of contract, including General and Supplementary Conditions and all applicable specification sections,apply to this section. 1.2 GENERAL DESCRIPTION OF THE WORK OF THIS SECTION A. Provide labor, materials, equipment and appliances necessary to install and complete gravel material in accordance with Contract Documents. B. Work shall include, but not necessarily by limited to, compaction of Subgrade, installation of reinforced confinement system, installation of edge treatment and installation of gravel material. 1.3 RELATED WORK OF OTHER SECTIONS A. Coordinate work of this section with work of other sections as required to properly execute the work and as necessary to maintain satisfactory progress of the work of other sections. 1.4 QUALITY ASSURANCE A. The Contractor is responsible for correction of work which does not conform to the specified requirements, including strength,tolerances and colors. Correct deficient materials as directed by Owner. B. Installer: a firm with a minimum of three (3)years experience in the successful installation of similar work in similar quantities. Firm must provide Owner a list of jobs completed which can be inspected by Owner or Owner's Representative. A minimum of two (2) of these completed jobs must be located in the area similar to the job. 1.5 SUBMITTALS A. Product Data: Submit manufacturer's product data with application and installation instructions for all materials and items. B. Samples: Submit samples of the following material in a full range of colors, textures, finishes, and sizes specified: 1. Gravel Material 2. Weed barrier fabric. 1.6 WARRANTY A. Warrant the work specified herein for 2 years against becoming unserviceable or causing an objectionable appearance resulting from either defective or non-conforming materials and workmanship. B. Defects shall include, but shall not be limited to settling. GRAVELS 321425-1 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid 1.7 PRODUCT HANDLING A. Material shall be delivered and stockpiled at job site at a location agreed upon with the Landscape Architect and Owner. 1.8 MOCK-UPS A. Contractor to provide onsite,for approval by Owner's Representative, a mockup to demonstrate aesthetics and workmanship and set the quality standards for materials and execution. Mock-up is to be approved by Owner's Representative prior to commencement of work. 1. The first 4'x 4'section of gravel area shall be considered the mock-up. PART 2-PRODUCTS 2.1 MATERIALS A. Antique Grey Granite Gravel: Reference drawings for size. B. Weed Barrier: Woven soil separator/weed barrier to be installed on the path system shall be Pro 5 Weed Barrier as manufactured by DeWitt Company. PART 3-EXECUTION 3.1 DELIVERY AND STORAGE A. Promptly notify the Owner in advance of the time of delivery of the decomposed granite material. 3.2 PREPARATION A. Review the site and related drawings for ground areas to receive gravel work and obtain approval of the Owner before work is begun. B. In order to minimize conflict, locate all existing utilities prior to beginning work. 3.3 INSTALLATION A. General 1. Installation should start from one end and proceed forward over the undisturbed laying course. 2. Work shall be level and true to line and grade; shall be installed properly to coincide and align with adjacent work and elevations. All edges must be retained as per Detail. 3. Gravel shall be installed at the depth and layers per the drawings. END OF SECTION 321425 GRAVELS 321425-2 Y Clark Condon City of Port Arthur Monument Signage October 2022 For Bid SECTION 328400-PLANTING IRRIGATION PART 1 -GENERAL 1.1 SUMMARY A. This Section includes piping, valves, sprinklers, accessories, controls, and wiring for an automatically control irrigation system. 1.2 DEFINITIONS A. Irrigation Lateral Lines: Downstream from control valves to sprinklers, specialties, and drain valves. Piping is under pressure during flow. B. Irrigation Main Piping: Downstream from point of connection to water distribution piping to, and including, control valves. Piping is under water-distribution-system pressure. 1.3 SUBMITTALS A. Product Data: Include pressure ratings, rated capacities, and settings of selected models for the following: 1. Control valves. 2. Sprinkler heads and emission devices. 3. Irrigation controller. 4. Pipe and fittings. 5. Wire and connectors. 6. Solvents. 7. Valve boxes. B. Evidence of State of Texas irrigation license and required experience. C. Operation and maintenance instructions. D. Spares and Special Tools—Provide Owner with 2 spare sprinkler heads of each size and type. 1.4 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction,and marked for intended use. B. Installer— Installation of Irrigation System installation shall be performed under the direction of a State of Texas licensed irrigator with not less than 5 years experience in this type of work. 1.5 PRODUCT DELIVERY AND HANDLING A. Materials shall be delivered in manufacturer's unopened packaging labeled to indicate manufacturer's name and product identification. Ensure that packaging and labeling remain intact until installation. Materials shall be stored protected from the elements, including direct sunlight. PLANTING IRRIGATION 328400-1 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid B. Pipes shall be handled so as to prevent being damaged and to maintain their straightness. Pipe ends shall be wrapped. Pipes shall be stored on beds the full length of the pipes. Damaged or dented pipes or fittings shall not be used. PART 2-PRODUCTS 2.1 PIPES,TUBES,AND FITTINGS A. Soft Copper Tube: ASTM B 88,Type L(ASTM B 88M,Type B),water tube, annealed temper. 1. Copper Pressure Fittings: ASME B16.18, cast-copper-alloy or ASME B16.22, wrought-copper, solder-joint fittings. Furnish wrought-copper fittings if indicated. 2. Copper Unions: MSS SP-123, cast-copper-alloy, hexagonal-stock body, with ball-and-socket, metal-to-metal seating surfaces and solder-joint or threaded ends. B. Hard Copper Tube: ASTM B 88,Type K,water tube,drawn temper. 1. Copper Pressure Fittings: ASME B16.18, cast-copper-alloy or ASME B16.22, wrought- copper, solder-joint fittings. Furnish wrought-copper fittings if indicated. 2. Copper Unions: MSS SP-123, cast-copper-alloy, hexagonal-stock body, with ball-and-socket, metal-to-metal seating surfaces and solder-joint or threaded ends. C. Mainline PVC Pipe: ASTM D 1785, PVC 1120 compound, Class 200. 1. PVC Socket Fittings, Schedule 40: ASTM D 2466. D. Irrigation Lateral Line Pipe 1. Pipes%inch diameter and larger: ASTM D 2231, PVC, 1120 or 1220, SDR 21.0, 200 PSI 2. Pipes IA inch diameter: ASTM D 2241, PVC, 1120 or 1220,SDR 13.5,315 PSI E. FITTINGS FOR SOLVENT WELDED JOINTS 1. Schedule 40: ASTM D 2466 F. FITTINGS FOR THREADED JOINTS 1. ASTM D 2466, PVC, Schedule 40 2.2 GENERAL-DUTY VALVES A. Bronze Gate Valves shall be MSS SP-80, Class 125, Type 1, nonrising-stem, bronze body with solid wedge,threaded ends, and malleable-iron handwheel. 2.3 REMOTE CONTROL VALVES A. Plastic Automatic Control Valves shall be molded-plastic body, normally closed, diaphragm type with manual flow adjustment,and operated by 24-V ac solenoid. B. Quick-Couplers shall be factory-fabricated, bronze or brass, two-piece assembly. Include coupler water- seal valve; removable upper body with spring-loaded or weighted, purple rubber-covered cap; hose swivel with ASME B1.20.7, 3/4-11.5NH threads for garden hose on outlet;and operating key. I PLANTING IRRIGATION 328400-2 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid C. Remote Control-Valve Boxes: Box and cover, with open bottom and openings for piping; designed for installing flush with grade. Include size as required for valves and service. 1. Valve boxes shall be heavy duty plastic 17 inch by 11-3/4 inch by 12 inch depth, black with black cover. Valve box shall be Series 1419, non-hinged, non-bolt cover, by Carson Industries, Inc., 1925 Street,LaVerne,CA 91750, 213-732-6265,or approved equal. 2. Valve boxes shall be heavy duty plastic 17 inch by 11-3/4 inch by 12 inch depth, purple with purple cover. Valve box shall be Series 1419, non-hinged, non-bolt cover, by Carson Industries, Inc., 1925 Street,LaVerne,CA 91750, 213-732-6265,or approved equal. 3. Valve boxes shall be precast concrete with compressive strength of concrete in exces of 4000 psi. Valve box shall be approximately 14 5/8"by 193/4"with bolt down cast iron traffic cover. Valve box shall be 36-T, by Brooks Products,or approved equal. D. Gate Valve and Control Wire Splice Boxes 1. Control wire splice boxes shall be heavy duty plastic 10 inch diameter by 10-1/4 inch deep, black with black cover, No.910-12B, by Carson Industries, Inc.or approved equal. 2. Valve boxes for quick couplers, wire splices and gate valves shall be precast concrete with compressive strength of concrete in excess of 4000 psi. Valve box shall be 12 IA inch diameter by 10-1/2 inch deep, with cast iron cover. Valve box shall be No. 101, by Brooks Products, Inc. or approved equal. E. Drainage Bacilli!: Cleaned gravel or crushed stone,graded from 3/8 inch minimum to 1 inch maximum. 2.4 SPRINKLERS A. Description: Brass or plastic housing and corrosion-resistant interior parts designed for uniform coverage over entire spray area indicated,at available water pressure shall include. 1. Flush,Surface Sprinklers: Fixed pattern,with screw-type flow adjustment. 2. Bubblers: Fixed pattern,with screw-type flow adjustment. 3. Shrubbery Sprinklers: Fixed pattern,with screw-type flow adjustment. 4. Pop-up, Spray Sprinklers: Fixed pattern, with screw-type flow adjustment and stainless-steel retraction spring. 2.5 SPRINKLER SPECIALTIES A. Strainer/Filter Units: Brass or plastic housing, with corrosion-resistant internal parts; of size and capacity required for devices downstream from unit. B. Emitters: PE or vinyl body. 1. Single-Outlet Emitters: To deliver the following flow at approximately 20 psig: a. Flow: 1 gph. b. Tubing Size: '/1' ID. 2. Outlet Caps: Plastic,for outlets without tubing. C. Drip Tubes: 17mm, flexible PE or PVC tubing for emitters and other devices, of length indicated and with plugged end. PLANTING IRRIGATION 328400-3 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid 2.6 CONTROLLER(S) A. Controller(s)shall be as noted on the plans. 1. A/C Controllers shall operate on a minimum of 117 volts A.C. input power and be capable of operating 24 volt A.C.electric remote control valves. Controller shall have a reset circuit breaker to protect it from power overload. 2. The controller shall have the specified number of stations. Each station shall have a time setting knob capable of being set for incrementally variable timing or set to omit the station from the irrigation cycle. 3. Controller shall have a 365 day calendar, event day off,water budget, cycle and soak and a master "on-off'switch. 4. Controller shall have a UL-listed 24V AC transformer. All station wiring shall be color-coded with section indicator key visibly imprinted. 5. Operation instructions and location of water source supplying system shall be printed on face of controller. Section location chart shall be placed inside cabinet door. 6. DC controllers shall include latching solenoids for each electric valve. 2.7 WIRING 1. Feeder-Circuit Cables: No. 12 AWG minimum fo NC powered units. 2. Low-Voltage, Branch-Circuit Cables: No. 14 AWG minimum, between controllers and automatic control valves; color-coded different from feeder-circuit-cable jacket color; with jackets of different colors for multiple-cable installation in same trench. 3. Splicing Materials: Manufacturer's packaged kit consisting of insulating, spring-type connector or crimped joint and epoxy resin moisture seal;suitable for direct burial. 2.8 BACKFLOW PREVENTERS A. Backflow Preventers shall be bronze and copper, reduced pressure type assembly Wilkins No. 375 by Wilkins, Inc. (Zurn Industries LLP), 1801 Pttsburg Avenue, Erie, PA , 16502, 855-663-9876, or approved equal. Size as per drawings. 2.9 REMOTE CONTROL VALVE TIES A. Remote control valve ties shall be plastic tags with wire to attach numbered tag to valve. 2.10 SOLVENT CEMENT FOR SOLVENT WELDED JOINTS A. CHRISTY'S RED HOT BLUE GLUE T. Christy Enterprises, Inc., 1207 W. Struck Avenue, No. E, Orange, CA 92667, 800-258-4583, or approved equal. Use a compatible primer recommended by the solvent cement manufacturer. 2.11 SEALANT FOR THREADED JOINTS UNDER CONSTANT PRESSURE A. RECTOR SEAL LIQUID TEFLON by Rector Seal Corp., 2830 Produce Row, Houston, Texas 77023, 713- 928-6423,or approved equal. PLANTING IRRIGATION 328400-4 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid 2.12 SLEEVES UNDER PAVING FOR CONTROL WIRE AND IRRIGATION LINES A. ASTM D 2455, PVC, Schedule 40 sized as shown on drawings. 2.13 FITTINGS FOR THREADED JOINTS A. ASTM D 2466, PVC, Schedule 80. 2.14 BACKFLOW ENCLOSURES A. The backflow enclosure shall be Strong Box model no. SBBC-CR as manufactured by V.I.T. Products, Inc., 800-729-1314.] 2.15 RAINFALL MONITOR A. Provide a Mini-Clik by Glen Hilton Products or approved equal. PART 3-EXECUTION 3.1 EARTHWORK A. Refer to Division 31 Section"Earth Moving"for excavating,trenching,and backfilling. B. Location of Heads— Design location is represented as accurately as possible. Make minor adjustments on site with approval of Landscape Architect as necessary to ensure consistent and even spacing where applicable. Set all heads minimum 6"from back of curb and 4"from edge of concrete walls. C. Install piping and wiring in sleeves under sidewalks, roadways, parking lots,and railroads. D. Provide minimum cover over top of underground piping according to the following: 1. Irrigation Main Piping: Minimum depth of 18 inches below finished grade. 2. Circuit Piping: 12 inches. 3. Sleeves: 24 inches E. BACKFILL - Backfill with clean material from excavation after obtaining Landscape Architect's approval. Remove organic material, as well as rocks and debris larger than 1 inch in diameter. Place acceptable backfill in 6 inch lifts and water jet all trenches. 3.2 INSTALLATION A. General-Unless otherwise indicated, Contractor shall comply with requirements of the governing Uniform Plumbing Code. B. Pipes 1. Piping Mains and Laterals - Lay out sprinkler mainlines and perform line adjustments and site modifications to laterals prior to excavation. Lay pipe on solid subbase, uniformly sloped without humps or depressions. 2. PVC Pipe Assembly PLANTING IRRIGATION 328400-5 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid a. Cut PVC pipe square and de-burr. Clean pipe and fittings using primer as recommended by the PVC pipe manufacturer. Use purple tinted primer to aid in visual inspection. b. Apply a thin even flow coat of PVC solvent cement to inside of the fitting and pipe mating surface. Cure joints as recommended by the manufacturer and keep pipe and fitting out of service during curing period. Construct watertight joints equal or greater in strength than the pipe. Do not tap pipe at fittings. 3. Install plastic pipe in dry weather, when temperature is above 40 degrees F. and in accordance with manufacturer's written instructions. Allow joints to cure at least 24 hours at temperature above 40 degrees F.before testing. 4. Plastic pipe shall be snaked in the trenches in a manner to provide for expansion and contraction as recommended by pipe manufacturer. C. Sleeves Under Paving — Reference irrigation plans for required pavement crossing sleeves. Install sleeves 12" beyond edge of pavement. Perform trench and backfill in accordance with these specifications. D. Irrigation Heads 1. Flush irrigation lines with full head of water and install heads after hydrostatic test is completed. 2. Install heads at manufacturer's recommended heights. E. Drip Tubing 1. Tubing installed in planting beds is to be placed at spacing indicated on drawings in shallow trench and covered with planting backfill mix 1"-2" deep and then covered with mulch. Tubing is to be placed after bed preparation is complete and plant material is planted. Refer to Section 329300— Plants. 2. Drip tubing is to be placed on top of root balls of trees in planting beds to allow for even watering of trees. 3. All tubing is to be reviewed by Owner's Representative prior to burying. F. Electric Remote Control Valves 1. Adjust automatic control valves to provide flow rate at rated operating pressure required for each irrigation section. 2. Install valves in valve boxes, arranged for easy adjustment and removal. Locate valves to ensure ease of access for maintenance such that no physical interference with other elements of the project exist. G. Remote Control Valve Tags - One Remote Control Valve Tag shall be attached to stem of each electric remote control valve. Tags shall be numbered sequentially. Numbers shall correspond to station numbers in electric controller. Provide tags and corresponding numbers for wires pulled for future valves. H. Valve Boxes- Install valve boxes to cover electric remote control valves. Install one valve per valve box. Top of valve box shall be flush with finished grade. Bury minimum 4 bricks under base of each box as support. Control Wire Splice Boxes- Install control wire splice box to cover any splice in control wire. Top of valve box shall be flush with finished grade. Bury minimum 4 bricks under base of each box as support. Install control wire splice box to cover wires pulled for future valves. J. Gravel Backfill-Backfill valve boxes and control wire splice boxes with gravel, minimum 6 inch depth. PLANTING IRRIGATION 328400-6 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid K. Electric Controller 1. NC Controllers shall be fully grounded. 2. Connect remote control valves to controller in clockwise sequence to correspond with stations 1, 2, 3, successively. 3. Affix a non-fading copy of irrigation diagram to cabinet door below controllers name. Irrigation diagram shall be sealed between two plastic sheets, 20 mils. minimum thickness. Irrigation diagram shall show clearly all valves operated by the controller, showing station number, valve size,and type of planting irrigated. 4. Provide galvanized padlock against vandalism. Provide two keys to Owner. Keys to be matched with existing controller key locking mechanisms. 5. Power to NC Controller & Locations: Locations shown on plan for controllers is approximate. Final location shall be determined on site by Owner. Contractor shall supply 120 VAC to controller from adjacent existing power sources. Follow local governing codes in electrical work. L. Irrigation Control Wires 1. Provide 24 volt system for control of automatic circuit-section valves of underground irrigation system. Provide unit capacity to suit number of circuits indicated. 2. Install control wires with irrigation mains and laterals in common trench where possible. Lay control wires neatly together to side of pipe. Provide looped slack at valves, corners, bores and snake wire in trench to allow for contraction. Tie wires in bundles at 10 foot intervals. Line splices will be allowed on runs of 500 Ft. or more. Splices shall be made and placed in control wire splice boxes. 3. Common ground wire shall be green. No other wires shall be green. 4. Supply one extra wire,for each direction of run,to valve which is located the greatest distance from the controller. Extra wire shall be white. Leave two loops of wire at each valve location. 5. Color of wire from controller to control valve shall be consistent to each valve. 6. Solder splices and protect with splicing material specified. Provide 12 inch long expansion loop within 3 feet of each wire connection and splice on runs of wire 100 feet or longer. M. Backflow Preventers 1. Make required connection to water supply according to local codes and manufacturer's written instructions. 2. Install pressure type backflow devices at required grade in accordance with the local Plumbing Code. Exposed mainline and mainline risers above PVC pipe main elevation shall be copper. Install one brass union in riser downstream of device. 3. Insulate all above ground piping. 3.3 TESTING A. General- Notify Landscape Architect 48 hours in advance when testing will be conducted. Conduct tests in presence of Landscape Architect. B. Hydrostatic Test-Test irrigation main line, before backfilling trenches,to a hydrostatic pressure of not less than 100 psi for 1 hour. Piping may be tested in sections to expedite work. Remove and repair or replace piping and connections which do not pass hydrostatic testing. System shall not lose more than 1-1/2 gallons of water in 1 hour. PLANTING IRRIGATION 328400-7 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid C. Shut off mainline at backflow preventer during non working hours until Contractor has demonstrated the mainline is stable. D. Operational Testing- Perform operational testing after hydrostatic testing is completed, backfill is in place and irrigation heads are adjusted to final position. 1. Demonstrate to Landscape Architect that system meets coverage requirements, is a specified and indicated,and that automatic controls function properly. 2. Coverage requirements are based on operation of one circuit at a time. 3.4 MAINTENANCE A. Contractor shall correctly maintain the irrigation system during the installation process and throughout the landscaping maintenance service period. Specified in Section 329400-Exterior Landscape Maintenance. B. Contractor shall provide "As Built" Drawings for new work, showing dimensioned location of valves, meters, backflow preventers, controllers, and mainline. Contractor shall request reproducible mylars from the Landscape Architect in preparation of"As Built" Drawings. END OF SECTION 328400 PLANTING IRRIGATION 328400-8 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid SECTION 329202-SODDING PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: 1. Sod. 2. Fertilization. 1.2 DEFINITIONS A. Finish Grade: Elevation of finished surface of soil. B. Manufactured Topsoil: Soil produced off-site by homogeneously blending mineral soils or sand with stabilized organic soil amendments to produce topsoil or planting soil. C. Pesticide: A substance or mixture intended for preventing, destroying, repelling,or mitigating a pest. This includes insecticides, miticides, herbicides, fungicides, rodenticides, and molluscicides. It also includes substances or mixtures intended for use as a plant regulator,defoliant,or desiccant. D. Pests: Living organisms that occur where they are not desired or that cause damage to plants,animals,or people. These include insects, mites, grubs, mollusks (snails and slugs), rodents (gophers, moles, and mice),unwanted plants(weeds),fungi, bacteria,and viruses. E. Topsoil shall be friable clay loam surface soil reasonably free of clay lumps, stones, weeds, roots and other objectionable material,a product of on-site operations. F. Subgrade: Surface or elevation of subsoil remaining after excavation is complete,or top surface of a fill or backfill before planting soil is placed. G. Subsoil: All soil beneath the topsoil layer of the soil profile, and typified by the lack of organic matter and soil organisms. 1.3 SUBMITTALS A. Product Data: For each type of product indicated. B. Certification of grass sod. 1. Sod Certification — Certification shall be submitted from the sod nursery as to the grass species, location of the field from which the sod has been stripped and the date of stripping. Certification shall accompany the delivery of the sod. C. Fertilizer certification: Certification shall be submitted from the fertilizer manufacturer as to the chemical analysis of the fertilizer, a listing of the elements contained therein and their percentages. Certification shall also indicate that the fertilizer is in accordance with the requirements of the local and state authorities. SODDING 329202-1 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid 1.4 QUALITY ASSURANCE A. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on Project site when work is in progress. 1. Pesticide Applicator: State licensed,commercial. 1.5 DELIVERY,STORAGE,AND HANDLING A. Sod Delivery-Sod shall be delivered on pallets with the root system protected from exposure to wind and sun. Stripping and delivery shall be timed so that sod will be placed within 48 hours of stripping. B. Fertilizer Delivery: Fertilizer shall be delivered in the manufacturer's unopened containers, labeled to indicate the manufacturer's name and product identification. Containers shall be stored protected from ground contact and from the elements. 1.6 MAINTENANCE SERVICE A. Initial Turf Maintenance Service: Provide full maintenance by skilled employees of landscape Installer. Maintain as required in Section 329301. Begin maintenance immediately after each area is planted and continue until acceptable turf is established. PART 2-PRODUCTS 2.1 MATERIALS A. Sod shall be nursery grown St.Augustine sod having a healthy, virile root system of dense,thickly matted roots throughout the soil of the sod for a minimum thickness of 1 inch. Sod shall be free of noxious weeds and undesirable native grasses. Soil attached to the sod shall be free of stones and debris. B. Sod shall have been mowed within 7 days of being stripped. Sod shall be provided in rectangular pads of not less than 12 inches nor more than 24 inches. Dry sod will be rejected. C. Fertilizer for sod areas shall be a commercial all organic, all natural biological fertilizer, which includes humates, rock minerals, bio-inoculants and bio-stimulants. Fertilizer shall be granular, uniform in composition,free flowing, and suitable for application with approved equipment. Fertilizer which has been exposed to high humidity and moisture has become caked or otherwise damaged making it unsuitable for use will not be acceptable. Fertilizer shall be MicroLife Ultimate 6-2-4 as manufactured by San Jacinto Environmental Supply, 2221 A West 34th Street, Houston, TX 77018, 713-957-0909, or approved equal. Fertilizer shall be applied at the rate of 15 lbs. per 1,000 sq.ft. PART 3-EXECUTION 3.1 INSPECTIONS A. Surfaces indicated to receive sod shall be inspected to verify that all preparatory work in the area has been completed. Sod installation shall not start until all preparatory work has been completed. Requests for inspections shall be made at least two days prior to anticipated date of inspection. SODDING 329202-2 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid 3.2 PREPARATION A. Strip existing vegetation and 1 inch of existing soil from all areas to receive sod not stripped and graded under previous work. B. After stripping, loosen soil to a depth of 2 inches prior to laying sod. Break up compacted soil. Remove all stones, roots, vegetation, rubbish, debris and other foreign matter 1" in diameter or larger from the top 2" of soil. No foreign matter may be buried on site. C. Care shall be taken to avoid erosion of slopes during preparation of hydromulch areas specifically on detention pond slopes. Contractor to install erosion measures as required to keep all slopes stable and avoid any erosion. D. Contractor to avoid chemical contamination of existing waterways including detention ponds and streams during preparation and seeding. E. Hand rake to achieve a uniform loose depth to 2 inches and a smooth, consistent grade immediately prior to laying sod. F. Finish grade to be 1 1/2"below top of adjacent hardscape. G. Immediately prior to placing sod, apply the fertilizer by broadcast method at manufacturer's specified rate and lightly moisten. 3.3 INSTALLATION A. All sod shall be carefully laid in parallel rows in a smooth manner, alternating all sod joints. Fit sod strips tightly together so that no joints are visible and tamp firmly. Cut pieces of sod to fill any voids left. B. On slope 3:1 or greater or where indicated on drawings, install sod perpendicular to slope and secure each row with wooden pegs a maximum of 24"o.c. Drive pegs flush with soil portion of sod. Pegs to be 1- inch square and 6 inches long. C. Water sod immediately after planting, slowly but thoroughly, to secure at least six (6) inches penetration into the soil below the sod. Do not allow the blades of grass to wilt. The sodded area shall be thoroughly rolled in 2 directions to form a thoroughly even, solid mat. Any voids left in block sodding shall be filled with cut sod pieces and/or topsoil. D. Following the completion of the installation, the sod shall be watered in an amount and as often as necessary to maintain healthy growth of the grass. E. Treat entire areas of sod for fire ants during the maintenance period as per manufacturer's instructions and Section 329300, Plants. F. Apply second application of fertilizer 60 days after planting as per Section 329300, Plants. 3.4 MAINTENANCE OF SODDED AREAS A. Sodded area shall be maintained in good condition throughout the installation process and throughout the maintenance period as specified in Section 329301, Exterior Landscape Maintenance. SODDING 329202-3 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid B. Upon completion of work,clean areas within Contract limits, remove tools, supplies and equipment. Wash down curbs and pavement areas. Scrub curbs and walks as necessary to ensure a clean surface. Provide site clean and free of materials and suitable for use as intended. 3.5 GUARANTEE A. A written guarantee shall be provided guaranteeing to maintain the treated areas in a healthy, vigorous, undamaged condition for a period of 60 days beginning on the date of written acceptance of the work. B. Guarantee shall provide for timely filling, leveling and repairing eroded areas, reseeding areas exhibiting lack of healthy growth and mowing as necessary to maintain a neat appearance. END OF SECTION 329202 SODDING 329202-4 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid SECTION 329300-PLANTS PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: 1. Plants. 2. Planting soils. 3. Plant drainage. 1.2 DEFINITIONS A. Backfill: The earth used to replace or the act of replacing earth in an excavation. B. Finish Grade: Elevation of finished surface adjacent to planting bed. C. Prepared Backfill Mix: Soil produced off-site by homogeneously blending mineral soils or sand with stabilized organic soil amendments to produce topsoil or planting soil. D. Pesticide: A substance or mixture intended for preventing, destroying, repelling,or mitigating a pest. This includes insecticides, miticides, herbicides, fungicides, rodenticides, and molluscicides. It also includes substances or mixtures intended for use as a plant regulator,defoliant,or desiccant. E. Pests: Living organisms that occur where they are not desired,or that cause damage to plants,animals,or people. These include insects, mites, grubs, mollusks (snails and slugs), rodents (gophers, moles, and mice),unwanted plants(weeds),fungi, bacteria,and viruses. F. Topsoil: Standardized topsoil; existing, native surface topsoil; existing, in-place surface soil; imported topsoil; or manufactured topsoil that is modified with soil amendments and perhaps fertilizers to produce a soil mixture best for plant growth. G. Root Flare: Also called "trunk flare." The area at the base of the plant's stem or trunk where the stem or trunk broadens to form roots;the area of transition between the root system and the stem or trunk. H. Subgrade: Surface or elevation of subsoil remaining after excavation is complete,or the top surface of a fill or backfill before planting soil is placed. I. Subsoil: All soil beneath the topsoil layer of the soil profile and typified by the lack of organic matter and soil organisms. 1.3 SUBMITTALS A. Work Schedule: Contractor shall submit a work schedule for all planting work prior to purchase and installation of plant material. B. Product Data: For each type of product indicated, including soils. C. Samples of backfill mix. PLANTS 329300-1 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid D. Samples of mulch. E. Product certificates. F. Maintenance Instructions: Recommended procedures to be established by Owner for maintenance of plants during a calendar year. Including manufacturer's recommendations and instructions recommending procedures to be established by Owner for maintenance of planting work. Submit instructions prior to expiration of Contractor's required maintenance period. 1.4 QUALITY ASSURANCE A. Installer: Installation of planting work shall be performed by a single firm specializing in landscape and planting work. Contractor shall be licensed by the Texas Association of Nurserymen, shall possess an agricultural certificate, shall be a licensed pesticide applicator, and shall have not less than 5 years of experience in this type of work. B. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on Project site when work is in progress. 1. Pesticide Applicator: State licensed,commercial. C. Provide quality,size,genus,species,and variety of plants indicated,complying with applicable requirements in ANSI Z60.1. Provide healthy, vigorous stock, grown in recognized nursery in accordance with good horticultural practice and free of disease,insects,eggs,larvae and defects such as knots,sunscald,injuries, abrasions or disfigurement. D. Delivery, Storage and Handling: 1. Compliance: Ship planting materials with Certificates of Inspection as required by governing authorities. Comply with all applicable local, state, and federal requirements regarding materials, methods of work,and disposal of excess and waste materials. 2. Substitutions: Do not make substitutions unless approved in writing by Owner's Representative. If specified planting material is not obtainable, submit proof of non-availability to Owner's Representative together with proposal for use of equivalent material. Contractor shall submit proposal in a timely manner as to not impact project completion or installation of other work. 3. Analysis and Standards: All packaged products shall be delivered in original manufacturer's sealed containers. For unpackaged materials, submit analysis by recognized laboratory made in accordance with methods established by the Association of Official Agriculture Chemists,wherever applicable. 4. Inspection: Notify Owner's Representative at least 2 weeks prior to installation, of location where materials that have been selected for planting may be inspected,either at place of growth or the site prior to planting. Plant material will be inspected for compliance with requirements for genus, species, variety, size and quality. Owner's Representative retains right to further inspect trees for size and conditions of balls and root systems, insects, injuries and latent defects, and to reject unsatisfactory or defective material at any time during progress of work. Contractor shall remove rejected trees immediately from site and replace with specified materials. Plant material not installed in accordance with Contract Documents will be rejected. PLANTS 329300-2 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid 1.5 WARRANTY A. Special Warranty: Installer agrees to repair or replace plantings and accessories that fail in materials, workmanship,or growth within specified warranty period. 1. Failures include, but are not limited to,the following: a. Death and unsatisfactory growth, except for defects resulting from abuse, lack of adequate maintenance,or neglect by Owner, or incidents that are beyond Contractor's control. b. Structural failures including plantings falling or blowing over. 2. Warranty Periods from Date of Substantial Completion: a. Trees,Shrubs,Vines, and Ornamental Grasses: 12 months. b. Groundcovers, Biennials, Perennials, and Other Plants: 12 months. c. Annuals: Three months. 3. Remove and replace trees, shrubs and groundcover found to be dead or in unhealthy condition during warranty period. Replace trees, shrubs and groundcover which are in doubtful condition at end of warranty period. However, if in the opinion of Owner, such doubtful material may survive, Contractor shall extend the warranty period for a full growing season. Owner will determine which items are in doubtful condition. 1.6 MAINTENANCE SERVICE A. Initial Maintenance Service: Provide maintenance by skilled employees of landscape installer. Begin maintenance immediately after plants are installed throughout the maintenance period.See Section 329301 —Exterior Landscape Maintenance. 1.7 JOB CONDITIONS A. Work Scheduling: Proceed with and complete planting work in a timely manner, working within seasonal limitations for each kind of planting work required. B. Planting Time: 1. Correlate planting with specified maintenance periods to provide maintenance from date of Substantial Completion. 2. Plant frost-tender trees only after danger of frost is past or sufficiently before frost season to allow for establishment before first frost. Do not plant in frozen ground. 3. Plant trees,shrubs and groundcover after final grades are established and prior to planting of lawns, unless otherwise directed by Owner's Representative in writing. If planting occurs after lawn work, protect lawn areas and promptly repair damage to lawns resulting from planting operations. C. Utilities: Refer to drawings and coordinate with Utility Contractor for location of utilities. Contractor shall be responsible for damage to existing utilities and structures. D. Security: The Owner will not assume any responsibility for security of any materials,equipment,etc.during construction of the project until project acceptance. E. Excavation: When conditions detrimental to plant growth are encountered, such as rubble fill, adverse drainage conditions beyond the scope of this contract, or obstructions, notify Owner's Representative of such conditions, immediately and before planting. PLANTS 329300-3 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid F. Pollution Control: Control dust caused by planting operations. Dampen surfaces as necessary. Comply with pollution control regulations of governing authorities. PART 2-PRODUCTS 2.1 PLANT MATERIAL A. General: Furnish nursery-grown plants true to genus, species, variety, cultivar, stem form, shearing, and other features indicated in Plant Schedule or Plant Legend shown on Drawings and complying with ANSI Z60.1;and with healthy root systems developed by transplanting or root pruning. Provide well-shaped, fully branched,healthy,vigorous stock,densely foliated when in leaf and free of disease,pests,eggs,larvae, and defects such as knots, sun scald, injuries,abrasions,and disfigurement. 2.2 FERTILIZERS A. Fertilizer for planting areas shall be a commercial all organic,all-natural biological fertilizer,which includes humates, rock minerals, bio-inoculants and bio-stimulants. Fertilizer shall be granular, uniform in composition, free flowing, and suitable for application with approved equipment. Fertilizer which has been exposed to high humidity and moisture has become caked or otherwise damaged making it unsuitable for use will not be acceptable. Fertilizer shall be MicroLife Ultimate (8-4-6) as manufactured by San Jacinto Environmental Supply, 2221 A West 34th Street, Houston, TX 77018, 713-957-0909, or approved equal. Fertilizer shall be mixed into the planting mix at the rate of 5 lbs. per cu.yd. B. Additional fertilizer, MicroLife 6-2-4, shall be evenly dispersed through soil in planting pits for all plants 15 gal.and above. Material No. of Ounces per Planting Pit 15-gallon 2 oz. 30-gallon 3 oz. 45-gallon 4 oz. 65-gallon 6 oz. 100-gallon 10 oz. C. Soil Amendment for planting areas shall be granular humates which include trace minerals, humic acid, fulvic acid. Humates soil amendment shall be MicroLife Humates Plus as manufactured by San Jacinto Environmental Supply. Apply at the rate of 10 lbs./1000 sf. D. Root Stimulator shall be liquid root stimulator containing cold-pressed kelp, soluble fish, humic acid, molasses, minerals, natural plant stimulators, natural sugars and chelators, natural enzymes and amino acids. Root stimulator shall be Super Seaweed as manufactured by San Jacinto Environmental Supply or approved equal. Apply at the rate of 2 oz.per gallon of water/per 1000 sf. Apply to thoroughly soak rootball. 2.3 PLANTING SOILS A. Prepared Planting Soil Backfill Mix: Shall be "Garden & Flowerbed Mix" as supplied by Nature's Way Resources,Conroe,TX,"Bed Mix—Flower Bed Soil"as supplied by The Ground Up,Houston,TX,"Living Earth Soil Mix consisting of equal parts Forest Floor Compost, Composted Hardwood Finest Sand"as supplied by LETCO, Houston, TX, or approved equal commercially available soil mix containing sharp sand,compost and topsoil. PLANTS 329300-4 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid B. Compost to be included in bed prep/soil backfill mix and for seed preparation shall be leaf mold compost as supplied by Nature's Way Resources, Inc.,Conroe,Texas,"handcrafted vegan compost"as supplied by The Ground Up, Houston, Texas, "Forest Floor Compost" as supplied by LETCO, Houston, Texas, or approved equal. 1. Contractor shall furnish copies of manufacturer's literature, certifications, sources, samples, or laboratory analytical data for all items submitted as an approved equal. Certificates of inspection required for transportation shall accompany each shipment of materials. Provide certificates to Owner's Representative. 2. Testing: a. Chemical and Physical - All compost components shall be tested by the following testing laboratories for conformity to the specifications: b. Texas Plant and Soil Lab,5115 West Monte Cristo, Edinburg,Texas 78539,(956)383-0739; A&L Plains Agricultural Laboratories,Inc.,302 34th Street,Lubbock,Texas 79404,(806)763- 4278;Soil and Plant Laboratory, Incorporated, Post Office Box 153, Santa Clara, California 95052, (408)243-0330. c. Biological: Soil Food Web. 1128 NE 2nd Street, Suite 120, Corvallis, Oregon 97330, (541) 752-5066. d. If herbicide contamination is suspected, then a radish/rye-grass growth trial must be performed. For delivered material,test one grab sample for each fifty(50)cubic yards of bulk material delivered to the site. Testing will be at the expense of Contractor. Deviations greater than plus or minus twenty (20%) percent from control data may be grounds for rejection of mixes tested. Non-conforming materials shall not be used and shall be removed from the site. 3. Biological, physical and chemical specifications: a. Specifications: Stability/Maturity (Carbon Dioxide Evolution Rate) Shall be less than 8 mg CO2-C per g OM (organic matter) per day and greater than 6.0 on the SolvitaTM Compost Maturity Test. b. Biological components: Bacteria and fungus ratio shall be minimum 50:50 ratio demonstrating balanced ratio or fungal dominance. Bacteria (active) - minimum of 15-25 micrograms per gram of compost; Bacteria(total) -minimum of 150 micrograms per gram of compost; Fungus (active) - minimum of 15-25 micrograms per gram of compost; Fungus (total)-minimum of 150 micrograms per gram of compost;Fungus(hyphal diameter)—should be greater than 1 mm; Protozoa:flagellates-8,000 or higher per gram of compost; amoebae -8,000 or higher per gram of compost; ciliates-50-100 or higher per gram of compost; Root Feeding Nematodes should not be present(beneficial nematodes are a benefit). 4. PHYSICAL Specifications: Moisture Content-30-60%,wet weight basis;Moisture Holding Capacity - 75-200% of dry weight; Organic Matter Content - 30-70% (40-50% preferred), dry weight basis; Particle Size: Standard Grade Compost- 100% passing through a 1" rectangular mesh screen or smaller; Fine Grade Compost- 100% passing through a 3/8" rectangular mesh screen or smaller; Bulk Density - 700-1,200 (800-1,000 preferred), pounds per cubic yard; Electrical Conductivity (Soluble Salt Concentration)-10 dS/m max., (2.0-3.6 or less preferred). 5. CHEMICAL Specifications: pH 6.0-8.5; Total Salinity-2,000 ppm or lower; Chemical components (H2O extraction): Nitrogen-10 ppm or higher, Phosphorus-100 ppm or higher, Potassium- 400 ppm or higher, Calcium-2000 ppm or higher, Magnesium-200 ppm or higher, Zinc-6 ppm or higher, Iron-25 ppm or higher, Manganese- 8 ppm or higher, Copper-1 ppm or higher, Sodium-1000 ppm or less,Sulfur-10 ppm or higher Boron-1 ppm or higher. PLANTS 329300-5 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid C. Topsoil: 1. Provide topsoil which is fertile,friable, natural loam, surface soil, free of subsoil, clay lumps, brush, weeds and other litter, and free of roots, stumps, stones larger than 2 inches in any dimension and other extraneous or toxic matter harmful to plant growth. 2. Obtain topsoil only from naturally,well-drained sites where topsoil occurs in a depth of not less than 4 inches. Topsoil shall not be collected from sites that are infected with growth of,or the reproductive parts of noxious weeds, especially nut grass. Topsoil shall not be stripped, collected or deposited while wet. Topsoil shall not be excessively acid or alkaline or contain toxic substances which may be harmful to plant growth. Topsoil shall be without admixture of subsoil. 2.4 MULCHES A. Mulch for Top Dressing: Peanut, pecan, and cocoa-bean shells, Organic mulch free from deleterious materials and suitable for top dressing of trees, shrubs or plants. Mulch shall be composted, well-rotted, blended double-shredded hardwood mulch, black or dark brown in color. Mulch pieces shall be sized to pass through a 1" screen. No dyes, mushroom compost or other additives shall be used to artificially enhance the appearance of the level of composting. Mulch shall be Native Hardwood Mulch as supplied by Natures Way Resources, 101 Sherbrook Circle,Conroe,TX,or approved equal. 2.5 WEED-CONTROL BARRIERS A. Steel Edging: Steel edging shall be 1/7"thick X 5",color: Black, by Ryerson Inc.,or approved equal. B. Weed Barrier: Woven soil separator/weed barrier to be installed on the path system shall be Pro 5 Weed Barrier as manufactured by DeWitt Company. 2.6 PESTICIDES A. General: Pesticide registered and approved by EPA, acceptable to authorities having jurisdiction, and of type recommended by manufacturer for each specific problem and as required for Project conditions and application. Do not use restricted pesticides unless authorized in writing by authorities having jurisdiction. 2.7 HERBICIDE A. Pre-emergent herbicide shall be Surflan Pro or approved equal. Apply pre-emergent over all planting areas prior to spreading mulch at the rate recommended by the manufacturer. B. If necessary, contact herbicide shall be Roundup by Monsanto, 800 N. Lindbergh, St. Louis, MO 63167, 314-694-1000, or approved equal. Apply Roundup only if necessary and if approved by owner or owner's representative. Do not exceed manufacturer's recommended rate of application. 2.8 STAKING AND GUYING A. Reference drawings for staking and guying material. PLANTS 329300-6 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid PART 3-EXECUTION 3.1 PLANTING A. Excavation for Trees and Large Shrubs: 1. Excavate pits with vertical sides and with bottom of excavation slightly raised at center to provide proper drainage. Rough up sides of pit. 2. Make excavations at least half again as wide as the ball diameter and equal to the ball depth, plus 4"allowance for setting of ball on a layer of compacted backfill. 3. Dispose of subsoil removed from planting excavations. Do not mix with planting soil or use as backfill. B. Planting Trees and Large Shrubs: 1. Set stock on layer of compacted prepared planting soil backfill mix, plumb and in center of pit at same elevation as adjacent finished planting grades. Distribute additional fertilizer evenly throughout backfill mix in hole at specified rate. Place prepared planting soil backfill mix around base and sides of ball and work each layer to settle backfill and eliminate voids and air pockets. When excavation is approximately 2/3 full,water thoroughly before placing remainder of backfill. For trees,apply Tree Inoculant at rate specified according to size of tree. Repeat watering until no more water is absorbed. Dish top of backfill to allow for mulching. 2. Prune,thin out, and shape shrubs in accordance with standard horticultural practice. Prune shrubs to retain natural character. Remove and replace excessively pruned or misformed stock resulting from improper pruning. 3. Stake and guy trees as per the drawings. C. Excavation and Soil Preparation for Shrubs/Groundcovers in Planting Beds: 1. Excavate entire planting beds to a depth of 8 inches. Planting beds to have vertical sides. 2. Dispose of subsoil removed from planting beds excavations. Do not mix with planting soil or use as backfill. 3. Till bottom of planter 2"-4",leave bottom of planter un-compacted.Backfill with 8"of prepared backfill mix. D. Planting of Trees and Shrubs in Beds: 1. Set stock on layer planting soil mixture,plumb and at the same elevation as adjacent finished planting grades. Place fertilizer tablets spaced in planting bed at specified rate. Place additional backfill mix around base and sides of ball and work each layer to settle backfill and eliminate voids and air pockets. Water entire bed thoroughly,adjusts plant if settling occurs. E. Planting of Shrubs in Beds: 1. Set stock on layer of prepared planting soil backfill mix, plumb and slightly above adjacent finished planting grades. Place additional prepared planting soil backfill mix around base and sides of ball and work each layer to settle backfill and eliminate voids and air pockets. Layer and distribute additional fertilizer in planting hole at specified rate. Water entire bed thoroughly, adjusting plant if settling occurs. PLANTS 329300-7 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid 3.2 PLANT MAINTENANCE A. Maintain plantings by pruning, cultivating, watering, weeding, fertilizing, mulching, restoring planting saucers, resetting to proper grades or vertical position, and performing other operations as required to establish healthy, viable plantings. Spray or treat as required to keep trees and shrubs free of insects and disease. B. Fill in as necessary soil subsidence that may occur because of settling or other processes. Replace mulch materials damaged or lost in areas of subsidence. C. Apply treatments as required to keep plant materials, planted areas,and soils free of pests and pathogens or disease. Use practices to minimize the use of pesticides and reduce hazards. D. Apply pesticides and other chemical products and biological control agents in accordance with authorities having jurisdiction and manufacturers written recommendations. Coordinate applications with Owner's operations and others in proximity to the Work. Notify Owner before each application is performed. E. Protect plants from damage due to landscape operations and operations of other contractors and trades. Maintain protection during installation and maintenance periods. Treat, repair, or replace damaged plantings. END OF SECTION 329300 PLANTS 329300-8 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid SECTION 329301 -EXTERIOR LANDSCAPE MAINTENANCE PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and General Provisions of Contract, including General and Supplementary Conditions and all applicable specification sections,apply to this section. 1.2 WORK COVERED A. Furnish all labor, materials and equipment as necessary to provide a landscape maintenance program in strict accordance with the Specifications and Drawings as prepared by Clark Condon Associates. 1.3 RELATED WORK IN OTHER SECTIONS A. Examine all section for work related to this section. 1.4 REQUIREMENTS OF REGULATORY AGENCIES A. Perform Work in accordance with all applicable laws, codes, and regulations required by authorities having jurisdiction over such work and provide for all permits required by local authorities. 1.5 CONTRACTOR RESPONSIBILITIES A. The Contractor shall begin maintenance immediately upon starting any portion of the Work of this contract. B. The Contractor's Maintenance Period shall continue 90 days beyond Substantial Completion of all Work in this contract. C. Trees, Shrubs and Groundcovers: The Contractor's maintenance of new planting shall consist of watering, cultivating, weeding, mulching, re-staking, tightening and repairing of guys, resetting plants to proper grades or upright position, restoration of the planting saucer, and furnishing and applying such sprays and invigorants as are necessary to keep the plantings free of insects and disease and in thriving condition. D. Irrigation System: Maintenance of irrigation system shall consist of monitoring and adjustment of the duration and frequency of the watering schedule, adjustment of heads for coverage and elevation, repair of leaks in both mains and lateral lines and all other work required to establish a complete working irrigation system. E. Lawns: Maintenance of new lawns shall consist of mowing, watering, weeding, repair of all erosion and reseeding as necessary to establish a uniform stand of specified grasses. EXTERIOR LANDSCAPE MAINTENANCE 329301 - 1 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid F. Trash Pick-up: Pick up trash on site and empty trash receptacles at each site visit. 1.6 PROTECTION A. Protect planting areas and lawns at all times against damage of all kinds for duration of maintenance period. Maintenance includes temporary protection fences, barriers and signs as required for protection. If any plants become damaged or injured, because sufficient protection was not provided,treat or replace as directed by Owner at no additional cost to Owner. 1.7 FINAL ACCEPTANCE A. Work under this section will be accepted by Landscape Architect upon satisfactory completion of all work, including maintenance, replacement of plant materials and lawns under the Warranty Period. Upon final Acceptance,the Owner will assume responsibility for maintenance of the Work. 1.8 WARRANTIES AND REPLACEMENTS A. Refer to other sections. 1.9 MAINTENANCE INSTRUCTIONS A. At the completion of work,fumish two(2)copies of written maintenance instructions to Owner and one(1) copy to Landscape Architect for maintenance and care of all planting throughout the year. PART 2-PRODUCTS 2.1 MATERIALS A. Materials required for installed items shall match those already in use. B. Samples of all materials not specified under other sections of these Specifications shall be submitted for review by Landscape Architect prior to use. C. Fertilizer for sod areas shall be a commercial all-organic, all-natural biological fertilizer, which includes humates, rock minerals, bio-inoculants and bio-stimulants. Fertilizer shall be granular, uniform in composition,free-flowing, and suitable for application with approved equipment. Fertilizer which has been exposed to high humidity and moisture, has become caked or otherwise damaged making it unsuitable for use will not be acceptable. Fertilizer shall be MicroLife Ultimate 6-2-4 as manufactured by San Jacinto Environmental Supply, 2221 A West 34th Street, Houston, TX 77018, 713-957-0909, or approved equal. Fertilizer shall be applied at the rate of 15 lbs.per 1,000 sq.ft. 2.2 REQUIRED EQUIPMENT A. Contractor shall have available for their use the following maintenance equipment: 1. Lawn Mowers EXTERIOR LANDSCAPE MAINTENANCE 329301 -2 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid 2. Gasoline Powered Edgers 3. Trash Collection Equipment 4. Line Trimmers 5. Miscellaneous Hand Tools, Rakes, Brooms, Etc. 6. Blowers 7. Other as needed PART 3-EXECUTION 3.1 WATERING A. It shall be the responsibility of the Contractor to assure that the correct watering of plant materials is being accomplished through the following irrigation techniques: 1. Regular deep watering to all new trees until there are definite signs that the trees have established themselves, new growth is apparent,and no trees are experiencing stress conditions. 2. Frequent watering to the lawn areas to insure against drying. This may be accomplished as above, by the automatic sprinkler system, hand watering or portable sprinklers. Contractor shall monitor settings of automatic sprinkler controls and recommend necessary adjustments according to climatic changes. B. Contractor shall be responsible for watering areas within the project limits that do not have irrigation systems. C. Contractor shall be responsible for damages to irrigation system caused by maintenance operations. 3.2 MAINTENANCE OF TURF AREAS A. Mowing lawn/grass areas shall be accomplished with sharp, properly adjusted mowers of the correct size for the various areas. B. Mowing frequency shall be as per the Landscape Maintenance Program. Blade heights shall be set according to the following schedule. 1. 1 'A inches Initial Mowing 2. 1 '/2 inches April—November 3. 2 inches December—March C. In the event of a prolonged rainy period and a surge of leaf growth is anticipated, the mower height may be readjusted to prevent"scalping"or skinning of lawn on preceding cuts. D. Lawn shall be edged evenly at all walks, headers and other structures as per the schedule. Use an edger, not a line trimmer. E. Until the establishment of the turf, the Contractor will be responsible for replacing soils that have eroded onto the paved areas. Residual soils on paving will be removed and if not mingled with objectionable materials may be re-used in eroded areas. EXTERIOR LANDSCAPE MAINTENANCE 329301 -3 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid F. Immediately upon observing any lawn grass spreading into shrub or groundcover areas, the Contractor shall initiate a program of removal and maintain this program throughout the maintenance period. G. Any lawn grass appearing in paved areas shall receive an application of soil sterilant according to I manufacturer's direction. The sterilant shall be approved and will not be detrimental structurally to paved areas. IH. Special effort shall be given to the control to fire ants infesting the site. After control is accomplished, the ant mounds shall be lowered and tamped to the existing grade. I. Apply top dress fertilizer after grassing, if needed. 3.3 MAINTENANCE OF TREES AND SHRUBS A. Contractor shall adjust and tighten as required all tree staking and guying. Removal as directed by Owner's Representative. B. All weeds within the mulched area around each tree and in each shrub bed shall be removed as often as required. Under no circumstances shall weeds and grass within planted areas be allowed to attain more than 4 inches growth. C. Contractor shall be continuously alert for signs of insect presence or damage or the presence or damage from plant fungi. Upon locating such evidence, the Contractor shall report it to the Owner's Representative and take action as directed. 3.4 MAINTENANCE OF IRRIGATION SYSTEM A. Irrigation System: Maintenance of irrigation system shall consist of monitoring and adjustment of the duration and frequency of the watering schedule, adjustment of heads for coverage and elevation, repair of leaks in both mains and lateral lines and all other work required to establish a complete working irrigation system. 3.5 TRASH COLLECTION A. Removal of debris from the site unrelated to horticultural maintenance (paper, bottles, can, "Pirate"signs, etc.) shall be the responsibility of the Contractor. Contractor shall pick up trash and empty trash receptacles at each site visit. Frequency as per Landscape Maintenance Program. 3.6 DE-WATERING A. Contractor shall de-water by pumping or siphoning as often as necessary to remove excess moisture from soil in planting areas and tree balls. De-watering to occur during scheduled visits as required. EXTERIOR LANDSCAPE MAINTENANCE 329301 -4 Clark Condon City of Port Arthur Monument Signage October 2022 For Bid PART 4-SCHEDULES 4.1 THE EXECUTION ITEMS OF PART 3 IN THIS SPECIFICATION SHALL BE PERFORMED AS PER THE FOLLOWING SCHEDULE AS APPLICABLE FOR THE MAINTENANCE PERIOD: MONTH #OF VISITS PER MONTH January 2 February 2 March 4 April 4 May 5 June 4 July 5 August 5 September 5 October 3 November 2 December 2 4.2 LAWN FERTILIZATION A. All manicured lawn areas shall be fertilized 30 days after seeding or sodding and 2 times annually in March and August. 4.3 MULCHING,WEEDING,WEED CONTROL, GUYING AND STAKING ADJUSTMENT A. As required at each visit. 4.4 MEETING A. Contractor shall meet once each month and at the end of the maintenance period with the Owner's onsite maintenance personnel. Contractor shall review irrigation system schedule and operation and other pertinent and helpful maintenance information at each meeting. END OF SECTION 329301 EXTERIOR LANDSCAPE MAINTENANCE 329301 -5 SECTION M QUALIFICATION STATEMENT • QUALIFICATION STATEMENT a SUBMITTED TO: CITY OF.PORT ARTHUR BY Preferred Facilities Group - USA [Corporation,Co-Partnership,An Individual] PRINCIPAL OFFICE 501 Procter St #203, Port Arthur TX 77640 The signatory of this questionnaire guarantees the truth and accuracy of all statements and of all answers to interrogatories hereinafter made. 1. How many years has your organization been in business as a general contractor under your present business name: Preferred Facilities Group - USA 2. How many years'experience in this type of construction work has your organization had? (a) As a general contractor 9 Years (b) As a sub-contractor N/A 3. What projects has your organization completed? Contract Class of When Name and Address Amount Work Completed of Owner $962,261 New/Reno 11/22 COPA, 444 4th St, PA TX 77640 $119,797 Drainage 5/21 COPA, 444 4th St, PA TX 77640 $2,124,860 New Construction 9/22 PAEDC, 501 Proctor St, PA TX 77640 $310,752 Bulkhead Repair 12/22 Jefferson County,1149 Pearl 7th FI, Bmt TX 77701 $223,035 Renovation 2/21 Jefferson County,1149 Pearl 7th FI, Bmt TX 77701 $1 ,538,306 Renovation 9/20 BISD, 3395 Harrison Ave, Bmt TX 77706 $659,933 Renovation 9/22 LSCO, 410 Front St, Orange TX 77630 $550,000 New Construction 12/22 BISD, 3395 Harrison Ave, Bmt TX 77706 • • 4. Have you ever failed to complete any work awarded to you? No If so, where and why? • 5. In what manner have you inspected this proposed work? Explain in detail. PFG has made a site visit to the project site and inspected the existing conditions to estimate the extent of the work to be performed and amount of materials needed to complete the project along with examining the plans for any areas that may be in question so that these can be clarified prior to bid. 6. Explain your plan or layout for performing the proposed work: Before any work is to commence, we will hold a pre-construction meeting between the Owner, Architects, Engineers, Utility Company, and our Prime Contractors. This meeting will help establish lines of communication, develop a project schedule, logistics plan, and discuss the project in detail. We will prioritize the signage shop drawings as this will be one of the long lead procurement items. Concurrently, we will begin to mobilize to the project sites to set up our temporary fencing, signage, SWPPP,temporary entrance, portable rentals, and equipment. Once on site, will then begin the demo portion of the work. Our team will begin with the boring for the new elec/irrigation rough-ins. We will begin forming and pouring the new monument foundations so that the sites will be ready for the signs. After the new monument signs have been installed, we will begin the landscaping portion of the work. We,•will perform final grading to dress up the site after the concrete/landscaping has been complete. 'We will perf'crrm'a•final cleanup and then hydro mulch the work site before demobilizing. We will then perform a 'substantial completion walkthrough and address any punch list items developed from the onsite inspection. After completion of the punch list items we will reach final completion for this project. 7. The work, if awarded to you, will have the personal supervision of whom? (a) For administrative management? Matt Ueding (b) For resident construction superintendence? Matt Ueding (c) What experience in this type of work is enjoyed by the superintendent designated under(b) above? Matt Ueding has over 7+ years of superintendent experience on various projects in South East Texas. He has worked on several signage projects for clients such as Lamar University, City of Port Arthur, and BISD. 8. What portions of the work do you intend to sub-let? Signage, Electrical, Landscaping & Irrigation • • 9. What equipment do you own that is available for the proposed work? Description, Size Years of Present .Qty. Item Capacity,Etc. Condition Service Location 1 Excavator 304E CAT Good 5 Beaumont 1 Skid Steer Takeuchi 240 Good 8 Beaumont 1 Dump Truck TBD Good TBD Beaumont 1 Roller CAT Good TBD Beaumont 1 Dozer CAT Good TBD Beaumont 1 Broom Takeuchi SH872 Good 6 Beaumont 1 Compactor CAT Good TBD Beaumont 1 Auger CAT Good TBD Beaumont • . 10. Have you received firm offers for all major items of equipment within prices used in preparing your proposal? Yes 11. List the construction projects your organization has underway on this date: Contract Class of Percent Name and Address of Owner Amount Work Complete or Contracting Officer $2,171 ,261 Renovation 50 Beaumont 1SD $ 110,000 Renovation 70 City of Port Arthur $ 270,680 Renovation 80 Jefferson County $1 ,841,499 Renovation 30 Beaumont ISD $ 152,075 Renovation 60 Lamar University $ 207,168 Renovation 90 Beaumont ISD Dated at 1 :00 pm this 18th _ day of January _ _, 2023 BY: `-womm''' TITLE: Michael Waidley - Division Manager SECTION N NON-COLLUSION AFFIDAVIT • NON-COLLUSION AFFIDAVIT CITY OF PORT ARTHUR § § STATE OF TEXAS By the signature below, the signatory for the bidder certifies that neither he nor the firm, corporation, partnership or institution represented by the signatory or anyone acting for the firm bidding this project has violated the antitrust laws of this State, codified at Section 15.01, et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated directly or indirectly the bid made to any competitor or any other person engaged in the same line of business, nor has the signatory or anyone acting for the firm, corporation or institution submitting a bid committed any other act of collusion related to the development and submission of this bid proposal. Signature: Printed Name: Michael Waidley Title: Division Manager Company: Preferred Facilities Group - USA Date: 1/18/23 SUBSCRIBED and sworn to before me the undersigned authority bychae4WaidleY the Divisiar Mgr of, PFG on behalf of said bidder. d‘fril LcQa,,. •`''��a`�,. LYNIDA CLIFTON i-`'��" � B'- Notary Public in and the f `2,?Notary Public.State of Texas •• Comm.Expires 11-17-2023 State of Texas Notary ID 11799700 My commission expires: 11/17/23 • N-1 SECTION 0 AFFIDAVIT • 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 1 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. 1 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. Preferred Facilities Group - USA 1/18/23 Firm Name Date 1' Division Manager Authorized Signature Title Michael Waidley 409.842.8293 Name (please print) Telephone mwaidley@pfg-usa.com Email STATE: Texas COUNTY: Jefferson SUBSCRIBED AND SWORN to before me by the above named Michael Waidley on this the 18th day of January , 20 23 .�`��r ki, LYNIDA CLIFTON I ,Q ,...*4`•.�a', Z 110-7 tie.Pe�* ;,_Notary Public.State of Tablas ' s,;�.o^r,041 Comm. Expires t1-17-4023 Notary Public 'Inniia Notary ID 11799700 r—. -J RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL • R-1 . SECTION P CONFLICT OF INTEREST 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 has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the Date Received 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. .�.� Name of vendor who has a business relationship with local governmental entity. Preferred Facilities Group - USA 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,) Name of local government officer about whom the information is being disclosed. N/A 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 CIO 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? nYes n 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 J 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. N/A TiCheck 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)(9), excluding gifts described in Section 176.003(a-1). Michael Waidley 1/18/23 Signature of vendor doing business with the governmental entity Date Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11130f2015 P-1 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity A complete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us! Docs/LG/htm/LG.176.htm.For easy reference.below are some of the sections cited on this form. Local Government Code§176.001(1-a):"Business relationship"means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal,state,or local governmental entity or an agency of a federal,state,or local governmental entity: (B) a transaction conducted at a price and subject to terms available to the public;or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by,and reporting to,that agency. Local Government Code§176.003(a)(2)(A)and(B): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds$2,500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed:. or (ii) the local governmental entity is considering entering into a contract with the vendor: (B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than$100 in the 12-month period preceding the date the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed;or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code§176.006(a)and(a-1) (a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity,or a family member of the officer,described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity,or a family member of the officer,one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B),excluding any gift described by Section 176.003(a-1);or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity;or (B) submits to the local governmental entity an application,response to a request for proposals or bids, correspondence. or another writing related to a potential contract with the local governmental entity;or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer,or a family member of the officer,described by Subsection(a). (B) that the vendor has given one or more gifts described by Subsection(a):or (C) of a family relationship with a local government officer. Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 P-2 SECTION Q SB 252 SB 252 CHAPTER 2252 CERTIFICATION 1, Michael Waidley , the undersigned an representative of Preferred Facilities Group - USA (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. 1 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. Michael Waidley Name of Company Representative (Print) Signature of Company Representative 1/18/23 Date Q-1 SECTION R HOUSE BILL 89 VERIFICATION 7. House Bill 89 Verification Michael Waidley (Person name), the undersigned representative (hereafter referred to as "Representative") • of Preferred Facilities Group - USA (company or business name, hereafter referred to as "Business Entity"), being an adult over the age of eighteen (18) years of age, after being duly sworn by the undersigned notary, do hereby depose and affirm the following: 1. That Representative is authorized to execute this verification on behalf of Business Entity; 2. That Business Entity does not boycott Israel and will not boycott Israel during the term of any contract that will be entered into between Business Entity and the City of Port Arthur; and 3. That Representative understands that the term "boycott Israel" is defined by Texas Government Code Section 2270,001 to mean refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes. SIGNATURE OF REPRESENTATTV SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this 18th day of • January , 20 23 .veN LYNIDA CLIFTON ie Notary Public,State of Texas 4 %.40(16.CR.Al‘ ='1' "= Comm. Expires 11-17-2023 M.tr 1„`%� Notary ID 1t798700 Notary Public R-1