Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
PR 24332: TO NEGOTIATE A CONTRACT FOR THE PHOTO OP CONSTRUCTION PROJECT ON PLEASURE ISLAND
t rth�ur�^ tiP T cae www.PortArthurTx.gov INTEROFFICE MEMORANDUM Date: May 9, 2025 To: The Honorable Mayor and City Council Through: Ronald Burton, City Manager From: George Davis, Director of Pleasure Island RE: P.R. No. 24332 — Acceptance of A Request For Proposal Response From Preferred Facilities Group of Port Arthur, Texas And Further Authorizing The City Manager or His Designee to Negotiate a Contract for the Photo Op Construction Project on Pleasure Island at Lakefront Park. Introduction: P.R. No. 24332 authorizes the acceptance of the request for proposal (RFP) response from Preferred Facilities Group of Port Arthur, TX and further authorizes the City Manager or his designee to negotiate a contract for the Photo Op construction project in Lakefront Park on Pleasure Island. Background: Pursuant to Resolution 23-350, City Council authorized the City Manager to accept a donation from the Cheniere Foundation in the amount of $200,000.00 to support Pleasure Island improvements, Photo Op Project. City staff advertised an RFP, reviewed, evaluated and scored three proposals. Budget Impact: None Recommendation: It is recommended that the City Council approve P.R.No. 24322, authorizing the acceptance of the request for proposal (RFP)response from Preferred Facilities Group of Port Arthur, TX and further authorize the City Manager or his designee to negotiate a contract for the Photo Op construction project in Lakefront Park on Pleasure Island. "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. No. 24332 05/09/25 gd RESOLUTION NO. A RESOLUTION AUTHORIZING THE ACCEPTANCE OF THE REQUEST FOR PROPOSAL FROM PREFERRED FACILITIES GROUP OF PORT ARTHUR, TEXAS AND FURTHER AUTHORIZING THE CITY MANAGER OR HIS DESIGNEE TO NEGOTIATE A CONTRACT FOR THE PHOTO OP CONSTRUCTION PROJECT ON PLEASURE ISLAND AT LAKEFRONT PARK WITH PREFERRED FACILITIES GROUP WHEREAS, pursuant to Chapter 252 of the Texas Local Government Code, the Purchasing Division advertised Request for Proposals (RFP) for the "Photo Op Construction Project on Pleasure Island" in the Port Arthur News on January 22, 2025 and January 29, 2025 as delineated in Exhibit"A"; and WHEREAS, a total of three proposals were received on February 12, 2025; and WHEREAS,the proposals were reviewed, evaluated and scored using the RFP published criteria by City Staff. A copy of the RFP evaluation sheet is attached hereto as Exhibit"B"; and WHEREAS, based on the RFP evaluation, the Pleasure Island Department recommends accepting the RFP response from Preferred Facilities Group of Port Arthur, Texas, for the construction of a Photo Op in Lakefront Park; and WHEREAS, it is deemed in the best interest of the City to negotiate a contract with Preferred Facilities Group for the Photo Op Construction Project. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR,TEXAS: THAT,the facts and opinions in the preamble are true and correct. THAT, the City Council hereby authorizes the acceptance of the RFP response from Preferred Facilities Group attached hereto as Exhibit "C" and further authorizes the City Manager or his designee to negotiate a contract for the Photo Op Construction Project on Pleasure Island at Lakefront Park, with said contract to be returned to City Council for final approval. 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. 2025 at a Regular Meeting of the City of Port Arthur, Texas by the following vote: AYES: P.R. No. 24332 05/09/25 gd Mayor: Councilmembers: NOES: Thurman"Bill"Bartie, Mayor ATTEST: APPROVED AS TO FORM: Sherri Bellard Roxann Pais Cotroneo City Secretary City Attorney APPROVED R _ /MINISTRATION: At Ronald B George Davit I City Manager Director of Pleasure Island APPRO D AS TO THE AVAILABILITY OF FUNDS: Lynda yn) oswell, h - -iIA, ICMA-CM Clifton E. Williams,J Director of Finance Purchasing Manager P.R. No. 24332 05/09/25 gd Exhibit "A" CITY OF PORT ARTHUR Request for Bids Photo Op Construction project on Pleasure Island January 22, 2025 January 29, 2025 PUBLIC NOTICE CITY OF PORT ARTHUR,TEXAS ADVERTISEMENT FOR BID Mice is hereby given that seated bids,addressed to the City of Port Arthur,will be received at the 'fice of the City Secretary,City Hall 444 4th Street or P.O Box 1089,Port Arthur,Texas 77641 no :er than 3:00 p.m.,Wednesday,February 12,2025 and all bids received will thereafter be opened id read aloud at 3:15 p.m.,on Wednesday,February 12,2025 in the City Council Chambers,5th oor,City Hall,Port Arthur,Texas for certain services briefly described as 1.REPAIRS OF PIERS AND DECK ON PLEASURE ISLAND 2.PHOTO OP CONSTRUCTION PROJECT ON PLEASURE ISLAND. ds received after the deadline stated above,regardless of method of delivery.wilt not be considered -AI returned unopened. opies of the Specifications and other Contract Documents are on file in the Purchasing Office,444 h Street,City of Port Arthur,and are open for public inspection without charge.They can also be ,trieved from the City's website at wwportarthurtx.gov/bids.aspx or www.publicpurchase.com. I PUBLIC NOTICE w. ON MANDATORY PRE-BID MEETING FOR BOTH PROJECTS IS SCHEDULED FOR ITY OF PORT ARTHUR,TEXAS HURSDAY, JANUARY 30. 2025 AT 2:00 P.M. AT THE PLEASURE ISLAND COMMISSION ADVERTISEMENT FOR BID FFICE LOCATEDpT 520 PLEASURE ISLAND BLVD..PORT ARTHUR,TEXAS 1 bids,addressed to the City of Port Arthur,will be received at the er Chapter 2 Article VI Sec. 2-262(C)of the City's Code of Ordinance,the City Council shall not all 444 4th Street or P.O.Box 1089.Port Arthur,Texas 77641 no ward a contract to a company that is in arrears in its obligations to the City. February 12,2025 and all bids received will thereafter be opened IVednesday,February 12,2025 in the City Council Chambers,5th 1;for certain services briefly described as: ._ 4'1-!4, I Clifton Wiliam IF PIERS AND DECK ON PLEASURE ISLAND Purchasing Manager _ ISTRUCTION PROJECT ON PLEASURE ISLAND. 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 cnarge.They can also be retrieved from the City's website at www.portarthurtx.govlbids.aspx or www.publicpurchase.corn. NON MANDATORY PRE-BID MEETING FOR BOTH PROJECTS IS SCHEDULED FOR I THURSDAY, JANUARY 30, 2025 AT 2:00 P.M. AT THE PLEASURE ISLAND COMMISSION `OFFICE LOCATED AT 520 PLEASURE ISLAND BLVD..PORT ARTHUR.TEXAS j 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. Clifton VUNiams Purchasing Manager P.R. No. 24332 05/09/25 gd Exhibit "B" CITY OF PORT ARTHUR TEXAS Bid Tabulation Request for Proposal Photo OP Construction Project on Pleasure Island Opening: February 12,2025 Bid Location: City Hall,5th floor Council Chamber P25-019 Firm Name Location GCS Houston,TX Preferred Facilities Group Port Arthur,TX Construction Managers of Southeast Texas,LLC. Port Arthur,TX YOLANDA W Y-PION-GOODEAUX 2/12/25 Yolanda Scypion-Goudeaux,Purchasing Assistant y n b -, �, aa 0 0 0 , k o z fo c.. t a z. f m c____) 3 CD C O 1-0 C P co co O O O O S O � t n b 4 do 'c c `c `O c' a n ctinabb a' 'A A O 0 0 S p A A O n a UO A Z. b rt u, o 0 o s t a a k m CIw co CD (4.) b O \ 4 ,] a cn O CO O S A Z 07 n o �' \1114 y �` Z P.R. No. 24332 05/09/25 gd Exhibit "C" PREFERRED * * FACILITIES GROUP — USA * * * * * * Sm Clef of OYI Yl�llt� Texas Pleasure Island Photo Op Construction BID #P25-019 February 12, 2025 - 3:00 PM CST Attention: City of Port Arthur City Secretary 444 4th Street - 4th Floor Port Arthur, Texas 77640 PREFERRED 0,1•1%. FACILITIES GROUP - USA TABLE OF CONTENTS Section A Experience 1- 2 Section B Personnel Qualifications 3 -7 Section C References B Section D Cost 9 - 15 Section E Additional Required Forms 16 - 25 1) Qualification Statement 2) Non-Collusion Affidavit 3) Affidavit of Outstanding Debts 4) Conflict of Interest Questionnaire 5) SB 252 Chapter 2252 Certification 6) House Bill 89 Verification 7) Certificate of Insurance DOCUMENT 00 41 00 PROPOSAL COVER SHEET PART 1 - GENERAL 1.1 PROPOSAL INFORMATION A. Project Name: Pleasure Island Photo Op Construction B. Submitter: Preferred Facilities Group - USA C. Submitter's Address: 501 Procter St#203 Port Arthur TX 77640 D. Submitter's Phone Number: 409.842.8293 E. Submitter Contractor's License Number: N/A F. Proposal Due Date: 2/12/25 G. Proposal Time: ,central time. 3:00 PM PART 2 - PRODUCTS(Not Used) PART 3 - EXECUTION (Not Used) END OF DOCUMENT CoPA- PI COVER SHEET 2023001 00 41 00 Issue for Proposals 2025-01-17 Page 1 of 1 PREFERRED 0.0" FACILITIES GROUP - USA Mailing Address: February 12, 2025 PO Box 20658 Beaumont, TX 77720- 0658 O (409)842-8I8r Clifton Williams—Purchasing Manager 4+ (409)842-2274 City of Port Arthur pfg@pfg-usa.com 444 4th St 167 pfg-usa.com Port Arthur, Texas 77640 Project: Request for Proposal I Pleasure Island Photo Op Construction Job Order Contracting RE: "BID P25-019" Co-Op Purchasing Agreements Dear Clifton. PFG is pleased to submit our Request for Proposal for the Pleasure Island Photo Op Indefinite Delivery, Construction Project. We are a local contractor Incorporated in the State of Texas, with Indefinite Quantity-1DIQ offices in Port Arthur and Beaumont, dedicated to the success of our clients and proud supporters of the City of Port Arthur having been in business since 2014. Our firm has unique experience in signage construction projects including specifically recently Multiple Award completing the Wayfinding Signage project for the City of Port Arthur. We employ a team Construction contracts MACC of 34 qualified to ensure that your project will be properly staffed with knowledgeable and experienced craftsmen. Task Order Contracts PFG has a prime interest in the Pleasure Island Photo Op Construction Project. We have TOC thoroughly reviewed the plans and specifications and made a site walkthrough of the existing conditions. We have a management team and field staff available to perform this work within the proposed schedule. Our crews are ready to self-perform a portion of this Construction project to be able to control both the quality of the work and the schedule. From proper Management-Agent or At-Risk identification of workers, working during the allowable hours and coordinating the work to be performed, PFG and our team can provide the City of Port Arthur peace of mind that the project goals can and will be met. Design Build PFG has unique qualifications as they pertain to this project. We have completed hundreds of projects for local municipalities since our company was founded. We have Government extensive knowledge of the city's requirements and of the expectations of the Administration, Project Management, and the Staff at the City of Port Arthur. Commercial We look forward to further discussions regarding this proposal. If you have any questions, comments or would like to schedule a meeting to discuss, please contact the undersigned Education at your convenience. We thank you for the opportunity to submit our firm for your consideration. Industrial Respectfully Submitted, Infrastructure Michael Waidley Communications Division Manager cc'. file Corporate/Retail 11111111111 Assembly Southeast Texas Deep East Texas Central Texas Texas Gulf Coast 01^ Tab A Experience -' PREFERRED City of Port Arthur Pleasure Island Photo Op Construction 0000.1414 FACILITIES GROUP - USA Bid #P25-019 management experience over a 20+year career. His duties include: estimating,project A management,contract negotiations, procurement, accounts payable, accounts Experience receivables, customer service, and managing field staffs specific to his projects. Preferred Facilities Group -USA was formed Preferred Facilities Group- USA is an experienced full service General Contractor in 2018 and has been providing Facilities offering Design, Management and Maintenance, JOC and IDIQ Services in Construction Services. Texas for the past 7 years. Preferred Facilities Group - USA dates back to our • Commercial General Contractor founding company SETEX Construction • IDIQ/Job Order Contracting Corp which began in 1990 in Southeast • MACC/MATOC Texas. Over the years we have continued to • Facilities Maintenance expand our services and territory. We • Project Management currently have both a Beaumont and Port • Design-Build Arthur,Texas locations. Our experience has • Construction Management (Agent or taught us that to be a successful constructor, At-Risk) one must have a broad range of skills and • Value Engineering capabilities beyond the ability to move earth, • Civil Engineering pour concrete and put brick and mortar in • Engineering Services place. We focus on our clients and their • Architectural Services needs and goals. Together, our working • Planned Developments relationship is based on our three T's: Truth, Transparency and Trust. We have the ability to self-perform the following scopes of work: Preferred Facilities Group—USA currently • Carpentry employs a team of 15 crew members. • Operations Manager, Michael Waidley, has Door Installation • over 40+years of experience in different Frames&Hardware facets of the construction industry. He is a • Drywall management-minded individual dedicated to • Painting corporate and project financial success. He • Finish Carpentry is skilled in project management as well as • Sitework project scheduling, problem solving,and • Specialty Items safety. He has spent many years as project • Final Cleaning superintendent managing multi-million- dollar contracts. Project Manager, Josh Our Team will guide your project through Schmuck,brings a background that includes every phase of construction with rigorous architectural design,progressive design build attention to detail and expert management to deliveries,project management, quality ensure completion on time and within control management,and construction budget. Page 1 of 9 0°P PREFERRED City of Port Arthur Pleasure Island Photo Op Construction FACILITIES GROUP -USA Bid #P25-019 City of Port Arthur—Wayfinding Signage • Start Date:7/1/22 • Substantial Completion:8/10/23 Various Locations, Port Arthur, Texas 77640 Beaumont ISD-Security Vestibules at(10) • Owner: City of Port Arthur Campuses • Owner Rep: Chandra Alpough • Contact Info:409.983.8152 Various BED Campuses-Beaumont TX 77701 chandra,aloough1 nortarthurtx.00v Budget: $1,237,130 • Owner: Beaumont ISD • • Owner Rep: Mark McClelland • Start Date: 5/23 • Contact Info:409-656-4300 • Substantial Completion: 9/24 mmcclel1bmtisd.com • Budget:$2,171,261 Port Arthur EDC-Center of Community and • Start Date: 2/23 Business Development-Press Bldg • Substantial Completion:4/24 540 4th Street-Port Arthur, TX 77640 City of Beaumont-Chilled Water& Boiler Owner: Port Arthur EDC Piping Public Library&Police Department •• Owner Re K stal Villarreal-Muller p' ry 801 Pearl St&255 College St -Beaumont TX • Contact Info:409.963.0579 77701 kvillarreal-mullerna.paedc.orq • Budget: $2,124,860 • Owner: City of Beaumont • Start Date: 10/20 • Owner Rep: Keith Folsom • Substantial Completion:7/22 • Contact Info:409-880-3792 keith.folsom(—la.beaumonttexas.00v • Port Arthur ISO—Port Arthur Alternative Budget:$772,357 • Start Date:6/23 Center Renovations • Substantial Completion:11/23 6301 Pat Ave-Port Arthur, TX 77640 City of Port Arthur-Lakeview Splash Park • Owner:Port Arthur ISD 5200 7th St. -Port Arthur TX 77642 • Owner Rep:Phyllis Geans • Contact Info:409-540-1167 • Owner:City of Port Arthur • phvllis.cieans1 paisd.orq • Owner Rep: Chandra Alpough • Budget:$1,550,961 • Contact Info:409-983.8152 • Start Date: 5/24 chandra.alpoughRoortarthurtx.aov • Substantial Completion:1/9/25 • Budget:$877,689 • Beaumont ISD—Pathways Water Intrusion Start Date:7/21 • Substantial Completion:11/22 and Roof Repairs 2300 Victoria Street-Beaumont TX 77701 • Owner: Beaumont ISD • Owner Rep:Mark McClelland • Contact Info:409-656-4300 mmcclel1E bmtisd.com • Budget:$1,841,500 Page 2 of 9 Tab B Personnel Qualifications PREFERRED City of Port Arthur Pleasure Island Photo Op Construction /^ FACILITIES GROUP -USA Bid #P25-019 10 Personnel Qualifications See Attached Resumes Page 3 of 9 = --: . PREFERRED Cityof Port Arthur Pleasure Island Photo OpConstruction " �>>E:-•• FACILITIES GROUP - USA Bid #P25-019 lam'+• PREFERRED 0.004.4 FACILITIES GROUP — USA 4 i4tdi7it )Aifctre�s- fK70©x733t6 MICHAEL WAIDLEY,JR. San Antonio. TX 717200 PROJECT MANAGER/SUPERINTENDENT , a 210 970 8281 2.350 Avalon i t IP ptiaro Li So,:Ill r, i e pTj i' :,ini Beaumont,TX 777ii7 f (409)7904 092 dub Order Contracting N. a CO-OP Purchasing AO+ 1`1.:1Rs EXPERIENCE hgrearrients SUMMARY Michael Waidley,jr.,has over 40 years'experience in different facets of the construction to efi'rr;te Vetivers. industry. He is a management-minded individual dedicated to corporate and project Indefinite Chide-an y-1010 financial success. He is skilled in project management as well as project scheduling, problem solving,and safety. He has spent many years as project superintendent managing Mitwtrpte Award multi-million-dollar contracts. CUrtstruc•ttefl Contracts• FXPFRIF,NCR *MCC Lamar University(Various Projects) $ 6 729,101) City of Port Arthur(Various Projects) $ 3,748,978 fesk order Contracts City of Beaumont(Various Projects) S 1,989,832 TX Lucas Engineering Remodel-Lamar University S 1,210,0(J) John Gray library Remodel—Lamar University $ 867,412 Construction John Gray l ibran Fire Corridors Remodel—Lamar University $ 207,324 Management-Agent or John Gray Library Brick Restoration—I amar University S 37,224 At tusk Lamar State College Port Arthur $ 839,648 Lamar University Fence Painting $ 116,000 Resrgn 81.111r1 Spindletop?IIHMIR(Various Projects) $ 1,612,320 Nederland 1SD(Various Projects) S 101,475 Beaumont 1SD (Various Projects) $13,710,338 rovemrnent Jefferson County(Various Projects) S10,761,519 Lamar Institute of'l'echnology $ 120,758 Lumberton IS!)HVAC Renovations S 1,001,254 !ommereia7 'I'xDC)T VIA Beaumont S 1,003,995 Port Arthur I IVAC Renovations $ 999,998 Fdtu dt tin Laniat University Thomas Macs Bldg Phase 2 $ 247,320 Spurger 1SD Energy Management S 300,000 . , Lamar University Ionrgne Center Rails S 100,0MI() hider trial Lamar University Signage S 15,4)00 Tyler County Shelter S 251,365 inire3struccure Ford Park Pavilion S 1,823,520 Church of Christ Crystal Beach S 351,050 • Lon-trout7r_attons z0'l8 to present Preferred Facilities Group—USA—Division Manager 2014 to 2018 SEIEX Construction- Project Manager/Program Manager(IOC) Corporate/Retail 2011 to 2017 Adjunct Professor. Lamar institute of Technology,Beaumont 21.109 to 20'13 Centerline Construction Services—Operations Mgr/Regional Safety Mgr 201)5 to 2009 Jan-mil&Smith Construction—Regional Manager/Regional Safety Mgr Aysernto7y 2004 to 2005 Tony Housman Homes—Project Manager/Builder 1990 to 2004 Built-Rite Remodeling Partner/Manager 5outhea,t Texas Deep East Texas Central Texas Gulf Coast Texas Page 4 of 9 PREFERRED City of Port Arthur Pleasure Island Photo Op Construction /^ FACILITIES GROUP - USA Bid #P25-019 PREFERRED FACILITIES GROUP - USA O Pax .116 JOSH SCHMUCK t,{,i Pax&318 San 4nwnr?. rx/t3208 ESTIMATOR/SUPERINTENDENT 211.1 87(16281 167 Gilmer Street p(g(rOfg-u5a corn e ply-usa.can Bridge City,TX 77611 (409)720-7868 .lqb Otdpr> nrrtra r.trq Put.nar;rrry I a+YEARS 1APi:RIENCI No_reerrents SUMMARY Josh Schmuck is a qualified and experienced manager in the areas of workflow, Indefinite tleti'er e purchasing,production,and estimation. Over fifteen years'experience in the cabinet rrtr/e(ir*e r17ro industry has qualified him in multiple aspects of the business.Josh's organizational skills and ability to adapt to the ever-changing schedule issues due to delays,labor and material MuttiploA..vwd shortages,and design changes make him a valuable asset to any project. His attention to Constroctron Contract - detail ensures that the estimates that he delivers are thorough and accurate. MACE Task Dole(Cnnt:aces EXPERIENCE tCt1 Estimator 2023-Present Cabinet Shop Manager 2020•2023 Cnn irrrlctirtrr Purchasing Manager 2015-2020 Management Agena or Floor Manager 2014-2015 tat-ltrs Computer Numerically Controlled(CNC)Tool Operator 2009 •2t713 Cabinet Drawer Maker j Hardware Installer 2011 - 2012 Carpenter Helper 21)09-2009 (lpsigri Flut.0 JDUCATION Guuerrrrrertt Lamar State College—Orange,Orange,Texas Associate of Science Degree,Business Carnrnrrri-" Lamar State College—Orange,Orange,Texas Associate of Applied Science Degree,Construction Management Lcucaron SKILLS tndrrstrrat • Computer Proficient • Project;Management lritrastrt:rttuC • Supplier Relationship Management • Problem-Solving C+ttr rr unrt-Thrnis • Estimating • inventory Management E.ot raratP/Rarair . CNC Machining • Purchasing ftS_.ernlrty • Cabinetry • Blueprint Reading N • Quickl3onks Southeast Texas Deep East Texas Central Texas Gult Coast Texas Page 5 of 9 PREFERRED City of Port Arthur Pleasure Island Photo Op Construction FACILITIES GROUP - USA Bid #P25-019 "'"` PREFERRED 0", FACILITIES GROUP - USA IP\ JOHN ROBINSON, SUPERINTENDENT Lumberton,TX 409-880-5223 42+YEARS EXPERIENCE • SUMMARY John Robinson brings 42 years of construction experience to the field.He has extensive knowledge in the field of carpentry,site preparation,concrete,and overall commercial construction projects.He is able to conduct weekly toolbox safety meetings while maintaining an OSHA complaint office and jobsitc. He is detail oriented, self-performing,problem solving,and can manage over 100+person crews with the coordination of various construction team members. Responsible for overall project field management and production. RELEVENT EXPERIENCE Port Neches Groves I ugh School Additions and Renovations S36,400,000 New 9th Grade Academy Campus S25,728,000 Package of(3)Prototype Elementary Schools S17,500,000 Jones-Clark Elementary Package of(3)Prototype Elementary Schools Sl 7,000.000 Martin Elementary Renaissance Apartments at Lakeshore S 15,605,804 Industrial Safety Training Council New Campus S12,500,000 Beaumont ISI)Four New Middle School Gymnasiums S 3,500,000 I I)t ICAT1t1N Woodville School District—Woodville,Texas Occupational Safety and I lealth Technology -Degree COMMUNITY SERVICE Pineywoods Service League- President Volunteer for Little League Coaching Volunteer for Lumberton Band Booster S(JI/IilfWA TPx,-is, i TPKti ie'fflr, t duff Lf!ei .ua=1 P Page 6 of 9 ® PREFERRED City of Port Arthur Pleasure Island Photo Op Construction - FACILITIES GROUP - USA Bid #P25-019 1010144 PREFERRED FACILITIES GROUP - USA dRarttny At3dress PC Box 8316 San Antonio. TX 7132011 210.87o.e2ei !L ttfta pry u'.)_c'tun rec./ us4.t•rir71 TODD STINSON t ;; 1*tet4 ESTIMATOR Cf a e}'! ' Job Order Contracting ; Vidor.,TX 776624. Co-(Jo Co-Oo Purchasing (40)790-3297 30+ YEARS EXPERIENCE 4grePrnpnt s SUMMARY T idrhnHe Delivery, Indefinite Uuantiry-1010 Todd Stinson brings over 50 years in the construction industry ranging from hands-on field experience to project supervision,scheduling,and management. His strengths arc leadership and interpersonal relations skills,ability to adapt,organized,ability to build and maintain Muttipre Award quality relations with clients and project design rofessionals,consistent,and dependable. Cconstrurtion Contracts P I' P Ex 1'eTACC RF.LF.VENT FXPRRIRNCF Task dryer Contracts New Memorial High School for Port Arthur ISD $81,000,00 Construction of Discovery Green Pacts- Houston,TX $64,0()0,000 Corr tructtrr. New 96 Grade Academy C.ampus $25 728,000 Management-Agent or New Dowling Elementan.School $17,688,575 At Risk Mt.King,Jr.Middle School—Jefferson County ISD $12,700,000 Design Build C- -T.h Building fur Port Arthur LSD $12,500,0(4) Renovations to Thomas Edison Middle School $12,144,000 Government Additions&Renn ation to the Arrcader P.Guidry Administration Building $I 1,422,000 Additions and Renovations for West Orange/Cove LSD $10,000,000 Commercial Mae} &John Gray Library Fire Sprinkler Renovations Lamar University $ 5,626,000 Education pit1CATION Associated General Contractors Project\Managcrnent Certification Tram strtitt Sabine Area Carpenters Apprenticeship Program Lamar university Beaumont,Texas lnfr,tstrurtury Hazard Communication Seminar AGC Master Certification in Commercial Carpentn- Cornmunicat:cns OSHA Rights&Responsibilities OSHA 10 Hour Safety Certification t orpnratalrtetaii l*'Art and CPR Certification &,.,errit4y COMMUNITY SERVICE. r�� Board,Member of the Associated General Contractors of Southeast Texas 0. Snutheart Texas Deep East Texas Central Texas Gulf Coast Tea Page 7 of 9 n Tab C np References N 0°P PREFERRED City of Port Arthur Pleasure Island Photo Op Construction /^ FACILITIES GROUP -USA Bid #P25-019 Ell References C. Include three (3) business references for which similar services have been provided. Include the following: 1. The term(beginning and ending dates) of your contract agreement(s); 2. A brief description of the scope of work 3. Contact name,title,address, email,and telephone number II 5/23 to 9/24-Wayfinding Signage 7/21 to 11/22 - Lakeview Splash Park Chandra Alpough - Director of Parks and Recreation 444 4' St Port Arthur TX 77640 Chandra.alpoughna.portarthurtx.Qov 409- 983-8152 10/20 to 7/22 -PAEDC -Center of Community and Business Development- Press Bldg Krystal Villarreal-Muller - Deputy Chief Economic Development Officer 501 Procter Port Arthur TX 77640 kvillarreal-muller(E paedc.orq 409.963.0579 7/22 to 8/23 - Pathways Water Intrusion and Roof Repairs 2/23 to 4/24 - Security Vestibules at (10) Campuses Mark McClelland - Assistant Director of Maintenance 1650 Caldwell Beaumont TX 77703 mmcclelPbmtisd.com 409.656.4300 Page 8 of 9 Tab D Cost 0°`;' PREFERRED City of Port Arthur Pleasure Island Photo Op Construction /00011144 FACILITIES GROUP - USA Bid #P25-019 Cost See attached Bid Sheet Page 9 of 9 CITY OF PORT ARTHUR,TEXAS BID SHEET BID FOR: PHOTO OP CONSTRUCTION PROJECT ON PLEASURE ISLAND BID DUE DATE: FEBRUARY 12, 2025 ITEM # DESCRIPTION NUMBER OF DAYS TOTAL COST 1 PHOTO OP CONSTRUCTION OD�a�°3 6aa ►OW PROJECT ON PLEASURE ISLAND. $ 2 CONTINGENCY $ 10,000 3 TOTAL $ 5 Q`i coo Preferred Facilities Group - USA 501 Procter St #203 COMPANY NAME STREET ADDRESS P 0 Box 20658 SIGNATURE OF BIDDER P.O. BOX Michael Waidley Port Arthur TX 77640 / Beaumont TX 77720 PRINT OR TYPE NAME CITY STATE ZIP Operations Manager 409.842.8293 TITLE AREA CODE TELEPHONE NO pfg@pfg-usa.com EMAIL FAX NO. BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the Undersigned, Preferred Facilities Group-USA as Principal, and American Alternative Insurance Corporation 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 12th day of February , 20 25 . 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 PHOTO OP CONSTRUCTION PROJECT ON PLEASURE ISLAND 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. E-1 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. 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 fort bove. Preferred Faci'ties r up-USA 4040Pui -Pecs', (LS.) PRINCIPAL American,Alternative Insurance Corporation SURETY BY: Mary Catherine Turner,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 CERTIFIED COPY POWER OF ATTORNEY KNOW ALL MEN BY THESE,PRESENTS:That the AMERICAN ALTERNATIVE INSURANCE CORPORATION,a corporation organized and existing by virtue of the laws of the State of Delaware("Corporation')with offices at 555 College Road East,Princeton,N.J.08543,has made,constituted and appointed,and by these presents, does make,constitute and appoint: Meghann Catherine Turner;Mary Catherine Turner,and Garrett Turner its true and lawful Attorneys-in-Fact,at Princeton,in the State of New Jersey,each of them alone to have full power to act without the other or others,to make,execute and deliver on its behalf,as Surety or Co-surety,bonds and undertakings given for any and all purposes,also to execute and deliver on its behalf as aforesaid renewals,extensions, agreements,waivers,consents or stipulations relating to such bonds or undertakings provided,however,that no single bond or undertaking so made,executed and delivered shall obligate said Company for any portion of the penal sum thereof in excess of the sum of One Hundred Million Dollars($100,000,0001. Such bonds and undertakings for said purposes,when duly executed by said Attorneys)-in-Fact.shall be binding upon said Company as fully and to thesame extent as if signed by the President of said Company under its corporate seal attested by its Secretary. This appointment is made under and by authority of a certain Resolution adopted at a meeting of the Board of Directors of said Company duly held on the 27th day of August.1975,a copy of which appears below. IN WITNESS WHEREOF,the AMERICAN ALTERNATIVE INSURANCE CORPORATION has caused its corporate seal to be hereunto affixed,and these presents to be signed by its duly authorized officers this 24'h day of September,2021. �p NEINSOgq�'0, '3a'O{tppggTF By: !Michael G.Kerner 1Z..SEAL;' President 1923 iyinOf OEIa�P Attest: Ignacio Rivera Deputy General Counsel&Secretary STATE OF NEW JERSEY,COUNTY OF SOMERSET The foregoing instrument was acknowledged before me by means of online notarization this 24`h day of September,2021,by Michael G.Kerner and Ignacio Rivera,who are personally known to me. Ji n Sanfilippo otary Pu is 4///) SE of New J rsey My Commission Expires February 8,2026 SECRETARY'S CERTIFICATE The undersigned.Ignacio Rivera,hereby certifies: 1. That the undersigned is Secretary of American Alternative Insurance Corporation.a corporation of the State of Delaware; 2. That the original power of attorney of which the foregoing is a copy was duly executed on behalf of said Corporation on the day of its date,and has not since been revoked,amended or modified:that the undersigned has compared the foregoing copy thereof with said original power of attorney.and that the same is a true and correct copy of said original power of attorney and of the whole thereof; 3. That the original resolution of which the following is a copy was duly adopted at,and recorded in the minutes of,a regular meeting of the Board of Directors of said Corporation duly held on August 4,1998,and has not since been revoked,amended or modified. RESOLVED,that each of the following officers of this Corporation,namely,the President,the Executive Vice President,the Senior Vice Presidents, and the Vice Presidents,be,and they hereby are,authorized,from time to time in their discretion,to appoint such agent or agents or attorney or attorneys-in-fact as deemed by them necessary or desirable for the purpose of carrying on this Corporation's business,and to empower such agent or agents or attorney or attorneys-in-fact to execute and deliver,in this Corporation's name and on its behalf,and under its seal or otherwise,surety bonds,surety undertakings or surety contracts made by this Corporation as surety thereon. RESOLVED,that the signature of any authorized officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attorney and revocation of any power of attorney or certificate of either given for the execution of any surety bond,surety undertaking,or surety contract,such signature and seal,when so used being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation,to be valid and binding upon the Corporation with the same force and effect as though manually affixed. FURTHER RESOLVED,that any prior appointments by the Corporation of MGAs are,in all respects,hereby ratified,confirmed and approved. FURTHER RESOLVED,that the Secretary or any Assistant Secretary of this Corporation is hereby authorized to certify and deliver to any person to whom such certification and delivery may be deemed necessary and desirable in the opinion of such Secretary or Assistant Secretary,a true copy of the foregoing resolution. 4. The undersigned has compared the foregoing copies of said original resolutions as so recorded,and they are the same true and correct copies of said original resolutions as so recorded and of the whole thereof. Wimess the hand of the undersigned and the seal of said Corporation this 12th day of February ,2025 „ommn n,, Nwst�gy` AMERICAN ALTERNATIVE INSURANCE CORPORATION (c00R4rt1 , .SEAL _ 1 .. 1923 .:�, F117dOA.'.'Cr115lp:A,;Q11G!`fikg-'1 rgOfOEtaQ a` Ignacio Rivera Deputy General Counsel&Secretary TRS-1001-1 '` , -CITY OF PORT ARTHUR,TEXAS `Cirrof : � '' � urt jrrflrr _ ADDENDUM NO. ONE (1) % Tema JANUARY 14, 2025 BID FOR: REPAIRS OF PIERS AND DECK ON PLEASURE ISLAND I BID: P25-019 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 drawing sent was in error. Attached is the revised drawing 2. This bid is a Request for Proposal. 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. L-/it- Lt/ :a-hut- Cli An Williams Purchasing Manager 1/14/25 Signature of Proposer Date Preferred Facilities Group - USA Company Vendor Name -CITY OF PORT ARTHUR,TEXAS ADDENDUM NO. TWO (2) Urt rthur Trt: FEBRUARY 4, 2025 BID FOR: PHOTO OP CONSTRUCTION PROJECT ON PLEASURE ISLAND BID: P25-019 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 SECTION 10 14 19 of the Technical Specifications. If you have any questions,please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. Cli 1l!n Williams Purchasing Manager 2/4/25 Signature of Proposer Date Preferred Facilities Group - USA Company Vendor Name Tab E Additional Required Forms • Qualification Statement • Non-Collusion Affidavit • Affidavit of Outstanding Debts • Conflict of Interest • SB 252 Chapter 2252 Certification • House Bill 89 Verification • Certificate of Insurance QUALIFICATION STATEMENT 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: 7 years 2. How many years' experience in this type of construction work has your organization had? (a) As a general contractor 11 years (b) As a sub-contractor 11 years 3. What projects has your organization completed? Contract Class of When Name and Address Amount Work Completed of Owner $ 1,364,090 Reno 1/25 Port Arthur ISD, 4801 9th Ave, PA TX 77642 $ 1,237,130 New 9/24 City of Port Arthur, 444 4th St, PA TX 77640 $ 2,171,261 Reno 4/24 Beaumont ISD, 3395 Harrison Ave, Bmt TX 77706 $ 772,357 Reno 11/23 City of Beaumont, 801 Main St, Bmt TX 77701 $ 1,841,500 Reno 7/23 Beaumont ISD, 3395 Harrison Ave, Bmt TX 77706 $ 659,933 Reno 4/23 LSCO, 410 Front St, Orange TX 77630 $ 877,689 Reno 11/22 City of Port Arthur, 444 4th St, PA TX 77640 $2,124,860 Reno 7/22 Port Arthur EDC, 501 Procter#100, PA TX 77640 $ 1,538,306 Reno 6/21 Beaumont ISD, 3395 Harrison Ave, PA TX 77640 $ 119,797 Reno 5/21 City of Port Arthur, 444 4th St, PA TX 77640 $ 211,799 Reno 4/20 City of Port Arthur, 444 4th St, PA TX 77640 0-1 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. We have visited the job site and conducted a comprehensive investigation to fully understand the conditions that may impact the work. This includes, but is not limited to, assessing the physical characteristics of the site that could influence access, the handling and secure storage of tools and materials, and the availability of essential utilities such as water and electricity. Additionally, execution and overall performance of the required activities on site. b. Explain your plan or layout for performing the proposed work: To guarantee project success, establish a well-defined scope for the team that actively supports informed decision-making. Efficiently identify and allocate the essential rcsourccs personnel, equipment, and materials nccdcd to mcct project requirements. Develop a comprehensive timeline that outlines tasks, milestones, and deadlines, ensuring a realistic and achievable schedule. continuously monitoring and adjusting the plan to tackle challenges head-on. Leverage project management tools to track progress against the plan, and maintain meticulous records of activities and changes to drive success. 7. The work, if awarded to you,will have the personal supervision of whom? (a) For administrative management? Michael Waidley (b) For resident construction superintendence? John Robinson (c) What experience in this type of work is enjoyed by the superintendent designated under (b) above? John Robinson has over 45 years of experience in the construction industry and possess extensive knowledge of all its aspects. Recently, he completed the COPA Wayfinding Project for the City of Port Arthur, successfully installing three primary monument signs and three secondary monument signs within a budget of $1,237,000. 0-2 8. What portions of the work do you intend to sub-let? Signage, metals, electrical 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 1 304 E CAT Mini Excavator Good 7 Beaumont 1 F650 Ford Dump Truck Good 1 Beaumont 1 TL240 Takeuchi Skidsteer Good 8 Beaumont 1 85E John Deere Mid-Size Excavator New 1 Beaumont 1 420D CAT Backhoe Good 8 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 $ 1,638,000 Reno 1% Beaumont ISD, 3395 Harrison Ave, Bmt TX 77706 $ 38,309 Reno 40% Lamar University,4400 MLK Prwy, Bmt TX 77705 $ 4,704,870 Reno 2% Jefferson County, 1149 Pearl St, Bmt TX 77701 $ 169,652 Reno 70% LSCO,410 Front St, Orange TX 77630 $ 65,000 Reno 20% LSCO,410 Front St, Orange TX 77630 $ 97,995 Reno 10% Trinity Charter School, 1820 Shiloh Rd#1303, Tyler TX 7570: $ 676,405 New 30% Lamar University,4400 MLK Prwy, Bmt TX 77705 Dated at Beaumont, TX this 12th day of February 2025. BY: TITLE: Michael Waidley - Operations Manager 0-4 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: Operations Manager Company: Preferred Facilities Group - USA Date: 2/12/25 Michael Operations SUBSCRIBED and sworn to before me the undersigned authority bywaidley the Mgr of, PFG on behalf of said bidder. � LIB, -- Notary Public in and for LYNIDA CLIFTON _ ': :i=Notary Public,State of Texas State of Texas Comm.Expires 11-17-2027 „;;;> Notary ID 11799700 My commission expires: 1 1/17/27 AFFIDAVIT All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly authorized officer of the company whose signature is binding. The undersigned offers and agrees to one of the following: X I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. Preferred Facilities Group - USA 2/12/25 Firm Name Date Operations Manager Authorized Signature Title Michael Waidley 409.842.8293 Name(please print) Telephone pfg@pfg-usa.com Email STATE: Texas COUNTY: Jefferson SUBSCRIBED AND SWORN to before me by the above named Michael Waidley on this the 12th day of February , 20 25 . LYNIDA CLIFTON `1rpY PV i � Notary Public.State of Taxao Notary Public Comm.Expires 11.17. 027 '•o,,,,,ox Notary 10 11799700 RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL 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 Data ReceEvad has a business relationship as defined by Section 176 001(1-a)with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1),Local Government Code A vendor commits an offense if the vendor knowingly violates Section 176.006.Local Government Code An offense under this section is a misdemeanor. J Name of vendor who has a business relationship with local governmental entity. 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 relationshipdescribed. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income,from the vendor? Yes No B. Is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? 7Yes nNo 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 6J nCheck this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). fl Michael Waidley 2/12/25 Signature of vendor doing business with the governmental entity Date Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11'30:2015 SB 252 CHAPTER 2252 CERTIFICATION I, Michael Waidley ,the undersigned and 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.I further certify that should the above-named company enter into a contract that is on said listing of companies on the website of the Comptroller of the State of Texas which do business with Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Port Arthur Purchasing Department. Michael Waidley Name of Company Representative(Print) Signature of Company Representative 2/12/25 Date House Bill 89 Verification I, 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 REPRESENTATIVE SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this 12th day of February , 20 25 . P,, :-TON a=:• ` Norary Pnbth. e of Texas :^.% '�5 Comn: •u+ t1-17-2027 L � `,� ^ - � ,21,;+` Notary iU99700 1l 7v�t ` .r..c.ww�c 1 ` 114 ry Public i I ® DATE(MM/DDIYYYY) A�oRD CERTIFICATE OF LIABILITY INSUE._ .LICE 3/28/2024 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 have ADDITIONAL INSURED provisions or 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). PRODUCER CONTACT NAME: Monica Broussard McElveen Insurance LLC PHONE FAX A Higginbotham Partner a rrc.Lo.Ertl:337-4757-462 (A/c,Nol:337-564-6934 MA 700 W. Prien Lake Road ADDRESS: mbroussard@higginbotham.net Lake Charles LA 70601 INSURER(S)AFFORDING COVERAGE NAICa INSURER A:The Continental Insurance Company 35289 INSURED SETECON-01 INSURER B:AGCS Marine Insurance Company 22837 Preferred Facilities Group USA INSURER C:Texas Mutual Insurance Company 22945 P.O. Box 20658 INSURER D: Beaumont TX 77720 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:329781794 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. INSRL TYPE OF INSURANCE INSD SWVD POLICY NUMBER (MM/DDUBR Y/YYYY1 (MM/DD/YYYY) ADDL LIMITS A X COMMERCIAL GENERAL UABIUTY Y Y 7018117430 4/1/2024 4/1/2025 EACH OCCURRENCE $1,000,000 t DAMAGERENTED CLAIMS-MADE X OCCUR PREMISESO(Ea occurrence) $100,000 X 15,000 MED EXP(Any one person) $15,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMB APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY X JEC LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ A AUTOMOBILE LIABILITY Y Y 7018117444 4/1/2024 4/1/2025 COMBINED SINGLE LIMIT $1,000,000 (Ea accident X ANY AUTO BODILY INJURY(Per person) $ — OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS X HIRED X NON-OWNED PROPERTY DAMAGE $ _ AUTOS ONLY _ AUTOS ONLY (Per accident) $ A X UMBRELLA LIAB X OCCUR Y Y 7018117458 4/1/2024 4/1/2025 EACH OCCURRENCE 55,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 DED X RETENTION$1 vnnn $ C WORKERS COMPENSATION Y 0001096795 4/1/2024 4/1/2025 X OTH- AND EMPLOYERS'LIABILITY STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE YN E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N N/A (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 B Equipment Floater Y MXI93088759 4/1/2024 4/1/2025 Rented/Leased $250,000 Pollution Occurrence 1,000,000 Aggregate 2,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space is required) Additional Insured provided to Certificate Holder on General Liability,including ongoing&completed operations,and Auto Liability as required by written contract. Waiver of Subrogation provided to Certificate Holder on General Liability,Auto Liability,and Workers'Compensation as required by written contract. General Liability and Auto Liability provide coverage on a Primary&Non-Contributory basis as required by written contract. CERTIFICATE HOLDER CANCELLATION 4 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. SAMPLE Certificate AUTHORIZED R PRESENTATIVE ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD . � . � ._J