HomeMy WebLinkAboutPR 24318: CONTRACT WITH PREFERRED FACILITIES GROUP - USA, LLC, WAYFINDING PROGRAM www.PortArthurTx.gov
INTEROFFICE MEMORANDUM
Date: May 20, 2025
To: The Honorable Mayor and City Council
Through: Ron Burton, CPM, City Manager
From: Chandra Alpough, CPM, CPRP, Director of Parks and Recreation
RE: P.R. 24318 - Contract with Preferred Facilities Group—USA, LLC for the
Construction of Location and Directional Signs for the Wayfinding Program
Introduction:
The intent of this Agenda Item is to request the City Council's approval of P.R. No. 24318
authorizing the City Manager to enter into a contract with Preferred Facilities Group —USA,
LLC of Port Arthur, Texas for the construction of location and directional wayfinding signs
for the Wayfinding Signage Program through Buyboard Cooperative Purchasing Program
Contract No. 728-24 with a projected budgetary impact of$642,753.56.
Background:
The City of Port Arthur has instituted 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.
Primary and secondary monument signs have already been implemented throughout the City. In
continuation with the Wayfinding Program, location and directional signs need to be installed.
Preferred Facilities Group,LLC of Port Arthur, Texas has submitted a quote for the installation
of location and directional signs throughout the City.
Budget Impact:
Funding in Capital Improvement Fund Account: 307-25-067-8525-00-10-000, Project Number
HO1025, is contingent upon approval of budget amendment in Proposed Ordinance No. 7337.
"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
Pr
Recommendation:
It is recommended that the City Council approve P.R.No.24318 authorizing the City Manager
to enter into a contract with Preferred Facilities Group—USA, LLC of Port Arthur, Texas for
the construction of location and directional wayfinding signs for the Wayfinding Signage
Program through Buyboard Cooperative Purchasing Program Contract No. 728-24 with a
projected budgetary impact of$642,753.56.
"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. # 24318
05/20/2025 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 LOCATION AND DIRECTIONAL
WAYFINDING SIGNS FOR THE WAYFINDING PROGRAM FOR
THE CITY OF PORT ARTHUR THROUGH BUYBOARD
COOPERATIVE PURCHASING CONTRACT NO. 728-24 WITH A
PROJECTED BUDGETARY IMPACT OF $642,753.76; FUNDING
IN CAPITAL IMPROVEMENT FUND ACCOUNT: 307-25-067-
8525-00-10-000, PROJECT NUMBER H01025, IS CONTINGENT
UPON APPROVAL OF BUDGET AMENDMENT IN PROPOSED
ORDINANCE NO. 7337.
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 has successfully implemented primary and
secondary wayfinding monument signs as part of the City of Port Arthur's Wayfinding Program;
and,
WHEREAS, this phase of the ongoing Wayfinding Program includes the
installation of location and directional signage; and,
WHEREAS, Chapter 271 of the Texas Government Code allows a city, by
resolution of its governing body, to participate in cooperative purchasing programs, such as
Texas Buyboard as an alternative to formal bid process; and,
WHEREAS, pursuant to Resolution No. 02-341, the City of Port Arthur entered
into an interlocal agreement for cooperative purchasing with Texas Buyboard; and,
WHEREAS, Preferred Facilities Group — USA, LLC of Port Arthur, Texas is part
of the Buyboard Cooperative Purchasing Program under Contract No. 728-24 and submitted a
quote for the construction of location and directional wayfinding signs in the amount of
$642,753.76 (attached hereto as Exhibit"A"); and,
P. R. # 24318
05/20/2025 ca
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
location and directional wayfinding signs, in substantially the same form attached hereto as
Exhibit"A",with the projected budgetary amount of$642,753.76.
Section 3. That payment will be made in increments based on the completion
of each task performed by Preferred Facilities Group-USA, LLC
Section. 4. That the funding in Capital Improvement Fund Account: 307-25-
067-8525-00-10-000, Project Number HO1025, is contingent upon approval of budget
amendment in Proposed Ordinance No. 7337.
Section 5. 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 Council of the City of Port Arthur, by the following vote:
AYES: Ma or
� Y )
Councilmembers:
NOES:
Thurman Bill Bartie
Mayor
ATTEST:
Sherri Bellard
City Secretary
P. R. # 24318
05/20/2025 ca
APPROVED AS TO FORM:
44°1111101PPP7
Roxann Pais Cotroneo, Esq.
City Attorney
APPROVED AS TO ADMINISTRATION:
.1.. harpt.)/ 4)/
Ron rton, PM
City Manager
vl13W1A-
Chandra Alpough, CPM
°#
Director of Parks and Recreation
APPROVED AS TO AVAILABILITY OF FUNDS:
�L
� v
C "17 73 7
Lynda Boswell
Director of Finance
L4tc,,(,,A.,
Clifton Williams, CPPB'
Purchasing Manager
Exhibit "A"
CONTRACT FOR WAYFINDING SIGNS
THIS AGREEMENT,made this day of , 2025 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 Preferred Facilities Group — USA, LLC hereinafter called
"CONTRACTOR".
WITNESSED: That for and in consideration of the payments, terms, conditions, and agreements
set forth herein, OWNER and CONTRACTOR agree as follows:
1. The terms of this Contract shall be from date stated in the Notice to Proceed and shall remain
in effect for a period of eight (8) months, including the time necessary to develop the project
deliverables, subject to change upon request or mutual agreement(s).
2. Contractor shall be compensated for a sum of up to $642,753.56 for the construction of
location and directional wayfinding signs for the Wayfinding Signage Program through
Buyboard Cooperative Purchasing Program Contract No. 728-24.
3. The City will pay the Contractor in increments based on the tasks performed and completed.
Work is estimated to take approximately forty-five (45) working days to complete upon
delivery of materials,which is expected to occur within 10 to 12 weeks.
4. The City can terminate this contract at its convenience which includes, but not limited to,
funding being available in any budget cycle with thirty (30) days written notice.
5. Contractor will perform the scope of services as delineated in the proposal.
6. During the term of this Contract, the contractor will furnish at his own expense all of the
materials, supplies, tools, equipment, labor and other services necessary to connection
therewith, expecting those supplies specifically not required of Contractor in the
specifications.
7. The term"Contract Documents" means and includes the following:
a. Agreement
b. Notice of Award
c. Proposal
d. Notice to Proceed
8. This Agreement shall be binding upon all parties hereto and their respective heirs, executors,
administrators, successors and assigns.
9. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by
their duly authorized officials,this Agreement in(2 copies) each of which shall be deemed an
original on the date first above written.
Signed on the day of 2025.
ATTEST: OWNER:
CITY OF PORT ARTHUR
BY
Sherri Bellard, Ronald Burton,
CITY SECRETARY CITY MANAGER
Signed on the day of 2025.
WITNESS: CONTRACTOR:
PREFERRED FACILITIES GROUP —
USA,LLC
By
Print Name: Print Name:
Title:
P
PREFERRED
FACILITIES GROUP - USA
May 9, 2025
Mailing Address: George Davis
PO Box 20658
Beaumont, TX 77720- City of Port Arthur
0658 444 4th St.
Port Arthur, TX 77640
0 (409)842-8293
• (409)842-2274 Project: "City of Port Arthur—Monument Signage Phase II"
aft pfgt pfg-usa.com
9 pfg-usa.com Subject: "Proposal"
Job Order Contracting Dear Mr. Davis
We are pleased to submit our proposal utilizing our 728-24 Buy Board Texas
Co-Op Purchasing Contract based on local CCI and coefficient of.89.
Agreements
Proposal Recap:
Indefinite Delivery,
Indefinite Quantity-IDIQ Location Sign-Type 1(42)
The sign consists of the following elements: 6'-6"wide x 4'-6"x 3/8" thick
Multiple Award painted aluminum with a digitally printed logo and "PORT ARTHUR". Sign
Construction Contracts-
MACC face is 6'-6" wide x 3'-9" iZone Imaging high-pressure laminate panel
mounted with tamper-proof stainless fasteners. Aluminum panels and
channels are painted with a two-component automotive-grade paint
Task Order Contracts system. Foundation engineering included.
TOC
Location Sign-Type 2 (1)
Construction
Management-Agent or The sign consists of the following elements: 6'-6" wide x 4'-2-1/2" x 3/8"
At-Risk thick painted aluminum with a digitally printed logo and "PORT ARTHUR".
Sign face is 6'-6"wide x 3'-9"iZone Imaging high-pressure laminate panel
Design Build mounted with tamper-proof stainless fasteners. Aluminum panels and
channels are painted with a two-component automotive-grade paint
system.Foundation engineering included.
Government
Directional Sign-Type 1(7)
Commercial The Sign consists of the following elements: 5' wide x 4'-6" x 3/8" thick
painted aluminum with CNC waterjet cut "PORT ARTHUR" and digitally
Education printed logo. The sign face is 3'-10" wide x 3'-10" iZone Imaging high-
pressure laminate panel mounted with tamper-proof stainless fasteners.
Aluminum panels and channels are painted with a two-component
Industrial automotive-grade paint system.Foundation engineering included.
Infrastructure Concrete Foundations(50)
4' x 12" diameter piers. Including excavation, drilling, concrete, and
Communications removal of spoils
Corporate/Retail Proposal Cost $ 627,076.84
Bond $ 15,676.92
Total Cost $ 642,753.76
Assembly
Southeast Texas Deep East Texas Central Texas Texas Gulf Coast
PREFERRED
FACILITIES GROUP - USA
We estimate approximately forty-five (45) working days to complete upon
Mailing Address: material delivery. (10-12 Weeks) We explicitly exclude all liquidated damages for
PO Box 20658 this project due to the volatility of the market and supply chain challenges.
Beaumont, TX 77720-
0658
Our estimate is based on our interpretation of the project as presented to us. Our
O (409)842-8293 scope is limited to the line items broken down into individual tasks of work and
• (409)842-2274 developed based upon the Unit Price Book rate as modified by the city cost
• pfggpfg-usa.com adjustment and our Coefficient. All pricing for the required line-item estimate is
9 pfg-usa.com derived from the current calendar year RSMeans Facilities Construction Cost Data
Book with Updates.
Job Order Contracting
This Proposal contains confidential and proprietary information that is intended
only for the use of the City of Port Arthur and is not to be shared,copied,or
Co-Op Purchasing disseminated in any way.The information includes all attachments,drawings,
Agreements sketches,and proposed product selections and must be kept confidential.This
information shall be used for the sole purpose of evaluating this Proposal and
Indefinite Delivery, must not be used for any other purpose without the explicit consent of Preferred
Indefinite Quantity-IDIQ Facilities Group-USA.
Once the quantities of work and price are approved, the individual Job Order
Multiple Award becomes a fixed-price lump sum contract.
Construction Contracts-
MACC
This pricing is based on recommended work hours of Monday thru Friday 7:00 am
to 5:00 pm. Please contact us at 409-842-8293 at your convenience to discuss
Task Order Contracts this estimate.
TOC
Respectfully submitted,
Construction Preferred Facilities Group-USA
Management-Agent or
At-Risk
Michael Waidley
Design Build Division Manager
Government cc: PFG/file
24-0032
Commercial
Education
Industrial
Infrastructure
Communications
Corporate/Retail
Assembly
Southeast Texas Deep East Texas Central Texas Texas Gulf Coast