HomeMy WebLinkAboutPR 20101: LAKE ARTHUR DRIVE AT 9TH AVENUE TRAFFIC SIGNAL PROJECT-CLOSEOUT 01'1 rtllai' �—
ie tas
www.PortArthurTx.gov
INTEROFFICE MEMORANDUM
Date: March 19, 2018
To: The Honorable Mayor and City Council
Through: Harvey Robinson, Interim City Manager
From: Armando Gutierrez, Jr., P.E., Director of Public Works
RE: P.R. 20101 —Lake Arthur Drive at 9th Avenue Traffic Signal Project-Closeout
Introduction:
Completion and acceptance of the work for the Lake Arthur Drive at 9th Avenue Traffic
Signal Project involving the acceptance of the Engineer's Certificate of Completion, the
Contractor's Certificate of Guarantee, the Contractor's Affidavit of Payments of Debts and
Claims and the Contractor's Affidavit of Release plus approval of the Reconciliation and
Final Change Order No. 2 with a reduction of$33,897.22 and release of the retainage in an
amount of$18,470.66.
Background:
Statewide Traffic Signal Company of Houston, Texas was awarded the Lake Arthur Drive at
9th Avenue Traffic Signal Project at a cost of$403,310.50. The project has been completed at
a cost of$33,897.22 less.
• Original Contract Amount: $403,310.50
• Revised Contract Amount: $369,413.28
o (Change Order No. 2—Decrease by $33,897.22)
• Original Contract Start Date: August 1, 2017
• Original Contract Substantial Completion Date: October 29,2017
• Revised Contract Substantial Completion Date: November 28, 2017
o (Change Order No. 1 —Additional 30 Days)
"Remember,we are here to serve the Citizens of Port Arthur"
P.O.Box 1089 x Port Arthur,Texas 77641-1089 x 409.983.8101 x FAX 409.982.6743
Budget Impact:
Funds are available in the following account: 001-1205-531.45-00, Public Works — Signal
Systems
Recommendation:
Approval of P. R. No. 20101 accepting of the Engineer's Certificate of Completion from
Harry Simeonidis, P.E. of Ergonomics Transportation Solutions, Inc., the Contractor's
Certificate of Guarantee, the Contractor's Affidavit of Payments of Debts and Claims and the
Contractor's Affidavit of Release plus approval of the Reconciliation and Final Change Order
No. 2 with a reduction of$33,897.22 and release of the retainage in an amount of$18,470.66
to Statewide Traffic Signal Company of Houston, Texas for the Lake Arthur Drive at 9th
Avenue Traffic Signal Project in Port Arthur, Texas.
"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
WHEREAS, Statewide Traffic Signal Company has submitted the request for
payment of the retainage in the amount of $18,470.66 (Exhibit "D"); and,
WHEREAS, Statewide Traffic Signal Company has completed the project
c t-icfa �lri� , nnrl 1-inc kaon nr`r-on Di kli.- IA/,-..1,e• I1exr»r4i.eneeti. J-l»
P.R. 20101
03/19/18 rtb
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE
CHANGE ORDER NO. 2 TO THE CONTRACT BETWEEN THE CITY OF
PORT ARTHUR AND STATEWIDE TRAFFIC SIGNAL COMPANY OF
HOUSTON, TEXAS DECREASING THE CONTRACT AMOUNT BY
$33,897.22 TO A NEW CONTRACT AMOUNT OF $369,413.28 AND
AUTHORIZING ACCEPTANCE OF THE ENGINEER'S CERTIFICATE
OF COMPLETION, THE CONTRACTOR'S AFFIDAVIT OF PAYMENT
OF DEBTS AND CLAIMS AND THE CONTRACTOR'S AFFIDAVIT OF
RELEASE AND THE CONTRACTOR'S GUARANTEE OF WORK AND
EXECUTE THE CERTIFICATE OF ACCEPTANCE AND RELEASE OF
RETAINAGE IN THE AMOUNT OF $18,470.66 FOR THE LAKE
ARTHUR DRIVE AT 9TH AVENUE TRAFFIC SIGNAL PROJECT:
PUBLIC WORKS SIGNAL SYSTEMS ACCOUNT NO. 001-0000-
205.00-00.
WHEREAS, per Resolution No. 17-051, the City Council awarded a contract for
the Lake Arthur Drive at 9th Avenue Traffic Signal Project to Statewide Traffic Signal
Company, of Houston, Texas in the amount of $403,310.50; and,
WHEREAS, per Resolution No. 17-294, the City Council authorized Change
Order No. 1, increasing the contract term by 30 days to a new total of 120 days; and,
WHEREAS, proposed Change Order No. 2 is a reduction of $33,897.22 with a
new contract amount of $369,413.28 (Exhibit"A"); and,
WHEREAS, the City has received the Engineer's Certificate of Completion from
Harry Simeonidis, P.E. of Ergonomics Transportation Solutions, Inc. dated March 19,
2018, attached hereto as Exhibit "B", Contractor's Certificate of Guarantee dated
February 28, 2018, Contractor's Affidavit of Payment of Debts and Claims, and the
Contractor's Affidavit of Release of Liens both dated March 28, 2018 attached hereto as
Exhibit"C"; and,
P.R. 20101
Page 3
READ, ADOPTED AND APPROVED this the day of , A.D. 2018
at a meeting of the City of Port Arthur, Texas by the following vote:
Ayes: Mayor:
Councilmembers:
Noes:
Mayor
Derrick Freeman
Attest:
City Secretary
Sherri Bellard
APPROVED AS T• FORM: APPROVED FOR ADMINISTRATION:
Valecia Tize' Harvey Robinson
City Attorney / Interim City Manager
APPROVED AS FOR AVAILABILITY OF
FUNDS:
)11240/0/4
Andrew Vasquez, CPA bid heffftf�
Director Finance
mando G rrez, Jr., P.E.
Director of Public Works
i �i �J Ali P�ti
Clifton Williams, CPPB
Purchasing Manager
V II9IHX3
CHANGE ORDER NO. 02
DATE: March 19, 2018, P.R. 20101
ORIGINAL AGREEMENT DATE: August 1, 2017
ORIGINAL ENDING DATE: October 29, 2017
STATEWIDE TRAFFIC SIGNAL COMPANY
PROJECT DESCRIPTION: Installation of Traffic Signal—9th Avenue& Lake Arthur Drive
CHANGE TO CONTRACT TERM:
ORIGINAL CONTRACT term: 90 Days
CURRENT CONTRACT TERM (adjusted by previous CHANGE ORDER): 30 Days
The Contract Term due to this CHANGE ORDER will be (increased/decreased) by:
The new CONTRACT TERM including the CHANGE ORDER will be: 120 Days
The new CONTRACT DATE: November 28, 2017
CHANGE TO CONTRACT AMOUNT:
ORIGINAL CONTRACT amount: $403,310.50
CURRENT CONTRACT PRICE (adjusted by previous CHANGE ORDER): N/A
The Contract Amount due to this CHANGE ORDER will be (increased/decreased)by:
$33,897.22
The new CONTRACT AMOUNT including the CHANGE ORDER will be: $369,413.28
Statewide Traffic Signal Company
Signature
Frank Spanos
Printed Name
CITY OF PORT ARTHUR
Harvey Robinson
Interim City Manager
CITY OF PORT ARTHUR
DATE: FEBRUARY 28,2018
PROJECT: LAKE ARTHUR DR.AT 9TH AVE.TRAFFIC SIGNAL PROJECT
OWNER: CITY OF PORT ARTHUR
CONTRACTOR: STATEWIDE TRAFFIC SIGNAL CO.
CHANGE ORDER NO.: 02.(FINAL)
THE FOLLOWING CHANGES IN THE PLANS AILD/OR SPECIFICATIONS ARE HEREBY MADE:
Adjust the Estimated Quantities to reflect the Actual Quantities used in the completion of the project:
ORIGINAL CONTRACT AMOUNT: $403,310.50
NET FROM PREVIOUS CHANGE ORDERS: $403,310.50
TOTAL AMOUNT OF THIS CHANGE ORDER: ($33,897.22)
PERCENT OF THIS CHANGE ORDER: -8.40%
TOTAL PERCENT OF THIS CHANGE ORDER: -8.40%
FINAL CONTRACT AMOUNT: $369,413.28
CONTRACT TIME IS NOT AFFECTED BY THIS CHANGE ORDER
I
(i .
ACCEPTED BY: /`�4/�1�,, __ _ PREPARED BY: i1
em i a
FRffn'J<Sp ,io5--,,,�/5L"" Ir 1AFAEI.G.MIRANDA W
STATEWIDE TRAFFIC SIGNAL,CO. PROJECT MANAGER
VifBPP861*-11f
APPROVED BY:
,4_4(.1
WETTS HETD SR.,E.1.T.
ASS&,CTFY ENGINEER
/ `
dirrMANDO ." 1E' 'EZ JR.I' . HARVEY ROBINSON
PUBLIC ' ORKS DIRECT ' CITY MANAGER
titATTESTED BY: ;
1`CL F'ION WILLIAMS CPPB
PURCHASING MANAGER
9 II9IHX3
ERGONOMIC TRANSPORTATION SOLUTIONS, INC.
5300 Hollister, Suite 220
Houston, Texas 77040
Tel. (713) 956-9601
Fax: (713) 956-9667
March 19, 2018
Mr. Rawetts Baaheth
Assistant City Engineer
City of Port Arthur
444 4th Street
Port Arthur, Texas 77640-6450
Re: Engineer's Certificate of Completion -Traffic Signal at 9th Avenue and Lake Arthur
Drive, in Port Arthur, Texas
Dear Mr. Baaheth:
I certify that:
1. I have made reasonable and periodic observation of the above mentioned construction
project to determine whether the work accomplished is in accordance with the plans
designed by our firm and the standards and specifications established by the Texas
Department of Transportation.
2. I am familiar with such standards and specifications as they apply to traffic signal design.
3. To the best of my knowledge, information and belief, such work has been accomplished
in conformity with such standards.
Sincerely,
OFT„+9�
C. SIMEONIDIS
60919 ��
' Fc �-
c� /STE \4
SS/ONAL ENG
Harry Simeonidis, P.E.
President
D II9IHX3
AP STATEWIDE
TRAFFIC SIGNAL COMPANY
February 28,2018
Rafael Miranda
City of Port Arthur
RE: Lake Arthur Drive at 9`h Avenue Traffic Signal Warranty Work
Dear Sir:
This letter is to certify that Statewide Traffic Signal Company will, in-fact,abide with the Contract
Document pertaining to ARTICLE 14-GUARANTEE OF WORK. Should any questions arise, please do not hesitate to
call,
Respectfully,
Ati/Ph- Jeti#41--
Frank Spanos
Project Manager
1509 W. 34th Street, Houston,TX 77018 I Office: (713)680-2875 I Fax: (713) 680-0127
www.statewidetrafficsignais.com
Equal Employment Opportunity Company
STATEWIDE
TRAFFIC SIGNAL COMPANY
Contractor's Affidavit of Payment of Debts and Claims
Project:Traffic Signal Construction at Lake Arthur Drive&9th Avenue
Owner: City of Port Arthur
Project Number: 208751
Contractor: Statewide Traffic Signal Company
The contractor, in accordance with the Contract Documents, hereby certifies that, except as listed below,all
obligations for all materials and equipment furnished,for all work labor, and services performed,and for all
known indebtedness and claims against the Contractor for damages arising in any manner in connection with the
performance of the Contract reference above for which the Owner or his property might in any way be held
responsible have been paid in full or have otherwise been satisfied in full.
Exceptions:None
CONTRACTORSern 'P idsTRot.s C r
BY`�l(-�.�cA- I
TITLE 6X 0_- V,e2 L 'C✓'I-PVCC lU ?.ef-
Subscribed and sworn to before me this756day of ,b(LUO. , 20
O►
Notary Public P 1
,''„R;......... KELLY ROIG
My Commission Expires / Notary Public, Stote of Texas
�7,CJ n l �.
;: �, . My Commission Expires
"%%5;: '`'S March 28, 2018
1509 W. 34th Street, Houston,TX 77018 I Office: (713)680-2875 I Fax: (713) 680-0127
www.statewidetrafficsignals.com
Equal Employment Opportunity Company
STATEWIDE
TRAFFIC SIGNAL COMPANY
Contractor's Affidavit of Release of Liens
Project:Traffic Signal Construction at Lake Arthur Drive&9"'Avenue
Owner:City of Port Arthur
Project Number: 208751
Contractor: Statewide Traffic Signal Company
The Contractor, in accordance with the Contract Documents,and in consideration for the full and final payment to
the Contractor for all services in connection with the project,does hereby waive and release any and all liens,or
any and all claims to liens which the Contractor may have on or affecting the project as a result of its contract(s)
for the Project or for performing labor and/or furnishing materials in any way connected with the construction of
any aspect of the project.The Contractor further certifies and warrants that all subcontractors of labor and/or
materials for the Project,except as listed below, have been paid in full for all labor and/or materials supplied to,
for,through or at the direct or indirect request of the Contractor prior to,through and including the date of this
affidavit.
Exceptions:None
CONTRACTORS dJ,.1 4,tGCd•A •
BY `7''vC--,I- 2t, _
TITLE (.9.04A CLU lr
Subscribed and sworn to before me this2(15 day of ' • r_ .L. 2015
:t::: iresR
fe-C J 17-0 TS ;<<:r,.;g, My Commission Expires
March 28, 2018
1509 W. 34th Street, Houston,TX 77018 I Office: (713)680-2875 I Fax: (713) 680-0127
www.statewidetrafficsignals.com
Equal Employment Opportunity Company
a II9IHX3
PROJECT PAYMENT APPLICATION
CITY OF PORT ARTHUR
Project: LAKE ARTHUR DR.AT 9TH AVE TRAFFIC SIGNAL PROJECT Contractor:Statewide Traffic Signal Co. Original Contract Amount: $369,413.00 Percent of Work Done: 92% Invoice Number: 06(Release Retainage)
Number: Poll 208751 Address:1509 West 34th St.,Houston,Tx.77018 New Contract Time: 120 Calendar Days Percent of Time Used: 100% Invoice Date: March 13,2018
Telephone:713.680.2875 Time Used: 120 Days Period Ending: March 1-30,2018
rut,2 of 1
Base Bid Original Bid contract Change Order No.2(FINAL) AMENDED NEW CONTRACT Previously Paid Due This Period Total to Date
Item Item Description Unit t Quantity' Unit - Amount Quantity Unit T Amount Quantity Unit Amount Quantity Amount Quantity Amount Quantity Amount
No. Code _ Price Price Price
RAMP AND SIDEWALK WORK
104 6021 REMOVING CONC(CURB) IF 79 $ 7.00 $ 553.00 0 $ 7.00 $ 79 _$ 7.00 $ 553.00 79.00 $ 553.00 0 $ • 79,00 $ 553.00
•
104 6036 REMOVING CONC(SIDEWALK OR RAMP) SY 56 $ 37.00 5 2,072.00 0 5 37.00 5 • 56 $ 37.00 5 2,072.00 56.00 5 2,072.00 0 S 56.00 $ 2072.00
160 6004 FURNISHING AND PLACING TOP 501L(6") SY 24 $ 30.00 $ 720.00 76 $ 30.00 $ 2,280.00 100 $ 30.00 $ 3,000.00 100.00 5 3,000.00 0 $ 100.00 $ 3,000.00
162 6002 BLOCK SODDING _ SY 24 $ 27.00 $ 648.00 _ 76 $ 27.00 $ 2,052.00 _ 100 _ $ 27.00 $ 2,700.00 100.00 5 2,700.00 0 $ - 100.00 $ 2,700.00
529 6002 CONC CURB(TV II) _ LF 79 $ 27.00 5 2,133.00 (12) 5 27.00 $ (324.00) 67 $ 27.00 $ 1,809.00 67.00 $ 1,809.00 0 $ - 67.00 5 1,80900
531 6003 CONC SIDEWALK(5'0(61 SY 51 $ 190.00 5 9,690.00 _ 11 5 190,00 $ 2,090.00 62 $ 190.00 5 11,780.00 62.00 $ 11,780.00 0 $ - 62.00 $ 11,780.00
531 6004 CURB RAMPS(TYPE 1) EA 7 $ 3,400.00 $ 23,800.00 0 5 3,400.00 5 • _ 7 $ 3,400.00 5 23,800.00 7.00 5 23,800.00 0 $ - 7.00 $ 23,800.00
PAVEMENT MARKINGS
666 6003 REFL PAV MARK TY 1(W)4"(BRK)(100 MR) _ LF 300 5 0.65 $ 195.00 0 $ 0.65 $ • 300 _$ 0.65 $ 195.00 300.00 $ 195.00 0 5 • 300.00 S 195.00
666 6012 REFL PAV MARK TY I(W)4"(510)(100 MIL) LF 490 $ 0.60 $ 294.00 260 _$ 0.60 $ 156.00 750 $ 0.60 $ 450.00 750.00 $ 450.00 0 $ - 750.00 $ 450.00
666 6036 REFI MV MARK TY 1(W)8"(RD)(100 MIL) _ LF 400 $ 1.20 $ 480.00 (42) $ 1.20 $ (50.40) 358 $ 1.20 $ 429.60 _ 358.00 $ 429.60 0 $ • 358.00 $ 429.60
666 6048 REFL MV MARK TVI(W)24"MD)(100 MIL) IF _ 630 $ 4.75 $ 2,992.50 (29) $ 4.75 $ (137.75) 601 5 4.75 $ 2,854.75 601.00 5 2,854.75 0 $ - 601.00 $ 2,854.75
666 6120 REFL PAV MARK TY I(Y)4"OLD)(100 MIL) LF 1780 $ 0.60_$ 1,068.00 92 $ 0.60 S 55.20 1872 $ 0.60 5 1,123.20 1872.00 $ 1.123.20 0 $ - 1872.00 $ 1,123.20
666 6147 REFL PAV MARK TY I(Y)24"(RD)(100 MIL) LF 370 $ 4.75_$ 1,757.50_ (35) _$ 4.75_ $ (166.25)_ 335 $ 4.75 $ 1,591.25 335.00 $ 1,591.25 0 $ - 335.00 $ 1,591.25
668 6019 PREFAB PAV MRK TY B(W)(ARROW) EA 2 5 685.00 $ 1,370.00 0 $ 685.00 $ 2 $ 685.00 $ 1,370.00 2.00 5 1,370.00 0 5 - 2.00 5 1,370.00
668 6027 PREFAB PAV MRK TY B(W)(WORD) EA 2 $ 1,300.00 $ 2,600.00 0 $ 1,300.00 5 • 2 $ 1,300.00 $ 2,600.00 2.00 5 2,600.00 0 5 • 2.00 S 2,600.00
672 6007 REEL PAV MRKR TYI-C _ EA 36 $ 4.20 $ 151.20 (5) $ 4.20 $ (21.00) 31 $ 4.20 $ 130.20 31.00 $ 130.20 0 $ • 31.00 $ 130.20
672 6009 REFL PAV MRKR TY II-A-A EA 52 $ 4.20_5 218.40 _ 2 $ 4.20 $ 8.40 54 $ 4.20 $ 226.80 54.00_$ 226.80 0 5 - 54.00 S 226.80
672 6010 REFL PAV MRKR TY 11-C-R EA 7 _$ 4.20 5 29.40 115 $ 4.20 $ 483.00_ 122 $ 4.20 $ 512.40 122.00 $ 512.4D 0 $ • 122.00 $ 512.40
677 6001 EUM EXT PAV MRK&MRKS(4") LF 1460 5 0.40 5 584.00 290 5 0.40 5 116.00 1750 _ $ 0.40 $ 700.00_ 1750.00 $ 700.00 0 $ - 1750.00 $ 700.00
677 6003 ELIM EXT PAV MRK&MRKS(8") _ IF 320 _$ 0.65 $ 208.00 118 $ 0.65 5 76.70 438 5 0.65 $ 284.70 438.00 $ 284.70 0 $ - 438.00 $ 284.70
677 6007 ELIM EXT PAV MRK&MRKS(24") IF 360 $ 1.05 $ 378.00 (28) $ 1.05 $ (2940) 332 _ $ 1.05 $ 348.60 332.00 $ 348.60 0 $ - 332.00 $ 348.60
677 6008 EUM EXT PAV MRK&MRKS(ARROWS) EA 4 $ 53.00 5 212.00 1 $ 53.00 $ 53.00 5 5 53.00 $ 265.00 5.00 5 265.00 0 5 • 5.00 $ 265.00 1
678 6001 PAV SURF PREP FOR MRK(4") LF 2570 $ 0.05 $ 128.50 352 $ 0.05 5 17.60 2922 S 0.05 5 146.10 2922.00 5 146.10 0 $ • 2922.00 $ 146.10
678 6004 PAV SURF PREP FOR MRK(8") LF 400 $ 0.11 $ 44.00 (42) 5 0.11 5 (4.62) 358 $ 0.11 $ 39.38 358.00 $ 39.38 0 $ 358.00 S 39.38
678 6008 PAV SURF PREP FOR MRK(24") LF 1000 $ 0.30 $ 300.00 (399) $ 0.30 $ (119.70) 601 $ 0.30 $ 180.30 601.00 5 180.30 0 5 601.00 5 180.30-
678 6009 PAV SURF PREP FOR MRK(ARROW) EA 2 $ 11.00 5 22.00 0 $ 11.00 $ 2 $ 11.00 $ 22.00 2.00 $ 22.0D 0 S • 22-_00 $ 22.00
• 67$ 6016 PAV SURF PREP FOR MRK(WORD) EA 2 S 11.00 $ 22.00 0 $ 11.00 $ 2 $ 11.00 $ 22.00 2.00 5 22.00 0 $ 2.00 $ 22.00
SUPPLEMENTAL ITEMS LS 1 $ 45,000.00 $ 45,000.00 (1) $45,000.00 $ (45,000.00) 0 5 45,000.00 $ • 0 $ - 0 $ - 0.00 $ •
TOTAL $ 403,310.50 $ (33,897.22) 5369,413.28 $369,413.28 $ - $ 369,413.28
Prepared By: i t ' , �1p roved:y: • Original Contract Amount: $ 403,310.50
A 1 Net Change Orders: $ (33,897.22)
,I 1 I __ ' , I' Amended FINAL.CONTRCT AMOUNT: $ 369,413,28
q.feel G.Miran.a,Project 'anager Ra' s•"77'e.Sr.,E.I.T.,Asst. ity T gineer Harry C.5lmeonidis,P.E.,Consultant Total To Date Amount: $ 369,413.23
/144 Ergonomic Transportation Solulons,Inc Less 5%Retainage: $ •
Co _ Sub Total: $ 369,413.28
PAM- ilhaf V i a PRe3I Aen Less Previous Payment: -$ 350;942.62
I certify Mot n4 worklncruWng materials maned by 01,Involve have been Armando Gutierrez Jr.,P.E Clifton Williams,CPPB Amount Due This Request: $ 18,470.66
completed ordelivered Inaccordance nOContract domnanfs. Public Works Director Purchasing Manager (Release Retainage)
PROJECT PAYMENT APPLICATION
CITY OF PORT ARTHUR
Project: LAKE ARTHUR DR.AT 9TH AVE TRAFFIC SIGNAL PROJECT Contractor:Statewide Traffic Signal Co. Final Contract Amount: $369,413,00 Percent of Work Done: 92% Invoice Number: 06(Release Retainage)
Number: PON 208751 Address:1509 West 34th St.,Houston,Tv.77018 New Contract Time: 120 Calendar Days Percent of Time Used: 100% Invoice Date: March 13,2018
Telephone:713.680.2875 Time Used: 12.0 Days Period Ending: March 1-30,2018
Page I of 2
Base Bid Original Bid Contract Change Order No.1 Amended Final Contract Previously Paid Due This Period Total to Date
Item Item Description Unit Quantity i Unit Amount Quantity unit Amount Quantity• Unit i Amount Quantity Amount Quantity Amount Quantity j Amount
No. Code Price Price I Price
SIGNALS _
416 6032 DRILL SHAFT(TRF SIG POLE))36 IN) _ LF _ 58.8 $ 900.00 $ 52,920.00 0 S 900.00 5 58.8_ 5_ 900.00 _S 52.920.00 58.80 5 52,920.00 0 5 - 58.80 $ 52;920.00
502_ 6001. BARR,SIGNS AND TRAFFIC HANDLING MO 2 $ 3,600.00 $ 7,200.00 0 $ 3,600.00 $ • 2 5 3,600.00 $ 7,200.00 2.00 $ 7,200.00 0 $ 2.00 $ 7,200.00
618 6023 CONDI(PVC)(SCHO 40)(2") LE 285 $ 30.00 $ 8,550.00 (37) $ 30.00 S (1,110.00) 248 $ 30.00 $ 7,440,00 248.00 $ 7,440.00 0 $ • 248.00 5 7,440.00.
_618 6047 CONDT(PVC)(SCHD 80)(2")BORE LF 25 5 50.00 $ 1,250.00 11 $ 50.00 $ 550.00 36 S 50.00 $ 1,800.00 36.00 5 1,800.00 0 S - 36.00 5 1,_800.00
618 6033 CONDI(PVCi(SCHD 40)(4") LF 110 S 40.00 5 4,400.00 12 $ 40.00 5 480.00 122 $ 40.00 $ 4,880.00 122.00 $ 4,880.00 0 $ 122.00 $ 4,880.00,
618 6059 CONDT(PVC)(SCHD 80)(41 BORE LF 165 $ 60.00 $ 9,900.00 25 $ 60.00 $ 1,500.00 190 $ 60.00 $ 11,400.00 190.00 5 11,400.00_ 0 _$___ •__ _190.00_$_ _ 11.400.00)
620 6009 ELEC COMDR(NO.6)(BARE) Lr 20 $__ _7.00 $ _____ 40.00_ __40_ 5 _ 2.00_ 5__ 80_.00 (i0 $ 2.00 5 120.00 60.00 $ 120.90^^ 0 $ - 60.00 S 120.001
---_ ----._.-__"--__........._.....__._..�........_.__...__.-. ___. __.._.._._...___....__..�._�.. _... _......__.........�.....___._._..__......._.._.-----
620 6010 ELEC CONDR(NO.6)INSULATED LF 40 S 3.00 S 1.20.00 80 $ _ 3.00 5240.00 120 $ 3.00 $ 360.00 120.00 $ 360.00 0 5 __ __120.00 $ 360.00 I
620 6007 ELECCONDR(NO.8)(BARE) LF 565 $ 2.00 $ •1,130.00 165 5 2.00 $ 330.00 730 S 2.00 $ 1,460.00 730.00__$ 1,460.00 0 5 730.00 S 1,460.00
621 6005 TRAY CABLE(4 CONDR)(12 AWG) LF __ 675 $__ 3.00 $ __ 2,025.00 265 $ 3.00 $ 795.00 940 $ 3.00 $ 2,820.00 -•940.00 $ 2,820.00 0 $ • 940.00 5 2,820.00
•624 6002 GROUND BOX TY A(122311)W/APRDN. EA 7 5 1.300.00 S 9,100.00 0 5 1,300.00 $ ! 7 5 1,300.00 $ 9,100.00 7.00 5 9,700.00 0 5 7.00 $ 9,100.00
624 6008 GROUND BOX TY C(162911)W/APRON EA 1 S 2,000.00_$ 2,000.00 0 5 7,000.00 $ • 1 $ 2,000.00_ $_ 7,000.00 __ _ 1.00 $ _2,000,00 _^_ D $ .,__ _,....-, 1.00 $ 2,000.00
628 6299 ELEC SRV TYT120/240000(NS)GS(L)5P(U) EA 1 _ $ 5,000.00 $_ _^5,000.00 0 $ 5,000.(10 $ • 1 $ 5,000.00 $ 5,000.00 1.00 $ 5,000.00 0 $ - 1.00 5 5,000.00
_.....�__.....�__........._.-. __-..._ _.- __.._
`636 ALUMINUM SIGNS(TYPE A) EA 4 $ 900.00 $ _3,600.(X1 0--- 5 900.00 $ 4 5 900.00 5 3,600.00 4.00 5 3,600.00 0 S _..-- ` 4.00 $ 3,600.00
644 6004 INS SM RD SN SUP&AM TY 10BWG(1)SA(T) EA 1 $_ 1.200.00 5 1,200.00 0 5 1.,200.00 $ 1. S 1.200,00 5 1,200.00 1.00 S 1,200.00 0 $ 1.00 S 1,200.00
N)(3 SEC) EA 8 5 90.005 720.00 0
682 6029 BACK PLATE(12 I __ 17.0.00 $ 2 $
S 90.00 .
58 5 90.00 $ 720.00 8.00 $ 720.00 0 5 8.00 $ 720,00
-.__
682 6030 BACK PLATE(12 IN)(4 SEC) EA 2 $ 1.10.00 5 220.00 0 5 - 110.00 $ 220.00 2.00 $ 220.00 0 S - 7.00 7.00 S 220.00
682 6002 VEH SIG SEC(12 IN)LED(GRN ARW) EA 2 S 240.00 5 480.00 0 S 240.00 $ • 2 S 240.00 5 480.00 7..00 5 480.00 0 $ 2.00 5 480.00
682 6001 VEH 51G SEC(12 IN)LED(GRN) "._....._.____..._.__..._...._.__._..__Ea._....___._8
S 240.00 5 1,920.00_..- 0- $-240.00 $- - -� ----8--- $ 240.00 $ 1,920.00 ----�-8,00 $ 1,920.00 0 $ • 8.00 $ 1,920.00
682 6004 VEH SIG SEC(12 IN)LED(TEL ARW) EA 2 5_ 240.00 $ 480.00 0 $ 240.00 $_ • 2 $ 740.00 5 480.00 2.00 5 480.00 0 5 200 5 480.00
682 6003 VEH SIG SEC(12 IN)LED(YEL) EA B $ 240.00 $ 1,970 00 0 S 240.00 $- _ 8 $ 240.00 $ 1,920.00 8.00 5 1,920.00 0 S 8.00 $ 1,920.00
682 6006 VEH SIG SEC(121N)LED(RED ARW) EA 4 5 240.00 $ 960.00 0 $ 240.00 S ' 4 5 240.00 S 960.00 4.00 $ 960.00 0 $ 4.00 5 960.00
682 6005 V•1-Ei SIG SEC(1.2 IN)LED(RED) EA 8 $ 740.00 $ .1,920:00 0 $ 240.00)$ 8 $ 240.00 5 3,920.00 8.00 $ 1,970.00 0 $_ - _ 3 50 S 1,920.00
684 6007 TRF SIG CBL(TY A)(12 AWG)(2 CONDR) LF 1115 5 __2.00 $ __2,230.00 _(25)__ $ 2.00 $ (50.00) 1090 52.00 $ 2,180,00 1090.00 $ 2,180.00 0 S T 3090.00 $ 2,180.00
684 6010 TRF SIG CBL(TY A)(12 AWG)(5 COMDR) LF 2165_ 5 3.00 $ 6,495.00 411 5_ 3.00 5 1,233.00 2576 5 3.00 S 7,728.00 2576.00 S 7,728.00 0 S 2576.00 $ 7,728.00
684 6012 TRF SIG CBL(TY A)(12 AWG)(7 CONOR) LF 390 - $__
Y 4.00 5.__.. 1,560.00 130 $..-.. 4.00 $ 520.00 520 $ 4.00 $ 2,080.00• 520.00 $ 2,080.00 0 5 --- 520.00$ 2,080.00
_686 6034 INS IRF SIG PL AM(5)1 ARM(32')ILSN CA__ 1___ $ 16,000.00 $ 16,000.00. 0 $16,000.00 $ ____. I $16,000.00 $ 16,000.00 1.00 5 16,000.00 0 S . 1.00 $ 16,000.00
"686 6042 INS TRF SIG PL AM(S)1 ARM(40')ILSN EA _ 1 �$ 1.7,000.00 $ 17.000.00 0 $17,000.00. 5 1 $17,000.00 $ 17,000.00 100 $ 1.7,000.00 0 $_ • - __1.00 $ _ 17_,000.00
°•686 6046 INS TRF SIG PL AM(S)1 ARM(44'1 ILSN EA 2 5 19.000.00 $ 38,000.00 0 019.000.005 • '7. $19,000.00 5 38,000.00 2.00 S 38,000.00 "TIT- _2.00 $ 3.8,000.00
_ 5,500.00 0 $ 5,500.00 $ • I 5 5, 0 $ 5, 0.0 2,110S 5,500.00 o $ 1.00 $ 55000
0
°'687 6001 PED POLE ASSEMBLY{15') EA 1 $ r 5,500.00 5 500.0500
__
687 6002 PEDESTRIAN PUSH BUTTON POLE(5') EA 6 $ 3,000.00 $ 18,000.00 _ 0 $ 3,000.00 $ - 6 $ 3,000.00 $ 18.000D0 6.00 $ 18,000.00 0 5 - 6.00 $__ 78,000.00
682 6018 PED SIG SEC(LEDI(COUNT'DOWN) EA 8 $ 600.00 S 4,800.00 0 $ 600.00 S 8 S 600.00 $ 4.800.00 8.00 $ 4,800,00 0 5 • 8.00 $ 4,800.00
688 6001 PED DETECT PUSH BUTTON(APS) EA B S _1,000.00 $ 8,000.00 0 $ 1,000.00 $ • 8 $ 1,000.00 $ 8,000.00 8-00 $ 8,000.00 0 $ 8.00 $ 8,000.00
6025 6001 RADAR PRESENCE.DETECTION DEVICE _ EA _ 4_� _$ 7,500.00 $ _30,000.00 0 $ 7,500.00 $ • 4 5 7,500,00 $ 30,000.00 4.00 $ 30,000.00 0 $ - 4.00 $ 30,000.00
6057 6001 RADAR ADVANCE DETECTION DEVICE -� EA 2 5 7,500.00 $ 15,000.00 0 $ 7,500.00 5 • 2 $ 7,500.00 5 15,000.00 2.00 $ 15,000.00 0 $ • 2.00 $ 15,000.00
'••6091 6002 INTERNALLY ILLUMINATED STREET NAME SIGNS(LED)(BD) EA 4 $ 3.500.00 $ 14,000.00 0 $ 3,500.00 5 - 4 S 3,500.00 5 14,000.00 4.00 $ 14,000.00 0 S - ___ 4.00 $_ ry__ 14,00000
SP 1 STERNBERG LIGHTING-XRLED-8750.12150T4-MDL21 EA 4 $ 3,000.00 $ 12,000.00 0 $ 3,000.00 5 - 4 $ 3,000.00 $ 12,000.00 4.00 $ 12,000.00 0 5 4.00 5_ 12,000.00
.. ....._ CONTROLLER,FULL ACTIVATED_- _. . .._.- -EA _. 1 _ 5, 5 _ (1) .5 $_ 0 $ 5 0.00 $ - 0 $ _ -
_..� _..tCONTROLLER FOUNDATION� EA 1 _.� S.__�-•-__5__�._ (1)..__ 5 " S 0 $ - $ 0.00 S - ._. 0 $
--_0.00 S
" _-` LOOP AMPLIFIER(1 CHANNEL) EA 15 5 • S - (1"s)"a) $ • 5 • 0 $ • $ • 0.00 $ 0 S 0.00 $
31I9IHX3
City of Port Arthur, cTexas
Department of Public Works
CERTIFICATE OF ACCEPTANCE FOR
Lake Arthur Drive at 9th Avenue Traffic Signal project in the City
of Port Arthur, Texas
To: Statewide Traffic Company
This document is to certify that the City of Port Arthur, Texas accepts the completion of
the traffic signal installation of the above mentioned project on the basis of the City of
Port Arthur, Texas Public Works Department, the Engineer's Certificate of Completion
from Ergonomics Transportation Solutions, Inc., the Contractor's Affidavit of Release
and Claims, the Contractor's Affidavit of Release and the Contractor's Guarantee of
Work.
Harvey Robinson
Interim City Manager
ATTEST:
Sherri Bellard
City Secretary