HomeMy WebLinkAboutPR 23708: TRAFFIC SIGNAL INSTALLATION City of •
o r•t r t It u��
T ,,r
www.PortArthur
INTEROFFICE MEMORANDUM
Date: May 23,2025
To: The Honorable Mayor and City Council
Through: Ronald Burton, City Manager
From: Pamela D. Langford, CPM,Assistant City Manager-Operations/Director of Development
Services
RE: PR No. 23708: Traffic Signal Installation — Bluebonnet Avenue at Gulfway Drive:
Reconciliation Change Order No. 1, acceptance of Close Out Documents and Release of
Retainage for Traf-Tex,Inc., of Houston Texas. Project No. CE0002.
Introduction:
The intent of this agenda item is to authorize the City Manager to accept Change Order No. 1 that increases the
original contract amount of$341,870.48 by $10,094.47, to the new contact amount of$351,964.95, accept
Close Out Documents, and Release Retainage in the amount of$17,598.25 on behalf of the City of Port Arthur
(City)for Traf-Tex,Inc.,(Traf-Tex)of Houston,Texas,for the Traffic Signal Installation—Bluebonnet Avenue
at Gulfway Drive. Project No. CE0002.
Background:
The traffic signal at the intersection of Bluebonnet Avenue and Gulfway Drive was severely damaged because
of a traffic accident at that location.A signal pole and mast were completely knocked down which subsequently
pulled down or bent the remaining signal poles and the traffic control cabinet. Public Works removed all the
damaged signal poles and traffic control boxes replacing them with temporary four-way signaling devices. The
Texas Municipal League Intergovernmental Risk Pool(TMLIRP)has paid the insurance claim for this accident
on behalf of the City.
Pursuant to Resolution No. 21-119, Port Arthur City Council approved entering into an agreement with
Ergonomic Transportation Solutions,Inc. (ETSI)of Houston,Texas,for engineering design services for signal
replacement.The City of Port Arthur then advertised for prospective bidders for the project on August 24,2022,
and August 31, 2022, under Bid Number P22-087. One bid was received, and evaluated by Engineering staff,
from Traf-Tex, Inc., of Houston, Texas. Traf-Tex was selected and determined to be a qualified responsible
bidder with the amount of$341,870.48.
"Remember,we are here to serve the Citizens of Port Arthur"
444 4th Street X Port Arthur,Texas 77641-1089 X 409.983.8182 X FAX 409.983.8294
S:\Engineering\PUBLIC WORKS\PW-ENGINEERING\C.LP.PROJECTS\Year 2022\Traffic Signal Bluebonnet at Gulfway Dr\Closeout Documents\Agenda\Agenda Memo TRAF TEX Reconcile
Close out.docx
Pursuant to Resolution No. 22-453, Port Arthur City Council authorized the City Manager to enter into an
agreement with Traf-Tex for the Traffic Signal Installation — Bluebonnet Avenue at Gulfway Drive for the
amount of$341,870.48.
Traf-Tex, Inc. of Houston, Texas has submitted Change Order No. 1 for additional work associated with the
installation of louvers to the traffic signals that added$10,094.47 to the project, changing the original contract
amount of$341,870.48 to the new contract amount of$351,964.95.
Engineering has received Close Out Documents from Traf-Tex, Inc., of Houston, Texas, that includes the
Certificate of Substantial Completion establishing completion as of November 16, 2023, the Contractor's
Certificate and Release,the Contractor's Certificate of Warranty,Contractor's Certificate of Guarantee,and the
Contractor's Affidavit of All Bills Paid. Additionally, Traf-Tex, Inc., of Houston, Texas is asking for release
of retainage in the amount of$17,598.25.
The completion date of November 16,2023 was precipitated by the fact that there was a discrepancy regarding
six traffic signal lights. When the project started, Traf-Tex anticipated that all the traffic signals would arrive
as expected. They did not. In the meantime,the City's traffic department agreed to give six traffic signals to
Traf-Tex with the understanding that when their shipment arrived,they would return the six signals at that time.
Upon completion of the project, Traf-Tex invoiced the City for the six traffic signals even though they had not
replaced the City's inventory. After extensive conversations, the problem was resolved and the corrected
payment application was received after Traf-Tex returned the six signal lights to the City's Traffic Division.
Close out documents were forwarded to Traf-Tex for completion. Some were returned incomplete or with
incorrect information. Additionally, Traf-Tex decided that they needed to speak to a"third-party"before they
would feel comfortable signing the Certificate of Completion, Contractor's Certificate of Guarantee and
Affidavit of All Bills Paid. Months went by. During this time, the Traf-Tex Project Manager was relieved of
duties with the new project manager asking about the six traffic signals. The process of explanation began
anew.
Subsequently,the new project manager understood all aspects of the project and the City moved forward with
close out procedures. There was a slight hiccup regarding Traf-Tex signing a one-year warranty on the work
since the project was completed and the one year had passed. In speaking with Dr.Hani Tohme,he determined
that the City would not obligate them to the warranty. Traf-Tex signed and submitted all of the close out
documents. These documents were accepted by the City and the close out procedure was implemented.
Budget Impact:
Funding is available in Equipment Account No. 307-21-057-8522-00-10-000. Project No. CE0002.
Recommendation:
It is recommended that the City of Port Arthur City Council approve PR No. 23708 authorizing the City
Manager to accept Change Order No.1, accept the Close Out Documents and release the retainage in the
amount of$17,598.25 for Traf-Tex, Inc., of Houston, Texas, for the Traffic Signal Installation - Bluebonnet
Avenue at Gulfway Drive. Project No. CE0002.
PR No. 23708
5/8/2025 mje
Page 1 of 4
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE CITY MANAGER TO ACCEPT
CHANGE ORDER NO. 1 FOR AN INCREASE IN THE CONTRACT
AMOUNT BY $10,094.47, FOR THE ACCEPTANCE OF CLOSE OUT
DOCUMENTS AND THE RELEASE OF RETAINAGE IN THE AMOUNT OF
$17,598.25 FOR TRAF-TEX, INC., OF HOUSTON, TEXAS, FOR THE
TRAFFIC SIGNAL INSTALLATION — BLUEBONNET AVENUE AND
GULFWAY DRIVE. FUNDING IS AVAILABLE IN THE EQUIPMENT
ACCOUNT NO. 307-21-057-8522-00-10-000. PROJECT NO. CE0002.
WHEREAS, there was an accident at the location of Bluebonnet Avenue and Gulfway
Drive that resulted in all traffic signaling devices at that location being damaged or rendered
inoperable; and,
WHEREAS, the Texas Municipal League Intergovernmental Risk Pool (TMLIRP) has
received funds for an insurance claim on behalf of the City for said accident; and,
WHEREAS, pursuant to Resolution No. 21-119, Port Arthur City Council approved
entering into an agreement with Ergonomic Transportation Solutions, Inc., (ETSI) of Houston,
Texas, for traffic signal engineering design services at that location; and,
WHEREAS, the City of Port Arthur then advertised for prospective bidders for the project
on August 24, 2022, and August 31, 2022, under Bid Number P22-087 with Traf-Tex, Inc., of
Houston, Texas, being the only bidder; and,
WHEREAS, Engineering staff determined that Traf-Tex, Inc., of Houston, Texas, was a
qualified responsible bidder with the submission of a bid in the amount of $341,870.48; and,
PR No.23708
5/8/2025 mje
Page 2 of 5
WHEREAS, pursuant to Resolution No. 22-453, Port Arthur City Council authorized the
City Manager to enter into an agreement with Traf-Tex of Houston, Texas, for the Traffic Signal
Installation — Bluebonnet Avenue at Gulfway Drive for the amount of $341,870.48; and,
WHEREAS, Traf-Tex, Inc., of Houston, Texas, has submitted Change Order No. 1 for
additional work associated with the installation of louvers to the traffic signals that added
$10,094.47 to the project, changing the original contract amount of $341,870.48 to the new
contract amount of $351,964.95, see Exhibit A; and,
WHEREAS, Engineering has also received Close Out Documents from Traf-Tex, Inc., of
Houston, Texas, that includes the Certificate of Substantial Completion dated November 16,
2023 and the work to which the Certificate applies has been inspected, authorized, and declared
to be complete in accordance with the contract documents and made a part hereof as Exhibit
B; together with the Contractor's Certificate and Release (Exhibit C), the Contractor's Certificate
of Warranty (Exhibit D), Contractor's Certificate of Guarantee, (Exhibit E) and the Contractor's
Affidavit of All Bills Paid (Exhibit F); and,
WHEREAS, the retainage for the project is 5% of the work completed and billed, the
Release of Retainage amount is $17,598.25; and,
WHEREAS, Traf-Tex, Inc., of Houston, Texas, has completed the contracted project to
the satisfaction of the City Engineer, see Exhibit G; and,
WHEREAS, approval of PR No. 23708 for the acceptance of Change Order No. 1,
acceptance of the Close Out Documents and Release of Retainage is herein deemed an
appropriate action; now, therefore,
PR No. 23708
5/8/2025 mje
Page 3 of 4
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR:
THAT, the facts and opinions in the preamble are true and correct; and,
THAT, the City Council hereby authorizes the City Manager to hereby accept Change
Order No. 1, (Exhibit A), the Certificate of Substantial Completion dated November 16, 2023,
(Exhibit B), the Contractor's Certificate and Release (Exhibit C), the Contractor's Certificate of
Warranty (Exhibit D), Contractor's Certificate of Guarantee (Exhibit E) and the Contractor's
Affidavit of All Bills Paid (Exhibit F), accept the Release of Retainage for the amount of
$17,598.25 due; and,
THAT, Traf-Tex, Inc., of Houston, Texas, has completed the contracted project to the
satisfaction of the City Engineer, see Exhibit G; and,
THAT, the City Manager of the City of Port Arthur is hereby authorized to execute, on
behalf of the City of Port Arthur, a Certificate of Acceptance (see Exhibit H) for the completion
of the Traffic Signal Installation — Bluebonnet Avenue at Gulfway Drive; and,
THAT, the Release of Retainage be paid to Traf-Tex, Inc., of Houston, Texas, in the
amount of $17,598.25; and,
THAT, a copy of the caption of this Resolution be spread upon the Minutes of the City
Council.
READ, ADOPTED AND APPROVED this the day of , A.D.
2025 at a meeting of the City of Port Arthur, Texas by the following
vote: Ayes: Mayor:
Councilmembers:
PR No.23708
5/8/2025 mje
Page 4 of 4
Noes:
Thurman Bill Bartie
Mayor
ATTEST:
Sherri Bellard
City Secretary
APPROVED AS TO FORM: APPROoN'«ADMINISTRATION:
Roxann Pais Cotroneo, Esquire Ron Burton, P 11""
City Attorney City Manag-
APPROVED AS FOR AVAILABILITY OF
FUNDS:
- (
L d "Lyn" Boswell, M.A., ICMA-CM
Director of Finance
Clifton Williams, CPPB
Purchasing Manager
PR No.23708
5/8/2025 mje
Page 5 of 5
APPROVED AS FOR AVAILABILITY OF
FUNDS CONTD.:
John Ca tella, PE
City Engineer
EXHIBIT A
PIF
CITY OF PORT ARTHUR
Public Works Engineering
DATE: MAY 6,2025
PROJECT: BLUEBONNET AV£NUE/GULFWAY DRIVE TRAFFIC SIGNAL INSTALLATON
OWNER: CITY OF PORT ARTHUR
CONI RAt-TOR: TRAP-f LX.IN(,OF H01 STO.N.T F\aS
s
t If\\t,t.tIR IIPN NO.: I F\ - �, ,"- ,�o' �„_.
THE FOLLOWING CHANGES IN THE PLANS AND/OR SPECIFICATIONS ARE HEREBY MADE:
Adjust the Fstimated Quantities to reflect the Actual Quantities used in the completion of the project:
Original Original New Quantity
Item No. Description Unit Quantity unit Pau- Amount Added New Amount
161.603: BLOCK SODDING Sr uo.iti 3 ...OS .• ,-.1. oo.U0 s ,950.7 ,
618.6029 CONDT(PVC)(SCH 40)(3") IF 80.00 $ 26.00 $ 2,080.00 100.00 $ 2,600.00
618.6033 CONDT(PVC)(SCH 40)(4") LF 105.00 $ 31.00 $ 3,255.00 65.00 $ 2,015.00
618.6034 CONDT(PVC)(SCH 40)(4")(BORE) _ LF 325.00 $ 42.00 $ 13,650.00 55.00 $ 2,310.00
621.6005 TRAY CABLE(4 CONDR)(12 AWG) LE 460.00 $ 3.41 $ 1,568.60 90.00 $ 306.90
628.6188 ELEC St TY D 120/240 070(NS)SSIE)SP(0) EA 6027.00 $ 6,027,00 $ 6,027.00 -1.00 $ (b.027.001
682.6001 VEH SIG SEC(12")LED(GRN) EA 10.00 $ 237.00 $ 2,370.00 6.00 $ 1,422.00
682.6003 VEH SIG SEC(12")LED(YEL) EA 10.00 $ 237.00 $ 2,370.00 6.00 $ 1,422.00
682.6005 VEH SIG SEC(12")LED(RED) EA 10.00 $ 237.00 $ 2,370.00 6.00 $ 1,422.00
682.6023 BACK PLATE(12")(3 SEC) EA 14.00 $ 148.80$ 2,083.20 6.00 $ 892.80
684.6008 TRF SIG CBL(TV A)(12 AWG)(3 CONDR) LF 1350.00 $ 2.93 $ 3,955.50 50.00 $ 146.50
684.6012 TRF SIG CBI(TY A)(12 AWG)(7 CONDR) LE 555.00 $ 3.18 $ 1,764.90 545.00 $ 1,733.10
677.6001 ELIM EXT PAV MRK&MRKS(4") LF 2500.00 $ 0.42 $ 1,050.00 1058.00 $ 444.36
f,1 EXT PAV MRK$MRKS(8") IF 475.00 S 0.67 $ 318.25 -5.00 $ (3.35)
677.6008 ELIM EXT PAV MRK&MRKS(ARROW") IF 8.00 S 61.17-$ 489.36 2.00 $ 122.34
666.6012 REFL PAV MRK TY I(W)4"(SLD) LF 1170.00 $ 0.67 : 783.90 -1070.00 $ (716.90)
666.6030 REFL PAV MRK TY I(W)8"(DOT)(100MIL) . LF 60.00 $ 2.78 $ 166.80 6.00 $ 16.68
666.6120 REEL PAV MRK TY I(Y)4"(BRK)(100MIL) LF 240.00 $ 0.70 $ 168.00 210.00 $ 147.00
666.6123 REFL PAV MRK TY I(Y)4"(DOT)(100MIL) IF 156.00 $ 1.33 $ 207.48 24.00 $ 31.92
666.6126 REEL PAV MRK TY I(Y)4"(SLD)(100MIL) LF 2630.00 $ 0.69 $ 1,814.70 478.00 $ 329.82
666.6048 REFL PAV MRK TY I(W)24"(SLD) IF 380.00 S 6.78 5 2,576.40 -18.00 $ (122.04)
672.6007 REEL PAV MRKR TY I-C EA 20.00 $ 5,56 $ 111.20 20.00 $ 111.20
`672,6009 REEL PAV MRKR TY II-A-A EA , 28.00 $ 5.56 $ 155.68 63.00 $ 350.28
PAY SURF PREP FOR MRK 1.: EA 4196.00 5 0.06 $ 251.76 -538.00 32.28)
678.6004 PAV SURF PREP FOR MRK(8") LF 460.00:$ 0.13 S 59.80 186.00 $ 24.18
Z PAV SURF PREP FOR MRK I... IF DO $ }.33 5 125.40 -18.01
ADD LOUVERS TO SIGNALS LF 0.00 $ 172.49 $ - 18.00 $ 3,104.82
TOTAL CHANGE ORDER NO.1 $ 10,094.47
CONTRACT AMOUNT $ 341,870,48 1 NEW $ 351,96495'
CONTRACT
ORIGINAL CONTRACT AMOUNT: $ 341,870.48
CHANGE ORDER NO 1: $ 10,094.47
PERCENT OF CHANGE OF Change Order 1: 0.03%
FINAL CONTRACT AMOUNT: $ 351,964.95
NO CALENDAR DAYS HAVE BEEN ADDED TO CHANGE ORDER NO.1
PREP E BY: QUANTITIES VERIFI Y/APPROVED BY: --
, / ...I/2 3/2,.("--
.lennife dwards,BAAS,MPA,OP Manager ohn Cannatella,PE,City Engineer
APPROVED ��"? APPRO B`: L
(
0.,,_[Alt.,bLer.IX.
Mario Reyn Pre dent;Traf Tex,lhc. CliftOh Williams,CPPB,Purchasing Manager
APPROVED BY: APPROVED BY:
ts\•••• .
._j"\, _‘, /6:14/d..c . 404N
Dr.Hani Toh e,PE,Consultant Ron:u �.- Manager
C:\Users\bfitzgerald\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\30W1CZF7\Change Order No.1 TRAFFIC INSTALL
EXHIBIT B
Prr-
CERTIFICATE OF SUBSTANTIAL COMPLETION
Purchase Order No.: 22- 4
Project Name: �I.ni1;,o,.vveA- Avt.v.t.<_ ��k ��v 1�r.��• 'J
Contractor: e c. 4 r. .
Description of Work: 1 ,rc- 4�1.c,k \ r5c,1\�
The work performed under this contract has been reviewed and found to be substantially complete.The
date of substantial completion is hereby established as t t r t V I 2-02-3
KNOW ALL MEN BY THESE PRESENTS:
1.) The stage of construction where,in the opinion of the City of Port Arthur,all items of the work necessary
to enable the assets to be utilized without restrictions for the purpose for which the asset was constructed
have been completed; and
2.) All pay items are complete and all necessary testing as required by the Laws and Regulations and/or
Contract Documents have all been completed.
Punch List
All list of items to be completed or corrected,prepared by the CONTRACTOR and verified and amended by the
ENGINEER,is attached hereto.The failure to include any items on such list does not alter the responsibility of
the CONTRACTOR to complete all work in accordance with the contract documents.The CONTRACTOR shall
complete or correct the work on the list of items attached hereto within in 60 days from the above date of
substantial completion. The responsibilities shall be as set out in the Contract Documents or on the attached
hereto. If not specified in and an attachment or in the Contract Documents the CONTRACTOR is responsible for
maintenance,utilities and insurance.
i
NAMESIG A DAT
/
CONTRACTOR
RECOMMENDED FOR ACCEPTANCE J
J4P1) 1 GGnha. tRila ,51/.2 j23
ENGINEER NAME SI URE DATE
The City of Port Arthur accepts the work as Substantially Complete. City of Port Arthur,Department of Public
Works.
PROJECT MANAGER ) SIGNATURE DATE
J0A ^ Cu aieJic iz 2
CITY ENGINEER NATURE DAT
PUBLIC WORKS DIRECTOR SIGNATURE DATE
EXHIBIT C
CONTRACTOR'S CERTIFICATE AND RELEASE
FROM: Tr& -Tex , inG• ..__
(Name of Contractor)
TO: City of Pori- Acthur
(Owner)
REFERENCE CONTRACT NO.: 2-2- "' Ll 5 3
CONTRACT ENTERED INTO THE I DAY OF Q C}010 of 20 2.2. BETWEEN THE
CITY OF PORT ARTHUR AND -IC 0.F—TeX
OF Houston ,TX
FOR THE PROJECT TCp f;i(_ Signot rn5ta.tiation ok B,uebonn. {de_ ai Gul til l pc
KNOW ALL MEN BY THESE PRESENTS:
1.) The undersigned hereby certifies that there is due from,and payable by,the Owner to the Contractor
under the contract and duly approve Change Orders and modification the balance of
$ 2.1,I$7,9q -2.) The undersigned further certifies that in addition to the amount set forth in Paragraph 1, there are
outstanding and unsettled the following items which he claims are just and due and owing by the Owner
to the Contractor:
a. None
b.
c.
d.
(Itemize claims and amounts due,if none,so state)
3.) The undersigned further certifies that all work required under this contract, including work required under
Change Order(s)numbered 0 J ,has been performed in accordance with the terms thereof,and that
there are no unpaid claims for materials, supplies,or equipment and no claims of laborers or mechanics
for unpaid wages arising out of the performance of this contract, and that the wage rates paid by the
contractor were in conformity with the contract provisions relating to said wage rates.
4.) Except for the amounts stated under Paragraphs 1 and 2 hereof,the undersigned has received from the
Owner all sums of money payable to the undersigned under,or pursuant to,the above-mentioned contract
or any modifications or changes thereof.
5.) That in consideration of the payment of the amount stated in Paragraph 1 hereof,the undersigned does
hereby release the Owner and Operator from any all claims arising under or by virtue of this contract,
except the amount listed in Paragraph 2 hereof due from the owner,provided however,that if any reason
the Owner does not pay the full amount stated in Paragraph 1 hereof, said deduction shall not affect the
validity of this release,but the amount so deducted shall be automatically included under Paragraph 2 as
an amount which the Contractor has not released but will release upon payment thereof.The Contractor
further certifies that upon the payment of the amount listed in Paragraph 2 hereof,and of an amount
which may be deducted from Paragraph 1 hereof,he will release the Owner and Operator from any and
all claims of any nature whatsoever arising out of paid contract modification thereof, and will execute
such further releases or assurances of the Owner and Operator may request.
1
IN WITNESS WHEREOF,the undersigned has signed and sealed this instrument this 1 ct day of
M 044 ,29-2-2. j
-4( CAA.
{SEAL} (Contractor)
kg, ture)
—4 • ---Af y I"- a.
rinte Name/Title of Officer)
p •l`C � ,being first duly sworn on oath,deposes and says,First,that,he/she is the
(Affiant)
�t kC_e'_'Pr ti + of "QS -
(Title) (Name of Company)
Second,that he/she has read the foregoing certificate by him/her subscribed as ick
(Title)
of
(Name of Company)
Affiant further states that the matters and things stated herein are true.
(A .1
Subscribed and sworn to before me this day of ► !Qt1 ,2922% ,z ,
My commission expires OQ.—n.- vt 0 of
4� ,B/„ TERESA GONZALES
.. cc Notary Public, State of Texas NOTARY
Comm. Expires 09-17-2028
40,110% Notary ID 125836283
2
EXHIBIT D
CONTRACTOR'S CERTIFICATE OF WARRANTY
FROM: I rc.Sr`- -
(Name of Contractor)
TO: Li -L OSt 1�orfr t.�e �.trr
1r (Owner)
REFERENCE CONTRACT NO.: 22_Lt 53
CONTRACT ENTERED INTO THE 2"4 DAY OF JV,ovc.w"}) 2.2.. BETWEEN THE
CITY OF PORT ARTHUR AND ,
OF Ou.S)c c„s
FOR THE PROJECT 1���t10 ,..h c �Jcv.ut coNA
KNOW ALL MEN BY THESE PRESENTS:
1.) "Trc.t'-T 1 v‘L does hereby guarantee all of the work done under the
(Name of Contractor)
above referenced contract to be free from faulty materials in every particular,and free from improper
workmanship,and against injury from proper and usual wear; and agrees to replace or re-execute without
cost to the Owner and Operator such work as may be found to be improper or imperfect,and to make
good all damage caused to other work or materials due to such required replacement or re-execution.
2.) This guarantee shall cover a period of one(I)year from the date of acceptance of all work under this
contract by Owner,as evidenced by the Contractor's Certificate of Completion.
3.) This Certificate is given in connection with the final payment under the contract between the Owner and
TrAV -T+e i 1Inc . ,and with the knowledge that it will be relied upon in
(Name of Contractor)
Making such payment and that such payment would not be made except upon the truth of the matter
contained in this affidavit.
IN WITNESS WHEREOF,the undersigned has signed and sealed this instrument this /d day of
M4 y /0 ,2021(
-44 -- ?>
{SEAL) (Contractor)
BY:
(Si nature--'7 •
zie�o+""��., FRANCISCA VASQotU
�:Notary Public.State of Texas
4.0 Comm.Expires 03-05-2027 Q e o, 1t
. •t`+- Notary ID 1301A23.53 Al�j 6 (1 e�_ �i
Pcz. ''r5
(Pri ed Name/Title of Officer)
1-Warranty
EXHIBIT E
CONTRACTOR'S CERTIFICATE OF GUARANTEE
FROM: rc. -7- x n C.
TO: C 0 ?)Y- -���.✓
FOR: 1 c. �J;���c.. ►ems�c,\�c r w�
REFERENCE CONTRACT NO. 22 - y 53 ENTERED INTO THE 1-
DAY OF r' , 2022, BETWEEN THE CITY OF PORT ARTHUR
AND --Lex I rx c.
(CONTRACTOR)
OF �- oLAsk-0 I S.
(CITY/STATE)
FOR: TY'c-,V-cic..- c- (PROJECT)
KNOW ALL MEN BY THESE PRESENTS:
1. 1 rc. �` - does hereby guarantee all of the work done under the
above referenced contract to be free from faulty materials in every particular, and free
improper workmanship, and against injury from proper and usual wear; and agrees to
replace or re-execute without cost to the Owner and Operator such work as may be found
to be improper or imperfect, and to make good all damage caused to other work or
materials, due to such require replacement or re-execution.
2. This guarantee shall cover a period of one(1)year from the date of acceptance of all work
under this Contract, as evidenced by the Engineer's Certificate of Completion.
IlFr
IN WITNESS THEREOF,the undersigned has signed and sealed this instrument this the
It) day of PAc,y ,l .M.
COMPANY
SEAL
(COMPANY NAME)
ER,SII 4(0
TURF/TITLE)
eale, Re-y4et_
(PRINT)
SUBSCRIBED AND SWORN to before me this /C) day of JY)c-j 2 a L Y
My commission expires 2/ 5-,/z 7
I DATE)
„uu�.
'=o�0*,, FRANCISCA VASQUEZ
[�4`2,'s Notary Public,State of Texas
"* T' Comm.Expires 03-05-2027
'4n°;,a"" Notary ID 130142353 ,,,/."--s-.)--o-"..-- fr;s-7.2
(NOTARY PUBLIC)
NOTARY SEAL
EXHIBIT F
CONTRACTOR'S AFFIDAVIT OF ALL BILLS PAID
Project: Bluebonnet Ave at Gulfway Dr—Traffic Signal Installation
Location: Port Arthur, Texas
Owner: City of Port Arthur
County of Jefferson
State of Texas
The undersigned hereby certifies that, except as listed below, all previous progress payments
received on account of the Work, have been applied on account to discharge Contractor's
legitimate obligations associated with prior Applications for Payment.
Exceptions: NONE
:: : 4. .
atur .
f--7(
Date: 5'//0 I?
Sworn to and subscribed to me, a
Notary Public, this / U day of l'Y'1 7 2024.
(Notary Public)
My Commission Expires: 3/r /,z
EXHIBIT G
City of
ort rthu ~
Terus
LhurTx.gov
CERTIFICATE OF COMPLETION
Date: May 8, 2025
Project: Traffic Signal Installation Project—Bluebonnet Avenue at Gulfway Drive
Project No. CE0002
To: All Concerned
I HEREBY CERTIFY THAT this project was completed on November 16,2023 and that the work was
under periodic inspection during construction by the City Engineer. That to the best of my knowledge,
the project was constructed substantially in accordance with the plans and specifications,and that record
documents were received and are on file in the Engineering Division.
Submitted by:
John atella, PE
City ngineer
"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
EXHIBIT H
CITY OF PORT ARTHUR, TEXAS
ENGINEERING DIVISION
CERTIFICATE OF ACCEPTANCE FOR...
TRAFFIC SIGNAL INSTALLATION PROJECT—BLUEBONNET AVENUE AT
GULFWAY DRIVE
PROJECT NO. CE0002
To: Traf-Tex, Inc., of Houston, Texas
This document is to certify that the City of Port Arthur,Texas accepts the completion of the Traffic
Signal Installation Project — Bluebonnet Avenue at Gulfway Drive on the basis of the
recommendation of the City of Port Arthur's Engineering Division and receipt of the Certificate
of Completion, Contractor's Affidavit of All Debts Paid, Contractor's Certificate of Release, and
the Contractor's Certificate of Warranty executed by Traf-Tex, Inc., of Houston, Texas.
Ron Burton, CPM Date
City Manager
Sherri Bellard Date
City Secretary