HomeMy WebLinkAboutPR 21557: NASHVILLE AVENUE PAVEMENT IMPROVEMENTS \l '/
City of
9ort rthu�r`�—
m cts
www.PortArthurTx.gov
INTEROFFICE MEMORANDUM
Date: January 26, 2021
To: The Honorable Mayor and City Council
Through: Ron Burton, City Manager
From: Alberto Elefano,P.E., Public Works Director
RE: PR21557: Nashville Avenue Pavement Improvements Project from Rev. Dr.
Ransom Howard Street(7th Street)to Procter Street—Change Order No. 2,
acceptance of Close Out Documents and Release of Retainage. Project
ST1P01.
Introduction:
The intent of this Agenda Item is to authorize the City Manager to accept Change Order No. 2,
which increases the contract amount by$45,616.60 to the new contract amount of$1,141,557.96
and to accept the Engineer's Certificate of Substantial Completion,the Contractor's Certificate
and Release, the Contractor's Certificate of Warranty, the Contractor's Affidavit of All Bills
Paid,the Director's Certificate of Completion,the Certificate of Acceptance and the Release of
Retainage in the amount of $96,685.83 for the Nashville Avenue Pavement Improvements
Project executed by Gulf Coast a CRH Company of Beaumont, Texas.
Background:
Pursuant to Resolution No. 19-130, Gulf Coast a CRH Company of Beaumont, Texas was
awarded the project for the Nashville Avenue Pavement Improvements Project from Rev. Dr.
Ransom Howard Street (7th Street) to Procter Street. Change Order No. 1 approved under
Resolution 19-535 addressed issues with a concrete base at all of the intersections,modified curb
inlets, relocated manholes and installed a 15" sanitary sewer line. Change Order No. 2 is being
submitted to reconcile all bid items on the project and will increase the original contract amount
by $45,616.60 to the new contract amount of$1,141,557.96. The Nashville Avenue Pavement
Improvements Project is complete and the Engineer's Certificate of Substantial Completion,the
Contractor's Certificate and Release, the Contractor's Certificate of Warranty,the Contractor's
Affidavit of All Debts Paid, and the Release of Retainage in the amount of$96,685.83 executed
by Gulf Coast a CRH Company of Beaumont, Texas are being submitted for approval of close
out. Additionally,the Public Works Director's Certificate of Completion, and the Certificate of
"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
Acceptance for the Nashville Avenue Pavement Improvements Project are also being submitted
for approval.
Budget Impact:
Change Order#2 impacts funds in the Capital Improvement Account for Street Maintenance
and Repair,Account No. 307-1601-591.86-00. Project No. ST1 P01.
Recommendation:
It is recommended that the City of Port Arthur City Council approve PR 21557 to accept Change
Order No. 2, which increases the original contract amount by $45,616.60 to the new contract
amount of$1,141,557.96, and to accept the Engineer's Certificate of Substantial Completion,
the Contractor's Certificate and Release, the Contractor's Certificate of Warranty, the
Contractor's Affidavit of All Debts Paid, the Director's Certificate of Completion, the Release
of Retainage in the amount of $96,685.83 and to sign the Certificate of Acceptance for the
Nashville Avenue Pavement Improvements Project executed by Gulf Coast a CRH Company of
Beaumont, Texas.
"Remember,we are here to serve the Citizens of Port Arthur"
P.O.Box 1089 X Port Arthur,Texas 77641-1089 X 409.983.8101 X FAX 409.982.6743
PR2I557
1/27/2021 mje
Page 1 of 5
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE
CHANGE ORDER NO. 2, INCREASING THE ORIGINAL CONTRACT
AMOUNT BY $45,616.60 TO A NEW CONTRACT AMOUNT OF
$1,141,557.96 AND ACCEPTANCE OF THE ENGINEER'S
CERTIFICATE OF SUBSTANTIAL COMPLETION, CONTRACTOR'S
AFFIDAVIT OF PAYMENTS OF ALL DEBTS PAID, CONTRACTOR'S
CERTIFICATE AND RELEASE, CONTRACTOR'S CERTIFICATE OF
WARRANTY FOR THE NASHVILLE AVENUE PAVEMENT
IMPROVEMENTS PROJECT, AUTHORIZING THE CITY MANAGER TO
SIGN THE CERTIFICATE OF ACCEPTANCE ON BEHALF OF THE CITY
OF PORT ARTHUR, TEXAS; AND APPROVAL OF RELEASE OF
RETAINAGE TO GULF COAST A CRH COMPANY OF BEAUMONT,
TEXAS IN THE AMOUNT OF $96,685.83 FROM THE CAPITAL
IMPROVEMENTS ACCOUNT NO. 307-1601-591.86-00. PROJECT
ST1P01.
WHEREAS, pursuant to Resolution No. 19-130, the City of Port Arthur City Council
awarded a contract for paving improvements on Nashville Avenue from Rev. Dr. Ransom
Howard (7th Street) to Procter Street to Gulf Coast a CRH Company of Beaumont, Texas
with a projected budgetary impact of$913,289.50 and a completion time of 180 calendar
days; and,
WHEREAS, pursuant to Resolution 19-535, City Council approved Change Order
No. 1 to Gulf Coast a CRH Company of Beaumont, Texas to address issues with a concrete
base at all of the intersections, modified curb inlets, re-located manholes and installed a
15" sanitary sewer line; and,
WHEREAS, Change Orders No. 1 submitted by Gulf Coast a CRH Company of
Beaumont, Texas increased the original contract amount of $913,289.50 by $182,651.86
to the new contract amount of $1,095,941.36; and,
PR21557
1/27/2021 mje
Page 2 of 5
WHEREAS, the City has received Change Order No. 2, Exhibit A, submitted by
Gulf Coast a CRH Company of Beaumont, Texas to reconcile all bid quantities increasing
the original contract amount by $45,616.60 to the new contract amount of
$1,141,557.96; and,
WHEREAS, the City has received Change Order No. 2 along with the Engineer's
Certificate of Substantial Completion dated May 20, 2020 from Action Civil Engineers
PLLC, of Port Arthur, Texas stating that 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
of Release (Exhibit C), the Contractor's Certificate of Warranty (Exhibit D), the
Contractor's Certificate of All Debts Paid (Exhibit E); and,
WHEREAS, the retainage for the project is 5% of the work completed and billed
the Release of Retainage has been submitted by Gulf Coast a CRH Company of Beaumont,
Texas in the amount of $96,685.83, see Exhibit F; and,
WHEREAS, Gulf Coast a CRH Company of Beaumont, Texas has completed the
contracted project to the satisfaction of the Public Works Director and the City
Engineering staff, see Exhibit G; and,
WHEREAS, approval of Change Order No. 2, the acceptance of all close out
documents, and release of retainage are herein deemed an appropriate action; now
therefore,
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,
PR21557
1/27/2021 mje
Page 3 of 5
THAT, the City Council hereby authorizes the City Manager to execute Change
Order No. 2 submitted by Gulf Coast a CRH Company of Beaumont, Texas to reconcile all
bid quantities increasing the original contract amount by $45,616.60 to the new contract
amount of $1,141,557.96; and,
THAT, the City Council hereby accepts the Engineer's Certificate of Substantial
Completion dated May 20, 2020 from Action Civil Engineers, PLLC, of Port Arthur, Texas
stating that 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 of Release (Exhibit C), the
Contractor's Certificate of Warranty (Exhibit D), the Contractor's Certificate of All Debts
Paid (Exhibit E); 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 (Exhibit H) for the
completion of the Nashville Avenue Pavement Improvements Project from Rev. Dr.
Ransom Howard (7th Street) to Procter Street; and,
THAT, the Release of Retainage be paid to Gulf Coast a CRH Company of
Beaumont, Texas in the amount of $96,685.83; and,
THAT, a copy of the caption of this Resolution No. be spread upon the Minutes of
the City Council.
READ, ADOPTED AND APPROVED this the day of , A.D. 2021 at
a meeting of the City of Port Arthur, Texas by the following vote:
Ayes: Mayor:
PR21557
1/27/2021 mje
Page 4 of 5
Councilmembers:
Noes:
Thurman "Bill" Battle
Mayor
Attest:
Sherri Bellard
City Secretary
APPROVED AS TO FORM: APPROVED FOR ADMINISTRATION:
Valecia Tizeno Ron Burton
City Attorney City Manager
PR21557
1/26/2021 mje
Page 5 of 5
APPROVED AS FOR AVAILABILITY OF
FUNDS:
Kandy Daniel
Interim Director of Finance
Alberto Elefar o, P.E.
Director of Public Works
Clifton Williams, CPPB
Purchasing Manager
EXHIBIT A
CITY OF PORT ARTHUR
Public Works Engineering
DATE,JULY 31,$901
PROJECT: NASHVILLE AVE.(PROCTER TO REV.R.HOWARD ST.)
OWNER:CITY OF PORT ARTHUR
CONTRACTOR:GULF COAST A CON COMPANY
CHANGE ORDER NO.:02(FINAL)
THE FOLLOWING CHANGES IN THE PLANS AND/OR SPECIFICATIONS ARE HEREBY MADE:
Adjust the Estimated Quantities to reflect the Actual Quantities used in the completion of the project:
Item Ilan C.O.NO.3
Doe nptiio I.not OT{linai 1nil Price Original C.O.NO.I UMI Pike CO.N0,1 P41r Udt Price iTaal
No. Code Quan _ Amuunt Qwmiry AOmIW Orllags AHOWl
5W 001 MOBILIZATION AND DEM061LSATION Ls it $ 0,100.00 5 45,100.00 1 $ 45,100.00 $ 45,10000 1 I 45.100.00 5 0.100.00
ROAMING A DISPOSE OF ENSTING ASPHALT SURFACE,FULL DE114,ALL IN n 5.0 0 5 302 S ti,Coa 0 RWO S 300 S 3L000.W 7649.3S $ $00 I 3306405
1115 W2 ACCORDANCE WITH PLANS AND SPECIFICA I IONS
105 RFMIIVERIG 5 DISPOSE Of RAY ANDSUBBAY Sr,FULL DEPTH,ALL IN n. 1,700 $ 7.50 5 11,7000 1319 I 730 $ 9092.50 1319 $ 7.50 S 9.09150
ACCORDANCE Wm(PLANS AND SPECIfIUTONS(CO.N0.11
BACKFILL BASE MATERIAL IC.0.00.1) SY 1716 I 2300 $ 39,465A0 1716 $ 253o $ 31,1400
IBA 001 REMOVING L DISPOSE Of E%NlIN6 CONCRETE N GUTTGUTTER,q l T All IN LL 2,393 $ 3A0 5 $.100.00 2700 $ 3A0 I 1.100.E0 2250 $ 3.00 $ 5.7$0L0
ACCORDANCE WITH PLANS AND SPECIFICATIONS
IBA WI RFMOANGLg FK DISPOSE OF ISTIN6 CONCRF0RPE nu sle .ALLIN
IfAM,.SOS $ 19.50 AM,. 505 $ 19.50 $ 9,47.50 54 $ 1930 $ 11.530
ACCORDANCE WITH MANS AND SMCITICATIONS
LIME STABILMED SUB6M0 Lime l Mlnipuleti0n Included,SWA MM 5'depth
110 COI mmimurnnum6%by weight hydrated lima,Complete IRA In place-Labor, Sy 1200 $ 13.00 5 $0600.00 62W $ 13.00 5 40000.00 5503.09 $ 13.00 $ 71,540.17
Loom/Pent MaTerla%.
5" W1 rRONFORCED CONCRETE PAVEMENT 4lNBACNABA[KOI CURD,ALL IN SY 3000 5 4740 5 M WO2,000.00 0 $ 4700 $ 102,00100 6224.70 $ 4700 $ 292,51000
ACCORDANCE WITH PLANS AND SPECIFICATIONS
360 002 REMOVE•REPLACE WIRS MATS TO 4 REINFORCING BARS LS 1 $ ALIS435 $ 41,4035
247 W1 139160019E BAY MATERIAL,PUCE ANOgWHAm COMPACTION AV[M4 SY 900 $ 2400 $ 21.60000 900 S 2400 5 21,600.00 1166.4 $ 24.00 $ 17,99936
r DEPTH.AU IN ACCORDANCE WITH PLANS AND SPECIFICATIONS
340 002 DENSE GRADED HOT-MIX ANR$T COURSE COUR Y.KI IN SY KO $ 1200 5 1940000 900 $ 12.00 $ 19.400.00 1711.42 $ 2200 6 37,110.0c
ACCORDANCE WON PUNS AND$PECIFICAIgNS,INCLUDING PLUME COM
AOIUSTING MANHOLES,ALL IN ACCORDANCE WITH PLANS AND
479 001 5P1C1NUTA7HS EA 5 $ 47300 $ 1,373.00 5 S 475A0 $ 3,37iW 5 $ 4003 $ LOS.
4]9 00)ADJUSTING WATER VALVES ALL IN ACCORDANCE WITH MANS AND EA 5 S 555.00 $ A775.00 S $ 915.00 $ 4,775.00 5 $ $3500 $ 4.n 700
SPECIFICATIONS
464 WI CONNECT ANY 512E PO MI E TO 0006EDOR EXISTING INLET,All IN U 20 $ NOM 5 16,200.00 20 5 $10.00 $ 16,200.00 12 I $10.00 I know
ACCORDANCE WITH PLANS ANDSPECIHICA LIONS
464 001 MUG ANY 512E RPE.ALI IN ACCORDANCE WITH MANS AND SPECIFICATIONS EA 4 5 36.00 5 1,45603 4 S 34.00 5 1456.00 4 I $400 $ 1,436.00
FURNISH AND INSTALLSTANDARD TYPE'C CUM RISERS,REMOVE l
465 001 DISPOSE OF ENSTING INLET.ALL IN ACCORDANCE WITH MANS AND EA 13 5 6.930.00 S 90350.00
SPECIFICATIONS
FURNISH AND INSTALL STANDARD TTPE'C CURB INLETS,REMOVE&
KS 034 DISPOSE Of EAISTING WHET,ALL IN ACCOROANCE_WITH PENS AND BA U $ 19L.00 $ 121934.W ]3 $ 601Lm $ 119016W
FURNSH.AND INSTALL 1$'ILOPP STORM PIPE SEWER USING C'LASSAA
44 001 BACKFILL 6 BEDDING COMPLETE IN MACE,ALL IN ACCORDANCE WITH MANS U 46$ $ 122.00 $ 57,4300 468 $ 122.00 $ 57,01000 545 $ 13200 $ 6601200
AND SPECIFICATIONS
BAILS Om STANDARD TYPE.1"MANHOLE COMPLETE RNACL NI IN ACCORDANCE EA S 5 6,300.00 5 31.50103 5 5 03000 5 31,50000 5 $ 130A0 $ 31,50000
H PUNS ANC SPECIFICATIONS
496 035 REMOVING STRUCTURES(REMOVE ESMOND MANHOLE)IL 0.N0.1) EA 5 $ 1,340W $ 6,901.W 7 $ 1,1400 $ 14000
SW WI TEMODAAm[ROSgN.YMMT DI [ AND WATER POLLUTION EONIROL
4 SA 5 100) 0 1,940.00 4 $ 14000 $ 1,960.03 4 $ 14100 $ 1,96000
[wwREf,PER IKDOT STD SHEET K(110➢L EC 10-93
FURNISH,INSTALL AND MAINTAIN TEMPORARY MANIC CONTROL
MEASURES,BARRICADES,SIGNS.AND TRAFFIC HANDLING,COMPLETE IN
502 WI PUCE,INCLUDING BUT NOT LIMITED TO CONES,SANS,SIGN HARDMAN, LS 1 I 6,W0.00 f 600.00 1 $ 6,800.00 $ 1W0W 1 $ ELAN. S SNOW
PAVEMENT REAMERS,STREET AND DRIVE ACESS,LABOR FUGGEIS,AND
MATERIALS.ALL IN ACCORDANCE WITH MANS ANDSPECITICATIONS
Los W REMOVE 60NPOSE ASPHALT F0055915AY{,All IN ACCOIWANCO WITH TON 250 $ 14.00 5 6003.00 250 $ 4.00 $ 600100 250 $ 2100 S 100000
AND SPECIFICATIONS
140 cc,ASPHALT FOR MIVEWAYS,ALL IN ACWROVKE WITH PLANS AND TON 250 $ 105.00 $ 4.25000 250 5 105.00 $ 21,25600
SPECIFICATIONS
SBA W3 REMOVER DISPOSE CONCAEIF DRIVEWAYS,ALL INACCORDANCE WITH SY 600 $ 2000 $ 12,003.00 600 $ 1000 $ 12,001100 600 I 2000 $ $2,00000
MANS AND SPECIFICATIONS
101 026 REMOVE L DISPOSE CONCRETE PAVEMENT,7111,•TIC l STH STREETS INTERS SY ins S 32.12 $ 55,117.92 2710.W 5 32.12 $ 73,23300
INSTALL CONCRETE CUM IMONO)5'TV II U 2114 5 13.96 S 29311.44 163$ $ 1306 $ 25,650AB
CUT DOWN 2 LARGE DIAMETER OAR TREES LS 1 5 4,00100 5 4000.00 1 $ 4,00030 S 400000
Sl0 OOl CONCRETE gUVEWAYS.KLIN ACCORDANCE PATH PLANS AND SY MO I 63.00 $ 27000.00 6005 65.00 $ 37055W 62 IS $ 6300 5 5553.45
SPECIFICATIONS
14 009 REMOVE LIYSOOEE CONCRETE SIOEWAIXS,ALL IN ACCORDANCE WITH 5T 1.50 5 5.15 5 5,77500 1100 $ 5.15 $ 5,775.00 1100 $ 5.25 $ 177500
U ICA PLANS AND SPECIFICATIONS ...- ,
531 WI[OMCMESOfWAll6'ALL 4ACW ACCORDANCE
ROAWONPWES AND SY 1.100 $ 56.00 $ 6E60000 1100 $ 56.00 $ 61,60000 151206 6 400 5 7147536
SPECIFRATIONS
531 001 CONCRETE WHEELCHNR RAMPS.All IN ACCORDANCE wan%AMMO SPEC` 4 17 $ 1425.00,$ 24,22500 17 $ 1,425,00 S 24,225.00 23 5 142500 $ 32.77500
CEMENT ITAM1REO BAND 1-1/I SACIL/CT.BACGILL MATERIAL FOR CUM n. 100 $ 6500 $ 140.00 100 I 4.00 { 1100.00
MID GUTTER All IN ACCORDANCE WITH PUNS AND SPECIFICATIONS
410 ROO(FON ORNEWAY LOOSE OUAP L SPREAD,PER TRUDE MEASURE TON 102 5 MOD 5 1W0.00 MO $ 50.00 5 1000.00 100 $ 610.00 8 800000
-
7017 OW REMOVE AND REPLACE I'4 CFNRRE A SEwRE UM WITH NEW S'PVC SEWER LF 40 $ 72.03 $ 4,32400 60 $ 7200 5 4,320.00 W $ 7100 $ 433000
,ONE,ALL IN ACCORDANCE WITH PUNS AND SPECIFICATIONS
INSTALL(15'I SANITARY SEWERUTRS U _$ - 4 '$ 14200 $ 11,$2400 45 14200 $ 11,92500
7016 001 INSTALL NEW FIBERGLASS MANHOLE ASOLII FKIST.BAMRARYYWER TIN[, EA 2 $ 4,3503 $ $,700.00 2 5 4050.00 5 4.7000o l $ 4,45000 $ 005000
Kt IN ACCORDANCE WITH PLANS AND SPECIFICATIONS
252 1 REMOVE AND DISPOSE OF MST.TIES STUMP(36'OW STA 304,23'LEFT EA 1 $ 1,511103 5 1,510.00 1 5 1,51000 $ 1,51000 3 $ 151000 5 A.S30 00
ORBRML CONTRACT AMOUNT $ 913,289.50 AM3NTTWMIV cnNn°4'f 51,095,911.36 FINAL CONTRACT AMOUNT $ 1,141,557.96
O.N0.1 AMOUNT
AMOUNT OF CHANGE ORDER ADDED: $ 45,616.60
ORIGINAL CONTRACT AMOUNT: $ 913,289.50
NOT FROM PREVIOUS CHANGE ORDERS: 5 1,095,941.36
TOTAL AMOUNT OF THIS CHANGE ORDER: $ 45,616.60
PERCENT OF THIS CHANGE ORDER: 4.99%
TOTAL PERCENT CHANGE ORDER TO DATE: 24.99%
FINAL CONTRACT AMOUNT: $ 1,141,SST96
A .N DAYS HAVE BEEN ADDED IN THE CONTRACT BY THIS AL CHANGE ORDER N0.3(FI IL)
ACCEPTED By: PREPARED BY:
Scat BI hard. noel A C'omlrKrbe Manner Rafael Miranda,Project M
Gull Emst a CRH Commas
APPROVED 81, APPROVED BY:
DewaT'n0'O.Dac'IA,P.E.,LIN Mule= Clifton WRIIamI,CPPB,PurchmiIB Manamr
Al5er0 Elefeno.,P.E.,Public Nod.Director
APPROVED BY:
Ron Burton,City Manager
EXHIBIT B
0
Certificate of Substantial Completion
Purchase Order No.: 213749 Project Name: Nashville Ave. Paving
Improvements
Contractor: Gulf Coast a CRH Company
Description of Work: Improvements of pavement on Nashville Avenue from Proctor Street to Rev. Dr.
Ransom Howard Street.
The Work performed under this contract has been reviewed and found to be substantially complete.
The date of Substantial Completion is hereby established as DATE. Mal,20,2020
Definition of Substantial Completion
1) The stage of Construction where, in the opinion of The City of Port Arthur,all items of the Work
necessary to enable the asset 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 been completed.
Punch List
A 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 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 an attachment or in the Contract Documents the CONTRACTOR is responsible for maintenance,
utilities,and insurance.
6!!6F CC(4T A CuPOM/AAIy ` pocie
CONTRACTOR NAME SIGNATURE DA
RECOMMENDED FOR ACCEPTANCE
-:� .a,/1 6 lygi '
ENGINEER SIGNATURE DATE
The City of Port Arthur accepts the work as Substantially Complete.
City of port Arthur, Department of Public Works
PROJECT MANAGER SIGNATURE DATE
CITY ENGINEER SIGNATURE DATE
PUBLIC WORKS DIRECTOR SIGNATURE DATE
EXHIBIT C
CONTRACTOR'S CERTIFICATE AND RELEASE
FROM: GULF COAST A CRH COMPANY
(NAME OF CONTRACTOR)
TO: CITY OF PORT ARTHUR
(OWNER)
REFERENCE CONTRACT NO. ST1P01
CONTRACT ENTERED INTO THE 16TH DAY OF MAY 2019 , BETWEEN
THE CITY OF PORT ARTHUR AND GULF COAST A CRH COMPANY
OF BEAUMONT, TEXAS
FOR THE NASHVILLE AVENUE PAVING IMPROVEMENTS
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 approved Change Orders and modification the balance of
$101,636.42
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: NONE
a.
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 2 z has been performed in accordance with the
terms thereof, and that there are no unpaid claims for material, 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 changer 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 and 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 for any reason the Owner does not pay in full the 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 anu 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 said contract of modification thereof, and will execute such further releases or
assurances as the Owner and Operator may request.
IN WITNESS WHEREOF, the undersigned has signed and sealed this instrument this /Z"`f
day of T NuR1Y , 2021.
SEAL GULF COAST A CRH COMPANY .
(Contractor)
BY: ae, 7E6267 Y
(Signature and Title of Officer)
7GO rT , ivellAL O , being first duly sworn on oath, deposes and says, first,
(Affiant)
That he is the 4 'r_ i-cf rARty of Gulf Coast a CRH Company
(Title) (Name of Company)
second,that he has read the foregoing certificate by him subscribed as
of Gulf Coast a CRH Company of Beaumont, Texas
(Name of Company)
Affiant further states that the matters and things stated herein are tr
( 'ant)
Subscribed and sworn to before me this /Znr day of CANUA2y , 2021
My commission expires � ru u r I T, a y
MARY JENNIFER EDWARDS (iva
Notary ID#6729766
� f� -+P My Commission Expires of�)
4 'eoc<c February 19, 2024
EXHIBIT D
CONTRACTOR'S CERTIFICATE OF WARRANTY
FROM: GULF COAST A CRH COMPANY
(NAME OF CONTRACTOR)
TO: CITY OF PORT ARTHUR
(OWNER)
REFERENCE CONTRACT NO. ST1P01
CONTRACT ENTERED INTO THE 16TH DAY OF MAY 2019 , BETWEEN
THE CITY OF PORT ARTHUR AND GULF COAST A CRH COMPANY
OF BEAUMONT, TEXAS
FOR THE NASHVILLE AVENUE PAVING IMPROVEMENTS
KNOW ALL MEN BY THESE PRESENTS:
1. Gulf Coast a CRH Company of Beaumont, Texas, does hereby guarantee all of the work done
under the 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 male 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 (1) year from the date of acceptance of all work under
this Contract, as evidenced by the Contractor's Certificate of Completion.
3. This Certificate is given in connection of the final payment under the contract between the Owner
and Gulf Coast a CRH Company of Beaumont, Texas, and with the knowledge that it will be
relied upon in 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 /Z '
day of TAf!/A,¢y , 2021.
SEAL GULF COAST A CRH COMPANY .
(Contractor)
BY: h Ayr. cteterAAf
(Signature and Title of Officer)
C01r ,caNal to , being first duly sworn on oath, deposes and says, first,
(Affiant)
That he is the 11#4r 4ceerAay of Gulf Coast a CRH Company
(Title) (Name of Company)
second,that he has read the foregoing certificate by him subscribed as
of Gulf Coast a CRH Company of Beaumont,Texas
(Name of Company)
Affiant further states that the matters and things stated herein are t e.
(Afliant)
Subscribed and sworn to before me this ani day of ANa41 Y 2021
My commission expires ' ,6-dryt.� Iq, 20 Z/
C�/�
?-s `e� MARY JENNIFER EDWARDS otary)
—,1L Notary ID#6729766 0
My Commission Expires
'rPor1`� February 19, 2024
EXHIBIT E
CONTRACTOR'S CERTIFICATE OF ALL DEBTS PAID
PROJECT: Nashville Avenue Pavement Improvements
LOCATION: Port Arthur, Texas
OWNER: City of Port Arthur
State of Texas
County of Jefferson County
The undersigned hereby certifies that, except as listed below, payment has been made in full and all
obligations have otherwise been satisfied for all material 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 referenced above for which the Owner's
property might in any way be held responsible or encumbered.
Exceptions:
Contractor: Gulf Coast CRH Compan of Beaumont, Texas
Signature:
Printed Name: JCof7 i9 ,veH4t D
Date: c,NuARy Zo2/
Subscribed and sworn to before me this /2 Tif day of gANUA,t y , 2021
My commission expires c ✓!td/rN 11 26 Z`f
tarY)
,aY ouB NARY JENNIFER ED`NARDS
/�` Notary ID#6729766
x Jl
•^AT44 ,H My Commission�xQ24es
'+rF r SY'r February 1 g
EXHIBIT F
PI 8 0 8 8 8 0 8 8 m $ 88 8 8 8 8 8 8
9 oo N tcpo O vi pO Epp pO p0 pg L/1 IA 0 0 LG ni 8 Epp
~ .?+ O 0�0' O r < N 8 g Oi 00 CO^ n N O O 1O N N
°pn° t N m m `° .. ^ n e N .^n ri a Oi. .. .°i. g M m
6 Y O N I.
CY
o E
4
W 2
W R
~ N U) N N N aA N an an N N N N N N N N N N 3/1
03 0 0 -
Z c... c 8 O°o 8 8 8 m o 8 m 88 8 8 8 8 8 8
. 0 N. N.
N.
m 01 c o IA
a .'v V r+ No
Z o B i. 4
1.1 C m N N N N N N N N N N N N N N N N N N N N
N a 8 m 8 8 8 8 8 8 8 8 8 88 8 8 8 8 8 8 8
0 C o .N O CJ C O o d 4 o O C o O O O O O O o
m
°f 8 S 9i 8 8 9i .^. 8 m S 88 8 8 8 8 8 8
.i 4� pp pp�� pp 8 8p
POI f0\1 8 W O1 ap 8f 8 Q 8 T 00 m n N N N ;:i 8 IO
O ^ O 0 R N O u1 N 01 W N N O 0 a0 N a0
IA 8 .. N V 0 IIi of 01i 0f t0 r, N ri C 01 .-� n tD 0i
I0 .. 6 E Q N M ^ N N CO 4.0 CO
T
a
C N N N V1 N N N N N N N N N N N N N N N
i p p p p p� ryry p p p p p p
C W u N y Z. 8 O 8 8 8 8 8 c W O O 8 8 O O O 8
Q 8 8 'L
i N oi 0 ni O aN0 4rl v V1 N 4 ' N ul 14
cooNN ry ni ~
Y W 'F. 3 10 N Q
t a
3 E r, .- .a rl 11 10
o 8 8 2 8 8 Si 8 8 8 8 8 8 8 8 8 8 8 8
S a t. E O .[O. O1 en °° Ot O N N .I. '„ O .I. '_' N N rn L°
A 4 00
0 N V1 ./1 N 01 N N 4.1 N 01 V1 N N V. V1 V1 V1 V1 0
u p p pp p p p p 8 p p'p p p p p p p
t0 3 8 8 N 8 8 VOi 8 8 8 8 8 8 8 8 8 8 8
..j Z . 8 8 M ^ M M ti ti ^ .0 N N Vt O Q 04 N O O
OQ1 N A & C C - N a N N O ON1 0o M 01 ... OM en
0u01� . O. . 7 a. V Oi to
p
E N .01 N N N N N N N N V1 N N N N Nan V1 N
4 Z' 8 8 8 8 8 8 8 8 8 8 88 8 8 8 8 8 8
CO 8 8 8 Q u v N v a o Lri
.n 0 t0 .1 .4 N .D ID �i
i ' Si 8 8 8 8
7 e
E . d 0 m a 9 m
a E E N IOSi g r IO
4 .. 4 ..
Z A u Z Vf N V1 Np N V1 V1 N N .A V1 N to Vf Np Np V/ N 8N
O 0 f• N 8 O O
Q u
c�7 dal m c C ^ N as C4 IA
jQ 0. ID of
aH A N N N1 01 N
41r a15
1- 8 g 8 8
z '9 4; '
W Q 3 A .^-•
a
a
} O p p p p p p p p
a. r4 9 8 O O O 8 8 8 8 8 8 8 8 8 8 8 8
o C0 8 0. N S � § § § 2 m g m E
1 T^ y Q .I. .N 00 05 9 N N .0i-1 N Q .O. ~ 3 N T
O C ,r Q N
CC 0 I. A
n. C . N N N N N N N N N N N N N N N N
3 E u 8 8 8 8 8 8 8 8 8 88 8 8 8 8 Q8
=5 .0 ? = g ni ^ ni .0+. c ry rNi a m m $ Ni `r/i
« 01 m 6 tfj. Le
al ^ 'C N N V.I. N N N N N N N N N N N N N
U N O Z- $ 8 8 IA 8 § 4. § § VI Ill N < S A
or
a m C
n I .-i d ni tD tD a0 a
`o
u°
x 2 a z
3 o 5 F Z z N z z O
x o. E 3 Z 0 O Z 0
Z — H F C W 4 Z 5 Z z O 4
a 3 "= z = 5 = G E °
c m z
u i
0 < Z u E co W r VI Z ,a W W .b 11
5
u 2 0 4 C 0 C1 3 o, ° Z 0 v0i X F
4 ° ° E u W z 4
2 U tu.! O y Z O Z O LL 40 N i pa u Z
OC 22 N
4 Z 2 C v Z. '' W K LL w 0 ° 0 G Q F Z
N CJ 4¢ Q4 17 Q
2 4 < Z N+ " 4 2 O W (� 4 LT_ W W Li 2
c = d a _ 2 a (.90 4 IA Z z W 0 0 3 w u
.W.. N m , Y Ko C - z N a la N Q
0 5 N N 0 pu 4 J Q Z 4 of yC�� ��Kn1 Z a 2
G tor V R d 0.V 2 0 N Z 0. Q Cu ril j Q u
0 Z O n 5 x 2
4 .00 cc o if. W a L. W $ o T N § w zZzzz WZY! °
3 m a CC b ° "'" a Ce C 3 2 5 m ° m ° 3 5 g 2
O N '6 N W u a ,o $ v ea O c a . < , .m.
= m 0 yy � g B 0 0 ,. 3 a W t u t u u—c a t z
z = m a a ° �' Ot u , ,„ x
� c 3 � w � W n3 �
o 2 ` 1- , z s _ o , H c z i Q o.• o g s X
°-° z z i z_ d a f Q 44 u 1- U g N. at < ui p o >
G g E d > W 2. o 4 E a ° 8 4 Z Q Z $ $ W p
3 x y 4 u - 2 = a ? 4 MO a O 5 p 5 = Q D tt
tt
p m W H H wt� o a a N 5 g 4 l7 !!� p 2 t a a Z 2
0000 O O O 0i 0tOWzxo4 IW � GF_ � J4 uv'
ujpeQi p- x W ut `-on co a wi= 5 0. f Jti4a ¢ 3 � 3 a2 ¢
d Q LL N 4 Q z Q z N E p > F p z = fel E. d G z Z G u Fr G
4 ° '"t. * '41 * 37+ 74u . � . 3c ° f3ZO � 2 ° ' ° z = � ° G
� � SW < WQ 2020 < .° Z . << ZZG < Z4a , a =ti5 ?
> .0 > > '> a > nG o1- z W GG u 4 v 0JnO — >
x Oa .y m p Z p Z Y p to p In z w Z 2 N O 7 7 Z u U' 2 2 2 2 z p
`Z p 04 5 04 5 4 04 z 04 z °C 5 p 2 v W a CI 0 0 N 3 1 J - 0 o i- W 04
Z to .-I a a a ¢ m ¢ 4 ¢ 4 7 3 eo a o .+ 4 0 vl 4 4 u a W a ¢ u G to ¢
N
Z 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 0 8 8 0
t o z.Q O WO § O O QQ pp O p p rvpp n F.' Qp Q O b p
VI
8 A
6 Z O. t 7 en en M o e e .0 0 e 0 .0 v
ri Opp8p S8 88 88 8 8 e 8 m 8 8 8 8 8 8 pp2p * p* �' B+ � pSpo
y Ci Ci O O N iO 8 of n Q n O m O1 8 N In 1t 1ID Cl N IR q a
a 7 n .D .O .N+ n .N.. a Vt V) n N.
V .~. . O .V. Ol e+ 01 .ai .Qi Obi
m O 4 44 - 4./W� a
s
Q P.
W
J WQ
Ccc to D Z O O O N a n N apn pN tn.N p N in N in N N N Vp/ N Np VI.A N N N N N K N N
Q a 0 0 3- 8 8 8 8 8 8o 8 8 .:1 08p 88 8 08 08 8 8 8
We .`i N ., `� ry O g N a0 O ti N O 8 8 COa m Mf
LL nl ... 6 tO
.N. 0 r. n
a m '' 'o 'o D v�
N 0 0 O T
E uc, 1 B a E S EE EE .p .0 m aCr
+
z d E a a m d d Z a a ¢
m '0 g g a t c , '^
.O C Q L N N N N N N N N N N N N N N N N N N N a
C U C 1 G g
'_ .F 8 8 8 8 8 8888 8 88 8 S 8 8 8 8 3Z u ' ao
0
a m O E E
0 0 0 0 8 8 8 , 8 8 a 8 a 8 .'Dn 8 , 8 8 8 8 8p E < 3
O pO N N O 8 § § m aC Q T Vt vt g N m O m i
88 g -0 m ry 25 v n o n g m o
.. .� b .N. S E ., in .e .N. r.m N o vi Vl I N i .. .m.
pN VI .A N N N Vf N N .n .A N N V1 N N N N N
•• V A A Z 8 8 8 8 888 8 88 8 8 8 8 8
8 , p p 8 N 8 Op $
Y N t O 7 N N ti m .. . N '1 N
0• E N O q
p o § 8 88 88 88 88 GI 488 8 8 8 P. 88 8 S8 p8 8 8 88 8 m° 2
C y V pp p fV p ti Vf O W n l0 N CO O T 01 N Y1 1
e W W N .N, .d11 fO.l V lrn V1 ... et .D 00 Q .1 m .-1 d U
d y Yi E QC n
a ..
8 Vl N N in N N in V1 N N N N N .n N N N N N d
u CL
: 8 e 8 8 8 ':'-' *_ 8Q8 88 8 8 8 8 8 8 u
a A > v •� u g ry o cp m m-. g . ut PI N LO Q. n .a, en .n .Eo
0. O pp l O a` .d o .. a 4
p ' 3 C G N N N N Vf N
N N N N N N N N N N N CO
p p p p p 8888 8 ^ S 8 $ N
8LC/ ^ u
o PI Si
co N N e . N
N
N
c E ill .. .. . .. . . . . . . . .. .
C441 in
e'S
1p. y e-i nil al 0
a ` F M . .NA N Q .-1 03
Z p a N N N N N N N N N N N N N N N .A N N N
C U 8
O C 0 4* coOW1 ATI pQ
5 C d m C V T V
C OO
J C O IT
c 0 a Y,
D. S y A iii
N y
as fi � 8 s
a u
LL co
a 75
8 8 8 8 8 8 8 8 8 8 8 8 8 8 2 a} O pp pQ po p p P. 8 8 p p p1 a
G u N 8 S N 8 g n N m T O N N j
O x < c c ry .N. m .o N e a6 v ed .: m pO d
0. n r ,°
d . N N N N N N N N N N N N N N in , `
E o
8 8 8 8 8 8 N 8 8 08p p 8 8 8 8 C
= 3 m Y H 8 ry .L LP N t0 8 N Sf p. " \J
C 8 .4Pi PI.. a
m
rii O N N N N N N N N N NN NN N y
~ 8 8p p ..^ p p p N cc
O. N N .G
I cc
a a a
0 >>
0 C W - o o N .in c. -j .>/1 .>n N W U Q J < W S
° a u
O p
G Z u
v a Z Z
O 2w •
a a
p p p
a cc
U U 7 zoz r V
EE O
a re g Q z t- et a g
p O
tri m ✓t
zz O Z 5D W Z t .
C •t p Z O a E H a t7 Z -1 a 'Jp'
m g = s r20- 4z o N 2 c a .4 E
LL 6 y ` m W z o
fZ 3 tax z 5 6o � � � o"n ey
� ru at 3 .,. zd" u '" u W c tt
a 7a u .n3 MW, w3 z >
a m • z z o a N y z o g 3 f F
o r u .n g $ o• e
O Q C F opc < .^ p 2 p u 00 > m 7 U
z u J o S $ z a a x 3 < a Y Cr- U N ~ r z t u
rn o T. Z U a 5 o e� zz o z 3 a m = zz g 3
K C Q z w a Z = ¢ y Q g v i t ✓1 p cn 0 t
3 o '- vmpI L55 a 3z . xz x ¢ = c W ul Ag e
O 8 a > g G z t C Y Vl M .v. E
= 21 W czWa > za 3a 3o ¢ zo � � zo ' a u F
ci r z a , u m °! c 5 F o
a g W � 3 �, oa z - 1^izil za a0� 3 a G t vv o: 3ec a LL G
C z ft2z ¢ $ f rmk ,Sc f v, {y J a t
H Z Q U w 3 0 z 0 a O 0 a A O a N .an W a Val z 'n ~ E t %,
z W Z W Q p N t p W Z _ = 3 a
O c < maao a ac fr„ -. re ZQ ...<-I � f5U 3 O
0 m z a•m _ > z z m f 4 Z a K 2 z < to z .Nil O c t
a. O
i W zz = Q � a 3 u u u o ri ,.., 'W S a � " � S 0.
a` Ti T. o z p ¢ .W" 7 u. c r w a S. W !x_- > a = z °C 'an Val 8
W J W m p
> z $ < < < . V 0 ' Ci > Sn = � mvlizc $
a > > Zr = ¢ poapo5zN0ao ., 3auozu ;� 3 .np >
Jp 2 (�{ r La r q, O = W 0� r W G Z a Z y Z Z Q m
> ., C w 4471 c > u a > LL W sp4 a > a cu a z a `d' > 0 d ga > " .�!
= g N a G z vi¢ O R O u a ct u O u u w O m O o a a x Le
e �E cczzQ f .u, VaaV�� fw2 1- zf " zzf uofuGGr v
z G ,.� F N ILL Vl in 2 m .ail Q C Val C — V V C .an OV u U ¢ .O C a Z z 3 C 6
N y p S p p p p
.. N Z 11 p 8 8 8 8 8 o O 8 O O O O
u y n
o E 0 w G o o $ $ 9N $ m m g o Nn
azz0. tz .nv, 1, 4 r
EXHIBIT G
/
Cuy„f
\ )
ort rtlru� �
Texas
www.PortArthurTx.gov
CERTIFICATE OF COMPLETION
Date: January 26, 2021
Project: Nashville Paving Improvements Project from Rev. Dr. Ransom Howard (7`" Street) to
Procter Street. Project ST1P01.
To: All Concerned
Gentlemen:
I HEREBY CERTIFY THAT this project was completed on May 20, 2020 and that the work was
under periodic inspection during construction by Public Works Engineering, City Inspector. 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 Public Works Engineering.
Submitted by:
Alberto Elefano, P.E.
Director of Public Works
"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
DEPARTMENT OF PUBLIC WORKS
CERTIFICATE OF ACCEPTANCE FOR...
NASHVILLE AVENUE PAVING IMPROVEMENTS FROM REV. DR. RANSOM
HOWARD STREET (7TH STREET) TO PROCTOR STREET
To: Gulf Coast a CRH Company of Beaumont, Texas
This document is to certify that the City of Port Arthur,Texas accepts the completion of the Paving
Improvements along Nashville Avenue from Rev. Dr. Ransom Howard (7th Street) to Procter
Street,on the basis of the recommendation of the City of Port Arthur's Public Works' Engineering
Department and receipt of the Engineer's Certificate of Completion, Contractor's Affidavit of
Payment of Debts and Claims,Contractor's Certificate of Release,and the Contractor's Certificate
of Warranty executed by Gulf Coast a CRH Company of Beaumont, Texas.
Ron Burton
City Manager
Sherri Bellard
City Secretary