HomeMy WebLinkAboutPR 21556: CAROLINA AVENUE ROADWAY IMPROVEMENTS, CHANGE ORDER NO. 2 of
ul't r!ltUr
!c rus
www.PortArthurTx.gov
INTEROFFICE MEMORANDUM
Date: November 3, 2020
To: The Honorable Mayor and City Council
Through: Ron Burton, City Manager
From: Alberto Elefano,P.E., Public Works Director
RE: PR21556: Carolina Avenue Roadway Improvements from Gulfway Drive
(Highway 87) South to Dead end(DD 7 Drainage Ditch)—Change Order No. 2
and acceptance of Close Out Documents. Project ST1P10.
Introduction:
The intent of this Agenda Item is to authorize the City Manager to accept Change Order No. 2,
which decreases the contract amount by $87,368.00 to the new contract amount of
$1,144,667.50, and to accept the Engineer's Certificate of Substantial Completion, the
Engineer's Certificate of Completion,the Contractor's Certificate and Release,the Contractor's
Certificate of Guarantee, the Contractor's Affidavit of All Bills Paid, the Director's Certificate
of Completion, and the Certificate of Acceptance for the Carolina Avenue Roadway
Improvements Project executed by Greenscapes Six, LLC of Baytown, Texas (Contractor).
Background:
Pursuant to Resolution No. 19-342, Greenscapes Six,LLC of Baytown, Texas(Contractor)was
awarded the project for Carolina Avenue Pavement Improvement Project for the contract amount
of $1,211,583.50. Change Order No. 1, approved by Council under Resolution 20-024,
addressed the Contractor commencing work outside the limits defined in the original scope of
the contract and the City taking the opportunity to address stormwater upgrades to the existing
drainage system. Change Order No. 1 increased the original contract amount of$1,211,583.50
by $20,452.00 to the new contract amount of$1,232,035.50.
Change Order No. 2 is being submitted to reconcile all bid items on the project and will decrease
the original contract amount by $87,368.00 to the new contract amount of$1,144,667.50. The
Carolina Avenue Roadway Improvement Project is complete and the Engineer's Certificate of
Substantial Completion, the Engineer's Certificate of Completion, the Contractor's Certificate
and Release, the Contractor's Certificate of Guarantee, and the Contractor's Affidavit of All
"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
Bills Paid executed by Greenscapes Six, LLC of Baytown, Texas are being submitted for
approval of close out. Additionally,the Public Works Director's Certificate of Completion, and
the Certificate of Acceptance for the Carolina Avenue Roadway Improvements Project are also
being submitted for approval.
Budget Impact:
Change Order No. 2 impacts funds in the Capital Improvement Account for Street
Maintenance and Repair, Account No. 307-1601-591.86-00. Project No. ST1 P10.
Recommendation:
It is recommended that the City of Port Arthur City Council approve PR 21556 to accept Change
Order No. 2 which decreases the original contract amount by $87,368.00 to the new contract
amount of$1,144,667.50, and to accept the Engineer's Certificate of Substantial Completion,
the Engineer's Certificate of Completion, the Contractor's Certificate and Release, the
Contractor's Certificate of Guarantee,the Contractor's Affidavit of All Bills Paid,the Director's
Certificate of Completion, and to sign the Certificate of Acceptance for the Carolina Avenue
Roadway Improvements Project executed by Greenscapes Six, LLC, of Baytown, 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
PR21556
11/3/2020 mje
Page 1 of 5
RESOLUTION NO.
A RESOLUTION AUTHORIZING ACCEPTANCE OF CHANGE ORDER
NO. 2, DECREASING THE ORIGINAL CONTRACT AMOUNT BY
$87,368.00 TO THE NEW CONTRACT AMOUNT OF $1,144,667.50
AND ACCEPTANCE OF THE ENGINEER'S CERTIFICATE OF
COMPLETION, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS
AND CLAIMS, CONTRACTOR'S CERTIFICATE OF GUARANTEE FOR
THE CAROLINA AVENUE ROADWAY IMPROVEMENT PROJECT
AUTHORIZING THE CITY MANAGER TO SIGN THE CERTIFICATE OF
ACCEPTANCE ON BEHALF OF THE CITY OF PORT ARTHUR, TEXAS;
AND APPROVAL OF FINAL PAYMENT TO GREENSCAPES SIX, LLC
OF BAYTOWN, TEXAS IN THE AMOUNT OF $22,650.00 FROM THE
CAPITAL IMPROVEMENTS ACCOUNT NO. 307-1601-591.86-00.
WHEREAS, pursuant to Resolution No. 19-342, the City of Port Arthur City Council
awarded a contract for the Carolina Avenue Pavement Improvement Project to
Greenscapes 6, LLC of Baytown, Texas with a projected budgetary impact of
$1,211,583.50 and a term of 290 calendar days; and,
WHEREAS, pursuant to Resolution 20-024, Change Order No. 1 was
approved to address Greenscapes 6, LLC of Baytown, Texas commencing construction
outside the limits defined in the original scope of the contract and agreed to make
necessary repairs and the City of Port Arthur determining that this was an opportunity to
repair the existing stormwater drainage system; and,
WHEREAS, Change Order No. 1 increased the original contract amount of
$1,211,583.50 by $20,452.00 to the new contract amount of $1,232,035.50; and,
WHEREAS, the City has received Change Order No. 2 submitted by Greenscapes
Six, LLC, of Baytown, Texas to reconcile all bid quantities decreasing the original contract
PR21556
11/3/2020 mje
Page 2 of 5
amount of $1,232,035.50 by $87,368.00 to the new contract amount of $1,144.667.50;
and,
WHEREAS, Greenscapes Six, LLC of Baytown, Texas has completed the
contracted project to the satisfaction of the project engineer and the City staff; and,
WHEREAS, the City of Port Arthur has received Change Order No. 2 (Exhibit A)
along with the Engineer's Certificate of Completion dated July 8, 2020 from Soutex
Surveyors & Engineers 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 Guarantee
(Exhibit D), the Contractor's Affidavit of All Bills Paid (Exhibit E); and,
WHEREAS, the pay application for the final payment has been submitted by
Greenscapes Six, LLC of Baytown, Texas in the amount of$22,650.00, see Exhibit F; and,
WHEREAS, approval of Change Order No. 2 and acceptance of all close out
documents 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,
THAT, the City has received Change Order No. 2 submitted by Greenscapes Six,
LLC, of Baytown, Texas to reconcile all bid quantities decreasing the original contract
amount of $1,232,035.50 by $87,368.00 to the new contract amount of $1,144.667.50;
and,
PR21556
11/3/2020 mje
Page 3 of 5
THAT, the City of Port Arthur has received Change Order No. 2 (Exhibit A) along
with the Engineer's Certificate of Completion dated July 8, 2020 from Soutex Surveyors
& Engineers 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 Guarantee (Exhibit D),
the Contractor's Affidavit of All Bills Paid (Exhibit E); and,
THAT, the pay application for the final payment has been submitted by
Greenscapes Six, LLC of Baytown, Texas in the amount of$22,650.00, see Exhibit F; and,
THAT, the Director of Public Works has certified that the work was done in
accordance with the plans and specifications, 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 (Exhibit H) for the
completion of the Carolina Avenue Roadway Improvement Project from Gulfway Drive
(Highway 87) South to Dead End (DD 7 Drainage Ditch); and,
THAT, the final payment be made to Greenscapes Six, LLC of Baytown, Texas in
the amount of $22,650.00; 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. 2020 at
a meeting of the City of Port Arthur, Texas by the following vote:
Ayes: Mayor:
PR21556
11/3/2020 mje
Page 4 of 5
Councilmembers:
Noes:
Thurman "Bill" Bartle
Mayor
Attest:
City Secretary
Sherri Bellard
APPROVED AS TO FORM: APPROVED FOR ADMINISTRATION:
4(- c‘ht(),(Ae L2-41LAi610-d
Valecia Tiz 7o Ron Burton
City Attorney City Manager
PR21556
11/3/2020 mje
Page 5 of 5
APPROVED AS FOR AVAILABILITY OF
FUNDS:
Kandy Daniel
Interim Director of Finance
Alberto Elefano, P.E.
Director of Public Works
Clifton Willi s, CPPB
Purchasing Manager
EXHIBIT A
• •
CITY OF PORT ARTHUR
Public Works Engineering
DATE: SEPTEMBER 2,2020
PROJECT: PROPOSED IMPROVEMENTS TO CAROLINA AVENUE
OWNER:CITY OF PORT ARTHUR
CONTRACTOR: GREENSCAPE SIX,LLC
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:
C.O.NO.2
Item No. Description Unit Original unit Original C. NO. C.O. Filial
QraHry (Price Amount unit Pries Final Unit Price
Qrndy Anoint OraBly Aaomt
100.001 Preparing of Right of Way ST 12.3 5 $00.00 5 6.150.00 123 $ 50000 S 6,15000 12.30 $ 500.00-$ 6,150.00
104001 Remove Concrete Driveways&Sidewalks SY 465 $ 13.50,.$ 6,277.50 SO2 $ 13.50 $ 6,77700 502.00 $ 1350 $ 6,777.00
104.002 Remove Concrete Culverts LO(Driveways&Sidewalks) O 1022 $ 15.00 $ 15,330.00 10112 $ 1500 $ 16.230.00 1082.00 $ 15.00 $ 16,230.00
104.003 Remove Concrete 6'Mono Curb IF 0 $ - 5 - 265 5 5.50_5 1,45750 265.00 $ 5.50 $ 1,457.50
105.001 Remove Base&Atpheh Pavement 5Y 2818 $ 13.50 $ 33043.00 2818 5 13.50 $ 38,043.00 2813.00 $ 13.50 5 38,04300
110.001 Excavation CY 2630 $ 16.00 $ 42,081.00 2630 $ 16.00 $ 42,080.00 2630.00 $ 16.00 5 42,080.00
132001 Embankment M 4)(Final)(Ord.Camp).Complete in Place CY 116 $ 20.00 $ 2,320.00 116 $ 20.00 S 2,320.00 116.00 $ 20.00 5 2,320.00
166.001 Hydroseeding for Erosion Control,Complete in Place SY 1350 $ 100 $ 1,350.00 1350 $ 100 $ 1,350.00 1350.00 $ 1.00 $ 1350.00
247.001 Flexible Base(Subgrade)(TYAGR 2)(8"Thick),Como.in Place 5Y 4228 5 17.00 $ 71876.00 4228 $ 17.00 $ 71,876.00_4228.00 $ 17.00 $ 71,876.00
360.001 Concrete Pavement(Cl PI(6"),Complete in Race SY 3928 $ 81.00 $ 318,168.00 3928 $ 81.00 $ 318,163.00 392800 $ 8100 $ 318.16800
464002 36'RCP(Reinforced Concrete Pine)(To DD7 Ditch),Comp.in Place IF 32 $ 150.00 S 4.303.00 32 $ 150.00 $ 4,800.00 30.00 $ 150.00 $ 4,503.00
12'ADS HP-Storm Pipe(or equal)(with Cement Stabilaed) LF 355 5 10.00 $ 3.550.03 355 $ 10.00 S 3,55000 405.00 $ 10.00 $ 4,050.00
15'ADS HP-Storm Roe for equal)(with Cement Sabilxed) LF 30 $ 14.00 $ 420.00 30 $ 14.00 $ 420.00 3000 $ 14.00 $ 420.00
18'ADS HP-Stem Pipe(or equal))with Cement Stabilised) Lr 460 $ 18,00 5 8,280.00 460 $ 18.00 $ 8,28000 45200 $ 18.00 $ 8436.00
24'ADS HP-Storm Pine(or equal)(with Cement Stabilised) LF 500 5 3000 $ 15,000.00 560 $ 30.00 $ 16,30300 550.00 $ 30.00 $ 16,500.00
30'ADS HP-Storm Pipe(or equal)(with Cement Stabllxed) IF 664 $ 41.00 $ 27,224.00 664 $ 41.00 5 27,224.00 632.00 $ 4100 $ 25,912.00
465.001 Curb Inlet,Complete.Place EA 3 5 3,000.00 $ 9,00300 3 $ 3.000.00 5 9,000.00 300 $ 300000 $ 9,00400
465.001 Curb Inlet with Extension.Complete in Race EA 6 3,500.00 21000.00 6 $ 3,500,00 $ 2100000 6.00 $ 3,50000 $ 21,000.00
465001 nebula.Curb Inlet a Gulfwer.Complete In Place EA 1 $ 5,000.00 $ 5,000.00 2 $ 5,000.00 $ 10.000.00 2.00 $ 5.00000 $ 10,000.00
465.002 Junction Boa,Complete In Race EA 1 $ 5,50040 5 5,500.00 2 $ 5.500.00 5 1100000 2.00
$ 5,500.00 $ 11.000.00
465.002 Yard Inlets.Complete in Rate EA 10 5 1.50000 $ 15,000.00 10 1.500.00 5 15.000.00 12.00 5 1,50000 $ 18,000.00
500.001 Mobilisation LS 1 93.000.00 93,000.00 1 $ 93,000210 $ 93,00000 100 $ 93.00000 $ 93,000.00
502.001 Barricades,Signs,and Traffic Handlings LS 1 $ 50.00040 $ 50,000.00 1 $ 50.00000 5 50,00000 100 $ 50,00000 $ S0,000.00
$06.001 Erosion Control logs)Inva6)(Remora) EA 21 5 11000 5 2,310.00 21 $ 110.00 $ 2310.00 2100 $ 110.00 5 2.310.00
007 Ditch Tie-in L$ 1 $ 6,5(10.00 $ 6,50300 1 $ 6,500.00 $ 5500.00 100 $ 6,50000 $ 6500.00
506.003 Storm Water Pollution Prevention Ran _ LS 1 $ 3,50100 $ 3,500.00' 1 5 3500.00 $ 350000 100 $ 3,500.00 5 3.500.00
529.001 Concrete Curb(TY II((6') IF _ 1580 5 1300 $ 20,540.00 1845 $ 13.00 $ 23,985.00 1830.00 $ 13.00 $ 23,790,00
530003 DrleoM(Concrete 4'),Complete In Place SY 12035 5 5000 $ 60,175.00 1240.5 $ 50.00 5 6202500 1305.00 $ 5000 5 65,254.0.
531.001 Concrete Sdewaes,Complete in Place SY 819 $ 50.00 $ 40,95000 319 $ 50.00 $ 40,950.00 786.00 $ 50.00 5 39,300.00
531002 TXDOT Concrete 5idewNk Curb ROMP,Complete in Place EA 3 $ 250000 $ 7,50000 3 $ 2,503.00 $ 7500.00 3.00 $ 2500.00 5 7500.00
Street Slgoage,Complete In Place LS 1 5 8.00000 $ 8,000.00 1 $ 8,000.00 $ 8,00000 L00 $ 8,000.00 5 8,000.00
603.001 6'C-900,Class 150 Water Line,Complete In Place(Carolina A) IF 1220 $ 8.40 $ 10,248.00 1220 $ 840 $ 10248.013 1220.00 5 8.40 5 10,248.00
Cut-In 70 IF 6'C500,Class 150 with adaptors,2-6"VeWes l5 _ 1 5 9.500.00 S 9.500.00 1 $ 9,500.00 $ 950300 100 $ 9500.00 5 9,500.00
1'Long Side Water Service,Complete in Place EA 19 5 170000 $ 32,300.00 19 $ 1,700.00 $ 32.30000 19.00 $ 1,700.00 $ 32,300.00
1'Shot Side Water Serowe,complete in Race EA 18 5 900.00 $ 16,200.03 18 $ 90003 $ 16,20000 1300 $ 900.00 5 16,200.00
Permanent Flush-cat EA 1 $ 850.00 $ 850.00 1 $ 850.00 $ 650.00 100 $ 850.00 $ 850.00
801001 Flre Hydrant Assembly,Complete In Race EA 4 S 8,500.00 $ 34,020.00 4 5 350000 $ 34,00000 4-00 5 8,50300 $ 34000.00
Long Side Sanitary Service Line,Complete in Race EA 19 5 2,20000 $ 41.800-03 19 $ 120000'$ 4180000 19.00 $ 2,20000 $ 41,800.011
Street Lights,Complete in Rare EA 3 $ 15,000.00.5 45,000.00 3 $ 15,000.00 $ 45,000.00 3.00 `$ 15,030.00 $ 45.000.00
ALTERNATE BID ITEMS
464.001 12'RCP(Reinforced Concrete Pipe/Complete In Race IF 355 $ 4000 $ 14.200.00 355 $ 40.00 5 15200.00 0 $ 40.00 $ -
464.001 15'RCP(Reinforced Concrete Ope),Complete in Place LF 30 5 43.00 $ 1,44040 30 $ 4600 $ 1.440.00 0 $ 48.00 $ -
464.001 18'RCP(Reinforced Concrete Pipe),Complete in Race If 122 $ 56,00 $ 6,832.00 122 $ 56.00 5 6,832.03 0 $ 56.00 $
464.001 18'%29"Dlipbcel RCP(Reinforced Concrete Pipe),Complete IF _ 175 _$ 75.00 $ 13,125.00 175 _$ 7500 5 13.12500 0 $ 75.00 $
462.001 2'43'Reinforced Concrete Eton Culverts,Complete In Race IF 250 $ 105.00 $ 26,75000 250 $ 10500 5 26250.00 0 $ 105.00 S
462001 2'x4'Reinforced Concrete Boa Culverts,Complete in Race IF 329 $ 15500 $ 50,995.00, 329 $ 15500 $ 50,995.00 0 $ 155.00 $Aomori
Relocate Relocate Water Meters EA 0 - - 0 - - 4 $550.00 $ 2.200.00
Sod Placement 5E 0 - 0 - 1900 5100 $ 1,900.00
Install Nyoplest Catch Basin(Complete In Place) EA 0 . 0 - 2 $1300.00 $ 2.600,00
Install Trench Drain In Sldew.R EA 0 0 1 $650.00 $ 650.00
Modify kincioo Box 1*Gulfvon Intersection) L5 0 - - 0 - 1 53,000.ce $ 3.000.00
Remove TXDOT 10"Pavement(*Guttrnev intersection) LS 0 - - 0 - 1 512,300.00 $ 12,300.00
ORIGINAL CONTRACT AMOUNT $1,211,583.50 C.O.NO.3 AMENDED
CONTRACT AMOUNT $ 1,231,035.50 FINAL CONTRACT AMOUNT $1.144,667.50
AMOUNT OF CHANGE ORDER DEDUCTED: $ 187,368.00)
ORIGINAL CONTRACT AMOUNT: $ 1,211,503.50
NET FROM PREVIOUS CHANGE ORDERS: 5 1,232,035.50
TOTAL AMOUNT OF THIS CHANGE ORDER: $ (87368.00)
PERCENT OF THIS CHANGE ORDER: 5.52%
TOTAL PERCENT CHANGE ORDER TO DATE: 7.21%
FINAL CONTRACT AMOUNT: $1,144,667.50
NO CALENDAR DAYS HAVE BEEN ADDED IN THE THIS CHANGE ORDER NO.2(FINAL)
JODIE MCADAMS PREPARED BY:
Jodie McAdams,Green pe SIs,LLC Jeremy P.O.,Soutes Surveyors and Engineers
BY: APPROVED
UrWu0nc O.Drain,P.E.,City Engineer Clifton Williams,CPPB,Purchasing Manager
Ron Burton,City%tanager Alberto Elefano.,P.C.,Public Works Director
EXHIBIT B
ENGINEER'S CERTIFICATE OF COMPLETION
Project: PAVING IMPROVEMENTS TO CAROLINA AVENUE
Date of Issuance: JULY 8TH, 2020
Owner(s): CITY OF PORT ARTHUR
Owner's Project No.: ST1P10
Engineer: SOUTEX SURVEYORS &ENGINEERS
Contractor: GREENSCAPES SIX, LLC
This Engineer's Certificate of Completion applies to all Work under the Contract Documents
or to the following specified parts thereof:
TO CITY OF PORT ARTHUR
(OWNER)
AND TO GREENSCAPES SIX, LLC
(CONTRACTOR)
The Work to which this Certificate applies has been inspected by authorized representatives
of Owner, Contractor and Engineer, and that Work is hereby declared to be complete in
accordance with the Contract Documents on
JUNE 19TH,2020 JULY 8TR,2020 •. _� ;` f
s
*;•
" */p
DATE OF SUBSTANTIAL COMPLETION DATE OF COMPLETION } *
1 •
JEREMY J.MITGHEL_L
Executed by Engineer on --iv
��j 116.41
.1 e o
.f , 2020 41 AF•• r,sEo _-f f
4 ----- 5755
EAL)
1ERE T ELL, P.E., RPLS
SOUTE RVEYORS& ENGINEERS
1/1
EXHIBIT C
CONTRACTOR'S CERTIFICATE AND RELEASE
FROM: GREENSCAPES SIX, LLC
(NAME OF CONTRACTOR)
TO: CITY OF PORT ARTHUR
(OWNER)
REFERENCE CONTRACT NO.SOUTEX 18-0416 ENTERED INTO THE 9th
DAY OF SEPTEMBER 2019, BETWEEN THE CITY OF PORT ARTHUR
AND GREENSCAPES SIX, LLC
(NAME OF CONTRACTOR)
OF BAYTOWN,TEXAS
(CITY) (STATE)
FOR: PAVING IMPROVEMENTS TO CAROLINA AVENUE
(NAME OF PROJECT)
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 modifications the
balance of
$22,650.00
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) None
(c) None
(d) None
(ITEMIZE CLAIMS AND AMONTS 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 ONE 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 change thereof.
1
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 any 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 or 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 >/ ay
of 0Cyf ,2021.1
(SEAL)
GREENSCAPES SIX, LLC
(CONTRACTOR)
BY:
:)14
(JODIE M AMS,ACCOUNTANT)
JODIE MCADAMS ,being first duly sworn on oath,deposes and says,first,that she is the
(JODIE MCADAMS)
ACCOUNTANT of GREENSCAPES SIX LLC
(NAME OF COMPANY)
second,that she has read the foregoing certificate by her subscribed as ACCOUNTANT
of GREENSCAPES SIX, LLC
(NAME OF COMPANY)
Affiant further states that the matters and things stated herein are true.
(JODIE MCADAMS)
Subscribed and sworn to before me this I day of bC+b..e' ,20 .
My commission expires t�J I, roZ
(DATE)
•
up
``�;pv pv6, TIFFANY TREJO
_z;. ;_Notary Public, State of Texas
%1•./N Comm. Expires 07-17-2022 1 TARY PUBLIC)
,,,,, Notary ID 129825055
EXHIBIT D
CONTRACTOR'S CERTIFICATE OF GUARANTEE
FROM: GREENSCAPES SIX, LLC
(NAME OF CONTRACTOR)
TO: CITY OF PORT ARTHUR
(OWNER)
REFERENCE CONTRACT NO. SOUTEX 18-0416 ENTERED INTO THE 9th
DAY OF SEPTEMBER 2019, BETWEEN THE CITY OF PORT ARTHUR
AND GREENSCAPES SIX, LLC
(NAME OF CONTRACTOR)
OF BAYTOWN,TEXAS
(cry) (STATE)
FOR: PAVING IMPROVEMENTS TO CAROLINA AVENUE
(NAME OF PROJECT)
KNOW ALL MEN BY THESE PRESENTS:
1. GREENSCAPES SIX, LLC 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 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 (1)year from the date of acceptance of all
work under this Contract,as evidenced by the Engineer's Certificate of Completion.
3. This Certificate is given in connection with the final payment under the contract
between the Owner and GREENSCAPES SIX, LLC 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.
1
IN WITNESS WHEREOF,the undersigned has signed and sealed this instrument hp,3646 day of UC'rvQ(✓ ,
(CORPORATE SEAL)
GREENSCAPES SIX, LLC
(CONTRACTOR)
BY: G( ��
(JODIE M DAMS,ACCOUNTANT)
JODIE MCADAMS ,being first duly sworn on oath,deposes and says,first,that she is the
(JODIE MCADAMS)
ACCOUNTANT of GREENSCAPES SIX LLC
(NAME OF COMPANY)
second,that she has read the foregoing certificate by her subscribed as ACCOUNTANT
of GREENSCAPES SIX, LLC
(NAME OF COMPANY)
Affiant further states that the matters and things stated herein are true.
gliff.4p40"
(JODIE MCADAMS)
Subscribed and sworn to before me this day of P.C *+ t'" , 20r C .
My commission expires `1 ) t'1ja_LN9.81-( TE)
��opr vie; TIFFANY TREJO
Notary Public,State of Texas •��,�� (N3YAY PUBUC)
+% Comm. Expires 07-17-2022
,;:��` Notary ID 129825055
2
EXHIBIT E
CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS
PROJECT: PAVING IMPROVEMENTS TO CAROLINA AVENUE
OWNER: CITY OF PORT ARTHUR
SOUTEX PROJECT NO.: 18-0416
STATE OF TEXAS, COUNTY OF JEFFERSON
The undersigned hereby certifies that except as listed below, payment has been made in full and
all obligations have otherwise been satisfied 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 referenced above for which the Owner or Owner's property might in any way be held
responsible or encumbered.
Exceptions:
Contractor: GREENSCAPES SIX, LLC
X
Signature: )<6A2L11--;)4, *(:- -aii./Zd--
Printed Name: \1 br( L 9r'IiiitS
Date: 1 v — 1 - 20 Z.F.
Sworn to and subscribed before me, a Notary Public
This E day of brfober , 20 9
Notary Pu is
My commission expires: t) I"( I a1t)o29.-
` r"'' TIFFANY TREJO
3i :Notary Public, State of Texas
-'' •'c= Comm. Expires 07-17-2022
',,°;, ` Notary ID 129825055
EXHIBIT F
12 Z v
00 0, In to tri Li,NJ to to In Vt A A A A A A W N N N N 1-, 1-, 1-, N u to 3 O
HO N N O lND O°1 Cr,0 NJ O VI Ill, IV, N I0 A CO v A N O 0 A A A O0 3 O Q ID
S O 0 0 0 O O 0 0 0 0 0 S 0 o O O O S OO OO 0 OO O S S Z Z - t,4,
/-` N N - W - W 1-., N - N v - ,-, 1-. N N N N 1-+ N - W N 1-, 1-, O O
� r 11 V N N n 01 V H CDonµ O m oo K -< 31 n n W N u N 1--, W n T 2 m m .y = x 70 V
ro 0 -, ro - - C - ro 8 0 . ° O O N Ol O d j ro 0 0 0 A CO In N co 0 ry< 3 n ro ro r0 10
;o � 3 s0 c% n , J vn a. Erao- - - - _ - , ). - 0 ) 3 3 3 3 v IV ro
ao m 1z z P y� o 8 ,-1. O < - * n 10 °.: ' n Iv !4 0 0 - o io ,c m.. n, 9 m r`o 5' p0p0o l" 0
,, w .'. T i r.°o ro T i °, o a c m ,i 3 0 y c `e , v v v v -=o z a a 3 = owr 0 0 0 oo 0 0 0 0
fl ? D , cn ,,, ro ro 0 ro ' 0 x v - O vl in V, In - <r. m w - m r'i 'To"
n F+ VI
° °1 ip a a' N n oFr c', ° 3 3 0 m a o ... 0 .... 0 0 3 c aAo' O
3 j '- ro o ,- 0 rn -< c o a 3 S ro 3 3 3 3 3 n `o 3 ; ro ri ro ,�
ro K 0- in 0 ° 3 El ' ro - w . o ro FO v v v v v ro ,'-. °o, m D v 0, n o 0 -o
m Z 5 z n 2. 2.- m 0 ?m a y 5 3 0 0 5 m m m m m n 7 S a = ,O, 3 , r A
v r O a N r 3. x o n v < w w ' £? a o 0 0 0 0 ? v = o', a o N agi •K O
Or 3 a n 1-' 7 v c fD 0 ro n 0r 0 N ro ro N ro r0 K O? 0 ` ° m
no ° m o o u ° d v D. o ' a ro 3 a a a a a ro » O 3 0 - Qp m
3 n 3 o ro n v m . m 10 to v n p o ro Q o , Z
3 ' fD 3'• 3 ro CO 3 m fD v o n' 3 3 ^' n n f y -4
o v tn
m m v a n 5 0 m w ° ..... -.. A' ff. a 0 3 E E 0 1
ro a - a m ro ro ' s T ro 00 3 o a o. 'o m p
n
o io - v v ( o O1 fD. y n n n n n ° - 10 'O " 1<n N ^. a n
5. v w - n o CO ro 3 3 0O 5 ? ro 0 JA X.
O1 n o a ro v ro 3 3 3 3 3 n io
v m
i
oT
r9to r-
ro ro in ..N i Nr .E S Le
E.; w n ro o v ro F Z
a a 3 n `o *
D
w - - v v 7 n 0 ro N D
c i . -. -. -. 0 5 2 �" <
N a a 0. a a a 0 v m Z
a C
D 2 m
v
a
n
ro
to nD. o 3
m m m m m rn GTGDo v TD D D D D D < < Gpm LT, Gm m m Am T. Tr r C.-,
rn ;, r o cn to n n to r to o C»
pi ro o. '
N o Ncu ro o
F-‘ p
W tN0 A N 0," 1" N 1-, W O Vf 1-+ F'' N ,-. N 8 N N 01 W T In 0, W t4. un W <D N W I-, O1 Oo O O OAi N d 3 V 0
O W p ~' O A O O O N N N N W N N W O W .W., O ro
V, co 00 O O Co N
N
t?N VF N Vl to tn. tn.iA to in in N N to to to to,n N V1 V1 0 in in in to/n in in N N in in in in/n 0 roAEr? � W
W W-0
In N 00 F' l0 00 N W 01 pO W NJ Ln Vp1 lWlnJ+ W DV pp V1 F+ r0
0 o o CO 0 0 o S o V1 In N CO o IN-, S O O O 0 0 0 A W N N I� it Co I- NJ N N N N 0O n N N O R
CO 3
O O O O O O O 0A0 O O O O W O 0 0 0 0 0 0p 0 0 0 1-' O 00 Ap O O N J N O 01 W , V, W O ro 7 K
0 g 0 O S S 0 O S 0 0 S 0 0 0 0 0 0 0 0. S 0 0 0 0 0 0 0 0 0 0 0 0 0 0 $ O O ei n
n O
T [Zi
VF N in in in in to in in In in in in in in to in in in N in N N N in N N in V)in in in in N N in in in g N 7
et O1
0 -I
D a o X
A A 1-, W N A Ol NJ VI 0 N NJ 1.-, I-, J A W N V, ,-' 3 V 'V A 0, N l0 O COW V O O O W 0, N O W to ll, VI N Io J U CO W A CO N I-. N N co V' 01 01 0 V z
S O S inn O o o A 0 00 lion V A 0 0 I-. O O O o 0 0 0 N S ONo N l0l, CO OOn W tun N 0O0 A W V VI .4 N (�Oj
O D O O O O O 00 0 0 0 In O O O O O O O O pO O O A 0p 0 0 0 0 W 01 0 0 0 W , ONO i"' m
S 0 S S 0 0 0 O O O O O O O OO 0 0 0 0 0 0 S OO S O S 0 to 0 0 0 0 0 0 0 0 0 0
D
0 n
a, O
3
to
o O z
tt ' ro .t. C- O m tm
ro .0, G --1Z
' O .' -1 -<
O - ,OF a I 3
3 1..) 3 ' D x Z
o c 0 D
ro m 0. :Irr--
A In 1
W A N W 4 N N F+ W 00 uO W N N N N N N N N Q, W W V I In W p W tu0 N W 1"' 01 Co O o N 01 N N
O O, to O N O N O In O CO 00 O O O Co to N N W 4 O O Z
7
V.in in 1n in in in V/in in in In in in in in in in in in in in in in in in in in N in In in in in in in in In in 3 coCu �"1
i0 _ N
N NJ00 NJ t0 00 N W anO W N In 1 W W S C O. O O ?
O O O O O O O 0o O O O O W O O O O O O S O op ,-.. o 00 A O O V N O O, W V, V, W O ro .s 2 Di H V
0 S S S 0 0 0 O O S 0 CD 0 0 0 S 0 0 0 O S O S 0 0 °O OO S 0 0 0 °O S CDO WO NO °O o CD t' 0
n
in in 4.1 Vf In In in in in in in in V1 in in in in in in in in VF in VI in in in in in in in in in in N in in in In o
a
D d
A A W N W I-, W 01 NJ N 0 1-, N 1-, NJ NJ I-., I--, V A W n., 3 ", v In 1--' A an N W 0 po V ,0 In W W O, N O W CO pph O 1-' l0 In O, Co A A CO N 1-, N N CpA.3 .-' Ot 01 01 0 -0 ro
0 0 00 CD 0 0 in 0 g 0 0A0 8 0 0 0 0 0 0 1-,
0 0 0 0 S O 0 N I Ou, IN,
0 0 000 01 0 0 0 W J O J o n ro ro
0 0 0 0 0 S S o 0 0 0 o O 0 0 0 0 0 0 0 0 0 0 0 0 0 S O 0 0 0 0 0 0 0 0 0 0 0 3 '" o
v °
A m yr -1
0
% = P. 3 A-
N N N NJ 0000 O 00 N N W in in tVl, W AO W N N VI N Cr. Co NJ CO 0 1-' • < O O
to O
W l0 A 1.-. 00 0 N O N., W Ol inO N N NJ I-, NJ NJN NJ 01 W IN, CD N., O In O Co Co 0 01 CD CO In NJ NJ W . T d .
O
uC C O 0 N
< - 2O
lx) in In in in
A A W N W In I- in 0, N in in in W 0 F-' NJ 1.-, NJ in N /in in in I-, --.1 in in A W in IAIn in 3 W 0 0
Vp1 1-oo-, A N O, N l0 O Co V l0 NJ W W 0, N O W Co ppp1 O 1-, l0 to Ot Co , A A CO r-' NJ N N CO 1-, O, ON 0, 0 O. O NO * e
0 0 S 0 0 0 A CD 0 0 In p O CD N O O O O O O O N O o01 O O O Oo P O O O W J D O to
0000 O O O 00 0 0 0 0 0 0 0 NJ 0
O 0 'O O S O S O O O O S 0 O O O O O 0 S O O 0 0 S O 0 0 0 0 O O O o 8 0 S
O O CD O CD CD
A '1 7 7
p O. 2.
C
a 2 ro
Z J- C v C
5 m 3
a v ao •' Q
3 ro ro
o ••
V)in in In to I/O in in N In In In in In N In VF in in in in 10 In in in in in in in in in in In in In In in to♦n C O.
O O O O O O O O O O O O O O O O O O O 0 pp p 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 »
O °O OO OO O O OO O0 0 CD CD 0 0 CD 0 0 0 0 0 0 O S OO CD CD 0 CD CD 0 0 0 CD CD CD °O O0 0 0 0
v+.c 13 it':
A
1--, N N W A 1-+ NJI--, II NJ ro Z
N I-' N N Co CD W NJN W US V, W O W NJ NJ (NJ 1,-, W NJ 0, pp O N in C W
W l04D A I� Co 10 N O N W Cr, V, O N N N N N p N p N N O, W N O N O V, O 00 CO O 01 O Co V, N N N ,y O ro r
8 V O S S S 0 0 0 0 O O O O 0 °O O 00 O 0 0 0 0 0 0 0O S O O O O O O O S O O O O < 0 O N
is
d N
o N
0 0
D a
Fe
in in in in in in in in in In in in in in in in in W in in in in 0
A 1-, W in NJ In in W O, NJ In In in V, VD F' 1.-, I-, N in NJ N., in to in N., NJ in in A W V. F.. V. in 0 -oA A V1 1-' to NJ l 00, 0 O Co00 V, W W 01 NJ W CO I-, O V-, 0 V, anp0 , A A 00 1-' I-, NJ NJ 00 1-, 0, 0, O1 7 00
O Co O Co N W in N O W W N V In in W p 0 0 0 0 0 0 lO N NJ A O in 1-' CO w W O O A NJ J N w co
0 0 0 in O O CO p. O O in t0 O O N O O O O 0 0 0 N O W N VI O 0, V 111 N Co A in W J In
0 0 0 0 0 0 0 00 S O O O O O O O O O p O O O p O O N O Ot O O O Oo 0, O O O W J O J Oo
1'
S S O S 0 0 0 OO °O O °O O 0 0 °O O OO OO 0 °O °O O 0 0 °O O O O O O O OO 0 0 0 0 0 0 O rj
.. z .v
A A QpA1� pAp1� QpA,� QpI,� C p
N N A A A A 3 . Q rD
booboo Z g 2
0 0 0 0 0 0 o O
R _ •V N N N F. N Fr A S
e0 R X X 00 00 N N N N p N
II
ii; :
gwao m oa-
' '� zD' w ii 37 X ' ' v° 3 `L 85 ' Ea � ~ 0
n n 0 CD n m o Ox 0 , 0)
. R. ` o o n n O_ n -o —re
- 5 s D -u
3 'a A it rD FD r7D, n n n 3 c raD O
A D rt. 5 G
n - 00 o J N `A.' rD r m o1 m
^o x ° iD o rD m .< F 0 3
g Ff m in E n o c v v 70 3 m
^m 3 r < < n m T.fi. D c_ , m C H
§. c� c N n n n m `� -�
rD . - n O O O < ' - W 0
> o m v, n n Fa' 3 3 3 00 _5 9 v , a n
o o v v v G 3 n
q x L 2 3 3 fD ro ro ro - m '? A
a a v v 5 m rD rD m O
R. s• vr p a � � � 55.5C5 z
R rn �, r
^ 1 m 3 r"o m CD <
v
R m
OD N D D z
D rt.
T
0
D
K
Cr)
m -i D o
O� C w m 0.o.
gr, T � ; ;, T G G > nr a - S d
o N raj
CD O
D to
-oA
o 04 N 1- F, to C 3 V O 6/
O lvn N O t�jt o 0 0 0 0 0 7 y �' N fD
W O r0
Z 7' V T
O FA+ n
75 urn to an vn an in n an.n an O N 3 W
O maw wro u
D r o n - d M O W x
n O V n 0 A
c v+ v+ ut m m 0 . o y r
CD
o 0 o S 0 o o a o ^
m < N to to N to to to in to to anan to 7
A cu
c 0 N D 2 0
0 .- to N I-. I-. 3 3 •V -v
in CD 0mwm 0• A 2 v z
In iO n, F• Co -.P. » N O
S vi W lO V, N W A pp
C W Vt O ut N o o W m
b' 9 N 0 0 0 0 0 0
m O o 0 0 0 0 0
^ CID
o N m O
a. t- F• 1+ N § A 3oo
et K
p ; Z D -0m
n 3 iz
col
s '" o x
o - v, v. 0
0
w op wop rn p wp t`n 9 o rD �, a 0 m
0 9 0 0 ,1N• O ID .T 0 A Z
0 0 0 b 0 b a d 0 p y
0 0 0 0 0 0 ,. O a 1 <
to to v,to v,an z = o'i x 3
c
Nr-. so N N N 3 N 3 N D Z
o S o 0 o g S ? re1 c n
g bObbbb
S o S 0 0 o a 1 fl ry
n
A to D'
000000 r I. 0 N 8 A � tO tO O
Q O 0 0 2
2 an to to an an to 3 g d e
rD — _
N w - o o o DJ o $
d U. O N to A A pw o m tm ttc, rrD N H
O O O O Fes+ , 2 V
01
3 to tpo to m m O p p p
n I. O O O O O O p p 8 p o o n in
an V,to N V, V,V, VT V,V,V,4n to 3
N ,
C F,pp, D
S A N W N F-• N Q r7 m
N 17,
V 0 0 0 0 0 0 "'r fD ^
r1 rD
$ o c0o0o0 3 •' o
W v
CD A '.., ' 1 `<
a, Gin 3 0
m 0 o
000000 <• 0. ID
tn. v.tntnv.tn F, c` O r r
'" < • 2 0 0
r
N O n N N eY.
A O4 V,an V• V,IA N » N t~D 3 D V 000000 0
_ S o 0 0 0o 0
m
C aO O- r- O. Z d r ..- ,C N A o
CD rD dn o n O 2 2
-I C ''a o 2 n 8 • A rn O Z
v� c 2u''� w m m ^ c
a
'^ yr 70 Fr; SZ as rZ an to D v W Q
11, 01 C G D D C D �nt N W N N I-. N 3 eb rt.
. < • 3 3 0 3 m lM b O, in 'to N 0 o
C 3 - 3 0 0 0 N v,an v, v,an t^ o o to 0 g o C n.
tp (D go o c a o PPPPPPP 0 0 0 0 0 �„
try ,�. d M g 8 . . . . .o o b b o o b o 0 o b
•• .E. 1 •• . . . . . .
T
3 a
booboo � .-• 1-• NOA �• c r
0 0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 00 0 0 0 O
0 N
to iA an an m C
O N
va i/► to I+ a �-, F+ to 3.NI $ O
� N5 � � g 3m
p(�1 • p1 •p N W N I--• N 1 y
lit O 41 31 � W O Q, Q� 04 N 0
O V V V V O1 W Of V,(n V, to N V, 0 0 to 0 0 0
V O 0 0 0 0 0 0 0 0 0 0 0 N
O 0 y� y� N p Lt O O O O O b O O b 0 0 0 T
0 O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0
EXHIBIT G
City of
ort rthnr
Texas
www.PortArthurTx.gov
CERTIFICATE OF COMPLETION
Date: October 22, 2020
Project: Carolina Avenue Roadway Improvements from Gulfway Drive (Highway 87 South to
Dead End(DD 7 Drainage Ditch)
Project ST1P10.
To: All Concerned
Gentlemen:
I HEREBY CERTIFY THAT this project was completed on July 8, 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 Elefaflo,P.E.
Director of Public Works
"Remember,we are here to serve the Citizens of Port Arthur"
P.O.Box 1089 ).*< 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...
CAROLINA AVENUE ROADWAY IMPROVEMENTS FROM GULFWAY DRIVE
(HIGHWAY 87) SOUTH TO DEAD END (DD 7 DRAINAGE DITCH)
To: Greenscapes Six, LLC of Baytown, Texas
This document is to certify that the City of Port Arthur, Texas accepts the completion of the
Roadway Improvements along Carolina Avenue from Gulfway Drive(Highway 87) South to Dead
End(DD 7 Drainage Ditch),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 Guarantee executed by Greenscapes Six, LLC of Baytown, Texas.
Ron Burton
City Manager
Sherri Bellard
City Secretary