Loading...
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