Loading...
HomeMy WebLinkAboutPR 21541: CHANGE ORDERS NO. 3 TO NO. 16 WITH (CMOST) TO CONSTRUCT PAT'S NEW MAINTENANCE BUILDING City of Port Arthur Transit Department Memorandum To: Ronald Burton,City Manager From: Ivan Mitchell,Transit Director Date: September 6,2020 Re: P.R.21541—Authorization to execute change orders No.3 to No. 16 with the Construction Managers of Southeast Texas(CMOST)to construct PAT's new maintenance building and electric charging infrastructure to a new contract amount not to exceed$3,643,340.49 Nature of Request: Proposed Resolution No. 21541 requests authorization for the City Manager to execute change orders No. 3 to No. 16 with Construction Managers of Southeast Texas (CMOST) to construct PAT's new maintenance facility and electric bus charging infrastructure. Background: Resolution No. 20-042 authorized the City Manager to execute a contract of$3,495,000.00 with the Construction Managers of Southeast Texas (CMOST) to construct PAT's new maintenance facility and electric bus charging infrastructure,and supply specified tools and shop equipment. In an effort to include Alternate No. 1 (inspection pit) and No. 2 (in-ground lift) in the project scope, PAT and its engineer (Huitt-Zollars) elected to consolidate project cost and value engineer (VE) CMOST's $3,495,000.00 base bid to a new total of$3,731,600.36 via Resolution No.20-080. As construction ensues design and construction adjustments have occurred resulting in additional expenses and savings. These expenses and savings are documented in changes orders No.3 to No. 16. For example, at the instruction of PAT Huitt-Zollars did not design a security system in the original bid. Therefore,after contract award,we obtained quotes from security cameras vendors. ESI was selected via Change Order No. 14. The adjustments related to design and equipment has resulted in additional expenses and savings which equates to a net reduction of$88,259.87. In addition CMOST has experienced documented project delays due to weather,material delivery and COVID-19 and submitted a request for eighteen(18)additional calendar days which brings their projected end date to January 4,2021,via Change Order No. 8. Recommendation: It is recommended that the City Council approve proposed P.R. 21514,authorizing the City Manager to enter into change orders No. 3 to No. 16 with CMOST to construct PAT's new maintenance facility and electric bus charging infrastructure for a new contract amount not to exceed $3,643,340.49. Budgetary/Fiscal Effect: The Federal 5307 and 5339(b)funds for this project are 100%reimbursable in account 401-1509-561.82-00 with a local match of$58,700 required for the Federal 5339(c)funds. P.R. No. 21541 9/4/2020 IM RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO APPROVE CHANGE ORDERS NO. 3 TO NO. 16 WITH THE CONSTRUCTION MANAGERS OF SOUTHEAST TEXAS OF PORT ARTHUR, TEXAS TO CONSTRUCT PORT ARTHUR TRANSIT'S NEW MAINTENANCE BUILDING AND ELECTRIC CHARGING INFRASTRUCTURE TO A NEW CONTRACT AMOUNT NOT TO EXCEED $3,643,340.49; FUNDS AVAILABLE IN ACCOUNT 401-1509-561.82-00. WHEREAS, pursuant to Resolution No. 20-042, the City Council authorized the City Manager to enter into a contract with Construction Managers of Southeast Texas (CMOST)to construct PAT's new maintenance facility and electric bus charging infrastructure; and, WHERAS, pursuant to Resolution No. 20-080, the City Manager was authorized to execute Change Order No. 1 with CMOST which resulted in a savings of$154,199.64; and, WHEREAS, subsequently PAT and its engineer (Huitt-Zollars) continue to work with CMOST on adjustments related to design and equipment which has resulted in additional expenses and savings which equates to a net reduction of$88,259.87; and, WHEREAS, CMOST has experienced documented project delays due to weather, material delivery and COVID-19 and submitted a request for eighteen (18) additional calendar days which brings their projected end date to January 4, 2021, as delineated in Change Order No. 8 in Exhibit"A"; and, WHEREAS, PAT is recommending that the City of Port Arthur by its City Manager approve change orders No. 3 to No. 16 with CMOST, as delineated in Exhibit "A" for a new contract amount not to exceed $3,643,340.49. 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. THAT, the City Manager is hereby authorized to enter into a change order with the Construction Managers of Southeast Texas (CMOST) of Port Arthur, Texas, to construct Port Arthur Transit's maintenance building and electric charging infrastructure, in an amount not to exceed$3,643,340.49, in substantially the same form as attached hereto as Exhibit"B". THAT, a copy of the caption of this Resolution be spread upon the Minutes of the City Council. P.R. No. 2141 9/4/2020 IM READ,ADOPTED AND APPROVED this day of A.D. 2020 at a Regular Meeting of the City of Port Arthur, Texas by the following vote: AYES: Mayor: Councilmembers: , NOES: . Thurman"Bill" Bartie, Mayor ATTEST: Sherri Bellard, City Secretary APPROVED AS TO FORM: (1,/±1;c1 62", Le/tag DX Val Tizen , City Attorney APPROVED FOR ADMINISTRATION: APPROVED AS TO AVAILABILITY OF FUNDS: 401-1509-561.82-00 . n Ronald Burton Kandy Dan' 1 City Manager Interim Director of Finance LOVA, Clifto Williams, CPPB Ivan Mitchell Purchasing Manger Transit Director P.R. No. 21541 9/4/2020 IM Exhibit "A" CHANGE ORDER NO. 3 TO NO. 16 ORIGINAL NOTICE TO PROCEED ISSUED: March 12, 2020 to December 14, 2020 PROJECT DESCRIPTION: Construction of PAT's maintenance building CHANGE IN SCOPE: Execute change orders No. 3 to No. 16 with the Construction Managers of Southeast Texas (CMOST)to construct PAT's new maintenance building and electric charging infrastructure to a new contract amount not to exceed $3,643,340.49. As construction ensues design and construction adjustments have occurred resulting in additional expenses and savings. These expenses and savings are documented in changes orders No. 3 to No. 16. ORIGINAL CONTRACT PRICE: $3,495,000 CURRENT CONTRACT PRICE (adjusted by previous CHANGE ORDER#1): $3,731,600.36 The Contract Amount due to this CHANGE ORDER will increase by: $-88,259.87 The new CONTRACT AMOUNT including the CHANGE ORDER will be: 53,643,340.49 ORIGINAL CONTRACT DAYS: 277 CALENDAR DAYS NEW CONTRACT DAYS: 295 CALENDAR DAYS (End date of January 4, 2021) SIGNED AND AGREED TO on the_day of , 2020. CONSTRUCTION MANAGERS OF SOUTHEAST TEXAS Print Name: Title: SIGNED AND AGREED TO on the_day of , 2020. CITY OF PORT ARTHUR BY: RON BURTON, CITY MANAGER P.R. No. 21541 9/4/2020 IM Exhibit "B" • 0 co CO (N a r .-i 0 (1) (N > 0 Ql COCQ 0 Q 0 0 0 0 0 0 0 0 0 0 0 0 N N N N N N N N N N N N 0 0 0 0 0 0 0 0 0 0 0 0 (1) N N N N N N N N N N N N (a Y \ \ \ \ \ \ \ \ \ \ \ \ > re r. r---. Lll .--1 Vl 0 CO .--i LD 0 0 O 0 ,-I ,..... IN ,--I e--1 N \ N .---i ‘-IN (N Q \ 0 \ In \ \ \ N \ \ \ \ \ Q C m - 1- V) 1n V) LD LI) LO N. CO < 0 > :D O (N (N N Ill O 0 CD .-i N. .--1 m 0 cr N lD LD 0 0 ct Ln Ol N LO 0 1n m r-1 ID LD O o Ql .-i tD N LD -o 0 N 0 d- 0 L.11 1/1 CO 11 V 00 N. > a LO CO (N N. (N N.r .--1 r--- .--1 CO 0 Lf) O = LD m • 1 00 N L 0 m 0 v? (N -v e-1 .-i j .-1 {n In .--i N. Qom. C )_ -.4_4 1./1- I./1 I/? •(/)- I/} N a a > • 0 0 0 0 0 0 0 0 0 0 N N N (N (N (N (N N N N N N ate-. O> 0 000000000000 N N N N (N (N N (N (N f4 N O \ N \ \ \ N \ \ \ \ \ 0 a \ N. \ .-4 U 0 \ 1n .--1 LU 0 0 Q '� > N .--i .--1 N N .--i .--I (N N Q \ \ \ \ \ \ \ \ \ \ m - III 1n LI-1 N. LU lD LD N. 00 -0 0 O O 0 O O 0 O 0 O O O O 0 Q) N N N N N N N N N N N N N N a) - ' O 0 0 0 O 00 ,00000o ° O •‘-' • N N N N N NN N (N N N N N (N co 0 \ > r� Ql \ Lf1 \ \ \ N 0 0 r•-• \ 0 N N CO .--1 e-i \ \ \ (N N ' \ to m d- d- in Li-) LD LD lD LU l\D n CO ---.- C U N J J • G O tri4: ID C X c^ co 2 H ..,-, 7 >- a p -. c0 tfI O CC } 7 LE) 0 N (N 1-/10 lD .--1 r„... Cr .N-I 0 L J m0 - N LID - Ol N Ql d d' m C Ul .., O 0 0 Lr) al 00 O m m lJ O 0 up oo - 1\ N r--- m .-I oo O vl N 1- 1- m O LD lrl N .--I' 00 N `� c-I Ct cri 00 •--I .--I vl ,--1 .--i .--I r-1 o � � h Ih 04 J < V} in- re v, O (2,_ N c-) a) a on 00 C (0 C - a) - C m 0 U (0 - Q C m = -O : L e-. re QJ (a U E v U 5 T 6 (0 a1 O (0 QJ (a C t ,- a C an a > a) O w ' O a OJ 0 >' a Z 0 �, m i , -0 C ▪ v Cr)� C L Q v, (n CO a) 0 (a u a a re 0 .— Q a--) Y U L -0 4- an C aJ 0 Li) J 'r a) C •- E re O N an w 0 .a a) L L CO C C a 'J -J ..1_ U % U `� a re C 0 C OO a Q -0 0O a `J E - O 0 0 O y O a) 0•+ C C J C n- O an U , (LJ . a '- , E 13 C O 4n Qom, U 'CL Q -6 C c.) a C C •- a) a) N C •- C O (a N — a) ra O .5 , a) co = v 1Z cam) aa, 0- O 0 > 0 _ 0 U .2 v) < J 0 < Cl) w J .--1 N m Ln LO N. CO Ql•0 .--1 N 'f' Lf 1 LO N. CO to t10 o Q c EL 0 ra O I- v a u C.4-4N15.-N. Construction Mangy9 ers of Southeast Texas, LLC 225 HIGHWAY 365—PORT ARTHUR, TEXAS 77640—PHONE (409) 736—9010—FAX(409) 7369020 March 03. 2020 Port Arthur Transit 344 Procter St. Port Arthur, TX 77640 Re: Transit Maintenance Facility Change Proposal No.01: Mr. Mitchell: Please find below the cost associated with the accepted value engineering(VE)options for the Construction Managers of Southeast Texas, LLC base bid. We have also included the VE cost for the addition of Alternates No.01 and No.02 to the project scope. If you have any questions, please let me know. . 1. Value Engineering Contract Deductions from Base Bid ($154,199.64) 2. Added cost for Alternate No.01 including VE deductions $226,343.70 3. Added cost for Alternate No.02 including VE deductions $164,456.30 Revised TOTAL: S236,600.36 Sincerely, Construction Managers of Southeast Texas, LLC Jose Cardenas Project Manager CC: Bruce Reyes—CMOST - � � TiPx:DS, '`Li'_ 3/3/2020 City of Port Arthur Transit Maintenance Facility - Base Bid P20-014 Item # Description Value Approved Mechanical Remove Controls. Efs can still operate the same using time clocks. Economizer,fresh air mix, modulation hot gas reheat, modulating heat, barometric exhaust all would be 1 controlled by RTU. T,Stat will control scheduling. $ (30,000.00) $ (30,000.00) Exterior Improvements 2 Delete Termite/Soil Treatment $ (6,200.00) $ (6,200.00) Finishes Change Ceiling tile from Armstrong MESA to Armstrong 3 1728 $ (1,200.00) $ (1,200.00) Electrical 4 Use I-Line panelboard in lieu of the switchboard @ "MSB" $ (2,500.00) $ (2,500.00) • Reduce fuel tank on generator from a 72 hour tank to a 48 5 hour tank. $ (4,000.00) $ (4,000.00) Delete removal of light poles from CMOST scope, to be 6 perfromed by the City. $ (1,000.00) $ (1,000.00) Equipment 6 Delete Tire Racks, to be by owner $ (1,000.00) $ (1,000.00) 7 Delete Shelving Units, Units to be by owner $ (38,000.00) $ (38,000.00) 8 Delete Parts Washer, to be by owner $ (991.66) $ (991.66) 9 Delete Jack Stands, to be by owner $ (3,503.12) $ (3,503.12) 10 Delete Flammable Materials Cabinet, to be by owner $ (1,756.00) $ (1,756.00) 11 Delete Office Stool, to be by owner $ (883.15) $ (883.15) 12 Delete Electronic Workstation Stool, to be by owner $ (1,535.79) $ (1,535.79) 13 Delete Electronic Workstation, to be by owner $ (4,144.92) $ (4,144.92) 14 Delete Vises, to be by owner $ (3,500.00) $ (3,500.00) 15 Delete Column lifts, to be by owner $ (46,000.00) $ (46,000.00) 26 Delete five storage cabinets, to be by owner $ (6,985.00) $ (6,985.00) 27 Use Stertil Koni Air Compressor in lieu of specified $ (1,000.00) $ (1,000.00) TOTAL PROPOSED VE ITEM VALUE $ (154,199.64) $ (154,199.64) Original Base Bid $ 3,495,000.00 kevised Base Bid $ 3,340,800.36 • • CI s iuuctio i P4` r 3/3/2020 City of Port Arthur Transit Maintenance Facility-Alternate#1 P20-014 Item # Description Value Approved Equipment 1 Delete Shelving Units and Vises,to be by owner $ (6,068.43) $ (6,068.43) Change Portable work platform in th epit to a catwalk by 2 Stertil Koni $ (19,932.00) $ (19,932.00) Electrical 3 Delete half of the battery packs @ light fixtures in the pit. $ (2,450.00) $ (2,450.00) TOTAL PROPOSED VE ITEM VALUE $ (28,450.43) $ (28,450.43) Original Alternate#1 Cost $ 254,794.13 Revised Alternate#1 Cost $ 226,343.70 City of Port Arthur Transit Maintenance Facility-Alternate#2 P20-014 Item # Description Value Approved Equipment 1 Use In-Ground Lift by Stertil Koni $ (30,215.27) $ (30,215.27) TOTAL PROPOSED VE ITEM VALUE $ (30,215.27) $ (30,215.27) Original Alternate#2 Cost $ 194,671.57 Revised Alternate#2 Cost $ 164,456.30 City of Port Arthur Transit Maintenance Facility - SUMMARY P20-014 Item # Description Value 1 Revised Base Bid Cost t including VE Deductions $ 3,340,800.36 2 Revised Alternate#1 Cost including VE Deductions $ 226,343.70 3 Revised Alternate#2 Cost Including VE Deductions $ 164,456.30 TOTAL Revised Project Cost $ 3,731,600.36 Additional Funds Required $ 236,600.36 _• Construction Managers of Southeast Texas, LLC • 225 HIGHWAY 365—PORT ARTHUR,TEXAS 77640—PHONE (409)736—9010—FAX (409) 7369020 April 27, 2020 Port Arthur Transit 318 Procter St. Port Arthur, TX 77640 Re: Transit Maintenance Facility Change Proposal No.03 In-ground Lift Upsize: Ivan: Please find below the cost associated with increasing the size of the in-ground lift from a 156"travel range to a 204"travel range. 1. Stertil Koni $3,376.00 2. CMOST OH&P $337.60 • 3. Bond Markup $111.40 TOTAL: S3,825.00 Sincerely, Construction Managers of Southeast Texas, LLC Jose Cardenas Project Manager CC Bruce Reyes—CMOST • tertiI IKON• QUOTE 200 Log Canoe Circle, Stevensville, MD 21666 Phone 410.643.9001 Fax 410.643.8901 l i f ts@stertil-koni.corn www.stertil-koni.com DATE: APRIL 24, 2020 TO Jose G. Cardenas Construction Managers of Southeast Texas LLC 225 Highway 365 Port Arthur, TX 77640 QTY DESCRIPTION UNIT PRICE LINE TOTAL 1 each Change ECO-60-13 presently on order to an ECO-60-17 which will $ 3,376 00 $ 3,376.00 provide an increased travel range of from 156 inches to 204 inches. • SUBTOTAL $ 3,376.00 SALES TAX N/A TOTAL $ 3,376.00 110 Construction Managers of Southeast Texas, LLC • 225 HIGHWAY 365—PORT ARTHUR,TEXAS 77640—PHONE(409) 736—9010—FAX (409) 7369020 August 18, 2020 Port Arthur Transit 318 Procter St. Port Arthur, TX 77640 Re: Transit Maintenance Facility Change Proposal No.04R Lift Station Credit Ivan: Please find below and attached the credit associated with the removal of the lift station from the project. 1. Alcode Plumbing ($20,843.00) 2. Electrical Specialties,Inc. ($2,127.16) 3. CMOST OH&P ($528.31) 4. Bond Mark Up ($704.95) TOTAL: ($24,203.42) Sincerely, Construction Managers of Southeast Texas, LLC Jose Cardenas Project Manager CC Bruce Reyes—CMOST • CHANGE ORDER • ALCODE PLUMBING LLC 1285 W. CARDINAL DRIVE BEAUMONT, TX 77705 (409) 840-6063 FAX 840-6085 APRIL 20, 2020 JOSE CARDENAS CONSTRUCTION MANAGERS OF SETX RE: PORT ARTHUR MAINTENANCE FACILITY FURNISH LABOR AND MATERIAL AS LISTED BELOW: 1. CREDIT FOR LIFT STATION --- - - - - - $20,843.00 . EXCLUDE: 1. TAX DAVID DEVORE, PRESIDENT CHANGE ORDER PROPOSAL Date: 4/27/2020 Project# Electrical Specialties, Inc. CREDIT TERMS: NET 30 DAYS Invoices are subject to a finance charge of 1.5%per month.annual rate 1550 Langham Rd of 18%on all balances over 30 days. Beaumont, Texas 77707 Any and all retainage will be paid within 30 days from the completion Phone (409)860-5211 of electrical work. Fax (409)860-5851 ESI will abide by the lien provisions of Chapter 53 of the Property Code of the State of Texas. The undersigned purchaser hereby agrees to pay attorney's tees incurred by ESI to collect unpaid balances. Work to be performed for: CMOST, LLC 225 Hwy.365 Port Arthur Texas 77640 Attention: Jose Cardenas/ Lift Station REASON FOR CHANGE: Owner is deleting Lift Station. DESCRIPTION OF TASKS: MATERIALS: Units: Description: Unit Price Ext. Price 1 Excavator $405.00 $405.00 1 Misc material see attached $543.52 $543.52 TOTAL MATERIAL $948.52 SALES TAX: LABOR: Hours: Description: Rate Ext. Price 12 Foreman $56.30 $675.60 12 Apprentice $41.92 $503.04 TOTAL LABOR $1,178.64 0/H & PROFIT_ Total: $2,127.16 PRICE SUBJECT TO REVIEW AFTER 60 DAYS ACCEPTANCE OF CHANGE ORDER PROPOSAL I have the authority to order the above work and do so order as outlined above.The above specifications,terms and contract are satisfactory,and(I)/(we)hereby authorize the performance of this work. CUSTOMER SIGNATURE TITLE Date 4-27-2020 J.D.Burns President-Electrical Specialties,Inc Date • Customer: 4/27/2020 Project #: Contact: QTY Size Description Part # Unit Price Extened EMT 90 3/4" EMT per foot 6/28/2018 0.700 63.00 EMT 4 3/4" Steel W.T. Conn. 0.235 0.94 EMT 9 3/4" Steel W. T. Coup. 0.300 2.70 EMT 13 3/4" Straps one hole 0.084 1 .09 BOX 1 1900 Box molded 1/2 & 3/4 combo TP414 0.820 0.82 BOX 1 1900 Cover 0.280 0.28 PVC 90 3/4" Sch. 40 per foot 6/28/2018 0.258 23.22 PVC 50 3" Sch. 40 per foot 6/28/2018 1 .100 55.00 PVC 2 3/4" FA's 0.213 0.43 PVC 2 3" FA's 1.546 3.09 RGD 10 3/4" Rigid Pipe _ 6/28/2018 1.958 19.58 RGD 1 3" Rigid 90's 34.300 34.30 SRV 1 3" Myers Hub 15.750 15.75 WIR 480 14 Copper THHN 6/28/2018 0.079 37.92 WIR 480 12 Copper THHN 6/28/2018 0.110 52.8c WIR 700 10 Copper THHN 6/28/2018 0.168 117.60W MISC. 1 3" EYS 115.00 115.00 SUM 1 SUM 1 SUM 1 SubTotal Material $543.52 SUM 1 Material Grand Total $543.52 927 z51 d 4-27-2020 • Construction, Managers 411 or Southeast Texas, LLC 225 HIGHWAY 365—PORT ARTHUR,TEXAS 77640—PHONE (409) 736—9010— FAX (409) 7369020 May 08, 2020 Port Arthur Transit 318 Procter St. Port Arthur, TX 77640 Re: Transit Maintenance Facility Change Proposal No.05 Change to Fire Lite System Ivan: Please find below and attached the added cost associated with switching to a Fire Lite system for the Building Fire Alarm. I have attached Texas Fire's original proposal and their revised proposal for the fire lite system which shows the increase in cost. • 1. Texas Fire and Communications $1,470.00 2. CMOST OH&P $220.50 3. Bond Mark Up $50.72 TOTAL: $1,741.22 Sincerely, Construction Managers of Southeast Texas, LLC Jose Cardenas Project Manager CC Bruce Reyes—CMOST • Fire Lite Proposal 8030 Eastex Freeway Te as&Fir Phone: (409)892-4200 Beaumont, TX 77708 Fax: (409)892-4202 Communications, "When Quality Counts" Inc www.txfireinc.com Security License#B-11071 Fire License#ACR-1751582 QUOTE Fire Alarm Security Sound Intercommunications CCTV Access Monitoring Date: 5/7/20 JOB: Port Arthur Transit Maint. Bldg. ATTN: Jose Cardenas SCOPE OF WORK Install new Fire Lite fire alarm system at the new Port Arthur Transit Maintenance Building. Project bid at prevailing wages and tax excluded. Quantity Description 1 Fire Lite ES-50X Addressable Fire Alarm Control Panel 1 Remote Display 1 Cellular Communication Device 1 6 Amp Signal Expander 4 Back Up Batteries 13 Smoke Detectors 1 Duct Detector W/ Relay 1 Monitor Module for Sprinkler System 2 Shutdown Relay for Garage Fans 2 Wall Mount Visual Notification Devices 21 Ceiling Mount Visual Notification Devices 5 Ceiling Mount AudioNisual Notification Devices 2 Weather Proof AudioNisual Notification Devices 1 Lot: Cable, Connectors, Misc. Hardware 1 Lot: Permits and Documents 1 Lot: Labor Conduit and wall mount boxes to be installed by others. 25% Deposit required to start. Additional 50% due after rough in. Balance due upon completion. Monitoring Fee: $50/Month Quote is Good For 30 Days. Lump Sum $17,950.00 Thank you for your time and consideration, we will follow up shortly as to the status of this quote. • Rake elieet Quote Accepted By: Blake Cliett Date: Sales/Estimator Original Proposal • 8030 Eastex Freeway Te aszFire Phone: (409)892-4200 Beaumont, TX 77708 Fax: (409)892-4202 Communications, "When Quality Counts" inc www.txfireinc.com Security License#B-11071 Fire License#ACR-1751582 QUOTE Nvivefirp arm Skull Soun• ' s.,9.? i,it. a, - ,a ' ` ro 1 o -n 47Fz. Date: 1/20/20 JOB: Port Arthur Transit Maint. Bldg. ATTN: Bidders giaL"- -- WOPI ,Q. TOB lagn Install new fire alarm system at the new Port Arthur Transit Maintenance Building. �i'+[,� S7j —V'✓� �;�su V1J- '�'�.S'.�"�i S."' '3 . 0 t ,.a +^ N f�„l 1 Siemens 50 Pt.Addressable Fire Alarm Control Panel 1 Remote Display 1 Cellular Communication Device • 1 6 Amp Signal Expander 4 Back Up Batteries 13 Smoke Detectors 1 Duct Detector 1 Monitor Module for Sprinkler System 1 Shutdown Relay for Garage Fans 2 Wall Mount Visual Notification Devices 21 Ceiling Mount Visual Notification Devices 5 Ceiling Mount AudioNisual Notification Devices 2 Weather Proof AudioNisual Notification Devices 1 Lot: Cable, Connectors, Misc. Hardware 1 Lot: Permits and Documents Conduit and wall mount boxes to be installed by others. 25% Deposit required to start. Balance due upon completion. Monitoring Fee: $50/Month Quote is Good For 30 Days. Lump Sum $16,480.00 Thank you for your time and consideration, we will follow up shortly as to the status of this quote. Quote Accepted By: • to &ear Date: Blake Cliett Sales/Estimator Constructicn Manag rs 10 ICS. of southeast Thxas, LLC 225 HIGHWAY 365—PORT ARTHUR, TEXAS 77640—PHONE(409) 736—9010— FAX (409) 7369020 May 15, 2020 Port Arthur Transit 318 Procter St. Port Arthur, TX 77640 Re: Transit Maintenance Facility Change Proposal No.06R Main Disconnect Ivan: Please find below and attached the added cost associated with the need to add a main service disconnect to the new Transit Maintenance Building.Note that this is a city requirement. • 1. Electrical Specialties,Inc. $16,069.39 2. CMOST OH&P $1,606.94 3. Bond Mark Up $530.29 TOTAL: 518,206.62 Sincerely, Construction Managers of Southeast Texas, LLC Jose Cardenas Project Manager CC: Bruce Reyes—CMOST • • CHANGE ORDER PROPOSAL Date: 5/14/2020 Project# Electrical Specialties, Inc. CREDIT TERMS: NET 30 DAYS Invoices are subject to a finance charge of 1.5%per month,annual rate 1550 Langham Rd of 18%on all balances over 30 days. Beaumont, Texas 77707 Any and all retainage will be paid within 30 days from the completion of Phone (409)860-5211 electrical work. Fax (409)860-5851 ESI will abide by the lien provisions of Chapter 53 of the Property Code of the State of Texas. The undersigned purchaser hereby agrees to pay attorney's fees incurred by ESI to collect unpaid balances. Work to be performed for: CMOST, LLC 225 Hwy. 365 Port Arthur, Texas 77640 Attention: Jose Cardenas/ Add Service Disc. REASON FOR CHANGE: Adding Exterior Main Service Disconnect DESCRIPTION OF TASKS: Route conduits overhead in lieu of Underground. • MATERIALS: Units: Description: Unit Price Ext. Price 1 2 day rental 19' lift $200.00 $200.00 1 Misc material (See Attached) 510,126.00'$10,126.00 TOTAL MATERIAL $10,326.00 SALES TAX: LABOR: Hours: Description: Rate Ext. Price 18 Foreman $56.30 $1,013.40 17 Apprentice $41.92 $712.64 TOTAL LABOR $1,726.04 0/H & PROFIT 4017.35 Total: $16,069.39 PRICE SUBJECT TO REVIEW AFTER 60 DAYS ACCEPTANCE OF CHANGE ORDER PROPOSAL I have the authority to order the above work and do so order as outlined above.The above specifications,terms and contract are satisfactory,and(I)(we)hereby authorize the performance of this work. CUSTOMER SIGNATURE TITLE Date • ! 5`I J.D.Burns f President-Electrical Specialties,Inc Date Customer: 5/14/2020 • Project #: Contact: QTY Size Description Part # Unit Price Extened EMT 260 4" EMT per foot 6/28/2018 7.840 2,038.40 EMT 4 4" Steel W.T. Conn. 63.980 255.92 EMT 32 4" Steel W. T. Coup. 79.520 2.544.64 EMT 6 4" EMT 90 50.280 301 .68 EMT 37 4" Unistrut Straps 2.140 79.18 PVC -320 4" Sch. 40 per foot 6/28.2018 1 .500 -480.00 RGD -80 4" Rigid Pipe 6/28/2018 18.771 -1 ,501 .68 FIT 2 4" LBD 464.710 929.42 UST 90 1 5/8" Uni-strut 1 .335 120.15 SRV 4 4" Myers Hub 43.370 173.48 WIR 120 600 Copper McM THHN 6/28/2018 8.790 1 .054.80 MISC. 1 Disc., Fuses. & Grnd assembly 4,610.01 4,610.01 SUM 1 SUM 1 likUM 1 SubTotal Material $10.126.00 SUM 1 Material Grand Total $10,126.00 27) U6/A.n.- 2 ��'�'` Construction Managers of Southeast Texas; LLC 225 HIGHWAY 365—PORT ARTHUR, TEXAS 77640—PHONE (409) 736—9010— FAX (409) 7369020 May 15,23) Port Arthur Transit 318 Procter St. Port Arthur, TX 77640 Re: Transit Maintenance Facility Change Proposal No.07: Ivan: Please find below the cost associated with pulling the fiber back from the existing maintenance building off of the poles in the alley back to our new building, routing the fiber into our new building, as well as the cost to correct Circuitry & Breakers for sump pumps, water heater, trolley and install conduits needed at the in- • grouted lift pit that were not originally identified on the project documents. Please note that Discovery IT has figured the rerouting of the fiber into our new building to be performed over a weekend to minimize disruption to the existing buildings. 1. Electrical Specialties $8,915.12 2. Discovery IT $2,344.06 3. CMOST OH&P $1,125.92 4. Bond Mark Up $371.55 TOTAL: S12.756.65 Sincerely, Construction Managers of Southeast Texas, LLC • Jose Cardenas Project Manager CC Bruce Reyes—CMOST • CHANGE ORDER PROPOSAL Date: 5/15/2020 Project# Electrical Specialties, Inc. CREDIT TERMS: NET 30 DAYS Invoices are subject to a finance charge of 1.5%per month,annual rate 1550 Langham Rd of 18 on all balances over 30 days. Beaumont, Texas 77707 Any and all retainage will be paid within 30 days from the completion of Phone (409)860-5211 electrical work. Fax (409)860-5851 ESI will abide by the lien provisions of Chapter 53 of the Property Code of the State of Texas. The undersigned purchaser hereby agrees to pay attorney's fees incurred by ESI to collect unpaid balances. Work to be performed for: CMOST, LLC 225 Hwy. 365 Port Arthur Texas, 77640 Attention: Jose Cardenas/ Misc. adders REASON FOR CHANGE: To correct circuitry& breakers for sump pumps. w.heater. trolley. & add 2" EMT conduit for fiber. Install all conduits per shop drawings to the lift pit. DESCRIPTION OF TASKS: Install conduit. circuitry. breakers & labor. MATERIALS: Units: Description: Unit Price Ext. Price 1 Excavator $360.00 $360.00 1 Misc material & SS J-box for fiber $2,832.34 $2,832.34 TOTAL MATERIAL $3,192.34 SALES TAX: LABOR: Hours: Description: Rate Ext. Price 36 Foreman $56.30 $2,026.80 35 Apprentice $41.92 $1,467.20 TOTAL LABOR $3,494.00 0/H & PROFIT 2228.78 Total: $8,915.12 PRICE SUBJECT TO REVIEW AFTER 60 DAYS ACCEPTANCE OF CHANGE ORDER PROPOSAL I have the authority to order the above work and do so order as outlined above.The above specifications,terms and contract are satisfactory,and(1)/(we)hereby authorize the performance of this work. CUSTOMER SIGNATURE TITLE Date S J.D.Burn President-Electrical Specialties,Inc Date Lirrazsmait 5050 WASHINGTON BLVD BEAUMONT TX 77707-4314 • Phone:409-840-8200 Fax:409-842-9667 To: ELECTRICAL SPECIALTIES INC Date: 05/14/2020 1550 LANGHAM ROAD Project Name: PA TRANSIT BEAUMONT TX 77707-3449 GB Quote#: 0235372671 Attn: JD BURNS Purchase Order Nbr: Phone: 409-860-5211 Release Nbr: Email: debfoxx@esibmt.com Additional Ref#: Fax: 409-860-5851 Revision Nbr: Valid From: 05/14/2020 Valid To: 06/13/2020 Contact: PAULA EDMISTON Email: paula.edmiston@graybar.com Proposal We appreciate your request and take pleasure in responding as follows Notes: *STOCK IN HOUSTON Item Quantity Supplier Catalog Nbr Description Price Unit Ext.Price 100 1 COOPER 16126-4XS 4X SS SINGLE $736.54 1 $736.54 - ___ • B-LINE SYS DOOR ENCL 16X12X6 GB Part#:92047946 MFR SPEC SHEET 1111- Total in USD(Tax not included): $736.54 equipment and associated installation charges may be financed for a low monthly payment through Graybar Financial Services(subject to credit proval). For more information call 1-800-241-7408 to speak with a leasing specialist. Subject to the standard terms and conditions set forth in this document. Unless otherwise noted,freight terms are F.O.B. shipping point prepaid and bill.Unless noted the estimated ship date will be determined at the time of order placement. To: ELECTRICAL SPECIALTIES INC Date: 05/14/2020 1550 LANGHAM ROAD Project Name: PA TRANSIT BEAUMONT TX 77707-3449 GB Quote#: 0235372671 Attn: JD BURNS • Proposal We appreciate your request and take pleasure in responding as follows Item Quantity Supplier Catalog Nbr Description Price Unit Ext.Price GRAYBAR ELECTRIC COMPANY,INC. TERMS AND CONDITIONS OF SALE 1.,,ACCEPTANCE OF ORDER;TERMINATION-Acceptance of any order issubject to credit approval and acceptance of order by Graybar ElectricCompany,Inc.("Graybar")and,when applicable, Graybars suppliers.Ifcredit of the buyer of the goods or services("Buyer")becamesunsatisfactory to Graybar,Graybar reserves the right to terminate uponnotice to Buyer and without liability to Graybar. 2.,,PRICES AND SHIPMENTS-Unless otherwise quoted,prices for goodsshall be those in effect at time of shipment,which shall be made F.O.B.shipping point,prepaid and bill.Unless otherwise indicated in theapplicable quotation or statement of work,prices for services shall bethose in effect at the time of completion.The contract price for goodsand or services shall be increased by the amount of any applicabletariff,excise,fee,assessment,levy,charge or duty of any kindwhatsoever,imposed,assessed or collected by any governmental body,whether or not reflected in the costs charged to Graybar,and Graybarmay increase its cost for goods and or services appropriately to takeinto account such increases in Graybars costs. 3.,,RETURN OF GOODS-Credit may be allowed for goods returned withpnor approval.A deduction may be made from credits issued to covercost of handling. Returns will not be accepted for services or anymaterial which has been modified at the request of or by Buyer. Inadd tion,no custom orders may be returned. 4.,,TAXES-Prices shown do not include sales or other taxes imposed onthe sale of goods or services.Taxes now or hereafter imposed uponsales,shipments or services will be added to the purchase price.Buyeragrees to reimburse Graybar for any such tax or provide Graybar withacceptable tax exemption certificate. 5.,,DELAY IN DELIVERY-Graybar is not to be accountable for delays indelivery of goods or services occasioned by acts of God,failure of itssuppliers to ship or deliver on time,or other circumstances beyondGraybars reasonable control,including,but not limited to,sourcing,shipment or delivery issues caused by,related to or resulting fromCOVID-19 or other similar national or global health situations.Factoryshipment or delivery dates are best estimates,and in no case shallGraybar be liable for any consequential or special damages arising fromany delay in provision of services,shipment o[delivery. 6.,,LIMITED WARRANTIES-Graybar warrants that all goods sold are freeof any security interest and will make available to Buyer alitransferable warranties(including without limitation warranties aidrespect to intellectual property infringement)made to Graybar by themanufacturer of the goods.Buyer acknowledges that the performance ofany service which alters the manufacturer provided s as indicated inthe statement of work may void the manufacturers warranty.Graybarshall use the same care and skill a similarly situated provider of likeservices would exercise following monly accepted industry practicesin the performance of its duties under this agreement.GRAYBAR MAKES NOOTHER EXPRESS OR IMPLIED WARRANTIES,AND SPECIFICALLY .1SCLAIMS ALLIMPLIED WARRANTIES INCLUDING BUT NOT LIMITED TO THE IMPLIED WARRANTIESOF MERCHANTABILITY AND FITNESS FOR PURPOSE.UNLESS OTHERWISE AGREED INWRITING BY AN AUTHORIZED REPRESENTATIVE OF GRAYBAR,PRODUCTS SOLDHEREUNDER ARE NOT INTENDED FOR USE IN OR IN CONNECTION WITH(1) ANYSAFETY APPLICATION OR THE CONTAINMENT AREA OF A NUCLEAR FACILITY,OR(2)IN A HEALTHCARE APPLICATION,WHERE THE GOODS HAVE POTENTIAL FOR DIRECTPATIENT CONTACT OR WHERE A SIX(6)FOOT CLEARANCE FROM A PATIENT CANNOTBE MAINTAINED AT ALL TIMES. 7.,,LIMITATION OF LIABILITY-Buyer's remedies under this agreement aresubject to any limitations contained in manufacturer's terms andconditions to Graybar,a copy of which will be furnished upon writtenrequest.Furthermore,Graybars liability shall be limited to eitherrepair or replacement of the goods,re-performance of the services,orrefund of the purchase price,all at Graybars option,and IN NO CASESHALL GRAYBAR BE LIABLE FOR INCIDENTAL,SPECIAL,OR CONSEQUENTIALDAMAGES.In addition,claims for shortages,other than loss in transit,must be made in writing not more than five(5)days after receipt ofshipment.Unless otherwise agreed in the applicable statement of work,acceptance of services will occur not more than five(5)days aftercompletion of performance. B.,,WAIVER-The failure of Graybar to insist upon the performance ofany of the terms or conditions of this agreement or to exercise anyright hereunder shall not be deemed to be a waiver of such terms,conditions,or rights in the future,nor shall it be deemed to be awaiver of any other term,condition,or right under this agreement. 9.,,MODIFICATION OF TERMS AND CONDITIONS-These terms and conditions,and any associated statement of work,supersede all othercommunications,negotiations,and prior oral or written statementsregarding the subject matter of these terms and conditions.No change,modification,rescission,discharge,abandonment or waiver of theseterms and conditions shall be binding upon Graybar unless made inwriting and signed on its behalf by a duly authorized representative ofGraybar.No conditions,usage of trade,course of dealing orperformance,understanding or agreement, purporting to modify,vary,explain,or supplement these terms and conditions shall be bindingunless hereafter made in writing and signed by the party to be boundAny proposed modifications or additional terms are specifically rejectedand deemed a material alteration hereof.If this document shall bedeemed an acceptance of a prior offer by Buyer,such acceptance isexpressly conditional upon Buyer's assent to any additional or differentterms set forth herein. 10.,,REELS-When Graybar ships returnable reels,a reel deposit may beincluded in the invoice.The Buyer should contact the nearest Graybarservice location to return reels. 11.,,CERTIFICATION-Graybar hereby certifies that these goods wereproduced in compliance with all applicable requirements of Sections 6,7,and 12 of the Fair Labor Standards Act,as amended. and ofregulations and orders of the United States Department of Labor issuedunder Section 14 thereof.This agreement is subject to Executive Order11246,as amended,the Rehabilitation Act of 1973,as amended,theVietnam Veterans'Readjustment Assistance Act of 1974,as amended,E.0.13496,29 CFR Part 471,Appendix A to Subpart A,and the corespondingregulations,to the extent required by law.41 CFR 60-1.4,60-741.5,and60-250.5 are incorporated herein by reference,to the extent legallyrequired. 12.,,FOREIGN CORRUPT PRACTICES ACT-Buyer shall comply with applicablelaws and regulations relating to anti-corruption,including,withoutlimitation,(i)the United States Foreign Corrupt Practices Act(FCPAX15 U.S.C.§§78dd-1,et seq.)irrespective of the place of performance,and(ii)laws and regulations implementing the Organization for EconomicCooperation and Developments Convention on Combating Bribery of ForeignPublic Officials in International Business Transactions,the U.N.Convention Against Corruption,and the Inter-American Convention AgainstCoruption in Buyer's country or any country where performance of thisagreement or delivery of goods will occur. 13.,,ASSIGNMENT-Buyer shall not assign its rights or delegate itsduties hereunder or any interest herein without the prior writtenconsent of Graybar,and any such assignment,without such consent,shallbe void 14.,,GENERAL PROVISIONS-All typographical or clerical errors made byGraybar in any quotation,acknowledgment or publication are subject tocorrection.This agreement shall be governed by the laws of the State ofMissouri applicable to contracts to be formed and fully performed withinthe State of Missouri,without giving effect to the choice or conflictsof law provisions thereof.All suits arising from or concerning thisagreement shall be filed in the Circuit Court of St.Louis County,Missouri,or the United States District Court for the Eastern Districtof Missouri,and no other place unless otherwise determined in Graybarssole discretion.Buyer hereby irrevocably consents to the jurisdictionof such court or courts and agrees to appear in any such action uponwritten notice thereof. 15.,,PAYMENT TERMS-Payment terms shall be as stated on Graybarsinvoice or as otherwise mutually agreed.As a condition of the salesagreement,a monthly service charge of the lesser of 1-112%or themaximum permitted by law may be added to all accounts not paid by netdue date.Visa,MasterCard,American Express,and Discover credit cardsare accepted at point of purchase only. 0 EXPORTING-Buyer acknowledges that this order and the perfornancethereof are subject to compliances�yr�h any and all ap likable UritedS ales laws,regulate ns,or orders.Buyer agrees to oftamoriaR>law@Clay�aFa4rkw/eplHk allot Elnf waSaeo)1lF�kFF *t w'dtelowleTngRF®Aibl f�tRldglii Say rtrAinoialra• EGekbyninUAcref&dit --esp riF�F6'9s j fjf j f pfjli etp- iTilI rtpattsclp5�q{ gx nyt �tq jT under this order to any countries for which theUnited States government requires a xport i se oro er suppo rng ocumen a ion at a rme of expo rt`orTi nn Ter,un esf Ouyyer. a oSfai'ned"pnor written authorization from the United States Office ofExport Control or other authority responsible for such matters. 17.,,CANCELLATION;CHANGES FOR SERVICES-Buyer may cancel or makechanges to a statement of work up to five(5)business days prior tocommencement of the work.All changes and cancellations after such dateare subject to Graybars prior written approval in Graybars sole andabsolute discretion.Buyer shall pay to Graybar amounts necessary tocover cancellation,restocking fees and other charges applicable to thecancelled goods or services including those incurred or committed to byGraybar. Subject to the standard terms and conditions set forth in this document. Unless otherwise noted,freight terms are F.O.B. shipping point prepaid and bill. Unless noted the estimated ship date will be determined at the time of order placement. furraybati 5050 WASHINGTON BLVD BEAUMONT TX 77707-4314 0 Phone:409-840-8200 Fax:409-842-9667 To: ESI - Port Arthur Transit Date: 05/13/2020 347 4th street Project Name: PORT ARTHUR TX 77640 GB Quote#: 0235366431 Attn: JD Purchase Order Nbr: Phone: 409-860-5211 Release Nbr: Email: debfoxx@esibmt.com Additional Ref#: Fax: 409-860-5851 Revision Nbr: Valid From: 05/13/2020 Valid To: 06/12/2020 Contact: PAULA EDMISTON Email: paula.edmiston@graybar.com Proposal We appreciate your request and take pleasure in responding as follows Notes: *7-10 DAYS-ITEMS STOCK BETWEEN BEAUMONT,HOUSTON AND CALIFORNIA. Item ItemType Quantity Supplier Catalog Nbr Description Price Unit Ext.Price 100 160 WHEATLAND 3/4"EMT $67.42 100 $107.87 GB Part#:NOF WHL WHEATLAND Ship From:Reship-Factory 1110 200 8 AMER EC751USRT 3/4 INCH EMT $185.15 100 $14.81 FITTNGS RT CONNECTOR US MADE GB Part#:25480748 Country:USA UNSPCS:39121311 UPC#:66236401802 Ship From:Stock ZONE-FRESNO,CA Long Description:EZ-Torque&#8482; EMT Rain Tight Compression Connector,Throat Type:Non-Insulated,Steel,Trade Size(Inches): 3/4 in 300 16 AMER EC761USRT 3/4 INCH EMT $226.61 100 $36.26 FITTNGS RT COUPLING US MADE GB Part#:25480750 Country:USA U NSPCS:39131707 UPC#:66236401852 Ship From:Stock ZONE-FRESNO, CA Long Description:EMT Raintight Coupling,Screw Machined Steel,Trade Size(Inches): 3/4 in,Throat Type:Non-Insulated es equipment and associated installation charges may be financed for a low monthly payment through Graybar Financial Services(subject to credit proval). For more information call 1-800-241-7408 to speak with a leasing specialist. Subject to the standard terms and conditions set forth in this document. Unless otherwise noted,freight terms are F.O.B. shipping point prepaid and bill.Unless noted the estimated ship date will be determined at the time of order placement. To: ESI- Port Arthur Transit Date: 05/13/2020 347 4th street Project Name: PORT ARTHUR TX 77640 GB Quote#: 0235366431 Attn: JD el Proposal We appreciate your request and take pleasure in responding as follows Item ItemType Quantity Supplier Catalog Nbr Description Price Unit Ext.Price 400 23 AMER CSE751 3/41 HOLE $48.39 100 $11.13 FITTNGS STRAP •i '. GB Part#:25171398 Country:USA UNSPCS:39131700 UPC#:66236454002 Ship From:Backorder ZONE-FRESNO,CA Long Description:Zinc electroplated steel 3/4 in. 1 hole EMT conduit strap.Made in the USA. 500 270 WHEATLAND 1"EMT $115.86 100 $312.82 GB Part#:NOF WHL WHEATLAND Ship From:Reship-Factory 600 8 AMER EC752USRT 11N EMT $276.62 100 $22.13 FITTNGS COMPRESSION • CONNECTORS RAINTIGHT GB Part#:25816091 Country:USA UNSPCS:39121311 Ship From:Stock ZONE-FRESNO, CA Long Description:EZ-Torque&#8482; EMT Rain Tight Compression Connector,Throat Type:Non-Insulated,Steel,Trade Size(Inches): 1 in 700 8 AMER EC762USRT 1IN EMT $333.56 100 $26.68 FITTNGS COMPRESSION COUPLINGS RAINTIGHT GB Part#:25816098 Country:USA UNSPCS:39131707 UPC#:66236401854 ghip From:Stock ZONE-FRESNO, CA Long Description:EMT Raintight Coupling,Screw Machined Steel,Trade Size(Inches): 1 in,Throat Type:Non-Insulated ilk equipment and associated installation charges may be financed for a low monthly payment through Graybar Financial Services(subject to credit proval). For more information call 1-800-241-7408 to speak with a leasing specialist. Subject to the standard terms and conditions set forth in this document. Unless otherwise noted,freight terms are F.O.B. shipping point prepaid and bill.Unless noted the estimated ship date will be determined at the time of order placement. To: ESI-Port Arthur Transit Date: 05/13/2020 347 4th street Project Name: PORT ARTHUR TX 77640 GB Quote#: 0235366431 Attn: JD II/ Proposal We appreciate your request and take pleasure in responding as follows Item ItemType Quantity Supplier Catalog Nbr Description Price Unit Ext.Price 800 40 AMER CSE1001 1 1 HOLE $54.80 100 $21.92 FITTNGS STRAP $. s. GB Part#:25171395 Country:USA UNSPCS:39131700 UPC#:66236454004 Ship From:Stock ZONE-FRESNO,CA Long Description:Zinc electroplated steel 1 in. 1 hole EMT conduit strap.Made in the USA. 900 110 WHEATLAND 2"EMT $269.60 100 $296.56 GB Part#:NOF WHL WHEATLAND Ship From:Reship-Factory 1000 2 AMER EC755USRT 21N EMT $1,021.56 100 $20.43 FITTNGS COMPRESSION • CONNECTORS RAINTIGHT GB Part#:25816097 Country:USA UNSPCS:39121311 Ship From:Stock ZONE-FRESNO, CA Long Description:EZ-Torque&#8482; EMT Rain Tight Compression Connector,Throat Type:Insulated, Steel,Trade Size(Inches):2 in 1100 13 AMER EC765USRT 21N EMT $1,179.19 100 $153.29 FITTNGS COMPRESSION COUPLINGS RAINTIGHT GB Part#:25816101 Country:USA UNSPCS:39131707 UPC#:66236401860 Ship From:Stock ZONE-FRESNO,CA Long Description:EMT Raintight Coupling,Screw Machined Steel,Trade Size(Inches):2 in,Throat Type: Non-Insulated 1200 2 WHEATLAND 2"EMT 90 $662.32 100 $13.25 GB Part#:NOF WHL WHEATLAND Ship From:Reship-Factory ills equipment and associated installation charges may be financed for a low monthly payment through Graybar Financial Services(subject to credit proval). For more information call 1-800-241-7408 to speak with a leasing specialist. Subject to the standard terms and conditions set forth in this document. Unless otherwise noted,freight terms are F.O.B. shipping point prepaid and bill. Unless noted the estimated ship date will be determined at the time of order placement. To: ESI-Port Arthur Transit Date: 05/13/2020 347 4th street Project Name: PORT ARTHUR TX 77640 GB Quote#: 0235366431 Attn: JD • Proposal We appreciate your request and take pleasure in responding as follows Item ItemType Quantity Supplier Catalog Nbr Description Price Unit Ext.Price 1300 16 COOPER B2006ZN PIPE/GOND CLM $107.36 100 $17.18 .. B-LINE SYS THINWALL (EMT)2IN ZN PLTD GB Part#:88035263 Country:USA UNSPCS:39121311 UPC#:78101160863 MFR SPEC SHEET Ship From:Stock BEAUMONT,TX Long Description:2 in.zinc plated steel 2-piece EMT conduit clamp, 16 ga.Attaches conduit,flexible conduit or cables to standard strut channels. 1400 4 ABB 721511/2 SC $531.18 100 $21.25 5 4-11/16-SQ BX ELECTRICAL 3/4 E 721511/23/4E . STL 2 • GB Part#:91004741 Country:USA UNSPCS:39121308 UPC#:78599118206 MFR SPEC SHEET Ship From:Stock ZONE-STAFFORD,TX Long Description:Steel welded 4-11/16 in. square box 1-1/2 in.deep that includes(10)1/2+3/4 in.eccentric side knockouts and(2) 1/2+3/4 in.eccentric-(4) 1/2 in.bottom knockouts. --------------------------------------------- 1500 4 ABB 72 C 1 SC 72C1 $72.96 100 $2.92 Il ELECTRICAL 4-11/16 SQUARE BX CVR STL F GB Part#:88254929 Country:USA UNSPCS:39121304 UPC#:78599114475 MFR SPEC SHEET Ship From:Stock ZONE-STAFFORD,TX Long Description:Steel blank flat cover compatible with 4-11/16 in.square boxes. eprequipment and associated installation charges may be financed for a low monthly payment through Graybar Financial Services(subject to credit oval). For more information call 1-800-241-7408 to speak with a leasing specialist. Subject to the standard terms and conditions set forth in this document. Unless otherwise noted,freight terms are F.O.B. shipping point prepaid and bill. Unless noted the estimated ship date will be determined at the time of order placement. To: ESI - Port Arthur Transit Date: 05/13/2020 347 4th street Project Name: PORT ARTHUR TX 77640 GB Quote#: 0235366431 Attn: JD • Proposal We appreciate your request and take pleasure in responding as follows Item ItemType Quantity Supplier Catalog Nbr Description Price Unit Ext.Price 1600 4 ABB 521511/2 SC $88.35 100 83.53 "� ELECTRICAL 3/4 521511/23/4 #,r• 4IN SQUARE BX y STL 21 C U GB Part#:88254780 Country:USA UNSPCS:39121308 UPC#:78599116430 MFR SPEC SHEET Ship From:Stock ZONE-STAFFORD,TX Long Description:4 in. Square drawn 1-1/2 in.deep steel box with(11)1/2 and(6)3/4 in.knockouts. _ 1700 4 ABB 52 C 1 SC 52C1 4IN $36.48 100 $1.46 ,`�''-` ELECTRICAL SQ BX COVER STL • FLAT&BLAN GB Part#:88254740 Country:USA • UNSPCS:39121304 UPC#:78599113790 MFR SPEC SHEET Ship From:Stock ZONE-STAFFORD,TX Long Description:Steel flat blank cover compatible with 4 in.square boxes. 1800 60 CANTEX IND A52AG12 3/41N PVC $18.59 100 $11.15 SHC40 10FT Part#:97184256 Country:USA 4164.‘f. GB UNSPCS:39131706 UPC#:08870052022 Ship From:Reship-Factory Long Description:3/4 in.x 10 ft.Schedule 40 PVC Conduit 1900 60 CANTEX IND A52EA12 4 SCH40 PVC $150.01 100 $90.01 CONDUIT ' GB Part#:93176568 Country:USA UNSPCS:39131706 UPC#:08870052182 Ship From:Reship-Factory Long Description:4 in.x 10 ft. Schedule 40 PVC Conduit equipment and associated installation charges may be financed for a low monthly payment through Graybar Financial Services(subject to credit aproval). For more information call 1-800-241-7408 to speak with a leasing specialist. Subject to the standard terms and conditions set forth in this document. Unless otherwise noted,freight terms are F.O.B. shipping point prepaid and bill. Unless noted the estimated ship date will be determined at the time of order placement. To: ESI-Port Arthur Transit Date: 05/13/2020 347 4th street Project Name: PORT ARTHUR TX 77640 GB Quote#: 0235366431 Attn: JD • • Proposal We appreciate your request and take pleasure in responding as follows Item ItemType Quantity Supplier Catalog Nbr Description Price Unit Ext.Price 2000 4 CANTEX IND 5233824 3/4 UL40 90 $46.40 100 $1.86 BND STD RB GB Part#:26076912 Ship From:Reship-Factory 2100 4 CANTEX IND 5133821 4 UL40 90 BND $14.29 1 $57.16 361N R GB Part#:94073641 Country:USA UNSPCS:39131717 UPC#:08870056874 Ship From:Reship-Factory Long Description:4 UL40 90 BND 361N R 2200 4 CANTEX IND 6141624 3/4 UL CPLG $9.42 100 $0.38 M CC It%'� GB Part#:96021557 Country:USA UNSPCS:39131707 UPC#:08870000001 Ship From:Reship-Factory Long Description:3/4 in.Schedule 40 Standard Center Stop Coupling -------------------------------- 2300 4 CANTEX IND 5140044 3/4 UL ADAPT $19.21 100 $0.77 F CT (4) GB Part#:90093033 Country:USA UNSPCS:39131707 UPC#:08870000005 Ship From:Reship-Factory Long Description:3/4 in.Schedule 40 Female Adapter --- ------------------------- 2400 50 WHEATLAND 3/4"RIGID $179.98 100 $89.99 PIPE GB Part#:NOF WHL WHEATLAND Ship From:Reship-Factory equipment and associated installation charges may be financed for a low monthly payment through Graybar Financial Services(subject to credit proval). For more information call 1-800-241-7408 to speak with a leasing specialist. Subject to the standard terms and conditions set forth in this document. Unless otherwise noted,freight terms are F.O.B. shipping point prepaid and bill. Unless noted the estimated ship date will be determined at the time of order placement. To: ESI- Port Arthur Transit Date: 05/13/2020 347 4th street Project Name: PORT ARTHUR TX 77640 GB Quote#: 0235366431 Attn: JD • Proposal We appreciate your request and take pleasure in responding as follows Item ItemType Quantity Supplier Catalog Nbr Description Price Unit Ext.Price 2500 10 WHEATLAND 1-1/4"RIGID $421.44 100 $42.14 PIPE GB Part#:NOF WHL WHEATLAND Ship From:Reship-Factory 2600 2 WHEATLAND 1-1/4"RIGID $781.44 100 $15.63 90 GB Part#:NOF WHL WHEATLAND Ship From:Reship-Factory --------------------------------------- 2700 6 WHEATLAND 3/4"RIGID $105.80 100 $6.35 COUPLING GB Part#:NOF WHL WHEATLAND elShip From:Reship-Factory 2800 2 ARLINGTN WH4 1-1/4 D/C INS $685.80 100 $13.72 IND KO HUB 44GB Part#:91028744 Country:USA UNSPCS:39121311 UPC#:01899758400 MFR SPEC SHEET Ship From:Stock ZONE-JOLIET, IL Long Description:Zinc die cast insulated watertight hub for 1-1/4 inch rigid/IMC conduit. --- ------------------------- 2900 6 BRIDGEPORT 1103-DC 3/4 IN $39.69 100 $2.38 CONDUIT tio.' NIPPLE GB Part#:88031122 Country:USA UNSPCS:39131700 UPC#:78174791103 MFR SPEC SHEET Ship From:Stock ZONE-STAFFORD,TX Long Description:Zinc die cast chase nipple is 3/4 inch. equipment and associated installation charges may be financed for a low monthly payment through Graybar Financial Services(subject to credit ilk equipment For more information call 1-800-241-7408 to speak with a leasing specialist. Subject to the standard terms and conditions set forth in this document. Unless otherwise noted,freight terms are F.O.B. shipping point prepaid and bill. Unless noted the estimated ship date will be determined at the time of order placement. To: ESI - Port Arthur Transit Date: 05/13/2020 347 4th street Project Name: PORT ARTHUR TX 77640 GB Quote#: 0235366431 Attn: JD • Proposal We appreciate your request and take pleasure in responding as follows Item ItemType Quantity Supplier Catalog Nbr Description Price Unit Ext.Price 3000 1920 SOUTHWIRE #12 COPPER $129.92 1000 $249.44 THHN SOLID GB Part#:NOF SOU WIREELECT Ship From:Reship-Factory ------------ --_--------------- 3100 120 SOUTHWIRE #10 COPPER $691.97 1000 $83.04 THHN SOLID GB Part#:NOF SOU WIREELECT Ship From:Reship-Factory Total in USD(Tax not included): $1,747.51 III equipment and associated installation charges may be financed for a low monthly payment through Graybar Financial Services(subject to credit pproval). For more information call 1-800-241-7408 to speak with a leasing specialist. Subject to the standard terms and conditions set forth in this document. Unless otherwise noted,freight terms are F.O.B. shipping point prepaid and bill.Unless noted the estimated ship date will be determined at the time of order placement. To: ESI - Port Arthur Transit Date: 05/13/2020 347 4th street Project Name: PORT ARTHUR TX 77640 GB Quote#: 0235366431 Attn: JD • Proposal We appreciate your request and take pleasure in responding as follows Item ItemType Quantity Supplier Catalog Nbr Description Price Unit Ext.Price GRAYBAR ELECTRIC COMPANY,INC. TERMS AND CONDITIONS OF SALE 1.,,ACCEPTANCE OF ORDER;TERMINATION-Acceptance of any order issubject to credit approval and acceptance of order by Graybar ElecthcCompany,Inc.("Graybar")and,when applicable, Graybar's suppliers.Ifcredit of the buyer of the goods or services("Buyer")becomesunsatisfactory to Graybar,Graybar reserves the right to terminate uponnotice to Buyer and without liability to Graybar. 2.,,PRICES AND SHIPMENTS-Unless otherwise quoted,prices for goodsshall be those in effect at time of shipment,which shall be made F.O.B.shipping point,prepaid and bill.Unless otherwise indicated in theapplicable quotation or statement of work,prices for services shall bethose in effect at the time of completion.The contract price for goodsand or services shall be increased by the amount of any applicabletariff,excise,fee,assessment,levy,charge or duty of any kindwhatsoever,imposed,assessed or collected by any governmental body,whether or not reflected in the costs charged to Graybar,and Graybar may increase its cost for goods and or services appropriately to takeinto account such increases in Graybars costs. 3.,,RETURN OF GOODS-Credit may be allowed for goods returned withprior approval.A deduction may be made from credits issued to covercost of handling. Returns will not be accepted for services or anymaterial which has been modified at the request of or by Buyer. Inaddition,no custom orders may be returned. 4.,,TAXES-Prices shown do not include sales or other taxes imposed onthe sale of goods or services.Taxes now or hereafter imposed uponsales,shipments or services will be added to the purchase price.Buyeragrees to reimburse Graybar for any such tax or provide Graybar withacceptable tax exemption certificate. 5.,,DELAY IN DELIVERY-Graybar is not to be accountable for delays indelivery of goods or services occasioned by acts of God,failure of itssuppliers to ship or deliver on time,or other circumstances beyondGraybars reasonable control,including,but not limited to,sourcing,shipment or delivery issues caused by,related to or resulting fromCOVID-19 or other similar national or global health situations.Factoryshipment or delivery dates are best estimates,and in no case shallGraybar be liable for any consequential or special damages arising fromany delay in provision of services,shipment or delivery. 6.,,LIMITED WARRANTIES-Graybar warrants that all goods sold are freeof any security interest and will make available to Buyer alltransferable warranties(including without limitation warranties 'threspect to intellectual property infringement)made to Graybar by themanufacturer of the goods.Buyer acknowledges that the performance ofany service which alters the manufacturer provided as indicated inthe statement of work may void the manufacturer's warranty.Graybarshall use the same care and skill a similarly situated provider of likeservices would exercise following monty accepted industry practicesin the performance of its duties under this agreement GRAYBAR MAKES NOOTHER EXPRESS OR IMPLIED WARRANTIES,AND SPECIFICALLY .n CLAIMS ALLIMPLIED WARRANTIES INCLUDING BUT NOT LIMITED TO THE IMPLIED WARRANTIESOF MERCHANTABILITY AND FITNESS FOR PURPOSE.UNLESS OTHERWISE ors AGREED IN WRITING BY AN AUTHORIZED REPRESENTATIVE OF GRAYBAR,PRODUCTS SOLDHEREUNDER ARE NOT INTENDED FOR USE IN OR IN CONNECTION WITH(1) ANYSAFETY APPLICATION OR THE CONTAINMENT AREA OF A NUCLEAR FACILITY,OR(2)IN A HEALTHCARE APPLICATION,WHERE THE GOODS HAVE POTENTIAL FOR DIRECTPATIENT CONTACT OR WHERE A SIX(6)FOOT CLEARANCE FROM A PATIENT CANNOTBE MAINTAINED AT ALL TIMES. 7.,,LIMITATION OF LIABILITY-Buyer's remedies under this agreement aresubject to any limitations contained in manufacturers terms arxtconditions to Graybar,a copy of which will be furnished upon writtenrequest.Furthermore,Graybars liability shall be limited to eitherrepair or replacement of the goods,re-performance of the services,orrefund of the purchase price,all at Graybar's option,and IN NO CASESHALL GRAYBAR BE LIABLE FOR INCIDENTAL,SPECIAL,OR CONSEQUENTIALDAMAGES.In addition,claims for shortages,other than loss in transit,must be made in writing not more than five(5)days after receipt ofshipment.Unless otherwise agreed in the applicable statement of work,acceptance of services will occur not more than five(5)days aftercompletion of performance. 8.,,WAIVER-The failure of Graybar to insist upon the performance ofany of the terms or conditions of this agreement or to exercise anyright hereunder shall not be deemed to be a waiver of such terns,corditions,or rights in the future,nor shall it be deemed to be awaiver of any other term,condition,or right under this agreement. 9.,,MODIFICATION OF TERMS AND CONDITIONS-These terms and conditions,and any associated statement of work,supersede all othercommunications,negotiations,and prior oral or written statementsregarding the subject matter of these terms and conditions.No change,modification,rescission,discharge,abandonment,or waiver of theseterms and conditions shall be binding upon Graybar unless made inwriting and signed on its behalf by a duty authorized representative ofGraybar.No conditions,usage of trade,course of dealing orperformance,understanding or agreement, purporting to modify,vary,explain,or supplement these terms and conditions shall be bindingunless hereafter made in writing and signed by the party to be bound.Any proposed modifications or additional terms are specifically rejectedand deemed a material alteration hereof.If this document shall bedeemed an acceptance of a prior offer by Buyer,such acceptance isexpressly conditional upon Buyer's assent to any additional or differentterms set forth herein. 10.,,REELS-When Graybar ships returnable reels,a reel deposit may beincluded in the invoice.The Buyer should contact the nearest Graybarservice location to return reels. 11.,,CERTIFICATION-Graybar hereby certifies that these goods wereproduced in compliance with all applicable requirements of Sections 6,7,and 12 of the Fair Labor Standards Act,as amended, and ofregulations and orders of the United States Department of Labor issuedunder Section 14 thereof.This agreement is subject to Executive Order11246,as amended,the Rehabilitation Act of 1973,as amended,theVietnam Veterans'Readjustment Assistance Act of 1974,as amended,E.0.13496,29 CFR Part 471,Appendix A to Subpart A,and the correspondingregulations,to the extent required by law.41 CFR 60-1,4,60-741.5,and60-250.5 are incorporated herein by reference,to the extent legallyrequired. 12.,,FOREIGN CORRUPT PRACTICES ACT-Buyer shall comply with applicablelaws and regulations relating to anti-corruption,including,withoutlimitation,(i)the United States Foreign Corrupt Practices Act(FCPA)(15 U.S.C.§§78dd-1,et.seq.)irrespective of the place of performance,and(ii)laws and regulations implementing the Organization for EconomicCooperation and Development's Convention on Combating Bribery of ForeignPublic Officials in International Business Transactions,the U.N.Convention Against Corruption,and the Inter-American Convention AgainstCoruption in Buyer's country or any country where performance of thisagreement or delivery of goods will occur. 13.,,ASSIGNMENT-Buyer shall not assign its rights or delegate itsduties hereunder or any interest herein without the prior writtenconsent of Graybar,and any such assignment,without such consent,shallbe void. 14.,,GENERAL PROVISIONS-All typographical or clerical errors made byGraybar in any quotation,acknowledgment or publication are subject tocorrection.This agreement shall be governed by the laws of the State ofMissouri applicable to contracts to be formed and fully performed withinthe State of Missouri,without giving effect to the choice or conflictsof law provisions thereof.All suits arising from or concerning thisagreement shall be filed in the Circuit Court of St.Louis County,Missouri,or the United States District Court for the Eastern Districtof Missouri,and no other place unless otherwise determined in Graybarssole discretion.Buyer hereby irrevocably consents to the jurisdictionof such court or courts and agrees to appear in any such action uponwritten notice thereof. 15.,,PAYMENT TERMS-Payment terms shall be as stated on Graybarsinvoice or as otherwise mutually agreed.As a condition of the salesagreement,a monthly service charge of the lesser of 1-1/2%or themaximum permitted by law may be added to all accounts not paid by netdue date.Visa,MasterCard,American Express,and Discover credit cardsare accepted at point of purchase only. EXPORTING-Buyer acknowledges that this order and the perfornan therrof are subject to compliance;[i�h any and all ap licable Ur)ltedS aces Laws,regylatii ns,or orders Buyer agrees to S�afl4a 1&A7faa�CtelTis i18,L�QtI1�+allaE�O91r1grj §�i�aBl�axll bl@ &({S9fIl�laldalAE6R p y &!Q1dt�nkrncays rpVrrtNiRmxakal leia s(1a esztn � •dit :s F;��typr actrp�s,{q�t t�firopf,�l!cepjp-igyZ�l npittl�lprte q{ g nyt � under this order to any countries for which theUnited States government requires a xport i nse or other suppo in ocumen lion at`fKeTime o expo rf�orTr5nnsTe�r,unless Bu`y'er a o acne pnor written authorization from the United States Office ofExport Control or other authority responsible for such matters. 17.,,CANCELLATION;CHANGES FOR SERVICES-Buyer may cancel or makechanges to a statement of work up to five(5)business days prior tocommencement of the work.All changes and cancellations after such dateare subject to Graybars prior written approval in Graybars sole andabsolute discretion.Buyer shall pay to Graybar amounts necessary tocover cancellation,restocking fees and other charges applicable to thecancelled goods or services including those incurred or committed to byGraybar. Subject to the standard terms and conditions set forth in this document. Unless otherwise noted.freight terms are F.O.B. shipping point prepaid and bill. Unless noted the estimated ship date will be determined at the time of order placement. QUOTATION El3Discovery _. ,-,-_�..w�._,�_ - . .._ . .w.� Date Quote# n 05/08/2020 D1TQ17142-011 904 Hwy 69-Nederland,TX-77627 Phone:409-727-7080-Fax:409-727-2456-Email: rene@discoveryit.com Sold To: Construction Managers of Southeast Texas, LL I Ship To: Construction Managers of Southeast Texas, LL Jose Cardenas Jose Cardenas 225 Highway 365 ::i 225 Highway 365 Port Arthur, TX 77640 ', Port Arthur,TX 77640 United States United States Phone: (409)736-9010 Phone: (409)736-9010 Fax: (409)736-9020 -, Fax: (409)736-9020 Here is the quote you requested. Terms Rep P.O.Number Ship Via t�-� r� COD RGuidry I Ln# � Qty Description I Unit Price or— Ext. Price 1 City of Port Arthur Transit Garage - Remove existing 12-strand SM fiber from IDF. "Un-lash" from messenger cable an estimated 300 ft.to the power pole adjacent to the new building. Route into building through conduit pathway provided by others. Re-terminate on new equipment rack. Fiber enclosure, connector bulkhead and jumpers will be reused in new location. 0 2 16 Fixed Fee Cabling Services-After Hours(Weekend) Rate $112.50 $1,800.00 3 14 Corning Uni-Cam Single-Mode Fiber Optic Connectors-LC $22.79 $319.06 4 1 Misc. Fiber Optic Termination Supplies $25.00 $25.00 5 1 Bucket Truck-Daily Rate $200.00 $200.00 SubTotal $2,344.06 Sales Tax $193.38 Shipping Moo Total $2,537.44 Please contact me if I can be of further assistance. This quotation, on the goods named, is subject to Discovery I.T.'s standard terms and conditions.A copy of these terms and conditions can be provided upon request. To accept this quotation, sign&date here and return: Date: * * * Confidential Document* * * The information provided herein is considered confidential between Discovery I.T. and the recipient. Under no circumstances should this information be shared in whole or in part with any third parties without the express written consent of Discovery I.T. • 05/08/2020 16:02:48 We Make IT Happen Page 1 1 of 2 TERMS AND CONDITIONS 411 The products and services listed herein are being sold by Discovery Information Technologies. All product sold by Discovery Information Technologies are warranted to be free from defects in materials and workmanship under normal use and service. Upon notification of a defect, as set forth below,Discovery Information Technologies shall have the option to repair or replace any defective part(s). Replacement of defective part(s) is only available within the first 30 days after date of purchase, unless otherwise expressly provided for by the original equipment manufacturer. Such services by Discovery Information Technologies shall be the customer's sole and exclusive remedy. Discovery Information Technologies shall honor warranties set forth by the original manufacturer for a period of one (1)year, unless otherwise specified by the manufacturer. Warranty period commences on the date of the original purchase invoice. No warranties,ekpressed or implied,will apply after this period. DISCOVERY INFORMATION TECHNOLOGIES DOES NOT MAKE ANY WARRANTIES WITH RESPECT TO THIS PRODUCT EITHER EXPRESS OR IMPLIED, INCLUDING NO IMPLIED WARRANTIES OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE EXCEPT AS EXPRESSLY PROVIDED IN THIS AGREEMENT, RECOMMENDATIONS OF EQUIPMENT AND/OR SOFTWARE, INCLUDING BUT NOT LIMITED TO ITEMS INCLUDED ON THIS TICKET, ARE BASED ON PUBLICLY AVAILABLE INFORMATION PROVIDED BY THE INDIVIDUAL MANUFACTURERS OF SAID EQUIPMENT AND/OR SOFTWARE. DISCOVERY INFORMATION TECHNOLOGIES CANNOT BE HELD RESPONSIBLE FOR MISREPRESENTATIONS OR IMCOMPLETE INFORMATION PROVIDED BY THESE MANUFACTURERS WITH REGARD TO THE PERFORMANCE OF THEIR EQUIPMENT/SOFTWARE. TIME SPENT BY DISCOVERY INFORMATION TECHNOLOGIES' PERSONNEL TO CORRECT PROBLEMS THAT ARE A RESULT OF MANUFACTURERS' MISREPRESENTATIONS OR OPERATIONAL DIFFICULTIES OF THEIR PRODUCTS IS BILLABLE AT CURRENT LABOR RATES AND IS THE SOLE RESPONSIBILITY OF THE CUSTOMER. If any labor, repair or parts replacement is required because of accident, negligence, misuse, theft, vandalism, fire, water, or io other peril; or because of conditions outside of specifications, including but not limited to, electrical power, temperature, humidity or dust; or by moving, repair, relocation or alteration not performed by Discovery Information Technologies or any cause other than normal use, the warranty and maintenance obligations provided herein shall not apply. Except as herein set forth,Discovery Information Technologies shall not,under any circumstances be responsible for any direct,indirect, incidental, or consequential damage resulting from the use or sale of any products sold by Discovery Information Technologies. Finding,hiring,and training employees is time-consuming and expensive. Customer agrees that it will not while doing business with Discovery Information Technologies and within one year afterwards, hire any person who has been an employee of Discovery Information Technologies without the expressed written consent of an officer of Discovery Information Technologies. If Customer violates the paragraph, it will be liable to Discovery Information Technologies for liquidated damages in an amount equal to one year's wages of the employee,at the rate last paid that employee by Discovery Information Technologies. For and in consideration of the extension of credit from Discovery Information Technologies to Customer, customer grants to Discovery Information Technologies, to secure payment of all amounts owing from Customer to Discovery Information Technologies pursuant to such extension of credit, security title and security interest in and to the following described property; wherever located,whether now existing or hereafter acquired: (1)all inventory and equipment delivered to Customer by, or on behalf of , Discovery Information Technologies as more particularly described in a Discovery Information Technologies invoice and/or packing slip accompanying the same; (2) ALL RIGHTS OF Customer to payment for such inventory and equipment sold, leased or otherwise transferred;(3)all additions,improvements,batterments,replacements,and substitutions to or for such inventory or equipment; and (4) all proceeds of any and all the foregoing, including, without limitation, insurance proceeds. Customer irrevocably designates and appoints Discovery Information Technologies its true and lawful attorney-in- fact for the purpose of executing and filing all documents on behalf of Customer to perfect Discovery Information Technologies' security interest. Statements made to you in the course of this sale are subject to the Year 2000 Information and Readiness Disclosure Act ,,��e (XX U.S.C. XX, Public Law 105-271). In the case of a dispute, this Act may reduce your legal rights regarding the use of any • such statements,unless otherwise specified by your contract or tariff. 2 of 2 Construction Managers of Southeast Texas, LLC 225 HIGHWAY 365-PORT ARTHUR, TEXAS 77640-PHONE (409) 736-9010-FAX (409) 7369020 June 09,2m Port Arthur Transit 318 Procter St. Port Arthur, TX 77640 Re: Transit Maintenance Facility Change Proposal No.08: Ivan: We are submitting this change proposal to formalize previous request for time extensions as a result of weather and/or COVID-19 impact on fabrication and/or production on site. We have itemized the days being requested below. In the case that there are future delays we will submit them as separate/additional change proposals. 1. COVID-19 Related Delays 14 Calendar Days 2. Weather Day 5/15/2020 1 Calendar Day 3. Weather Day 5/26/2020 1 Calendar Day 4. Weather Day 5/27/2020 1 Calendar Day ' 5. Weather Day 5/28/2020 1 Calendar Day TOTAL: 18 Calendar Days Sincerely, Construction Managers of SOutheast Texas, LLC Jose Cardenas Project Manager • CC. Bruce Reyes—CMOST Ivan Mitchell Orom: jcardenas@cmosetx.com Sent: Friday, May 15, 2020 1:10 PM To: Ivan Mitchell Cc: 'Bruce Reyes'; 'Keith Richard'; Joshua Melling; Philip Vilardi; cmarshall@huitt-zollars.com Subject: [NON-CoPA] PAT Maintenance Facility - Rain Day 5-15-2020 Attachments: image0jpeg; imagel jpeg; image2jpeg Ivan, Due to the rain we are experiencing today we had to stop working onsite. We were working on the excavation for the main service pit. I have attached pictures that were taken today showing the conditions on site. We will monitor the weather over the weekend to see if we can begin to pump water out over the weekend in preparation for next week. Thank you, Jose G. Cardenas 225 Highway 365 Port Arthur,Texas 77640 Office: (409) 736-9010 Cell: (409) 548-2344 sax: (409) 736-9020 Construction Managers of Southeast Texas. LLC • 1 . • C\I 0 CN . , . . —...........„ .i•-• "...'j-4. --" : . 4k,'...:1.i'l.'sirP57'•'?:, LI) / ..,, , ; •,k , .......,.,. .p,,,, ,:,. ..,i..14. , ... — ., ., . „ . .. ! ..,'.. . .,, ''''. -': 4''-*' 'l'4''''''''...:: *'''''' ' ''..*.'' ...\it.....'. 1 0 , ,•:, //A ..• .,,, :-.., • 4:1.,,'. ';"; .. .. ‘.._• V.• ,..-,.I".144' ,, 7 ,• ' , ,...i.t.,..,.,., ..... .,.•._. •.._. . . , . I / • . ., - - . , .. , . . ... . , . . . , • * li I • t • .. 1_. . ; , . i , , . ... ,......:, , . , -,,'. * ' . ___... r. • 1,•:.•,,,,,...":„....,,.:4-,, ... . . , . • .. • ,-c4 ;!?.,4-;:,,',,,,14:.;. :..;,,,,,*,444i01,.:.‘ 4 . , • • ', '' ,. .'-, K ,7'.`. ,-._ t" ..: - ' • -' • ' tz,''.....:7.::4':.....,,':-„-...,_'::.i:-..!' ..• ....-.:27,-.6:. . ... ..7•')..1k--,...2.,;',.:'# .,. . . ,. . ,_ 7..-ij. . 4;ft 'i'..:,i. \,.pi....,.,,..,.. ..... ...—. _. .,..._..,. -..__4.:.-.-..--,,- ' •, i . :".3* '. 041t `,..`7,- ‘'''1: .•iir ',#'''..: . \'' 4 .,..1' , ', : .• fl .;"'''.'• .''' '';:'.''''' "---,: ' .:- -''' .- ''''' -' . V .=1 ve.'..;c3Itic...:'... , ' .- . -' I. .::.Ift,.i. A451' :' ''. .'• ''. ,, 4, • IA . . . _ .4 .,•...- ;„.. •0 .,,l'i''':',.../iti'. A ' ,,,..- !.::, ,,, 1.0.- •.p„,, , .. -,..... .:••1,;,- ..,-•-•1•1-„•,,, ,,„ , . si.--: .• .... ......._ . , .. . ........ i,.: — . , • - 'iiki,,,3... .. . , .. • • - :§WIN 1.-::"',': r•--,..--,:%.,,i,f,:!-'.. -...;-:--7 . 1. ;Pk,: _ . - . ... . ' - • :-:!;...t „. . :..i..-'..*4-,-.;. ' - , d .;', 0'•''' ” ':'` •. ' ' k, ,.•i A, i . q ' :- : '.. 't•'.i.i17:... f,. —-''" ' • . • - * •. ,'.- .:, *...• . . . *,,,,''yt ! .. .. :' . ., • • -;.4 . . 1S,k t.-., :'...-"t ,- . f I. . .... . ,. ,. . .... , -t—A..,..,,'-..-,. :-. ..,. ,.. ..., •._ . . • iN ..., . , It• '.- " , k 44 aelifie'.':_.,---,.-.... .-...;:: -.. .'.... --,' -.... ...'.'. /' -! , . . . v. ... ..y.,7 ..:: : •.11-- „i.....,,, '' . ' - . --.. ..4 .-... -., . ..,,,.....,,,,...,„ „. . ,:i.....„-• . ,..,4 .- -,-, ' L..S.. • . ._.. .. . , •A . 1.. f ,t• .. V V • • in 4,0 . ' • • .t; . ... • •* IL , ,4 ' " ., - 1.1. ,•,.. (N • , , , in. . • .', • • • ' d i\ •• 0 0 • • 4 : ..; :.., Nt. , • ' ;r t,',7 ., ,. • ..n ., . to f) •) ' • " • . . F • I -, tblvic -1.7 i 4 • 0.- ' *4% ,,Nrii-"" c_,,,,, • r ' 4 . i .4.• ., .1- ,t • 4', ‘• • 0 I * • AI, ' A At e ; f f. --''-".."."."1."' '^••11.-, t 4* ‘ teat i ' 4.0 • t 4. t• 0,* ... ..i 1 S .'* t .• t 4 ) ', f .. • * • , • t , ,.. • 44- .Ifi•401 t 4 at • - ) * tr - • ... i4 i I - . . • - , 1 - . i . • , 1 • - 1—• t * 1 7 ' .1 lio t,, 0 -4 t..I _II ' -, . , _ . ,...-1-:•;":1Aiiler4;e."..• _. ,- - ' t -,, 1 •,4 .‘ ';',..4Fg.-..ii '' . .-1,.....• - ;•-•.4.4-. , -1.,,,, • -,, ,,,. , 4.. ; .4.'. ' ,41 7.,"..--•••`‘, -'-- 0 . . - - .• . , . , -.. .,4p. -4,- - , -" ., , ,,, .. , . ... . 0 Nt •-#. , ,00,.,.,- • ; 1 4, CN siii.... -.., • . - ..,.-.:,...•_i , LO 4 . . . .. .• • I .., . . ., %--. ..._ ., --„, LO' ,,.. -,, _ ...." , , . .. A - 7. . . . •4, ' $ "•r- •••• , ... i•' A I 1 - '..t t• ••• '.. •t. , : 1 '4,. A :-. A V..,.. , ,-: •.1. • 1 4 . ... . „ 4 ,i„ if-al lb, 4 . ... .. g ., , a .,, Ill -Jr Al •.s ..: ik. -Ar -lik . 0 , .: . . - . . . . _ ... , .,...,.... .., , :.:,.....- ...... , 1 .... ...4, • . . , -7.-,-,IY, -'•1 f• ' . -- p7„. ..4- ,---p.. . , .. ..... . . . ,.• or.,.5-,_ -• - Ac- - ,. - IA . :p, 4.- .r..'' .• . ii.4,S, . ,.4 „.. ' -' ,-.g. , 4.,,if 4?-.4„, ,,,. , ...i,,, .1,",-.4'.., •.•---- . . . ..i .Ai, ko_1•70' 0," .. .,. .. ,,,..! . , 4 . -8. -, ."-, _. fl-v-...'st.,: -;•„....,... . ;•-, -,.--• - - --,f,it.! • • •.. '• ri --, • -. , ‘.., 4:-.; •"4:11.7' . 10 •$.- .‘ .... :: It, .(' . - f, ,;k-..:,1.-...._* • 7 4 ' s-In__ -,, . .:: .',.' ...i4''-''...4 .,,,iii 4., ''..i'. •,' „ . 4;' ".. -: . '4 r...," -1,4 .., , .. ..... ,- 34,4,..4... -..,*(4- , ;:-/•.,4 ' ' 4. ..i.t, :.i . ,* , - .... • '' ,,;), .., '4-1 ,,0„1,-,it'ri 41:;" /.,, : -"i/ v,. - , A 1 .ii ' . ''''' ... . ) •' _ . _ . _ ....... .„.. , e -, -i- , 't.:14•',...:. '- -5, .i.,..; ‘,.f• .' 't. -'.1•-;'414 '' 4:' '‘'. 4 t * q.._. .'. ,-,... :: 4,„:,:."--. ig • . • " i! •• , •- .k . . '----. ., # .. :':• •,, lc •••,,t,' 1 ,ii',..'.,,.. ''5 ,*1 ,;,46....' ' ‘,4" r :'. k ',.4:*: 1.- . ik'''.'i'''''' • *4' s v .17c --,* .-- -7 :'':',..",4:•; ifN, '' •.. A ' . ." ' -11.,' ' 0 ',' • ' " . : r ' -. ' '.);',.. '''..' "' ,.• .. '. ' . .,),';, 7, • .. lt. ::...' . Illk:'''.' 7''','- ' '•':;'IA, . "'' '1%A..1... !' , '' , '-• / . ' - Wk * •• r ,..0„,-.4 . 1.11f. -,,,....-., -.c,,e„ . .z.T.:.:r, •... , , , ,.. ' '. Nt -, 1 ) .,A. • . . - . 4.II I. 44 '' •. ' "; -''ii.-'-''' ..111;• „' e -•I 46, .1.'AO .-4‘,„. ..... t :.; . .7, .4 V.:.,.• . .i;;..,.. • -,,,4 -,.'4 ifi' •,, . e• -I, • • 4 ' ''''• ,r:k.,& --' _ ). ,''',..1--.' ‘,'',Pr,.,..%e .; ., '.. -t.„,, '.. - - 0 . ,-. 4- „,,,I -i. , , .._ ,. ,t41---..' _ Ivan Mitchell �rom: jcardenas@cmosetx.com Sent: Tuesday, May 26, 2020 9:03 AM To: Ivan Mitchell Cc: 'Bruce Reyes'; 'Keith Richard';Joshua Melling; Philip Vilardi; 'Marshall, Claude' Subject: [NON-CoPA] PAT Maintenance Facility -Weather Day 5-26-2020 Ivan, Due to the rain we experienced over the weekend and overnight we are unable to make progress on the service pit today. I have attached an image below showing the conditions of the site this morning. We will need to spend the day today pumping the water out of the pit and trying to dry it out as much as possible.Today will be a weather day. • 1 i I es.) , il ,a r It anikiii* . - - - Ili I 1• I Bbl• . /IT s ».. r ; - , . ":, - , 11. • I1 'n, t` --} ' tyWteoix�laar 1' _alr fi' t . 'hi . • s i k 1. ' t,' er ''...':'-'',23'.'....',•.1. y,",< s, � • ‘i i i "sii,-- • • illi\i '.`• 't :,., 1t;1\‘k . t 1 ij Y _ yy •a 24 j r"., ,r - - - , t _ -- 1 .,_ . Thank you, 0Jose G. Cardenas 225 Highway 365 Port Arthur,Texas 77640 Office: (409) 736-9010 Cell: (409) 548-2344 Fax: (409) 736-9020 Construction Managers of Southeast Texas, LLC II ill 3 Ivan Mitchell •From: jcardenas@cmosetx.com Sent: Wednesday, May 27, 2020 8:58 AM To: Ivan Mitchell Cc: breyes@cmosetx.com; 'Keith Richard';Joshua Melling; Philip Vilardi; 'Marshall, Claude' Subject: [NON-CoPA] PAT Maintenance Facility - Weather Day 5-27-2020 Ivan, Due to the rain we experienced overnight we are unable to make progress on the service pit today. I have attached an image below showing the conditions of the site this morning. We will need to spend the day pumping the water out of the pit and trying to dry it out as much as possible.Today will be a weather day. . 1 0 er ''--r-'kms' � . 4 ' 1IF* a.� r •'v •.. r' r l- • : 0, ` , s c�. . § - —`lA7. — .- ly f ®NV-'`...-6.'!: '' a 1;n! • a • r 7;- .. ...0:.. - ... rT ]�•'lam'.'- .t. _ --. ... -_ • syr r# ' . A.'. ._'4*•_. > r •-'i• 2•...;"� ',:e.'. 1. .l 11,- .4 ,, •-Z. .t ,+ y "#'' tQt 1 ,.;+;,,,,,.y''II +,}�,�f $r , i ` sAil • ��♦ tt )�1 ti i. i i . i i i 1.1 ' --7r. li t, �, i 1 ' i a' l' s 2 Thank you, lase G. Cardenas 225 Highway 365 Port Arthur,Texas 77640 Office: (409) 736-9010 Cell: (409) 548-2344 Fax: (409) 736-9020 6Construction Managers of Southeast Texas, LLC • • 3 Ivan Mitchell •rom: jcardenas@cmosetx.com Sent: Thursday, May 28, 2020 8:48 AM To: Ivan Mitchell Cc: 'Bruce Reyes'; 'Keith Richard';Joshua Melling; Philip Vilardi;cmarshall@huitt-zollars.com Subject: [NON-CoPA] PAT Maintenance Facility-Weather Day 5-28-2020 Ivan, Due to the rain we experienced overnight we are unable to make sufficient progress on the service pit today. I have attached an image below showing the conditions of the site this morning.We will need to spend some time pumping the water out of the pit and trying to dry it out as much as possible.Today will be a weather day. i ,4,11,-R i • :. '' .., r4 f r ;4:- ,,..1.1%.:6).- ` - •- "-•-01 -'1/4 : -, ,-S'0 ',4, .' •+"1,-- . ,y Sti P. , - "tilt. ] �v+w ya ~ ��" ,.tel a 4ti, y�c' �: ,e..-....�_ ItE ,li i . CI ids r ` *.AZIP3 k".. - , :. ,:s K' ..A'-'• SJR ,. _ "�' . Thank you, °lose G. Cardenas 225 Highway 365 Port Arthur,Texas 77640 Office: (409)736-9010 ell: (409)548-2344 Fax: (409)736-9020 Construction Managers of Southeast Texas, LLC • 2 Construction Managers of Southeast Texas, LLC • 225 HIGHWAY 365-PORT ARTHUR,TEXAS 77640-PHONE (409) 736-9010-FAX(409)7369020 June 09,2D3 Port Arthur Transit 318 Procter St. Port Arthur, TX 77640 Re: Transit Maintenance Facility Change Proposal No.09R: Ivan: Please find below and attached the credit associated with the elevation change of the service pit as well as for the horizontal dimension change of the service pit due to the conflict with the pier along grid lines E-5 as a result of an existing electrical line. 1. Credit for Pit Elevation Change ($3,700.00) 2. Credit for Pit Horizontal Dimension Change ($3,480.00) 3. Bond Mark Up ($215.40) TOTAL: (S7,395.40) Sincerely, Construction Managers of Southeast Texas, LLC Jose Cardenas Project Manager CC Bruce Reyes-CMOST • jcardenas@cmosetx.com *From: Bruce Putman <bputman@putmancc.com> Sent: Thursday, June 4, 2020 11:52 AM To: jcardenas@cmosetx.com Subject: Credit for Pit Size Jose, Here is the credit for the pit walls and the pit size see below: Pit walls—credit of$3,700.00 Pit size due to pier—credit of$3,480.00 Thanks. Bruce Putman Chief Executive Officer Putman Construction cs Concrete Construction & Turnkey Concrete Commercial & Residential 11104 W Airport Blvd., Suite 209 Stafford, Texas 77477 �ffice: 281.969.5678 Mobile: 281.802,7163 Email: bputman@putmancc.com Building with Perfection 1 Construction Managers of Southeast Texas, LLC i 2/5 HIGHWAY 365—PORT ARTHUR, TEXAS 77640—PHONE (409)736—9010—FAX(409)7369020 June 09,18) Port Arthur Transit 318 Procter St. Port Arthur, TX 77640 Re: Transit Maintenance Facility Change Proposal No.10: Ivan: Please find below and attached the cost associated with running a fiber line between the terminal building and the new maintenance building. 1. Discovery IT Cost for Fiber Run $3,391.20 • 2. ESI Cost to install Conduit Pathway for Fiber $6,536.59 3. CMOST OH&P $1,489.17 4. Bond Mark Up $342.50 TOTAL: S1 1,759.46 Sincerely, Construction Managers of Southeast Texas, LLC Jose-Cardenas Project Manager CC: Bruce Reyes—CMOST • QUOTATION Discovery Date Quote# • INFORMATION TECHNOLOGIES 06/09/2020 DITQ17269 904 Hwy 69-Nederland,TX-77627 Phone:409-727-7080-Fax: 409-727-2456-Email: rene@discoveryit.com Sold To: Construction Managers of Southeast Texas, LL Ship To: Construction Managers of Southeast Texas, LL Jesus Cardenas Jesus Cardenas 225 Highway 365 225 Highway 365 Port Arthur,TX 77640 Port Arthur,TX 77640 United States United States Phone: (409)736-9010 Phone: (409)736-9010 Fax: (409)736-9020 Fax: (409)736-9020 Here is the quote you requested. Terms Rep P.O.Number Ship Via ` -�e- COD RGuidry 1=1# t rQty 1 Description I U rice I Ext. Price 1 Single Mode Fiber Optic Uplink to Transportation Terminal Building 2 450 Coming- 12-strand Single-Mode Fiber Optic Cable 3 2 Coming- 12-strand Fan-Out Kit 4 24 Coming-Single-Mode LC Connectors • 5 2 Corning-Rack Mount Fiber Housing 6 2 Corning- 12-port LC Panels for Fiber Housings 7 2 3 Meter Duplex Single-Mode Fiber Optic Jumper-LC-LC 8 24 Fixed Fee Cabling Services to install, test and certify. SubTotal $3,391.20 Sales Tax $279.77 Shipping $0.00 Total $3,670.97 Please contact me if I can be of further assistance. This quotation, on the goods named, is subject to Discovery I.T.'s standard terms and conditions.A copy of these terms and conditions can be provided upon request. To accept this quotation, sign &date here and return: Date: * * * Confidential Document* * The information provided herein is considered confidential between Discovery I.T. and the recipient. Under no circumstances should this information be shared in whole or in part with any third parties without the express written consent of Discovery I.T. • 06/09/2020 10:57:50 We Make IT Happen Page 1 1 of 2 TERMS AND CONDITIONS i The products and services listed herein are being sold by Discovery Information Technologies. All product sold by Discovery Information Technologies are warranted to be free from defects in materials and workmanship under normal use and service. Upon notification of a defect,as set forth below, Discovery Information Technologies shall have the option to repair or replace any defective part(s). Replacement of defective part(s) is only available within the first 30 days after date of purchase,unless otherwise expressly provided for by the original equipment manufacturer. Such services by Discovery Information Technologies shall be the customer's sole and exclusive remedy. Discovery Information Technologies shall honor warranties set forth by the original manufacturer for a period of one (1)year, unless otherwise specified by the manufacturer. Warranty period commences on the date of the original purchase invoice. No warranties,expressed or implied,will apply after this period. DISCOVERY INFORMATION TECHNOLOGIES DOES NOT MAKE ANY WARRANTIES WITH RESPECT TO THIS PRODUCT EITHER EXPRESS OR IMPLIED, INCLUDING NO IMPLIED WARRANTIES OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE EXCEPT AS EXPRESSLY PROVIDED IN THIS AGREEMENT, RECOMMENDATIONS OF EQUIPMENT AND/OR SOFTWARE, INCLUDING BUT NOT LIMITED TO ITEMS INCLUDED ON THIS TICKET, ARE BASED ON PUBLICLY AVAILABLE INFORMATION PROVIDED BY THE INDIVIDUAL MANUFACTURERS OF SAID EQUIPMENT AND/OR SOFTWARE. DISCOVERY INFORMATION TECHNOLOGIES CANNOT BE HELD RESPONSIBLE FOR MISREPRESENTATIONS OR IMCOMPLETE INFORMATION PROVIDED BY THESE MANUFACTURERS WITH REGARD TO THE PERFORMANCE OF THEIR EQUIPMENT/SOFTWARE. TIME SPENT BY DISCOVERY INFORMATION TECHNOLOGIES' PERSONNEL TO CORRECT PROBLEMS THAT ARE A RESULT OF MANUFACTURERS' MISREPRESENTATIONS OR OPERATIONAL DIFFICULTIES OF THEIR PRODUCTS IS BILLABLE AT CURRENT LABOR RATES AND IS THE SOLE RESPONSIBILITY OF THE CUSTOMER. If any labor, repair or parts replacement is required because of accident, negligence, misuse, theft, vandalism, fire, water, or Illother peril; or because of conditions outside of specifications, including but not limited to, electrical power, temperature, humidity or dust; or by moving, repair, relocation or alteration not performed by Discovery Information Technologies or any cause other than normal use, the warranty and maintenance obligations provided herein shall not apply. Except as herein set forth,Discovery Information Technologies shall not,under any circumstances be responsible for any direct, indirect,incidental, or consequential damage resulting from the use or sale of any products sold by Discovery Information Technologies. Finding,hiring,and training employees is time-consuming and expensive. Customer agrees that it will not while doing business with Discovery Information Technologies and within one year afterwards, hire any person who has been an employee of Discovery Information Technologies without the expressed written consent of an officer of Discovery Information Technologies. If Customer violates the paragraph, it will be liable to Discovery Information Technologies for liquidated damages in an amount equal to one year's wages of the employee, at the rate last paid that employee by Discovery Information Technologies. For and in consideration of the extension of credit from Discovery Information Technologies to Customer, customer grants to Discovery Information Technologies, to secure payment of all amounts owing from Customer to Discovery Information Technologies pursuant to such extension of credit, security title and security interest in and to the following described property; wherever located, whether now existing or hereafter acquired: (1)all inventory and equipment delivered to Customer by,or on behalf of , Discovery Information Technologies as more particularly described in a Discovery Information Technologies invoice and/or packing slip accompanying the same; (2) ALL RIGHTS OF Customer to payment for such inventory and equipment sold, leased or otherwise transferred;(3)all additions,improvements,batterments,replacements,and substitutions to or for such inventory or equipment; and (4) all proceeds of any and all the foregoing, including, without limitation, insurance proceeds. Customer irrevocably designates and appoints Discovery Information Technologies its true and lawful attorney-in- fact for the purpose of executing and filing all documents on behalf of Customer to perfect Discovery Information Technologies' security interest. Statements made to you in the course of this sale are subject to the Year 2000 Information and Readiness Disclosure Act le (XX U.S.C. XX, Public Law 105-271). In the case of a dispute, this Act may reduce your legal rights regarding the use of any such statements,unless otherwise specified by your contract or tariff. 2 of 2 CHANGE ORDER PROPOSAL Date: 6/3/2020 Project# Electrical Specialties, Inc. CREDIT TERMS: NET 30 DAYS Invoices are subject to a finance charge of 1.5'e per month,annual rate 1550 Lang ham Rd of 18%on all balances over 30 days. Beaumont, Texas 77707 Any and all retainage will be paid within 30 days from the completion of Phone (409)860-5211 electrical work. Fax (409)860-5851 ESI will abide by the lien provisions of Chapter 53 of the Property Code of the State of Texas. The undersigned purchaser hereby agrees to pay attorney's fees incurred by ESI to collect unpaid balances. Work to be performed for: CMOST, LLC 225 Hwy. 365 Port Arthur Texas, 77640 Attention: Jose Cardenas/ 2" Fiber Cond REASON FOR CHANGE: Customer is requesting 2"conduit from IT Room 202 to Transit building. DESCRIPTION OF TASKS: Excavate trench, place 2" conduit, and backfill with select fill. MATERIALS: Units: Description: Unit Price Ext. Price 1 Excavator $1,100.00 $1,100.00 1 Misc material $2,034.48 $2,034.48 TOTAL MATERIAL $3,134.48 SALES TAX: LABOR: Hours: Description: Rate Ext. Price 18 Foreman $56.30 $1,013.40 18 Apprentice $41.92 S754.56 TOTAL LABOR $1,767.96 0/H & PROFIT 1634.15 Total: $6,536.59 PRICE SUBJECT TO REVIEW AFTER 60 DAYS ACCEPTANCE OF CHANGE ORDER PROPOSAL I have the authority to order the above work and do so order as outlined above.The above specifications,terms and contract are satisfactory,and(I)./(we)hereby authorize the performance of this work. CUSTOMER SIGNATURE TITLE Date allJ.D. Burns President-Electrical Specialties,Inc Date Customer: 6/3/2020 411! Project #: Contact: QTY Size Description Part # Unit Price Extened EMT 20 2" EMT per foot 6/28/2018 2.700 54.00 EMT 2 2" Steel W.T. Conn. 10.220 20.44 EMT 1, 2" Steel W. T. Coup. 11 .790 11 .79 PVC 270 2" Sch. 40 per foot 6/28/2018 0.610 164.70 PVC 2 2" 90 36" Long Radius rigid 66.680 133.36 PVC 3 2" Couplings 0.350 1 .05 PVC 2 2" FA's 0.500 1 .00 PVC 1 1 Qt. Quart Glue 7.020 7.02 RGD 10 2" Rigid Pipe 6/28/2018 5.970 59.70 FIT 1 2" LBD 147.390 147.39 MISC. 1 Tamp 184.03 184.03 MISC. 1 Select Fill 19 yards Lott 1 .250.00 1 .250.00 SUM 1 SUM 1 SUM 1 SubTotal Material $2,034A8 *UM 1 Material Grand Total $2,034.48 Construction Mana�2rs of Southeast Texas, LCC 410 225 HIGHWAY 365-PORT ARTHUR, TEXAS 77640-PHONE(409) 736-9010-FAX(409) 7369020 June 12.2 ) Port Arthur Transit 318 Procter St. Port Arthur, TX 77640 Re: Transit Maintenance Facility Change Proposal No.11: Ivan: Please find below and attached the cost associated with making opening 114A a 12-gauge door and frame. This cost also includes installing heavier gauge studs at the frame to support the added weight. 1. SETX Drywall Cost for Heavier Gauge Framing $674.70 410 2. Sword Company Cost to change gauge of door&frame to 12 gauge $289.00 3. CMOST OH&P $144.56 4. Bond Mark Up $33.25 TOTAL: S1,141.51 Sincerely, Construction Managers of Southeast Texas, LLC /. Jose,Cardenas Project Manager CC Bruce Reyes—CMOST • • _ i" ..i- O 0 8 8 8 8 8 8 8 8 ^O Q �yj N l9 {9 O E r3g s x a. , o ' ,, N o °� v Lc. o o W H H H H VI N W H H R H {Y in 8 8 8 8 0 8 8 8 8 N •Oo N U O O O o Ho O O O C V N o H H H H H N H N tl Nrn H N N A Q 8 NO t.2 88 8 8p 0 8 8 8 N N pWWMKM H K SN W N R. 7 Cs. s 0 8 8 8 8 8 8 8 8 8 8 8 8 G A U S cW V C m <73 a' C7 c v 0 0 0 0 0 0 0 00 c o 0000 00 0 o c= _ o v m o 9 d d o d o c y .• Cr IA H ( 'p d H ' _ mc CC Q Z Q O } c ,` G4 c s` O < '• 2" u g c o 0 8 8 8 8 8 8 8 _ C = 0 0 0 ,n o 0 0 0 0 0 o c FC a E, H _ _ H H H H N H H v Q 0 2 S N H 44 rj S 8 8 8 8 8 8 8 8 8 8 C • V N ^ 72 T h N 'o U C U ry' C 5 U a TO V LL = = J U- 09 • L. U � r a ) xc t.25LL C is f-. !� G 3 a• i `u G ci a = r n C C 11 LL J C J n ry < < C 2 " z LL Q ii ii a° a0 `D 15 LL0C " z ' Qg J LL J LL J G 1....t :T., r C Nu U s ft Q jcardenas@cmosetx.com rom: Kaylan Hunt <khunt@swordco.com> Sent: Friday,June 12, 2020 8:51 AM To: jcardenas@cmosetx.com Subject: RE: PAT Maintenance Building - Opening 100B To change opening 114A to a 12 gauge door and frame please add $289.00 Sincerely, Kaylan Hunt p: 903-561-1921 f: 903-561-4932 www.swordco.com (CS • 1 Construction Managers of Southeast Texas, LLC • 225 HIGHWAY 365—PORT ARTHUR, TEXAS 77640—PHONE (409)736—9010—FAX(409) 7369020 July 20,Mil Port Arthur Transit 318 Procter St. Port Arthur, TX 77640 Re: Transit Maintenance Facility Change Proposal No.12: Ivan: Please find below and attached the cost associated with adding the access control hardware to the three extegior doors at the new maintenance building. Access Controls will be tied back to the new panel at the admin building. ESI will program software on PAT computers. 1. ESI cost to furnish/install access control hardware $4.092.00 2. CMOST OH&P $613.80 3. Bond Mark Up $141.17 TOTAL: 54,846.97 Sincerely, Construction Managers of Southeast Texas, LLC Jose Cardenas Project Manager CC Bruce Reyes—CMOST • PROPOSAL/CONTRACT • Date: 7/16/2020 Project# Electrical Specialties, Inc. 1550 Langham Rd CREDIT TERMS: NET 30 DAYS Beaumont Texas 77707 Invoices are subject to a finance charge of 1.5%per month,annual rate of ' 18%on all balances over 30 days. Phone (409)860-5211 Fax(409)860-5851 Any and all retainage will be paid within 30 days from the completion of electrical work. Residential*Commercial * Industrial ESI will abide by the lien provisions of Chapter 53 of the Property Code of Fire & Security Systems *Alarms the State of Texas. Monitoring Services * CCTV and The undersigned purchaser hereby agrees to pay attorney's fees incurred Access Systems by ESI to collect unpaid balances. Texas License Numbers : ACR-1712, B -09655, TECL 17109 Work preformed for: Port Arthur Transit (C) Scope of work: Add access to (3) doors in new bldg. and connect them to the panel in the front bldg with the following equipment: (3) card readers: $104.00 each (3) exit buttons: $100.00 each (3) exit motions: $90.00 each (3) maglocks: $131.00 each power supply: $138.00 • wire: $689.00 Labor: $1990.00 Total Bid: $4,092.00 no tax ESI will supply program software to install on PAT computers.Computers supplied by other. Access system will be connected to panel in administrative building. Parts and labor warranty is for 1 year.Readers are Wiegand and support HID cards. PRICE SUBJECT TO REVIEW AFTER 20 DAYS Sales Tax Included 0 No Sales Tax ACCEPTANCE OF BID I have the authority to order the above work and do so order as outlined above.The above specifications,terms and contract are satisfactory,and(I)/(we)hereby authorize the performance of this work. CUSTOMER SIGNATURE TITLE Date Cle nts • Electrical Specialties,Inc. Date Construction Manages of Southeast Texas. LLC 225 HIGHWAY 365—PORT ARTHUR, TEXAS 77640—PHONE(409) 736—9010—FAX(409)7369020 August 20.21() Port Arthur Transit 318 Procter St. Port Arthur, TX 77640 Re: Transit Maintenance Facility Change Proposal No.14R Ivan: Please find below and attached the cost associated with the installation of the Security Cameras for the new Maintenance Building, the existing Terminal building and Admin Building. 1. ESI cost to install camera system in new $6,041.00 • Mainteance Building. 2. ESI cost to install cameras at Terminal Building $5,580.00 3. ESI cost to replace cameras at Admin Building $1,112.00 4. CMOST OH&P $1,909.95 5. Bond Mark Up $439.29 TOTAL: $15,082.24 Sincerely, Construction Managers of Southeast Texas, LLC Jose Cardenas Project Manager CC:Bruce Reyes—CMOST • PROPOSAL/CONTRACT • Date: 8/19/2020 Project# Electrical Specialties, Inc. 1550 Langham Rd CREDIT TERMS: NET 30 DAYS Beaumont Texas 77707 Invoices are subject to a finance charge of 1.5%per month,annual rate of ' 18%on all balances over 30 days. Phone (409)860-5211 Fax (409)860-5851 Any and all retainage will be paid within 30 days from the completion of electrical work. Residential* Commercial* Industrial ESI will abide by the lien provisions of Chapter 53 of the Property Code of Fire & Security Systems * Alarms the State of Texas. Monitoring Services * CCTV and The undersigned purchaser hereby agrees to pay attorney's fees incurred Access Systems by ESI to collect unpaid balances. Texas License Numbers : ACR- 1712, B -09655,TECL 17109 Work preformed for: Port Arthur Transit New Bldg Scope of work: Replace DVR with (1)32ch 1080p DVR with 12TB hard drive: $1,950.00 Scope of work: Add cameras to system: (8) 2.8mm 1080p IR cameras: $129.00 each Parts to connect to fiber: S852.00 All wire and connectors: $166.00 • Labor: $2,041.00 Fiber by other: Total Bid: $6,041.00 no tax Parts and labor warranty is for 1 year. PRICE SUBJECT TO REVIEW AFTER 20 DAYS Sales Tax Included E No Sales Tax E ACCEPTANCE OF BID I have the authority to order the above work and do so order as outlined above.The above specifications,terms and contract are satisfactory,and(I)/(we)hereby authorize the performance of this work. CUSTOMER SIGNATURE TITLE Date • J Cle nts Electrical Specialties,Inc. Date PROPOSAL/CONTRACT • Date:( 8/20/2020 Project# Electrical Specialties, Inc. 1550 Langham Rd CREDIT TERMS: NET 30 DAYS Beaumont Texas 77707 Invoices are subject to a finance charge of 1.5%per month,annual rate of ' 18%on all balances over 30 days. Phone (409)860-5211 Fax(409)860-5851 Any and all retainage will be paid within 30 days from the completion of electrical work. Residential* Commercial* Industrial ESI will abide by the lien provisions of Chapter 53 of the Property Code of Fire & Security Systems * Alarms the State of Texas. Monitoring Services * CCTV and The undersigned purchaser hereby agrees to pay attorney's fees incurred Access Systems by ESI to collect unpaid balances. Texas License Numbers : ACR- 1712, B -09655,TECL 17109 Work preformed for: Port Arthur Transit Terminal Bldg Scope of work: Install a camera system with the following equipment: (1) Power supply: $75.00 (6) 2.8mm 1080p IR cameras: $129.00 each Wire and connectors: $277.00 Parts to connect to fiber: $1,405.00 Labor: $3,049.00 Fiber by other Total Bid: $5,580.00 no tax Parts and labor warranty is for 1 year. Cameras can be monitored from an free app or computer. I do not think the old cameras are going to work with the new camera system. PRICE SUBJECT TO REVIEW AFTER 20 DAYS Sales Tax Included O No Sales Tax ACCEPTANCE OF BID I have the authority to order the above work and do so order as outlined above.The above specifications,terms and contract are satisfactory,and(1)/(we)hereby authorize the performance of this work. �CUSTOMER SIGNATURE TITLE Date • �'de Cle ents Electrical Specialties,Inc. Date PROPOSAUCONTRACT • Date: 8/20/2020 Project# Electrical Special lies, Inc. 1550 Langham Rd CREDIT TERMS: NET 30 DAYS Beaumont, Texas 77707 Invoices are subject to a finance charge of 1.5%per month,annual rate of 18%on all balances over 30 days. Phone (409)860-5211 Fax(409)860-5851 Any and all retainage will be paid within 30 days from the completion of electrical work. Residential * Commercial* Industrial ESI will abide by the lien provisions of Chapter 53 of the Property Code of Fire & Security Systems * Alarms the State of Texas. Monitoring Services * CCTV and The undersigned purchaser hereby agrees to pay attorney's fees incurred Access Systems by ESI to collect unpaid balances. Texas License Numbers : ACR-1712, B -09655, TECL 17109 Work preformed for: Port Arthur Transit Admin Bldg Scope of work: Replace cameras in admin bldg.: (6) 2.8mm 1080p IR cameras: $129.00 each Labor: $338.00 Total Bid: $1,112.00 no tax • Parts and labor warranty is for 1 year. PRICE SUBJECT TO REVIEW AFTER 20 DAYS Sales Tax Included D No Sales Tax 0 ACCEPTANCE OF BID I have the authority to order the above work and do so order as outlined above.The above specifications,terms and contract are satisfactory,and(I)/(we)hereby authorize the performance of this work. CUSTOMER SIGNATURE TITLE Date • J Clem nts Electrical Specialties,Inc. Date Construction Managers of Southeast Texas. LLC 1-0 225 HIGHWAY 365—PORT ARTHUR,TEXAS 77640—PHONE (409) 736—9010—FAX (409)7369020 August 17,2m Port Arthur Transit 318 Procter St. Port Arthur, TX 77640 Re: Transit Maintenance Facility Change Proposal No.15R: Ivan: Please find below and attached the credit associated with the removal of Equipment to be purchased out of our contract. PAT will remove the In-Ground Lift, Catwalk, and air compressor. 1. Credit for In-Ground Lift Pit $(110,611.00) • 2. Credit for Air Compressor $(12,987.82) 3. Credit for Catwalk and Pit $(17,478.00) Covers 4. Bond Mark Up $(4,232.30) TOTAL: ($145,309.12) Sincerely, Construction Managers of Southeast Texas, LLC 2GA‘e4/1- Jose Cardenas Project Manager CC: Bruce Reyes—CMOST • Std jl. IC°MI QUOTE • 200 Log Canoe Circle, Stevensville, MD 21666 Phone 410.643.9001 Fax 410.643.8901 ii fts@stertil-koni.corn www.stertil-koni.com DATE: MARCH 19, 2020 TO Jose G. Cardenas Construction Managers of Southeast Texas LLC 225 Highway 365 Port Arthur, TX 77640 QTY DESCRIPTION I UNIT PRICE LINE TOTAL Stertil-Koni Model ECO-60-13 In-Ground Vehicle Lift, 60,000 lbs. lifting capacity. 1 each Lift system to also include the following options: $97,735.00 $97,735.00 Stertil-Koni Model SK-AS100-00 ECO Adapter Stand Stertil-Koni Model SK-RVB050-00 Wired Remote Control Notes: -The above pricing includes freight to Port Arthur, TX -All of the above items are fully FTA BUY AMERICA compliant • SUBTOTAL $97,735.00 SALES TAX N/A TOTAL $97,735.00 • Stert jt NCO NI QUOTE . 200 Log Canoe Circle, Stevensville, MD 21666 Phone 410.643.9001 Fax 410.643.8901 lifts@stertil-koni.com www.stertil-koni.com DATE: APRIL 24, 2020 TO Jose G. Cardenas Construction Managers of Southeast Texas LLC 225 Highway 365 Port Arthur, TX 77640 QTY DESCRIPTION UNIT PRICE LINE TOTAL 1 each Change ECO-60-13 presently on order to an ECO-60-17 which will $ 3,376.00 $ 3,376.00 provide an increased travel range of from 156 inches to 204 inches. 411 SUBTOTAL $ 3,376.00 SALES TAX N/A TOTAL $ 3,376.00 0 A REEDER QUOTE • - DISTRIBUTORS, INC. Sales,Service,Maintenance,Inspections,Installations,&Warranty Work Prepared For: Construction Managers of Equipment Division Southeast Texas 5450 Wilbarger St. 225 Highway 365 Fort Worth,TX 76119 Port Arthur,TX 77640 817.429-5957 jcardenas(9cmosetx.com www.ReederDistributors.com Quote Valid for 30 days OF Customer Number Reeder Sales Representative Mobile Phone Email Date 225 Highway 365 Scott Clinch 682-429-1075 sclinch@rdlnc.us 3/19/20 QTY PART b DESCRIPTION EACH LINE TOTAL i LUBE PIT EQUIPMENT CATWALK 12 CT-96 Combination Track,96 long $ 200.00 S 2,400.00 1 WP45-M-NS Work Platform,45',Metal Deck,No Stairs Catwalk Work Platform w/handrails 45'1. $ 3,627.00 $ 3,627.00 2 OFR-4H-ABS Oil Fiter Dispensing Rack 4-tier(ceiling mount) $ 500.00 5 1,000.00 2 TB-ABC-NT Tool Boards with Frame $ 345.00 5 690.00 2 FS-AA-A Tech.Stool Stool Aluminum $ 238.00 $ 476.00 1 STA4-M405 Stair Assembly 40.5 w/handrails 4-Steps,5-Risers $ 595.00 5 595.00 5 DT-PVC Drip Tray,Polyvinyl Chloride Drip Catch Pan 8'L $ 200.00 $ 1,000.00 PPIT COVERS 8 4050/6000Y-A Pit Guards to(it a pit 44-8"long by 4Y wide $ 310.00 S 2,480.00 24050/3400Y Pit Guards to finish covering a pit 42-wide by 44-8'long $ 175.00 5 350.00 II 10 No Step Sign Sign and hardware for pit covers $ 3.00 $ 30.00 1 LABOR Pit Cover Install S 100.00 $ 100.00 1 LABOR SK-ECO 60 LIFT INSTALLATION&MATERIALS $ 9,500.00 $ 9,500.00 LOCAL SUPPORT AND SERVICE PROVIDED BY: REEDER DISTRIBUTORS,INC.-SCOTT CLINCH 1 Reeder LABOR,INSTALLATION OF LUBE PIT EQUIPMENT S 4,730.00 $ 4,730.00 SUBTOTAL 5 26,978.00 $ 557.64 5 years Flnandng available.$1 Buyout Lease to Own.Zero down,1st and last FREIGHT INCLUDED 5 674.45 4ears payments In advance.Payments based on subtotal,and do not include sales 4years or freight. WAC.Other financing options are available. 8.25%SALES TAX NOT INCLUDED $ 868.69 3 years TOTAL INVESTMENT $ 26,978.00 Accepted By: PON Date: . THANK YOU FOR YOUR BUSINESS! • = - REEDER QUOTE DISTRIBUTORS, INC. Sales,Service,Maintenance,Inspections,Installations,&Warranty Work Prepared For: Construction Managers of Equipment Division Southeast Texas 5450 Wilbarger St. 225 Highway 365 Fort Worth,TX 76119 Port Arthur,TX 77640 817-429-5957 jcardenas@cmosetx.com www.ReederDIstributors.corn Quote Valid for 30 days L/F Customer Number Reeder Sales Representative Mobile Phone Email Date 225 Highway 365 Scott Clinch 682-429-1075 sclinch@rdinc.us 3/19/20 QTY PART At DESCRIPTION EACH LINE TOTAL LUBE PIT EQUIPMENT CATWALK 12 CT-96 Combination Track,96 long 5 200.00 S 2x400 00 1 WP45-M-NS Work Platform,45',Metal Deck,No Stairs Catwalk Work Platform w/handrails 451 $ 3,627.00 $ r 2 OFR-4H-ABS Oil Fiter Dispensing Rack 4-tier(ceiling mount) 5 500.00 $ ....4.10400 2 TB-ABC-NT Tool Boards with Frame $ 345.00 5 690.QO 2 FS-AA-A Tech.Stool Stool Aluminum 5 238.00 5 .,: e 1 STA4-M405 Stair Assembly 40.5 w/handrails 4-Steps,5-Risers $ 595.00 $ .1110 5 DT-PVC Drip Tray,Polyvinyl Chloride Drip Catch Pan 81 $ 200.00 $ '4000:00 PPIT COVERS 8 4050/6000Y-A Pit Guards to fit a pit 44'•8"long by 42"wide $ 310.00 $ 2,480.00• 2 4050/3400Y Pit Guards to finish covering a pit 42"wide by 44'-B"long $ 175.00 5 31.0.00 �. 10 No Step Sign Sign and hardware for pit covers $ 3.00 5 1 LABOR Pit Cover Install $ 100.00 $ 10DAD., 1 LABOR SK-ECO 60 LIFT INSTALLATION ft MATERIALS $ 9,500.00 $ 9,500.00 LOCAL SUPPORT AND SERVICE PROVIDED BY: REEDER DISTRIBUTORS,INC.•SCOTT CLINCH 1 Reeder LABOR,INSTALLATION OF LUBE PIT EQUIPMENT 5 4,730.00 $ 4.770.110 SUBTOTAL $ 26,978.00 $ 557.64 5 years Financing available.$18uyout Lease to Own.Zero down,1st and last FREIGHT INCLUDED 5 674.45 4 years payments in advance.Payments based on subtotal,and do not include sales 8.25%SALES TAX NOT INCLUDED tax or freight. WAC.Other financing options are available. 5 868.69 3 years TOTAL INVESTMENT $ 26,978.00 Accepted By: PO4 Date: .• THANK YOU FOR YOUR BUSINESS! REEDER 0:- DISTRIBUTJR.S, INC QUO i Reeder Distributors, INC 11 Y� Construction Managers of Southeast Texas Page 5 SHIPPING SHIPPING DELIVERY PAYMENT i REP METHOD TERMS DATE TERMS DUE DATE SC I CifY ' PART# DESCRIPTION EACH LINE TOTAL AIR SYSTEM 8 GR217073 FILTER/REGULATOR/LUBRICATOR FOR 7190 TRAPEZE $ 408.00 $ 3,264.00 1 SAY-92012FP 20HP Air Compressor with 120 gal. Tank (460v 3ph). $ 9,568.97 $ 9,568.97 I 1 SAY-SBDN-75 Refrigerated dryer 115v 1ph $ 3,418.85 $ 3,418.85i I • 1 8 MATERIALS, TRAPEZE,7190,DOES NOT INCLUDE ELECTRICAL $ 489.00 $ 3,912.00_ 8 LABOR,TRAPEZE,7190 $ 735.00 $ 5,880.00 1 MATERIALS,AIR LINE INSTALLATION (400) $ 4,360.00 $ 4,360.00 1 MATERIALS,AIR REEL INSTALLATION $ 125.00 $ 125.00 1 MATERIALS,COMPRESSOR, RFRIGERATED DRYER,AND BYPASS $ 555.00 $ 555.00 1 LABOR,AIR LINE INSTALLATION $ 4,000.00 $ 4,000.00 1 LABOR,AIR REEL INSTALLATION s $ 245.00 $ 245.00 1 LABOR,COMPRESSOR,REFRIGERATED DRYER,AND BYPASS INSTALLATION $ 490.00 $ 490.00 Candi SUBTOTAL $ 35,818.83 Prepared By: Seat {.I���p�N di FREIGHT $ 350.00 11110 8.25%SALES TAX TOTAL INVESTMENT $ 36,168.83 Ain Construction Managers iof Southeast Texas, LLC 225 HIGHWAY 365—PORT ARTHUR,TEXAS 77640— PHONE (409) 736—9010— FAX (409) 7369020 September 04,1B) Port Arthur Transit 318 Procter St. Port Arthur, TX 77640 Re: Transit Maintenance Facility Change Proposal No.16R: Ivan: Please find below and attached the cost associated with the Foundation Drain Pit Elevation Modifications. These medications were needed as the pit depth that was originally shown of 3' is not adequate to reach the depth required by the drain lines that are extending out from the pits. S1. LOCKE cost for a pre-cast pit. $6,200.00 2. JJ&D Construction cost for additional excavation&backfill. as $3,500.00 well as to set the pre-cast pit 3. Credit for 3' deep pit ($500.00) 4. Marsh Waterproofing,pit waterproofing $3,584.00 5. Forklift Rental and Straps to Set Pit in place $3,500.00 6. CMOST OH&P $2,442.60 7. Bond Mark Up $561.80 TOTAL: $19,288.40 Sincerely, Construction Managers of Southeast Texas, LLC Jose Cardenas Project Manager 111. CC: Bruce Reyes—CMOST (1 . Oldcastle Infrastructure' C4itlnMW.tiY Contract & Proposal Page: 1 • :. Quote No. • S056402-1 2120 FM 359 RD S Telephone : 713-934-7900 oldcastleinfrastructure.com BROOKSHIRE, TX 77423 9023 Fax • 713-335-8603 Quote To .: Cash Customer Ship To .: PAT Maintenance Building- Precast Pit 2120 FM 359 RD S City of Port Arthur Maintenance Building BROOKSHIRE, TX 77423 9023 Port Arthur, TX 77640 Reference : Contact: Phone: Order No Date Customer No Terms Cash discount Delivery terms Quote valid for: S056402 9/4/2020 002032 Cash in Advance FOB Job Site 30 days Qty Unit Item Description Mark Unit price Amount 1.00 Ea 0002003 36x36 [ID] Sump Pit @ 13' Depth 6,200.00 6,200.00 (Includes 38x38"Traffic Rated [Galvanized, Non-Skid] Lid) **Bid with 8"Walls/8" Floor** **Control Panel, Pumps, Pipes, Valves, Link Seal and all associated hardware by others** **All Pipe Penetrations to be Sealed by Contractor in Field Using Non-Shrink Grout, Boots are excluded** • 1.00 Ea 0000001 Note: Bid in 4 Sections of Precast. 36x36x48" Base, 36x36x48" Risers, & 36x36x12"Top w/cast- in Frame. Heaviest Pick Weight: 7,744 lbs Tax Code Taxable amount Tax Rate TX 6,200.00 6.25 387.50 TX-Brooksh 6,200.00 2.00 124.00 DESIGN NOTES: Precast structures to be designed per ASTM C478& C913 specs. Precast structures quoted exclude any and all coatings, liners, or admixtures unless expressly written above. MATERIAL ON HAND: • Page: 2 Oidcastle Infrastructure' Contract & Proposal • A CAFI COMPANY Quote No. • S056402-1 2120 FM 359 RD S Telephone : 713-934-7900 oldcastleinfrastructure.com BROOKSHIRE,TX 77423 9023 Fax 713-335-8603 Quote To .: Cash Customer Ship To .: PAT Maintenance Building - Precast Pit 2120 FM 359 RD S City of Port Arthur Maintenance Building BROOKSHIRE, TX 77423 9023 Port Arthur, TX 77640 Reference : Contact: Phone: Order No Date Customer No Terms Cash discount Delivery terms Quote valid for: S056402 9/4/2020 002032 Cash in Advance FOB Job Site 30 days Qty Unit Item Description Mark Unit price Amount All structures with special, non-stock pieces will be invoiced in full at 60 days after their production date and subject to monthly storage fees of 2.5%thereafter. When disposal is required, a disposal fee of 20%will be applied. RETURNS: All returns will require prior approval before arrival. Un-damaged stock items will be subject to a 25% restocking fee plus any incurred freight charges. Acceptance of returned material will be at Quality Control team's final discretion. Special, non-stock items are non-refundable and will be subject to any incurred freight charges plus a disposal fee. EXPEDITING: � II prices listed above are based on current standard production lead times. The expediting of any orders, when possible, will be subject to additional expediting fees to be defined on a case-by-case basis. ENGINEERING: Any precast structures requiring engineering review&approval will not be put into production until receipt of approved submittals. PLAN REVISIONS Initial precast engineering and CAD design work are included in pricing above. Any design changes or plan revisions requiring engineering beyond initial scope of work will be subject to additional engineering fees. TxDOT SIMP DESIGN PROGRAM: All structures bid under TxDOT SIMP design program are priced assuming thinwall knockout per the TxDOT design. Requested pre-formed blockouts require an additional fee of$200 per structure. DELIVERY: Pricing includes delivery in full truckloads with contractor off-loading upon arrival. Demurrage fees of$125/hour will begin 2 hours after arrival at site. Page: 3 CO Oldcastle Infrastructure' Contract & Proposal • .L CRN C:)MRs.7:Y Quote No. • S056402-1 2120 FM 359 RD S Telephone : 713-934-7900 oldcastleinfrastructure.com BROOKSHIRE, TX 77423 9023 Fax • 713-335-8603 Quote To .: Cash Customer Ship To .: PAT Maintenance Building - Precast Pit 2120 FM 359 RD S City of Port Arthur Maintenance Building BROOKSHIRE, TX 77423 9023 Port Arthur, TX 77640 Reference : Contact: Phone: Order No Date Customer No Terms Cash discount Delivery terms Quote valid for:! S056402 9/4/2020 002032 Cash in Advance FOB Job Site 30 days Qty Unit Item Description Mark Unit price Amount Deliveries less than 40,000#will be subject to an additional short-load fee. • All products and services listed on this Quotation are provided under the Standard Terms and Conditions located at https://oldcastleinfrastructure.com/customer-support/terms-conditions/material-sales/ QUOTATION TOTAL US 6,711.50 IMPORTANT: This proposal is based on standard terms and conditions. Items and quantities shown are the basis for the quotation,and we are not responsible for any discrepancies between this list and actual items or quantities. Sales Person: Logan Ortega Telephone: • (Accepted by) By: (Position) (Date) • 3209 Main Ave Suite B Groves,TX 77619 Office: (409)217-0130 Fax: (409)217-0157 PROPOSAL DATE: 08/14/2020 TO: CMOSETX PROJECT: Port Arthur Maintenance Facility in-ground Pit Thank you for the opportunity to bid on your upcoming project, we are pleased to submit the following bid to complete all the modification as requested. DESCRIPTION AMOUNT • Dig pit and install precast basin. $3,500.00 ** Does not include equipment to lift 21,000 lbs. basin ** TOTAL $3,500.00 If you have any questions, please contact: Joel Hernandez joelh@jjdconstructionllc.com Office:409-217-0130 Cell:409-960-9254 • e-9/‘7ed 0/1;e4!1;110,199ki, C.-0,4'M°' Specializing in Building Restoration Physical Address: Mailing Address: 240 South Main St.Suite#2 P.O.Drawer 968 Vidor,TX 77662 Vidor,TX 77670-0968 Ph#409-769-0459 Toll free:1-866-251-0234 Fax#409-769-1682 Email: mwaterproofing@aoLcom August 6,2020 Attn: Jose Cardenas CMOSETX RE: PA Transit Building Our recommendations and specifications are based on the information received from your engineer or representative. We will furnish at the above building,all labor, materials,tools, equipment, supervision, Workmen's Compensation, Public Liability and Property Damage Insurance necessary to complete in a thoroughly workmanlike manner all the work described below: • Scope of Work: Foundation Drain Sump Pit Waterproofing 1. Waterproof well curb concrete before set down in hole. 2. Then waterproof joints after set in. Price: $3,584.00 Respectfully Submitted, Th v ccrsh. President Marsh Waterproofing, Inc. Acceptance Signature & Date: • '~1 • NOTES—THIS PROPOSAL IS ONLY VALID FOR 90 DAYS • If needed, Owner to furnish two (2) 110-volt amp outlets and one(1)220 volt 50-amp single phase outlet and connect contractors power cord as supplied by contractor. • If needed, Owner to furnish cold water at spigot in work area. • If needed, Owner will cooperate with contractor in moving cars, etc.to minimize the risk of overspray. • This proposal does not include any asbestos removal,encapsulation, or disposal of the same. • We are not responsible for the relocation or covering of any product or production areas that could get damaged by dust, dirt, falling deck or water during the project. • If needed, Owner will furnish interior and exterior storage area,parking space for trucks and storage trailers. • If needed, Owner to move all non-permanently mounted items away from surfaces to be treated. • If needed, Owner to cut back any existing landscaping a minimum of two feet away from the building prior to work commencing if needed. • The scope of work under this contract expressly does NOT include investigation, detection, abatement,replacement, removal or detoxification of and Hazardous Environmental Condition. • "Hazardous Environmental Condition"means any type or form of asbestos, lead or fungus, including mildew,mold,rot, rust,mycotoxins, spores, scents or byproducts produced or released by fungi. • • Our quote is based on the fact that this specification meets your insurance company approval and local code approval. .0