Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
PR 21917: THE CLOSEOUT AND RELEASE OF RETAINAGE FOR PORT ARTHUR TRANSIT'S MAINTENANCE BUILDING
City of Port Arthur Transit Department Memorandum To: Ronald Burton,City Manager Cc: Clifton Williams,Procurement Manager From: Ivan Mitchell,Transit Director (� p Date: May 19,2021 Re: P.R.21917—A resolution authorizing the closeout and release of retainage for Port Arthur Transit's Maintenance Building Nature of Request:Authorize the City Manager to accept the Engineer's Certificate of Substantial Completion,Contractor's Affidavit of Payment of Debts and Claims,Final Payment Affidavit, Contractor's Certificate of Warranty,Contractor's Certificate of Final Completion,and approve Change Order No.48 to 51 and the release of retainage in the amount of$192,487.10 to the Construction Managers of Southeast Texas(CMOST)for Port Arthur Transit's(PAT)maintenance building construction. Background: Pursuant to Resolution No. 20-042, City Council awarded a contract to Construction Managers of Southeast Texas (CMOST) to construct PAT's new maintenance building and electric bus charging infrastructure, and supply specified tools and shop equipment in the amount not to exceed $3,495,000.00. 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 ensued,design and material adjustments have occurred resulting in additional expenses and savings approved by City Council in Resolution No. 20-305 via change orders No. 3 to No. 16. This resulted in a net contract reduction of$88,259.87 for a new contract amount of $3,643,340.49. Subsequently,change orders No. 17 to No. 31 in Resolution No. 20-427 involved additional expenses and cost savings. This resulted in a net project increase of$131,351.02 for a new contract amount of$3,774,691.51. Finally,change orders No. 32 to No.47 which involved additional project adjustments like the previously approved change orders resulted in a net project increase of$45,162.01 for a new contract amount of$3,819,853.52. Change order No. 32 to No.47 where approved by City Council in Resolution No.21-127. The final change orders No.48 to No. 51 are included in this resolution for a net project increase of $4,781.97 for a new contract amount of$3,824,635.49. A detailed breakdown of change order No. 48 to No. 51 is provided in the packet. Recommendation: It is recommended that the City Council approve proposed P.R. 21917. This resolution would authorize the City Manager to execute on behalf of PAT Change Orders No. 48 to No. 51 and release the retainage in the amount of$192,487.10 and authorize the Engineer's Certificate of Substantial Completion for the completion of the maintenance building construction. Budgetary/Fiscal Effect: Funding to pay for this capital project is budgeted in PAT's capital budget. APPLICATION AND CERTIFICATION FOR PAYMENT Daum.G702 Pape of 2 pace. To(Owner): Project Application No: 14 0islnbdbn to: City of Pon Arthur City of Port Arthur Transit Maintenance Facility Owe,city of Pat Area. 444 4th Street,Port Arthur,TX 77640 Period to May 21.2021 awxc 8ea4oaars.he !From(Contractor) Via Architect: Startdale' March 12,2020 Contractor.Conduct:,Managers cf Saaeast Tens. Construciton Managers of Southeast Texas Architect' IluB1.Zollars.Nc 11.c 225 HWY 365-Port Arthur,TX 77640 Hultt-2olgrs,Inc. Project No. R310222.01 Contract For: General Construction Services Contract Date: 3/9R020 aeptu Is noes rn Payment,neho.nbete..In....ton.nn rh.Contract 6ommua8en.mrietst(b 1 m GP% Contractor's Application for Payment 4a,4.aetaaa TMeary 1.onalnal Contract sum 53.731.600.36 C o.Autribrofe Doe APpro,od Punned./ 444,1 . 2 Net Chang.by Change orders 193.035.13 a..,peo,.ww0r 432a0 ownpet*Donna chor ° .ea'. 9.f. VOID 3.Contract sum s date S3,824.635.49 a,.,0r fay e..r wa1 uVao In-G.aW ti'Up.. 53.825CO 4.Total Complete&stored to date S3.613.122 27 o,o,400 .no as SS2O Onebon of UR Sleba1 32420.142 [Own G on G703 4 cep°verity r.o0. 611Rd Chvg.to Fire tee System gi 741.22 6lrrfrlays: or,,..v.r.c 91120 Martz Servo.Oiacawed 2182,3662 ee l a t3a,5tall $190.559.74 ode,.w„oane no 0i 5'1N20 Srerp4.let Ft61310 Novo B.460g 21275665 5%ol mnylead wait(Caumt 08E to G703) anon onm..o ce if000 AalSony Calernbr Cuy3R.'3aa 2000 seas fo Co $0.00 owe.ewa.Wwas 6R52a020 Seeks Put Modrraeons •27395.40 cf.,/yaw re t0 611a0 Filer tram Tennnal Baking S11.759.46 on,nun...11 6I6R0 °caning 114A 21.14151 5%Cf 3b4e0 Material(Column F on G7ml ow.p•l.wl lal0t 70M0 a Arens Controls 24.846 97 Par,waee.4ra13 11/21 Panel Ins/lawn COvel Denys 2003. owe.°ritete 1a 14 3230230 Steamy Carreras 215.02224 aavweever to f2 s'1d3o ER+ .r4 bb.purchased by aerie/ .2145309.12 a0ew.Peron o 14 r11R0 ..n f.non Drain Pa Eleva0on MOOfot., 519288.40 Due.woos.re V tdead Secondary Instal/adorn at Chargers 566.53212 aw"•2fi wnlal ra fa 120220 Instab6'of(2)enleor al Ch11944s 519.8.38 25 0,^g•wyaaltn l9 ta1170 4,8ew11 aeepemalo..sdry rro,meul .52.65547 owv wane ro70 1077.r20 Me1A,6ms to 403 Street Entrance 29 057 48 oo.n.won.raj. 1r1110 Tale.A¢aaary Medrranon0 .274233 as,.wpx..10 v7600 Ad46aW Soled at Gas meter 231498 O.ve Prong 1023 t620Y0 T in el Eoteg General," VOID aa,roman ie2) t02020 . Senn of EM io..and IT Room 51.204.84 .woe wrens.re72 I07030 Ad0edul N'ndenr m Break Room 2518.81 4,334nP Pang 1n26 11r11120 Rebam9 Essaq Cane.* 21,67836 c.+..0Rpmeln2, wI0 Cap Dram in Carpessor Room SOCO Ovpe want.re 7\ 11n1Ro Cogan of Etta An(/.at Campos 266839 ..ye wmc.e rn2F. 1VIrt0 Canopy Soffit. 233,875.00 avpa wave.No(' IV1600 Vat/Was Ftetvg at Roan 116 and 10 288589 Owe.woovurrn3t 111020 Craft for Wall Tesag 3675CO on,0.wyrt.to.r. 1711400 Cowsad Canaea.Wal% $11.933.92 0..vwnlosa too. 101420 Tank Croats 330774 a•'W Awe.ln 34 12116 o Mesmlw RennraS.Hadar 51 279.26 O,ap.wawl No11 12116E Sot%Pane151ealFraneg 24,4134.41 �0,.p.Pmin.al to 36 1/6R1 Fits Eaten e Cameras2247737 0wye want.30 IT 12/2520 In Mach..10..Corun 23.581.9Oro.Ow wna.uo as/ t2a320 Teryorary Charger Setup Coal -293537 °opwnoe,nb, 12RY10 Caaa IV Drop 2550560 cr.,n,m.0 re 4 11621 Aa boreal Weather Delays 20.C(1 0wq want.1a 43 122141 hanllus Rated Pumps 25.653.62 coo,P1062r1a44 1R5'21 Star.al Breeoa.ay 24,132.72 u.ay.pwp.e tn. taeRl Eustorl.Lc Co.Ong on Block 55.09335 owpe er.a,w rbrt inet Floor Sealer se Pit 22,710.67 0e`0.w000.0 toe 114R1 Modty Warenl RO1O0111 54,551.52 owee wenn uo43 21621 Aaltn+al R.c..Odn St,791 10 yoeq,worse.30 922121 e.Ckaat and Dismnnad for Tee Mad) 51.063.51 ITe,An.onib% 42071 Camera Cleat .51,317.16 0ep.enyol rig s1 42921 Office an Er aegrcy Part 53244.52 Totals 593,035.13 Teel 6101.6a0/r1e 55.50 of 1 - 1.7. . 1 NrJ.es.Maarwar.ae Total Change order amount era. 253,035.13 Total In Column[of C7021 $190.559.74 �„ S.Total Earned Lass Retaking 53.813.E22.27 /(1���ie'ttt (titer a less l ins 5 tacit % l V tV._ The undersigned Contractor cortifies that to the bast of the Contractor's knowledge information (n and the belief he Work avers°by this application for Payment has been complete in a0cordanea 7.Less Previous C.IOReates for Q CO Doc/anoints, with the Contract that all amounts have boon paid by tea Contractor for Work for payfrenet(6ne etr0nPrio'Cercscxa) 53.620.635.17 �.E N- which prav(ous certificates for Payment w.ro lssu.d and payments reci.ived from the Owner, .r'e that current payment shown h.nin is now due. 4.Current Payment Da. 6192.487.10 IX6 1.Balance to FIMsn,Plus Ream.°. 511.513.22 m Eft. ,. alma0eataw4N V Contractor, imagers of Southeast Texas,LLC state of cauxy a I'er Subsoibed and sworn to hero.me this Day of 1/Vlii . 20ZI (7 Nolaty Publi �✓ `3 SY: OW:57/IR021 My Commission expires: In\SA1.4 * A, is I,/ e ARCHITECTS CERTIFICATE FOR PAYMENT Amount Ca/tined Y4 � ♦.1 Onsofee explanation a enfant ifs c.th,*M1.r.lremne ono..Mh.dfa.1 I j�..I er♦'. I n In accordance with the Contract Document,based on esue 'y observation and M.data Architect: ` alt comprising dl•above application,M.Architoot codifies to to Owner that to 81e bast of the Br Date: I Architect's knowiedg.,information and belief Me Work has progressed as imBoatad,the quality of Me%Mrk is in accordance with the Contract Document,and M.Contractor is•nkdod to leis cei mica.Is not negotiable.The AMOUNT CE RTIFI ED Is payable only to xle contractor named herein, pryrront of thMMOUNT CERTIFIED %w a paymentContractor land cis one nee of payment an whom pelue.bne any/tells of M.owner a tract C- ` ...ri,--\ --fi 161 40 atib 6,-53G_g612-- 6u--4c-be6 P.R.No. 21917 05/22/2021 IM RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE CHANGE ORDERS NO. 48 TO NO. 51 FOR THE CONTRACT BETWEEN THE CITY OF PORT ARTHUR AND CONSTRUCTION MANAGERS OF SOUTHEAST TEXAS OF PORT ARTHUR, TEXAS INCREASING THE CONTRACT AMOUNT BY $4,781.97 TO A NEW CONTRACT AMOUNT OF $3,824,635.49, AND AUTHORIZING ACCEPTANCE OF THE ENGINEER'S CERTIFICATE OF SUBSTANTIAL COMPLETION, CONTRACTORS CERTIFICATE OF WARRANTY, CONTRACTOR'S AFFIDAVIT OF PAYMENTS OF DEBTS AND CLAIMS, FINAL PAYMENT AFFIDAVIT, AND CONTRACTOR'S CERTIFICATE OF FINAL COMPLETION FOR PORT ARTHUR TRANSIT'S NEW MAINTENANCE BUILIDING AND AUTHORIZING THE CITY MANAGER TO RELEASE THE RETAINAGE IN THE AMOUNT OF $192,487.10; FUNDS AVAILABLE IN ACCOUNT 401-70-530-8512-00-60-000. 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 in an amount not to exceed $3,495,000.00; and, WHEREAS, pursuant to Resolution No. 20-080, the City Manager was authorized to execute Change Order No. 1 with CMOST which resulted in a net increase of$154,199.64; and, WHEREAS, pursuant to Resolution No. 20-305, the City Manager was authorized to execute Change Orders No. 3 to 16 with CMOST which resulted in a savings of$88,259.87; and, WHEREAS, pursuant to Resolution No. 20-427, the City Manager was authorized to execute Change Orders No. 17 to 31 with CMOST which resulted in a net increase of $131,351.02; and, WHEREAS, pursuant to Resolution No. 21-127, the City Manager was authorized to execute Change Orders No. 32 to 47 with CMOST which resulted in a net increase of $45,162.01; and, WHEREAS, PAT is recommending that the City of Port Arthur by its City Manager approve the final Change Orders No. 48 to 51 for a net project increase of$4,781.97 for a new contract amount not to exceed $3,824,635.49, as delineated in Exhibit"A"; and, P.R. No. 21917 05/22/2021 IM WHEREAS, PAT has received the following contract documents and made a part hereof: the Engineer's Certificate of Substantial Completion, Contractor's Affidavit of Payment of Debts and Claims, Final Payment Affidavit, Contractor's Certificate of Warranty, and the Contractor's Certificate of Final Completion executed by CMOST (Exhibit"B"); and, WHEREAS, the release of retainage for the project is 5% of the work completed and billed in the amount of$192,487.10 for CMOST (Exhibit"C"); and, WHEREAS, CMOST has completed the project satisfactorily and has been accepted by the Transit Department of the City of Port Arthur, Texas. 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 execute on behalf of PAT, Change Orders No. 48 to No. 51 (Exhibit "A") and the Certificate of Substantial Completion (Exhibit "B" ). THAT, final payment be made to CMOST in the amount of $192,487.10 (Exhibit THAT, a copy of the caption of this Resolution be spread upon the Minutes of the City Council. READ,ADOPTED AND APPROVED this day of A.D. 2021 at a Regular Meeting of the City of Port Arthur, Texas by the following vote: AYES: Mayor: Councilmembers: NOES: Thurman"Bill" Bartie, Mayor P.R. No. 21917 05/22/2021 IM ATTEST: Sherri Bellard, City Secretary APP OVED AS TO FORM: 042:4fi b al Tizeno, C. y Attorney ��l APPROVED FOR ADMINISTRATION: APPROVED AS TO AVAILABILITY OF FUNDS: 401-70-530-8512-00-60-000 Ronald Burton Kandy Da‘el C)‘)\-4 City Manager Interim Director of Finance (VIA& Clifton illiams, CPPB Ivan Mitchell Purchasing Manger Transit Director P.R. No. 21917 05/22/2021 IM Exhibit "A" CHANGE ORDER NO. 48 TO NO. 51 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. 48 to No. 51 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 $3,824,635.49. 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. 48 to No. 51. ORIGINAL CONTRACT PRICE: $3,495,000 CURRENT CONTRACT PRICE (adjusted by previous CHANGE ORDER#1 to#47): $3,819,853.52 The Contract Amount due to this CHANGE ORDER will increase by: $4,781.97 The new CONTRACT AMOUNT including the CHANGE ORDER will be: $3,824,635.49 SIGNED AND AGREED TO on the 27 day of May,2021. / CONSTRUCTIO G S OF SOUTHEAST TEXAS Print Name:_Bruce Reyes Title: d SIGNED AND AGREED TO on the_ day of , 2021. CITY OF PORT ARTHUR BY: RONALD BURTON, CITY MANAGER Construction Managers of Soutt7ea;st Texas, LLC • 225 HIGHWAY 365—PORT ARTHUR, TEXAS 77640—PHONE (409) 736—9010— FAX (409) 7369020 March 15, 2021 Port Arthur Transit 318 Procter St. Port Arthur, TX 77640 Re: Transit Maintenance Facility Change Proposal 48: Ivan: Please find below and attached the cost associated with adding the receptacle in front of the lube compressor rood', and 4 receptacles on the mezzanine area on the exterior electrical and IT room walls. Note that this proposal does not include a lift for the installation. We are basing this proposal on being able to use the Transit Department's lift. 1. Electrical Specialties $1,512.11 2. CMOST OH&P $226.82 3. Bond Mark Up $52.17 TOTAL: $1,791.10 Sincerely, Construction Managers of Southeast Texas, LLC Jose Cardenas Proj!!ct Manager CC: Bruce Reyes—CMOST CHANGE ORDER PROPOSAL Date: 3/15/2021 Project# Electrical Specialties, Inc. CREDIT TERMS: NET 30 DAYS Invoices are subject to a finance charge of 1.5%per month,annual rate of 1550 Langham Rd 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 REASON FOR CHANGE: Owner requested to add receptacle in Shop area on column in front of Lube Compressor Room, and 4 receptacles on mezzanine on Electrical Room and IT Room wall. DESCRIPTION OF TASKS: Run conduit form existing overhead conduit run to column for receptacle and cut in 4 receptacle! upstairs on mezzanine as show on sketch. MATERIALS: Units: Description: Unit Price Ext. Price 1 Boxes, conduit, wire, plaster rings, straps $344.40 $344.40 Misc material TOTAL MATERIAL $344.40 SALES TAX: LABOR: Hours: Description: Rate Ext. Price 8 Foreman $56.53 $452.24 8 Apprentice $42.18 $337.44 TOTAL LABOR $789.68 0/H & PROFIT 378.03 Total: $1,512.11 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 a satisfactory,and(I)/(we)hereby authorize the performance of this work. CUSTOMER SIGNATURE TITLE Date 5/71././., 3/15/2021 ohn Foxwort Electrical Specialties, Inc Date Construction Managers of Southeast Texas, LLC 225 HIGHWAY 365—PORT ARTHUR, TEXAS 77640 — PHONE (409) 736 — 9010— FAX (409) 7369020 March 22, 2021 Port Arthur Transit 318 Procter St. Port Arthur, TX 77640 Re: Transit Maintenance Facility Change Proposal 49: Ivan: Please find below and attached the cost associated with the installation of a new 3 phase 30-amp circuit and disconnect for the tire machine at the column that was going to get a receptacle per change proposal No.48. Note that this cost is the additional cost needed in addition to what was previously approved in change proposal No.48. 1. Electrical Specialties $897.85 2. CMOST OH&P $134.68 3. Bond Mark Up $30.98 TOTAL: $1.063.51 Sincerely, Construction Managers of Southeast Texas, LLC Jose Cardenas Project Manager CC: Bruce Reyes—CMOST CHANGE ORDER PROPOSAL Date: 3/22/2021 Project# Electrical Specialties, Inc. CREDIT TERMS: NET 30 DAYS Invoices are subject to a finance charge of 1.5%per month,annual rate of 1550 Langham Rd 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 REASON FOR CHANGE: Owner requested to add receptacle in Shop area on column in front of Lube Compressor Room, this has changed to 3 phase 30 amp circuit for tire machine. The 4 receptacles on mezzanine on Electrical Room and IT Room wall where part of the original CO. DESCRIPTION OF TASKS: Run new conduit form existing overhead conduit run to column to feed new disconnect for tire machine. Cut in 4 receptacles upstairs on mezzanine as show on sketch as per original CO.. MATERIALS: Units: Description: Unit Price Ext. Price 1 Boxes, conduit, wire, disconnect, 3 pole breaker $377.26 $377.26 Misc material TOTAL MATERIAL $377.26 SALES TAX: LABOR: Hours: Description: Rate Ext. Price 3 Foreman $56.53 $169.59 3 Apprentice $42.18 $126.54 TOTAL LABOR $296.13 0/H & PROFIT 224.46 Total: $897.85 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 a satisfactory,and(I)/(we)hereby authorize the performance of this work. CUSTOMER SIGNATURE._ TITLE Date 2 �� PB .0 6+42LX 3/22/2021 John Foxwo h Electrical Specialties, Inc Date • Construction Managers of Southeast Texas, LLC 225 HIGHWAY 365—PORT ARTHUR, TEXAS 77640 — PHONE (409) 736 — 9010— FAX (409) 7369020 April 20, 2021 Port Arthur Transit 318 Procter St. Port Arthur, TX 77640 Re: Transit Maintenance Facility Change Proposal 50: Ivan: Please find below and attached the credit associated with the cameras that were not replaced at your admin building. 1. Electrical Specialties ($1,112.00) 2. CMOST OH&P ($166.80) 3. Bond Mark Up ($38.36) TOTAL: ($1,317.16) Sincerely. Construction Managers of Southeast Texas, LLC Jose Cardenas Project Manager CC: Bruce Reyes—CMOST PROPOSAL/CONTRACT Date: 8/20/2020 Project# Electrical Special Ls, 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 ❑ 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- AT SIGNATURE TITLE Date C .cL�� •W ( ?trite . - J Clem nts Electrical Specialties,Inc. Date Construction Managers of Southeast Texas, LLC 225 HIGHWAY 365—PORT ARTHUR, TEXAS 77640—PHONE (409) 736—9010— FAX (409) 7369020 May 10, 2021 • Port Arthur Transit 318 Procter St. Port Arthur, TX 77640 Re: Transit Maintenance Facility Change Proposal 51 R: Ivan: Please find below and attached the cost associated with adding the office outlets, lighting, and RTU-1 to Emergency Power. This cost is based on working during normal business hours. Power to the lights and RTU- 1 will possibly go out for a couple of hours during the three-day installation period. Once the Transformer is worked on the power will likely be out between 4-8 hours(during the three-day installation period). 1. Electrical Specialties $2,739.15 2. CMOST OH&P $410.87 3. Bond Mark Up $94.50 TOTAL: $3,244.52 Sincerely, Construction Managers of Southeast Texas, LLC • Jose.Cardenas Project Manager CC: Bruce Reyes—CMOST • CHANGE ORDER PROPOSAL Date: 5/10/2021 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 REASON FOR CHANGE: Owner requested to add office outlets, lighting and RTU-1 to Emergency Power. DESCRIPTION OF TASKS: Furnish and install new 3 pole 100 amp breaker to Panel EHA to feed T-1 transformer, relocate breaker from HA to EHA for the RTU — 1, HA-3 lighting, water heater. MATERIALS: Units: Description: Unit Price Ext. Price 1 Misc material $475.00 $475.00 TOTAL MATERIAL $475.00 SALES TAX: LABOR: Hours: Description: Rate Ext. Price 16 Foreman $56.53 $904.48 16 Apprentice $42.18 $674.88 TOTAL LABOR $1,579.36 0/H & PROFIT 684.79 Total: $2,739.15 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 4/29/2021 ohn Foxwort Electrical Specialties,Inc Date P.R. No. 21917 05/22/2021 IM Exhibit "B" Document G704n — 2017 Certificate of Substantial Completion PROJECT:(name and address) CONTRACT INFORMATION: CERTIFICATE INFORMATION: City of Port Arthur Transit Maintenance Contract For:General Construction Certificate Number:001 Facility Date:3-12-2020 Date:3-03-2021 OWNER:(name and address) ARCHITECT:(name and address) CONTRACTOR:(name and address) City of Port Arthur Huitt-Zollars,inc. Construction Managers of Southeast 444 4'h Street,Port Arthur,TX 77460 10350 Richmond Ave,Suite 300 Texas,LAC. Houston,Texas 77042-4248 225 Highway 365,Port Arthur,TX 77640 The Work identified below has been reviewed and found,to the Architect's best knowledge,information,and belief,to be substantially complete.Substantial Completion is the stage in the progress of the Work when the Work or designated portion is sufficiently complete in accordance with the Contract Documents so that the Owner can occupy or utilize the Work for its intended use.The date of Substantial Completion of the Project or portion designated below is the date established by this Certificate. (identj the Work,or portion thereof,that is substantially complete.) City of Port Arthur Transit Maintenance Facility Fran rod/C—c liuitt-%ollurs.Inc. r/i C' . i/;� �E lasso 3-03-2021 ARCHITECT(Firm Name) SIGN URE PRINTED NAME AND TITLE DATE OF SUBSTANTIAL COMPLETION WARRANTIES The date of Substantial Completion of the Project or portion designated above is also the date of commencement of applicable warranties required by the Contract Documents,except us stated below: (Identify warranties that do not conrnrence on the date of Substantial Completion,if any,and indicate their date of commencement.) 3-03-2021 WORK TO BE COMPLETED OR CORRECTED A list of items to be completed or corrected is attached hereto,or transmitted as agreed upon by the parties,and identified as follows: (identify the list of Work to be completed or corrected.) 4-03-2021 The failure to include any items on such list does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract Documents.Unless otherwise agreed to in writing,the date of commencement of warranties for items on the attached list will be the date of issuance of the final Certificate of Payment or the date of final payment,whichever occurs first.The Contractor will complete or correct the Work on the list of items attached hereto withinyl;.(�(3 0 )days from the above date of Substantial Completion. Cost estimate of Work to be completed or corrected: S The responsibilities of the Owner and Contractor for security,maintenance,heat,utilities,damage to the Work,insurance,and other items identified below shall be as follows: (Note:Owner's and Contractor's legal and insurance counsel should review insurance requirements and coverage.) The Owner shall be responsible for all insurance,utilities,maintenance,security,and damage to work except damage that may be caused by the Contractor's work forces during the correction of the Punch-list Items. The Owner and Contractor hereby accept th respon ibilities assigned to them in this CertificateVof�Substantial Completion: /l Se,s, 1 (4 CV "3/J)/2 CONTRACTOR(Firm TIME PRINTED NAME AND TITLE DATE Name) OWNER(Firm Name) SIGNATURE PRINTED NAME AND TITLE DATE AIA Document G704"—2017.Copyright® 1963,1978,1992,2000 and 2017 by The American Institute of Architects.All rights reserved.The"American Institute of Architects.''AIA.'the AIA Logo,and"AIA Contract Documents"are registered trademarks and may not be used without permission.This document 4 was produced by AIA software at 17:24:22 ET on 03/08/2021 under Order No.0981660961 which expires on 11/02/2021,is not for resale,is licensed for one-time use only,and may only be used In accordance with the AIA Contract Documents"Terms of Service.To report copyright violations,e-mail copyrighttaaie org. User Notes: (3B9ADA54) CONTRACTOR'S AFFIDAVIT OF OWNER 0 PAYMENT OF DEBTS AND CLAIMS ARCHITECT 0 CONTRACTOR Dt .-V.4 Docu►ne►t!G706 5UR>✓tV 0 (Instructions on reverse side! OTHER 0 TC/OWNER: ARCHITECTS PROJECT NO.: rawme onrl rutrittso City of Port Arthur P20-014 444 4th Street,4th Floor CONTRACT FOR: Port Arthur, Texas 77640 PROJECT: CONTRACT DATED: rAYrrarrrrrnr«ddm.:' February 28,2020 Port Arthur Transit Maintenance Facility STATE OF: Texas C(7IN'IY OF: Jefferson The undersigned hereby certifies that.except as listed below, payment has been made in full and all obligations have otherwise been satisfied for all materials and equipment furnished. for all work, labor, and services performed.and for all known indebtedness and claims against the Contractor for damages arising in any manner in connection with the perfomance of the Contract referenced ahi we fi rr which the Owner or Owner's property might in any way be held responsible or encumbered. EXCEPTIONS: Retainage • SUPPORTING DOCUMENTS ATTACHED HERETO: CONTRACTOR: (Nrtnn•rood ratrinaSi I. Consent of Surety to Final Payment. Whenever Surety is involved. Consent of Surety is required. MA Document G707,Consent t if Surety.may he used fi ir this purrx r e. Indicate attachniertt: K2 yes 0 no Thrlb//uu'lng cnpportin,>,r documents should ld he attached hereto BY if rtyprlred hr the Owner n nr Of Web.. tit{rrt.AVOilinnvr 1. Contractor's Release or Waiver of Liens. conditional upon Bruce Reyes recespt t if final payment. rPrmi.,/'pone•rile!Mir./ 2. Separate Releases or Waivers of liens from Stlxconfractors Suhscrihed and sworn ttr before r •,r r thi:.date ff14V/7/ZQ Z-i and material and equipment suppliers, to the extent required by the Owner.ace(impanied by a list theme'1 <e'•-'_,,,,s AMBER KASPAR * Notary Pub• .?,' 4,. 6 MY COMMISSION EXPIRES ` 3. Contractor's Affidavit of Release of Liens (MA Document *i �� ;* 03/31/2024 G,o iA) My Cummissir rn F.xliire: NOTARY ID: 13242212-7 03/3/1Zyz AIACAUTION: You should sign an original AIA document that has this cat ion pain e in rec. n original assures that changes will not be obscured as may occur when documents are reproduced. See Instruction Sheet for Limited License for Reproduction of this document. IIIAIA DOCUMENT G706 • t.oNflim:IOK?AFFU)AVI-OF PAYMENT OF PEKIN AND(TAMS O!<),EDITION• 11A•01'..)94•THE.A.MERICAN iss'TI-If OF AKt:Hn'EM.I',ii NEW YORK AvE:Nt E. Nu'.WA.`MING ION.I I t. 21s i..A2v2 • WARNING: Unlicensed photocopying violates U.S.copyright laws and will subject the violator to legal prosecution. G 706—1994 tvi CONDITIONAL WAIVER AND RELEASE ON FINAL PAYMENT Project_allI-'`fltil e.,1 5 r ► 4tA.f1g'N-+tN(fe 131 t.t '4J6 Job No. 3T2-)2O -!o On receipt by the signer of this document of a check from Odd 1 (maker of I check) in the sum of$ l r f5M-,C I payable to Pi (payee or payees of 1 check) and when the check has been properly endorsed and has been paid by the hank on which it is drawn, this document becomes effective to release any mechanic's lien right, any right j arising from a payment bond that complies with a state or federal statute, any common law ! payment bond right, any claim for payment. and any rights under any similar ordinance, rule, or statute related to claiTj or pay ent rights or pe ons in the signer's positi n`ha the signer €6 on the property of ro (owner) located at 2 (location)to the following e tent: e 4 (job description). j?-? (qt1. f *� �XivS `17��2 This release covers the final payment to the signer for all labor, services. equipment, o materials furnished to the property or to edt/ns.T (person with whom signer contracted). Before any recipient of this document relies on this document,the recipient should verify \ . evidence of payment to the signer. The signer wan-ants that the signer has already paid or will use the funds received from I this final payment to promptly pay in full all of the signer's laborers. subcontractors, i materialmen, and suppliers for all work, materials, equipment, or services provided for or to the above referenced project up to the date of this waiver and release. i / Zt r rElhi -? j ompany name) 1 T i ! By (Signature) OL,k,//✓ (Title) i il STATE OF TEXAS COUNTY OF 4-' § \ This instrument was acknowledged before me on this _}$ day of 20_ -0, by 1.PIP _ _ (name), +••' (jo title) of II 20004.",-"Y:jika.L.9604174.5 (company name). / 1 ,';':" '', GE.ORGE MITCHELL. iiii ARY 'BLit',STATE OF TEXAS ;m Notary Pudic, State of Texas ; I z Comm.Exoires 08-06-2023 I "`° %':,$OF''`s Notary ID 130323258 Yril0 r..ror ,< .1 �` Fr �4 ; - CONDITIONAL WAIVER AND RELEASE ON FINAL PAYMENT Project Job No. On receipt by the signer of this document of a check from Q.vvt o s"'C (maker of check) in the sum of$ payable to Aix k.,.„4,„46. t_G. (payee or payees of check) and when the check has been properly endorsed and has been paid by the bank on which it is drawn, this document becomes effective to release any mechanic's lien right, any right arising from a payment bond that complies with a state or federal statute, any common law payment bond right, any claim for payment, and any rights under any similar ordinance, rule, or statute related to claim or payment rights for persons in the signer's positioR that the signer has on the property of air pk 4.-- Z. ►fi (owner) located at _32.2 ha�a� ak , i�1NAL, (location)to the following extent: (job description). This release covers the final payment to the si er for all labor, services, equipment, or materials furnished to the property or to ALp,,,,,co. u.c(person with whom signer contracted). Before any recipient of this document relies on this document,the recipient should verify evidence of payment to the signer. The signer warrants that the signer has already paid or will use the funds received from this final payment to promptly pay in full all of the signer's laborers, subcontractors, materialmen, and suppliers for all work, materials, equipment, or services provided for or to the above referenced project up to the date of this waiver and release. Date $ — 11 — --t kLexpi, LLC (Company name) By (Signature) (Title) STATE OF TEXAS § COUNTY OF'cI-i § ;� This instrument was acknowledged before me on th}s d day of , 20 21 , by �1p�ytd 7i (name), rk� _41/4,4 _ (job title) of A IP.o &L. V�- 'yhtierhi (company name). — 11(i. 2_ ,.• •JF KATY M. DEv01 E NOTARY UBLIC,STATE OF TEXAS i_(L � Notary ID�t316D99�t5 / 0 Alai? My Commission Expires 1 'rc c June 15. 2022 CONDITIONAL WAIVER AND RELEASE ON FINAL PAYMENT Project /(.Ce'1' Job No.02©-01/(9-Cil;(o25,20 l ��,,oudi�sfTSG On receipt by the signer of this document o�chpck fir e (maker of check) in the sum of$5Q63,/payable to C.65 j/ q -U (payee or payees of check) and when the check has been properly endorsed and has been aid by the bank on which it is drawn, this document becomes effective to release any mechanic's lien right, any right arising from a payment bond that complies with a state or federal statute, any common law payment bond right, any claim for payment,and any rights under any similar ordinance,rule,or statute related to .jy claim or pay r t rights or persons in the signer's position that the si s property on theof A t e%r(owner) located at -P ,cr)�� 1i (location)to the followin&extent: /u (job description). This release covers the final payment to-tt�hensigner for all labor, services, equipment, or materials furnished to the property or to pup 4).f-reA/• (,( (person with whom signer contracted). Before any recipient of this document relies on this document,the recipient should verify evidence of payment to the signer. The signer warrants that the signer has already paid or will use the funds received from this final payment to promptly pay in full all of the signer's laborers, subcontractors, materialmen,and suppliers for all work,materials,equipment,or services provided for or to the above referenced project up to the date of this waiver and release. Date ( �'oL I (Company name) By (Signature) CAS-- (Title) STATE OF TEXAS § � / COUNTY O p/-46)-- § ,� This ' trume t was,acknowledged before m n this of /1 L , 219-, by (name), (job title) of ompany name). 8 ouu,un TERRY COB te Of Texas OTAR BLIC,STATE OF TEXAS �=t; arV Public, Comm.ExPires06-Ot-2022 Nota Y�259221-5 CONDITIONAL WAIVER AND RELEASE ON FINAL PAYMENT Project Pock- A'4.1,,•Ac 1 vL.rv\- Job No. 15(3 " a U On receipt by the signer of this document of a check from CIA U S E"rX (maker of check) in the sum of$ a) a`)(y c`payable to Zc-r e. VQ\i.&) c.r kc-l(payee or payees of check) and when the check has been properly endorsed and has been paid by the bank on which it is drawn, this document becomes effective to release any mechanic's lien right, any right arising from a payment bond that complies with a state or federal statute, any common law payment bond right, any claim for payment, and any rights under any similar ordinance, rule, or statute related to claim or payment rights for persons in the signer's position that the signer has on the property of A T' (owner) located at 3 t$ ?t o tk Z! (location)to the following extent: 1-E V A L. (job description). This release covers the final payment to the signer for all labor, services, equipment, or materials furnished to the property or to Cr/Nu S E--T')C (person with whom signer contracted). Before any recipient of this document relies on this document, the recipient should verify evidence of payment to the signer. The signer warrants that the signer has already paid or will use the funds received from this final payment to promptly pay in full all of the signer's laborers, subcontractors, materialmen, and suppliers for all work, materials, equipment, or services provided for or to the above referenced project up to the date of this waiver and release. Date 5 t$` � l `‘,�'i11lftttale�/!4, �e�Z A L A // { ` 1 (Company name) .� O •'�-°(PRY P�/�,`.c•:0 ZGh� ►v`QCh r s By 7Z- e_ (Signature) * • \►+ ' U-Z.1-�— (Title) e ••:?;_ oFTE'hQ;: "ice 4'•y.. 1311:•• 51/ nco STATE OF TEXAS § COUNTY OF }i(Jti S § This instrument was acknowledged before me on this tcpt 0 day of M tA , 20 2A , by (M1n(&V\ VJ Gd('- (name), P►`CS Ity\)1- (jf`, title) of 2fAnG ca.\(company name). NOTARY PUBLIC,STATE OF TEXAS (� CONDITIONAL ON`-I &LD ITIONAL�W AIVER AND RELEASE ON FINAL PAYMENT Project {'�_ 1 '\ --TaLASt4" Job No. QO-0-ID-C-v\0Oa(;)-3,IS On receipt by the signer of this document of a check from (maker of check) in the sum of$ bY1,SO payable to-TE1u6 tl`e.4-Gutwutt.4a ais (payee or payees of check) and when the check has been properly endorsed and has been paid by the bank on which it is drawn, this document becomes effective to release any mechanic's lien right, any right arising from a payment bond that complies with a state or federal statute, any common law payment bond right, any claim for payment, and any rights under any similar ordinance, rule, or statute related to clai o, pa ment rights for persons in the signer's positi n that the signer has �� on the property of 1 wrTfCASI-4 (owner) located at )).9,D +tau" 9-, � (location)to the following extent: Tie .rm Tils (job description). This release covers the final payment to thesigner for all labor, services, equipment, or materials furnished to the property or to YU �, (person with whom signer contracted). Before any recipient of this document relies on this document, the recipient should verify evidence of payment to the signer. The signer warrants that the signer has already paid or will use the funds received from this final payment to promptly pay in full all of the signer's laborers, subcontractors, materialmen, and suppliers for all work, materials, equipment, or services provided for or to the above referenced project up to the date of this waiver and release. Date -� l- aOd � S `{ ...4- C CA-tins TilC_(Company name) By ( (Signature) pin-� (Title) STATE OF TEXAS § COUNTY OFS6Qc<AAN �G This 'nstrument was acknowledged before m on this 1 Tom`day of 20 a.I , by `i U (name), �I'i (jo title) of 142405 l9 4 j c company name). L.06 Cajtt ZPRY pUe DARLA CARTER NOTARY PUBLIC, STATE OF TEXAS 4 z :). Notary ID#124285424 My Commission Expires 4 fors August 2,2022 ONDI ZONAL WAIVER AND RELEASE ON FINAL PAYMENT (....6, Project /0 i Job No. C M ,--A,--,-_,-3' e____3 On receipt by the saner °is document check fromA U _17 aker of check) in the sum of$ ♦0 1 payable to,. 16j S1'('QUJFM Ft'Ci (payee or payees of check) and when the check has been properly endorsed and has been paid by the bank on which it is drawn, this document becomes effective to release any mechanic's lien right, any right arising from a payment bond that complies with a state or federal statute, any common law payment bond right, any claim for payment, and any rights under any similar ordinance, rule, or statute related to clai r p ent •ghts f�ypersoi s in the signer's rio th t th-, signer h9. on the property of rn1( >r f l r r) located at 0�1'the (location)to the following extent: (job description). 1 This release covers the final payment o the si r all labor, services, equipment, or materials furnished to the property or to (person with whom signer contracted). Before any recipient of this document relies on this document,the recipient should verify evidence of payment to the signer. The signer warrants that the signer has already paid or will use the funds received from this final payment to promptly pay in full all of the signer's laborers, subcontractors, materialmen, and suppliers for all work, materials, equipment, or services provided for or to the above referenced proOrip to the date of this waiver and release. Date b 1 0\ \r-i_ _ A, S, t ( f..et C1 ri. t , n e) __ rr • 4 (Signature) 4111 — (Title) STATE OF TEXAS § ... ---- ."- 4164 COUNTY OF OlAa This ' .trum t w s a knowlcdged before me this d of 1 ?eg ' 20 e ' ) of (coin y name). pl~ ORA`i W.DISTEFANO OTARY PUBLIC,S ATE OF TEX S Notary Public,Stara of Texas Notary IN 163444-0 ,yy My Commission Expiras 04.10-2025 CONDITIONAL WAIVER AND RELEASE ON FINAL PAYMENT Project eth AvAtuir- frot,l-i- tatavil Job No. On receipt by the signer of this document of a check from G MSV0( (maker of check) in the sum of$ IG1,932.1,0 payable to Ji1'i) P Nth'OY1 (payee or payees of check) and when the check has been properly endorsed and has been paid by the bank on which it is drawn, this document becomes effective to release any mechanic's lien right, any right arising from a payment bond that complies with a state or federal statute, any common law payment bond right, any claim for payment, and any rights under any similar ordinance, rule, or statute related to claim or payment rights for persons in the signer's position that the signer has on the property of CAN 0 Pvrt (owner) lopcated at 30 t 44.4A 9 * I'k14litAkif (location)to the following extent: Si , Simon % taVA.f. {, (job description). This release covers the final payment to the signer for all labor, services, equipment, or materials furnished to the property or to CYV\t /l)4 (person with whom signer contracted). I Before any recipient of this document relies on this document, the recipient should verify evidence of payment to the signer. The signer warrants that the signer has already paid or will use the funds received from this final payment to promptly pay in full all of the signer's laborers, subcontractors, materialmen, and suppliers for all work, materials, equipment, or services provided for or to the above referenced project up to the date of this waiver and release. Date tt 5- [ I Z°Z' AY M (Company name) By (Signature) Wikafr (Title) STATE OF TEXAS § COUNTY OF § This instrument was acknowledged before me on this day of , 20 , by (name), (job title) of (company name). NOTARY PUBLIC,STATE OF TEXAS CONDITIONAL WAIVER AND RELEASE ON FINAL PAYMENT Project Air /a/?IMu& /hitts,r Job No. (ram 0J4 N en,A. /t mite.e 2s On receipt by the signer of this document of a check from op ce 7 c (maker of check) in the sum of$ 94/, `!y payable to covy,4 6 5/0,04n y (payee or payees of check) and when the check has been properly endorsed and has been paid by the bank on which it is drawn, this document becomes effective to release any mechanic's lien right, any right arising from a payment bond that complies with a state or federal statute, any common law payment bond right, any claim for payment, and any rights under any similar ordinance, rule, or statute related to claim or payment rights for persons in the signer's position that the signer has on the property of (owner) located at (location)to the following extent: (job description). This release covers the final payment to the signer for all labor, services, equipment, or materials furnished to the property or to (person with whom signer contracted). Before any recipient of this document relies on this document, the recipient should verify evidence of payment to the signer. The signer warrants that the signer has already paid or will use the funds received from this final payment to promptly pay in full all of the signer's laborers, subcontractors, materialmen, and suppliers for all work, materials, equipment, or services provided for or to the above referenced project up to the date of this waiver and release. Date c/)4/Po 5Wdl2 n �pAP e ti ; (Company name) By (Signature) (Title) STATE OF TEXAS § ` § COUNTY OF 501 n This instrument was acknowledged before me on thi,%/'1'G$ day of A17 , 20 021 , by K7/9., 6,,v✓I)0 (name), ✓rr' (job title) of covetto tor,"., (company name). /�/ ,•.`,1*: 'o, NOTARY1/4 LIC, STATE OF TEXAS `�1p,P ?(,�i, LARRY KYLE WRIGHT 4' c=Notary Public,State of Texas 35\ \.. Comm.Expires 04-06-2025 Notary ID 133018152 CONDITIONAL WAIVER AND RELEASE ON FINAL PAYMENT Project Port Arthur Transit Facility Job No. On receipt by the signer of this document of a check fromconstruction Managers of SETX(maker of check) in the sum of$ 1569.55 payable to AmeraProducts Inc dba AmeraGlass Co (payee or payees of check) and when the check has been properly endorsed and has been paid by the bank on which it is drawn, this document becomes effective to release any mechanic's lien right, any right arising from a payment bond that complies with a state or federal statute, any common law payment bond right, any claim for payment, and any rights under any similar ordinance, rule, or statute related to claim or payment rights for persons in the signer's position that the signer has on the property of Port Arthur Transit Facility (owner) located at Port Arthur Texas (location)to the following extent: Glass and Glazing (job description). This release covers the final payment to the signer for all labor, services, equipment, or materials furnished to the property or to Ameraproducts Inc (person with whom signer contracted). Before any recipient of this document relies on this document, the recipient should verify evidence of payment to the signer. The signer warrants that the signer has already paid or will use the funds received from this final payment to promptly pay in full all of the signer's laborers, subcontractors, materialmen, and suppliers for all work, materials, equipment, or services provided for or to the above referenced project up to the date of this waiver and release. Date May 13, 2021 Ameraproducts Inc (Company name) By (Signature) Owner/Operator (Title) STATE OF TEXAS § COUNTY OF Jefferson § This instrument was acknowledged before me on this 13 day of May , 20 21 , by Keith Barnett (name), Owner/Operator of Ameraproducts Inc (company name). '` 0P!i; ;ar i DEANNA RASHEL BENNETT NOTAR LIC, STATE OF TEXAS .,.'!p" n!cari Public,State of Texas Comm.Expires 05-22-2023 ��''ih°„0 Notary ID 130190595 CONDITIONAL WAIVER AND RELEASE ON FINAL PAYMENT Project rG( A ha r r a r`s Job No. L C;_ CA-1 2 e tv1 Z O'l G - 3. CG notr u C-Vt G n N\ r cv c)e.r 5 G' On receipt by the signer of this document of a check from T)( (maker of check) in the sum of$ G S C payable to Cco340.1 Sat Ink\e r-Cc.jnc.(payee or payees of check) and when the check has been properly endorsed and has been paid by the bank on which it is drawn, this document becomes effective to release any mechanic's lien right, any right arising from a payment bond that complies with a state or federal statute, any common law payment bond right, any claim for payment, and any rights under any similar ordinance, rule, or statute related to claim or payment rights for persons in the signer's position that the signer has on the property of-Pork {1f Vhio 1CU\ (owner) located at 3 22 CCkUr S ". i '( 1 At k\L_r (location)to the following extent: -\t `i)nn\<\er i\sia. \ (job description). This release covers the final payment to the signer for all labor, services, equipment, or materials furnished to the property or to 01N.5kr,ti,on NI4k,atier(person with whom signer contracted). Lf 5 CT`‘ Before any recipient of this document relies on this document, the recipient should verify evidence of payment to the signer. The signer warrants that the signer has already paid or will use the funds received from this final payment to promptly pay in full all of the signer's laborers, subcontractors, materialmen, and suppliers for all work, materials, equipment, or services provided for or to the above referenced project up to the date of this waiver and release. Date \ ` , CC R \c ,5 c,nk\ec C C c . (Company name) By ,,. ti•-- L. C. (Signature) \I 1C --Pc eSt Ak, (Title) STATE OF TEXAS § COUNTY OF. ecSCr\ § This instrument was acknowledged before me on this 1.3 day of NAck y , 20 2-l , by \cie\i an V3 . (LUX {{ (name), \j t e i c"(e (job title) of ec,as40-.l .a+oN.k. Co, (company name). jirr tie4 NOTARY PUBLIC, STATE OF TEXAS • �s 4 3Q4 1'�►t. `� CONDITIONAL WAIVER AND RELEASE ON FINAL PAYMENT Project Port Arthur Transit Job No. R310222.01 On receipt by the signer of this document of a check from Construction Managers (maker of SE TX, Inc. check) in the sum of$215.62 payable to Environmental A�Allies payee or payees of check) and when the check has been properly endorsed and has been paid by the bank on which it is drawn, this document becomes effective to release any mechanic's lien right, any right arising from a payment bond that complies with a state or federal statute, any common law payment bond right, any claim for payment, and any rights under any similar ordinance, rule, or statute related to claim or payment rights for persons in the signer's position that the signer has on the property of City of Port Arthur (owner) located at 344 Proctor Street (location)to the following extent: Erosion Control (job description). This release covers the final payment to the signer for all labor, services, equipment, or materials furnished to the property or to Construction Managers (person with whom signer contracted). of SE TX, Irrt. Before any recipient of this document relies on this document, the recipient should verify evidence of payment to the signer. The signer warrants that the signer has already paid or will use the funds received from this final payment to promptly pay in full all of the signer's laborers, subcontractors, materialmen, and suppliers for all work, materials, equipment, or services provided for or to the above referenced project up to the date of this waiver and release. Date May 17, 2021 ENVIRONMENTAL ALLIES (Company name) By_ 'Gi - tt;�� (Signature) Manager (Title) STATE OF TEXAS § COUNTY OF HARRIS § This instrument was acknowledged before me on this 17th day of May , 20 21 , by Joanna Alcorn (name), Manager (job title) of Environmental Allies (company name). Y(�/� 4. 01114, PAM D.ELLIS —1..�^tG-- z:' 'e%Notary Public,State of Texas NOTARY PUBLIC, STATE OF TEXAS i� Comm.Expires 03-11-2022 tr„°;pv Notary ID 8005491 CONDITIONAL WAIVER AND RELEASE ON FINAL PAYMENT Project CM2020-3-10 Job No. 21731 On receipt by the signer of this document of a check from Construction Managers of ESTX (maker of check) in the sum of$ 66654.60 payable to Electrical Specialties, Inc. (payee or payees of check) and when the check has been properly endorsed and has been paid by the bank on which it is drawn, this document becomes effective to release any mechanic's lien right, any right arising from a payment bond that complies with a state or federal statute, any common law payment bond right, any claim for payment, and any rights under any similar ordinance,rule, or statute related to claim or payment rights for persons in the signer's position that the signer has on the property of city of Port Arthur (owner) located at 322 Proctor St.,Port Arthur,Texas 77640 (location)to the following extent: Port Arthur Transit Maintenance Bldg (job description). This release covers the final payment to the signer for all labor, services, equipment, or materials furnished to the property or to Construction Managers of SETX (person with whom signer contracted). Before any recipient of this document relies on this document, the recipient should verify evidence of payment to the signer. The signer warrants that the signer has already paid or will use the funds received from this final payment to promptly pay in full all of the signer's laborers, subcontractors, materialmen, and suppliers for all work, materials, equipment, or services provided for or to the above referenced project up to the date of this waiver and release. Date 5/13/2021 Electrical Specialties, Inc. (Company name) By (`,, / (Signature) Presid t (Title) STATE OF TEXAS § § COUNTY OF Jefferson § This instrument was acknowledged before me on this 14th day of May , 2021 , by JD Bums (name), President (job title) of Electrical Specialties,Inc. (company name). C: tl>7-e I `�o�;4rn`',�,� DEBORAH LYNN FOX NO ARY LIC, STATE OF TEXAS __; S.Notary Public,State of Texas m9 �p` Comm.Expires 02-11-2022 '4 3F-7� Notary ID 11119737 K 4�@A +!!!•yl yRi) CONDITIONAL WAIVER AND RELEASE ON FINAL PAYMENT Project Pt Arthur Transit Facility Job No. On receipt by the signer of this document of a check from Construction Managers (maker of check) in the sum of$ 17,506.25 payable to Jones Aluminum, Inc (payee or payees of check) and when the check has been properly endorsed and has been paid by the bank on which it is drawn, this document becomes effective to release any mechanic's lien right, any right. arising from a payment bond that complies with a state or federal statute, any common law payment bond right, any claim for payment, and any rights under any similar ordinance, rule, or statute related to claim or payment rights for persons in the signer's position that the signer has on the property of Pt Arthur Transit Facility (owner) located at 301 4th St, Pt Arthur,TX 77640 (location)to the following extent: A'eC/it S0 -r r Sgalit- (job description). This release covers the final payment to the signer for all labor, services, equipment, or materials furnished to the property or to e /LS c '-. (person with whom signer contracted). Before any recipient of this document relies on this document, the recipient should verify evidence of payment to the signer. The signer warrants that the signer has already paid or will use the funds received from this final payment to promptly pay in full all of the signer's laborers, subcontractors, materialmen, and suppliers for all work, materials, equipment, or services provided for or to the • above referenced project up to the date of this waiver and release. Date n-,/�i/ �,/' (Company name) By -- _(Signature) (Title) .'p�?'•`Y".� MELANIEAJOHNSON o NOTARY PUBLIC .0#129447393 State of Texas STATE OF TEXAS § COrflm Exp 'a3.2oz1 § COUNTY OFF.14 /� § This intrument was acknowledged befor e on this /1 day of , 20,.21, by .S (name), b title) of Izc� sA kz/L,ZLvtA/1(cnpany name). NO ARY BLIC, STATE OF TEXAS CONDITIONAL WAIVER AND RELEASE ON FINAL PAYMENT Project •-P - t (U.KS?cit" Job No. On receipt by the signer of this document of a chec fro (maker of check) in the sum of S 3OO'.(CV payable to k ayee or payees of check) and when the check has been properly endo ed and has be n paid a bank on which it is drawn, this document becomes effective to release any mechanic's lien right, any right arising from a payment bond that complies with a state or federal statute, any common law payment bond right, any claim for payment, and any rights under any similar ordinance, rule, or statute related to clai o ayment =Aii for persons in the signer's position that the signer has on the property of ((�►►I,IF¢� (owner) located at (location)to the following ten • )vi MA*, (job description). This release covers the final payment to the signer fo all labor, services, equipment, or materials furnished to the property or to person with whom signer contracted). Before any recipient of this document relies on this document, the recipient should verify evidence of payment to the signer. The signer warrants that the signer has already paid or will use the funds received from this final payment to promptly pay in full all of the signer's laborers, subcontractors, materialmen, and suppliers for all work, materials, equipment, or services provided for or to the above referenced project up to the date of this waiver and release. Date C/ 13 ROC k-_i. 44-Af -' (Company name) By (Signature) (Title) STATE OF TEXAS § COUNTY OF ! /j 'i • § Th. in tr men as acknowledged bcfor eon,th's day of , 20 21 , by (name), t title) of any name). OTARY PUBLIC,S ATE 0 TEXAS =c`foiik, MICHELLE NEILL .�r r ID lri MyNota Cat Expire r n-': August 25, 202225816919s Exhibit "D" CONDITIONAL WAIVER AND RELEASE ON FINAL PAYMENT Project: City of Port Arthur Transit Maintenance Facility Job No. 20-042 Construction Managers of "On receipt by the signer of this document of a check from Southeast Texas,LLC (maker of check)in the sum of$ 632.25 payable to Quality Case&Fixture,Inc. (payee or payees of check) and when the check has been properly endorsed and has been paid by the bank on which it is drawn, this document becomes effective to release any mechanic's lien right,any right arising from a payment bond that complies with a state or federal statute, any common law payment bond right, any claim for payment,and any rights under any similar ordinance,rule,or statute related to claim or payment rights for persons in the signer's position that the signer has on the property of City of Port Arthur (owner) located at 301 4th Street,Pt.Arthur,Tx.77642 (location) to the following extent: Cabinets&Countertops (job description). This release covers the final payment to the signer for all labor, services, equipment, or Construction Managers of signer furnished to the property or to Southeast Texas,LLC (person with whom g ner contracted). Before any recipient of this document relies on this document, the recipient should verify evidence of payment to the signer. The signer warrants that the signer has already paid or will use the funds received from this final payment to promptly pay in full all of the signer's laborers, subcontractors, materialmen, and suppliers for all work,materials,equipment,or services provided for or to the above referenced project up to the date of this waiver and release." Date February 25,2021 Quality Case&Fixture,Inc. (Company name) By xto (Signature) President (Title) This instrument was executed and acknowledged before me on this day of ,20 ,by ,known to me as the person whose name is subscribed above, as [title] of [company], on behalf of and as the authorized act of said entity. Notary Public in and for the State of Texas My Commission Expires: Contractor Initial Subcontractor Initial xi CONDITIONAL WAIVER AND RELEASE ON FINAL PAYMENT Project Repair Transit Facility Job No. 20-042-CM2020-3.17 On receipt by the signer of this document of a check from Construction Managers of Southeast Texas (maker of check) in the sum of$9,203.37 payable to Reeder Distributors, Inc. (payee or payees of check) and when the check has been properly endorsed and has been paid by the bank on which it is drawn, this document becomes effective to release any mechanic's lien right, any right arising from a payment bond that complies with a state or federal statute, any common law payment bond right, any claim for payment, and any rights under any similar ordinance, rule, or statute related to claim or payment rights for persons in the signer's position that the signer has on the property of City of Port Arthur (owner) located at 444 4th Street.4th floor•Port Arthur,TX 77640 (location)to the following extent: (job description). This release covers the final payment to the signer for all labor, services, equipment, or materials furnished to the property or to Construction Managers of Southeast Texas (person with whom signer contracted). Before any recipient of this document relies on this document, the recipient should verify evidence of payment to the signer. The signer warrants that the signer has already paid or will use the funds received from this final payment to promptly pay in full all of the signer's laborers, subcontractors, materialmen, and suppliers for all work, materials, equipment, or services provided for or to the above referenced project up to the date of this waiver and release. Date j-13-7-0 Z. Reeder Distributors Inc. (Company name) By (Signature) CS 7r'vi.4 04 (Title) STATE OF TEXAS § COUNTY OF Tarrant § }, This instrument was acknowledged before me on this l'jk` day of M6t,, , 20 2� , by �C.IL�kr1( 'L U3C . Ac\S (name), 1,s ,fyl 1- N Oo16 title) of Reeder Distributors Inc. (company name). rl CO/a') AMANDA BERTRAND NOTARY PUBLIC, STATE OF TEXAS 2Notary Public, State of Texas 9'•.t^i °P Comm. Expires 01-30-2024 '4,°t s Notary ID 132337309 CONDITIONAL WAIVER AND RELEASE ON FINAL PAYMENT Project tor+ i1r t.t Tans; �c;ll,l Job No. AO-o4a-eM aoao-3,(8 On receipt by the signer of this document of a check from t,MOST (maker of check) in the sum of$ 50 payable to $fn Z►1dw4` t1atc...(payee or payees of check) and when the check has been properly endorsed and has been paid by the bank on which it is drawn, this document becomes effective to release any mechanic's lien right, any right arising from a payment bond that complies with a state or federal statute, any common law payment bond right, any claim for payment, and any rights under any similar ordinance, rule, or statute related to claim or payment ri hts for persons in the signer's position that the signer has on the property of C-t, of P4+ttrcw (owner) located at 3o1 gt445+. P6rf 414}t1vv\ 'X (location)to the following extent: GxiWioY Si)►4& (job description). This release covers the final payment to the signer for all labor, services, equipment, or materials furnished to the property or to CMOST (person with whom signer contracted). Before any recipient of this document relies on this document, the recipient should verify evidence of payment to the signer. The signer warrants that the signer has already paid or will use the funds received from this final payment to promptly pay in full all of the signer's laborers, subcontractors, materialmen, and suppliers for all work, materials, equipment, or services provided for or to the above referenced project up to the date of this waiver and release. Date 5-13-X1 n `mi'mal I lvt C. (Company name) By (Signature) (Title) STATE OF TEXAS § COUNTY OF Te4f-e-y5 § ^ This instrument was acknowledged before me on this 13 day of Mai , 20;.. , by v&I( VA4A(I e nvY (name), p(+ule114,‘4 (job title) of $iyn Sark►v,+ 1.1s.J- .(company name). t�avau�� Amanda White ' NOTARY PUBLIC,STATE OF TEXAS :" ° Nolflry p '. ublic.Slnlo of axes ■ � Comm.Expires 12-i1-Z2 % '• - '-+Y Nolary ID 12415481.8 � CONDITIONAL WAIVER AND RELEASE ON FINAL PAYMENT I�+ Project Atpomtti t Gt\1. Job No.W- OIL—(,N1Za10Q '' Vir On receipt by the signer of this document of a check from Cli1/40441 (maker of check) in the sum of$ N payable to i � ee or payees of check) and when the check has been properly endorsed and has been paid by the hank on which it is drawn, this document becomes effective to release any mechanic's lien right, any right arising from a payment bond that complies with a state or federal statute, any common law payment bond right, any claim for payment, and any rights under any similar ordinance, rule, or statute related to claim or payment ri h s for ersons in the signer's position that I. e signer has on the property of 1(�IOi ltS 'owner) located at fk t (location)to the following extent: \ 'On (job description). This release covers the final payment to the -i Jner for all labor, services, equipment, or _ c materials furnished to the property or to son with whom signer contracted). Before any recipient of this document relies on this document. the recipient should verify evidence of payment to the signer. The signer warrants that the signer has already paid or will use the funds received from this final payment to promptly pay in full all of the signer's laborers, subcontractors, materialmen. and suppliers for all work, materials, equipment, or services provided for or to the above referenced project up�tothe date of this waiver and release. Date__Vh_G, !/ot�' Sr IN(/ (Company name) B 4, 0 21,______(Signature) {i% (Title) STATE OF TEXAS § COUNTY OFS § 1(t�„_ This 'ns(ru>�egt was acknowledged before me on is y _ I1 (mAllA u 'lhz�1 g t' day of , .,.0 , by t (name), \4 (j b title) of GM ap1ny name). %"firs" JESSICA JOHNSON ` _=°r �_Notary Public.State of Texas A RY IC, STATE OF TEXAS r' 'r= Comm.Expires 10-18-2023 -yip•... '`r „°1;A• Notary ID 126290838 CONDITIONAL WAIVER AND RELEASE ON FINAL PAYMENT Project �jQ '1 Job No.(220-OVA-C`,1;(c24,22).-3,5"-- lUdi f�46 On receipt by the signer of this document o chpck f �� (maker of check)in the sum of$�Q43,A"payable to ///�th,�rr �(payee or payees of check)and when the check has been properly endorsed and h been_aid by the bank on which it is drawn, this document becomes effective to release any mechanic's lien right, any right arising from a payment bond that complies with a state or federal statute, any common law payment bond right, any claim for payment,and any rights under any similar ordinance,rule,or statute related to clai/�or pa ment rights or persons in the signer's position that thepsi er has on the property of c./7 �t/- ,y„f t%r(owner) located at -0 ,t,/.��'�� (location)to the followmgextent: 4,,(.4-,&_6 (job description). This release covers the final payment to the signer for all labor, services, equipment, or materials furnished to the property or to P41.(° e.(,( (person with whom signer contracted). Before any recipient of this document relies on this document,the recipient should verify evidence of payment to the signer. The signer warrants that the signer has already paid or will use the funds received from this final payment to promptly pay in full all of the signer's laborers, subcontractors, materialmen,and suppliers for all work,materials, equipment,or services provided for or to the above referenced project up to the date of this waiver and release. Date ('1-0-1 4_r - (Company name) By (Signature) (Title) STATE OF TEXAS § -�'71p § COUNTY Of t` {�G6)-- § f This ' strume t was acknowledged before m (n this�-( o � j , 2?i, by(name), `'pot Q � (job title) of ompany name). �uuriRY CORBEL ``ot •P�Bi�Notary Public,State of Texas _:; Ex ices o6-of-2o22 OTAR BLIC,STATE OF TEXAS �::;*.41'Comm. Ps ' NotaryID259221-5���ii� Document G707TM - 1994 Consent of Surety to Final Payment Bond No, 58S211633 PROJECT: ARCHITECT'S PROJECT NUMBER: P20-014 OWNER El Port Arthur Transit Maintenance Facility CONTRACT FOR:'Construction Managers of Southeast Texas,LLC ARCHITECT❑ CONTRACTOR El TO OWNER: City of Port Arthur CONTRACT DATED: February 28,2021 SURETY❑ 444 4th Street,4th Floor Port Arthur,Texas 77640 OTHER❑ In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above,the �i~isert:narne and nddress�of Sure) Liberty Mutual Insurance Company 175 Berkeley Street Boston, MA 02116 ,SURETY, on bond of • Construction Managers of Southeast Texas,LLC 225 Highway 365 Port Arthur, TX 77640 ,CONTRACTOR, hereby approves of the final payment to the Contractor,and agrees that final payment to the Contractor shall not relieve the Surety of any of its obligations to City of Port Arthur 444 4th Street,4th Floor Port Arthur,Texas 77640 ,OWNER, as set forth in said Surety's bond. IN WITNESS WHEREOF,the Surety has hereunto set its hand on this date:May 17,2021 (Insert in writing the month followed by the numeric date and year) Liberty Mutual Insurance Company (Surety) t. .. (Signature of authorized representative) At es'S: Holli Orr,Attorney-in-Fact (Seed) (Printed name and title) ` vAl�]ION:tYtitrshould sIJtZan original AIA Contract Document,on which this text appears In RED.An original assures that -_'ch-ages will not be_ett§eitW. • 'Aa;.Doc' ent G,T0ti-1 'Copyright®1970 and 1994 by The American Institute of Architects.All rights reserved.WARNING:This Ale0ocumentis rot&cte9 b)�-U .Copyright Law and International Treaties.Unauthorized reproduction or distribution of this Ale Document,or any e portion of It say,resuit IQ':evere civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.Purchasers are not permik&ttr frcproduce this document To report copyright violations of AIA Contract Documents,e-mail The American Institute of Architects'legal counsel,copyrightaaia.org, amn c5N dew This Power of Attorney limits the acts of those named herein,and they have no authority to +--, bind the Company except in the manner and to the extent herein stated. ‘.r 1e Liberty Liberty Mutual Insurance Company Pit% Mu'uaI• The Ohio Casualty Insurance Company Certificate No:8205424-986514 West American Insurance Company SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the'Companies'),pursuant to and by authority heroin set forth,does hereby name,constitute and appoint, Eric Matlaga;Holli Orr ' all of the city of Atlanta state of GA each indNiduaily if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its ad and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or of vial of the Companies and the corporate seals of the Companies have been affixed thereto this 19th day of April , 2021 . Liberty Mutual Insurance Company P�tNsu� p`SY INst,p� 4.114514401991 The Ohio Casualty Insurance Company • .i3.co'�O"4,-+R� �J3eottPO1tp:cis,S Ow, West American Insurance Company Yt1912 0 0 1919 ciiE rd`4>�JACHu��aa y°y N,MPS"��aO %` iG�f- I r?c en * td 4'H1 * >• By: =m David M.Carey,Assistant Secretary Cr w co State of PENNSYLVANIA m cn County of MONTGOMERY ss o o to- w= On this 19th day of April , 2021 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 0 m d at Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes 0> therein contained by signing on behalf of the corporations by himself as a duly authorized officer. r>�' IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. c•N — g T 2 O m Q44 a+w S' Consnmwealth of PennsyNanla-Notary Seal >.-- D+_O tiw ! 7arata Pasfdla.Hoary RibGc d y Mentgomery 14�d%tC L& a, o m OF My eammission expires March 25.2025 By: 0) • dr C.onlnYsslon nurnber1i28014 0j., iol, .r Nemtier,Pere syMutla Association of NoWks erese Pastel's,Notary Public Q o ;op .a? This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company,Liberty Mutual oQ 0•E Insurance Company,and West American Insurance Company which resolutions are now in full funx and effect reading as follows: a cat ▪ m ARTICLE IV-OFFICERS:Section 12.Power of Attorney. o co w E My officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the o Presidentprescribe,shallappoint such attorneys-in-fact, a cfl v may ys-in-fad,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety m 5 any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shag c S o t have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such o or Z o instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under the provisions of this article may be revoked at any lime by the Board,the Chairman,the President or by the officer or officers granting such power or authority. ti o ARTICLE XII-Execution of Contracts:Section 5.Surety Bonds and Undertakings. My officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact,as may be necessary to ad in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,reoogn zances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company try their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fad as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge end deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in conneciig1 withiGretx bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Llewellyn, undersigned, y\M.^4 the Assistant Secretary,The Ohio Casualty Insurance Company„'`iae�y Mutknal-Ingur.Orce'Corn¢arhy,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy bf lia.poq+labf WorrleWlcu erj Eysaid Companies,is in full force and effect and has not been revoked. ---iu IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies tt is f dax of„/WC'I , ;,,.Z. /. 1NaUp_ cY Ilia rN3 ti: ,p at 1912 o - `1919 ;n m 1991 0 - c d04,4:0).:44 Z° hAM b� •cs, %wit. t, •`Reoestra tewesyn, istant nary LMS-12873 LMIC OCIC WAIC WO Co 02@t Construction Managers of Southeast Texas, LLC 225 Highway 365.Port Arthur.Texas 77640 Phone: (409) 736-9010 w w.cmoserx.com TO: City of Port Arthur 444 4th Street, 40 Floor Port Arthur, Texas 77640 RE: Project: Transit Maintenance Facility 344 Proctor Street Port Arthur, Texas 77640 SUBJ: Warranty Letter PROJECT No. P20-014 We hereby warrant all materials and workmanship on the above referenced project for a period of 1 year as required in the Specifications: Beginning Date(sub. comp.): 03/03/2021 Ending Date: 03/03/2022 For: DIVISION 2—EXISTING CONDITIONS DIVISION 8—OPENINGS 081113 Hollow Metal Doors and Frames DIVISION 3—CONCRETE 083113 Access Doors and Frames 031000 Concrete Forming and Accessories 083613 Sectional Doors 032000 Concrete Reinforcing. 084113 Aluminum-Framed Entrances and Storefronts. 033000 Cast-In-Place Concrete 088000 Glazing 033150 Concrete for Utility Construction 088300 Mirrors 034713 Tilt-Up Concrete DIVISION 9—FINISHES 036500 Pavement and Restoration 092216 Non-Structural Metal Framing DIVISION 4—MASONRY 092900 Gypsum Board 042200 Concrete Unit Masonry 093013 Ceramic Tiling 044313.16 Adhered Stone Masonry Veneer 095113 Acoustical Panel Ceilings DIVISION 5—METALS 096513 Resilient Base and Accessories 051200 Structural Steel Framing 096543 Linoleum Flooring 052100 Steel Joist Framing 099113 Exterior Painting 053100 Steel Decking 099123 Interior Painting 054000 Cold-Formed Metal Framing 099600 High Performance Coatings 055119 Metal Grating Stairs DIVISION 10—SPECIALTIES 055213 Pipe and Tube Railings 101429 Modular Signage DIVISION 6—WOOD,PLASTICS,AND COMPOSITES 102113.19 Plastic Toilet Compartments 061053 Miscellaneous Rough Carpentry 102600 Wall and Door Protection 061900 Sheathing 102800 Toilet,Bath, and Laundry Accessories 064116 Plastic-Laminate-CLAD Architectural Cabinets DIVISION 11-EQUIPMENT 066400 Plastic Paneling DIVISION 12—FURNISHINGS DIVISION 7—THERMAL AND MOISTURE PROTECTION 123661.16 Solid Surfacing Countertops 072100 Thermal Insulation DIVISION 13•SPECIAL CONSTRUCTION 072715 Nonbituminous Self-Adhering Sheet Air Barriers DIVISION 14-CONVEYING EQUIPMENT 074113.16 Standing-Seam Metal Roof Panels DIVISION 21 -FIRE SUPPRESSION 074213.13 Formed Metal Wall Panels 210500 Common Work Results for Fire Suppression Piping and 074293 Soffit Panels Equipment 075423 Thermoplastic-Polyolefin(TPO)Roofing 210553 Identification for Fire Suppression Piping and Equipment 077200 Roof Accessories 211101 Fire Protecting Piping. 079200 Joint Sealants 211301 Automatic Sprinkler Systems • Construction Managers of Southeast Texas, LLC 225 Highway 365.Port Arthur.Texas 77640 Phone: (-109) 736-9010 www.cmoietx.com DIVISION 22—PLUMBING 260526 Grounding and Bonding for Electrical Systems 220500 Common Work Results for Plumbing 260529 Hangers and Supports for Electrical Systems 220520 Meters and Gages for Plumbing Piping 260533 Raceways and Boxes for Electrical Systems 220529 Hangers and Supports for Plumbing Piping and 260553 Identification for Electrical Systems Equipment 260923 Lighting Control Devices 220554 Identification for Plumbing Piping and Equipment 260943.23 Relay-Based Lighting Controls 220700 Plumbing Insulation 262213 Low-Voltage Distribution Transformers 221115 Plumbing Piping 262413 Switchboards 221300 Plumbing Specialties 262416 Panelboards 221500 Plumbing Equipment 262726 Wiring Devices. 224000 Plumbing Fixtures 262816 Enclosed Switches and Circuit Breakers 226911 Lubrication Piping 262923 Variable-Frequency Motor Controllers 226913 Lubrication Equipment 263213.13 Diesel-Engine-Driven Generator Sets DIVISION 23-HEATING,VENTILATING,AND AIR CONDITIONING(HVAC) 263600 Transfer Switches 230500 HVAC General Provisions 264113 Lightning Protection for Structures 230513 Common Motor Requirements for HVAC Equipment 264313 Surge Protection for Low-Voltage Power Circuits 230529 Hangers and Supports for HVAC Piping and Equipment 265119 LED Interior Lighting 230593 Testing,Adjusting,and Balancing for HVAC DIVISION 27—COMMUNICATIONS 230713 Duct Insulation 271100 Communications Equipment Room Fittings 233113 Metal Ducts 271116 Communication Racks, Frames, and Enclosures 233116 Nonmetal Ducts 271323 Communications Optical Fiber Backbone Cabling 233300 Air Duct Accessories 271513 Communications Copper Horizontal Cabling 233346 Flexible Ducts DIVISION 28-ELECTRONIC SAFETY AND SECURITY 233416 Centrifugal HVAC Fans 284621.11 Addressable Fire-Alarm System 233423 HVAC Power Ventilators DIVISION 31 —EARTHWORK 233713.13 Air Diffusers 313116 Termite Control 233713.23 Air Registers and Grilles DIVISION 32-EXTERIOR IMPROVEMENTS 235123 Gas Vents 322751 Concrete Paving 235533.16 Gas-Fired Unit Heaters Huitt-Zollars, Inc. 322752 Concrete Pavement Joints 237416.11 Packaged, Small-Capacity,Rooftop Air-Conditioning 322753 Concrete Pavement Curing Units 322754 Concrete Driveways 238129 Variable-Refrigerant-Flow HVAC Systems 327750 Concrete Sidewalks DIVISION 26—ELECTRICAL DIVISION 33-UTILITIES 260519 Low Voltage Electrical Power Conductors and Cables 332525 Tapping Sleeves and Valves 332631 Storm Sewers DIVISION 41 —MATERIAL PROCESSING AND HANDLING 412223.19 Monorail Hoists Upon receipt of written notice from the Owner,the General Contractor shall remedy the defects and replace any property damaged there from occurring within the warranty and guarantee period, as required in the Specifications. Construction Managers of Southeast Texas, LLC STATE OF YAS 225 Highway 365 COUNTY OF , titusDY1 Port Arthur,Texas 77640 Sworn to and subscribed before me on this Bruce Reyes Sr. \M Day of WIN)) 20 2l . Chief Executive Officer /��^ ( ' _ (Notary P blic .nature) Date: 05/14/2020 (Seal) [o,, Y411. MY AMBERMISSION KASPAR r' ° COM EXPIRES • /\ ,'* 03/31/2024 Ni40 NOTARY ID: 13242212-7 CONTRACTOR'S CERTIFICATION OF FINAL COMPLETION Document 00641 CONTRACTOR'S CERTIFICATION OF FINAL COMPLETION CERTIFICATE OF FINAL COMPLETION OF: Transit New Maintenance Building Project No.: Resolution No.20-042 Contract Dated: February 18, 2020 BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Bruce Reyes who, being by me duly sworn, on his oath says that he or she represents Construction Managers of Southeast Texas, LLC., the Contractor who has performed a contract with the City of Port Arthur for the construction of the Work described above, and is duly authorized to make this affidavit; that he or she has personally examined the Work described above as required by the Contract documents; that said Work and all items thereof have been completed and all known defects made good; that all surplus material, refuse, dirt and rubbish have been cleaned up and removed or disposed of as directed by the City Engineer; that all parts of Work are in a neat, tidy, finished condition and ready in all respects for acceptance by the City;that all gravel or shell roadway surfaces removed during the course of the Work have been replaced in accordance with the Specifications,that rates of pay for all labor employed on said Work have not been below the minimum set out in"Labor Classification and Minimum Wage Scale"in the Contract documents and that within the knowledge of affiant all just bills for labor and material and for the rental or use of any equipment or apparatus, used in, on, or in connection with the Work have been paid in full by the Contractor. ffiant's Signature SWORN AND SUBSCRIBED before me on rnOk'' 24I 2021 Date r� �:°• emyAm�o COABIMS I SEXXPAIRRES I to yF'—Pub in_nd • the State of TEXAS )-C * 03/31/2024 of NOTARY ID: 13242212-7 ( b.Q _ — Print or type name My Commission Expires: 03\31\?4 Expiration Date THIS IS TO CERTIFY that I have thoroughly inspected the Work performed by the above named Con tor on the above described Contract and find all things in accordance with the Contract do gover n Work. Inspector [Project Manager or Construction Manager] Approved: [Title of Approval Authority],[Contracting Department] END OF DOCUMENT 00641-1 02-01-2004 P.R. No. 21917 05/22/2021 IM Exhibit "C" APPLICATION AND CERTIFICATION FOR PAYMENT Document G702 Pogo of 2 Pan. To(Omer): Project: Application No: 14 Distribution to: City of Port Arthur City of Port Arthur Transit Maintenance Facility Corer.Cry al Port Artiva 444 4th Street,Port Arthur,T%77640 Period to: May 21,2021 Architect Hundamn.Inc. From(Contractor) Via Architect: Start date. March 12.2020 Contractor.Conuueon Managers al Saa east Tam. Construciton Managers of Southeast Texas Architect: Huitt-2otlan,Inc. LLC Hultt-Zoilars,Inc- 225 HWY 365-Port Arthur,TX 77640 Project No. R310222.01 Contract For. General Construction Services Contract Date: 31912020 ea Contractor's Application for Payment :eall.. .I'r,.de ter P'""""""ho""`""'Interm 0000rr GanaCv�'""a"'.h. Ow,056.L..eaa 1.original Contract Burn S3,731,600.36 C.O-a4heac4 D4a aeer,e.a 0.e406611 Ida., 2.N.t Change by Change orders $93,035.13 pens Rosen re ce vain plepa 09:106ng Mribrpcn Buldr VOID 3.Contract Stun to date 53.824,635.49 aey.Peone oboe 42700 io orard Lit Ups® $3.825.00 4.Total Compl•t•&Stored to dab 53.813.122.27 Oep Nvpea4 us06 Saw Deleon.a Sift Stabnr -$2420342 Cohan Gan G703 Chso6s Rasaarom 551n0 Change to Fee Li.System St 74122 6.Retarnag.: O,.n.naaarbaa sumo M.S..Disowned s1820862 a.5 IS S3613.12227 $190.559.74 asps Roan ire or NO2r20 Sump.Lit,Fiber to New Buiir'9 S12.756.65 5%awapeted wirk(edam DIE on G703) comps Rpa4Ne05 71620 Mdeoul Calendar Days Rogeat $0.00 e.5% Sam $0.00 owe.Praa4NoCO eanl2o20 Sen.Pe Modifications -$7,395.40 Os,cronndro 10 1111/10 Fier from Terminal Eking S11,759.46 sego Prepw4 in II 6nwo Opeig 114A 41.141.51 5%Of Stored Material(CahamF on G703) ow,Prop.no 17 7/2020 Aces Cation S1.966.97 Wpa Rop.410s.12 1/621 Peel Insulation Covd Delays SOCO cep Pnpos4 no. 62020 Secoey Cameras $1500224 a.5Raa4Ne IS no'20 Erpprere to be purchased by over .5145,309.12 a.p Pr7000 no I6 n1I20 and..Drain Pe Elevation Modica.'' $19.268 40 cep P,Wa4Net7 10520 Secondary Installations at Chargers $66,53212 coop•Rnnw.0 No.Is Ia5Q0 In:Oabatc6(2)Ad4000l Charges $19,638.25 Oep•Raa4Ne 10 I02120 .iden.lk scope nneatb now,r it.ur -$2055.47 crap.Rena.rb20 ta1Nm Ma6fcaavo to lath Street Entrance $9.087.48 cep 6,30664 lb 21 10220 Tabt Aaw0ay Modeatore 474263 saw..Ronan lb a 02S?0 A,ldam0 Baird at Gn meta s314.98 Bap Roma rb 23 102920 Tne Si or Erasing Generator VOID Owo.praa4Ne2a 102020 Searing a Elarool and IT Rooms 31204.84 alarm 0n..4 r0 in 102020 Addoord Window:I Break Room S518.81 amps 656664 Ns 26 It/11I10 Ralacahg Eesarg Casework $1,678.38 alp.Prapa4 Pie 27 VOID Cap Drains in Canes.Roam SO DO oep Props.No 2e 11/11R0 C1C.g a Edge And.at Canepe. S8B8.39 Char,Props..20 115020 COOpy Sagas 533.875.co Oap.506064 Ne50 115620 N09.Wall Paining 0 Roane 116 and ID 588589 Camp Roe... IIna20 Creek for Wax Tesalg 467500 Margo 5Aa94 rb 21 125420 E19000d Cacr.ta Walls $11 933.92 Oep Rmaal Nell 12/1.0 Tank Creeds 4307.74 a,ap Preca4No So 12/1600 Homan.R atle Handrail S127928 sane.Prep.ro 35 125620 Salle Panel Steel Fraying N.484.41 asp Propose no 00 11G21 Far Exterior Cameras 52477.97 aep.Pepa4 ire ST 17R300 km ktachine CO21OO n 53.581.98 gaga Pepad Ne 26 120320 T.nponry CNapr Seta Creek -5935.37 ow...ono.It 00 t203n0 Cahb TV Drop $50560 Bap.Pm00/4 ebb 1a121 Anat..WWer Delays WOO Ow-91 Rap*tas 0. .141 Hmrdm Rated Pasco 35.65362 cep Praa4 Neu 1 1 Slone at Braeaway $4.13272 ameoe5tndIeu 12v21 Elastotrolic Colingan Beck 55.09335 Or.Praaee xo.6 ng1 Floor Seale et Pe $271067 asp Rgp4Ne tt 1421 Maly Wanen'6 Reeuoan 04.551.62 a...Pepa.rba. 31501 Adddpnd Receptacles S1,791 t0 cell.e0t014rb as 52221 seCi0i6 and Disconnect fa Toe Medi 51.06351 Oeq.Proper No SO a2021 Camera Crodt 41.317.16 Pang*Rag.Ne 51 .021 Office an Emorper¢y Pow $3244 52 Talcs $93,035.13 Total Retainage pie 5a w 50 a CON rj old 0Aep.byClung*atlas Taal Charge Order amount dos $93,035.13 Total Sr Column)of 0703) 5190.559.74 8 Sanwa .Total Eard Less Molnar. 53,813,122.27 Q ry (lie 4 less Line 5 toed) l_W- •'r- The undersigned Contractor outfit's that to the best of the Contractors knowledge information (() N CV . and the baM.he Work evened by this application for Payment has been complete in accordance 7.Less Previous Cemmcates tar (23S n <Z O f7 with the Contract Documents,that al amounts have boon paid by the Contractor for Work for Payments(Ire 6 from Prior Cretan) 53,620.56645 ' (O(��N`- which previous certificates for Payment were issued and payments recieived front the Owner, 6.CurrentPaymentDu• $192.487.10 [n�)0 that current Payment shown herein is now due. 1.Balance to Finish Plus Rnalnage $11,513.22 m M(03)... rum 3lns lko el 0 0 aa� Contractor Co et ctio angers of Southeast Texas,LLC Slate of Cowyot .atn.� ¢< • Subscribed and awom two befo✓mee this , Day of y�gTV. , 20ZI . I O Nolaty Public . Z By Datr.sntrzo21 My Commission expues:in .\t 14 i;. '♦ki gym. as \/ `e. ARCHITECTS CERTIFICATE FOR PAYMENT Amount Certified It, f ta -et".n,ah.a..pIn0 a a. •mount I. M44 m an/aunt flan . /aunt appeal t rp ler.) ♦ _ In accordance,with the Contract Documents,based on on-site observation and the datadataArArchitect: 6/1/2021 A`t � accordance, comprising the above application,the Architect 4nrtifias to the Owner that to tits host of the By:eUu7eic 71f414/44" Date: ArohiMeyz knowledge,information and belief the VMork has Progressed as indicated,the quality _ - -This eemBam not t negotiable.The AMOUNT CERTIPIED is papa. o m nm elyto •oonler named Won. of She Work M 1n a000ntanae with the Contract Documents,and the Contractor h entitled to Inn.,payment and acceptance of payment are without preludek.to any rights el m.Queer or payment of the AMOUNT CEFMFIED Cadreeter under this Contract CONTINUATION SHEET Document G703 PAGE 2 OF 2 PAGES Document G702 APPLICATION AND CERTIFICATION FOR PAYMENT,containing, Contractor's Signed,Certification is attached APPLICATION NUMBER: 14 In Tabulations below,amounts are stated to the nearest dollar. APPLICATION DATE: May 11,2021 Use Column 1 on Contracts where variable retainage for line items may apply PERIOD TO: May 21,2021 ARCHITECTS PROJECT NO: R310222.01 A B C 0 I E F G H 1 Line DESCRIPTION OF WORK SCHEDULED WORK COMPLETED MATERIAL TOTAL PERCENT BALANCE Retainer No. VALUE FROM PREVIOUS THIS PERIOD PRESENTLY COMPLETED (G/C) TO FINISH amounts APPLICATION STORED AND STORED (C-G) (D+E) (NOT IN TO DATE D OR E) (D+E+F+) 01 00 00 GENERAL REQUIRMENTS 1 01 31 00 Project Managent $61,714.32 $61,714.32 $0.00 $0.00 $61,714.32 100.00% $0.00 $0.00 • 2 01 31 10 Assistant Project Mgr $28,897.00 $28,897.00 $0.00 $0.00 $28,897.00 100.00% $0.00 $0.00 3 01 31 20 Superintendent $76,659.00 $76,659.00 $0.00_ $0.00 $76,659.00 100.00% $0.00 $0.00 4 01 31 30 Project Executive $42,025.00 $42,025.00 $0.00 $0.00 $42,025.00 100.00% $0.00 $0.00 5 01 31 13 Project Support Staff $22,154.53 $22,154.53 $0.00 $0.00 $22,154.53 100.00% $0.00 $0.00 6 01 50 00 Temporary Toilets $5,500.00 $5,500.00 $0.00 $0.00 $5,500.00 100.00% $0.00 $0.00 7 01 56 26 temporary fencing $6,000.00 $6,000.00 $0.00 $0.00 $6,000.00 100.00% $0.00 $0.00 6 01 53 00 temporary construction $3,400.00 $3,400.00 $0.00 $0.00 $3,400.00 100.00% $0.00 $0.00 9 01 32 23 survey and layout data $4,250.00 $4,250.00 $0.00 $0.00 $4,250.00 100.00% $0.00 $0.00 1° 01 74 19 Construction Waste Mgm $9,650.00 $9,650.00 $0.00 $0.00 $9,650.00 100.00% $0.00 $0.00 11 01 74 23 Final Cleaning $5,000.00 $5,000.00 $0.00 $0.00 $5,000.00 100.00% $0.00 $0.00 12 01 75 00 Mobilization $15,000.00 $15,000.00 $0.00 $0.00 $15,000.00 100.00% $0.00 $0.00 13 01 52 13 Office Supplies $2,145.10 $2,145.10 $0.00 $0.00 $2,145.10 100.00% $0.00 $0.00 14 01 55 00 Vehicles/Fuel $11,000.00 $11,000.00 $0.00 $0.00 $11,000.00 100.00% $0.00 $0.00 15 01 51 00 temporary utilities $3,500.00 $3,500.00 $0.00 $0.00 $3,500.00 100.00% $0.00 $0.00 16 01 35 43 environmental procedures $8,204.00 $8,204.00 $0.00 $0.00 $8,204.00 100.00% $0.00 $0.00 17 01 00 00 Bonds $74,400.00 $74,400.00 $0.00 $0.00 $74,400.00 100.00% $0.00 $0.00 18 01 50 10 Jobsite Sign $1,000.00 $1,000.00 $0.00 $0.00 $1,000.00 100.00% $0.00 $0.00 19 01 77 00 closeout procedures $1,000.00 $1,000.00 $0.00 $0.00 $1,000.00 100.00% $0.00 $0.00 zo 01 32 33 photographic documentation $900.00 $900.00 $0.00 $0.00 $900.00 100.00% $0.00 $0.00 02 00 00 EXISTING CONDITIONS 21 I 02 00 00 Selective Demolition I $42,000.00 $42,000.00 $0.00 $0.001 $42,000.00 100.00%I $0.001 $0.00 03 00 00 CONCRETE 22 03 30 00 cast-in-place concrete $343,940.90 $343,940.90 $0.00 $0.09 $343,940.90 100.00% $0.00 $0.00 23 03 47 13 615-up concrete $319,698.87 $319,698.87 $0.00 $0.00 $319,698.87 100.00% $0.00 $0.00 24 03 47 13 Tilt-Up Concrete Erection $45,260.00 $45,260.00 $0.00 $0.00 $45,260.00 100.00% $0.00 $0.00 A 8 C D 1 E F G H I Line DESCRIPTION OF WORK SCHEDULED WORK COMPLETED MATERIAL TOTAL PERCENT BALANCE Retainer No. VALUE FROM PREVIOUS THIS PERIOD PRESENTLY COMPLETED (G/C) TO FINISH amounts APPLICATION STORED AND STORED (C-G) (0+E) (NOT IN TO DATE D ORE) (D+E+F+) 25 03 65 00 Pavement and Restoration $127,741.52 $127,741.52 $0.00 $0.00 $127,741.52 100.00% $0.00 $0.00 04 00 00 MASONRY 26 04 22 00 Concrete Unit Masonry $15.957.00 $15,957.00 $0.00 $0.00 $15,957.00 100.00% $0.00 $0.00 27 04 43 13 Stone Masonry Veneer $81,817.00 $81,817.00 $0.00 $0.00 $81,817.00 100.00% $0.00 $0.00 05 00 00 METALS 26 05 12 00 structural steel framing(Fabrication) $201,979.00 $201,979.00 $0.00 $0.00 $201,979.00 100.00% $0.00 $0.00 29 05 12 00 Strucutral Steel Framing(Erection) $93,500.00• $93,500.00 $0.00 $0.00 $93,500.00 100.00% $0.00 $0.00 06 00 00 WOOD,PLASTICS AND COMPOSITES 30 06 10 00 rough carpentry $7,000.00 $7,000.00 $0.00 $0.00 $7,000.00 100.00% $0.00 $0.00 31 06 10 00 Rough Carpentry(Labor) $8,000.00 $8,000.00 $0.00 $0.00 $8,000.00 100.00% $0.00 $0.00 07 00 00 THERMAL AND MOISTURE PROTECTION 32 07 21 13 board insulation $5.400.00 $5,400.00 $0.00 $0.00 $5,400.00 100.00% $0.00 $0.00 33 07 21 16 Blanket Insulation $4,400.00 $4,400.00 $0.00 $0.00 $4,400.00 100.00% $0.00, $0.00 34 07 42 13 metal wall panels $306,700.00 $306,700.00 $0.00 $0.00 $306,700.00 100.00% $0.00• $0.00 35 07 54 23 thermoplastic-polyolefin(TPO)roofing $28,780.00 $28,780.00 $0.00 $0.00 $28,780.00 100.00% $0.00 $0.00 36 07 17 00 Bentonite Waterproofing $18,228.00 $18,228.00 $0.00, $0.00 $18,228.00 100.00% $0.00 $0.00 37 07 92 00 Joint Sealants(@ Concrete Panels) $9,580.00 $9,580.00 $0.00- $0.00 $9,580.00 100.00% $0.00 $0.00 08 00 00 OPENINGS 38 08 11 13 Hollow Metal Doors and Frames $13.423.00 $13,423.00 $0.00 $0.00 $13,423.00 100.00% $0.00 $0.00 39 08 11 13 Hollow Metal Doors and Frames(Labor) $3,150.00 $3,150.00 $0.00 $0.00 $3,150.00 100.00% $0.00 $0.00 40 08 71 00 door hardware $17,988.00 $17,988.00 $0.00 $0.00 $17,988.00 100.00% $0.00 $0.00 41 08 36 13 Sectional Doors $27,600.00 $27,600.00 $0.00 $0.00 $27,600.00 100.00% $0.00 $0.00 42 08 41 00 entrances and storefronts $31,148.00 $31,148.00 $0.00 $0.00 $31,148.00 100.00% $0.00 $0.00 09 00 00 FINISHES 43 09 51 00 Acoustical Ceilings $3,800.00 $3,800.00 $0.00 $0.00 $3,800.00 100.00% $0.00 $0.00 44 09 51 00 Acoustical Ceilings(Labor) $3.500.00 $3,500.00 $0.00 $0.00 $3,500.00 100.00% $0.00 $0.00 45 09 91 00 Painting $31,800.00 $31,800.00 $0.00 $0.00 $31,800.00 100.00% $0.00 $0.00 46 0991 00 Painting(Labor) $21,200.00 $21,200.00 $0.00 $0.00 $21,200.00 100.00% $0.00 $0.00 4? 09 22 16 non-structural metal framing $13.750.00 $13,750.00 $0.00 $0.00 $13,750.00 100.00% $0.00 $0.00 48 09 22 16 Non-Structural Metal Framing(Labor) $12,550.00 $12,550.00 $0.00 $0.00 $12,550.00 100.00% $0.00 $0.00 49 09 29 00 Gypsum Board $8,400.00 $8,400.00 $0.00 $0.00 $8,400.00 100.00% $0.00 $0.00 50 09 29 00 Gypsum Board(Labor) $8,950.00 $8,950.00 $0.00 $0.00 $8,950.00 100.0D% $0.00 $0.00 51 09 30 13 ceramic tiling $38,720.00 $38,720.00 $0.00 $0.00 $38,720.00 100.00% $0.00 $0.00 A B C D 1 E F G H I Line DESCRIPTION OF WORK SCHEDULED WORK COMPLETED MATERIAL TOTAL PERCENT BALANCE Retainer No. VALUE FROM PREVIOUS THIS PERIOD PRESENTLY COMPLETED (G I C) TO FINISH amounts APPLICATION STORED AND STORED (C-G) (D+E) (NOT IN TO DATE D OR E) (D+E+F+) 52 09 65 13 Resilient Base and Accessories $1,250.00 $1,250.00 $0.00 $0.00 $1,250.00 100.00% $0.00 $0.00 10 00 00 SPECIALTIES 53 10 14 00 signage&street numbers $4,750.00 $4,750.00 $0.00 $0.00 $4,750.00 100.00% $0.00 $0.00 54 10 14 29 Modular Signage $600.00 $600.00 $0.00 $0.00 $600.00 100.00% $0.00 $0.00 55 10 21 13 toilet compartments $2,104.00 $2,104,00 $0.00 $0.00 $2,104.00 100.00% $0.00 $0.00 56 10 28 00 Toilet,Bath,and Laundry Accessories $2,803.00 $2,803.00 $0.00 $0.00 $2,803.00 100.00% $0.00 $0.00 57 10 28 00 Toilet,Bath,and Laundry Accessories(L $2,000.00 $2,000.00 $0.00 $0.00 $2,000.00 100.00% 50.00 $0.00 56 10 44 00 fire protection specialties $912.00 $912.00 $0.00 $0.00 $912.00 100.00% $0.00 $0.00 11 00 00 EQUIPMENT 59 I 11 11 29 Vehicle Shop Equipment I $17,478.001 $17,478.001 $0.001 $0.001 $17,478.001 100.00% $0.00 $0.00 12 00 00 FURNISHINGS 60 12 30 00 casework-cabinets-hardware $12,645.00 $12,645.00 $0.00 $0.00 $12,645.00 100.00% $0.00 $0.00 61 12 20 00 window treatments $3,000.00 $3,000.00 $0.00 $0.00 $3,000.00 100.00% $0.00 $0.00 14 00 00 CONVEYING EQUIPMENT 62 14 45 00 Hoist,Chain,Elect.,Motorized Trolley, $16,989.42 $16,989.42 $0.00 $0.00 $16,989.42 100.00% 50.00 $0.00 63 14 45 00 Vehicle Lifts $107,235.00 $107,235.00 $0.00 $0.00 $107,235.00 100.00% $0.00 $0.00 21 00 00 FIRE SUPPRESSION 64 21 13 00 fire suppression sprinkler system $41.738.001 $41,738.001 $0.001 $0.001 $41,738.001 100.00% 50.00 $0.00 22 00 00 PLUMBING 65 22 00 00 Plumbing $250,021.00 $250,021.00 $0.00 $0.00 $250,021.00 100.00% 50.00 $0.00 66 22 24 00 Plumbing Fixtures $19,000.00 $19,000.00 $0.00 $0.00 $19,000.00 100.00% $0.00 $0.00 67 22 69 11 lubrication piping $111,311.85 $111,311.85 $0.00 $0.00 $111,311.85 100.00% $0.00 $0.00 23 00 00 HVAC 66 23 74 16.11 Packaged,Small-Capacity,Rooftop A $65,335.00 $65,335.00 $0.00 $0.00 $65,335.00 100.00% $0.00 $0.00 69 23 00 00 HVAC(Labor) $59,400.00 $59,400.00 $0.00 $0.00 $59,400.00 100.00% $0.00 $0.00 70 23 31 00 HVAC Ducts and Casings $39,870.00 $39,870.00 $0.00 $0.00 $39,870.00 100.00% $0.00 $0.00 71 23 34 00 HVAC Fans $49,520.00 $49,520.00 $0.00 $0.00 $49,520.00 100.00% $0.00 $0.00 26 00 00 ELECTRICAL 72 126 00 00 Electrical I $372,360.00 $372,360.001 $0.001 $0.001 $372,360.001 100.00% $0.00 $0.00 27 00 00 COMMUNICATIONS 73 27 11 16 Communications Cabinets,Racks,Framt $4,685.12 $4,685.12 $0.00 $0.00 $4,685.12 100.00% $0.00 $0.00 74 27 13 23 Communications Optical Fiber Backbone $16,955.73 $16,955.73 $0.00 $0.00 $16,955.73 100.00% $0.00 $0.00 28 00 00 ELECTRONIC SAFETY AND SECURITY A B C D J E F G H I Line DESCRIPTION OF WORK SCHEDULED WORK COMPLETED MATERIAL TOTAL PERCENT BALANCE Retainer No. VALUE FROM PREVIOUS THIS PERIOD PRESENTLY COMPLETED (G 1 C) TO FINISH amounts APPLICATION STORED AND STORED (C-G) (D+E) (NOT IN TO DATE _ D ORE) (D+E+F+) 75 28 46 21 Addressable Fire-Alarm System $16,480.00 $16,480.00 $0.00 $0.00 $16,480.00 100.00% $0.00 $0.00 31 00 00 EARTHWORK 76 31 00 00 Earth work $172,000.00 $172,000.00 $0.00 $0.00 $172,000.00 100.00% $0.00 $0.00 77 31 13 00 selective tree and shrub removal and trirr $5,500.00' $5,500.00 $0.00 $0.00 $5,500.00 100.00% $0.00 $0.00 32 00 00 EXTERIOR IMPROVEMENTS 78 32 31 00 fences and gates $13,497.00 $13,497.00 $0.00 $0.00 $13,497.00 100.00% $0.00 $0.00 79 32 17 23 pavement markings $800.00 $800.00 $0.00 $0.00 $800.00 100.00% $0.00 $0.00 as 32 92 00 turf and grasses $1,000.00 $1,000.00 $0.00 $0.00 $1,000.00• 100.00% $0.00 $0.00 33 00 00 UTILITIES 81 133 26 31 Storm Sewers $42,000.00 $42,000.00 $0.00 $0.001 $42,000.001 100.00%I S0.00 $0.00 Total Original Contract sum $3,731,600.36 $3,731,600.36 $0.00 $0.00 $3,731,600.36 100.00% 50.00 $0.00 82 CP No.02 $0.00 $0.00 $0.00 $0.00 $0.00 #DIV/0! $0.00 $0.00 83 CP No.03 $3.825.00 $3,825.00 $0.00 $0.00 $3.825.00 100.00% $0.00 $0.00 84 CP No.04 -$24,203.42 -$24,203.42 $0.00 $0.00 -$24,203.42 100.00% $0.00 $0.00 85 CP No.05 $1,741.22 $1,741.22 $0.00 $0.00 $1,741.22 100.00% $0.00 $0.00 86 CP No.06 $18,206.62 $18,206.62 $0.00 $0.00 $18,206.62 100.00% $0.00 $0.00 87 CP No.07 $12,756.65 $12,756.65 $0.00 $0.00, $12,756.65 100.00% $0.00 $0.00 88 CP No.08 $0.00 $0.00 $0.00 $0.00 $0.00 #DIV/0! $0.00 $0.00 89 CP No.09 -$7,395.40 -$7,395.40 $0.00 $0.00 -$7,395.40 100.00% $0.00 $0.00 90 CP No.10 $11,759.46 $11,759.46 $0.00 $0.00 $11,759.46 100.00% $0.00 $0.00 91 CP No.11 $1,141.51 $1,141.51 $0.00 $0.00 $1,141.51 100.00% $0.00 $0.00, 92 CP No.12 $4,846.97 $4,846.97 $0.00 $0.00 $4,846.97 100.00% $0.00 $0.00 93 CP No.13 $0.00 $0.00 $0.00 $0.00 $0.00 #DIV/0! $0.00 $0.00 94 CP No.14 $15,082.24 $15,082.24 $0.00 $0.00 $15,082.24 100.00% $0.00 $0.00 95 CP No.15 -$145,309.12 -$145,309.12 $0.00 $0.00 -$145,309.12 100.00% $0.00 $0.00 96 CP No.16 $19,288.40 $19,288.40 $0.00 $0.00 $19,288.40 100.00% $0.00 $0.00 97 CP No.17 $66,532.12 $66,532.12 $0.00 $0.00 $66,532.12 100.00% $0.00 $0.00 98 CP No.18 $19,838.25 $8,325.03 $0.00 $0.00 $8,325.03 41.96% $11,513.22 $0.00 99 CP Na 19 -$2,055.47 -$2,055.47 $0.00 $0.00 -$2,055.47 100.00% $0.00 $0.00 100 CP No.20 $9,087.48 $9,087.48 $0.00 $0.00 $9,087.48 100.00% $0.00 $0.00 101 CP No.21 -$742.63 -$742.63 $0.00 $0.00 -$742.63 100.00% $0.00 $0.00 102 CP No.22 $314.98 $314.98 $0.00 $0.00 $314.98 100.00% $0.00 $0.00 A B C D I E F G H 1 Line DESCRIPTION OF WORK SCHEDULED WORK COMPLETED MATERIAL TOTAL PERCENT BALANCE Retainer No. VALUE FROM PREVIOUS THIS PERIOD PRESENTLY COMPLETED (G/C) TO FINISH amounts APPLICATION STORED AND STORED (C-G) (D+E) (NOT IN TO DATE D OR E) (D+E+F+) 103 CP No.23 $0.00 $0.00 $0.00 $0.00 $0.00 #DIV/0! $0.00 $0.00 104 CP No.24 $1,204.84 $1,204.84 $0.00 $0.00 $1,204.84 100.00% $0.00 $0.00 105 CP No.25 $518.81 $518.81 $0.00 $0.00 $518.81 100.00% $0.00 $0.00 106 CP No.26 $1,678.36 $1,678.36 $0.00 $0.00 $1,678.36 100.00% $0.00 $0.00 107 CP No.27 $0.00 $0.00 $0.00 $0.00 $0.00 #DIV/0! $0.00 $0.00 108 CP No.28 $888.39 $888.39 $0.00 $0.00 $888.39 100.00% $0.00 $0.00 109 CP No.29 $33,875.00 $33,875.00 $0.00 $0.00 $33,875.00 100.00% $0.00 $0.00 110 CP No.30 $885.89 $885.89 $0.00, $0.00 $885.89 100.00% $0.00 $0.00 111 CP No.31 -$675.00 -5675.00 $0.00 $0.00 -$675.00 100.00% $0.00 $0.00 112 CP No.32 $11,933.92 $11,933.92 $0.00 $0.00 $11,933.92 100.00% $0.00 $0.00 113 CP No.33 -$307.74 -$307.74 $0.00 $0.00 -$307.74 100.00% $0.00 $0.00 114 CP No.34 $1,279.26 $1,279.26 $0.00 $0.00 $1,279.26 100.00% $0.00 $0.00 115 CPNo.35 $4,484.41 $4,484.41 $0.00 $0.00 $4,484.41 100.00% $0.00 $0.00 116 CP No.36 $2,477.97 $2,477.97 $0.00 $0.00 $2,477.97 100.00% $0.00 $0.00 117 CP No.37 $3,581.98 $3,581.98 $0.00 $0.00 $3,581.98 100.00% $0.00 $0.00 118 CP No.38 -$935.37 -$935.37 $0.00 $0.00 -$935.37 100.00% $0.00 $0.00 119 CP No.39 $505.60 $505.60 $0.00 $0.00 $505.60 100.00% $0.00 $0.00 120 CP No.40 $0.00 $0.00 $0.00 $0.00 $0.00 #DIV/0! $0.00 $0.00 121 CP No.43 $5,653.62 $5,653.62 $0.00 $0.00 $5,653.62 100.00% $0.00 $0.00 122 CP No.44 $4,132.72 $4,132.72 $0.00 $0.00 $4,132.72 100.00% $0.00 $0.00 123 CP No.45 $5,093.35 $5,093.35 $0.00 $0.00 $5,093.35 100.00% $0.00 $0.00 124 CP No.46 $2,710.67 $2,710.67 $0.00, $0.00 $2,710.67 100.00% $0.00 $0.00 125 CP No.47 $4,551.62 $4,551.62 $0.00 $0.00 $4,551.62 100.00% $0.00 $0.00 126 CP No.48 $1,791.10 $1,791.10 $0.00 $0.00 $1,791.10 100.00% $0.00 $0.00 127 CP No.49 $1,063.51 $1,063.51 $0.00 $0.00 $1,063.51 100.00% $0.00 $0.00 128 CP No.50 -$1,317.16 $0.00 -$1,317.16 $0.00 -$1,317.16 100.00% $0.00 $0.00 129 CP No.51 $3.244.52 $0.00 $3,244.52 $0.00 $3,244.52 100.00% $0.00 $0.00 Change order amount total $93,035.13 $79,594.55 $1,927.36 $0.00 $81,521.91 87.62% $11,513.22 $0.00 Grand Totals $3,824,635.49 $3,811,194.91 $1,927.36 $0.00 $3,813,122.27 99.70% $11,513.22 $0.00 Current Payment request minus retainer amount $192,487.10 Minus Retainer= $192,487.10 Port Arthur Transit(PAT) DBE Invoice Progress Report Project(if applicable): City of Port Arthur Transit Maintenance Facility For Invoice#: 14 For Period (Mo./Yr.): 3/2021 Prime Contractor: Construction Managers of Contract Amount: $3,822,745.33 Southeast Texas DBE Goal: 10.59% DBE Goal Dollars: $404,992.00 YTD DBE Dollars Paid:$447,389.19 Name of DBE or 2nd Tier Sub *$Amt Paid for **$Amt Paid to Non-DBE Amount Paid to DBEs (X-Y) Work Performed on 2nd Tier Subs (Y) this invoice (X) Construction Managers of $192,487.10 $172,667.52 $19,819.58 Southeast Texas * Goal/commitment progress report amount. Do not subtract non-DBE second-tier subcontractors from this column. ** Report amount of payment DBE subcontractors paid to non-DBE subcontractors. Any changes to the DBE commitments must be approved by PAT. This report is required until all DBE subcontracting or material supply activity is completed. I hereby certify that the above is a true and correct statement of the amounts paid to the DBE firms listed above. Prime Contractor:Construction Managers of Southeast Name/Title (please print): Bruce Reyes/CEO Texas Signa Address: 225 HWY 365- Port Arthur,TX 77640 Phone:409-736-9010 E-mail: breyes@cmosetx.com Date: 5/11/202 DBE:Construction Managers of Southeast Texas Name/Title (please print): Bruce Reyes/CEO Sign re. Address: 225 HWY 365- Port Arthur,TX 77640 Phone:409-736-9010 E-mail: breyes@cmosetx.com Date: 5/11/2021 Subcontractor(if the DBE will be a second tier sub): Name/Title (please print): Signature: Address: Phone: E-mail: Date: