HomeMy WebLinkAbout1990-0712651L-3/3689
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE
AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS; PROVIDING
FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING FOR AN
EFFECTIVE DATE.
WHEREAS, the City has solicited, received and tabulated
competitive bids for the construction of public works or
improvements in accordance with the procedures of state law and
City ordinances; and
WHEREAS, the City Manager or a designated employee has
received and recommended that the herein described bids are the
lowest responsible bids for the construction of the public works
or improvements described in the bid invitation, bid proposals
and plans and specifications therefore; NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS:
SECTION I. That the following competitive bids for the
construction of public works or improvements, as described in the
"Bid Invitations", "Bid Proposals" or plans and specifications on
file in the Office of the City's Purchasing Agent filed according
to the bid number assigned hereto, are hereby accepted and
approved as being the lowest responsible bids:
BID NUMBER
CONTRACTOR
AMOUNT
1101 Dana Construction 51,659.00
1107 Hasty -Fowler Construction 87,437.50
1068 Martin K. Eby Construction 141271r600.00
SECTION II. That the acceptance and approval of the above
competitive bids shall not constitute a contract between the City
and the person submitting the bid for construction of such public
works or improvements herein accepted and approved, until such
person shall comply with all requirements specified in the Notice
to Bidders including the timely execution of a written contract
and furnishing of performance and payment bonds, after notifi-
cation of the award of the bid.
SECTION III. That the City Manager is hereby authorized to
execute all necessary written contracts for the performance of
the construction of the public works or improvements in
accordance with the bids accepted and approved herein, provided
that such contracts are made in accordance with the Notice to
Bidders and Bid Proposals, and documents relating thereto
specifying the terms, conditions, plans and specifications,
standards, quantities and specified sums contained therein.
SECTION IV. That upon acceptance and approval of the above
competitive bids and the execution of contracts for the public
works and improvements as authorized herein, the City Council
hereby authorizes the expenditure of funds in the manner and in
the amount as specified in such approved bids and authorized
contracts executed pursuant thereto.
SECTION V. That this ordinance shall become effective
immediately upon its passage and approval.
PASSED AND APPROVED this the � day of C, ,
1990.
ATTEST:
JENNIFER WALTERS, CITY SECRETARY
BY: AA 6L
APPROVED AS TO LEGAL FORM:
DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY
BY: On
BERRY, MAYOR CASTLE
PAGE 2
DATE: MAY 15, 1990
CITY COUNCIL REPORT
TO: Mayor and Members of the City Council
FROM: Lloyd V. Harrell, City Manager
SUBJECT: BID# 1101 - FRIENDS OF THE FAMILY RENOVATION
RECOMMENDATION: We recommend this bid be awarded to the lowest
bidder DANA Construction in the amount of $51,659.00 with
completion in 60-days.
SUMMARY: This bid is for the materials, labor, and supplies to
renovate the Friends of the Family Building. The bid includes
new windows, doors, insulation, wiring, dry wall, ceilings,
concrete work, plumbing, HVAC, fencing, landscaping, painting,
clean-up, and other associated activities.
BACKGROUND: Tabulation Sheet
PROGRAMS, DEPARTMENT OR GROUPS AFFECTED: Community Development
Department and Friends of the Family.
FISCAL IMPACT: This renovation and remodeling project will be
funded from Emergency Shelter Grant Funds from Texas Department
of Community Affairs.
Respect ",/,
yy submitted:
z V4�� -
Lloyda. Harrell
City Manager
Prepared by:
Name: Tom D.' Shaw, C.P.M.
Title: Purchasing Agent
TDS/cj
029.DOC
J
W
W
0
0
0
0
m
Ul
O
H
LrI
N
O
0
-------------------------
0
KD
o
td
C)
C9
CJ
0
z
H
M �d
�ro t17
co
H
r cn
H
H
3 O
�171
0
3
H 'TJ
O
z�
H
r
�C
H
H
0
H
-------------
C)
O
C
�
xi y�
O
C)
x1
�3
H
O
-------------
z
� r-
CONTRACT AGREEMENT
90-0'/
STATE OF TEXAS
COUNTY OF DENTON )(
THIS AGREEMENT, made and entered into this 1.5 day of MAY _
A.D., 19 90, by and between THE CITY OF DENTON
of the County of
DENTON
LLOYD V. HARRELL
and State of Texas, acting through
thereunto duly authorized so to do,
Party of the First Part, hereinafter termed the OWNER, and
of the City of nTrvnvncON ,
and state of TEXAS
termed CONTRACTOR.
County Of PAT T AR
Party of the Second Part, hereinafter
WITNESSETH: That for and in consideration of the. payments and
agreements hereinafter mentioned, to be made and performed by the Party of the
First part (OWNER), and under the conditions expressed in the bonds bearing
even date .herewith, the said Party of the Second Part (CONTRACTOR) hereby
agrees with the said Party of the First Part (OWNER) to commence and complete
the construction of certain improvements described as follows:
REMODEL OF FRIENDS OF THE FAMILY SHEL IN.. THE AMOTINT
-OF $51 659.00.
and all extra work in connection therewith, under the terms as stated in the
General Conditions of the agreement; and at his (or their) own proper cost and
expense to furnish all materials, supplies, machinery, equipment, tools,
superintendence, labor, insurance, and other accessories and services
necessary to complete the said construction, in accordance with the conditions
and prices stated in the Proposal attached hereto, and in accordance with all
the General Conditions of the Agreement, the Special Conditions, the Notice to
Bidders (Advertisement for Bids), Instructions to Bidders, :all 'attached hereto,
and in accordance .with the plans, which includes all maps, plats, blueprints, and other
drawings and printed or written explanatory matter thereof, and the Specifications therefore,
CA-1
0044b.
as prepared by CITY OF DENTON STAFF
, all of which are made a part hereof and- collectively evidence and
constitute the entire contract.
The CONTRACTOR hereby agrees to commence work on or after =the date
established for the start of work as set forth in written notice to commence
work and complete all work within the time stated in the Proposal, subject to
such extensions of time as are provided by the General and Special._Cond:tions = - _
The OWNER agrees to pay the CONTRACTOR in -current -€unds the price or ----_
prices shown in the Proposal, which forms a part of this contract such
payments to be subject to the General and Special Con3iE�ons of _the: Contract.
IN WITNESS WHEREOF, the parties of these presents have- esecated this
agreement in the year and day first above written.
ATTEST:
"A �ST:
:-e-
CA-2
UU44D
CITY qf'DEhJTON
OWN
By
Party f t e sec d Part, CONTRACTOR
BY
Ti tie /
.v
t
t
CITY OF DENTON
INSURANCE MINIMUM REQUIREMENTS
INSURANCE•
Without limiting any of the other obligations or liabilities of
the Contractor, the Contractor shall provide and maintain until
the contracted work and/or material has been completed/delivered
and accepted by the City of Denton, Owner, the minimum insurance
coverage as indicated hereinafter.
Satisfactory certificate(s) of insurance shall be filed with the
Purchasing Department prior to starting any construction work
or activities to deliver material on this Contract. The
certificate(s) shall state that thirty (30) days advance written
notice will be given to the Owner before any policy covered
thereby is changed or cancelled. The bid number and title of the
project should be indicated, and the City of Denton should also
.be listed on all policies as an additional named insured. To
avoid any undue delays, it is worth reiterating that:
o. Thirty (30) days advance written notice of material change
or cancellation shall be given;
o The City of Denton shall be an additional named insured on
all policies.
I. WORKMEN'S COMPENSATION AND EMPLOYER'S LIABILITY. This
insurance shall protect the Contractor against all claims
under applicable state workmen's compensation laws. The
Contractor shall also be protected against claims for
injury, disease, or death of employees which, for any
reason, may not fall within the provisions of a workmen's
compensation law.
The liability limits shall not be less than:
o Workmen's Compensation - Statutory
o Employer's Liability - Statutory
II. COMPREHENSIVE AUTOMOBILE LIABILITY. This insurance shall
be written in comprehensive form and shall protect the
Contractor against all claims for injuries to members of
the public and damage to property of others arising from
the use of motor vehicles licensed for highway use,
whether they are owned, nonowned, or hired.
The liability limits shall not be less than:
o A combined single limit of $500,000.00
III.. COMPREHENSIVE GENERAL LIABILITY. This insurance shall be
written in comprehensive form and shall protect the
Contractor against all claims arising from injuries to
members of the public or damage to property of others
arising out of any act or omission of the Contractor or
his agents, employees or subcontractors.
To the extent the Contractor's work, or work under his
direction,.may require blasting, explosive conditions, or
underground operations, the comprehensive general liability
coverage shall contain no exclusion relative to blasting,
explosion, collapse of buildings, or damage to underground
property,
The liability limits shall not be less than:
o A combined single limit of $500,000.00
IV. OWNER'S PROTECTIVE LIABILITY INSURANCE ,.POLICY. This
insurance shall provide coverage for the Owner and its
employees, in the name of the City of Denton, for
liability that may be imposed arising out of the work
being performed by the Contractor. This also includes
liability arising out of the omissions or supervisory acts
of the Owner. Although this insurance is strictly for the
benefit of the Owner, the Contractor- is responsible for
obtaining it at his expense.
The liability limits shall not be.less than:
o A combined single limit of $500,000.00
INSURANCE SUMMARY:
The Contract shall provide insurance to cover operating hazards
during the period of placing the facility in operation and during
testing, and until such time as the facilities are completed and
accepted for operation by the Owner and written notice of that
fact has been issued by the Owner. Approval of the insurance by
the Owner shall not in any way relieve or decrease .the liability
of the Contractor hereunder. It is expressly understood that the
Owner does not in anyway represent that the specified limits of
liability or coverage or policy forms are sufficient or adequate
to protect the -interest or liabilities of the Contractor.
Again, the Owner shall be given a certificate of insurance
indicating that all of the above policies and the appropriate
limits are indeed enforced. The certificate shall also indicate
that the Owner will be given at least thirty (30) days written
notice of cancellation, non -renewal, or material change of the
required insurance coverage. All responsibility for payment of
any sums resulting from any deductible provisions, corridor or
self -insured retention conditions of the policy or policies shall
remain with the Contractor. The Contractor shall not begin any
work until the Owner has reviewed and approved the insurance
certificates and so notified the Contractor directly in writing..
Any notice to proceed that is issued shall be subject to such
approval by the Owner.
CI - 2•
4 . 71,
CERTIFICATE OF INSURANCE
CITY OF DENTON
I
Name and Address of Agency
Name and Address of Insured:
Phone
Phone
I City of Denton Reference:
I
Project Name:
I
Project No:
I
Project Location:
I
I Managing Dept:
I-------------------------------
Companies Affording Coverage:
I
IA
I
IB
I
IC
This is to certify that policies of insurance listed below have been issued and are in force at this time.
ICompany
Expiration• limits of Liability
(Letter Type of Insurance
Policy Number Date _ In Thousands (000)
I
I I
I I Comprehensive General Liability
I I I
I I I I
Occurrence
I_ - occurrence
I I I
Bodily Injury I,S
I I - Claims Made (see M2-reverse)
I I I
I
Broad Form to.Include:
I I I
I I I Property Damage .I
$
I I- Premises/operations
I I I I
I I- Independent Contractors-
- Products/Completed Operations
I (Bodily injury and Property
I: -'Personal injury - 'I
I I Damage Combined I
$ -
I I - Contractual Liability (see dl-reverse)
I I
I I- Explosion and Collapse Hazard
I I I
- Underground Hazard
I - Liquor Liability Coverage
I I I -
I I - Fire Legal Liability (see N3-reverse)
I I
- Broad Form Property Damage
I I I
I-------------- I--------- f----------------------------
------------
II------------------------------------------
Professional Errors/Omissions
I I I
I I - occurrence
I I I I
I - claims made (see M2-reverse)
I I I
I I
Comprehensive Automobile I
I- I Bodily Injury/Person I
$
Liability I
I I Bodily Injury/Accident l
I----------------------------
$
------
II I
- I- Owned/Leased Automobiles I
I
I I Property Damage I$
- Non -owned Automobiles I
I I---------------------------- I------------
I - Hired Automobiles I
I I Bodily Injury/Property
I I I
I I I
I I Damage Combined l
I I I
i
I I I
I I- workers Compensation and I
I I I
I I Statutory Amount
I I Employers' Liability _ I
I I $
I each accident
I
I I Other Insurance I
I I
I I
�. �► u�� - . . - r . >5 ��-L fin.
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY ANO CONFERS '
Gary Bingham $ Associates NO RIGHTS UPON THE CERTIFICATE HOLDER. TH48 CERTIFICATE DOES NOT AMEND,
18601 i.B.1 Freeway #1310 .EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, _
E1e6(1uiLe, Texas 75150 COMPANIES AFFORDING COVERAGE
COMPANY A.--_
ETTER Western 11critage
COMPANY
INSURED LETTER Texas WOYket'6 Comp Assigned Frisk P_O_G1_
Dan Wadley dba COMPANY --
DaDa Corst1'UGtion CO. LETTER C `
Y.O. Box ] 544 --- -- '—----•----..—.—,...__...__
COMPANY D
RichaYdsoll, Texas 75080 LETTER
COMPANY
LETTER
THIS IS TO CERTIFY T HAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.
NOTWITHSTANDING ANY REOU(REMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY
BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDI.
TIONS OF SUCH POLICIES,
—.I NUMBER —_ _
IYF E Of INSURANCE POLICY Tm Ir.Y uuCTAE PBLCY LCFIRCTI LIABII ITY LIMIT$ IN THOUSANDS
BATE (WAUVY) BATE ((ummiVYI E.-CH AOGHFGATE
— ..—.._— o4,UnmP Hcc ._.
AwnPRAL LIABILIYY
COMPREHENSIVE (ORAI
X PREMISFSIOPL.RATIONS Binder 3318051790
UNDERGROUND
FXPLOSIOII S COLT APSE HA7AR0
PHODUC151tOMPLETEU OPERATIONS
_ CON7WTUAL
x INOFPENUFNT COAIFNCIORS
_ BROAD FORM PROPLHIY DAMACT
PERSONAI INJURY
TOMOBILE LIABILITY
ANY AUIO
ALI OWNI) AUTO', (PRIV PASS)
All OWNFO AUIOS (RVHPAH1 I
HIRFD AUTOS
NON OWNEU AUTOS
GARAGf LIASII ITY
5-17-90
BDOILY
INJURY
$ _---_ —_
5-J7-9J
BI X PU
$
$
COMBWFU
500
..—._..
500
.__
PERSONAL
INJURY
$
W.WI
IA[A Pt NY1NJ
$
'
WARY
IRA MTARNI)
$,__ _
PROPERTY
OAMAOE
$
BI A PO
COMBINFO
$
EXCESS LIABILITY
UMBRELLA FORIA
PD
BI 6 RI
COMBWED
Q
$
OiIffN THAN DMBRLII A FORM
--
STAI UTC+iY
i
WORKERS' COMPENSATION
To be assigued
5-38-90
5-1.8-91
$ 900
jfacH AC61DEtRr "
AND
Q 500
--
(U!sEA$fPULICY AMID
)
EMPLOYERS' LIABILITY
.___.
Q 1O0
(UISFA5I EACH LMPI UYI
OTHER
City of Dellt Ull i
named aS additional ill
IITBd.
7ESCRIPI ION OI OPEFIATIONSN OCAT,ONSTV(HICLFYgPECIAI. ITEMS
Application has
been made to the. Texas Workers Comp
Pool for this C1ien6.
Coverage
bhould be bound
effective 5-18-90
City of Den COT, Ir SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE. THE rX-
PIRATIpN DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
901-8 Texas MAIL 30 DAYS WRITTEN NOTICE 70 THE CERTIFICATE HOLDER NAMED TO THE
De1TC01)1 TCXa6 LEFT,SUTFAILURE TO MAIL SUCH NOTICE SHALLIMPOSE NO OBLIGATION OR LIABILITY
OF ANY KIND UPO THE COMPANY. TS AGENTS OR REPRESENTATIVES.
OREP S
Atli-: Tow Shaw AL1T11 IZ
I. IATIVF
_A__
N
CONDITIONS
ADDITIONAL INSURED: The City of Denton, its elected and
appointed officials, officers and employees. (This does not
apply to Worker's Compensation.)
NOTICE OF CANCELLATION: Prior to any material change or
cancellation, the City of Denton will be given 30 days advance
written notice mailed to the stated address of the Certificate
Holder, City of Denton.
1. CONTRACTURAL COVERAGE: (Liability assumed by contract
or agreement, and would not otherwise exist.) The
contractual liability requirement shown on the reverse
side of this Certificate of Insurance under
Comprehensive General Liability, must include a
definition of coverage broad enough to provide coverage
for obligations assumed by the contractor in the
referenced contract. This Certificate of Insurance is
provided as required by the governing contract.
2. CLAIMS MADE POLICY. FORM: Required period of coverage
will be determined by the following formula:
Continuous coverage for the life of the contract, plus
one year(toprovide coverage for the warranty period),
and a extended discovery. period for a minimum of five
(5) years which shall begin at the end of the warranty
period.
3. FIRE LEGAL LIABILITY: (Required in all contracts that
involve the occupancy, construction or alteration of
City -owned or leased facilities.) Insurance is to
cover buildings, contents (where applicable) and
permanently installed equipment with respect to
property damage to structures or portions of structures
if such damage is caused by the peril of fire and due
to the- operations of the contractor. Limit of
liability is to be a minimum of $500,000.
CI - 4
FORMAL BID FOR RE -MODELING
FRIENDS OF THE FAMILY
CITY OF DENTON
5-8-90
SUBMITTED BY: DANA CONSTRUCTION
P.O. BOX 1594
RICHARDSON, TX. 75080
AREA 214 422-0359
DANA CONSTRUCTION
P. 0. Box 1594, • Richardson, Texas 75080
(214) 422-0359
May 8, 1990
City of Denton -
901-B Texas St.
Denton, Tx. 76201
Attn: Mr. Tom Shaw
Purchasing Agent
To Whom it may concern:
Please find enclosed a bid submitted by Dana
Construction, Richardson, Tx. Construction cost detail has
been indicated as per amount of time allowed for bidding. If
the amount of the bid is agreeable, then Dana Construction
would in turn go about the task of further detailing the
elements of the construction as requested.
All insurance documentation will be supplied from Dana
Construction and individual Sub -contractors as per
requirements outlined by the City of Denton.
It is observed that there is considerable lack of
detail to specification as to construction. It is also
observed that the legal language of enclosed documents is
sufficiently deficient with regard to the overall project
that Dana Construction respectfully declines depositing a
certified check with the enclosed bid until opportunity is
provided to clarify some points. Again, if the numbers
within this bid would make it eligible for acceptance, then
Dana Construction would comply with the deposit requirements
after careful assessment.of the spirit of the documents and
the specifications of the various construction elements.
Si e y
n leey�
Dana Construction
DW/rf
COMMERCIAL CONSTRUCTION • TENANT FINISH -OUT • PROPERTY MAINTENANCE
DANA CONSTRUCTION
05/08/90
FRIENDS
OF THE FAMILY
1429 OAKLAND
---------------------------------------------------------------
RE -MODEL
SQ.FEET: 3,418
CODE
DESCRIPTION
CST/SF
COST
%
300
PLANNING FEE
301
BUILDING PERMITS.
302
303
304
305
306
DEMOLITION
0.29
977
1.9%
307
INSULATION '
308
WINDOWS
0.55
1,887
3.7%
309
DOORS
0.23
772
1.5%
310
ROOFING
311
CONCRETE WORK
0.05
167
0.3%
312
MASONRY
313
DRYWALL
314
ACOUSTICAL CEILING
315
SUSPENDED CEILING
316
317
TAPE/8ED/TEXTURE
0.37
1,263
2.4%
318
PAINTING
1.74
5,939
11.5%
319
PANELING
0.03
97
0.2%
320
WALLCOVERING
0.09
309
0.6%
321
TRIM
322
TILE WORK
323
FLOORS
1.11
3,783
7.3%
324
ELECTRICAL
0.73
2,498
4.8%
325
PLUMBING
2.11
7,215
14.096
326
HVAC
0.72
2,455
4.8%
327
SPECIALTIES
5.53
18,899
36.696
328
LANDSCAPING
329
FENCING
330
CLEAN-UP
0.15
527
1.0%
331
EQUIPMENT RENTAL
332
MATERIALS
333
MISC. EXPENSE 41
0.12
414
0.8%
334
MISC. EXPENSE 42
335
CONTRACT -LABOR
0.58
1,998
3.9%
336
------------------------------------------------------------------------
CONTINGENCY ALLOW.
0.72
2,460
4.8%
TOTAL CONTRACT:
CONTRACT LESS CONTINGENCY: $49,199
COST PER SQUARE FOOT: 15.11
-------------------------------------------------------------------
------------------------------------------------
ITEMS
DESCRIPTION
UNITS
KITCHEN CABINETS
LAMINATE COVERAGE
1
COUNTERTOPS
LAMINATE TOPS
1
SINK
STAINLESS 8"
1
COOKTOP
THERMAOOR 4TMH45
1
VENT HOOD
WHIRLPOOL RH48348XLS
1
OVEN
WHIRLPOOL URB760PXT
2
DISHWASHER
KITCHENAID KUDS220T
1
GARBAGE DISPOSAL
KITCHENAID KCDI250S
1
ICEMAKER
WHIRLPOOL #EC5100XT
1
INTERCOM
NUTONE 3 STATION. IK15
1
MEDICINE CABINET
1
SHELVING (BATH)
1
SHELVING (PANTRY)
1
CEIL FAN W/ LGHT KIT
HUNTER 52" PASSPORT
4
FIRESCREEN DOOR
43.75 X 31.5"
1
BRASS KICKPLATE
34" X 8"
2
SECURITY SYS
BURLE (RCA) CAMERA
2
BURLE (RCA) SCANNER
1
9" MONITOR
2
DOOR LOCKS
2
LABOR,.MISC.
1
HANDICAP BARS
18"
2
24"
1
36"
1
42"
1
48"
1
TOWEL BAR
18"
1
24"
1
PAPER HOLDER
1
---------------------
TOTAL
6,812.14
1,038.40
88.50
697.38
272.58
1,208.32
789.42
188.80
841.34
80.32
19.43
88.50
195.68
401.20
234.82
56.99
2,832.00
1,062.00
601.80
861.40
354.00
40.14
22.49
26.95
29.37
31.60
7.08
7.63
8.26
---------------------
TOTAL: 18,898.76
SQUARE
FOOTAGE OF
AREAS
9.50 '
---------------------
--------------------------------------------------------------------------------------------------------
AREA 4
DESCR
WALLS
CEILINGS
DOORS
TRIM
STOOL
FLAT
ENAMEL
ry
1
201
ENTRY
261
107
87
34
368.44
140.01
121.12
103.0
242.96
202
LIVING ROOM
1,047
525
189
75
1571.50
.597.17
263.71
224.2
821.32
203
PLAYROOM
292
197
143
56
3
489.09
185.85
202.38
172.0
357.88
204
NEW OFFICE
280
131
39
58
6
411.80
156.48
103.26
87.8
244.25
205
DINING ROOM
452
368
134
77
4
819.99
311.60
215:68
183.3
494,92
206
PANTRY BUTLER
120
47
35
24
1
167.49
63.65
60.08
51.1
114.71
.
207
PANTRY STORAGE
207
54
17
36
2
260.83
99.12
55.22
46.9
146.06
208
KITCHEN
417
232
52
65
2
648.74
246.52
119.05
101.2
347.71
209
UTILITY
182
45
30
37
2
226.84
86.20
69.82
59.3
145.54
210
HANDI BATH
211
59
29
33
1
270.33
102.73
63.04
53.6
156.31
211
BED/OFFICE
340
164
34
62
3
503.93
191.49
99.27
84.4
275.88
212
STAIRWELL
286
60
40
1
345.29
131.21
41.46
35.2
166.45
213
UPPER HALLS
571
300
135
92
2
870.88
330.94
229.33
194.9
525.87
214
N. BATH
206
51
17
31
1
256.53
97.48
49.51
42.1
139.56
215
SPLIT BATH
184
47
17
38
2
231.51
87.98
57.53
48.9
136.88
216
COMMODE BATH
104
13
16
12
116.25
44.18
28.13
23.9
68.08
217
STORAGE CLOSET
96
11,
16
11
107.00
40.66
27.33
23.2
53.89
218
MASTER 8EDRM 41
511
324
17
96
5
835.19
317.37
118.32
100.6
417.95
219
MASTR CLOSETI
255
63
17
27
317.92
120.81
44.25
37.5
158.42
220
MASTR CLOSET2
144
14
16
16
158.19
60.11
32.08
27.3
87.38
221
SUNPRCH/BDRM 42
171
100
17
87
8
270.50
102.79
112.20
95.4
198.16
222
SP CLOSET
96
9
16
11
104.94
39.88
27.33
23.2
63.11
223
S. BEDROOM 43
308
126
17
57
3
434.12
164.96
78.13
66.4
231.37
224
CLOSET BDRM43
68
6
16
8
73.38.
27.88
24.56
20.9
48.76
225
E. BEDROOM 44
353
147
17
59
2
499.88
189.95
78.07
56.4
256.31
226
CLOSET BDRM 44
120
11
16
13
130.25
49.50
29.71
25.3
74.75
227
N. BEDROOM 45
421
197
618.09
234.87
234.87
228
CLOSET BDRM 45
136
11
146.50
55.67
55.67
5/08/90
CONSTRUCTION AREA CODES
ACODES
DESCRIPTION
201
ENTRY
202
LIVING ROOM
203
PLAYROOM
204
NEW_OFFICE
205
DINING_ ROOM
206
PANTRY BUTLER
207
PANTRY STORAGE
208
KITCHEN
209
UTILITY
210
HANDI BATH
211
BEDRM__OFFICE
212
STAIRWELL
213
UPPER HALLS
214
N._BATH
215
SPLIT BATH'
216
COMMODE -BATH
217
STORAGE CLOSET
218
MASTER_BDRM_1;1.
219
MASTR_CLOSETI
220
MASTR_CLOSET2
221
SUN PRCH/BDRM#2,
222
SP_CLOSET
223
S._BEDROOM_43
224
CLOSET_BDRM#3
225
E._BEDROOM_44
226
CLOSET_BEDRM#4
227
N._BEDROOM_45
228
CLOSET_BDRM#5
229
ATTIC
230
EXTERIOR/GARAGE
Page 1
5/08/90
ECODE
300
301
302
303
304
305
306
307
308
309
310
311
312
313
314
315
316
317
318
319
320
321
322
323
324
325
326
327
328
329
330
331
332
333
334
335
336
CONSTRUCTION ELEMENT CODES
ELEMENT
PLANNING FEE
BUILDING PERMITS
DEMOLITION
INSULATION`
WINDOWS
DOORS
ROOFING
CONCRETE WORK
MASONRY
DRYWALL
ACOUSTICAL CEILING
SUSPENDED CEILING
TAPE,_BED
TEXTURE
PAINTING
PANELING
WALLCOVERING
TRIM
TILE_WORK
FLOORS
ELECTRICAL
PLUMBING
HVAC
SPECIALTIES
LANDSCAPING
FENCING
CLEAN—UP
EQUIPMENT_ RENTAL
MATERIALS
MISC._EXPENSE_41
MISC._EXPENSE_42
CONTRACT LABOR
CONTINGENCY ALLOW.
Page 1
5/08/90
PROJECT WORK
----------------------
INVENTORY
ACODE
-------
DESCRIPTION
-------------
AREA .
-----
ECODE
-------
ELEMENT
---------
WORK
------
201
ENTRY
107
318
STAIN/VARNISH
BEDROOM DOOR
201
ENTRY
107
318
STAIN/VARNISH
FRENCH DOORS
.201
ENTRY
107
318
STAIN/VARNISH
TRIM
201
ENTRY
107
318
STAIN/VARNISH
WALLS
201
ENTRY
107
323
FLOORS
VINYL
201
ENTRY
107
324
ELECTRICAL
FIXT: (2) FLUORESCENT
201
ENTRY
107
324
ELECTRICAL
INSTALL BREAKER BOX
202
LIVING
ROOM
525
312
MASONRY
FIREPLACE MORTAR
202
LIVING
ROOM
525
313
DRYWALL
PATCH
202
LIVING
ROOM
525
318
PAINT
CEILING
202
LIVING
ROOM
525
318
PAINT
TRIM
-202
LIVING
ROOM
525
318
PAINT
WALLS
202
LIVING
ROOM
525
318
STAIN/VARNISH
FIREPLACE MANTEL
202
LIVING
ROOM
525
323
FLOORS
CLEAN CARPET
202
LIVING
ROOM
525
323
FLOORS
PATCH CARPET
202
LIVING
ROOM
525
327
SPECIALTIES
FIREPLACE SCREEN
202
LIVING
ROOM
525
333
MISC
ADJ FRENCH DOORS
202
LIVING
ROOM
525
333
MISC
CHK FIREPLCE FLUE
202
LIVING
ROOM
525
333
MISC. EXPENSE R1
REPAIR MORTAR
203 PLAYROOM
203 PLAYROOM
203 PLAYROOM
203 PLAYROOM
203 PLAYROOM
203 PLAYROOM
203 PLAYROOM
203 PLAYROOM
203 PLAYROOM
203 PLAYROOM
203 PLAYROOM
203 PLAYROOM
203 PLAYROOM
203 PLAYROOM
203 PLAYROOM
203 PLAYROOM
203 PLAYROOM
204
NEW
OFFICE
204
NEW
OFFICE
204
NEW
OFFICE
204
NEW
OFFICE
204
NEW
OFFICE
204
NEW
OFFICE
204
NEW
OFFICE
197
309
DOORS
EXTERIOR METAL DOOR
197
333
MISC. EXPENSE-41
RE DO CABINET FOR LAVA
197
309
DOORS
EXTERIOR METAL DOOR
197
309
DOORS
INSTALL DOOR
197
313
DRYWALL
CONSTRUCT WALL
197
313
DRYWALL
PATCH
197
313
DRYWALL
TAPE/BED
197
318
PAINT
BEAMS
197
318
PAINT
CEILING
197
318
PAINT
DOORS
197
318
PAINT
TRIM
197
318
PAINT
WALLS
197
318
PAINT
WINDOWS
197
324
ELECTRICAL
EXT LIGHT SWITCH @ DOOR
197
325
PLUMBING
LAVATORY (INSTALL)
197
327
SPECIALTIES
DEADBOLT
197
327
SPECIALTIES
VIEWER
Page 1
COST
55.00
148.73
203.73
27.50
12.50
75.00
234.82
10.00
10.00
13.75
383.57
82.50
175.00
82.50
41.25
330.00
12.50
37.50
761.25
131
313
DRYWALL
PATCH 12.50
131
318
PAINT
CEILINGS
131
318
PAINT
DOORS
131
318
PAINT
TRIM
131
318
PAINT
WALLS
131
318
PAINT
.WINDOWS
131
323
FLOORS
CARPET 227.94
5/08/90
ACODE DESCRIPTION
205
205
205
205
205
205
205
205
205
205
205
205
205
205
205
205
206
206
206
206
206
206
206
206
206
206
206
206
207
207
207
207
207
207
207
207
207
207
207
207
DINING ROOM
DINING ROOM
DINING ROOM
DINING ROOM
DINING ROOM
DINING ROOM
DINING ROOM
DINING ROOM
DINING ROOM
DINING ROOM
DINING ROOM
DINING ROOM
DINING ROOM
DINING ROOM
DINING ROOM
DINING ROOM
PANTRY BUTLER
PANTRY BUTLER
PANTRY BUTLER
PANTRY BUTLER
PANTRY BUTLER
PANTRY BUTLER
PANTRY BUTLER
PANTRY BUTLER
PANTRY BUTLER
PANTRY BUTLER
PANTRY BUTLER
PANTRY BUTLER
PANTRY STORAGE
PANTRY STORAGE
PANTRY STORAGE
PANTRY STORAGE
PANTRY STORAGE
PANTRY STORAGE
PANTRY STORAGE
PANTRY STORAGE
PANTRY STORAGE
PANTRY STORAGE
PANTRY STORAGE
PANTRY STORAGE
PROJECT WORK INVENTORY
AREA ECODE ELEMENT
--------------------
368 313 DRYWALL
368 313 DRYWALL
368 313 DRYWALL.
368 318 PAINT
368 318 PAINT
368 318 PAINT
368 318 PAINT
368 318 PAINT
368 319 PANELING
368 323 FLOORS
368 323 FLOORS
368 327 SPECIALTIES
368 327 SPECIALTIES
368 333 MISC
368 .333 MISC
368 333 MISC
47 306 DEMOLITION
47 306 DEMOLITION
47 308 WINDOWS
47 309 DOORS
47 313 DRYWALL
47 313 DRYWALL
47 318 PAINT
47 318 PAINT
47- 318 PAINT
47 318 PAINT
47 323 FLOORS
47 324 ELECTRICAL
54 306 DEMOLITION
54 306 DEMOLITION
54 313 DRYWALL
54 313 DRYWALL
54 313 DRYWALL
54 316 TAPE/BED
54 317 TEXTURE
54 318 PAINT
54 323 FLOORS
54 324 ELECTRICAL
54 327 SPECIALTIES
54 333 MISC
WORK
ENCLOSE DOOR TO KITCHEN
NEW DOOR OPENING
PATCH
BEAMS
CEILING
DOORS
TRIM
WALLS
PANELING
UNDERLAYMENT
VINYL SLIP RESIST
KICKPLATE
LEVER HARDWARE
ADJ FRENCH DOORS
REPAIR BEAMS
WOODFILL
REMOVE EXISTING CABINETS
REMOVE EXISTING WALL
REPLACE
INSTALL 2' X 6'8'
BUILD DOOR OPENING 2'
PATCH
CEILING
DOOR
TRIM
WALLS
VINYL SLIP RESIST
FIXTURE
REMOVE CEILING TILE
REMOVE EXIST SHELVES
ENCLOSE (2) WINDOWS
FILL.IN CRAWL SPACE DOOR
SHEETROCK CEILING
CEILING
CEILING
CEILING
VINYL SLIP RESIST
FIXT: LIGHT
INSTALL NEW SHELVES
RE -ENFORCE BEARING WALL
208 KITCHEN 232 306 DEMOLITION RMVE BUTCHER 8LK PANELS
Page 2
COST
240.44
82.50
110.00
12.50
435.00
507.84
36.00
16.00
10.00
5.00
12.50
1,227.34
27.50
27.50
68.75
41.25
68.75
12.50
65.33
311.58
41.25
27.50
82.50
27.50
41.25
15.00
12.00
75.06
195.88
27.50
545.44
20.53
5(08/90
PROJECT WORK INVENTORY
----------------------
ACODE
-------
DESCRIPTION
---------- ---
AREA
-----
ECODE
-------
ELEMENT
---------
WORK
------
208
KITCHEN
232
306
DEMOLITION
RMVE EXISTING WINDOW
208
KITCHEN
232
306
DEMOLITION
STRIP WALLPAPER
208
KITCHEN
232
308
.WINDOWS
INSTALL THERMOPANE
208
KITCHEN
232
309
DOORS
BI-FOLD
208
KITCHEN
232
313
DRYWALL
CONSTRUCT FUR DOWNS '
208
KITCHEN -
232
313
DRYWALL
ENCLOSE PANTRY DOOR
208
KITCHEN
232
313
DRYWALL
PATCH WALLS
208
KITCHEN
232
318
PAINT
CEILING
208
KITCHEN
232
318
PAINT
DOORS
208
KITCHEN
232,
318
PAINT
TRIM
208
KITCHEN
232
318
PAINT
WALLS
208
KITCHEN
232
323
FLOORS
UNDERLAYMENT
208
KITCHEN-
232
323
FLOORS
VINYL SLIP RESIST
208
KITCHEN
232
324
ELECTRICAL
G F I OUTLET
208
KITCHEN
232
325
PLUMBING
INSTALL 50 GAL W HEATER
208
KITCHEN
232
325
PLUMBING
INSTALL NEW DISPOSAL
208
KITCHEN
232
325
PLUMBING
INSTALL NEW SINK
208
KITCHEN
232
326
HVAC
RELOCATE FLOOR REGISTER
208
KITCHEN
232
326
HVAC
UPGRADE HVAC TO CODE
208
KITCHEN
232
327
SPECIALTIES
KITCHENAID DISHWASHER
208
KITCHEN
232
327
SPECIALTIES
KITCHENAID DISPOSAL
208
KITCHEN
232
327
SPECIALTIES
SINGLE FAUCET
208
KITCHEN
232
327
SPECIALTIES
STAINLESS STEEL SINK
208
KITCHEN
232
327
SPECIALTIES
THERMADOR COOK TOP-
208
KITCHEN
232
327
SPECIALTIES
WHIRLPOOL ICE MAKER .
208
KITCHEN
232
327
SPECIALTIES
WHIRLPOOL OVEN (2)
208
KITCHEN
232
327
SPECIALTIES
WHIRLPOOL VENT HOOD
209
UTILITY
45
306
DEMOLITION
STRIP WALLPAPER
209
UTILITY
45
308
WINDOWS
STORM WINDOWS
209
UTILITY
45
313
DRYWALL
ENCLOSE W. WINDOW
209
UTILITY
45
313
DRYWALL
PATCH
209
UTILITY
45
317
TEXTURE
CEILING
209
UTILITY
45
318
PAINT
CEILING
209
UTILITY
45
318
PAINT
DOOR
209
UTILITY
45
318
PAINT
TRIM
209
UTILITY
45
318
PAINT
WALLS
209
UTILITY
45
318
PAINT
WINDOW
209
UTILITY
45
321
TRIM
WAINSCOT
209
UTILITY
45
323
FLOORS
VINYL SLIP RESIST
209
UTILITY
45
324 .
ELECTRICAL
SMOKE ALARM
209
UTILITY
45
324
ELECTRICAL
WASHER BOX
209
UTILITY
45
325
PLUMBING
INSTALL DRYER VENT
209
UTILITY
45
327
SPECIALTIES
INSTALL WALL CABINET
210 HAND[ -BATH 59 306 DEMOLITION REMOVE WALL HEATER
210 HANDI BATH 59 306 DEMOLITION REMOVE WALL TILE
Page 3
COST
27.50
58.00
110.00
55.00
82.50
82.50 .
12.50
274.24
322.48
789.42
188.80
697.38
841.34
1,208.32
272.58
5,043.19
13.75
27.50
41.25
12.50
9.90
62.55
4=1
194.95
41.25
82.50
5/08/90
PROJECT WORK
----------------------
INVENTORY
Page 4
ACODE
----=-
DESCRIPTION
-------------
AREA
-----
ECODE
-------
ELEMENT
---------
WORK
------
COST
------
210
HANOI_BATH
59
308
WINDOWS
STORM WINDOW 28 X 44
27.50
210
HANDI
BATH
59
309
DOORS
INSTALL 3 X 6'8'
41.25
210
HAND[
BATH
59
313
DRYWALL
ENLARGE DOOR OPENING
110.00
210
HANDI
BATH
59
313
DRYWALL
REPAIR WALL @ HEATER
27.50
210
HANDI
BATH
59
318
PAINT
CABINETS
210
HANDI
BATH
59
318
PAINT
CEILING
210
HANOI_BATH
59
318
PAINT
DOORS
210
HANDI
BATH
59
318
PAINT
TRIM
210
HANDI
BATH
59
320
WALLCOVER
MASONITE LOWER HALF
210
HANOI_BATH
59
320
WALLCOVER
WALLPAPER UPPER
210
HAN01_BATH
59
323
FLOORS
VINYL SLIP RESIST
81.42
210
HANOI_BATH
59
324
ELECTRICAL
FIXT: LIGHT
210
HANOI_BATH
59
324
ELECTRICAL
G F I OUTLET
210
HANDI
BATH
59
325
PLUMBING
18' COMMODE
210
HAND[
BATH
59
325
PLUMBING
20' X 18' KILGORE SINK
210
HANDI
BATH
59
325
PLUMBING
LAVATORY FAUCETS
210
HANOI_BATH
59
325
PLUMBING
SHOWER W/SPRAY
210
HANDI
BATH
59
327
SPECIALTIES
1 1/4' G BARS @'COMMODE
210
HAND[__BATH
59
327
SPECIALTIES
18' TOWEL BARS
11.00
210
HANOI_BATH
59
327
SPECIALTIES
24' TOWEL BARS
13.00
210
HANOI_BATH
59
327
SPECIALTIES
CABINET 36' X 30'
210
HANDI_BATH
59
327.
SPECIALTIES
HAND FAUCET SHOWER
210
HAND[
BATH
59
327
SPECIALTIES
KICKPLATE
36.00
210
HANDI
BATH
59
327
SPECIALTIES
LEVER HARDWARE FOR DOOR
16.00
210
HANOI
BATH
59
327
SPECIALTIES
MEDICINE CABINET
27.50
210
HANDI_SATH
59
327
SPECIALTIES
PAPER HOLDER
9.50
210
HANDI
BATH
59
327
SPECIALTIES
TOWEL RING
9.50
210
HANDI
BATH
59
333
MISC. EXPENSE ><1
ALTER CABINETS
55.00
588.92
211
BEDRM
OFFICE
60
306
DEMOLITION
REMOVE FLOOR FURNACE
68.75
211
BEDRM
OFFICE
60
306
DEMOLITION
STRIP WALLPAPER
15.00
211
BEDRM
OFFICE
60
308
WINDOWS
STORM WINDOW 40.5 X 60'
41.25
211
BEDRM
OFFICE
60
313
DRYWALL
PATCH
12.50
211
BEDRM
OFFICE
60
318
PAINT
CEILINGS
211
BEDRM
OFFICE
60
318
PAINT
DOOR
211
BEORM_OFFICE
60
318
PAINT
TRIM
211
BEDRM
OFFICE
60
318
PAINT
WALLS
211
BEDRM
OFFICE
60
320
WALLCOVERING
WALLPAPER (2) WALLS
211
BEDRM
OFFICE
60
323
FLOORS
INSTALL VINYL
83.40
211
BEDRM
OFFICE
60
333
MISC. EXPENSE Ai
REPAIR HOLE @ FLR FURN.
27.50
248.40
212
STAIRWELL
60
306
DEMOLITION
STRIP WALLPAPER
30.00
212
STAIRWELL
60
313
DRYWALL
PATCH
12.50
212
STAIRWELL
60
317
TEXTURE
CEILING
13.20
212
STAIRWELL
60
317
TEXTURE
WALLS
13.20
212
STAIRWELL
60
318
PAINT
CEILING
212
STAIRWELL
60
318
PAINT
WALLS
5/08/90
ACODE DESCRIPTION
212 STAIRWELL
212 STAIRWELL
212 STAIRWELL
212 STAIRWELL
212 STAIRWELL
212 STAIRWELL
212 STAIRWELL
f9:i�111Z�liSGI3:�i��LgJGI �7
AREA ECODE ELEMENT
60 318 STAIN/VARNISH
60 318 STAIN/VARNISH
60 318 STAIN/VARNISH
60 323 FLOORS
60 324 ELECTRICAL
60 324 ELECTRICAL
60 327 SPECIALTIES
213
UPPER HALLS
300
308
WINDOWS
213
UPPER HALLS
300
318
PAINT
213
UPPER -HALLS
300
318
PAINT
213
UPPER HALLS
300
318
PAINT
213
UPPER -HALLS
300
318
PAINT
213
UPPER HALLS
300
323
FLOORS
213
UPPER HALLS
300
324
ELECTRICAL
213 .
UPPER HALLS
300
324
ELECTRICAL
213
UPPER HALLS
300
327
SPECIALTIES
213
UPPER HALLS
300
333
MISC
213
UPPER HALLS
300
333
MISC
214
N. BATH
51
306
DEMOLITION
214
N. BATH
51
306
DEMOLITION
214
N. BATH
51
306
DEMOLITION
214
N. BATH
51
308
WINDOWS
214
N. BATH
51
313
DRYWALL
214
N. BATH
51
313
DRYWALL
214
N.-BATH
51
317
TEXTURE
214
N.-BATH
51
317-
TEXTURE
214
N.-BATH
51
318
PAINT
214
N.-BATH
51
318
PAINT
214
N.-BATH
51
318
PAINT
214
N. BATH
51
318
PAINT
214
N.-BATH
51
318
PAINT
214
N.-BATH
51
318
PAINT
214
N.-BATH
51 -
319
PANELING
214
N. BATH
51
323
FLOORS
214
N.-BATH
51
324
ELECTRICAL
214
N. BATH
51
324
ELECTRICAL
214
N. BATH
51
325
PLUMBING
214
N.-BATH
51
325
PLUMBING
214
N.-BATH
51
325
PLUMBING
214
N. BATH
51
325
PLUMBING
214
N.-BATH
51
325
PLUMBING
214
N. BATH
51
325
PLUMBING
214
N. BATH
51
327
SPECIALTIES
214
N. BATH
51
333
MISC
WORK
STAIRRAILS
TRIM
WAINSCOT
CARPET 3' STEPS
FIXT: (3) LIGHT
SMOKE ALARM
INSTALL HANDRAILS
STORM WINDOWS (2) 24X60'
CEILING
DOORS
TRIM
WAINSCOT
CLEAN CARPET
FIXT: (3) LIGHT
SMOKE ALARM
REPLACE DOOR HANDLES (9)
REPAIR AIR GRILL
REPAIR WAINSCOT CORNER
REMOVE HEATER UNIT
RMVE EXIST TABLE/VANITY
STRIP WALLPAPER
STORM WINDOW .
PATCH -
REPAIR HEATER WALL
CEILING
WALLS
CABINETS
CEILING
DOOR
SHELVES
TRIM
WALLS
MASONITE LOWER WALL
VINYL
G F I OUTLET
HEAT/VENT/LIGHT
3PC FIBERGLASS SHOWER
LAVATORY FAUCET
NEW COMMODE
P-TRAP @ LAVATORY
SHOWER FAUCET
TUB FAUCET
INSTALL 84' SHELF
RECAULK VANITY
Page 5
COST
35.00
104.40
44.00
252.30
55.00
5.00
60.00
41.25
27.50
13.75
27.50
12.50 -
27.50
11.22
11.22
70.89
88.50
5.00
5/08/90
PROJECT WORK
----------------------
INVENTORY
Page 6
ACODE DESCRIPTION
-------------------
AREA ECODE
------------
ELEMENT WORK
--------- ------
COST
------
336.83
215
SPLIT
BATH
47
306
DEMOLITION
STRIP WALLPAPER
13.75
215
SPLIT
BATH
47
308
WINDOWS
STORM WINDOW 28' X 3'9'
27.50
215
SPLIT
BATH
47
313
DRYWALL
PATCH
12.50
215
SPLIT.
BATH
47
317
TEXTURE
CEILING
10.34
215
SPLIT
BATH
47
318
PAINT
CABINETS
215
SPLIT
BATH
47
318
PAINT
DOOR
215
SPLIT
BATH
47
318
PAINT
TRIM
215
SPLIT
BATH
47
318
PAINT
WAINSCOT .
215
SPLIT
BATH
47
323
FLOORS
VINYL
65.33
215
SPLIT
BATH
47
324
ELECTRICAL
G F I OUTLET
215
SPLIT
-BATH
47
324
ELECTRICAL
HEAT/VENT/LIGHT UNIT
215
SPLIT
BATH
47
325
PLUMBING
3PC FIBERGLASS TUB/SHOWR
215
SPLIT
BATH
47
325
PLUMBING
LAVATORY FAUCET
215
SPLIT
BATH
47
325
PLUMBING
SHOWER FAUCET
215
SPLIT
BATH
47
325
PLUMBING
TUB FAUCET
215
SPLIT
BATH
47
325
PLUMBING
VENT STACKS @ VANITY
215
SPLIT
BATH
47
333
MISC
RE -GROUT VANITY TOP
5.00
215
SPLIT
BATH
47
333
MISC
REPAIR LEAK @ CEILING
13.75
148.17
216
COMMODE
_BAT H
13
306
DEMOLITION
STRIP WALLPAPER
13.75
216
COMMODE
BATH
13
308
WINDOWS
STORM WINDOW 28' X 3'9'
27,50
216
COMMODE
BATH
13
313
DRYWALL
PATCH
12.50
216
COMMODE
BATH
13
317
TEXTURE
CEILING
3.00
216
COMMODE
BATH
13
318
PAINT
CEILING
216
COMMODE
BATH
13
318
PAINT
DOOR
216
COMMODE
BATH
13
318 _
PAINT
TRIM
216
COMMODE
BATH
13
318
PAINT
WALLS_
216
COMMODE
BATH
13
323
FLOORS
VINYL SLIP RESIST
18.07
216
COMMODE
BATH
13
324
ELECTRICAL
FIXT: WALL
216
COMMODE
BATH
13
325
PLUMBING
NEW COMMODE
74.82
217
STORAGE
CLOSET
11
318
PAINT
CEILING
217
STORAGE
CLOSET
11
318
PAINT
DOOR
217
STORAGE
CLOSET
11
318
PAINT
TRIM
217
STORAGE
CLOSET
11
318
PAINT
WALLS
0.00
218
MASTER-BDRM-41
324
306
DEMOLITION
REMOVE EXIST CABINETS
27.50
218
MASTER
BDRM
41
324
306
DEMOLITION
REMOVE WINDOW
27.50
218
MASTER
_41
324
306
DEMOLITION
STRIP WALLPAPER
81.00
218
MASTER
_BDRM
BDRM
41
324
308
WINDOWS
THERMOPANE (2) 3' X 5'3'
165.00
218
MASTER
_BORM_41
324
309
DOORS
BI-FOLD
55.00
218
MASTER
BDRM
41
324
313
DRYWALL
CLOSET 20' X 7'
110.00
218
MASTER
_BDRM _41
324
313
DRYWALL
FILL IN WINDOW
41.25
218
MASTER-BDRM-41
324
313
DRYWALL
PATCH
12.50
5/08/90
PROJECT WORK INVENTORY
ACODE
------
DESCRIPTION
-------------
AREA
-----
ECODE
------=
ELEMENT
---------
WORK
------
218
MASTER
BORM_41
324
317
TEXTURE
CEILING
218
MASTER
BDRM R1
324
317
TEXTURE
WALLS
218
MASTER
_BDRM _41
324
318
PAINT
CEILING
218
MASTER
BDRM 41
324
318
PAINT
DOOR,
218
MASTER
324
318
PAINT
TRIM
218
MASTER
_BORM_41
BDRM 41
324
318
PAINT
WALLS
218
MASTER
BDRM 41
324
323
FLOORS
CLEAN CARPET
218
MASTER
BDRM 41
324
323
FLOORS
PATCH CARPET
218
MASTER
324
323
FLOORS
STRETCH CARPET
218
MASTER
_BDRM_:1
BDRM 41
324
324
ELECTRICAL
FAN: CEIL W/ LIGHT KIT
213
MASTER_BDRM_41
324
324
ELECTRICAL
FIXT: (2) LIGHT
218
MASTER
BDRM 41
324
333
MISC._EXPENSE
ADJUST CLOSET DOORS
218
MASTER
BDRM R1
324
333
MISC. EXPENSE R1
REPAIR BEDROOM DOOR
219
MASTR
63
318
PAINT
CEILING
219
_CLOSETI
MASTR
CLOSETI
63
318
PAINT
DOORS
219
MASTR
CLOSETI
63
318
PAINT
WALL
220 MASTR CLOSET2
220 MASTR CLOSET2
220 MASTR CLOSET2
220 MASTR CLOSET2
221 SUN_PRCH/BDRMR2
221 SUN_PRCH/BDRMR2
221 SUN PRCH/BDRM42
221 SUN PRCH/BDRMR2
221 SUN_PRCH/BDRMR2
221 SUN PRCH/BDRM42
221 SUN_PRCH/BDRMR2
221 SUN PRCH/BDRMR2
222 SP CLOSET
222 SP CLOSET
222 SP CLOSET
222 SP CLOSET
222 SP CLOSET
223
S._
BEDROOM
_43
223
S._BEDROOM
43
223
S._
BEDROOM
_43
223
S.
BEDROOM
43
223
S._
BEDROOM
_43
223
S.
BEDROOM
R3
14 318 PAINT
14 318 PAINT
14 318 PAINT
14 323 FLOORS
100 306 DEMOLITION
100 309 DOORS
100 313 DRYWALL
100 318 PAINT
100 318 PAINT
100 318 PAINT
100 318 PAINT
100 323 FLOORS
9 318
PAINT
9 318
PAINT
9 318
PAINT
9 318
PAINT
9 323
FLOORS
126 306 DEMOLITION
126 308 WINDOWS
126 313 DRYWALL
126 317 TEXTURE
126 317 TEXTURE
126 318 PAINT
CEILING
TRIM
WALLS
CLEAN CARPET
REMOVE EXIST CABINETS
8I-FOLD
CLOSET 1.75 X 5.25'
CEILING
DOOR
TRIM
WALLS
CLEAN CARPET
CEILING
DOOR
TRIM
WALLS
CLEAN CARPET
STRIP WALLPAPER
STORM WINDOW 5' X 3'3'
PATCH
CEILING
WALLS
CEILING
Page 7
COST
71.28
71.28
10.00
12.50
684.81
0.00
0.00
27.50
55.00
110.00
192.50
0.00
31.50
41.25
12.50
27.72
27.72
5/09/90 PROJECT WORK INVENTORY Page 8
ACODE DESCRIPTION AREA ECODE ELEMENT
223
S._
BEDROOM
_43
223
S._BEDROOM
#3
223
S.
BEDROOM
43
223
S._BEDROOM
43
223
S:_
BEDROOM
_43
223
S.
BEDROOM
A3
224
CLOSET
BDRMA3
224
CLOSET
BORM43
224
CLOSET_BORM43
224
CLOSET
BDRM83
225
E._
BEDROOM
_44
225
E.BEDROOM44
225
E.-BEDROOM
__44
225
E._BEDROOM
44
225
E._
BEDROOM
_44
225
E._BEDROOM
44
225
E._BEDROOM
44
225
E._BEDROOM
84
225
E._
BEDROOM
_44
225
E._BEDROOM
84
225
E.
BEDROOM
A4
226
CLOSET_BEDRM44
226
CLOSET
BEDRM44
226
CLOSET
BEDRM#4
226
CLOSET
BEDRM#4
226
CLOSET
-BEDRM#4
227
N._
BEDROOM _45
227
N._BEDROOM
45
227
N._BEDROOM
45
227
N._BEDROOM
45
227
N._
BEDROOM
_45
227
N._BEDROOM
45
227
N.
BEDROOM
35
227
N._BEDROOM
05
227
N._
BEDROOM
_95
227
N._BEDROOM
45
227
N.-BEDROOM-45
228 CLOSET_8ORM#5
228 CLOSET BDRMN5
WORK COST
126
318
PAINT
DOOR
126
318
PAINT
TRIM
126
318
PAINT
WALLS
126
323
FLOORS
NEW CARPET
126
324
ELECTRICAL
FAN: CEIL W/ LIGHT KIT
126
333
MISC. EXPENSE R1
ADJUST CLOSET DOOR
6 318 PAINT
6 318 PAINT
6 318 PAINT
6 323 FLOORS
147 306 DEMOLITION
147 308 WINDOWS
147 313 DRYWALL
147 317 TEXTURE
147 317 TEXTURE
147 318 PAINT
147 318 PAINT
147 .318 PAINT
147 318 PAINT
147 323 FLOORS
147 324 ELECTRICAL
11 318 PAINT
11 - 318 PAINT
11 318 PAINT
11 318 'PAINT
11 323 FLOORS
197 306 DEMOLITION
197 308 WINDOWS
197 308 WINDOWS
197 317 TEXTURE
197 317 TEXTURE
197 318 PAINT
197 318 PAINT
197 318 PAINT
197 318 PAINT
197 323 FLOORS
197 324 ELECTRICAL
11 318 PAINT
11 318 PAINT
CEILING
TRIM
WALLS
NEW CARPET
STRIP WALLPAPER
STORM WINDOWS
PATCH
CEILING
WALLS
CEILING
DOOR
TRIM
WALLS
CLEAN CARPET
FAN: CEIL W/ LIGHT KIT
CEILING
DOOR
TRIM
WALLS
CLEAN CARPET
STRIP WALLPAPER
STORM (1) 5' X 3'3'
STORM (2) 24' X 60'
CEILING
WALLS
CEILING
DOOR
TRIM
WALLS
CLEAN CARPET
FAN: CEIL W/ LIGHT KIT
CEILING
DOOR
224.28
10.00
374.97
10.68
10.68
36.75
27.50
12.50
32.34
32.34"
141.43
0.00
49.25
27.50
55.00
43.34.
43.34
218.43
5/08/90
PROJECT WORK
----------------------
INVENTORY
Page 9
ACODE
------
DESCRIPTION
-------------
AREA ECODE
------------
ELEMENT
---------
WORK
------
COST
------
228
C,LOSET_BDRMR5
11 318
PAINT
TRIM
228
CLOSET BDRM45
11 318
PAINT
WALLS
228
CLOSET BORM45
11. 323
FLOORS
CLEAN CARPET
0.00
229
ATTIC
324
ELECTRICAL
BRING TO CODE
229
ATTIC
326
HVAC
BRING HVAC TO CODE
229
ATTIC
333
MISC. EXPENSE Al
BUILD CATWALK
40.00
40.00
230
EXTERIOR/GARAGE
306
DEMOLITION
REMOVE WALL HEATER GRGE
41.25
230
EXTERIOR/GARAGE
309
DOORS
INSTALL STEEL 3' DOOR
41.25
230
-EXTERIOR/GARAGE
312
MASONRY
SAW CUT BRICK WALL
150.00
230
EXTERIOR/GARAGE
313
DRYWALL
REPAIR WALL @ HEATER
27.50
230
EXTERIOR/GARAGE
324
ELECTRICAL
EXTERIOR LIGHTS @ ENTRY
230
EXTERIOR/GARAGE
324
ELECTRICAL
EXTERIOR LIGHTS @ OFFICE
230
EXTERIOR/GARAGE
324
ELECTRICAL
FLOOD LIGHT
230
EXTERIOR/GARAGE
324
ELECTRICAL
HVAC DISCONNECT
230
EXTERIOR/GARAGE
326
HVAC
CLEAN DUCT WORK
230
EXTERIOR/GARAGE
327
SPECIALTIES
GLOBE FOR PORCH LIGHT
11.00
230
EXTERIOR/GARAGE
327
SPECIALTIES
INTERCOM SYSTEM
80.32
230
EXTERIOR/GARAGE
327
SPECIALTIES
LEVER HANDLE FOR DOOR - _
16.00
230
EXTERIOR/GARAGE
327
SPECIALTIES
SECURITY SYSTEM
5,710.00
230
EXTERIOR/GARAGE
333
MISC. EXPENSE Al
INSTALL CREEP HOLE @ S.
55.00
230
EXTERIOR/GARAGE
333
MISC.-EXPENSE-41
MOVE FENCE
82.50
6,214.82
SUBMITTED TO:
ATTN:
SUBMITTED BY;
Owner:
CONTRACTOR QUALIFICATION STATEMENT
CITY OF DENTON
901-8 TEXAS STREET
DENTON, TX. 76201
TOM SHAW
DANA CONSTRUCTION
P.O. Box 1594
Richardson, Tx. 75080
Dan Wadley
Area 214 422-0359
(Individual)
The inception of Dana Construction was in August, 1982
and has concerned itself with the Commercial construction
business since that time. The company has never 'operated
under any other name. Dana Construction operates -altogether
in the metroplex area.
The scope of endeavor:
1. Commercial Finish -Out Office/Retail (25,OOO sf max)
2. Property remodel, maintenance, and repair.
3. Planning, Drawings service.
4. Computerized estimating and accurate cost analysis
I typically incorporate the AIA Owner/Contractor
contract in governing the construction activity, but I am
open to corporate contracts. I do require contractual
agreement between all parties involved in the respective
projects. Dana Construction will maintain client
requirements for liability insurance. All sub -contractors
furnish current Liability and Workers Compensation
certificates of insurance at the time of bidding to insure
current status of protection. These certificates of
insurance will also be submitted to the
owners/representatives at the time of .bidding.
CONTRACTOR QUALIFICATION RESUME
PAGE 1
Client References:
Horn -Barlow Co. Jay Barlow 369-8695
Banknet Mortgage Jack Hestand 851-2908
Jerry Foster & Co. Jerry Foster 824-8461
Trade References:
Dallas Plumbing Wiley W. Rouse 214-741-7611
Darden Electric James Darden 214-271-5543
Cornell Interiors Randall Cornell 214-285-7970
Patrick Bros Paint Larry Patrick 214-823-1290
-------------------------------------------------------
Dated at
this of 90
Contractor: DANA CONSTRUCTION
P.O. Box 1594
Richardson, Tx. 75080
By: Dan A. Wadley
Title: Owner
Mr. Dan A. Wadley being duly sworn deposes and says that he
is the owner of Dana Construction (Contractors), and that
all statements therein contained are trp and rrect.
/ Dan A. Wadley
Dana Constructio
Subscribed and sworn before mA this fti day of,L-
1910.
Notary Public
My Commission Expires:/
CONTRACTOR QUALIFICATION RESUME PAGE 2
S
D�ctiment A111 t tweet
ge.
AtA veeo
Form o{ A C°ntCact°C
Standard V�ret and enL15the
O ere theba515`o�iOyw PLU5 A FEE
�h
VY tION CP'W17110N
C05� OF 1H $ `D%,Jo NGEPLEIOON )R M FIcontract for Construction
p�IF merrca i
POR pN N Lbe
EGP'L C� O 115 RESpE i Co ditions of e a1 Contactors o P
G�MEN1 ��tjR GE[) `N11 A201 Cepera ssocxated Gen
1N15 ORNEY 15 EN ocument d by The
A
11 of AIA D gorse O� �llnetee
AN e 1976 Edition red a"d en _ `n the yeat
tJSe )sly
with the ent ha en aPPro
s be
iW1s locum
da`I °{
A EEMENS
DANA CONSTRUCTION .
Achieves fruition with regard to a given project
with strict Contracts, computerized bidding, and
detailed records with regard to all aspects -of
job cost accounting.
(1) AIA Contracts
(2') Contract Bid Elements w/costs
(3) Job Draw amount accounting
DANA CONSTRUCTION 11/17/89
SAMPLE CLIENT
CONTRACT
BID AMOUNTS
------------
SQ.FEET: 8,117
-------------------------------------------
CODE
DESCRIPTION
CST/SF
COST
-
%
300
PLANNING FEE
0.10
795
1.3%
301
BUILDING PERMITS
0.03
252
0.4%
302
303
304
305
306
DEMOLITION
0.55
4,479
7.5%
307
INSULATION
308
WINDOWS
309
DOORS,
0.50
4,028
6.8%
310
ROOFING
311
CONCRETE WORK
912
MASONRY
313
DRYWALL
0.99
8,010
13.4%
314
ACOUSTICAL CEILING
315
SUSPENDED CEILING
0.83
6,703
11.2%
316
TAPE, BED
0.39
3,183
5.3%
317
TEXTURE
'0.24
1,908
3.2%
318
PAINTING
0.43
3,507
5.9%
319
PANELING
320
TRIM
0.21
1,696
2.8%
321
TILE WORK
322
FLOORS'
1.30
10;526
176%
323
ELECTRICAL
0.94
7,632
12.8%
324
PLUMBING
.325
RVAC
0.30
2,438
4.1%
.326
SPECIALTIES
327
LANDSCAPING
328
FENCING
329
CLEAN-UP
0.11
860
1.4%
330
EQUIPMENT RENTAL
331
MATERIALS
332
MISC. EXPENSE #1
0.11
889
1.5%
333'MISC.
EXPENSE #2
334
CONTRACT LABOR
335
CONTINGENCY ALLOW.
0.34
2,760
4.6%
TOTAL CONTRACT: $59,666
CONTRACT LESS CONTINGENCY: $56,906
COST PER SQUARE FOOT: 7.35
------------------------------------------------------------------------
CONSTRUCTION
PAYSHEET
-------------------------------
SAMPLE CLIENT
TODAY:
12/01/89
DRAW ACCOUNTING
JOB#:
89013
START
11/01/89
AGE:
30
DAYS
-------------
JOB
%
JOB
1
2
3 4
CODE
WORK PHASE
CONTRACT
TO DATE
BALANCE
COMPLETED
CODE
11/11/89 .
11/21/89
12/O1/89 12/11/89
------------------------------------------------------------------------------------------------------------------------------
300
PLANNING FEE
795
795
100%
300
795
301
BUILDING PERMITS
252
252
100%
-301
252
302
302
303
303
304
304
305
305
306
DEMOLITION
4,478
4,478
100%
306
4,478
307
INSULATION
307
308
WINDOWS
308
309
DOORS
4,028
4,028
100%
309
4,028
310
ROOFING
310
311
CONCRETE WORK
311
312
MASONRY
312
313
DRYWALL
8,010
8,010
100%
313
1,608
6,402
314
ACOUSTICAL CEILING
314
315
SUSPENDED CEILING
6,703
6,703
100%
315
6,703
316
TAPE, BED
3,183
3,183
100%
316
3,183
317
TEXTURE
1,908 -
1,908
100V
317
1,908
318
PAINTING
3,507
3,507
100%
318
3,507
319
PANELING
319
320
TRIM
1,696
1,696
100%
320
1,696
321
TILE WORK
321
322
FLOORS
10,526
10,526
100%
322
10,526
323
ELECTRICAL
7,632
7,532
100%
323
7,632
324
PLUMBING
324
645
325
HVAC
.2,438
2,438
100%
325
2,438
326
SPECIALTIES
326
327
LANDSCAPING
327
328
FENCING
328
329
CLEAN-UP
860
860
100%
329
860
330
EQUIPMENT RENTAL
330
331
MATERIALS
331
332
MISC. EXPENSE 41
889
889
100%
332
889
333
MISC. EXPENSE 02
333
334
CONTRACT LABOR
334
335
CONTINGENCY ALLOW.
2,760
2,760
335
-----------------------------------------------------------------------------------------------------------------------------
TOTALS:
59,665
56,905
2,760
15
7,133
18,196
32,221
THIS DRAW: $32,221.00
BID# 1101
PROPOSAL
TO
THE CITY OF DENTON, TEXAS
FRIENDS OF THE FAMILY REHABILITATION
IN
DENTON, TEXAS..
The undersigned, as bidder, declares that the only person or
parties interested in this proposal as principals are those named
herein, that this proposal is made without collusion with any other
person, firm or corporation; that he has carefully examined the
form of contract, Notice to Bidders, specifications and the plans
therein referred to, and has carefully examined the locations,
conditions, and classes of materials of the proposec work and
agrees that he will provide all the necessary labor, :maciinery.
tools, apparatus, and other items incidental to construction, and
will do all the work and furnish all the materials called for in
the contract and specifications in the manner prescribed herein anc
according to the requirements of the City as therein set forth.
It is understood that the following quantities of work to be done
at unit prices are approximate only, and are intended principally
to serve as a guide in evaluating bids.
It is agreed that the quantities of work to be done at unit prices
and material to be furnished may be increased or diminished as may
be considered necessary in the opinion of the City, to complete
the worK fully as planned and contemplated, and that all quantities
of work whether increased or decreased are to be performed at the
unit process set forth below except as provided for in the
specifications.
It is further agreed that lump sum prices may be increased to cover
additional work ordered by the City, but not shown on the plans or
required by the specifications, in accordance with the provisions
to the General Conditions. Similarly, they may be decreased to
cover deletion of work so ordered.
It is understood and agreed that the work is to be completed in
full within the number of work days shown on the bid.tabulation
sheet.
P - 1
BID# 1101
Accompanying this proposal is a certified or cashier's check or
Bid Bond, payable to the Owner, in the amount of five percent of
the total bid.
It is understood that the bid security accompanying this proposal
shall be returned to the bidder, unless in case of the acceptance
of the proposal, the bidder shall fail to execute a contract and
file the necessary insurance certificates within fifteen days
after its acceptance, in which case the case the bid security shalt
become the property of the owner on account of such,f ailure of the
bidder. Owner reserves the right to reject any and all bid. Owner
may investigate the prior performance of bidder on other
contracts , either public or private, in evaluating bid proposals.
Should bidder alter, change, or qualify any specification of the
bid, Owner may automatically disqualify bidder.
The undersigned hereby purposes and agrees to perform all work cf
whatever nature required, in strict accordance with the plans and
specifications, for the following sums or prices. -
NOTICE:
AREA TO BE INSPECTED BY APPOINTMENT'ONLY. PLEASE CALL KAREN
CONNER AT (817) 387-5284 OR SUSAN VARDELL AT (817) 387-5131
TO SETUP APPOINTMENT.
P - 2
BID# 1101
BID TABULATION SHEET
FRIENDS OF THE FAMILY
REHABILITATION
Please provide a price for each of the following items and a
total for each room.
AREA WORK ITEM *CUNT
Entry Stain to existing color - walls
stair rail, french doors, bed-
room door, base trim & door frame $
Varnish all w/polyurethane
(satin finish) $
Install new vinyl $
In entry closet cover breakers
w/metal, remove light bulbs &
add florescent light $
TOTAL ENTRY:_
Living Room Patch & paint walls - ceiling
Paint base trim, door & window $
Stain to existing color -
fireplace mantle, varnish w/poly-
urethane (satin finish) $
Install screen for fireplace (40"
w x 31 1/2" 1), check flue &
repair mortar $
Steam clean carpet - Patch $
missing carpet
Adjust all french doors $
TOTAL LIVING ROOM: $
P-3
REHABILITATION
PAGE.2
Hill# 11U1
Kids Playroom & New Office
Build a wall w/door & jamb 11'5"
from east wall. Sheetrock, tape,
bed, texture. $
Move lavatory into playroom, place
new door nearest to cabinet end $
Carpet new office $
Install new exterior metal door w/
dead bolt & viewer $
Install switch for exterior lights
at door $
Patch & paint walls, ceilings &
doors, windows & trim $
TOTAL KIDS PLAYROOM & NEW OFFICE:
Dining Room Patch & woodfill walls; repair
beams
Paint - walls, ceilings, beams,
base trim, doors & windows
Enclose door to kitchen & replace
paneling to match
0 a-
_. Install new 3 x 6 door & jamb
(per plan) w/lever hardware &
kick plate
New slip resistant vinyl
Install underlayment & adjust
french doors
TOTAL DINING ROOM:
0
P-4
REHABILITATION
PAGE 3
BID# 1101
Butler Pantry Remove existing cabinets
Remove existing north 14all
(per plan)
a a
Add 2 x 6 door into Storage
pantry (as per plan)
Patch, ,sand, paint walls,
ceilings, window; door and
base trim
New window to replace
existing
Install new slip resistant
vinyl
Install new light fixture
(as per plan)
TOTAL BUTLER PANTRY:
Storage Pantry
Remove existing shelves & add
new shelves (as per plan)
Fill in crawl space door
Enclose South & West window
(2'11" x 2'0")
Reinforce cross bracing under
bearing wall.
Install new slip resistant vinyl
(has plywood subfloor)
Install new light fixture
(as per plan)
REHABILITATION
PAVE 4
BID$ 1101
Remove styrofoam, ceiling tile,
& sheetrock, tape, bed, texture
& paint S
TOTAL STORAGE PANTRY: $
Kitchen Enclose pantry door & window
(per plan) $
relocate utility room door (as per
8 8
plan) 2 x 6 $
Replace existing bi=fold doors w/
new doors to seal for water heater
8 8
and furnace 4 x 6 $
Replace existing window w/thermo-
pane to match $
Remove butcher block panels from
North wall $
Relocate existing floor register
(as per plan) $
Bring furnace & A/C to code $
Install new 50 gal. water heater
.to code $
Strip wallpaper, patch, It. texture
& paint wall's & ceiling, window,
door & base trim $
Install additional outlets & GFI's
(as per plan) $
Install slip resistant vinyl
& underlayment 1 $
- - a P-6
c
REHABILITATION BID# 1101
PAGE 5
Install new cabinet w/Purr cowns
& new stainless steel sink 8" deep
bowls single handle, wasner-less
faucet w/sprayer (per plan) $
*New Appliances; Thermador TMH 46
Electric Cook top, to bevented to'
exterior 48" hood whirlpool R48348XLS
w/ventilator $
Kitchenaid 3/4-HP Disposal
KCDI 250S $
Kitchenaid B/in dishwasher
superba model #KUDS220T $
Installed to code: Whirlpool Ice
Maker EC51COXT
TWO 27" Whirlpool ovens (stacked)
#RB 760 PXT
*All appliances to be installed to code
TOTAL KITCHEN: g
Utility Strip wallpaper, patch, light
textura & paint walls, ceiling $
Wainscot, doors, doors & window
& base trim g
Storm window to existing
Enclose west window (per plan)
Add wall cabinet (per plan)
Install new Slip resistant vinyl
Install metal dryer vent
Install washer box to code
P-7
FRIENDS OF THE FAMILY
REHABILITATION
PAGE 6
BID# 1101
Install electric smoke alarm in
series with others
TOTAL UTILITY:
Handicapped Bath
Masonite installed where existing
tileboard is paint
Install new faucets on lavatory
& handicapped faucet for shower with
spray hose $
Install medicine cabinet
Install handicapped shower, 18"
commode & 20x18 kilgore sink
basin $
Remove heat unit from west wall/
repair wall. $
Install GFI Outlet $
Add 1 1/4" Grab Bars Around Commode $
0 8
Install 3 x 6 door w/lever,
hardware and kick plate $
Install masonite paneling on
lower half &'paint $
Wallpaper upper half, paint, ceilings,
doors, windows, base trim & existing
cabinets. $
__. (Donated wallpaper to be used in bath)
Alteration to cabinets (as per
plan)
rnicrvu5 yr int r.-Mr LT
REHABILITATION
PAGE 7
BID# 1101
Install storm window to existing
28 x 44
Install new slip resistant vinyl
Add 36x30 Wall Cabinet Above
Commode (as per plan)
Install new wall light fixture
(as per plan)
Install GFI outlet
TOTAL HANDICAPPED:
Bath
(3) Paper Holders $
Accessories
(2) 24" towel bars $
(1) 18'' towel bars $
(1) towel ring $
TOTAL BATH
ACCESSCRIES:
Bed/Office
Remove existing floor furnace
& repair floor $
Patch hole in north wall $
Strip wallpaper, match, light
texture, paint walls & ceilings
install donated wallpaper on
(2) walls $
Paint doors, door & window
frames & base trim 3
Install storm windows 40 1/2''
x 60'' $
FRIENDS OF THE FAMILY
REHABILITATICPs BID$ 1101
PAGE 8
r
Install new .in•'
TOTAL BED OFFICE:
Stairwell Reoair loose stair railing
Install handrails i=or both sides
as needed. S
Stain wainscot & stair rails,
window_.&.trim to existing color $
Varnish w/polyurethane (satin
finish) s
Strip wallpaper 3
Patch, texture,.paint ceiling
& walls 3
Install Light Fixture $
Carpet runner V wide on stairs $
Install smoke alarm in series
with others $
TOTAL STAIRWELL:
UPPER HALLS Repair corner piece on wainscot s
Paint wainscot, doors, window
& door frames, ceiling
All door handles need to be
stripped or replaced 3
Add storm windows (north end)
to existing - two 24'•x60" $
Steam clean carpet &-restretch $
Replace light fixtures -
(1 ceiling/2 wall) $
P-10
FRIENDS OF THE FAMIL''! BIDik 1101
REHABILITATION.
PAGE 9
Install electric smoke_ aetectors
to be wired in series 3
Repair return air grills $
Repair & paint attic door $
TOTAL UPPER HALLS: $
North Bath Remove existing table vanity
(per plan)
TOTAL 6'-6"X6=36=4 yd. $-
Remove existing heat unit from
wall/.repair wall 5
Install three piece fiberglass
tub/shower units $
Strip wallpaper, patch, light
texture, paint ceiling & walls
cabinets, shelves, doors and
windows 3
Install masonite paneling on
lower walls & paint $
Add open shelf 84" (per plan) $
Install storm window to existing
(28 1/4x 3'8") $
Add heater/ventilator/light
unit $
Install new lavatory & tub &
shower faucets, new o-trap on
lavatory $
Recaulk vanity $'
Install new vinyl $
P-11
« FRIENDS OF THE FAMILY BID$ 1101
REHABILITATION
PAGE 10
Install new commode
Install GFI outlet
TOTAL NORTH BATH:
Split. Bath
3
Commode
Strip wallpaper on ceilings
& walls $
Patch, light texture & paint,
wainscot, door & window trim S
Replace commode $
Install new wall light fixture $
Install new slip resistant
vinyl $
Add storm window to existing $
(28"xV -9")
TOTAL SPLIT
BATH COMMODE 3
SPLIT BATH
Add new light/heat/ventilator
TUB
unit $
Strip wallpaper on ceii�ngs
& walls S
Patch, light texture, paint
cabinets, door & window,
wainscot $
Add storm window to existing
(28"xV -9") $
Regrout vanity top $
Install vent stacks for drain
on vanity . $
P-12
FRIENO S.CF THE FA..ILY BID# 1101
• REHABILITATION
PAGE 1;
Install 3 piece fiberglass
tub/shower
Repair leak above kitchen
ceiling_
Install new vinyl $
Install new faucets in lavatory,
tub & shower. t
Install GFI g
TOTAL SPLIT BATH TUB: $
Master Bedroom
#1 Strip wallpaper g
Patch, light texture, paint
walls/ceiling), doors, windows
& closets t
Remove window & cabinet on
east wall, replace w/closet
w/bifold doors -- .g
Replace windows,w/aluminum/
thermopanes to match
two g
Install (2) new light fixtures
& one ceiling fan w/light kit $ .
Steam clean, stretch & patch
carpet (new closet included) $
Adjust closet doors & repair
bedroom door
TOTAL MASTER BEDROOM #1:
P-13
FRIENDS OF THE FAMILY
REHABILITATION
PAGE 12
Sun Porch/
BID# 1101
Bedroom #2 Remove existing built in cabinet
build closet to replace $
Paint walls, closet & doors,
door & window frames $
Replace _glass panes in door
(2) $
Steam clean & stretch carpet $
TOTAL SUN/PORCH BEDROOM #2 $
South Bedroom
#3 Strip wallpaper $
Patch, light texture, paint
walls, ceilings, door & window
trim $
Storm window for existing
(3'3"x5') $
Adjust closet door $
Install new ceiling fan
w/light kit $
Install new carpet (including
closet) $
TOTAL SOUTH -'BEDROOM #3: $
East Bedroom
#4 Strip wallpaper $
Patch, light texture, paint,.
(ceiling/walls-).doors, windows
and trim $
Add storm windows to existing $
__ P-14
FRIENDS OF THE FAMILY BID# 1101
REHABILITATION
?AGE 13
Install new ceiling fan w/light
kit
Steam clean carpet
(including closer) $
TOTAL EAST BEDROOM #4: $
North Bedroom
#5 Strip wallpaper, patch, light
texture, paint walls/ceiling,
doors, windows & trim $
Add (3) storm windows to existing
((2) 24"x60", (i) 3'3"x5'-0") $
Install new ceiling fan
w/light kit $
Clean carpet $
TOTAL NORTH BEDROOM #5: $
Attic Bring upper furnace & A/C.to
code, install catwalk & light
for access $
Check & correct all unsafe
wiring, including switch &
outlet covers
TOTAL ATTIC:
Exterior
Replace globe on porch light
Install creep hole on south
side $
Install disconnect on A/C
units $
Remove wall heater in
garage & repair any holes in
wall $
P-15
_=RIENDS Or THE FAMILY
REHABILITATION
PAGE 14
BID# 1101
Move end section of fence back
& install 3"-0x6'-8' metal
door on west side of garage 5
Extend concrete to door
accessible for handicap. $
Install lever handle on walk-in
garage door & flood light. $
Install security system &
intercom at walk-in garage
door x
Install switches for exterior
lights in office g
Cleaning of furnaces' duct
work
Have lights to exterior wired
to be controlled to interior of
house (entry way) $
Recommend: Universal Security Alarms
Closed circuit TV Surveillance System
1 Burle (RCA) fixed chip weatherproof camera
1 Burle (RCA) chip camera for scanning
1 Motor to scan
2 Camera mounts and weatherproof housing
2,Auto Iris Lenses
2 Transformers
2 Burle (RCA) 9" Monitors
Appropriate coax, cable & connectors
Other necessary equipment
Installation
P-16
FRIENDS OF THE FAMILY
REHABILITATION
PAGE 15
Intercom - Nutone
1 Master station.
2 Remote units
Appropriate connections
3 Move intercom into the office
BID# 1101
If Nutone is purchased from an authorized. Nutone dealer -
lifetime warranty on parts & service..
2 Door strikers (Remote buzzer system for opening locked
doors)
TOTAL SECURITY SYSTEM:
Folger Adams Brand heavy duty.
Universal Security Alarms
David Sayers Lic. #B - 2918
1521 Central Park Drive
Hurst, Texas 76053
Metro (817) 589-1200
Another possible Co.
Surveillance, Inc. - Stephen Hull
1701 W. Northwest Hwy.
Grapevine, Tx. 76C51
(817) 481-4864
Notes
Work Environment Systems has done A/C and heating- work
Authorized Nutone Dealers have lifetime warranty on oarts
and service
Vinyl - Congoleum Marathon
C007 Boulevard LF 475(a) (3) type II, Grade A
Carpet - Diamond Mills Oxford
26 oz., 1/8 gauge, 9.6 stitches per in., 187 pile,
polypropylene backing, .turf bind 20#. textured -
loop, 100% nylon, 5000 Denia/6 ply, FHA type II,
Class I & II.
P-17
BID# 1101
BID SUMMARY
TOTAL ENTRY '
TOTAL LIVING ROOM
TOTAL KIDS PLAYROOM/NEW OFFICE
TOTAL DINING ROOM
TOTAL BUTLER PANTRY
TOTAL STORAGE PANTRY
TOTAL KITCHEN
TOTAL UTILITY
TOTAL HANDICAPPED
TOTAL BATH ACCESSORIES
TOTAL BED OFFICE
TOTAL STAIRWELL
TOTAL UPPER HALLS
TOTAL NORTH BATH
TOTAL SPLIT BATH COMMODE
TOTAL SPLIT BATH TUB
TOTAL MASTER BEDROOM #1
TOTAL SUN/PORCH BEDROOM #2
TOTAL SOUTH BEDROOM #3
TOTAL EAST BEDROOM #4
TOTAL NORTH BEDROOM #5
TOTAL ATTIC
TOTAL SECURITY SYSTEM
TOTAL ALL PROJECTS. $
NUMBER OF WORK DAYS TO COMPLETE
DATE: MAY 15, 1990
CITY COUNCIL REPORT
TO: Mayor and Members of the City Council
FROM: Lloyd V. Harrell, City Manager
SUBJECT: BID# 1107 - BONNIE BRAE WATER LINE
RECOMMENDATION: We recommend this bid be awarded to the lowest
bidder, Hasty -Fowler Construction, in the amount of $87,437.50,
completion in 20 work days. Public Utility Advisory Board
recommends approval.
SUMMARY: This bid is for the installation of 3,117 feet of 12"
water line along Bonnie Brae, north of University Drive. The
project includes all material, labor, and supplies as well as
replacement of fences and hydro -mulching or re -seeding
excavation areas.
BACKGROUND: Tabulation Sheet
PROGRAMS, DEPARTMENT OR GROUPS AFFECTED: C.I.P. Replace Water
Line Street Program, Citizens using Bonnie Brae Street.
FISCAL IMPACT: Funds for this project were originally budgeted
in the FY90 D.I.P. Program for Street/Water Line Replacement.
However, due to transfer of funds for Lake Ray Roberts, this
project will be funded with bond money sold in 1990, for
projects that have been indefinitely postponed.
Respec
Lloyd V. Harrell
City Manager
Preppar-ed,_ by:
Name: Tom D. Shaw, C.P.M.
Title: Purchasing Agent
TDS/cj
029.DOC
ME
. .... .... .
Im
:1z
5,
IM
is
:91
- - ---- ---- ----
.... ...
DATE: MAY 15, 1990
CITY COUNCIL REPORT
TO: Mayor and Members of the City Council
FROM: Lloyd V. Harrell, City Manager
SUBJECT: BID# 1068 - RAY ROBERTS/LEWISVILLE HYDROELECTRIC
PROJECT
RECOMMENDATION: We recommend this bid be awarded to the firm of
Martin K. Eby Construction Company, Inc., in the amount of
$1,646,000.00, for the Ray Roberts Hydroelectric Project and
$2,625,600.00, for the Lewisville Hydroelectric Project. Total
bid award $4,271,600.00.
SUMMARY: This bid is for the construction of hydroelectric
projects for Lake Ray Roberts and Lake Lewisville. These
projects will utilize flow water to generate electrical power,
13,054 megawatts per hour from Lewisville and 7,965 megawatts
per hour from Ray Roberts.
BACKGROUND: Memorandum to Council dated May 15, 1990, excerpt
from Public Utility Advisory Board Minutes of April 24, 1990.
PROGRAMS, DEPARTMENT OR GROUPS AFFECTED: Electric Department,
Water and Sewer Department
FISCAL IMPACT: Funds for this project will come from Electric
Bond Funds. As indicated in the attached memorandum, the
projects show a positive cash flow in the first year of
commercial operation.
Respect lly submitted:
../ '�/ e"':X -
L oy V. Harrell-
City Manager
P epareQd �' by
e
Name: Tom D. Shaw, C.P.M.
Title: Purchasing Agent
TDS/cj
029.DOC
9a-o9e
CONTRACT AGREEMENT
STATE OF TEXAS )(
COUNTY OF DENTON )(
THIS
AGREEMENT, made
and entered
into this 15 day of May
A.D., 19 90,
by and between
The City
of Denton
of the County of Denton and State of Texas, acting through
Lloyd V_ Harrell thereunto duly authorized so to do,
Party of the First Part, hereinafter termed the OWNER, and
)n Inc., 106 West 36th, San An
76903
of the City of San Angelo , County of Tom Green
and state of Texas Party of the Second Part, hereinafter
termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and
agreements hereinafter mentioned, to be made and performed by the Party of the
First part (OWNER), and under the conditions expressed in the bonds bearing
even date herewith, the said Party of the Second Part (CONTRACTOR) hereby
agrees with the said Party of the First Part (OWNER) to commence and complete
the construction of certain improvements described as follows:
warp 1'ne in the
amount of $87,437 and 50/100
and all extra work in connection therewith, under the terms as stated in the
General Conditions of the agreement; and at his (or their) own proper cost and
expense to furnish all materials, supplies, machinery, equipment, tools,
superintendence, labor, insurance, and other accessories and services
necessary to complete the said construction, in accordance with the conditions
and prices stated in the Proposal attached hereto, and in accordance with all
the General Conditions of Agreement, the Special Conditions, the Notice to
Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance
and Payment Bonds, all attached hereto, and in accordance with the plans,
which includes all maps, plats, blueprints, and other drawings and printed or
CA-1
0044b
�T
written explanatory matter thereof, and the Specifications therefore, as
prepared by Cityof Denton En ineerin Staff
all of which are made a part hereof and collectively evidence and
constitute the entire contract.
The ,CONTRACTOR hereby agrees to commence work on or after the date
established for the start of work as set forth in written notice to commence
work and complete all work within the time stated in the Proposal, subject to
such extensions of time as are provided by the General and Special Conditions.
The OWNER agrees to pay the CONTRACTOR in current funds the price or
Prices shown in the Proposal, which forms a part of this contract, such
payments to be subject to the General and Special Conditions of the Contract.
IN WITNESS WHEREOF, the parties of these presents have executed this
agreement in the year and day first above written.
A EST:
T ATTEsx
CA-2
0044b
- r ty;f e irst P rt, OWNER
Pa of
By
(SEAL)
Hasty -Fowler Construction Inc.
Party of the
/ySecond—
�Part, CONTRACTOR
By
Title Ricky Fowler, President
(SEAL)
t
PERFORMANCE.BOND
STATE OF TEXAS )(
COUNTY OF nantnn )(
KNOW ALL MEN BY THESE PRESENTS: That Hasty -Fowler Construction, Inc.
of the City of San Angelo
County of Tom Green and State of Texas
as PRINCIPAL, and eposit Co -of Maryland
, as SURETY, authorized under the laws of
the State of Texas to act as surety on bonds for principals, are held and firmly
bound unto the mhA (14 ., F
as OWNER, in the penal sum of Eighty Seven Thousand Four Hundred 9
Ind 50/100 Dollars (t V 437, 50 ) for the payment whereof,
Principal and Surety bind themselves and their heirs, administrators,
successors and assigns, jointly and severally, by these presents:
Seven
the said
executors,
WHEREAS, the Principal has 'entered into a certain written contract
with the OWNER, dated the 15 day of May 1990
Bonnie Brae 12" Waterline - BID #1107 for the construction of
which contract is hereby referred to and made a dpart hereof as fully and to_ the
same extent as if copied at length herein,
NOW, THEREFORE, the condition of this obligation is such, that if the said principal shag faithfully perform said Contract and shall in all. respects,
conditions and agreements in and by said contract agreed and covenanted by the
Principal to be observed and performed, and according to the true intent and
meaning of said Contract and the Plans and Specifications hereto annexed, then this
obligation shall be void: otherwise to remain in full force and effect;
PB-1
PROVIDED, HOWEVER, that this bond is executed pursuant to the
provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by
acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this
bond shall be determined in accordance with the provisions of said Article to the
same extent as if it were copied at length herein.
PROVIDED FURTHER, that if any legal action be filed
venue shall lie in Denton upon this bond,
County, State of Texas.
Surety, for value received, stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract, or to the
work performed thereunder, or the plans, specifications, or drawings accompanying
the same, shall in anywise affect its obligation on this bond, and it does hereby.
waive notice of any such change, extension of time, alteration or addition to the
terms of the contract, or to the work to be performed thereunder.
IN WITNESS WHEREOF,, the said Principal and Surer yy have signed and
sealed this instrument this 25th day of May 19-O
Hasty Fowler Construction, Inc.
�Principal
By /
Title Ricky Fowler, President
Address 106 West 36th St.
Angelo, Texas 76903
Fidelity & Deposit Co. of Maryland
Surety
Title Diana Michalik Attorney -in -fact
Address P.O. Box 1111
San Angelo, Texas 76902
- (SEAL)
The :name and address of the Resident Agent of Surety is: * ,
�!ry
Fields Stewart-Dolliver
P.O. Box 1111, San Angelo, Texas 76902
NOTE: Date of Bond must not be prior to date of Contract.
PB-2
0091b
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"Article VI, Section 2. The Chairman of the Board, or the President. or any Executive Vice -President, or any of the Senior
Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Commmittee.
shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident
Vice -Presidents, Assistant Vice -Presidents and Attornevs-in-Fact as the business of the Company may require, or to authorize
any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies.
contracts, agreements, deeds, and releases :tad assignments of judgements, decrees, mortgages and instruments in the nature
of mortgages,... and to affix the seal of the Company thereto.'
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY
"Article VI, Section 2. The Chairman of the Board. or the President, or any Executive Vice -President, or any of the Senior
Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee,
shall have power, by and with the concurrence of the Secretary or any- one of the Assistant Secretaries, to appoint Resident
Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize
any person or persons to execute on behalf of the Company any bonds. undertakings, recognizance's, stipulations, policies,
contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature
of mortgages.... and to affix the seal of the Company thereto."
f14191,1PX1—Cd.
PAYMENT BOND
STATE OF TEXAS )(
COUNTY OF DENTON )(
KNOW ALL MEN BY THESE PRESENTS: That Hasty Fowler Construction, Inc.
of the City of San Angelo
County of Tom Green , and State of Texas
Fidelity & Deposit Company of Maryland as principal, and
authorized under the laws of the State of Texas to act as surety on bonds for
principals, are held and firmly hound unto The City of Denton,
Texas , OWNER, in the penal sum of Eighty Seven Thousand
Four Hundred Thirty Seven and 50 100 Dollars
(t87,437.50 )
for the payment whereof, the said Principal and Surety bind themselves and their
heirs, administrators, executors, successors and assigns, jointly and' severally, by
thes presents:
WHEREAS, the Principal has entered into a certain written contract
with the Owner, dated the 15 day of May
1990
.. Bonnie Brae 12" Waterline - BID #1107
to which contract is hereby referred to and made a part hereof as fully and to the
same extent as if copied at length herein.
said
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the
Principal shall pay all claimants supplying labor and material to him or a
subcontractor in the prosection of the work provided for in said contract, then
this obligation shall be void, otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the
provisions of Article 5160 of the revised Civil Statutes of Texas as amended by the
bond shall be determined in accordance with the provisions
acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this
same extent as if it were copied at length herein. of said Article to the
PB-3
Surety, for value received, stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract, or to the
work performed thereunder, or the plans, specifications or drawings accompanying
the same, shall in anywise affect its obligation on this bond, and it does hereby
waive notice of any such change, extension of time, alteration or addition to the
terms of the contract, or to the work to be performed thereunder.
IN WITHNESS WHEREOF, the said Principal and Surety have signed and
sealed this instrument this 25th day of May 1990
Hasty Fowler Construction, Inc. Fidelity & Deposit Co. of Maryland
Principal
By _�—
V
Title Ricky Fowler, President
Address 106 West 36th St.
Angelo, Texas 76903
Surety
Title Diana Michalik Attorney -in -fact
Address P.O. Box 1111
San Angelo, Texas 76902
(SEAL)
The name'and address of the Resident Agent of Surety is:
Fields Stewart Dolliver -
P.O. Box 1111, San Angelo, Texas 76902
PB-4
0092b
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior
Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Commmittee.
shall have power, by and with the concurrence of the Secretaq' or any one of the Assistant Secretaries, to appoint Resident
Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize
any person or persons to execute on behalf of the Companv any bonds, undertaking, recognizances, stipulations, policies,
contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature
of mortgages,...and to affix the seal of the Company thereto."
.EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY
"Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President. or any of the Senior
Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee,
shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident
Vice -Presidents, Assistant Vice -Presidents and Attornevs-in-Fact as the business of the Company may require, or to authorize
any person or persons to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies,
contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature
of mortgages.... and to affix the seal of the Company thereto."
1A I I lob1'1'x I—C,L
MAINTENANCE BOND
STATE OF TEXAS )(
COUNTY OF DENTON ) (
Inc-. KNOW ALL MEN BY THESE PRESENTS: THAT Hasty Fowler Construction
as Principal, and Fidelity & Deposit Co. of Maryland
Corporation
Texas, as Surety, do he ebyacka acknowledge themselves tto be heldandbound to pay unto
the City of Denton, A Municipal Corporation of the State of Texas, its successors
and assigns, at Denton, Denton County, Texas the sum of El- ht Thousand Seven
FlBndred FOurtV Three and 75/100 Dollars 8,743.75 10% of
the total amount of the contract for the payment of which sum said principal and
surety do hereby bind themselves, their successors and asssigns, jointly and
severally.
This obligation is conditioned, however, that:
WHEREAS, said Hasty Fowler Construction, Inc.
has this day entered into a written contract WiLll the said City of Denton to build
and construct BID � 1107 Construction of Bonnie Brae 12" Waterline
which contract and the plans. and specifications therein mentioned, adopted by the
City of Denton, are filed with the City Secretary of said City and are hereby
expressly incorporatd herein by reference and made a part hereof as though the same
were written and set out in full herein, and:
I under
said
contract, it is provided�t� the Contractor s will maintain �and skeep in good
and
the work therein contracted to be done and performed for a period of one (1)eyear
r
from the date of acceptance thereof and do all necessary backfilling that may
become necessary in connection therewith and do all necessary work toward the
repair of any defective condition growing out of or arising from the improper
construction of the. improvements contemplated by said contractor on constructing
the same or on account of improper excavation or backfilling, it being understood
that the purpose of this section is to cover all defective conditions arising by
reason of defective materials, work, or labor performed by said Contractor, and in
case the said Contractor shall fail to repair, reconstruct or maintain said
improvements it is agreed that the City may do said work in accordance with said
contract and supply such materials and charge the same against the said Contractor
and its surety on this obligation, and said Contractor and surety shall be subject
to the damages in said contract for each day's failure on the part of said
Contractor to comply with the terms and provisions of said contract and this bond.
0093b MB-1
if the said
agreement to maintain saidWconstrruuct0ioon and keep same
period of one (1) year, as herein and said contract
shall be null and void and have no further effect;
force and effect.
Contractor shall perform its
in repair for the maintenance
provided, then these presents
otherwise, to remain in full
It is further agreed that this obligation shall be a
continuing one against the Principal and Surety and that successive recoveries may
be had hereon for successive breaches of the conditions herein provided until the
full amount of this bond shall have been exhausted, and it is further understood
that the obligation to maintain said work shall continue throughout said.
maintenance period, and the same shall not be changed, diminished, or in any manner
affected from any cause during said time.
IN WITNESS WHEREOF the said Hasty Fowler Construction, Inc.
as Contractor and Principal, has caused
�•=a= presents to be executed by Ricl n
and the said Fidelit and De osit Co,
as surety, has caused these presents to be executed by its Attorney -in -Fact
Diana Michalik and the said Attorney -in -Fact has hereunto set his h and
this 25thday of May 19 90
,
SURETY:
Nil
0093b
PRINCIPAL:
�HasttV FFIowleerr Construction, Inc.
Ricky Fowler President
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior
Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Commmittee,
shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident
Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize
any person or persons to execute on behalf of the Company any bonds, undertaking, recognizance's, stipulations, policies,
contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature
of mortgages.... and to affix the seal of the Company thereto."
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY
"Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior
Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee,
shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident
Vice -Presidents. As Vice -Presidents. and Attorneys -in -Fact as the business of the Company may require, or to authorize
any person or persons to execute on behalf of the Company any bonds, undertakings, recognizance's, stipulations, policies,
contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature
of mortgages.... and to affix the seal of the Company thereto."
1.141(lbl'I'%I—Qf.
CITY OF DENTON
INSURANCE MINIMUb1 RE ifJTI MENTS
Without limiting any of the other obligations or liabilities of the
Contractor,. the Contractor shall provide and maintain
work is completed and accepted until the
by City of Denton, Owner,
the C minimum insurance coverage as follows:
I
II.
#0399c
WORKMEN'S COMPENSATION
COMPREHENSIVE GENERAL LIABILITY
Bodily Injury
Property Damage
STATUTORY
$300,000
Each occurance
$100,000
Each accident
COMPREHENSIVE -AUTOMOBILE LIABILITY
Bodily Injury
Property Damage
$300,000
Each person
$100,000
Each accident
$1,000,000
Aggregate
$1,000,000
Each accident
A. In addition to the insurance described above, the
expense an OWNER'S
Contractor shall obtain at his
PROTECTIVE LIABILITY INSURANCE POLICY with the
following limits:
BODILY INJURY PROPERTY DAMAGE
$300,000 each person $100,000 each accident
$300,000 each accident $1,000,000 aggregate
Covering the work to be performed by the Contractor for
the City of Denton.
B. The contractor will furnish the Owner's Protective
Policy described above and execute the Certificate
described on the following page to the City for its approval. of Denton
Insurance must be accepted before
commencing any work under the contract towhich this
insurance applies.
The City of Denton will be listed on all policies as an
additional named insured.
CERTIFICATE OF
ot, I SSUI DATE (M"
INSURANCE,.::: 06-06-9Wvy)0
INAMCER
THIS CERTIFICATE is I$4VED AS A MATTER OF INFORMATION ONLY AND CONINKAB
NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOER NOT AMEND,
EXTEND OR ALTER THE COVERAGE AFPOPIDED BY THE POLICIES BELOW
Fields Stewart D011iv6r
P.O. BOX 1111
I COMPANIES AFFORDING COVERAGE
Son Angelo, Texas 76902
. ..... ... . ...
COMPANY
LETTER A Transcontinental Insurance Company
COOK $Up -Cool
COMPANY
LETTER Continental .Casualty
Hasty-Fowlor ConNtruction Co., Inc,
COMPANY C
L . ETTEA -
106 West 36th Street
COMPANY
D
San Angelo, Texas 76903
LETTE R
......... .. . .... ...
COMPANY
LETTER E
'66VE-R-AG-Ei
THIS . 16 1 T . 0 CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTMIA DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 19 SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS &MOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS -
POLICY EFFECTIVE POLICY RXPIRATION!
DO POLICY NUmarR ALL LIMT$WMdftUA—%Q2
.TR TYPE OF INSURANCE DATE (MMIDONY) DATE IMW061YYJ
aeatgi�L LIABILITY
69NINAL ADGAFGATE 2,000,
i
COMMfACIAL OKNCRAL LIABILITY
� X GL 6536838
1 ! CLAIMS M I X OCCUR
f PTU;QvCT5-00MPIOPjAGGi§6AT9s 110.00,
103-16-90 1 03-16-91 - - . - I
q
I I PERSONAL A AVV9nTISIN5 INJURY is 11000,
OWNER 5 A CONTRACTOR'S PHOC
1 6vi- .
�A MOBILE LIABILITY
X ANYAUTO
X 'ALL OWNED AUTOS
X SCHEDULED AUTOS
x MIREDAVIO4
x MON-OWNED AUTOS
QAAAOE LIABILITY
19C466 UA21LITY
I
OTHER THAN UMW*LLA FORM
WORKER'S COMPENSATION
AND
I EMPLOTIRMLIAMILITY
BITA6536836
$06536835
03-1*6-90 103-16-91
03-20-91
EACH OWVr(ASNCI 1 1,000,
FIRE pAMPIC9 VUIV 0110 0") 6 50,
MGC4CAL EXPENSE(My OM 00111011). 9 3#
COMBINED
BINDLE
11 1,000,
LIMIT
I BODILY
INJvAY
6
04"Ift)
BODILY
INJUAY
•a
Apw ACC109'"
PRO OfA06 1 Ily
s
DAM
H I 0
A4RI0A7I
OOCUPIACNCE
81 ATUTOPY
500, (EACH ACCIOCKTI
500, (D1SeA9t—POLICY LIMITI
500# (613CAIC—tACH EMPLO . YEI
0SICIDIFTICK OF OPiiiAii6MS&OCAT""Mft4i;kiiiticnoNWSPEaAL IT91I*
City of Denton Additional Insured on General Liability and Automobile Insurance
TUFFIZATI! —HOLDER CANCELLATION
City of Denton SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED SI THE
901 - B- Texas Street
EXPIRATION DATE THEREOF. THE ISSUINO COMPANY WILL ENDEAVOR TO
a
Denton, Texas 76201 . "EXPIRATION
— DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
a 41 x Pields Pte1art,,Dol Ives er lt
2675 (3/ea)
6DRpdAA'nqN; i see j
DOE
-'
Rn. CUMNCATE OF INSURANCE DATiTI
... ... ...MWDDnq
:.,1206
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY 6-90
Field9 StlWflrC DOIJ iVeY ONFERS
NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AMEND,
P.O. BOX till EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
Sail Angelo, Texas 76902 1I
COMPANIES AFFORDING COVERAGE
COMPANY • .....
tun-com
ISURED ... .
City of Denton
901-3 Texas Street
Denton, Texas 76201
LETTen A Transcontinental Insurance Company
i LcrTEn B
COMPANY .... .. ......... ...
LETTEA Ci
COMPANY
LBIIEA D
COMPANY
LEITER E
TYERAGEB _ _
THIS IE TO CERTIFY THAT THE
I EL NDICATED, NOPOLICIES OF INSURANCE LISTED BOW HAV
CERTIFIE I
BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERM
TWRHOTANDINO ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO CY THIS
CATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN TYPE OF INSURANCE REDUCED BY PAID CLAIMS.
.. ...._.I .. ., _... .. I
POLICY NUMBER I►OUCY EFFECTIVE 70UOY 1KPIgA710N
GlNERAL 11ASILOY
DATE (UM/DO" I DATE (MM10a" ALL LIMITS B(�i rn
� -
COMMERCIAL OtN 'R 0[ -
t AL LIAOILITY
NirLLL AOORBOATE E
CI AIM,T MADE OCCUR,
- PRODUCTBCOMPIOPS A00REWiE;t ..
DAYNER6 A CONTPACTM'S PRUI. i
...... .......
. PERSONAL A ADvERbSINO IlUURT , S
i
..•
CACh OCCURniNCE
,
' FIRE DAMAGE (Any pu Md ...... - .
AUTOMrJSML LIABILITT -- I ..
.. -.
. MEDICAL EAFENSE IMY Pqe Wt1on11 P
ANY AUTO
COMBINED 1 ...
I
I ALL OWNtO AVTOS
LIMIT S
SCHEDULED AUTOS i
BODILY'
AVTDS
Y UAY S)Pet p@,OA)
' J:NIRED
NON -OWNED AUI OS
DARAGF LIADILITY :
INJUIIY S
' (Pw fttfdPMI
I
AOESS LIABILITY. .... I
: PAOPERTY L.` ..., 7
.OAMAOC
...I.......
i OCCURRSNCt AGONEOATE
OTNCR THAN UMBNtt I A FORM I
I
1 IS
WORKER'S ODWENSATION t ......... ...
. '..... '. . ' ... _
AND
I BTATVTORY ". .•
&UPLOTEM'LUSILITY
....
..... ...., _ (LACK AC*VfNn
S .. (DIsuft .POLICY L)MIT)
wners and Contractor 6536838-1
(DISEASE—EACM EMPLOYEE
rutectiun Liability i06-06-90
b6-06-91 Ccneral Aggregate 2,0001
Occurence 2,040,
PNO)I OP OPERATIONSJLOCATIONBn[NICLlLREBRICNOKS/SPECIAL I7SNS ..,.
SCeT Main C.D11BCrUCtlOrl
I I
City of Dontun, Hasty -Fowler
Construction Cu. Inc,
. _. ,____ FTCATB HOLDER
,kCAM LLATION
ay of Damon 5T SHOULD ANY OF THE ASOCE DESCRIBED POLICIES BE CANCELLED BEFORE 711E
nton) Taxes
( EXPIRAT300T DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
Texas 7620! Ob2
}; MAIL- DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
LEFT. BUT FAILURE TO MAIL SUCH NOTICE SMALL IMPOSE NO OBLIGATION OR
+� LIABILITY OF ANY KIND UMN THE COMPANY, 118 AOENTB OR REPRESENTATIVES.
;�'. AUTNORIISO REPRESf ry .v,
pB_S E�AB �'F Fields Stewart Dolliver 1L'p1.
,t
CONDITIONS
ADDITIONAL INSURED: The City of Denton,
appointed officials, officers and employees.
apply to Worker's Compensation.)
NOTICE OF CANCELLATION:
cancellation, the City of
written notice mailed to
Holder, City of Denton.
its elected and
(This does not
Prior to any material change or
Denton will be given 30 days advance
the stated address of the Certificate
1. CONTRACTURAL COVERAGE: (Liability assumed by contract
or agreement, and would not otherwise exist.) The
contractual liability requirement shown on the reverse
side of this Certificate of Insurance under
Comprehensive General Liability, must include a
definition of coverage broad enough to .provide coverage
for obligations assumed by the contractor in the
referenced contract. This Certificate of Insurance is
provided as required by the governing contract.
2. CLAIMS -MADE POLICY FORM: Required period of coverage
will be determined by the following formula:
Continuous coverage for the life of the contract; plus
one year (.to provide coverage for the warranty period),
and a extended discovery period for a minimum of five
(5) years --which shall begin at the end of the warranty
period.
3. FIRE LEGAL LIABILITY: (Required in all contracts that
involve the occupancy, construction or alteration of
City -owned or leased facilities.) Insurance is to
cover buildings, contents (where applicable) and
permanently-- installed equipment with respect to
property damage to structures or portions of structures
if such ---damage is caused. by the peril of fire and due
to the ---operations of the contractor. Limit of
liability is to be a minimum of $500,000.
CI - 4
NOTICE
PLEASE NOTICE CHANGES IN USUAL CITY'OF DETON SPECIFICATIONS,
PAGE SC-7 SAFETY RECORD 'AND; SUPPORT: SYSTEMS+INSPECTOR.
BID #- 1107
PROPOSAL,
TO
THE CITY OF DENTON, TEXAS
FOR THE'CONSTRUCTION:OF
BONNIE' BRAE. - 12_ INCH WATERLINE°
IN:
DENTON, TEXAS
The undersigned`„ as: bidd"er, declares, that the only person or
parties interested. in. this proposal as: principals are those
named= herein,, that this: proposal is, mad"e° without collusion with -
any other person,. firm: or corporation; that he has carefully
examined -the; form• of- contract,. Notice; to -Bidders:, specifications:
and; the plans therein, referred to, and: has. carefully examined;
thei locations.; conditions:, and: classes: of materials of the.
proposed: work; and agrees: that. -he will. provide all the: necessary
labor,, machinery, , tools-, apparatus,ands other items incidental,
to: construction, and: will. do- all the work and furnish- all the:
materials called-. for in the contract andi specifications in th
manner prescribed herein, e
and` according to the- requirements, of:
. set: forth..
the' City as therein
It isunderstood'+ that the, following, quantities of. work to be
done at unit prices are: approximate- only, and: are intended:
principally to serve as a. guide.,in:.evaluating, :bids.
it. is7 agreed that the -quantities; of work,to: be done- at unit
prices: and material to:. be furnished may be: increased .or
diminished as- may be, considered: necessary, in. the: opinion
of'the City,. toy completer the; work. fully as. planned and -
or all,quanti,ties of work. whether increased'
or decreased are to: be. perfo.rmed�. at the: unit prices set. forth.
below .except as..provided for.'in.the-specifications.
Ilt. is; further, agreed that ium ; sum
cover additionahwork. ordered by the°pr.i es may- be- increased:yto:
plans. or required by the, specif"ications•, in. accordancewwith, the.
provisions to. the. General Conditions,.. Similarly,, they may be
decreased:to:cover deletion -of work so:order.ed-..
Pt i's: understood and agreed: that the, work, is. to be completed full within the number: of`work days: shown on the bid. tabulatiin.
on.
sheet.. ,
P: _ 1
BID# 1107
Accompanying: this proposal is= a certified or cashier's check or
Bid Bond, payable to. the Owner,- in the amount of five percent of
the total bid..
It is understood that the bid security accompanying this
proposal shall be returned to the bidder, unless in case of the
acceptance of the proposal, the bidder shall fail to execute a
contract and file a performance- bond and a .payment bond within
fifteen, days after its; acceptance, in which case the bid
security shall become: the prop
considered erty of the Owner,. and shall. be.
as, a payment -for. damages due .to� delay and. other.
inconveniences- suffered'_ by the, Owner on account of such. failure.
of the bidder.. Owner., reserves- the right to reject any and all
bids. Owner may investigate the.,, prior performance of bidder on
other contracts.,:_- either public or -private,in evaluating bid
proposals:.. Should bidder alter,; change,or qualify any
specification of the. bid`„ Owner. may automatically disqualify
bidder.
The undersigned- hereby proposes and agrees to perform all work
of whatever nature required,. in: strict accordance with the plans:
and specifications-,- for the. fbilowing;-sumror prices, to w.it.:
P- 2
-
WORK
DAYS '20
Bonnie
Brae 12 Inch Waterline
BID
_
NO. 1107
PO
NO.
BID
TABULATION -SHEET
ITEM
DESCRIPTION.
QUANTITY
UNIT
UNIT PRICE
TOTAL
2.12.20
12. PVC Waterline
3,117
LF
/LF
;J —
2.12.9
20"'Gauge 7;, SteeT.Casin
58'
LF'
.J ` o /LF
CO
2.13.A
12•'' Gate "Valves-.
3i:
EA-
Q 7EA
0�
2.13.B
8" Gate Valves
1
EA'
cU.
!9 - /EA
2.14
Fire H d'rant
1
EA`SEA
/C
3-B
Remove Curb and. Gutter
12
LF
/LF
8.2-A
Concrete Curb'and: Gutter
12
LP
900- /LF
SP=2
Concrete Saw. Cut
81
LF
1�
/LF'
_f
5'.7-D
As halt Patch: (T e D)- `
..
5°
TON -�
S-[�/TON
T-10.7,
Hyd'romulch
2100,
SY'
c?�
OQ
Remove. and- Rep1'acel
/SY
SP.-43-
Wire: Fence-
450
LP'
�/LF'
Contractors Warranties=
._
1.21
and Understand'in s,
_.
�;
G LS
((%
�Lr�
Barricading,, Warning. Signs
" 8.1
and Detours
-
LS
c,-)-%/LS
c/rb�J
SP-37
Excavation Protection!.
3055:
LP
�'�-L
�'— /LF
r.J
h "�� ---
Preparation. of.
3.1
Ri ht-of-Way
Ls
�,D�LS:
2'.12.8-8�
Cast Iron Fittin sr
500;
LB
DO
2'•12.8,
12" Ductile- Iron Pipe
r44.
LF
SP.-39'
-Pro-ect. Si ns. -
- - Z i
EA,
SP-1`0:
Rock Excavation
150 "
CY_
���.
00 -
6i4
Boring
58
LF°
7..4.5E -
Concrete t Encasemen
5'
CY—�/CY:
�_
TOTAL.
*3.10:3: Seeding 2100
*This�item. may-
SY'
replace 3.10.,7 Hydromulch
P-3'
BID$ 1107"
BID SUMMARY
TOTAL BID PRICE IN WORDS . i l,_ -<,,- /L..- / ✓_ ;i-
In. the event of the award, of a contract. to the undersigned,the,
undersigned will furnish a. performance bond and a payment bond
for. the. full. __ amount. of` the; ' contract,, to secure" proper
compliance with. the:terms' and`, provisions of the contract, to
insure and contract, the work,- until. - final completion and
acceptance,. and' to guarantees payment; for all lawful. claims for
labor, performed-' and materials furnished in. the fulfillment of,
the contract.
It isunderstood. that the- work; proposed: to be: done shall be
accepted,. when- f_ ully completed and. finished` in accordance, with
the plans. and specifications,, the satisfaction of the.
The-undersigned;_certifiesthat the, bid°Prices- contained, in this;
proposal: have'. been:carefully] checked- and. are submitted: as
correct andfinal.-
Unit. "and' Pump sum prices asp shown for each. item listedin. this
proposal,�fshall control. over: extensions;,,,
CONTRACTOR:
By.
Street_AAdd r ss,.
erty and;, ate, Y
Seal. Authorization.
( If . ,Corporation) 4 �5-
Telephone
B
HASTY -FOWLER CONSTRUCTION INC.
RICHARD HASTY
RICKY FOWLER 106 West 36th
San Angelo, Texas 76903
City of Denton
901-B Texas Street
Denton, TX 76201
ATTN: Mr. Tom Shaw C.P.M.
Purchasing Agent
Re: Safety Record SC-6
Bonnie Brae
12" Watermain
March 1990
Mr. -Tom Shaw
This letter is to inform you of our Safety Record. As
far as a record with OSHA, we do not have one. We have
never received a citation or had an accident. If we are
low bidder on this job, we will contact the local OSHA
office for whatever is needed to fullfill this require-
ment. This'is a new requirement for us. We have never
been asked to submit a report.
Again, if we are low bidder we will do anything needed
to satisfy this requirement.
Thank you,
Ricky Fowler .
President ' Cheryl-P. Etter ��A.�(� If_ ��
Notary Public for To reen County
State of Texas
My Commission expires 12-09-92
HASTY -FOWLER CONSTRUCTION INC.
RICHARD HASTY 106 West 36th
RICKY FOWLER Son Angelo, Texas 76903
City of Denton
901-B Texas Street
Denton, -TX 76201
ATTNn Mr. Tom Shaw C.P.M.
Purchasing Agent
Re: Supporr Systems
_InspecLor SC-6
Bonnie Brae
12" Watermain
March 1990
Mr. Tom Shaw:
Ricky Fowler will act as support System bnspector for
chis.job.. He has 15 years of experience in wrench work.
Ile has attended training classes in trench excavation
protection. We is knowledgable in OSHA regulations on
excavatinn.
This is a requirement chat we have never been asked to
tullfiil. If we are iow bidder on chi; job, we will
furnish any and all material needed on this requirement.
Thank you
hhankyou
Vick1e 1-oWlel�r�� C
Sec.
Cheryl P. Etter C d• v v^ t
Notary Public for Tom reen County
State of Texas
My Commission expires 12-09-92
HASTY -FOWLER CONSTRUCTION INC.
RICHARD HASTY
RICKY FOWLER
City of Denton
901-B Texas Street
Denton, Texas 76201
ATTN: Mr. Tom Shaw
Purchasing Agent
Mr. Shaw,
106 West 36th
San Angelo, Texas 76903
May 10, 1990
Re: OSHA form 200 S
This is to inform you as to what the OSHA office has
told me. I called the local OSHA office to request
the form 200 S. I was told that you cannot request
this type of form. The OSHA office sends this form
at random to different construction companies: and
they return the form to the OSHA office. tde have
never received this form, and I cannot request it.
If there is anything else that I can do in regard
to this matter, just let me know.
�
Thank
you.
�
Ricky7Fowler
President
Cheryl P. Etter l
T Ftz-
Notary Public for Tom een County
State of Texas
My Commission expires 12-09-92
HHe-09-'90 WED 14:23 ID:CITY OF DENION UA
TEL NO:817-566-8236 #472 P02/03
CITY
TO: MAYOR AND MEMBERS OF
FROM: Lloyd V. Harrell, City
RE: CONSIDER APPROVAL OF T]
LEWISVILLE AND LAKE RA'
RECOMMENDATION
The Public Utilities Board,
1990, recommended acceptant
Eby Construction Co., Inc.,
the installation of the hyd
units for Lake Lewisville a
SUMMARY BACKGROUND
Plans and specifications fox
qualified bidders. On March
from Martin K. Eby Construct
bidders such as Brown and Ro
Zachary, etc., who had recei
not bid and expressed that,
projects and the relatively
they chose not to bid.
May 15, 1990
AGENDA ITEM
CITY COUNCIL
r
BID FOR CONSTRUCTION OF THE LAKE
ROBERTS HYDROELECTRIC PROJECTS.
t their meeting of April 24,
of the bid #1068 with Martin K.
n the amount of $4,271,600 for
electric turbine and generator
Ray Roberts hydro projects.
these projects were sent to 11
30, 1990, one bid was received
on Co., Inc. Several other
t, Morrison -Knudson, H.B.
ed plans and specifications, did
ue to pressing other construction
taller size of these projects,
Austin Power of Dallas, Texa had indicated that they would
bid, and within hours of bid opening, decided not to bid.
Martin K. Eby is a very q
Black and Veatch, have at
reasonably priced.
Ernie Tullos, Director of E1
Project Manager for the hydr
Martin K. Eby estimating doc
all the documents are in ord
reasonable bid and that, had
K. Eby bid would have most 1
those submitted.
fied bidder and the Engineers,
ed that their bid is fair and
actric Services and Joe Cherri,
)electric projects, reviewed the
unents and have assured us that
sr and the bid is a fair and
other bids been submitted, Martin
.kely been the lower bidder of
Hydro Projects Construction Bid
Page 2
Martin K. Eby has competed with the bidders mentioned
previously on several pro eats in the past and often were
awarded the contract because of their lower bid prices.
Martin K. Eby was the compa
at Ray Roberts which inc
which our hydroelectric t
constructed a number of hyd
Midwest. The construction
project are just coming of
in Ft. Smith, Arkansas
hydroelectric power plant
Arkansas Electric Co-Operati
Martin K. Eby has severa
Dallas/Ft. Worth area and
present projects are major
as:
iy that installed the outlet works
.uded the reinforced steel pipe to
.rbine will connect. They have
oelectric projects throughout the
team that is proposed for our
of a 31 MW hydroelectric project
This project was a 31 MW
on the Arkansas River for the
e at a cost of $39,623,000.
Village Creek WWTP-City of
Ft. Worth
Village Creek WWTP Sludge
handling Facility
(City of Ft. Worth)
Village Creek-2 aeration
basins, 3 final clari-
fiers Phase 2B WWTP
(City of Ft. Worth)
Water Trmt. Plant for the City
of Midland
Improvements to City of
Dallas So. Side WWTP
Spillway for the Cooper Lake
plus many other major contr
other projects presently in the
throughout Texas. Many of these
ter and wastewater projects such
$17,686,000
$14,829,000
$12,840,000
$10,354,000
$ 1,581,000
$12,400,000
. (See attached Exhibit I)
The team who prepared th bid estimate was the project
management team who built t e outlet works at Ray Roberts and
are very familiar with s'te conditions and the Corps of
Engineers' regulations and p rsonnel.
PROGRAMS, DEPARTMENTS OR GROUPS
City of Denton, Citizens, Eleictric Department
Water and sewer costs.
NHY-09-'90 WED 14:24 1D:C1TY OF DENTUN UH
TEL NO:817-566-8236 #472 PO4/03
Hydra Projects Construction Bid
Page 3
FISCAL IMPACT
The Lewisville and Ray Robe
generations are 13,054 MWH
with the energy value escal
positive cash flow in the f
The projects' payoffs for L
the years 2003 and 2006 res
Exhibits II and III.
P,zIpared by,
Ernie B. 7511c5s, P.E.
Director of Electric Utilities
Approved by,
R.E. Nelson, P.E.
Executive Director of Utilities
Exhibit I Martin Eby Projel
II Lewisville Pro F4
III Ray Roberts Pro I
IV Minutes from PUB
04300053
is estimated net annual
nd 7,965 MWH respectively, and
tion of 3.88%, the projects show
rat year of commercial operation.
wisville and Ray Roberts are in
actively as shown in the attached
ly submitted,
ty Manager
4eting of 4-24-90
NAY-09-'90 WED 14:25 ID:CITY OF DENTOH UA TEL NO:817-566-8236 #472 P06/03
EXHIBIT II
LEWISVILLE HYDROELECTRIC Pi
NET ANNUAL GENERATION (MWH) 13
ENERGY VALUE ($/MWH) $41
CAPACITY (KW) 2,
TOTAL COST $5,064,
ANNUAL INTEREST RATE
ENERGY ESCALATION 3.
GROSS
OPERATING
REVENUE
EXPENSES
YEAR
(1000)
(1000)
1991
820
88
1992
846
92
1993
873
96
1994
901
101
1995
930
105
1996
960
110
1997
992
116
1998
1,024
120
1999
1,058
125
2000
1,093
131
2001
1,130
137
2002
1,168
143
2003
1,207
149
2004
1,248
156
2005
1,291
163
2006
1,335
171
2007
1,381
178
2008
1,428
186
2009
1,478
195
2010
1,529
203
2011
1,583
213
2012
1,638
222
2013
1,696
232
2014
1,756
243
2015
1,818
253
2016
1,882
265
ECT PROFORMA
064
1.25
800
000
.5%
88%
NET RE ENUE
OF OPE ATION
(10 0)
73
75
87
90
93
96
99
1,02
1,05
1909
1,12
1,16
1,20
1,24
1,28
1,32
1,37
1,41
1,46
1,51
1,56.
1,61
NOTES:
I. PROJECT PAYOFF IS YEAR 2003 FOR THE
APRIL 20, 1990
DISK #2 A:\PROFORMA\PUBPROF2
DEBT
REQUIREMENT
(1000)
454
454
454
454
454
454
454
454
454
454
454
454
454
454
454
454
454
454
454
454
454
454
454
454
454
0
OF $5,558,000
CASH
FLOW
(1000)
278
300
323
346
371
396
423
450
479
508
539
571
604
638
674
710
749
788
829
872
916
962
1,010
1,059
1,111
1,617
9472 PO T 03
EXHIBIT IIII
RAY ROBERTS HYDROELECTRIC
NET ANNUAL GENERATION (MWH)
ENERGY VALUE ($/MWH)
CAPACITY (KW)
TOTAL COST
ANNUAL INTEREST RATE
ENERGY ESCALATION
YEAR
1991
1992
1903
1994
1995
1996
1997
1998
1999
2000
2001
2002
2003
2004
2005
2006
2007
2008
2009
2010
2011
2012
2013
2014
2015
2016
GROSS
REVENUE
(1000)
517
533
549
566
584
602
621
641
662
683
706
729
753
778
804
831
859
888
018
949
982
1,016
1,051
1,087
1,126
1,165
OPERATING
EXPENSES
(1000)
43
44
45
49
51
53
55
58
61
63
66
69
72
75
79
82
86
90
94
98
103
107
112
117
122
128
7 965
$4 .25
1 000
$3,834 000
59G
3 88%
NET RE ENUE
OF OPE ATION
(10 0)
47
50
51
53
54
56
58
60
62
64
66
68
745
77:
79E
824
851
879
909
939
970
1,003
1,037
1. PROJECT PAYOFF IS YEAR 2006 FOR THE
APRIL 20, 1990
DISK #2 A:\PROFORMA\PUBPROF3
PROFORMA
DEBT
CASH
REQUIREMENT
FLOW
(1000)
(1000)
344
130
344
136
344
145
344
154
344
165
344
177
344
191
344
209
344
227
344
249
344
272
344
299
344
329
344
358
344
381
344
404
344
428
344
454
344
480
344
508
344
535
344
564
344
595
344
626
344
659
0
1,037
OF $4,254,000
NH(-09` 90 WED 14:24 IL:CIfY OF DENTON UH
TEL NO:817-566-8236 4472 P05/03
PUBLIC UTIL
MIN
April 2
fiWDR 0 0.102 `• A
, 1990
8. CONSIDER APPROVAL OF THE 1131D FOR CONSTRUCTION OF THE LAKE
LEWISVILLE AND LAKE RAY ROBERTS HYDROELECTRIC PROJECTS.
Nelson opened discussion by reviewing bids received on the
project. Only one bid was received which staff and the
Engineers, Black & Veatch consider to be a solid bid by a
reputable contractor. Mr. John Stack and Mr. Robert Wood of
Black and Veatch, Inc., were present at the meeting to update
the Board.
Black and Veatch explained that they felt it was unusual to
receive only one bid on t e project. They emphasized they
had done an active job in t ying to obtain qualified bidders
for the project. They do recommend the bidder, Martin K. Eby
Construction Company, for the following reasons:
a) Martin K. Eby Constr ction Company is a very reliable
construction company a d experienced with hydroelectric
installations. The have completed several
multi -million dollar in tallations in this area.
b) Time is important to toe City and rebidding the project
would involve added exp uses and time.
c) Nelson and Black & Veatch visited with Mr. Eby last week
and he was taking the position that he would not rebid
the project. so if Denton entered into a rebidding
process, it is felt t ey would not come out better and
may lose the bid that t ey have.
After checking with some of the anticipated bidders who did
not bid, Black & Veatch found that the comparatively small
size of the job influenced many of their decisions not to
participate.
Nelson then reviewed the costs, cash benefits and the fact
the projects continue to be economically feasible, and
advised that Staff recommends approval of the award of
subject bid to Martin K. Eby Construction Company in the
amount of $4,271,600.
Motion/Vote:
Chew made a motion to ecommend to the City Council
acceptance of the Martin K. Eby Construction Company bid in
the amount of $4,271,600. econd by Thompson. All ayes, no
nays, motion carried.
1991 r
MARTIN K. EBY CONSTRUCTION CO., INC.
EXCELLENCE SINCE IW7
GENERAL CONTRACTORS 1500 BROWN TRAIL P.O. BOX 820337 BEDFORD, TEXAS 76182-0337
(817) 268-0514 FAX (817) 285-0305
PLEASE ADDRESS REPLY TO THE COMPANY
ATTENTION OF THE WRITER
June 14, 1991
Mr. R.E. Nelson
City of Denton
901-B Texas Street
Denton, Texas 76201
RE: Lewisville Hydroelectric Site
Flood Damage Cost
M.K. Eby Job No. 1825-51
Dear Mr. Nelson:
For your information and to supplement General Conditions paragraph
GC29.8 and Special Conditions paragraph SC.17 we propose the following:
1. M.K. Eby Construction will pay the City of Denton all costs
associated with flood damage to owner furnished equipment as a
result of flooding in the powerhouse structure due to rain
storm occurring on June 2, 1991 P.M. Copies of invoices and
bills supporting City of Denton costs will be forwarded to the
project office site - attention of Brett Myers, Superintendent.
2. All rights and obligations that arise under Contract 71.0000,
Lewisville Hydroelectric, dated June 13, 1990 shall remain in
full force and effect and shall not be altered or changed in
any respect as a result of the undertaking provided in one (1)
above.
AGR/JL/mlb
Very truly yours,
M N K. EBY CONSTRUCTION CO., INC.
r
oe Li deman
Vice President/Area Manager
r
z
!A ANF0.�Csa
S Klll .rEs ua "1 IN Lf a RIiY
>O N5161
An Equal Opportunity Employer
FILE REFERENCE FORM 1990-071
Additional File Exists
Additional File Contains Records Not Public, According to the Public Records Act
X Other
r mh(s) Date Initials
Complete specifications documents for Bid 1068 in separate file located
on Ordinance shelves in vault (2 copies) 6122107 FJW