Loading...
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