Loading...
1990-071 2651L-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 ConstructionI 87,437.50 1068 Martin K. Eby Construction 4,271,600.00 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 /5~'~'~day of ~ , 1990. BOB CASTLEBERR-Y, MAYOR/ ATTEST: JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM: DEBRA ADAMI DRA¥OVITCH, CITY ATTORNEY 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. ly submitted: Lloyd,. Harrell City Manager Pro~ared by: Name: Tom D.' Shaw, C.P.M. Title: Purchasing Agent TDS/cj 029.DOC © ~ U'l <~ m H 0 0 90-0'~ ~ r- .\ STATE OF TEXAS COUNTY OF DENTON )( CONTRACT AGREEMENT )( THIS AGREEMENT, made and entered into this ].5 day of MAY _ A.D., 19 90, by and between THE CITY OF DENTON of the County of DENTON LLOYD V. HARRELL 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. COnnty Of PAT T AS 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 ezpresaed 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 SvcrTZ'D TN 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 constructlon, in accordance with the conditions and prices stated 1n 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. and State of Texas, acting through <~ 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 ahe__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._Conditlons:=° = - _ '- The OWNER agrees to pay the CONTRACTOR in current-€unds the price or ------ prices shown- 1n the Proposal, which forma 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 preaeuts have- esecated this ______ agreement in the year and day first above written. _ _ __: _ __ ATTEST: fi\j n ~ r~'! e ~- '- . ~i+1 - ~\ ~~ ,±~ 0.s ~,A ~ST: .~ :; :.:~- CITY DE TON TE7 S _-____..._. Party o tie Fi t Par OWN^ BY - _ -- - ----- Party f t e sec d Part, CO~jNTRACT,O~R, itle _ / ~~~ .v t ~er~e '' ~. ~ ~~.A k _ ~ ~..._ f ,~ t CA-2 UU44D -, 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 i5 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 Cohtractor or his agents,. employees or subcontractors. CI - 1 . 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• CERTIFICATE OF INSURANCE CITY OF DENTON I I Name and Address of Agency .Phone Nose and Address of Insured: Phone I City of Denton Reference: I I Project Name: I I Protect No: I I Protect Location: I I Managing Dept: I -------------------------------' - I Coaganies Affording Coverage: I IA I le I Ic This 1s to certify that policies of insurance listed below have been .issued and are 1n force at this time. (Company Expiration. 1ladts of Liabillty (Letter Type of Insurance Palicv Number Date _ In Thousands (000) I I I I I I Coagrehenslve 6enerai Liability I I I I I I Occurrence I. I_ - Occurrence I I I I I I B dil ; I I -Claims Made (see d2-reverse) njury y o I I I I I , I I Broad Formto.Include: I I I I I Property Damage .I ; erations i es/O P I I I I p rem s I I- I I- Independent Contractors I I I I I I - Products/Completed Operations I ~ (Bodily injury and Property I I I: -'Personal injury I I I Damage Combined I ~ - al Liability (see M1-reverse) t t C I I I I on rac u I I- I I- Explosion and CollapseHazard I I I I I I -Underground Hazard I I I I I- Liquor Liability Coverage I I I - - I I I -Fire Legal Liability (see N3-reverse) I I i I I I- Broad Form Property Damage ------------- -- ' I I I I I--°------°-' I--°----- f-----°-----------------'--- ~ ------------ ' °-,---- I I----------------- I I- Professional Errors/Omissions I I I I I I -occurrence I I I I I I - claims made (see N2-reverse) I I I I I I I I CdnprMenslve Auto~oblle I I- I Bodily Injury/Person I ~ I I Liability I I I Bodily Injury/Accident I -------------------------I I I-- ~ ------------ I I I I- ~+n~/Leased Automobiles I - I I Property Damage I ;; I I- Non-owned Automobiles I I I----------------------------I ---'-------~ I I- Hired Automobiles I I I Bodily Injury/Property I I I I I I I I I Damage Combined l I I I i I I I I I- workers Coagensation and I I I Statutory Amount I I I I I Employers' UaD111ty _ I I I; I ~ I I I each accident I I I I I Otlier Insurance I I I. - I I- I I I I I I I I I I I ~ I ~. ~- u~~ - . . - r . >5 ~~-L Vin. PRODUCER THIS CERTIFICATE IS ISSUED A8 A MATTER OF INFORMATION ONLY AND CONFERS ' Gal Y S i ^~ lianl R A S S liC is L e S NO RIDNTS UPON THE CERTIFICATE HOLDER. TH18 CERTIFICATE DOES NOT AMEND, 18601 T.B,I I'i CeWaY #31 O E7(TEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. _ MesL)uiLe[ Texas 75150 COMPANIES AFFORDING COVERAGE `~`'' COMPANY A.--_ ..-- _. ._...-._ .__ LETTER WeS CCXII HCrlLRge ..__ _ _._...____ .__.. COMPANY INSURED LETTER ~ 'i'exBS WU)'keL'S Comp Assi~ued Frisk P_0_O1_ 17x11 Wadley dba COMPANY -~ URnn COA9LTUG tiOrt CD. LETTER C ` Y.O. RDx ] 544 --- -- - ----°----..-.-,...__...__ COMPANY D _ kiChaldSDL1T TeXas %5U80 LETTER COMPANY LETTER THIS IS TO CERTIFY 1 HAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANbINC ANY RFOUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT 70 WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIE6 DESCR18ED HEREIN IS SUBJECT TO ALL THE TERMS, EKCLUSIONS, AIJD CONDL TIONB OF 6UCH POLICIES, ' IYf E Of INSURANCE POUCV NUMBER PUI Irv ERECTn4 PBIIGY ECFIRCTNN LIABII TTY LIMITS IN THOUSANDS IYTF (wNOLwm GATE IYMA%X/Yl E~CN AOGHFGATE - .- --..-_._...~_... ._.._. ..-.._- o4cumrt HCC ._. uenPRAL LIABIUYY COMPREHENSIVE EORA1 X PREMISFSIOPLRARDNG E1ndeL~ 3318051790 UNDENGROIINO F%PLOSIOII 6 CULT APSE MA7MU PHO[Nf.TS/(:QMPLETIU OPERATIONS _ CONiFNCTUAL X INOFPEN(IFM CUA1fNC10RS _ BROAD FORM PpOPLH1Y DAMACd PERSONAI INJURY 70MOBILE LIABILITY qNY AUIU ALI OWN(Il AUIU$ (i'HIY PASS) Alt OWNED AUTOS ~f (iVNPAS~N~ HIRED aurDs N(NJ~OWNEU AUTOS ' GAFiFGf LIANA TTY 5-17-90 BODILY INJ1IRY S _---~_ -_ 5-77-9J BI6 PU $ $ COMBINED SOU ..-._.. 5OU .__ PERSO NAL INJURY 9p04r _ ___. __..-... W.'IAl IRA %NY7xJ ,Q .-_- ' Bttnv -. . W[RY Irtx /fiBiNp $.__ _ PROPERTY UAMAOE $ BI 8 PU COMBMFO _ . ._i_. __.. __...._._.. .__.. _ _ .- .._...__..__... -.. __..,- .. .__-_ EECE53 LIABILITY UMBRELLA FDfUA BI 6 PD COMBWED S S _~ OiIffN THAN DMBRL(IA FORM -- STAI UTCIRY 3 WORKFR$'COMPENSATION 1'o be assigned S-Jg-90 5-1.8-91 $ 9T-ti7 jfacR AC61DEtRr AND Q 500 -- IU!sEA$f ~PULICY TIMID EMPLOYERS' LIABILITY . .__ .._. - .___. Q 1(10 ._ .. (IuSFA51 fACH CMPI UYI . -_._ ..__. .._ - _ __ . _._ _ OTHER __ ~-..._._-.. _. ___ -. . . C1C.)' Uf Uellt UD 1 11fl117Cd aS eddltlOrtfll 111 llTed. 7ESCRIPIION OI OPE FIA710NSR OGA7IONSryC HICLF&RPECIAI. ITEMS Application has been made kD Lhe Texas Wurkers CDmp PDOl for this client. Cevel:aKe should be bDUUd effective 5-18-90 C1 Ly Uf UeT7 t011 Ir SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE. THE Cx~ PIRATIQpN DATE THEREOF, THE ISSUING COMPANY WILLENDEAVOR TO 9O1-K TCx85 MAIL 30 PAYS WRITTEN NOTICE 70 THE CERTIFICATE HOLDER NAMED 70 THE C1e17tO111 TDXaB LEFT, BUT FAILURE TO MAILSUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABIIITY OF ANY KIND UPO THE COMPANYiTS AGENTS OR REPRESENTATIVES. _ __, AtLTI: TOrn Shaw Aunl ri~n nEP s unvF 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-(to provide coverage for the warranty period), and a extended discovery. period for a minimum of five (5) years which shall begin at the en_d 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. ?5080 AREA 214 422-0359 DANA CONSTRUCTION P. 0. Box 1 594. • Richardson, Texas 75080 121 41 422-0359 May 8, 1990 City of Denton - 901-B Texas St. Denton, Tx. 'I6201 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 Gity of Denton. It is observed that there is considerable lack of . detail to specification as to construction. Zt 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 leG 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 3 1"6 317 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 _ 14.0% 326 HVAC 0.72 2,455 4.8% 327 SPECIALTIES 5.53 18,899 36.6% 328 LANDSCAPING 329 FENCING 330 CLEAN-UP 0.15 527 1.0% .331 EQUIPMENT RENTAL 332 MATERIALS 333 MISC. EXPENSE #1 0.12 414 0.8% 334 MISC. EXPENSE #2 335 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 #TMH45 1 VENT HOOD WHIRLPOOL RH48348XLS 1 OVEN WHIRLPOOL #R8760PXT 2 DISHW.45HER 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 69T.38 272.58 .1,208.32 789.42 188.80 841.34 80.32 19.'43 88.50 195.88 401.20 234.82 56.99 2,832.00' 1,062.00 601.80 861.40 354.00 40.14 22.49 2b .95 29.37 31.60 7.08 7.63 8.26 --------------------- TOTAL: 18,598.76 yid}. ;y`• .. SQUARE FOOTAGE OF AREAS 9.50 ' ~... AREA q DESCR WALLS CEILINGS DOORS TRIM STOOL FL AT ENAMEL ~ry 201 ENTRY 261 107 87 34 368. 44 140. 01 121. 12 103.0 242. 96 , 202 L[VING ROOM 1,047 525 189 75 1511. 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. 68 204 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 2d 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 UTdLITY 182 45 30 37 2 226. 84 66. 20 69. 82 59.3 145. 54 210 HANDI BATN 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 51AIRWELL 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 b9 .51 42.1 139. 56 215 SPLIT BATH 184 47 17 38 2 231. 51 BT. 98 51 .53 48.9 136. 88- 216 COMMODE BATH lOd 13 16 12 116 .25 44. 18 26 .13 23.9 68. 08 217 STORAGE CLOSET 96 11. 16 11 107 .00 40. 66 27 .33 23.2 63. 89 218 MASTER BEDRM q1 511 324 11 96 5 835 .19 317. 37 118 .32 .100.6 417. 95 219 MASTR CLOSETI 255 63 iT 27 317 .92 120. 81- 44 .25 37.6 158. 42 220 MASTR CLOSET2 144 14 16 16 158 .19 60. 11 32 .08 27.3 87. 38 221 SUNPRCN/BDRM A2 171 100 17 61 8 270 .50 102. 79 112 .20 95.4 198. 16 222 SP CLOSET 96 9 16 it 104 .94 39 .88 -27 .33 23.2 63. 11 223 S. BEDROOM 43 308 126 17 S7 3 434 .12 164. 96 78 .13 66.4 231. 37 224 CLOSET BDRM03 68 6 i6 8 73 .38. 27 .68 2d .56 20.9 48. 76 225 E. BEDROOM O4 353 147 17 59 2 499 .88 189. 95 78 :07 66.4 256. 31 226 CLOSET BDRM 114 120 11 16 13 130 .25 b9 .50 29 .11 25.3 74. 75 227 N. BEDROOM 45 421 197 618 .09 234 .81 234. 87 228 CLOSET BDRM U5 136 it 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. 219 MASTR_CLOSETI 220 MASTR_CLOSET2 221 SUM PRCH/BDRM#2, 222 SP_CLOSET 223 S._BEDROOM_#3 224 CLOSET_$DRM#3 225 E._BEDROOM_#4 .226 CLOSET_BEDRM#4 227 N. BEDROOM #5 228 CLOSET_BDRM#5 229 ATTIC 230 EXTERIOR/GARAGE Page 1 _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 3 27 328 329 330 331 332 333 334 335 336 CONSTRUCTION ELEMENI" 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_#1 MISC._EXPENSE_#2 CONTRACT_LABOR CONTINGENCY ALLOW. Page 1 ~.~ 5/08/90 PROJECT WORK INVENTORY ACODE ------- DESCRIDTION ------------- AREA . ----- ECODE ------- ELEMENT --------- WORK ------ 201 ENTRY 10T 318 STAIN/VARNISH BEDROOM DOOR 201 ENTRY 101 318 STAN/VARNISH FRENCH DOORS ..201 ENTRY 10T 318 STAIN/VARNISH TRIM 201 - ENTRY 107 318 STAIN/VARNISH WALLS 201 ENTRY 107 323 FLOORS VINYL 201 ENTRY 101 324 ELECTRICAL FIXT: (2) FLUORESCENT 201 ENTRY 107 32d 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 31B PAINT TRIM 202 L[VING _ROOM 525 318 PANT 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 32T SPECIALTIES FIREPLACE SCREEN 202 L[VING 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 PCAYROOM 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_A1 RE DO CABINET FOR LAVA 19T 309 DOORS EXTERIOR METAL DOOR 197 309 DOORS INSTALL DOOR 197 313 DRYWALL CONSTRUCT WAIL 191 313 DRYWALL PATCH 197 313 DRYWALL TAPE/BED 197 318 PANT BEAMS 197 318 PANT 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) 19T 32T SPECIALTIES DEAD80LT 197 327 SPECIALTIES VIEWER 761.25 131 313 DRYWALL PATCH 12.50 131 318 PAINT CEILINGS 131 318 PAINT DOORS 131 316 PAINT TRIM 131 318 PAINT WALLS 131 318 PAINT .WINDOWS 131 323 FLOORS CARPET 227.94 Page 1 COST 55.00 .148:73 203.73 27.50 12.50 15.00 234.82 10.00 10.00 13.15 383.57 82.50 175.00 82.50 41.25 330.00 12.50 37.50 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 DIN[NG_ROOM DINING ROOM DINING_ROOM DINING ROOM DINING ROOM DINING ROOM DINING_ROOM DINING ROOM DINING_ROOM DINING ROOM DINING ROOM DINING ROOM OIN[NG_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 32T SPECIALTIES 368. 327 SPECIALTIES 368 333 MISC 368 .333 M[SC 368 333 MISC 47 306 DEMOLITION 41 306 DEMOLITION 47 308 WINDOWS d7 309 DOORS 47 313 DRYWALL 47 313 DRYWALL 4T 318 PAINT 47 318 PAINT 47- 318 PAINT 47 318 PAINT 47 323 FLOORS 47 324 ELECTRICAL Sd 306 DEMOLITION 54 306 DEMOLITION 54 313 DRYWALL 54 313 DRYWALL 54 313 DRYWALL 54 316 TARE/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 BEANS WOODPILE 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 FIXi: LIGNT INSTALL NEW SHELVES RE-ENFORCE BEARING WALL 208 KITCHEN 232 306 DEMOLITION RMVE BUTCHER BLK 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 21.50 545.44 20.63 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 WAILS 208 KITCHEN 232 318 PAINT CELLTNG 208 KITCHEN 232 318 PAINT DOORS 208 KITCHEN 232. 318 PAINT TRIM 208 KITCHEN 232 318 PAINT WALLS 208 KITCHEN. 232 323 FLOORS UNDERLAYMEN7 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 SPECIALT7ES 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 32d . ELECTRICAL SMOKE ALARM 209 UTILITY 45 324 ELECTRICAL WASHER BOX 209 UTILITY ~ 45 325 PLUMBING INSTALL DRYER VENT 209 UTILITY 45 321 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 62.50 . 12.50 27b.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 27.50 194.95 41.25 82.50 5/08/90 PROJECT WORK INVENTORY Page 4 ACODE DESCRIPTION AREA ECODE ELEMENT WORK COST 210 NANDI_ BATH 59 306 WINDOWS STORM WINDOW 28 X db 27. 50 210 HANDI_ BATH 59 309 DOORS INSTALL 3 X 6'8' 41. 25 210 HANO[ BATH 59 313 DRYWALL ENLARGE DOOR OPENING 110. 00 210 _ HAND[_ BATH 59 313 DRYWALL REPAIR WALL @ HEATER 27. 50- 210 HAND[_ BATH 59 318 PAINT CABINETS 210 HANDI_ BATH 59 318 PAINT CEILING 210 HANDI_ BATH 59 318 PAINT DOORS 210 HANDI_ BATH 59 318 PAINT TRIM 210 HANDI BATH 59 320 WALLCOVER MASON[TE LOWER HALF 210 HANOI BATH 59 320 WALLCOVER WALLPAPER UPPER 210 _ HANOI_ BATH 59 323 FLOORS VINYL SLIP RESIST 81. 42 210 HANDI_ BATH 59 324 ELECTRICAL FIXT: LIGHT 210 HANDI_ BATH 59 324 ELECTRICAL G F I OUTLET 210 HANDI_ BATH 59 325 PLUMBING 18' COMMODE 210 HANOI _BATH 59 325 PLUMBING 20' X 18' KILGORE SINK 210 HANDI BATH 59 325 PLUMBING LAVATORY FAUCETS ' 210 HANDI _ BATH 59 325 PLUMBING SHOWER W/SPRAY 210 HAND[ _ BATH 59 32T SPECIALTIES 1 i/4' G BARS @'COMMODE 210 _ HAND[ BATH 59 327 SPECIALTIES 18' TOWEL BARS 11. 00 210 HANDI _ BAiH 59 327 SPECIALTIES 24' TOWEL BARS 13. 00 210 HANDI _ _BATH 59 327 SPECIALTIES CABINET 36' X 30' 210 HANDI _BATH 59 327. SPECIALTIES HAND FAUCET SHOWER 210 HANDI _BATH 59 327 SPECIALTIES KICKPLATE 36 .00 210 HANDI BATH 59 327 SPECIALTIES LEVER HARDWARE FOR DOOR 16. 00 210 HANDI BATH 59 32T SPECIALTIES MEDICINE CABINET' 27 .50 210 HANDI _BATH 59 327 SPECIALTIES PARER HOLDER 9 .50 210 HANDI _BATN 59 327 SPECIALTIES TOWEL RING 9 .50 210 NANDI 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' b1 .25 Z11 BEDRM _ OFFICE 60 313 DRYWALL PATCH 12 .50 211 BEDRM _OFFICE 60 318 PAINT CEILINGS 211 BEDRM OFFICE 60 318 PAINT DOOR 211 BEDRM _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 31T TEXTURE WALLS 13. 20 212 STAIRWELL 60 318 PAINT CEILING 212 STAIRWELL 60 318 PAINT WALLS S/08/90 ACODE DESCRIPTION 212 STAIRWELL 212 STAIRWELL 212 STAIRWELL 212 STAIRWELL 212 STAIRWELL 212 STAIRWELL 212 STAIRWELL PROJECT WORK INVENTORY AREA ECODE ELEMENT 60 318 STA7N/VARNISH 60 318 STAIN/VARNISH 60 318 STAIN/VARNISH 60 323 FLOORS 60 324 ELECTRICAL 60 324 ELECTRICAL 60 32T 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 300 316 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 FIXF: (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 [ OUTLET HEAT/VENT/LIGHT 3PC FIBERGLASS SHOWER LAVATORY FAUCET NEW COMMODE P-TRAP @ LAVATORY SHOWER FAUCET TUB FAUCET INSTALL 84' SHELF RECAULK VANLTY 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 - 2T.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 b7 308 WINDOWS STORM WINDOW 28' K 3'9' 27. 50 215 SPLIT _ BATH 47 313 DRYWALL PATCH 12 .50 215 SPLIT. BATH 47 317 TEXTURE CEILING 10. 34 215 SPLtT _BATH d7 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 b7 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 41 325 PLUMBING LAVATORY FAUCET 215 SPLIT BATH 47 325 PlUMB[NG SHOWER FAUCET 215 SPLIT _BATH 47 325 PLUMBING TU8 FAUCET 215 SPLIT _BATH 4T 325 PLUMBING VENT STACKS @ VANITY 215 SPL R _BATH 47 333 M[SC RE-GROUT VANITY TOP 5 .00 215 SPLIT BATH 47 333 MISC REPAIR LEAK @ CEILING 13 .75 148.17 216 COMMODE_ BATH 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 31T 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 .01 216 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_ G1 324 306 DEMOLITION REMOVE EXIST CABINETS 27. 50 218 MASTER BDRM Al 324 306 DEMOLITION REMOVE WINDOW 27. 50 218 MASTER BDRM_ U1 324 306 DEMOLITION STRIP WALLPAPER 81. 00 218 MASTER _ BDRM 41 324 308 WINDOWS THERMOPANE (2) 3' X 5'3' 165. 00 218 MASTER _BDRM_ U1 324 309 DOORS B[-FOLD 55. 00 218 MASTER BDRM p1 324 313 DRYWALL CLOSET 20' X 7' 110. 00 218 MASTER _BDRM_ G1 324 313 DRYWALL FILL IN WINDOW 41. 25 218 MASTER BDRM Al 324 313 DRYWALL PATCH 12. 50 .,~ 5/08/90 PROJECT WORK INVENTORY ACODE DESCRIPTION AREA ECODE ELEMENT WORK 218 MASTER_BDRM_i<1 218 MASTER DDRM 01 218 MASTER_BDRM_a1 218 MASTER BDRM 41 218 MASTER_BDRM_pi 218 MASTER BDRM p1 218 MASTER_BDRM_R1 218 MASTER BDRM OT 218 MASTER_BDRM_A1 218 MASTER BDRM 01 218 MASTER_BDRM_Q1 218 MASTER BDRM q1 218 MASTER BDRM tt1 219 MASTR_CLOSETI 219 MASTR CLOSETI 219 MASTR CIOSETI 220 MASTR CIOSET2 220 MASTR CLOSET2 220 MASTR_CLOSET2 220 MASTR CLOSET2 221 SUN_PRCH/BDRMR2 221 SUN_PRCH/8DRM1t2 221 SUN_PRCH/BDRMR2 221 SUN PRCH/BDRMR2 221 SUN_PRCH/BDRM1<2 221 SUN PRCH/BDRMR2 221 SUN_PRCH/BDRMa2 221 SUN PRCH/BDRMR2 222 SP_CLOSET 222 SP CLOSET 222 SP_CLOSET 222 SP CLOSET 222 SP CLOSET 223 S._BEDROOM_G3 223 S._BEDROOM A3 223 S._BEDROOM_A3 223 S. BEDROOM A3 223 S._BEDROOM_a3 223 S. BEDROOM A3 -- - 324 -----= 317 --------- TEXTURE ------ CEILING 324 317 TEXTURE WALLS 324 318 PAINT CEILING 324 318 PAINT DOOR. 324 318 PAINT TRIM 324 318 PAINT WALLS 324 323 fL00R5 CLEAN CARPET 324 323 FLOORS DATCH CARPET 324 323 Fl00RS STRETCH CARPET 324 324 ELECTRICAL FAN: CEIL W/ LIGHT KIT 324 324 ELECTRICAL FIXT: (2) LIGNT 324 333 MISC._EXPENSE ADJUST CLOSET DOOR5 324 333 MISC. EXPENSE R1 REPAIR BEDROOM DOOR 63 318 PAINT CEILING 63 318 PAINT DOORS 63 318 PAINT WALL 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 CEILING TRIM WALLS CLEAN CARPET REMOVE EXIST CABINETS BI-FOLD CLOSET 1.75 X 5.25' CEILING DOOR TRIM WALLS CLEAN CARPET 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 ..s CEILING DOOR TRIM WALLS CLEAN CARPET STRIP WALLPAPER STORM WINDOW 5' X 3'3' PATCH CEILING WALLS CEILING _ --,. Page 7 COST 71.28 T1.28 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 27.12 5/08/90 PROJECT WORK INVENTORY Page 8 ACODE DESCRIPTION AREA ECODE ELEMENT 223 S. _BEDROOM _R3 223 S. _BEDROOM q3 223 S. BEDROOM R3 223 S. _BEDROOM A3 223 S: _BEDR00M _a3 223 S. BEDROOM A3 224 CLOSET _BDRMA3 224 CLOSET BDRM03 224 CLOSET BDRM03 224 CLOSET BDRM1i3 225 E. _BEDR00M _R4 225 E. _DEDROOM 1<d 225 E. _BEDR00M _ _1<d 225 E. _BEDROOM tt4 225 E. _BEDROOM _tt4 225 E. _BEDROOM A4 225 E. BEDROOM _Gd 225 E. _ _BEDROOM 84 225 E. _BEDR00M _p4 225 E. _BEDROOM 114 225 E. BEDROOM A4 226 CLOSET_ BEDRM><4 226 CLOSET BEDRMOd 226 CLOSET BEDRM><4 226 CLOSET BEDRMpd 226 CLOSET BEDRMG4 227 N. _BEDR0OM_ ><5 227 N. _BEDROOM A5 227 N. _BEDRO0M_ A5 22T N. _BEDROOM G5 227 N. _BEDR00M_ R5 227 N. _BEDROOM A5 227 N. BEDROOM tl5 227 N. _BEDROOM OS 227 N. _BEDR0OM_ i<5 227 N. _BEDROOM RS 227 N. BEDROOM tt5 228 CLOSET_BDRMpS 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 14T 318. PAINT 147 318 PAINT 147 .318 PAINT 147 318 PAINT 14T 323 FLOORS 141 324 ELECTRICAL CEILING TRIM WALLS NEW CARPET STRIP WALLPAPER STORM WINDOWS PATCH CEILING WALLS CEILING DOOR TRIM WALLS CLEAN CARPET FAN: CELL W/ LIGHT KIT 11 318 PAINT 11 - 318 PAINT 11 318 PAINT 11 318 'PAINT L] 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 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: CELL W/ LIGHT NlT CEILING DOOR 224.28 10.00 374.9T 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 BDRMgS 11 318 PAINT WALLS 228 CLOSET BORMB5 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 d1. 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 2T. 50 230 EXTERIOR/GARAGE 324 ELECTRICAL EXTERIOR LIGHTS @ ENTRY 230 EXTERIOR/GARAGE 32d 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 321 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_R1 MOVE FENCE 82. 50 6,214 .82 -~ -~. SUBMITTED T0: ATTN: SUBMITTED BYE Owner: CONTRACTOR QUALIFICATION STATEMENT CITY OF DENTON 901-B 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 (25,000 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 214-285-79?0 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. ; ,, , - ~ / /,LG1 / `.s F -_ ~ ~ / Dan A. Wadley / ""` "~ C" "'' / Dana Constructio ////////////////////////i;i////////I f ~~` J. Subscribed and sworn before mA this ~ ~-f~ti day of ~;~,L~- 1999. Notary Public- ~-~~~ ~`,`,~,C-?"~~~r(/l'~VY`_- / _ My Commission Expires:~'~~/ ~ ~~~~~ CONTRACTOR QUALIFICATION RESUME PAGE 2 NE PM~R\CPN \N~ `' S ge. D~~~ment A111 t weer AtA ~ee~nen Form o{ A C°ntCact°C _ O ere the balls of PaRK PLUS .A -FEE Standard V~ret and e~t15the ~h LION W17110N C05~ OF ~H $ `D,`,O~ENCEPEEtOON~RM ~ "[ra ttor Construction p~I S menca i POR pN N RESPEC~ O 115 i Co diiions of e a1 ContactOCS o P CD~,1EN7 ~~~R GED `N11 X01 Cepera SSOC,ated Gen iN15 ORNEY IS EN ocume"t d by 'She P 17 of AIA D gorse o~ rllner_ee AN e 1976 Edition red a"d en `n the yeat U5e on Y `Kith th eot ha en aPPro ~ s be Sbis locum day °{ 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 17:6% 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 ------------------------------------------------------------------------ f,ONSTRUf,TfON PAYSNEE - SAMPLE f,IIENT ------------- i00AY: ----------- 12/01/89 ------ DRAW ACCOUNTING JOBG: 69013 STAR1 11/01/69 AGE: 30 DAYS JOB $ J08 1 2 3 d CODE WORK PHASE CONTRACT TO GATE BALANCE ----------- COMPLETED ----------- CODE ------- 11/11/89 ------------ 11/21/89 ---------- 12/01/89 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 d,418 100$ 306 d,418 307 INSULATION 30T 308 WINDOWS 308 309 DOORS 4,028 d,028 100$ 309 d,028 310 ROOFING 310 311 CONCRETE WORK 311 312 MASONRY 312 313 ORYWAIL B,O10 8,010 100$ 313 1,608 6,402 31d ACOUSTICAL CEILING 314 315 SUSPENDED CEILING 6,703 6,103 100$ 315 6,703 316 TAPE, BED 3,183 3,183 100$ 316 3,183 317 TEXTURE 1,906 1,908 100$_ 31'1 1,908 318 PAINTING 3,507 3,507 100$ 318 3,507 319 PANELING 319 320 fRR4 1,696 x,695 100$ 320 1,696 321 FILE WORK 321 322 FLOORS 10,525 ' 10,526 100$ 322 10.526 323 ELECTRICAL T,632 1,632 100$ 323 7,832 324 PLUMBING ~ 32d ~ 545 325 NVAC 2,438 2,438 100$ 325 2,438 326 SPECIALTIES 326 32T LANDSCAPING 321 328 FENCING 326 329 CLEAN-UP 860 860 100$ 329 660 330 EQUIPMENT RENTAL 330 331 MATERIALS 331- 332 MISC. EXPENSE G1 889 689 100$ 332 689 333 MISC. EXPENSE 02 333 334 CONTRACT LABOR 334 335 CONTINGENCY ALLOW. 2,760 2,160 335 TOTALS: 59,665 56,905 2,760 15 7,133 18,196 32,221 TN IS DRAW: ;32,221.00 - -~ - ° _ - - BID# 1101 PROPOSAL TC THE CIT'( OF CENTON, TE::AS FRiENCS OF THE FAi-0ILY REHABiLITATICN 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 proposed work and agrees that he will provide ail the necessary labor, :maclinery, 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 Cone 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 tc 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 worts fully as planned and contemplated, and that all quantities of work whether increased or decreased are to be performed at ti,;e 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 de•:.reased to cover deletion of work so ordered. It is understood and agreed that the work is to be comoleted in full within the .number of work days shown on the bid. tabulation sheet. P - 1 BID# 1101 Accompanying this proposal is a certified cr cashier's check or Bid Bond, payable to the Cwner, in the amount of five percent of the total bid. It is understood that the bid security acccmpany~ng this proposal shall be returned'to the bidder, unless in case of the acceptance of the proposa 1, the bidder shall fail to execute a contract ar.d file the necessary insurance certificates within fifteen days after its acceptance, in which case the case the bid security steal; become the property. of the owner on account of such,r""allure 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 speci=ica~icn of the bid, Owner may automatically disqualify bidder. The undersigned hereby purposes and agrees to perform all work cf whatever nature requ fired, in strict accordance with the plans and specifications,-for the following sums or prices.- NOTICE: AREA TO BE INSPECTED'BY APPOINTMENT'ONLY. PLEASE CALL RAREN CONNER AT (817) 387-5284 OR SUSAN VARDELL AT (817) 387-5131 TO SET'IIP APPOINTMENT. P - 2 ,. - _ -~ _- _w. BID TABULATION SHEET BID# 1101 FRIENDS OF THE FAMILY REHABiLITATIC'J Please provide a price for each of the folloivir~g items and a total for each room. AREA WORK ITEM ,=MCL~1T Entry Stain to existing color - walls stair rail, french doors, bed- room door, base trim & doer frame $ Varnish all w/polyurethane • (satin finish) ~ Install new vinyl. In entry closet cover breakers w/metal, remove light bulbs & add florescent light 3 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) g Install screen for fireplace (40" w x 31 t/2" 1), check flue & repair mortar g Steam clean carpet - Patch $ missing carpet Adjust all french-doors 3 TOTAL LIVING ROOM: ~ P-3 RENABILSTATIGN PAGE.2 Kids Playroom & New Office Hlll# 11U1 Build a wall w/door & jamb 11'5" from-east wall. Sheetrock, tape, bed, texture. E Move lavatory into playroom, place new door nearest to cabinet end 3 Carpet new office 3 Install new exterior metal door w/ dead bolt & viewer 3 Install switch for exterior lights at door $ Patch & paint wal}s, ceilings 3 doors, windows & trim S TOTAL KIDS PLAYROOM & NEW OFFICE: Dining Room Patch ~ woodfill walls; repair beams Paint - walls, ceilings, beams, base trim, doers & windows Enclose door to kitchen ~ reolace paneling to match o a _. Install new 3 x 6 door & jamb (per plan) w/12ver hardware 8 kick plate New slip. resistant vinyl Install underlayment & adjust french doors TOTAL DINING ROOM: P-4 ~ _ ,. R_=~AaILITATI:;N PAGc 3 Butler Pantry Remove existing cabinets Remove existing north .gall (per plan) a a Add 2 x 6 door intd Storage pantry (as per plan) Patch, wand, 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 BIDik 1101 Remove existing shelves & add new shelves (as per plan) Fill in crawl space door Enclose South 3 west windew (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 ~AVt S BID$ 1101 Remove Styrofoam, ceding tile, _ E sheetrock, tape, bed, texture 3 .paint S TOTAL STORAGE PANTRY: $ Kitchen Enclose pantry door & window (per plan) $ relocate utility room door (as per 8 S plan) 2 x 6 3 Replace existing bi=fold doors w/ new doors to seal for water heater 8 8 and furnace 4 x 6 3 Replace existing window w/thereto- 'pane to match 3 Remove butcher block panels from _ North wall 3 Relocate existing floor register (as per plan) $ Bring furnace & A/C to code ~ $ Install new 50 gal. water heater ,to code 3 Strip wallpaper, patch, lt. texture & paint wall's & ceiling, window, door ~ base trim 3 Install additional outlets & GFI's (as per plan) 3 __ Install slip resistant vinyl & underlayment $ .• c REHABILITATION BID$ 1101 PAGE 5 Install new caoinet w/fury downs & new stainless steel sink 8" deco bowls single hand~:~e; washer-l=_ss faucet w/sprayer (per .plan) ~ *New Appliances; Thermador TMH 4S Electric Cook top, to be. vented to' exterior 48" hood whirlpool R48348XLS w/ventilator ~ Kitchenaid 3/4-HP Cisposal KCDI 250S Kitchenaid B/in dishwasher superba model #KUDS220T ~ Installed to code: Whirlpool Ice Maker EC5ICOXT ; ' TWO 27" Whirlpool ovens (stacked) #RB 760 PXT *All appliances to be installed to cede TOTAL KITCHEN: g Utility Strip wallpaper, patch, light texture & paint walls,. ceiling 3 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 _ _ `` _~ FRIE,JUS OF THE FAMILY REHABILITATION ?AGE 6 BID# 1101 Install electric smcke alarm in series with others TOTAL UTILITY: Handicapped Bath Masonite installed where existing tileboard is paint ~ Install new faucets on lavatory 8 handicapped faucet for shower with spray hose $ Insta 11 medicine cabinet Install handicapped shower, 18" commode & 20x18 kilgore sink basin g Remove heat unit from west wall/ repair wall. 3 _. Install GFI Outlet $ Add 1 1/4" Grab Bars Around Commode S 0 8 Install 3 x 6 door w/lever, hardware and kick plate $ Install masonite paneling on lower half &'paint 5 Wallpaper upper half, paint, ceilings, doors, windows, base trim & existing cabinets. ~ __. (Donated. wallpaper to tie used in bath) Alteration to cabinets (as per plan) --~. P-$ ~ ~_. _ ._ - _ - • rnicrvu5 yr int r.-;r~i~r 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 pian) Install new wali-light fixture (as per plan) Install GFI outlet TOTAL HANDICAPPED: 3 S Bath (3) Paper Holders 3 Accessories (2) 24" towel bars 3 (1) 18" towel bars $ (1) towel ring 3 TOTAL BATH ACCESSORIES: ~ _ Bed/Office Remove existing floor furnace & repair floor g Patch hole in north wall 3 Strip wallpaper, catch, light texture, paint walls & ceilings install donated wallpaper on (2) walls a Paint doors, door & window frames ~ base trim 3 Install storm-windows 10 1/2" x 60" 3 ''~ P-9 . -_ '- - ,, :. F?IENOS CF THE' FA~~tI_Y REHABILITATICPS BID$ 1101 PAGE 8 Listail new .in~•~? TOTAL BEC CFFiC=: ~ Stairwe_11 Repair icose star railing Install handrails `or bot~ sides as needed. Stain wainscot & stair rails, window-.&. trim to existing color 3 Varnish w/polyurethane (satin finish) S Strip wallpaper 3 Patch, t2xture,.paint ceiling & walls Install Light Fixture S Carpet runner 3' wider on stairs 3 Install smoke alarm in series with others g r TOTAL STAIRWELL: ~ UPPER HALLS Repair corner piece on wainscot S Paint wainscot, doors, window 8 door frames, ceiling ~ All ddor handles need to be stripped or replaced 3 Add storm windows (north end} to existing - two 24"x60" 3 Steam clean carpet & restretch 5 Replace light fixtures - (1 ceiling/2 wall) $ P-10 ,, FRIENDS OF THE FAFtIL''! BIDik 1101 ;.. ~,. REHABILITATION: PAGE 9 ' Install electric smoke_ detectors to be wired in series 3' Repair return air grills S Repair & paint attic door 3 TOTAL UPPER HALLS: S 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 8 paint 3 Add open shelf 84" (per plan) 3 Install storm window to existing Add heater/ventilator/light ' unit S Install new lavatory & tub ~ shower faucets, new o-trap on lavatory ~ Recaulk vanity 3' Install new vinyl $ ~,.. P-11 i; . « FRIENDS CF THE FAMILY BID$ 1101 REHABILITATiCN PAGE 1^v Install new commode Install GFI cutlet TOTAL NORTH BATH: Split. Bath 3 Commode Strip walipaper on ceilings & walls $ Patch, light texture & paint, wainscot, door & window trim S Replace commode S Install new wall light fi:<ture ~ Install new slip resistant vinyl 3 Add storm window to existing S TOTAL SPLIT 9ATH CCMMOCE 3 SPLIT BATH Add hew 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 Regrout vanity top $ Install vent stacks for drain on vanity $ P-12 -~ - --4:- RIEtiCS.^vF THE FAC?ILY BID$ 1101 • REHABILITATION PAGE i. Instail 3 piece fiberglass tub; shower Repair leak abcve kitchen ceiling ~_ Instali new vinyl ~_ Install new faucets in lavatory, tub 8, shower.. 3 Install GFI g TOTAL SPLIT BATH TUB: ~ Master Bedroom #t Strip wallpaper g Patch, light texture, paint walls/ceiling), dcor.s, windows & closets ~ Remove window & cabinet an east wall, replace w/cioset w/bifold doors g Replace windows,w/aluminum/ thermopanes to match (3'-3"XS') - two g Install (2) new Tight fixtures & one ceiling fan w/light kit 3 . Steam clean, stretch ~ patch carpet (new closet included) 3 Adjust closet doors & repair bedroom door TOTAL MASTER BEDROOM #t: P-13 FRIENDS OF THE FAMILY REHABILITATION PAGE 12 Sun Porch/ BSD$ 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 g South Bedroom #3 Strip wallpaper 3 Patch,. light texture, paint walls, ceilings, door 8, window trim $ Storm window for existing (3'3"x5') $ Adjust closet door $ Install new. ceiling fan w/light kit g Install new carpet (including closet) $ TOTAL SOUTH~$EDRCOM #3: ~ g East Bedroom #4 Strip wallpaper g Patch, light texture, paint,. (ceiling/walls-).doors, windbws - and trim g Add storm windows to existing $ -.__.. P-14 rRI~~lCS C~ THE -AMILY BID# 1101 ' REHABiLITATiCN ?AGE ?3 Install new ceiling fan wilight kit Steam clean carnet (including closet) 3 TOTAL EAST BEDROOM #4: ~ North Bedroom #5 Strip wallpaper, patch, light texture, paint walls/ceiling, doors, windows 8 trim 3 Add (3) storm windows to existing ((2) 24"x60", (1) 3'3"x5'-0") ~ Install new ceiling fan w/light kit $ Clean carpet ~ TOTAL NORTH BEDROOM #5: 3 Attic Bring upper furnace &'A /C. to code, install catwalk & light ' for access 3 Check & correct all unsafe wiring, including switch & outlet covers ~ TOTAL ATTIC: Exterior Replace-globe eh porch light Install creep hole on south side 3 Install disconnect on A/C units g Remove wall heater in garage & repair any holes in wall g P-15 - ~ _ =RIENDS Or THE rAMIL`f REHABILITATION ~A^v-E 14 BIDik 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. 3 Install lever handle on walk-in garage door & flood light. 3 Install security system & intercom at walk-in garage door x Install switches for exterior lights ih office g Cleaning of furnaces' duct work Have lights to exterior wired to be controlled to interior of house (entry way) S 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 ~~' ~ FRI~NCS CF THE FAMZL`( REHABILITATION PAGE 15 Intercom -.Nutone 1 ~4aster 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, Ihc. - Stephen Hull 1701 W. Northwest Hwy. Grapevine, Tx: 76C51 (817} 481-4364 Notes Work Environment Systems has done Ai"C and neatiny- work Authorized Nutone Dealers have iir"etime warranty on Darts and service Vinyl - Congoleum Marathon 0007 Boulevard LF 475(a) (3) type ZI, Grade A Carpet - Diamond Mills Oxford 26 oz., 1/8 gauge, 9.6 stitches per in., 187 piie, polypropylene backing, .turf bind 2C#, 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 S $ - - - $ $_. 5 S TOTAL ALL PROJECTS. $ NUMBER OF WORR DAYS TO COMPLETE P-18 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~lly ~ubm~t~ed: ~ Lloyd V. Harrell City Manager Prepared by: Name: Tom~D. Shaw, C.P.M. Title: Purchasing Agent TDS/cj 029.DOC 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. Resp~/11 y submitted: P~pared by: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent TDS/cj 029 .DOC ,- r ~ . STATE OF TERAS )( COUNTY OF DENTON )( 9a-vie CONTRACT AGREEMENT 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 Teaas, acting through Lloyd V_ Harrell thereunto duly authorized so to do, Party of the First Part, hereinafter termed the OWNER, and 76903 ~n Inc., 106 West 36th, San An 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: R TiI $17n7 (` inn of R R - ~~+ 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 is the Proposal attached hereto, sad is accordance with all the General Conditions of. the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance sad 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 Cit of 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 eateasions 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 is the Proposal, which forma 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: , /. ~' r1~~~ ~ ~, _ ~- _~ ~ ~ '~' ~, ~~ ~~~ ATTESx Party of 1 e irst P rt, OWNER By (SEAL) Hasty-Fowler Construction Inc. Party of t~he/ySec-o7nd~Part, CONTRACTOR By ~ ' `""-~"7 7a"`c"~ Title Ricky Fowler, President ~~~ i a ~~~ -~ _ a CA-2 0044b PERFORMANCE. BOND STATE OF TERAS )( 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 C of Mar land as SURETY,. authorized under the laws of the State of Texas to act as surety oa bonds for principals, are held and firmly bound unto the mhA r; *., ,.F ., as OWNER, in the penal sum of Ei4hty Seven Thousand Four u a ed 4 and 50/100 Dollars ($ 87, q37, 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 1g 90 Bonnie Brae 12" Waterline - BID $1107 ~ ~ for the construction of which contract is hereby referred to sad 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 ah,+ii 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 sad 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 sad 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 eztent as if it were copied at length herein. PROVIDED FURTHER, .that if any legal action be filed upon this bond, venue shall lie. in Denton County, State of Texas. Surety, for value received, stipulates and agrees that no change, eztenaion 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 is anywise affect its obligation on this bond, and it does hereby. waive notice of any such change, eztenaion 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 Suretyy have signed and sealed this instrument this 25th day of May ~ 19-y0 Hasty Fowler Construction, Inc. ,/ ~Pri~ncipal By ~ ~-~ Fidelity & Deposit Co. of Maryland Surety ~~ ~.~~ Title Rickv Fowler, President Address 106 West 36th St. Angelo, Texas -76903 Title Diana Michalik Attorney-in-fact Address P•0. Box 1111 San Angelo, Texas 76902 ~~ ~~:til~i~ ~ ` - - ~ ~ SE9L~) ~"~~ C. - (SEAL) '~ ,~~x~ The :name and add;ess of the Resident Agent of Surety is: ~ ~ *--, ~~ rv r- ~,~F ~~~~ Fields Stewart-Dolliver ~~'~N~ 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 DEPOSI"F COMPANY OF MARYLAND "Article VI, Section 2. The Chairman oI the Board, or the President or an}~ Executive Vice-President, or any of [he Senior Vice-Presidents or Vice-Presidents specially authorized sn to do by [he Board o[ Directors or by the Executive Commmittee, shall have power, by and with the concurrence of the Secretan~ or any one of [he Assistant Secretaries, ro appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or [o authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies. um[racts, agreements, deeds, and releases :md assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to af[ix the seal n[ the Compam' Iherero." EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY - "Article VI, Section 2. The Chairman oI the Board. or the President, or any Executive Vice-President or any uI the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Roard of Directors or by [he Executive Committee, shall have power, by and Keith the concurrence n[ [he Secretary or any- one of the Assistant Secremries, to appoint Resident Vice-Presidents, Assist:mt Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or [o authorize any person ur persons to execute on behalf o[ the Companv any bonds. undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments o[judgements, decrees, mortgages and instruments in the nahue of mortgages....and [o affix the seal of the Company thereto." i < =~.iJ ~~~' t LI41961'IX I-Cd. PAYtfENT 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 ~_, as principal, and Fidelity & Deposit Company of Maryland 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 Thirt Seven and 50 100 Dollars C$ 87, 437.50 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors sad 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 /I1107 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. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all- claimants supplying labor and material to him or a subcontractor is the- proaection of the work provided for in said contract, then this obligation shall be void, otherwise to remain is 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 acts o£ 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. PB-3 -, Surety, for value received, stipulates and agrees that no change, extensioa 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 ~ 1y 90 Hasty Fowler Construction, Inc. Fidelity & Deposit Co. of Maryland Principal V Surety ll~n~y ~~~1~ . Title Ricky Fowler, President Address 106 West 36th St. Angelo,_Texas 76903 ._.~ ~~ ,, ~, _~?.~ /y San Angelo, Texas 76902 (SEAL) "`may ~ ~.s>. The name'and address of the Resident Agent of Surety is: Fields Stewart Dolliver - P.O. Box 1111, San Angelo, Texas 76902 PB-4 Title Diana Michalik Attorney-in-fact Address P.o. Box 1111 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 F;zecutive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specialk authorized so to do by the Board of Directors or by [he 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 At[ornevs-in-Fact as the business of [he 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 [he nature of mortgages,...and to affix the seal o[ the Company thereto." .EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY "Article VI, Section ?. The Chairman of the Roard, or the President, or any Pxecutive Vice-President. or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by [he Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or an}' one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Atkvnevs-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 assilmmenls of judgements, decrees, mortgages and instruments in the nature of mortgages....and to affix the seal of the Company [hereto." :0:~: ;:..i r" _ i 1.141 ~bl'1'x I-Ci[- MAINTENANCE BOND STATE OF TEXAS )( COUNTY OF DENTON ) ( KNOW ALL MEN BY THESE PRESENTS: THAT Hasty Fowler Construction Inc. as Principal, and Fidelity & Deposit Co. of Maryland Texas, as Surety, do herebyoa~nowledgea themselves tto be heldnand bound 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 Ei ht Thousand Seven FluIldred Fourty 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 obligaticn is conditioned, however, that: WHEREAS,- said Hasty Fowler Construction, Inc. has this day entered into a written contract wit the said City of Denton to build and constrict 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: contract, it is provided~t~ the Contractore willimai fain ~andskeeif is tions, and the work therein contracted to be done and performed for a periodpof oneo(1)epair from the date of ...acceptance thereof and do all necessary backfilling that ymay 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 oa 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 sad 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 agreement to maintain saidWconstr~uct0in ~ and keep same period of one (1) year, as herein and said contract shall be null and void and have no further effect; farce 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. ~•=a= presents to be executed by Ricl sad 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 hand this 25thday of May 19 90 , , IN WITNESS WHEREOF the said Hasty Fowler Construction, Inc. T as Contractor and Principal, has caused SURETY: _E1 yland BY: _ l1J PRINCIPAL: ~HaG~ty~Fo~wler Construction Inc. Ricky Fowler President MB-2 0093b EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSI"I' COMPANY OF MARYLAND _~ "Article VI, Section 2. 1'he Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents speciallc authorized so to do by the Board of Directors or by the Executive. Commmittee, shall have power, by and n-ith thy, concurrence of [he Secretary nr any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as [hc business o[ the Company may require, or ro authorize any person or persons [o execute on behalf of [he Company any bonds, undertaking, recognizancea, stipulations, policies, contracts, agreements, deeds, and releases and asaigmnents of judgements, decrees, mortgages and instruments in the nature of morgages....and to atfis the seal o[ the Compam' 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 speciallc authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and tyith the concurrence of the Secretary or an}' one of the Assistant Secretaries, to appoint Resident Vice-Presidents. AssistanT Vice-Presiden[sand Attorneys-in-Fact as the business of [he 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 assitmments of judgements, decrees, mortgages and instruments in [he nature of mortgages....and to aftis the seal of the Company thereto." ~ G;,, ~, f., :t 1.141~61'I'%I-Qf. I ,,. CITY OF UENTON INSURANCE MINIMUb1 KE iUIREMENTS Without limiting any of the other obligations or liabilities of the Contractor,. the Contractor shall provide and maintain until the work is completed and accepted by the City of Denton, Owner, minimum insurance coverage as follows: I II. III. WORKMEN'S COMPENSATION COMPREHENSIVE GENERAL LIABILITY Property Damage Bodily Injury 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 Contractor shall obtain at his expense an OWNER'S 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 of Denton for its approval. Insurance must be accepted before commencing any work under the contract to. which this insurance applies. The City of Denton will be listed on all policies as an additional named insured. #0399c ~~:OI~11.; CERTIFICATE OF INSURANCE..:.: `'iSBN{MT.IMWOD/YY) ~- •RODVCER TNIB CERTIFICATE 18 188UED AB A MATYER OP INFORMAnON ONLY ANO Cd+TeAe NO RIGHTS UPON TN6 CERTIFICATE HOLDHR. TN18 CERTIPICATE DOHS NOT AMEND, EXTBND OR ALTER THE COVfiRAOl AFFORDED BV THE POLIWB{BELOW i FifldD Stewart DOlliVAY _. .... _ . ........... P.O. BOX 1111 I COMPANIES{ ApRCRDING COVERAQE: San Angelo, Texar 76902 ' ' COMPANY ' LETTER 14 Tran6cuntlLtetttRl Inyurance Company • COD! {U{•COD{ ..... .... ..... . W{DRFO . ........ COMPANY -LETTER Continental .Cf8u81Cy ,..__.,, Hasty-i*ovlor Conwtruction Co., Inc. mrE~rC ,. 106 Weet 36th Street OONPANv ~ San Angelo, Tfxae 76903 IETTFR CoMAANY E LFTTCR .. ... . . .. .. .....~~ CAVERAOEB . . -....... _.... .....-... ..._.. ' THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTHD BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PEAIOD NOTWITHSTANpING ANY REQUIREMENT, TERM OR CONDITION OP ANY CONTRACT OR OTHHR DOCUMENT WITH RESPECT 70 WHICH TrI18 WDICATED , CERTIFICATE MAV BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY iNE POLICIfi6 DESCRIBED HERHIN 18 SVBJECT TO All THE TERMS, fiXCLV810NS ANO CONDITIONS OP BUCK POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ' ICOLICY [ACCTIVf IPOLICY !%/IMnON; ~,C All LIMIT{ IM YNDUSANDI LTR~ TY-E OF INLURANCE POLICY NUNBCR I DAT! (MWDDIYY) DAT! IMMIDWYYI 1 _. OfMCRLL LIABILITY I G!NlRAL AGCRFOAn , t Z, OOO, ........ ~CONMFRCIAL Of NCRAL LgBM1ITY R ~' ~ ~ ICLMMSMADk' x~~OGCW GL 6596838 ` :PROOVOTE•CONIiOPS AOGREOAT{ { 1,000, 03-16-90 i 03-16-91 ,PERSONAL{ADYCRTISINDINJURY~{ 1,000, I I OWNCR'B A CONTMCTOR'B PMOI• AUTOMOBILE IIADILnY j X 'ANY AUTO R ,ALL OWNfD AU10S x •{CN{WLED AUTOS x IHIneDAUlo{ ~, X , NON~OWNlD AUTOS OARAGE L~4BILOV i ,, UIUI{ UABM.ITY r 1 i I OTNCR TXAN UMONELLA FORM WORRfR'f OOYPFMSATION i AHD I CMPLOTLR{' MA{ILITY OTKlR . . . strn6536836 806536835 I i i 03-16-90 i 03-16-91 I03-20x90 03-20-91 eACHOGCURP{NCf 'E 1,000, TIRE DAMAGE pAy OM IN,) '~ { SO, 'MFWCAL [%PENBE IMy Ond prnPN,{ f, WMBINEO elNOLf f 1, 000. LIMIT I BODM1Y "INJVRY { lPw N~1oA1 .. ... . . BoWLY 'INJURY '{ (PN ECeldeny ~ . .' . M TY f '. OA AOF ~ AOOREOA7E OOOURNHNCF~ I { ~E et ATUroRr ~~ ~ { I (EACH A•'{IDENn SOD, ' s 500, IWSUSe-POiaY uMlrl . t SOO (DI{CA{C-CAGN [MPLOYCI I I I ..., ..... .. ..... ._ ... . ~ ......... .. ....,.,._ ..... O68CR1-[ION OF OPCIUTIONSILOCATRNINVINIOLE41REETRICTM)NiIEPFCIAL ITEM{ City of Denton AdJitional Ineuied on General Linbility and Automobile Insurance T]-FI AT! HOLDER ~ ,. . ' ' ~ ", CANCELLA ION ~ ~~' City of Denton •~''I SHOULD ANY OP THE ABOVE DESCRIBED POLK;188 BE CANCELLED BCPDR( TNH 901 - B- Texas SCLBBL ~ EXPIRA?ION DATE THEREOF, THE 158UIN0 COMPANY WILL ENOEAYOR TO Denton, T6X88 ~OIOI ~y!~g! MAIL 30 GAYS WRITTEN NOTICfi TO THE CERTIFICATE HOLDpR NAMED TO THE "!'i LEFT, 8UT FAILURB TO MAIL SUCH NOTICE BNALL IMP08E NO OBl10AT10N OR ;u LIADILITY OF ANV KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTAi1VE8. 1. ~_t_ tt~I AVTNORIELD R{PM{{MT r Y;. ' m Piflde tewaitsDG1 iver ; ss-s (3~ee~ i ................... L.... .... . CORPORA710N T 986 -~ _. _,_ Rn. ~~: CERTIFlCATE OF INSURANCE -- . :~ qSW ... ... ...DATi MM/DM'Y) . _, TH18 CERTIFICATE IS 188UED AS A MATTER OF INFORMATION ONL A N CONFERS Fields $tewflrC DOl71Ver NO giGHTS UPON tHE CERTIFICATE NOLD[q, fHl9 CERTIFICATE DOES NOT AMEND, Y , O. BOX I 1 L ] E7fTEND Oq ALTlR THE COVERAGE AFFORDED EY THE POLICIES BELOW Sau Angclo, Texas 76902 II COMPANIES AFFORDING COVERAGE .... COMPANY •..... ooe cvs•COOe nuKm ... City of Denton 901-H Texas Street Denton, TCxfla 76a01 LEnen A TranecontincntAl Insurance Company __. ' eourAnr "~" i urTEn B ... COMPANY .... .. ......... ... LlTreA Ci DDMPANV ~~~~ LlIIEA D COMPANY ~ ~ """' .._...... .-.. _......., Lf rTER E TYERAGEB _ _ TH191! TO CERTIFY THgT THE POLICIES OP INSURANC! LISTED aELOW Hnv! DEHN ISSUED TO THE INSURED NAMED AHOyE POR THE~P cy pERNM WDICATED, NOTWITU9TANOINq ANy REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT t0 WHICH THIS CERTIFICATE MAV BE IHSUEO OR MnY PERTAIN, THE INBUMNCH AFFORDED BY THE PpIICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUBION6 AND CONDITIONS OP SUCH POLICICS. LIMITS SHOWN MAY HAVE BEEN gEDUCEO BY PAID CLAIMS. .. .. ...._.I .. ., _... 7YPe M INEUAANCE ~I """' POLICY NUMBER 1-CUCY iFFlCTIV! 7OLIDY iMPIRATIDN ~~ ~ ~~ DATE IMM/DCryyl I DATE fNM/DD/Yq ALL LWTS Hl~lp~yi r~ GENeMt l1AlILOY CDMMCnCIAL OtN 'R ~ ~ 0[ ~ ~ ~ - r ALUnoanY NenALAODNeaTF [ ~CI AIM,T MADI~ D~pq, ~ ' ~ - PRpDUCTSCAMPIOPi A00NEWTE;t .. OWNlR6 A CONTPACTM'0 PRUI. i ...... ....... . PlA3DNAL A ADYEgbSINO I,OURr , i i ... ~ fiACN DCCVflnlNCE ~ ~ ~~ i ~ ~~ ~~-"~' , ~ ~ . I PIII[ DAMADi (My au nrq . . .~.. ~ . AUTOMOBILE LIASILITT ~ -- I .. .... MlDIDAL EAPlNSE IMV Pqe Wt1on11 [ ~~~~~ ~~ . ~ ~ ANY AUTO I COM&NED I ~ ... ~~' ~i ALL OwNFO AUTOS ~ elMjli [ ' : BCNlDULlD AU103 i ~ [DOILY ~ ~ ~~~ ' . , , HmeD Auros I ,PUURr 't J: ; N., pY.wn7 NON~DY,T,EO AUI OB DDaLY GARAGE LIADILITY ~ , INIUnY t ' (Ptr_.aCMPMI . ~ . .... I ADl88lW1UTY I ..., 7 ` ~ : FACFENTY L .OAMAOC ~ ~~~ ~ AODNEOATF ~ ~ ~ ~ OCC ~AO OTNCR THAN UMSNNIAfORM I I U ENCt 1 IP WORKlN'1 CDMIENUITION ~ t ......... .. . t. '..... '. .' ~ ... _ AND I BTATVTONY ~ ". .. i,rPLATIM' LLABILRY ~ ........., _ (LADN ACL1DlNn ~ ' ~ P .. (DISEASC •POIATY LIMITI NCR. " .. . ~ - ! ....... wners and Contractor 6536838-1 ... .. I ~ t (DIilA3F-EACH EMPLOY![ rotnctlon Lisbllity i06-06-90 b6-06-91 Ccnoral Aggregate 2,000 Occurenc! 2,040, °110,1 OP OPlMTIONi/LOCATIONSn[NICLlLRBBRIChOKi/SPLCIAL ITENi ~~ ~ ..,. ~~~~ ~ SCOT Main C.DIIBCTUCt1 ~ I"' I OrL City of Denton, Hasty-Fowler Construction Cu. Inc, ... ,____ PICATH HOLDER ~~-'~~"-^-++.-+. ~~ ,kCAM ELATION ~~ ,; ay of Damon 5X SHOtR.o ANY OF THE AHOCE DESCRIBlD DOLICIES BE CANCELLED EHFOgE 111E I~-B Texas SCrBQC -:1' El(PIMT30~) DATE THEREQF, THE ISSUING COMPANY WILL ENOEAVpR i0 nton, Tflxss 7b20! O }; MAIL-~ DAYS WRITTEN NOTICE TO THE CERTIpICATE HOLDER NAMED TO THE ';': LEFT. BUT /AILUR6 TO MAIL SUCH NOTICE BHALI IMPOSE NO 08LIGATION OR +~ LIABILITY OF ANY KIN LIeQI~ TH6 COMPANY, ITS AGENTS OR REPRESENTATIVlB. ;~'. ANTNDRITiO RCPREif rv .~~ v, ~~ ,t pE_g 0~A1 ~'F F1e ds Stowart Dolitver l~c'N1. ;i 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.pcovide coverage for obl-ig__ations assumed by the contracto r in the .referenced contract. This Certificate of Insurance is provided as required by the governing contract. 2. CLAIMS -MADE POLICY FORM: Required period of coveraye 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 ezEended 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 covet 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 I- 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 proposaQ as: principals are those hamedhereim,: that ths:proposal. is,mad"e° without. collusion withr any other person,. firm: or corporation; that he has: carefully examined-the: forme of contracts. Notice; to-Bidders specif;icati:ons: and;. the plans therein, referred° toe and: has. carefully examined' the locatiohs.;: condition's:, and: classes:. of materials of` the: proposed: work; ands agrees: that..he will. provide all the: necessary Tabor,. machiner.ys tools,. apparatus,.. ands other items incidental. to: construction, and: will. do- a~1T the- work. and furnish- aTT the: materials calTeds for in' the contract andi specifications in the manner prescribed herein. and` accordYng to the- requirements- of: the' City as therein- set: forth.. It is. understoodi that the, following, quantities of. work to: be done: at unit- prices are: approximate= only, and: are intended: principally to serve as a: guides in:. evaluating: bids. Ia. is agreed that. the- quantities: of work; to: be done- at unit prices: and matera~T to:. be furnished may be: increased .or diminished as- may be, considered: necessary, in. the: opinion of the City,. toy completer they work.. fully as. planned and contemplated,;.and~-that. al T.quanti,ties of work. whether increased' or decreased? are to: be. perfb.rmed~ at the:: unit prices set. forth. below-.except as..provided for,`in. the specifications. Ilt. is; further agreedthat 1`um ~ sum cover additional-,. work. ordered by theepCit es may- be° increased: to: plans. or required by the.specif"icationssyinbaccordancewwith° the` provisions toe the. General Cond"itions~,. Similarly,, they may be decreased: to: cover deletion-of'work so:order.ed.. It i's: understood and agreed: that the. wor.k• is to be completed. in. full within the number: of`work days: shown on the bid. tabulation. 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 property of the Owner,. and shall. be. considered. as, a payment-for. damages due .to~ delay and. other. inconveniences suffered'_by they 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 orprivate,. 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: andi specifications;,. for the: following;- sumr or prices, to w.it:: P- - 2 - ~ ~ ~ WORR DAYS '20~ Bonnie Brae12 Inch Waterline BID _ NO. 1107 - PO N0. BID TABULATION-S HEET. ITEM DESCRIPTZON~~ 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 cv. _ (9 -- /EA ~nVD -- ~ 2.14 Fire H d"rant 1 EA ~rf~/ `SEA ~// X00. /C~~' 3-B Remove Curb and. Gutter 12 LF ~_~~ /LF ~ ~ J ~: . 8.2-A Concrete Curb'~and: Gutter 12 LP a~~ 9- /LF /+ p ~ ~ C p -- SP=2 Concrete Saw. Cut 8, LF '/>L) ' , ~; - /LF _ 5'.7=D As halt. Patch' (T e~ D)- ` .. 5° TON-~ S-[~/TON• ~~/~ 3'..10.P Hyd'romulch 2100% ` SY' ~c?~ OQ Remove.. and. Rep1'ace~ /SY SP.-43t Wire: Fence- 450 LP' ~~~ /LF' ~~~ ~ Contractors Warranties= ; ~._ 1.21 and Understand'in s" B _. ~; G ~~~ /'CJ . ~Lr. arricading.,, Warning. Signs ~ 8.1' and'. Detours - ~, c,-)c~LS - c,/~~r~b~J (. c~ SP-3T Excavation Protection!. 3055 LP ~'~ ~'- /LF~ ~-LrJ --- h "~ Preparation. of: ~ ~ 3.T Ri ht-of-Way _ ~ C~ ~L P rL ~ ` , S: , ~~~' 2'.T2'.B-B'~ Cast Iron Fittin sr 500; Lg DO 2`.12.5 12" Ductile- Iron Pipe T44, ~ ~ - SP.-39' -Pro-ect. Si ns. - - - 2~ ~EA~< ~(~{-fEA _ ~~ SO ~-. SP-1`0: _ Rock Excavation 150 " CY_ ~~~/~. OU - ~ / 6i4 ~BOrng ~ 58 LF° ~)~ /LF` /~ 7..4..5E - Concrete Encasement. ~_ TOTAL. ~,[~~ ~j-!~~' *3.10:3: Seeding ~ 2100 *This~item ma l c ' SY' $ JOO / $ ,~/`~ r1U . g rep a e 3.10 .,7 Hydromu lch P-3` BID$ 1107" BID SUMMARY Ia. the event of the awards 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-,.guarantee>, the woYk• until.-final. completion and acceptance,. and! to guarantees payment; for all lawful. claims for: labor. performed`'and. materials furnished in. the,fulfllment of" the-contract. It is. understood, that' the- work, proposed: to be: dohe shall be accepted,. when> f_ ully completed and. finished` is accordance, with the plans.- and"r specifications„ to: the satisfaction of the. Engi°neer:. The-undersigned;_certifies.that the•bid`prices contaiaed`im this; proposal: have "been. carefully, checked- and; are submitted: as correct. and final.. ,; ~ ' Unit."and! lump sum prices asp shown fbr each. item 1-fisted` in: this proposal,~fshall control. oven ext1ensions.,, CONTRACTOR: ~ , , Street~A~d r ss,. ' .,;. erty and;, ate: Y S Seal. ~ Authotization~ ~~~' (If' .~~ ,Corporation:) 4 ~5- Telephone '" B _.,i " TOTAL BID PRICE. IN WORDS .G /n L. 1,"_ -s.,--,_-. ~~,.- / /_ ;i- HASTY-FOWLER CONSTRUCTION INC. RICHARD HASTY RICKY FOWLER 106 West 36th San Angelo, Texos 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 ou.r 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 catiatever is needed to fullfill this require- meth. 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 H?,STY-1=UWLER CONSTRUCTION INC. RICHARD HASTY 106 West 36th RICKY FOWLER Son Angelo, Texas 76903 city ~e nenton 901-5 Texas Street Denton, TX 76201 ATTN. Mr. Tom Shaw C.P.i`1. Purchasing Agent Re: Suppo~.-(. Systems InspecC~~r SC-6 3onnie Brae 12" iJatermain iKarch 1999 "ir. Tcm Shaw: Ricky Fowler will act as suonort System I~nspectoi Eor this. job.. He has 15 years of esPericnce .n trench work. Ike haS etCe nCi2Cj Craining r1aSSe5 in tre Cl i'h e?;Ca V8 C10n prot=ect~ion.~ lle is Icnowledgab~le in OSHA regulations on e:<cavatinn. "Chis i.s a r~~quzrememt tizat :oe have ncvr.;- been asl<cd to rull'iil. ~ :Cf :ae are iow oi.dder on this job, we ~:~i1,t CUril 1. Sl"I e[iy anCl all [Tla to T'1a,I need°.d cn th1S ~-e CCU-Lrei~!enC. Tvh/a/n/key/otur. /~/// Vi~,k1e 1-~Wlal~r~~ C Sec. Cheryl P. Etter `\ ~- Notary Public for Tom reen County State of Texas My Commission ,expires 12-09-92 RICHARD HASTY RICKY FOWLER HASTY-FOWLER CONSTRUCTION INC. 106 West 36th San Angelo, Texas 76903 City of Denton 901-B Texas Street Denton, Texas 76201 ATTN: Mr. Tom Shaw Purchasing Agent May 10, 1990 Re: OSHA form 200 S Mr. Shaw, 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. Ede have never received this form, and I cannot request i_t. If there is anything else that I can do in regard to this matter, just let me know: Thank y~ou~, ~ Ri~Fow~ l~ejr President Cheryl P. Etter 1. Notary Public for Tom e~ County State of Texas My Commission expires 12-09-92 HAY-09-'90 WED 14:23 ID:CITY OF DENTON UA TEL NO:Si?Z566-S2J6 ~472 P02×05 May 15, 1990 CITY COUNCII AGENDA ITEM TO: MAYOR AND MEMBERS OF T~E CITY COUNCIL FROM: Lloyd V. Harrell, City Manager RE: CONSIDER APPROVAL OF TSE BID FOR CONSTRUCTION OF THE LAKE LEWISVILLE AND LAKE RAY ROBERTS HYDROELECTRIC PROJECTS. RECOMMENDATION The Public Utilities Board, ~t their meeting of April 24, 1990, recommended acceptance of the bid #1068 with Martin K. Eby Construction Co., Inc., in the amount of $4,271,600 for the installation of the hydz )electric turbine and generator units for Lake Lewisville and Ray Roberts hydro projects. SUMMAR~/BACK6ROUN~ Plans and specifications for these ~ro~ects were sent to 11 qualified bidders. On March 30, 1990, one bid was received from Martin K. Eby Construct[on Co., Inc. Several other bidders such as Brown and Ro~t, Morrison-Knudson, H.B. Zachary, etc., who had recei;ed plans and specifications, did not bid and expressed that, ~ue to pressing other construction projects and the relatively ~maller size of these projects, they chose not to bid. 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 qual~.fied bidder and the Engineers, Black and Veatch, have attes:ed that their bid is fair and reasonably priced. Ernie Tullos, Director of El.~ctric Services and Joe Cherri, Project Manager for the hydr,~eleetric projects, reviewed the Martin K. Eb¥ estimating documents and have assured us that all the documents are in ord~r and the bid iz a fair and reasonable bid and that, had other bids been submitted, Martin K. Eby bid would have mo~t ll.kely been the lower bidder of those submitted. Hydro Projects Construction Bid Page 2 Martin K. Eby has compe .ed with the bidders mentioned previously on several pro}cots in the past and often were awarded the contract because of their lower bid prices. Martin K. Eby was the compal~y that installed the outlet works at Ray Roberts which incl.uded the reinforced steel pipe to which our hydroelectric tl~rbine will connect. They have constructed a number of hyd~;oelectric projects throughout the Midwest. The construction tea~ that is proposed for our project are just coming of~ of a 31 MW hydroelectric project in Ft. Smith, Arkansas. This project was a 31 MW hydroelectric power plant on the Arkansas River for the Arkansas Electric Co-Operati~'e at a cost of $39,623,000. Martin K. Eby has several other projects presently in the Dallas/Ft, Worth area and throughout Texas. Many of these present projects are major ater and wastewater projects such as: Village Creek WWTP-City of Ft. worth $17,686,000 Village Creek WWTP Sludge handling Facility $14,829,000 (City of Ft. Worth) village Creek-2 aeration basins, 3 final clari- fiers Phase 2B WWTP {City of Ft. Worth) $12,840,000 Water Trmt. Plant for the Ci' ~ of Midland $10,354,000 Improvements to City of Dallas So. Side WWTP $ 1,581,000 Spillway for the Cooper Lake $12,400,000 plus many other major contracts. (see attached Exhibit I) The team who prepared the bid estimate was the project management team who built the outlet works at Ray Roberts and are very familiar with sate conditions and the Corps of Engineers' regulations and personnel. PROG~%MS, DEPART~ENTS OR GROUPS A~FECTED City of Denton, Citizens, Electric Department Water and sewer costs. MAY-09-'90 WED 14:24 1D:CI'IY OF DENTON UA TEL N0:817-566-8236 ~4'72 P04×03 Hydro Projects Construction Bid Page 3 FISCAL IMPAC~ The Lewisville and Ray Roberts estimated net annual generations are 13,054 MWH ~nd 7,965 MWH respectively, and with the energy value escalation of 3.88%, the projects show positive cash flow in the first year of commercial operation. The projects' payoffs for L~wisville and Ray Roberts are in the years 2003 and 2006 res ectively as shown in the attached Exhibits II and III. Respectfully submitted, Lloyd · Barrel[ / .... City Manager P~ared by, ~rnie B. T'fill6s, Director of Electric utilities R.E. ~elson, Executive Director of Utilities Exhibit I Martin Eby Project~ II Lewisville Pro Form III Ray Roberts Pro Forna IV Minutes from PUB M~eting of 4-24-90 04300O53 rqAY-09-'90 WED 14:25 ID:CITY OF DENFON UA TEL N0:817-566-8236 ~472 P06/03 EXHIBIT II LEWlSVILLE HYDROELECTRIC P OJECT PROFORMA NET ANNUAL GENERATION (MWH) 13 054 ENERGY VALUE ($/MWH) $4' ,25 CAPACITY (KW) 2 800 TOTAL COST $5,064 000 ANNUAL INTEREST RATE ENERGY ESCALATION 3 88~ GROSS OPERATING NET RE'ENUE DEBT CASH REVENUE EXPENSES OF OPEI[ATION REQUIREMENT FLOW YEAR (1000) (1000) (101~0) (1000) (1000) 1991 820 88 73; 454 278 1992 846 92 75, 454 300 1993 873 96 77' 454 323 t994 901 101 80( 454 346 1995 930 105 82~ 454 371 1996 960 110 85( 454 396 1997 992 115 87l 454 423 1998 1 024 120 90~ 454 450 1999 1 058 125 93~ 454 479 2000 1 093 131 96~ 454 508 2001 1 130 137 99: 454 539 2002 1 168 143 1,02~ 454 57'I 2003 1 207 149 1,05~ 454 604 2004 1 248 156 1,09~ 454 638 2005 1 291 163 1,12~ 454 674 2006 1 335 171 1,16Z 454 710 2007 1 381 178 1,20J 454 749 2008 1,428 186 1,242 454 788 2009 1,478 195 1,282 454 829 2010 1,529 203 1,32~ 454 872 2011 1,583 213 1,37¢ 454 916 2012 1,638 222 t,416 454 962 2013 1,696 232 1,46~ 454 1,010 20t4 1,756 243 1,513 454 1,059 2015 1,818 253 1,565 454 1,111 2016 1,882 265 1,617 0 1,617 NOTES: PROJECT PAYOFF IS YEAR 2003 FOR THE ~MOUNT OF $5,558,000 APRIL 20, 1990 DISK #2 A:\PROFORMA\PUBPROF2 IqH~-~J~--'~l~ W~U 14:~'b ~):~11Y UI- bENTON UA TEL N0:817-566-82~6 ~4~2 EXHIBIT III RAY ROBERTS HYDROELECTRIC ROJECT PROFORMA NET ANNUAL GENERATION (MWH) 7 965 ENERGY VALUE ($/MWH) $4~.25 CAPACITY (KW) 1 000 TOTAL COST $3,834,000 ANNUAL INTEREST RATE ' ENERGY ESCALATION 31'5~ 88~ GROSS OPERATING NET RE\'ENUE DEBT CASH REVENUE EXPENSES OF OPEFATION REQUIREMENT FLOW YEAR (1000) (1000) (10(0) (1000) (1000) 1991 517 43 47z 344 130 1992 533 44 48~ 344 136 1993 549 46 50~ 344 145 1994 566 49 617 344 154 1995 584 51 53~ 344 166 1996 602 53 542 344 177 1997 621 55 566 344 191 1998 641 58 683 344 209 1999 662 61 601 344 227 2000 683 63 620 344 249 2001 706 66 640 344 272 2002 729 69 66( 344 299 2003 753 72 §84 344 329 2004 778 75 70~ 344 358 2005 804 79 72~ 344 381 2006 831 82 74~ 344 404 2007 859 86 77~ 344 428 2008 888 90 798 344 454 2009 918 94 824 344 480 2010 949 98 851 344 508 2011 982 t03 879 344 535 2012 1,016 107 909 344 564 2013 1,051 112 939 344 595 2014 1,087 117 970 344 626 2015 1,125 122 1,003 344 659 2016 1,165 128 1,037 0 1,037 NOTES: PROJECT PAYOFF IS YEAR 2006 FOR THE MOUNT OF $4,254,000 APRIL 20, 1990 DISK #2 A:\PROFORMA\PUBPROF3 I~1~'K-0'~-'90 ~E~ 14:24 I~:CI'FY OF DENTON UF~ TEL NL9:817~566-82.36 1:1472 P05×0..3 EXC~ :RPT PUBLIC UTILITIES BOARD MIN~ 'TE$ April 2~, 1990 8. CONSIDER APPROVAL OF THE BID FOR CONSTRUCTION OF THE LAKE LEWISVILLE AND LAKE RAY ROBE~,TSHYDRO~nECTRIC PROJECTS. Nelson opened discussion ky reviewing bids received on the project. Only one bid wss received which staff and the Engineers, Black & Veatch. consider to be a solid bid by a reputable contractor. Mr. 4ohn Stack and Mr. Robert wood of Black and Veatch, Inc., were ~resent at the meeting to update the Board. Black and Veatch explained that they felt it was unusual to receive only one bid on tl~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. gby Constriction Company is a very reliable construction company ard experienced with hydroelectric installations. The} have completed several multi-million dollar installations in this area. b) Time is important to t~e City and rebidding the project would involve added expenses 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 they would not come out better and may lose the bid that t~ey have. After checking with some oJ the anticipated bidders who did not bid, Black & Veatch fcund that the comparatively small size of the job influenced many of their decisions not to participate. Nelson then reviewed the osts, cash benefits and the fact the projects continue to be economically feasible, and advised that Staff recomm rids 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 zeco~u~end 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. MARTIN K. EBY CONSTRUCTION CO., lNG. EXCELLENCE S4NCE ~937 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 Hr. R.E. Nelson CJty of Denton 901-B Texas Street Oenton, Texas 76201 RE: LewisvJlle Hydroelectric SJte Flood Damage Cost H.K. Eby Job No. 1825-51 Dear Hr. Nelson: For your Jnformation and to supplement General Conditions paragraph GC29.8 and Special Conditions paragraph SC.17 we propose the following: 1. N.K. Eby Construction will pay the City of Denton all costs associated wJth flood damage to owner furnJshed equipment as a result of flooding in the powerhouse structure due to rain storm occurring on June 2, 1991P.N. Copies of Jnvoices and bills supporting City of Denton costs will be forwarded to the project office site - attention of Brett Nyers, SuperJntendent. 2. All rJghts 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 provJded Jn one (1) above. Very truly yours, ~ Vice President/Area Nanager AGR/JL/mlb FILE REFERENCE FORM 1990-071 Additional File Exists Additional File Contains Records Not Public, According to the Public Records Act X Other r iLr;l~1 Date Initials Complete specifications documents for Bid 1068 in separate file located on Ordinance shelves in vault (2 copies) 6/22/07 JW