Loading...
WA0001-PR000127PROJECT IDENrrlFICATION: PROPOSAL Repainting of the 1.5 Million Gallon Elevated Storage Tank Interior in Coppell, Texas. BID OF DON L. OWLS, INC. (NAME OF FroM) DATE: JANUARY 27, 2000 THIS BID IS SUBMITTED TO: City ofCoppell (hereinafier called OWNER) c/o Purchasing Agent 255 Parkway Boulevard P.O. Box 478 Coppell, Texas 75019 CITY OF COPPELL BID NO: Q01-002 The undersigned BDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER in the form included in the Contract Documents to perform and fumish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. BIDDER accepts all of the terms and conditions of the Advertisement or Notice to Bidders and Instructions to Bidders. This Bid will remain subject to acceptance for ninety (90) days after the day of Bid opening. BIDDER will sign and submit the Agreement with other documents required by the Bidding Requirements within ten (10) days after the date of OWNER's Notice of Award. 3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: (a) BIDDER has examined copies of all the Bidding Documents and of the following Addenda (receipt of all which is hereby acknowledged): Date: Rec'd: ADDBNDUM N0. 1 JANUARY 20, 2000 JANU,~RY 20, 2000 ADDF~qDUM NO. 2 JANUARY 25, 2000 JANUARY 25, 2000 ADDENDUM NO. 3 JANUARY 26, 2000 JANUARY 26~ 2000 BIDDER has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or fumishing of the Work. (c) BIDDER has studied carefully all reports and drawings of subsurface conditions contained in the contract documents and which have been used in preparation of the contract documents. (d) (e) (0 (g) (i) CONTRACTOR may rely upon the accuracy of the technical data contained in such reports, but not upon nontechnical data, interpretations or opinions contained therein or for the completeness thereof for CONTRACTOR's purposes. Except as indicated in the immediately preceding sentence, CONTRACTOR shall have full responsibility with respect to subsurface conditions at site. BIDDER has studied carefully all drawings of the physical conditions in or relating to existing surface or subsurface stmcturas on the site, which are contained in the contract documents and which have been utilized in preparation of the contract documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such drawings, but not for the completeness thereof for CONTRACTOR's purposes. Except as indicated in the immediately preceding sentence, CONTRACTOR shall have full responsibility with respect to physical conditions in or relating to such structures. BIDDER has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies (in addition to or to supplement those referred to in (c) above) which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, performance or fumishing of the Work as BIDDER considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents; and no additional examinations, investigations, explorations, tests reports or similar information or data are or will be required by BIDDER for such purposes. BIDDER has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports or similar information or data in respect of said Underground Facilities are or will be required by BIDDER in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. BIDDER has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. BIDDER has given ENGINEER written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to BIDDER. This bid is genuine and not made in the interest of or on behalf of any undisclosed person, fu-m or corporation and is not submitted in conformity with any agreement or roles of any group, association, organization or corporation; BIDDER has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; BIDDER has not solicited or induced any person, fu'm or corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. It is understood and agreed that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. 1-13 It is understood and agreed that the quantifies of work to be done at unit prices and materials to be furnished may be increased or diminished as may be considered necessary in the opinion of the OWNER to complete the work fully as planned and contemplated, and that all quantifies of work, whether increased or decreased, are to be performed at the unit prices set forth, except as provided for in the Contract Documents. It is understood and agreed that all work under this contract will be completed within the bid calendar days. Completion date will be established in the Notice to Proceed. 5. BIDDER will complete the Work for the following price(s): 1-14 "' CITY OF COPPELL, TEXAS Repainting of the 1.5 Million Gallon Elevated Storage Tank Interior Item J Estmmted No. Quantity . Unit 1 L.S. 2 1 L.S. 3 1 L.S. 4 10 Hrs. BID SCHEDULE BASE BID 5 1 L.S. Description and Price in Words Price m Figures For Abrasive Blasting the Interior Area of the 1,500,000 Gallon Elevated Storage Tank and Containing all Blast Material and Existing Paint Removed complete in place, the sum of SIXTY THOUSAND EIGHT HUNDRED NINETY TWO ....................... Dolliffs and 00/100 .................... Cents per Lump Sum For Painting the Interior Area of the Tank complete in place, the sum of FOURTY THOUSAND SIX HUNDRED SIXTY ONE .......................... Dollars and 00/100 ..................... Cents per Lump Sum For the Proper Disposal of the Interior Paint and Blasting Media Removed from the Elevated Storage Tank complete in place, the sum of TWO THOUSb~ND FIVE HUNDRED .................... .......................... Dollars and 00/100 ..................... Cants per Lump Sum For Performing Miscellaneous Remedial Welding by a Certified Welder when requested by the Owner complete in place, the sum of SIXTY FIVE. .......................... Dollars and 00/100 ..................... Cents per Hour Extended Amount For Removing the 24-Inch Double Disk Gate Valve and Replacing with a 24-Inch Motor Operated Butterfly Valve, including all SCADA Connections complete in place, the sum of TWENTY FIVE THOUSAND TWO HUNDRED NINETY NINE .......................... -Dollars and 0Q/1 (]D ...................... Cents per Lump Sum $ 60,892.00 $ 40,361.00 $ 2,500.00 $ 65.00 $ 650.00 $ 25,299.00 J:~ipcla~91 ?6'~ee(3~'~XP&BS-2.XB 1 - 15 BASE BID item No. 6 bOTAL Esnmated Unit Description and Price m Words 1 L.S. For Furnishing and Operating an All Electric Dehumidi~cation System for the Interior Blast, Panit and Cure complete m place, the sum of SEVEN THOUSAND FOURTV .................. .......................... _Dollars and 00/100 ...................... Cents per Lump Sum ANIOUNT: BASE BID (Items 1 Through 6) Figures Extended Amount 7,040.00 $ 137,042.00 1-16 ADDrrlVE ALT~RNAT~ Quantity Unit Description and Price in Words "'Price m Extended' Figures Amount 1A 2A 3A TOTAL TOTAL For the Cleaning all Metal Surfaces Inside the 1.5 1 L.S. MG Elevated Storage Tank Fluted Column complete in place, the sum of FOURTY FOUR THOUSAND NINE HUNDRED SIXTY NINE .......................... Dollars and 0(1/1 O0 ...................... Cents per Lump Sum For Overcoating of the Interior of all Metal Surfaces Inside the 1.5 MG Elevated Storage Tank 1 L.S. Fluted Column complete in place, the sum of FOURTY FOUR TNOIISAND NINE. BIINI]RED SIX're NTNE .......................... Dollars and 00/100 ..................... Cents per Lump Sum 131 L.F. For Furnishing and Installing Safety Climb Device on Existing Dry and Wet Ladders on the Dry Riser complete in place, the sum of THIRTY ...... ......................... Dollars ~nd 00/1 O0 ..................... Cents per Lineai Foot AMOUNT: ADDITIVE ALTERNATE (Items 1A Through 3A) AMOUNT BID (Base Bid + Additive Alternate) $ 44,969.00 $ 44,969.00 30.00 $ 3,930.00 $ 230,910.00 1-17 BID SUMMARY TOTAL AMOUNT: BASE BlD (Items 1 Through 6): Total Price Bid In Words: Total Price Bid $ 137,042.00 ONE HUNDRED THIRTY SEVEN THOUSAND FOURTY TWO DOLLARS AND 00/100 ............... TOTAL AMOUNT: ADDITIVE ALTERNATE (Items 1A, 2A & 3A): Total Price Bid In Words: Total Price Bid $ 93,868.00 NTNETY THREE T~OUSAND EIGHT HUNDRED SIXTY EIGHT DOLLARS AND 00/100 .............. 6. BIDDER agrees that all Work awarded will be completed within the dates established in the Contract Documents. Contract time will commence to run as provided in the Contract Documents. 7. Communications concerning this Bid shall be addressed to the address of BIDDER indicated on the applicable signature page. 8. BDDER understands that the Owner is exempt from State Limited Sales and Use Tax on tangible personal property to be incorporated into the project. Said taxes are not included in the Connet Price (See Instructions to Bidders). 9. The terms used in this Bid which are defined in the General Conditions of the ConsWuetion Connet included as part of the Connet Documents have the meanings assigned to them in the General Conditions. The City of Coppell reserves the right to delete any portion of this project as it may deem necessary to stay within the City's available funds. Should the City elect to delete any portion, the contract quantities will be adjusted accordingly. SUBMHTED on JANflAkY 97 ,2000. TOTAL AMOUNT OF BID (Base Bid + Additive Alternate): Total Price Bid In Words: Total Price Bid $ 230,910.DO ~q0 HUNDRED ~tlRTY THOUSA~ID NINE HUNDRED TEN DOI.IARS AND 00/100 ................. 1-18 QUESTIONNAIRE Each Bidder shall write in the name, where indicated, of the manufacturers of equipment which Bidder proposes to furnish and the subcontractors the Bidder plans to utilize. Not more than onemanufacturer's or subcontractor's name shall be listed for each item of equipment. Upon award of a contract, the named equipment shall be furnished. Substitutions will bc permitted only if named equipment or subcontractor does not mcct the requirements of the Contract Documents, the manufacturer or subcontractor is unable to meet the requirements of the construction schedule, or the manufacturer or subcontractor is dilatory in complying with the requirements of the Contract Documents. Substitutions shall bc subject to concurrence of the Owner and shall be confirmed by Change Order. Preliminary acceptance of equipment listed by manufacturer's name shall not in any way constitute a waiver of the specifications covering such equipment; final acceptance will be based on full conformity with the Contract Documents. Failure to furnish all information required may be cause for rejection of the Bid. Equipment 24" Butterfly Valve WATTS Electric Valve Operator WATFS Dehumidi~cation Equipment CARGOCAIRE Manufacturer Discipline Electrical Instrumentation H & H ELECTRIC I & C SALES Subcontractor _ / 1-19 M B~ ~'FWA~T The undersigned certifies that the bid prices contained m this bid have been carefully reviewed and are submitted as correct and final. Bidder tinther certifies and agrees to furnish any and/or all commodities upon which prices are extended at the price offered, and upon the conditions contained in the Specifications of the Invitation to Bid. The period of acceptance of this bid will be 90 calendar days from the date of the bid opening. (Period of acceptance will be ninety (90) calendar days unless othem'ise indicated by Bidder.) STATE OF TEXAS COUNTY OF DAI.IAS BEFORE ME, the undersigned authority, a Notary Public in and for the State of TEX~S . on this day personally appeared DON L. OWEN who after being by me duly swom, did depose and say: (Name) "I, DON L. OWFAxl (Na~) DON L. Ot~q'l, INC. (Name of Finn) foregoing on behalf of the said DON L. OkqEIq, INC. am a duly authorized office/agent for and have been duly authorized to execute the (Nam~ of Firm) I hereby certify that the foregoing bid has not been prepared in collusion with any other Bidder or individual(s) engaged in the same line of business prior to the official operarig of this bid. Further, I certify that the Bidder is not now, nor has been for the past six (6) months, directly or indirectly concerned in any pool, agreement or combination thereof, to control the price of services/commodities bid on, or to influence any individual(s) to bid or not to bid thereon." Name and Address of Bidder: DON L. OWEN, INC. PO BOX 360865, DALLAS, TEXAS 75336 / 3415 S. PEACHTREE, BALCH SPRINGS, TKXAS Telephone: ( 972 ) 913-9095 by: DON L. OWEN Title: PRESIDEirE Signature: ~ 75180 SUBSCRIBED AND SWORN to before me by the above named on this the ?7~-h day of TAN!IARy Notary Public in and for the State of DON L. OWEN 2000. If BIDDER IS: An Individual sy doing business as Business address (Individual's Name) Phone No. (Seal) A Partnership By Business address (Finn Name) (General Panner) Phone No. (Seal) A Corporation By DON L. OWEN, By MISSOURI By nON I.. OWEN PRFSIDBIf INC. (Corporation Name) ~orporation) (Name of person authorized to sign) (Corporate Seal) Attest CHERYL GIDDEN Business address PO BOX 360865, DALLAS, TEXAS 75336 3415 S. PEACH'fREE, BALCH SPRINGS, TEXAS 75180 (Title) PhoneNo. (972) 913-9095 (Seal) (Seal) (Seal) A Joint Venture By (Name) (Address) By (Name) (Address) (Each joint venture must sign. The manner of signing for each individual, partnership and corporation that is a partner to the joint venture should be in the manner indicated above.) AFFIDAVIT OF SAFETY RECORD (I) (-Wv) the undersigned do declare and affirm that (my) (~ur) ~t,,, or corporation (has) (h-re') received NO citation from the Occupational Safety and Health Administration (OSHA) within the past two (2) years and (I) (We)- do further declare and affirm that (my) (o~f). fu~a or corporation (has)(ha~-)experienced NO worker injuries related to construction safety on projects within the past two (2) years. DON L. OWEN, INC. NAME OF SUBCONTRACTOR DON L. OWF. N / PRESIDENT OFFICER'S NAME & TITLE SIGNATURE OF OFFICER NAME OF FIRM OFFICER'S NAME & TITLE SIGNATURE OF OFFICER J~J~jAR~ 27. 2000 DATE DATE STATE OF TEXAS } } COUNTY OF DALLAS } BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day appeared DON L. OWEIN PRESIDENT for DON L. 0~X'q, INC. known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that (he) (she) (they) executed the same for the purposes and considerations therein expressed as the act and deed of said firm or corporation, and in the capacity therein expressed. GIVEN UNDER MY HAND AND SEAL OF OFFICE THIS 271h DAY OF JANUARY 2000, A.D. COMMISSION EXPIRES Notary Public In and~or the State of Texas DON L. OWEN, INC. LIST OF EQUIP1Vt NT OWNED AND RENTAL RATES 1. AI]RASIVE BLASTING !}I;VlIM!!NT [ BLAST UNITS ] 300# POT - BASE UNIT ONLY $44.00 $137.00 600# POT - BASE UNIT ONLY $60.00 $175.00 5 TON BLAST POT - BASE UNIT ONLY $151.00 $487.00 6, 7 & 8 TO~ BLAST POTS - BASE UNITS ONLY $174.00 $563.00 22 TON BLAST POT - BASE UNIT ONLY $190.00 $614.00 40 TON BLAST POT - BASE UNIT ONLY $247.00 $796.00 $372.00 $464.00 $1,393.00 $1,607.00 $1,755.00 $2,275.00 ACCESS(lIES ] SPIN BLASTING UNIT BREATHING AIR PURI'FI!~ 50' BREATH LINE FiDe HOOD AIR l.-/~u BLAST BOOD PIN. MATIC DEAD MAN (XXi'I'ROL VALVE 50' DEAD ~ I-K)SE 1/4" ELECTRIC DEAD MAN O3NTRDL SWIT(]t ~-'.:'L"rRIC DFAD MAN O3NTROL SWIT(I.t WITH NOZZLE Ll(14'r 50' ~.vCIY, IC ODiH) #2-14 50' k'm.~CTRIC CORD #4-14 50' BLAST HOSE 3/4" 50' BLAST HOSE 1-I/4" - I-1/2"' WHIP (PlaY, 10' SECI'IONS) {~,~OIS'IVRE SEPARATOR MOISTURE SEPARA'IXDR ABOVE 1000 ABRA. S I VE BLAST NOZZLE AIR WA'rh~ INJECTION SYS'I'I~{ FIRE RETARDANT SANI)BLAST BLASTRAC MA(].tlNE 10" WITH $94.00 $304'.00 $868.00 $9.00 $30.00 $86.00 Sl.80 $6.00 $17.00 $18.00 $49.00 $130.00 $24.00 $38.00 $107.00 $2.10 $6.00 $18.00 $16.00 $52.00 $149.00 $33.00 $104.00 S299.00 $1.80 $6.00 S18.00 S3.90 $12.30 S35.00 $10.00 $27.00 $71.00 S15.00 $37.00 S104.00 S4.00 $13.00 $38.00 S10.00 $32.00 $92.00 $39.00 $126.00 $360.00 $11.00 $35.00 $99.00 $30.00 $96.00 $275.00 S48,00 $156,00 $445,00 $101,00 $301,00 $905,00 $977,00 $2,940,00 $8,820,00 [ ABRASIVE S'IXIAGE UNITS ] 35 - 40 TON HOPPIng. AIR SLIDE 4" X 25' TRANSp'P.Y,i.K)SE ,117.oo :, Io%o ,1.o73.oo $130.00 $1,199.00 $3 · 70 $12 · 00 $33 · 00 [ ABI~kSlVE iu.:MovAL liXlIIPMI~' ] MUCXlNG R. MP SAND HOG 2' X 50' SAND HOG BOSE 3" X 50' SAND BOG BOSE 4" X 50' SAND HOG BOSE S97.00 S314.00 S896.00 $45.00 $146.00 $417.00 $13.00 $43.00 $124.00 $16.00 $51.00 $148.00 $19.00 $61.00 $175.00 AIRLESS SPRAY I~IUIPM~ (IACO Rl.~x.-lr, lC WA~ Iq.I;'C'rRIC WA(]4[~ GASOLINE SP~ ~ II1 MONARCH 22: 1 PRESIDENT 28:1 PRES ll)!)rr 30: 1 BULL[lOG 30: 1 BULLIXDG 45:1 KING 45:1 KING - 55:1 Sp~:~:n ~ - 28:1 RE-CIRCULATING [qllP SYSTEM [ AIRLESS SPRAY ACCESS(I~IES ] 1/4" X 50' AIRIJ;'-~8 HOSE 3/8" X 50' AIRLESS HOSE 1/2" X 50' AIRLESS HOSE AIRLESS GUN AIRLESS POLE ~ AIRLESS SPRAY HEA'rt~ I 1 I. AIR SUPPLY [ AIR CCMPRESSORS ] 85 CFM 125 CEMI 185 CI;M 250 CEvl 365 CFM 425 Clqvl 600 CFM 750 C'r'M 900 CFM 1050 Clq4 1200 1600 CFM 2000 Ci;M $55.00 $55.00 $60.00 $55.00 $23,00 $40.00 $40.00 $54.00 $55.00 $55.00 $57.00 $57.00 $101.00 $4.20 $9.20 $13.00 $6.30 $7.90 $14.00 $47.00 $53.00 $72.00 $109.00 $120.00 $149.00 $186.00 $317.00 $328.00 $338.00 $378.00 $377.00 S528.00 $172.00 $172.00' $189.00 $172.00 $73.00 $130.00 $130.00 $172.00 $179.00 $179.00 $185.00 $182.00 $326.00 $13.00 $30.00 $40.00 $20.00 $26.00 $44.00 $142.00 $158.00 $221.00 $372.00 $365.00 $467.00 $597.00 $783.00 $983.00 $1,096.00 $1,220.00 $1,216.00 $1,702.00 $400.00 $490.00 $567.00 $490.00 $209.00 $372.00 $372.00 $429.00 $511.00 $511.00 $530.00 $521.00 $930.00 $38.00 $86.00 $116.00 $59.00 $73.00 $125.00 $420.00 $473.00 $639.00 $1,107.00 $1,067.00 $1~353.00 $1,755.00 $2i174.00 $2~832.00 $3,121.00 $3,487.00 $3~474.00 $4,863.00 AIR SUPPLY !iIaUIFMIiI~T ((XlVr'D) [ AIR SUPPLY A(XY~SS(ilES ] 3/4" X 50' AIR HOSE 1" X 50' AIR HOSE 1-I/2" X 50' AIR BOSE AIR MANIFOLD 2" X 25' AIR HOSE 3" X 25' AIR HOSE $3. ?0 $5.30 $10.50 $8.40 $9.50 $11.60 $12.00 $16.00 $33.00 $27.00 S30.00 $36.00 $33.00 $46.00 $94.00 S76.00 $87.00 $104.00 IV. GONVIE3~IONAL SPRAY 2 GALLON TAI~ UNIT ONLY 5 GALLON TANK UNIT ONLY 10 GALL(~ TANK UNIT ONLY 2 GALLO~ AGITA'I'~I~ TANK UNIT ONLY 5 GALLON AGITATW TANK UNIT ONLY i0 GALLON AGITATED TANK UNIT ONLY [ O0NVI~IONAL SPRAY UNIT AECESSORIES ] IlILL MIXER G0i~/I)ITIONAL SPRAY GUN CON~IONAL POLE CO~IONAL SPRAY. HEA't~.~ 3/8" X 50' CONVI~rrlOHAL SPRAY HOSE 1/2" X 50' CONVI~IONAL SPRAY HOSE 5/16" X 50' AIR HOSE IIYI~, AIR HOVI.~, HEA'I]:Y.S, Gi~TORS AND DEHtMIDIFIER$ 115 VOLT C,E~TOR 10,000 WATT 115 VOLT GI~qYI 5,000 WATT 115 VOLT C, D4~TOR 3,500 WATT 115 VOLT G~CR 2,500 WATf AIR ~ 100 ~-~Rl~ AIR ~Y~ 600 ~-~RI~ AIR ~ - 1200 ~ ~ 1500~ ~RI~~I~ ~-x'~ ~ - 1200 ~ ~ 1500 ~ AIR~.~ ~ ~ - 1200 ~ 1500 $16.00 $21.00 $26.00 S24.00 S31.00 S42.00 $7.10 $5.80 $7.10 $7.40 $2.60 $3.40 $2.10 $57.00 $43.00 $34.00 $30,00 $45.00 $99.00 S151.00 $130.00 $72.00 $51.00 $68.00 $85.00 $77.00 $99.00 $136.00 $23,00 $18.00 $23.00 S24,00 $8.00 $11.00 $7,00 $171,00 $138.0o $109.00 $94.0O $144.0o $319,0o $488.00 $419.00 $232.00 $146.00 $195.00 $243.00 $219.00 $264.00 $399.00 $65.00 '$52.00 $65.00 $68.00 $23.00 S32.00 '$20.00 S489.00 $390.00 $309.00 $269.00 $411.00 $911.00 $1,395.00 $1,198.00 $662.00 'I~RS, AIR IdOV!~S, HEATt~.S, ~TO~S AND D!~4LMIDIFI!~,S (O:i~r'D) OIL GOALESI~.~. $19.00 $61.00 $175.00 AIR MOVERS - 1500 CI~M-m.~'J'I~,ICORAIR $12.00 $37.00 $106.00 AIR MOVIiY, S - 3000 CFM-~-~CTRIC OR AIR $19.00 $61.00 $175.00 A1RMOVE1RS - 6000 CIq~I-k'LI;'~'fRICORAIR $24.00 $76.00 $218.00 AIR MOVEY, S - 11000 CI.'M-k'I-IrxTfR. ICORAIR $37.00 $120.00 $342.00 I~'rln< TO 50,000 BTU-~-~CTRIC $16.00 $58.00 $172.00 HEAT~ TO 1,300,000 BTU $150.00 $483.00 $1,381.00 HEATI~TO 2,000,000 BTU $174.00 $561.00 $1,602.00 40,000 C]q~ [lUST COL~ SYb~I'!~4 - PORTABLE $977.00 18,500 ~ DUST COLLft"II3R SYS'I'I~M $415.00 3000 CFM DUST ODLLEC~ SYS'I'I~M $137.00 2000 CIqVI DUST COLLI~"'IX3R SYSTIM $126.00 $3,150.00 $9,002.00 Sl,337.00 $3,820.00 $399.00 $1,103.00 $357.00 $971.00 C,~ TOOLS AND !~IPM!i~ FLOOD Ll(l~r STANDS - GONVi~rrI~ FIXDG~ LI(I-IT STANDS - EXPLOSION 50' ~J~:TRIC GO~D - EXI~LOS~ON PROOF 50' n.EC'rRIC GORD - EXTI~qSION CORD Iq~EXIBLE DUCT PI]~. 25' SECTION (8") FLtXIBLE DUCT P!~ 25' SECTION (12") FLEXIBLE DUCT PI~3~ 20' SECTION (18") PORTABLE RADIOS VACtXI4 CLEANS-INDUSTRIAL HEAVY DUTY HEAVY DUTY FLOOR VACIRi4 W/]WDM,']~ Bi~IJSH GANG BOX FUEL STOP. AGE TANK ELECTRIC W',~rt~. Au.~'t fLD~E WELDER $'I'I~CIL ~ 1" STI~ICIL ~ 4" $8.70 $27.00 $81.00 $24.00 $72.00 $215.00 $3.40 $7.00 $18.00 $1,30 $3.00 $7.00 $5.80 $17.00 $52.00 $8.70 $26.00 $78.00 $10.20 $30.00 $93.00 $7.90 $24.00 $74.00 $22.00 $74.00 $203.00 $52.00 $159.00 $481.00 $6.60 $22.00 $65.00 $16.00 $48.00 $145.00 $53.00 $158.00 $4~3.00 $21.00 $63.0t} $189.00 $13.00 $40.00 $120.00 $53.00 $158.00 $480.00 Vll. INSPECTIGI~ Ei~JI1W4I~IT mY FILM THICKNESS GAUGE (MA(t'ETIC PULL OFF) S8.00 ELECTRONIC BOLIDAY lt't'~'l'OR (IIDW VOLTAGE) S7.00 ~.k":CI'P, ONIC HOLI!:IAY It'TECT(]~. (HI(]-I VOLTAGE) $44,00 HUMIDITY/TEMPERA'IVP, E RECORDER $21.00 SURFACE PROFILE (XIMPARATOR $2.60 $25.00 $76.00 $22.00 $64.00 $132.00 $397.00 $64.00 $192.00 $7.10 $22.00 z~sPEcrlo~ S~JIPME~rr (O0~T'D) SLING PSYCI~-rb~ MOISTURE SURFACE GQNTAMINATION ANALYSIS TE~T KIT DIGITAL Ll(l~f N~':~':'LE PRESSURE GAUGE AII-IESION TES'X~J~ (DOLLIES & AII-IESIV~ ADDITIONAL) POCKEt ~'i~'l (ALL RANGES) NBS SHIMS sspc BLAST STANDARDS (VlS 1-89) WET FILM GAUGE ALLMAN BLAST TF..ST GAG~ MSA AIR SAMPLIiX - TUBES ADDITIONAL) PAINT IDEFrlFICATION KIT DECIBEL lw~lu IW3SITEC'IXl 2000 (~1mROUS METAL) I'OSlTECrOa 3000 (N~.-FlnU~,OUS METAL) VllI, POWI~TOOLS IX. {3P,.INIIXS/SAND!!XS CHIPPING I.{AIq, MtXS NU.~LE GUNS FLOOR SANlEtS DYNASCAt,;R 6" FLOCR DYNASC. sL',;~. 200AL 2" PATH SCAFFOLDING AND RIGGING !~C~UIFME"4T [LADDI~,S] 6' 8' I0' S'l~l· 12' S'r~v 14' ANDOVtlSTI~ 20' AND ~ EXTEqSION 24' EXT{~tSION 26' EX'rI~SION 28' EX'I'I~SIOI~{ $2,40 $7,10 S5,30 S9,10 $4,20 S2,40 Sl,60 $18,60 $6,60 $1.10 $4,20 $2.40 $1,30 S5,30 $3,40 $14,40 S8.10 $15,20 S5,30 S16,00 S21,00 $16,00 S15,00 $15,00 $11,00 $37,00 $21,00 $2,60 $2.90 $3,20 $3,20 $3,40 $2,60 $3,20 S3,40 S3.70 $6.60 $21.00 $16.00 $29.00 $12,00 S6,60 $4.20 $61.00 S20.00 $2.90 $12,00 $6.60 $3.90 $13.00 $10.00 $42.00 $24.00 $45.00 $15,00 $47.00 $63,00 $51.00. $48.00 $48,00 $35,00 S110.00 $63.00 S9.00 S9.00 $9,00 S11,00 S11.00 S9,00 $10,00 S11.00 $12.00 $19,00 S62,00 S47.00 $87,00 $36,00 S19,00 S12,00 S168.00 $58,00 $8.00 $36,00 $19.00 $11.00 S37.00 S28,00 $127,00 S70.00 $137,00 S45,00 S142,00 $189,00 $145.00 $137.00 S137.00 S99,00 S331.00 S189,00 $25.00 $25,00 $27,00 $30,00 $31.00 $25,00 $28,00 $31,00 $34,00 -5- · SCAFFOLDING AND RIGGING !~IPMI~rI' (O~'D) 30' EX'rIr..NSION 32' EXTENSIOH 36' EXTI~NSION 40' EX'rI~{SIO~ 10' - 16' 18' - 24' 26' - 32' 34' - 36' 38' - 40' [ Plots ] [ RI~ING ] BIXXX AND FALL AIR OR suJ;XL SKY {~IMBEI~ CLIMBER AIR G[~ EI.i;'C. SPIDER [ MISC!~S ] 3/8" WIRE C. ABL!~ Pl]t FOOT 50' ,.rC.. OORD FOR 5'KY CLIMBI~ 50' AIR HOSE FOR SKY CLIMBER BOATSWAIN OiAIR STIRRUP (IJARD RAIL ALtI41NIM BEAMS BF. AM CLAMPS/BOXF..S FLY DE(](, PER PAIR SKI' CLIMB!~ ~ BASKET AIR WIN(}I - 2,000 LB. CAPACITY [ LIFTS ] SCISSG~ TYPE - 20' JIG TYPE - 40' $4.20 $4.50 $5.00 $5.50 $2.60 $5.30 $6.30 $6.30 $7.60 $2.40 $45,00 $48.00 $6.60 $3.70 $1.60 $2,10 $1.10 $1,10 $3,70 $2.90 $1.60 $6.60 $8.70 $48.00 $105.00 $290.00 $13.00 $14,00 $16.00 $18,00 $8.00 $17.00 $20~00 $20.00 $24.00 $8.00 $144.00 $156.00 $21,00 $12.00 $4.70 $6.80 $3.20 $3,20 $11.60 $9.20 $5.00 $19.00 $28.00 $130.00 $340,00 $860.00 S37.00 $41.00 $46.00 $51.00 $24.00 $50.00 $58,00 S58.00 $70.00 $22,00 $411.00 $446.00 $0.26 $60.00 $34,00 $14,00 $20.00 $9.60 $9,00 $33,00 $26.00 $14.00 $53.00 $80.00 $349.00 $1,030.00 $2,625,00 -6- · SCAFFOLDING AND RI(BING I~UIDII~T (CONT'D) [ SCAFR)LDING ] TUBE SCAFFOLDING P!~ SECTIGN PLATFOeM (EACH) C.~u'k,q.S (EACH) 8" DIA. HEAVY IIJ'I'Y WH,'~EL/LO(I RANIIA1L SET SPECIAL MA'rI~RIAL SPRAY !~JIIMt],iT STANDARD 1~ - 8:1 HICH CAPACITY PtMP- 10:1 BULLDOG PtI~P - 45:1 KING Pt!4P-45:l WI'PH l%sJ4 ~.FTVAT(I~ KING PUMP-45:I WITH MODIFIED HOPPI~ l,-i~:.D (]~OVER Pt~ - 10:1 BINKS - 30:1 SPECIAL POLYF, S'rI:.R STRONG PL~-:-e,x P~4P KING PUMP 20:1 BINKS ~l-~;'eI?,O STATIC $1.10 $1,60 S1,10 S1.10 $28.00 $48.00 $54.00 $65.00 $63.00 $55.00 $69.00 $66.00 $56.00 $58,00 S3.40 $5.00 $1,80 $3,40 $91.00 $156.00 $174.00 $210.00 $204.00 $178.00 $222.00 $212.00 $179.00 $185.00 S10.00 $14.00 $6.00 $10,00 S259.00 $445.00 $498.00 $601.00 $582.00 $508.00 $634.00 $605,00 $511.00 $517.00 XI. SPECIAL MATI.IIAL SPRAY dNIT ACCSSGRIES ] 3/8" X 50' AIR HOSE. 1/2" X 50' MA'il,~klAL HOSE 3/4" X 50' MATlabIAL HOSE I" X 50' MA~II'.'.'XIAL HOSE MASTIC GUN MASTIC POLE GUN TRAILI~.S STORAGE TRAII,EX (40' BOO(TYPE) OFFICE TRAILI~ OFFICE/STORAGE TRAIIJ~ FLAT BED TRAILi~ CLIMATE CX)NTROL!.I;:n STORAGE $2.10 $4,70 S5,50 $11.00 $5,50 S7,60 $2.40 $24.00 $19.00 $24.00 $14.00 $65.00 $6.50 $15,00 $17,00 $34.00 $17.00 $23.00 $7.30 $78,00 $60.00 $78.00 S46.00 $210.00 $20.00 $44.00 $52,00 $102,00 $52,00 $70,00 $22.00 $223.00 $173.00 S222.00 $132.00 $601.00 Xll. VACUUM RE(X)VtXY !~XJIInMENT 10" VACUUM RfXX)VIIY UNIT 15" VACUUM P~VIRy UNIT 23" WATtl VACUUM - ~.Fx.:ll, r. lC AUTO Otm4P $305.00 $723.00 $750.00 $82.00 $982.00 $2,331.00 $2,418,00 S265.00 $2,805.00 $6,660.00 $6,909.00 $757.00 -7- XIII. XI\'. VA(1K~ RECOVI~Y lilllllaMl~ (CII~'D) [ ABRASIVE BLAST UNIT & RECOVI~Y ] 4' X 20' VACUI~ PIPE 2" VACUI~ BOSE, P!~KIOT 3" VACUL~ HOSE, PER FO(Yr 4" VACUI~ HOSE, PER FIDT V]~ICLES 1/2 TC!q PICK-UP 3/4 TON PICK-UP 1-1/2 TON TPJJCK 2-1/2 TON TRIJ~I Sll~l.~ AXLE TRAC'II~ 'IWIN AXI.~ TRAC'IX~ WATERBLASTING !~IUIIaMI~'T WA*I*,*d~J~LAST UNIT *10m000 PSX *'* PP.~SSURE WASH]~ UNIT - 2,000-3,000 PSI [ W rr.a,,SLAST ACCZSSC iES l 50' DISC~ HOSE . 50' SUCTION HOSE WATERBLAST CIJN FCK)T O:)N*I'ROL VALVE [ S*I~ CLEANI~ - 100# STEAM CLEA~ - 150# S*r~ HOSE (PER 25' SECTIONS) STEAM (~.~ $3,20 S1,10 S1,10 $1.10 $41.00 $45.00 $49.00 S64.00 $80.00 S88.00 $407,00 $56.00 S17,00 S2,40 S11,00 $12,00 $39.00 S44.00 S2.90 $1,I0 $9.70 $1.60 Sl.80 $2.40 $122.00 S135.00 $147.00 $193.00 $242.00 $267.00 $1,315.00 $182.00 S55.00 $8.00 S36.00 S40.O0 $120.00 $128.00 S9.20 S3.40 S28.00 S4,70 S5,30 S6.80 S367.00 S411.00 S447.00 S583.00 S732.00 $810.00 $3,756.00 $519,00 S159.00 $22,00 S103,00 S112,00 S335.00 S357.00 S27.00 $10.00 -8- )ON L. OWEN. AINTING CONTIM, L'FOR NC. P.O. BOx360865 Dallas, Te3ms75336 (214)557-1142 NAME OF PROJECT: LUBBOCK .SOUTHEAST. RECLAMATION PLANT DIGESTOR IMPROVEMEN' OWNER: CITY OF LUBBOCK, ~EXAS NAME OF CONTACT PERSON~;'DEAN~PORTER 'PHONE N01: (972) 578-0127 TOTAt'fCONTBa~T~'e.O.~.T~,.a '$ 286,072.00 COMPLETION DATE: 10/13/98 DESCRIPTION: INTERIOR & EXTERIOR PAINTING OF DIGESTOR NAME OF PROJECT: .Z5'..MGELEVATED STORAGE TANK OWNER:- CITY OF BALLINGER~ TEXAS NAME OF GONTACT'PERSON.~;.'J. OHN VOLLER PHONE NO.: (915) 698-9996 TOTAL CONTRACT COST.:'$ 59.809..00 COMPLETION DATE: 4/3/99" DESCRIPTION: PAINTING"~ REPAIR OF INTERIOR & EXTERIOR OF TANK NANE. OFL~'ROJECT: .OWNER: CITY OF LINDALE, TEXAS NANE OF CONTACT PERSON~'TRACY HICKS PHONE NO.: (903) 581-8141 TOTAL CONTRACT COSTS: $ 14,'4~5.00 COMPLETION DATE: 3/2/99 DESCRIPTION= CLEANING & PAINTING INTERIOR OF TANK CONTRACTl'NUMHER-LD-065 / 250,000 GALLON GROUND STORAGE TANK NAME OF PROJECT: CITY OF-LOTT - ELEVATED TANK REHAB PROJECT OWNER: CITY OF LOTT,' TEXAS' NANEOF COIrrACTPERSONd ~IMNY DUNHAM PHONE NO.: (490) 690-6555 TOTAL CONTRACT COSTS: $ 21,430.00 COMPLETION DATE: 6/2/98 .DESCRIPTION: CLEANING & PAiNTING'INFERIOR & EXTERIOR OF TANK NANE OF PROJECT: TEXAS AVENUE WATER TOWER - CITY OF COLLEGE STATION OWNER: CITY OF COLLEGE STATION, TEXAS NAME OF CONTACT pERSON~'J-iMMY"'DUNHAM. PHONE NO.: (409) 690-6555 TOTAL CONTRACT'66.STS= $-89,085,00 .CONPLETION DATE: 12/20/98 DESCRIPTION: REPAi~ EXTERIOR:SURFACE & PAINT NAME OF PROJECT: SOUTH.'GRAYSON WATER SUPPLY - WATER SYSTEM IMPROVEMENTS OWNER: CITY OF V~N ALSTYNE, TEXAS NAME OF CON'I'ACT PERSON=DON JOHNSTON PHONE NO.: (972) 771-3483 TOTAL CONTRACT COSTS: $ 113,928.71 COMP~-ETION DATE: 2/23/99 DESCRIPTION: PAINTING OF EXISTIN~ WATER STORAGE TANKS )ON L. OWEN, INC~ .INTING CONi'RACTOR .... ' ' P.O, Bo~360865 Dallas, Texas75336 (214) 557-1142 NANE OF-PROJI;C[= CONTRACT NUMBER - NTG-986006 0I~IER: CITY OF NAPLES, ~iff, AS-.: D~CR~ION= PAINTING:OF' ZN~-~' ~H~RIOR AND REPAIRS ON TANK INSURANCE COMPANY 195 Lak~ Louii~ Mafi~ Ro~k Hill, N~w York 1~775-8000 (A Stock Company) Bond No. 132545-56 BID BOND The American Institute of Architects AIA Document No. A310 (February, 1970 Edition) KNOW ALL MEN BY THESE PRESENTS, that we Don L. Owen, Inc., P. O. Box 360865, Dallas, TX 75336-0865 as Principal, and Frontier Insurance Company, Rock Hill, New York 12775, a corporation duly organized under the laws of the State of New York as Surety, are held and firmly bound unto the City of Coppell, TX as Obligee, in the sum of ---5% of Greatest Amount Bid Dollars ($ --5% of the GAB--- ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for the Repainting the 1.5 Million Gallon Elevated Storage Tank Interior; Project No. WA00-01. NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty thereof between the mount specified in said bid and such larger mount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 25m day of January 2000 . (SEAL) DON L. OWEN, INC. (Principal) FRT-BB (7/97) (SEAL) FRONTIER INSURANCE COMPANY (Sumy) Sfi~ ~.l~Iarkovits, Attorney-in-~act IMPORTANT NOTICE To obtain information or make a complaint: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax #(512) 475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. Bond No. 132545-56 INSURANCE COMPANY 2636 Elm Hill Pile:, Suit~ 500 Nashville, TN 37214 (A Stock Company) POWER OF ATTORNEY ]thtutu ~5,11 ~L~[CII ~{~ ~ht'et' ~Jr~'et'nte: That FRONTIER INSURANCE COMPANY. a New York Corporation, having its principal office m Rock Hill, New York, pursuant to the following resolution. adopted by the Board of Directors of the Corporation on the 4fh day of November, 1985: "RESOLVED, that the Chairman of the Board, the President, or any Vice President be, and hereby is. authorized to appoint Attorneys-m- Fact to represent and act for and on behalf of the Company to execute bonds. undertakings. recognizances and other contracts of indemnity and wrffings obligatory in the nature thereof, and to attach thereto the corporate seal of the Company, in the transaction of its surety business; "RESOLVED. that the signatures and attestations of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shaB be valid and binding upon the Company when so affixed with respect to any bond, undertaking. recognizance or other contract of indemnity or writing obligatory in the nature thereof; "RESOLVED. that any such Attorney-in-Fact delivering a secretarial certification that the foregoing resolutions still be in effect may insert in such certification the date thereof, said date to be not later than the date of delivery thereof by such Afforney-in-Fact" This Power of Attorney is signed and sealed in facsimile under and by the authority of the above Resolution. DOES HEREBY MAKE. CONSTITUTE AND APPOINT: V.R. DamlanD James V. DamlanD Candace DamlanD Kenneth Zacharek Kathy R. Zacharek Malaye Mengel Kinder Sharyl A. Markovits Sherri L. Schraer Texas of Dallas . in the State of its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred in its name, place and stead to sign, execute, acknowledge and deliver in its behalf, and as its act and deed, without power of redelegetion, as follows: Bonds guamteeing tha fidelity of persons holding places of public or pdvate trust; guarantasing the performance of contracts offer than insurance policies; and executing or guarantsalng bends and undertakings required or permitted in all actions or proceedings or by law allowed; IN AN AMOUNT NOT TO EXCEED FIVE MILLION ($5,000,000.00) DOLLARS; and to bind FRONTIER INSURANCE COMPANY thereby as fully and to the same extant as if such bond or undertaldng was signed by the duly anthodzed officers of FRONTIER INSURANCE COMPANY. and all the acts of said Attomey(s)-in-Fact pursuant to the auffiodty hersin given are hereby ratified and confirmed. 3.3 i t n ode 31i hc,eof, F RONTI ER INSURANCE COMPANY of Rock Hil I. New York, has Caused this Power of Attorney to be signed by its President and its Corporate seal to be affixe~ this 19th day of April FRONTIER INSURANCE COMPANY 1999' State ol New York County of Sullivan as.: On this 19th day of April 1999. before the subscriber, a Notary Public of the State of New Yonk in ar~ for the County of Sullivan, duly commissioned and qualified, came '~H EODORE J. RUPLEY of FRONTIER INSURANCE COMPANY to me personally known to be the individual and officer described herein, and who executed the preceding instrument, and acknowledged the execution of the same, and being by me duly sworn, deposed and said, that he is the officer of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of the Company, and the Corporate Seal and signature as an officer were duly affixed and subscribed to the said instrument by the authority and direc~on of the Corporation, and that the recolt~on of the COmpany, referred to in the preceding instrument, is now in rome. ,,11, ~eetlmo,I! he eof. I have hereunto set my hand. and affixed my official seal at Rock Hill, New York. the day and year above written, ALtCIAA, LANESE NotaP~ Public State of New Yonk Sullivan County Clerk'e No. 2396 COmmission Expires July 8, 2000 CERTIFICATION I, JOSEPH P. LOUGHLIN. Secretary of FRONTIER INSURANCE COMPANY of Rock Hill, New York. do hereby ce~ify that the foregoing Resolution adopted by the Board of Directors of this Corporation and the Powers of Attorney issued pursuant thereto, are true and correct, and that both the Resolution and the Powers of Attorney are in full lorce and effect. .3In ~[litneae ~hereo{, I have hereunto set my hand and affixed the facsimile seal of the corporation this 25t:h day of January, 2000 u~~c ~OSEPH