l~i o-~' iq ..1 t'i 2' S i I! M '' v#, +; ~, Y 1 fL ~~ 4 ~ { '~ 4 ! ;{ i ~~ 1 ; ~; a 1 k Y # y~ p Y t 4 26 A i 9~i j ; ~~ ' T fl ~] yD I~t f ti ~ ~,. ~ xr',~ t ' ~~~. ', 1 ~ yh f „~ 1. ~' i. ~ ~~. h. ~ f Tai Y' i~ ~ Y ~ X t i l { C.; a; ~ r~ ~~.i J y~nl~;. +, ~ t~, ~t 4,r~ r ~ s ., ~s '~ rx 's1 !lw,. ~ ~` , l Yd ~'fV. 1 ~ 6 ' t e 1r tl r ;. 5 r 4"~ y i y { ~, ~,. a t v ry ~ ~ +~>`'ar n' ~ ' ; p~' r I M1 t i 1 1 !dl ~:I t ( ~• f -~ ~~ 4A q a` ] ' 2~~ 8~~ I ~ ~' ~~ 1 a o Va W ( ~ ~r` ~ l s ~ j ~ ! k t h r t ( 4~' ~ , ~ ~ - ' .AJt -. ~ ~ i ~ 1 ~~ ' l f5 lr ' ~ t4 Yl { 4 ~ f, f. . 3 9+'e+ ~ D r,1i }~' ~ M r, ~ m 4 Y ~ - J ~ ! tl~ ~ l ~ ~ ~ ~i 1 ' ~ak t ~ t ~~ y 4 m ~ f "t 1 f t~ 5k l 1 S j jf yd Y ~ ~ ~. .. ~ i Y ~ I f ,~~Mtr~k~ .,,~ aS ` t O J Y I ,'I ~ ~ zx ` ' ~' ~ g H ~ H~ N , o ~ w ~ z ~ t ~ ~ , 1 ra J 1 ~ ~ O ~ kk~~ WW r ' Mry r „~ f ~ ~ ~ ' ~ ' ' o z ~ ~ ~ ;. ~ a t d v C t , +{ f r~ ~a J~ta i' f i ~ i ,r , ~ i~ ) ~ ~ ~ r S }"~F yX'~ ~ ~ ~ ~ ~ ~ i '~, ~ ,'u J~~ ' ~ ~ f : lh j ,A ~; , ! Q A i r Y Y e,~,, 'i y '~S, .`AV tvf ,'p~.Y.4'~ -J Y.. ~lY .,~t.r: Y. ~ ii. S ~}R.'. ~ :~4 ~a'sL ~R ~{tb ;r`~ tia h'.rf f ~t tia . -a, ty ~,.~'~ ~>~~r~$Y a l fit s-~~. '~",5 ~~ ~ Y ~ ' THE AMERICAN INSTITUTE OF ARCHITECTS AlA lMcumentA310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that sve C. A. Landry Comparry, Irrc. P.O. Box 65268 San Antonio, TX 78265 as Principal, hereinafter called the Principal, and CAPfTOL INDEMNITY Ct>fiPl7RAT10N 4610 University Averrue Madison WI 537050900 a corporation duly organized under the laws of the State of Wisconsin as Surety, hereinafter called the Surety, are held and firmly bound unto Kerr County Kerrville, TX as Obligee, hereinafter called the Obligee, in the sum of Fne Per Cent (54.) of Greatest Amount Bid Ny Principal (S 5% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrates, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Kerr Courtly Courthouse Rerlovatarrs -Phase 3 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 specked in the bidding or Contract Documents with &ood and sufficient surety for t~te faithful performance of such Contract for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure 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 hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with aneth~.r;party ' to perform the Work covered by said bid, the this obligation shall be null and void, otherwise to remain in fiiR fo.:~ ar.d effect. Signed and sealed this 14th day of Decerr~er 1998 rtness rtness C. R Landry Comparty, lrac. r BY i e A. yen t CAPFfOL INDEMNFTY CORPORATION c `„-; ''u l,,uret/y a . BY G"V ~ ~ yam aw ey, Attorney-rn- ac -'~- ;?. „fw J AIA DOCUMENT A310 BID BOND AIA FEBRUARY 1970 ED THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON D.C. 20006 INDEMNITY CORPORATION 4610 UNIVERSITY AVENUE. SUITE 1400, MADISON, WISCONSIN 53705-0900 PLEASE ADDRESS REPLV TO PO. BOX 5900, MADISON, WI 53705-0900 PHONE (608) 231-4450 • FAX 1608) 231-2029 POWER OF ATTORNEY No: ~;`~~~ ~= Knout all inert $y these Presents, That the CAPITOL INDEMNITY CORPORATION, a corporation- of tF1e State of Wisconsin,. having its principal offices in the City. of Madison, Wisconsin, does make, constitute and appoint A. C. TINCH, JR., PAUL W. POETTGEN, THOMAS A. DRAWERT, ----- MARYANNA S. CHRISTENSEN OR WII.LIAM R. DAWLEY ---- its true and lawful Attorney{s)-in-fact, to make, execute, seal and deliver for and on its behalf, as surety, and as its act and deed, any and all bonds, undertakings and contracts Of suretyship, provided that nD bond or undertaking or contract of suretyship executed under this authority shalbexceed inamdunt the sum of -----°--------- NOT TO EXCEED $3,000,000.00 ^----•-------------•- -^-------- This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of CAPITOL INDEMNITY CORPORATION at a meeting duly called and held on the 5th dayof May f960 "RESOLVED, that the President, and Vice-President, the Secretary or Treasurer, acting individually or otherwise, be and they hereby are grantetl the power and authorizaLOn to appoidf by a Power of Attorney for the purposes duly of executing and attesting bonds and undertakings, and other writings obligatory in the nature thereof, one or more resident vice presidents assistanT secretanes and attprneylsl in fact, each appointee to have the powers and duties usualto suchoffices to the business of this company the signature oh such officers and seal of the Company may be affixed to any such power of attorney ar to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company, and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking or other writing obligatory in the nature thereof to which-itis attached. Any such appointment may be revoked, for cause.. or without cause, by any of said ofticers, at any time.' IN WITNESS WHEREOF, the CAPITOL INDEMNITY CORPORATION has caused these presents to be signed by its officer undersigned and its corporate seal to be hereto affixed duly attested by its Secretary, 4his 1st day. of June, 1993. Attest: f~ D '///ll ~a`,, Virgillne M. Schulte, Secretary STATE OF WISCONSIN j COUNTY OF DANE J} CAPITOL INDEMNITY/CORPO/RATION \\\\\\\MIIIIIII/l//////pip// py ,J ~ lL coRaoBnTe Geor~+ .Fait, President sent /~~ppip//lflll ~D\\C\\ On the 1st day of June, A D , 1993, before me personally came George A Fait to me known, who being by me duly sworn; did depose .and say:. tFtat he Tesides in the County of Dane, State of` Wisconsin; that he is the President of CAPITOL INDEMNITY CORPORATION, the corporation described in and. which executed the above instrument; that he knows the seal. of the said corporation; that the seal affixed to said instrument_is such corporate seal; that iYwas so affixed by order of the Board of Directdrs of said corporation and that he signed his name thereto. by like order. -~ VJAAAAAAtlltlflllllpibiii/i ~ J~ /~'~ a STATE OF WISCONSIN ~ ~ PE1Eh ~ , ~,~ ~ / b1~ '` e #~ Peter E. Hans COUNTY OF DANE "A"~ ' Notary Public, Dane Co., Wr 'Dpiii/~nynlv11~1v1`t\\\\o\`~~ My Commission is Permanent CERTIFICATE I, the undersigned, duly elected to the office~stajed below, now the incumbent in CAPITOL INDEMNITY :CORPORATION, a Wisconsin Corporation, authori'iQd to rrtdF,e, this certificate, DO HEREBY CERTIFY that the foregoing attached Power df Attorney remains in full fot~~ and has riot ~t5~ee,en revoked; and furthermdre that the Resolution of the Board of Directors, set forth in the Power gf AtRirney Is now;rr1 forte. Signed and sealed at the City of Madisorw~ated tFe txb', day of ////fit n~mbe~ 19 vs . ~ T,\rVi~llunp/iiiii~ ~ /,/~/ 1~~~~~/1/~ ~2,,GOFRPRA:T~ c 3a, C sEAy Paul J. Bre er, Treasurer s -... '' ~ ~.. p"Hiorimurn ImU\`~`~\\ This power is valid only>if the power,of attorney number printed in the upper right-hand comerappears in red. Photocopies, carbon copies or other reproductions are not binding on. the company. Inquiries concerning this power of attorney may betlireeted to the Bond Manager at the Home Office of the Capitol Indemnity Corporation. 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 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. KERR COUNTY COURTHOU9~~ /'~ LANDRY COMPANY ~IVC. 00 AA 01-1 15709 DOCUMENT 00001 BID FORM 0.01 TO OWNER: Kerr County, Texas 0.02 PROJECT: Phase 3 -Renovations of Kerr County Courthouse 8 Annex 700 Main Street Kerrville, Texas 0.03 ARCHITECT: Michael Neal Walker, Architect 1303 Vesper Lane Kerrville, Texas 78028 0.04 BIDDER: C.A. LANDRY COMPANY, INC. PHONE: (210) 651-4276 0.05 BID: A. Having examined the Contract Documents, Conditions of the Contract and Bidding Documents of the Project listed above, dated Oct. 28, 1998, including Addenda numbered i through 3 inclusive, as prepared by the Architect listed above, and having visited the site and examined all conditions affecting the Project, the undersigned, proposes to perform the complete Work of the Project required by the said Documents for the sum or sums set forth below. 8. In submitting this bid, the undersigned, agrees to: 01 Hold the bid open for acceptance for 30 days from Bid Time. 02 Accept the right of the Owner to reject any, or all bids, to waive informalities, and to accept the bid which the Owner considers most advantageous to the Owner. 03 Enter into and execute a contract if awarded, on the basis of the Base Bid and selected Alternate Bids and Unit Prices. 04 Accomplish the Work in accordance with the Contract Documents within the stipulated Contract Time. 05 Furnish specified insurance. O6 Fumish specified performance and payment surety bonds. C. BASE BID: The undersigned agrees to perform the complete Work of this Project, for the lump-sum price of: and no/100 Dollars ($ 600 .00) (Amount written in words governs Amount in figures) D. CONTRACT TIME: The undersigned agrees to Substantially Complete the Work in 420 calendar days as the Contract Time. (Maximum is 420 days) E. CHANGES IN WORK MARK-UPS: The PERCENTAGES used to cover CONTRACTOR'S OVERHEAD AND PROFIT, over and above Cost, in determination of costs for Guaranteed Maximum Price of the Owner-Contractor Agreement and for Changes in the Work, as described in the General Conditions, Article 7, shall be as follows: For work performed by Contractor's forces: ~~%; For work performed by Subcontractor. 15 F. ALTERNATES: If the Owner elects to accept any or all of the Alternates, the undersigned 00001-1 KERR COUNTY COURTHOUSE ~~ A. LANDRY COMPANY 1NC. G. agrees to modify the Base Bid as stipulated below. Refer to all of the Contract Documents to determine the complete, detail extent of the Alternates. Failure to bid items may disqualify Bidder ALTERNATE NO. 1: (Strike out one): ADD / DUCT $ TEili Tl#oySAND Tiyo tlv ~nOJr~o Dollar ($ © O L.. ). Revise all references of modified bitumen roofing to built-up roofing wi t a cap sheet. ALTERNATE NO. 2: (Strike out one): ADD / EDUCT $ ONE NyyOrteO ilii~f 7Nova,a ~~oo ------ Dolla ($~"Or OoO .00). Revise all references of cast stone to primed, job plastered Fypon polymer sections, and revise application details as indicated. ALTERNATE NO. 3: (Strike out one): ADD /DEDUCT $ /Ja CNA,v46 Dolla ($ NO GfJ•QD4~ .00). Delete face brick, cast stone and back-up CMU from north bridge; install plaster bridge fascia and pipe guard/hand railing in lieu thereof at 42 height, as detailed. ALTERNATE N0.4: (Strike out one): A(_D,~/DEDUCT ($ ! ~~ o 0 0 .00). Revise call-out for fiberglass classical column covers Court 1 to 20-inch square raised paneled oak column furting. ALTERNATE NO. 5: (Strike out Owner's designated site within 5 by Owner. ALTERNATE NO. 6: FIVE Hvx/D2E0 ~ AO~i40'---~Dolla~ ~tially mark removed precast panels, deliver to of Courthouse and stack in orderly manner for reuse ADD/DEDUCT window frames to knockdown hollow metal frames. UNIT PRICES: (Must be bid) Additional Architectural Woodwork Unit Prices: ITEM NO. DESCRIPTION welded hollow metal door and ADD AMOUNT Al Court Coordinator and Secretarial desks A2 Coordinator, Secretary, Work 1 cabinet & shelving A3 Work 1 shelving A4 Lobby counter and Cashier table AS Vest 3 shelving A6 Office (District Clerk) credenza and shelving A7 Work 2 cabinet and shelving Unit Price C: Provide additional excavation, imported select fill, and compaction of 6" lifts in the event of unstable subgrade, of volume (50 cubic yard minimum) as determined by the Architect or Engineer at cost of $ 38 • BD per cubic yard. Unit Price D: Add length to indicated 30-inch diameter concrete piers including excavation, concrete, and reinforcing at cost of $ I "15.00 per lineal foot depth. 00001-2 KERR COUNTY COURTHOUSE "' ~' LANDRY COMPANY INC. H. PROPOSED SAVINGS: Bidders may propose modifications to the Contract Documents that will result in savings to the Owner. Acceptance or rejection of proposals will be made by the Owner before the award of a Contract. MODIFICATION REDUCTION NUMBER DESCRIPTION AMOUNT 1 2 3 4 5 (Bidder may attach additional pages for Proposed Savings, if necessary, because of space requirements.) December 14, 1998 (Date) ., ,. - ~ .' i ~ (Space for 5~1~7)5d is by a Corporation) President C.A. LANDRY COMPANY, INC. P.O. BOX 65268 SAN ANTONIO, TX 78265 (Name of Corporation, Partnership, DBA or Joint Venture and legal mailing address) CONTRACTOR'S QUALIFICATION STATEMENT TO BE SUBMITTED WITH BID IF NOT PREVIOUSLY SUBMITTED -MUST BE CORRECT END OF DOCUMENT 00001-3 tSianaturel (Typed Name) ~c PECO CONSTRUCTION COMPANY GENERAL CONTRACTORS 5400 {Jew Highway 90 Wes[ P O. BOx 276530 San Antonio, Texas 78227-8530 1~ eso 1~ Cotmaisaioner's Court Kerr County, Texas 700 Main Street Kerrville, Texas 78028 EII"1YA41~I~,~yt~.B.1~STIME~: S~`Yf] BIU E G MEEKEq Project: Renovation of Kerr Coun[y CouTChouse 5 Annex Clerk CourNyCaurt. Kerr County, Traces 700 Main Street y,~ Kerrville, Texas 78028 By:1[/~(e~j~L~DeP~ry KERR COUNTY COURTHOUSE AA 01-1 709 DOCUMENT 00001 BID FARM 0.01 TO OWNER: Kerr County, Texas 0.02 PROJECT: Phase 3 -Renovations of Kerr County Courthouse ~ Annex 700 Main Street Kerrville, Texas 0.03 ARCHITECT. Michael Neal Walker, Architect 1303 Vesper Lane Kenville, Texas 78028 0.04 BIDDER: PECO, Inc. , d/b/a Peco Construction Com~anvPHONE. (''-10) 432-0971 0.05 81D: A. Having examined the Contract Documents, Conditions of the Contract and 5idding ^ocuments of the Project listed above, dated Oct. 28, 1998, including Addenda numbered 1 throueh 3 inctusive, as prepared by the Architect listed above, and having visited the site and examined all conditions affecting the Project, the undersigned, proposes to perform the cromplete Work of the Project required by the said Documents for the sum or sums set forth below. B. !n submitting this bid, the undersigned, acres to: 01 Hold the bid open for acceptance for 30 days from Bid Time. 02 Accept the right of the Owner to reject any, or all bids, to waive infomalities, and to accept the bid which the Owner considers most advantageous to the Owner. 03 Enter into and execute a contract if awarded, on the basis of the Base Bid and selected Alternate Bids and Unit Prices. 04 Accomplish the Work in accordance with the Contract Documents within the stipulated Contra Time. OS Fumish soecified insurance. 06 Fumish specified performance and payment surety bonds. C. BASE 51C: The undersigned agrees to perform the comple*,e Work of this Project, fer :he lump-sum price of: ._-- w i . / , ~ T rte' ~. and o/1 Dollars m„ ($~~~ ~r7 -- 00) {Amount written in words governs Amount in ngures) D. CONTRACT TIME. The undersigned agrees to Substantially Complete the'7/ork in 420 calendar days as the Contract Time. (Maximum is 420 days) E. CHANGES IN WORK MARK-UPS. The PE-CENTAGES used to cover CONTRACTOR'S OVERHEAD AND PROFIT, aver and above Cost, in determination of costs for Guaranteed Maximum Fnce of the Owner-Contractor Agreement and for Changes in the Work, as deschbed .n the Generl Conditions. Article 7, shall be as follows: Farwork performed by Contraar's farces: 10 °o, For work performed Ly Subcontrcor. 1 F ALTERNATES. If the Owner elects to acczct anv or aA of the Altzmates. 'r.z undzrs;cr.ed OOGOl-: KERR COUNTY COURTHOUSE agrees to modify the Base Bid as stipulated below Refer to all of the Con*act Documents to determine the complete, detail extent of the Alternates. Failure to bid items may disqualify Bidder ALTERNATE NO. 1: (Strikeo tone): ,1ft}bt~/.DEDUCT %w~ ~ ! s .tfA -~' "" Dollars ($ Q - 00). Revise all references of modified bitumen roofing to built-up roofing h a cap sheet. ALTERNAT NO. 2: (Strike out one): / DEDUCT $ OYl/~ ~~ k EO C? rFr .tf~ ffv ~.D lar; ($ a o °= 00). Revise all references of cast stone to primed, job plastered Fypon p ymer sections, and revise application details as indicated. ALT NATE NO. 3: (Strike out one): ADD $ ~T'r~ f~yNO.P~~O ars ($ / c?O = 00 ). Delete face brick, cast stone and back-up CMU from north bridge; install plaster bridge fascia and pipe guard/hand railing in lieu thereof at 42 height, as detailed. ALTERNATE NO_4: (StdkQ out one):/J~// DEDUCT ($~-~-S~FDO ~ / 00). Revise call-out forfibergtass classical column covers in Court 1 to 20-inch square raised paneled oak column furring. ALT~NATE NO. 5: (Strike out pne): ADD $ r orFr ~'-~'-'d'= ffUNO~2 ~' Bolla ($ d0 ° 00). Sequentially mark removed precast panels, deliver to Owners designated site within 5 miles of Courthouse and stack in orderly manner for reuse by Owner. ALTERjjIATf NO. 6: (Strike out one): ADD /DEDUCT G. ($ 00). Revise all references of welded hollow metal door and window frames to knock-down hollow metal frames. UNIT PRICES: (Must be bid) Additional Architectural Woodwork Unit Prices: ITEM ADD NO. DESCRIPTION AMOUNT Oo ~2 ~ - Al Court Coordinator and Secretarial desks $ A2 Coordinator, Secretary, Work 1 cabinet 8 shelving $/(0 22 A3 Work 1 shelving $ g'(~,~a' A4 Lobby counter and Cashier table $ °- AS Vest 3 shelving ~ $ A6 Office (District Clerk) credenza and shelving $~d °- A7 Work 2 cabinet and shelving $ / 7 7 - Unit Price C: Provide additional excavation, imported select fill, and compaction of 6" lifts in the event of unstable subgrade, of volu (50 cubic yard minimum) as determined by the Architect or Engineer at cost of $~,~ per cubic yard. Unit Price D: Add length to indicated 30-inch diameter concrete piers including excavation, concrete, and reinforcing at cost of $ per lineal foot depth. '280 =° ooooi-z KERR COUNTY COURTHOUSE H. PROPOSED SAVINGS: Bidders may propose modifications to the Contract Documents that will result in savings to the Owner. Acceptance or rejection of proposals will be made by the Owner before the award of a Contract. MODIFICATION REDUCTION NUMBER DESCRIPTION AMOUNT 1 2 S 3 4 S 5 {Bidder may attach additional pages for Proposed Savinos, if necessary, because of space requirements.) December 14, 1998 (Date) i~ r :~ (Space for seal if Bid is by a Corporation) PECO, Inc., d/b/a Peco Construction Company (Texas P.O. Box 276530 San Antonio, Texas 78227-6530 (Name or Corporation, Partnership, DBA or Joint Venture and legal mailing address) CONTRACTOR'S QUALIFICATION STATEMENT TO BE SUBMITTED WITH BID IF NOT PREVIOUSLY SUBMITTED -MUST BE CORRECT END OF DOCUMENT 00001-3 ~aianacure~ (Typed Name) INSURANCE COMPANY OF THE WEST p.0. Box 85563, San Diego, CA 92196-5563 BID OR PROPOSAL BOND XNOW ALL MEN BY TNESE PRESENTS: That we, Peso, inc. D13A Peco Construction Co. (hereinelter called the Principal), and INSURANCE COMPANY OF THE WEST, a corporadon organized and doing business under and by virtue of the laws of the Stale of Cetitomla, end duly licensed for the purpose of making, guaranteeing or becoming sole surety upon bonds or undertakings required or sulhodzed by the laws of the Slate of Texas as Surety, are held and Ilrmly bound unto xERR COUNTY (heralnalter called the obligee) in the )ust and lull sum of *******Five Percent of Nnount laid************************** Dollars (j ****5g*********** 1 lawlul money of the Unitsd Stetea of America, for the payment of which, well end truly to be made, we hereby bind ourselves and our heirs, executors, edminisUalors, suxessors and assigns, Jointly and severally, Ilrmly by These presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT WHEREAS, the above bounden Principal as aloresaid, is about to hand in and submit to the obligee ^ bid or proposal dated December 14. 1998 for COURTHOUSE & ANNEX RENOVATIONS -PHASE III In ecoordanes with the plans end speclllcatlons filed In the olllce of the obligee and under the notice inviting proposals therefor. NOW, THEREFORE, II the hid or proposal of said principal shell be accepted, and the contract for such work be awarded to the principal Thereupon by Ihs sold obligee, and said principal shall enter Into a contract and bond for the completion of said work as required by Isw, Then Ihls obligation to be null end void, otherwise to be end remain In lull lone and ellect. IN WITNESS WHEREOF, sold principal and sold Surety hove caused These presents to be duly signed and sealed this day of December tg 98 14th . ,Ii. Paco, In DBA P ~o Construction Co. ~' T' Wright Vice-President ~,~~/ n i INSURAN COMPANY OF THE WEST - BY s -~ :. Connie Jacobs ;Attorney-iri-Fact ICW CAL 110 (7)90) Insurance Company of the West HOME OFFICE: SAN DIEGO, CALIFORNIA POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: Thal INSURANCE COMPANY OF THE WEST, a California Corporation, does hereby appoint: CONNIE JACOBS Its We end lawful Attorney(s)-In-Fad, with full power and authority, to execute, on behalf of the Company, fidelity and surely bonds, undertakings, and other contrails of suretyship of a similar nature. This Power of Attorney Is grented and Is signed and sealed by facsimile under the authority of the following Resolution adopted by the Board of Directors on the 22nd day of November, 1994, whleh said Resolution has not been amended or rescinded and of which the following Is a true copy: "RESOLVED, That the Chalnnan of the Board, the President, an Executive Vice President or a Senior V(ce President of the Company, and each of them, is hereby authorzed to execute Powers of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company, fidelity and surety bonds, undertakings, or other contrails of suretyship of a similar nature; and to attach thereto the seal of the Company; provided however, that the absence of the seal shall no! affeil the validity of the Instrument. FURTHER RESOLVED, that the signatures of such offlcere and the seal of the Company, and the signatures of any witnesses, the signatures and seal of any notary, and the signatures of any officers certifying the validity of the Power of Attorney, may ba aKxed by facsimile." IN WITNESS WHEREOF, INSURANCE COMPANY OF THE WEST has caused these presents to be signed by Its duly authorized officers this 15th day of May 1995 ~OOYr.IMr F ~0 ~~ y Y~OIIr011AIra ~ ~+M.ll I.1~ ~4noM1Y STATE OF CALIFORNIA SS. COUNTY OF SAN DIEGO On May 15th, 7995 before me, personally appeared John L. Hannum, Senior Vice President of INSURANCE COMPANY OF THE WEST, personalty known to me to be the individual and officer who executed the within instmment, and acknowledged to me that ha executed the same In his ofticiel capacity and that by his signature on the InslmmenL the corporation, on behalf of which he acted, executed the instrument. WITNESS my hand and official seal. +, Y •• Of-FICUIL SEAL FRANCIS FAFAUL NDTARY PUBLICGLLIFORNIA E es' SANDIEGOCOUNTY ~ MY COMMISSION EXPIRES CERTIFICATE: ' """' AUGUST 11,1995 7 - - - ' Notary Publi I, E. Hamad Davis, Vice President of INSURANCE COMPANY OF THE WEST, da hereby certify that the original POWER OF ATTORNEY, ni vali~h the foregoing is a true copy, is still in full force and effect, and that this certificate may be signed by facsimile under the authority of tfle al,nve hllnte-I resolution. IN WITNESS WHEREOF, I have subscribed my name as Vice Pres(denL on this 14th day of December I a98 pOW+MY~r °~' 's r pcOtron+qe ~ . - M++L111.1~ ~kiwMU ICW 37 ' INSURANCE COMPANY OF THE WEST ryy/~~ E. Harned Davis, Vice President INSURANCE COMPANY OF THE WEST STDODA 3~118N XRSYB WN CDMPA~ P O BD TON10, Y SAN AN .1324 (21016 853.5127 F(21o} l\ t,... 1~ B~R~ COUNfY ~ 18881 66 PNiE & ANNEX pECEMgER , DDN,MISSVO ER~ QuNF~j{EOUSE KERB DDUN BEET Y00 MAN ~,1X KERB p0.t~~,S~1~ ~ fdedB~U1E ~~s C~ounH~S C~~ 8Y KERR COUNTY COURTHOUSE 00 AA 01-1 15709 DOCUMENT 00001 BID FORM 0.01 TO OWNER: Kerr County, Texas 0.02 PROJECT: Phase 3 -Renovations of Kerr County Courthouse & Annex 700 Main Street Kerrville, Texas 0.03 ARCHITECT: Michael Neal Walker, Architect 1303 Vesper Lane Kerrville, Texas 78028 0.04 BIDDER: ~ ~~ ~~ 0.05 BID i PHONE. (210) 653-1324 A. Having examined the Contract Documents, Conditions of the Contract and Bidding Documents of the Project listed above, dated Oct. 28, 1998, including Addenda numbered 1 through ~ inclusive, as prepared by the Architect listed above, and having visited the srte and examined all conditions affecting the Project, the undersigned, proposes to perform the complete Work of the Project required by the said Documents for the sum or sums set forth below. In submitting this bid, the undersigned, agrees to: 01 Hold the bid open for acceptance for 30 days from Bid Time. 02 Accept the right of the Owner to reject any, or all bids, to waive informalities, and to accept the bid which the Owner considers most advantageous to the Owner. 03 Enter mto and execute a contract if awarded, on the basis of the Base Bid and selected Alternate Bids and Unit Prices. 04 Accomplish the Work in accordance with the Contract Documents within the stipulated Contract Time. 05 Furnish specified insurance. 06 Furnish specified performance and payment surety bonds. "~ C. BASE BID: The undersigned agrees to perform the complete Work of this Project, for the lump-sum pnce of: $ ~(~b M~U~1~'~~~~ k~uHA~ 11)a~~ '~1y~~A'tJ17 and no/100 Dollars ($ 2,~ 1.000.0 6 .00) (Amount written in words governs Amount in figures) D. CONTRACT TIME. The undersigned agrees to Substantially Complete the Work in 3~ calendar days as the Contract Time. (Maximum is 420 days) E. CHANGES IN WORK MARK-UPS: The PERCENTAGES used to cover CONTRACTOR'S OVERHEAD AND PROFIT, over and above Cost, in determination of costs for Guaranteed Maximum Price of the Owner-Contractor Agreement and for Changes in the Work, as described in the General Conditions, Article 7, shall be as follows: For work performed by Contractors forces: 47 %; For work performed by Subcontractor. ~% _ F. ALTERNATES: If the Owner elects to accept any or all of the Alternates, the undersigned 00001-1 KERR COUNTY COURTHOUSE agrees to modify the Base Bid as stipulated below. Refer to all of the Contract Documents to determine the complete, detail extent of the Alternates. Failure to bid items may disqualify Bidder ~~~ AL out one): Revise roofing with a cap sheet. ALTERNATE NO. 2: (Strike out one): ADD / to built-up t~ t +vvl txr~ • vv 00). ~ Revise all references of cast stone to primed, job plastered Fypon polymer sections, and revise application tletails as indicated. ALTE~N~AQ"T~,E~,NO. (Strikevout one): AD / DED $ '11 Doll ($ Z,(C.17o• Oo DO). Delete face bhck, cast stone and back-up CMU from north bridge; install plaster badge fascia and pipe guard/hand railing in lieu thereof at 42 height, as detailed. ~ALTER~,~NtA~E N~~ : (D~St~h ~e out one): rADD7 DEDUCT (3 t~~• DU 00). Revise callout for fiberglass classical column covers in Court 1 to 20-inch square raised paneled oak column fumng. ALTERNATE NO. 5: (Strike o tone): D /DEDUCT $ t9N~ DTI ~V Dolla ($ ~~ ). Sequentially mark removed precast panels, deliver to Owners designated site within 5 miles of Courthouse and stack in orderly manner for reuse by Owner. AL out one): ADD / EDU (~ ~,ot5`~•~ 00). Revise all reference window frames to knock-down hollow metal frames. G. UNIT PRICES. (Must be bid) Additional Architectural Woodwork Unit Prices: ITEM NO. DESCRIPTION of welded hollow metal door and Al Court Coorinator and Secretarial desks A2 Coordinator, Secretary, Work 1 cabinet & shelving A3 Work 1 shelving A4 Lobby counter and Cashier table AS Vest 3 shelving A6 Office (District Clerk) credenza and shelving A7 Work 2 cabinet and shelving ADD AMOUNT Unit Price C: Provide additional excavation, imported select fill, and compaction of 6" lifts in the event of unstable subgrade, of ~;glume (50 cubic yard minimum) as determined by the Architect or Engineer at cost of $ `iO.CD per cubic yard. Unit Price D: Add length to indicated 30-inch diameter concrete piers including excavation, concrete, and reinforcing at cost of $ ~ `'0 per lineal foot depth. 00001-2 KERR COUNTY COURTHOUSE H. PROPOSED SAVINGS: Bidders may propose modifications to the Cont2ct Documents that will result in savings to the Owner. Acceptance or rejection of proposals will be made by the Owner before the award of a Contract. MODIFICATION REDUCTION NUMBER DESCRIPTION AMO NT 1 2 3 5 4 5 (Bidder may attach additional pages for Proposed Savings, if necessary, because of space regwrements. ) DE(:E?~BIR 14, 1998 (Date) (Space for sealJ ii Biii is by a Corlita?r2tidn) ~ ' -- (Sianaturel/ '~~~ ~~ (Typed Name) R. K. (Sianaturel (Typed Name) STODDARD C(lNSi1d1CTI0N CQ+PANY (Name of Corporation, Partnership, DBA or Joint Venture and legal mailing address) TDUIS C(RPORATION P 0 BOX 33128 SAN MITQ~lIO, iX 78265 CONTRACTOR'S QUALIFICATION STATEMENT TO BE SUBMITTED WITH BID IF NOT PREVIOUSLY SUBMITTED -MUST BE CORRECT END OF DOCUMENT 00001-3 BID BOND Conforms with The American Institute of Architects, A.I.A. Document No. A-310 KNOW ALL BY THESE PRESENTS, That we, S'fODDARD CONSTRUCTION COMPANY as Principal, hereinafter called the Principal, and the CONTINENTAL CASUALTY COMPANY , of CHICAGO, ILLINOIS , a corporation duly organized under the laws of the State of ILLINOIS , as Surety, hereinafter called the Surety, aze held and fumly bound unto KERB COUNTY COMMISSIONER'S COURT as Obligee, hereinafter called the Obligee, in the sum of FIVE ncnrcntm r_aFaTEST AMOUNT BID -- Aollars ($ 5$ GAB ) ,for the payment of which sum well and truly [o 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 KERB COUNTY COURTHOUSE AND ANNEX RENOVATIONS -PHASE II I NOW, THEREFORE, if [he 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 hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perfoan 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 14TH day of DECEMBER -- 1~g8 STODDARD CONSTRUCTION COMR~Y {Seal) Witness Principal ~~I {BY~/ .~r~' . R. K. ST~RD-VICE PRESIDETIi ,.. ..;~FrJe` Witness r I CONTIN CASU TY COMP Y - l By A P9 R Attorney-' act ,. e ... . 5.0054/GEES 8/97 ~ '~~. _ POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That CONTINENTAL CASUALTY COMPANY, an Illinois corporation, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, a Connecticut corporation, AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA, a Pennsylvania corporation (herein collectively called "the CNA Surety Companies"), are duly organized and existing corporations having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signature and seals herein affixed hereby make, constitute and appoint Pat J. Moore, Paul Friddle, Gary W. Wheatley, Individually of San Antonio, Texas their Vue and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bands, undertakings and other obligatory instruments of similar nature - In Unlimded Amounts - and to bind them thereby as fully and to the same extent as'rf such instruments were signed 6y a duly authorized officer of their corporations and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Laws and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the corporations. In Witness Whereof, the CNA Surety Companies have caused these presents to be signed by their Group Vice President and their corporate seals to be hereto affoced on this 10th day of March 1997 G~U~ CONTINENTAL CASUALTY COMPANY ~=tit•` ~rV ~gE WSUR4~f ~at~'°""r 0e9r NATIONAL FIRE INSURANCE COMPANY OF HARTFORD °OPpORATE ~ ~ ~ ~ TK~yWr ~, AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA (p v z - s JOLT 71, U SEAL ~ ~dy ~~ ~ 19G2 ~ "//)~/~~'~ / 1897 ~ HARTF~ ~ • ~ ~'~~~~ !~ _. ' /JX~J~ M.C. Vonnahme Group Vice President State of Illinois, County of Cook, ss On this 10th day of March 1997 ,before me personally came M. C. Vonnahme , to me known, who, being by me duly sworn, did depose and say that he resides in the Yllage of Darien ,State of Illinois; that he is a Group Vice President of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA described in and which executed the above instrument; that he knows the seals of said corporations; that the seals affzed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to 6e the act and deed of said corporations. ~N JO,q~ ~~„ ,L NOTARY / ''''J^`',/jl`r-'(//~l plleue e .~' °ok CA-' My Commission Expires March 6, 2000 Mary Jo Abel Notary Public CERTIFICATE I, Robert E. Ayo, Assistant Secretary of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA do hereby certify that the Power of Attomey herein above set forth is still in force, and further certify that the By-Law and Resolution of the Board of Directors of each corporation printed on the reverse hereof are still in force. In testimony whereof I have hereunto subscribed my name and affixed the seals of the said corporations this l 4TH day of t~F.(`F.MRF.R ~ 1 QQR 2~'~CASUq~TL yW p0N°R4TE ~ . v °~ SEAL g 1897 (Rev.7/14195) 1NSUR4~ t~P.Irc 014„ p~ F ,~a 'b 'J g' IULY tI, ~ °3 ~ < 1902 ~ HART`r~ • CONTINENTAL CASUALTY COMPANY NATIONAL FIRE INSURANCE COMPANY OF HARTFORD AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA ~~~ ~~ Robert E. Ayo Assistant Secretary Authorizing By-Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adapted by the Board of Directors of the Company "Article IX-Execution of Documents Section 3. Appointment of Attorney-in-fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attorneys-in-fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attomeys-in-fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President or the Board of Directors, may, at any time, revoke all power and authority previously given to any attorney-in-fact. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Bcard of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 3 of Article IX of the By-Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may tie affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA: This Power of Attomey is made and executed pursuant to and by authority of the following By-Law duly adopted by the Board of Directors of the Company "Article VI-Execution oT Obligations and Appointment of Attorney-in-Fact Section 2. Appointment of Attorney-in-fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attorneys-in-fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys-in-fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Executive, Senior or Group Vice President may at any time revoke all power and authority previously given to any attorney-in-fact." This Power of Attomey is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 2 of Article Vi~f the By-Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affxed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certifed by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the fallowing Resolution duly adopted on February 17, 1993 by the Board of Directors of the Company "RESOLVED: That the President, an Executive Vice President, or any Senior or Group Vice President of the Corporation may, from time to time, appoint, by written certificates, Attorneys-in-Fact to act in behalf of the Corporation in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such Attorney-in-Fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Corporation by their signature and execution of any such instrument and to attach the seal of the Corporation thereto. The President, an Executive Vice President, any Senior or Group Vice President or the Board of Directors may at any time revoke all power and authority previously given to any Attorney-in-Fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted 6y the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. "RESOLVED: That the signature of the President, an Executive Vice President or any Senior or Group Vice President and the seal of the Corporation may be affixed by facsimile on any power of attorney granted pursuant to the Resolution adopted by this Board of Directors on February 17, 1993 and the signature of a Secretary or an Assistant Secretary and the seal of the Corporation may be affixed by facsimile to any certificate of any such power, and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Corporation. Any such power so executed and sealed and certifed by certifcate so executed and sealed, shall with respect to any bond or undertaking to which 8 is attached, continue to be valid and binding on the Corporation." T H E A M1f E R I C A V I V S T I T U T E O F A R C H I T E C T A/A Docunrerrt A3115 Contractor's Qualification Statement 1986 EQITi ION Tlris Jorm is apprnrec! anti reconunended vy Tfie An:ericcur Datittrte of Arc'!r«ects (AL9) curd The Associcrtec! Genera! Corttractors of ~1 ntericct (AGC) for «se i« et ~altrcrt- ing the gtrcdijications of contrc:ctors. No endorsement of !be strbntittittg pcu•tp ur t~erijiccrtiun of the injorntcrtion is made by 1lte A/A or AGC. The L'ndcrsigncd certifies under oath [hat the information rirovided herein is taste and suffl- cicntlt' complete so as not to be misleading. srntnn'rrltn 'I'cr KERB COUNTY CCNMISSIONERS COURT nt>I>ItEtiti KERRVILLE, TEXAS sl'Bntt't'TGU IiY STODDARD CONSTRUCTIIXV COMPANY Corporation Nnnttt. R. K. STODDARD Partnership AUUREtiS: P 0 BOX 33128 SAN ANTONIO, TX 78265 tnctividu:d PItWC:IPnI. Orr[cE. 12445 OLD O'CONNOft RD SAN ANTONIO, TX 78233 point ~'cnntrc Other NnnfE of Pkc>IrcT of applicanlel: KERR COUNTY COURTHOUSE AND ANNEX TYPE OF \n'OH6 (file separate form for each Classification of Work): X General Construction Hn•A(, Plumbing Electrical Other (Please specify) L~ !] Cupcriµht I )6-,. 1969. 19_~I, s 19n1, be The American Institute of Architects, I'35 Ken' York Avenue. V. U~ IX'a}hinK- ton. U.C. '1111116. Repn alucnon of the materi:d herein or substantial yuotatiun of Its provisions wrthow n-ritten permission of the AIA ciola˘ro the cope nKht laps ~d the t ni[ed tita˘•s and hill be subject ul IeKal prosecuUOn, AIA DOCUMENT A305 • ~ r>S"I'k A(.'I'Okb ~tl ALI1'I( ~Ar1t 11 ~I AIYVEV"f • IoHO FDITIU9 • 41A' • ~~ IONb rnt.~w~.HU.:;s is.rn~l rr. nr +Hr.nn~e~ i; ri; Cli\\ ;~lek:~;hsl li. e\r IX:a~lu]c,1~o[. u.t -anon A305.1986 1 1 ORGANIZATION 1.1 How many years has your organizltion been in business as a Contnttor? 22 1.2 How many years has your organization been in business under its present business name? 22 1.2.1 Under what other or former names has Four organization operated? 1.3 If Four organization is a corporation, answer the following: I.i.l Date of incorporation: 2/79 13.2 Stare of incorporation: TEXAS 1.3.3 President's name: JERON C. STODDARD, SR t-3 4 vice_pre' pws • (ANl"RA(It'OR3 QCALIFI(:AI'IUN +TATE\tENT • I~~w, eomoN • +u^' • ~ ~ env. 8305-1966 3 TIIE dNIERI(:,\N INtiTITI'TE OF \RCIIITECTti. I't5 NE\C' YORK A\'F.NI'E. NIX', V'A~IIfNGTON, D.C. }(NNN, 3.4 On a separate sheet, :ist major cotuttvction projects your organization has in progress. giving the name of project, owner, azchitect, contract amount, percrnt complete and schedu:('~ ~ completion date. 3.4.1 State total wotth of work in progress and under contract: SEE ATTACHED 3.5 On a separate short, list the major projec[s your organization has comple[ed in the past five years, giving the name of project, owner, architec[, contnc[ amount, date of completion and percentage of the cost of the work performed with your own forces. 3.5.1 State average annual amount of construction work performed during the past five years: TEN TO FIFTEEN MILLION 3.6 On a separate sheet, list the coruwction experience and present commitments of the kev individ- uals of your organization. 4. REFERENCES 4.l Trade References: VULCAN MATERIALS GENERAL SUPPLY ALAMII IItDIV WOItICS GUIDO LUMBER SUPPLY LYNWOOD BUILDING MATERIALS ACE SUPPLY COMPANY $pFEWAY SCAFFOLDS HERTZ EQUIPMENT RENTAL RUFUS A WALKER 3 CO BURKE CONCRETE PRODUCTS 41 Bank References: BROADWAY NATIONAL BANK P 0 80X 17001 SAN ANTONIO, TX 78286 (210) 283-6623 MAIN BANK f283-6500 OFFICER: JOHN LaFIELD 4.3 Surety: 4.i.1 Name of bonding company: CONTINENTAL INSURANCE THE GLENS FALLS INSURANCE COMPANY 4.3.2 Name and address of agent: FRANK JONES INSURANCE AGENCY 1000 CENTRAL PARKWAY N 9 225 SAN ANTONIO, TX 78232 ~, ppep~r ~apy • (:ONTRACTbR'S QCALI FICATIU3 ~TATENENT • I JW EDITION • AIA~ • ~~ i VN(• THE AMERICAN INITITCTE OF AR(:1IITE(:Tti. 115 NE\1' YORK A\'EN CE. N Vl'_ \C'AININGI'O~. U.(:. 1(NMM, PAT MOORE (210) 496-5773 A305-7966 4 5. FlNANCING 5.1 Financial5tatemenc. 5.1.1 Attach a financial statement, preferably audited including your organization's latest balance sheet and income statement showing the following items: Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, pro- vision for income taxes, advances, accrued salaries and accrued payroll [axes); Other Liabilities (e.g., capital, capital stock, au[horized and outs[anding shares par values, earned surplus and retained earnings). 5.1.2 Name and address of Firm preparing attached financial statement, and date thereof: THOMPSON, YILLIAMS, BIEDIGER, KASTOR AND YOUNG R00 N!d LOOP 4I0 STE 300N c, Au ,n„u,nNIO Tv ~g?iG S.1.3 Is the at[ached financial statement for the identical organization named on page one? YES 5.1.4 [f not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent•subsidiary). 5.2 Will the organization n•hose financial statement is attached act as guarantor of the con[ract for con- stru~tion? AIA npeUtAENT A105 • (:O\TRAITOR'ti Ql d1.119CSriO1 STATE?1 F.Sl' • 19MO EDITION • AIAa • "' 19R6 rliE d)IERICAS IS]TITf'TE UF:(R(.1IITF'CTti I't5 •EIX' )'uVK .)~'r:\I F ~ V(' R'AIHIRGTOV. a c. _~xxe. A305.1986 S 6. SIGNATURE 6.1 Dated at S4N ANTONIO this 8 DECEN>BER Name of Organization: STODDARD CONSTRUCTION COh1PANY t"" By: / ~, ~ R. K. STODDARD Title: VICE PRESIDENT G.2 19~ day of M R. R. K. STODDARD being duly sworn deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. -Subscribed and sworn before me this 8 Q ,./D~ECE-ryB~E~R,,,,, ~ Notary Public: ~1(~C.ILt~ I Ll.- r UK~ LINDA NENEC-HENNIG My Commission Expires: 12/11/99 o+M..~,~ LINDA NEMEC HENNI( ~®a NOTARY PUBLIC: STATE OF TEXP. '~+.•o„~~' My Comm. Exp. 12-1'~, 19 gg ~~ day of AU1 DOCUMENT A305 • CONTRACTOR'ti QCALIFI(:ATION tiTATEMENT • 1 A(6 EDITION • AIA'• • ©19NG THE AMERICAN INtiTITCTE OF ARCHITECTti. i'i5 NE~x' \'ORK Ax'ENIIE. N.W., ~['ASHINGTON. D.C.:IXNKI A305-1986 6 STODDARD CONSTRUCTION COMPANY WORK IN PROGRESS SUMMARY October 1998 Compl. Project Name Owner/Architect Value Comp. Date St. Mark's Church Archdiocese of SA $3.9M 45% MAR99 DDHR Arch. Mr. Greg Davis A.I.A. (210)-377-3306 St. Peter's Church Archdiocese of SA $3.1M 35% APR99 DDHR Arch. Mr. Bill Rupe A.I.A. (210)-377-3306 Comal County LEC Comal Co. $3.9M 50% AUG99 BSA Design Croup Mr. Norris Fletcher A.I.A. (817)-366-5804 Bexar County Chillier Bexar Co. $1.3M 20% JAN99 Goettings & Assoc. Mr. Terry Greer (210)-530-7000 Ambulatory Care Unite DepaR. of Veterans Affairs $1.SM 35% MAR99 VA Hospital Ms. Gloria Santos (210)617-5150 Tyson Foods Inc. Tyson Foods Inc. $.5M 21% DEC98 Cooler/Dock Expansion 1200 W. Kingsbur/ - Seguin, TX 78156-0191 Canyon Lake United Canyon Lake United $.6M 35% FEB99 Methodist Church Methodist Church 206 Flinstone Canyon Lake, Texas ~~~ ~ STODDARD, I1fC. De]- STODDARD roNSTRUCT20N COMPAFT ~INAN~IAL 9TATE_Ji~RT~ YFAR F.NDED APRSL 30, 1997 _ Thompson. -~ - Williams, Biediger, K ~or Young, LC. ~7illFlEA WOl1CA0001JNi'ANfS !00 N.W. LOOP 110. SU«1= 3 SAN pNIONp. TFXAS 7l218S611 STODDARD. INC. DBA STODDARD CONSTRUCTION COMPANY STATEMENT OF INCOME YEAR ENDED APRIL 30, 1997 - REVF.NI7 F.S FROM CONSTRUCTION CONTRACTS (Note 1) $14,976,767.00 CONSTRUCTION CONTRACT COSTS (Schedule 2) Gross Profit from Construction Contracts GF.N F.RAL AND ADMTNTSTRATIVF. F.X PENS F.S (Schedule 3) Income from Operations OTI(F.R TNCOME (EXP F.NS F.) Interest Income Other Income Interest Expense Loss on Sale of Assets Total Other Income (Ezpense) Income before Income Tazes PROVISION FOR INCOME TAXES Current Deferred Total Provision for Income Tazes 13,717,122.00 $ 25,833.00 28,743.00 (4,512.00) (1,715.00) EXRIBIT B $1,259,645.00 995,6fl6.00~ $ 263,959.00 •8,349.00 312.308.00 $ 121,775.00 1.193.00 122,968.00 NET INCOME $ 189,340.00 STO DDAR D. ING. DBA STOODARO CONSTRVCT ION COMPANY RALANCe seeeT APRIL 30. 1997 EIEIe IT A ASSET9 LIARILTTIE9 AND BRAREBOLDER9. 60UIT y CURRENT ASSETS CURAENT LIAe IL IT IEB Cash and Caah Equlvalantn (Note 1} 51, 01L, t71-00 AceoanG payable ilaeltldltl9 Accoumta Recnlvable luounta Petalnsd) - 57,507,159.00 Due on Co0stzuctlon Contract Accrued payroll Tares NyaDle 17,677.00 (Note 7) 57 , 861,[86. 00 Acezued ftatlchisa Tai 7,961.00 Of [Lcet^ 111,557. 00 federal Iocaee Ta:ea Payable 91,775.00 Eeployees 7.715.00 7,687,781.00 9ta[n Ieeonn Tase• NyaDla 1,510.00 Prepaid E:penws t1, 195.00 Notes Payabin (Rota 7) 76.7/7.00 Deleried IDcoee Taz 8ene[!t 1.777.00 111Ltng• Ln Eaeas oL Costs and Total Ctlrtent Assets 81,7)8,810.00 E•tlea[ed earning. on Uncoeplsted Cotltrae to (Rota 1) 907.996.00 Total Cmtiamt LlabllltLes S7,Se0,/88.00 RRO PERST ANO EOVIPMEMT (Paztla117 LONG-TERN LIABIL IT IE9 77,07/.00 pledged a• Collateral on Rote• Notes Payabls (Rots 3) payable) (Notes 1 atld 3} Autos and Ttuclo ~ S 179,777. 00 COMM ITME RTR AND CONY IMGENC I63 (Note 7 and /) Equi peen[ 66,77E 00 fuznl to re and Flitutea 15,775. 00 SSARENOLDERS' EOU ITT Leasehold Lp[oveeen[a 0.719. 00 Common SCoeR - 100,000 Shares Total S 701,518. 00 Au [host ted at No Par; 7,880 Lase; Accumulated Depreciation 171.779. 00 Shatee Issued a0d Outataodi tlg S 1,000.00 Total Property sad Equipsent 173.169.00 9\ xotlcusmlatlre Prefetzed Stock - 8100.00 Par value/ 100,000 Shszee OTRER ASSETS Authozlzed; 6,000 Shares Issued Ese[or Account sod Depoal to S 1,770. 00 and Outa taodtng 600,000.00 Coodasdntua (partl ally paid-In Capl tal S/, 888.00 Pledged as Collatezal on letalOed Earnings 777.56E 00 Notes payable (Note 7) 75,677. 00 Total Sbareholdera• Equity 1,778.116.00 Aeeounte Receivable - A[Llliated CoepaaY 9].978.00 Total Other Naets 170,775.00 TOTAL LIAe IL ITIES AND TOTAL ASSETS 85,037,757.00 9BAPEEOLDER4' EpUITy ;9.077.757.00 (Nee Accompanying Note• Co Plnanei al StateaNata) 7 TRANSMITTAL STODDARD CONSTRUCTION COMPANY P.O. BOX 33128 San Antonio, Texas 78265 Phone: (210)653-1324 Fax: (210)-653-6127 a-mail: stoddard@idworld.net TO: Michael Neal Walker Date: December 8, 1998 1303 Vesper Lane Kerrville, TX 78028 RE: Kerr County Courthouse and Annex PROJECT NUMBER: _X_ Attached Separate Cover Via: Mail Shop Drawings Pay Application _X_ Other-AIA A305 Letter Samples Change Order Plans Copies Date Item Number 1 12/08/98 For Approval _X For Your Use For Review & Comment Return As Requested Approved As Submitted Approved As Noted For signature Qualification Statement for project above. Resubmit Submit Returned For Corrections 12/08/98 r~ ~,~ ~~J ~„~'~- American Restoration tnc. 18g7 NpNEYSUCKLE LANE' NEW ggp'UNFEIS,TE%AS -rgt3tt ~ ~ ~~.rT "~~~ ~ ~~,~ ~~'~ ~ ~N~~ ~ /;) yc~ ~~~~ ~ FOad BIlL1E O.idEE1~R C~etM Coumy CwK• Kett CowdY~Tatias BYJ_[,LCS~- - KERR COUNTY COURTHOUSE ' 4A 01-1 !_Og DOCUMENT 00001 BID FORM 0.01 TO OWNER: Kerr County, Texas _ 0.02 PROJECT: Phase 3 -Renovations of Kerr County Courthouse 8 Annex 700 Main Street Kemille, Texas 0.03 ARCHITECT: Michael Neal Walker, Architect 1303 Vesper Lane __ Kemille, Texas 78028 C/ 0.04 BIDDER:i,~/ CO.h) RC'6~~a~ ~ C- PHONE: ~~~~ ~` ~~ 0.05 BID: A. Having examined the Contract Documents, Conditions of the Contract and Bidding _ Documents of the Project listed above, dated Oct. 28, 1998, including Addenda numbered through, inclusive, as prepared by the Architect listed above, and having visited the site and examined all conditions affecting the Project, the undersigned, proposes to perform the complete Work of the Project required by the said Documents for the sum or - sums set forth below. B. In submitting this bid, the undersigned, agrees to: 01 Hold the bid open for acceptance for 30 days from Bid Time. 02 Accept the right of the Owner to reject any, or all bids, to waive informalities, and to accept the bid which the Owner considers most advantageous to the Owner. 03 Enter into and execute a contract if awarded, on the basis of the Base Bid and selected Alternate Bids and Unit Prices. 04 Accomplish the Work in accordance with the Contract Documents within the stipulated Contract Time. 05 Furnish specified insurance. O6 Furnish specified performance and payment surety bonds. C. BASE BID: The undersigned agrees to perform the complete Work of this Project, for the lump-sum price of:, /~ and no/1 0 olla " I v -" ($ ~ ~,~, CF's .00) (Amount written in words governs Amount in figulres) D. CONTRACT TIME: The undersigned agrees to Substantially Complete the Work in a~ C~~ys calendar days as the Contract Time. (Maximum is 420 days) / E. CHANGES IN WORK MARK-UPS: The PERCENTAGES used to cover CONTRACTOR'S OVERHEAD AND PROFIT, over and above Cost, in determination of costs for Guaranteed Maximum Price of the Owner-Contractor Agreement and for Changes in the Work, as described in the General Conditions, Article 7, shall be as follows: ..- For work performed by Contractor's forces: ~%; For work performed by Subcontractor. ~~% F. ALTERNATES: If the Owner elects to accept any or all of the Alternates, the undersigned 00001-1 KERR COUNTY COURTHOUSE G. agrees to modify the Base Bid as stipulated below. Refer to all of the Contract Documents to determine the complete, detail extent of the Alternates. Failure to bid items may disqualify Bidder ALTERNATE NO. 1: (Strike out one):~?~~ DEDUCT ~, .~ ~LSC~rQ LILt_~Um.~S ~- ~ r~ ~~ ollars ($_,( ~ !~ .00). Revise all references of modified bitumen roofing to built-up roofing will a cap sheet. AL ERNA E NQ 2: (Strike p tone): / DEDUC ~- $ [~/J~ t~r'G(S~ G! /~ ~/ 5m~ ~/-~~ OU Dollars ($ .0 evise all references of cast stone to primed, job plastered Fypon po mer sections, and revise application details as indicated. ALT NA E Np~ 3: (Strike~pput one): -tea / D DU T/~ / ~ $ ~~~ ~ `f~19~9-~N6~- Ol~~ h,ft.,,.)~>~r-i>Cr~i G-~ 1_~~ollars ($ " .00). Delete face brick, cast stone ahd back-up CMU from north bridge; install plaster bridge fascia and pipe guard/hand railing in lieu thereof at 42 height, as detailed. ALTE~,2NAj~ NO. 4: (,Strike out square raised paneled oak column furring. ALTERNATE NO. 5:. !Strike out one): ADD / Mars covers in ($ ). Sequentially mark removed precast panels, deliver to Owners d signaled site within 5 miles of Courthouse and stack in orderly manner for reuse by Owner. ALTERNATE NO. 6: (Strike out one): ADD ($ 00). Revise all reference window frames to knock~fown hollow metal frames. UNIT PRICES: (Must be bid) Additional Architectural Woodwork Unit Prices: ITEM NO. DESCRIPTION Al Court Coordinator and Secretarial desks A2 Coordinator, Secretary, Work 1 cabinet & shelving A3 Work 1 shelving A4 Lobby counter and Cashier table A5 Vest 3 shelving A6 Office (District Cleric) credenza and shelving A7 Work 2 cabinet and shelving metal door and ADD AMOUNT $ ~~/p. oy Unit Price C: Provide additional excavation, imported select fill, and compaction of 6" lifts in the event of unstable subgrade, of volume (~ cubic yard minimum) as determined by the Architect or Engineer at cost of $~ ~ per cubic yard. Unit Price D: Add length to indicated 30-inch dJ~,ameter concrete piers including excavation, concrete, and reinforcing at cost of $ / ~cS a/ per lineal foot depth. 00001-2 12_1 d-1998 9=dlJAM FROM AMERICAN RESTORATION 21d 653 8388 flee-14-98 10: 24A KERR COUNTY COURTHOUSE M PROPOSED SAVINGS' Bptlers may pn7pose modificatpns to the Contract boc~ments that wdl riE5U1t m Sav+ngs to the Owner Acceptance Or rejeGben of propo5815 Will De made Dy the Owner before the award of a contract. MpOIPICATION REDUCTION NUMBER OESCRiPTION AMOUNT_ 1 r ~ ~ S Z ___ __ b ~~ 3 4 $~ S! U ---- ~~ V - (tiidtler may attach adtlitional pages for Proposed Savings, if netD;ssary. because 01 space retluirements.) P. 1 P_O1 (Date) (TYP~~ /`Cy y~d~`-~ m n• t~~~6T• ~C' (Sienaturel I Qr6~' ~j (Typed Name) /do/ ~.~~ ~~-~- ~~-~~ l~l~, ~,1los (Space for seat iS Bic (Name ei Corporation. Partnership. DBA or is by a Corporation) JoMt V6nture and legal mailing address) CONTRACTOR'S QUAl1fICATiQN STATEMENT TO BE SUBMITTED WITN BID IF NOT pREV10US1Y SUBMITTED -MUST BE CORRECT ENO OFObCUMENT r 00001-3 -„ NIVERSAL SURETY OF AMERICA UNIVERSAL SURETY OF AMERICA BID BOND Bond No. Tx 4261980 00 U x w Q [s, O >- F- w a x w z KNOW ALL MEN BY THESE PRESENTS, that we, American Restoration, Inc. as Principal (hereinafter called the "Principal"), and UNIVERSAL SURETY OF AMERICA , P.O. Box 1068, Houston, Texas 77251-1068, as Surety, (hereinafter called the "Surety'), are held and firmly bound unto Kerr County Commissioner's Court Name, Address, City, State, Zip, Phone Number as Obligee, (hereinafter called the "Obligee"), in the sum of 5 % of the amount of the bid described below but not to exceed Five Percent of the Greatest Amount Bid **** Dollars ($ 57 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 firmly by these presents. WHEREAS, the Principal has submitted a bid to Obligee for Phase 3 Renovation of Kerr County Courthouse Annex NOW, THEREFORE, If the contract be timely awarded to the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid or, in the event of the failure of the Principal to enter into such contract, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and the next low bid received by the Obligee for the work covered by Principal's bid, then this obligation shall be null and void, otherwise to remain in full force and effect. PROVIDED, HOWEVER, neither Principal nor Surety shall be bound hereunder unless Obligee prior to execution of the final contract shall furnish evidence in a manner and form acceptable to Principal and Surety that financing has been firmly committed to cover the entire cost of the ---~--• and dated this 14th day of December 1998 Ameri Inc. Principal By Title UNIVERSAL SURETY OF AMERICA By G . cr /l,~r/ ~ C.A. McClure Attorney-in-Fact, UNIVERSAL SURETY OF AMERICA :' 'H'om1 ~~ '' ?/9c C z_ to r`d a t-' C z m -~ -C O a a UNIVERSAL SURETY OF AMERICA ' P.O. BOX 1068 •Houston, Texas 77251-1068 - ' GENERAL POWER OF ATTORNEY -CERTIFIED COPY Agavcy Inforsnanon GPA# 9ooo61s TX 4261980 00 Southern American Insurance Know All Men by These Presents, That UN[VERSAL SURETY OF AMERICA, a corporation duly organized and existing under [he laws of [he State of Texas, and having its pricipal office in Houston, Texas, does by these presents make, constitute and appoint Gregory S. Parrish C.A. McClure Kenneth L. Meyer Terri L. Cesnik of Houston and Stale of Texas its ttue and lawful Attomey(s}in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver Bonds not to exceed $1,D00,000.00 unless such is accompanied by letter of authority signed by the President, Secretary or Executive Vice President of Universal Surety of America. and to bind [he Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confimling all [hat the said Attorney(s)-in-Fact may do within the stated limitations, and such authority is to continue in force until 9/30/2000 Said appointment is made under and by authority of [he following resolution adopted by the Boazd of Directors of Universal Surety of Ametica at a meeung held on the 11th day of July, 1984. "Be [[ Resolved, that the President, and any Vice President, Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority [o appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and ac[ for and on behalf of the Company." "RESOLVED that the signature of any officer of the corporation, and the seal of the corporation may be affixed or printed by facsimilie to any power of attorney of the corporation, and that such punted facsimilie signature and seal shall be valid and binding upon the corporation." In Witness Whereof, Universal Surety of America has caused these presents to be signed by its President, Jack McReynolds and its corporate seal to be hereto affixed this 2nd day of January, A.D., 1998. =`~y'y gUPETy ~.ki UNIVERSAL SURETY OF AMEBIC .: au: m. ~~ State of Texas ss: - ~ •., ,~:~°, lack McReynolds President County of Harris 'µmm,1N~,,,• On this 2nd day of January, in the year 1998, before me, Estela Leila, a notary public, personally appeared Jack McReynolds, personally known to me to be the person who executed the within instrument as President , on behalf of the corporation herein named and acknowledged to me that the corporation executed it. A rt ~ MY qN ®lWIE3 • Notary Public I, the undersigned Secretary of Universal Surety of America, hereby certify [hat [he above and foregoing is a full, true and correct copy of the Otiginal Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in effect. GIVEN under my hand and the seal of said company, a[ Houston, Texas, this 14 ttday of December , 19 98 t, , - Ass scant secretary FE/eS Any instrument issued in excess of the penalty slued above is totally void and without any validity. /,r, . For verification of [he authority of this power you may telephone (713) 722-4600. 1951-2000/050 T H E A M E R I C A N I N S T I T U T E O F A R C H I T E C T; AIA Docun2ent A3o5 Contractor's Qualification Statement 1986 EDITION This Jorna is approved and recommended i~1~ The dmeriarrr batittete of Architects (AL.~1) artd The Associated General Contractors of America (.9GC) for use in eruluut- in~~ the ctualtficatiorts of contractors. ~'Vo enctwsement r f the submatting hartp or rerijicatiorr of the irr%ornttitinn is made h}~ the A!A or- AGC. The Lindersigned certifies under oath that the information provided herein is true and suffi- ciently complete so as not to be misleading. SUBMITTED TO: ADDRESS: SUBMITTED BY NAME: ADDRESS PRINCIPAL Ob'FICE: AMERICAN RESTORATION, INC. 1201 MAIN STREET SUITE 1619 DALLAS. TEXAS 75202 NAME OF PROJECT (if applicable): TYPE OF WORK (file separa[e form for each Classification of Workl~ x General Construction Plumbing X Other RESTORATION (please specif}'1 Corporation Partnership Indi~~idual Joint Venture Other H\'AC Electrical G (.opriigh~ I )b~f, 19n9, I )'9, =' I'1NO he The Amenam Innti~ute of Architects, I'i5 Ne~c Sork Acenuc. N.AC \Yashing- u m. D.C, 2Unno Reproduction of the muterinl heecln in nubncmual quou˘ion orits pcocisinns ~cirhoun~ riucn permission u~ the AIA cinia[es thr copcrigh[ Lnrn nt the I nitnl Stags and kill br aib~ett to Ic'Kal pn mecution. AIA DOCUMENT A305•tt~,FlRa~ rON1 QI AI ILIt_4I'Ir)]~HlhV1PA I'•IVHO FUITInV•ald' ~ 1`~Hb um'.>u.im,,~ivrrrn rrHn wvir. ~~~~racnn~rru~. a~_~uo~u, A305-1986 1 1. ORGANIZATION 1.1 How many years has your organization been in business as a Contractor? 13 YEARS I? How many years has your organization been in business under its present busines name? 13 YEARS 1 ?.l Under what other or former names has your organiza[ion operated? 1 3 If your organir..t[ion is a corporation, aasw-er the following: 13 I Date of incorporation: MAY 6, 1985 I,3? State of incorporation: TEXAS l.i.t President's name: M. JOE DEMPSEY 1 3 + Vice president's namelsl: JOHN H. McILVAIN 1.3.5 Secretan~'s name: NANCY McILVAIN 1.3.b Treasurer's name: GAIL DEMPSEY 1 + If your organization is a partnership, answer [he following: l.i 1 Date of org:miuition: 1 ~.? Type of partnership lif applicaMel: 1.+.i Namels) of general partner) s): N/A 1.5 If your organization is individually owned, answer the following: l 5.1 Da[c of nrganization: l 5.2 Name of owner N/A AIA DOCUMENT A305•u~~'taLL inev~p Vli li cn~~,v ~~4lt ~iesr• uMn ~a ~r~l~~~• V9' r~no int..~..w.au~un~irnrruiae Within the last tier gars, has an}~ officer or principal ul your organization ever been an officer ur principal of another organization when i[ failed to complete a construction cuntract7 I It the answer is yes, please attach details.) NO AIA DOCUMENT A305 • i nA91391. rnk ~ ~)i VII I~ A9l~ ~A ~ L19lt~ll:,A l • I'~nn h: Ull P ~A • AI 1' I'Ma rot.~w~:ei~.:~~i~~nno.~~t~u~nrrr~.r~r:=~c~r~oe~.~~rwr:.~~i ~~a.~irnr,insn~ ~n~uu, A305-1986 3 3. f On a separate sheet, list major construe[ion projects lour organization has in progress, giving the name of project, owner, architect, contract amount, percent complete and scheduled completion date . 3.a. i State total worth of work in progress and under contract. 3 5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect, contract amount, date of completion and percentage of the cost of [he work performed with your own forces. 3.5.1 State average annual amount of construe[ion work performed during the pas[ five years: 3.6 On a separate sheet, lie[ [he construe[ion experience and present commi[ments of [he ke}' individ- uate of your organization. M. JOE DEMPSEY: 26 YRS. CONST. MGT. SPECIALITY CONST./WATERPROOFING JOHN H. McILVAIN: 25 YRS. CONST. MGT. & PROD. SPECIALITY CONST./ROOFING 4. REFERENCES -+.l Trade References: SEE ATTACHED PAGES i? Bank References. LONE STAR BANK P.O. BOX 50769 DALLAS, TEXAS 75250 (214) 745-1776 +.3 Suren~: 4.3, i Name of bonding aimpan}': UNIVERSAL SURETY OF AMERICA P.O. BOX 1068 HOUSTON, TEXAS 77251 (713) 722-4600 ~.3.: Name and address of agent SOUTHERN AMERICAN INSURANCE AGENCY, INC. 13823 SCHMIDT ROAD CYPRESS, TEXAS 77429 (281) 890-9294 AIA 9000MENT A305 ~ ~ ~,A I Ndt I flit ~ ~ rt Al.lilt. AIl~ ~~ ~ I ll1 All AT • I'~fin tUn'It i`. • 41:A' L~H~~ rnr. ~~nai~ ~~nnni~rr:~n ~a<.nrre~r, re,er~~ ~ rnn ~~i~u°_~~~ un.nis~ i~,~, n. ~~~~~~~, A305-1986 4 5. FINANCING 5.1 Financial Statement. 5.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: Current Assets (e.g., cash. joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Other Assets, Current Liabilities (e.g., accounts payable, noes payable, accrued expenses, pro vision for income taxes, advances, accrued salaries and accrued payroll [axes); Other Liabilities (e.g., capital, capital sock, authorized and outstanding shares par values, earned surplus and retained earningsl. 5.1.2 Name and address of firm preparing attached financial statement, and date thereof PHIL PEHDE, CPA (316) 264-9356 1013 N. MAIN WICHITA, KANSAS 67203 5 1 i Is [he attached financial statement for the identical organization named on page one' YES 5 1 + If no[, explain [hc relationship and financi:d responsibility- of the organira[ion whose financial statement is provided (e.g.. parent-wbsidian-1. 5.2 Will [he organiza[ion whose financial statement is a[tachr=d act as guarantor of the con[ract fnr con- struction? YES AIA ~70CUMENT A305•~.uAINVt I~~N'p~pVI IhI~3ntl.A ~I All ~II:Nr•loxb F:Dn I~~A•AI A' • IvHt. nu a~iren.nn i~.n i~t rr ui ~ar.ni rrri~ ri; ~e~~ ~<~~~, ~~ i v~i r, ~~ ~~ ~.nivr,~rn,~, n. . um.. A305-1986 5 6. SIGNATUFE V. I Dated at D LAS TX this ~~ ~ day of ~C~B-ct~t J 1 ~ 9 d' Name of Organization: AMERICAN RESTORATION INC. B~" M. JOE DEMPSEY ~~,,,~ Title: PRESIDENT 61 M R. M. JOE DEMPSEY, PRESIDENT being duly sworn deposes and saes that the information provided herein is true and sufficiently complere so as not to he misleading. Subscribed and sworn before me this ~ a~, Notary Public '~,~~~J 61v Commission Expires:~j _~'_ ZO~U s+tS `ae:~ ELAINE SKELTON ~~' ~° NY COLIMISSION E%PIRES ~:Ya>~M~'~ September 9, 2000 AIA DOCUMENT A306 • ~ UA'I ItVt I ~ qt ~ ip VI Ills ,AIA ~A ~ I AI I'?i b:,~'I I ~mn IUlll~ inn • AI A' • I`~~e nn. .au-lay ~~rvnnn lr.~r ~R~lun.~ I. rti; w_~c Dina ~~r~lr ~~~ ~~-~,l un~,l~~~ I,,.. ~o~~~~o A305-1986 6 n •_~ American Restoration Inc. CURRENT PROJECTS UNDER CONSTRUCTION TRAMMELL CROW CENTRE EXTERIOR WALL $1,325,174 DALLAS, TEXAS S-UNITED dba STONE & GLAZING CONSULTING (972) 466-1103 UNIVERSITY OF TEXAS AT AUSTIN $349,577 ERNEST COCKRELL JR. HALL PLAZA MR. EDGAR CAMPBELL (512) 471-3042 DALLAS CITY HALL EXTERIOR RESTORATION $272,625 CITY OF DALLAS MS. ZAIDA SWANSON, AIA (214) 670-5381 UNIVERSITI' OF TEXAS MEDICAL BRANCH @ GALVESTON $75,550 EXTERIOR PHYSICAL PLANT MR. JIM WALKER (409) 772-3582 COASTAL BANC PLAZA $596,890 HOUSTON, TEXAS MR. TOhT YOUNG STONE & GLAZING CONSULTING (713) 782-1001 ELLIS COUNTY COURTHOUSE $1,628,243 WAXACHIE, TEXAS MR. LARRY IRSIK (214) 748-4561 TWO RICHARDSON CENTER $132,389 DALLAS, TEXAS MR, iIATTHEW HOFFMAN, PE (713) 772-6300 CALDWELL COUNTY COURTHOUSE $2,110,657 LOCKHART, TEXAS FORD, POWELL & CARSON INC. (210) 226-1246 1201 MAIN STREET SUITE 1619 DALLAS, TEXAS 75202 (214) 653-8366 FAX 653-8388 n_ PROJECTS COMPLETED 1997-1998 American Restoration Inc. HAYS COUNTY COURTHOUSE RESTORATION SAN MARCOS, TEXAS MS. CINDY CASPARIS, CPPB (512) 392-7738 $3,500,000 VA MEDICAL CENTER EXTERIOR REPAIRS VA MEDICAL CENTER, TUCSON, AZ MS. PAM HAYES (520) 629-4611 LAKEl100D BUILDING DALLAS, TEXAS MR. MATT HOFFMAN, AIA (713) 871-1353 $503,795 $124,363 PARK CENTRAL VII,VIII & IX EXT RENOVATION $798,499 DALLAS, TEXAS JPJ ARCHITECTS (214) 987-8000 301 CONGRESS BUILDING $2,482,833 AUSTIN, TEXAS STONE & GLAZING CONSULTING (972) 466-1103 1201 MAIN STREET SUITE 1619 DALLAS, TEXAS 75202 (214) 653-8366 FAX 653-8388 n_ PROJECTS COMPLETED 1994-1997 American Restoration Inc. VA MEDICAL HOSPITAL RESTORATION VA PIEDICAL CENTER, TUCSON, AZ MS. PAM HAYES (520) 629-4611 $449,982 MOODY PIEMORIAL METHODIST CHURCH GALVESTON, TEXAS P1R. ROY HARPER, AIA (713) 668-9989 $316,892 ROOF REPLACEMENT $398,734 UNIVERSITY OF TEXAS @ ARLINGTON, TEXAS MR. GERALD BOND (817) 794-5794 FIRST BAPTIST CHURCH $200,282 LIBERTY, TEXAS MR. ROY HARPER, AIA (713) 668-9989 UNIVERSITY OF TEXAS @ AUSTIN $406,463 SUTTON HALL ROOFING RESTORATION MR. P4ARK JONES (512) 471-3042 iJATERPR00FING CARROLL SCIENCE BLDG $ 59,887 BAYLOR UNIVERSITY, WACO, TEXAS PIR. JOI1N D. EAST, EVP ((817) 772-3660 1201 MAIN STREET SUITE 1619 DALLAS, TEXAS 75202 (214) 653-8366 FAX 653-8388 A ~_~ American Restoration Inc. COKESBURY DEP10/RESTORATIOP7 DALLAS, TEXAS CENTRAL PARKING SYSTEPIS, INC. t4R. CAL FRIDDLE THE CENTRUM DALLAS, TEXAS MR. JOHN BARNETT FIRST BAPTIST CHURCH CORPUS CIiRISTI, TEXAS MR. SAM MORP.IS, AIA READ BUILDING, KYLE FIELD TEXAS A&M UNIVERSITY COLLEGE STATION, TEXAS MR. SAP1 COHEN SKYMARK TOFIER OFFICE BUILDING ARLINGTON, TEXAS P1R. BLAND HARPER, AIA COLONIAL COUNTRY CLUB FT. WORTH, TEXAS PiR. RAYMON DARROW, AIA PROJECTS CONPLETED 1994-1997 $1,130,304 $ 20,000 $ 86,517 $ 139,672 $ 91,664 $ 86,320 ALLIED HEALTH SCIENCES/SCHOOL OF NURSING $ 122,790 UNIVERSITY OF TEXAS MEDICAL BRANCH GALVESTON, TEXAS MR. JIM WALKER ASHBEL SMITH BUILDING/ROOFING $ 267,988 UNIVERSITY OF TEXAS MEDICAL BRANCH GALVESTOPd, TEXAS t4R. JIPI WALKER 1201 MAIN STREET SUITE 1619 DALLAS, TEXAS 75202 (214) 653-8366 FAX 653-8388 A ~_~ American Restoration Inc. PROJECTS COMPLETED 1994-1997 RESTORE MASONRY @ FEDERAL BLDG/COURTHOUSE $ 349,987 TRAINING CENTER, SAN ANTONIO, TEXAS GENERAL SEF,VICES ADMINISTRATION MS. ELIZABETH SIMS ASIIBEL SI.IITH BUILDING/WALLS EXTERIOR $ 587,087 UNIVERSITY OF TEXAS PIEDICAL BRANCH GALVESTON, TEXAS MR. JIM WALKER PEBBLEBROOK CONDOS $ 85,490 PEBBLEBROOK CONDOMINIUMS INC. SEABROOK, TEXAS P9R. TIMOTHY BROADHEAD, AIA WEST UNIVERSITY BAPTIST CHURCH $ 10,140 HOUSTON, TEXAS MR. ROY HARPER, AIA DAR MARKET CENTER BUILDING $ 65,257 DALLAS, TEXAS MS. EVA PIARTIN METROPOLITIAN PARKING GARAGE $ 18,340 DALLAS, TEXAS CENTRAL PARKING SYSTEMS, INC. NORWOOD TOWER RESTORATION $ 931,662 AUSTIN, TEXAS M.R.I. BUSINESS PROPERTY FUND MR. WARREN FRENCH EAST TEXAS STATE UNIVERSITY RENOVATION $ 292,347 EAST TEXAS STATE UNIVERSITY COI~II4ERCE, TEXAS P1S. SUSAPI O'BRIEN 1201 MAIN STREET SUITE 1619 DALLAS, TEXAS 75202 (214) 653-8366 FAX 653-8388 n ~_~ American Restoration Inc. FIRST METHODIST CHURCH RESTORATION DECATUR, TEXAS P1R. ROPINIE WALKER MOODY LIBRARY PLAZA RENOVATION BAYLOR UNIVERSITY WACO, TEXAS MR. WARREN FRENCH, P.E. THREE BELL RENOVATION/RESTORATION SOUTHWESTERN BELL TELEPHONE COMPANY DALLAS, TEXAS MR. TRENT WILLIAI4S, AIA-SWBT MR. WELDON NASH, AIA PROJECTS COMPLETED 1994-1997 $ 150,868 $ 972,302 $2,034,173 KILLEEN H.S. FOOTBALL STADIUM $ 119,000 KILLEEN INDEPENDANT SCHOOL DISTRICT P1R. BOB CARLISLE, DIRECTOR OF PLANT SERVICES MR. WELDON NASH, AIA WICHITA FALLS CONVENTION CENTER $ 147,393 CITY OF WICHITA FALLS P1P.. DAVID POTTER, AIA REAGAN HIGH SCHOOL $ 106,274 HOUSTON INDEPENDANT SCHOOL DISTRICT MR. ROY HARPER, AIA PHASE 6 - PLAZA RESTORATION $ 457,560 DALLAS, TEXAS MR. GRADY JENI7INGS, AIA RIVERVIEW TOWER OFFICE BUILDING $ 244,338 KNOXVILLE, TENNESSEE MR. JAMES OAKES 1201 MAIN STREET SUITE 1619 DALLAS, TEXAS 75202 (214) 653-8366 FAX 653-8388 n ,~` American Restoration Inc. COMPLETED PROJECTS PRIOR TO 1994 WISE COUNTY COURTHOUSE, WISE COUNTY $441,179 DECATUR, TEXAS ARCHITECT: DARROW i4CSPEDDEN SELLERS, INC. MR. JOHN KING (817) 429-0006 TEXAS SWIM CENTER $ 36,000 UNIVERSITY OF TEXAS AT AUSTIN MR. EDGAR CAMPBELL (512) 471-3042 BUILDING 30 BRC REROOF $ 56,650 THE UNIVERSITY OF TEXAS AT AUSTIN MR. EDGAR CAMPBELL (512) 471-3042 JOHN NEELY BRYAN CABIN RESTORATION $ 41,000 DALLAS COUNTY, DALLAS, TEXAS MR. JOHPd NOLAN HANDICAP RAMP - P1AIN BUILDING $ 68,800 UNIVERSITY OF TEXAS AT AUSTIN MR. EDGAR CAMPBELL (512) 471-3042 THE CRESCENT $ 61,000 ROSEWOOD PROPERTIES MR. JUNIOR GUINN (214) 871-8500 TEXAS STADIUM $ 52,000 CITY OF IRVING, IRVING, TEXAS 1201 MAIN STREET SUITE 1619 DALLAS, TEXAS 75202 (214) 653-8366 FAX 653-8388 n_ COMPLETED PROJECTS PRIOR TO 1994 American Restoration Inc. JOHN SEALY HOSPITAL RESTORATION UNIVERSITY OF TEXAS MEDICAL BRANCH MR. JIM WALKER (409) 772-3582 $ 81,000 HOPKINS COUNTY COURTHOUSE RENOVATION SULPHUR SPRINGS, TEXAS HONORABLE JOE POGUE PRINTING AND PRESS BUILDING UNIVERSITY OF TEXAS AT AUSTIN P4R. EDGAR CAMPBELL (512) 471-3042 THE CRESCENT ROSEWOOD PROPERTIES MR. JUNIOR GUINN (214) 871-8500 PAVILLION AND BATH HOUSE CITY OF PFLUGERVILLE MR. DON GRISBY SCHOOL OF ALLIED SCIENCES & NURSING UNIVERSITY OF TEXAS PIEDICAL BRANCH MR. JIM WALKER (409) 772-3582 JENNIE SEALY HOSPITAL UNIVERSITY OF TEXAS MEDICAL BRANCH MR. JIPY WALKER (409) 772-3582 $328,168 $191,000 $165,000 $ 96,000 $ 48,000 $266,773 1201 MAIN STREET SUITE 1619 DALLAS, TEXAS 75202 (214) 653-8366 FAX 653-8388 n . `` American Restoration Inc. TEXAS MEMORIAL MUSEUM UNIVERSITY OF TEXAS AT AUSTIN A&E SERVICES DEPARTMENT JOHN SEALY HOSPITAL UNIVERSITY OF TEXAS MEDICAL BRANCH MR. JIM 41ALKER (409) 772-3582 AMBULATORY CARE CENTER UNIVERSITY OF TEXAS MEDICAL BRANCH MR. JIM WALKER (409) 772-3682 EXTERIOR P4AINTENANCE COMMUNICATION "A" AND TEXAS STUDENT PUBLICATION BUILDING UNIVERSITY OF TEXAS AT AUSTIN MR. PAT SULLIVAPd RONALD MCDONALD HOUSE RENOVATION UNIVERSITY OF TEXAS MEDICAL BRANCH MR. JIM WALKEP. (409) 772-3582 COMPLETED PROJECTS PRIOR TO 1994 $ ss,ooo $ 22,334 $292,000 $ 44,000 $244,000 FACADE REPAIRS-GAIL BORDEN, CHILDREN'S HOSPITAL MIRCROSBIOLOGY BLDG, MARY MOODY NORTHEN PAVILION AND ANIMAL CARE CENTER $379,339 MR. JIP1 WALKER (409) 772-3582 1201 MAIN STREET SUITE 1619 DALLAS, TEXAS 75202 (214) 653-8366 FAX 653-8388 n ~_, REFERENCES American Restoration Inc. VAN ZANDT COUNTY THE HONORABLE SAM HILLARD, COUNTY JUDGE (214) 567-4071 VAN ZANDT COUNTY COURTHOUSE $ 50,000 UNITED STATES COAST GUARD - MIAMI, FLA MS. ROBERTA GOP~Z (305) 536-5646 LORANCE STATION MASONRY REPAIR, GALVESTON, TX ROSEWOOD PROPERTIES MR. JUNIOR QUINN (214) 871-8500 CRESCENT HOTEL/OFFICE TOWER/VARIOUS JOBS $120,000 HUNT PROPERTIES MR. RAY PETERSON/MR. JIM REYNOLDS (214) 880-1551 THANSGIVING TOWER PLAZA RESTORATION $ 85,000 UNIVERSITY OF TEXAS MEDICAL BRANCH @ GALVESTON MR. JIMMY LEFEVER (409) 772-1588 8TH & MARKET PARKING GARAGE RESTORATION $ 30,000 STRAND PARKING GARAGE(5 MISC BUILDINGS) $150,000 TEXAS DEPT. CORRECTIONS HOSPITAL RESTORATION $100,000 UNIVERSITY OF TEXAS @ AUSTIN MR. EDGAR CAMPBELL (512) 471-3042 SCHOOL OF NURSING RESTORATION $165,000 COMPUTATION CENTER PLAZA RESTORATION $100,000 WELCH HALL PLAZA RESTORATION $ 45,000 1201 MAIN STREET SUITE 1619 DALLAS, TEXAS 75202 (214) 653-8366 FAX 653-8388 n •_~ American Restoration Inc. CENTRAL PARKING SYSTEt4S - DALLAS, TEXAS MR. CAL FRIDDLE 6TH & BOSTON PARKING GARAGE, TULSA, OK THE RREEF FUNDS - DALLAS, TEXAS JEFF SABEL AND/OR ODELL COMBS PLAZA UPGRADE/RESTORATION KIOSK CONSTRUCTION PRECAST GUARD RAIL INSTALLATION GENERAL SERVICES ADMINISTRATION MS. ELIZABETH SIMS RESTORE MASONRY @ FEDERAL BLDG/COURTHOUSE/ TRAINING CENTER, SAN ANTONIO, TEXAS VA MEDICAL CENTER, TUCSON, ARIZONA MS. PAM HAYES VA MEDICAL HOSPITAL REFERENCES (516) 944-8339 $700,000 (214) 745-1701 $900,000 $100,000 $ 90,000 (817) 885-7088 $349,987 (520) 629-4611 $449,982 1201 MAIN STREET SUITE 1619 DALLAS, TEXAS 75202 (214) 653-8366 FAX 653-8388 n •_~ American Restoration Inc. URBAN DESIGN GROUP TULSA, OKLAHOMA HARPER, KEMP, CLUTTS & PARKER, INC. 4131 N. CE1dTRAL EXPWY. SUITE 400 DALLAS, TEXAS 75204 DARROW McSPEDDEN SELLERS, INC. 4055 INTERNATIONAL PLAZA SUITE 320 FT. WORTH, TEXAS 76109 ROY HARPER AIA & ASSOCIATES INC. 4455 N. BRAESWOOD BLVD. HOUSTON, TEXAS 77096 FRENCH ENGINEERING, INC. 15531 KUYKENDAHL SUITE 275 HOUSTON, TEXAS 77090 JARVIS, PUTTY, JARVIS ARCHITECTS 5910 N. CENTRAL SUTTE 100 DALLAS, TEXAS 75206 WISS, JANNEY, ELSTNER ASSOCIATES 3100 PREMIER DRIVE SUITE 200 IRVING. TEXAS 75063 ARCHITECTURAL FIRMS MR. JACK McSORELY (918) 582-6377 MR. GRADY JENNINGS (214) 528-8644 MR. RAYMOND DARROW ((817) 429-0006 MR. ROY HARPER, AIA (713) 668-9989 MR. WARREN R. FRENCH, P.E. (713) 440-8284 MR. WELDON NASH (214) 987-8000 MR. THOMAS ROWE (972) 550-7777 1201 MAIN STREET SUITE 1619 DALLAS, TEXAS 75202 (214) 653-8366 FAX 653-8388 M. JOE DEMPSEY SALES PRODUCTION INNOVATIONS MANAGEMENT UNIQUE APPLICATIONS IN THE FULL RANGE OF HISTORICAL RESTORATION AND SPECIALTY CONSTRUCTION AREAS OF EXPERIENCE EMPLOYMENT EXPERIENCE # Construction Administration In- ~ Specialty Construction and Waterproofing # Remedial Construction ~ Historical Preservation # Budget Management # Planning, Preparing and Presenting Annual Budgets and Working Programs # Organizing and Implementing Comprehensive Corporate Record System # Personnel Training In- * Sales # Production # Management # Management By Objectives (MBO)- # Department Management # Sales Management # Project Management # Branch Management ~ Public Relations and Education ~ Labor Relations and Negotiations # Creation and Supervision of Department Operations # Sales Planning and Development # Contract Negotiations and Administration ~ Wage Analysis Financial Management # Preparing Operations Control # Accounts Payable # Accounts Receivable Recruitment of Personnel In- # Sales ~ Production # Departments # Branch Level Educational Experience (AMA) # Continuing Courses Advanced Business and Construction Management ~ Financial Planning # Quantitative Aspects of Decision Making - the Process of Management EDUCATION College East Texas State University Commerce, Texas Bachelor of Science (Mathmatics and Education) Graduated - 1971 Post Graduate University of Texas - Dallas Richardson, Texas Construction Management Eastfield College Mesquite, Texas Advanced Accounting I & II American Management Association Dallas, Texas Improving Management Skills of the New Prospective Manager American Management Association Phoenix, Arizona Time Management American Management Association New York City, New York Four Unites - Upper Level Management CAREER June 1985 To Present Organized and Developed American Restoration Inc. 1201 Main St., Suite 1619 Dallas, Texas 75202 May 1971 - June 1985 Western Waterproofing Company, Inc. 2660 Freewood Drive Dallas, Texas 75220 Fifteen Years of Experience in Specialty Construction Personnel, Organization and Administration. Seven Years Manager with Full Responsibility in Control of Sales Volume Production of Work Under Contract, Accounting, Including Billings and Collections, Personnel Recruiting, Training and Public Relations. Three Years Salesman Responsiblility to Devise and Accomplish Sales Plan to Achieve Specific Volume of Specialty Construction, Waterproofing, and/or Historical Preservation Business with a Specific Return. Two Years Production Planned, Organized, Hired and Supervised Work Personnel to Meet Job Cost Targets and Achieve Satisified Customers. Two Years Purchasing and Distribution Organized the Shipping and Receiving of Material including the Delivery to Specific Locations. One Year Field Employee Became Familiar with Basic Skills, Applications and Materials to Perform the intended Business of Employer. M. JOE DEMPSEY PERSONAL DATA Born: October 19, 1948 Place: Wills Point, Texas Wife: Gail Children: Julie (Deceased) Janet Blake Residence: 2318 Club Creek Garland, Texas 75043 Telephone: (972) 240-2477 JOHN H. McILVAIN EXECUTIVE VICE PRESIDENT Specialty Construction Management Summary of Capabilities and Work History Specialty Construction Manager with more than 15 years progressive responsiblility, experience and education in all phases of contract negotiations, sales and administration, production planning and supervision, safety and loss control programs including construction insurance requirements. This includes the successful organization, start-up and operation of three contracting firms. Has proven ability in the installation of various membrane and sealant systems and has resourcefully coordinated the engineering, sales and production (installation) of these systems. Has successfully supervised the sale and installation of built-up roof systems, single ply roof systems, single ply roof systems including Ethylene Propylene Diene Monomers (EPDM), Neoprene, Polyvinyl Chlorides, Modified Bitumens, Urethane Membranes and Polyurethane Foam Roofs with Urethane Coatings. Has worked extensively with pedestrain and vehicular deck coating systems for the protection and preservation of Epoxy Coatings, Has completed numerous exterior concrete and masonry waterproofing projects including complete masonry restoration. Has installed major architectural sheetmetal projects and sheet metal in conjunction with most roof installations. Has consistently worked for the establishment of better application standards and the development of more efficient and safer application procedures. Work History 1985 - 1986 J. N. Kent Construction Company Project Manager 1983 - 1985 Massoon, Inc. 312 Petroleum Building Wichita, Kansas Vice President - Successfully completed some $800,000.00 worth of specialty contract work from exterior building restoration. Work History John H. McIlvain 1980 - 1983 W. W. Roofing Systems Inc. 2540 Walnut Hill Lane - Suite 130 Dallas, Texas 75229 Vice President and General Manager Managed-Marketing/Sales activities, contract negotiations and administration, material and equipment purchases, production planning and supervision, inventory control, insurance purchaes and administration, accounting including yearly budgets, quarterly forecasts and monthly profit and loss statements, accounts receivables and legal consultations. Company Volume - 1.5 million in sales and billings per year. 1976 - 1980 Restoration Systems Inc. Wichita, Kansas President/Owner Activities, duties and responsibilities were similar to Lhose outlined with W. W. Roofing Inc. Company Volume - $400,000.00 per year in sales and billings. 1972 - 1976 Western Waterproofing Co. Inc. 1655 Wabash Wichita, Kansas Branch Manager Activities similar to W. W. Roofing description Branch Volume - $300,000.00 in sales and billings per year. EDUCATION - JOHN H. McILVAIN High School Garfield High School Garfield, Kansas Graduate 1965 College Kansas State University Manhattan, Kansas Science Degree Graduate 1970 Post Graduate University of Kansas Lawerence, Kansas Completed 30 hours toward MBA JOHN H. McILVAIN PERSONAL DATA Born: September 18, 1947 Place: Kansas City, Mo. Wife: Nancy Children: Jamie Brodie Residence: 4517 Atlanta Plano, Texas 75075 Telephone: (972) 867-4871