ORDER NO. 31750 BIDS FOR REPAIRS TO FLAT ROCK AND INGRAM DAMS Came to be heard this the 14th day of June, 2010. with a motion made by Commissioner Williams, seconded by Commissioner Letz. the Court unanimously approved by a vote of 4 -0 -0 to: Open bids for repairs to Flat Rock and Ingram Dams: Lassen, Inc. d/b /a Mark Larsen Company, Austin, TX Base bid for Flat Rock $287,598.00 Alternate for flat Rock $323,775.00 Base bid for Ingram $119,620.00 Alternate for Ingram $14,848.20 increase Base bid for both $407,218.00 Base bid for both with alternates $458.243.00 And refer to Freese and Nichols for review and recommendation. 31150 1,‘ COMMISSIONERS' COURT AGENDA REQUEST PLEASE FURNISH ONE ORIGINAL AND NINE COPIES OF THIS REQUEST AND DOCUMENTS TO BE REVIEWED BY THE COURT. MADE BY: Commissioner Williams OFFICE: Precinct Two MEETING DATE: June 14, 2010 TIME PREFERRED: SUBJECT: Open bids received for repairs to Flat Rock and Ingram Lake Dams; authorize referral to Les Boyd, PE, Freese and Nichols for review and recommendation. EXECUTIVE SESSION REQUESTED: NAME OF PERSON(S) ADDRESSING COURT: Commissioners Williams & Oehler., ESTIMATED LENGTH OF PRESENTATION: IF PERSONNEL MATTER - NAME OF EMPLOYEE: Time for submitting this request for Court to assure that the matter is posted III in accordance with Title 5, Chapter 551 and 552, Government Code, is as follows: Meeting scheduled for Mondays: 5:00 P.M. previous Tuesday. THIS REQUEST RECEIVED BY: THIS REQUEST RECEIVED ON: All Agenda Requests will be screened by the County Judge's Office to determine if adequate information has been prepared for the Court's formal consideration and action at time of Court Meetings. Your cooperation will be appreciated and contribute towards you request being addressed at the earliest opportunity. See Agenda Request Rules Adopted by Commissioners' Court. Page 1 of 1 • Bill Williams • From: Amanda Griffin [ang @freese.comj Sent: Wednesday, June 09, 2010 3:18 PM To: edith @virtualbx.com; john @amtekusa.com; adavis @isgft.com; Lcobb @cdnews.com; jweir @aecoi.net; gary.griffin @kivainc.com; mike @mikelarson.com; tweitich @allenkellerco.com; dthompson @epoxydesign.com; chart mom @yahoo.com; Brad Bechtol; bwilliams @co.kerr.tx.us Cc: Les Boyd; Tina Stanard Subject: KRC10157 Addendum No. 2 Attachments: Addendum No. 2.pdf Attached is the Addendum No. 2 for Kerr County — Flat Rock Dam and Ingram Dam Concrete Cap Void Grouting project. The engineers estimate has been revised and is now $250,000 to $300,000. Thanks, Amanda Amanda Griffin 10814 Jollyville Rd, Bldg 4 Suite 100 Austin, Texas 78759 p 512.617.3100 I 512.617.3101 Freese and Nichols, Inc. This electronic mail message is intended exclusively for the individual or entity to which it is addressed. This message, together with any attachment. may contain the sender's organization's confidential and privileged information. The recipient is hereby notified to treat the information as confidential and privileged and to not disclose or use the information except as authorized by sender's organization. Any unauthorized review, printing, retention, copying. disclosure, distribution, retransmission, dissemination or other use of, or taking of any action in reliance upon. this information by persons or entities other than the intended recipient is prohibited. If you received this message in error, please immediately contact the sender by reply erpail and delete all copies of the material from any computer. Thank you for your cooperation. 06/10/2010 • INVITATION FOR BIDS Kerr County is soliciting bid proposals for the construction of the following project: Flat Rock Dam and Ingram Dam Concrete Cap Void Grouting Bid proposals must be delivered to County Courthouse, Room 200, 700 Main St., Kerrville, Texas no late than 9:00 a.m. an June 14, 2010 to be accepted. The bid proposals will be publicly opened and read aloud at this time and place. Bids received after this time will be returned unopened. Address bid proposals to Mr. Pat Tinley, County Judge, Kerr County. To submit a bid, Contract Documents must be purchased at the offices of Freese and Nichols, Inc. at the' following address: Freese and Nichols, Inc. 10814 Jollyville Rd., Bldg 4, Suite 100 Austin, texas 78759 Attention: M. Leslie Boyd, P.E. The cost for Contract Documents is $50.00 per set. The cost of Contract Documents is not refundable. Submit check, cashier's check or money order for payment. Cash will not be accepted. Contract Documents are on file and may be examined without charge in the offices of the Kerr County Courthouse, 700 Main St., Kerrville, Texas. A non - mandatory pre -bid conference for the project will be held on May 26, 2010 at 11:00 a.m. at the County Courthouse in the Commissioner's courtroom. Direct questions regarding distribution of Contract Documents for this project to Freese and Nichols, Austin office at (512) 617 -3100. Direct questions related to the design of the project to M. Leslie Boyd, P.E.. Written questions may be submitted to the address shown above or you may phone (512) 617- 3100. This project includes void grouting beneath concrete caps on two dams in Kerrville. Bidders must submit a cashier's check, certified check, or acceptable bidder's bond with their bid proposal as a guarantee that the Bidder will enter into a contract for the project with the Owner within fifteen (15) days of Notice of Award of the contract. The security must be payable to Kerr County in the amount of five (5 %) percent of the bid submitted. Contractor must execute the contract, bonds and certificates of insurance on the forms provided in the Contract Documents. Contractors for this Project must pay no less than the prevailing wage rates for the area established by the Owner and included in the contract documents. Performance and Payment Bonds are required. Kerr County reserves the right to adopt the most advantageous interpretation of the bids submitted. In the case of ambiguity or lack of clearness in stating bid proposal prices, Kerr County reserves the right to reject any or all bids, and /or waive formalities. Bids may not be withdrawn within sixty (60) days from date on which bids are opened. Kerr County Judge Pat Tinley Invitation for Bids Addendum No. 1 00020 -1 00300 BID PROPOSAL Date:) OK CD PROPOSAL OF LASSEN INC DBA MIKE LARSEN CO , a Corporation organized and existing under the laws of the State of Texas . TO: Kerr County Go Commissioners Court 700 Main Street Kerrville, Texas 78028 PROPOSAL FOR: Flat Rock Dam and Ingram Dam Concrete Cap Void Grouting The undersigned Bidder has carefully examined the Invitation for Bids, Instructions to Bidders, this Proposal, the Supplemental Conditions, the form of Contract Agreement and Bonds, the General Conditions of the Agreement, the Specifications, the Drawings, and the site of the work, and will provide all necessary labor, superintendence, machinery, equipment, tools, materials, services and other facilities tb complete fully all the work as provided in the Contract Documents; and will execute the contract and bonds in the Contract Documents upon formal acceptance of his Proposal for the following prices: BASE BID ITEMS FLAT ROCK DAM ITEM Unit Bid Price in Dollars and Name of Pay Item Unit Quantity Words AMOUNT BID 1 -A Mobilization and LS 1 �' lht /�( f Demobilization �r ors and )7 Cents Per Unit $ - 7,7b/ ''/ 2 -A Grout Plant Operation DAY 250 ollars and 66 / C n is Per Unit $ 5b4" 0 3 -A Grout Hale Drilling Concrete EA 575 Dollars and 7fl nts Per Unit $ l47S2 $ XS tj -- PiA LL " 4 -A Portland Cement for Grout BAG 8,250 ! t.a fLJCDollars and 0 Cents Per Unit $ !VI ' )1 5 -A Care of Water LS 1 40 '" Dollars and Cents Per Unit $ e Flat Rock Dam Subtotal Base Bid (Bid Items 1 -A through 5 -A) $ 2Q$ tag Bid Proposal 003001 • `t ALTERNATE BID ITEMS FLAT ROCK DAM ITEM Unit Bid Price in Dollars and Name of Pay Item Unit Quantity Words AMOUNT BID 6 -A Sand for Grout CWT 5,340 Dollars and 5�12-E-Cents Per Unit 1,2 Flat Rock Dam Subtotal with Alternate Bid (Bid Items 1 -A through 6 -A) $ rp2 �-7 C BASE BID ITEMS INGRAM DAM ITEM Unit Bid Price in Dollars and Name of Pay Item Unit Quantity $ ��L�����,p-r, s AMOUNT BID 1-B Mobilization and LS 1 dll Dollars and Demobilization J Cents Per Unit $ ()C5 $' 2 -B Grout Plant Operation HR 100 Dollars and f� /� ei,I Cents Per Unit $' ')- 1175 3 -13 Grout Hole Drilling Concrete EA 265 � Dollars and el,, lV Cents Per Unit $41' $11/461W Tc) C) 4 -B Portland Cement for Grout BAG 3,250 Dollars and i 1 61 . O11� Cents Unit $ �7) 7b .4 5 -6 Care of Water LS 1 Dollars and Cents Per Unit $ 354 Ingram Dam Subtotal Base Bid (Bid Items 1 -B through 5 -B) $ \ 7 r NO Bid Proposal 00300 -2 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO For vendor or other person doing business with local governmental entity fur ga.dwurtn rrtck Omens ends S trw Yr by NZ. 1451. ter Law. waster Sagas. aFFCEUSECINLy Tlis questionnaire is bong Ned ill accordance with Chapter 176, Lord Government Cade ore limner by a prim who has a business rebrionship as defined by Section 776.031(1-a)wih a local governmental entity and the person meets regiir ernenls undo Section 176.006(x). By lanais questiorrthe must be lied lert♦te records ekniuskatr of the local memoranda! May not later then the 7th business day slier the date the person becomes awn of tins that require the statement lo be Ned. See Section 170.008, Loral Government Code A person commie an offense if the person knowingly violates Section 178.006. Local Government Code. An offense order this section is a Class C misdemeanor !.1 Mane of person who hese baskiess ret iorshgwith toot poserserial entity ❑ Check this ben if you re ling an update to a previouslyned questimrde (The law recurs thud you Me an updated completed qt sttornake with the appropriate filly authority not late that the 711 busiwas day aim the dye the capitally Bed queskeara:e becomes incomplete or ihacetrate.) J Nane of local povemeert otter with whoa filer has employment cc Imsisevv. relationship. Name of Other '. This sedan (kern 3 including subparts A, B. C i D) mar be completed for each officer with whom the filer has an empbyrnek or other business relationship as defied by Semen 178101(1x). Local Goverment Code. Attach addittocl pages to this Farm CIO as neressay. '.. A. Is the loot goverment drier named n this section receiving ra likely lo rewire taxable Warne, ore than invabmk herons, khan the Bled the quedeiabe? � B. Is the Oa of the questonnairrr��{ // /recce g or likely to receive tale imam the trot investment tanner, from rr at the tlkerian of the local government officer named n ttis section AND 0* taxable income is not received hum the local governmental et yes P No C. Is the Her of this ques lmat employed by a oaporabon at other business wily with respect to Mich the local government alien selves as wt °ricer or director or holds at ownershp at 10 percent or nee? n Yes Mtn° D. Desoihe each empkryrnest or Wanes rdakwship with the kid 1pvemhera racer vied in this seeiii. 9phalm or perm wdhers wen ne gmeelnlan any Dale Atop- t5v2Sr7ID7 , Bid Proposal 00300 -10 CONTRACTOR COMPLIANCE TO TEXAS SALES TAX CODE Comply with all requirements of the Texas Sales Tax Code. The Contractor hereby certifies that the Contract Amount is divided as follows: Material incorporated into the Project (resold to the Owner as defined in Tax Code) $ All other charges and costs $ Total* $ ' The total must equal the total amount of the Contract. CONTRACTOR: " ASSta i t3<- DRP M 1 KE LP RSC- N Co B N.,... 1111111 4-‘0, 11111111111b. Company (please print) (signature of au hors ed person) ( 110'1 SA 1 -1 - 1 ST STE -. Title:C4 \CF. MAOA {2 < {{ Address NV ')a7 City State Zip THIS FORM SHALL BE EXECUTED AT TIME OF EXECUTION OF CONTRACT AND MADE A PART OF THE CONTRACT. Note: 1. The Total Amount of Bid for Materials and Services must equal the sum of the Total Amount Bid for Materials and the Total Amount Bid for Services as well as the sum of all individual bid items. 2. Materials are those items which are tax exempt and are physically incorporated into the facilities constructed for the OWNER. Materials include, but are not limited to, purchased items such as pipe, embedment, concrete, manholes, asphalt, roadbase, machinery, and equipment, etc. 3. Services are those items which are not tax exempt and are used by the CONTRACTOR but are not physically incorporated into the OWNER'S facilities and /or items that are consumed by construction. Services include, but are not limited to, supplies, tools, concrete forms, scaffolding, temporary buildings, the rental of equipment, skill, and labor, etc. Bid Proposal 00300 -9 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non - resident bidders. This law provides that, in order to be awarded a contract as low bidder, non- resident bidders (out -of -state contractors whose corporate offices or principal place of business are outside of the state of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder; would be required to underbid a non - resident bidder in order to obtain a comparable contract in the state in which the non - resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out -of -state or non - resident bidders in order for your bid to meet specifications. The failure of out -of -state or non - resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the blank in Section B. A. Non - resident vendors in (give state), our principal place of business, are required to be, percent lower than resident bidders by state law. A copy of the statute is attached. Non - resident vendors in (give state), our principal place of business, are not required to underbid resident bidders. B. f Our principal place of business or corporate offices are in the State of Texas: BIDDER: `f— 44 r a • By: Th di-e( ( -L f0 Company (please print) ?D Giftnl�t �- � Signature: � �/ A � is 7 07 Title: MC — City State Zip (please print) THIS FORM MUST BE RETURNED WITH YOUR BID Bid Proposal 00300 -8 A Joint Venture By (SEAL) (Name) (Address) By 4 (SEAL) (Name) (Address) Phone Number and Address for receipt of official communications - (Each joint venturer must sign. The manner of signing for each individual, partnership and corporation that is a party to the joint venture should be in the manner indicated above). NOTE:Do not detach bid forms from other papers. Fill in with ink and submit complete with attached papers. Bid Proposal 00300 -7 A Partnership B y (SEAL) (Firm Name) (General Partner) Business address: Phone No.: A Corporatio n / � e' _ By track- 7 &Ju 'e 1b4 y2'1 / tc' - A w- (SEAL) (Corporation Name) (State of Incorporation) By (� t C l L- J (.'A) (SEAL) (Name of Person Authorized to Sign) Pao �r (Title) (Corporate Seal) Attest lb-Ar - �� ,1 - G (Secretary) Business address: 4)o) N r / 4q-,,-, / n PhoneNo.: Sf 1 zi - 6 D( Jr 7-- 7750 Bid Proposal 003004 ALTERNATE BID ITEM DESCRIPTIONS Alternate Pay Item 6 -A and 6 -B "Sand for Grout" 1. Measurement: Measurements shall be the actual number of one hundred weights of sand used as directed by the Engineer. 2. Payment: Payment for sand for grout material shall be at the cost bid per one hundred weight (CWT), which payment shall constitute full compensation for all costs of purchasing, hauling, and handling each CWT of sand utilized in the grouting operation. Unused sand shall be returned to the supplier at no cost to the Owner. NOTE: Bidder, upon Award, shall provide Payment and Performance Bonds in accordance with State of Texas statutes depending upon the amount of the Bid. Cost of bonds shall be included in Item 1 as a subsidiary cost. The undersigned bidder will execute the Contract Agreement within fifteen (15) calendar days after receiving a Notice of Award and will furnish approved bonds and insurance as required by the Contract Documents for the faithful performance of the Contract. The attached bid security in the amount of five (5) percent of the amount bid is to become the property of the Owner as liquidated damages for the delay and additional work caused by the failure of the bidder to enter into a contract in the event the Contract Agreement and bonds are not executed within fifteen (15) calendar days. The undersigned agrees to substantially complete all work covered by these Contract Documents within 90 consecutive calendar days from the day established for the start of the work in a written Notice to Proceed. Final Completion of the project shall be achieved within 30 days of the Substantial Completion date. The date established for the start of work will be not less than ten (10) days and not more than thirty (30) days after the date of the Contract Agreement, except by mutual agreement of the Owner and the Contractor. Receipt is acknowledged of the following addenda: DATE BY Addendum No. 1 S/>-1 /3o / Addendum No. 2 /o // "on, Addendum No. 3 Addendum No. 4 Addendum No. 5 Addendum No. 6 SUBMITTED on '574 n!& «f , 20 State Contractor License No. Ny4 If BIDDER is: An Indiv'• -I By (SEAL) (Individual's Name) doing business as A Business address: Phone No.: Bid Proposal 00300 -5 BASE BID ITEM DESCRIPTIONS Pay Item 1 -A and 1 -B "Mobilization and Demobilization" 1. Measurement: No measurements are required. 2. Payment: Payment for mobilization and demobilization shall be at the cost bid per lump sum (LS), which payment shall be full compensation for mobilization and demobilization and all incidentals necessary to provide a completed project. The amount bid for mobilization and demobilization shall include all incidental items necessary to complete the work as planned. Cost for bonds shall also be included in this pay item as a subsidiary. Pay Item 2 -A and 2 -B "Grout Plant Operation" 1. Measurement: Grout plant operation shall be measured by the hour for each hour the pump and grout plant are processing /delivering grout. 2. Payment: Payment for grout operations shall be at the unit cost bid per hour (HR), which payment shall constitute full compensation for all costs of furnishing the labor, equipment, and materials (excluding cement) for: handling, mixing, monitoring, cleanup, and superintendence for pumping grouts into the voids located beneath the concrete caps of the dams and into the drill holes described in Item 3. Grout material shall be paid separately under Item 4. Pay Item 3 -A and 3 -B "Grout Hole Drilling Concrete" 1. Measurement: Measurement shall be the actual number of holes drilled and grouted as directed by Engineer. 2. Payment: Payment for grout hole drilling concrete shall be at the cost bid per each (EA), which payment shall constitute full compensation for all costs of furnishing the labor, equipment, cleanup and materials for: drilling grout holes approximately 8 , inches deep through the concrete structure. Grout material shall be paid separately under Item 4. Pay Item 4 -A and 4 -B "Portland Cement for Grout" 1. Measurement: Measurements shall be the actual number of bags of cement used as directed by the Engineer. 2. Payment: Payment for portend cement for grout material shall be at the cost bid per bag (BAG), which payment shall constitute full compensation for all costs of purchasing, hauling, and handling each 94 pound bag utilized in the grouting operation. This item shall also include anti - washout additive and non -shrink additive. Unopened /unused bags shall be returned to the supplier at no cost to the Owner. Pay Item 5 -A and 5 -B "Care of Water" 1. Measurement: No measurements are required. 2. Payment: Payment for care of water shall be at the cost bid per lump sum (LS), which payment shall constitute full compensation for all costs of sandbags or other containment measures around voids and to accommodate the waste materials from grouting operations. This item shall also include handling /diverting /pumping any water interfering with grout operations including diversions necessary to perform work on the spillway. Bid Proposal 003004 ALTERNATE BID ITEMS INGRAM DAM ITEM Unit Bid Price in Dollars and Name of Pay Item Unit Quantity Words AMOUNT BID 6 -B Sand for Grout CWT 2,190 Dollars and �/� SB� vr / C ents Per Unit $,'4 ee `TPA' Ingram Dam Subtotal with Altemates Bid (Bid Items 1 -B through 6 -B) $ y-o TOTAL Base Bid y�$ TOTAL Base Bid with Alternates $ . t' b -7 Bid Proposal 00300 -3 Mike Larsen Company Austin — San Antonio — Dallas /Ft. Worth - Houston Attention: Mr. Leslie Boyd Re: Flat Rock and Ingram Dams Void Grouting Subject: Grout Plan Lassen Inc will provide insurances, equipment, labor and materials necessary for the completion of the following: I. Lay out of Void Spaces; A. Sound concrete cap and downstream slope for voids by hammer and chain dragging method. B. Map all voids with marking paint and or chalk by outlining the perimeter of the void space C. Mark all Grout holes for drilling II. Drill Grout holes III. Pump Clean Water into Grout areas and measure total water consumption to verify possible grout consumption IV. Pump grout A. Mix grout and take samples at each mix - during a "Mock Up" B. Run Flow Cone Parameters C. Make 2'x 2" break cubes V. Production Grouting A. Pump Grout from bottom up or perimeter inward toward center of void space B. Hold Pressure once full to 5 psi for 2 hours C. After Initial set shave grout heads at holes and finish face VI. Continue Operation until voids are filled and complete clean up A. Contain dirty water /diluted grout during grout operation and dispose of off site. I I If you have any questions please call Mike Larsen at 512- 825 -7750. Thank you, d Michael L Larsen 06/14/10 4202 Santiago, Suite 2 8:51 AM Phone: 512- 441 -5800 Austin, TX 78745 Fax: 512- 441 -5805 E -mail: mike @mikelarsenco.com Contractor's General Information Organization Doing Business As tk\ \ \ t LA IkSEV ) Co m PA r Business Address of Principle Office 4' o'', S A rJ C f j\ (oO ST 5'T F A OST ii,J - Tv 187 Telephone Numbers c, t 2 R Main Number S 1 a L i-1 Fax Number, > ') t y\ E$ G S Web Site Address J P1/4 Form of Business (Check One) A Corporation A Partnership An Individual If a Corporation Date of incorporation (\C� -(mac `a.o o tx _ State of Incorporation E )C AS Chief Executive Officer's Name (h c\-\ C et_ 12-1 tC 1J 1 A R e n President's Name M t c }\ v & Z Ly j p t_A RS e N >J� Vice President's Name(s) Secretary's Name M 1 C1--“V€ l . 1- -> LA Q5 i 11J Treasurer's Name r,11 < \-\A L. >J L A R If a Partnership Date of Organization /� State whether partnership is general N y`` or limited , r If an Individual Name Business Address //4 Identify all individuals not previous!v named which exert a significant amount of business control over the organization i• Ct)R E - SC)L6 - PRo\R ■ n Indicators of Organization Size Average Number of Current Full Time Average Estimate of Revenue for .} l' Employees 1 the Current Year - P1 I L Statement of Qualifications 00450-2 Contractor's Organizational Experience Organization Doing Business As MIKE LA RS co 4'002 SAfc3T A / _>& s ; sip —. Business Address, of Regional Office p 0S Name of Regional Office Manager ■ tZ E L , RS e N Telephone Numbers Main Number', 5''1. 4 gQ� Fax Number cs 1 2 t } t S g (Th Web Site Address, Organization History List of names that this organization currently, has or anticipates operating under over the history of the organization, including the names of related companies presently doing business: Names of Organization From Date To Date j � A L.A\1S Lis,sse }iJ� flgA cc) List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization Percent Ownership N/N (13 lA.oL12m m\Kk 7 ARse13 Construction Experience Years experience in projects similar to the proposed project: As a General Contractor ( R As a Joint Venture Partner Has this or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? IJ If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization been released from a bid or proposal in the past ten years? If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever been disqualification as a bidder or proposer by any local, state, or federal agency within the last five years? N) O If yes provide full details in a separate attachment. See attachment No. Is this organization or your proposed surety currently in any litigation or contemplating " litigation? Y If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever refused to construct or refused to provide O materials defined in the contract documents? If yes provide full details in a separate attachment. See attachment No. Statement of Qualifications 004504 Mike Larsen Company Austin • San Antonio • Dallas / Ft. Worth • Houston June 09, 2010 Re: Ongoing Litigation My company is approximately three quarters through the process of resolving a baseles$ lawsuit brought against my company in 2008 by a former employee. This matter is expected to be favorably resolved in Oct 2010. The details are as follows: I frequently contract with individuals to provide estimation services. In early 2008 I briefly engaged the services of an individual as an estimator. This individual's services did not meet acceptable performance criteria; the business relationship was terminated after three months. Rather than recognize his own shortcomings and inability to perform the full scope of work I require, the individual was extremely bitter at me personally for terminating our relationship and not offering him further work. He obtained the services of a commission -based attorney and filed suit against my company and me personally for a percentage of earnings from a project he worked on. I have refused to settle with this individual from the outset given the allegations are baseless and without merit. As a result, the matter has dragged on for over two years and will not be settled until this October. I expect full vindication and validation that his services were properly terminated for cause and he was generously paid for what little work he actually performed. If additional information is required, please contact my attorney: Ms. Beverly Landers, Beverly Landers Law Office, P.O. Box 434 Del Valle, Texas 78617; phone: 512- 247 - 4115; email: Bevlandlaw @aol.com. Michael Lynn Larsen 4202 Santiago, Suite 2 Phone: (512) 441 -5800 Austin, Texas 78745 Fax: (512) 441 -5805 E -mail: mike mikelarsenco.com A k m e ,.s t` Contractor's Proposed Key Personnel Organization Doing Business As (� t , A i n T L f �'\ Co Proposed Project Organization Provide a brief description of the managerial structure of the organization and illustrate with an organizationa cart. Include the tjl fMPr-O C. A CU Sk- cc, lj \tf \ci\T3Or)c, U e" ,>= xQs&.c t CtV FIttO %09e ,,; Er' *, Provide a brief description of the managerial structure proposed for this project and illustrate with ar organizational cart Include the title and names of proposed key personnel and alternates. Include this char) at an attachment to this description. See attachment No. `1 -tar) N C4. -111- suP+r ic of in \ZJ LARStE0 6-3;cN cn S�R�S i 1 -16 , 1 ARQ p Po t A 1rlAr so \3rT pt?sTA-Tc4 t_13— ks o‘) LOC stvctAZ suppekr toga, P^lst mis. i p3C?✓ S AvS ar &LZ T h\E �Tt� (.. t T( -ecvc o\J S ITS PREe tYl i u' C crokria" )Pit5 PNO Q�e.�r R (, ?yucA Experience of Key Personnel Provide information on the key personnel proposed for this project that will provide the following key functions. Provide information for candidates for each of these positions on the pages for each of these key personnel Also provide biographical information for each primary and alternate candidate as an attachment. The biographical information must include the following as a minimum: technical experience, managerial experience, education and formal training, work history which describes project experience, including the roles and responsibilities for each assignment, and primary language. Additional information highlighting experience which makes them the best candidate for the assignment should also be included. Role Primary Candidate Alternate Candidate Project Manager M\ \ LARSE Aa 0 t✓ io t RtCA e'" Project Superintendent rtl \K' t -AR -SK.t - tnA ,o scw-Sf , - k Project Safety Officer svl - • AR 1► = ' �' ' Quality Control Manager EVs`.i3, If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this project, indicate ho* time it to be divided between this project and their other assignments. Statement of Qualifications 004604 • L C Z r+ CO 4:t _ L C CY i a) (i� - 0 0 — o )4 2 E dam. YU 0 c m °7 °` • 2 I � �" 2 0 _ o c . 0 C _� � c E .0 i U d *k CO r m 6I L N U \ I O CR N J a a c - H V — �� o � � UU U J C 2 ul O N no 4t To y ��o L I o y U 00 o o� • r � o ~ c N � m N U 0 c a J ti — a c m \ I L - c Z a`>c — N W � aa N i C w d r CO D C. a C I a J t (d J co D (.) U \ l ! TTrAcR Mt `Z C 0 l 1 / 1 U n 7 O � _ L O Q c O , t m m C W a O oN .5 CD c� a) > • C Q A E c M+-0 Z.3 L O t ', Ctli N � � Yv O ct V _ 0 O t CU g a- 0 1 cn 0) C OW co 3 3 L d o � � O 1 — . \ i U L O J C ° N 0" CD -10 N in Y N CO . O O i cm c C O . — = = 4--+ Q 0 CD y a c . 0 co- O L it m 0 .c O W - � N °� — Ce a " ` C (0 CL C.3 c' C n to N V J O e .c as <0o o N Y .cb � O� V a iiU V V 2 • co o O W 1 • 0 Z l \ l A1TAC!4 l` \ L N.,- 3 Mike Larsen Company Austin • San Antonio • Dallas / Ft. Worth • Houston June 09, 2010 Re: Key Personnel Roles; Project Safety Manager and Quality Control Manager Mr. Mike Larsen and/or Mr. Antonio Mejares will be on -site whenever work is being performed. Given their extensive backgrounds in performing this type of work, they will be active in both on -site operations and actual application of materials to ensure the work is performed efficiently, safely and with the proper mixture of materials and application technique(s). Both Mr. Larsen and Mr. Mejares are fully - qualified individually and collectively to perform all functions required of Project Manager, Project, Superintendent, Project Safety Officer and Quality Control Manager. Mike Larsen is a NACE - certified inspector and has worked as an inspector or field superintendent, safety officer, and /or quality control manager for some of this nation's most prestigious projects, to include the Getty Center, Ronald Reagan Presidential Libray, Nixon Presidential Library, and historic sites throughout Texas. Antonio Mejares obtained a Management Degree from the Universidad del Valle de Mexico while performing project management, superintendent, safety officer and quality management functions for COPROMEX (www.copromex.com.mx) -- Mexico's leading coatings and grouting company. The safety record of Lassen Inc. DBA Mike Larsen Company is most - favorable with the company enjoying one of the lowest workman's compensation rates in Texas due to its excellent safety program. Between routine classes, field reviews and constant reinforcement of safety in the field- -with a proactive approach that allows even a general'' laborer to stop site activities when an unsafe condition is observed -- Lassen Inc. DBA Mike Larsen Company is proud of its teamwork approach to safety. It is an asset we cherish for it is one way we ensure we take care of our employees. Lassen Inc. DBA Mike Larsen Company is also known for its quality control. Surface preparation and proper material mixing is critical to a quality application. Quality control focuses on these aspects help ensure a high - quality application that meets or exceeds engineering requirements. Michael Sc eiern 4202 Santiago, Suite 2 Phone: (512) 441 -5800 Austin, Texas 78745 Fax: (512) 441 -5805 E -mail: mike mikelarsenco.com /A T AL Ain 1w� Proposed Project Managers Organization Doing Business As r l ea Ck y-t Z Name of Individual ill ,GI/ii 1 ge m Years of Experience as Project Manager 3S Years of Experience with this organization / 0 Number of similar projects as Project Manager 36 Number of similar projects in other positions app - l"' Current Project Assignments Name of Assignment Percent of Time Used Estimated Project for this Project Completion Date (innilioN - t - "v11Pfr - gil/Tr 2CTO '1/43 it.-e PoT0 L,4e —g lAn)b A's 4rhon 244 / 1) '2e Y'12f)� O/ 0 5. 7" -tin: Nr -- ��• s . - —' -, sy tuna- Reference Co - ct nfor ation (listing names indicates approval to contacting the na'es i r iduals as a Name ifttimorrimam. Name liri .� .. Title/ Position P qt ' w Title/ Position '( r'n)L O •anization �' - Onanizationa ,,, p/ Tele. • ne Ifs Telephone [s,1GII E-mail ' i �. Candidate role Doc )elit= key_ M &r elm_ Candidates role on Pro'ect on Pro'ect p r1'a� �� Alternate Candidate Name of Individual A+To i r c, M E3 ARE S Years of Experience as Project Manager 7 Years of Experience with this organization , Number of similar projects as Project Manager 1 00 I Number of similar projects in other positions Spo 1 Current Project Assignments Name of Assignment Percent of Time Used Estimated Projectt for this Project Completion Date LA Ada 5 Inn 1ZI=‘51 1. I Ts' 0r.»7.c t0 BF Aui'nm4 1 soR -AA< -1 WT SZ i0 ZI)nYt. Reference Contact h (listing names indicates approval to contacting the names roar duals as a reference) Name • L ST O ' Name Title/ Position jli��■my ;lLtat=ne Title/ Position r Organization et a RO cne % Organization Telephone 7)1\ SS S(3 I tat-N_ Telephone E-mail E -mail Project M n1 S't e•f f Project Candidate role � Candidate role I �Zo �R on Project lt3 (rr' , ' 1 on Project Statement of Qualifications 004504 Proposed Project Superintendent Organization Doing Business As fl4 - Name of Individual fl t -i/WE ( j— LAIL -5 Years of Experience as Project Superintendent D-2 ki Years of Experience with this organization f 0 /4C-740-4, Number of similar projects as Superintendent 3g Number of similar projects in other positions 7.00 -- Gj t2-o& , Y s Current Project Assignments / Name of Assignment Percent of Time Used Estimated Project for this Project Completion Date b - Cerfrt r n„ji 51/Z4 tc c? A/re ,o Clidif t ao /q tiia-140t4 E1-F6 97n l fiAeAc_ /0 0 70 I4. 4, O/2 I Reference Contact Information (listing names indicates approval to contacting the names individuals as a' reference) Tame r{ � 1 le--C41 ' eMf OIA s Name I ,aa � l Title/ Position I : ) s� O Title/ Position l� c�- c O eanization i•> -sue. , L. , �.0 Or.anization s G„ t ,., r 'at -fli j� of Telephone ',�,,, '''' // Telephone E-mail re wet/A Ns E-mail 7 5 ;;- P/ ✓ /bqS 1 Project Project Candidate role Candidate role on Pro' on Pro 1 Name of Individual o N i G (\l ; `S iMk 2 - I Years of Experience as Project Superintendent Sim F. 1\ j aJ c s C - C J c KZ 1 tU c Years of Experience with this organization , Number of similar projects as Superintendent Number of similar projects in other positions Current Project Assignments � Name of Assignment Percent of Time Used Estimated Projecd for this Project Completion Date Reference Contact Informatsor (li stng names indicates approval to contacting the names individuals as a reference; Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone l E-mail E-mail Project Project Candidate role Candidate role on Project on Project Statement of Qualifications 00450 -8 Proposed Project Safety Officer Organization Doing Business As % KO L4uj� n) Cjy� Name of Individual / o L ei t c4J Years of Experience as Project Safety Officer }� Years of Experience with this organization / n Number of similar projects as Safety Officer ?- -t Number of similar projects in other positions i ,-c- 6-c 4 & /mi ycri'L Current Project Assignments Name of Assignment Percent of Time Used Estimated Project " for this Project Completion Date -A titcg4 ,4M Sr'Lkci& Mc_ Ili i 7o u t t ` f , ao,"o Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name -yg Name Titre/ Position O ) fiery. � d�- Title/ Position Organization Organization Telephone Telephone E-mail E -mail Project Project Candidate role Candidate role on Pro act on Pro'ect Al:emate Candidate Name ofIndividual \O f` Years of Experience as Project Safety Officer t_, IQ i..)5 Rr i U Q Years of Experience with this organization Number of similar projects as Safety Officer Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used Estimated Projectl for this Project Completion Date Reference Co sst Info IIsting names indicates ap.nval to ccntact ng the names individuals es a reerence Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role Candidate role on Project on Project Statement of Qualifications 004504 Proposed Project Quality Control Manager Organization Doing Business As ( GD Name of Individual lll1? - .h q- f L ( C Years of Experience as Quality Control Manager 4 Z� r Vi ID LeiS Years of Experience with this organization Number of similar projects as Quality Manager aoo-}- i Number of similar projects in other positions - Q_CoC>k-- Current Project Assignments 1 Name of Assignment Percent of Time Used Estimated Project for this Project Completion Date Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Name Title! Position Title/ Position Organization Organization Telephone Telephone 1 E -mail E -mail Project Project I I Candidate role Candidate role on Pro'ect on P .'ect i Aiternate Candidate Name of Individual {JN i Q N 1 cm CX S �kZ. <, Years of Experience as Quality Control Manager S k. P Rk I d 1ct2 i r'SCI -ti r Years of Experience with this organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used Estimated Prole for this Project Completion Date Reference Con Information (listing names indicates anpr to contacting the names individuals as a reference) Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E -mail E -mail Project Project Candidate role Candidate role on Project on Project Statement of Qualifications 00450 -8 Contractor's Project Experience and Resources Organization Doing Business As s- 1..-744 -z>J CO/Ls Provide a list of major projects that are currently underway, or have been completed within the last ten years on Attachment A Provide a completed Project Information form (Attachment B) for projects that have been completed in the last five years which specifically illustrate the organizations capability to provide best value to the Owner for this project. — St G— .4 Clb Include a completed Project Information form (Attachment B) for projects which illustrate the experience of the proposed key personnel. Provide a description of your organizations approach to completing this project to provide best value for the Owner. Including a description of your approach in the following areas: 1. Contract administration 2. Management of subcontractor and suppliers 3. Time management 4. Cost control 5. Quality management 6. Project site safety 7. Managing changes to the project 8. Managing equipment 9. Meetin. HUB / MWBE Partici. -tion Goal Equipment Provide a list of major equipment proposed for use on this project. Attach Additional Information if necessary Equipment Item Primary Use on Project Own B Lease • crt - 04 cico Q t. y- Kn �� - v,. L, 7 .>. � /. � 41 , d A r - a - 7 e-F 'ai 1 • >Y'T%r`r • i !� ,r '- 7• ii 4— Port— DR-,t 4 s.'hs f 1Olc- �> poor %..i.� '' A r.. ass .r � . � d � �• ' .' gip :Jar' 11 -7W.,,St7678111111FM1 - . i. kil as , o rl'� ,.a IMO Division of Vilcrk between Organization and Subcontractor What work will the organization complete using its own resources? It) m. -eplw, - row 7'11415/ 6Pwir ✓sifX1h 1w6),4tnp/w ?Jac alb KP, What work does the organization propose to subcontract on this project? por e' ` SELF 9 cRS O42 , ec Statement of Qualifications 00450 -9 Contractor's Subcontractors and Vendors Organization Doing Business As — CO CO i� P roject Subcontractors Provide a list of subcontractors that will provide more than 10 percent of the work (based on contract amounts Name Work to be Provided Est. Percent HUB/MWBE _ n of Contract Firm w2 5 ighA Per i Provide information on the proposed key personnel, project experience and a description of past relationship and work - 4.erience for each subcontractor listed above usi • the Project Information Forms. Equipment Vendors Provide a list of major equipment proposed for use on this project. Attach Additional Information if necessary Fumish HUB /M Vendor Name Equipment / Material Provided Furnish and WBE Only Install Firm /11/0/ 1 00- DUtiti Statement of Qualifications 00450 -10 val 21,-,-,,*- P71 D 0 1111 , F ,,_,_D N tachment A Current Projects and Project Completed within the last 10 Years 4 41 Project Owner I I Project Name I � General Desorption of Project Project Cost 1 1 Date Project Completed Key Project Personnel Project Manager Project Safety Officer Quality Control Superintendent Manager Name Reference Contact nib metion (fisting names Indicates approval to contacting the names Individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer , ConsWction Manager Project Owner I 1 Project Name 1 General Description of Project: Project Cost 1 1 Date Project Completed 1 Project Key Project Personnel Project Manager Superintendent Safety Officer Quality arr r Control • Name Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner 1 Designer Construction Manager Project Owner I I Protect Name General Description of Project: Project Cost 1 1 Date Project Completed Key Project Personnel Project Manager Project Safety Officer Quality Control Superintendent Manager Name Reference Contact Infomnation (listing names Indicates approval to contacting the names individuals as a reference) Name ' Title/ Position Organization Telephone E-mall Owner Designer Construction Manager Statement of Qualifications 00450 - LASSEN Inc. - dba Mike Larsen Co Austin — San Antonio — Dallas/Ft. Worth - Houston COMPANY BIOGRAPHY Thank you for considering Lassen Inc., dba Mike Larsen Company for your project construction needs. We are a full service General and Specialty Contracting firm that self performs and specializes in Grouting, Corrosion Control and Protection, Structural Steel Demolition, Erection and Repair, Grading/earthwork, Site Utilities, Concrete and Concrete repairs, Building Envelope repairs, Consulting, Construction management and Analysis. Our markets include Water/Wastewater, Institutional, Commercial, Highway, Federal, State, Municipal and private construction in Texas. We look forward to working with you on your project. Areas of Expertise: • Concrete and Masonry Grouting /Restoration/Repair /Foundation Repairs • Demolition • Grading and Earthwork • Site Utilities • Concrete Acid Staining/Decorative Overlays /Stamped Concrete • Resinous and Sheet Lining, Flooring and Containment • Abrasive Blasting, Industrial Painting, Coating, Lining and Abatement • Roofing -IRMA, BUR, Elastomeric Sheet, Elastomeric Coating and Metal • Flashing and Sheet Metal • Metal Building Installation and Repair • Structural Steel Welding, Erection and Repair • Stucco/Lath/Plaster- Restoration • Synthetic Stucco/Exterior Insulation and Finish Systems - Restoration • Siding removal and replacement- Metal, Wood, Precast and Composite • Waterproofing/Caulking/Leak Repairs -below grade, between slab, balconies, stairs and roofs • Glazing -leak repair, window and window frame removal and replacement • Expansion and Control Joints -new and existing repairs and installation Key Personnel Michael L Larsen, President of the company has 29 years experience in the Commercial, Industrial, Institutional and Residential New Construction, Restoration and Preservation Markets. He is a NACE Certified Coating Inspector #7441 and an individual member of SSPC, NACE, ACI, AWI, ICRI, SMACNA, ABAA and SWRI. Michael Scheiern, Operations and Office Manager of the company is a second generation contractor with 15 years experience in project design, management and administration. A retired US Marine Corps Officer and disabled veteran with degrees in policy analysis and strategic planning, he provides Lassen Inc. expertise in contract administration, government compliance and program management. 1 Antonio Mejares, Project Manager and Superintendant for Coatings and Grouting has 7 years experience leading projects up to $1 million with 15 years experience at abrasive blasting, surface preparation and surface coatings of all types. With a management degree, he provides Lassen Inc. a distinct advantage in organizing and executing field operations that are safe and efficient. Justino Pena III, Project Manager and Superintendant for Utilities and Infrastructure has 16 years experience in commercial, residential, institutional utilities, site preparation and heavy highway- concrete construction, masonry, grading, preservation and restoration. Manufacturer's Certifications and References: NCI Building Systems — MBCI Metal Roofing Weather Tightness Warranty Systems - Steven Swierc Regional Manager MBCI -San Antonio 210.884.8567M CIM Industries — Coatings and Linings — Joe Borges — 603 - 924 -9481 Sherwin Williams — Coatings and Linings — Bob Bridendolph Phone: 512- 796 -5370 Tnemec Inc. — Coatings and Linings — John Berry- 972 - 312 -8448 Tnemec Inc. — Coatings and Linings —Pat Berry - 713 - 816 -1763 Carboline Inc — Coatings and Linings — Frank Peterson — 512- 294 -3787 ICI Devoe — Coatings and Linings — Joe Krause -512- 848 -2097 BASF — Building/waterproofing Systems — Brian Schwab — 210 - 389 -7823 Sika Corp. — Carbon Fiber and Building/waterproofing Systems — Casey Klepper - 972 - 679 - 1276 Flowcrete USA — Resinous Coating Systems — Tony Crowell — 281 - 222 -2269 Michael L Larsen and in some cases Lassen Inc dba Mike Larsen Company are active members of the following trade associations /organizations: ACI- American Concrete Institute, SSPC -The Society for Protective Coatings, NACE - National Association of Corrosion Engineers, SWRI- Sealant Waterproofing and Roofing Institute, RCI -Roof Consultants Institute, REI- Roofing Educational Institute, AWI- American Welding Society, ABAA- Air Barrier Association of America, SMACNA- Sheet Metal and Air Conditioning Contractors National Association, ASPE- American Society of Professional Estimators, ICRI - International Concrete Repair Institute and NRCA - National Roofing Contractors Association. It is our Mission to continually pursue new ideas, means and methods to create new opportunities for our clients and ourselves so that we remain a leader in our industry specialties. Banking References — Lassen Inc dba Mike Larsen Company First State Bank Central Texas 6500 N. Mo Pac Expressway Austin, TX 78731 Mr. David Grove 512- 231 -8821 If you have any questions please call Mike Larsen at 512- 825 -7750. 4 � Thank You, Michael L Larsen 2 LASSEN Inc. - dba Mike Larsen Co Austin — San Antonio — Dallas/Ft. Worth - Houston REFERENCES: Project: Beaumont Surface Water Treatment Plant Remove deteriorated concrete and steel reinforcing bar and replace with new steel reinforcing bars as necessary and concrete repair materials as required to repair spalling concrete areas throughout structure. Epoxy resin injection at structural concrete cracks throughout pulsator basins 1, 2 and 3 Owner: City of Beaumont Contractor: Allco Project Value: $1,200,000 Scheduled Completion: May 2010 6720 College Street, Beaumont, TX 77707 Billy Patterson 409 - 860 -4459 Project: USAA Cooling Tower Basin Complete abrasive blasting, vertical concrete surfaces repair, and epoxy coating. Contractor: Dynamic Systems, Inc. Project Value: $29,112.30 Completed: November 2008 3901 S. Lamar Blvd. #300 Austin Texas 78704 Doug Hilbig 210 - 912 -3965 Project: The Castillian Student Apts UT Structural Steel Repair of Indoor Swimming Pool including demolition, replacement and repair of structural support steel and steel sheet walls of pool including concrete removal and replacement. Owner: Mckinney Properties LLC Project Value: $229,500 Completed: May 2007 2336 San Antonio St Austin, TX Mr. Mark Gillespie 412 - 242 -5393 Ext: 180 Project: Travis County MUD #4 Abrasive Blasting, lining and painting of Two Trident Filter Units Owner: Travis County Municipal Utility District #4 Contact: Murfee Engineering — Mr. Dennis Lozano Project Value: $64,000 Mr. Dennis Lozano 512- 217 -5636 mobile Project — TAMU Agricultural Research Center 1 -Ag Building Steel sheet roofing removal and replacement with cleaning existing galvanized sheet metal roofing and applying aluminum flake coating over 2 other buildings Contractor — TAMU Ag Program Engineering Estimated Revenue $ 24,867 Completion Date — August 06 7607 Eastmark Drive Ste. 106, College Station, TX 77845 Daryl Spillman 979 - 862 -6307 1 Project — Buda Waste Water Treatment Plant Coating and Lining waste water treatment plant influent wells and industrial painting of steel structures General Contractor — CSA Construction Estimated Revenue $100,628 Completion Date — August 06 2314 McAllister Road Houston, TX 77092 Kenneth Schultz 713 - 686 -8868 Project — South Park Meadows Abrasive blasting architectural concrete textures Contractor — Keystone Concrete, Mike Barry — (512) 563 -4147 Project Revenue $12,600 Completion Date — June 06 I -35 County Rd 150 Georgetown, TX 78626 Project — Braker Center Demo Contractor — K. Tooley Enterprices Project Revenue $12,926 Completion Date- June 06 P.O. Box 684426 Austin, Tx 78768 Ken Tooley 512- 479 -4055 Project -South Austin Regional WWTP Train C North General Contractor - Fru -Con Construction Corporation Estimated Project Revenue $480,000 Completion May -2006 13009 Fallwell Lane, Del Valle, TX 78617 Mr. Vern Perdue 512- 247 -7890 Project — South Austin Regional WWTP Train C. South General Contractor — MW Builders Estimated Project Revenue $ 40,376 Scheduled completion May -2006 13009 Fallwell Lane, Del Valle, TX 78617 Brett Edmonson 512- 247 -9305 Project — Albert H. Ulrich Contract #1 General Contractor — Archer Western Contractors Ltd. Estimated Project Revenue $ 61,680 Completion Date April 06 3801 Redbud Trail Austin, TX 78746 Michael Hughey 512- 203 -8272 Project - Palo Alto Community College District Pool Recoating @ Natatorium Bldg. Natatorium - Gymnasium Complex Mr. Dennis Ryther, District Director of Athletics - Phone: 210- 921 -5235 1400 W. Villaret Blvd., Gym 110 San Antonio, TX 78224 -2499 2 Project - Medical Park Towers — Exterior Repairs and Coating $115,000 Completion June 2005 Flynn Construction Mr. Doug Hill Phone: 512- 748 -1336 Project — Vehicle Maintenance Facility — Concrete Overlay, Sealants and Waterproofing General Contractor — Medlin Construction Group Estimated Project Revenue $ 226,273 Completion Date May 05 18952 Redland Rd San Antonio, TX 78259 Jed Henning 210 - 495 -6345 Project —Texas Neuro Rehabilitation Center, Austin, TX $25,000 Dr. Childs Completed February 2004 Remove and Replace Existing Window frames and Glass Project -Aqua Source Inc. — Digester Modifications Goforth, TX Completed November 2003 Mr. Rick Bush / Bob Laughman President 512- 990 -4400 Ex: 105 Abrasive Blast, Prime and Paint existing steel containment curtain for Digester located in Goforth, TX Project - Multiple Hotels EIFS Removal and Replacement, Caulking & Waterproofing - Estimated Project Revenue $11,000 Project Proposals as of 11 -19 -2003 - $1.9 million Robert 'Bob" Kemper - Phone: 210- 490 -8779 Fax: 210 -490 -9564 Regional Construction Manager - Cell #210- 862 -6605 Extended Stay America /Crossland Hotels /Studio Plus 15035 Preston Hollow San Antonio, TX 78247 Services provided include consulting, leak repair, EIFS facade repair /replacement, caulking, waterproofing, flashings, painting, drywall and framing. Projects -Sears Store, Midland, TX and Barton Creek Mall, Austin, TX Project Revenue - $28,785 Completed August 2003 Wiley Mitchell - President - 210 - 410 -7001 Fax: 210- 492 -4598 Mitchell & Phillips, Inc. P.O. Box 780686 San Antonio, TX 78278 Services provided include exterior sealant removal and replacement of brick to brick building joints and concrete to concrete sidewalk expansion joints for weed /insect control, abrasive /sandblasting of concrete sidewalks and surfaces that 3 • required abrasive cleaning to remove gum and other stains from surfaces. The work performed for Mitchell & Phillips was for Sean's department stores. Projects - UT Austin Cooling Tower #1 Project Revenue - $242,000 Completed September 2003 Doug Losey - Vice President, Ron Turner - Project Manager Harvey -Cleary Engineers & Builders 8107 Springdale Road, # 105 Austin, TX 78724 Phone: 512-482-9161 Fax: 512-928-9331 Lassen Inc. was a subcontractor to Harvey -Cleary for the University of Texas at Austin - Cooling Tower #1 project. We provided below and above grade waterproofing and Damproofing, flashing, caulking/sealant installation, industrial painting of pipes and structural steel, cooling tower Liner application, epoxy flooring, elastomeric wall coating and skylight repairs. Project — Wolf Creek Lift Station Project Size - $4,200 Steve Guerra — Cell Phone: 512- 748 -9743 CC Carlton Industries Austin, TX Project - Joshua Tree National Park Tank Lining, Marine Corp Station - Barstow, CA Waste Water Pond Liner Application Completed April 2001 Project Size - $2 Million Jerome Cardenas - 760 - 949 -8211 J R Cardenas Construction Co. Barstow, CA Provided consulting and field service applications of CIM 1000 and 1061 potable water liner installions at Joshua Tree National Park and Barstow Marine Corp Station. If you have any questions please call Mike Larsen at 512- 825 -7750. r i d" Thank You, Michael L Larsen 4 Attachment B Project Information Project Owner � Project Name General Description of Project Projed 3LJcet anC Srhsdu:. Perormance Budget History Schedule Performance Amount % of Bid Amount Date Days Bid Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date Final Cost Actual / Estimated Final Completion Date Key Pre;act Personnel Project Manager Projed Quality , Control Superintendent Safety Officer Manager Name Percentage of Time Devoted to the Project Proposed for this Project Did Individual Start and Complete the Project? If not, who started or completed the project in their place. Reason for change. Rdererce Gana t inrormarion t 1st - amL3 indicates approval to centactirg the names inc •iCuats as a referencsj Name Tile/ Position Organization Telephone E-mail Owner Designer Construction Manager Surety Issues. Di_autes Besoived ,,Pending Resalul on y Arn ,ration, Litigation or Dispute R vev Boards Number of Issues Total Amount involved in Number of Issues Total Amount involved in Resolved Resolved Issues Pending Resolved Issues Statement of Qualifications 00450 -12 AFFIDAVIT FOR CORPORATION yr,E'N O p.P State a k TZ �i�S SE.' " „ County of •t±��� ) § • r in∎C) Z (, SC'-\ R• , being duly sworn deposes and says it • (Name) that he is o f e , t . r j ' r - 0 ) d A C , of the (Title) Sr; 1J ' ; tD(C? 0 4 05*1r submitting the foregoing qualification form and related information; that he has read such documents; and that such documents are true and correct and contain no material misrepresentations; and that he is authorized to make this Affidavit on behalf of thel Corporation. { r Signatur- �f Signed and sworn to me before this /'Y day of / y sib , 20/ �// ,1 gy Notary Public Bia0.BULL MY COMMISSION EXPIRES %Z.:St My 23, 2011 My commission expires: - ,Tom, 4, 2 3 2- o // Statement of Qualifications 00450 -14' • ■ S urd BID BOND KNOW ALL MEN BY THESE PRESENTS, that we Lassen, Inc. dba Mike Larsen Company as principal, hereinafter called the "Principal," and SURETEC INSURANCE COMPANY, 9737 Great Hills Trail, Suite 320, Austin, Tx 78759, as surety, hereinafter called the "Surety," are held and firmly bound unto Kerr County c/o Commissioners Court as obligee, hereinafter called the Obligee, in the sum of Five percent of the amount bid not to exceed $18.000 Percent ( Fiv %) of the Amount Bid by Principal for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assign$, jointly and severally, firmly by these presents. WHEREAS, the principal has submitted a bid for _ DFW Airport Contract No. 9500401 NOW, THEREFORE, if the contract be timely awarded to the Principal and the Principal shall within such time as specified in the bid, enter into a contract in writing 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 such larger amount 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 I,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 of financing in a manner and form acceptable to Principal and Suretyi,that financing has been firmly committed to cover the entire cost of the project. SIGNED, sealed and dated thi'th day of June , 2010 Lassen, Inc. dba Mike Larsen Company (Principal) BY: .7/10,7,4- /, � �_r TITLE: �`J`Gd SureTec Insurance Compan < / BY: /t/l� John W chuler, Attorney -in -Fact Suretec - Bid Bond - Uncapped 6 -2006 Rev 1.1.06 POA a: 4221095 SureTec Insurance Company LIMITED POWER OF ATTORNEY • Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company "), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint John W. Schuler, Lanny W. Land, Tom Mulanax its true and lawful Attorney -in -fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the'. conditions of contracts and consents of surety, providing the bond penalty does not exceed Five Million Dollars and no /100 (55,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corpor to seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attomey(s )-in -Fact may do in the premises. Said appointment shall continue in force until 12/31/12 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice - President, any Assistant Vice - President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s )-in -Fact to represent and act for and on behalf of the Company subject to the following provisions: Anorne -in -Face may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledie and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attomey -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall bejvalid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 29" of }1 pea( 1999) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporates seal to be hereto affixed this 28th day of October, A.D. 2008. SU RETEC ENS CE COMPANY ° L ' "' B . J . 1(1 !Unit —k , Starr of Texas ss: v s County of Harris On this 28h day of October, 2008 before me personally came 13.). King, to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above insmrtuuiprnt; that he knows the scat of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Maid of Directors of said Company; and that he signed his name thereto by like order. Michelle Denny 0 State otTexes n ` * ■parhpata,aDta M VI v 4 — Michelle Denny, Notary P*ik My commission expires August 27, 2012 • 1, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company. which is still in full force and effect; and furthermore, the resolutions of the Board of Director=, set out in the Power of Attorney art in Poll force and effect. • • Given under my hand and the seal of said Company at Houston, Texas this 7th day of June ,2010 : A.D. • M. Brent • Sty, Assis at Secretary • Any Instrument issued in excess of the penalty stated above 4 totally void and without any validity. For verincation of the authority of dna power you may call (113) 8124800 any business day between 8:00 am and 5:00 pm CST. 1 A -\ 7 -0:$.. ®mss 4 e , j,,, '3° . 1 • \I 0/41% •Z \! 3 4 1 • , A 4 .t s 1 s k b A , . S o gssZ it * ti 2 \i'.. . U m� w H is a _ J N 1 5 06/14/2010 10:09 5122448417 BBT MHMP C &Y PAGE 01/01 1 1 4 tH GrYlig • d ' ' ,''� r ' "' " ' ' 9 444 WILDRORSE CONCRETE WOMEN/ MINORITY OWNED PAULA CAUDILLO 1900 MATAGORA DR ROUND ROCK, TX 78664 512 - 689 -8497 BID IS BEING SUBMITTED TO FLAT ROCK AND INGRAM DAM CONCRETE CAP VOID GROUTING KERR COUNTY CLERIC 830- 792- 2274 CONSTRUCTION BID .PROPOSAL Concrete forms and accessories, concrete reinforcement MY COST is square footage X the cost of the concrete INSTALLATION PRICE would be labor plus forming , dirtwork, rebar, laying the concrete and finishing plus TAX . Cost as listed 1. Cement I can order it at my own special price at $ 70.00 a square foot. 2. I have my own crew that would do all the labor. 3. Rebar I can order it at $4.00 for a 20 footer. 4. Tax I use .0825 for Williamson County . 5. I would also need to add my insurance cost of 150.00 per month. PAULA CAUDILLO 512- 689-8497 Hes I ' _ � u._-Q tt u. ,,a20/0 � nnlER. wee c>«IKc ' 0:0 90m .21fah,frei- —Depot Ich. &id