R-98-11-12-10B8 - 11/12/1998RESOLUTION NO. R- 98- 11- 12 -10B8
WHEREAS, the City of Round Rock has duly advertised for bids
for two water storage facilities in Chisholm Valley and High
Country, and
WHEREAS,Landmark Structures, Inc. has submitted the lowest
and best bid, and
WHEREAS, the City Council wishes to accept the bid of
Landmark Strubtures, Inc., Now Therefore,
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK,
TEXAS,
That the Mayor is hereby authorized and directed to execute on
behalf of the City a contract with Landmark Structures, Inc., for
two water storage facilities in Chisholm Valley and High Country,
a copy of said contract being attached hereto and incorporated
herein for all purposes.
The City Council hereby finds and declares that written notice
of the date, hour, place and subject of the meeting at which this
Resolution was adopted was posted and that such meeting was open to
the public as required by law at all times during which this
Resolution and the subject matter hereof were discussed, considered
and formally acted upon, all as required by the Open Meetings Act,
Chapter 551, Texas Government Code, as amended, and the Act.
RESOLVED this 12th day of Novecpj�r, 1.9
4
CHARLES Ck=ER, Mayor
ST: City of Round Rock, Texas
4,4 /L_� /L_ /_
J.
NE LAND, City Secretary
K \ WFDOCS \RESOLDTI \R8111288.WPD /,cg
11/06/98 13:16 $218 5563 PUBLIC WORKS
November 6, 1998
Mr. Steve Miller, P.E.
Utilities Engineer
City of Round Rock
20(18 Enterprise
Rotund Rock. TX 73664
Re: City ofRound Rock Water System Impmvinents
Contract No. 1 — Elevated Water Storage Reservoirs
Dear Mr. Miller:
On November 3, 1998 Bids were opened for the project referenced as Contract No. 1 — Elevated
Water Storage Reservoirs. After reviewing the Bids submitted, we have summarized the
alternatives for award in the attached table. The lowest qualified responsive Bidder for any
combination involving a single steel pedestal style tank is Chicago Bridge & Iron. The lowest
qualified responsive Bid for supplying composite style tanks was submitted by Landmark
Structures. Inc.
Based on our discussions, the City of Round Rock has no preference for tank style and would
like to award the project to the lowest total bid including the accelerated schedule. This
combination is the Bid of Landmark Structures, Inc. (LSI) in the amount of $2,776,000. We
have reviewed LSI's financial status, backlog of work, commitment to the project schedule, and
quality control and we have no concerns with their ability to perform the work indicated.
Therefor, we are recommending award of the project to Landmark Structures, Inc.
Enclosed are four (4) Notice of Award packets to be submitted to LSI upon council approval.
Please call should you have any questions or need any further information.
Sincerely.
Ja es A. urczyk, r., P.E.
Project Manager
JAY /bbc
Enclosures
Xc: Mike Lamon. Landmark Structures. Inc. (),ro enclosures)
MDR Engineering, Inc.
NOU -06 -1998 13:22
2211 South IH 35 Telephone
Suite 300 512 912 - 5100
Forum Park Fax
Austin, Texas 512 442
78741
444 CITY HALL 14002 /004
Engineering
Construction Services
210 5563 99% P.02
NOV: -05' 98 (THU) 11147 LANDMARK
ltlattrwomr 61998
HDR Englnesring, Inc.
2211 S. 111-36, Suite 900
Austin, TX 75741
Atfre Mr. James Yurczyk, P.E.
Re: City of Round Rock Water Systems Improvements
Contract No. 1 — Elevated Water Storage Reservoirs
Dear Sir:
TEL :817 -439 -8888 P. 001
LANDMARK
Landmark is pleased to be low bidder on the Composite style elevated tank for the City
of Round Rock. Further to our conversation of November 0, 1 have attached a
preliminary construction schedule, which addresses the 240 -day contract time for the
Chisholm Valley tank As discussed yesterday, Landmark scheduled in the Round Rodc
tanks prior to bid to insure there would be no problem meeting the contract deadlines.
As evidenced by our bid, Landmark did not make allowances for liquidated damages.
We have complete confidence the schedule wit be met.
Assuming this contract would be awarded on the accelerated schedule, landmark
proceeded to final design on these jobs immediately following the bid opening. Detailing
proceeds on Monday, November 9'" in preparation for submittals package week of
November 30"'.
In order to satisfy the city needs, construction must start no later than January 4, 1999.
It is our preference to complete foundation work in December provided that Landmark,
HDR and City of Round Rock can focus their efforts to expedite the award process and
facilitate the fast paced schedule.
Landmark looks tonvard to working with HDR and the City of Round Rock on this
project. Please contact me at 817/439-8888 should any further information be required.
Yours truly,
LANDMARK ST: - - ; S, INC.
Mike
/kmc
Attachment
Design Innovation • construction excellence
1elie1etem Road
fee Veeitt, lees
15, 76177
I* am NIea
Roc 017) 435 -110o1
Contradlme
240 days
ROrn NIP
1991
1999
- - -- --
NOYEMWER
DECEYMER
JANUARY
FBRUARY
LEARC11
APRIL
MAY
JIME
JULY
AVON
R1F�er
2 9 16 23 Js
7 14 21 2e
4 11
11 26
1 2 15 22
1 e 16 a 29
a 12 19 26
a 10
17 24 e1
7 14 21 2E
3 12
19 26
2 9 16 s
a s :59
Oe5frk/Uetail
x x x x X
MobEre
X
Access/Claming
X
Foundation
X X
Padedal -Lit 1
X X
PedeAol- Iltt2 -I1
X X
X
Dome
X X
Meth nlcal / Mac Iron
X
X
Irderbr Chamber Piping
X X
Tan ..11g
X
Tank Elect
XXXXXXXXXX
Hold and Grout
X X
Pc**
XXXXXX
We1Mm1 I n
X X
Fencing
X
EIectdcat
xxx
Ste Erode/
Grosslna /lnbatron
X X
X X
.
Chlodnale and Tank FIE
X .
Ta Access Rd. / Paving
X X
X X
S ¢ i Up /FInkboul
X X X
X X
final Compla2on
X
CQNIRUCTIONICHEDULE
PROJECT:
CITY OF ROUPM ROCK WATER SYSTEMS IMPROVEMENTS
CONTRACT NO. 1 - ELEVATED WATER STORAGE RESERVOIRS
CNSHOLM VALLEY TANK
Submittal No.
ESC Section
0
tal
,o _
=a
N
0
CanlraclImo
428 dots
FromNTP
Des1pn/Detai
1998
1909 - -
NOV1MI&r
[MUM
DECFA.ER
WEED
XXX
JANUARY
Q 1
X X
FEBRUARY
MARCH
APRL
EIMMEMBEIII
MAY
NNE
MEP
JULY
CIEEEM
AUCInT
..
Ell=
I M?f -T
[ T - - Ti
] CI'1__
MotAlke
X
Access/Crewing
X
Fovndallon
x x
Pedestal- Lit 1
X
X
Pedestal - Lift 2 -14
XXX X
Donee
x X
Mechoniod / We Iron
X X
Weikel Chamber Pl. .
Tank Jig
.�■■�■.■
x
X
Tank Erect
XXX
x x
Ilan
MOM
Hold aidGraW
1111,1WEINIIII
RIIIIMIIMIIIIM
Pdm
Hfalemgin
X X 8
____
.enclnp
Ale Grade /
Mr
Mr
mslnnal
ara p / kripa110n
Ell
2Ncrk ele and Tank F111
M
oak Accen Rd. / Paving
X
X
X 8 8
tai Up / FinlAout
xxxxx
=hot Completion
X
CONSTRUCTION _SCHEDULE
PROJECT:
CITY OF ROUND ROCK WATER SYSTEMS IMPROVEMENTS
CONTRACT NO. 1 - ELEVATED WATER STORAGE RESERVOWS
HIGH COUNTRY TANK
SUlxrrlal NR
Spec Section
0
CO
O
w
`' 3z- cool/
City of Round Rock Water System Improvements
Contract No.1 - Elevated Water Storage Reservoirs
Bid Opening - Tabulation Sheet
Note: Shaded cell denotes mathematical error discovered in Bid Form.
bid_tabs.xls
11/5198
Pitt Des Moines
Chicago Bridge & Iron
Landmark Structures
Bid Bond (Y /N)
Y
Y
y
List Subcontractors (Y /N)
Y
Y
Y
Vendor Compliance to State Law (Y /N)
Y
Y
Y
Bidder's Questionnaire (Y /N)
Y
y
y
Tank Sketches /Foundation Design (Y /N)
Y
Y
Y
Acknowledge Receipt of Addenda
1
1,2
1,2
Base Bid Total
$5,808,000
$3,083,000
$4,002,000
Add /Deduct Item 1
(5440,000)
$155,000
($568,000)
Add /Deduct Item 2
(5155,000)
$155,000
($658,000)
Add /Deduct Item 3
,_($595 000) ; /,
$65,000
$0
Add /Deduct Item 4
($220,000)
$65,000
$50,000
City of Round Rock Water System Improvements
Contract No.1 - Elevated Water Storage Reservoirs
Bid Opening - Tabulation Sheet
Note: Shaded cell denotes mathematical error discovered in Bid Form.
bid_tabs.xls
11/5198
Summary Pitt Des Moines Chicago Bridge & Iron Landmark Structures
Base Bid for Pedestal style to be provided at each $5,808,000
site using accelerated schedule
Bid with Pedestal style at Chisholm Valley and
Composite style at High Country meeting
accelerated schedule
Bid with Pedestal style at High Country and
Composite style at Chisholm Valley meeting
accelerated schedule
$5,368,000
$5,653,000
$3,083,000 $4,002,000
$3,238,000 $3,434,000
$3,238,000 $3,344,000
Bid for Composite style to be provided at both sites $5,213,000 $3,393,000 $2,776,000
meeting accelerated schedule
Bid for Pedestal style to be provided at each site 55,213,000 $3,148,000 $4,002,000
using relaxed schedule for work at Chisholm Valley
Bid for Composite style to be provided at each site 54,993,000 $3,458,000 $2,826,000
using relaxed schedule for work at Chisholm Valley
bid tabs.xls
11/5/98
42.00•
HWL
Elev. 971.00'
LWL
E lev. 931.00'
Foundation
Concrete approx 152 CY
Reinforcement approx 5.5 ton
Steel Tank
Lower Cone: .63 1.64"
Vertical Wall: .45"/ .3125" 125"
Roof: .25"
Floor: .25"
Concrete Pedestal
Vertical Wall: 9"
Structural Floor: 1
LANDMARK STRUCTURES, INC.
1.25 MG Elevated Tank
Round Rock - High Country
DATE: November 6, 1998
SUBJECT: City Council Meeting — November 12, 1998
ITEM: 10.B.8. Consider a resolution authorizing the Mayor to award a contract to
Landmark Structures, Inc. for two water storage facilities. The
facilities will be in Chisholm Valley and High Country. The total cost
is $2,776,000.00. Staff Resource Person: Jim Nuse, Public Works
Director.
R- 98 -1/- is -ion
00500 -1
1 SECTION 00500
2 AGREEMENT
3
4 THE STATE OF TEXAS §
5
6 COUNTY OF WILLIAMSON §
7
8
9 THIS AGREEMENT, made and entered into this / — day of
to A/EVE 1 11 18ER - , 199g , by and between (Owner) City of Round Rock, Texas of the
11 State of Texas, acting through Charles Culpepper, Mayor, thereunto duly authorized so to
12 do. hereinafter termed OWNER, and (Contractor) Landmark Structures, Inc. of
13 Fort Worth , Texas, County of Tarrant , and State of Texas, hereinafter
14 termed CONTRACTOR.
15
16 WITNESSETH: That for and in consideration of the payments and agreements
7 hereinafter mentioned, to be made and performed by OWNER, and under the conditions
18 expressed in the bond bearing even date herewith, CONTRACTOR hereby agrees with
19 the said OWNER to commence and complete the construction of certain improvements
zo described as follows:
21 City of Round Rock Water System Improvements
22 Contract No. 1 - Elevated Water Storage Reservoirs
23
24 Further described as the work covered by this specification consists of furnishing all the
25 materials, supplies, machinery, equipment, tools, supervision, labor, insurance, and other
26 accessories and services necessary to complete the said construction, in accordance with
27 the conditions and prices stated in the Proposal attached hereof, and in accordance with
28 the Notice to Contractors, Instructions to Bidders, General Conditions of Agreement,
29 Special Conditions, Technical Specifications, Plans, and other drawings and printed or
30 written explanatory material thereof, and the Specifications and Addenda therefor, as
31 prepared by
32 HDR Fngin'ering, 2211 S TH -39_, Suite 300, Austin, TX 78741
33
34 herein entitled the ENGINEER, each of which has been identified by the
35 CONTRACTOR'S written Proposal, the General Conditions of the Agreement, and the
36 Performance, Payment, and Maintenance Bonds hereof, and collectively evidence and
37 constitute the entire contract.
38
39 The CONTRACTOR hereby agrees to commence work within 10 calendar
ao days after the date written notice to do so have been given to him, and to complete the
41 same within 240 calendar days after the date of the written Notice to Proceed,
42 subject to such extensions of time as are provided by the General and Special Conditions.
07225.031.036
City of Round Rock Water System Improvements October 1998
Contract No. 1 - Elevated Water Storage Reservoirs
605Q0 -2
2 The OWNER agrees to pay the CONTRACTOR in current funds the price or prices
3 shown in the Proposal, which forms a part of this Contract, such payments to be subject to
4 the General and Special Conditions of the Contract.
5
6 IN WITNESS WHEREOF, the parties to these presents have executed this Agreement in
7 the year and day first above written.
8
9
10 Landmark Structures, Inc. (OWNER)
11
12
13 BY:' W / i „_ BY:
14 Charles Culiepper
15 Mayor
16
17
18
19 ATTEST:
20
21
22
23
24
25
26
27 (The following to be executed if the Contractor is a Corporation.)
28
29 I Mike Lamon , certify that I am the Secretary of the Corporation
30 named as Contractor herein; that Chris Lamon , who signed this
31 Contract on behalf of the Contractor was then Vice President (official title) of
32 said Corporation, that said Contract was duly signed for and in behalf of said Corporation,
33 that said Corporation by authority of its governing body, and is within the scope of its
34 corporate powers.
35
36 Signed:
37 Mike Lamon
38 Corporate Seal
39
40 END OF SECTION
CITY OF ROUND ROCK, TEXAS
07225.031 .036
City Secretary
Chris Lamon its Vice President
(Typed name)
ATTEST:
(Title)
Secretary, if Contractor is a
Corporation or otherwise registered
with the Secretary of State
City of Round Rock Water System Improvements October 1998
Contract No. 1 - Elevated Water Storage Reservoirs
RESOLVED:
EXECUTED this 11th day of June_ 1996.
My commission expires
RESOLUTION OF THE DIRECTORS
OF
LANDMARK STRUCTURES, INC.
We, the undersigned. being all of the duly elected directors of Landmark Structures, Inc.
(CORPORATION), a Texas Corporation, by our respective signatures hereto unanimously agree
to, consent to, and adopt the following actions and resolutions for, on behalf of and in the name of
CORPORATION to the same extent and effect as if all such actions were taken upon resolutions
duly made, seconded and unanimously adopted. pursuant to due call and notice thereof as required
by the By -Laws of CORPORATION and the laws of the State of Texas, to wit:
a) that Chris Lamon being Vice- President of (CORPORATION) and until such time as he
resigns or is removed from this position or until this authority is rescinded or altered by
resolution, is hereby authorized for and on behalf of the CORPORATION to submit bids
and /or to negotiate contracts and /or to enter into contracts for and on behalf of the
CORPORATION.
b) that any bid submitted and/or any contract negotiated and/or any contract entered into by
Chris Lamon in the above capacity as witnessed by his signature thereto are hereby
recognized as binding upon the CORPORATION.
There being no further business to be considered as of the date first hereinafter written. this
Resolution by the Board of Directors is closed.
Chris Lamon
This is to certify that this is a true and exact copy of the original.
LANDMARK STRUCTURES, INC.
Mike Lamon, Secretary
Subscribed and sworn to before me this day of ,
Diane Gentry, No
State of Texas
E GENTRY
Notary Public:
STATE OF TEXAS
Mw Comm top 09/30/55
00501 -1
SECTION 00501
2 PERFORMANCE BOND
3
4 THE STATE OF TEXAS
5
6 COUNTY OF WILLIAMSON
7
8 KNOW ALL MEN BY THESE PRESENTS: That Landmark Strn- turps, Tnr of the
9 City of _Fart _Worth , County of Tarrant , and State of
1 0 Texas , as Principal, and ** authorized under the law
11 of the State of Texas to act as surety on bonds for principals, are held and firmly bound
12 unto THE CITY OF ROUND ROCK, TEXAS, (Owner), in the penal sum of
13 Two Million Seven Hundred Seventy -Six Thousand R Ortt7' (S 2,776,000 )
14 for the payment whereof, well and truly to be made the said Principal and Surety bind
15 themselves, and their heirs, administrators, executors, successors and assigns, jointly and
16 severally, by these presents:
17
18 WHEREAS, the Principal has entered into a certain written contract with the Owner dated
19 the day of , 19 to which the
20 contract is hereby referred to and made a part hereof as fully and to the same extent as if
21 copied at length herein consisting of:
22
23 City of Round Rock Water System Improvements
24 Contract No. 1 - Elevated Water Storage Reservoirs
25 NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, that if
26 the said Principal shall faithfully perform said Contract and shall, in all respects, duly and
27 faithfully observe and perform all and singular the covenants, conditions and agreements
28 in and by said Contract, agreed and covenanted by the Principal to be observed and
29 performed, including but not limited to, the repair of any and all defects in said work
30 occasioned by and resulting from defects in materials fumished by or workmanship of,
31 the Principal in performing the work covered by said Contract and occurring within a
32 period of twelve (12) months from the date of the contract Completion Certificate and all
33 other covenants and conditions, according to the true intent and meaning of said Contract
34 and the Plans and Specifications hereto annexed, then this obligation shall be void;
35 otherwise to remain in full force and effect;
36
37 PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of
38 Chapter 2253, Texas Government code, as amended, and all liabilities on this bond shall
39 be determined in accordance with the provisions of said Chapter 2253 to the same extent
4o as if it were copied at length herein.
41 PERFORMANCE BOND (continued)
** Fidelity and Deposit Company of Maryland
Bond No. 6310187
07225.031.036 City of Round Rock Water System Improvements October, 1998
Contract No.1 — Elevated Water Storage Reservoirs
,.00501
1
2 Surety, for .value received, stipulates and agrees that no change, extension of time,
3 alteration or addition to the term of the contract, or to the work performed thereunder, or
4 the plans, specifications, or drawings accompanying the same, shall in anywise affect its
5 obligation on this bond, and it does hereby waive notice of any such change, extension of
6 time, alteration or addition to the terms of the contract, or to the work to be performed
7 thereunder.
8
9 IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this
to instrument this day of
ti 19
12
13 Landmark Structur —lam- — Fidelit and Desosit
14 Principal
15
16 By:
17
18
19 lliro Pro<iri or -t
20 Title
21
22 1665 Harman Rd.
Chris Lamon
23 Address Address
24
25 Fort Worth, TX 76177
26
27 Resident Agent of Surety:
28 Texas Resident Agent
29 Albert L. Dickinson
30 Printed Name
31
32 11300 N. Central Expwy, Ste 202
33 Address
34
35 Dallas TX 75243
07225.031.036
Title
Michael Gross
36 City, State & Zip Codc
37
38 RPk •
39 Signature
40
41 END OF SECTION
Attorney -in -Fact
200 University Avenue
Toronto, Ontario M5H 4B8.
City of Round Rock Water System Improvements October 1998
Contract No. 1 - Elevated Water Storage Reservoirs
07225.031.036
City of Round Rock Water System Improvements October 1998
Contract No. 1 - Elevated Water Storage Reservoirs
00502 -1
1 SECTION 00502
2 PAYMENT BOND Bond No. 6310187
3
4 THE STATE OF TEXAS
5
6 COUNTY OF WILLIAMSON
7
8 KNOW ALL MEN BYTHESE PRESENTS: That Landmark Structures, Inc. , of the
9 City of Fort Worth , County of Tarrant , and State of
10 Texas as Principal, and ** authorized under the laws of the
11 State of Texas to act as Surety on Bonds for Principals, are held and firmly bound unto
12 THE CITY OF ROUND ROCK, (OWNER), and all subcontractors, workers, laborers.
13 mechanics and suppliers as their interest may appear, all of whom shall have the right to
14 sue upon this bond, in the penal sum of Two Million Seven Hundred Seventy-Six
15 Thousand & 00 /100 Dollars ($ 2 ) for the payment
16 whereof, well and truly be made the said Principal and Surety bind themselves and their
17 heirs, administrators, executors, successors, and assigns, jointly and severally, by these
18 presents:
19
20 WHEREAS, the Principal has entered into a certain written contract with the Owner,
21 dated the day of , 19, to which
22 Contract is hereby referred to and made a part hereof as fully and to the same extent as if
23 copied at length herein consisting of:
24
25 City of Round Rock Water System Improvements; Contract No. 1
26 Elevated Water Storage Reservoirs
27 NOW, THEREFORE, THE CONDITION OF TIIIS OBLIGATION IS SUCH, that if the
28 said Principal shall well and truly pay all subcontractors, workers, laborers, mechanics,
29 and suppliers, all monies to them owing by said Principals for subcontracts, work, labor,
30 equipment, supplies and materials done and furnished for the construction of the
31 improvements of said Contract, then this obligation shall be and become null and void;
32 otherwise to remain in full force and effect.
33
34 PROVIDED, IIOWEVER, that this bond is executed pursuant to the provisions of
3s Chapter 2253, Texas Govemment code, as amended, and all liabilities on this bond shall
36 be determined in accordance with the provisions of said Chapter 2253 to the same extent
37 as if it were copied at length herein.
38
39 PAYMENT BOND (continued)
40
* *Fidelity and Deposit Company of Maryland
00507 -2
1 Surety, for value received, stipulates and agrees that no change, extension of time,
2 alteration or addition to the terms of the contract, or to the work performed thereunder, or
3 the plans, specifications or drawings accompanying the same shall in anywise affect its
4 obligation on this bond, and it does hereby waive notice of any such change, extension of
5 time, alteration or addition to the terms of the contract, or to the work to be performed
6 thereunder.
7
8 IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this
9 Instrument this day of , 19
10
11
12 Landmark Structures,Inc.
13 Principal
35 City, State & Zip Code
36
37 1Qk,C,_.CM��
38 Signature
39 END OF SECTION
07225.03 1.036
Fidelity and Deposit Company of Maryland
14
15 By _ By:
16 Chris Lamon
17
18 VirP President
19 Title Title
20
21 1665 Harmon Rd. 200 University 4vPn11P
22 Address Address
23 Toronto, Ontario. M5H 4B8.
24 Fort Worth, TX 76177
25
26 Resident Agent of Surety:
27 Texas Resident Agent
28 Albert L. Dickinson
29 Printed Name
30
31 11300 N. Central Expwy, Ste 202
32 Address
33
34 Dallas TX 75243
Michael Gross
Attorney -in -Fact
City of Round Rock Water System Improvements October 1998
Contract No. I - Elevated Water Storage Reservoirs
SECTION 00504
2
3
4 BOND NUMBER
5 AMOUNT 2,776,000.
6
07225.03 1 .036
WARRANTY BOND
Bond No. 6310187
00504 -1
7 KNOW ALL MEN BY THESE PRESENTS,
8 That we, Landmark Structures Inc
9
10 (hereinafter called the "Principal ") as Principal,
11 and the Fi del i ty and Depos i t Company of Mait imporation duly organized under the laws of
12 the State of Baltimore and duly licensed to transact business in the
13 State of Texas (hereinafter called the "Surety "), as Surety, are held
14 and firmly bound unto THE CITY OF ROUND ROCK, TEXAS (hereinafter called the
15 "Obligee "), in the sum of Two Mill ion Seven Hundred
16 Seventy -Six Thousand & 00 /100 dollars ($ 2 776 n00 ) for the
17 payment of which sum well and truly to be made, we, the said Principal and the said Surety,
18 bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and
19 severally, firmly, by these presents.
20
21 Sealed with our seals and dated this day of , A.D. nineteen hundred
22 and
23
24 WHEREAS, the said Principal has heretofore entered into a contract with
25 The City of Round Rock, Texas
26 Dated , 19 , for construction of:
27
28 City of Round Rock Water System Improvements
29 Contract No. 1 - Elevated Water Storage Reservoirs
30 WHEREAS, the said Principal is required to guarantee the construction of all improvements
31 installed under said contract, against defects in materials or workmanship, which may develop
32 during the period of one year(s) from the date of acceptance of the project above
33 described, by Owner:
34 The City of Round Rock, Texas
35
36 NOW, THEREFORE, THE CONDITIONS OF THE OBLIGATIONS IS SUCH, that if said
37 Principal shall faithfully carry out and perform the said guarantee, and shall, on due notice.
38 repair and make good at its own expense any and all defects in materials or workmanship in
39 the said work which may develop during the period of one year(s) from the date of
40 acceptance of the project above described. by Owner:
41
42 The City of Round Rock, Texas
City of Round Rock Water System Improvements October 1998
Contract No. 1 - Elevated Water Storage Reservoirs
40504 =2
2 WARRANTY BOND (continued)
3
4 OR shall pay over, make good and reimburse to the said Obligee all loss and damage which
5 said Obligee may sustain by reason of failure or default of said Principal so to do, then this
6 obligation shall be null and void; otherwise shall remain in full force and effect.
7
8 Landmark Structures Inc Fidelit and Desosit o f land
9 Principal :urety
to
u By:
12
13
14 Vice President
15 Title
16
17 1665 Harmon Rd.
18 Address
19
20 Fort Worth, TX 7617?
21
22 Resident Agent of Surety:
23 Texas Resident Agent
24 Albert L. Dickinson
25 Printed Name
26
27 11300 N. Central Expwy, Ste 202
28 Address
29
Dallas TX 75243
30
Chris
07225.03 1.036
Lamon
Title
Address
31 City, State & Zip Code
32 � �"���
33 c xLtk_.- . � l
34 Signature
35 END OF SECTION
sal s
By:
Michael Gross
Attorney -in -Fact
200 University Avenue
Toronto, Ontario. M5H 488.
City of Round Rock Water System Improvements October 1998
Contract No. 1 - Elevated Water Storage Reservoirs
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
HOME OFFICE: P.O. BOX 1227, BALTIMORE, YD 21203.1227
Know ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of
Maryland, by W. B. WALBRECHER, Vice- President, and T. E. SMITH, Assistant Secretary, in pursuance of authority granted by Article VI, Section
2, of the By -Laws of said Company, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date
hereof, does hereby nominate, constitute and appoint Chris Enright, John Sarnovsky, John F. Mattioli, David Saltmarsh and Michael
Gross, all of Toronto, Ontario, EACH its hue and lawful agent and Attorney -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 and undertakings and the execution of such bonds or undertakings in
pursuance of these presents, shall be as binding upon said Company, as and amply, ntents and purposes, as if they had been duly executed
and acknowledged by the regularly elected officers oldie Company at :' - in Baltiih(e�►„ d., in their own proper persons. This power of attmey
revokes that issued on behalf of Chris Enright, etal, dated July 15, 1 • •'•s �"
The said Assistant Secretary does hereby certify that the extr i j , oe h on th � side hereof is a true copy of Article VI, Section 2, of the
ATTEST:
L1428 -210-
Assis
DEPOSI
Secretary
this 7 it
By -Laws of said Company, and is now in force. (.\
IN WITNESS WHEREOF, the said Vice- Presidem and 14
the said FIDELITY AND DEPOSIT COMPANY OFT t
T E. Smith
State of Maryland
County of Baltimore
FIDELITY
day of
CERTIFICATE
reunto subscribed their names and affixed the Corporate Seal of
August, A.D. 1997.
PANY OF MARYLAND
By:
retary W. B. Walbrecher
On this 7th day of August, A.D. 1997, before 'criber, a Notary Public of the State of Maryland, duly commissioned and qualified, came W.
B. WALBRECHER, Vice- President and T. E. ;,�j, , Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. to me
personally known to be the individuals an. described in and who executed the preceding instrument, and they each acknowledged the
execution of the same, and being by me dill' , severally and each for himself deposeth and saith, that they arc the said officers of the Company
aforesaid. and that the seal affixed to the ding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their
signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written.
Notary Public
miss. Expires: August 1, 2000
1, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original Power
of Attorney of which the foregoing is a full, tae and correct copy, is in full force and effect on the date of this certificate; and I do further certify that
the Vice - President who executed the said Power of Attomey was one of the additional Vice - Presidents specially authorized by the Board of Directors
to appoint any Attomey -in -Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of
the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 1051 day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any
Vice - President. Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of
any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually
affixed."
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this
Vice- President
Assistant Secre&oy
EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice -
Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power,
by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant
Vice - Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute
on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases
and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages, ...and to affix the seal of the Company
thereto."
FIDELITY AND DEPOSIT COMPANY
OF MARYLAND
P.O. Box 1227 • BALTIMORE, MD 21203
Statement of Financial Condition
Companies As Of March 31, 1997
ASSETS
Bonds
Stocks $ 343,601,388
241,986,810
Real Estate
2,856,147
Cash in Banks and Offices and Short Term Investments 125,339,484
Premiums in Course of Collection (less than 90 days old) 29,232,019
Reinsurance and Other Accounts Receivable 39,806,139
TOTAL ADMITTED ASSETS $ 782,821,987
LIABILITIES, SURPLUS AND OTHER FUNDS
Reserve for Unearned Premiums $ 148,707,734
Reserve for Claims and Claim Expenses 262,769,448
Reserve for Taxes and Expenses 7,239,819
Miscellaneous
48,836,604
TOTAL LIAM:CITI S
$ 467,553,605
Capital Stock, Paid Up $ 5,000,000
Surplus
310,268,382
Surplus as regards Policyholders 315,268,382
TOTAL
$ 782,821,987
Securities carried at $23,241,000 in the above statement are deposited as required by law.
Securities carried on the basis prescribed by the National Association of Insurance Commissioners. On the basis of
March 31, 1997 market quotations for all bonds and stocks owned, the Company's total admitted assets would be
$783,440,709 and surplus as regards policyholders 8315,887,104.
I, JOSEPH J. G4unctffa, Treasurer of the FIDELITY .arm DEposrr ConaaNY OF MARYLAND, do hereby certify that the
foregoing statement is a correct exhibit of the assets and liabilities of the said Company on the 31st day of March,
1997.
State of Maryland
City of Baltimore SS:
Subscribed and s',om to, before me, a Notary Public of the State of Maryland, in the City of Baltimore this 31st day of March, 1997.
c. Gt-
Notary Public
My mmmissiw expires June 3, 1997.
PRODUCER
RALPH C. WILSON AGENCY, INC.
BOX 5099
SOUTHFIELD, MICHIGAN 49099.5099
INSURED
LANDMARK STRUCTURES, INC.
1665 HARMON ROAD
FORT WORTH, TEXAS 76177
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REOUREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED 8 Y THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLJCIES, LMTS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
1
TYPE OP INSURANCE
■■
■
:
■
■
GARAGE LIABILITY
ANY AUTO
GENERAL LIABILITY
COMMERCIAL GENERAL LIABILITY
CLAIMS MADE I X !OCCUR
OWNER'S 8 CONTRACTOR'S PROT
AUTOMOBILE LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON -OWNED AUTOS
EXCESS LIABILITY
UMBRELLA FORM
OTHER THAN UMBRELLA FORM
WORKER'S COMPENSATION AND
EMPLOYERS' LIABILITY
THE PROPRIETOR/
PMTJERNEXECUTNE
OFFICERS ME:
INCL
EXCL
OTHER
CONTRACTORS
EQUIPMENT
POLICY NUMBER
GL 161915809
C161915776
COMPREHENSIVE DEDUCTIBLE - 3250
COLLISION DEDUCTIBLE - $500
C 161915812
6612134
CITY OF ROUND ROCK
221 EAST MAIN
ROUND ROCK, TEXAS 78664
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
_ 1 c J. •. - - -J
COMPANIES AFFORDING COVERAGE
COMPANY
A CONTINENTAL CASUALTY COMPANY
A
COMPANY
B
NATIONAL FIRE INSURANCE CO. OF HARTFORD
COMPAIW
• FEDERAL INSURANCE COMPANY
COMPANY
D
POLICY EFFECTIVE
DATE (MMIDD/YY)
11/1/98
11/1/98
11/1/98
11/1/98
POLICY EXPIRATION
DATE (MMIDW VV)
11/1/99
11/1/99
11/1/99
11/1/99
UMITS
GENERAL AGGREGATE
PRODUCTS - COMP/OP AGG
PERSONAL & ADV INJURY
EACH OCCURRENCE
FIRE DAMAGE (Any one lire)
MED EXP (My One Person)
COMBINED SINGLE LIMIT
BODILY INJURY
(Per person)
BODILY INJURY
(Per accident)
PROPERTY DAMAGE
AUTO ONLY - EA ACCIDENT
OTHER THAN AUTO ONLY
EACH ACCIDENT
AGGREGATE
AGGREGATE
EL EACH ACCIDENT
EL DISEASE - POLICY LIMIT
2,000,000
s 2,000,000
f 1 000 000
$ 1,000,000
s 50 000
f 5,000
1,000,000
$ 9 000,000
$ 9,000,000
$525,035 SCHEDULED EQUIPMENT
$200,000 UNSCHEDULED EQUIPMENT
LEASED OR RENTED
DESCRIPTION OF OPERATIONS /LOCATIONSNEHICLES /SPECIAL ITEMS
CERTIFICATE HOLDER AND ENGINEER ARE ADDITIONAL INSURED WITH RESPECT TO CITY OF ROUND ROCK WATER
SYSTEM IMPROVEMENTS, CONTRACT NO- 1 - ELEVATED WATER STORAGE RESERVOIRS. LOCATION: ROUND ROCK, TX.
ENGINEER: HDR ENGINEERING, INC., 2211 SOUTH IH -35, SUITE 300, AUSTIN, TEXAS 78741.
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
OF ANY KIND UPON THE COMPANY ITS AGENTS OR REPRESENTATIVES.
A
PROOM6R
MAW Insurance
Mr. R. S. Morrr11,
A11enoy
Sr.
THIS CERTIFICATE IS ISSUED AS
ONLY AND CONFERS NO RIGHTS
HOLDER. THIS CERTIFICATE DOES
ALTER THE COVERAGE AFFORDED
A MATTER
UPON THE
NOT AMEND,
BY THE
OF
CERTIFICATE
POLICIES
DATE (MhW WY10
14!111!88
INFORMATION
EXTEND OR
BELOW
4131 SpIcewood SPNn11a #O.4
Austin TX 787118
COMPANIES AFFORDING COVERAGE
COMPAM'
A Texas WC insurance Fund
INSURED
Landmark Structures Inc.
COMPANY
B
1888 Harmon
Fort Worth TX 70/77
COWART
C
es.
THIS IS TO CERTIFY THAT THE POUCIES OF INSURANCE USTED BELOW HAVE
INDICATED, NOTWITHANDING NY QIREMEERM OR CONDITION O ANY
CERTIFICATE MAY BE ST ISSUED OR A MAY RE PER THE NT, T INSIIRANCE AFFORDE D BY
EXCLUSIONS AND CONDITIONS OF SUCH POUCIES. UMITS SHOWN MAY HAVE
CCMFANY
D
..
BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POUCY PERIOD
COMRACT THER DOCUMENT WITH RES WHICH THIS
THE POLICIES D OA O ESCRIBED HEREIN IS SUBJECT TO PECT ALL TO THE TERMS,
BEEN REDUCED BY PAID CLAIMS.
gt I
TYPE OF INSURANCE
POLICY NUMBER
POLO' EFFECTIVE
DATE (MMATONY)
POLICY EXPuATCN
DATE (MMAD/YY)
LINTS
GENERAL
LIABILITY
COMMERCIAL GENERAL LIABILITY
GENERAL AGGREGATE
S
PRODUCTS - COMP/OP AGG
S
I CLAIMS MADE I OCCUR
PERSONAL & ADV INJURY
3
OWNER'S & CONTRACTORS PROT
EACH OCCURRENCE
S
FIRE DAMAGE (Any one fire)
S
MED U (Any one person)
S
AUTOMOBILE
_
LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON OWNED AUTOS
COMBINED SINGLE LIMIT
S
BODILY INJURY
(Per per.")
S
BODILY INJURY
(Per accidenQ
S
$
PROPERTY DAMAGE
GARAGE
LIABILTV
ANY AUTO
AUTO ONLY - EA ACCIDENT
S
OTHER THAN AUTO ONLY
.':.
EACH ACCIDENT
5
AGGREGATE
S
EXCESS
LIABILITY
UMBRELLA FORM
OTHER THAN UMBRELLA FORM
EACH OCCURRENCE
5
AGGREGATE
S
S
A
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
THE PROPRIETOR/
PARTNERSEXECUTIVE
OFFICERS ARE
INCL.
EXCL
TSF 12063801
02/17/98
02/17/99
( TTWIRCvS I ,T 1 I
EL EACH ACCIDENT
s 500,000
EL DISEASE - POLICY LIMIT
S 500,000
EL DISEASE - EA EMPLOYEE
s 500 000
OTHER
] B NAME O CITYY OF SOUND T ROCK WATER S E YSTEM IMPROVEMENTS, CONTACT NO 1 ELEVATED WATER STORAGE RESERVOIRS. ROUND ROCK TX
ENGINEER: 000 ENGINEERING, INC. 2211 SOUTH IH 35, AUSTIN, TX 78741
ER1KICATE NOLIIEH .• • '! ... ':.: -: -;§ •...CANCELLA'PON
CITY OF ROUND ROCK
221 EAST MAIN
ROUND ROCK TX 781164
ACtSRD 25 s (1t3s} .
. .. •..
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
BUT FALURE TO MAL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
AVE
OF ANY KIND UPON THE COMPANY ITS AGENTS RB.REEEN
F OR
AUTHOR2ED Merrill, 4 l , ' fTA` TI 5 -
A. S. snllf Sr. NYAG
0 <RCORD CO RPORA1 O 7911$
RUM
NOV. -S0' 981MON1 16:42 LANDMARK
CERTIFICATE OF LIABILITY INSURANCE Date: 12 -01 -98
COMPANIES AFFORDING COVERAGE
A Texas Workers' Compensation Insurance Fund
PRODUCER
Texas Associates Insurors
1114 Lost Creek Boulevard
Suite 400
Austin, TX 78746
GENERAL LIABILITY
AUTOMOBILE LIABILITY
EXCESS LIABILI
OTHER
CERTIFICATE HOLDER: City of Round Rock
221 E. Main Street
Round Rock, Texas 78664
aim: Joanne Land
07225.03 1 .036
B
C
INSURED
Landmark Structures, Inc.
1665 Wortgh, TX 76177
THIS IS TO CERTIFY THAT the Insured named above is insured by the Companies listed above with respect to the
business operations hereinafter described, for the types of insurance and in accordance with the provisions of the standard
policies used by the companies, and further hereinafter described. Exceptions to the policies are noted below.
CO TYPE OF INSURANCE POLICY EFFECTIVE EXPIRATION
LTR NUMBER DATE DATE
A #TSF0012063801 980217 02 -17 -98 02 -17 -99
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL rrEMS /EXCEPTIONS
TEL :817 -439 -8888
LIMITS
GENERAL AGGREGATE $
PRODUCTS - COMP /OP AGG. $
PERSONAL & ADV. INJURY $
EACH OCCURRENCE $
FIRE DAMAGE (Any one fire) $
MED. EXPENSE (Any one person) $
COMBINED SINGLE LIMIT $
BODILY INJURY (Per person) .$
BODILY INJURY (Per accident) .$
PROPERTY DAMAGE $
EACH OCCURRENCE $
AGGREGATE $
WORKERS' COMPENSATION AND EMPLOYERS' LIABILI'T'Y STATUTORY LIMITS
EACH ACCIDENT $
DISEASE - POLICY LIMrr $
DISEASE - EACH EMPLOYEE $
P. 002
500,000
500,000
500,000
The City of Round Rock is named as additional insured wi?h respect LO all policies except War ers ompensauon and mployers' Liahthry. Should any
of the above described policies by cancelled or changed before the expiration date thereof, the issuing company will mail thirty (30) days written notice 5'
the certificate holder named below.
SIGN URE *FAUTH6)RIZE R .'[ ESENTATI
Typed Name: David B. Palmeri
Title: Vice President Commercial Lines
City of Round Rock Water System Improvements Orloher 1 998
Contract No. I - Elevated Water Storage Reservoirs
N:0V.- SO! 16:42 LANDMARK TEL:817-439 -8888
CERTIFICATE OF LIABILITY INSURANCE Date: 12 -01 -98
PRODUCER
Ralph C. Wilson Agency, Inc.
Box 5069
Southfield, MI 48086 -5069
COMPANIES AFFORDING COVERAGE
A Continental Casualty Company
B National Fire Insurance Co.
of Hartford
C
P. 002
INSURED
Landmark Structures, Inc.
1665 Harmon Road D
Fort Worth TX 76177
THIS IS TO C THAT the Insured named above is insured by the Companies listed above with respect to the
business operations hereinafter described, for the types of insurance and in accordance with the provisions of the standard
policies used by the companies, and further hereinafter described. Exceptions to the policies are noted below.
CO TYPE OF INSURANCE POLICY EFFECTIVE EXPIRATION LIMITS
LTR NUMBER DATE DATE
GENERAL LIABILITY
B GL 161915809
OCCURRENCE FORM
AUTOMOBILE LIABILITY
11/1/98 11/1/99
B C 161915776 11/1/98 11/1/99
EXCESS LIABILITY
A C161915812 11/1/98 11/1/99
WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY STATUTORY LIMITS
OTHER
a DESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES/SPECIAL ITEMS /EXCEPTIONS
CERTIFICATE HOLDER: City of Round Rock
221 E. Main Street
Round Rock. Texas 78664
artn: Joanne Land
07225.031.036
GENERAL AGGREGATE $ 2,000,000
PRODUCTS - COMP /OPAGG. $ 2,000,000
PERSONAL & ADV. INJURY $ 1,000,000
EACH OCCURRENCE $ 1,000,000
FIRE DAMAGE (Any one fire) 1 50,000
MED. EXPENSE (Any one person) $ 5,000
COMBINED SINGLE LIMIT $ 1,000,000
BODILY INJURY (Per person) .9
BODILY INJURY (Per accident) 9
PROPERTY DAMAGE $
EACH OCCURRENCE $ 9,000,000
AGGREGATE $ 9,000,000
EACH ACCIDENT 9
DISEASE - POLICY LIMIT 0
DISEASE - EACH EMPLOYEE 9
The City of Round Rock is named as additional insured with respect LO all policies except Wor ers rnnpensauon and mployers' iahiliry. Should :6ty
of the above described policies by cancelled or changed before the expiration date thereof, the issuing company will mail thirty (30) days wnaen nonce to
the certificale holder named below.
SIGNATURE OF AUTHORIZED REPRESENTATTTV ''
.404
Typed Name: David B. Palmeri
Tide: Vice President Commercial Lines
City of Round Rock Water System improvements Ocloher 1998
Contract No. 1 - Elevated Water Storage Reservoirs
Copies
Date
No.
Description
4
Contract documents (executed by Landmark) including:
" Notice of Award (3 copies)
* Resolution of Board of Directors of Landmark Structures
" Performance Bond
* Payment Bond
* Warranty Bond
* Certificates of Insurance (including workers comp)
LANDMARK STRUCTURES, INC.
1665 Harmon Road
Fort Worth, TX 76177
(1117) 439 -8888
Fax (8417) 439 -9001
TO: HDR Engineering
2211 South IH -35, Suite 300
Austin, TX 78741
WE ARE SENDING YOU THE ATTACHED ITEMS:
THESE ARE BEING TRANSMITTED:
For approval
For your use
x As requested
For review and comment
REMARKS:
Approved as submitted
Approved as noted
Returned for corrections
We look forward to working with you and the City of Round Rock on this
project.
rctLtiVtu
NOV 3e
LETTER OF TRANSMITTAL
Date 11/24/98
Job. No. 9829/30
Attn: Mr. Brad Castleberry
Re:
City of Round Rock
Elevated Water Storage Tanks
Resubmit copies tor approval
Submit copies for distribution
Return corrected prints
Please contact the undersigned should you have any questions or comments.
Signed
Chris Lamon