Loading...
R-99-04-08-11B1 - 4/8/1999WHEREAS, the City of Round Rock has duly advertised for bids for the construction of the Clay Madsen Recreaction Center, and WHEREAS, R.J. King Construction, Ltd. has submitted the lowest and best bid, and WHEREAS, the City Council wishes to accept the bid of R.J. King Construction, Ltd., 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 R.J. King Construction, Ltd. for the construction of the Clay Madsen Recreation Center. 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 8th day of April, 1999. ATTEST: E LAND, City Secretary K!\ WPOOCS \RBSOLUTI \R9P4PHS1.WPU /ecg RESOLUTION NO. R- 99- 04- 08 -11B1 CHARLES CULPE PPE R, Mayor City of Round Rock, Texas DATE: April 2, 1999 SUBJECT: City Council Meeting — April 8, 1999 ITEM: 11.B.1. Consider a resolution authorizing the Mayor to execute a contract with R.J. King Construction, LTD., in the amount of $4,780,400.00 for the construction of the Clay Madsen Recreation Center. Staff Resource Person: Sharon Prete, Parks and Recreation Director. Seven bids were received and opened on March 30, 1999. This contract represents a base bid of $4,583,000.00 and alternates totaling $197,400.00. References have been checked and Spencer Godfrey Architects and staff recommend that this bid be awarded. RESOLUTION NO. R- 00- 02- 24 -11E1 WHEREAS, the City of Round Rock has previously entered into a contract ( "Contract ") with R. J. King Construction, Ltd. for the construction of the Clay Madsen Recreation Center, and WHEREAS, it has been determined that it is necessary to change said Contract in accordance with the attached Contract Change Order No. 1, 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 Contract Change Order No. 1 to the Contract with R. J. King Construction, Ltd. for the construction of the Clay Madsen Recreation Center. The City Council hereby finds and declares that written 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 24th day of Febr 2000. / •L!/dJ ROOT A. STLUKA, ., Mayor A EST: City of Round Rock, Texas 1101 /1 /L! E LAND, City Secretary R: \HPDOCS \RESOLUTI \R00229E1 .HPD /sc X114■ SPENCER 16,1L GODFREY \I\\ ARCHITECTS 1106 SOUTH MAYS, SUITE 120 • ROUND ROCK, TEXAS 78664 • 512 388 -0677 • FAX 512 388 -0752 PROJECT NAME: Clay Madsen Indoor Recreation Center PROJECT NO: 97020 Spencer Godfrey Architects ARCHITECT 1106 South Mays, Suite 120 Address Round R• " xa 78 64 BY ATTN: Steve Roach PO Box 825 Temple, Texas 76503 -0825 CHANGE ORDER TO CONTRACTOR: R. J. King Construction, Ltd. CONTRACT DATE: April 8, 1999 CHANGES TO THE CONTRACT ARE AS FOLLOWS: 1. ASI #12 — Additional concrete sidewalk for bicycle racks per Owner request. $ 1,166.00 2. ASI #13 — Add dryer exhaust duct to Pantry 122 and electrical outlet to Break 139 $ 805.00 3. PR # 09 — Add galvanized steel safety bars to ends of open storm water drains. $ 2,603.00 4. RFI #38 — Exhaust Duct reroute above Kitchen 120. $ 2,297.00 5. RFI #47 — Additional furring for south Gym wall above steel beams (also PCO #16) $ 954.00 6. Additional allowance for anticipated remaining Testing (concrete, asphalt, & base) $ 3,500.00 7. Credit Landscape Allowance: ($ 44.229.00) Total: ($ 32,904.00) The original (Contract Sum / ) was $ 4,777,400.00 Net change by previously authorized Change Orders $ 0.00 The (Contract Sum / ) prior to this Change Order was $ 4,777,400.00 The (Contract Sum / ) will be (increased /- decreased-/ - unchanged) by this Change Order in the amount of $ 32,904.00 The Contingency /Betterment Allowances will be (' unchanged) by this Change Order in the amount of $ 0.00 The new (Contact Sum / ) including this Change Order will be $ 4,744,496.00 The Contract Time will be (increased L- decreased / unchanged) by The date of Substantial Completion as of this Change Order therefore is (as per CO #3) R. J. King Construction, Ltd. CONTRACTOR P. O. Box 825 Address DATE DATE Temple Tex 765t'5 BY i4 /00 IS j: ICV0 DATE: February 10, 2000 CHANGE ORDER NO.: 005 CONTRACT FOR New Construction THIS DOCUMENT IS NOT VAUD UNTIL SIGNED BY THE OWNER, ARCHITECT, AND CONTRACTOR. City of Round Rock OWNER 221 E. Main Street ❑ Owner ❑ Architect ❑ Contractor Address Round Rock Texa 8664 a a) -0 0 DATE 0 DAYS. June 17, 1999. 9q- o (A - 10 / City of Round Rock p E- c/ °e nded CLAY MADSEN RECREATION CENTER APRIL 1999 CONTRACT DOCUMENTS APPROVED BY CI A TTOIZ Standard Form of Agreement Between Owner and Contractor where the basis of payment is a STIPULATED SUM THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES. CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. AUTHENTICATION OF THIS ELECTRONICALLY DRAFTED AIA DOCUMENT MAY 13E MADE BY USING AIA DOCUMENT D401 AIA Document A201 -1997, General Conditions of the Contract for Construction, is adopted in this document by reference. Do not use with other general conditions unless this document is modified. This document has been approved and endorsed by The Associated General Contractors of America. Copyright 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, C 1997 by The American Institute of Architects. Reproduction of the material herein or substantial quotation of its provisions without wrinen permission of the AIA violates the copyright laws of the United States and will subject the violator to legal prosecution. AGREEMENT made as of the ei.y/It/t (Si words, indicate day, month and year) BETWEEN the Owner: (Name, address and other information) and the Contractor (Name, address and other iformation) The Project is: (Name and location) The Architect is: (Name, address and other informalron) The Owner and Contractor agree as follows: ARTICLE I THE CONTRACT DOCUMENTS AIA Document Al 01 -1997 1997 Edition - Electronic Format The City of Round Rock, Texas 221 East Main Street Round Rock, Texas 78664 Spencer Godfrey Architects 1106 South Mays, Suite 120 Round Rock, Texas 78664 (86 tday of r4pa i1 in the year of 1999. R. Y. Kin Con.z.tauction, Ltd. 1520 SW if.K. Doc/en. Loop, Suite 202 IempJe, Texas. 76504 -6898 A new multi - purpose, multi -use free standing community recreation center, to be known as the Clay Madsen Recreation Center, same to be approximately 46,000 square feet and to be built in the northwest corner of Old Settlers Park at Palm Valley on a plot of land near CR113. The Contract Documents consist of this Agreement, Conditions of the Contract (General, Supplementary and other Conditions), Drawings, Specifications, Addenda issued prior to execution of this Agreement, other documents listed in this Agreement and Modifications issued after execution of this Agreement; these form the Contract, and are as fully a part of the Contract as if attached to this Agreement or repeated herein. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, representations or agreements, either written or oral. An enumeration of the Contract Documents, other than Modifications, appears in Article 8. AIA DOCUMENT A101 - OWNER - CONTRACTOR AGREEMENT - 1997 EDITION - AIA - COPYRIGHT 1997 - THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE N.W., WASHINGTON, D.C. 20006 -5292. WARNING: Unlicensed photocopying violates U.S. copyright laws and will subject the violator to legal prosecution. This document was electronically produced with permission of the AIA and can be reproduced without violation until the date of expiration as noted below. Electronic Format A101 -1997 User Document: 97A101.CON -- 2/15/1999. AIA License Number 111808, which expires on 2/28/2000 -- Page #I ARTICLE 2 THE WORK OF THIS CONTRACT The Contractor shall fully execute the Work described in the Contract Documents, except to the extent specifically indicated in the Contract Documents to be the responsibility of others. ARTICLE 3 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION 3.1 The date of commencement of the Work shall be the date of this Agreement unless a different date is stated below or provision is made for the date to be fixed in a notice to proceed issued by the Owner. (Insert the date of commencement f it dyers from the date of this Agreement or, if applicable, state that the date will be fired in a notice to proceed.) If, prior to the commencement of the Work, the Owner requires time to file mortgages, mechanic's liens and other security interests, the Owner's time requirement shall be as follows: lti1e o t,I3o; 4f t<dmooenoement uttritthg st4G less dta ; v f da o sectfnty interests Iatta et!atrt s1tall Wattle b ca 3.2 The Contract Time shall be measured from the date of commencement. 3.3 The Contractor shall achieve Substantial Completion of the entire Work not later than t hnee Aundned 365 days from the date of commencement, or as follows: a i.xty cve. (Insert number of calendar clays. Alternatively, a calendar date may be used when coordinated with the dale of commencement. Unless sated elsewhere in the Contract Documents, insert any requirements for earlier Substantial Completion of certain portions of the Work) , subject to adjustments of this Contract Time as provided in the Contract Documents. (Insert provisions, !fairy, for liquidated damages relating to failure to complete on lime or for bonus payments for early completion of the Work) ARTICLE 4 CONTRACT SUM ceeei isaneti la the Owner, the CatxractOr shalt notif the :Owner n pemat kte;<t otel 8 of`mortga meelt aic s liens and othe 00. tasue vrttten aptirevat sd iir before the.1ate ) sl'(8C £red isx * 4.1 The Owner shall pay the Contractor the Contract Sum in current funds for the Contractor's performance of the Contract. The Contract Sum shall be /J2fR /1LJL/Tfh/ _DE f// /7. 9F S9FN %/MY/G44 P1& /NLN/ /7 Dollars (5 x subject to additions and deductions as provided in the Contract Documents. 4,777,497,09, (Bane bid 4 RR MILLION FM MAO ago T#TLLk4ND D2LL46 ($4,583,999.971 pioa otfaL accepted aLtenn to 6idd vaGUe at Of HI l) Nl/17YI RIR/ TIMM RIR OM D?LLERS ($/94,407.9711. AIA DOCUMENT A101 - OWNER - CONTRACTOR AGREEMENT - 1997 EDITION - AIA - COPYRIGHT 1997 - THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE N.W., WASHINGTON, D.C. 20006 -5292. WARNING: Unlicensed photocopying violates U.S. copyright laws and will subject the violator to legal prosecution. This document was electronically produced with permission of the AIA and can be reproduced without violation until the dare of expiration as noted below. Electronic Format A101 -1997 r1 User Document: 97A101.CON -- 2/15/1999. AIA License Number 111808, which expires on 2/28/2000 -- Page #2 * Ze1eit Attacfarant rt4" 4.2 The Contract Sum is based upon the following alternates, if any, which are described in the Contract Documents and are hereby accepted by the Owner: (State the numbers or other identification of accepted alternates. If decisions on other alternates are to be made by the Owner subsequent to the execution of this Agreement. attach a schedule of such other alternates showing the amount f each and the date when that amount expires) The con-bact includes acceptrutce o r4Lternccca Bids 1, 2 , 4 , 5, 8 , 9, 1/, /2, /3, /5, /6, /7, /8, /9, and 20. A.Ltennate Bi.dl. 3, 6, 7, /0, and /4 rite declined. Re AA. "Iliac/rent "4" d "8" 4.3 Unit prices, if any, are as follows: fli ideati/4Led and bid in Dormant (0420 - (/ni.t laice4. /Refer AttscM nt "A" and °Cr ARTICLE 5 PAYMENTS 5.1 PROGRESS PAYMENTS 5.1.1 Based upon Applications for Payment submitted to the Architect and Own by the Contractor and Certificates for Payment issued by the Architect and fl1 d sputed,by f Yttf#` tot 5'44ttet S leodet, the Owner shall make progress payments on account of the Contract Sum to the Contractor as provided below and elsewhere in the Contract Documents. 5.1.2 The period covered by each Application for Payment shall be one calendar month ending on the last day of the month, or as follows: 5.1.3 Provided that an Application for Payment is received by the Architect L 511ner` attd Ihe;Asthaaot;ztaues a tit0ta df pkttttettt:not later than the tit (tptti ;;da of a month, the Owner shall make payment to the Contractor not later than the WOO) day of the hattimonth. Ilan Application for Payment is received by the Architect aItittOtOrAfter the application date fixed above, payment shall be made by the Owner not later than ott sftoit1lb4eys after the Architect Issues a CEtltfcateTfor Payment. 5.1.4 Each Application for Payment shall be based on the most recent schedule of values submitted by the Contractor in accordance with the Contract Documents. The schedule of values shall allocate the entire Contract Sum among the various portions of the Work. The schedule of values shall be prepared in such form and supported by such data to substantiate its accuracy as the Architect a64 Qwpe may require. This schedule, unless objected to by the Architect goo* shall be used as a basis for reviewing the Contractor's Applications for Payment. 5.1.5 Applications for Payment shall indicate ***the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. 5.1.6 Subject to other provisions of the Contract Documents, the amount of each progress payment shall be computed as follows: .1 Take that portion of the Contract Sum properly allocable to completed Work as determined by multiplying the percentage completion of each portion of the Work by the share of the Contract Sum allocated to that portion of the Work in the schedule of values, less retainage of kujilnrcent (jl %). Pending final determination of cost to the Owner of changes in the Work, amounts not in dispute shall luly3be included as provided in Subparagraph 7.18 of AIA Document A201 -1997 ptlgC,lbe,COtttfsTGt tHttgiw)1(1t'yet be }'St$ it bye Cigi t"1Kd ; .2 Add that portion of the Contract Sum properly allocable to materials and equipment delivered and suitably stored at the site for subsequent incorporation in the completed construction less retainage of teia 1d percent. AIA DOCUMENT AI01 - OWNER - CONTRACTOR AGREEMENT - 1997 EDITION - AIA - COPYRIGHT 1997 - THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE N.W., WASHINGTON, D.C. 20006 -5292. WARNING: Unlicensed photocopying violates U.S. copyright laws and will subject the violator to legal prosecution. This document was electronically produced with permission of the AIA and can be reproduced without violation until the date of expiration as noted below. Electronic Format A10I -1997 User Document: 97A101.CON -- 2/15/1999. AIA License Number 111808, which expires on 2/28/2000 -- Page #3 .3 Subtract the aggregate of previous payments made by the Owner; and .4 Subtract amounts, if any, for which the Architect of t~lyvtltt;has withheld or nullified a Certificate for Payment as ..... ........ provided in Paragraph 9.5 of AIA Document A201 -1997. 5.1.7 The progress payment amount determined in accordance with Subparagraph 5.1.6 shall be further modified under the following circumstances: .1 Add, upon Substantial Completion of the Work, a sum sufficient to increase the total payments to the full amount ................ ............................... pti of the Contract Sum, less such amounts as the Architect shall determine for incomplete Work, retainage applicable to such Work and unsettled claims; and (Subparagraph 9.8.5 of A1A Document R201 - 1997 requires release of applicable retainage upon Substantial Completion of Work with consent of surety. if ..y) .2 Add, if final completion of the Work is thereafter materially delayed through no fault of the Contractor, any additional amounts payable in accordance with Subparagraph 9.10.3 of AIA Document A201 -1997. 5.1.8 (lf it is intended, prior to Substantial Completion of the entire Work, to reduce or limit the relatnage resulting from the percentages inserted in Clauses 5.1.6 1 and 5.1.6 2 above, and this is not explained elsewhere in the Contract Documents, insert here provisions for such reduction or limitation) 5.1.9 Except with the Owner's prior Nini# fttpapproval, the Contractor shall not make advance payments to suppliers for materials or equipment which have not been delivered and stored at the site. 5.2 FINAL PAYMENT 5.2.1 when: Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by the Owner to the Contractor .1 the Contractor has fully performed the Contract except for the Contractor's responsibility to correct Work as provided in Subparagraph 12.2.2 of AIA Document A201 -1997, and to satisfy other requirements, if any, which extend beyond final payment; and .2 a final Certificate for Payment has been issued by the Architect. 5.2.2 The Owner's final payment to the Contractor shall be made no later than 30 days after the issuance of the Architect's fmal Certificate for Payment, er -es-fe iemss: r n to final pa n nt be z�t�puetl to atvi le pfs6t tot 1)4 919 a p V� ou t[te Onnti$ei h Ese n`f�petfoemed. I tle3itt m tdtsc et priori ,#inatip .t sentshsll6e tte6t¢d : abts ctlttf lg or L lsrecsrF e 'es tke.l;.op tleAt!€ F#3Gkt ' `#t .aatireafedas•- cart t ;rt s ARTICLE 6 TERMINATION OR SUSPENSION 6.1 The Contract may be terminated by the Owner or the Contractor as provided in Article 14 of AIA Document A201 -1997. 6.2 The Work may be suspended by the Owner as provided in Article l4 of AIA Document A201 -1997. ARTICLE 7 MISCELLANEOUS PROVISIONS 7.1 Where reference is made in this Agreement to a provision of AIA Document A201 -1997 or another Contract Document, the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. AIA DOCUMENT A101 - OWNER - CONTRACTOR AGREEMENT - 1997 EDITION - AIA - COPYRIGHT 1997 - THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE N.W., WASHINGTON, D.C. 20006 -5292. WARNING: Unlicensed photocopying violates U.S. copyright laws and will subject the violator to legal prosecution. This document was electronically produced with permission of the AIA and can be reproduced without violation until the date of expiration as noted below. Electronic Format A101 -1997 User Document: 97A101.CON -- 2/15/1999. AIA License Number 111808, which expires on 2/28/2000 -- Page #4 7.2 (inert rate of interest agreed upon, f any.) I.i"n(14n.04 1dnn1, pa . 00 * ttt iJttpat tlil[leC the slt t unrlt me ii du at t1ie leg tatepre (Usury laws and requirements under the Federal Truth in Lending Act, similar slate and local consumer credit laws and other regulations at the Owner's and Contractor's principal places of business, the location of the Project and elsewhere may affect the validity of this provision. Legal advice should be obtained with respect to deletions or modifications, and also regarding requirements such as written disclosures or waivers) 7.3 The Owner's representative is: Sharon Preen ( N a m e , a d d r e s s and other i n f o r m a t i o n ) 0 - $ 1 4 0 0 . 0 $ 6 : ii . , > .. _- Rauailloci Yentas 78fr6Q 7.4 The Contractor's representative is: Ron King King p (Name, address and other information) R. Y. Corvitauct/sgs , Ltd. 3523 SW H.K. D�� Loop 5uLte ! lexaa %67(14 (254)' - 79/-5464 7.5 Neither the Owner's nor the Contractor's representative shall be changed without ten (10) days' written notice to the other party. 7.6 Other provisions: ARTICLE 8 ENUMERATION OF CONTRACT DOCUMENTS uaenis shall Bear mtet'i I"mm the sixty llrst (6Tst� +Tay a8si the dste €irtre`ta * t dt4 pj whaxe t .Proleet is lncate 8.1 The Contract Documents, except for Modifications issued after execution of this A� eement as yet forth ttt At06115 Doeumen1 0 )9' ..,�euexaj. tidytsons are enumerated as follows: %lance and .s �i `rrrfrzrui dated gc,nuany /5 /999, 8.1.1 The Agreement is this executed 1997 edition of the Standard Form of Agreement Between Owner and Contractor, AIA Document A 10 1- 1997,,,trngtllf[#)61€$itL 8.1.2 The General Conditions are the 1997 edition of the General Conditions of the Contract for Construction, AIA Document A201 -1997] ah m0dieel ,these 8.1.3 The Supplementary and other Conditions of the Contract are those contained in the Project Manual dated , and are as follows: Document Title Pages Not App. rald_e 8.1.4 The Specifications are those contained in the Project Manual dated as in Subparagraph 8.1.3, and are as follows: (Either list the Spececations here or refer to an exhibit attached to this Agreement) Section Title Ze(en t4Etaciment "!Y' - "Table Con-ten-La" Pages AIA DOCUMENT A101 - OWNER - CONTRACTOR AGREEMENT - 1997 EDITION - AIA - COPYRIGHT 1997 - THE AMERICAN INSTITUTE OF ARCI-0TECrS, 1735 NEW YORK AVENUE N.W., WASHINGTON, D.C. 20006 -5292. WARNING: Unlicensed photocopying violates U.S. copyright laws and will subject the violator to legal prosecution. This document was electronically produced with permission of the AIA and can be reproduced without violation until the date of expiration as noted below. Electronic Format A101 -1997 User Document: 97A101.00N -- 2/15/1999. AIA License Number 111808, which expires on 2/28/2000 -- Page #5 8.1.5 The Drawings are as follows, and are dated unless a different date is shown below: (Either list the Drawings here or refer to an exhibit attached ro this Agreement) Number Title Date ieteir 71ttacr4r n "6" 8.1.6 The Addenda, if any, are as follows: Number Date Pages 0/ 03/11/99 7 02 03/19/99 8 03 03/25/99 6 03/27/99 / Portions of Addenda relating to bidding requirements are not part of the Contract Documents unless the bidding requirements are also enumerated in this Article 8. 8.1.7 Other documents, if any, forming part of the Contract Documents are as follows: (List here any additional documents that are intended to form port of the Contract Documents. AIA Document A201 -1997 provides that bidding requirements such as advertisement or invitation to bid Instructions to Bidders, sample forms and the Contractor's bid are not part of the Contract Documents unless enumerated in this Agreement. They should be listed here only if intended to be part of the Contract Documents) This Agreement is entered into as of the day and year first written above and is executed in at least three original copies, of which one is to be delivered to the Contractor, one to the Architect for use in the administration of the Contract, and the remainder to the Owner. NR0e s eu4eppe e yae. (Printed name and title) CONT R 2. 1. Krug Cothzucti.un, Ltd. (Signalo I 1CA • 7 v(� �1 $ ®c TA k)t.:1L (Printed name and title) AIA DOCUMENT A101 - OWNER - CONTRACTOR AGREEMENT - 1997 EDITION - AIA - COPYRIGHT 1997 - THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE N.W., WASHINGTON, D.C. 20006 -5292. WARNING: Unlicensed photocopying violates U.S. copyright laws and will subject the violator to legal prosecution. This document was electronically produced with permission of the AIA and can be reproduced without violation until the date of expiration as noted below. Electronic Format A101 -1997 User Document: 97A101.CON -- 2/15/1999. AIA License Number 111808, which expires on 2/28/2000 -- Page ft6 To: Sharon Prete Parks and Recreation Director City of Round Rock 221 E. Main Street Round Rock, Texas 78664 Date: 3 -30 -99 Temple, TX 76504 -6898 1. OFFER Attach lavrti"A" Submitted by: (full name) R. J. King Construction, Ltd. STATEMENT OF SEPARATE CHARGES: Materials: All other Charges: (Labor, etc.) Total: (total Stipulated Sum) DOCUMENT 00310 BID FORM Project: Clay Madsen Indoor Recreation Center Texas Department of Parks and Wildlife Contract No. 51 -00010 (full address) 3520 SW H.K. Dodgen Loop, Suite 202 The undersigned, in compliance with your Invitation To Bid, having examined the Place of the Work and all matters referred to in the Instructions to Bidders and the Contract Documents prepared by Spencer Godfrey Architects, for the above mentioned project, and being familiar with all of the conditions surrounding the construction of the proposed work propose to furnish all labor, material, equipment and supplies and to construct the project in accordance with the Contract Documents, within the time frame herein stipulated, and for the price set forth below. This price is to cover all expenses incurred in performing the work required under the Contract Documents, of which this proposal is a part. Bidder hereby agrees to perform all of the work described in the Specifications and illustrated the Drawings for a fixed sum (stipulated price) of �, �I, //� A -e, ($ y,3 ) including associated profit and overhead. THE BIDDER UNDERSTANDS THAT TIME IS OF THE ESSENCE TO THE OWNER REGARDING THE COMPLETION OF THE WORK ASSOCIATED WITH THIS CONTRACT. BOTH THE BIDDER'S STIPULATED SUM AND TIME FOR COMPLETION WILL BE CONSIDERED IN DETERMINING THE LOWEST QUALIFIED BIDDER. Section 00310 -1 iiiariea¢ ° A" — Cord. Bidder hereby further agrees to commence work on or before the date to be specified in the Owner's Notice to Proceed and to fully complete the work, ready for occupancy within 365 days from the date of commencement. Included herewith, is the required bid security as required by the Instruction to Bidders. Because the Project is Tax Exempt, NC Federal, State, or Local taxes are included in the Bid Price. Bids shall be submitted on a separated contract basis. No Texas sales tax shall be included in the prices bid for materials consumed on incorporated into the finished product under this contract. This contract is issued by an organization which is qualified for exemption pursuant to the provisions of Section 151.309(S) of the Texas Tax Code. The City of Round Rock will issue an exemption certificate to the Contractor. The Contractor must then issue a resale certificate to the materials supplier for materials purchased. The Contractor must have a valid sales tax permit in order to issue a resale certificate. In obtaining consumable materials, the Contractor will issue a resale certificate in lieu of payment of sales tax, and the following conditions shall be observed; 1. The contract will transfer title of consumable, but not incorporate, materials to the City of Round Rock at the time and point of receipt by the Contractor: 2. The Contractor will be paid for these consumable materials by the City of Round Rock as soon as practicable. Payment will not be made directly but considered subsidiary tot he pertinent bid items. The Contractor's monthly estimate will state that the estimate includes consumables that were received during the month covered by the estimate; and 3. The designated representative of the City of Round Rock must be notified as soon as possible of the receipt of these materials so that an inspection can be made by the representative. Where practical, the materials will be labeled as the property of the City of Round Rock. All Cash and Contingency Allowances described in the Contract Documents are included in the Bid Price. 2. ACCEPTANCE This offer shall be open to acceptance and is irrevocable for forty-five (45) from the Bid closing date. If this Bid is accepted by the Owner within the time period stated above, we will: Execute the Agreement within seven days of receipt. Commence work within ten days after written Notice to Proceed Bidder hereby agrees that the attached bid security will the property of the Owner, and the Owner may cash the Bond, if the Contract for Construction is not executed by the bidding contractor within seven days from receipt. Section 00310 -2 (Bidder - please print the full name hereunto affixed in the presence of: (Seal) AtIIrJ nL "i - (AE. 3. ADDENDA The following Addenda have been received. The modifications to the Bid Documents noted therein have been considered and all costs thereto are included in the Bid Price. Addendum # 01. Dated 3 -11 -99 Addendum # 02 Dated .. 3, 19 -99,,, Addendum # 03 Dated .3. Addendum # 04 Dated 3 -27 -99 4. APPENDICES The following appendices are included with this bid form and have been properly completed by the bidder: a. Section 00400 - Supplements to Bid Forms b. Section 00410 - Bid Security Form c. Section 00420 - Unit Prices d. Section 00430 - Subcontractor Listing e. Section 00460 - List of Alternates The bidder fully understands, and agrees, that, if he is the apparent lowest qualified bidder, he wit submit, within forty -eight hours of the bid time the following documents: a. Section 00440 - Substitution Listing b. Section 00450 - Equipment Suppliers Listing c. Section 00470 - Cost Breakdown 5. BID FORM SIGNATURE(S) The Corporate Seal of R. J. King Construction, Ltd. (Authorized signing officer Title) R. J. Y{ing President of jug, Partnership, or apa^ttn) was rat Partner Rene M. Rodriguez Vice President of General Partner (Authorized signing officer Title) seph F. Kiefer, Jr. rge Stephen Roach Dennis R. u Partner Partner Partner Section 00310 -3 Subscribed and Sworn before me thiss 30 day of Mr�r':h Notary Public: (— -'"- =2� Z. My Commission Expires: fOla 1P.A PE B. WILLL7MS Nolan P'ibIL: • State of Texas onmrzioe E:Firs: 1025159 Atit k of - Cart. END OF DOCUMENT Section 00310 -4 1999. To: Sharon Prete Parks and Recreation Director City of Round Rock 221 E. Main Street Round Rock, Texas 78664 Date: 3 - 30 - 99 Submitted by: (full name) R. J. King Construction. Ltd. (full address) 3520 SW H.K. Dodgen Loop. Suite 202 Temple, .,_TX76504 -6898 (Seal) (Authorized signing officer Title) Ath J nL - DOCUMENT 00400 SUPPLEMENTS TO BID FORMS Project: Clay Madsen Indoor Recreation Center Texas Department of Parks and Wildlife Contract No. 51 -00010 In accordance with Document 00100 - Instructions to Bidders and Document 00310 - Bid Form, I /we include the Supplements to Bid Form Appendices listed below. The information provided shall be considered an integral part of the Bid Form. These Appendices are as follows: 1. Section 00410 - Bid Security Farm 2. Section 00420 - Unit Prices 3. Section 00430 - Subcontractor Listing. 4. Section 00460 - List of Alternates SUPPLEMENTS TO BID FORM SIGNATURE(S) The Corporate Seal of R. J. King Construction, Ltd. (Bidder - please print the full name of your FlidpiatRitHrd, Partnership, or ammazigut R. J. King END OF SECT ON AY ASO seph F. Kiefer, Jr. Partreection 00400 - Partner Rene M. Rod iguez President of Gene al Partner Vice President of General Partner rge Stephen Roach Partner 1. 18" PIERS Atiad r - Cart. SECTION 00420 UNIT PRICES 1 The following is a list of Unit Prices referenced in the Bid Form, and stipulated in Section 01151 Unit Prices, A The base pier drilling depth is shown on the drawings- All piers shall be drilled to the diameter indicated on the drawings- To establish proper price for pier drilling the following unit prices shall prevail and be used as a measure for credits or charges against the Contract Sum specified in the Contractors Bid. For each additional foot beyond the base drilling depth level, ADD $ 3D per lineal foot. For depths less than the base drilling depth level, SUB -TRACT S 3 per lineal foot 2. 24" PIERS For each additional foot beyond the base drilling depth level, ADD $ .3'1 per lineal foot. For depths less than the thirteen foot level, SUBTRACT 5 per lineal foot. 3. 30" PIERS For each additional foot beyond the base drilling depth level, ADD $ g 3'- per lineal foot. For depths less than the thirteen foot level, SUBTRACT S / per lineal foot. 4. ELECTRICAL CIRCUITS For each added 120V 20 AMP circuits the cost will be $ �n 5 ADDITIONAL CONDUIT Far each additional foot of 'A "conduit, conductors, etc the cost will be S 3 per foot. B. In the event ground water is encountered requiring the casing of piers. ADD $ 1 o°= per lineal foot of 18" diameter steel pier casing, ADD- S 3s` per lineal foot of 24" diameter steel pier casing, ADD $ per lineal foot of 30" diameter steel pier casing.J}00 Section 00420 -1 Attac &Ent 11 - lilt. 2. The above prices shall include all labor, materials, equipment, overhead and profit necessary to cover complete and finished work. Any work by unit price shall be in addition to (or subtracted from) the base quoted Contract Sum. 3. Documentation of unit price expenses or credits shall be accurate and supported by independent jobsite records. Unit price data shall be submitted for the Architect's review at the completion of the pier drilling/placement operation. (Bidder) R. J. King Const [inn, Ltd. 1 (signature) R. J. ing President of General Partner Vice President of General Partner Date, 3 -30 -99 Rene Rodriguez END OF SECTION Section 00420 -2 J We F. Kiefer, Partner George Stephen Roach Pa ner ■ Dennis R. Pa rtner Yu 1. The following is a list of Alternate Bid Prices for alternates as described in Section 01100. These alternate prices may be selected individually or collectively at the Owner's discretion. Bidders should cross through either "(add to) to (subtract from)" as appropriate. ALTERNATE BID "1" For all work as described in Alternate 1, Section 01100. IM/e will (Add To) (Quhtracirsre{ (bidder to mark through inappropriate verbiage) the base bid the sum of: F ALTERNATE BID "2" For all work as described in Alternate 2, Section 01100, IM/e will (Add To) (41A.taiar.t-F-iew) (bidder to mark through inappropriate verbiage) the base bid the sum of: ALTERNATE 81D "3" For all work as described in Alternate 3, Section 01100. I/We will (Add To) (SuJtra6LFccm) (bidder to mark through inappropriate verbiage) the base bid the sum of: I '-e`�7 - ,Gw - 1 - — ✓ (5 14 ALTERNATE BID "4" For all work as described in Alternate 4, Section 01100, IM/e will (Add To) (SH§kast- Frena) (bidder to mark through inappropriate verbiage) the base bid the sum of: ALTERNATE 81D "5" For all work as described in Alternate 5, Section 01100, I/We will (Add To) (Cubtract From) (bidder to mark through inappropriate verbiage) the base bid the sum of: ALTERNATE 81D "6" Attud.it Pe - 1P4. SECTION 00460 LIST OF ALTERNATES Section 00460 - 1 (5 (S For all work as described in Alternate 6, Section 01100, liWe will (Add To) (Sabtroct om) (bidder to mark through inappropriate verbiage) the base bid the sum of: S i,' ✓s.. -.../ (5 � ooe ALTERNATE BID "7" ALTERNATE BID "8" ,G-- ALTERNATE BID "9" Attt .ent "11 - ant. For all work as described in Alternate 7, Section 01100, 1/We will (Add To) ( Subtract 7rom) (bidder to mark through inappropriate verbiage) the base bid the sum of: `' (8 For all work as described in Alternate 8, Section 01100, tiWe will (Add To) ( tract rr ) (bidder to mark through inappropriate verbiage) the base bid the sum of: (S For all work as described in Alternate 9, Section 01100, 1/We will (Add To) (Subtract r=.^,") (bidder to mark through inappropriate verbiage) the base bid the sum of: r ALTERNATE BID "10" For all work as described in Alternate 10, Section 01100, IIWe will (Add - (Subtract From) (bidder to mark through inappropriate verbiage) the base bid the sum of: ALTERNATE BID "11" S..G 7s- .-,.1' For all work as described in Alternate 11, Section 01100, VWe will (e) ,(Sa1 act FFern) (bidder to mark through inappropriate verbiage) the base bid the sum of: fG. s z t (8 (�+�- r) ALTERNATE BID "12" For all work as described in Altemate 12, Section 01100, 1/We will (Add To) (4(41;tcast-r-rse:1) (bidder to mark through inappropriate verbiage) the base bid the sum of F 'DU r'd'G..� �rLr�pJi4� (8 J� / o<re ALTERNATE BID "13" ALTERNATE BID "14" Section 00460 - 2 I. For all work as described in Alternate 13, Section 01100. INVe will (Add To) (Subtract From) (bidder to mark through inappropriate verbiage) the base bid the sum of For all work as described in Alternate 14, Section 01100, INVe will {A -To - (Subtract From} (bidder to mark through inappropriate verbiage) the base bid the sum of: ALTERNATE BID "15" AU kent nir - Cart. For all work as described in Alternate 15. Section 01100. I/We will (Add To) (Subtract From) (bidder to mark through inappropriate verbiage) the base bid the sum of: IQ ($ gamc� ALTERNATE BID "16" For all work as described in Alternate 16, Section 01100, INVe will (Add To) (s.thtr . t F•nrn) (bidder to mark through inappropriate verbiage) the base bid the sum of: ALTERNATE BID "17" For all work as described in Alternate 17, Section 01100, INVe will (Add To) (Subtroct From) (bidder to mark through inappropriate verbiage) the base bid the sum of: I �r . ✓ sra h» 1��/ ALTERNATE BID "18" ALTERNATE BID "19" ($ For all work as described in Alternate 18, Section 01100. INVe will (Add To) (q Fr ^ m) (bidder to mark through inappropriate verbiage) the base bid the sum of ($ �. oao For all work as described in Altemate 19, Section 01100, INVe will (Add To) (Dubtract Frem) (bidder to mark through inappropriate verbiage) the base bid the sum of ALTERNATE BID "20" For all work as described in Alternate 19, Section 01100, INVe will (Add To) (6triatraet•-rorn) (bidder to mark through inappropriate verbiage) the base bid the sum of: (5 f77oc. Section 00460 - 3 (5 • 2 ° rfl .tidar "4" - Calf- Alternate Bids this doOO9'ient submitted by: (Bidder) R. J. King Co ruction, Ltd. (Signature) R. J. `King President of eneral Partner Date: 3 -30 -99 ENO OF SECTION Rene M. Rodriguez '`. - Vice President of Cenezai Partner Section 00460 - 4 Joseph F. Kiefer, Jr. Partner George Stephen Roach Par er Dennis R. Yung Partner T nuadment n/' - Calf. ❑ UNITED STATES FIDELITY AND GUARANTY COMPANY ❑ FIDELITY AND GUARANTY INSURANCE COMPANY ® FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC. AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we R.J. Ring Construction, LTD. as Principal, hereinafter called the Principal, and Fidelity and Guaranty Insurance Underwriters, Inc. a corporation duly organized under the laws of the State of Wisconsin as Surety, hereinafter called the Surety, are held and firmly bound unto The City of Round Rock, Texas 221 East Main Street, Round Rock , Texas 78664 as Obligee, hereinafter called the Obligee, in the sum of Five Per -Cent of the Greatest Amount Bid by Principal Dollars ($5g of amt Bid )• tor the payment of which sum wet and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Clay Madsen Indoor Recreation Center Texas Department of Parks and Wildlife Contract No. 51 -00010 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty 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 full force and effect. Signed and sealed this 30th day of ` cm 19 yg R.J. Ain4 ris ction, LTD. BY: 1 �z`1 O rnn ,1 4-J• King, (rincipal) aE cameral (Seal) Partner (Witness) .J. Ring Managemen Inc. (Title) Printed in cooperation with the American Institute of Architects (AIA) by the United States Fidelity and Guaranty Company. The language in this document conforms exactly to the language used in AIA Document A310, February, 1970 edition 1 Contract 271(1-931 W' ness) Fidelity and Guaranty Insurance Underwriters, In Surety) (Seal) Glenn Richards (Title) Attorney -In -Fact FS 81(12/961 Fidelity and Guaranty Insurance Underwriters, Inc. Power of Attorney No. 340 Know all men by these presents: That Fidelity and Guaranty Insurance Underwriters, Inc_ a corporation organized and existing under the laws of the State of Wisconsin and having its principal office at the City of Baltimore. in the State of Maryland. does hereby constrrute and appoint Glenn Richards and Emily Mikeska of the Ciry of Temp le . State of Texas its oue and lawful Aaomeyl l-inEact. each in their separate capacity if more than one is named above. to sign its name as surety I0. and to execute. seal and acknowledge any and ad bonds. undertakings, contracts and other written instruments in the nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons; guaranteeing the performance of connects: and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof. the said Fidelity and Guaranty Insurance Underwriters, Inc. has caused this instrument to be sealed with its corporate seal. duly a nested by the signatures of its Vice President and Assistant Secretary. this 8 th day of January , A.0. 199 7 . State of Maryland 1 Baltimore City I (Signed) By (Signed) By SS: AliadureaL "A" - Care. Fidelity and Guaranty Insurance Underwriters A Ay / v Vice President istant Secretary 91346 • SF+G ' On ails 8th day of January , A.D. 19 97, before me personally came Gary A. Wilson. Vice President of Fidelity and Guaranty Insurance Underwriters, Inc, and Thomas E- Huibregtse, Assistant Secretary of said Company, with both of whom I am personally acquainted. who being by me severally duly sworn. said. that they, the said Gary A. Wilson and Thomas E. Huibregtse were respectively the Vice President and the Assistant Secretary of the said Fidelity and Guaranty Insurance Underwriters, Inc. the corporation described in and which executed the foregoing Power of Attorney, that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal. that it was so affixed by order of the Board of Directors of said corporation. and that they signed their names thereto by like order as Vice President and Assistant Secretary. respectively. of the Company. My Commission expires the lot day of A ust A.D.19 .7 (Signed) BY - • - L.. - .•( ^ ..' Notary 0 This Power of Attorney is granted under and by authority of the following Resaluunm adapted by the Board of Directors at the Fidelity and Guaranty Insureds. Underwriters, Inc. September 24. 1992( Resolved. that in connection with the fidelity and surety insurance business of the Company, all bonds. undertakings. contracts and other instruments relating to said business maybe signed executed and acknowledged by persons or entities appointed as Attmneyls)-in-Fact pursuant 00 a Power of Attorney issued in accordance with these resolutions. Said Powedsl al Attorney far and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman. or the President or an Executrre Vice President or a Senior Vice President. or a Vice President or an Assistant Vice President jointly with the Secretary or an Assistant Secretary. under their respect* designations. The signature of such officers may be engraved, printed or lithographed. The sigreture of each of the foregoing officers and the seal of the Company may affixed by facsimile to any Power of Attorney or m any certificate relating thereto appointing Attomeylsl.in•Fact for purposes only of executing and attesting bonds and undertakings and other writings ahligatary in the nature thereof, and subject to any limitations set form therein. any such Power of Arrnme9 gr certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached. Resolved. That Attomeylsl-in -Fact shall have the power and authority and. in any case. subject to the terms and limitations of the Power of Attorney issued to them. tip execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings. and other writings obligatory in the nature thereof, and any such instrument executed by such Attorney (an Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. I, Thomas E. Huibregtse. an Assistant Secretary of the Fidelity and Guaranty Insurance Underwriters, Inc.. do hereby certify that die foregoing are true excerpts from the Resolutions of the said Company as adapted by its Board of Directors on September 24. 1992 and that these Resolutions are in full force and effect I, the uneersigned Assistant Secretary of the Fidelity and Guaranty Insurance Underwriters. Inc. tip hereby certify that the foregoing Power of Attorney is in full force and effect and has not been revoked. In Testimony Whereof, I have hereunto set my hand and the seal of the Fidelity and Guaranty Insurance Underwriters. Inc. onthrs 30th 44 Y of March ,19 99 r �r.. L )C .,v. Asdistant Secretary ACQCkFnt 11 - WIL. I '�. PO T NT tiOT ICE To obtain information or ma }:e a complaint: You may contact the Texas Department of Insurance to obtain inform._Lion on companies, coverage rights or co at: 1- 800-252 -3439 Yo .i may write the Texas Department of Insurance: P. O. BON 149104 Austin, Texas 7871: -9104 Fax 8 (512) 475 -1771 PREMIUM OR CLAIM[ DISPUTES: Should you have a dispute concerning your premium or about a claim you_should _contact the agent or the company first. If_ the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. PART1 GENERAL 1.01 DESCRIPTION A. The Base Bid shall include all work specified and all work shown on the drawings with the exception of the Alternates described below. B. The Alternates described in this Section will be exercised at the option of the Owner. Bid the Alternates as a lump sum which will be considered independently of each other. C. A brief description of each Alternate follows. Applicable sections of the Specifications shall apply to the work under each Alternate. D. Coordinate related work in each instance and modify surrounding work s required to completed the project. E. The Owner's electing to exercise any Alternate does not relieve the Contractor of timely completion of the project within the time period indicated on his proposal. 1.02 SCHEDULE OF ALTERNATES AttackwEL "8" SECTION 01100 ALTERNATES 1. Add alternate bid parking area reflected on architectural, civil, and MEP drawings. Include subgrade preparation, base fill, asphalt, concrete curbs, stripping, sidewalks, site lighting, and any other work associated with this area. Delete re- vegetation of the affected area required without paved area and add re- vegetation of revised affected area. 2. Add concrete patio, serpentine masonry wall, gate and all other work associated with the patio area outside of indoor pool. Building wall lighting fixtures and gas line for Owner's barbecue grill to he part of Base Bid and are not affected by this alternate bid. 3. Add stained colored concrete for all scheduled floor areas shown on drawings and scheduled in finish schedule. Refer Section 03350. 4. Add integrally colored concrete for all scheduled floor areas shown on drawings and scheduled in finish schedule. Refer Section 03355. Note: this alternate bed has no effect on requirement for integrally colored concrete for exterior sign face. This work is Base Bid. 5. Add granite countertop and special finishes for main information counter millwork and delete Bid Base cabinet. 6. Add 2 part bituminous dampproofing in lieu of 3M tape system for gypsum sheathing. Section 01100 -1 Attaclinye "B" - Cor£ 7. Provide 4 W x 2" clear mill finish aluminum storefront system with 1" insulated glass as specified in Section 08800 for all exterior glazing and entrance systems in lieu of specified and detailed hollow metal steel frames and doors. Frames are to be thermally broken type in swimming pool area. Approved manufacturers include Kawneer, U.S. Aluminum, and Atlas. Substitutions will be considered under the provisions of Section 01630. Manufacturer will be responsible for providing frame system design adequate for wind loading at main entry glass wall. Manufacturer will also be responsible for providing custom aluminum entry doors to match details shown on drawings. 8. Provide 2 additional accordion door units as specified in Section 08353 Accordion Doors and shown on drawings. 9. Provide epoxy paint for all exposed roof structure, conduits, etc. in swimming pool area in lieu of standard paint. 10. Delete room signs specified in Section 10441 except for ADA required signage at toilet rooms. 11. Delete metal lockers specified in Section 10508 and provide plastic lockers specified in Section 10509. 12. Add electrically operated basketball goals where shown in lieu of Base Bid stationary goals. Note: Base Bid requires a total of 12 stationary goals with no electrically operated units. This Alternate Bid will require 4 stationary goals (4 for each main court) and 9 electrically operated goals (at % court/practice courts). All electrical for this work is part of Alternate Bid. Refer Section 11482. 13. Add electrically operated gym curtain including electrical conduit, wire, devices, etc, Refer Section 11483. 14. Delete foot grilles shown at main entrance doors. Refer Section 12672. 15. Add bleachers specified in Section 13125. Provide a total of 8 — 30 seat units. 16. (Refer Swimming Pool specifications bound separately.) Add safety equipment for swimming pool reference Alternate Bid #SP1. 17. (Refer Swimming Pool specifications bound separately.) Add maintenance equipment for swimming pool reference Alternate Bid #SP2. 18. (Refer Swimming Pool specifications bound separately.) Add remote control cleaner for swimming pool reference Alternate Bid #SP3. 19. Provide stainless steel exposed ductwork at pool room 123. Reference Sheet M -5. 20. Provide infrared flush valve sensors. Reference Sheet P -2. END OF SECTION Section 01100 -2 PART 1 GENERAL 1.01 DESCRIPTION 1.02 UNIT PRICES 1. +1- depth for 18" piers. 2. +1- depth for 24" piers. 3. +1- depth for 30" piers. 4. Pier casing for 18" piers. 5. Pier casing for 24" piers. 6. Pier casing for 30" piers. Attar JrnetrE 'r' SECTION 01151 UNIT PRICES A. Provide unit prices in the unit pricing schedule (00420) portion of the Bidders proposal, for the items shown below. Unit prices shall include all contractor costs to include acquisition, installation, transportation, overhead and profit. 7. The cost for each added 120V, 20 AMP circuit will be as reflected in Document 00420. This cost is to cover providing and installing circuit breakers and 2 x 4 metal box with duplex receptacle. No circuit or wire is included. 8. The cost for providing and installing additional %" diameter conduit and conductors for 120V, 20 AMP circuit will be as reflected in Document 00420. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION Section 01151 -1 VOLUME 1 OF 2 INDEX OF DIVISION 0 00020 INVITATION TO BID 00100 INSTRUCTIONS TO BIDDERS 00200 INFORMATION AVAILABLE TO BIDDER 00221 OWNER'S /ARCHITECT'S DISCLAIMER 00300 BID TENDER FORMS 00310 BID FORM 00400 SUPPLEMENTS TO BID FORMS 00410 BID SECURITY FORM 00420 UNIT PRICES 00430 SUBCONTRACTOR LISTING 00440 SUBSTITUTION LISTING 00450 EQUIPMENT SUPPLIERS LISTING 00460 LIST OF ALTERNATES 00470 COST BREAKDOWN 00500C AGREEMENT FORMS 00850 DRAWINGS INDEX 00851 INDEX OF DRAWINGS 00900 ADDENDA AND MODIFICATIONS INDEX OF DIVISION 1 01010 SUMMARY OF WORK 01011 SUMMARY OF PROJECT Attad V" TABLE OF CONTENTS 00600 BONDS AND CERTIFICATES 00610 PERFORMANCE BOND 00620 LABOR AND MATERIALS PAYMENT BOND 00650 CERTIFICATES OF INSURANCE 00660 CERTIFICATE OF COMPLIANCE WITH APPLICABLE LAWS & REGULATIONS 00700A GENERAL CONDITIONS — AIA (1997) 01020 ALLOWANCES 01021 CASH ALLOWANCES 01022 INSPECTION TESTING ALLOWANCES 01023 CONTINGENCY /PROJECT BETTERMENT ALLOWANCE Table of Contents - 1 01040 COORDINATION 01045 CUTTING AND PATCHING 01050 FIELD ENGINEERING 01060 REGULATORY REQUIREMENTS 01061(S) BUILDING CODES 01070 ABBREVIATIONS AND SYMBOLS 01080 IDENTIFICATION SYSTEMS 01100 ALTERNATES 01150 MEASUREMENT AND PAYMENT 01151 UNIT PRICES 01152 APPLICATION FOR PAYMENT 01153 CHANGE ORDER PROCEDURES Attach:with 'v" - Cart. 01030 SPECIAL PROJECT PROCEDURES 01090 REFERENCE STANDARDS 01095 REFERENCE STANDARDS DEFINITIONS 01300 SUBMITTALS 01310 CONSTRUCTION SCHEDULES 01320 PROGRESS REPORTS 01340 SHOP DRAWINGS, PROJECT DATA, AND SAMPLES 01350 MOCK -UPS 01370 SCHEDULE OF VALUES 01380 CONSTRUCTION PHOTOGRAPHS 01400 QUALITY CONTROL 01405 MANUFACTURER CERTIFICATION 01410 TESTING LABORATORY SERVICES 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01550 PUBLIC SAFETY AND CONVENIENCE 01560 TEMPORARY CONTROLS 01568 EROSION CONTROL 01580 PROJECT IDENTIFICATION AND SIGNS 01590 FIELD OFFICES AND SHEDS 01600 MATERIAL AND EQUIPMENT 01610 TRANSPORTATION AND HANDLING 01620 STORAGE AND PROTECTION 01630 SUBSTITUTIONS AND PROJECT OPTIONS 01650 STARTING OF SYSTEMS 01660 TESTING, ADJUSTING, AND BALANCING OF SYSTEMS 01700 CONTRACT CLOSEOUT 01710 CLEANING 01720 RECORD DOCUMENTS 01730 OPERATIONAL AND MAINTENANCE DATA 01740 WARRANTIES AND BONDS Table of Contents - 2 01750 SPARE PARTS AND MAINTENANCE MATERIALS INDEX OF DIVISION 2 01900 PROHIBITION OF ASBESTOS CONTAINING MATERIALS 02010 SUBSURFACE INVESTIGATION 02011 GEOTECHNICAL INVESTIGATION Arm ' of '7' - Cart. 02100 SITE PREPARATION 02110 CLEARING 02111 TREE AND SHRUB REMOVAUPROTECTION 02220 STRUCTURAL EXCAVATION, FILL AND BACKFILLING 02281 SOIL TREATMENT/TERMITE CONTROL 02372 DRILLED SHAFT FOUNDATION 02440 SITE IMPROVEMENTS 02444 CHAIN LINK FENCES AND GATES 02452 SITE SIGNAGE 02456 PARKING BARRIERS 02480B LANDSCAPE PLANTING 02485 SEEDING AND GRASS 02486 SODDING 02514 BRICK PAVERS 02526 PARKING BARRIERS 02577 PAVEMENT MARKING 02585 CONCRETE WALKS - BROOM FINISH 02588 CONCRETE POOL DECKING TECHNICAL SPECIFICATIONS (CITY OF AUSTIN STANDARDS — SITEWORK) SERIES 100 EARTHWORK 102 CLEARING AND GRUBBING 111 EXCAVATION 120 CHANNEL EXCAVATION 130 BORROW 132 EMBANKMENT SERIES 200 SUB - GRADE AND BASE CONSTRUCTION 201 SUB -GRADE PREPARATION 210 FLEXIBLE BASE Table of Contents - 3 220 SPRINKLING FOR DUST CONTROL 230 ROLLING (FLAT WHEEL) 232 ROLLING (PNEUMATIC TIRE) 236 PROOFROLLING SERIES 300 STREET SURFACE COURSES 307 TACK COAT 340 HOT MIX ASPHALIC CONCRETE PAVEMENT 360 CONCRETE PAVEMENT SERIES 400 CONCRETE AND STRUCTURES 403 CONCRETE FOR STRUCTURES 405 CONCRETE ADMIXTURES 406 REINFORCING STEEL 408 CONCRETE JOINT MATERIALS 409 MEMBRANE CURING 410 CONCRETE STRUCTURES 430 CONCRETE CURB AND GUTTER 433 CONCRETE DRIVEWAYS 436 CONCRETE VALLEY GUTTERS 439 PARKING LOT BUMPER CURB SERIES 500 PIPE AND APPURTENANCES A:;.,d :®. 1, - Cam. 501 JACKING OR BORING PIPE 503 FRAMES. GRATES, RINGS. AND COVERS 505 CONCRETE ENCASEMENT AND ENCASEMENT PIPE 506 MANHOLES 508 MISCELLANEOUS STRUCTURES AND APPURTENANCES 509 TRENCH SAFETY SYSTEMS 510 PIPE 511 WATER VALVES 591 RIPRAP FOR SLOPE PROTECTION SERIES 600 ENVIRONMENTAL ENHANCEMENT 601 SALVAGING AND PLACING TOPSOIL 602 SODDING FOR EROSION CONTROL 604 SEEDING FOR EROSION CONTROL 605 SOIL RETENTION BLANKET 606 FERTILIZER Table of Contents - 4 A?i '/7' - Ca:t- 610 PRESERVATION OF TREES AND OTHER VEGETATION 620 FILTER FABRIC 639 ROCK BERM 641 STABILIZED CONSTRUCTION ENTRANCE 642 SILT FENCE SERIES 800 URBAN TRANSPORTATION 803 BARRICADES, SIGNS AND TRAFFIC HANDLING 824 TRAFFIC SIGNS 860 PAVEMENT MARKING PAINT SPECIAL SPECIFICATIONS SS -3011 ASPHALT, OILS AND EMULSIONS SS -3752 CONCRETE PAVERS FOR SIDEWALK RAMPS SS -4323 CONCRETE SIDEWALK ADA RAMPS INDEX OF DIVISION 3 03100 CONCRETE FORMWORK 03200 CONCRETE REINFORCEMENT 03250 CONCRETE JOINTS AND EMBEDDED ITEMS 03300 CAST -IN -PLACE CONCRETE 03345 CONCRETE FINISHING 03346B CONCRETE EPDXY FLOOR FINISHING 03350 SPECIAL CONCRETE FINISHES 03355 COLORED CONCRETE 03370 CONCRETE CURING 03450 ARCHITECTURAL PRECAST CONCRETE INDEX OF DIVISION 4 04050 MASONRY PROCEDURES Table of Contents - 5 04100 MORTAR 04103 MORTAR COLORING MATERIALS 04150 MASONRY ACCESSORIES 04160 JOINT REINFORCEMENT 04170 ANCHORS AND TIE SYSTEMS 04180 MASONRY CONTROL JOINTS 04200 UNIT MASONRY 04210 BRICK MASONRY 04220 CONCRETE UNIT MASONRY 04230 REINFORCED UNIT MASONRY 04424 GRANITE INDEX OF DIVISION 5 05050 METAL FASTENERS 05120 STRUCTURAL STEEL 05210 STEEL JOISTS 05311 STEEL ROOF DECK 05313 STEEL DECK 05314 ACOUSTICAL STEEL DECK 05500 METAL FABRICATIONS 05501 ANCHOR BOLTS 05502 EXPANSION BOLTS 05515 LADDERS 05520 HANDRAILS AND RAILINGS 05700 ORNAMENTAL METAL INDEX OF DIVISION B 06050 FASTENERS AND SUPPORTS 06100 ROUGH CARPENTRY 06110B FRAMING AND SHEATHING 06114 WOOD BLOCKING AND CURBING 06200 FINISH CARPENTRY 06220 MILLWORK 06240 PLASTIC LAMINATE 06300 WOOD TREATMENT 06310 PRESSURE TREATED LUMBER 06400 ARCHITECTURAL WOODWORK 06410 CABINET WORK nctriea¢ "D" - Coif. Table of Contents - 6 INDEX OF DIVISION 7 07150 DAMPPROOFING 07160(6) BITUMINOUS DAMPPROOFING 07190 VAPOR BARRIERS /RETARDERS 08300 SPECIAL DOORS 08305 ACCESS DOORS 08331 OVERHEAD COILING DOORS 08353 ACCORDION FOLDING DOORS 08800 GLAZING INDEX OF DIVISION 9 AttS n -'1" -C 07200 INSULATION 07212 RIGID BOARD INSULATION 07213 BATT AND BLANKET INSULATION 07220(B) ROOF AND DECK INSULATION 07240 EXTERIOR INSULATION AND FINISH SYSTEM 07270 FIRESTOPPING 07400(A) PREFORMED ROOFING AND SIDING 07412(C) PREFORMED METAL ROOFING AND SIDING 07413 PREFORMED METAL SOFFITS 07600 FLASHING AND SHEET METAL 07620 SHEETMETAL FLASHING AND TRIM 07630A ROOFING SPECIALTIES 07631A GUTTERS AND DOWNSPOUTS 07650 FLEXIBLE FLASHING 07850 PREFABRICATED CURBS 07900 SEALANTS INDEX OF DIVISION 8 08100 METAL DOORS AND FRAMES 08111 STANDARD STEEL DOORS AND FRAMES 08200 WOOD AND PLASTIC DOORS 08213 PLASTIC FACED WOOD DOORS 08700 HARDWARE 08712 DOOR HARDWARE 08730 WEATHER - STRIPPING AND SEALS 08740 THRESHOLDS 09100 METAL SUPPORT SYSTEMS 09110 NON -LOAD BEARING WALL FRAMING SYSTEMS 09130 ACOUSTICAL SUSPENSION SYSTEMS Table of Contents - 7 09250 GYPSUM WALLBOARD 09260 GYPSUM WALLBOARD SYSTEMS 09280 GYPSUM WALLBOARD ACCESSORIES 09300 TILE 09311 CERAMIC TILE - FLOORS 09312 CERAMIC TILE WALL FINISH 09500 ACOUSTICAL TREATMENT 09510 SUSPENDED ACOUSTICAL CEILINGS 09550 WOOD FLOORING 09560 WOOD STRIP FLOORING 09650 RESILIENT FLOORING 09660 RESILIENT TILE FLOORING 09680 CARPETING 09683 CARPET - DIRECT GLUE 09700 SPECIAL FLOORING 09770 SPECIAL ATHLETIC FLOORING 09900 PAINTING 09910 EXTERIOR PAINTING 09920 INTERIOR PAINTING 09930 TRANSPARENT FINISHES 09950 WALL COVERING 09952 VINYL WALL COVERING 09970 PREFINISHED PANELS 09990 ADHESIVES INDEX OF DIVISION 10 fC dear¢ '// - CPIC. 10150 COMPARTMENTS AND CUBICLES 10164 SOLID PLASTIC TOILET PARTITIONS 10200 LOUVERS AND VENTS 10201 METAL WALL AND DOOR LOUVERS 10350 FLAGPOLES 10400 IDENTIFYING SERVICES 10420 PLAQUES 10422 LETTERS 10441 PLASTIC SIGNS 10508 METAL WARDROBE LOCKERS 10509 SOLID PLASTIC WARDROBE LOCKERS 10510 PERSONAL MINI LOCKERS 10520 FIRE EXTINGUISHERS, CABINETS, AND ACCESSORIES 10606 FOLDING WIRE MESH PARTITIONS Table of Contents - 8 Attu '7 - Cart. 10800 TOILET AND BATH ACCESSORIES INDEX OF DIVISION 11 11021(A) BUILDING SECURITY SYSTEMS 11450(B) RESIDENTIAL EQUIPMENT 11480 ATHLETIC, RECREATIONAL, AND THERAPEUTIC EQUIPMENT 11481 SCOREBOARDS 11482 BACKSTOPS 11483 GYM DIVIDERS 11488 RACQUETBALL COURT INDEX OF DIVISION 12 12672 FOOT GRILLES INDEX OF DIVISION 13 13125 GRANDSTANDS AND BLEACHERS 13150 POOLS INDEX OF DIVISION 14 NOT USED VOLUME 2 OF 2 INDEX OF DIVISION 15 15010 BASIC MECHANICAL REQUIREMENTS 15121 EXPANSION COMPENSATION 15140 SUPPORTS AND ANCHORS 15170 MOTORS 15190 MECHANICAL IDENTIFICATION 15242 15260 15280 15290 VIBRATION ISOLATION PIPING INSULATION EQUIPMENT INSULATION DUCTWORK INSULATION 15310 FIRE PROTECTION PIPING 15330 WET PIPE SPRINKLER SYSTEMS 15410 PLUMBING PIPING 15440 PLUMBING FIXTURES 15450 PLUMBING EQUIPMENT Table of Contents - 9 15510 HYDRONIC PIPING 15515 HYDRONIC SPECIALTIES 15540 HVAC PUMPS 15545 CHEMICAL WATER TREATMENT 15558 FINNED WATER TUBE BOILER 15682 AIR COOLED WATER CHILLERS 15781 POOL DEHUMIDIFICATION UNIT 15855 AIR HANDLING UNITS 15870 POWER VENTILATORS 15890 DUCTWORK 15910 DUCTWORK ACCESSORIES 15920 SOUND ATTENTUATORS 15930 AIR TERMINAL UNITS 15936 AIR OUTLETS AND INLETS 15975 DIRECT DIGITAL CONTROL SYSTEMS 15980 INSTRUMENTATION 15990 TESTING, ADJUSTING AND BALANCING 15994 MECHANICAL SYSTEMS DEMONSTRATION INDEX OF DIVISION 16 AEthdmart V - Cam. 16010 BASIC ELECTRICAL REQUIREMENTS 16111 CONDUIT 16123 BUILDING WIRE AND CABLE 16130 BOXES 16141 WIRING DEVICES 16170 GROUNDING AND BONDING 16180 EQUIPMENT WIRING SYSTEMS 16190 SUPPORTING DEVICES 16195 ELECTRICAL IDENTIFICATION 16420 SERVICE ENTRANCE 16425 SWITCHBOARDS 16440 DISCONNECT SWITCHES 16450 SECONDARY GROUNDING 16460 DRY TYPE TRANSFORMERS 16470 PANELBOARDS 16480 MOTOR CONTROLS 16485 CONTRACTORS 16510 INTERIOR LUMINARIES 16530 SITE LIGHTING 16721 FIRE ALARM AND SMOKE DETECTION SYSTEMS 16741 TELEPHONE CONDUIT AND PREWIRE SYSTEMS END OF SECTION Table of Contents - 10 0.0 COVER 0.1 ABBREVIATION SHEET 0.2 BUILDING CODE EVALUATION SHEET C -1 COVER SHEET C -2 GENERAL NOTES C -3 OVERALL SITE PLAN C -4 SITE PLAN C -5 EROSION AND SEDIMENTATION CONTROL C -6 GRADING PLAN C -7 UTILITY PLAN C -8 WASTEWATER PLAN AND PROFILE C -9 STORM SEWER PLAN AND PROFILE C -10 DRAINAGE AREA MAP C -11 DRAINAGE CALCULATIONS C -12 WATER QUALITY PONDS C -13 SPECIAL DETAILS C -14 STANDARD DETAILS C -15 STANDARD DETAILS C -16 STANDARD DETAILS C -17 STANDARD DETAILS C -18 STANDARD DETAILS C -19 STANDARD DETAILS A -1.1 DIMENSIONED SITE PLAN A -1.2 ENLARGED SITE PLANS AND DETAILS A -1.3 PERMANENT BUILDING SIGN DETAILS A -2.1 A -2.2 A -2.3 A -2.4 A -2.5 A -2.6 A -2.7 A -2.8 A -2.9 A -2.10 A -2.11 A -2.12 A -2.13 A -2.14 A -3.1 A -3.2 A -3.3 OVERALL FLOOR PLAN ROOF PLAN AND DETAILS ENLARGED FLOOR PLAN A ENLARGED FLOOR PLAN B ENLARGED FLOOR PLAN C ENLARGED AREA PLANS PARTITION TYPES REFLECTED CEILING PLAN A REFLECTED CEILING PLAN B REFLECTED CEILING PLAN C COLUMN DETAILS COLUMN DETAILS COLUMN DETAILS COLUMN DETAILS BUILDING ELEVATIONS ENLARGED ELEVATIONS ENLARGED ELEVATIONS SECTION 00851 INDEX OF DRAWINGS Section 00851 -1 '?' - ifttodernt A-4.1 BUILDING SECTIONS A -4.2 BUILDING SECTIONS A -4.3 WALL SECTIONS AND DETAILS A -4.4 WALL SECTIONS AND DETAILS A -4.5 WALL SECTIONS AND DETAILS A -4.6 WALL SECTIONS AND DETAILS A -4.7 WALL SECTIONS AND DETAILS A -4.8 WALL SECTIONS AND DETAILS A -5.1 DOOR SCHEDULE AND ELEVATIONS A -5.2 DOOR HARDWARE SCHEDULE A -5.3 DOOR DETAILS A -5.4 WINDOW SCHEDULE A -5.5 WINDOW DETAILS A-6.1 INTERIOR ELEVATIONS AT GYMNASIUM A -6.2 INTERIOR ELEVATIONS AT POOL A -6.3 INTERIOR ELEVATIONS AT COORIDOR A -6.4 INTERIOR MILLWORK ELEVATIONS A -6.5 INTERIOR MILLWORK ELEVATIONS A -6.6 DISPLAY CASE ELEVATIONS AND DETAILS A -6.7 CONTROL DESK ELEVATIONS AND DETAILS S -1 STRUCTURAL GENERAL NOTES AND ABBREVIATIONS S -2 FOUNDATION PLAN S -3 ROOF FRAMING PLAN S-4 FOUNDATION SECTIONS AND DETAILS S -5 FOUNDATION SECTIONS AND DETAILS S -6 STEEL DETAILS AND SCHEDULES S -7 MEZZANINE FRAMING PLAN AND FRAMING DETAILS S -8 FRAMING DETAILS S -9 FRAMING DETAILS S -10 FRAMING DETAILS S -11 FRAMING DETAILS MPE -1 SITE PLAN - UTILITIES M -2 HVAC SCHEDULES M -3 FLOOR PLAN A - HVAC M-4 FLOOR PLAN B - HVAC M -5 FLOOR PLAN C - HVAC M -6 MEZZANINE DETAILS AND SECTION M -7 DETAILS P -2 PLUMBING SCHEDULES P -3 FLOOR PLAN A - PLUMBING P-4 FLOOR PLAN B - PLUMBING P -5 FLOOR PLAN C - PLUMBING P -6 PARTIAL FLOOR PLANN A AND B - PLUMBING P -7 MEZZANINE DETAILS /SCHEMATIC - PLUMBING P -8 PLUMBING RISERS P -9 DETAILS AND GAS RISER E -2 ELECTRICAL SCHEDULES E -3 FLOOR PLAN A - LIGHTING E-4 FLOOR PLAN A - POWER E -5 FLOOR PLAN B - LIGHTING Section 00851 -2 AttackserrE - Cwt. E-6 FLOOR PLAN B - POWER E -7 FLOOR PLAN C - LIGHTING E -8 FLOOR PLAN C - POWER E -9 DETAILS E -10 DETAILS E -11 RISER DIAGRAM /ELECTRICAL LOAD ANALYSIS E -12 PANELBOARDS E -13 PANELBOARDS /LIGHT FIXTURE SCHEDULE SP -1 POOL LAYOUT AND SECTIONS SP -2 EQUIPMENT ROOM PLAN AND DETAILS SP -3 LAP POOL PLUMBING LAYOUT AND DETAILS Section 00851 -3 va - x �r x ACDRD Jt, . THIS CERTIFICATE IS ISSUED AS ONLY AND CONFERS NO RIGHTS HOLDER. THIS CERTIFICATE DOES ALTER THE COVERAGE AFFORDED A MATTER OF INFORMATION UPON THE CERTIFICATE NOT AMEND, EXTEND OR BY THE POLICIES BELOW. mammon 254- 778 -1607 Summit Global Partners P.O. Box 3623 Temple, TX 76505 COMPANIES AFFORDING COVERAGE COMPANY A Trinity Universal Ins. Co. INSURED R. J. King Construction, LTD R. J. King Management, Inc. P.O. Box 825 Temple TX 76503 -0825 c':x' Fn S.t i - .7 , £st3 s,.. - THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LMITS SHOWN MAY HAVE COMPANY B Texas Worker Compensation Fund COMPANY c Northern Ins Co of New York COMPANY D -,..SE E S .. BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, BEEN REDUCED BY PAID CLAIMS. . Lail TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE /MMIDD/YTl POLICY EXPIRATION DATE MMAIDIYYI (MITE A GENERAL © UABIUTY COMMERCIAL GENERAL LIABILITY TXP671660200 9/22/98 9/22/99 GENERAL AGGREGATE t 2000000 PRODUCTS • COMP/OP AGG 9 2000000 ■ CLAIMS MADE © OCCUR PERSONAL & ADV INJURY 9 1000000 ■ ■ OWNER'S S CONTRACTOR'S PROT EACH OCCURRENCE $ 1000000 FIRE DAMAGE II$y ono Mel $ 50000 $ 10000 11XIXIXIXIXf I EOMOELEUAEUTY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON •OWNED AUTOS TCA810472003 9/22/98 9/22/99 COMBINED SINGLE UMIT $ 1000000 BODILY INJURY Mar Ramon) BODILY INJURY Der . Id.n8 9 PROPERTY DAMAGE 9 ■ GARAGE ■ UNIUTY ANY AUTO AUTO ONLY • EA ACCIDENT 9 OTHER THAN AUTO ONLY EACH ACCIDENT * ■ AGGREGATE 1 8 10000000 A EXCESS ■ 'JAMEY UMBRELLA FORM OTHER THAN UMBRELLA FORM U0871660300 9/22/98 - 9/22/99 EACH OCCURRENCE AGGREGATE $ 10000000 1.1.II B WORKERS CORPORATOR EMPLOYERS' UNI[m THE PROPRIETOR PARTNERS/EXECUTIVE OFFICERS ME: AND ■ INCL EXCL TSF105358997 11/29/98 11/29/99 EIRAVIElal d EACH ACCIDENT 8 500000 EL DISEASE - POLICY LIMIT 9 500000 EL DISEASE • EA EMPLOYEE 9 500000 C OTIER Builder's Risk All -Risk CMP002485800 1/29/99 1/29/00 *Blanket aiditional Per Amount of Contract insured (excluding DESCRIPTION OF OPEMTION1LOCAUONSIVEECIENSPECU L ITEAS re: A new Multi- Purpose, Multi-use free standing Community Recreation Center, to be known as the Clay Madsen Recreation Center. Contract 140. 51- 00010. Contract Amount - 54,777,400. The City of Round Rock, Texas 221 East Main Street ^• ' •: N , • .1 1' . 7 - • BM •'• . Lion, and blanket 3O-day cancellation endorsements attached to policies. * SHOULD ANT OF TIE /MOVE DESCRIBED POUCES BE CANCELLED MIME THE IKRRATIDN DATE THEREOF. THE ISSUING COMPANY WILL )9MISIMIn MAIL 30 DAYS WRITES NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. Round Rock, Texas 78664 . . .ac N ff .z.t.•`C,.9!.. !J.LA.:!1 :.i.... :D_ 'i° t ?,!.J1...G?:..'... .ttJ O ..C T I ' '.9,. � °�2i£b ref is 40' 1 ' 3.�. -c to-xt. a�.`�s���EI +: STATE OF TEXAS COUNTY OF Bell Hand # 72 -0125- 02917 -99-8 Know All Men By These Presents: That R.J. King Clistruoticn, =of the City of m�,ta A . County of Bell and State of ItErros as Principaf, and Finality and fa.y Insuranoe LIndenrd3ts, Inca solvent company authorized under the laws of the State of Texa o act as surety on bonds for principals, are held and firmly bound unton a My of Round Rock caner), in the penal sum of Fax Minim t:a.1n,.1 saarnty Sever Thousand Four Hued U.S. Dollars ($ 4,7n.ar0.n0 U.S.) for the payment whereof, well and truly to be made the said Principal and Surety bind themselves, and their heirs, administrator, executors, successors and assigns, jointly and severally, by these presents: The conditions of this Bond or such that, whereas, the Principal has entered into a certain written contract with the Owner, dated the 8th day of April 19 99 which Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. Oxonmity Recreatirn Center ,Clay Madsen Recreaticn Cantu Osrtract No. 51-00010 Now, Therefore, The Condition of This Obligation Is Such, that if the said Principal shall faithfully perform said Agreement and shall in all respects duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Agreement hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect: Provided, however, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas a amended and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. Surety, for value received, stipulates and agrees that no extension of time, shall in anywise effect its obligation on this bond, and it does hereby waive notice of any such extension of time. In Witness Whereof, the said Principal and Surety have signed and sealed this instrument this 81-h day of Arica 19 99 . Address P.O. Boa 825 male, ix 76503 -0825 *United Stashes Fidelity and Guaranty Cbiuny PERFORMANCE BOND By Address 100 night Street Section 00610 -3 Fidelity and Guaranty luminance Unisrwriters, Inc. Surety Glenn Richards Title A t I^-F t Baltim re, (4) 21202 The name and address of the Resident Agent of Surety is: Slit Global Pardus P.O. Her 3623, Temple, 4X 76505 Note: A copy of the Surety Agents "Power of Attorney" must be attached hereto. END OF SECTION Section 00610 -4 Fidelity and Guaranty Insurance Underwriters, Inc. Power of Attorney No. 340 Know all men by these presents: That fidelity and Guaranty Insurance Underwrite, Inc., a corporation organized and existing under the laws of the State of Wisconsin and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint Glenn Richards and Emily Mikeska of the City of Temple , State of Texas its nue and lawful Attomey(s) -in -Fact each in their separate capacity if more than one is named above. to sign its name as surety to, and to executor seal and acknowledge any and all bonds, undertakings. contracts and other wrinen instruments in the nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons; guaranteeing the performance of contracts: and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, the said Fidelity and Guaranty Insurance Underwriters, Inc. has caused this instrument to be sealed with its corporate seal, duly attested by the signatures of its Vice President and Assistant Secretary. this 8th dayof January ,A.D.1997. fidelity and Guaranty Insurance Underwriters, State of Maryland ) Bahimoro City On this 8th day January . AD.19 9 Underwriters, Inc. and Thomas E. Huibregtse. Assistant S o. id Comp said, that they. the said Gary A Wilson and Thomas E. H were respec Insurance Underwnsers, Inc. the corporation descri d which seal affixed to said Power of Attorney was such seal. that it wa as thereto by like order as Vice President and Assistant ecretary, res bite My Commission expires the lst day us 1 ; (St9ned0Ny. .c: FS 81(12/96) (Signed) By (Signed) By SS: • Vice President E4s.„ c o scam Secretary me personal grry A. Wilson, Vice President of fidelity and Guaranty Insurance any, om I am per uainted, who being by me severalty duly sworn, ce President a istant Secretary of the said fidelity and Guaranty regoing Power o , that they each knew the seal of said corporation; that the d by order of tratilyahrof Directors of said corporation, and that they signed their names Company.- Notary Pa61fc 91352 • U S F +G This Power of Attorney is granted under and4 of the following Resolutions adopted by the Board of Directors of the Fidelity and Guaranty Insurance Underwriters, Inc. September 24.1992: ResWeed, that in connection with the fidelity and surety insurance business of the Company. all bonds. undertakings, connects and oche instruments relating to said business may be signed. executed, and acknowledged by persons or endues appointed as Attorney(s)-in -Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Poweds) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman, or the President or an Executive Vice President or a Senior Vice President or a Vice President or an Assistant Vice President jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attomeyls }in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and subject to any limitations set forth therein, any such Paver of Attomey or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached. Resolved. That Attnme s)-in -Fact shall have the power and authority and, in any case, subject to the terms and limitations of the Power of Attorney issued to them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and other writings obligatory in the nature thereof, and any such instrument executed by such Attorney(s)-in Fact shall be as binding upon are Company as it signed by an Executive Officer and sealed and attested to by the Secretary of the Company. I, Thomas E. Huibregtse, an Assistant Secretary of the fidelity end Guaranty Insurance Underwiten, Inc. do hereby certify that the foregoing are true excerpts from the Resolutions of the said Company as adopted by its Board of Directors on September 24, 1992 and that these Resolutions are in full force and effect I, the undersigned Assistant Secretary of the Fidelity and Guaranty Insurance Underwriters, Inc. do hereby certify that the foregoing Power of Attorney is in full force and effect and has not been revoked. In Testimony Whereof, I have hereunto set my hand and the seal of the Fidelity end Guaranty Insurance Underwriters. Inc. on this 8111 dayof April .19 99 stant Secretary J 1783963 United States Fidelity and Guaranty Company j Power et Attorney % U S F +Ge INSNNANEE No. 108012 Know all men by these presents: That United States Fidelity and Guaranty Company, a corporation organized and existing under the laws o f the State o f - Maryland and having its principal office at the CitY of Baltimore, in the State of Maryland, does hereby constitute and appoint Glenn Richards and Emily Mikeska of the City of Temple , State of Texas its true and lawful AttorneylsFin -Fact each in their separate capacity if more than one is named above. to sign its name as surety to. and to execute, seal and acknowledge any and all bonds. undertakings, contracts and other written instruments in the nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons; guaranteeing the performance of contracts: and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by lay. In Witness Whereof, the said United States Fidelity and Guaranty Company, has caused this instrument to be sealed with its corporate seal, duly attested by the signatures of its Vice President and Assistant Secretary. this 27th day of May , A.D. 19 98, State of Maryland 1 Baltimore City I FS 3(4/981 United Stat (Signed) By....... (Signed) and Guaranty Company By.. ... ..4" ._ ... �^ 1 ��Y A nt Secretary SS: lft ! ;) Vice President On this 27th day of May A. t -' : befor$ g1&leessonally came P rluennan. Vice President of United States Fidelity and at Guaranty Company. and Thomas E. Huibreglse. Assista �.ry of said Cori both of personalty acquainted, who being by me severally duly sworn, said, that they, the said Peter Carman and `•., � . Huibregtse pectively the c dent and the Assistant Secretary of the said United States Fidelity and Guaranty Company, the corporation , ibed in and d the forego r of Attorney; that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate it was so affi er of the Board of Directors of said corporation, and that they signed their names thereto by like order as Vice President and A � ssiy7 } terry, respectivglyt ,the Comparry. My Commission expires the 1st A gust VS 9 98. (Signed) BY . ....__ __ -..... �/1- . Mary Pu This Power of Attorney is granted under and by authority of the following Resolutions adopted by the Board of Directors of the United States Fidelity and Guaranty Company. September 24. 1992: Resolved, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating to said business may be signed, executed, and acknowledged by persons or entities appointed as Attorney1s) -in -Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Powerlsl of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman, or the Presiden or an Executive Vice President or a Senior Vice President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary. under their respective designations. The signature of such offices may be engraved, printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attorneyfsl-in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and subject to ary limitations set forth therein, any such Power of Attorney ar certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon Inc company with respect to any bond or undertaking to which it is validly attached. Resolved. That Attorney(s1-in •Fact shall have the power and authority, and, in any case, subject to the terms and limitations of the Power of Attorney issued to them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and other writings obligatory in the nature thereof, and any such instrument executed by such AttemeyfsFin -Fact shall be as binding upon the company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. L Thomas E. Huibregtse, an Assistant Secretary of the United States Fidelity and Guaranty Company, do hereby certify that the foregoing are true excerpts from Inc Resolutions of the said Company as adopted by its Board of Directors on September 24, 1992 and that these Resolutions are in full force and effect I. Inc undersigned Assistmrt Secretary of the United States Fidelity and Guaranty Company do hereby certify that the foregoing Power of Attorney is in full force and effect and has not been revoked. In Testimony Whereof, I have hereunto set my hand and the seal of the United States PidelIty and Guaranty Company, on this 8th day of Tsuji . 19 99 !�4 -N sistant Secretary IMPORTANT NOTICE To obtain information or make a complaint: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1 -600- 252 -3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, Texas 78714-9104 Fax # (512) 475 -1771 PREMIUM OR CLAIM( DISPUTES: Should you have a dispute concerning your premium or about a claim you_should _contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. STATE OF TEXAS SECTION 00620 LABOR AND MATERIALS PAYMENT BOND Bad # 72-0125-02917 -99-8 COUNTY OF aen Know All Men By These Presents: Thatg.,i. Kim (larstauctiiar, LTD of the City of 7fap1 . County of Dell and State of 9t. 0.1 as principal, and Fidelity and GRIMILY Insucance thdeNegfRf cfNbration authorized under the laws of the State of Texas t act as surety on bonds for principals, are held and firmly bound untom city of Road wner), and all Subcontractors, workers, laborers, mechanics and suppliers as their interests may appear, all of whom shall have the rigq to liar this bond in the penal sum Aker Mi77ice semen Hundred seventy Seven 9nu�dEtas HadciBd U.S. Dollars ($ 4,777,400.00 U.S.),for the payment whereof, well and truly to be made the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: The Conditions of this Bond is such that, whereas, the Principal has entered into a certain written contract with the Owner, dated the MD day of Awl 19 to which Agreement is hereby referred to and make a part hereof as fully and to the same extent as if copied at length herein. Ctmanity Dements Center, Clay 14 11B y Center Oa>t act No. 51-00010 Now, therefore, the condition of this obligation is such, that if the said Principal shall well and truly pay all subcontractors, workers, laborers, mechanic, and suppliers, all moneys to them owing by said Principals for Subcontracts, work, labor, equipment, supplies and materials done and furnished for the construction of the improvement of said Agreement, then this obligation shall be and become null and void: otherwise to remain in full force and effect. Provided, however, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on the bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. Surety, for value received, stipulates and agrees that no extension of time, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such extension of time. In witness whereof, the said Principal and Surety have signed and sealed this instrument this 8th day of A[>dl 19 9 , 'United states Fidelity and GY ranty Company R.J. Kin4 Ccnstructicai, L7D Pidel___j_V—ml_Guampiataasumicejkidanadters, Inc. Principal Surety Section 00620 -1 By R.J. King, President Title J. • Address P.O. ax 825 2t erae, 74 76503-0825 Orneral Partner The name and address of the Resident Agent of Surety is: S1nmit Global Partners P.O. Bag 3623 , L Ire, 7$ 76505 END OF SECTION Section 00620 -2 By _7ic Glenn Richards Title Attornry-in-Fact Address 100 Light Street >tt]tinae, All 21202 Note: A copy of the Surety Agent's "Power of Attorney' must be attached hereto. fidelity and Guaranty Insurance Underwriters, Inc. Power of Attorney No. 340 Know all men by these presents: That Fidelity and Guaranty Insurance Undervwiters, Inc. a corporation organised and existing under the laws of the State of Wisconsin and having its principal office at the City of Baltimore, in the State of Maryland. does hereby constitute and appoint Glenn Richards and Emily Mikeska of the City of Temple - , State of Texas its true and lawful AItorney(s)-in-Fact each in their separate capacity if more than one is named above, to sign its name as surety to, and to execute. seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons; guaranteeing the performance of contracts: and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof. the said Fidelity and Guaraory Insurance Underwriters, Inc. has mused this instrument m be sealed with its corporate seal, duly attested by the signatures of its Vice President and Assistant Secretary, this 8th day of January , AO. 1997. Fidelity and Guaranty Insurance Underwriters, I .. (Signed) By ! '"'3 +' f�� %'� '/' Vice President (Signed) By ,. Aa10 alant Secretary State d Maryland 1 SS: Baltimore City 1 On this 8th day of January , A.D. 19 9 7 `eSor me personal Underwriters. Inc., and Thomas E. Huihregtse. Assistant Secrets €d Company. wilhbala were respecti fyy which execu seal. that it said that they. the said Gary A Wilson and Thomas E. H Insurance Underwriters, Inc. the corporation descej seal affixed to said Power of Attorney was such thereto by like order as Vice President and Assistant Secretary, re My Commission expires the 1st day oot ` • Isi FS 8111 2/9 61 91353 U S F +G' ry A Wilson, Vice President of Fidelity end Guaranty Insurance om I am peruainted, who being IN me severally duly sworn, dent a y ice Pres Ding Power by order of the Company_ St pi) Nan Secretary of the said Fidelity and Guaranty that they each knew the seal of said corporation: that the of Directors of said corporation. and that they signed their names C'" Notary c This Power of Attorney is granted under ant4 of the following Resolutions adopted by the Board of Directors of the Fidelity and Guaranty Insurance Underwriters. Inc. September 24.1992: Resolved, that in comedian with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating to said business may be signed. executed. and acknowledged by petsor0 or entities appointed as AtwmeylsFin -Fact pursuant to a Prover of Attorney issued in accordance with these resolutions. Said Powerfsl of Attomey for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, eider by the Chairman, or the President or an Executive Yoe President. or a Senior Vice President or a Vice President or an Assistant Vice President jointly with the Secretary or an Assistant Secretary. under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or m any certificate relating thereto appointing AtmmeylsFin -Far for purposes ply of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and subject to any limitations set forth therein. any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upm the Company and any such power sec executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached. Resolved. That Atmmet(s)- in'Fact shall haw the power and authority and. in any case. subject m the terms and limitations of the Power of Attorney issued to them. to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and other writings obligatory in the nature thereof, and any such instrument executed by such Atmmey{sl+n Fact shall be as binding upon the Company as if signed by an Creative Officer and sealed and attested to by the Secretary of the Company. I, Thomas E. Huibregtse. an Assistant Secretary of the Fidelity and Guaranty Insurance Underwriters, Inc., do hereby certify that the foregoing are true excerpts from the Resolutions of the said Company as adopted by its Board of Directors on September 24,1992 and that these Resolutions are in full force and effect. I, the undersigned Assistant Secretary of the fidelity and Guaranty Insurance Underwriters. Inc. do hereby certify that the foregoing Power of Attorney is in full force and effect and has not been revoked. In Testimony Whereof.' have hereunto set my hand and the seal of the Fidelity and Guanmylneurance Underwriters, Inc. on this 8th day of Afcil .19 99 1 United States Fidelity and Guaranty Company Power of Attorney No. 108012 Know all men by these presents: That United States Fidelity and Guaranty Company. a corporation organized and existing under the laws of the State of Maryland and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint Glenn Richards and Emily Mikeska of the City of Temple State of Texas its true and lawful Attorneyisl•in -Fact. each in their separate capacity if more than one is named above, to sign its name as surety ta. and to execute. seal and acknowledge any and all bonds, undertakings. contacts and other written instruments in the nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons: guaranteeing the performance of contracts: and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, the said United States Fidelity and Guaranty Company, has caused this instrument to be sealed with its corporate seal, duly attested by the signatures of its Vice President and Assistant Secretary. this 27th day of May . A.D.19 98. FS 3(4/90) United S (Signed) By._... (Signed) By and Guaranty Company Vice President )Sfgnedl By.... 7 - 11„1%-g-4)..6 7 ....J. .. .... ... ... ....... ;l1 ant Secretary State of Maryland 1 SI Baltimore City � t On this 27th day of May . Ar_•, `.: , be h rsonally came hoan, Vice President of United States Fidelity and Guaranty Company, and Thomas E. Huibregtse, Assista eY; - .ry of said Co both of personally acquainted, who being by me severally duly swum, said. that they, the said Peter Carman and. Huibregtse pectively the a dent and the Assistant Secretary of the said United States Fidelity and Guaranty Company. the corporation t abed in and w d the foregop ver of Attorney: that they east knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate it was so affi d er of the Board of Directors of said corporation, and that they signed their names thereto by like order as Vice President and Assi nt tary. respects 0�,the Company. My Commission expires the 1st d A y gust y 98 1783962 U S F +G° INSURANCE N This Power of Attorney is granted under and fry authority of the following Resolutions adopted by the Board of Directors of the United States Fidelity and Guaranty Company, September 24, 1992: Resolved, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings. contracts and other instruments relating to said business may be signed, executed, and acknowledged by persons or entities appointed as Attomeylsh- in.Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Poweds) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman, or the President, or an Executive Vice President. or a Senior Vice President, or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such offices may be engraved, printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attorney(s) -in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in me nature thereof, and subject to any limitations set forth therein. any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power on executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the company with respect to any bond or undertaking to which it s validly attached. Resolved, That Attorrey(sEin -Fact shall have the power and authority, and, in any case. subject to the terms and limitations of the Power of Attorney issued to them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and other writings obligatory in the nature thereof, and any such instrument executed by such Attomeyls)-in -Fact shall he as binding upon the company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. L Thomas E. Huibregtse, an Assistant Secretary of the United States Fidelity and Guaranty Company. do hereby certify that the foregoing are true excerpts from the Resolutions of the said Company as adopted by its Board of Directors on September 24, 1992 and that these Resolutions are in full force and effect I. the undersigned Assistant Secretary of the United States Fidelity and Guaranty Company do hereby certify that the foregoing Power of Attorney is in full force and effect and has not been revoked. In Testimony Whereof, I have hereunto set my hand and the seal of the United States Rdelity and Guaranty Company, on this 0th day of itpcil . 19 99 ssistant Secretary IMPORTANT NOTICE To obtain information or make a complaint: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1 -800- 252 -3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, Texas 78714 -9104 Fax n (512) 475 -1771 PREMIUM OR CLAIt1 DISPUTES: Should you have a dispute concerning your premium or about a claim you_should.contact the agent or the company first. If_ the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document.