R-91-1549 - 1/10/1991WHEREAS, the City of Round Rock has duly advertised for bids for
the reconstruction of Sunset Drive West, and
WHEREAS, Parker & Rogers Construction Company has submitted the
lowest and best bid, and
WHEREAS, the City Council wishes to accept the bid of Parker &
Rogers Construction Company, Now Therefore,
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the bid of Parker & Rogers Construction Company is hereby
accepted as the lowest and best bid, and the Mayor is hereby
authorized and directed to execute on behalf of the City a contract
with Parker & Rogers Construction Company for the reconstruction of
Sunset Drive West, said contract being attached hereto and
incorporated herein for all purposes.
RESOLVED this 10th day of January, 1991.
ATTEST:
LAND, i y Secretary
RSO1101G
RESOLUTION NO.
1:5
MIKE ROBINSON, Mayor
City of Round Rock, Texas
rti
(512) 250 8373
environmental
engineers
transportation
engineers
industrial
site development
engineers
land development
engineers
construction
managers
planners
surveyors
rio tech, inc.
consulting engineers austln, texas 78726
December 14, 1990
Mr. James R. Nuse, P.E.
Director of Public Works
City of Round Rock
300 South Blair Street
Round Rock, Texas 78664
Re: Engineers Letter of Recommendation
Sunset Drive West Street and Drainage Improvements
Dear Jim,
f ecZe
A. William
Project Manager
Enclosure
AWW/slw
cc: Mr. Al Wille, Senior Engineer -Dept. of Public Works
Mr. Randy Rogers, Parker and Rogers Construction Company
Mr. James Domel, R.T.I.
rmarravps
9510 ranch road 620
Bids were received at 2:00 p.m., Tuesday, December 11, 1990 for the
construction of the Sunset Drive West Street and Drainage Improvements.
A total of five (5) bids were received with the lowest bidder being Parker
and Rogers Construction Company of Georgetown, Texas, in the amount of
$ 58,801.25. A complete bid tabulation is enclosed for your review.
Parker and Rogers have completed many street projects in the area for the
Texas Highway Department, Williamson County, and the City of Round
Rock. Based upon their past experience record and submission of the lowest
and best bid, we recommend award of this contract to Parker and Rogers
Construction Company in the amount of $ 58,801.25.
If you have any questions or comments, please feel free to call.
Very truly yours,
RIO TECH, INC.
• _� ! BIDS EXTENDED & CHECKED
di rio tech, inc. Bid Tabulations BY: Aos
0 1fDi DATE: IZ- I3-
Don .0.0 sxo .,Val ^, 1.,.. 7e77e
I SHEET: 1 of Z
OWNER G 0Y OF P-OUNO P IL
t / aFFE /����
Fv_ L0,,ca
094 44H1,4Ny
•foyJN IK
0,40 WHAM
25•2g
Q9'x�.714L.
CiFMYpDWN,TIC .
J,C..6vsN5
C�pN5t4Lrlo U -1
C.OMPLN1y
p85r,, . i % '
C4pm rAL
Et- •'• -• ^' Co,
JOB NO 103- 8023 BI0 DATE De2.58 11, I99D TINE Z:4OP.N.
LOCATION SUNSeT ' WEST
DESCRIPTION 5046T ANC DoSo0026 IN, 075
,
1 T E M
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
I) 0. 57ee6r 5588522.024
SY
1434
3,89
9544
00 720
f 0395
20 592
1 8173 28
10°_°
14240
21 14 /e 00022090 4659 tacos 5556
59'
1131
10O°
11310
co loll
f Z156
25 9
10891
53 11002
9274
0
20
3) 3" 14.1.1,5.5.
51
1131
429.
5089
50 4‘a.
5202
SO 402
4625
79 5_
5824
65
4) 479o56160 22e5 U1rE18.
LF
770.5
673
4623
00 7•
5393
55 780
5809
57 7
5701
70
5) 5" CO54eE7e Den1/EWAY
6) 1 80513
1 ,1. 14 2i
50
3029
I
_
�88
00 25
1250
Co 5578
00138
00 54S
2780
22
2
4007-
0o 200
or. 12
4o0
8404
00 112
28 12
225
8643
70 Z30 °
28 15
460
703 (e4
co
40
7)3=6 "51 CO202T0 FAvOo SIDEWALK
7392
1229
8) 6't 20,NFol2 E1J CONCRETE 2E DINING WALL
6
57 5
9073
8775
00 6050
5850
e0 88
3050
83•'
5092
50
9) 4^ 1484004 2.020
L.F.
t;Ildklai
594.5
105
35
si 8; s�
m _
2050
261.5
75 3
ao 28
1783
2440
50 9
00 4479
5518
4646
co
23 6
23 5002
4e42
; N —
i$NNNNv
ee
I 0) l5" 2.0.15
$ SrANDACD CUe5 INLET
2
3000
9
OF 137002
00 35029
24000
357
0, 1594
co 72753
3188
722
00 1360
00 52553
12 00004 7E 011883 14E4 106141.1..
1
13) ADJUST 80168I40x MANHOLE
1
5e.
00 Boone
880
an 1616
1416
00 155022
14 Awusr 0815224D VALVE
1
150
00 14029
100
00 35429
354
co 50050
1 580TEMP. 47'0 5 E RM. 5205,0,4 CONTCOL
L5.
1
1000
1000
20 3
3400
00 755741
1507
42 592)3
590
00
• TOTAL 5ASF_ inn
52.301
25
60877
09
11826
45
72556
05
•
r10 tech!inc. BIOS EXTENDED a CHECKED
Bid Tab—
i
DATE: 12-13-�0
OWNER �l+`t OF L,pUNDP SHE.T• —of Z
JOB NO.loo+- 3oz3 E=E• 6AY MAINTE,.IeNCE
BID DATE � `:Ecz fl,199e *Z---v.rt,
LOCATION SAN —TINE_ C-.P—. 'I—,
DESCRIPTION S,r c-Ti, �V6 WE'r
D DPylucGfi IHP2aVbNENTs I'1OR$F-1`JpE:L-,y
TK
I)u..u.Ax F eD H APPROX. UNIT
UNIT QDAfITITY PRICE UNIT UH
z lavz"�„n,.,ED FLEy,g,,E BASE �+' laza COSI PRICE COST PRtCE UNIT
1131 12i 7600 t COST PRICE
4 Sr�u Duvet(meg L LT✓—ER sY 1131 4_ 1- 6s LOST
5 °COwKeSTc DRIVEWAYLF 4e5 532 45
L HdND�CdP 7]D.5 L .§pp8 2
7)3'-(,•WpE eAMD 5Y So
�DNc�rE FivSe 29;s° fa 5 oa
6'�PEIN:oRGGD[ar1'2ErE e6TAlu1N(s WELL L'F' 6 Z ,jw°e 60p ro
4" HEd DeR Lu¢B LG 23 y` !4296 eo
lo)(6"(Z.C,P, 9]5 Sp° T3f2 50
594.5
5'YANDaeD Lu¢g INLET 1-•F, Ips "-' 416 50
12 DRIPRAP H(J1pWALL EA, 18 t- 1953 m
13 AD)J.,5T EXIST/Nbz 15�°= 3ODD -
MdNHDLE E 1
14 ARXIST EXISTING VALVE 60.A. 6rAt? 850 W
M>? AND I o60^" IO Sp p
ERoslou Cp WL EA
M • f
L.S. 1 l2 °° 125 �
r rat 51
5/ p
DATE: January 8, 1991
SUBJECT: City Council Meeting, January 10, 1991
ITEM: 13G. Consider a resolution authorizing the Mayor to enter
into an agreement with Parker and Rogers for the
reconstruction of Sunset Drive West.
STAFF RESOURCE PERSON: Jim Nuse
STAFF RECOMMENDATION:
On December 11, 1990, the City Round Rock opened bids for the reconstruction
of Sunset Drive West. Five (5) bids were received and the company of Parker and
Rogers of Georgetown, Texas was the lowest and best bidder at a price of
$58,801.25. Bill Waeltz of Rio Tech has recommended this bid and is well
familiar with the contractor's capability.
Staff recommends acceptance of the award.
d
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SUNSET DRIVE WEST
STREET AND DRAINAGE IMPROVEMENTS •
CONTRACT DOCUMENTS AND SPECIFICATIONS
OWNER:
CITY OF ROUND ROCK, TEXAS
Bids will be recieved at the City of Round Rock, Council Chambers, 221
East Main Street, Round Rock, Texas 78664 until 2:00 p.m., Tuesday,
December 11, 1990.
ENGINEER:
Haynie & Kallman Inc.
CONSULTING ENGINEERS
1106 South Mays
Round Rock,Texos 78664
(512) 255 -7861
/5
Specification No. `"y
H &K Job No. 103 -721
Spec Version: 3/08/90
TABLE OF CONTENTS
1 - TITLE SHEET
2 - TABLE OF CONTENTS
3 - NOTICE TO CONTRACTORS
4 - ADVERTISEMENT SUMMARY
5 - INSTRUCTIONS TO BIDDERS
6 - PROPOSAL AND PROPOSAL BIDDING SHEET
7 - INFORMATION REQUIRED OF BIDDER
8 - AGREEMENT
9 - BID BOND
10 - PERFORMANCE BOND
11 - PAYMENT BOND
12 - MAINTENANCE BOND
13 - CERTIFICATE OF INSURANCE
14 - GENERAL CONDITIONS OF THE AGREEMENT
15 - SPECIAL CONDITIONS OF THE AGREEMENT
16 - TECHNICAL SPECIFICATIONS
NOTICE TO CONTRACTORS
SUNSET DRIVE WEST STREET AND DRAINAGE IMPROVEMENTS
Sealed Bids, in envelopes addressed to the City of Round Rock, 221
E. Main Street, Round Rock, Texas 78664 will be received at the above
III mentioned address until 2:00 p.m., Tuesday, December 11, 1990 and then
publicly opened and read, for furnishing all plant, labor, material and
equipment and performing all work required for the construction of the
I Sunset Drive West Street Drainage Improvements.
Bids will be submitted in sealed envelopes for the project on the
proposal furnished, and marked in the upper left hand corner
"Bid for Sunset Drive West Street and Drainage Improvements,
opening 12/11/90 at 2:00 p.m."
All proposals shall be accompanied by a certified cashier's check
upon a national or state bank in the amount of five (5 %) percent of the
I total maximum bid price payable without recourse to City of Round Rock,
or a bid bond in the same amount from a reliable surety company as a
guarantee that bidder will enter into a contract and execute performance
bond within ten (10)days after notice of award of contract to him.
I
Provided however, if the contract price is less than $50,000.00, the
bidder shall have the option of providing a letter of credit in lieu of a
performance bond, said letter of credit to be in a,form acceptable to the
t City of Round Rock. The notice of award of contract shall be given by
the Owner within sixty (60) days after the bid opening. The bid security
must be enclosed in the same envelope with the bid. Bids without check
I or bid bond will not considered. All bid securities will be returned to
the respective bidder within twenty -five (25) days after bids are opened,
except those which the Owner elects to hold until the successful bidder
' has executed the contract. Thereafter all remaining securities,
including security of the successful bidder, will be returned within
sixty (60) days. The successful bidder must furnish performance bond or
letter of credit, payment bond and maintenance bond in the amount of one
hundred (100 %) percent of the contract price from an approved surety
company holding a permit from the State of Texas to act as surety (and
acceptable according to the latest list of companies holding certificates
I of authority from the Secretary of the Treasury of the United States) or
other surety or sureties acceptable to the Owner, with approval prior to
bid opening.
The right is reserved, as the interest of the Owner may require,
to reject any and all bids, and to waive any informality in bids
received.
1
1
1
1
1
Page 1 of 2
1
Plans, specifications and bidding documents may be secured from
I the office of Rio Tech, Inc., 9510 Ranch Road 620, Austin, Texas 78726
for thirty -five ($35.00) dollars per set, which is non - refundable.
I Plans and Specifications may be examined at the office of Rio
Tech, Inc., 9510 Ranch Road 620, Austin, Texas, 78726, (512) 250 -8373.
Bidders should carefully examine the Plans, Specifications and other
I documents, visit the site of work, and fully inform themselves as to all
conditions and matters which can in any way effect the work or the cost
hereof. Should a bidder find discrepancies in, or omissions from the
Plans, Specifications or other documents, or should be in doubt as to
II their meaning, he should notify Rio Tech, Inc., and obtain clarification
prior to submitting any bid. Prequalification Requirements: The bidder
is to submit information regarding his qualifications with this bid in
' accordance with instructions contained in the Bid Form. Minimum Wage
Scale: As specified and regulated by the State of Texas and the Federal
Govenment.
' The Project shall be completed within one hundred twenty (120) calendar
days after Notice to Proceed from the Engineer.
1
1
1
1
1
1
1
1
1
1
1
1
Page 2 of 2
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Council Chambers
City of Round Rock
211 E. Main Street
Round Rock, Texas
OWNER: City of Round Rock, Texas
LOCATION: Round Rock, Williamson County, Texas
PROJECT TITLE: Sunset Drive West Street and Drainage Improvements
BID BOND: 5%
PERFORMANCE BOND: 100%
PAYMENT BOND: 100%
MAINTENANCE BOND: 100%
OPENING PLACE:
ADVERTISEMENT SUMMARY
PLANS AVAILABLE: 11/26/90
Rio Tech, Inc.
9510 Ranch Road 620
Austin, Texas 78726
Telephone: (512) 250 -8373
OPENING TIME: 2:00 p.m., December 11, 1990
1
1
1
1
1
and shall be identified as followed:
"Bid for Sunset Drive West Street and Drainage Improvements,
opening 12/11/90 at 2:00 p.m."
' A proposal will not be accepted unless prepared on the bidding form
provided. The sealed proposals will be publicly opened and read at the
' time and place stated in the Notice to Contractors. Bidders or their
authorized agents are invited to be present. Unauthorized condition,
limitation or provisions attached to a proposal will render it informal
and may cause its rejection. The complete proposal forms shall be
"without addition, alterations or erasures. Alternative proposals will
not be considered unless called for. No oral, telegraphic or telephonic
proposals or modifications will be considered. The proposal may be
' withdrawn upon request by the bidder without prejudice to himself prior
to, but not after, the time fixed for opening of bids, provided that the
request is in writing, has been executed by the bidder or his duly
' authorized representative, and if filed with the Engineer.
DISQUALIFICATION OF BIDDERS
'More than one proposal from an individual, firm, partnership, corporation
or association under the same or different names, will not be
considered. Reasonable grounds for believing that any bidder is
interested in more than one proposal for the work contemplated will cause
the rejection of all proposals in which such bidder is interested. If
there is reason for believing that collusion exists among bidders, all
' bids will be rejected and none of the participants in such collusion will
be considered in future proposals.
1: ETURN OF PROPOSAL GUARANTEES
ithin twenty -five (25) days after bids are opened, the Owner will return
the proposal guarantees accompanying each of the proposals as are not
c onsidered in making the award. All other proposals guarantees will be
eld until the Contract has been finally executed.
1
1
1
1
INSTRUCTIONS TO BIDDERS
PROPOSAL
The proposal shall be submitted on the bidding forms which are included
herein, and shall be enclosed in a sealed envelope addressed to:
City of Round Rock
211 E. Main Street
Round Rock, Texas 78664
Page 1 of 3
1
They will be returned to the respective bidders whose proposals they
accompany within sixty (60) days after the contract execution.
AWARD OF CONTRACT - RESERVATION OF RIGHTS
Contract, if awarded, will be awarded to responsible bidder whose
proposal complies with all the requirements prescribed. Award, if
made, will be made within sixty (60) calendar days after the opening of
the proposals. The Owner reserves the right to reject any or all bid
I proposals, to accept the lowest responsible bidder's proposal, and to
waive any informality in any proposal.
EXECUTION OF CONTRACT
A bidder to whom award is made shall execute a written contract with
I the Owner on the form of Agreement provided. Failure 'or refusal to
enter into a contract as herein provided, or to conform to any of the
stipulated requirements in connection therewith shall be a just cause
I for the annulment of the award. If the successful bidder refuses or
fails to execute the Contract, the Owner may award the Contract to the
second lowest responsible bidder. If the second lowest responsible
bidder refuses, or fails to execute the Contract, the Owner may award
the Contract to the third lowest responsible bidder. On the failure or
refusal of such second and third lowest responsible bidder to execute
the Contract, the work may be bid again at a later date.
"PROPOSAL GUARANTEE
Each proposal shall be accompanied by a certified or cashier's check or
' bid bond in the amount of not less than 5% of the amount named in the
proposal. Said check or bond shall be made payable to the Owner and
shall be given as a guarantee that the bidder, if awarded the work,
' will enter into a contract within ten (10) days after Notice of Award
and will furnish the necessary bonds as hereinafter provided. In case
of refusal or failure to enter into said contract, the check or bond as
t the case may be, shall be forfeited to the Owner. No bidder's bond
will be accepted unless it conforms to the form furnished by the Owner,
which is bound herein, and is properly filled out and executed.
'PROPOSAL SIGNATURE
If the proposal is made by an individual, it shall be signed and his
' full name and his address shall be given; if it is made by a
Partnership it shall be signed with the co partnership name by a member
of the Partnership, who shall sign his own name, and the name and
, address of each member shall be given; and if it is made by a
corporation, the name of the corporation shall be signed by its duly
authorized officer or officers attested by the corporate seal, and the
names and titles of all officers of the corporation shall be given.
1
1
1
1
1
1
Page 2 of 3
I COMPETENCY OF BIDDERS
I In selecting the lowest responsible bidder, consideration will be given
not only to the financial standing, but also to the general competency
of the bidder for the performance of the work covered by the proposal.
I To this end, each proposal shall be supported by a statement of the
bidder's experience, on the form entitled "Information Required of
Bidder ", bound herein.
' BIDDER'S EXAMINATION OF SITE
Each bidder shall examine carefully the site of the proposed work and
• the Contract Documents therefore. It will be understood that the
bidder has investigated and is satisfied as to the conditions to be
encountered; as to the character, quality and quantity of materials to
I be furnished and as to the requirements of the Contract;. Specifications
and Drawings.
ADDENDA
' Bidders desiring further information, or interpretation of the Plans or
Specifications.must make request for such information in writing to
' Engineer, a minimum of 48 -hours before the bid opening. Answers to all
such requests will be given in writing to all bidders, in Addendum
form, and all Addenda will be bound with, and made a part of, the
' Contract Documents. No other explanation or interpretation will be
considered official or binding. Should a bidder find discrepancies in,
or omissions from the Plans, Specifications or other Contract
' Documents, or should he be in doubt as to their meaning, he should at
once notify the Engineer in order that a written Addendum may be sent
to all bidders. Any Addenda issued twenty -four (24) hours before the
opening of bids will be mailed or delivered to each Contractor
"contemplating the submission of a proposal on this work. The proposal
as submitted by the Contractor will be so constructed as to include any
Addenda if such are issued by the Engineer twenty -four (24) hours
"before the opening of bids.
1
1
1
1
1
1
1
Page 3 of 3
1
1
1
1
1
1
1
1
1
,
1
1
11
1
11
1
PROPOSAL
TO
THE CITY OF ROUND ROCK
FOR THE CONSTRUCTION OF
SUNSET DRIVE WEST STREET AND DRAINAGE IMPROVEMENTS
The undersigned, as bidder, declares that the only person or parties
interested in this proposal as principals are those named herein, that
this proposal is named without collusion with any other person, firm or
corporation; that he has carefully examined the form of contract, Notice
to Contractors inviting bids, conditions and classes of materials of the
proposed work; agrees that he will provide all the necessary supervision,
labor, machinery, equipment, tools, apparatus, and other items incidental
to construction; will do all the work and furnish all the materials
called for in the Contract Documents, Plans and Specifications in the
manner prescribed therein and according to the requirements of the
Engineer as therein set forth.
It is understood that the following quantities of work to be done at unit
prics are approximate only, and are intended principally to serve as a
guide in evaluating bids.
It is futher agreed that the quantities of work to be done at unit prices
and materials to be furnished may be increased or diminished as may be
considered necessary, in the opinion of the Engineer, to complete the
work fully as planned and contemplated, and that all quantities of work,
whether increased or decreased are to be performed at the unit prices set
forth below expect as provided for in the Specifications.
It is further agreed that lump sum prices may be increased to cover
additional work ordered by the Engineer; but not shown on the plans or
required by the Specifications, in accordance with the provisions of the
General Conditions. Similarly, they may be decreased to cover deletion
of work so ordered.
It is understood and agreed that the work is to be completed within the
time herein stated.
11 The undersigned bidder agrees to commence work within seven (7) calendar
days after written Notice to Proceed has been given.
Page 1 of 7
1
1
1
1
1
i
�1
1
1
r
�rl
1
ACKNOWLEDGEMENT OF PAYMENT ITEMS
The undersigned acknowledges that the following bid items are the only
items of payment under this contract and his bid price under these
items reflects the complete charges for furnishing all labor, material,
and equipment to complete the project as outlined in the plans,
Specificatins, and the Contract Documents.
KNOWLEDGE OF LOCAL CONDITIONS AND CONTRACT DOCUMENTS
The undersigned warrants that he has examined the location of the
proposed work, the plan drawings, specifications, and all other parts
of the Contract Documents, and is familiar with the local conditions at
the place where the work is to be performed.
CONTRACT TIME
If awarded the Contract, the undersigned agrees to complete the work
in one hundred twenty (120) calendar days following date of "Notice to
Proceed ".
OWNER'S RIGHTS RESERVED
The undersigned understands and agrees that the Owner reserves the
right to reject any or all Proposals or to waive any informalities of
technicalities in any proposal in the interest of the Owner, except as
specifically limited by the term of the Contract Documents or
applicable laws or Governmental Regulations.
ADDENDA
The undersigned acknowledges receipt of the following addenda;
Addendum No. Dated
Page 2 of 7
1
1
1
1
1
1
1
1
1
1
1
1
1
�1
'1
1
r
11
1
Pursuant to the Bidders, the undersigned re bidder Ad hereby em proposes B to s do n all , to
furnish all necessary supervision, labor, machinery, equipment, tools,
materials, insurance and miscellaneous items, to complete all the work bid
as provided by the attached supplemental specifications, and as shown on
the plans for the construction of Sunset Drive West Street and Drainage
Improvements, and binds himself of acceptance of this proposal to execute
a contract and bonds for completing said project within the time stated
for the following prices, to wit:
Bid Item Description Unit
Item Ouantity Unit and Written Unit Price
Price Amount
1
PROPOSAL BIDDING SHEETS
JOB NAME: Sunset Drive West Street and Drainage Improvements
JOB LOCATION: Round Rock, Williamson County, Texas
OWNER: City of Round Rock, Texas
Gentlemen:
BASE BID
1424 S.Y. Unclassified Street Excavation,
complete in place, per square
yard
for
/ Dollars
and NO Cents n 6 � , � C 544 c
XJ.
1131 S.Y. 14 1/2" Compacted Flexible Base
complete in place per square yard
for
IEni Dollars
and NO Cents $ 107,- $ I 3107y-
Page 3 of 7
1
1
1
1
1
1
I 5
1
1 6
1
1
1
1
Bid Item Description Unit
Item Ouantity Unit and Written Unit Price Price
Amount
3 1131' S.Y. 2" H.M.A.C. Pavement, Type D,
complete in place per square yard
for
FOUr2 Dollars
SC and =� FTC{ Cents $ 4 $ 5 D l Xx
4 770.5 L.F. Standard Curb and Gutter,
complete in place, per
linear foot
for
q1X Dollars
7 n 00
and AJC7 Cents $ 2 $ 4 ,L? ,
50 S.Y. 5" Reinforced Concrete Driveway,
including excavation and 2"
sand cushion, complete in place,
per square yard
for
— 771 7 ;RTY
and /00
2 Ea. Handicap Ramp, complete in
place, per each
for
Dollars
00
Cents $ `3U jx- $ l 500 xX
Fiu2 / {un/Q ZOO Dollars
No
and nt0 Cents $ 4O X $ B00 x
Page 4 of 7
8
Bid
Item Quantity Unit
10
11
7
692 L.F.
Item Description
and Written Unit Price
3' -6" Wide Concrete Paver Sidewalk
including excavation, 2" sand
cushion, and 4" Limestone base,
complete in place per linear foot
for
ILk)E W 6 Dollars
and 1J0 0°
Cents $ I7 ,v $ O 0 - xK
97.5 L.F. 6" Reinforced Concrete Retaining
Wall, including excavation, and
galvanized steel pipe handrail
complete in place, per linear
foot
for
N Dollars
and iJ0 Cents $
9 594.5 L.F. 4" Header Curb, complete in
place, per linear foot
for
III z e E
and f �r1y
for
and 1.10
Dollars
Cents $
105 L.F. 18" R,C.P., Class III, complete
in place, per linear foot
Dollars
Cents $
2 Ea. 3 Standard Curb Inlet
complete in place, per each
1 f — or
riFTGEiJ I4UND26p Dollars
Page 5 of 7
Unit
Price
5p
3XX
Amount
ofl
0 ,. $ 8,775 x,
�S
$z / oeoxX
and 1JlQ Cents $ 1 SbQ,cx $ C1Q�XJc
1
Bid
Item t Item Description Unit
and Written Unit Price
Ouantity Uni
Price Amount
1 12 1 Ea. Concrete Rip Rap Headwall
complete in place, per each
1
13
1
1
14
1
1
1
15
1
1
"'TOTAL BASE BID PRICE 1 : 7F7 - 7 E/ tir 1 1401./sAAlo E4HT fithvive, °NE_ ,c4.0
1
1
1
for
F7\1 E, I-11_14WO Dollars
5 007A- $ 5°44'
and NO Cents $
1 Ea. Adjust Existing Manhole to
finish grade, complete in
place, per each •
for
)O E. (41-InIP D Dollars
and t,t0 Cents $ SOOVX- $
1 Ea. Adjust Existing Valve to
finish grade, complete in
place, per each
for
OE I4UaOO F17 Dollars
and Cents $ 0x $ I O t.
1 L.S.
Temporary and Permanent Erosion
Control, including Restoration
and Revegetation, complete in
place, per lump sum
for
(Ma 1 14-01.i.S0-1\10 Dollars
o0 oo
and 1t9 Cents $ 1,000 $ 1 /000
Page 6 of 7
DOLLARS cs 5g,So fe:
SUBMISSION OF THE PROPOSAL
In accordance with the Contract
hereby respectfully submitted by:
41,6,v
Name of Contra or
d
Executed by
p4. ) .41wvi 1156
Business Address
City
7irum 9iQA'4rr /
County
Page 7 of 7
Documents, the preceding Proposal is
Date
4-//
c;G ltzfs.� er-,0
Title or Position
,S 4.s6 - '6q W,
Telep one Number
716
State Zip Code
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
The bidder is required to supply the following information.
Additional heets may be attached if necessary.
Name 77( /A) a gQr.° dolo��,Glet,C7'h a .
Address PO /N//Z v 1/3/0 AP yveilzlrrt/c gr01�0
Phone Number 5g/A55 A01.,
Type of Firm:
( ) Individual,
INFORMATION REQUIRED OF BIDDER
( ) Partnership, (!) Corporation
Corporation organized under the laws of the State of
cy iglu)
List the names and addresses of all members of the firm or names
and titles of all officers of the corporation.
p 0
(7) Number of years experience 4.3 rw)
(8) List at least three (3) projects completed as of recent date:
Contract Amount /Class of Work /Date Completed /Name and Address of
Owner:
$ gB 4-,, lo-90
.•. a„, ,, /
$ 60,04/. ..' „e , ./, d Q - 4o
A
$$o, cLi i_ __ . .___ /0 -90
Co.
5�1PLY�Om,�
i /30i l• . .. .
- t. g•ia0 4
iefu
(9) List the name and address of each subcontractor who will perform
work in or about the work or improvement in excess of one -half
(1/2) of one (1 %) percent of the total bid price and indicate
what part of the work will be done by each subcontractor:
Page 1 of 2
(10) Payment o f taxes, in the State of ,i vw
Yes /\ No
(11) List all jobs you performed in which a trench failure injury
occurred:
N(ct
(12) If requested by the Owner, the Bidder shall submit a notarized
financial statement, financial data or other information and
references sufficiently comprehensive to permit an appraisal of
his current financial conditions.
Page 2 of 2
Y Y1ff4P UMP YWkf(1 GX IMM1Wt/ LU IDMtl1YUlL!:WIiMVIDE!/lAl LDIO• DILDI
, t
UNITED STATES F1DEL �';_ = ARANTY COMPANY
(A St 7c i o , any)
KNOW ALL MEN BY THESE PRESENTS:
THAT Parker and Rogers Construction Company '
P 0 Drawer 1136 of Georgetown Texas
as Principal , and UNITED STATES FIDELITY AND
GUARANTY COMPANY, a Maryland corporation, as Surety, are held and firmly bound unto City of R4
as Obligee, in the full and just sum of Five (5%) Percent of the Greatest Amount Bid
lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors,
administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS. the said Principal is herewith submitting its proposal Sunset Drive West — Street & Drainage
THE CONDITION OF THIS OBLIGATION is such that if the aforesaid Principal shall be awarded the contract the said Principal will, within the
time required, enter into a formal contract and give a good and sufficient bond to secure the performance of the terms and conditions of
the contract, then this obligation to be void; otherwise the Principal and Surety will pay unto the Obligee the difference in money 6etlypen
the amount of the bid of the said Principal and the amount for which the Obligee legally contracts with another party to perform the wort( `,, •
if the latter amount be in excess of the former, but in no event shall liability hereunder exceed the penal sum hereof.; �,' —•1 i n
' •
Signed, sealed and delivered 12/11/90
(Date)
DISCLOSURE OF GUARANTY FiN NC
In the event the U. S.F.& G. Is unable to
lulhll its con)ractural obligation under this policy
or contract or application or certificate or evidence of
coverage. the policyholder or certdicaieholder is not
prolccied by an insurance guaranty fund or other solvency
p7•rtcnor yrinnpement
BID BOND
Parker and
d Rogers Constructiotit pl y,:^
t � v C. (S
UNITED ST TES FIDELITY AND GUARANI RAIPANY19 1 '/�
in a , • ^'• ■Attorney -tact
..r
BOND NUMBER
t..• M 0, 0 11 Ilk e4h:OlU h ak•TA It
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
Linda Coney
of the City of AIDAill , State of Tel=
its true and lawful attorney in and for the State of Texas
for the following purposes, to wit;
To sign its name as surety lo. and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and
all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY
COMPANY, a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said UNITED STATES
FIDELITY AND GUARANTY COMPANY, through us, its Board of Directors. hereby ratifies and confirms all and whatsoever the said
Linda Casey
may lawfully do in the premises by virtue of these presents.
In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be
scaled with its corporate seal, duly attested by the signatures of its Vice.President and Assistant Secretary, this 14th day of
September , A. D. 19 90
!.A4
1 'r
ISEADr. 9.
ct
��1 : ) t K
c , y
.
c 1 §1 ±E
BALTIMORE CITY.
On this 14th day of Serrternber A. D. 19 9Q before mr personally came
Cecil. E. Estes . Vice.President of the UNITED STATES FIDELITY AND GUARANTY
COMPANY and R7 i 7aheth S. Limn . Assistant Secretary of said Company, with both of
whom 1 am personally acquainted. who being by me severally duly sworn, said that they, the said Cecil E. Estes
and Elizabeth S. Dunn were respectively the ViewPresident and the Assistant Secretary of the said UNITED
STATES FIDELITY AND GUARANTY COMPANY. 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 fixed by order of the Board of Directors of said corporation, and that they signed their names thereto by like order as Vicc.President
' ;and.Assistant Secretary, respectively, of the Company.
My, commission expires the first day in ppproutzrorxx C August, A.D., 1994.
C r Enna L. Rubright
15.E41.)- \ 11 (Signed)
S.,
J ,t..
!F5.3 / 07)
GENERAL POWER OF ATTORNEY
No. 103109
ss:
CERTIFIED COPY
(Signed)
(Signed)
UNITED STATES FIDELITY AND GUARANTY COMPANY.
B CeCil E. Estes
Elizabeth S. Dunn
Assistant Secretary.
Notary Public.
COPY OF RESOLUTION
That Whereas, 12 is necessary for the effectual transaction of business that this Company appoint agents and attorneys with power
and authority to act for it and in its name in States other than Maryland, and in the Territories of the United Slates and in the Provinces
and territories of Canada;
Therefor be it Resolved, that this Company do, and it hereby does, authoriar and empower its President or either of its Vice.
Presidents in conjunction with its Secretary or one of its Assistant Secretaries, under its corporate seal, to appoint any person or persons
as attorney or attorneys.in -fact, or agent or agents of said Company, in its name and as its act, 10 execute and deliver any and all contracts
guaranteeing the fidelity of persons holding positions of public or private trust, guaranteeing the performances of contracts other than
insurance policies and executing or guaranteeing bonds and undertakings, required or permitted in all actions or proceedings, or by law
allowed, and
Alao, in its name and as its attorney or allorneys.in.fact, or agent or agents to execute and guarantee the conditions of any and all
bonds, recognixances, obligations, stipulations, undertakings or anything in the nature of either of the same, which are or may by law,
municipal or otherwise, or by any Statute of the United States or of any State or Territory of the United Stales or of the Provinces or
territories of Canada, or by the rules, regulations, orders, customs, practice or discretion of any board, body, organization, office or officer,
local, municipal or otherwise, be allowed, required or permitted to be executed, made, taken, given, tendered, accepted, filed or recorded
for the security or protection of, by or for any person or persons, corporation, body, office, interest, municipality or other association or
organisation whatsoever, in any and all capacities whatsoever, conditioned for the doing or oat doing of anything or any conditions which
may be provided for in any such bond. recognisance, obligation, stipulation, or undertaking. or anything in the nature of either of the same.
1, Janes M. Caao11 , an Assistant Secretary of the UNITED STATES FIDELITY AND
GUARANTY COMPANY, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney given
by said Company to Linda couey
of Austin, Texas , authorizing and empowering her to sign bonds 815 therein 5e1
forth, which power of attorney has never been revoked and is still in full force and effect.
And I do further certify that said Power of Attorney was given in pursuance of a resolution adopted al a regular meeting of the
Board of Directors of said Company, duly called and held at the office of the Company in the City of Baltimore, on the 25th day of
November, 1181, at which meeting a quorum of the hoard of Directors was present. and that the foregoing is a true and correct copy of said
resolution, and the whole thereof as recorded in the minutes of said meeting.
In Testimony Whereof, 1 have hereunto set my hand and the seal of the UNITED STATES FIDELITY AND GUARANTY
COMPANY On DECEMBER 11, 1990
(Date)
Assuranr Seerelary.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
THE STATE OF TEXAS
COUNTY OF
BID BOND
KNOW ALL MEN BY THESE PRESENTS, THAT WE
, as PRINCIPAL
and
as SURETY,
are held and firmly bound unto the CITY OF ROUND ROCK, TEXAS, hereinafter
referred to as the "OWNER ", in the penal dum of five percent (5 %) of the
total amount of the bid of the PRINCIPAL submitted to the OWNER, for the
work described below; for the payment of which sum is lawful money of the
United States of America, well and truly to be made, we bind ourselves,
our heirs, executors, administrators. successors and assigns, jointly and
severally, firmly by these presents. In no case shall the liability of
the SURETY hereunder exceed the sum of $
THE CONDITIONS OF THIS OBLIGATION ARE SUCH, THAT whereas, said PRINCIPAL
has submitted the above mentioned bid to the OWNER, for construction of
the work under the "SPECIFICATIONS FOR CONSTRUCTION OF THE SUNSET DRIVE
WEST STREET AND DRAINAGE IMPROVEMENTS ", for which bids are to be opened
at the City of Round Rock, Council Chambers, 221 E. Main Street, Round
Rock, Texas 78664, on Tuesday, December 11, 1990;
NOW, THEREFORE, if the PRINCIPAL is awarded the Contract, and within the
time and manner required under the heading "Instructions to Bidders ",
after the prescribed forms are presented to him for signature, enters
into a written agreement, substantially in the form contained in the
Specifications, in accordance with the bid, and files the two bonds with
the OWNER, one to guarantee faithful performance and the other to
guarantee payment for labor and materials, then this obligation shall be
null and void, otherwise, it shall be and remain in full force and
effect.
BB -1
In the event suit is brought upon this bond by the OWNER and judgment is
recovered, said SURETY shall pay all costs incurred by the OWNER in such
suit, including a reasonable attorney's fee to be fixed by the Court.
IN WITNESS WHEREOF, we have hereunto set our hands and seals
this day of , 1990.
Principal Surety
By: By:,
Title: Title:
Address: Address:
The name and address of the Resident Agency of Surety is:
BB -2
THE STATE OF TEXAS
COUNTY OF WILLIAMSON
AGREEMENT
THIS AGREEMENT, made and entered into this 021 day
of )1/,46f),(J / 4 , A.D., 1991 , by and between the City of Round
Rock, of the O State of Texas, acting through Mike Robinson, its Mayor,
thereunto duly authorized so to do, Party of the First Part, hereinafter
termed OWNER, and PARKER AND ROGERS CONSTRUCTION COMPANY
P.O. DRAWER 1136 of the City of Georgetown
of Williamson 1
County , and State of Texas, Party of the
Second Part, hereinafter termed CONTRACTOR'.
WITNESSETH: That for and in consideration of the payments and agreements
hereinafter mentioned, to be made and performed by the Party of the First
Part (OWNER), and under the conditions expressed in the bond bearing even
date herewith,, the Party of the Second Part (CONTRACTOR), hereby agrees
with the said Party of the First Part (OWNER) to commence and complete
the construction of certain improvements described as follows:
"SUNSET DRIVE WEST STREET AND DRAINAGE IMPROVEMENTS"
further described as the work covered by this specification consists of
furnishing all the materials, supplies, machinery, equipment, tools,
supervision, labor, insurance, and other accessories and services
necessary to complete the said construction, in accordance with the
conditions and prices stated in the Proposal attached hereof, and in
accordance with the Notice to Contractors, Instructions to Bidders,
General Conditions of Agreement, Special Conditions, Technical
Specifications, Plans and other drawing and printed or written
explanatory matter thereof, and the Specifications and addenda therefor,
as prepared by HAYNIE AND KALLMAN, INC., and the construction of which
will be administered by RIO TECH, INC., 9510 Ranch Road 620, Austin,
Texas 78726, (512) 250 -8373, herein entitled the ENGINEER, each of which
has been identified by the CONTRACTOR'S written proposal, the General
Conditions of the Agreement, and the Performance, Payment, and
Maintenance Bonds hereof and collectively evidence and constitute the
entire contract.
The CONTRACTOR hereby agrees to commence work within seven (7) calendar
days after the date written notice to do so have been given to him, and
to complete the same within one hundred and twenty (120) calendar days
after the date of the written notice to proceed, subject to such
extensions of time as are provided by the General and Special Conditions.
Page 1 of 2
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
The OWNER agrees to pay the CONTRACTOR in current funds the price or
prices shown in the proposal, which forms a part of this contract, such
payments to be subject to the General and Special Conditions of the
contract.
IN WITNESS WHEREOF, the parties to these presents have executed this
Agreement in the year and day first above written.
CITY OF ROUND ROCK, TEXAS
BY: . V-el
/Y7 / KK ROBousQN, r'7Ayo/C-
ATTEST: ATTEST:
/ME LPr JD ) Ty 5ECE£TAR y
(The foil i
1, (.1� k
of the Corpo
who siggned
I!?CF
m Corporate Seal
1
Page 2 of 2
PARKER AND ROGERS CONSTRUCTION CO.
eA)
to be executed if the Contractor is a Corporation.)
4024, , certify that am the S,,gqccretary
ation named as Contractor herein; that qJ z C /CoG6 ,
is Contract on behalf of the Contractor was then _
.ES/De, (official title) of said
Corporation, that said Contract was duly signed for and in behalf of
said Corporation, that said Corporation by authority of its governing
body, and is with the scope of its corporate powers.
THE STATE OF TEXAS S
COUNTY OF Williamson
s
PERFORMANCE BOND
PB -1
KNOW ALL MEN BY THESE PRESENTS, THAT Parker and Rogers Construction Company
of. the City of Georgetown
County of Williamson , and State of Texas as
principal, and United States Fidelity and Guaranty Company authorized
under the laws of the State of Texas'to act as surety on bonds for
principals, are held and firmly bound unto the City of Round Rock ,
TEXAS (OWNER) ,. in the penal sum of Fifty Eight Thousand Eight Hundred One
And 25/100
Dollars ($58,801.25
for
the payment whereof, the said Principal and Surety bind themselves, and
their heirs, administrators, executors, successors and assigns, jointly
and severally, by these presents:
WHEREAS, the Principal has entered into a certain written contract with
the Owner dated the day of. ,1990• to
which contract is hereby referred to and made a part hereof as fully
and to the same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATIONS SUCH, that if the said
Principal shall faithfully perform said Contract 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 Contract and the Plans and
Specifications thereto annexed, then this obligation shall be void;
otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bind is executed pursuant to the provisions
of Article 5160 of the Revised Civil Statutes of Texas as amended and all
liabilities on this bond shall be determined in accordance with the
provisions of the said Article to the same extent as if it were copied at
length herein.
Surety, for value received, stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract,
or to the work performed thereunder, or the plans, specifications or
drawings accompanying the same, shall in anyway affect its obligation on
this bond, and it does hereby waive notice of any such change, extension
of time, alteration or addition to the terms of the contract, or to the
work to be performed thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed
this instrument this day of , 1990.
Parker and Rogers Construction Company
Princi al
II
By: U By:
Title:V Title: Atty - In - Fact
Address: P. 0. Drawer 1136
Georgetown, Texas 78627
P. 0. Box 2125, Austin, Texas 78768
PB -2
United Statj ' F
Sure���
Vii111 /��j/
Address: P. 0. Box 2125
Austin, Texas 78768
The name and address of the Resident Agent of Surety is :
Frank Siddons Insurance Agency
elity and Guaranty Company
THE STATE OF TEXAS S
COUNTY OF Williamson s
And 25/100
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS, THAT Parker and Rogers Construction Com_paEL
the City of Georgetown , County of Williamson , and State of
United States Fidelity and '
Texas , as principal, and Guaranty Company authorized under
the laws of the State of Texas to act as surety on bonds for
principals, are held and firmly bound unto the City of Round Rock
TEXAS (OWNER) , in the penal sum of Fifty Eight Thousand Eight Hundred One
Dollars ($ 58,801.25 ) for the
payment whereof, the said Principal and Surety bind themselves and
their heirs, administrators, executors, successors and assigns, jointly
and severally, by these presents:
WHEREAS, the Principal has entered into a certain written contract with
the Owner, dated the day of ,.1990 , to
which contract is hereby referred to and made a part hereof as fully
and to the same extent as if copied-at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the
said Principal shall pay all claimants supplying labor and material to
him or a subcontractor in the prosecution of work provided for in said
contract, 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 as
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 copies at length herein.
PE-3 _
Surety, for value received, stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract,
or to the work performed thereunder, or the plans, specifications or
drawings accompanying the same, shall in anyway affect its obligation
on this bond, and it does hereby waive notice of any such change,
extension of time, alteration or addition to the terms of the contract,
or to the work to be performed thereunder.
IN WITNESS .WHEREOF, the said Principal and Surety have signed and
sealed this instrument this day of ,1990
Parker and Rogers Construction Company United States Fidelity and Guaranty Company
Principal�� / Surety
By: V.�nt1.Li C. t✓v✓ .//
Title: Vice- "T Cam($ IDrrJ
Title: Atty -In -Fact
Address: P. 0. Drawer 1136
Georgetown, Texas 78627
P. 0. Box 2125, Austin, Texas 78768
PB -
Address: P. 0. Box 2125
Austin, Texas 78768
The name and address of the Resident Agent of Surety is:
Frank Siddons Insurance Agency
MAINTENANCE BOND
THE STATE OF TEXAS §
COUNTY OF Williamson §
KNOW ALL MEN BY THESE PRESENTS, that we Parker and Rogers Construction Company
as Principal, and United States Fidelity and Guaranty Company
a Corporation organized under the laws of the State of Maryland
as Surety, are held and firmly bound unto City of Round Rock
as Obligee, in the penal sum of Fifty Eight Thousand Eight Hundred One and 25/100
- ($58,801.25 )
to which payment will and truly to be made we do bind ourselves, our
and each of our heirs, executors, administrators, successors and
assigns jointly and severally, firmly by these presents.
WHEREAS, the said Principal has constructed Sunset Drive West Street and
Drainage Improvements
WHEREAS, said Obligee requires that the Principal furnish a bond
conditioned to guarantee for the period of two years after approval by
the City of Round Rock against all defects in workmanship and materials
which may become apparent during said period;
MB -1
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH that, if the
Principal shall indemnify the Obligee for all loss that the Obligee may
sustain by reason of any defective materials or workmanship which
become apparent during the period of two years from and after date of
acceptance by the owner, then this obligation shall be void, otherwise
to remain in full force and effect.
IN WITNESS WHEREOF, the said Principal and Surety have signed and
sealed this. instrument this day of
1990.
Parker and Rogers Construction Company
Principal
By
Title VIGt R.y.S■06h)
Address P. 0. Drawer 1136
Georgetown, Texas 78627
P. 0. Box 2125, Austin, Texas 78768
MB - 2
United Sta
Surety
By
Title
Austin, Texas 78768
•
The name and address of the Resident Agent of Surety is:
. Frank Siddons Insurance Agency
Address P. 0. Box 2125
Fidelity and Guaranty Company
Atty -In -Fact
(SEAL)
STATE OF MARYLAND.
BALTIMORE CITY,
FS 3 (1-83)
SS:
Set.
(Signed)
CERTIFIED COPY
GENERAL POWER OF ATTORNEY
No. 98066
Know all Men by these Present,:
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
Robert C. Siddons
of the City of Austin
ns true and lawful attorney in and for the State of Texas
. State of Terms
for the following purposes, to w
To sign its name as surety to. and to execute. seal and acknowledge any and all bonds, and to respectively do and perform any and
all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY
COMPANY, a certified copy of which is hereto annexed and made a part of tins Power of Attorney; and the said UNITED STATES
FIDELITY AND GUARANTY COMPANY. through us, its Board of Directors. hereby ratifies and confirms all and whmsnever the said
Robert C. Siddons
may Ian fully do in the premises by virtue of these presents.
In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be
rated with its corporate seal, duly attested by the signatures of its Vice.President and Assistant Secretary, this 4th day of
peril • A. D. 1986
UNITED STATES FIDELITY AND GUARANTY COMPANY.
(Signed) By Charles D. Zinmexman, III
Stephen J. Trecker
Vice•President.
Assistant Secretary.
on this 4th day of Aprij_ . A. D. 19 86 , before me personally came
Charles D. Zi merman, III , Viee•President of the UNITED STATES FIDELITY AND GUARANTY
COMPANY and Stephen J. Treeker , 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 Charles D. ZilliTer11an1, III
and Stephen J. Ttec)eer were respectively the Vice•President and the Assistant Secretary of the said UNITED
STATES FIDELITY AND GUARANTY COMPANY, 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
no fixed by order of the Board of Directors of said corporation, and that they signed their names thereto by like order as Vicn.President
and Assistant Secretary, respectively, of the Company.
.My cnmmissinn expires the first day in July, A. D. 19.a6..
(SEAL) (Signed) Margaret M. Hurst
Notary Public.
STATE OF MARYLAND
BALTIMORE CITY,
1, Saundra E. Banks , Clerk of the Circuit Court for Baltimore City, which Court is a
Court of Record, and has a seal, do hereby certify that Margaret M. Hurst , Esquire, before
whom the annexed affidavits were made, and who has thereto subscribed his name, was at the time of an doing a Notary Public of the
State of Maryland, in and for the City of Baltimore, duly commissioned and sworn and authorized by law to administer oaths and take
acknowledgment, or proof of deeds to be recorded therein. I further certify that 1 am acquainted with the handwriting of the said
Notary, and verily believe the signature to be his genuine signature.
In Testimony Whereof, I hereto net my hand and affix the seal of the Circuit Court for Baltimore City, the same being a Court
of Record, this 4th day of 4r11 , A. D. 19 86
(SEAL) (Signed) Saundra E. Banks -
Clerk of the Circuit Court /or Baltimore City.
COPY OF RESOLUTION
That Whereas, it is necessary for the effectual transaction of business that this Company appoint agents and attorneys with power
and authority to act for it and in its name in States other than Maryland, and in the Territories of the United States and in the Provinces
and territories of Canada;
Therefore, be it Resolved, that this Company do, and it hereby does, authorize and empower its President or either of its Vice.
Presidents in conjunction with its Secretary or one of its Assistant Secretaries, under its corporate seal, to appoint any person or persons
as attorney or attorneys•in•fact, or agent or agents of said Company, in its name and as its act, to execute and delver any and all contracts
guaranteeing the fidelity of persons holding positions of public or private trust, guaranteeing the performances of contracts other than
insurance.policies and executing or guaranteeing bonds and undertakings, required or permitted in all actions or proceedings, or by law
allowed, and '•
'Alaq in itsname and as its attorney or ettorneys.in• fact, or agent or agents to execute and guarantee the conditions of any and all
bonds, recoggnzancps,dbligations, stipulations, undertakings or anything in the nature of either of the same. which are or may by law,
municipal nr "othcryvise, or by any Statute of the United States or of any State or Territory of the United Stales or of the Provinces or
territories "bf Canada; or by the rules, regulations, orders, customs, practme or discretion of any board, body, organization, office or officer,
local, municipal or otherwise, be allowed, required or permitted to be executed. made, taken, given, tendered, accepted, filed or recorded
for the security or protection of, by or for any person or persons, corporation, body, office, interest, municipality or other association or
organization whatsoever, in any and all capacities whatsoever, conditioned for the doing or not doing of anything or any conditions which
may be provided for in any such bond, recognizance, obligation, stipulation, or undertaking, or anything in the nature of either of the same.
I Janes M. Carroll , an Assistant Secretary of the UNITED STATES FIDELITY AND
GUARANTY COMPANY, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney given
by said Company to Robert C. Skidoos
of Austin , authorizing and empowering him to sign bonds as therein set
forth, which power of attorney has never been revoked and is still in full force and effect.
And I ilo further certify that said Power of Attorney was given in pursuance of a resolution adopted at a regular n ceting of the
Board of Directors ofisaid Company, duly called and held at the office of the Company in the City of Baltimore, on the 25th day of
November, 1981, at, which meeting a quorum of the Board of Directors was present, and that the foregoing is a true and correct copy of said
resolution, and the whole thereof as recorded in the minutes of said meeting.
In Testimony Whereof, I have hereunto set my hand and the seal of the UNITED STATES FIDELITY AND GUARANTY
COMPANY on
(Date)
Assistant Secretary.
INSURANCE BINDER:
PRODUCER
ALEXANDER & ALEXANDER OF TEXAS
6655 FIRST PARK TEN SUITE 100
SAN ANTONIO, TX
78213 -
GARY RAKESTRAW
PHONE 512 - 736 -4311
CODE SUB - CODE
INSURED
CITY OF ROUND ROCK
221 EAST MAIN STREET
ROUND ROCK„ TX
78664
> COVERAGES <
TYPE OF INSURANCE
Property
CAUSES OF LOSS
C 1 BASIC C] BROAD C 1 SPECIAL
C1
C]
General Liability
[ ] COMMERCIAL GENERAL LIABILITY
[ ] [ ] CLAIMS MADE X] OCC.
X] OWNER'S & CONTRACTORS
PROTECTIVE
[)
C]
Automobile
[ 1 LIABILITY
I ] NON /OWNED
[ ] HIRED
I 3 GARAGE
[1
Auto Physical Damage
[ ] COLLISION DED:
C ] OTC DED:
Excess Liability
[ 1 UMBRELLA FORM
[ ] OTHER THAN UMBRELLA FORM
Worker's Compensation
and
Employers' Liability
> NAME & ADDRESS <
I 1 MORTGAGEE C ] ADDITIONAL INSURED
I ] LOSS PAYEE C 1
LOAN #
ACORD 75 - 8 (2/88) I GARY RAK
AUTHORIZED REPRE
DATE FOR CLAIMS MADE:
RETRO DATE FOR CLAIMS MADE:
COMPANY
WAUSAU INSURANCE COMPANIES
EFFECTIVE
DATE TIME
01/31/91
COVERAGES /FORMS
[ 1 ALL VEHICLES [ ] SCHEDULED VEHICLES
[ ] ALL VEHICLES [ ] SCHEDULED VEHICLES
(X AM
12:01 ( 1 PM
EACH
OCCURRENCE
STATUTORY
07/01/91
GENERAL AGGREGATE
PRODUCTS- COMP /OPS AGG
PERSONAL & ADVTG INJURY
EACH OCCURRENCE
FIRE DAMAGE
(ANY ONE FIRE)
MED EXP (ANY ONE PERS)
CSL $
BI PERS /ACCID $
PD $
MED. PAY $
PIP $
UM $
[ ] ACV
[ ] STATED AMOUNT
C ] OTHER
[ 1 MORTGAGEE C 1 ADDITIONAL INSURED
C ] LOSS PAYEE C ]
LOAN #
AGGREGATE
02/01/91
(BINDER N0. 740
EXPIRATION
DATE TIME
[ 1 THIS BINDER IS ISSUED TO EXTEND COVERAGE IN THE ABOVE NAMED
COMPANY PER EXPIRING POLICY NO.:
DESCRIPTION OF OPERATIONS /VEHICLES /PROPERTY (INCLUDING LOCATION)
PARKER & ROGERS CONSTRUCTION COMPANY
P.O. DRAWER 1136
GEORGETOWN, TEXAS 78627 -1136
$ 1000
$
$ 1000
SPECIAL CONDITIONS /RESTRICTIONS /OTHER COVERAGES
PARKER & ROGERS CONSTRUCTION COMPANY
JOB FOR THE CITY OF ROUND ROCK.
TLEET 1 MPW/EM NT
4A.¢Y QAKESr]reva 2I6I91 CAGTUAL Pbuar ow- 8BM1Rlitra4 Foss SET IMP2 1 aMT5)
IX112:01AM
C ] NOON
ALL LIABILITY LIMITS IN THOUSANDS
AMOUNT DED CO -INS
SELF-INSURED
RETENTION
(EACH ACCIDENT)
(DISEASE - POLICY LIMIT)
(DISEASE -EACH EMPLOYEE)
This binder is a temporary insurance contract, subject to the conditions shown.
CONDITIONS: This Company binds the kind(s) of insurance stipulated on this form. This insurance is subject to the terms,
conditions and Limitations of the policy(ies) in current use by the Company.
This binder may be cancelled by the Insured by surrender of this binder or by written notice to the Company stating when
cancellation will be effective. This binder may be cancelled by the Company by notice to the Insured in accordance with the
policy conditions. This binder is cancelled when repl ed by a policy. If this binder is not replaced by a policy, the Company
is entitled to charge a premium for the binder accorg to the Rules an�.,Rates in use by the Company.
3 UE DATE (MM/DD /VVj���
_ ACDlli.n. CERTIFICATE OF INSURANCE I SS
I ' Fi 01/25/91
'
PRODUCER
Frank Siddons Insurance
PO Box 2125
Austin, Texas 78768
r
COD SUB -CODE
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND,
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
COMPANIES AFFORDING COVERAGE
COMPANY A TEXAS BUILDERS INSURANCE COMPANY
LETT
COMPANY B
LETTER '
INSURED
Parker & Rogers Constr. Co.
PO Drawer 1136
Georgetown, Texas 78627 -1136
LEPfER Y C
LE-PERY
COMPANY E
LETTER
.COVERAGES
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO TYPE OF INSURANCE
.TR
POLICY NUMBER
POLICY EFFECTIVE
DATE (MM/OD/YY)
POLICY EXPIRATION ALL LIMITS IN THOUSANDS
DATE
(MM/DDITY)
GENERAL LIABILITY
'COMMERCIAL GENERAL LIABILITY
CLAIMS MADE OCCUR
_._I ! _ J
OWNER'S & CONTRACTOR'S PROT.
•GENERAL AGGREGATE _ — $
l �.
PflODUCTS•COMPlOPS AGGREGATE 'S
r T
8
PERSONAL ADVERTISING INJURY ; S
EACH OCCURRENCE E
(FIRE DAMAGE (Any one Ilrej $ -
rMEOICALEXPENSE (Any ono person) $
AUTOMOBILE LIABILITY
NY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
— '?NON -OWNED AUTOS
GARAGE LIABILITY
•COMBINED 1
SINGLE $
'LIMIT +
I
t t
,
1
�..
GOD - L Y I
(Per'peroan) $
I eODILY
I $
(Por accident)
'PROPERTY '$
DAMAGE I
—
EXCESS LIABILITY
OTHER THAN UMBRELLA FORM
k EACH 1 AGGREGATE
OCCURRENCE
$
1
WORKER'S COMPENSATION
AND
A
EMPLOYERS' LIABILITY
WC 1055
4 -1 -90
I STATUTORY t-
($ 500 (EACH ACCIDENT)
4 -1 -91 E 500 (DISEASE — POLICY
LIMIT)
EMPLOYEE)
—EACH
500
OTHER
ITEMS
and Drainage
, (DISEASE
I
DESCRIPTION OF OPERATION$ / LOCATIONS /VEHICLES(RESTRICTIONSISPECIAL
Sunset Drive West Street
Improvements
CERTR -ICATE HOLDER CANCELLATION
City of Round Rock
Council Chambers
221 East Main Street
Round Rock, Texas 78664
P.
•
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
MAIL 1A— DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
LIABILITY OF ANY KIND UPON THE COMPPA ITS AGENTS OR REPRESENTATIVES
I AUTHORIZED REPRESENTATIVE /
ACORD'25 :S (3788) c , • ' • • • PORATION 1988
CERTIFICATE OF INSURANCE 01/25/91
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
ALEXANDER & ALEXANDER OF TEXAS
NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND,
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
6655 FIRST PARK TEN SUITE 100
SAN AITTONIO, TX
78213- 1
COMPANIES AFFORDING COVERAGE
PHONE512' 36 -4311
I
INSURED '
COMPANY LETTER A WAUSAU UNDERWRITERS INS. CO.
PARKER & ROGERS
COMPANY LETTER B U.S. FIRE INSURANCE CO.
CONSTRUCTION COMPANY
P.O. DRAWER 1136
COMPANY LETTER C
GEORGETOWN, TX
78627
COMPANY LETTER D
COMPANY LETTER E
_ > COVERAGES <
THIS I5 TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY
PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO
WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO
ALL TERMS, EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFF
POLICY EXP
ALL LIMITS IN THOUSANDS
LTR
DATE
DATE
GENERAL LIABILITY
GENERAL AGGREGATE
2000
A
MC] COMMERCIAL GEN LIABILITY
1621 -00- 117096
04/01/90
04/01/91
PRODS - Coif /OPS AGG.
1000
13 13 CLAIMS MADE IN OCC.
PERS. & ADVG. INJURY
1000
1 1 OWNER'S & CONTRACTORS
EACH OCCURRENCE
1000
PROTECTIVE
FIRE DAMAGE
I]
t]
(ANY ONE FIRE)
MEDICAL EXPENSE
50
(ANY ONE PERSON)
5
AUTOMOBILE LIAB
CSL
1000
A
MCI ANY AUTO
1621 -02- 117096
04/01/90
04/01/91
BODILY INJURY
[ ] ALL OWNED AUTOS
TEXAS - AUTO
(PER PERSON)
MC] SCHEDULED AUTOS
MC] HIRED AUTOS
1621 - 03 - 117096
04/01/90
04/01/91
BODILY INJURY
MCI NON -OWNED AUTOS
N.C. - AUTO
(PER ACCIDENT)
C 1 GARAGE LIABILITY
C 1
PROPERTY
EXCESS LIABILITY
EACH OCC
AGGREGATE
B
MC] UMBRELLA FORM
5235310233
04/01/90
04/01/91
( 1 OTHER THAN UMBRELLA FORM
2000
4000
STATUTORY
WORKERS' COMP
EACH ACC
AND
DISEASE-POLICY LIMIT
EMPLOYERS' LIAB
DISEASE -EACH EMPLOYEE
OTHER
A
EQUIPMENT FLOATER
1661 -00- 117096
04/01/90
04/01/91
$2,308,528.
1% DED.
DESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES /SPECIAL ITEMS
JOB: SUNSET DRIVE
WEST STREET
AND DRAINAGE IMPROVEMENT
> CERTIFICATE HOLDER < > CANCELLATION <
• = SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX-
= PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30
CITY OF ROUND ROCK = DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT
221 EAST MAIN STREET = FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF
ROUND ROCK„ TX = ANY KI UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
78664
uT Z�11
[�G��
?RF�RESE
ACORD 25 - S (3/88)
1
1
1
TYPE OF
INSURANCE
Workmen's
Compensation
1
Comprehensive
' General
Liability
Includes
— Contractual
Liability
Covers
Independent
'
Contractors
1
1
1 -
1
TO: City of Round Rock
221 E. Main Street
Round Rock, Texas 78664
▪ Owner's
▪ Protective
Comprehensive
' Automobile
Liability
Owned
Vehicles
Hired
Vehicles
Non -Owned
Vehicles
Includes
Contractual
_ Liability
POLICY
NO.
CERTIFICATE OF INSURANCE
Page 1 of 2
Date:
Description of Work:
Sunset Drive West Street and
Drainage Improvements
THIS IS TO CERTIFY THAT
is, at the date of this certificate, insured by this company with respec
the business operations hereinafter described, for the types of insurance
in accordance with the provisions of the standard policies used by
' company, and further hereinafter described. Exceptions to standard poli
are noted on the reverse side hereof.
EFFECTIVE EXPIRATION
DATE DATE LIMITS OF LIABILI
Statutory, State of
Texas, $
Employer's Liability
Bodily Injury
$ each perso
$ each accid
Property Damage
$ each accid
$ aggregate
Bodily Injury
$ each perso
$ each accid
Property Damage
$ each accid
$ aggregate
Bodily Injury
$ each perso
$ each accid
Property Damage
$ each accid
The above policies either in the body thereof or by approprite
endorsement provide that they may not be changed or cancelled by the
insurer in less then ten (10) days after the insured has received
written notice of such change or cancellation.
This Certificate of Insurance neither affirmatively or negatively
amends, extends, or alters the coverage afforded by policy or
policies indicated by this certificate.
Page 2 of 2
(Name of Insurer)
By:
Title:
Address:
GENERAL CONDITIONS OF THE AGREEMENT
GENERAL CONDITIONS OF THE AGREEMENT
CONTENTS
1. DEFINITIONS
2. GENERAL PROVISIONS
2.01 Engineer's Status and Authority
2.02 Right of Engineer to Modify Methods
and Equipment
2.03 Changes and Alterations
2.04 Damages
2.05 Losses from Natural Causes
2.06 Laws and Ordinances
2.07 Licenses, Permits, and Certificates
2.08 Royalties and Patents
2.09 Keeping of Plans and Specifications Accessible
2.10 Discrepancies and Omissions
2.11 Contractor's Understanding
2.12 Extra Work
2.13 Payment for Extra Work
2.14 Assignment and Subletting
2.15 Subcontractors
2.16 Owner's Status
2.17 Completed Portions of Work
2.18 Materials
2.19 Receiving and Storage of Materials
2.20 "Or Equal" Clause
2.21 Completed Work
2.22 Materials Furnished by the Owner
2.23 Protection of Property
2.24 Shelters for Workmen and Materials
2.25 Sanitary Facilities
3. CONTRACTOR'S OBLIGATIONS AND RESPONSIBILITIES
3.01 Labor, Equipment, Materials and
Construction Plant
3.02 Performance, Payment and Maintenance Bonds
3.03 Contractor's Ability to Perform 1
3.04 Superintendence and Inspection 1
3.05 Character of Employees 1
3.06 Contractor's Duty to Protect Persons
and Property 1
3.07 Safety Codes 1
3.08 Barricades 1
3.09 Minimum Wages 1
3.10 Unsuitable Work or Materials 1
3.11 No Waiver of Contractor's Obligation 1
3.12 Site Clean Up 1
3.13 Guarantee 1
i
Page
(CONTENTS CONTINUED) Page
4. OWNER'S OBLIGATIONS AND RESPONSIBILITIES 13
4.01 Lines and Grades 13
4.02 Right of Entry 13
4.03 Owner's Representatives 13
4.04 Collateral Work 13
4.05 Right -of -Way 13
4.06 Adequacy of Design 14
5. SCHEDULING AND PROGRESS OF WORK 14
5.01 Order and Prosecution of the Work 14
5.02 Rate of Progress 14
5.03 Sunday, Holiday, and Night Work 14
5.04 Hindrances and Delays 15
5.05 Extensions of Time 15
5.06 Liquidated Damages for Failure to
Complete on Time 15
6. IDEMNITY 16
6.01 Contractor's Idemnity Provision 16
6.02 Workmen's Compensation Insurance 16
6.03 Comprehensive General Liability Insurance 16
6.04 Owner's Protective Insurance 17
6.05 Comprehensive Automobile Liability Insurance 17
6.06 Insurance Certificate 17
7. TERMINATION OF CONTRACT 17
7.01 Right of Owner to Terminate 17
7.02 Right of Contractor to Terminate 18
7.03 Removal of Equipment 18
8. ABANDONMENT OF CONTRACT BY CONTRACTOR 18
8.01 Notification of Contractor 18
8.02 Retention of Contractor's Equipment
and Materials by Owner 18
8.03 Methods of Completing the Work 19
8.04 Final Acceptance 19
8.05 Disposition of Contractor's Equipment 20
9. MEASUREMENT AND PAYMENT 20
9.01 Character of Measurements 20
9.02 Estimated vs. Actual Quantities 20
9.03 Payment 21
9.04 Monthly Estimates and Payments 21
9.05 Certificates of Completion 22
9.06 Final Estimate and Payment 22
9.07 Notarized Affidavit 22
9.08 Release of Liability 23
9.09 Contractor's Obligation 23
9.10 Payments Withheld 23
ii
1. DEFINITIONS
GENERAL CONDITIONS OF THE AGREEMENT
1.01 Calendar Day. A calendar day shall be the 24 -hour period from
one midnight to the next consecutive midnight. Saturdays,
Sundays and Legal Holidays are considered calendar days and
shall be used in determining contract time.
1.02 Contract Documents. The Contract Documents shall consist of
the Notice to Contractors; Advertisement; the Instructions to
Bidders; the Proposal; the Signed Agreement; the Performance,
Payment, and Maintenance Bonds;.the General Conditions of the
Agreement; the Special Conditions of the Agreement; the
Technical Specifications; the Standard Drawings; Addenda; and
duly authorized Change Orders. The Contract Documents are
complementary, and what is called for by one shall be as
binding as if called for by all. In case of conflict between
any of the Contract Documents, priority of the interpretation
shall be in the following order: Signed Agreement,
Performance, Payment, and Maintenance Bonds, Addenda,
Proposal, Special Conditions of the Agreement, Notice to
Contractors, Instructions to Bidders, Technical
Specifications, Plans, and General Conditions of the
Agreement.
1.03 Contractor. "Contractor" shall mean the business organization
or individual named and designated in the Contract Agreement
as the "Party of the Second Part ", who has entered into this
contract for the performance of the work covered thereby, and
its, his, or their duly authorized agents and other legal
representatives.
1.04 Engineer. "Engineer" shall mean RIO TECH, INC., or, such
other Engineer, supervisor, or project representative who has
been designated, appointed, or otherwise employed or delegated
by the Owner for this work, or their duly authorized agents,
such agents acting within the scope of the particular duties
entrusted to them in each case.
1.05 Extra Work. The term "extra work" as used in this contract
shall be understood to mean and include all work that may be
required by the Engineer or Owner to be done by the Contractor
to accomplish any change, alteration, or addition to the work
shown on the Plans, or reasonably implied by the
Specifications, and not covered by the Contractor's Proposal,
except as provided under "Changes and Alterations ", herein.
1.06 Owner. "Owner" shall mean THE CITY OF ROUND ROCK named and
designated in the Agreement as the "Party of the First Part"
acting through its duly authorized officers and agents.
-1-
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1.07 Plans. "Plans" shall mean and include (a) all drawings prepared
by the Owner as a basis for proposal, (b) all supplementary
drawings furnished by the Engineer as and when required to
clarify the intent and meaning of the drawings submitted by the
Owner to the Contractor, and (c) drawings submitted by the
Contractor to the Owner when and as approved by the Engineer.
1.08 Specifications. "Specifications" shall mean (a) all written
descriptions, methods and instructions prepared by the Owner as
a basis for proposals, (b) all supplementary written material
furnished by the Engineer as and when required to clarify the
intent or meaning of all written descriptions, methods and
instructions submitted by the Owner to the Contractor, and (c)
written descriptions submitted by the Contractor to the Owner
when and as approved by the Engineer.
1.09 Subcontractor. "Subcontractor" shall mean and refer only to a
business organization or individual having a direct contract
with the Contractor for (a) performing a portion of the Contract
work, or (b) furnishing material worked to a special design
according to the Contract plans or specifications; it does not,
however., include one who merely furnishes material not so
worked.
1.10 Substantially Completed. The term "substantially completed"
shall mean that the structure or facility has been made suitable
for use and is in condition to serve its intended purpose, but
still may require minor miscellaneous work and adjustments. It
does not constitute end of contract period or acceptance as
total completion.
1.11 Work. "Work" shall mean the work to be done and the equipment,
supplies, material, and services to be furnished under the
Contract unless some other meaning is indicated by the context.
1.12 Working Day. A "working day" is defined as any day not
including Sundays or any legal holidays, in which weather or
other conditions, not under control of the Contractor, will
permit construction of the principal units of the work for a
continuous period of not less than seven (7) hours between 7:00
a.m. and 6:00 p.m.
1.13 Written Notice. "Written Notice" shall be deemed to have been
duly served if delivered in person to the individual or to a
member of the firm or to an officer of the corporation for whom
it is intended, or if delivered at or sent by certified or
registered mail to the last business address known to him who
gives the notice.
—2—
' 2. GENERAL PROVISIONS
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2.01 Engineer's Status and Authority. It is mutually agreed by and
between the parties to this Contract that the Engineer shall
have general supervision and direction of the work included
herein. In order to prevent delays and disputes and to
discourage litigation it is further agreed by and between the
parties of this Contract that the Engineer shall in all cases
determine the amounts and quantities of the several kinds of
work which are to be paid for under the Contract; that he shall
determine all questions in relation to said work and the
construction thereof, that he shall in all cases decide every
question which may arise relative to the execution of the
Contract on the part of the Contractor; that his decisions and
findings shall be the conditions precedent to the right of the
parties hereto the arbitration or to any action on the
Contractor to receive any money under this Contract; provided,
however, that should the Engineer render any decision or give
any direction which in the opinion of either party hereto is not
in accordance with the meaning and intent of this Contract,
either party may file with the Engineer within 30 days a written
objection to the decision or direction so rendered. It is the
intent of this Agreement that there shall be no delay in the
execution of the work, and the decision or directions of the
Engineer as rendered shall be promptly carried out.
2.02 Right of Engineer to Modify Methods and Equipment. If at any
time the methods or equipment used by the Contractor are found
to be unsafe or inadequate to secure the quality of the work or
the rate of progress required under this Contract, the Engineer
may direct the Contractor in writing to increase their safety or
improve their character and efficiency and to cease operations
under this Contract until such direction is complied with. No
claims shall be made against the Owner for damages caused by any
delay resulting from such order.
2.03 Changes and Alterations. The Contractor agrees that the Owner,
through the Engineer, may make such changes and alterations as
the Owner may see fit in the line, grade, form, dimensions,
plans, or materials for the work herein contemplated or any part
thereof either before or after the beginning of the construction
without affecting the validity of this Contract and the
accompanying bonds. If such changes or alterations diminish the
quantity of the work to be done, they shall not constitute the
basis for a claim for damages or anticipated profits on the work
that they may be dispensed with.
—3—
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
If they increase the amount of work and the increased work can
fairly be classified under the specifications, such increase
shall be paid for according to the quantity actually done and at
the unit price established for such work under this Contract;
otherwise such work shall be paid for as provided under Section
2.12 "Extra Work ". In the event the Owner shall make such
changes or alterations which will make useless any work already
done or material already furnished or used in said work, then
the Owner shall compensate the Contractor for any materials or
labor so used, for any actual loss occasioned by such change,
and for the actual expenses incurred in preparation for the work
as originally planned.
2.04 Damages. The right of general supervision by the Owner shall
not make the Contractor an agent of the Owner, and the liability
of the Contractor for all damages to persons, firms, and
corporations arising from the Contractor's execution of the work
shall not be lessened because of such general supervision. The
Contractor is an independent contractor in regard to work under
this Contract, and as such is solely liable for all damages to
any persons, firms, corporations, or their property as a result
of the prosecution of the work.
2.05 Losses from Natural Causes. All loss or damage arising out of
the nature of the work to be done or from the action of the
elements or from any unforseen circumstances in the prosecution
of the work or from unusual obstructions or difficulties which
may be encountered in the prosecution of the work shall be
sustained and borne by the Contractor at his own cost and
expense
2.06 Laws and Ordinances. The Contractor shall at all times observe
and comply with all Federal, State, and local laws, ordinances,
rules and regulations which in any manner affect the Contract or
the work and shall idemnify and save harmless the Owner against
any claim arising from the violation of any such laws and
ordinances whether by the Contractor or his employees or his
subcontractors and their employees.
2.07 Licenses, Permits and Certificates. Except as hereinafter
stipulated, all licenses, permits, certificates, etc. required
for and in connection with the work to be performed under the
provisions of these Contract Documents shall be secured by the
Contractor at his own expense. In the event a building permit
is required such permit will be obtained by the Owner at no cost
to the Contractor.
—4--
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2.08 Royalties and Patents. The Contractor shall protect and save
harmless the Owner from all and every demand for damages,
royalties, or fees on any patented invention used by him in
connection with the work done or material furnished under this
Contract; provided, however, that if any patented material,
machinery, appliance, or invention is clearly specified in this
Contract, the cost of procuring the rights of use and the legal
release of idemnity shall be borne and paid by the Owner direct
unless such cost is determined and directed to be included in
the bid price at the time the Proposal is submitted.
2.09 Keeping of Plans and Specifications Accessible. The Engineer
shall furnish the Contractor with two (2) sets of executed Plans
and Specifications without expense to him, the Contractor shall
keep one copy of the same constantly accessible on the job site,
with the latest revisions noted thereon, and :additional sets
will be obtained from the Engineei at commercial reproduction
rates plus 20% for handling.
2.10 Discrepancies and Omissions. It is further agreed that it is
the intent of this Contract that all work must be done and all
material must be furnished in accordance with the generally
accepted practice, and in the event of any discrepancies between
the separate contract documents, the priority of interpretation
defined under "Contract Documents" shall govern. In the event
that there is still any doubt as to the meaning and intent of
any portion of the Contract, Specifications or Drawings, the
Engineer shall define which is intended to apply to the work.
2.11 Contractor's Understanding. It is understood and agreed that
the Contractor has, by careful examination, satisfied himself as
to the nature and location of the work, the conformation of the
ground, the character, quality and quantity of the materials to
be encountered, the character of equipment and facilities need
preliminary to and during the prosecution of the work, the
general and local conditions, and all other matters which can in
any way affect the work under this contract. No verbal
agreement or conversation with any officer, agent, or employee
of the Owner, either before or after the execution of this
Contract, shall affect or modify any of the terms or obligations
herein contained.
2.12 Extra Work. The term "extra work" as used in this Contract
shall be understood to mean and include all work that may be
required by the Owner through the Engineer to be done by the
Contractor to accomplish any change, alteration, or addition to
the work shown by the Plans or reasonably implied by the
Specifications and not covered by the Contractor's Proposal,
except as provided in Section 2.03 — "Changes and Alterations ".
It is agreed that the Contractor shall perform all extra work
under the direction of the Engineer when presented with a
written Change Order signed by the Engineer.
—5—
No claim for extra work of any kind will be allowed unless
ordered in writing by the Engineer. In case any orders or
instructions, either oral or written, appear to the Contractor
to involve extra work for which he should receive compensation,
he shall make a written request to the Engineer for a written
Change Order authorizing such extra work. Should a difference
of opinion arise as to what does or does not constitute extra
work or concerning the payment therefor and the Engineer insists
upon its performance, the Contractor shall proceed with the
work after making a written request for a written Change Order
and shall keep an accurate account of the "actual field cost"
thereof as provided under Method "C" below.
2.13 Payment for Extra Work. It is agreed that the compensation to
be paid by the Contractor for performing extra work shall be
determined by one or more of the following methods:
Method "A" - By agreed unit prices;
Method "B" - By agreed lump sum; or
Method "C" - If neither Method "A" or Method "B" can be agreed
upon before the extra work is commenced, then the
Contractor shall be paid the "actual field cost"
of the work plus 15%
Where extra work is performed under Method "C ", the term "actual
field cost" of such extra work is hereby defined to be and shall
include: (a) the payroll cost for all workmen, such as foreman,
mechanics, craftsmen, and laborers; (b) the cost of all
materials and supplies not furnished by the Owner; (c) rental
for all power- driven equipment at agreed -upon rates for the time
actually employed or used in the performance of the extra work;
(d) transportation charges necessarily incurred in connection
with any equipment authorized by the Engineer for use on said
extra work and which is not already on the job; (e) all power,
fuel, lubricants, water, and similar operating expenses; (f)
all incidental expenses incurred as a direct result of such
extra work including sales or use taxes on materials, payroll
taxes, and the additional premiums for construction bonds,
workmen's compensation, public liability and property damage,
and other insurance required by the Contract where the premiums
therefor are based on payroll and material costs.
The Engineer may direct the form in which accounts of the
"actual field costs" shall be kept and may also specify in
writing before the work commences the method of doing the work
and the type and kind of machinery and equipment to be used;
otherwise these matters shall be determined by the Contractor.
Unless otherwise agreed upon, the prices for the use of
machinery and equipment shall be incorporated in the written
extra work Change Order. The 15% of the "actual field cost" to
be paid the Contractor shall cover and compensate him for his
profit, overhead, and general superintendence.
—6—
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2.14 Assignment and Subletting. The Contractor shall not assign or
sublet the work or any part thereof without the previous written
consent of the Engineer, nor shall he assign, by power of
attorney or otherwise, any of the money payable under this
contract unless by and with the consent of the Owner to be
signified in like manner. If the Contractor assigns all or any
part of any monies due or to become due under this Contract, the
instrument of assignment shall contain a clause substantially to
the effect that it is agreed that the right of the assignee in
and to any monies due to to become due to the Contractor shall
be subject to all prior liens of all persons, firms, and
corporations for services rendered or materials supplied for the
performance of the work called for in this Contract.
2.15 Subcontractors. The Contractor shall be as fully responsible to
the Owner for the acts and omissions of his subcontractors and
of persons either directly or indirectly employed by them as he
is for the acts and omissions of persons directly employed by
him. Should any subcontractor fail to perform the work
undertaken by him in a satisfactory manner, his subcontract
shall be immediately terminated by the Contractor upon written
notice from the Engineer.
2.16 Owner's Status. Nothing contained in this Contract shall create
any contractual relation between any subcontractor and the
Owner.
2.17 Completed Portions of Work. The Owner shall have the right to
take possession of and to use any completed or partially
completed portions of the work prior to completion of the entire
work, but such use shall not constitute an acceptance of any of
the work not completed in accordance with the Contract
Documents. If the Engineer determines that taking possession of
and using partially completed work substantially increases the
cost of or delays construction, the Contractor shall be entitled
to extra compensation or extension of time or both as determined
by the Engineer.
2.18 Materials. All materials furnished by the Contractor shall be
as required by the Plans and Specifications or as otherwise
stipulated. The Contractor shall not start delivery of
materials which he is to furnish until the Engineer has approved
the source of supply of such materials.
2.19 Receiving and Storage of Materials. The Contractor shall make
arrangements for receiving and storing materials. The Owner
will not sign for or receive shipments of materials consigned to
the Contractor. The Owner will not furnish storage space for
materials except where written permission is given by the
Engineer.
—7—
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2.20 "Or Equal" Clause. Whenever a material, product, or article is
specified or shown on the Plans by using the name of the
proprietary product or of a particular manufacturer or vendor
and is followed by the term "or equal" the Contractor may submit
a written request to the Engineer requesting approval of the use
of a material, product, or article he feels is truly equal to
the one specified. The Engineer will evaluate the request to
determine if the material, product, or article is of equal
substance and function and if it will perform identically the
duties imposed by the general design. Written approval of an
"or equal" material, product, or article must be obtained from
the Engineer before it may be incorporated into the work as a
substitute for that specified in the Contract Documents.
2.21 Completed Work. The Contractor shall maintain continuous
adequate safeguards to protect all completed work from damage,
loss, or the intrusion of foreign elements.
2.22 Materials Furnished by the Owner. The Contractor shall assume
responsibility for and safeguard any and all materials supplied
by the Owner against loss or injury. This provision shall
extend to the taking of all necessary sanitary precautions to
avoid contamination of such materials that must be maintained
and incorporated into the work in a sanitary condition.
2.23 Protection of Property. The Contractor shall give reasonable
notice to the owner or owners of public or private property and
utilities when such property is liable to injury or damage
through performance of the work, and he shall make all necessary
arrangements with such owner or owners relative to the removal
and replacement or protection of such property or utilities.
The Contractor shall satisfactorily shore, support, and protect
any and all structures, and all pipes, sewers, drains, conduits,
and other facilities belonging to the Owner, and he shall be
responsible for any damage resulting thereto. The Contractor
shall not be entitled to any damages or extra pay as a result of
any postponement, interference, or delay caused by any such
structures and facilities being on the line of the work whether
they are shown on Plans or not.
2.24 Shelters for Workmen and Materials. The building or structures
for housing men or the erection of tents or other forms of
protection for workmen or materials will be permitted only as
the Engineer shall authorize or direct. The sanitary conditions
of the grounds in or about such structures shall at all times be
maintained in a manner satisfactory to the Engineer.
—8—
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2.25 Sanitary Facilities. The Contractor at his expense shall
furnish necessary sanitary toilet facilities for the use of all
employees on the job site. The facilities shall be of a type
complying with State and local sanitary regulations and shall be
properly secluded from public observation. These facilities
shall be constructed and maintained by the Contractor in such a
manner and at such points as shall be approved by the Engineer.
Their . use shall be strictly enforced.
3. CONTRACTOR'S OBLIGATIONS AND RESPONSIBILITIES
3.01 Labor, Equipment, Materials and Construction Plant. The
Contractor shall provide all labor, tools, equipment, machinery,
supplies, and materials necessary for the prosecution and
completion of this Contract where it is not specifically
provided that the Owner shall furnish them. The-Owner shall not
be held responsible for the care, preservation, conservation, or
protection of any material, tools, or machinery on any part of
the work until it is finally completed and accepted. The
Contractor shall maintain on the job at all times sufficient
labor, material, and equipment to adequately prosecute the work.
3.02 Performance, Payment and Maintenance Bonds. It is further
agreed by the Parties to this Contract that the Contractor will
execute separate performance, payment, and maintenance bonds,
each in the sum of 100% of the total Contract price, in standard
forms for this purpose guaranteeing faithful performance of the
work and the fulfillment of any guarantees required and further
guaranteeing payment to all persons supplying labor and
materials or furnishing him any equipment in the execution of
the Contract. If the contract price is less than $50,000.00, a
letter of credit may be furnished in lieu of a performance
bond. It is agreed that the Contract shall not be in effect
until such performance bond or letter of credit, and payment
bond are furnished and approved by the Owner and that final
retainage shall not be paid until such maintenance bond is
furnished and approved by the Owner. The cost of the premium
for the performance bond or letter of credit, payment bond and
maintenance bond shall be included in the price bid by the
Contractor for the work under this Contract, and no extra
payment for such bonds or letter of credit will be made by the
Owner.
The surety company or companies underwriting the performance,
payment and maintenance bonds shall be acceptable according to
the latest list of companies holding certificates of authority
from the Secretary of the Treasury of the United States, shall
be duly authorized to act under the laws of the State of Texas
as Surety, and shall be approved by the Owner.
-9-
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
3.03 Contractor's Ability to Perform. Upon request by the Owner the
Contractor shall furnish sufficient evidence of his ability to
perform the work which is outlined in this document. This shall
include an equipment inventory and records showing the
satisfactory completion of projects of equal magnitude in the
past. It shall be the prerogative of the Owner to terminate the
Contract as outlined in Section 7 "Termination of Contract ", if
job progress indicates that the Contractor lacks either
appropriate experience or ability.
3.04 Superintendence and Inspection. The Contractor shall give
personal attention to the faithful prosecution and completion of
the Contract and shall keep a competent superintendent and any
necessary assistants, all of whom are satisfactory to the
Engineer, on the work continuously during its progress. The
superintendent shall represent the, Contractor in his absence,
and all directions given to him'by the Owner's representative
shall be as binding as if given to the Contractor.
In the event that the Contractor and the superintendent are both
absent from the site of the work for prolonged periods of time
the Engineer may order any or all work under this Contract to be
stopped until the Contractor provides continuous and proper
supervision of the work. Such stoppage shall not constitute a
basis for any claim against the Owner for damages caused by
delay for such work stoppages.
3.05 Character of Employees. The Contractor agrees to employ only
orderly, competent, and skillful persons to do the work, and
whenever the Engineer shall inform them that the work being
accomplished is of sub - standard character by reason of
carelessness, incompetence, or inexperience on the part of the
workers the installation of such work shall be immediately
suspended and shall not be resumed until the Engineer is
satisfied that the conditions causing such faulty work have been
corrected.
3.06 Contractor's Duty to Protect Persons and Property. In the
performance of this Contract, the Contractor shall protect the
public and the Owner fully by taking reasonable precaution to
safeguard persons from death or bodily injury and to safeguard
property of any nature whatsoever from damage. Where any
dangerous condition or nuisance exists in and around
construction sites, equipment and supply storage areas, and
other areas in anyway connected with the performance of this
Contract, the Contractor shall not create excavations,
obstructions, or any dangerous condition or nuisance of any
nature whatsoever in connection with the performance of this
Contract unless necessary to its performance, and in that event
the Contractor shall provide and maintain at all times
reasonable means of warning of any danger or nuisance created.
-10-
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
The duties of the Contractor in this paragraph shall be
nondelegable, and the Contractor's compliance with the specific
recommendations and requirements of the Owner as to the means of
warning shall not excuse the Contractor from the faithful
performance of these duties should such recommendations and
requirements not be adequate or reasonable under the
circumstances.
3.07 Safety Codes. The Contractor shall comply with all applicable
provisions of any Federal, State, County, and Municipal safety
laws and building and construction codes.
All machinery, equipment, and other physical hazards shall be
guarded in accordance with the latest edition of the "Manual of
Accident Prevention in Construction" of the Associated General
Contractors of America except where incompatible with Federal,
State, or Municipal laws or regulations.
3.08 Barricades & Traffic Control Signs. When barricades or traffic
control signs are used to satisfy safety requirements, such
barricades or signs shall be properly identified with the
Contractor's name prominently stenciled on both sides of the
barricades with letters at least two (2 ") inches high.
Barricades and signs shall be located and fashioned as per the
Texas Manual on Uniform Traffic Control Devices for Streets and
Highways, 1980 Edition.
3.09 Minimum Wages. All employees directly employed on the work
shall be paid not less than the established prevailing wage
scale for work of a similar character in this locality. A scale
of prevailing wages is included in the Special Conditions of
these Contract Documents. The Contractor shall not pay less
than the general prevailing wages shown on said scale and shall
keep accurate wage records accessible in accordance with Article
5159 of the Revised Civil Statutes of Texas.
3.10 Unsuitable Work or Materials. It is understood and agreed that
if the work or any part thereof or any material furnished by the
Contractor for use in the work or selected for the same shall be
deemed by the Engineer as unsuitable or not in conformity with
plans, specifications, and contract documents, the Contractor
shall, after receipt of written notice thereof from the
Engineer, forthwith remove such material and replace, rebuild,
or otherwise remedy such work so that it shall be in full
accordance with this Contract.
Should the Contractor fail to initiate compliance with the above
provision within 72 hours or should he fail to properly
prosecute and complete correction of such faulty work, the
Engineer may direct that the work be done by others and that the
cost of the work be deducted from monies due the Contractor.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
3.11 No Waiver of Contractor's Obligations. The Engineer,
supervisor, or project representative shall have no power to
waive the obligations of this Contract for the furnishing by the
Contractor of good material and of his performing good work as
herein described and in "full accordance with the plans and
specifications. No failure or omission of the Engineer,
supervisor, or project representative to condemn any defective
work or material shall release the Contractor from the
obligation to at once tear out, remove, and properly replace the
same at any time prior to final acceptance upon the discovery of
said defective work or material; provided, however, that the
Engineer, supervisor, or project representative shall upon
request of the Contractor inspect and accept or reject any
material furnished, and once the material has been accepted by
the Engineer, supervisor, or project representative such
acceptance shall be binding on the Owner unless it can be
clearly shown that such material furnished was not as
represented and does not meet the specifications for the work.
Any questioned work may be ordered taken up or removed, for
re- examination by the Engineer prior to final acceptance, and if
found not in accordance with the plans,• specifications, and
contract documents for said work, all expense of removing,
re examination, and replacement shall be borne by the
Contractor; otherwise the expense thus incurred shall be allowed
as "Extra Work" and shall be paid for by the Owner.
3.12 Site Clean Up. The Contractor shall not allow the site of the
work to become littered with trash and waste material, but shall
maintain the site in a neat and orderly condition throughout the
construction period. The Engineer shall have the right to
determine what is waste material or rubbish and the manner and
Contractor ontractorshall, without r charge e therefor, � th clean k out
all pits, pipes, chambers, or conduits, shall tear down and
remove all rubbish of every kind from the tracts or grounds
which he has occupied, and shall leave them in a condition
satisfactory to the Engineer.
3.13 Guarantee. During a period of Two (2) years from and after
the date of the final acceptance by the Owner of the work
embraced by this Contract, the Contractor shall make all needed
repairs arising out of defective workmanship or materials, or
both, which in the judgement of the Owner shall become necessary
during such period. If within ten (10) days after the mailing
of a notice in writing to the Contractor or his agent the said
Contractor shall neglect to make or, to undertake with due
diligence the aforesaid repairs, the Owner is hereby authorized
to make such repairs at the Contractor's expense; provided,
however, that in case of emergency where, in the judgement of
the Owner, delay would cause serious loss or damage, repairs may
-12-
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
be made without notice being sent to the Contractor, and the
Contractor and /or his Surety (see Section 3.02 on maintenance
bond) shall pay the cost thereof.
4. OWNER'S OBLIGATIONS AND RESPONSIBILITIES
4.01 Lines and Grades. All necessary lines and grades shall be
furnished by the Engineer. Whenever necessary, work shall be
suspended to permit performance of this work, but such
suspension will be as brief as practicable, and the Contractor
shall be allowed no extra compensation thereof. The Contractor
shall give the Engineer ample notice of the time and place where
lines and grades will be needed. All stakes, marks, etc. shall
be carefully preserved by the Contractor, and in case of
careless destruction or removal by him or his employees such
stakes, marks, etc. shall be replaced as directed by the
Engineer at the Contractor's expense. -
4.02 Right of Entry. The Owner reserves the right for its personnel
or its agents to enter the property or location on which the
work herein contracted is being constructed or installed for the
purpose of supervising and inspecting the work or for the
purpose of constructing or installing such collateral work as
the Owner may desire.
4.03 Owner's Representatives. It is agreed by the Contractor that
the Owner shall appoint such Engineer, supervisors; or project
representatives as the said Owner may deem necessary to examine
the material furnished and the work done under this Contract, to
see that the said material is furnished, and to see that said
work is done in accordance with the plans and specifications
therefor. The Contractor shall furnish all reasonable aid and
assistance required by the Engineer, supervisors, or project
representatives for the proper review and examination of the
work and all parts thereof. The Contractor shall regard and
comply with the directions and instructions of the Engineer,
supervisors, or project representatives so appointed when such
directions and instructions are consistent with the obligations
of this Contract.
4.04 Collateral Work. The Owner reserves the right to provide all
labor and material essential to the completion of work that is
not included in this Contract either by a separate contract or
otherwise. Any collateral work shall be prosecuted in such a
manner that it will not damage the Contractor nor delay the
progress of the work being accomplished under this Contract.
The respective rights of and operations of the various interests
involved shall be established and coordinated by the Engineer.
4.05 Right -of -Way. Easements across private property and lands
needed for construction under this Contract will be provided by
the Owner.
-13-
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
4.06 Adequacy of Design. It is agreed that the Owner shall be
responsible for the adequacy of the design, sufficiency of the
Contract Documents, the safety of the structure and
practicability of the operations of the completed project;
provided the Contractor has compiled with the requirements of
the said Contract Documents, all approved modifications thereof,
and additions and alterations thereto approved in writing by the
Owner. The burden of proof of such compliance shall be upon the
Contractor to show that he has complied with the said
requirements of the Contract Documents, approved modifications
thereof and all approved additions and alterations thereto.
5. SCHEDULING AND PROGRESS OF WORK
5.01 Order and Prosecution of the Work. It is the meaning and intent
of this Contract, unless otherwise herein specifically provided,
that the Contractor shall be allowed to prosecute his work at
such times and seasons in such order of precedence and in such
manner as shall be most conductive to economy of construction;
provided however, that the order and time of prosecution shall
be such that the work shall be completed as a whole or in part
in accordance with this Contract within the time of completion
hereafter designated; provided also that the Engineer may direct
the time and manner of constructing any part or parts of the
work when in his opinion such should be given priority to lessen
the probability of danger to the public or to anticipate
seasonal hazards from the elements or to coordinate with other
work being done for or by the Owner.
5.02 Rate of Progress. The Contractor shall give the Engineer full
information in advance as to his plans for carrying on any part
of the work. If at any time prior to the start or during the
progress of the work any part of the Contractor's plant or
equipment or any of his methods of executing the work appear to
the Engineer to be unsafe, inefficient, or inadequate to insure
the required quality or rate of progress of the work, the
Engineer may order the Contractor to increase or improve his
facilities or methods, and the Contractor shall promptly comply
with such orders; failure to comply will result in placing
Contractor in abandonment per Section 8 "Abandonment of Contract
by Contractor "; but neither compliance with such orders nor
failure Of the Engineer to issue such orders shall release the
Contractor from his obligation to secure the degree of safety,
the quality of work, and the rate of progress required by this
Contract. The Contractor alone shall be responsible for the
safety, adequacy, and efficiency of his plant, equipment, and
methods.
5.03 Sunday Holiday and Night Work. Except in connection with the
care, maintenance, or protection of equipment or of work already
done, no work shall be done between the hours of 6:00 p.m. and
7:00 a.m. or on Sundays or legal holidays without written
consent of the Engineer.
—14—
1
1
l
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
5.04 Hindrances and Delays. No claims shall be made by the
Contractor for damages, hindrances, or delays from any cause
during the progress of any portion of the work embraced by this
Contract except where • the work is stopped by order of the
Owner. If the Owner stops the work for just cause because the
Contractor is not complying with the plans and specifications or
the intent thereof, the Contractor shall have no claim for
damages, hindrances, or delays. However, if the Owner stops the
work for any other reason, the Contractor shall be entitled to
reimbursement paid by the Owner for such expenses actually
incurred which in the judgement of the Engineer occurred as a
result of the work stoppage.
Should delays repeatedly occur due to the Contractor's failure
to provide adequate plant, equipment, or personnel, or where the
Engineer determines that unreasonable inconvenience to the
public is due to such failure, the.Contractor's operations shall
be suspended until he shall have provided adequate plant,
equipment, and personnel to properly resume and continually
prosecute the work.
5.05 Extensions of Time. Should the Contractor be delayed in the
final completion of the work by any act or neglect of the Owner
or Engineer, or of any employee or either, or by any other
contractor employed by the Owner, or by strikes, fire or other
cause or causes outside of and beyond the control of the
Contractor and which the Engineer determines could have been
neither anticipated nor avoided, then an extension of time
sufficient to compensate for the delay as determined by the
Engineer shall be granted by the Owner; provided, however, that
the Contractor shall give the Owner prompt notice in writing of
such cause of delay in each case. Extensions of time will not
be granted for delays caused by unfavorable weather, unsuitable
ground conditions or inadequate construction force.
5.06 Liquidated Damages for Failure to Complete on Time. The
Contractor agrees that time is of the essence of this Contract
and that the definite value of damages which would result from
delay would be incapable of ar.certainment and uncertain, so that
for each day of delay beyond the number of days herein agreed
upon for the completion of the work herein specified and
contracted for, after due allowance for such extension of time
as is provided for under the provisions of the preceding
paragraph, the Owner may withhold permanently from the
Contractor's total compensation, not as penalty but as
liquidated damages, the sum of $500.00 per calendar day.
—15—
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
6. IDEMNITY
6.01 Contractor's Idemnity Provision. To protect the Owner from the
Contractor's failure to perform any of the foregoing duties or
any of the terms of this Contract, the Contractor shall idemnify
and save harmless the Owner and the Owner's agents and employees
from all losses, damages, judgments, decrees, expenses or costs
of any nature whatsoever arising out of or in anyway connected
with any claims or actions of law or in equity brought against
the Owner and the Owner's agents and employees for the death or
injury to persons or for damage to property caused, or allegedly
caused, by any willful acts, negligence, nuisance, or breach or
any term or condition of this Contract by the Contractor, his
agents, servants, subcontractors, or employees. The Contractor
shall furthermore idemnify and save harmless the Owner and the
Owner's agents and employees from all demands of :subcontractors,
worker, material, persons, or suppliers of machinery and parts
thereof, equipment, power tools, and supplies incurred in
connection with work to be performed under this Contract.
Property of any description, including property of the Owner,
which shall be damaged in the performance of this Contract by
the Contractor, his agents, employees and subcontractors shall
be restored to its condition prior to damage by the Contractor
at the Contractor's expense.
6.02 Workmen's Compensation Insurance. The Contractor agrees to
comply with the Workmen's Compensation Act of the State of
Texas, and to pay or cause to be paid all compensation, medical
or other benefits, which may become due or payable thereunder,
and to protect and idemnify the Owner and the Owner's agents and
employees from and against any and all liabilities by reason of
accidental injury, disease or death sustained by subcontractor's
employees. The Contractor shall furnish the Owner with a
certificate from the Industrial Accident Board evidencing the
Contractor's and subcontractor's compliance with said statute.
6.03 Comprehensive General Liability Insurance, The Contractor shall
provide and maintain during the life of this Contract and until
all work under said Contract has been completed and accepted by
the Owner, a Comprehensive General Liability insurance policy,
said policy and the issuing carrier approved by the Owner, which
specifically insures the contractual liability of the Contractor
assumed under Paragraph 6.01 above entitled "Contractor's
Idemnity Provision ". The liability coverage under this policy
shall cover Independent Contractors. Liability limits for the
Comprehensive General Liability insurance coverage under this
policy shall not be less than the following:
Bodily Injury $100,000 each person
$300,000 each accident
-16-
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Property Damage $ 25,000 each accident
$ 50,000 aggregate
6.04 Owner's Protective Insurance. The Contractor shall provide and
maintain during the life of this Contract and until all work
under said Contract has been completed and accepted by the
Owner, an Owner's and Contractor's Protective Policy which
co- insures the Owner and the Owner's agents and employees with
the same Comprehensive General Liability coverage as described
in 6.03 above entitled "Comprehensive General Liability
Insurance ".
6.05 Comprehensive Automobile Liability Insurance. The Contractor
shall provide and maintain during the life of this Contract and
until all work under said Contract has been completed and
accepted by the Owner, a Comprehensive Automobile Liability
insurance policy, said policy and issuing carrier approved by
the Owner, covering the operation on or off the site of the work
of all motor vehicles licensed for highway use, whether they are
owned, non - owned, or hired by the Contractor, in which shall
specifically insure contractural liability of the Contractor
assumed under the above Paragraph 6.01 entitled "Contractor's
Idemnity Provision ". The liability limits for the Comprehensive
Automobile Liability insurance coverage shall not be less than
the following:
Bodily Injury $100,000 each person
$300,000 each accident
Property Damage $ 50,000 each accident
6.06 Insurance Certificate. In connection with the insurance
coverage set out in sections 6.02, 6.03, 6.04, and 6.05 above,
the Contractor shall furnish the Owner with a certificate
verifying said insurance. Said certificate shall state that the
Owner shall be given ten (10) days advance written notice before
any provisions of the policies are changed or in the event said
policies shall be cancelled. This Certificate of Insurance
shall be provided to the Owner prior to starting any
construction work in connection with this Contract.
7. TERMINATION OF CONTRACT
7.01 Right of Owner to Terminate. If the contractor should be guilty
of substantial violation of the Contract or any provision
thereof, the Owner, upon certification by the Engineer as to the
nature and extent of such violation, may without prejudice to
any other resources or remedy give the Contractor written notice
of termination of the employment of the contractor ten (10) days
subsequent to such notice. Immediately following such date, the
-17-
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Owner may take possession of the site of the work and all
material, equipment, tools, and appliances thereon and may
finish the work in accordance with the provision of Section 8
"Abandonment of Contract by Contractor ", of these General
Conditions.
7.02 Right of Contractor to Terminate. If work should be stopped by
order of any public authority or court through no act or fault
of the Contractor for a period of three (3) months or if the
Owner should substantially fail to perform the provisions of the
Contract with regard to Owner's obligations to the Contractor,
then the Contractor may, upon ten (10) days written notice to
the Owner, terminate this Contract and recover from the Owner
payment for all completed work.
7.03 Removal of Equipment. In the event that the Contract should be
terminated for any reason whatsoever, the Owner may request the
Contractor in writing to remove any or all of his equipment,
tools, and supplies, and the Contractor shall comply with the
request within ten (10) days after receipt of the notice.
Should he fail to do so within ten (10) days after receipt of
such notice, the Owner shall have the right to remove such
equipment and supplies at the expense of the Contractor and to
place such equipment, tools and supplies in storage at the risk
and expense of the Contractor.
8. ABANDONMENT OF CONTRACT BY CONTRACTOR
8.01 Notification of Contractor. If the Contractor should abandon
and fail to resume work within ten (10) days after written
notification from the Owner or the Engineer or if the Contractor
fails to comply with the orders of the Engineer when such orders
are consistent with this Contract or with the specifications
hereto attached, then the Contractor shall be deemed as having
abandoned the Contract. The Surety on the bond shall be
notified in writing and directed to complete the work, and a
copy of said notice shall be delivered to the Contractor.
8.02 Retention of Contractor's Equipment and Materials by Owner.
After receiving said notice of abandonment the Contractor shall
not remove from the work any machinery, equipment, tools,
materials, or supplies then on the job, but the same together
with any materials and equipment under contract for the work may
be held for use on the work by the Owner or the Surety on the
performance bond or another contractor in completion of the
work; and the Contractor shall not receive any rental or credit
therefore except when used in connection with extra work where
-18-
1 credit shall be allowed as provided for under Section 2.12
entitled "Extra Work ", it being understood that the use of such
equipment and materials will ultimately reduce the cost to
complete the work and will be reflected in the final settlement.
' 8.03 Methods of Completing the Work. If the Surety should fail to
commence compliance with the notice for completion herein before
provided within ten (10) days after service of such notice, then
the Owner may provide for completion of the work in either of
the following elective manners:
a The Owner may thereupon employ such force of workers and
' use such machinery, equipment, tools, materials, and
supplies as said Owner may deem necessary to complete the
work and charge the expense of such labor, machinery,
1 equipment, tools, materials, and supplies to said
Contractor, and the expense so charged shall be deducted
and paid by the Owner out of such monies as may be due or
that may thereafter at any time become due to the
' Contractor under and by virtue of this Contract. In case
such expense is less than the sum which would have been
payable under this Contract if the same had been completed
' by•the Contractor, then said Contractor shall receive the
difference. In case such expense is greater than the sum
which would have been payable under this Contract if the
' same had been completed by said Contractor, then the
Contractor or his Surety shall pay the amount of such
excess to the Owner.
' b. The Owner under sealed bids, after fourteen (14) days
notice published two (2) or more times in a newspaper
having a general circulation in the county of location of
the work, may let the contract for the completion of the
work under substantially the same terms and conditions
which are provided in this Contract. In case of any
' increase in cost to the Owner under the new contract as
compared to what would have been the cost under this
Contract, such increase shall be charged to the Contractor,
and the Surety shall be and remain bound therefor.
' However, should the cost to complete any such new contract
prove to be less than what would have been the cost to
complete under this Contract, the Contractor or his Surety
1 shall be credited therewith.
8.04 Final Acceptance. When the work has been completed and accepted
' by the Owner, the Contractor and his Surety shall be so notified
and a Contract Completion Certificate as hereinafter provided
shall be issued. A complete itemized statement of the Contract
1
1 -19-
1
1
1 accounts certified by the Engineer as being correct shall then
be prepared and delivered to the Contractor and his Surety,
I whereupon the Contractor, his Surety or the Owner, as the case
may be, shall pay the balance due as reflected by said statement
within fifteen (15) days after the date of such Contract
Completion Certificate.
'
8.05 Disposition of Contractor's Equipment. In the event the
statement of accounts shows that the cost to complete the work
' is less than that which would have been the cost to the Owner
had the work been completed by the Contractor under the terms of
this Contract or when the Contractor or his Surety pay the
balance shown to be due by them to the Owner, then all
machinery, equipment, tools, materials, or supplies left on the
site of the work shall be turned over to the Contractor or his
1 Surety. Should the cost to complete the work exceed the
contract price, and the Contractor.or his Surety fail to pay the
amount due the Owner within the time designated hereinabove, and
there remains any machinery, equipment, tools, materials, or
I supplies on the site of the work, notice thereof together with
an itemized list of such equipment and materials shall be mailed
to the Contractor and his Surety at the respective addresses
I designated in this Contract; provided, however, that actual
written notice given in any manner will satisfy this condition.
After mailing or other giving of such notice such property shall
I be held by the Owner at the risk of the Contractor and his
Surety subject only to the duty of the Owner to exercise
ordinary care to protect such property. After fifteen (15) days
from the date of said notice the Owner may sell such machinery,
I equipment, tools, materials, or supplies and apply the net sum
derived from such sale to the credit of the Contractor and his
Surety. Such sale may be made at either public or private sale,
' with or without notice, as the Owner may elect. The Owner shall
release any machinery, equipment, tools, materials, or supplies
which remain on the work and belong to persons other than the
I Contractor or his Surety to their proper owners.
9. MEASUREMENT AND PAYMENT
I 9.01 Character of Measurements. No extra or customary measurements
of any kind will be allowed but the actual length, area, solid
contents, number, and weight only shall be considered unless
1 otherwise specifically provided.
9.02 Estimated vs. Actual Ouantities. Any and all estimated
quantities stipulated in the proposal form under unit price
items are approximate and are to be used only (a) as a basis for
estimating the probable cost of the work and (b) for the purpose
of comparing the proposals submitted for the work. It is
' understood and agreed that the actual amounts of work done and
1
-20-
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
materials furnished under unit price items may differ from such
estimated quantities and that the basis of payment for such work
and materials shall be for the actual amount of such work done
and the actual quantity of materials furnished.
The Contractor agrees that he will make no claim for damages,
anticipated profits, or otherwise on account of any difference
between the amount of work actually performed and materials
actually furnished and the amounts estimated therefor in the
proposal or other Contract Documents; provided, however, that if
the actual quantity of any item should become as much as
twenty -five (25 %) percent more or twenty -five (25 %) percent less
than the estimated or contemplated quantity for such items, then
either party to this Contract shall be entitled upon demand to a
revised consideration on the portion of the work above or below
twenty -five (25%) percent of the estimated quantity prior to
initiating work or furnishing materials for the overrun or
underrun quantities. Such revised consideration shall be
determined by agreement between the parties or otherwise by the
terms of this Contract as provided under Section 2.12 entitled
"Extra Work ".
9.03 Payment. In consideration of the furnishing ' of all the
necessary labor, equipment, and material and the completion of
all work by the Contractor, and on the completion of all work
and the delivery of all material embraced in this Contract in
full conformity with the specifications and stipulations
contained herein, the Owner agrees to pay the Contractor the
amounts set forth in the Proposal attached hereto which has been
made a part of this Contract. The Contractor hereby agrees to
receive such amounts in full payment for furnishing all material
and all labor required for the aforesaid work, for all expense
incurred by him, and for well and truly performing the same and
the whole thereof in the manner and according to this Contract,
the attached specifications, and requirement of the Engineer.
9.04 Monthly Estimates and Payments. The Contractor shall furnish to
the Engineer by the twenty -fifth of the month such detailed
information as he may request to aid him as a guide in the
preparation of monthly estimates. On or about the first day of
each month the Engineer will make an approximate estimate of the
value of work done in conformity with the plans and
specifications during the previous calendar month. After each
such estimate shall have been approved by the Owner, the Owner
shall pay to the Contractor ninety•(90%) percent of the amount
of such estimated sum on or before the 15th day of said month.
-21-
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
It is understood, however, that in case the whole work is near
to completion and some unexpected or unusual delay occurs due to
no fault or neglect on the part of the Contractor, the Owner
may, upon written recommendation of the Engineer, pay a
reasonable and equitable portion of the retained percentage to
the Contractor.
9.05 Certificates of Completion. Within ten (10) days after the
Contractor has given the Engineer notice that the work has been
completed the Engineer shall review the work and satisfy himself
by examination that work has been finally and fully completed in
accordance with the plans, specifications, and Contract. If so
and if acceptance by Owner and all governmental entities having
jurisdiction has been secured, the Engineer shall issue a
Contract Completion Certificate to the Owner and the
Contractor. Such certificate when issued shall constitute final
acceptance of the work covered under this Contract and serve as
the date for stoppage of the contract period specified for
completion of the Project.
9.06 Final Estimate and Payment. After the Contract Completion
Certificate has been issued the Engineer shall proceed to make
final measurements and to prepare a final estimate of the work
done and materials furnished under this Contract and the value
thereof. The Engineer shall certify the Final Estimate and
submit it to the Owner within five (5) days from the date of the
Contract Completion Certificate; provided the Notarized
Affidavit specified in Section 9.07 has been received by the
Engineer.
The Owner shall pay the Contractor within fifteen (15) days from
the date of the Contract Completion Certificate the entire sum
shown due on the certified Final Estimate prepared by the
Engineer after deducting all amounts to be kept and retained
under any provision of this Contract. However, it is to be
specifically understood that the final payment will not be paid
by the Owner to the Contractor under any circumstances until the
Notorized Affidavit required by Section 9.07 entitled "Notarized
Affidavit ", has been submitted to the Engineer.
All prior estimates and payment shall be subject to correction
in the final estimate and payment; but in the absence of error
or manifest mistake, it is agreed that all estimates, when
approved by the Owner, shall be conclusive evidence of the work
done and materials furnished.
9.07 Notarized Affidavit. Before final payment for the work by the
Owner the Contractor shall submit to the Engineer a notarized
affidavit in duplicate stating under oath that all
subcontractors, vendors, and other persons or firms who have
furnished or performed labor or furnished materials for the work
have been fully paid or satisfactorily secured. Such affidavit
-22-
shall bear or be accompanied by a statement, signed by the
Surety Company who provided the performance bond for the work,
to the effect that said Surety Company consents to final payment
to the Contractor being made by the Owner.
9.08 Release of Liability. The acceptance by the Contractor of the
last payment shall operate as and shall be a release to the
Owner and every officer and agent thereof from all claims and
liability hereunder for anything done or furnished for or
relating to the work or for any act or neglect of the Owner or
of any person relating to or affecting the work.
9.09 Contractor's Obligation. Neither the Contract Completion
Certificate nor the final payment nor any provision in the
Contract Documents shall relieve the Contractor of the
obligation for fulfillment of any warranty which be required
in the Contract Documents.
9.10 Payments Withheld. The Owner may, on account of subsequently
discovered evidence, withhold or nullify the whole or part of
any payment to such extent as may be necessary to protect
himself. from loss on account of:
a. Defective work not remedied.
b. Claims filed or reasonable evidence indicating probable
filing of claims.
c. Failure of the Contractor to make payment properly to
subcontractors or for material or labor.
d. Damage to another contractor.
When the above grounds are removed or the Contractor provides a
Surety Bond satisfactory to the Owner, which will protect the
Owner in the amount withheld, payment shall be made for amounts
withheld because of them.
-23-
SPECIAL CONDITIONS OF THE AGREEMENT
1
1
1
1
1
1
1
SECTION 01 - INFORMATION
01 -01 ENGINEER
The word "Engineer" in
understood as referring to
620, Austin, Texas 78726
Engineer of the Owner,
representative to act in
Owner.
1
1
1
01 -05
1
01 -06
1
01 -07
1
1
1
these Specifications shall be
RIO TECH, INC., 9510 Ranch Road
or 12 he Engineer's authorized
any particular position for'the
01 -02 COPIES OF SPECIFICATIONS FURNISHED
The Agreement will be prepared in not less than seven (7)
counterpart (original signed) sets. Owner will furnish
Contractor two (2) sets of• conforming Contract Documents
and Technical Specifications free of charge, and
additional sets will be obtained from Engineer at
commercial reproduction rates plus 20% for handling.
01 -03 GOVERNING CODES
All construction as provided
Specifications shall be governed
Resolutions, Codes and Ordinances,
amendments or revisions thereto as set
for under these
by any existing
and any subsequent
forth by the Owner.
01 -04 LIQUIDATED DAMAGES FOR FAILURE TO COMPLETE ON TIME
Refer to the General Conditions of the Agreement, Section
5.06, Page 15 for description.
TIME OF COMPLETION
The work shall be completed within the number of calendar
days stated in the Proposal. The time shall begin from
the date of the Agreement, or from the date of the Notice
to Proceed, which ever is latest.
OWNER
The Owner shall be the party or parties named in the
Notice to Contractor.
LOCATION
The location of work shall be as mentioned in the Notice
to Contractors and as indicated in the Specifications.
S -1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
01 -08 USAGE OF WATER
Contractor shall pay all costs of water used. water
is to be metered by Contractor and the cost is to be
subsidiary to other bid items. No additional pay
will be made for water.
01 -09 PAY ESTIMATES
If pay estimates from the Contractor are not received
by the Engineer on or before the time specified in
Section 9.04 of the General Conditions, then the pay
estimate will not be processed and will be returned
to the Contractor.
SECTION 02 - SPECIAL CONSIDERATIONS
02 -01 CROSSING UTILITIES
Prior to commencing construction, it shall be the
Contractor's responsibility to make arrangements with
the Owners of such utility companies to uncover their
particular utility lines or otherwise confirm their
location. Certain utility companies perform such
services at their own expense, however, where such is
not the case, the Contractor will cause such work to
be done at his own expense.
02 -02 "AS- BUILT" DRAWINGS
The Contractor shall mark all changes and revisions
on all of his copies of the working drawings during
the course of the Project as they occur. Upon
completion of the Project and prior to final
acceptance and payment, the Contractor shall show
field locations of all above ground appurtenances
including but not limited to valves, fire hydrants
and manholes. Each appurtenance shall be located by
at least two horizontal distances measured from
existing, easily identifiable, immovable appurtenance
such as fire hydrants or valves. Property pins can
be used for as -built tie -ins provided no existing
utilities as previously described are available,
costs for developing as -built drawings shall be
subsidiary to other bids items. Prior to submission
of final as -built drawings to the Engineer, the
Contractor shall meet with representatives of the
Owner and Engineer in the field to verify the
accuracy and completeness of the as -built drawings.
S -2
02 -03 LANDS FOR WORK
Owner provides, as indicated on Drawings, land upon
which work is to be done, rights -of -way for access to
same and such other lands which are designated for
use of Contractor. Contractor provides, at his
expense and without liability of Owner, any
additional land and access thereto that may be
required for his construction operations, temporary
construction facilities, or for storage of materials.
02 -04 UTILITY SERVICES FOR CONSTRUCTION
The Contractor will be responsible for providing his
own utility services during construction. No
additional payment will be made for this item.
02 -05 GUARANTEES
Guarantee work, including equipment installed, to be
free from defects due to faulty workmanship or
materials for a period of two (2) years from the date
of final acceptance by the Owner. Upon notice from
Owner, repair defects in all construction which
develop during specified period at no cost to Owner.
Neither final acceptance, Certificate of Completion,
final payment nor any provision in Contract Documents
relieves Contractor of above guarantee. Notice of
observed defects will be given with reasonable
promptness. Failure to repair or replace defect upon
notice entitles Owner to repair or replace same and
recover reasonable cost thereof from Contractor.
02 -06
DEVIATIONS OCCASIONED BY UTILITY STRUCTURES
Whenever existing utilities, not indicated on Plans,
present obstructions to grade and alignment of pipe,
immediately notify Engineer, who without delay, will
determine whatever existing improvements are to be
relocated, or grade and alignment of pipe changed.
Where necessary to move existing services, poles, guy
wires, pipelines, etc., as determined by the
Engineer, the Contractor will make arrangements with
the owner of the utility to be moved and have it
moved. The cost of any utility relocation will be at
the Contractor's sole expense. Owner will not be
liable for relocation costs or damages on account of
delays due to changes made by owners of privately
owned utilities which hinder progress of the work.
S -3
02 -07 MINIMUM WAGE SCALE
Minimum wage scale as specified and regulated by the
State of Texas and the Federal Government.
02 -08 LIMIT OF FINANCIAL RESOURCES
The Owner has a limited amount of financial resources
committed to this Project; therefore, it shall be
understood by all bidders that the Owner may be
required to change and /or delete any items which he
may feel is necessary to accomplish all or part of
the scope of work within its limit of financial
resources.
Contractor shall be entitled to no claim for damages
for anticipated profits on any portion of work that
may be omitted. At any time during the duration of
this contract, the Owner reserves the right to omit
any work from this contract. Unit prices for all
items previously approved in this contract shall be
used to delete or add work per change order.
02 -09 CONSTRUCTION REVIEW
The Owner shall provide a project representative to
review the quality of materials and workmanship.
02 -10 LIMITS OF WORK AND PAYMENT
It shall be the obligation of the contractor to
complete all work included in this contract, so
authorized by the Owner, as shown on the drawings or
described in the contract documents and technical
specifications. All items of construction not
specifically paid for in the bid schedule shall be
included in the unit price bids. Any question
arising as the the limits of work shall be left up to
the interpretation of the Engineer.
02 -11 PAYMENT FOR MATERIALS ON HAND
Owner shall pay for 90% of amount of materials on
hand in accordance with monthly estimate procedure
stipulated in the ' General Conditions of the
Agreement.
02 -12 CONSTRUCTION STAKING
The Engineer shall provide construction staking for
this project. The Contractor shall furnish and pay
for any re- staking.
S -4
PROTECTION OF STARES, MARKS, ETC.
All engineering and surveyor's stakes, marks,
property corners, etc., shall be carefully preserved
by the Contractor, and in case of destruction or
removal during the course of this project, such
stakes, marks, property corners, etc., shall be
re- staked by the Contractor at the Contractor's sole
expense without additional compensation by the Owner.
02 -13 BLASTING
When the use or storage of explosives or other
hazardous materials or equipment is necessary for the
execution of the work, the Contractor shall exercise
the utmost care and shall carry on.such activities
under the supervision of properly qualified
personnel.
All blasting, including methods of storing and
handling explosives and highly flammable materials,
shall conform to Federal, State and Local Laws and
Ordinances.
The following is a list of requirements in addition
to Federal. State and Local Laws and Ordinances:
1. The Contractor shall furnish the Owner with a
Certificate of Blasting Insurance in the amount
of $300,000 for each contract, at least
twenty -four (24) hours prior to using
explosives. If blasting is covered under the
Contractor's General Insurance Certificate for
each contract, a separate blasting certificate
will not be required.
2. The Contractor shall notify the City of Round
Rock Public Works Department on every occasion
at least twenty -four (24) hours prior to the
use of explosives.
3. Explosive materials to be used shall be limited
to blasting agents and dynamite, unless prior
approval of other materials is obtained in
writing from the Engineer.
4. During blasting, all reasonable precautions
shall be taken to protect pedestrians, passing
vehicles, and public or private property.
Blasting mats or protective cover shall be used
when required by the Inspector, the permit, or
by safe blasting practices.
S -5
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SECTION 03 - INSURANCE
03 -01
5. The Engineer or his representative shall have
the right to limit the use of explosives and /or
blasting methods which in his opinion are
dangerous to the public or nearby property of
any kind.
6. The Contractor, at his expense, shall promptly
repair or replace all items known to be damaged
as a result of blasting. (The Contractor is
fully responsible for all claims resulting from
his blasting operation.)
All damage or loss to any property referred to in
this article caused in whole or in part by the
Contractor, any Subcontractor, or anyone directly or
indirectly employed by any of them,: or by anyone
whose acts any of them may be liable, shall be
remedied by the Contractor.
Insurance policies must be obtained by the Contractor
or separate endorsement obtained by his existing
insurance policies on projects that involve special
hazards, such as blasting, excavation on public
properties, etc.
The principal types of insurance which will be
necessary are:
Comprehensive General Liability Insurance. The
Contractor shall provide and maintain during the life
of this Contract and until all work under said
Contract has been completed and accepted by the
Owner, a Comprehensive General Liability insurance
policy, said policy and the issuing carrier approved
by the Owner, which specifically insures the
contractual liability of the Contractor assumed under
Paragraph 6.01 in the General Conditions entitled
"Contractor's Indemnity Provision ". The liability
coverage under this policy shall cover Independent
Contractors. Liability limits for the Comprehensive
General Liability insurance coverage under this
policy shall not be less than the following:
Bodily Injury
Property Damage $100 each accident
$100 aggregate
A $500,000 umbrella coverage shall also be required.
S -6
$300,000 each person
$300,000 each accident
Public Liability and Property Damage to protect the
Contractor, any of his sub - contractors and the Owner
against claims arising from personal injury,
including accidental death, as well as claims for
property damage.
The amount for liability is $250,000/$500,000. The
amount of property damage is $100,000 per accident.
Automobile and Truck Public Liability and Property
Damage to protect the same individuals as indicated
under Public Liability and Property Damage above, and
in the same amount of liability.
Worker's Compensation and Employer's Liability
Builder's Risk Insurande is necessary to cover loss
of or damage to the building materials while the
project is under construction.
The Contractor shall supply to the Owner a
Certificate of Insurance, on a form supplied by the
insurance companies or a form similar to the attached
samples from the Contractor prior to the start of
work.
Owner's Protective as required by the General
Conditions of the Agreement.
S -7
TECHNICAL SPECIFICATIONS
1
1
1
1
2.01 Clean -up 1
2.01.01 Construction Site 1
2.01.02 Backwork 1
2.02 Grading 1
1 ITEM 3 - EXAMINATION AND REVIEW
3.01 Examination of Work 1
3.02 Notification 1
3.03 Construction Staking 1
I 3.04 Cut Sheets - Other than the City of Austin 1
ITEM 4 - PROTECTION AND PRECAUTION
I 4.01 Work in Freezing Weather ' 1
4.02 Protection of Trees, Plants and Shrubs 1
4.03 Barricades 1
I 4.04 Property Lines and Monuments 1
4.05 Disposal of Surplus Material 1
4.06 Contractor's Use of Premises 1
' ITEM 5 - MATERIALS
5.01 Trade Names 1
1 5.02 Materials and Workmanship 1
ITEM 6 - STREET IMPROVEMENTS -
' 6.01 Technical Specifications 1
' ITEM 7 - STORM DRAINAGE
7.01 Materials 1
' 7.02 Measurement and Payment 1
1
1
1
1
TECHNICAL SPECIFICATIONS
INDEX
ITEM 1 - GENERAL Page
1.01 Scope of Work 1
1.02 Governing Technical Specifications 1
ITEM 2 - CONTROL OF WORK
i
ITEM 1
1.01
GENERAL DESCRIPTION
SCOPE OF WORK
The work covered by these Specifications consists of
furnishing all labor, equipment, appliances, materials and
performing all operations in connection with the
installation of street improvements, water distribution,
sewage collection, and storm drainage facilities complete
in accordance with the Plans, and subject to the terms and
conditions of the Contract Documents.
1.02 GOVERNING TECHNICAL SPECIFICATIONS
NOTE: The item number designation shown in parenthesis
adjacent to captions is a reference to City of Austin
Standard Specifications.
CONSTRUCTION SPECIFICATIONS
The current City of Austin, Standard Specifications as
adopted and amended by the City of - Round Rock and the
current City of Austin Erosion & Sedimentation Control
Manual, are incorporated into this project and they shall
be applied to this project except as modified in these
Specifications and on the Plans.
Wherever the term "City of Austin" is used in the Austin
Specifications, it shall be construed to mean the City of
Round Rock.
Wherever the term "Engineer" is used in the Austin
Specifications, it shall be construed to mean Rio Tech,
Inc.
1 -1
ITEM 2 CONTROL OF WORK
' 2.01 CLEAN -UP
2.01.1 CONSTRUCTION SITE
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
During construction the Contractor shall keep the site
free and clean from all rubbish and debris and shall
clean -up the site promptly when notified to do so by the
Engineer.
The Contractor shall, at his own expense, maintain the
streets and roads free from dust, mud, excess earth or
debris which constitutes a nuisance or danger to the
public using the thoroughfare, or the occupants of
adjacent properties.
Care shall be taken to prevent spillage on streets and
roads over which hauling is done, and any such spillage or
debris deposited on streets, due to the Contractor's
operations, shall be immediately removed.
2.01.2 EACKWORK
The Contractor shall coordinate his operations in such a
manner as to prevent the amount of clean -up and completion
of back works from becoming excessive. Should such a
condition exist, the Engineer may order all or portions of
the work to cease and refuse to allow any work to commence
until the back work is done to the Engineer's
satisfaction.
2.02 GRADING
The Contractor shall do such grading in the area adjacent
to streets and drainage facilities as may be necessary to
leave the area in a neat and satisfactory condition
approved by the Engineer.
2 -1
1
1
1
1
The work covered under this Contract shall be examined and
reviewed by the Engineer, representatives of all
governmental entities which have jurisdiction, and the
Owner's authorized representative. The quality of
' material and the quality of installation of the
improvements shall be to the satisfaction of the
Engineer. It shall be the Contractor's responsibility for
the construction methods and safety precautions in the
undertaking of this Contract.
3.02 NOTIFICATION
' The Engineer must be notified•a minimum of 24 -hours in
advance of beginning construction, testing, or requiring
presence of Engineer or project representative.
3.03 CONSTRUCTION STAKING
1
1
1
1
1
1
1
1
1
1
1
1
ITEM 3 EXAMINATION AND REVIEW
3.01 EXAMINATION OF WORK
The Engineer shall furnish the Contractor alignment and
reference hubs for utility excavation at an agreed
interval and offset, together with cut sheets showing the
difference in elevation from top of the stakes to the flow
line of the utilities at centerline.
This construction staking will be provided one (1) time at
the sole expense of the Owner. All re- staking will be
provided by the Contractor and paid for by the Contractor
at his sole expense without additional compensation by the
Owner.
PROTECTION OF STAKES, MARKS, ETC.
All engineering and surveyor's stakes, marks, property
corners, etc., shall be carefully preserved by the
Contractor, and in case of destruction or removal during
the course of this project, such stakes, marks, property
corners, etc., shall be replaced by the Contractor at the
Contractor's sole expense.
3.04 CUT SHEETS - CITY OF AUSTIN PROJECTS ONLY
Water and Wastewater
The Engineer shall issue four (4) copies of cut sheets and
one (1) copy of field notes to the City of Austin's Water
and Wastewater Construction /Inspection Division. The
Contractor shall request his cut sheets from the City of
3 -1
Austin Water and Wastewater Construction /Inspection
Division.
Storm Drainage
The Engineer shall issue four (4) copies of cut sheets and
one (1) copy of field notes to the City of Austin "One
Call Center" One Texas Center, 505 Barton Springs Road,
Austin, Texas. The Contractor shall request his cut
sheets from the City of Austin Department of Public Works
Inspection Department.
CUT SHEETS - OTHER THAN THE CITY OF AUSTIN
The Engineer shall furnish two (2) copies of -cut sheets to
the Contractor. The Contractor shall be responsible for
acquiring cut sheets at the office of the Engineer.
3 -2
ITEM 4 PROTECTION AND PRECAUTION
4.01 WORK IN FREEZING WEATHER
4.03 BARRICADES
Portions of the work may continue as directed by the
Engineer.
4.02 PROTECTION OF TREES, PLANTS AND SHRUBS
The Contractor shall take necessary precautions to preserve
all existing trees, plants and shrubs but where it is
justifiable and necessary the Contractor may remove trees
and plants for construction right -of -way but only with
approval of the Engineer.
Wood slats shall be provided on trees as shown on the
plans. Tree protection shall be considered subsidiary to
other items and no separate compensation shall be made.
Barricades shall be installed, in locations deemed
necessary by the Engineer, for the protection of life and
'property. Under no circumstances will any existing road by
permitted to remain closed over a weekend.
4.04 PROPERTY LINES AND MONUMENTS
The Contractor shall be responsible for the protection,
reference and resetting of property corner monuments if
disturbed.
4.05 DISPOSAL OF SURPLUS MATERIAL
The Contractor shall at his own expense, make arrangement
for the disposal of surplus material, such as rock, trees,
brush and other unwanted backfill materials.
4.06 CONTRACTOR'S USE OF PREMISES
The Contractor shall, at his own expense, provide
additional space as necessary for his operations and
storage of materials.
4 -1
I ITEM 5 MATERIALS
1
1
1,
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
5.01 TRADE NAMES
Except as specified otherwise, wherever in the
specifications an article or class of material is
designated by a trade name or by the name or catalog
number of any maker, patentee, manufacturer, or dealer,
such designations shall be taken as intending to mean and
specify the articles described or another equal thereto in
quality, finish, and serviceability for the purpose
intended, as may be determined and judged by the Engineer
in his sole discretion.
5.02 MATERIALS AND WORKMANSHIP
No material which has been used by the Contractor for any
temporary purpose whatever is to be incorporated in the
permanent structure without the written consent of the
Engineer. Where materials or equipment are specified by a
trade or brand name, it is not the intention of the owner
to discriminate against an equal product of another
manufacturer, but rather to set a definite standard of
quality for performance, and to establish an equal basis
for the evaluation of bids. Where the words "equivalent ",
"proper" or "equal to" are used, they shall be understood
to mean that the item referred to shall be "proper ", the
"equivalent" of, or "equal to" some other item, in the
opinion or judgement of the Engineer. Unless otherwise
specified, all materials shall be the best of their
respective kinds and shall be in all cases fully equal to
approved samples. Notwithstanding that the words "or
equal to" or other such expressions may be used in the
specifications in connection with a material, manufactured
article or process, the material, article or process
specifically designated shall be used, unless a substitute
is approved in writing by the Engineer, and the Engineer
will have the right to require the use of such
specifically designated material, article or process.
5 -1
1 ITEM 6
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
6.01
STREET IMPROVEMENTS
TECHNICAL SPECIFICATIONS
The following items from the City of Austin Standard
Specifications are modified as related to measurement and
payment;
Items 230, 232, 234 and 236 (Rolling - Flat Wheel,
Pneumatic Tire, Tamping Proof)
No additional compensation will be made for materials,
equipment or labor required by these items, but shall be
considered subsidiary to the various items included in the
Contract.
Item 432 (Sidewalks)
rete sidewalk shall be paid at the unit price bid
square -et. Reinforced concrete sidewalk with r- - ning
wall shall .- .nstructel\piA the height of -- retaining
wall adjusted to c. rm to field condi s; however, the
height of the wall sha sot e - -. 2.5 feet without
approval of the Engineer. .forced concrete sidewalk
with retaining wall sh. •e paid fo the unit price
bid per cubic .. Determination of to'- ardage used
shall be ba >: upon calculated quantities fr. .ctual
field surements of wall height, sidewalk width and
nesses.
Item 504 (Adjusting Structures)
Removal, relocation and adjustment of all existing utility
lines and structures (regardless of being shown on the
plans or not) and adjusting all proposed utility
structures, shall be completed to match finished grade and
to avoid proposed improvements. This item will include
relocation of power lines, telephone lines, gas lines,
cable T.V. lines, water lines, sewer lines, and any other
utilities that require adjustment or relocation to allow
the proposed improvements to be constructed in accordance
with these plans and specifications.
The work performed and materials furnished as prescribed
by this item as indicated above shall not be measured or
paid for seperately but will be considered subsidiary to
other items in the bid proposal.
6 -1
Series 600 (Environmental Enhancement & Erosion Control
Measures)
These items shall govern the furnishing, placing,
maintaining and removal of all erosion control measure,
site work, restoration work, grading, shaping and seeding
for the project of all disturbed areas and in accordance
with the plans or as directed by the Department of Public
Works. All temporary erosion control measures including
hay bales, rock berms and brush piles shall be erected at
locations as required, maintained until final acceptance,
and removed by the Contractor after final acceptance of
the project. The restoration of both the existing and
proposed spoil sites, and all disturbed areas shall
include spreading of a minimum of 4" of top soil, shaping
and seeding in accordance with the plans. Maintenance of
the temporary erosion control measures shall be the
Contractors responsibility.until final acceptance. Areas
of solid rock excavation shall be exempt from this special
provision provided the rock face is left in a neat, clean
condition, conforming to the slopes and grades indicated
on the Plans.
When called for in the proposal, erosion control measure
shall be paid for at the unit contract price bid per lump
sum for such measures, complete in place, in accordance
with the Plans. The bid price per lump sum shall include
all excavation, materials, shaping, hauling, maintenance,
removal at completion of project, disposal of surplus
materials, top soil, seeding, and clean up.
Item 800 (Traffic Signs, Pavement Markings)
This item shall govern the installation of pavement
markings (reflectorized paint), pavement markers
(reflectorized), traffic buttons, signs and pedestrian
ramps. The installation of signs, markings and markers
shall conform to the Texas State Department of Highways
and Public Transportation "Standard Specifications for
Construction of Highways, Streets, and Bridges ".
The materials to be used for markings and markers will
conform to the State Department of Highways and Public
Transportation and Material Specifications. Copies of
departmental material specifications are available from
the Materials and Test Division, 38th and Jackson Street,
Austin, Texas 78703.
The Texas State Department of Highways and Public
Transportation will not provide any material to the
Contractor at no cost.
6 -2
ITEM 7
7.01
STORM DRAINAGE
MATERIALS
All storm drainage pipe shall be R.C.P. Cl. III as
specified in the bid proposal and on the plans unless
shown otherwise.
7.02 • MEASUREMENT AND PAYMENT
The following items from the City of Austin Standard
Specifications are modified as related to measurement and
payment:
Item 120 (Channel Excavation)
This item will be paid for at the contract unit price bid
for "Unclassified Excavation ", which price shall be full
compensation for furnishing all materials, equipment,
tools, labor and incidentals necessary to complete the
work.
Item 401 (Structural Excavation & Backfill)
Unless otherwise shown on the plans, structural excavation
for pipe headwall, inlets, manholes, culvert widening
(extensions), bridge abutments, and side road and private
entrance pipe culverts and any other items will not be
measured but shall be included in the lump sum price for
each item.
Item 403, 406 and 410 (Concrete for Structures;
Reinforcing Steel, Concrete Structures)
No direct measurement or payment will be made for the work
to be done or the equipment to be furnished under these
items, but it shall be considered subsidiary to the
particular items required by the plans and the contract.
Item 503 (Frames, Grates, Rings & Covers)
No direct compensation will be made for frames, grates,
rings and covers. Measurement and payment for furnishing
all materials, tools, equipment, labor and incidentals
necessary to complete the work will be included in
proposal items which constitute the completed and accepted
structures.
7 -1
Item 506 (Manholes)
All manholes satisfactorily completed as indicated in
plans or specifications will be measured as completed
units per each for all depths.
When called for in the proposal, manholes shall be paid
for at the unit contract price bid per each for such
structures and backfilling, complete in place. The depth
of such structures shall be understood to be the
perpendicular distance from the top of the ring to the
invert of the structure. No separate payment will be made
for "eyes ". The cost of these should be included in bid
items for manholes. Each manhole shall be constructed in
accordance with the details indicated and to the depth
required by the profiles.
Item 508 (Misc. Structures & Appurtenances)
All miscellaneous structures satisfactorily completed in
accordance with the plans and specifications will be
measured as completed units unless specified otherwise.
Excavation and backfill will not be measured under this
item but will be considered subsidiary to the other item.
Frames, grates, rings and covers will not be measured and
paid for but shall be considered subsidiary to the items
for pay.
Payment for Inlets for the type shown on the plans in
place in accordance with these specifications and measured
as prescribed above will be made at the unit price bid for
each "Inlet ", Complete of the type specified including
transition curbs and gutters. Payment for inlets with
extensions of the length shown on the plans and measured
as prescribed above shall be made at the unit price bid
for each "Inlet" including transition curbs and gutters.
The construction, furnishing and placing of the "eight (8)
10' x 10' reinforced concrete box culverts" on a prepared
grade at the location designated and as shown shall be in
accordance with the details, specifications, and plans.
Item 702 (Removing and Relocating Existing Fences)
This item covers removal and relocation of all existing
fences, gates and hardware as required (regardless of
being shown on the plans or not). Relocated fences shall
be of the same construction and quality as the existing
fence. Payment shall be made at the unit price bid per
linear foot for "Relocation of Existing Fence."
7 -2
To 57/ 5.4e. r
■ Cr`T 42r
WilsonJones
C RAtt4.00 INE FOAM A00 2 PART
1980• PRINTED IN U 5
CL. 9 -ell /.
71�to�' /mss
From /9/ / /4/i /Jr
■ / Lt2n / /f
Speed Message
•
Subject 5J/7S 7 -Z'rn,rdr//r,- - CPJnTrac r ,DOre,M rn TS
Date
n
19 9/
Ar racke cY p /raS �A ,SG✓cat (7) Cnn .l�o/ A Anin � Co4Tra C i
D or, rrry I'o 7 A A
CIA 3o ✓c r^ f• rer^CacroY er^oJrr•7 4/11JChi
ha ✓r b. -r K eKrf"(.17 " 17 -r eOov%igc7 -. /Yea"' .e
j- V, Del, -t Cnn Trav Tr f i'f i � 7 e ice r.'r '4,, L �i.
C -(f ys ,TF Z ca.. L, ra.F as - '- an e P in, s.• q,'-e /ef'C
I r i s/ cve 5�� . %T //�� . � � r n
5t_[nStT b, r• 00n%rac%f " .71 --r 6.„ stop en r co.:" 4 ts
n Q c >€'• L. r- ( e o ra� /.�
• • J
Signed
as
i ti
(512) 250 8373
environmental
engineers
transportation
engineers
industrial
site development
engineers
land development
engineers
construction
managers
planners
surveyors
rio tech, inc.
consulting engineers austin, texas 78726
Mr. Al Wille, P.E.
Department of Public Works
City of Round Rock
300 S. Blair Street
Round Rock, Texas 78664
February 1, 1991
Re:Sunset Drive Street and Drainage Improvements
Dear Al:
Please fmd attached seven (7) copies of the Contract Documents for
the above referenced project. These have been executed on behalf of the
contractor, Parker and Rogers Construction Company. These are being
transmitted for execution by the City of Round Rock.
In reviewing these documents, I noticed 310 provisions have been made
for inclusion of an Owners and Contractors Protective Policy. I have
contacted Parker and Rogers and they informed me that an insurance
binder for the Owners and Contractors Protective will be Federal
Expressed to our office by Monday, February 4, 1991. Upon receipt of
this binder we will forward seven (7) copies to your office.
If you have any questions or comments please advise.
Enclosure
Very truly yours,
Rio Tech, Inc.
A.William Waeltz, P.E.
President
cc: Mr. Randall Rogers - Parker and Rogers Construction Co.
9510 ranch road 620