R-99-04-22-10D4 - 4/22/1999APPROV
CIYATT
City of Round Rock
WELL SITE NO. 9
MODIFICATIONS
CONTRACT DOCUMENTS
D BY
NEY
APRIL 1999
00500 -1
1 SECTION 00500
2 AGREEMENT
3
4 THE STATE OF TEXAS §
5
6 COUNTY OF WILLIAMSON §
7
8
9 THIS AGREE M NT made and entered into this o.�a "d
day of
10 1 , 19`i'i, by and between (Owner) City of Round Rock, Texas of the
11 State f Texas, acting through Charles Culpepper, Mayor, thereunto duly authorized so to
12 do, hereinafter termed OWNER, and (Contractor) Matous Construction of
13 Temple Texas, County of Bel 1 , and State of Texas, hereinafter
n! 14 Iermed CONTRACTOR.
15 ".r,...,
16 WITNESSETH: That for and in consideration of the payments and agreements
17 hereinafter mentioned, to be made and performed by OWNER, and under the conditions
18 expressed in the bond bearing even date herewith, CONTRACTOR hereby agrees with
19 the said OWNER to commence and complete the construction of certain improvements
20 described as follows:
21 Round Rock Water Syatpma Imprnvementa Wall Site Nn. 9
22 Modifications
23
24 Further described as the work covered by this specification consists of furnishing all the
25 materials, supplies, machinery, equipment, tools, supervision, labor, insurance, and other
26 accessories and services necessary to complete the said construction, in accordance with
27 the conditions and prices stated in the Proposal attached hereof, and in accordance with
28 the Notice to Contractors, Instructions to Bidders, General Conditions of Agreement,
29 Special Conditions, Technical Specifications, Plans, and other drawings and printed or
30 written explanatory material thereof, and the Specifications and Addenda therefor, as
31 prepared by
S2 HDR Engineering, Inc.
33 '
34 herein entitled the ENGINEER, each of which has been identified by the
35 CONTRACTOR'S written Proposal, the General Conditions of the Agreement, and the
36 Performance, Payment, and Maintenance Bonds hereof, and collectively evidence and
37 constitute the entire contract.
38
39 The CONTRACTOR hereby agrees to commence work within I O calendar
40 days after the date written notice to do so have been given to him, and to complete the
41 same within 12 o calendar days after the date of the written Notice to Proceed,
42 subject to such extensions of time as are provided by the General and Special Conditions.
43
07225.039.036 City of Round Rock Water System Improvements April 1999
Well Site No. 9 Modifications
00500 -2
1 The OWNER agrees to pay the CONTRACTOR in current funds the price or prices
2 shown in the Proposal, which forms a part of this Contract, such payments to be subject
3 to the General and Special Conditions of the Contract.
4
5 IN WITNESS WHEREOF, the parties to these presents have executed this Agreement in
6 the year and day first above written.
7
8 CITY OF ROUND ROCK, TEXAS
9
10
11 (0
12
13 BY:
14 Charles Culpepper
15 Mayor
16
17
18
19 ATTEST:
20
21
22
23
24
25
26
27 (The following to be executed if the Contractor is a Corporation.)
28
29 I, , certify that I am the Secretary of the Corporation
30 named as Contractor herein; that , who signed this
31 Contract on behalf of the Contractor was then (official title) of
32 said Corporation, that said Contract was duly signed for and in behalf of said
33 Corporation, that said Corporation by authority of its gov body, and is within the
34 scope of its corporate powers.
35
36 Sign
37
38 Corporate Seal
39
40
41
42
END OF SECTION
Matous Construction, Ltd.
(CONTRACTOR)
BY: 4 b 4 e, B7,fiw,t - P
F Matous Conpru�ctiontCo,, Inc,
Don Schuch
(Tyler name) 191�} Partner
ATTEST:
Secretary, if Contractor is a Corporation or
otherwise registered with the Secretary of
State
07225.039.036 City of Round Rock Water System Improvements April 1999
Well Site No. 9 Modifications
00501 -1
1 SECTION 00501
2 PERFORMANCE BOND
3
4 THE STATE OF TEXAS >?Qa# 72 -0125 -02920 -99-9
5
6 COUNTY OF WILLIAMSON
7
8 KNOW ALL MEN BY THESE PRESENTS: That Matous Construction Ltd of
9 the City of Temple , County of Bell Slate of
10 Texas , as Principal, and F;aai._ty ana g In Viteri th
11 law of the State of Texas to act as surety on bonds for principals, are held and finely
12 bound unto THE CITY OF ROUND ROCK, TEXAS, (Owner), in the penal sum of
13 One Hundred Ninety Eight Thousand dollars ($ 198,000.00 )
14 for the payment whereof well and truly to be made the said Principal and Surety bind
15 themselves, and their heirs, administrators, executors, successors and assigns, jointly and
16 severally, by these presents:
17
18 WHEREAS, the Principal has entered into a certain written contract with the Owner
19 dated the day of , 19
20 which the contract is hereby referred to and made a part hereof as fully and to the same
21 extent as if copied at length herein consisting of:
22 City of Round Rock Water System Improvments
23 Well Site No. 9 Modifications
24
25 NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, that if
26 the said Principal shall faithfully perform said Contract and shall, in all respects, duly and
27 faithfully observe and perform all and singular the covenants, conditions and agreements
28 in and by said Contract, agreed and covenanted by the Principal to be observed and
29 performed, including but not limited to, the repair of any and all defects in said work
30 occasioned by and resulting from defects in materials furnished by or workmanship of,
31 the Principal in performing the work covered by said Contract and occurring within a
32 period of twelve (12) months from the date of the contract Completion Certificate and all
33 other covenants and conditions, according to the true intent and meaning of said Contract
34 and the Plans and Specifications hereto annexed, then this obligation shall be void;
35 otherwise to remain in full force and effect;
36
37 PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of
38 Chapter 2253, Texas Government code, as amended, and all liabilities on this bond shall
39 be determined in accordance with the provisions of said Chapter 2253 to the same extent
40 as if it were copied at length herein.
41 PERFORMANCE BOND (continued)
42
43 Surety, for value received, stipulates and agrees that no change, extension of time,
44 alteration or addition to the term of the contract, or to the work performed thereunder, or
45 the plans, specifications, or drawings accompanying the same, shall in anywise affect its
07225.039.036 City of Round Rock Water System Improvements April 1999
Well Site No. 9 Modifioatloms
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
00501 -2
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
19
Matous Construction Ltd.
Princip Q
By: P2
VILE PRFSIp -r
of Matous Construction Co.,
Title Inc. General Partner
P.O. Box 5258
Address
Temple, Texas 76505
Resident Agent of Surety:
Summit Global Partners
Printed Name
P.O. Box 3623
Address
Temple, Texas 76505
City, State & Zip Code
Fidelity and Guaranty Insurance
13 :
S Underwriters, Inc.
Glenn Richa
Attorney -In -Fact
Title
END OF SECTION
100 Light Street
Address
Baltimore, MD 21202
07225.039.036 City of Round Rock Water System Improvements April 1999
Well Site No. 9 Modifications
Fidelity and Guaranty Insurance Underwriters, Inc.
Power of Attorney
No 340
Know all men by these presents: That Fidelity and Guaranty Insurance Underwriters, Inc, a corporation organized and existing under the laws of the State
of Wisconsin and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint Glenn Richar and
Emily Mikeska
of the Ciry of Temple , State of Texas its true and lawful Atmmey(s)-in -Fact each in their separate capacity if more than
one is named above, to sign its name as surety to. and to execute. seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the
nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons; guaranteeing the performance of contracts; and executing or guaranteeing
bonds and undertakings required or permitted in any actions or proceedings allowed by law,
In Witness Whereof. the said Fidelity and Guaranty Insurance Underwriters, Inc. has caused this instrument to be sealed with its corporate seal, duly
attested by the signatures of its Vice President and Assistant Secretary, this 8th day of January , A.D.1997.
Fidelity and Guaranty w
nt ty Insurance Underiters, I .,
(Signed) By ! "
�/ /� • Vice President
ISignedl By -.. /"c'r""�'% C / Y„(�t.aSrlz
State of Maryland I
Baltimore City
On this 8th day of January , A.D. 19 9 7, before me personally came Gary A. Wilson. Vice President of Fidelity and Guaranty Insurance
Underwriters, Inc., and Thomas E. Huibregtse. Assistant Secretary of said Company. with both of whom I am personally acquainted, who being by me severally duly sworn,
said, that they, the said Gary A. Wilson and Thomas E. Huibregtse were respectively the Vice President and the Assistant Secretary of the said Fidelity and Guaranty
Insurance Underwriters, Inc_ the corporation described in and which executed the foregoing Power of Attorney, that they each knew the seal of said corporation; that the
seal affixed to said Power of Attorney was such corporate seal. that it was so affixed by order of the Board of Directors of said corporation, and that they signed their names
thereto by like order as Vice President and Assistant Secretary, respectively. of the Company.
My Commission expires the 1St day of A ust A.0.19 98.
// , /
ISignedl BY......C.G�rnc..... .�F^�` L_ ..
PUBLIC
FS 91112/961
SS:
Notary
istant Secretary
91376
USF +G'
This Power of Attorney is granted under and by authority of the following Resolutions adopted by the Board of Directors of the Fidelity and Guanmy
Insurance Underwriters, Inc. September 24, 1992:
Resoved. that in connection with the fidelity and surety insurance business of the Company, all bonds• undertakings, contracts and other instruments relating to
said business may be signed• executed, and acknowledged by persons or entities appointed as Attomey(s }in -Fact pursuant to a Power of Attorney issued in accordance with
these resolutions. Said Poweds) of Attomey for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman.
or the President or an Executive Vice President or a Senior Vice President or a Vice President or an Assistant Vice President jointly with the Secretary or an Assistant
Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the foregoing officers and the
seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attaney(s)-in -Fact for purposes only of executing
and attesting bonds and undertakings and other writings obligatory in the nature thereof, and subject to any limitations set forth therein, any such Power of Attorney or
certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile
signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached.
Resolved. That Attomey{s.in -Fact shall have the power and authority and, in any case. subject to the terms and limitations of the Power of Attorney issued to
them. to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and other writings obligatory in the
nature thereof. and any such instrument executed by such Attomeyls)-in Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and
attested to by the Secretary of the Company.
Thomas E. Hurbregcse, an Assistant Secretary of the Fidelity and Guaranty Insurance Underwriters, Inc. do hereby certify that the foregoing are true
excerpts from the Resolutions of the said Company as adopted by its Board of Directors on September 24, 1992 and that these Resolutions are in full force and effect
I, the undersigned Assistant Secretary of the Fidelity and Guaranty Insurance Underwriters, Inc. do hereby certify that the foregoing Power of Attomey is in
full force and effect and has not been revoked.
In Testimony Whereof, I have hereunto set my hand and the seal of the Fidelity end Guaranty Insurance Underwriters. Inc.
on this day of ,19
Assistant Secretary
00502 -1
1 SECTION 00502
2 PAYMENT BOND
3
4 THE STATE OF TEXAS
5 1xnit 72 -0125 -02920 -99-9
6 COUNTY OF WILLIAMSON
7
8 KNOW ALL MEN BY THESE PRESENTS: That Matous Construction Lt6lf
9 City of Temple County of el � �� and of
10 Texas as Principal, andst tit„ aoa _ au on ed r�he' laws o fie
11 State of Texas to act as Surety on Bonds for Principals, are held and firmly bound unto
12 THE CITY OF ROUND ROCK, (OWNER), and all subcontractors, workers, laborers,
13 mechanics and suppliers as their interest may appear, all of whom shall have the right to
14 sue upon this bond, in the penal sum of One Hundred Ninety Eight Thousand
15 Dollars ($ 198 , 000.00 ) for the payment
16 whereof, well and truly be made the said Principal and Surety bind themselves and their
17 heirs, administrators, executors, successors, and assigns, jointly and severally, by these
18 presents:
19
20 WHEREAS, the Principal has entered into a certain written contract with the Owner,
21 dated the day of 19 __, to which
22 Contract is hereby referred to and made a part hereof as fully and to the same extent as if
23 copied at length herein consisting of:
24 City of Round Rock Water Systems Improvements
25 Well Site No. 9 Modifications
26
27 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the
28 said Principal shall well and truly pay all subcontractors, workers, laborers, mechanics,
29 and suppliers, all monies to them owing by said Principals for subcontracts, work, labor,
30 equipment, supplies and materials done and furnished for the construction of the
31 improvements of said Contract, then this obligation shall be and become null and void;
32 otherwise to remain in full force and effect.
33
34 PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of
35 Chapter 2253, Texas Government code, as amended, and all liabilities on this bond shall
36 be determined in accordance with the provisions of said Chapter 2253 to the same extent
37 as if it were copied at length herein.
38
07225.039.036 City of Round Rock Water System Improvements April 1999
Well Site No. 9 Modifications
00502 -2
1 PAYMENT BOND (continued)
2
3 Surety, for value received, stipulates and agrees that no change, extension of time,
4 alteration or addition to the terms of the contract, or to the work performed thereunder, or
5 the plans, specifications or drawings accompanying the same shall in anywise affect it's
6 obligation on this bond, and it does hereby waive notice of any such change, extension of
7 time, alteration or addition to the terms of the contract, or to the work to be performed
8 thereunder.
9
10 IN WITNESS WHEREOF, the said Principal and Surety have signed .and sealed this
11 Instrument this day of , 19 .
12
13
14 Matous Construction Ltd.
15 Principal
16 �P /��i .
17 By: sy:
/ic
18
19
20
21 Title
22
23 P.O. Box 5258
24 Address
25
26
27
28 Resident Agent of Surety:
20
30 Summit Global Partners
31 Printed Name
32
33 P.O. Box 3623
34 Address
35
36
37 City, State & Zip Code
38
39
40 Signature Glenn c
V tLe 1 iiSfal liitEwrr
of Matous Construction Co., Inc.
General Partner
Temple, Texas 76505
41 END OF SECTION
Fidelity and Guaranty Insurance
Surety Underwriters, Inc.
Attorney -In -Fact
Title
100 Light Street
Address
Temple, Texas 76505 Baltimore, MD 21202
07225.039.036 City of Round Rock Water System Improvements April 1999
Well Site No. 9 Modifications
Fidelity and Guaranty Insurance Underwriters, Inc.
Power el Attorney
No. 340
Know all men by these presents: That Fidelity and Guaranty Insurance Underwriters, Inc., a corporation organized and existing under the laws of the State
of Wisconsin and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint Glenn Richards and
Emily Mikeska
of the City of Temple , State of Texas its true and lawful Attorneyls)-in -Fact each in their separate capacity if more than
one is named above, to sign ifs name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other wnnen instruments in the
nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons: guaranteeing the performance of contracts: and executing or guaranteeing
hones and undertakings required or permitted in any actions or proceedings allowed by law,
In Witness Whereof, the said Fidelity and Guaranty Insurance Underwriters, Inc. has caused this instrument to be sealed with its corporate seal, duly
attested by the signatures of its Vice President and Assistant Secretary. this 8th day of January , AD.1997.
Fidelity and Guuaarraaannnty Insurance Undervrriters -1
(Signed) By l ' '�- •
f . Vice President
E4_ . c am
State of Maryland
Baltimore City 1
on this
FS 81112/961
(Signed) By
SS:
On this 8th day of January AD. 19 97. before me personally came Gary A. Wilson, Vice President of Fidelity and Guaranty Insurance
Underwriters. Inc., and Thomas E. Huibregtse, Assistant Secretary of said Company, with both of whom I am personally acquainted. who being by me severally duly sworn,
said. that they. the said Gary A. Wilson and Thomas E. Huibregtse were respectively the Vice President and the Assistant Secretary of the said Fidelity and Guaranty
Insurance Underwriters, Inc. the corporation described in and which executed the foregoing Power of Attorney; that they each knew the seal of sod corporation; that the
seal affixed to said Power of Anorney was such corporate seal. that it was so affixed by order of the Board of Directors of said corporation, and that they signed their names
thereto by like order as Vice President and Assistant Secretary, respectively. of the Company.
My Commission expires the let day of A US t A
]` (Signed) BY.. n ..... • 1,!^'A, LC44
Notary
scant Secretary
This Power of Attorney is granted under and by authority of the following Resolutions adopted by the Board of Directors of the Fidelity and Guaranty
Insumnce Underwrilars, Inc. September 24.1992:
Resolved, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating to
said business may be signed, executed, and acknowledged by persons or entities appointed as Attomeyls)-in -Fact pursuant to a Power of Attorney issued in accordance with
these resolutions. Said Powerls) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company. either by the Chairman,
or the President or an Executive Vice President, or a Senior Vice President or a Vice President or an Assistant Vice President jointly with the Secretary or an Assistant
Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signawre of each of the foregoing officers and the
seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attorney(s)-in-fact for purposes only of executing
and attesting bonds and undertakings and other writings obligatory in the nature thereof, and subject to any limitations set forth therein, any such Power of Attorney or
certificate bearing such facsimile signature m facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile
signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached.
Resolved. That Attomeylskn-Fact shall have the power and authority and, in any case. subject to the terms and limitations of the Power of Attorney issued to
them. to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and other writings obligatory in the
nature thereof, and any such instrument executed by such Attomeylsl in Not shall be as binding upon the Company as it signed by an Executive Officer and sealed and
attested to by the Secretary of the Company.
1, Thomas E. Huibregtse, an Assistant Secretary of the Fidelity and Guaranty Insurance Underwriters, Inc., do hereby certify that the foregoing are true
excerpts from the Resolutions of the said Company as adopted by its Board of Directors on September 24, 1992 and that these Resolutions are in full force and effect
1, the undersigned Assistant Secretary of the Fidelity and Guaranty Insurance Underwriters, Inc. do hereby certify that *foregoing Power of Attorney is in
full force and effect and has not been revoked.
In Testimony Whereof, I have hereunto set my hand and the seal of the Fidelity and Guaranty Insurance Underwriters, Inc.
day of .19
scant Secretary
91374
SF +G'
00504 -1
1 SECTION 00504
2 WARRANTY BOND
3 72- 0125 - 02920 -99 -9
4 BOND NUMBER
5 AMOUNT 198,000.00
6
7 KNOW ALL MEN BY THESE PRESENTS,
8 That we,
9 Matous Construction, Ltd.
10
11 (hereinafter called the "Principal ") as
12 Principal, and the Fiji;+W, and T
try , °al o tration duly organized
13 under the Iaws of the State of Wisconsin and duly licensed to
14 transact business in the State of Texas (hereinafter called the
15 "Surety"), as Surety, are held and firmly bound unto THE CITY OF ROUND ROCK,
16 TEXAS (hereinafter called the "Obligee "), in the sum of
17 One Hundred Ninety Eight Thousand dollars
18 ($ 198,000.00 ) for the payment of which sum well and truly to be made,
19 we, the said Principal and the said Surety, bind ourselves, our heirs, executors,
20 administrators, successors and assigns, jointly and severally, firmly, by these presents.
21
22 Sealed with our seals and dated this day of , A.D. nineteen
23 hundred and
24
25 WHEREAS, the said Principal has heretofore entered into a contract with
26 The City of Round Rock, Texas
27 _ Dated , 19_, for construction of:
28 City of Round Rock Water System Improvements - Well Site No 9
2 9 Modifications
30
31 WHEREAS, the said Principal is required to guarantee the construction of all
32 improvements installed under said contract, against defects in materials or workmanship,
33 which may develop during the period of One year(s) from the date of
34 acceptance of the project above described, by Owner:
35 The City of Round Rock, Texas
36
37 NOW, THEREFORE, THE CONDITIONS OF THE OBLIGATIONS IS SUCH that if
38 said Principal shall faithfully carry out and perform the said guarantee, and shall, on due
39 notice, repair and make good at its own expense any and all defects in materials or
40 workmanship in the said work which may develop during the period of One
41 year(s) from the date of acceptance of the project above described, by Owner:
42
43 The City of Round Rock, Texas
44
07225.039.036 City of Round Rock Water System Improvements April 1999
Well Site No. 9 Modifications
00504 -2
1 WARRANTY BOND (continued)
2
3 OR shall pay over, make good and reimburse to the said Obligee all loss and damage
4 which said Obligee may sustain by reason of failure or default of said Principal so to do,
5 then this obligation shall be null and void; otherwise shall remain in full force and effect.
6
7
8 Principal
9
10 By: IY/ZY/(.tlify By:
1 1 Glenn Ri i rds
12
13
14 Title General Partner
15
16
17 Address
18
19
20
21 Resident Agent of Surety:
34
35
Matous Construction, Ltd.
P.O. Box 5258
22
23 Summit Global Partners
24 Printed Name
25
26 P.O. Box 3623
27 Address
28
29 Temple, Texas 76505
30 City, State & Zip Code
31
32
33 Signature G chards
END OF SECTION
Fidelity and Guaranty Insurance
Surety Underwriters, Inc.
Title
Address
Vi .E par pg.-4
of Matous Construction Co., Inc. Attorney -In -Fact
100 Light Street
Temple, Texas 76505 Baltimore, MD 21202
07225.039.036 City of Round Rock Water System Improvements April 1999
Well Site No. 9 Modifications
Fidelity and Guaranty Insurance Underwriters, Inc.
Power of Attorney
No. 340
Know all men by these presents: That Fidelity and Guaranty Insurance Undenyriters, Inc., a corporation organized and existing under The laws of the State
of Wisconsin and having its principal office at the City of Baltimore, in the State of Maryland. does hereby constitute and appoint Glenn Richards and
Emily Mikeska
of the City of Temple , State of Texas its true and lawful Attorney1n - in-Fact. each in their separate capacity if more than
one is named above. to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings. contracts and other written instruments in the
nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons; guaranteeing the performance of contracts; and executing or guaranteeing
bonds and undertakings required or permitted in any actions or proceedings allowed by law.
In Witness Whereof, the said Fidelity and Guaranty Insurance Underwriters. Inc. has caused this instrument to be sealed with its corporate seal, duly
attested by the signatures of its Vice President and Assistant Secretary, this 8th day of January ,0.2.1997.
Fidelity and Guaranty Underwr
(Signed) By
. Vice President
State of Maryland I
Baltimore City I
FS 91112/961
SS:
Signed ,
istant Secretary
On this 8th day of January AD. 19 97, before me personally came Gary A. Wilson, Vice President of Fidelity and Guaramy Insurance
Underwriters, Inc. and Thomas E. Huibregtse, Assistant Secretary Of said Company. with both of whom I am personalty acquainted, who being by me severally duly sworn,
said, that they, the said Gary A Wilson and Thomas E. Huibragtae were respectively the Vice President and the Assistant Secretary of the said Fidelity and Guaranty
Insurance Underwriters, Inc_ the corporation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the
seal affixed to said Power of Attorney was such corporate seal. that it was so affixed by order of the Board of Directors of said corporation. and that they signed their names
thereto by like order as Vice President and Assistant Secretary, respectively. of the Company.
My Commission expires the lst day of A us A
Notary
This Power of Attomey is granted under and by authority of the following Resolutions adopted by the Board of Directors of the Fidelity and Guaranty
Insurance Underwriters, Inc. September 24,1992:
Resolved. that in connection with the fidelity and surety insurance business of the Company, all bonds. undertakings, contracts and other instruments relating to
said business may be signed. executed, and acknowledged by persons or entities appointed as Attomeyls }in -Fact pursuant to a Power of Attomey issued in accordance with
these resolutions. Said Power(s) of Attomey for and on behalf of the Company may and shall be executed in the name and on behalf of the Company. either by the Chairman,
or the President. or an Executive Vice President, or a Senior Vice President, or a Vice President or an Assistant Vice President jointly with the Secretary or an Assistant
Secretary, under their respective designations. The signature of such offices may be engraved, printed or lithographed. The signature of each of the foregoing officers and the
seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing AttomeylsFin -Fact for purposes only of executing
and attesting bonds and undertakings and other writings obligatory in the nature thereof, and subject to any limitations set forth therein, any such Power of Attorney or
certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile
signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached.
Resolved. That Attomeylsi-in -Fact shall have the power and authority and, in any case, subject to the terms and limitations of the Power of Attorney issued to
them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and other writings obligatory in the
nature thereof, and any such instrument executed by such Attomeyls}in Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and
attested to by the Secretary of the Company.
I, Thomas E. Huibregtse. an Assistant Secretary of the Fidelity and Guaranty Insurance Underwriters, Inc, do hereby certify that the foregoing are true
excerpts from the Resolutions of the said Company as adopted by its Board of Directors on September 24,1992 and that these Resolutions are in full force and effect.
I, the undersigned Assistant Secretary of the Fidelity and Guaranty Insurance Underwriters, Inc. do hereby certify that the foregoing Power of Attorney is in
full force and effect and has nor been revoked.
In Testimony Whereof, I have hereunto set my hand and the seal of the Fidelity and Guaranty Insurance Underwriters, Inc.
on this day of .19
stant Secretary
05/14/1999 16:01 2547780442
CERTIFICATE OF LIABILITY INSURANCE
SUI2lIT GLOBAL PARTNE PAGE 02/02
Da%_ May 14, 1999
PRODUCER COMPANIES AFFORDING COVERAGE
Suem<it Global Partners
P. 0. Box 3623 A Trinity Universal Ins Co.
Temple, TX 76505
INSURED Matous Construction Co., Inc. and /or
Matous Construction, LTD C
P. 0. Box 5258
Temple, TX 76505
B
D
THIS IS TO CERTIFY THAT the Insured named above is insured by the Companies listed above with respect to the
business operations hereinafter described, for the types of insurance and in accordance with the provision of the standard
policies used by the companies, and further hereinafter described. Exceptions to the policies are noted below.
CO TYPE OF INSURANCE POLICY EFFECTIVE EXPIRATION LIMITS
LTR NUMBER DATE DATE
A GENERAL LIABILITY TXP8293346 2 - - 99 1 - - GENERAL AGGREGATE 1 2,000,000
PRODUCTS- COMP/OPAOG. `$ 2,000,000
PERSONAL & ADV. INJURY ,S 1,000,000
EACH OCCURRENCE q 1,000,000
FIRE DAMAGE (Any one fire) :5 100,000
MED. EXPENSE (Any one petsan) 5,000
A AUTOMOBILE LIABU1TY TCA8293349 1 - - 1 - - COMBINED SINGLE LIMIT g 1,000,000
BODILY INJURY (Per person) S
BODILY INJURY (Per accident) S
PROPERTY DAMAGE 5
A EXCESS. LIABILITY UUSL334B I— 11—Y I —IL —UU EACH OCCURRENCE ,s 5,000,000
AGGREGATE •$ 5,000,000
A WORKERS' COMPENSATION t4 — — — I u—
AND EMPLOYERS' LIABILItY
OTHER
DESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES /SPECIAL ITEMSIEXCEPTIONS
Re: City of Round Rock Water System Improvements Well Site No.9 Modifications. = *Blanket waive
of subrogation, blanket additional insured, and 30 —day cancellation endorsements as
required by written contract agreement.**
The City of Round Rock is named as additional insured with respect to all policies except Workers' Compensation and Employers'
Liability. Should any of the above described policies by cancelled or changed before the expiration date thereof, thc.issuing company
will mail thirty (30) days written notice to the certificate holder named below.
CERTIFICATE HOLDER;
City of Round Rock
221 E. Main Sum
Round Rock. Texas 78664
atm: Joanne Land
SIGNATURE OP AUTHORIZED REi?RESENTATIVE
T
Tide:
STATUTORY LIMITS
EACH ACCIDENT S 500,000
DISEASE • POLICY LLMIT $ 500,000
DISEASE • EACH EMPLOYEE j5 500,000
enn Richards
Vice President
00505 -1
1 SECTION 00505
2 RESOLUTION OF CONTRACTOR
3
4 I hereby certify that it was RESOLVED, the Owner Matous Construction Ltd.,
5 Name of Business
6 meeting on the it day of INIM t , 1999 that peaty E. 'x.wuuly
7 Name
8 W LE PPEStoEt4'r , be, and hereby is, authorized to execute all documents
9 Title
10 necessary to the transaction of business in the State of Texas on behalf of the said
11
12 Matous Construciton Ltd.
13 Name of Business
14
15
16 In authentication of the adoption of this resolution, I subscribe my name this
17 1 day of APZ.tL , 199
18 if iJti�� ier
19
21
20
Owner
22
23
24 (Notary)
25
26 Sworn to and subscribed before me this 28 day of Ap i r 1 19 99
27
28
30 Notary Public
31
32
33 . < ' County, Texas
34 2/17/02
35 My Commission Expires:
36
37 END OF SECTION
Bell
07225.039.036 City of Round Rock Water System Improvements April 1999
Well Site No. 9 Modifications
00301 -1
1 " SECTION 00301
2 BID FORM
3
1 4
5 PROJECT IDENTIFICATION: City of Round Rock Water System Improvements
6 Well Site No. 9 Modifications
7
8 THIS BID IS SUBMITTED TO: The City of Round Rock, Texas, herein after
9 referred to as OWNER
1 lU
11 1. Enter Into Agreement.
12
13 The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an
14 Agreement with OWNER in the form included in the Contract Documents to perform and
15 furnish all Work as specified or indicated in the Contract Documents for the Bid Price
1111 16 and within the Bid Times indicated in this Bid and in accordance with the other terms and
17 conditions of the Contract Documents.
1 18
19 2. BIDDER Accepts.
20
21 BIDDER accepts all of the terms and conditions of the Advertisement or Invitation to Bid
22 and Instructions to Bidders, including without limitation those dealing with the
23 disposition of Bid security. This Bid will remain subject to acceptance for 30 days after
24 the day of Bid opening. BIDDER will sign and deliver the required number of
25 counterparts of the Agreement with the Bonds and other documents required by the
26 Bidding Requirements within 15 days after the date of OWNER's Notice of Award.
I 27
28 3. BIDDER's Representations.
29
30 In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement,
31 that:
32
33 a. BIDDER has examined and carefully studied the Bidding Documents and the
34 following Addenda receipt of all, which is hereby aclmowledged: (List
35 Addenda by Number and Date)
36
37 ADDENDA NO. DATE
38 J Aram. 3.1q°!9
N 39
40
41
11 42 b. BIDDER has visited the site and become familiar with and is satisfied as to
43 the general, local and site conditions that may affect cost, progress,
44 performance and furnishing of the Work.
•
1
07225.039.036 City of Round Rock Water System Improvements April 1999
Well Site No. 9 Modifications
00301 -2
1 c. BIDDER is familiar with and is satisfied as to all federal, state and local Laws
2 and Regulations that may affect cost, progress, performance and furnishing of
3 the Work.
4
5 d. BIDDER has obtained and carefully studied (or assumes responsibility for
6 having done so) all such additional or supplementary examinations,
7 investigations, explorations, tests, studies and data concerning conditions
8 (surface, subsurface and Underground Facilities) at or contiguous to the site or
9 otherwise which may affect cost progress, performance or furnishing of the
10 Work or which relate to any aspect of the means, methods, techniques,
11 sequences and procedures of construction to be employed by BIDDER and
12 safety precautions and programs incident thereto.
13
14 e. BIDDER does not consider that any additional examinations, investigations,
15 explorations, tests, studies or data are necessary for the determination of this
16 Bid for performance and furnishing of the Work in accordance with the times,
17 price and other terms and conditions of the Contract Documents.
18
19 f. BIDDER has correlated the information known to BIDDER, information and
20 observations obtained from visits to the site, reports and drawings identified in
21 the Contract Documents and all additional examinations, investigations,
22 explorations, tests, studies and data with the Contract Documents.
23
24 g. BIDDER has given ENGINEER written notice of all conflicts, errors,
25 ambiguities or discrepancies in the Contract Documents and the written
26 resolution thereof by ENGINEER is acceptable to BIDDER, and the Contract
27 Documents are generally sufficient to indicate and convey understanding of
28 all terms and conditions for performing and furnishing the Work for which
29 this Bid is submitted.
30
31 h. Where conflicts, errors, ambiguities or discrepancies have been discovered in
32 or between Contract Documents and/or other related documents, and where
33 said conflicts, etc., have not been resolved through the interpretations or
34 clarifications by ENGINEER as described in the Instructions to Bidders,
35 because of insufficient time or otherwise, BIDDER has included in the Bid the
36 greater quantity or better quality of Work, or compliance with the more
37 stringent requirement resulting in a greater cost.
38
39 i. This Bid is genuine and not made in the interest of or on behalf of any
40 undisclosed person, firm or corporation and is not submitted in conformity
41 with any agreement or rules of any group, association, organization or
42 corporation; BIDDER has not directly or indirectly induced or solicited any
43 other BIDDER to submit a false or sham Bid; BIDDER has not solicited or
44 induced any person, firm or corporation to refrain from bidding; and BIDDER
07225.039.036 City of Round Rock Water System Improvements April 1999
Well Site No. 9 Modifications
1
1
1
1
1
,
X
1
1
1
1
1
1
1
1
1
1
Pa
1 has not sought by collusion to obtain for itself any advantage over any other
2 BIDDER or over OWNER.
3
4 4. Bid Prices.
5
6 BIDDER will complete the Work in accordance with the Contract Documents for the
7 following price(s) as indicatec'bn the completed bid price form. Unit and lump sum
8 prices must be shown ih wordsund figures for each item listed, and in the event of
9 discrepancy, words shall govern.
10
11 BASE BID
12
13 1. Base Bid to include all work indicated on the Drawings and as specified for
14 improvements related to Well Site No. 9 Modifications, with the exception of Trench
15 Safety Systems. • �' • .. '°
16 .
17 LUMP SUM BID PRICE ' ' •' •
18
19 6 111114170180 N116161 40∎1114 hcd50.Mo Dollars($ (91. )
20 (use words) (use figures)
21
22 2. Base Bid for installing, maintaining, and removing approximately 100 square feet of
23 excavation safety systems for work related to Base Bid Item 1:
24
25 LUMP SUM BID PRICE
26
27 sa. e E ^T1ViouSb.M V Dollars ($ 1, 000. 41-1" )
28 (use words) (use figures)
29
30 TOTAL AMOUNT FOR BID ITEMS 1 through 2 *:
3 2 o a 1 L r uuatl tJii*rr MCAT ' A 1 o u s A w 4 c s Dollars ( $ I CL B coo ' 2 )
33 (use words) (USe)
34
35 Statement of Materials and Other Charges for Bid Items:
36
37 Materials incorporated into Bid Items $ 1S O, O. °•=-
38 All other charges associated with Bid Items $ l 9 Si Ovo •
39 TOTAL
40
41 * This total must agree with the Total amount for Bid Items (above).
00301 -3
07225.039.036 City of Round Rock Water System Improvements April 1999
Well Site No. 9 Modifications
00301 -4
1 5. Completion.
2
3 BIDDER agrees that the Work will be substantially completed and completed and ready
4 for final payment in accordance with paragraph 14.07B of the General Conditions on or
5 before the dates or within the number of calendar days indicated below:
6 Addlwdu 131.
7 Substantial Completion °jp .
8 Final Completion 1%0 X-days
9
10 6. Liquidated Damages.
11
12 BIDDER accepts the provisions of the General Conditions as to liquidated damages in
13 the event of failure to complete the Work within the times specified. Liquidated
14 Damages for failing to complete the Work indicated shall be assessed as indicated below:
15 Ildde+.A•■+ fL
16 Substantial Completion 24D $$80jday
17 Final Completion 1 `So $300/day
18
19 7. Schedule of Major Equipment Suppliers
20
21 In connection with major items of equipment to be furnished and installed in this Project, the
22 Undersigned expressly agrees to the following provisions:
23
24 (1) That the Bid stated above includes the furnishing and installing of equipment
25 furnished by one of the manufacturers listed in the specification section. The
26 Undersigned shall furnish equipment listed in the Schedule of Major Equipment
27 Suppliers found below.
28
29 (2) The installed price of the equipment includes the cost (if any) of changes in the
30 structure, buildings, piping, wiring, accessories, etc., necessary to accommodate the
31 particular equipment proposed.
32
33 (3) Owner reserves the right to reject any bids which do not include one and only one
34 manufacturer for each of the major equipment items below.
35
36 (4) If a Bidder does not provide a manufacturer for each of the major equipment items
37 below, the Owner shall choose the manufanhuerfor that major equipment item from
38 the list of approved equipment manufacturers to be used for this Project at no extra
39 cost to the Owner.
40
41 (a) Section 13999 - Chlorine And Ammonia Feed Systems.
42
43 G,s.>rraa.. . ...+
44 Will this i be provided in full accordance with the Drawings and Specifications?
45 Yes y No
07225.039.036 City of Round Rock Water System Improvements April 1999
Well Site No. 9 Modifications
1 00301 -5
I 1 8. Attached Documents.
2
3 The following documents are attached to and made a condition of this Bid:
4 a. Required Bid Security in the form of Ow 15,.4v.
5 b. A tabulation of the subcontractors, suppliers and other persons and organizations
6 required to be identified in this Bid.
I 7 Electrical/Instrumentation GRN I�
ou4 1PUyretr y
8 Other
9 c. Section 00302.
RI 10 d. Section 00303.
I1
12 9. Address for Communications.
11 13
14 Communications concerning this Bid shall be addressed to:
1 15
1
16 HDR Engineering, Inc.
17 2211 S. IH -35, Ste. 300
18 Austin, TX 78741
4 19 (512) 912 -5100
20 Attn: Mr. Jim Yurczyk, P.E.
4 21
22 10. Defined Terms.
23
4 24 Terms used in this Bid which are defined in the General Conditions or Instructions will
25 have the meanings indicated in the General Conditions or Instructions.
26 q4
27 SUBMITTED on APeit. 13 ,
28
29 If BIDDER is:
4 30
31 An Individual
32
1 1 33 By (SEAL) 34 (Individual's name).
35
36 doing business as
37
38 Business address:
39
40 Phone No.:
41
11 42
43
1
1
07225.039.036 City of Round Rock Water System Improvements April 1999
Well Site No. 9 Modifications
00301 -6
1 A Partnership
2
3 By Matous Construction Ltd. (SEAL)
6 debt, (Firm
name)
4
,Vice President of Matous Construction Co., Inc.
5
7 (General partner)
8
9 Business address: P.O. Box 5258, Temple, Tx 76505
10
11
12 PhoneNo.: 254/780 -1400
13
14 A Corporation
15 (SEAL)
16 By
17 (Corporation name)
18
19
20 (State of incorporation)
21
22 By (SEAL)
23 (Name of person authorized to sign)
24
25
26 (Title)
27
28
29 (Corporate Seal)
30
31 Attest
32 (Secretary)
33
34 Business address:
35
36
37
38 Phone No.:
39
40
07225.039.036 City of Round Rock Water System Improvements April 1999
Well Site No. 9 Modifications
1
a
1
a
a
1
a
1
1
1
1
1
1
1
1
1
1
4 - 00301 -7
It 1 A Joint Venture
2
3 By (SEAL)
II 4 (Name)
5
6 (Address)
I 7
8 By (SEAL)
9 (Name)
III 10
11 (Address)
12
4
13
14 Phone number and address for receipt of official communications:
15
4 16
17
18
19
20 NOTE: Each joint venturer must sign. The manner of signing for each individual,
II 21 partnership and corporation that is a party to the joint venture should be in the manner
22 indicated above.
23
NI 24 END OF SECTION
25
1
1
ri 1
1
1
1
07225.039.036 City of Round Rock Water System Improvements April 1999
Well Site No. 9 Modifications
1 •.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2
3
4
5 The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of
6 contracts to non - resident bidders. This law provides that, in order to be awarded a
7 contract as low bidder, non- resident bidders (out of state contractors whose corporate
8 officers or principal place of business are outside of the state of Texas) bid projects for
9 construction, improvements, supplies or services in Texas at an amount lower than the
10 lowest Texas resident by the same amount that a Texas resident bidder would be required
11 to underbid a non - resident bidder in order to obtain a comparable contract in the state in
12 which the non - resident's principal place of business is located. The appropriate blanks in
13 Section A must be filled out by all out -of -state or non - resident bidders in order for your
14 bid to meet specifications. The failure of out -of -state or non - resident contractors to do so
15 will automatically disqualify that bidder. Resident bidders must check the line in Section
16 B.
17
18 A. Non- resident bidder in (give state), our principal place
19 of business, are required to be percent lower than resident bidders
20 by state law.
21
22
23
24
25 B. Our p • ipal place of business or corporate offices are in the State of Texas.
26
27
28
29 BIDDER
Matous Construction Ltd. By: Don R. Schuch
(Company Name)
: 1/34,
� ^^
t+,��; P.O. Box 5258 Signature
SECTION 00302
VENDOR COMPLIANCE TO STATE LAW
Non - resident vendors in (give state), our principal place
of business, are not required to underbid resident bidders.
Temple, Texas 76505
Title: V.P. General Partner
(Please Print)
of Matous Constructic
Company Inc.
city State Zip
30
31 THIS FORM MUST BE RETURNED WITH YOUR PROPOSAL
32
33 END OF SECTION
34
35
00302 -1
07225.039.036 City of Round Rock Water System Improvements April 1999
Well Site No. 9 Modifications
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SECTION 00303
00303 -1
1
2 BIDDER'S QUESTIONNAIRE
5 The following information is required •for ialuation'otlie`1ow�r 3 de'r s califications
6 and experience. Complete this form and return it with the Proposal.
7
8 1. Bidder: Matous Construction Ltd.
9
10 2. Years in business under present business name: 1 c i SS
11
12 3. Attach a list of similar projects completed in the past five years. Provide the name of
13 the Owner and Engineer for each project and include the name and telephone number
14 of the contact person for each organization.
15
16 4. Attach a list of current projects. Provide the name of the Owner and Engineer for
17 each project and include the name and telephone number of the contact person for
18 each organization. Indicate the total value of each contract and the value of the work
19 remaining.
20
21 5. Have you ever failed to complete any work awarded to you?
22 No x Yes If yes, explain:
23
24
25
26 6. Are you presently involved in any litigation or lawsuits involving construction work
27 of any type?
28 No x Yes If yes, explain:
29
30
31
32 7. Identify the individuals you propose to serve in the following functions and list the
33 project and contract value of the most recent project they served in the same capacity
34 on:
35
36 Project Manager: Dow. 2. S as&UU4
37 Previous Project .a - �• -'iestT Sae .
38 Project Superintendent _.1.41...1 `{a..tt% W u. a btfi+ew
39 Previous Project: g+w.oata -t $ti•A• - le. crt4 l k Z.
40 Compass Bank
41 8. Identify your principal bank:
42 ContactPerson: Wendall Williams Phone: 254/939 -3501
43
44 9. Identify your bonding company /agent: Summit Global Partners
45 ContactPerson: Glenn Richards Phone: 254/778 -1607
07225.039.036 City of Round Rock Water System Improvements April 1999
Well Site No. 9 Modifications
2 10. What percent of annual volume is in water tank
4 11e IMuya
5
6
7
8
9
10
11
12
13
14
15
16
17
18 14. How many lost time accidents has the company had in the last year?
19 If any, then describe accidents and amounts of time lost.
20
21
22
23
24
25
00303 -2
O
GIIgt"ti
0 FiED 6- Ms
12. Volume of gross construction business during the last three years:
1998 $ 1—. Q
1997 $ lug °O
1996 $ =7 ova, omo-
13. Has the company received an OSHA citation during the most recent 12 mos.?
re. . If Yes, then how many and for what?
THIS FORM MUST BE RETURNED WITH YOUR PROPOSAL
END OF SECTION
07225.039.036 City of Round Rock Water System Improvements
Well Site No. 9 Modifications
April 1999
1
1
1
1
1
1
1
1
1
1
11
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
27
28
29
30
31
32
33
34
35
36
37
00505 -1
1 SECTION 00505
2 RESOLUTION OF CONTRACTOR
3
4 I hereby certify that it was RESOLVED, the Owner Matous Construction
5 Name of Business
6 meeting on the 1st day of April , 19 ,that Don R. Sr-hurls,
7 Name
8 Vice President , be, and hereby is, authorized to execute all documents
9 Tide
10 necessary to the transaction of business in the State of Texas on behalf of the said
11
12 Matous Construction
13 Name of Business
14
15
16 In authentication of the adoption of this resolution, I subscribe my name this
17 1st d , 19 99
18 rtY��ua7^.
19
20
21 Owner
22
23
24 (Notary)
25
26 Sworn to and subscribed before me this 12 day of April 1999
Notary Public
Bell
County, Texas
My Commission Expires; 2/17/02
END OF SECTION
07225.039.036 City of Round Rock Water System Improvements April 1999
Well Site No. 9 Modifications
Experience Record
Matous Construction
Project
Owner
Engineer
Contact
Contract Amt
Person
Complete Projects
Water Treatment Plant
City of Robinson
The Wallace Group
John Winkler
$4,549,655.00
817/772 -9272
Bob Wallace
Wastewater Tmt Plant
City of Round Rock
HOR Engineers
Jim Glaser
$97,700.00
512/912 -5100
Flow Metering
City of Gatesville
The Wallace Group
John Winkler
$46,500.00
817/772 -9272
Wastewater Tmt Plant
City of Copperas Cove
Blackwell, Lackey & Assoc
Pat Lackey
4380,000.00
512/442 -3008
Water Treatment Plant
City of Taylor
Jones & Neuse
Marvin Reavis
$1,101,764.00
512/327 -9840
Wastewater Tmt Plant
City of Schulenburg
O'Mall Engineers
Bob Schmidt
$1,045,733.00
409/836-7937
Aeration Equipment
City of Bartlett
The Wallace Group
John Winkler
$48,700.00
817/772 -9272
Wastewater Treatment Plant
City of Fredericksburg
C. Darryl Primeaux
Darryl Primeaux
$2,062,750.00
512/327 -6729
Disinfection Facility
City of Round Rock
Blackwell, Lackey & Assoc
Pat Lackey
$289,000.00
512/442 -3008
Water Treatment Plant &
Bluebonnet Water Supply Cor
Duff Consulting Engineers
John Scales
$4,602,460.00
Raw Water Intake
817/756 -5414
Wkinprog
Page 1
Wkinprog
Page 2
South Austin Regional WWTP
City of Austin
Turner, Collie & Braden
Brian Duane
$1,348,900.00
512/329 -5002
Stormwater Runoff Improv.
MATES Training Facility
Adjutant General
Capt. Junot
$164,000.00
5121706 -6746
Booster Pump Station
Adjutant General
The Wallace Group
John Winkler
$49,800.00
817/772 -9272
Booster Pump Station
City of Leander
Jay Engineers
Fred Jay
$859,640.00
512/259 -3882
Water Treatment Plant
Aqul Ila Water Supply
Knowlton- English Flowers
Bill Flowers
$1,840,975.30
817/283 -6211
Fryer Creek Lift Station
City of Temple
Freese & Nichols
Mr. Les Boyd
$1,015,370.00
TC Green Water Tmt Plant
City of Austin
Tumer, Collie & Braden
Shelby Eckols
8388,000.00
512/329 -5002
Lobo Street Lift Station
City of Cedar Park
Turner Collie & Braden
Brian Duane
$1,078,642.00
512 - 472 -4519
Wastewater Tmt Plant
Hurst Creek MUD
James Miertschin & Assoc
James Miertschin
Work In Progress
Water Tmt Plant Expansion
Hurst Creek MUD
James Miertschin & Assoc
James Miertschin
8639,000.00
Hornsby Bend Sludge Mang.
City of Austin
CH2M Hiil
Mike Uchniat
$4,431,239.06
Contract 1
Hornsby Bend Sludge Mang.
City of Austin
CH2M Hill
Mike Uchniat
$6,619,142.39
Wkinprog
Page 2
Fidelity and Guaranty Insurance Underwriters, Inc.
Baltimore, Maryland
A Stock Company
Bid Bond
Know All Men By These Presents:
That ..Mat= . Construction, . LTD
of .. Texataa., ..TX
, as Principal. and the other undersigned as Surety, are
held and firmly bound unto .. gitY Of Ronnd Rpck
as obligee, in the (wand Wan of Five Per — Cent of the Greatest Amount Bid by Principal
- - -5% of 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 for Water system improvementa
Well Site No.9 Modifications
The Condition Of This Obligation is such that if the aforsaid 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 between the amount of the bid of the said Principal and the amount for which the
Obligee legally contra with another party to perform the work if the Inter amount be in excess of the former, but in no event
shall liability hereunder weed the penal sum hereof.
Signed sealed and delivered ..Apr .13... 1.999
Waal on. .
AYr 'hull (saahl
\ftC.E Pr-4' StPferr
of Matpgs Construction Co., Inc. r Ge jal Partner
Fidelity and Guaranty htsnrance Underwriters, Inc.
Carom 500W
Bond Number
Dollars,
Fidelity and Guaranty Insurance Underwriters, Inc.
Power of Attorney
No. 340
Know aN men by these preset: That fideky and Guaranty Insurance Underwriters. lac., a corporation organized and r dsteg order the laws of the State
at %%certain and having its principal office at the City of Baltimore, in the State of Maryland does hereby coroitote and appoint Glenn Richards and
Emily Mikeska
of the City of Temple . State of Texas its sue and lawful Attommts}in-Fact each in their separate capacity it more than
one Is named above. to sign its name as surety to and to execute. seal and acknowledge any and all bonds. undertali gs, contracts and other written instruments in the
name thereof on behalf of the Company in its business of quarantining the fidelity of persons guaranteeing the performance of contracts and existing a guaranteeing
bads and undertakings required or peached in any scions or proceedings allowed by law.
In Witness Whereof. the said Fidelity and Guaranty Insurance Underwriters. lac. has caused this instrument to be sealed with its corporate seal, duly
attested by the signatures of its Vice President and Assistant Secretary, this 8th day of January . A.o.1997.
Fidelity and Guaranty nsswwsacs Undernritets,1
(Signed) By .! sJ�
• Vice President
(Signed) By
SS:
State of Maryland 1
B altimore City 1
FS B1(12/961
r4
Onods 8 day of January . &D.19 97. fo4 me personally setae Gary A. W ilson, Vice President of Fidelity and Guaranty Insurance
U nderwrite= Inc. and Thomas E Huibregtse, Assistant Secrete e { e id Company, wdIpewitom I am 'rated who being by me sas,aNy duly sworn,
said that they, the said Gary A. Wilson and Thomas E Hut were respectively ice President natant Seaetary of the said Fidelity and Guaranty
Insurance Underwritten. lac., the corporator {qtr which eaa:ut d l loregoi g Power o • that they each knew the seal of said corporation: that the
seal affixed to said Power of Attorney was such seal, that it was by order of Uhg Directors of said corporation. and that they signed their names
hereto by Ike order as Woe President and Assistant ry. the Company.
MyCaemreeion spires the 1St dayaf at AA - -
Notary c
This Pow of Attorney is granted under are* 'authority of the following Rewkrtians adapted by the Board of Directors of the FdeStp and Guaranty
humane* Underwriters, Inc. September 24,1992:
Rosebud, that in cem.cdon with the fidelity and surety inseam m business of the Cowper= all bads, mtdarakisgs, anuaas and ether instruments rebut%to
said business may be signed. weaned. and aWtowledged by person; or entries appointed as Attorney(sHo-Fact pursuant to a Power of Ataney issued in academe with
these resolutions. Said Power(s) of Attorney for and an behalf of the Company may and shall be executed in the mime and on behalf of Inc Company, either by the Chairman.
or gm Preside eC or an &NAP Yoe President, or a Salo Vice President or a Vice Presided or an Assistant Wee President jointly with tar Secretary or an Assistant
Secreary, under their =swedesdesignations. The signature of such officers may 6earsosed peened Or fithogapbad.T The sgraeue teach ei tan foregoing efeeem and the
seal of the Company may be affixed by facsimile to any tower of Attnney or to any certificate relating thereto appanang Aaarryls).n•Fact for purpaaes only of waiting
and attesting bonds and undertakings and otter writings obligemny in the neare thereof. and subject to any limitations yet forte therein any sub Power of Attorney or
certificate borers such =simile signature or facsimile seal tag be valid and lending rpm the Company and any such power es weaned and certified by ash facsimile
signature and *shift, seal siel be nlfd and piecing upon the Corepanywith respect to any hand a undertaking to which his validly attached.
Resolved, That Atmmeylsl.imFaet shall have the power and authority and. in arty case. subject to the tams and Imitations of the Power of Atorry issued to
them, to woes and deliet on behalf of the Company and to attach the sal of Inc Company to any and aN bads and undertakings. and other writings obligatory in to
nacre thereof, and any such imwment erected by such Attu mells)in Fact than be as bee upon to Company as if sinned by en amain Officer and sealed end
attested to by the Secretary of the Company.
1 Thomas E Humragae, an Assistant Secretary of the Fidelity and Guaranty banana Undeo dRera, Inc.. do hereby certify that Inc laegobg are bun
excerpts hem tan Resolution of the said Ce mpaey as adopted by its Roan of Directors on September 24, 1902 and that these Resolutions are in full fora and effect
C the udemiwed Assistant Secretary of the fidelity Ned Guaranty Insurance Undrwrie rs, Inc. do hereby certify that to foregoing Power of Attorney is in
MI face and effect end has not been awlad.
In TesimayWhereof, I have hereunto set my hand and the seal of the Fidelity and Guaranty Insunnee Uederw ltea.lae.
en this 13th dayof April .19 99
iatant Seaman/
91348'
• U S F+G'
RESOLUTION NO. R- 99- 04- 22 -10D4
WHEREAS, the City of Round Rock has duly advertised for bids for
modifications to Well No. 9, and
WHEREAS, Matous Construction Company has submitted the lowest and
best bid, and
WHEREAS, the City Council wishes to accept the bid of Matous
Construction Company, Now Therefore,
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the Mayor is hereby authorized and directed to execute on
behalf of the City a contract with Matous Construction Company for
modifications to Well No. 9, a copy of said contract being attached
hereto and incorporated herein for all purposes.
The City Council hereby finds and declares that written notice of
the date, hour, place and subject of the meeting at which this
Resolution was adopted was posted and that such meeting was open to the
public as required by law at all times during which this Resolution and
the subject matter hereof were discussed, considered and formally acted
upon, all as required by the Open Meetings Act, Chapter 551, Texas
Government Code, as amended, and the Act.
RESOLVED this 22nd day of April
AT .
JO A E LAND, City Secretary
K :\WPLJCS \RESSLUTI \R904 WPU/scg
CHARLES CUL'E'°ER, Mayor
City of Round Rock, Texas
April 14, 1999
Mr. Steve Miller, P.E.
Utilities Engineer
City of Round Rock
2008 Enterprise
Round Rock, TX 78664
Re: City of Round Rock Water System Improvments
Recommendation - Well Site No. 9 Modifications
Dear Mr. Miller:
On April 12, 1999 Bids were opened for the project referenced as Well Site No. 9 Modifications
After reviewing the Bids submitted, we have summarized the alternatives for award in the
attached table. The lowest qualified responsive Bidder for the project is Matous Construction
Co., Inc. who submitted a Bid amount of $198,000. Although this Bid amount is slightly below
our estimate of $200,000, it still appears reflective of the effort required to perform the Work.
We have reviewed the financial status, backlog of work, commitment to the project schedule, and
quality control of Matous Construction Co., Inc. and we have no concerns with their ability to
perform the work indicated. Therefor, we are recommending award of the project to Matous
Construction Co., Inc.
We will forward you Notice of Award and Contract Packets upon Council approval of award.
Please call should you have any questions or need any further information.
Sincerely,
f-/�
Jam As A. Yurczyk, Jr., P.E.
Project Manager
JAY /bbc
Enclosures
Xe: Don Schuch, Matous Construction Co., Inc. (w /o enclosures) 254-780-2599
HDR Engineering, Inc.
Employee - owned
2211 South IH 35 Telephone
Suite 300 512 912 -5100
Forum Park Fax
Austin, Texas 512 442 -5069
78741
Acknowledge Receipt of Addenda
Y
Y
Y
Y
Y
Bid Bond
Y
Y
Y
Y
Y
Acknowledge Materials Provided
Y
Y
Y
Y
Y
List Subcontractors
Y
Y
Y
Y
Y
Vendor Compliance to State Law
Y
Y
Y
Y
Y
Bidder's Questionnaire
Y
Y
Y
Y
Y
Chlorine /Ammonia SD Submittal
Y
Y
Y
Y
Y
Total Amount Bid
$198,200
$198,000
$286,800
$227,400
$200,000
City of Round Rock Water System Improvements
Well Site No. 9 Modifications
Bidders Tabulation Sheet
C
O
U
e
d
bid_tabs.xls 4/15/99
DATE: April 16, 1999
SUBJECT: City Council Meeting — April 22, 1999
ITEM: 10.D.4. Consider a resolution authorizing the Mayor to execute a contract for
modifications to Well No. 9. Bids were received on April 13 for the
Well Site No. 9 Modifications. This project involves modifications
necessary to bring this groundwater well site back on -line this summer.
The work includes the installation of new chlorinators and ammonia
injection equipment including metering pumps and safety equipment. The
capacity of this well is approximately 700 gpm or 1 MGD. This
additional increase in capacity is to supplant existing water production
capabilities during this summer. The low bidder was Matous
Construction Co., Inc. and the bid price was $198,000.00. The
engineering estimate was $200,000.00 and Staff recommends approval.
Staff Resource Person: Jim Nuse, Public Works Director.