R-79-230 - 8/3/1979R
ILL
MEMO
11 Mr. Bob Bennett
City of Round Rock
FROM: Bill C. Powell
RE: Final Acceptance, Round Rock Public Library
DATE: June 11, 1980
The following items concerning completion and warranty of the
Library are forwarded for your files:
Contractor's One -Year Guarantee
Roofing Contractor's Two -Year
Warranty
Elevator Maintenance Certificate
and Equipment Guarantee
Ceiling Tile Two -Year Warranty
Lifetime Guarantee for Interior
Doors
Certificate. of Occupancy
Bill C. Powel
June 4, 1980
February 27, 1980
May 20, 1980
May 27, 1980
May 23, 1980
June 9, 1980
R. GILL AND ASSOCIATES, AIA, ARCHITECTS P.O. BOX 217, ROUND ROCK, TEXAS 78664
60.46,
June 3, 1980
Ray Gill & Associates
P.O. Box 217
Round Rock, Texas 78664
Gentlemen:
0
. rr E. Hampton
resident
9027 NORTHGATE BLVD. • AUSTIN, TEXAS 78768 • 812.837 -2166
Re: Round Rock Public Library /Municipal Annex
This is to certify that Glenn W. Casey Construction, Inc., does hereby
guarantee for a period of one year from the date of substantial
completion, May 27, 1980, all materials and workmanship used by us
under this contract. Should any defects develop during this one year
period, Glenn W. Casey Construction, Inc., will repair or replace same
at no additional cost to the owner.
The coverage of this guarantee does not include repairs made necessary
by vandalism, acts of God or neglect by the owner or his representatives.
Further, this guarantee does not include normal maintenance necessary
to mai in the building or equipment in normal condition.
SWORN TO AND SUBSCRIBED before me this 4th day of June 1980.
Notary F(iblic in an
County, Texas
for
Travis
i t s t� 1
ZIlibertars
IN MI DWE ST @ q
ROOFING
CONTRACTORS
ASSOCIATION
I I 1 J A !till II 1 ::NA i A , � >y.�t 1 , l 'iK i ? 1 A I tAitV I' tl.:l:l at IY 11". III -5:1 ��. ig
Roofing Guarantee
E. M. Durbin, Inc
of 110. 9. ...Shady....Lana,...AusYi11,.... Texas 7$7.21
herein called "the Contractor," has completed application of the following roof:
Owner. Ci,.t.Y_ Y.a.f...I3Q.tL d....H.Q.s.}S - -
.
Address of owner• RQUnd...Ro.ck. .Texas
Type and name of building:...I,7..bx.'ax_y.; ., R. puxlsi__. RACIs; '...Libraryilillaiipal...Annex
Location. Round Rock, Texas
Area of roof. Approximately 61 squares
Date of completion• F.bruar..y....25.,....1980 ' t
Date guarantee expires:.F 25.,....] 95.2
tilfjerrRg, at the inception of such work the Contractor agreed to guarantee the aforesaid roof against faulty
materials or workmanship for a limited period and subject to the conditions herein set forth;
s013. @ifjerefore, the Contractor hereby Guarantees, subject to the conditions herein set forth, that during a
period of Two (2) years from the date of completion of said roof, it will, at its own cost and expense, make or
cause to be made such repairs to said roof and composition flashing resulting solely from faults or defects in
materials or workmanship applied by or through the Contractor as may be necessary to maintain said roof in
watertight condition.
This guarantee is made subject to the following conditions:
1. Specifically excluded from this guarantee is any and all damage to said roof, the building or contents caused
by the acts or omissions of other trades or contractors; lightning, windstorm, hailstorm, or other unusual phe-
nomena of the elements; foundation settlement; failure or cracking of the roof deck; defects or failure of
material used as a roof base over which the roof is applied, faulty construction of parapet walls, copings,
chimneys, skylights, vents, supports, or other parts of the building; vapor condensation beneath the roof;
penetrations for pitch boxes; or fire. If the roof is damaged by reason of any of the foregoing this guarantee
shall thereupon become null and void for the balance of the guarantee period unless such damage is repaired
by the Contractor at the expense of the party requesting such repairs.
2. The Contractor is not liable for consequential damages to the building or contents resulting from any de-
fects in said roof or composition flashing.
3. No work shall be done on said roof, including, but without limitation, work in connection with flues, vents,
drains, sign braces, railings, platforms or other equipment fastened to or set on the roof, and no repairs or al-
terations shall be made to said roof, unless the Contractor shall be first notified, shall be given the opportu-
nity to make the necessary roofing application recommendations with respect thereto, and such recommen-
dations are complied with. Failure to observe this condition shall render this guarantee null and void. The
Contractor shall be paid for time and material expended in making recommendations or repairs occasioned
by the work of others on said roof.
4. This guarantee shall become null and void if the roof is used as a promenade or work deck or is sprayed
or flooded, unless such use was originally specified and the specification is noted in paragraph 8 below. Areas
that pond water shall not be covered by this guarantee.
5. This guarantee shall not be or become effective unless and until the Contractor has been paid in full for
said roof in accordance with the agreement pursuant to which such roof was applied.
6. This guarantee shall become null and void unless the Contractor is promptly notified of any alleged defect
in materials or workmanship and provided an opportunity to inspect the roof.
7. This guarantee is in lieu of all other guarantees or warranties, express or implied. THERE ARE NO WAR-
RANTIES OR GUARANTEES WHICH EXTEND BEYOND THE DESCRIPTION ON THE FACE
HEREOF.
8. Additional conditions or exclusions
XEE
In Witness Whereof, this instrument has been duly executed this 2.7 day of... .F.ehruary
197.8...:
E M .in Inc
B
Dale Kimble ecretary /Treasurer
Approved Guarantee Form No. 1970A, Thdwest Rooting Cont - ctors Association, Inc.
serving qualified roofing contractors in
ARKANSAS • COLORADO • ILLINOIS • INDIANA • IOWA • KANSAS • KENTUCKY • MICHIGAN • MINNESOTA • MISSOURI • MONTANA
NEBRASKA • NORTH DAKOTA • OHIO • OKLAHOMA • SOUTH DAKOTA •TENNESSEE • TEXAS • WISCONSIN
. MX X X C C It' It . lti. W I: 'X WW ! W W ! M 7Y M\ 1
•' 11111IIIII 1111111111111111111111111111111111111111111111111111111111111111111110
NNW
PURCHASER ROUND ROCK PUBLIC LIBRARY
Municipal Annex
Round Rock, Texas
Dover Construction
Contract Number(s) 063 —J -89706
•
Yes, we want to secure the Master
Maintenance price option.
Mailing Address
DOVER
Telephone No
Signature
Date
DC50B
6.1.79
ELEVATOR COMPANY
New EQuipment Guarantee
and Maintenance Certificate
Final Acceptance Date 5 / 20 / 80
month day year
Dover Equipment
Serial Number(s) E -58067 OILDRAULIC PASSENGER ELEVATOR
Dover Elevator Company completed installation of the equipment identified above, on the Final
Acceptance Date shown.
Dover Elevator Company hereby guarantees this installation for a period of ONE YEAR from the
above Final Acceptance Date, in accordance with terms of the new construction contract.
Dover Elevator Company will provide service for the above equipment, in accordance with the terms
of the new equipment contract from 5 -70 -80 to — 8,20-8G This service will be
provided at no additional charge to the purchaser named above.
Dover trained and supervised maintenance technicians will provide expert attention to insure the
above equipment will perform at its peak efficiency.
On the expiration of the service period stated above, this equipment will continue to require Dover
Master Maintenance to protect the owner's investment and insure top performance.
OPTION:
With this certificate, the purchaser has an option to secure standard Dover MASTER
MAINTENANCE SERVICE at warranty period rates. It is a requirement of this option, that
the service provided by Dover Elevator Company not be interrupted. The Dover Master
Maintenance Agreement coverage must commence not later than 8-20 -80
To exercise this valuable option and secure Dover Master Maintenance coverage at the reduced rates,
please complete, sign and return the "Option copy" of this certificate.
ORIGINAL COPY
DOVER ELEVATOR COMPANY
Mailing 1906 Miriam Avenue
Name (print) Address Austin, Texas 78722
Title 24 Hour Service
Telephone No (512) 472 -1668
Date May 20, 1980
74. 11111111111111111111111111111111111111111111111111111111111111111111
Signed
Roland T. Burke District Manager
Dear Mr. Hampton;
BG /ct
Austin Interior Construction, Inc.
2323 Beatrice Cove, Austin, Texas 78758, (512) 836 -5054
Casey Construction, Co.
9027 Northgate Blvd.
Austin, Texas 78758
Re: Round Rock Library
May 27, 1980
In regard to the warranty of the ceiling tiles, I have
included USG's limitations specifications. If these specifi-
cations are followed, USG thru Austin Interior Construction,
Inc. will guarantee the tiles against sagging and warping for
the requested time of two years.
Sincerely,
AUSTIN INTERIOR CON I RUCTION, INC.
Bil y Gilliland
Reflected light and cheery color instill buying
mood In customers, white Filigree pattern
AURATONE Ceiling helps quiet the children.
LORD & TAYLOR, Water Tower Place, Chicago, III.
Architect: LOEBL SCHLOSSMAN & HACKL
Y
USG sound control ceilings
to
Special- Function AURATONE Panels and Tile ...
AURATONE FIRECODE Panels and Tile are specially formulated to
provide 1- to 3 -hour fire protection when used in suspension systems
as tested by Underwriters Laboratories Inc.; yet they offer the same
sound absorption, light reflectance and beauty as regular AURATONE
Panels and Tile.
The following UL Designs offer a selection of exposed grid for lay -in
panel applications; and for tile, concealed Z- runner Indirect -hung sus-
pension, and concealed accessible direct- or indirect -hung suspen-
sion. The concealed accessible tile suspension provides easy access
above the ceiling for servicing electrical, heating and air conditioning
installations. The UL Designs cover floor and roof constructions to
meet virtually every building requirement.
Plastic-Coated AURATONE Panels and Tile are provided with a
special factory- applied plastic coating which reduces ceiling mainte-
nance where high soiling is anticipated.
Non - Standard Sizes of AURATONE products are available on special
order within the following limits:
width length
12" to 30" 24" to 60"
Consult local building officials for acceptance; UL label service not
available for most non - standard sizes. Limits by product type may be
obtained from U.S.G.
bar joist /concrete deck on riblath
2 -Hr. UL Designs G211" and
G227 (Beam 3 -Hr.)"
AURATONE FIRECODE Panels, 155‘245r48"
or 24 "524 ", laid on direct -hung exposed grid
suspended from bar joists with 21/2" concrete
deck above. Shadow Line Panels approved
for Design 02274
2 -Hr. UL Design G231 (Beam 3 -Hr.)'
AURATONE FIRECODE Panels, 3/4" thick,
modules from 24 "x24" to 30"x60", or
20'xetT, laid on direct -hung exposed grad
suspended from bar Joists with 214° concrete
deck on metal lath above. Panels %°
thick also qualify, except in 30"x60" size.t
2 -Hr. UL Design G251 (Beam 2 41r.)
AURATONE FIRECODE Panels, 5 "x245x48',
laid on direct -hung gnd suspended from
bar Joists, with 214" concrete deck
above poured over metal lath
UL Design Assemblies with AURATONE Panels
bar joist /poured gypsum deck
114 -Hr. UL Design P207
AURATONE FIRECODE Panels, 3/4"x24 "x48 °,
laid on direct -hung exposed grid suspended
from bar joists with 2' gypsum roof deck
poured on gypsum or mineral fiber fonmboard.t
1 -Hr. UL Design P207
Same assembly as 11/-Hr. UL Design P257
except foam msulaban is allowed over
deck up to 4 in. thick.
11/2-Hr. UL Design P229 (Unrestmd. 1 -Hr.)
AURATONE FIRECODE Panels,
% "x24 "x48 ",lard on direct -hung
exposed gnd suspended from bar Joists
with 2" gypsum roof deck poured on
gypsum forrnboard.
steel frame, floor /concrete deck
3 -Hr. UL Design A207 (Beam 4 Hr.)
AURATONE FIRECODE Panels, 4 "x24 "x48 ",
laid on direct -hung exposed grld suspended
from cellular steel floor and 21/2" concrete
deck above.t
'AURATONE FIRECODE Panels in Eau of THERMAFISER Ught Fixture Pratedan am an option for light fixture protector, SAIRSON AURATONE FIRECODE Panels may be substituted for
AURATONE FIRECODE Panels
16
ACOUSTONE Space Unit patterns
GLACIER... Bold rich texturing consisting of deep,
heavy fissures on the natural, unplaned surface
Sound Absorption (ASTM C423 test procedure)
band center frequency —Hz
product 125 250 500 1000 2000 4000
ACOUSTONE Space Units 0.2 0 6 1 4 1 5 1.4 1 3
at 15" o c ea way (2)
(1) One sabin Is the absorption equivalent 01 one square Not of material having
an absorpbon coelriaent of 1 00
(2) Units are dip-mounted, spaced in a regular pattern over a fairly large area 01
treated wall or ceiling Other spacings may be used, but Space Unit absorption
must be adjusted to chart below.
Space Unit Absorption- Adjustment
(for other than 15" o c. spacing)
+ 40
+20
_20
sabins /umt (1)
125 and 250 Hz bands not shown since their absorption change at
spacings greater than 15" o c I5 negligible and at closer spacing
cannot be extrapolated.
USG sound control ceilings
FINESSE ... Classically beautiful and subdued .. created
by subtle fissures within the finely textured natural surface
UNITED STATES GYPSUM 13
12 14
18
22
26
30
34
Spacing Unit spacing— n , o c
ea way
ACOUSTONE Space Unit patterns
GLACIER... Bold rich texturing consisting of deep,
heavy fissures on the natural, unplaned surface
Sound Absorption (ASTM C423 test procedure)
band center frequency —Hz
product 125 250 500 1000 2000 4000
ACOUSTONE Space Units 0.2 0 6 1 4 1 5 1.4 1 3
at 15" o c ea way (2)
(1) One sabin Is the absorption equivalent 01 one square Not of material having
an absorpbon coelriaent of 1 00
(2) Units are dip-mounted, spaced in a regular pattern over a fairly large area 01
treated wall or ceiling Other spacings may be used, but Space Unit absorption
must be adjusted to chart below.
Space Unit Absorption- Adjustment
(for other than 15" o c. spacing)
+ 40
+20
_20
sabins /umt (1)
125 and 250 Hz bands not shown since their absorption change at
spacings greater than 15" o c I5 negligible and at closer spacing
cannot be extrapolated.
USG sound control ceilings
FINESSE ... Classically beautiful and subdued .. created
by subtle fissures within the finely textured natural surface
UNITED STATES GYPSUM 13
AURATONE Panels and Tile ...
economical beauty in virtually every module
AURATONE Acoustical Panels and Tile are the result of a carefully
controlled formulation that yields optimum balance between sound
attenuation and sound absorption. They are made from prepared
mineral fiber in a plant specially designed for this product They
include a high - density 3fi" ceiling panel, with improved stability, ab-
sorption, attenuation and insulation values.
The AURATONE line Includes both Regular and FIRECODE Panels
and Tile In the pattems Illustrated here: lay -in panels in 3/4" and 3'4"
thicknesses, 24 "x24" to 30 "x60" sizes; tile in h ", 1" and 3/4" thickness.
12 "x12" to 24 "x24" sizes. Panels are available with the exclusive
Shadow Una edge for recessed gnd appearance (see page 8). All
pattems come with a washable, smooth white finish. Individual prod-
uct availability is shown on page 19
Flame Resistance —Meets Federal Spec. SS- S -118A, Type III,
Class 25; Fire Hazard Classifications (ASTM E84 test procedure):
flame spread 25, fuel contributed 25, smoke developed 5. Fire ratings
of 1 through 3 hours have been obtained for systems illustrated on
pages 16 through 18.
Sound Ratings —The various patterns range from .55 to .65 NRC
Average, and carry STC Ratings of 35 to 49 (see tables, pages 24 and
25). Density and thickness of AURATONE Panels contribute greatly to
their high sound attenuation. In addition, non -rated ceilings can be
overlaid with sound attenuation blankets for superior performance in
preventing sound from flanking over partitions into adjacent areas
(see page 26 for additional information).
Light Reflectance- -Grade LR 1 (see page 24 for coefficients).
Thermal Resistance (R)— Panels: 1.85 ( % "); 2.18 (3'4 ")
Tile: 1 85 (36"); 214 (3/4")
Installed resistance (1): heat flow up heat flow down
34" regular panels 3 90
%" FIRECODE panels 3.05
3/4" regular panels 4.18
FIRECODE tile 3.50
34" FIRECODE tile 380
(1) R- /actors shown Include "R" for inside air film and air space above
installed ceiling unit.
14
4.60
4 60
4.88
4 20
4.50
Economy, Accessibility— AURATONE Panels are the wise choice for
any application calling for maximum performance at minimum cost—
plus easy access to service lines above the ceiling, through lay -in
installation in exposed grids. Tile edge designs accommodate spline
suspension, recessed grid, stapling or adhesive attachment.
Maintenance—Standard finish is a washable vinyl coating, factory-
applied and heat -cured (also see Plastic- Coated AURATONE on page
16). Both standard and plastic - coated finishes may be washed with
damp sponge or cleaned with a vacuum cleaner, or chemical rubber
sponge (used dry). Standard - finish panels and tile can be renewed by
spray - painting with a thlnned,non- bridging vinyl - acrylic flat wall paint,
) tic
or p-- coated - panelpedy properly- acrylic
semi =gloss enamel. ,
Since major changes in humidity noticeably affect acoustical ceiling
product d AURATONE Panels and Tile are correctly sized
and otherwise designed for use at standard occupancy temperature,
imitations
and humidity (65 -85 °F, no more than 80% RH) They should not be
used: (a) where continuously exposed to high humidity; (b) below,
wainscot height or-where exposed to Impact, abrasion or tampenng.'
Installation should not begin until residual moisture from -plaster,
concrete or terrazzo work has dissipated. If AURATONE Tile are In-
stalled in a rigid, concealed grid system with humidity other than that
anticipated dunng normal use, adequate allowance must be made for
lateidimensional changes. Tile installed at 85 °F and 90% RH contract
up to'/ou "'per lin. ft. as conditions drop back to normal-occupancy
range. Conversely, tile installed tightly dunng low humidity conditions
could buckle when humldity'retum8 to n
AURATONE FIRECODE Panels or Tile, and suspension system, must
be installed as tested to qualify for fire rating specified. Overlaid
material such as insulation nullifies the rating of UL Designs, and in
any case should be limited to a uniform load of 0.75 psf maximum to
prevent objectionable sag of panels or tile.
Fissured— Random fissuring, deeply etched below the planed
surface, brings rugged beauty to any room.
Filigree —A non - directional pattern appropriate for large
installations in more formal settings.
Pin - Perforated —Bone white, unobtrusive random pattern with
medium and small holes (1530 per sq. ft.) adds illusion of height
Nordic— Acoustical efficiency by means of minute perforations,
combined with eye - pleasing new riffled texture.
THE VAUTER DOOR COMPANY
401 N. Port Ave. / 512 883-4434 / P. O. Box 4879, Corpus Christi, Texas 78408
for Interior use, or
Owner
QUALITY CERTIFIED
GUARANTEE
The Vauter Door Company hereby certifies that the flush doors covered by its Invoice Number
#628 were manufactured in conformance with NWMA Industry Standard, I.S. 1, for Hard-
wood Veneered Flush Doors, at its Plant in Corpus Christi, Texas
which plant is regularly inspected by the Testing and Inspection Bureau of the National Woodwork
Manufacturers Association (NWMA) and has been certified by said Association as qualified to pro-
duce doors in accordance with said Standard. The Vauter Door Company hereby disclaims any re-
sponsibility for doors which become defective because of failure on the part of others to follow the
recommendations contained in "Instructions for Handling, Installing and Finishing Doors" as set forth
on reverse side hereof.
NWMA HEREBY CERTIFIES that the aforesaid Company, at its said plant, is licensed to use the
NWMA Hallmark (a facsimile of which is set forth above) on flush doors which have been manufac-
tured in conformance with said NWMA Industry Standard, I.S. 1, for Hardwood Veneered Flush
Doors. It is further certified that the plant, facilities, methods, processes and doors of said Licensee
have been inspected by the Testing and Inspection Bureau of NWMA, and that said Licensee is quali-
fied to comply with the requirements of said Standard; and that said Licensee's continued qualifica-
tion to comply with said Standard will be verified by periodic inspections by said Bureau.
The registered license number of said licensee is 260.
If properly stored, handled, installed and maintained,' Vauter Doors are Guaranteed against
defects in materials and workmanship fog LIFETIME
for Exterior use. -
Vauter Door Co will Repair, Replace or make a Fair allowance for any door that fails to per-
form in accordance with -the Architectual Door Standard Guarantee.
ROUND ROCK LIBRARY
Architect GILL $ ASSOCIATES '
Bldg. Address ROUND ROCK, TEXAS
Date MAY 23, 1980
VAUTER DOOR CO. By Spry
NATIONAL WOODWORK MANUFACTURERS ASSOCIATION, INC.
4r . . Madison Street, Chica'o, Illinois 6
By � O //iii ✓ �� r -
Executive Vice President
HANDLING, JOB FINISHING AND INSTALLATION INSTRUCTIONS
1. Stile, rail, and core show - through (photographing on flush doors shall not be consider-
ed a defect unless the faces of the door vary from a true plane in excess of 1 /100
inch in any three-inch span.
2. Warp shall not be considered a defect unless it exceeds '4 inch in the plane of the
door itself.
The following warp allowance are for 13/4 inch or thicker doors. Doors wider than
3'6" and less than 7' in height, the warp shall not exceed 'W' in a section 3'6" by the
height of door. Doors wider than 3'6" and higher than 7', the warp shall not exceed
'/a" in any 3'6" by 7' section. Doors up to and including 3'6" wide and over 7' in
height, the warp shall not exceed '/a" in any 7' by width of door section.
Doors which are 1 1/8 inch or 1 3/8 inch thick, the warp shall not exceed ''14 ", other
than excluded below.
Warp is any distortion in the door itself and does not refer to the relationship of the
door to the frame or jamb in which it is hung. The term warp shall include bow, cup,
and twist. Measuring the amount of warp present in a door, the following method
shall be used: bow, cup, and twist shall be measured by placing a straight -edge, taut
wire or string on the suspected concave face of the door at any angle (i.e., horizon-
tally, vertically, diagonally), with the door installed position. The measurement of
bow, cup, and twist shall be made at the point of maximum distance between the
bottom of the straight -edge, taut wire or string and the face of the door.
3. Deliver door(s) to building site after plaster or cement is dry. If doors are stored at
job site for more than one week, all edges should be sealed.
4. Handle with clean gloves and do not drag doors across one another or across other
surfaces.
5. Store flat on a level surface in a dry, well ventilated building. Cover to keep clean,
but allow air circulation.
6. Doors should not be subjected to: abnormal heat, extreme dryness, humid con-
ditions or sudden changes therein. They should be conditioned to average prevailing
relative humidity of the locality before hanging.
7. The utility or structural strength of the door must not be impaired in the fitting of
the door, the application of hardware, or cutting and altering the door for lights,
louvers, panels or any other special details.
8. For exterior doors, use three hinges on doors 7' in height or less, and four hinges
on doors over 7' in height.
9. When light or louver cutouts are made in exterior doors, they shall be properly
protected to prevent moisture from leaking into the core. Where installed for outward
swing with no protection from the elements, doors must be properly protected by
flashing or other suitable means.
10. Before finishing, remove handling marks or effects of exposure to moisture with a
thorough, final sanding over all surfaces of the door using 3/0 and 5/0 sandpap-
er and clean before applying sealer or finish. Some species of wood contain a
chemical (oak particularly) which reacts unfavorably with certain finishes. Where
possible, the surface should be tested for such unfavorable reactions. Application of
a sealer before finishing will usually prevent this difficulty. The full beauty of wood
is best emphasized by the use of a satin or semi -gloss finish.
11. Immediately after fitting, or cutting for closures, weatherstrip and /or threshold,
and before hanging any interior or exterior door on the job, the entire door, includ-
ing the top and bottom edges, must receive an application of a primer and two coats
of a good grade of paint, varnish or lacquer. Adequate drying time must be allow-
ed between coats. For job -site finishing, do not use a water - thinned paint unless an
oil base prime coat is first applied. Exterior finishes shall be used on the exterior
face and all edges of exterior doors.
12. Dark colored finishes should be avoided on exterior surfaces of exterior doors.
,Zc. •
Tgts - Cer ificafeissueb:putsuanf :fo:_E =o sectfon. 09 'oNt
5ouf6ern 5Eanbarb7:13eilbing cerfifging tgat;afe
- Building Official
4"flfl 4V 'Ea VSTS,72, '11-797 Vt. -772,1
ooca 796
AGREEMENT
THE AMERICAN INSTITUTE OF ARCHITECTS
AIA Document A101
Standard Form of Agreement Between
Owner and Contractor
where the basis of payment is a
STIPULATED SUM
1977 EDITION
THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES; CONSULTATION WITH
AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION
Use only with the 1976 Edition of AIA Document A201, General Conditions of the Contract for Construction.
This document has been approved and endorsed by The Associated General Contractors of America.
made as of the Third (3 day of August in the year of Nineteen
Hundred and Seventy -Nine (1979)
BETWEEN the Owner: City of Round Rock
214 E. Main
Round Rock, Texas 78664
and the Contractor: Glenn W. Casey Construction, Inc.
9027 Northgate Blvd.
Austin, Texas 78758
The Project: Round Rock Public Library /Municipal Annex
216 E. Main
Round Rock, Texas 78664
The Architect: R. Gill And Associates, AIA
P. 0. Box 217
Round Rock, Texas 78664
The Owner and the Contractor agree as set forth below.
Copyright 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, m 1977 by the American Institute of Architects, 1735 New
York Avenue, N.W., Washington, D. C. 20006. Reproduction of the material herein or substantial quotation of its provisions
without permission of the AIA violates the copyright laws of the United States and will be subject to legal prosecution.
AIA DOCUMENT A101 • OWNER - CONTRACTOR AGREEMENT • ELEVENTH EDITION • JUNE 1977 • AIA®
01977 • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D. C. 20006 A101 - 1977 1
ARTICLE 1
THE CONTRACT DOCUMENTS
The Contract Documents consist of this Agreement, the Conditions of the Contract (General, Supplementary and
other Conditions), the Drawings, the Specifications, all Addenda issued prior to and all Modifications issued after exe-
cution of this Agreement. These form the Contract, and all are as fully a part of the Contract as if attached to this
Agreement or repeated herein. An enumeration of the Contract Documents appears in Article 7.
ARTICLE 2
THE WORK
The Contractor shall perform all the Work required by the Contract Documents for al 1 work related to
(Here insert the caption descriptive of the Work as used on other Contract Documents)
Round Rock Public Library /Municipal Annex
216 E. Main
Round Rock, Texas 78664
ARTICLE 3
TIME OF COMMENCEMENT AND SUBSTANTIAL COMPLETION
The Work to be performed under this Contract shall be commenced on or before a date to be
specified in a written "Notice To Proceed" of the Owner or Architect,
} an te d, ��
subject to authorized adjustments, Substantial Completion shall be achieved not later than 240 days after
YFMre 1S Qlt iy sel9) pr silcfsgggigdtdated damages relating to (allure to complete on time )
Contractor agrees to pay as liquidated damages in the amount of
$100.00 per day for each calendar day after 300 days after the
"Notice To Proceed" that the project remains incomplete subject to
revisions as stated in the General Conditions.
AIA DOCUMENT A101 • OWNER- CONTRACTOR AGREEMENT • ELEVENTH EDITION • JUNE 1977 • AIM'
01977 • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D. C. 20006 A101 - 1977 2
ARTICLE 4
CONTRACT SUM
The Owner shall pay the Contractor in current funds for the performance of the Work, subject to additions and
deductions by Change Order as provided in the Contract Documents, the Contract Sum of Five hundred
One thousand one hundred nineteen dollars and no /cents.
($ 501,119.00)
The Contract Sum is determined as follows:
(State here the base bid or other lump sum amount, accepted alternates, and unit prices, as applicable.)
Base Bid ( refer to attachment "C" - "Bid for a Lump Sum Contract ") $571,000.00
Alternate Bid No. 3 (1,400.00)
Attachment "D" (68,481.00)
Total Contract Amount $501,119.00
Unit Prices
Refer to attachment "C ", "Bid for a Lump Sum Contract ", pages 2 and 3.
ARTICLE 5
PROGRESS PAYMENTS
Based upon Applications for Payment submitted to the Architect by the Contractor and Certificates for Payment issued
by the Architect, the Owner shall make progress payments on account of the Contract Sum to the Contractor as pro-
vided in the Contract Documents for the period ending the 1 ast day of the month as follows:
Not later than 15 days following the end of the period covered by the Application for Payment
Ninty percent ( 90 %) of the portion of the Contract Sum properly allocable to labor, materials and
equipment incorporated in the Work and Ninty percent ( 90 %) of the portion of the Contract
Sum properly allocable to materials and equipment suitably stored at the site or at some other location agreed upon
in writing, for the period covered by the Application for Payment, less the aggregate of previous payments made by the
Owner; and upon Substantial Completion of the entire Work, a sum sufficient to increase the total payments to
Minty percent ( go %) of the Contract Sum, less such amounts as the Architect shall determine for all
incomplete Work and unsettled claims as provided in the Contract Documents.
(If not covered elsewhere In the Contract Documents, here Insert any provision for limiting or reducing the amount retained after the Work reaches a certain
stage of completion )
All payments to the contractor shall be subject to the approval of the
City Council. Said approval will be oonsidered at 'the regularly
scheduled m16 etinr of tlie i1 which"falis_on the second
Thursday o£ each month. " —
Payments due and unpaid under the Contract Documents shall bear interest from the date payment is due at the rate
entered below, or in the absence thereof, at the legal rate prevailing at the place of the Project.
(Here insert any rate of interest agreed upon )
(Usury laws and requirements under the Federal Truth in Lending Act. similar state and local consumer credit laws and other regulations at the Owner's
and Contractor's principal places of business, the location of the Project and elsewhere may affect the validity of this provision, Specific legal advice should
be obtained with respect to deletion, modification, or other requirements such as written disclosures or waivers )
AIA DOCUMENT A101 • OWNER - CONTRACTOR AGREEMENT • ELEVENTH EDITION • JUNE 1977 • AIA
01977 • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D. C. 20006 A101 - 1977 3
BY:
Tit1p•
ARTICLE 6
FINAL PAYMENT
Final payment, constituting the entire unpaid balance of the Contract Sum, shall be paid by the Owner to the
Contractor when the Work has been completed, the Contract fully performed, and a final Certificate for Payment has
been issued by the Architect.
ARTICLE 7
MISCELIANEOUS PROVISIONS
7.1 Terms used in this Agreement which are defined in the Conditions of the Contract shall have the meanings
designated in those Conditions.
7.2 The Contract Documents, which constitute the entire agreement between the Owner and the Contractor, are listed
in Article 1 and, except for Modifications issued after execution of this Agreement, are enumerated as follows:
(List below the Agreement, the Condnions of the Contract (General, Supplementary, and other Conditions), the Drawings, the Specifications, and any Addenda
and accepted alternates, showing page or sheet numbers in all cases and dates where applicable.)
Standard Form of Agreement Between Owner & Contractor (AIA Document A101,
1977 Edition, June, Dated August 3, 1979).
General Conditions of the Contract for Construction, (AIA Document A201,
1976 Edition, Pages 1 through 19, inclusive).
Supplementary Conditions, Pages 1 through 5, inclusive.
Drawings: Project -Round Rock Public Library /Municipal Annex, Dated June 21,
1979 (unless otherwise noted). Refer to Attachment "A ", Index of
- Drawings, Index of Drawings -1.
Project Manuel (Specifications): Project -Round Rock Public Library /Municipal
Annex dated June 21, 1979- Refer to Attachment "B" Table of Contents,
Pages: Table of Contents- 1 -3, inclusive.
Addendum No. 1: Dated June 26, 1979 consisting of two (2) pages.
Addendum No. 2: Dated June 29, 1979 consisting of two (2) pages.
Addendum No. 3: Dated July 9, 1979 consisting of two (2) pages.
Attachment "C ": Bid For A Lum Sum Contract submitted by Glenn W. Casey
Construction, Inc. ate u y 12, 1979 consisting of
three (3) pages.
Attachment "D ": List of Accepted Revisions.
This Agreement entered into as of the day and year first written above.
OWNER City of Round Rock CONTRACTOR
214 E. Main
Ro, Rock, T as 8664
enn W. Casey Construction, Inc.
027 thgate Blvd.
,J Te,- - 787
Tit' e• ? : ETV/ IJ t/r97
AIA DOCUMENT A101 • OWNER - CONTRACTOR AGREEMENT • ELEVENTH EDITION • JUNE 1977 • AIA®
®1977 • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D. C. 20006 A101 - 1977 4
SPECIAL CONDITIONS
The following special conditions amend, modify, or supplement
the standard form of agreement between owner and contractor. In
the event of a conflict between the following provisions and pro-
visions of the other contract documents as listed in Article 7,
Paragraph 2, of the aforesaid owner- contractor agreement, the pro-
visions below will govern.
Representations
1. Contractor hereby warrants and represents to Owner that:
a. Contractor is skilled and experienced in the construc-
tion of the type described herein.
b. Contractor has visited the job site and familiarized
himself with the report of the soil borings performed by
Trinity Engineering contained in pages 1 -A through 1 -G of
the Contract Documents and satisfied himself as to the
condition of the surface and subsurface of the property;
available labor supply; available material and supplies;
and all other matters which could, in reasonable probability
affect the performance of the Work.
"Substantial Completion"
2. By the term "substantial completion" as used in Article
3 of the Agreement between Owner and Contractor is meant such
completion as would reasonably permit the Owner to occupy the
Project and begin the use for which the Project is intended.
OWNER: City of Round Rock CONTRACTOR:
214 E Main
Roun1Rock, as 78664
By: `-�� r -1 ��^'i �� By:
enn W.' Casey Construction,Inc.
027 o thgat :- Blvd
Aust. T 7875
Title : Titl_ `7z>/2f; -Si Pe/or
SHEET STYLE
Attachment "A"
INDEX OF DRAWINGS
1A -1G -• -Soil Borings
1 Site Plan, Roof Plan, Site Details
2 Dimensioned Floor Plans
3 Enlarged Floor Plan
4R Elevations, Buildings Sections
5 Wall Sections, Details
6 -• - Details
7 - Windows & Storefronts, Stone Trim
8 Stairs
9 Cabinet Elevations, Details
10 Reflected Ceiling Plan
S - Foundation Details & General Notes
S -2 Foundation & First Floor Framing Plan,
Beam Schedule
S - Second Floor Framing, Framing Details
S - Roof Framing Plan, Framing Details
S -5 Wind Bracing, Framing Details
S - Stair Framing Plans & Details
M -1 Mechanical Plan
E -1 Lighting Plan
E - Power Plan
P - 1 - -- Plumbing Plan & Diagrams
Index of Drawings - 1
BIDDING REQUIREMENTS
Attachment "B"
PROJECT MANUAL
ROUND ROCK PUBLIC LIBRARY /MUNICIPAL ANNEX
ROUND ROCK, TEXAS
TABLE OF CONTENTS
Pages, Inclusive
Advertisement for Bids 1
Instructions to Bidders 1 - '3
Bid for Lump Sum Contract 1 - ;3
CONTRACT FORMS
Forms of Agreement and Bonds 1
CONDITIONS OF THE CONTRACT
General Conditions, AIA Document A201, 1976 Ed 1 - 19
Supplementary Conditions 1 - 5
DRAWINGS
Index of Drawings 1
TECHNICAL SPECIFICATIONS
DIVISION 1 - GENERAL REQUIREMENTS
01000 - General Requirements 1
01020 - Allowances 1
01100 - Alternates 1
01500 - Temporary Facilities and Controls 1 - 3
DIVISION 2 - SITEWORK
02100 - Excavation and Grading 1 - 4
02600 - Walks, Curbs, Gutters and Paving 1 - 5
DIVISION 3 — CONCRETE
03300 - Cast -in -Place Concrete
03410 •- Precast Reinforced Concrete Channels
1 - 12
1 - 2
Table of Contents - 1
Attachment "B" Pages, Inclusive
DIVISION 4 - MASONRY
04220 - Concrete Unit Masonry .1 - 3,
04420 - Cut Stone 1 - 4
DIVISION 5 - METALS
05100 - Structural Steel 1 - 6
05500 - Metal Fabrications 1 - 5
DIVISION 6 - WOOD AND PLASTICS
06100 - Rough Carpentry
06200 - Finish Carpentry
06400 - Architectural Woodwork
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
07110 - Membrane Waterproofing 1 - 2
07111 - Traffic Bearing Systems 1 - 3
07150 - Dampproofing 1
07200 - Building Insulation 1
07510 - Built -Up Roofing 1 - 4
07600 - Flashing and Sheet Metal Work 1 - 3
07900 - Caulking and Sealant 1 - 3
DIVISION 8 - DOORS, WINDOWS AND GLASS
08100 - Metal Doors and Frames 1 - 4
08200 - Plastic Doors and Frames 1 - 2
08500 - Aluminum Windows 1 - 3
08700 - Finish Hardware 1 - 3
08730 - Weatherstripping and Seals 1
08740 - Thresholds 1
08800 - Glazing 1 - 3
08950 - Storefront Systems 1 - 3
DIVISION 9 - FINISHES
09100 - Lath and Plaster 1 - 5
09160 - Decorative Concrete Coatings 1 - 2
09250 - Gypsum Wallboard 1 - 3
09300 - Ceramic Tile 1 - 4
09500 - Acoustical Treatment 1 - 3
09650 - Resilient Flooring 1 - 3
09680 - Carpeting 1 - 4
09900 - Painting 1 - 6
09950 - Vinyl Wall Covering 1 - 3
DIVISION 10 - SPECIALITIES
1 - 3
1 -:3
1 -3
10150 - Metal Toilet Enclosures and Urinal Screens 1 - 2
10800 - Toilet and Bath Accessories 1 - 3
Table of Contents - 2
Attachment "B" Pages, Inclusive
DIVISION 11 - EQUIPMENT
11050 - Library Equipment 1
DIVISION 12 - FURNISHES
12315 - Library Casework 1 - 2
DIVISION 13 - SPECIAL CONSTRUCTION
(Not Used)
DIVISION 14 - CONVEYING SYSTEMS
14212 - Hydranlic Passenger Elevators 1 - 3
DIVISION 15•- MECHANICAL WORK
15100 - General Provisions for Mechanical Construction 1 - 9
15180 - Insulation 1 - 2
15400 - Plumbing Specifications 1 - 11
15600 - Heating, Ventilating and Air Condtioning
Specifications 1 - 3
15800 - Air Distribution Specification 1 - 5
DIVISION 16 - ELECTRICAL WORK
16100 - General Provisions for Electrical Construction 1 - 7
16101 - Description of the Work 1 - 2
16202 - Interior, Components 1 - 2
16203 - Raceways, Fittings, Boxes 1 - 3
16204 - Trim -out Materials 1 - 3
16206 - Equipment Connections, Controls, Misc 1
Table of Contents - 3
• �4
Attachment "C"
ROUND ROCK PUBLIC LIBRARY /NUNICIPAL ANNEX1 ' R. GILL AND ASSOCIATES
ROUND ROCK, TEXAS ROUND ROCK, TEXAS
BID FOR A LUMP SUM CONTRACT
V2
Date: July, 1979
Proposal of 4t6iv,(/ IL) . GAS civioarafg[:T/OK2 I if C' _
(Hereinafter called "Bidder ", *a corporation, organized and existing under
the laws of the State of Texas;
Pcoo 00
To:
Gentlemen:
The undersigned, in compliance with your invitation for bid for the construc-
tion of Round Round Public Library /Municiapl Annex, Round Rock, Texas; having
examined the drawings and specifications with related documents and the site
of the proposed work, and being familiar with all of the conditions surround-
ing the construction of the proposed work, hereby proposes to furnish all
labor, material, equipment and supplies and to construct the project in ac-
cordance with the Contract Documents, within the time set forth herein, and
at the price set forth below. These prices are to cover all expenses in-
curred in performing the work required under the Contract Documents of which
this proposal is a part.
Bidder hereby agrees to commence work on or before a date to be specified
in a written "Notice to Proceed" of the Owner and to fully complete the work,
ready for occupancy within vtJ p days.
Bidder agrees to pay as liquidated damages in the amount of $100.00 per day
for each calendar day after $ tl p days that the project
remains incomplete.
Bidder acknowledges the receipt of the following addenda: Nuw+ry6rL. 1,
*Insert corporation, partnership, or individual as applicable.
BID CONTRACT -1
Bidder agrees to perform all of the work described in the Specifications and
shown on the Drawings for a lump sum for all construction of
� iuF Ni'ernr seVa.urr■-noun ($ '7 I ) •
T40C9a4A,CD a lioo
Alternate Bid No. 1:
For all work as described in Alternate Bid No. 1, SECTION 01100, I (or WE)
will ADD TO the base bid the sum of r w o -rtznro s 4 un
-sIYTy- SFV(fLJ Jo� ($. a�
Alternate Bid No. 2:
For all work as described in Alternate Bid No. 2, SECTION 01100, I (or WE)
will ADD-F9 /DEDUCT FROM the bae bid the sum of 7 TNeuS A+uD
'TM 17.1: ureubp.rsn t U° i oc. ($ 3,300 St ). **
Alternate Bid No. 3:
For all work as described in Alternate Bid No. 3, SECTION 01100, I (or WE)
will F6 /DEDUCT FROM the base bid the sum of 0) -c wo�,anivf�
� a,� F AU Wr>Yar:T, 4 V on ($ I,400
Alternate Bid No. 4:
For all work as described in Alternate Bid No. 4, SECTION 01100, I (or WE)
will ADD TO /4 the base bid the sum of - C•1_411.=u - riAnu47.n4oc
THTZ.t F - 1-1 LP Mr n R.rf> Sk= .V4t1.)T ry t ''', oa ($ �C) 7n )• **
Alternate Bid No. 5: J
For all work as described in Alternate Bid No. 5, SECTION 01100, I (or WE)
will ADD TO/DEINICT=FRGM the bas bid the sum of -, 1- e4o1_2541K51
Tuan Wu., tmLa-r) t 4- 7Ior, ($ 1 200s-'? ). **
UNIT PRICES
For changing quantities of work items from those indicated by the Contract
Drawings or that are undetermined, upon written instructions from the Architect,
the following unit prices shall prevail.
For additional footage of drilled piers, ADD:
00
a. 24" 0 piers $ l'\—
lin. /ft.
b. 30" 0 piers $ 13 `I' lin. /ft.
c. 36" 0 piers $ 32,°_ lin. /ft.
d. 42" 0 piers $ q tleO lin. /ft.
For additional footage for casing drilled piers (only), ADD:
a. 24" 0 piers $ 9 So
b. 30" 0 piers $ 1 q So
c. 36" 0 piers $ Iq •t
d. 42" 0 piers $ 12 so
* *Amount shall be shown in both words and figures. In case of discrepancy,
the amount shown in word* will govern.
lin. /ft.
lin. /ft.
lin. /ft.
lin. /ft.
BID CONTRACT -2
) • **
• r"
For deletion of footage of drilled piers, DELETE:
a. 24" 0 piers $ 11 —' lin. /ft.
b. 30" 0 piers $ VI?! lin. /ft.
c. 36" 0 piers $ a-°_° lin. /ft.
d. 42" 0 piers $ 34_° lin. /ft.
The above unit prices shall include all labor, materials, removal, overhead,
profit, insurance, etc., to cover the finished work of the several kinds
called for. Changes shall be processed in accordance with the Conditions
of the Contract. Work by unit price will be in addition to base bid.
Sub - Contractors are to be as follows for:
PLUMBING: 121VF :P.- aITT TLI9144$IIUty
HEATING, VENTILATING AND AIR CONDITIONING: mplomripsylin
ELECTRICAL WORK: y4„ 5„ Qpx1TCell )
Bidder understands that the Owner reserves the right to reject any or all
bids and to waive any formalities in the bidding.
The bidder agrees that this bid shall be good and may not be withdrawn for
a period of 45 calendar days after the scheduled closing time for receiving
bids.
Upon receipt of written notice of the acceptance of this bid, Bidder shall
execute the formal contract within ten days and deliver a Surety Bond or
Bonds as required by the General and Supplementary Conditions.
The Bid security attached in the sum of " IVV pg>Sme -ior- °F m1p
($ .f 9.n top rs, o. ) , * **
is to become the property of the Owner in the event the contract and bond
are not executed within the time above set forth, as liquidated damages for
the delay and additional expense to the Owner caused thereby.
Title -Fa iDANE/
A19S7iiu TL�XXIS
Bus Address
** *Amount shall be shown in both works and figures. In case of discrepancy,
the amount shown in words will govern.
(SEAL if bid is by a corporation)
Us, SE nL. rzerovimat,
Respec
BY -.160
ully
BID CONTRACT -3
LIFE &CASUALTY
KNOW ALL MEN BY THESE PRESENTS,
That we,
BID BOND THE /ETNA CASUALTY AND SURETY COMPANY
• Hartford, Connecticut 06115
GLENN W. CASEY CONSTRUCTION, INC.
as Principal, hereinafter called the Principal, and
THE ETNA CASUALTY AND SURETY COMPANY, of Hartford, Connecticut, a corporation duly organized under the laws of the
State of Connecticut, as Surety, hereinafter called the Surety, are held and firmly bound unto
CITY OF ROUND ROCK, ROUND ROCK, TEXAS
the sum of - -Five Percent of the Greatest Amount of Bid
(5 - - -5% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety,bind
ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid for Library & Municipal Annex
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the
Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract
Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and
material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such
bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount
specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the
Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect.
Signed and sealed this 9th day of July ,19 79 .
AIA DOCUMENT A310
BID BOND
FEBRUARY 1970 ED.
THE- AMERICAN INSTITUTE OF ARCHITECTS
,IS- 1669 -5) 10.70
(Wi tness)
Bond No.
as Obligee, hereinafter called the Obligee, in
Dollars
Robert R. Hammann 9 (Attorney -in -Fact)
we
CA 227641
PRINTED IN U S A.
BID BOND
THE /ETNA CASUALTY
AND SURETY COMPANY
Hartford, Connecticut 06115
Bond No
Contractor
•
v
LIFE & CASUALTY
State of Connecticut
5a. Hartford
County of Hartford
,(S- 1921.01 (MI 12-72
THE .IETNA CASUALTY AND SURETY COMPANY
Hartford, Connecticut 06115
POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S) -IN -FACT
KNOW ALL MEN BY TI-ESE PRESENTS, THAT THE ,ETNA CASUALTY AND SURETY COMPANY, a corporation duly organized under the laws of the
State of Connecticut, and having its principal office in the City of Hartford, County of Hartford, State of Connecticut, hath made, constituted and appointed, and
does by these presents make. constitute and appoint Robert R. Hammann - -
of Odessa, Texas , its true and lawful Attorneys •m •Fact, with full power end authority hereby conferred to sign,
execute and acknowledge, at any place within the United States, or, ,f the following line be tilled m, within the area there designated
, the following Instrument(s).
by his sole signature and act, any and all bonds, recognizances, contracts of indemnity. and other writings obligatory in the nature of a bond, recognizance, or con-
ditional undertaking, and any and all consents incident thereto
and to bind THE /ETNA CASUALTY AND SURETY COMPANY, thereby as fully and to the same extent as If the same were sighed by the duly authorized officers
of TIE ,ETNA CASUALTY AND SURETY COMPANY, and all the acts of said Attorneys •in - Fact, pursuant to the authority herein given. ere hereby ratified and con -
famed
This appointment is made under and by authority of the following Standing Resolutions of said Company which Resolutions are now in full force and effect.
VOTED That each of the following officers. Chairman, Vice Chairman, President, Any Executive Von President, Any Senior Vice President, Any Vice President,
Any Assistant Vice President, Any Secretary. Any Assistant Secretary, may from time to time appoint Resident Vice Presidents, Resident Assistant Secretaries,
Attorneysnn -Fact, and Agents to act for and on behalf of the Company and may give any such appointee such authority as his certificate of authority may
prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory In the
nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors may at any time remove any such appointee and
revoke the power and authority given him. -
VOTED That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of e bond, recognizance, or conditional undertaking shall be valid
and binding upon the Company when lel signed by the Chairman, the Vice Chairman, the President, an Executive Vice President, a Senior Vice President, a Vice
President, an Assistant Vice President or by a Resident Vice President, pursuant to the power prescribed in the certificate of authority of such Resident Vice
President. and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary or by a Resident Assistant Secretary, pursuant to the power
prescribed m the certificate of authority of such Resident Assistant Secretary; or (5) duly executed (under seal, d required) by one or more Attorneys.In.Fect par.
suant to the power prescribed in his or their certificate or certificates of authority
This Power of Attorney and Certificate of Authority its signed and sealed by facsimile tinder end by authority of the following Standing Resolution voted by the
Board of Directors of THE /ETNA CASUALTY AND SURETY COMPANY which Resolution is now in full force and effect:
•
VOTED That the signature of each of the following officers Chairman, Vice Chairman, President, Any Executive Vice President, Any Senior Vice President, Any
Vice Resident, Any Assistant Vice President, Any Secretary, Any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of
attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact tor purposes only of
executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such fac-
simile signature or facsimile seal shall be valid and binding upon the Company and any quell power so executed and certified by such facsimile signature and fac•
simile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached,
IN WITNESS WHEREOF. THE ;ETNA CASUALTY AND SURETY COMPANY has caused this instnanent to be signed by its Assistant
Vice President . and its corporate seal to be hereto affixed this 6th day of April • 19 79
THE ,ETNA CASUALTY AND SURETY COMPANY
B y
Assistant Vice President
On this 6th day 05 April . 19 79 . before me personally came R. T. RIPPE
to me known, who, being by me duly sworn, did depose and say: that he is Assistant Vice President
THE /ETNA CASUALTY AND SURETY COMPANY, the corporation described in and•whidt executed the above instrument; that he knows the seal of said cor-
poration; that the seal affixed to the said instmment is such corporate seal; and that he executed the said instrument on behalf of the corporation by authority of his
- office under the Standing Resolutions thereof • - - - -
of
CERTIFICATE -
1, the untlereipned. Secretary of THE .ETNA CASUALTY AND SURETY COMPANY, a stock
Connecticut, DO HEREBY CERTIFY that the and NIS o of tow State M
foregoing and attached Power of Attorney a Certificate of Authority remains m full force and Fes not been revoked;
and furthermore, that the Standing Resolutions of the Board of Directors, as set forth in the Certificate of Autonty, are now in force:;,- „- °^ =,_;
Signed and Sealed at the Home Office of the Corn ` •
Si
gh pen!Y. In the City of Hartford, State of Connecticut Da ted this 9 t h .. of
- d
July .1S 79 ..
Secretary
PRINTED e1 US A.
Round Rock Public Library /Municipal Annex
(Attachment "D ")
List of Accepted Revisions
The following is a list of accepted revisions to the contract as submitted
by Glenn W. Casey Construction, Inc.
Item I. Revise all aluminum doors specified as 5"
wide stile to narrow style doors.
Deduct $ 750.00
Item 2: Omit all cut stone as specified and use
broken face native stone laid in randon
ashler bond.
Deduct $ 66,155.00
Item 3: Omit silicone treatment of exterior stone
work.
Deduct $ 720.00
Item 4: Delete wall hung water closets and use floor
mounted.
Deduct $ 356.00
Item 5: Omit track light "N" in room 215.
Deduct $ 100.00
Item 6: Reduce hardware allowance from $3,500.00 to
$3,100.00.
Deduct $ 400.00
Item 7: Clarifications to the Drawings
1.) Door 207 is in the contract and is scheduled
the same as door 203.
2.) Sink shown in Room 116 is a double stainless
steel sink with single lever faucet.
R. GILL AND ASSOCIATES, AIA, ARCHITECTS • 512- 255 -7852 • P.O. BOX 217, ROUND ROCK, TEXAS 78664
WHEREAS, the City of Round Rock has a pressing need for a
Library /Municipal ; to adequately serve the citizens of Round Rock,
and
WHEREAS, the City has advertised for bids for a new Library/
Municipal Annex, and
WHEREAS, Glenn Casey Construction Company submitted the lowest and
best bid; which bid was accepted by the City Council, and
WHEREAS, Glenn Casey Construction Company has submitted a proposed
contract for.the construction of the Round Rock Library /Municipal Annex,
Now Therefore,
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, THAT
The Mayor of the City of Round Rock, Texas, is hereby authorized and
directed to execute on behalf of the City, a contract with Glenn Casey
Construction Company, a copy of such contract being attached hereto and
incorporated herein for all purposes.
RESOLVED this 3rd of August, 1979.
ATTEST:
LAND, City - retary
RESOLUTION NO. 2,5 0 IZ
L RRY L. 'INN, Mayor
City of Round Rock, Texas
THE AMERICAN INSTITUTE OF ARCHITECTS
AIA Document A101
Standard Form of Agreement Between
Owner and Contractor
where the basis of payment is a
STIPULATED SUM
1977 EDITION
THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES; CONSULTATION WITH
AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION
Use only with the 1976 Edition of AIA Document A201, General Conditions of the Contract for Construction.
This document has been approved and endorsed by The Associated General Contractors of America.
AGREEMENT
made as of the Third (3 day of August in the year of Nineteen
Hundred and Seventy -Nine (1979)
BETWEEN the Owner: City of Round Rock
214 E. Main
Round Rock, Texas 78664
and the Contractor: Glenn W. Casey Construction, Inc.
9027 Northgate Blvd:
Austin, Texas 78758
The Project: Round Rock Public Library /Municipal Annex
216 E. Main
Round Rock, Texas 78664
The Architect: R. Gill And Associates, AIA
P. 0. Box 217
Round Rock, Texas 78664
The Owner and the Contractor agree as set forth below.
Copyright 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, ® 1977 by the American Institute of Architects, 1735 New
York Avenue, N.W., Washington, D. C. 20006. Reproduction of the material herein or substantial quotation of its provisions
without permission of the AIA violates the copyright laws of the United States and will be subject to legal prosecution.
AIA DOCUMENT A1a1 • OWNER- CONTRACTOR AGREEMENT • ELEVENTH EDITION • JUNE 1977 • MAO
01977 • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D. C. 20006 A101 - 1977 1
ARTICLE 1
THE CONTRACT DOCUMENTS
The Contract Documents consist of this Agreement, the Conditions of the Contract (General, Supplementary and
other Conditions), the Drawings, the Specifications, all Addenda issued prior to and all Modifications issued after exe-
cution of this Agreement. These form the Contract, and all are as fully a part of the Contract as if attached to this
Agreement or repeated herein. An enumeration of the Contract Documents appears in Article 7.
ARTICLE 2
THE WORK
The Contractor shall perform all the Work required by the Contract Documents for al 1 work related to
,(Here Invert the caption descriptive of the Work as used on other Contract Documents.)
Round Rock Public Library /Municipal Annex
216 E. Main
Round Rock, Texas 78664
ARTICLE 3
TIME OF COMMENCEMENT AND SUBSTANTIAL COMPLETION
The Work to be performed under this Contract shall be commenced on or before a date to be
specified in a written "Notice To Proceed" of the Owner or Architect'
}kke t ss I ubjjec � t p toauthorized adjustments, Substantial Completion shall be achieved not later than 240 days after
YF j specl pgrigrrA7gg damages relating to failure to complete on time.)
Contractor agrees to pay as liquidated damages in the amount of
$100.00 per day for each calendar day after 300 days after the
"Notice To Proceed" that the project remains incomplete subject to
revisions as stated in the General Conditions.
AIA DOCUMENT A101 • OWNER - CONTRACTOR AGREEMENT • ELEVENTH EDITION • JUNE 1977 • AIA •
421977 • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D. C. 20006 A1O1 - 1977 2
ARTICLE 4
CONTRACT SUM
The Owner shall pay the Contractor in current funds for the performance of the Work, subject to additions and
deductions by Change Order as provided in the Contract Documents, the Contract Sum of Five hundred
One thousand one hundred nineteen dollars and no /cents.
($ 501,119.00)
The Contract Sum is determined as follows:
(State here the base bid or other lump sum amount, accepted alternates, and unit prices, as applicable.)
Base Bid ( refer to attachment "C" - "Bid for a Lump Sum Contract ") $571,000.00
Alternate Bid No. 3 (1,400.00)
Attachment "D" (68,481.00)
Total Contract Amount $501,119.00
Unit Prices
Refer to attachment "C ", "Bid for a Lump Sum Contract ", pages 2 and 3.
ARTICLE 5
PROGRESS PAYMENTS
Based upon Applications for Payment submitted to the Architect by the Contractor and Certificates for Payment issued
by the Architect, the Owner shall make progress payments on account of the Contract Sum to the Contractor as pro-
vided in the Contract Documents for the period ending the 1 ast day of the month as follows:
Not later than 15 days following the end of the period covered by the Application for Payment
Ninty percent ( 90 %) of the portion of the Contract Sum properly allocable to labor, materials and
equipment incorporated in the Work and Ninty percent ( 90 %) of the portion of the Contract
Sum properly allocable to materials and equipment suitably stored at the site or at some other location agreed upon
in writing, for the period covered by the Application for Payment, less the aggregate of previous payments made by the
Owner; and upon Substantial Completion of the entire Work, a sum sufficient to increase the total payments to
Ni nt percent ( gO %) of the Contract Sum, less such amounts as the Architect shall determine for all
incom Work and unsettled claims as provided in the Contract Documents.
(11 not covered elsewhere in the Contract Documents, here Insert any provision for limiting or reducing the amount retained alter the Work reaches a certain
stage of completion.)
All payments to the contractor shall be subject to the approval of the
City Council. Said approval will be oonsidered at the regularly
scheduled meeting of the Council which falls on the second
Thursday of each month.
Payments due and unpaid under the Contract Documents shall bear interest from the date payment is due at the rate
entered below, or in the absence thereof, at the legal rate prevailing at the place of the Project.
(Here Insert any rate of Interest agreed upon.)
(Usury laws and requirements under the Federal Truth in Lending Act. similar state and local consumer credit laws and other regulations at the Owner's
and Contractor's principal places of business. the location of the Project and elsewhere may affect the validity of this provision. Specific legal advice should
be obtained with respect to deletion. modification. or other requirements such as written disclosures or waivers.)
AIA DOCUMENT A101 • OWNER - CONTRACTOR AGREEMENT • ELEVENTH EDITION • JUNE 1977 • Alike
51977 • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D. C. 20006 A101 - 1977 3
ARTICLE 6
FINAL PAYMENT
Final payment, constituting the entire unpaid balance of the Contract Sum, shall be paid by the Owner to the
Contractor when the Work has been completed, the Contract fully performed, and a final Certificate for Payment has
been issued by the Architect.
MISCELLANEOUS PROVISIONS
7.1 Terms used in this Agreement which are defined in the Conditions of the Contract shall have the meanings
designated in those Conditions.
7.2 The Contract Documents, which constitute the entire agreement between the Owner and the Contractor, are listed
in Article 1 and, except for Modifications issued after execution of this Agreement, are enumerated as follows:
(List below the Agreement, the Conditions of the Contract (General, Supplementary, and other Conditions), the Drawings, the Specifications, and any Addenda
and accepted alternates, showing page or sheet numbers in all cues and dates where applicable.)
Standard Form of Agreement Between Owner & Contractor (AIA Document A101,
1977 Edition, June, Dated August 3, 1979).
General Conditions of the Contract for Construction, (AIA Document A201,
1976 Edition, Pages 1 through 19, inclusive).
Supplementary Conditions, Pages 1 through 5, inclusive.
Drawings: Project -Round Rock Public Library /Municipal Annex, Dated June 21,
1979 (unless otherwise noted). Refer to Attachment "A ", Index of
- Drawings, Index of Drawings -1.
Project Manuel (Specifications): Project -Round Rock Public Library /Municipal
Annex dated June 21, 1979- Refer to Attachment "B" Table of Contents,
Pages: Table of Contents- 1 -3, inclusive.
Addendum No. 1:
Addendum No. 2:
Addendum No. 3:
Attachment "C ":
Attachment "D ":
This Agreement entered into as of the day and year first written above.
OWNER City of Round Rock CONTRACTOR Glenn W. Casey Construction, Inc.
214 E. Main 9027 Northgate Blvd,
Round Rock, Texas 78664 Austin, Texas 78756
BY:
Titlp•
ARTICLE 7
Dated June 26, 1979 consisting of two (2) pages.
Dated June 29, 1979 consisting of two (2) pages.
Dated July 9, 1979 consisting of two (2) pages.
Bid For A Lump Sum Contract submitted by Glenn N: Casey
Construction, Inc. Dated July 12, 1979 consisting of
three (3) pages.
List of Accepted Revisions.
BY:
Tit1p-
AIA DOCUMENT A101 • OWNER-CONTRACTOR AGREEMENT • ELEVENTH EDITION • JUNE 1977 • AIA
01977 • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D. C. 20006
A101 -1977 4
SPECIAL CONDITIONS
The following special conditions amend, modify, or supplement
the standard form of agreement.between owner and contractor. In
the event of a conflict between the following provisions and pro-
visions of the other contract documents as listed in Article 7,
Paragraph 2, of the aforesaid owner - contractor agreement, the pro-
visions below will govern.
Representations
1. Contractor hereby warrants and represents to Owner that:
a. Contractor is skilled and experienced in the construc-
tion of the type described herein.
b. Contractor has visited the job site and familiarized
himself with the report of the soil borings performed by
Trinity Engineering contained in pages 1 -A through 1 -G of
the Contract Documents and satisfied himself as to the
condition of the surface and subsurface of the property;
available labor supply; available material and supplies;
and all other matters which could, in reasonable probability
affect the performance of the Work.
"Substantial Completion"
2. By the term "substantial completion" as used in Article
3 of the Agreement between Owner and Contractor is meant such
completion as would reasonably permit the Owner to occupy the
Project and begin the use for which the Project is intended.
OWNER: City of Round Rock CONTRACTOR'; Glenn W.'.Casey Construction,Inc.
214 E. Main 9027 Northgate Blvd.
Round Rock, Texas 78664 • Austin, Texas 78756
By: By:
Title: Title:
SHEET TITLE
Attachment "A"
INDEX OF DRAWINGS
1A -1G -Soil Borings
1 Site Plan, Roof Plan, Site Details
2 Dimensioned Floor Plans
3 Enlarged Floor Plan
4R Elevations, Buildings Sections
5 Wall Sections, Details
6 - Details
7 Windows & Storefronts, Stone Trim
8 Stairs
9 Cabinet Elevations, Details
10 Reflected Ceiling Plan
`S -1 Foundation Details & General Notes
S - 2 Foundation & First Floor Framing Plan,
Beam Schedule
S -3 Second Floor Framing, Framing Details
S -4 Roof Framing Plan, Framing Details
S -5 Wind Bracing, Framing Details
S - Stair Framing Plans & Details
M -1 Mechanical Plan
E -1 Lighting Plan
E -2 Power Plan
P -1 Plumbing Plan & Diagrams
Index of Drawings - 1
y s ue'
4
A •
BIDDING REQUIREMENTS
Attachment "B"
PROJECT MANUAL
ROUND ROCK PUBLIC LIBRARY /MUNICIPAL ANNEX
ROUND ROCK, TEXAS
TABLE OF CONTENTS.
Pages, Inclusive
Advertisement for Bids 1
Instructions to Bidders 1 -
Bid for Lump Sum Contract 1 - '3
CONTRACT FORMS
Forms of Agreement and Bonds 1
CONDITIONS OF THE CONTRACT
General Conditions, AIA Document A201, 1976 Ed 1 - 19
Supplementary Conditions- 1 - 5
DRAWINGS
Index of Drawings 1
TECHNICAL SPECIFICATIONS
DIVISION 1 - GENERAL REQUIREMENTS
01000 - General Requirements 1
01020 - Allowances 1
01100 - Alternates 1
01500 - Temporary Facilities and Controls 1 -
DIVISION 2 - SITEWORK
02100 - Excavation and Grading 1 - 4
02600 - Walks, Curbs, Gutters and Paving 1 - 5
DIVISION 3 - CONCRETE
03300 - Cast -in -Place Concrete 1 - 12
03410 •- Precast Reinforced Concrete Channels 1 - 2
Table of Contents - 1
Attachment "B" , Pagea, Inclusive
DIVISION 4 - MASONRY
04220 - Concrete Unit Masonry .1 - 3 .
04420 - Cut Stone 1 - 4
DIVISION 5 - METALS
05100 - Structural Steel 1 - 6
05500 - Metal Fabrications • 1 - 5
DIVISION 6 - WOOD AND PLASTICS
06100 - Rough Carpentry 1 - 3
06200 - Finish Carpentry .. 1 -:3
06400 - Architectural Woodwork 1 - 3
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
07110 - Membrane Waterproofing 1 - 2
07111 - Traffic Bearing Systems 1 - 3
07150 - Dampproofing 1
07200 - Building Insulation 1
07510 - Built - Up Roofing 1 - 4
07600 - Flashing and Sheet Metal Work 1 - 3
07900 - Caulking and Sealant 1 - 3
DIVISION 8 - DOORS, WINDOWS AND GLASS
•
08100 - Metal Doors and Frames 1 - 4
08200 - Plastic Doors and Frames 1 - 2
08500 - Aluminum Windows 1 - 3
08700 - Finish Hardware 1 - 3
08730 - Weatherstripping and Seals 1
08740 - Thresholds 1
08800 - Glazing 1 - 3
08950 - Storefront Systems 1 - 3
DIVISION 9 - FINISHES
09100 - Lath and Plaster 1 - 5
09160 - Decorative Concrete Coatings 1 - 2
09250 - Gypsum Wallboard 1 - 3
09300 - Ceramic Tile 1 - 4
09500 - Acoustical Treatment 1 - 3
09650 - Resilient Flooring 1 - 3
09680 - Carpeting 1 - 4
09900 - Painting 1 - 6
09950 - Vinyl Wall Covering 1 - 3
DIVISION 10 - SPECIALITIES
10150 - Metal Toilet Enclosures and Urinal Screens 1 - 2
10800 - Toilet and Bath Accessories 1 - 3
Table of Contents - 2
Attachment "B"
DIVISION 11 - EQUIPMENT
11050 - Library Equipment 1
DIVISION 12 - FURNISHES
12315 - Library Casework 1 - 2
DIVISION 13 - SPECIAL CONSTRUCTION
(Not Used)
DIVISION 14 - CONVEYING SYSTEMS
14212 - Hydranlic Passenger Elevators 1 - 3
DIVISION 15. MECHANICAL WORK
.15100 - General Provisions for Mechanical Construction 1 - 9
15180 - Insulation 1 - 2
15400 - Plumbing Specifications 1 - 11
15600 - Heating, Ventilating and Air Condtioning
Specifications 1 - 3
15800 - Air Distribution Specification 1 - 5
DIVISION 16 - ELECTRICAL WORK
Pages, Inclusive
16100 - General Provisions for Electrical Construction 1 - 7
16101 - Description of the Work 1 - 2
16202 - Interior, Components 1 - 2
16203 - Raceways, Fittings, Boxes 1 - 3
16204 - Trim -out Materials 1 - 3
16206 - Equipment Connections, Controls, Misc 1
Table of Contents - 3
ROUND ROCK PUBLIC LIBRARY /MUNICIPAL ANNEX(: R. GILL AND ASSOCIATES
ROUND ROCK, TEXAS ROUND ROCK, TEXAS
Proposal of CLE/llt/ W. GlISF:r ConyaTtZ1 'T /O (7, tg,
(Hereinafter called "Bidder ", *a corporation, organized and existing under
the laws of the State of Texas;
sees --es-
To:
Attachment "C"
BID FOR A LUMP SUM CONTRACT
t2
Date: July, 1979
Gentlemen:
The undersigned, in compliance with your invitation for bid for the construc-
tion of Round Round P.lb1ic Library /Municiapl Annex, Round Rock, Texas; having
examined the drawings and specifications with related documents and the site
of the proposed work, and being familiar with all of the conditions surround-
ing the construction of the proposed work, hereby proposes to furnish all
labor, material, equipment and supplies and to construct the project in ac-
cordance with the Contract Documents, within the time set forth herein, and
at the price set forth below. These prices are to cover all expenses in-
curred in performing the work required under the Contract Documents of which
this proposal is a part.
Bidder hereby agrees to commence work on or before a date to be specified
in a written "Notice to Proceed" of the Owner and to fully complete the work,
ready for occupancy within V41 Q days.
Bidder agrees to pay as liquidated damages in the amount of $100.00 per day
for each calendar day after 30(D days that the project
remains incomplete.
Bidder acknowledges the receipt of the following addenda: N uwir8b 2 i,
*Insert corporation, partnership, or individual as applicable.
BID CONTRACT -1
Bidder agrees to perform all of the work described in the Specifications and
shown on the Drawings for a lump sum for all construction of
4=tmVMRIZD
/1/F atn,r ��n�n SE ($ :7? ) nee 1' )
1-14m9a4A.2t "n20
Alternate Bid No. 1:
For all work as described in Alternate Bid No. 1, SECTION 01100, I (or WE)
will ADD TO the base bid the sum of Two - rtz nros tilun
SFVtsLL .4" a I / - ($• °1r Or 7 S ), **
Alternate Bid No. 2:
For all work as described in Alternate Bid No. 2, SECTION 01100, I (or WE)
will /DEDUCT FROM the ba9e Nr $a bid the sum of T' - (r TNdu14s. b
'TN i7 1419.�Dn.tan $ 4j %oc ($ 3 ) 300 °° )• **
Alternate Bid No. 3:
For all work as described in Alternate Bid No. 3, SECTION 01100, I (or WE)
will A /DEDUCT FROM the base bid the sum of
iqt ell Nu01.0on t.:n * 4.1 6on ($ ), 4OO =' ). **
Alternate Bid No. 4:
For all work as described in Alternate Bid No. 4, SECTION 01100, I (or WE)
will ADD T0/550MT=F1tak the base bid the sum of - ru1r = K: - r T tl eA
l- tt,.,D
TH(7.t.F t-kL,i r�r?.err7 SI= VI.& i - " A. ($ nr) ). **
Alternate Bid No. 5: 1 -
For all work as described in Alternate Bid No. 5, SECTION 01100, I (or WE)
will ADD TO/ 'the basp bid the sum of ,oc rt- tot
- fl. -, 1-lu.I rzIs ' or, ($ 2 ). **
UNIT PRICES
For changing quantities of work items from those indicated by the Contract
Drawings or that'are undetermined, upon written instructions from the Architect,
the following unit prices shall prevail.
For additional footage of drilled piers, ADD:
00
a. 24" 0 piers $
b. 30" 0 piers $ 2.3`!=
c. 36" 0 piers $ 32,°-
d. 42" 0 piers - $ 4 O
lin: /ft.
lin. /ft.
lin. /ft.
lin. /ft.
For additional footage for casing drilled piers (only), ADD:
a. 24" 0 piers
b. 30" 0 piers
c. 36" 0 piers
d. 42" 0 piers
$ 'so
$ I Z To
$ 19t!
$
lin. /ft.
lin. /ft.
lin. /ft.
lin. /ft.
* *Amount shall be shown in both words and figures. In case of discrepancy,
the amount shown in words will govern,
BID CONTRACT -2
X 14 �•.
For deletion'of footage of drilled piers, DELETE:
a. 24" 0 piers. $ l,co
b. 30" 0 piers $, 19 ?°
c. 36" 0 piers $ 2 - 7o °
d. 42" 0 piers $ 34t°
The above unit prices shall include all labor, materials, removal, overhead,
profit, insurance, etc., to cover the finished work of the several kinds
called for. Changes shall be processed in accordance with the Conditions
of the Contract. Work by unit price will be in addition to base bid.
Sub - Contractors are to be as follows for:
PLUMING: 12NR12. C lT`r 71
lin. /ft.
lin. /ft.
lin. /ft.
lin. /ft.
BEATING, VENTILATING AND AIR CONDITIONING: k1l=1VDl=0f1A1 i vAr.
ELECTRICAL WORK: 04., Mrqurrr , )
•
Bidder understands that the Owner reserves the right to reject any or all
bids and to waive any formalities in the bidding.
The bidder agrees that this bid shall be good and may not be withdrawn for
a period of 45 calendar days after the scheduled closing time for receiving
bids.
Upon. receipt of written notice of the acceptance of this bid, Bidder shall
execute the formal contract within ten days and deliver a Surety Bond or
Bonds as required by the General and Supplementary Conditions.
The Bid security attached in the sum of • 1=0„/(4 j (4 pea/le-41r O1° 13tz
($ ,s9., mF t3,t). )• * **
is to become the property of the Owner in the event the contract and bond
are not executed within the time above set forth, as liquidated damages for
the delay and additional expense to the Owner caused thereby.
(SEAL if bid is by a corporation)
U6 SEhc. rzb cpvf2E)J
Title Ta t 4pelur
A1957i,' - T1 X ijS
Business Address
** *Amount shall be shown in both works and figures. In case of discrepancy,
the amount shown in words will govern. •
•BID CONTRACT -3
LIFE & CASVALTY
BID BOND
KNOW ALL MEN BY THESE PRESENTS,'
That we,
State of Connecticut, as Surety, hereinafter called the Surety, are held and firmly bound unto
CITY OF ROUND ROCK, ROUND ROCK, TEXAS
WHEREAS, the Principal has submitted a bid for Library & Municipal Annex
Ad/
AIA DOCUMENT A310
BID BOND
FEBRUARY 1970 ED.
THE•AMERICAN INSTITUTE OF ARCHITECTS
,15. 1009 -5 10 -70 -
(Witness)
THE /ETNA CASUALTY AND SURETY COMPANY
Hartford, Connecticut 06115
Bond No.
GLENN W. CASEY CONSTRUCTION, INC.
THE (ETNA CASUALTY AND SURETY COMPANY, of Hartford, Connecticut, a corporation duly organized under the laws of the
as Principal, he called the Principal, and
as Obligee, hereinafter called the Obligee, in
the sum of - -Five Percent of the Greatest Amount of Bid - - --- Dollars
(S - - -5% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety,bind
ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the
Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract
Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and
material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such
bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount
specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the
Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect.
Signed and sealed this 9th day of July ,19 79 .
Robert R. Hammann
p L -'AJ7
SURETY COMPANY
•
(Title)
(Attorney-in-Fact)
CAT. 227041
PRINTED IN U S.A.
:we a nis
a
LIFE &CASUALTY
POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT
KNOW ALL MEN BY THESE PRESENTS, THAT THE ,ETNA CASUALTY AND SURETY COMPANY, a corporation duly organized undx the laws of the
Stale of Cconectkut, and having its principal office in the City of Hartford. County of Hartford. Stele of Connecticut, hath made, constituted and appointed, and
does by these presents make, constitute and appoint Robert R. Hanunann — —
of Odessa, Texas , its true and lawful Attorneys-in-Fact, with full power end authority hereby conferred to sign.
execute and acknowledge, at any place within the United States, or, it the following line be filled In, within the area there designated
, the following ktslnanengs)
by his sole signature and ad, any and all bonds. recagnizances, contracts of indemnity, and other writings obligatory in the nature of 8 bond, recognizance, or con-
ditional undertaking, and any and all consents incident thereto
and to bind THE ,ETNA CASUALTY AND SURETY COMPANY. thereby as fully and to the same extent as it the same were signed by the duly authorized officers
of TIE ,ETNA CASUALTY AND SURETY COMPANY, and all the Ada of said Attomeys -in -Fact, pursuant to the authority herein given, ere hereby retitled and con -
finned.
This appointment is made under and by authority of the following Standing Resolutions of said Company which Resolutions we now in lull force and effect:
VOTED' That each of the following officers: Chairman. Vice Chairman, President, Any Executive Vice President, Any Senior Vice President, Any Vke President,
Any Assistant Vice President, Any Secretary. Any Assistant Secretary, may from time to time appoint Resident Voce Presidents, Resident Assistant Secretaries,
Attorneys- in-Fact, and Agents to act for and on behalf of the Company and may give any eueh appointee such authority as his certificate of authority may
prescribe eo sign with the Company's name and seal with the Company's seal bonds, recognrzances, contracts of indemnity, and other writings obligatory In the
nature of a bond, recognizance, or conditional undertakkq, and any of said officers or the Board of Directors may at any time remove any such appointee and
revoke the power and authority given him.
VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond. recognizance, or conditional undertaking shall be valid
and binding upon the Company when (e1 signed by the Chairman, the Vice Chairman, the President, an Executive Vice President, a Senior Vice President, a Vice
President, an Assistant Vice President or by a Resident Vice President, pursuant to the power prescribed in the certificate of authority of such Resident Vice
President, and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary or by a Resident Assistant Secretary, pursuant to the powei
prescribed in the certificate of authority of such Resident Assistant Secretary; or gal duly executed )under seal, if required) by one or more Attorneys- in•Fact pur-
suant to the power prescribed in his or their certificate or certificates of authority.
This Power of Attamey and Certificate of Authority is sighed and sealed by facsimile under end by authority of the following Standing Resolution voted by the
Board of Directors of THE ,ETNA CASUALTY AND SURETY COMPANY which Resolution is now in full force and effect:
VOTED. That the sigature of each of the following officers: Chairman, Vice Chairman, President, Any Executive Vice President, Any Senior Vice President, Any
Vice President, Any Assistant Vice President, Any Secretary, Any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of
attorney or to any certificate relating thereto appointing Resident Vice Residents, Resident Assistant Secretaries or Attorneys- inFact for purposes only of
executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of ettomey or certificate bearing such fac-
simile Signature or facsimile seal shall be valid and binding upon the Company and any such power so executed erd certified by such fac imde signature and fac-
simile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached.
IN WITNESS WHEREOF, THE ,ETNA CASUALTY AND SURETY COMPANY has caused this instrument to be signed by Its Assistant
Vice President and its co pro ate seal to be He etc affixed this 6th d o f April • 19 79
State of Connecticut
} ss. Hartford
County of Hartford
CERTIFICATE
.10. 1921 -0I IMP 12.72
on mi. 6th day 0f April , 19 79 , before me personally came R. T. RIPPE
to me known, who, being by me duly sworn, did depose and my: that he is Assistant Vice President of
TIE ,ETNA CASUALTY AND SURETY COMPANY, the carporetbn described in and'whidr executed the above instrument; that he knows the seal of said cor-
poration; that the seal affixed to the said instrument is such corporate seal; and that he executed the said instmment on behalf of the corporation by authority of his
office under the Standing Resolutions thereof.
THE .ETNA CASUALTY AND SURETY COMPANY.
Hartford, Connecticut 06115
THE ,ETNA CASUALTY AND SURETY COMPANY
By
Assistant Vice President
1 the iaxterelghe0 Secretar of THE ,ETNA CASUALTY AND SURETY COMPANY, s stack
corporation of the State M
Connecticut, DO HEREBY CERTIFY that the foregoing text coached Power of Attorney and Certificate M Authority remains at full force and Fes not haen revoked;
end formernycre, that the Standing Resolutions of the Board of Directors, as set forth in the Certificate of Authority, are now kit force. •- • •
Signed and Sealed at the Horne Office M the Company, M the City of Hertford, State of Canhscticut Dated this 9th _ h a d of
July , 1e 79 - _ ,
tt war,/ By
Secretary r"
PRINTED IN USA.
Round Rock Public Library /Municipal Annex
(Attachment "D ")
List of Accepted Revisions '
The following is a;list of accepted revisions to the contract as submitted
by Glenn W. Casey Construction, Inc.
Item I. Revise all aluminum doors specified as
wide stile to narrow style doors.
Deduct $ . 750.00
Item 2: Omit all cut stone as specified and use
broken face native stone laid in randon
ashler bond.
5"
Item 3: Omit silicone treatment of exterior stone
work.
Deduct $ 720.00
$ 356.00
$ 100.00
Deduct $ 400.00
Item 7: Clarifications to the Drawings
1.) Door 207 is in the contract and is scheduled
the same as door 203.
2.) Sink shown in Room 116 is a double stainless
steel sink with single lever faucet.
Item 4: Delete wall hung water closets and use floor
mounted.
Deduct
Item 5: Omit track light "N" in room 215.
Deduct
Item 6: Reduce hardware allowance from $3,500.00 to
$3,100.00.
Deduct $ 66,155.00
R. DILL AND ASSOCIATES, AIA, ARCHITECTS • 512- 255 -7852 • P.O. BOX 217, ROUND ROCK, TEXAS 78664