HomeMy WebLinkAboutResolution - 3448 - Contract - Hester's Office Center - Furniture, Municipal Hill Operations Center - 09_13_1990Resolution # 3448.
September 13, 1990
Item #33
HW:js
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock BE and is hereby authorized and
directed to execute for and on behalf of the City of Lubbock a Contract by and
between the City of Lubbock and Hester's Office Center for office furniture
for Municipal Hill Operations Center, attached herewith, which shall be spread
upon the minutes of the Council and as spread upon the minutes of this Council
shall constitute and be a part of this Resolution as if fully copied herein in
detail.
Passed by the City Council this 13th
ATTEST:
Ranette Boyd, city 5ecre-cary \,__.
APPROVED A TO CONTE
ne Ea s, Purchasing Manager
APPROVED AS TO FORM:
el
Harold Willard, Assistant City
Attorney
day of September , 1990.
T C. MCMINN, MAYOR
Resolution # 3448
September 3.3, 1990
Item #33
HW:js
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock BE and is hereby authorized and
directed to execute for and on behalf of the City of Lubbock a Contract by and
between the City of Lubbock and The Baker Company for office furniture for
Municipal Hill Operations Center, attached herewith, which shall be spread
upon the minutes of the Council and as spread upon the minutes of this Council
shall constitute and be a part of this Resolution as if fully copied herein in
detail.
Passed by the City Council this 13th
ATTEST:
nette Boyd, city 5ecreta
APPRO�,VED AS TO CONTE
-Z-
i
IPG6ne Ea s, Purc asing Manager
!APPROVED AS TO FORM:
r
E
iHarold Willard'. Assistant —City
;Attorney
day of September , 1990.
C
. C. McMIN , MAYOR
f
CITY OF LUBBOCK
SPECIFICATIONS
F OR
OFFICE FURNITUIRE FOR MUNICIPA.L JJTLL PRr," C1"
BID # 107185
ff
Napo MR
CITY OF LUBBOCK
Lubbock, Texas
7407td0t;
MAILED TO VENDOR: 08/16/90
CLOSE: 08/23/90 2:00 P.M.
w, NEW CLOSE: 08/30/90 2:00 P.M.
BID # 10785 Office Furniture Municipal Hill Project
ADDENDUM # 1
PLEASE NOTE THE FOLLOWING:
1. Please note manufacturer's information attached.
2. Item #20, "Supersilk #C-398 Assorted Greenery", in the
furniture and furnishings listing of this work is to be a
quantity of 46 units. This item comes in groups of four plants
in individual pots making a total of 148 plants.
3. Please replace original bid proposal form with attached bid
-' proposal form.
4. Builder's risk insurance will not be required.
5. Change closing date from August 23, 1990 to August 30, 1990.
THANK OU,
Gene Eads,
-- CITY OF LUBBOCK
PURCHASING OFFICE
PLEASE RETURN ONE COPY WITH YOUR BID
BID PROPOSAL
BID FOR LUMP SUM CONTRACTS
PLACE
DATE
PROJECT NO.
A-- Proposal of
(Hereinafter called Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas. (Hereinafter called Owner)
Gentlemen:
The Bidder, in compliance with your invitation for bids for the construction of:
having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other
related contract documents and the site of the proposed work, and being familiar with all of the conditions
surrounding the construction of the proposed project including the availability of the materials and labor, hereby
proposes to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans,
specifications and contract documents, within the time set forth therein and at the price stated below. The price
to cover all expenses incurred in performing the work required under the contract documents,.of which this proposal
is to be a part, is as follows:
BID PACKAGE 1 ($ )
(FURNITURE)
BID PACKAGE 2 ($ )
(SHELVING)
(Amount shall be shown in both words and figures. In case of discrepancy; the amount shown in words shall govern.)
Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written
"Notice to Proceed" of the Owner and to fully complete the project within calendar days as
stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as
liquidated damages the. sum of $50.00 for each consecutive calendar day in excess of the time set forth hereinabove
for completion of this project, all as more fully set forth in the general conditions of the contract documents.
Bidder understands and agrees that this bid proposal shall be completed and submitted in accordance with instruction
number 20 of the.General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days.
-after the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this bid and he further agrees to
commence work on or before the date specified in the written notice to proceed, and to substantially complete the
work on which he has bid; as provided in the contract documents.
Enclosed with this proposal is a Cashier's Check or Certified Check for
Dollars (S ) or a Proposal Bond in the sum of Dollars ($ ),
which it is agreed shall be collected and retained by the owner as liquidated damages in the event the proposal is
accepted by the Owner and the undersigned fails to execute the necessary contract documents and the required bond
(if any) with the owner within ten (10) days after the date of receipt of written notification of acceptance of said
proposal; otherwise, said check or bond shall be returned to the undersigned upon demand.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract
documents made available to him for his inspection in accordance with the Notice to Bidders:
Contractor
By
(Seal if Bidder is a Corporation)
ATTEST:
Secretary
Pinnacle Folding Table
Solid core tops, high-pressure
laminate with bullnose edges.
Apron, knife -lock leg frame
and square legs, finished in
r black enamel.
Tables fold flat for storage.
Options: Chrome legs, sand apron
and legs, grey apron and legs,
self -edge.
Wd
,N
K2-6-6. KR-5 and K3-3
Rectangular
�I
18x"
K15
I, 29".high
®
18 x 7272"
K 156-6
18x72"
K156
18x96"
K158-2
I' �I
24 x 60"
K2-5
24 x 72"
K2-6-6
24 x 72"
K2-6
24 x 96"
K2-8-2
30x60"
K255
3002"
K256
30x96"
K258
36 x 6O"
K3,5
36x72"
K3-6
36x96"
K3-8
Square
36x36"
K3 3
29" high
Round
48" diameter
KR4
I�) 29" high
60" diameter
KR-5
Pinnacle tables offer outstanding variety, value and
flexibility. Available in round, square or rectangular tops,
Pinnacle tables feature folding legs with knife* lock
mechanism. A wide range of sizes meets a variety of needs.
Choose a bullnose or self -edge, and enameled or chrome
legs to complement your interior.
Pinnacle offers the table you need... economically.
kruccff.
Commerical Division
P.O. Box 8100
Green Bay. Wisconsin 54308-8100
telephone (414) 468-8100
Knife -lock folding mechanism places
legs inside the apron for easy setup
and storage.
Litho in USA Code CMO-4010/NP1186
Matrix Seating
High Density Stack Chairs
Polypropylene seat and backrest
Steel rod frame in chrome or colors
p • 45 chairs on the dolly stack to 79" high
. Basil model without glides
oGanging glides or hard floor glide
f els available
Ganging Glide Hard Floor Glide
SPECIFICATIONS
Plastic Chair Seats, Backrests and Armcaps
Injection molded polypropylene.
Upholstery
Fabric covers front and back of backrest.
Cushioned and upholstered models have 1S
Loom podding on seat and backrest.
Upholstered models without cushions hove
upholstery fastened to the shell.
Veneer Chair Seats and Backrests
12-ply hardwood plywood with select
hardwood veneer surfaces lop and hot loin..
Chair Frame
Vt6" solid steel rod, bright duplexnickel chrome.
Optional with electrostatically applied epoxy
(not available on tablet arm models, bookracks
or choirs to be used with bookracks).
Foam cushioned seat and back
Available in all grades of KI fabrics
Sleek rod frame in cFirome or colors
Stocking not recommended, except with wire
stacking bumper frame; 6 high maximum
Basic models without glides
Ganging glides or hard floor glide
models available
Bookrack
MXBB/BR-CH
VI Ka•�
f'��
Tablet Arm
''/,F" solid steel rod frome, hinged fablet for
easy access. I I -ply Birch plywood table; high-
pressure laminate surface. Bright chrome
frame only. Chairs are nonstacking when
attached, not available for use with powder
cooled fmme chairs. Tablet flips up for
easy access.
Bookrack
Steel rod frame, bright chrome finish only. Chairs
are nonstocking when allached, not (muloble
for use with powder ccxrlert frame choirs.
v
Oak or Walnut veneer surfaces
Sleet rod frame in chrome or colors
4 chairs may be stacked without
damaging surface
Basic models without glides
Ganging glides or hard floor glide
models available
Tablet Arm
MXTJTR-CH
+,u
Bright Chrome Finish
Surfaces are duplex nickel -chrome plated in a
twenty-two step process. This process is the
some as is used in the automotive industry for
exterior finishes.
Powder Coated Finish
Electrostatically applied epoxy, baked onto
surface. Slacking and use of tablet arms
and bookracks on powder coaled fromes
not recommended.
Transport Dolly
Tubular and pinle steel welded together. 5"
casters, two swivel, two fixed. Enamel finish.
Polypropylene seat, bock, armcap
Upholstered or cushioned and upholstered
models have matching arms
Stacking heights may wry with type of seat
finish; contact factory
Basic modelswithout glides
Available with or without hard floor glides.
Cushioned and Upholstered Stacking Bumper
108
Pinnacle Folding Tables
Pinnacle Rectangular Folding Table Jinnacle Square Folding Table
• i%'solid core top ,
• High-pressure Gunstock Walnut laminate.
top standard
• Black vinyl bullnose edge standard
• 13 ' square formed steel legs and apron
finished in black enamel
• Folds flat for storage
• Floor glides
• Knifelock folding mechanism with spring
loaded 14 ga. safety lock
Pinnacle Round Folding Table
iy' ff ♦_. �., ilk 'fL Tr } 1�,. A'�`�
try 5 f
1 %' solid core top
High-pressure Gunstock Walnut laminate
top standard
Black vinyl bullnose edge standard
1%' square formed steel legs and apron
finished in black enamel
Folds flat for storage
Floor glides
Knifelock folding mechanism with spring
loaded 14 ga. safety lock
• 1 Y.' solid core top
• High-pressure Gunstock Walnut laminate
top standard
• Black vinyl bullnose edge standard
• 1 % ' square formed steel legs and apron
finished in black enamel
• Folds flat for storage
• Floor glides
• Knifelock folding mechanism with spring
loaded 14 ga. safety lock
SPECIFICATIONS SPECIAL SERVICES
Legs and Frames
16-ga. 13 ' square seam -welded tubular steel
legs. Adjustable steel glides. Locking
mechanisms are 11-ga. 1' knifelock design.
16-ga. 3' formed steel frames, except 3606",
48' and 60' dia. models which are 3;4'.
Riveted corners.
Pinnacle Tops
1 % ' thick consisting of solid core high -
density particleboard..030' high-pressure
laminate top surface with .020' phenolic
backing sheet. Vinyl bullnose edges with 134'
radius corners; self -edges with square
corners.
Bright Chrome Finish
Self -Edge Top Prices and specifications subject to
Surfaces are duplex nickel chrome plated in
Add 15% Without prior notice.
a twenty-one step process.
Enamel Finish
Chrome Legs
Nonchipping enamel is electrostatically
Add $26.40 each
applied, then baked; alkyd urea formula.
Special Carton Marking
For cartons requiring specially marked
destination information.
Add $1.60 each
Shipping
Freight class. 185. Shipped single
packed, U., f.o.b. Tupelo,
Mississippi factory.
Dimensions
MODEL
SEAT
HE GHTA WIDTH
BACK
DEPTH � HEIGHT WIDTH I HEIGHT OVERALL WIDTH DEPTH'
ARWIDTH
MS EN WEIGHT CUE
XNL-11
17-20'/2 20
18 .12112 19112 301/2-34 - 25112 24314
18 42 11.11
XNM-11
17-20'/2 20
18 15 191/2 33-361/2 251/2 243/4
18 43 11.5
XNH-11
17-20'/2 20
18 19 19'/2 37-40112 25112 24314
18 44 12.7
XNL-12
17112-21 20
18 12112 19112 30112-34 25112 24314
18 40 11.5
XNM-12
17112-21 20
18 15 19112 33-36112 25112 24314
18 41 11.5
XNL-13
17-20'/2 20 18 121/2 19'/2 30'/r34 25'/2 243/4
— 39 11.5
XNM-13
17-20112 20 18 15 19112 33-36'/2 25112 24314
— 40 11.5
XNH-13
17-20'/2 20 18 19 19112 37-40112 25'/2 24314
— 41 12.7
fCr
XNL-14
17112-21 20 18
12'/2 19112 30112-34 25'/2 24314 —
38 11.5
XNM-14
171/r21 20 18
15 19'/2 33-36'/2 � 25'/2 243/4 —
39 11.5
3
XN-22
16314-20114 18314 17314
11'14 16 30114-33314 23314 22'/2 —
35 9.3
XNO-23
17'/-21 20'/4 18112
15 16 32114-353/4 23314 22112 —
40 11.5
XNO-24
17112-21 20'/4 18112
15 16 32114-35314 23314 22112 18
44 11.5
XNL-31
173/4 20 18
12112 19'/2 30112 21112 24'12 —
36 10.9
XNM-31
17314 20 18
15 19'/2 32112 21112 25 —
37 10.9
XNL-32
17314 20 18
12112 19112 30112 23 24'/2 18
39 10.9
y
XNM-32
173/4 20 18
15 19'/2 32112 23 25 18
40 10.9
[� '
XN-59 253/4-31 183/4
•Compressed Seat Height
Features
MODEUDESCRIPTION
XNL-11 EXECUTIVE
XNM-11 EXECUTIVE
t
XNH-11 EXECUTIVE
XNL-12 CONFERENCE
XNM-12 CONFERENCE
XNL-13 EXECUTIVE
XNM-13 EXECUTIVE
i
XNH-13 EXECUTIVE
XNL-14 CONFERENCE
XNM-14 CONFERENCE
3
XN-22 TASK
XNO-23 OPERATIONAL
XNO-24 OPERATIONAL
�^
XNL-31 GUEST
XNM-31 GUEST
XNL-32 GUEST
XNM-32 GUEST
XN-59 TASK STOOL
17314 .11'14 16 40-45114 26112 ' 25112 — 139 12.7
SWIVEL
BACK
TILT
ARMS
PNEUMATIC
HIGH MEDIUM LOW HEIGHT
BACK BACK BACK ADJUSTMENT
•
•
•
•
•
•
•
•
•
•
•
•
•
0
0
0
nas 11
erational &
k-
E?d for the dynamic
ivironment, Xanas 11
nal and task seating
-ommodates multiple
1,adapts to variety of
7as 11 adjustment
re convenient and
ise from a seated
�. XNO-23 OPERATIONAL
v
j < v
( a /
XN-22 TASK
,r
V
w
Xanas II
Task
Stool
The Xanas U stool model is
standard with a footrest that
moves with the seat to main-
tain the same adjustment rela-
tionship at various heights. The
task stool is also available with
an optional footring with a
height adjustment that functions
independently of the seat height
to create a number of seat/
footrest ratios.
t
.•- XN 59 TASK STOOL
WITH OPTIONAL FOOTRING
XN-59 TASKS7100
r.
Y
3 ^»
;
�.., Val � �.� 4 S �"S�??' ' w S•F'ys�a 1 fti. -n y�i�t°�l �'`y� 1:1�- � ,Yj ;„�f s ro���K:
J.r• F. 9 ps� �, y��.,.x x ,�; >'r•^i.Fm rc; :- * � Y'e'+� �a''s �s, �}�,
� •ark `�c , �; < r; +', F ?, ,,s c ��; ,.
Marathon Desks Description Specifications Options
Double Pedestal Desks 291/4" High
Single Pedestal Desks 291/4" High
Workstation Main Desks 29%4" High
and Typing Height Returns 261/z" High
Workstation Main Desks 291/4" High
and Executive Height Returns 291/4" High
,ur
Credenzas 291/4" High
Oversurface Storage Units 29" High
Haskell N
Haskell of Pittsburgh, Inc.
Box 273, Oakmont, PA 15139
412 828-6000
National Showroom, Suite 810
Chicago Merchandise Mart
MDM4173 72X36
overhang 6" sides
and 6" rear
MDM4163 60X30
MDM4253 55X24
Right pedestal:
MRM4163 60X30
MRM4243 45X30
MRM4253 55X24
MRM4343 45X24
MRM4233 36X24
Left pedestal:
Change R to L in model number
M 4163 60X30 D
MX 3 55X2 esk
Returns:
MYM4060 0 pedestal
MYM40 J 60X20 el end
MYM4 0 40X20/pe tal
MY 40J 40X20/panel d
MY 4130J 30X20/panel end
MXM4163 60X30 Desk
MXM4253 55X24 Desk
Returns:
MXM4060 60X20/pedestal
MXM4060E 60X20/panel end
MXM4140 40X20/pedestal
MXM4140E 40X20/panel end
MXM4130E 30X20/panel end
Standard with 3 box
Choice of 33 standard
drawers (A pedestal)
Haskell paint colors.
on right, box drawer
If desired, other
and file drawer (C
nonmetallic paint
pedestal) on left.
colors will be matched
to paint samples
submitted.
Laminate tops are
available in all Haskell
woodgrain and solid
Standard with box
colors for a mono -
drawer and file
chromatic look.
drawer (C pedestal)
Other tops can be
furnished if the
laminate manufac-
turer's name, number
and sample are
supplied.
Mirror chrome or
satin chrome legs.
Standard with box
drawer and file 'I
Desks may be keyed
drawer (C pedestal)
alike or master keyed.
Pedestal returns are
A variety of drawer
standard with tray
pedestal arrange -
drawer and two box
ments are available
drawers (G pedestal)
at no upcharge.
See price list.
Flush filler side panels
may be field installed.
Standard with box
Accessories include
drawer and file
pencil trays, sloping
drawer (C pedestal)
stationery trays,
dividers for box
Pedestal returns are
drawers, Plexiglass
standard with 3 box
reference shelf,
drawers (A pedestal)
hanging folder frames
for file drawers, and
hanging folder rod
adapters for side -to -
side legal or letter
filing. For model
MCM4066 60X20
Steel doors, adjustable shelf
numbers, see price list.
MCM4166 60X20
Same, with pedestal locks
Accessory SA4520
spring -assisted
MCM4065 60X20
No doors, adjustable shelf
Retractable Keyboard
Support fits underwork
MCM4165 60X20
Same, with pedestal locks
surface in
MCM4060 60X20
Open center section, full back panel
space approximately
25WX20D. Adjusts
MCM4160 60X20
Same, with locks
up and down within
11
CSU45290 45WX29HX12D
CSU55290 55WX29HX12D
CSU60290 60WX29HX12D
7 range. Fully
Sides are laminate
retractable.
to match desk top;
Side panels for
back panel and shelf
Oversurface Storage
are steel painted to
Units can be drilled in
match desk. Sides
the field to permit shelf
are pre -drilled for 3
height in any position.
shelf positions.
F28742526M
Xanas 11
Executive
Three choices of back heights
combine with Xanas ll's six
selections of frame finish
colors to make Xanas 11 exec-
utive seating a striking and
versatile part of the office
system.
The advanced design of the
second generation of Xanas
optimizes the interaction of the
human form with today' work-
place. The unique control system
allows uninhibited movement in
any sitting position. The back and
armrests conform to the body's
needs, assuring constant comfort.
Xanas 11 executive models are avail-
able with or without arms.
XNL-13 EXECUTIVE LOW
S
! f , N � i
s a yam, i` �,
��Jj^fi S ,17� ; 4Alw; C 3 Rk ���i�=�?�,�;�•..
.��
�I 'V
_yp,•p� s J""„�
�^ » yx
rz�� „
a'
�• .v S,ti i;NJ �, ,,�;
+i'.�y,,z�:'k y
� a ;A�;
. r .
i' lx� s
t1. .,.�
� ��
�UU Series Lounge Seating
Model
Dimensions Notes
200/201
SH-16"
s.
H-29"
H n
D-27"
W-24„
AH-24"
200/201S
SH-16"
H-29"
H n��
D-27"
W-24„
AH-24"
200/202 SH-16"
H-29"
PL D-27"
W-45"
AH-24"
1. Frame dimension is 1'/2" O.D. tubular steel.
2. Floor glides standard, factory installed. Specify no
glides when required for movement on carpet.
3. Standard seat height 16:'
4. Row seating ganging connector available. Kintone only,
$8.00list each, 2 per join recommended; model
number 100/G, specify for 11/2" O.D. frame.
1. Frame dimension is 1'/2" O.D. tubular steel.
2. Floor glides standard, factory installed. Specify no
glides when required for movement on carpet.
3. Standard seat height 16"
4. Suffix "S" indicates separate seat and back.
5. Row seating ganging connector available. Kintone only,
$8.00list each, 2 per join recommended; model
number 100/G, specify for 11/2" O.D. frame.
1. Frame dimension is 11/2" O.D. tubular steel.
2. Floor glides standard, factory installed.
3. Standard seat height 16'
4. Row seating ganging connector available. Kintone only,
$8.00 list each, 2 per join recommended; model
number 100/G, specify for 11/2" O.D. frame.
200/203 SH-16" 1. Frame dimension is 1%2" O.D. tubular steel.
2. Floor glides standard, factory installed.
H-29" 3. Standard seat height 16'
4. Row seating ganging connector available. Kintone only,
D-27" $8.00list each, 2 per join recommended; model
number 100/G, specify for 11/2" O.D. frame.
W-66"
AH-24"
10OG Row seating 10OG Row seat ganging For free standing tables
ganging connector, see connector with for use with the
above notes. 400/800 series tables, 200 Series Lounge group
see table section, refer to the table section,
400/800 series.
Shape
Dimensions
Square
24" x 24" x 16"H
y� xy
v ;-'.j
24" x 24" x 16"H
30" x 3(Y" x 16"H
p
30" x 30" x 16"H
Rectangle
24"x48"x16"H_
:+=
24" x 48" x 16"H
Notes
c ;
1. Standard height is 16:'
_.;. , .;_. ; •; ?;
2. Frame dimension is 11h"O.D. tubular steel.
3. Continuous tube frame with inset top.
4. All tops feature 3" corner radius.
S. Formerly tha 300/301. 300/302 and 300/303
table models.
6. When ordering specify:
1) model number
2) top size
3) top finish
4) frame color s
7. Floor glides standard factory installed
KI
Compatible design table
series with 200 Series
Lounge Seating.
100G connector for
joining tables to
chairs and sofas.
lJ U
i •ot•^ .w�� C
F 4Y' b f •;. »1,4't '�1 d k ./ ✓ r •i ey, f�'.
�'" � � y � • .. t i t F� a't•;t7 �tkr'�C��I�'�; 1,��p� � ' E
J�
t.W, rr 7 xii ,yr °dxx�4 �, r
LM WON Imall,T
Koc �J tD �u�'�
I
. . . . . . .....
F�
U
4
'IMMoi
1 4
jL
�/z
Haskell N
System One
Pedestal Tables
Product features include:
• Tops with self -edge or vinyl t-molding in four colors
• Bases available In polished chrome or nine powdercoat colors
See page 7.1 for complete ordering information
Top Size Model No. Description Ship. Wt. Cu. Ft. Price
Square 30x30 PTS3030-2628XC 26" X-base, polished chrome, 54 3:3 $305
with self -edge top
287/8" High PTE3030-2628XC Same as above, with vinyl t-molding 54 3.3 305
36x36, PTS3636-3228LC 32" LX-base, polished chrome, 70 4.0 377
with stiff -edge top
.PTE3636-3228LC' Same as above, with vinyl t-molding 70 4.0 377
Round
30
PTS0030-2628XC
26" X-base polished chrome,
48
3.3
331
with self -edge top
287/s" High
PTE0030-2628XC
Same as above, with vinyl t-molding
48 ':
3.3
331
36
PTS0036-3228LC
32" LX-base, polished chrome,
62
4.0
407
with self -edge top
PTE0036-3228LC'
Same as above, with vinyl t-molding
62
4.0
407
42
PTS0042-3228LC
32" LX-base, polished chrome,
73
4.9
481
with self -edge top
_4
PTE0042-3228LC'
Same as above, with vinyl t-molding
73
4.9
f
48113
48
PTS0048-3828LC
38" LX-base, polished chrome,
93
6.3
496
with self -edge top
PTE0048-3828LC
Same as above, with vinyl t-molding
93
6.3
496
Rectangular
18x48
PTS1848-1628TC
16" T-base, polished chrome,
58
2.2
356
with self -edge top
287/8" High
PTE1848-1628TC
Same as above, with vinyl t-molding
58
2.2
356 i
18x60
PTS 1860-1628TC
16" T-base, polished chrome,
65
2.7
367
with self -edge top
PTE1860-1628TC
Same as above, with vinyl t-molding
65
2.7
367 t
2436
PTS2436-2028TC
20" T-base, polished chrome,
60
2.2
320
with self -edge top
PTE2436-2028TC
Same as above, with vinyl t-molding
60
2.2
320
2448
PTS2448-2028TC
20" T base, polished chrome
49
2.8
367
"
with self -edge top
PTE2448-2028TC
Same as above, with vinyl t-molding
49
2.8
367
•
2460
PTS2460-2028TC
20" T-base, polished chrome,
78
3.3
401
with self -edge top
PTE2460-2028TC
Same as above, with vinyl t-molding
78
3.3
401
30x48
PTS3048-2628TC
26" T-base, polished chrome,
80
3.3
390
with self edge top
PTE3048-2628TC
Same as above, with vinyl t-molding
80 '
3.3
390
'Available from Haskell QUICK -SHIP in Teak top with brown vinyl 1-molding and chrome base; Walnut top with black vinyl t-molding and chrome base;
_ or Arctic Gray top with gray vinyl t-molding and chrome base.
69
Bentley Conference Tables
11 a "Solid core tops with textured woodgrain
plastic laminate surface.
Available in self -edge only.
Legs feature matching laminate surface and
self -edge.
Table tops 192" and over are in two pieces.
Boat -shaped Table Top,
30 x 36 x 72"
One-piece top
G3-6B
Plastic laminate surface
36 x 48 x 96"
One-piece top
G4-8B
36 x 48 x 120"
One-piece top
G410B
/
36 x 48 x 144"
One-piece top
G412B
36 x 48 x 192
Two-piece lop
G416B
36 x 48 x 288"
Two-piece top
G424B
Rectangular Table Top.
Plastic laminate surface
30 x 60"
One-piece top
G255
36 x 72'
One-piece top
013-6
48 x 96"
One-piece top
G4-8
48 x 120"
One-piece lop
G410
48 x 144"
One-piece, lop
G412
48 x 192"
Two-piece top
G416
48 x 240"
Two-piece top
G420
48 x 288"
Two-piece lop
G424
Bentley tables
Value in conference
Krueger craftsmanship goes to work with ="
top-notch conference tables affordably priced.
Bentley conference tables combine rich looks
with sturdy 1,4 NovoplyIcore constructionfor tables that meet the expectations of both
board room and budget.
Gunstock Walnut, Natural Oak or English Oak 1
laminates wrap around the 1 14' " self -edge for
the look of real wood ... with a finish that resists
marring and cleans up with a damp cloth. 2"
slab base pedestals in matching grain laminate M .. ,
°-� have adjustable glides for a level surface. 36 x 48 x 144." Boat -shaped top. one-piece. Natural Oak 4iminate
Choose a rectangular or boat -shaped top,
solid with 2 pedestals up to 12, or 2-section top
.-. with 3 pedestals for longer tables.v„,,bM.`,
From mail room to board room... Krueger 1ih3k?"
tables are a sound business decision. . -
;j
kfuecipf.
commercial
FO. Box 8100
Green Bay, WI 54308-8100
telephone (414) 468-8100
1 % " Self -edge
nate
0 1989Krueger International, Inc Litho in USA Code CM-05500/UL589 ,
XNM-12 CONFERENCE MEDIUM
Xanas 11
Conference
Positioned on a stationary
carpet glide or with optional
casters, these chairs feature a
swivel mechanism for easy
access and a pneumatic lift for
effortless height adjustment.
arras 11 conference models
-e available in two back
?fights, with or without arms.
` XNL-14 CONFERENCE LOW
tr
HTM0440
42 Rd. x 291/4H
HMM0020-21
` 18x24x291/4H t'
I +�
. i f C'• 11��� iT i
F
ooi
r i ri �iN� i
Versatile Tables
.Haskell makes more table models (110) than virtually anyone else. That's a
comforting thought if you have unusual space or utility requirements. But if
that's not enough, we'll quote special sizes on request. Our steel tables are
known for heavy-duty construction. Examples: we electro-weld leg mounts
for firm alignment and add sturdy top stiffeners for durability. The tables
shown here have self -edged tops and chrome legs and are styled to
coordinate with our Hallmark and Marathon desks. There's a wide range of
paint colors and top materials. If you don't see the size or type you need,
your Haskell dealer will be happy to help you make a selection.
Cover: Conference Table
HTM0190 in Walnut
I
Haskell N
Computer
Support
Furniture
Series C
Size Model Description
Ship. Wt. Cu. Ft. Price
Fixed Height Tables 291/4Hx6OWx3OD CT060309 97 8 $324
291/4" and 261/2" High 291/4Hx48Wx30D CT048309 87 8 300
291/4Hx36Wx30D CT036309 70 8 274
291/4Hx24Wx30D CT024309 56 4.5 249
261/2Hx60Wx30D CT060306 94 8 311
261/2Hx48Wx30D CT048306 84 8 287
26'/zH06Wx30D CT036306 76 8 263
26'/2Hx24Wx30D CT024306 56 8 237
261/2Hx48Wx24D CT048246 82 8 274
26'/2Hx30Wx24D CT030246 56 4.5 237
261/2Hx24Wx24D CT024246 56 4.5 ' 217
Fixed Height Returns 291/4" High
48Wx24D CRR48249 Attaches on right of 29" C table 74 8 244
48Wx24D CRL48249 Attaches on left of 29" C table 74 8 244
36Wx24D CRR36249 Attaches on right of 29" C table 57 8 231
36Wx24D CRL36249 Attaches on left of 29" C table 57 8 231
Bi-Level Tables 291/4" High with Keyboard Platform
60WxWD CTR60309 Keyboard platform on right, fixed at 253/4" 99 8 386
60Wx3OD CTL60309 Keyboard platform on left, fixed at 253/4" 99 8 386
48Wx30D CTR48309 Keyboard platform on right, fixed at 253/4" 89 8 361
I 48Wx30D CTL48306 Keyboard platform on left, fixed at 253/4" 89 8 361
60Wx3OD CAR60309 Adjustable keyboard platform on right 99 8 396
60Wx3OD CAL60309 Adjustable keyboard platform on left 99 8 396
48Wx30D CAR48309 Adjustable keyboard platform on right 89 8 372
48Wx30D CAL48309 Adjustable keyboard platform on left 89 8 372
Combination Tables 291/4" High with Keyboard Platform and Paper Slot for printer
®. 60Wx3OD
CPR60309
Platform on right, fixed at 253/4", slot on left
98
8 435
60Wx3OD
CPL60309
Platforrp on left, fixed at 253/4", slot on right
98
8 435
60Wx3OD
CSR60309
Adjustable keyboard platform on right, slot
98
8 444
on left
60Wx3OD
CSL60309
Adjustable keyboard platform on left, slot
98
8 444
on right
Printer Stand 291/4Hx36Wx30D CPS36309
With paper shelf
Specify front or
261/2Hx36Wx30D CPS36306
With paper shelf
j rear opening
—Ib. 291/4Hx24Wx30D CPS24309
With paper shelf
261/2Hx24Wx30D CPS24306
With paper shelf
60
8
274
59
8
263
58
4.5
249
55
4.5
237
66
r
_
System One
Personal
F
Storage
S
sptk �!b
Y
x f l r ,y95P
i
�a
,
AL A
r-
Modified Square
Planters
Model
Side
Ht.
Opening
Model
Side
Ht.
Opening
Seamless one-piece molded fiberglass
■
IRS Series, IRS-0909
9
9
6 sq
IRS-1412
14
12
11 sq.
construction for strength.
Radius Squares IRS-0912
12
+1RS-1418
IRS-1414
14
18 4
Available in a wide range of standard
IRS-1112
11
12
8 sq.
IRS-1420
20
gloss smooth colors. Most models are
IRS - Ill 5
15
IRS-1425
25
also available in textured finishes. Matte
IRS-1120
20
IRS-1432
32
smooth finishes and custom colors are
IRS-1125
25
available at an upcharge. See price list
and color card.
IRS-1612
16
12
12 sq.
IRS-2015
20
15
16 sq.
IRS-1615
15
IRS-2018
18
All models have 11/2' high base except
IRS-1618
18
IRS-2025
25
those noted with ('); 3' base.
IRS-1815
18
15
14 sq.
IRS-2206
22
6
18 sq.
IRS-1820
20
IRS-2215
15
IRS-1825
25
IRS-2221
21
IRS-1832
32
IRS-2225
25
IRS-2406
24
20 sq.
IRS-3616`
36
16
29 sq.
IRS-2415
155
IRS-3621 `
21
IRS-2420
20
IRS-3627`
27
IRS-2426
26
architectural
fibargla55
A division of Krueger
P.O. Box 8100
Green Bay, Wisconsin 54308
telephone (414) 468-8100
Litho m USA. Code AFO.331llIP384
s
THE. -
RALt
I Nim I Lle� t
to
VA i IIA
} 4i
�i
^(1
IN
1.
ytf
-
4YY five �k r
Pik
f
g,o-; krY.e«.�^a�,•txrrq..-,,,-sn?!.;+Kragra�w-ni::ts�
-3
5f"afc�:x®i'+�F,•.i-�rT•sFs`ii'i+� a�'t�`^:rd+s"�Hdl�ii�
....,
`was �-:i•i•, ` 17 ,., a.4!l:, k2x°}:!� �t1:•.'•�
3.�
3313
3323
3312
3322
2" HIGH -,DRAWER CABINETiS
34"A" Wide x 1056" High Cabinets
Catalog
Drawer
Drawer
Drawer .
No. of
No. of
Cabinet
No.
Height
Width
Depth
Drawers
Compartments
Depth
32
2'
4'/4 "_
11 "
32
96
12'
34
2'
55/,"
11"
24
72
12'
2`
41h "
Ill
16
96
12"
36
l 2'
6"
11"
12
72
12"
All units shipped with 2 dividers per drawer
341/a Wide x 1054" High Cabinets
Catalog
Drawer
Drawer
Drawer
No of
No of
Cabinet
No
Herght
.�_4Y4.---t7"-----32---•-----96--
Widlh
Depth
Drawers
Compartments
Depth
33--.__..2"
18"
35
2"
554'
1.7"
24
72
18'
` 2"
4t/"
17"
16
96
18'
37
{
tt 2'
6"
17"
12
72
1W
All units shipped with 2 dividers per drawer.
Note: The above cabinets fit all makes of 36" wide shelving.
Stock color on above cabinets is office gray_ See page 3 for
other colors.
36" Wide x 431/6"
High Cabinets (Counter High)
Catalog Drawer
Drawer Drawn,
NO. of
No of
Cabinet
No. Height.
Width Depth
Drawers
COmpailments
-Depth
3313 2"
----2'
4'/4" 11"
- --
96
288
12'
3312
— --72-
55/ ill
----
216
12'
3323 2"
41/4 17"
96
288
18'.
3322. 2"
55/' 17"
72
216
18
All units shipped with
2 dividers per drawer.
45/"
HIGH JUMBO DRAWER CABINET
8"
'Wide x 193/4" High Cabinets
r%`:N u..
Catalog
Cabinet Drawer Drawer
No. of
No. of
No.
Depth Width Depth
Drawers
Compartments
3629
12" 5s/n" 11 "
18
54
3689
18" 554" 17"
--�
18
54
3626
12' 8'/1" 11 "
- -18,------8_%'
12
36
`!
3686
-- 17'
12
36
i/3689
3620
12"�— 11 1/4 " ill
9
27
3680!
18' — —11 1/4 " 17"
_
9
27
Note: Above cabinets are stock color office gray. See pg. 7 for other colors.
36" Wide x 4314"
High Cabinets (Counter High)
Gatabo
Cabinet
Drawer
Drawer
No. of
No. of -
•a No
Depth
Width
Depth
Drawers.
Compartments
yr. - ..-'--
_ 3350
- .......
12"
_.� —'--
11 /4
-----_.�.---------'—
ill
21 (7 rows of 3)
63
3360
18'
_11 '/A
17' _
21 (7 rows of '3)
63
3351--
12"
8'/"
11"
28 (7 rows of 4)
84
3626136M —100 3361
18"
8%,
17"
28 (7 rows of 4)
-- , 3352
12'
S5/"
if"
42 (7 rows of 6)
126
3620/3680
3362
18"
554' 17"
42 (7 rows of 6) 126
Note: All units have 2 scoop dividers per drawer. Specify it straight dividers preferred.
36" Wide x 7'111/8" High Cabinets & Combination Units
Catalog
No.
Cabinet
Depth
Drawer
Width
Drawer
Depth
No. of
Drawers
No. of
Bins
3952
12"
55/e"
11"
78 (13 rows of 6)
—
3962
18"
55/8"
17"
78 (13 rows of 6)
—
3951
12"
81/8"
11"
52 (13 rows of 4)
—
3961
181,
83/811
17"
52 (13 rows of 4)
—
3950
12"
111/4"
11"
39 (13 rows of 3)
—
3960
18"
111/41'
17"
39 (13 rows of 3)
—
3956
12"
12" -
12"
1 1 1/4"
83/8"
55/8"
ill,
11"
11"
15 (5 rows of 3)
16 (4 rows of 4)
24 (4 rows of 6)
—
—
—
3966
18"
18"
18"
111/4"
8V8"
55/V'
17"
17"
.17"
15 (5 rows of 3)
16 (4 rows Of 4)
24 (4 rows of 6)
—
—
—
_
3852
12"
5me,
ill,
54 (9 rows of 6)
6
3862
18"
55/811
17"
54 (9 rows of 6)
6
3851
12"
81/8"
1 1"
36 (9 rows of 4)
6
3861
18"
83/V
17"
36 (9 rows of 4)
6
3850
12"
_
111/41,
1 1"
'27 (9 rows of 3)
6
3860
18"
111/4"
17"
27 (9 rows of 3)
6
Note: All units have 2 scoop dividers per drawer. Specify iI straight dividers preferred
+�': f ` � '$�,�b1a°.`-irk' '�� �„� • - r '_ � r �a �d
f�W h �'ciiS " " I {r'
�.BT iYTtS'! "•m,,,.� a .s.� '
• �,4rr' JM.Y % ar X.... K,. _ - . � . �'r+� - a......r,.
� rr+
L
y �L 4w-
N.•"
.,,� � � 33'r�•.r'.. �" +-""� a .Y �.
.77 ..i>e
•M =
.r'r '
Aim
Also see tablefor drawers per row.
EQUIPTO 53
GEN I UHY CON-tAINERS FOR MORE EFFICIENT STORAGE
_�iI
rt
one-piece construction with
smooth, rounded corners make
Equipto Century Containers
ideal for effective storage of
liquid or solid materials. Simply
designed with beveled fronts
and raised bottom runners, for
easy handling and long service.
Rugged containers in 3 attractive
colors hold up to 150 lbs. of hard-
ware. 5A gallons of liquid-1250
cubic inches of storage capacity.
Stackable, portable, practical.
Comply with USDA avid FDA reg-
ulations for use in food industry.
Color code contents as you
enhance work environments.
r 22"..-
L
Cat. No. Color
•---1 8501 W White
8501 Y Yellow
8501 B Blue
(Shipped in cartons of ten.
Equipto containers fit 3across
in mobile and stationary shelv-
ing units for concentrated
storage.
Use containers singly or combine in stock trucks, shelving and cabi- Century Containers placed on
nets. Stack 30 nested containers 4' high or use on conveyors and stock truck (161D) let you effi-
skids. Use 3 colors to code your items for better inventory control. ciently collect, transport and store
a variety of items.
II
i
}
A"
168 Serie '
94.05 Series .
"' 94 10 Series
95-10
Series
Use Century Containers in efficient
Catalog No.
unit
Catalog No
Standard. or Iron Grip shelving
Without
Capably
% ilh Containers
Size of Unit
pescriplion
Containers
(conlainers)
White
Yellow
Blue
Width
Depth
Height
units for organized, secure and ac-
4-shelf unit
cessible material storage. Sta
(counter high)
94-05
12
94W05
94Y05
94B05
36"
18"
431k"
tionary and mobile units can be
10-shelf unit
94-10
27
94W10
94Y10
941310
36"
18"
84"
used singly, or in combination with
benches, racks, etc. —wherever
10-shelf Iron Grip unit
95710
27
95W10
95Y10
951310
36"
24"
84"
you need container storage.
w/2 doors
Lockable, double -door units keep
4-shelf Iron Grip unit
95-05
12
95W05
95Y05
951305
36"
24"
4314"
contents secure and clean.
w/2 doors
Mobile Stock Truck
161 D
9
161 DW
161 DY
161 DB
36"
24"
33"
(3 trays)
Mobile Stock Truck
168D
18
168DW
168DY
168DB
36"
24"
60"
(6 trays)
Stock color office gray. See page 3 for other colors.
EQUIPTo
55
BENCHESRZ
ice...
i
Carefully engineered for rugged
use and easy assembly, Equipto
Series 2400 Open Leg Benches
are extremely versatile units.
Completely modular, completely.
flexible —with Variations to
match any work area re-
quirements. A full range of
easily -added accessories further
expand your options.
The Equipl:) 2400 Series open leg.
bench with full lower shelf and
enclosed bop is a rugged and ver-
satile work center. Strong, channel -
formed legs are arc -welded
together fc r lifetime solidity. For
additional :;trength and rigidity,
Equipto ao is heavy -gauge back
stringers. r%convenient botlorn
shelf, provides storage space within
a bench, so parts, supplies and
toots can be kept right where
they're ner:ded. By adding elec-
trical receptacles to bench legs,
you gain plug-in capability just a
short reacti from where power
tools are stored, without worry of
cords being draped over the work
area. To these features add
Equipto designed -in versatility:
When using multiple benches in
continuous rows, one leg supports
two benches. Lag holes permit
easy attachment to floor. Con-
veniently lucated holes allow easy
attachment of accessories ranging
from drawers and shelves to outlet
strips and mail sorters. Available in
2 depths, 3 heights and 2 lengths,
with 5 different bench top
materials.
Lock it up!
All drawers accept standard
padlocks, or order #10405 key
locks, keyed either differently or
alike.
Top
Choice of 5 types: 12 gauge
(.104") steel; tempered hardboard
bonded to 12 gauge steel; fie" res-
in wood bonded to wood block
core (1V4" thick); solid laminated
hard maple (M" thick); conduc-
tive anti -static (1t/4" thick).
2400 Series
Drawers
Pilfer -proof, enclosed frame, in 2
widths and heights, for mounting
up to 3 wide and 3 high. Drawer
has full suspension roller action,
with rounded fronts, rear stops,
latch, hasp and knockout for locks.
1x :T9
Electrical Knockouts
Bench legs accept regular outlets,
both front and rear, with room for a
i/a conduit down the inside of the
leg rib. Allows convenient, safe use
of power tools right at your
bench site.
Width
Top Material
29" Deep (or Conduonded ti a 30" Deep)
29' High Leg' 311/4" High Leg' 331R" High Leg'
2ir High Leg'
36" Deep
31 W High Leg'
33+2" High Leg'
5'
12 Gauge Steel
2421-5
2422-5
2423-5
2431-5
2432-5
2433-5
5'
Hardboard on Steel
2421-5M
2422-5M
2423-5M
2431-5M
2432-5M.
2433-5M
5'
Bonded Wood
2421-5B
2422-5B
2423-5B
2431-5B
2432-5B
2433-5B
5'
Laminated Maple
2421-5W
2422-5W
2423-5W
2431-5W
2432-5W
2433-5W
5'
Conductive
2421-5C
2422-5C
2423-5C
2431-5C
2432-5C
2433-5C'
6' '^
12 Gauge Steel a
2423-6 a
2431-6
2432-6
2433-6
6'
Hardboard on Steep
2421-6M
2422-6M
2423 6M
2431-6M
2432 6M
2433 6M
6'
Bonded Wood
2421-6B
2422-6B
2423-6B
2431-66
.2432-6B
2433-6B
6'
Laminated Maple
2421-6W
2422-6W
2423-6W
2431.6W
2432-6W
2433-6W
6'
Conductive
2421-6C
2422-6C
2423-6C
2431-6C
2432-6C
2433-6C
'Actual bench working height depends on type of top.
Steel top benches have no identifying letter.
Letter codes mean: M—Hardboard on steel; B—Bonded wood; W—Laminated maple; C—Conductive
108 EQUIPTO
Stock color office gray. Seepage 3 for other colors. , /�
-
1V
OPEN LEG BENCi
LA
L.-
The Equipto 2500 Series
bench —an open, module style
unit with standard features that
revolutionize bench efficiency.
Everything to accommodate
your situation —counter, shelf
and drawer space in one rugged
unit —in 60 sizes and types.
With Equipto 2500 Series benches
you can customize more than ever,
to fit your work area requirements.
Available in a range of sizes, these
durable units feature a choice of
five tops; channel steel legs with
electrical knockouts for plug -ins
full bottom shelf; one No. 220
bench drawer with a latching
handle and provision for padlock;
back and end rails to keep item
from sliding off the top; and a 12"
deep aerial shelf with back stop.
Bench top choices of steel, hard-
board on steel, bonded wood,
conductive, or laminated maple.
Additional aerial shelves can be
bolted on top of the one supplied,
and fitted with outlet strips,
drawers, etc. Underbench
storage is easily expanded by
adding more drawers. See Bench
Parts and Accessories.
Lock it up!
All drawers accept standard
padlocks, or order #10405 key
locks, keyed either differently
or alike.
Tops.
Choice of 5 types: 12 gauge
(.104") steel; tempered hardboard
bonded to 12 gauge steel; fib" res-
in wood bonded to wood block
core (1:Y4' thick); solid laminated
hard maple (1�W' thick); conduc-
tive anti -static (1 V4" thick)
1� 2500 Series
Drawers
Pilfer -proof, enclosed frame, in 2
widths and heights, for mounting
up to 3 wide and 3 high. Drawer
has full suspension roller action,
with rounded fronts, rear stops,
latch, hasp and knockout for locks.
l� J_
Electrical Knockouts
Bench legs accept regular outlets,
both front and rear, with room for a
1/2" conduit down the inside of the
leg rib. Allows convenient, safe use
of power tools right at your
bench site.
Width
Top Material
29' Deep (Wood, Bonded Wood
or Conductive 30" Deep)
29" High Leg' 311/4' High Leg' 33W High Leg'
29" High Leg"
36' Deep
311/4' High Leg'
331Y High Leg'
5'
12 Gauge Steel
2521-5
2522-5
2523-5
2531-5
2532-5
2533-5
5'
Hardboard on Steel
2521-5M
2522-5M
2523-5M
2531-5M
2532-5M
2533-5M
5'
Bonded Wood
2521-5B
2522-5B
2523-5B
2531-5B
2532-5B
2533-5B
5'
Laminated Maple
2521-5W
2522-5W
2523-5W
2531-5W
2532-5W
2533-5W
5'
Conductive
2521-5C
2522-5C
2523-5C
2531-5C
2532-5C
2533-5C
6';:= ::;t2
Gauge Steel.
.e,2523 6 {
2531-6
2532-6
2533-6
6'
Hardboard on Steel
2521-6M
2522-6M
2523-6M
2531-6M
2532-6M
2533-6M
6'
Bonded Wood
2521-6B
2522-6B
2523-6B
2531-6B
2532.6B
2533-6B
6'
Laminated Maple
2521-6W
2522-6W
2523-6W
2531-6W
2532-6W
2533-6W
6'
Conductive
2521-6C
2522-6C
2523-6C
2531-6C
2532-6C
2533-6C
'Actual bench working height depends on type of top.
M—Hardboard on steel; B—Bonded wood; W—Laminated maple; C—Conductive
110 EQUIPTo Stock color office gray. See page 3 for other colors. /
t/
OPEN LEG BENCH
RIES
Equipto Open Leg Benches are
carefully engineered with the
` flexibility for planned expan•
r line
cr
neat Outlet
Sion. Our complete of parts
and accessories allow you to
2
-
Bench Top
custom build bench units from¢F
.
Back Rail
scratch, or expand, modify and
[Rawer. I
�"
adapt existing units to keep up
�
rrabtnet ,
12 Gauge
with changing requirements—
9� 9
�
� ��
Steel Top
with assured Equipto quality
a,
and performance. Make your.
Double Drawer
people more efficient with these
a
, r , ,a �L -
unit #220-2
helpful accessories.
':'Little Gemm
fits in drawer
Tops
Bench Legs
Back and End Rails
Continuous Rows
^^
Choice of 5 tops: 12 gauge (.104')
Welded, one-piece steel units
Description wt.. Catalog No
Using one leg to support adjoining
steel; temoered hardboard bond-
seamed for strength and safety.
bench parts (above) saves both
5' back rail 6 lbs. 7402
;.
ed to 12 gauge steel; W resin
Depth Height Weight
Catalog No.
6' back rail 7 7403
money and space when creating
wood bonded to wood block core
zg,n" 29 t a lbs.
9921
29" right end raft 3 7412A
continuous rows of side -to -side
+■'": c
(1-V4" thick; solid laminated hard
261e 31'A" 15
9922
29' left end rail 3 7412L
6" right end rail a 7413R
legs are
benches. Equipto bench I
?`
maple (1-V4" thick); conductive
28'h" 33'h" 16
34l 29" t5
9923
9931
36" left end rail a 7413E
engineered with double sets of
?Gc;
anti -static (1 Y4" thick).
3414" 31 v4" 16
9932
#8 Drawer Cabinet
fastening holes for attaching tops,
341h 3314" 17
9933
Welded, cabinet unit fits
back stringers and shelves. When
—•:` .
a- ••
Steel Tops (12 gauge)
Aerial Shelves
ench
between bench counter and aerial
b
benches are used singly, the outer
Depth Woo Weight Catalog No.
May be bolted on top of
another.:
shelf for convenient, easy access
leg holes are used; when attached
29' 5' 64 lbs. 11434
Height Depth Firs
catalog No.
drawer Storage.
in rows of multiple units. the inner
p
29" 6` 78 11436
ta" t2" 5' bench
225-5
holes are used to provide common
r•.y',°:
36'. 5' 75 11440
14" 1T 6' bench
226-72
Description catalog No
leg support for 2 units. Economy,
rI
36' 6` 90 11442
Electrical Outlet Strip
231wx9VrHxtz'D with 8
with no loss of. Structural strength.
y „
Hardboard on 12 ga. Steel
Fits
Catalog No.
8 No. 8505 drawers
(See 3W' High Drawers. Pg. 49)
Order parts from this table to
x
29' 5' 74 tbs. 11435
custom design your own bench
`
29' 6' 90 11437
5bench
'
6' bench
219-5
219-6
Little Gem Drawer Trays
rows. Achieve the efficiency that
'
.6. 5' 86 11441
36' 6' 103 11443
.
Entrance end fining
2010
Description Catalog No.
running work space provides—
ar
Bonded Wood, 1/." thick
for connecting W'
conduit or ex to above.
simply and without unnecessary
duplication of paris..Add Equipto
30' S' 85 itis: 12348
W. 6' 100 - 12349
Bottom Shelves
Flat Bottom Type B; i
accessories to achieve full bench
36' S' 100 12351
5'
Size Weight
Catalog No.
16 adj. Compartments
®
efficiency in multiple unit
36' 100 12352
z
12hk5' 19 lbs.
6121
Drawers for Benches
assemblies.
9;
Laminated Maple, 1/," thick
122h"x6' . 25 tbs
6122
Y
30` 5' 88 tbs. 123M
Stringers
Bae ers
Hgt. Width Depth
wt. Cat. No.
30' 6' 105 12340
Size weigh
Catalog No.
6'/ 15' 23°h'
27 lbs. 220
36' 5' 105 12342
. Yes.; 15".••`•',.-'{:,xar...n2.�.:-.�.w.n.
.e6 _..i �; .e.:l.._.. �,2�
`
36- 6' 125 12343
5' 7tbs.
10252
a - 34
18 /< 15" 23 /
65 220.3
6' 8 tbs.
10253
6IA 15` 233h"
27 221A
Conductive, lV4" thick
Locks
73/ " 211/2' 232/.'
33 222
..,
30" 5' 63lb& 12305
151/2, . 211/2" 2314
,
23 V. ` 211/2' 23'h'
62 222.2
91 222-3
30' 6' 75 12306
Description
Catalog No
7'/.• 1/2' 231/a'
21
33 223A3A
My lock
10405
6` 6' 90 12316
Master key
10405M
:Stock color office gray. See page 3 for other colors.
Ec;iufpTo 1t1
CITY OF LUBBOCK
SPECIFICATIONS
for
TITLE: OFFICE FURNITURE MUNICIPAL HILL PROJECT
ADDRESS: 600 MUNICIPAL DRIVE
.-. BID NUMBER: 10785
PROJECT NUMBER: 2113-551103-9428
CONTRACT PREPARED BY: Purchasing Department
r
(This page left blank intentionally)
INDEX
PAGE
1. NOTICE TO BIDDERS..........................................................................................3
2. GENERAL INSTRUCTIONS TO BIDDERS............................................................................4
3. BID PROPOSAL - BID FOR LUMP SUM CONTRACTS.................................................................10
4. PAYMENT BOND..............................................................................................13
5. PERFORMANCE BOND..........................................................................................16
6. CERTIFICATE OF INSURANCE..................................................................................19
7. CONTRACT................................................................................. ......21
8. GENERAL CONDITIONS OF THE AGREEMENT.......................................................................23
9. CURRENT WAGE DETERMINATIONS...............................................................................41
10. SPECIFICATIONS............................................................................................42
11. SPECIAL CONDITIONS........................................................................................43
12. NOTICE OF ACCEPTANCE.......................................................................................45
-2-
(This page left blank intentionally)
NOTICE TO BIDDERS
-3-
(This page left blank intentionally)
NOTICE TO BIDDERS
BID # 10785
Sealed proposals addressed to Gene Eads, C.P.M., Purchasing Manager, City of Lubbock, Texas, will be
received at the office of the Purchasing Manager, 1625 13th St., Room L-04, Lubbock, Texas, 79401, until
2:00 o'clock a.m. on the 23rd day of August, 1990, or as changed by the issuance of formal addenda to all
planholders, to furnish all labor and materials and perform all work for the construction of the following
described project:
..M
OFFICE FURNITURE MUNICIPAL HILL PROJECT
After the expiration of the time and date above first written, said sealed proposals will be opened
by the Purchasing Manager at his office and publicly read aloud.
It is the sole responsibility of the bidder to insure that his bid is actually in the office of Gene
Eads, Purchasing Manager for the City of Lubbock, prior to the expiration of the date above first written.
The City Council will consider the bids on the 13th day of September; 1990, at Municipal Bldg.,
Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or
all bids and waive any formalities. The successful bidder will be required to furnish a performance bond
and payment bond in accordance with Article 5160, Vernon's Ann. Civil St., in the amount of 100% of the
total contract price in the event that said contract price exceeds $25,000.00. Said statutory bonds should
be issued by a company carrying a current Best Rating of B or superior, as the rating of the bond company is
a factor that will be considered in determination of the lowest responsible bidder. If the contract price
does not exceed $25,000.00 the said statutory bonds will not be required.
Bidders are required, whether or not a payment or performance bond is required, to submit a
cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a
.� reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less
than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and
execute all necessary bonds (if required) within 10 days after notice of award of the contract to him.
It shall be each bidders sole responsibility to inspect the site of the work and'to inform himself
regarding all local conditions under which the work is to be done. It shall be understood and agreed that
all such factors have been thoroughly investigated and considered in the preparation of the bid submitted.
The plans, specifications, proposal forms and contract documents may be examined at the office of
the Purchasing Manager for the City of Lubbock, Texas.
Attention of each bidder is particularly called to the schedule of general prevailing rate of per
diem wages included in the contract documents on file in the office of the Purchasing Manager of the City of
Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is
^� further directed to provision of Article 5159a, Vernon's Ann. Civil St., and the requirements contained
therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as
heretofore established by owner in said wage scale.
The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant
to this advertisement, minority and women business enterprises will be afforded equal opportunities to
submit bids in response to this invitation and wiLL not be discriminated against on the grounds of race,
color, sex, or national origin in consideration for an award.
There wiLL be a pre -bid conference on 13th day of August, 1990, at 10:00 o'clock a.m., Committee
Room 103, Municipal Building, 1625 13th Street.
CITY Of LUBBOCK
BY: Gene Eads, C.P.M.
Purchasing Manager
ADVERTISEMENT FOR BIDS
BID # 10785
Sealed proposals addressed to Gene Eads, C.P.M., Purchasing Manager, City of Lubbock, Texas, will be
received at the office of the Purchasing Manager, Municipal Building, 1625 13th street, Room L-04, Lubbock,
Texas, 79401 until 2:00 o'clock p.m. on the 23rd day of August, 1990, or as changed by the issuance of
formal addenda to all planholders, to furnish all labor and materials and perform all work for the
construction of the following described project:
M
OFFICE FURNITURE MUNICIPAL HILL PROJECT
After the expiration of the time and date above first written, said sealed proposals will be opened
.�. by the Purchasing Manager at his office and publicly read aloud.
The plans, specifications, proposal forms and contract documents may be examined at the office of
the Purchasing Manager for the City of Lubbock, Texas.
Attention of each bidder is particularly called to the Schedule of General Prevailing Rate of Per
Diem Wages included in the contract documents on file in the office of the Purchasing Manager of the City of
Lubbock, Texas. Each bidder's attention is further directed to the provisions of Article 5159a, Vernon's
Ann. Civil St., and the requirements contained therein concerning such wage scales and payment by the
contractor of the prevailing rates of wages as heretofore established by the City of Lubbock.
The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant
to this advertisement, minority and women business enterprises will be afforded equal opportunities to
.-. submit bids in response to this invitation and will not be discriminated against on the grounds of race,
color, sex, or national origin in consideration for an award.
There will be a prebid conference on 13th day of August, 1990, at 10:00 o'clock a.m., Committee Room
103, Municipal Building, 1625 13th Street.
BY: Gene Eads, C.P.M.
PURCHASING MANAGER
(This page left blank intentionally)"
El
GENERAL INSTRUCTIONS TO BIDDERS
-4-
(This page left blank intentionally)
GENERAL INSTRUCTIONS TO BIDDERS
1. SCOPE OF WORK
The work to be done under the contract documents shall consist of the following:
To provide office furniture and furnishings for the Municipal Hill project.
The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to
complete this project in accordance with contract documents.
2. CONTRACT DOCUMENTS
All work covered by this contract shall be done in accordance with contract documents described in the Gen-
eral Conditions.
r-.
All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents
for the construction of this project and shall be responsible for the satisfactory completion of all work
contemplated by said contract documents.
3. PLANS FOR USE BY BIDDERS
It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project
covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a
bid without charge of forfeiture of deposit. The contract documents, may be examined without charge as
noted in the Notice to Bidders.
4. TIME AND ORDER FOR COMPLETION
►-- The construction covered by the contract documents shall be fully completed within 90 (NINETY) calendar
days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful
bidder.
The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however,
the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated
by the contract documents. In the event the City requires a progress schedule to be submitted, and it is
determined by the City that the progress of the work is not in accordance with the progress schedule so sub-
mitted, the City may direct the Contractor to take such action as the City deems necessary to insure comple-
tion of the project within the time specified.
5. PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of
the contract documents.
6. AFFIDAVITS OF BILLS PAID
The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor
to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of
the improvements contemplated by the contract documents have been paid in full and that there are no claims
pending, of which the Contractor has been notified.
-5-
7. MATERIALS AND WORKMANSHIP
The intent of these contract documents is that only materials and workmanship of the best quality and grade
will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail
will not relieve the Contractor of full responsibility for providing materials of high quality and for pro-
tecting them adequately until incorporated into the project. The presence or absence of a representative of
the City on the site will not relieve the Contractor of full responsibility of complying with this provi-
sion. The specifications for materials and methods set forth in the contract documents provide minimum
standards of quality which the Owner believes necessary to procure a satisfactory project.
8. GUARANTEES
All equipment and materials incorporated in the project and all construction shall be guaranteed against de-
fective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a
written general guarantee which shall provide that the Contractor shaLL remedy any defects in the work, and
pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear
within ONE year from date of final acceptance of the work as a result of defective materials or workmanship,
at no cost to the Owner (City of Lubbock).
9. PLANS FOR THE CONTRACTOR
The contractor will be furnished one set of plans and specifications, and related contract documents for his
use during construction. Plans and specifications for use during construction will only be furnished di-
rectly to the Contractor. The Contractor shall then distribute copies of plans and specifications to sup-
pliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Con-
tractor.
10. PROTECTION OF THE WORK
The Contractor shall be responsible for the care, preservation, conservation, and protection of all materi-
als, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construc-
tion, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid
for such work, until the date the City issues its certificate of completion to Contractor. The City re-
serves the right, after the bids have been opened and before the contract has been awarded, to require of a
bidder the following information:
(a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by
the proposed contract and all work in progress with bond amounts and percentage completed.
(b) A sworn statement of the current financial condition of the bidder.
(c) Equipment schedule.
11. TEXAS STATE SALES TAX
This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions
of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act.
The Contractor must obtain a Limited sales, excise and use tax permit which shaLL enable him to buy the ma-
terials to be incorporated into the work without paying the tax at the time of purchase.
.6-
12. PROTECTION OF SUBSURFACE LINES AND STRUCTURES
It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in
such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines,
conduits or other underground structures which might or could be damaged by Contractor during the construc-
tion of the project contemplated by these contract documents. The City of Lubbock agrees that it will fur-
nish Contractor the location of all such underground lines and utilities of which it has knowledge. How-
ever, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such under-
ground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by
this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas,
at Contractor's expense.
P+ 13. BARRICADES AND SAFETY MEASURES
The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger sig-
nals, and shall take such other precautionary measures for the protection of persons, property and the work
as may be necessary.
The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and
lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and re-
placed by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barri-
cades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of
... acceptance of the project.
14. EXPLOSIVES
The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor
from the City. In all cases where written permission is obtained for the use of explosives, the Contractor
shall assume full responsibility for all damage which may occur as a direct or indirect result of the blast-
ing. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost
care so as not to endanger life or property and the Contractor shall further use only such methods as are
currently utilized by persons, firms, or corporations engaged in similar type of construction activity.
Explosive materials shall not be stored or kept at the construction site by the Contractor.
In all cases where explosives are to be used during the construction of the project contemplated by this
contract, it shall be the duty of the Contractor to notify each utility company having structures (above or
below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such
notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem
�- necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of
responsibility for any damage resulting from his blasting operations.
.r,
15. CONTRACTOR'S REPRESENTATIVE
The successful bidder shall be required to have a responsible local representative available at all times
while the work is in progress under this contract. The successful bidder shall be required to furnish the
"^ name, address and telephone number where such local representative may be reached during the time that the
work contemplated by this contract is in progress.
16. INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required
in the General Conditions of the contract documents, from an underwriter authorized to do business in the
State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written
-7-
notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or
change. All policies shall contain an agreement on the part of the insurer waiving the right to subroga-
tion.
The insurance certificates furnished shall name the City as an additional insured and shall further state
that all subcontractors are named as additional insureds, or in the alternative, shall be accompanied by a
statement from the Contractor to the effect that no work on this particular project shall be subcontracted.
17. LABOR AND WORKING HOURS
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages
included in these contract documents. The wage rate which must be paid on this project shall not be less
than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The
bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil
Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations there-
under. The inclusion of the schedule of general prevailing rate of per diem wages in these contract docu-
ments does not release the Contractor from compliance with any wage law that may be applicable. Construc-
tion work under this contract requiring an inspector will not be performed on weekends or holidays unless
the following conditions exist:
(1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary
service to its citizens.
(2) Delays in construction are due to factors outside the control of the Contractor. The Contractor is
approaching the penalty provisions of the contract and Contractor can show he has made a diligent
effort to complete the contract within the allotted time.
Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor
must notify the Owner's Representative not less than three full working days prior to the weekend or holiday
he desires to do work and obtain written permission from the Owner's Representative to do such work. The
final decision on whether to allow construction work requiring an inspector on weekends or holidays will be
made by the Owner's Representative.
In any event, if a condition should occur or arise at the site of this project or from the work being done
under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately
commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition
so that it is no longer dangerous to property or life.
18. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project
under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without
discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the
site of the work shall not later than the seventh day following the payment of wages, file with the Owner's
Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name
of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The
affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deduc-
tions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon.
The Contractor must classify employees according to one of the classifications set forth in the schedule of
general prevailing rate of per diem wages, which schedule is included in the contract documents.
-8-
The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten
dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such
laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set
forth in the schedule of general prevailing rate of per diem wages included in these contract documents.
19. PROVISIONS CONCERNING ESCALATOR CLAUSES
Proposals submitted containing any conditions which provide for changes in the stated bid price due to in-
creases or decreases in the cost of materials, labor or other items required for the project will be re-
jected and returned to the bidder without being considered.
20. PREPARATION FOR PROPOSAL
The bidder shall submit his proposal on forms furnished by the City. All blank spaces in the form shall be
correctly filled in and the bidder shall state the price both in words and numerals, for which he proposes
to do the work contemplated or furnish the materials required. Such prices shall be written in ink, dis-
tinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the
price written in figures, the price written in words shall govern. If the proposal is submitted by an indi-
vidual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm,
association, or partnership, the name and address of each member must be given and the proposal signed by a
member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by
a company or corporation, the company or corporate name and business address must be given, and the proposal
signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign
proposals must be properly certified and must be in writing and submitted with the proposal. The proposal
shall be executed in ink.
Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and
endorsed on the outside of the envelope in the following manner:
(a) Bidder's name
(b) Proposal for (description of the project).
Bid proposals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids,
but no proposal may be withdrawn or altered thereafter.
21. BOUND COPY OF CONTRACT DOCUMENTS
Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the fol-
lowing:
(a) Notice to Bidders.
(b) General Instructions to Bidders.
M.. (c) Bidder's Proposal.
(d) Statutory Bond (if required).
(e) Contract Agreement.
(f) General Conditions.
(g) special Conditions (if any).
(h) specifications.
(i) insurance Certificates.
M All other documents made available to bidder for his inspection in accordance with the Notice to
Bidders.
If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered
incorporated by reference into the aforementioned contract documents.
-9-
(This page left blank intentionally)
s-,
r-
BID PROPOSAL
-10-
(This page left blank intentionally)
BID PROPOSAL
BID FOR LUMP SUM CONTRACTS
PLACE Municipal Hill Project
DATE 8-30"90
"PROJECT NO. 2113-551103-9428
Proposal of THE BAIM COMPANY
(Hereinafter called Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas. (Hereinafter called Owner)
Gentlemen:
The Bidder, in compliance with your invitation for bids for the construction of:
Furniture and Shelving Delivered and Installed
t
i"
}
having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other
related contract documents and the site of the proposed work, and being familiar with all of the conditions
surrounding the construction of the proposed project including the availability of the materials and labor, hereby
proposes to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans,
specifications and contract documents, within the time set forth therein and at the price stated below. The price
to cover all expenses incurred in performing the work required under the contract documents, of which this proposal,'
is to be a part, is as follows:
BID PACKAGE JEighty-Eight Thousand, Five Hundred Fifty Dollars & Forty Three Cents (E 88,550.43 )
(FURNITURE)
i BID PACKAGE 2 Fifteen Thousand, Three Hundred Ninety -Five Dollars & Sixty Cents (y 15,395.60
(SHELVING) i
(Amount shall be shown in both words and figures. In case of discrepancy, the amount shown in words shall Qovern.)
Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written
"Notice to Proceed' of the Owner and to fully complete the project within 70-80 calendar days as
stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as
Liquidated damages the sum of $50.00 for each consecutive calendar day in excess of the time set forth hereinabove
for completion of this project, all as more fully set forth in the general conditions of the contract documents.
l
Bidder understands and agrees that this bid proposal shall be completed and submitted in accordance with in¢truction
} number 20 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
bidding. I
� � I
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days
after the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this bid and he further agrees to
commence work on or before the date specified in the written notice to proceed, and to substantially complete the
work on which he has bid; as provided in the contract documents.
Enclosed with this proposal is a Cashier's Check or Certified Check forFive 'Thousand, One Hundred Ninety Suefl.Dollar
Dollars (E 5,197 31 or a Proposal Bond in the sum of 1 it y L Dollars (S ),
which it is agreed shall be collected and retained by the owner as liquidated damages in the event the proposal is
accepted by the Owner and the undersigned fails to execute the necessary contract documents and the required bond
(if any) with the owner within ten (10) days after the date of receipt of written notification of acceptance of said
proposal; otherwise, said check or bond shall be returned to the undersigned upon demand.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract
documents made available to him for his inspection in accordance with the Notice to Bidders.
THE BAKER COMPANY
r- Contractor/
By
Kt
/t.
(Seal if Bidder is a Corporation)
ATTES
Secre ry
r-
,.. PAYMENT BOND
r-�
-13-
(This page left blank intentionally)
STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 5160
OF THE REVISED CIVIL STATUTES OF TEXAS
AS AMENDED BY
ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION,
1959
KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as
Principal(s), and
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter
called the Obligee), in the amount of Dollars (S ) lawful money of
the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, adminis-
trators, executors, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the day of
, 19_, to
and said Principal under the law is required before commencing the work provided for in said contract to execute a
bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the
same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants
supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said con-
tract, then, this obligation shall be void; otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised
Civil Statutes of Texas as amended by Acts of the 56th Legislature, Regular Session, 1959, and all liabilities on
this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were
copied at length herein.
-14-
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this
day of 19_
Principal
By:
(Title)
By:
(Title)
By:
(Title)
Surety
*By:
(Title)
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby des-
ignates an agent resident in Lubbock County to whom any requisite notices may be delivered and
on whom service of process may be had in matters arising out of such suretyship.
Surety
*By:
(Title)
Approved as to form:
City of Lubbock
By:
City Attorney
*Note: if signed by an officer of the Surety Company there must be on file a certified extract from the by-laws
showing that this person has authority to sign such obligation. if signed by an Attorney in Fact, we must have copy
of power of attorney for our files.
-15-
P-
PERFORMANCE BOND
-1b-
(This page left blank intentionally)
P_
STATUTORY PERFORMANCE BOND PURSUANT TO ARTICLE 5160
OF THE REVISED CIVIL STATUTES OF TEXAS AS
r-. AMENDED BY
ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION 1959
KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter
called the Obligee), in the amount of Dollars (S ) lawful money of the
United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administra-
tors, executors, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the _ day of
19_, to
and said principal under the law is required before commencing the work provided for in said contract to execute a
bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the
same extent as if copied at length herein.
NOW, THEREFORE, THE C0NDITION OF THIS 0BLIGATION IS SUCH, that if the said Principal shall faithfully per-
form the work in accordance with the plans, specifications and contract documents, then this obligation shall be
void; otherwise to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised
Civil Statutes of Texas as amended by Acts of the 56th Legislature, regular session 1959, and all liabilities on
this bond shall be determined in accordance with the provisions of said article to the same extent as if it were
copied at length herein.
1N WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this _
day of 19_
Surety
�•-, *By:_
(Title)
Principal
By:
(Title)
By:
(Title)
By:
(Title)
-17-
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on
whom service of process may be had in matters arising out of such suretyship.
Surety
*By:
Approved as to Form
City of Lubbock
By:
City Attorney
(Title)
*Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws
showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy
of power of attorney for our files.
-18-
n
F-
CERTIFICATE OF INSURANCE
•19-
(This page left blank intentionally)
it
ISSUE DATE (MMIDDlYY)
CERTIFICATE OF INSURANCE ; 10/10/90
__._...__. __.. _ ._ .._.._..._._ ..._ ._... W.__.... , _..___ .._ _..._..__�...: _.w......... _._.. _. __ ... _._ _...
PRODUCER'
;THE SANFORD AGENCY
6303 INDIANA AVE.
P.O. BOX 64790
I 'LUBBOCK, TX,79464
I CODE SUB -CODE
INSURED
.-4
THE BAKER CO. ET AL
P.O. BOX 1920
LUBBOCK, TX 79408
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND,
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
COMPANIES AFFORDING COVERAGE
_.. ... ...... _ _.... ......... ....._ _.G . . ............
COMPANY
LETTER A COMMONWEALTH LLOYDS
COMPANY
LETTER B U S FIRE' INS. CO.
LETTPANER Y C NORTH RIVER INS. CO.
COMPANY I
LETTER D I
COMPANY E J
LETTER
OlSCRIPTION OF OPMATIONS&OCATIONB/VEHICLESWA*AgdFISISPECIAL ITEMS
-:� , .. s...'�»��. , w..n� � � �•` ��: `'' ���.:r , s ` � 4�IIN�C�,�.A: ICFI� �•.M > �������� x �,�� ,� ����� � -:F
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
CITY OF LUBBOCK .s MAIL 10DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
P.O. BOX 2000 LEFT, BUT FAILURE, TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
LUBBOCK TX 79457
a LIABILITY OF ANY KIND UPON THE COMPANY JT. AGENTS OR REPRESEN'f,�TIVES,
AUTHORIZED REPRESENTATIVEIr� Oil'
- .
A-.
CONTRACT
-21-
(This page left blank intentionally)
CONTRACT
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 13th day of September, 1990, by and between the City of Lubbock,
County of Lubbock, State of Texas, acting by and through B.C. McMinn, Mayor, thereunto authorized to do so,
hereinafter referred to as OWNER, and THE BAKER COMPANY of the City of LUBBOCK, County of LUBBOCK and the State of
TEXAS, hereinafter termed CONTRACTOR.
WITNESSETH:, That for and in consideration of the payments and agreements hereinafter mentioned, to be made and
performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CON-
TRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as foL-
Lows:
BID #10785-SHELVING FOR MUNICIPAL HILL PROJECT IN THE AMOUNT OF $15,395.60.
and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or
their) own proper cost and expense to furnish aLL materials, supplies, machinery, equipment, tools, superintendence,
labor, insurance and other accessories and services necessary to complete the said construction in accordance with
the contract documents as defined in the General Condition of Agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shalt have
been given to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with
the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to
make payment on account thereof as provided therein.
_ IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County,
Texas in the year and day first above written.
ATT
Cor rate Secretary
CITY OF LUBBOCK, TEXAS (OWNER)
By: • C
MAYOR
UI
TITLE: +�
COMPLETE ADDRE S:
Box 1920
Lubbock, TX 79408
-22-
(THIS PAGE LEFT BLANK INTENTIONALLY)
r•+
GENERAL CONDITIONS OF THE AGREEMENT
-23-
(This page left blank intentionally)
GENERAL CONDITIONS OF THE AGREEMENT
1. OWNER
Whenever the word Owner, or the expression Party of the First Part, or First Party, are used in this con-
tract, it shall be understood as referring to the City of Lubbock, Texas.
2. CONTRACTOR
Whenever the word Contractor, or the expression Party of the Second Part, or Second Party, is used, it shall
be understood to mean the person, persons, copartnership or corporation, to -wit: THE BAKER COMPANY, who has
agreed to perform the work embraced in this contract, or to his or their legal representative.
3. OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be understood
as referring to JERRY SMITH, DIRECTOR OF BUILDING SERVICES City of Lubbock, under whose supervision these
contract documents, including the plans and specifications, were prepared, and who will inspect construc-
tions; or to such other representative, supervisor, or inspector as may be authorized by said Owner to act
in any particular under this agreement. Engineers, supervisor or inspectors will act for the Owner under
the direction of Owner's Representative, but shall not directly supervise the Contractor or men acting in
behalf of the Contractor.
4. CONTRACT DOCUMENTS
The contract documents shall consist of the Notice to Bidders, General Instructions to Bidders, Proposal,
Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of
the Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available
to Bidder for his inspection in accordance with the Notice to Bidders.
5. INTERPRETATION OF PHRASES
Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed,"
or words of like import are used, it shall be understood that the direction, requirement, permission, order,
designation or prescription of the owner's Representative is intended; and similarly, the words "Approved,"
"Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory
to the Owner's Representative.
Whenever in the Specifications or drawings accompanying this agreement, the terms of description of various
qualities relative to finish, workmanship, or other qualities of similar kind which cannot, from their na-
ture, be specifically and clearly described and specified, but are necessarily described in general terms,
the fulfillment of which must depend on individual judgment, then, in all such cases, any question of the
fulfillment of said Specifications shall be decided by the Owner's Representative, and said work shall be
done in accordance with his interpretations of the meaning of the words, terms, or clauses defining the
character of the work.
P--
6. SUBCONTRACTOR
The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor
for performance of work on the project contemplated by these contract documents. Owner shall have no re-
sponsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated
by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments
due Subcontractor.
-24-
7. WRITTEN NOTICE
Written notice shall be deemed to have been duly served if delivered in person to the individual or to a
member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent
certified mail to the last business address known to him who gives the notice.
8. WORK
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery,
equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and
all other facilities necessary for the execution and completion of the work covered by the contract docu-
ments. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be
of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and
quality of materials. Materials or work described in words which so applied have well known, technical or
trade meaning shall be held to refer such recognized standards.
All work shall be done and all materials furnished in strict conformity with the contract documents.
9. SUBSTANTIALLY COMPLETED
The term "Substantially Completed" is meant that the structure or project contemplated by the contract docu-
ments has been made suitable for use or occupancy or the facility is in a condition to serve its intended
purpose, but still may require minor miscellaneous work and adjustment.
10. LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all work and
shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative
will check the Contractor's layout of all major structures and any other layout work done by the Contractor
at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly
Locating all work in accordance with the Plans and Specifications.
11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished with one copies of all Plans, Profiles and Specifications without expense
to him and he shall keep one copy of same consistently accessible on the job site.
12. RIGHT OF ENTRY
The Owner's Representative may make periodic visits to the site to observe the progress of quality of the
executed work and to determine, in general, if the work is proceeding in accordance with the contract docu-
ments. He will not be required to make exhaustive or continuous on -site inspections to check the quality or
quantity of the work, nor will he be responsible for the construction means, methods, techniques, sequences
or procedures, or the safety precautions incident thereto. His efforts will be directed towards providing
assurances for the Owner that the completed project will conform to the requirements of the contract docu-
ments, but he will not be responsible for the Contractor's failure to perform the work in accordance with
the Contract Documents. On the basis of his on -site observations, he will keep the owner informed of the
progress of the work and will endeavor to guard the Owner against defects and deficiencies in the work of
the Contractor.
-25-
13. LINES AND GRADES
^ All lines and grades shall be furnished by the Owner's Representative whenever necessary for the commence-
ment of the work contemplated by these contract documents or the completion of the work contemplated by
these contract documents. whenever necessary, Contractor shall suspend his work in order to permit Owner's
Representative to comply with this requirement, but such suspension will be as brief as practical and Con-
tractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Repre-
sentative ample notice of the time and place where lines and grades will be needed. All stakes, marks,
etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by him,
his Subcontractors, or his employees, such stakes, marks, etc., shall be replaced by the Owner's Representa-
tive at Contractor's expense.
14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's
Representative shall review all work included herein. He has the authority to stop the work whenever such
stoppage may be necessary to insure the proper execution of the contract. In order to permit delays and
disputes and to discourage litigation, it is further agreed that the Owner's Representative shall, in all
cases, determine the amounts and quantities of the several kinds of work which are to be paid for under this
contract. He shall determine all questions in relation to said work and the construction thereof, and
shall, in all cases, decide every question which may arise relative to the execution of this contract on the
part of said Contractor. The Owner's Representative's estimates and findings shall be conditions precedent
,A to the right of the parties hereto to arbitration or to any action on the contract, and to any rights of the
Contractor to receive any money under this contract; provided, however, that should Owner's Representative
render any decision or give any direction, which in the opinion of either party hereto, is not in accordance
with the meaning and intent of this contract, either party may file with said Owner's Representative within
30 days his written objection to the decision or direction so rendered, and by such action may reserve the
right to submit the questions so raised to arbitration as hereinafter provided. It is the intent of this
Agreement that there shall be no delay in the execution of the work, therefore, written decisions or direc-
tion of the Owner's Representative as rendered shall be promptly carried out, and any claim arising there-
from shall be thereafter adjusted to arbitration as hereinafter provided.
The Owner's Representative shall, within a reasonable time, render and deliver to both the Owner and the
Contractor a written decision on all claims of the parties hereto and on all questions which may arise rela-
tive to the execution of the work or the interpretation of the contract, specifications and plans. Should
the Owner's Representative fail to make such decision within a reasonable time, an appeal to arbitration may
be taken as if his decision had been rendered against the party appealing.
15. SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint
from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative
may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that
said material is furnished and said work is done in accordance with the specifications therefore. The Con-
tractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors
or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey
the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when
such directions and instructions are consistent with the obligations of this Agreement and accompanying
plans and specifications provided, however, should the Contractor object to any orders by any subordinate
.-, engineer, supervisor or inspector, the Contractor may within six (6) days make written appeal to the Owner's
Representative for his decision.
-26-
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this contract and
shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all
satisfactory to Owner's Representative. The superintendent shall represent the Contractor in his absence
and all directions given to him shall be binding as if given to the Contractor. Adequate supervision by
competent and reasonable representatives of the Contractor is essential to the proper performance of the
work and lack of such supervision shall be grounds for suspending operations of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the Con-
tractor and all risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives will not be responsible for the acts or omissions of the Contractor, or
any subcontractors, or any of his agents or employees, or any other persons performing any of the work.
17. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the na-
ture and location of the work, the confirmation of the ground, the character, quality and quantity of mate-
rials to be encountered, the character of equipment and facilities needed preliminary to and during the
prosecution of the work, and the general and local conditions, and all other matters which in any way effect
the work under this contract. No verbal agreement or conversation with any officer, agent, or employee of
the Owner, either before or after the execution of this contract, shall effect or modify any of the terms or
obligations herein contained.
18. CHARACTER OF WORKMEN
The Contractor agrees to employ only orderly and competent men, skillful in the performance in the type of
work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall
inform him in writing that any man or men on the work, are, in his opinion, incompetent, unfaithful, or dis-
orderly, such man or men shall be discharged from the work and shall not again be employed on the work with-
out the Owner's Representative's written consent.
19. CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecu-
tion and completion of this contract where it is not otherwise specifically provided thai Owner shall fur-
nish same, and it is also understood that owner shall not be held responsible for the care, preservation,
conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it
is finally completed and accepted.
The building of structures for the housing of men or equipment will be permitted only at such places as the
owner's Representative shall direct, and the sanitary conditions of the grounds in or about such structure
shall at all times be maintained in a manner satisfactory to the Owner's Representative.
20. SANITATION
Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public ob-
servation, shall be constructed and maintained by the Contractor in such manner and at such points as shall
be approved by the Owner's Representative and their use shall be strictly enforced.
-27-
21. OBSERVATION AND TESTING
The Owner or Owner's Representative shall have the right at all reasonable times to observe and test the
work. Contractor shall make necessary arrangements and provide proper facilities and access for such obser-
vation and testing at any location wherever work is in preparation or progress. Contractor shall ascertain
the scope of any observation which may be contemplated by Owner or Owner's Representative and shall give am-
ple notice as to the time each part of the work will be ready for such observation. Owner or Owner's Rep-
resentative may reject any work found to be defective or not in accordance with the contract documents, re-
gardless of the stage of its completion or the time or place of discovery of such errors and regardless of
whether Owner's Observer has previously accepted the work through oversight or otherwise. If any work
should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Repre-
sentative, be uncovered for examination at Contractor's expense. In the event that any part of the work is
being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representa-
tive to make observations of such work or require testing of said work, then in such event Owner or Owner's
Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection,
testing or approval made by persons competent to perform such tasks at the location where that part of the
work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed
by the American Society for Testing and Materials or such other applicable organization as may be required
by law or the contract documents.
r
If any work which is required to be inspected, tested, or approved is covered up without written approval or
consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representa-
tive, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspec-
tions, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work
which fails to meet the requirements of any such tests, inspections or approval, and any work which meets
the requirements of any such tests or approval but does not meet the requirements of the contract documents
shall be considered defective. Such defective work shall be corrected at the Contractor's expense.
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by
r-- Owner, Owner's Representative, or other persons authorized under this agreement to make such inspections,
tests, or approvals shall relieve the Contractor from his obligation to perform the work in accordance with
the requirements of the contract documents.
22. DEFECTS AND THEIR REMEDIES
It is further agreed that if the work or any part thereof, or any material brought on the site of the work
for use in the work or selected for the same, shall be deemed by the Owner or Owners' Representative as un-
suitable or not in conformity with plans, specification and contract documents, the Contractor shall, after
receipt of written notice thereof from the Owner's Representative, forthwith remove such material and re-
build or otherwise remedy such work so that it shall be in full accordance with this contract. It is fur-
ther agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense.
23. CHANGES AND ALTERATIONS
The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit,
in the line, grade, form dimensions, plans or or materials for the work herein contemplated, or any part
thereof, either before or after the beginning of the construction, without affecting the validity of this
contract and the accompanying bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the
basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they in-
crease the amount of work, and the increased work can fairly be classified under the specifications, such
increase shall be paid according to the quantity actually done and at the unit price established for such
work under this contract; otherwise such additional work shall be paid for as provided under Extra work. In
-28-
case the owner shall make such changes or alterations as shall make useless any work already done or mate-
rial already furnished or used in said work, then the owner shall recompense the Contractor for any material
or labor so used, and for any actual loss occasioned by such change, due to actual expenses incurred in
preparation for the work as originally planned.
24. EXTRA WORK
The term "extra work" as used in this contract shall be understood to mean and include all work that may be
required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, al-
teration or addition to the work as shown on the plans and specifications or contract documents and not cov-
ered by Contractor's proposal, except as provided under Changes and Alterations herein.
It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representa-
tive when presented with a written work order signed by the Owner's Representative; subject, however, to the
right of the Contractor to require written confirmation of such extra work order by the owner. It is also
agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined
by the following methods:
Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sum; or
Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is com-
menced, then the Contractor shall be paid the actual field cost of the work, plus
fifteen (15%) per cent.
In the event said extra work be performed and paid for under Method (C), then the provisions of this para-
graph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as
foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and
equipment, for the time actually employed or used on such extra work, plus actual transportation charges
necessarily incurred, together with all expenses incurred directly on account of such extra work, including
Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workmen's
Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or
Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts
of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's
Representative. The Owner's Representative may also specify in writing, before the work commences, the
method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these mat-
ters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machin-
ery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of
Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical,
the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work
order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and com-
pensate him for his profit, overhead, general superintendence and field office expense, and all other ele-
ments of cost and expense not embraced within the actual field cost as herein defined, save that where the
Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost
to maintain and operate the same shall be included in the "actual field cost."
No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In
case any orders or instructions appear to the Contractor to involve extra work for which he should receive
compensation or an adjustment in the construction time, he shall make written request to the Owner's Repre-
sentative for a written order authorizing such extra work. Should a difference of opinion arise as to what
does or does not constitute extra work or as to the payment therefore, and the Owner's Representative in-
sists upon its performance, the Contractor shall proceed with the work after making written request for
written order and shall keep adequate and accurate account of the actual field cost thereof, as provided
under Method (C). The Contractor will thereby preserve the right to submit the matter of payment to arbi-
tration as herein below provided.
-29-
25. DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of this contract that all work described in the proposal, the
specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor
and that such price shall include all appurtenances necessary to complete the work in accordance with the
intent of these contract documents as interpreted by Owner's Representative. If the Contractor finds any
discrepancies or omissions in these plans, specifications, or contract documents, he should notify the
Owners' Representative and obtain a clarification before the bids are received, and if no such request is
received by the Owner's Representative prior to the opening of bids, then it shall be considered that the
Contractor fully understands the work to be included and has provided sufficient sums in his proposal to
complete the work in accordance with these plans and specifications. It is further understood that any re-
quest for clarification must be submitted no later than five days prior to the opening of bids.
26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT
If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the
quality of work with the rate of progress required under this contract, the Owner or Owner's Representative
may order the Contractor in writing to increase their safety or improve their character and efficiency and
the Contractor shall comply with such order.
If, at any time, the working force of the Contractor is inadequate for securing the progress herein speci-
fied, the Contractor shall, if so ordered in writing, increase his force or equipment, or both, to such an
extent as to give reasonable assurance of compliance with the schedule of progress.
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC
The Contractor shall take out and procure a policy or policies of Workmen's Compensation Insurance with an
insurance company licensed to transact business in the State of Texas, which policy shall comply with the
Workmen's Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable
.., precaution for the safety of employees and others on or near the work and shall comply with all applicable
provisions of federal, state and municipal laws and building and construction codes. All machinery and
equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention
in Construction" of Associated General Contractors of America, except where incompatible with federal, state
or municipal laws or regulations. The Contractor, his sureties and insurance carriers shall defend, indem-
nify and save harmless the Owner and all of its officers, agents and employees from all suits, actions, or
claims of any character whatsoever, brought for or on account of any injuries or damages received or sus-
tained by any person or persons or property, on account of any negligent act or fault of the Contractor or
any subcontractor, their agents or employees, in the execution and supervision of said contract, and the
project which is the subject matter of this contract, on account of the failure of Contractor or any subcon-
tractor to provide necessary barricades, warning lights, or signs and will be required to pay any judgment
with costs which may be obtained against the Owner or any of its officers, agents, or employees including
attorney's fees.
The safety precautions taken shall be the sole responsibility of the Contractor, in his sole discretion as
an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be
given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work pro-
gresses, are intended as reminders to the Contractor of his duty and shall not be construed as any assump-
tion of duty to supervise safety precautions by either the Contractor or any of his subcontractors.
-30-
28. CONTRACTOR'S INSURANCE
The Contractor shall procure and carry at his sole cost and expense through the life of this contract, in-
surance protection as hereinafter specified. Such insurance shall be carried with an insurance company au-
thorized to transact business in the State of Texas and shall cover all operations in connection with this
contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided
covering the operation of each subcontractor.
A. Comprehensive General Liability Insurance
The contractor shall have Comprehensive General Liability Insurance with limits of $300,000 Bodily
Injury and $300,000 Property Damage per occurrence to include:
Premises and Operations
Explosion & Collapse Hazard
Underground Damage Hazard
Products & Completed Operations Hazard
Contractual Liability
Independent Contractors Coverage
Personal Injury (with exclusion "c" waived)
The City is to be named as an additional insured on this policy for this specific job, and copy of
the endorsement doing so is to be attached to the Certificate of Insurance.
B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance.
The Contractor shall obtain an Owner's Protective or Contingent Public Liability Insurance policy
naming the City of Lubbock as insured and the amount of such policy shall be as follows
For bodily injuries, including accidental death, $500,000 per occurrence, and $100,000 for Property
Damage.
C. Comprehensive Automobile Liability Insurance
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury $250/500,000
Property Damage $100,000
to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -
owned Vehicles. The City is to be named as an additional insured on this policy for this specific
job and copy of the endorsement doing so is to be attached to the Certificate of Insurance.
D. Builder's Risk Insurance
The Contractor shall obtain a Builder's Risk policy in the amount of (100% of poten-
tial loss) naming the City of Lubbock as insured.
-31-
E. Excess or Umbrella Liability Insurance
The Contractor shall have Excess or Umbrella liability Insurance in the amount of
($1,000,000 minimum) with coverage to correspond with Comprehensive General Liability and Comprehen-
sive Automobile Liability coverages.
The City is to be named as an additional insured on this policy for this specific job and copy of
the endorsement doing so is to be attached to the Certificate of Insurance.
F. Worker's Compensation and Employers Liability Insurance
As required by State statute covering all employees whether employed by the Contractor or any Sub-
contractor on the job with Employers Liability of at least $100,000 limit.
G. Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor shall submit to the
owner for approval five Certificates of Insurance covering each insurance policy carried and
offered as evidence of compliance with the above insurance requirements, signed by an authorized
representative of the insurance company setting forth:
(1) The name and address of the insured.
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date borne
by such certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the
date borne by such certificate.
(5) A provision that the policy may be canceled only by mailing written notice to the named in-
sured at the address shown in the bid specifications.
(6) A provision that written notice shall be given to the City ten days prior to any change in
or cancellation of the policies shown on the certificate.
(7) The certificate or certificates shall be on the form (or identical copies thereof) con-
tained in the job specifications. No substitute of nor amerxinent thereto will be accept-
able.
29. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY EQUIPMENT
AND SUPPLIES
The Contractor agrees that he will indemnify and save the Owner harmless from all claims growing out of any
demands of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts
■^ thereof, equipment, power tools, all suppliers, including commissary, incurred in the furtherance of the
performance of this contract. When owner so desires, the Contractor shall furnish satisfactory evidence
that all obligations of the nature hereinabove designated have been paid, discharged or waived.
If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by
any of those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness
within five (5) days after demand ismade, then Owner may, during the period for which such indebtedness
-32-
shall remain unpaid, withhold from the unpaid portion of this contract, a sum equal to the amount of such
unpaid indebtedness or may apply the sum so withheld to discharge any such indebtedness.
Any and all communications between any party under this paragraph must be in writing.
30. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The contractor shall pay all royalties and license fees, and shall provide for the use of any design, de-
vice, material or process covered by letters patent or copyright by suitable legal agreement with the Paten-
tee or Owner thereof. The Contractor shall defend all suits or claims for infringement of any patent or
copyrights and shall indemnify and save the Owner harmless from any loss on account thereof, except that
Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular
design, device, material or process or the product of a particular manufacturer or manufacturers is speci-
fied or required in these contract documents by Owner; provided, however, if choice of alternate design, de-
vice, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner harm-
less from any loss on account thereof. If the material or process specified or required by Owner is an in-
fringement, the Contractor shall be responsible for such loss unless he promptly gives written notice to the
Owner of such infringement.
31. LAWS AND ORDINANCES
The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and
regulations, which in any manner effect the contract or the work, and shall indemnify and save harmless the
Owner against any claims arising from the violation of any such laws, ordinances, and regulations, whether
by the Contractor or his employees. If the Contractor observes that the plans and specifications are at
variance therewith, he shall promptly notify the Owners' Representative in writing and any necessary changes
shall be adjusted as provided in the contract for changes in the work. If the Contractor performs any work
knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the
Owner's Representative, he shall bear all costs arising therefrom.
The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, in-
sofar as the same regulates the objects for which, or the manner in which, or the conditions under which the
Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to
the same effect as though embodied herein.
32. ASSIGNMENT AND SUBLETTING
The Contractor further agrees that he will retain personal control and will give his personal attention to
the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature
of the work, or materials required in the performance of this contract, shall not relieve the Contractor
from his full obligations to the Owner, as provided by this contractual agreement.
33. TIME FOR COMPLETION AND LIQUIDATED DAMAGES
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of
beginning and time for completion as specified in the contract of work to be done hereunder are essential
conditions of this contract; and it is further mutually understood and agreed that the work embraced in this
contract shall be commenced on a date to be specified in the Notice to Proceed.
If the Contractor should neglect, fail, or refuse to complete the work within the time herein specified, or
any proper extension thereof granted by the Owner, then the Contractor does hereby agree as part of the con-
sideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total
compensation, the sum of $100.00 (ONE HUNDRED DOLLARS) PER DAY, not as a penalty, but as liquidated damages
-33-
for the breach of the contract as herein set forth for each and every calendar day that the Contractor shall
be in default after the time stipulated for completing the work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the com-
pletion of the work described herein is reasonable time for the completion of the same, taking into consid-
eration the average climatic change and conditions and usual industrial conditions prevailing in this local-
ity.
The amount is fixed and agreed upon by and between the Contractor and the Owner because of the impractica-
bility and extreme difficulty in fixing and ascertaining actual damages the Owner would in such event sus-
tain, and the amount is agreed to be damages the Owner would sustain and shall be retained by the Owner from
current periodical estimates for payments or from final payment.
It is further agreed and understood between the Contractor and Owner that time is of the essence of this
contract.
34. TIME AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Con-
tractor shall be allowed to prosecute his work at such time and sessions, in such order of precedence, and
in such manner as shall be most conductive to economy of construction; provided, however, that the order and
time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in
accordance with this contact, the plans and specifications, and within the time of completion designated in
the proposals; provided, also, that when the Owner is having other work done, either by contract or by his
own force, the Owner's Representative may direct the time and manner of constructing work done under this
contract so that conflicts will be avoided and the construction of the various works being done for the
Owner shall be harmonized.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative,
schedules which shall show the order in which the Contractor proposes to carry on the work, with dates at
which the Contractor will start the several parts of the work and estimated dates of completion of the sev-
eral parts.
35. EXTENSION OF TIME
The Contractor agrees that he has submitted his proposal in full recognition of the time required for the
completion of this project, taking into consideration the average climatic range and industrial conditions
prevailing in this locality, and has considered the liquidated damage provisions of paragraph 33 hereinabove
set forth and that he shall not be entitled to, nor will he request, an extension of time on this contract,
except when his work has been delayed by an act or neglect of the Owner, Owner's Representative, employees
of the Owner or other contractors employed by the owner, or by changes ordered in the work, or by strike,
walk -outs, acts of God or the public enemy, fire or flood. The Contractor may apply in writing for an ex-
tension of time, submitting therewith all written justification as may be required by Owner's Representative
for such an extension as requested by Contractor. The Owner's Representative within ten (10) days after re-
ceipt of a written request for an extension of time by the Contractor supported by all requested docu-
mentation shall then submit such written request to the City Council of the City of Lubbock for their con-
sideration. Should the Contractor disagree with the action of City Council on granting an extension of
time, such disagreement shall be settled by arbitration as hereinafter provided.
36. HINDRANCE AND DELAYS
In executing the contract agreement, the Contractor agrees that in undertaking to complete the work within
the time herein fixed, he has taken into consideration and made allowances for all hindrances and delays in-
cident to such work, whether growing out of delays in securing material or workmen or otherwise. No charge
-34-
shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of
the work embraced in this contract except where the work is stopped by order of the Owner or Owner's
Representative for the Owner's convenience, in which event, such expense as in the judgment of the Owner's
Representative that is caused by such stoppage shall be paid by Owner to Contractor.
37. QUANTITIES AND MEASUREMENTS
No extra or customary measurements of any kind will be allowed, but the actual measured or computed length,
area, solid contents, number and weight only shall be considered, unless otherwise specifically provided.
In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract,
including the specifications, plans and other contract documents are intended to show clearly all work to be
done and material to be furnished hereunder. where the estimated quantities are shown for the various
classes of work to be done and material to be furnished under this contract, they are approximate and are to
be used only as a basis for estimating the probable cost of the work and for comparing their proposals of-
fered for the work. It is understood and agreed that the actual amount of work to be done and the materials
to be furnished under this contract may differ somewhat from these estimates, and that where the basis for
payment under this contract is the unit price method, payment shall be for the actual amount of work done
and materials furnished on the project.
38. PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any
way encountered, which may be injured or seriously affected by any process of construction to be undertaken
under this agreement, from any damage or injury by reason of said process of construction; and he shall be
Liable for any and all claims for such damage on account of his failure to fully protect all adjacent
property. The Contractor agrees to indemnify, save and hold harmless the Owner against any claim or claims
for damages due to any injury to any adjacent or adjoining property, arising or growing out of the perfor-
mance of this contract, but such indemnity shall not apply to any claim of any kind arising out of the exis-
tence or character of the work.
39. PRICE FOR WORK
In consideration of the furnishing of all necessary labor, equipment and material and the completion of all
work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity
with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price
set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor
hereby agrees to receive such price in full for furnishing all materials and all labor required for the
aforesaid work, also, for all expenses incurred by him and for well and truly performing the same and the
whole thereof in the manner and according to this agreement, the attached specifications, plans, contract
documents and requirements of Owner's Representative.
40. PAYMENTS
No payments made or certificates given shall be considered as conclusive evidence of the performance of the
contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of de-
fective work. Contractor shall at any time requested during the progress of the work furnish the Owner or
Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness
in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or
otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the con-
tract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all
claims against Owner which have not theretofore been timely filed as provided in this contract.
-35-
41. PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to owner's Representative an applica-
tion for partial payment. Owner's Representative shall review said application for partial payment and the
progress of the work made by the Contractor and if found to be in order shall prepare a certificate for
par-tial payment showing as completely as practical the total value of the work done by the Contractor up to and
including the Last day of the preceding month; said statement shall also include the value of all sound ma-
terials delivered on site of the work that are to be fabricated into the work.
The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount
of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5%
shall be retained until final payment, and further, less all previous payments and all further sums that may
be retained by Owner under the terms of this agreement. It is understood, however, that in case the whole
work be near to completion, and this fact is certified to by owner's Representative and some unexpected and
some unusual delay occurs due to no fault or negligence on the part of the Contractor, the Owner may upon
written recommendation of Owner's Representative pay a reasonable and equitable portion of the retained per-
centage due Contractor.
42. FINAL COMPLETION AND ACCEPTANCE
s.
Within thirty-one (31) days after the Contractor has given the Owner's Representative written notice that
the work has been completed or substantially completed, the owner's Representative and the Owner shall in-
spect the work and within said time, if the work be found to be completed or substantially completed in ac-
cordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor his
certificate of completion, and thereupon it shall be the duty of the Owner within thirty-one (31) days to
issue a certificate of acceptance of the work to the Contractor.
43. FINAL PAYMENT
Upon the issuance of the certificate of completion, the owner's Representative shall proceed to make final
measurement and prepare a final statement of the value of all work performed and materials furnished under
the terms of the agreement, and shall certify same to the Owner, who shall pay to the Contractor on or be-
fore the 31st day after the date of certificate of completion, the balance due Contractor under the terms of
this agreement, provided he has fully performed his contractual obligations under the terms of this con-
tract; and said payment shall become due in any event upon said performance by the Contractor. Neither the
certificate of acceptance nor the final payment, nor any provisions in the contract documents shall relieve
'^ the Contractor of the obligation for fulfillment of any warranty which may be required in the special condi-
tions (if any) of this contract or required in the specifications made a part of this contract.
44. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK
Contractor shall promptly remove from Owners' premises all materials condemned by the Owner's Representative
on account of failure to conform to the contract, whether actually incorporated in the work or not, and Con-
tractor shall at his own expense promptly replace such condemned materials with other materials conforming
to the requirements of the contract. Contractor shalt also bear the expense of restoring all work of other
contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such
condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative,
Owner may remove and replace it at Contractor's expense.
45. CORRECTION OF WORK AFTER FINAL PAYMENT
Neither the final payment nor certificate nor any provision in this contract shalt relieve the Contractor of
responsibility for faulty materials or workmanship, and he shall remedy any defects due thereto and pay for
any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the
-36-
date of substantial completion. The Owner or the Owner's Representative shall give notice of observed de-
fects with reasonable promptness.
46. PAYMENT WITHHELD
The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any
certificate to such extent as may be necessary to protect himself from loss on account of:
(a) Defective work not remedied.
(b) Claims filed or reasonable evidence indicating possible filing of claims.
(c) Failure of the Contractor to make payments promptly to subcontractors or for materials or Labor.
(d) Damage to another contractor.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner,
which will protect the Owner in the amount withheld, payment shall be made for amounts withheld because of
them.
47. TIME OF FILING CLAIMS
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the
Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) days after the
Owner's Representative has given any directions, order or instruction to which the Contractor desires to
take exception. The Owners' Representative shall reply to such written exceptions by the Contractor and
render his final decision in writing. In case the Contractor should appeal from the decision of the Owner's
Representative, any demand for arbitration shall be filed with the Owner's Representative and the Owner in
writing within ten (10) days after the date of delivery to Contractor of the final decision of the Owner's
Representative. It is further agreed that final acceptance of the work by the Owner and the acceptance by
the Contractor of the final payment shall be a bar to any claim by either party, except where noted other-
wise in the contract documents.
48. ARBITRATION
All questions of dispute under this agreement shall be submitted to arbitration at the request of either
party to the dispute. The parties may agree upon one arbitrator, otherwise, there shall be three; one named
in writing by each party and the third chosen by the two arbiters selected; or if the arbiters fail to se-
lect a third within ten (10) days, he shall be chosen by the District Judge, 72nd Judicial District of
Texas. Each arbiter shall be a resident of the City of Lubbock. Should the party demanding arbitration
fail to name an arbiter within ten (10) days of the demand, his right to arbitrate shall lapse, and the de-
cision of the Owner's Representative shall be final and binding on him. Should the other party fail to
choose an arbiter within ten (10) days, the Owner's Representative shall appoint such arbiter. Should ei-
ther party refuse or neglect to supply the arbiters with any papers or information demanded in writing, the
arbiters are empowered by both parties to take Ex Parte Proceedings.
The arbiters shall act with promptness. The decision of any two shall be binding on both parties to the
contract, unless either or both parties shall appeal within ten (10) days from date of the award by the ar-
biters, and it is hereby agreed that each party shall have the right of appeal and all proceedings shall be
according to and governed by Arbitration Statutes of Texas, being Article 224, et seq., Vernon's Annotated
Civil Statutes. THE DECISION OF THE ARBITERS UPON ANY QUESTION SUBMITTED TO ARBITRATION UNDER THIS CONTRACT
SHALL BE A CONDITION PRECEDENT TO ANY RIGHT OF LEGAL ACTION.
-37-
The arbiters, if they deem the case demands it, are authorized to award the party whose contention is sus-
tained, such sums as they deem proper for the time, expense and trouble incident to the appeal, and if the
appeal was taken without reasonable cause, they may award damages for any delay occasioned thereby. The ar-
biters shall fix their own compensation, unless otherwise provided by agreement, and shall assess the costs
and charges of the arbitration upon either or both parties. The award of the arbiters must be made in writ-
ing and shall not be open to objection on account of the form of proceedings or award.
49. ABANDONMENT BY CONTRACTOR
"tl In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written
notification from the Owner or the Owner's Representative, or if the Contractor fails to comply with the or-
ders of the Owner's Representative, when such orders are consistent with this contract, this Agreement, or
the Specifications hereto attached, then the Surety on the bond shall be notified in writing and directed to
complete the work and a copy of said notice shall be delivered to the Contractor.
After receiving said notice of abandonment, the Contractor shall not remove from the work any machinery,
equipment, tools, materials or supplies then on the job, but the same, together with any materials and
equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the
Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any
^" rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as
provided for under paragraph 24 of this contract); it being understood that the use of such equipment and
materials will ultimately reduce the cost to complete the work and be reflected in the final settlement.
�. In case the Surety should fail to commence compliance with the notice for completion hereinbefore provided
for within ten (10) days after service of such notice, then the Owner may provide for completion of the work
in either of the following elective manners:
(a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and sup-
plies as said owner may deem necessary to complete the work and charge the expense of such labor,
machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged
shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at
any time become due to the Contractor under and by virtue of this Agreement. In case such expense
is less than the sum which would have been payable under this contract, if the same had been com-
pleted by the Contractor, then said Contractor shall receive the difference. In case such expense
is greater than the sum which would have been payable under this contract, if the same had been com-
pleted by said Contractor, then the Contractor and/or his Surety shall pay the amount of such excess
to the Owner; or
(b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspa-
per having a general circulation in the County of location of the work, may let the contract for the
completion of the work under substantially the same terms and conditions which are provided in this
contract. In case of any increase in cost to the Owner under the new contract as compared to what
would have been the cost under this contract, such increase shall be charged to the Contractor and
the Surety shall be and remain bound therefore. However, should the cost to complete any such new
contract prove to be less than that which would have been the cost to complete the work under this
contract, the Contractor or his Surety shall be credited therewith.
When the work shall have been substantially completed, the Contractor and his Surety shall be so notified
and certificates of completion and acceptance, as provided in paragraph 42 hereinabove set forth, shall be
issued. A complete itemized statement of the contract accounts, certified to by owner's Representative as
being correct shall then be prepared and delivered to Contractor and his Surety, whereon the Contractor or
his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within
30 days after the date of certificate of completion.
-38-
In the event the statement of accounts shows that the cost to complete the work is Less than that which
would have been the cost to the Owner had the work been completed by the Contractor under the terms of this
contract, or when the Contractor and/or his Surety shall pay the balance shown to be due by them to the
Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be
turned over to the Contractor and/or his Surety. Should the cost to complete the work exceed the contract
price, and the Contractor and/or his Surety fail to pay the amount due the Owner within the time designated
hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the
work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the
Contractor and his Surety at the respective addresses designated in this contract; provided, however, that
actual written notice given in any manner will satisfy this condition. After mailing, or other giving of
such notice, such property shall be held at the risk of the Contractor and his Surety subject only to the
duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) days from the date
of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net
sun derived from such sale to the credit of the Contractor and his Surety. Such sale may be made at either
public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machin-
ery, equipment, tools, materials, or supplies which remain on the *jobsite and belong to persons other than
the Contractor or his Surety, to their proper owners.
50. ABANDONMENT BY OWNER
In case the Owner shall fail to comply with the terms of this contract, and should fail or refuse to comply
with said terms within ten (10) days after written notification by the Contractor, then the Contractor may
suspend or wholly abandon the work, and may remove therefrom all machinery, tools, and equipment, and all
materials on the ground that have not been included in payments to the Contractor and have not been incorpo-
rated into the work. Thereupon, the Owner's Representative shall make an estimate of the total amount
earned by the Contractor, which estimate shall include the value of all work actually completed by said Con-
tractor at the prices stated in the the attached proposal, the value of all partially completed work at a
fair and equitable price, and the amount of all Extra work performed at the prices agreed upon, or provided
for by the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the Con-
tractor to carry the whole work to completion, and which cannot be utilized. The Owner's Representative
shall then make a final statement of the balance due the Contractor by deducting from the above estimate all
previous payments by the Owner and all other sums that may be retained by the Owner under the terms of this
Agreement, and shall certify same to the Owner who shall pay to the Contractor on or before thirty (30) days
after the date of the notification by the Contractor the balance shown by said final statement as due the
Contractor, under the terms of this Agreement.
51. BONDS
The successful bidder shall be required to furnish a performance bond and payment bond in accordance with
Article 5160, Vernon's Annotated Civil Statutes in the amount of 100% of the total contract price, in the
event said contract price exceeds $25,000.00. If the contract price does not exceed $25,000.00, the statu-
tory bonds will not be required. All bonds, if required, shall be submitted on forms supplied by the Owner,
and executed by an approved Surety Company authorized to do business in the State of Texas. And it is fur-
ther agreed that this contract shall not be in effect until such bonds are so furnished.
52. SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special con-
ditions conflict with any of the general conditions contained in this contract, then in such event the
special conditions shalt control.
-39-
53. LOSSES FROM NATURAL CAUSES
µ- Unless otherwise specified herein, all loss or damage to the Contractor arising out of the nature of the
work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution
of the same, or from unusual obstructions or difficulties which may be encountered in the prosecution of the
work, shall be sustained and borne by the Contractor at his own cost and expense.
54. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and au-
thority to direct, supervise, and control his own employees and to determine the method of the performance
of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to ob-
serve Contractor's work during his performance and to carry out the other prerogatives which are expressly
reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at
any time change or effect the status of the Contractor as an independent contractor with respect to either
the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or
corporation.
55. CLEANING UP
The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and
at the completion of the work he shall remove all such debris and also his tools, scaffolding, and surplus
materials and shall leave the work room clean or its equivalent. The work shall be left in good order and
condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor.
-40-
(This page left blank intentionally)
CURRENT WAGE DETERMINATIONS
-41-
(This page left blank intentionally)
• �`; Resolution 7#2502
` January 8, 1987
R
Agenda Item #18
DGV:da
occni irrrnni
WHEREAS, the City Council has heretofore established the general
prevailing rate of per diem wages for each craft or type of workmen or
mechanics needed to execute public works contracts for the City of Lubbock
in accordance with the provisions of Vernon's Ann.Civ.St., Art. 5159a; and
WHEREAS, such wage rates were established by Resolution No. 719
enacted February 12, 1981, updated by Resolution No. 1590 enacted February
23, 1984; and
WHEREAS, such rates need to be updated at the present time in order
to reflect the current prevailing rate of per diem wages; NOW THEREFORE:
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the general prevailing rate of per diem wages for public works
.contracts shall be as set forth in the following named exhibits, which
exhibits shall be attached hereto and made a part hereof for all intents
and purposes:
Exhibit A: Building Construction Trades
Exhibit B: Paving and Highway Construction Trades
Exhibit C: Electrical Trades
Exhibit D: Overtime Rate
Exhibit E: Weekend and Holiday Rate
Such wage rates are hereby found and declared to be the general prevailing
rate of per diem wages in all localities where public works are undertaken
on behalf of the City of Lubbock and such wage rates shall be included in
all public works contracts as provided by law.
Passed by the City Council this 8th day.of January 1987.
B.C. McMINN, MAYOR
TiE .
r �
Ranettd,Boyd, City Secretary
APPROVED T� ONTENT: APPROVED AS TO FORM.
Bi 1 P yne, D rector of Building Do Id G. Vandiver, First
Services Assistant City Attorney
EXHIBIT A
City of Lubbock
Building Construction Trades
Prevailing Rates
Craft
Acoustical Ceiling Installer
Air Conditioner Installer
Air Conditioner Installer -Helper
Bricklayer
Bricklayer -Helper
Carpenter
Carpenter -Helper
Cement Finisher
Drywall Hanger
Electrician
Electrician -Helper
Equipment Operator -
Heavy
Light
Floor Installer
Glazier
Insulator, Piping/Boiler
Insulator -Helper
Iron Worker
Laborer, General
Mortar Mixer
Painter
Plumber
Plumber -Helper
Roofer
Roofer -Helper
Sheet Metal Worker
Sheet Metal Worker -Helper
Welder - Certified
Hourlv Rate
$11.60
8.35
5.50
10.50
5.00
11.00
5.50
7.35
8.70
10.50
5.25
8.00
5.70
8.00
7.50
9.50
5.00
7.30
4.75
5.60
8.75
9.25
6.00
7.65
4.75
8.75
5.50
8.00
Craft
EXHIBIT B
Paving and Highway Construction
Prevailing Wage Rates
Asphalt Heaterman
Asphalt Shoveler
Concrete Finisher
Concrete Finisher -Helper
Electrician
Flagger
Form Setter
Form Setter -Helper
Laborer, General
Laborer, Utility
Mechanic
Mechanic -Helper
POWER EQUIPMENT OPERATORS
Asphalt Paving Machine
Bulldozer
Concrete Paving Machinist
Front End Loader
Heavy Equipment Operator
Light Equipment Operator
Motor Grade Operator.
Roller
Scraper
Tractor
Truck Driver -
Light
Heavy
.
Hourlv Rate
$5.25
4.75
7.35
4.75
10.50
4.75
6.50
5.50
4.75
5.80
6.50
6.00
6.00
5.25
6.50
5.85
.6.40
6.40
8.00
5.25
5.25
5.50
5.25
5.25
• S
EXHIBIT C
Electric Construction Trades
- Prevailing Wage Rates
Craft Hourly Rate
Power Line Foreman $11.00
Lineman Journeyman 10.45
Lineman Apprentice Series 8.90
Groundman Series 7.25
EXHIBIT D
Prevailing Wage Rates
Overtime Rate
The rate for overtime (in excess of forty hours per week) is 1 1/2
times base rate.
EXHIBIT E
Prevailing Wage Rates
Weekend and Holiday Rate
The rate for weekend and holiday is.l 1/2 times base rate.
r-
r-
SPECIFICATIONS
-42-
(This page left blank intentionally)
Liz
SECTION 1AO SUMMARY OF THE WORK
GENERAL
RELATED DOCUMENTS:
The general provisions of the Contract, including General and
Supplementary Conditions and other General Requirements sections,
apply to the work specified in this section.
DESCRIPTION OF REQUIREMENTS:
General: The kinds of provisions which control or influence the
description and performance of the work (and of the project)
include the following (in summary of information shown on drawings
and specified in other specification sections and elsewhere in the
contract documents) :
Owner pre -purchased subcontracts.
Other work, prior to work of this Contract.
Coordination with existing work.
Alterations to existing work.
Mandatory sequences of phases for the work.
Other work, concurrently by Owner.
Other work, concurrently by separate contractors.
Other work, subsequent to the work of this Contract.
Overall performance requirements of the project.
Summary by Reference: The work can be summarized by reference to
t e requirements of the various contract documents, which in turn
make reference to the requirements of other applicable provisions
which control or influence the work; and these references can be
summarized but are not necessarily limited to the following:
The Executed Owner -Contractor Agreement (sample copy bound
herewith).
The General and Supplementary Conditions, which are bound here
with(in this Project Manual).
The Drawings, which are titled and dated the same as these
contract documents, and bound separately.
The Specification Sections, which are bound here with and are
.— listed in the "Index of Specification Sections" bound
herewith.
SUMMARY OF THE WORK 1AO-1
The Addenda and Modifications to the contract documents, which
have been either bound herewith or distributed by transmittal
subsequent to the binding hereof.
The documentation of separate contracts, which include project
work which is not work of this Contract, and are available for
reference at the Architect's or Engineer's office.
Work by the Owner, which is in connection with the project and
is described herein to the extent it is believed to have a
significant relation with the work of this Contract.
Governing regulations, which have a bearing on the performance
of the work; copies can be obtained from or reviewed at the
local, State or Federal Agency responsible for the regulation
in each case.
Submittals (of every kind), copies of which are retained by
the Contractor at the site.
Miscellaneous elements of information having a bearing on the
performance of the work, such as weather forecasts and reports
of general trade union negotiations; copies must be obtained
by the Contractor through normal channels of information.
Verbal (Written) Summary: Briefly and without force and effect on
t e requirements of t e contract documents, the project and the
work of the Contract can be described in summary as follows:
The work includes new furniture and furnishings and the
complete installation of furniture and furnishings for the
"Municipal Hill Operation Center" project for the city of
Lubbock
The work will include all materials, labor and equipment
necessary to complete the entire work as described on the
drawings and in the specifications.
OTHER WORK. BY OWNER OR BY SEPARATE CONTRACTORS:
General: In addition to the work or this Contract, other work will
Fe performed either by the Owner's employees or by engaged separate
Contractors.
All work of this Contract shall be coordinated with work performed
by others preceding, during, or following the work of this
Contract.
Cooperate with those performing other work to avoid conflicts.
END OF SECTION 1AO
SUMMARY OF THE WORK 1AO-2
SECTION - OFFICE FURNITURE AND FURNISHINGS
GENERAL
RELATED DOCUMENTS:
Drawings and general provisions of Contract, including
�- General and supplementary Conditions and Division-1
Specification sections, apply to work of this section.
DESCRIPTION OF WORK:
Extent of Office furniture and furnishings is indicated on
drawings.
Types of Office furniture and furnishings required include:
Typical Office Furniture.
Cafeteria Seating and Tables.
Artificial Plantings and Covering.
QUALITY ASSURANCE:
Manufacturers: Provide each type of furniture or furnishing
by one manufacturer for entire project.
CIIDAA7 TT111 C.
Submit manufacturer's specifications and installation
instructions for each type of furniture or furnishing
required.
PRODUCTS:
FURNITURE AND FURNISHINGS: The following shall be supplied
as specified or equal by another manufacturer:
ITEM PRODUCT DESCRIPTION QTY.
1 Krueger #K3-8 Pinnacle Table 36"x96" 4
solid core top, high pressure
laminate 1 1/4"thick, 0.030" high-
pressure laminate w/ 0.020" phenolic
backing sheet. Vinyl bullnose edges
w/ 1 1/2" radius corners. Chrome legs -
16-ga. 1 1/8" square seam welded tubular
steel. Adjustable steel glides. Locking
mechanisms are 11-ga. 1" knifelock design.
16-ga. 3" formed steel frames. Standard
laminate to be chosen.
mhfurnsp.wps OFFICE FURNITURE AND FURNISHINGS PAGE-1
2 Krueger Matrix MX-CH high density stack 100
chair. Polypropylene seat and back
rest. Injection molded poylpropylene.
7/ 16" solid steel rod frame, bright
duplex nickel chrome. Hard floor
glide. Solid steel rod stretch
bar. Stackable up to 45 on
transport dolly.
2 Krueger Matrix MX-CH (same specs as 100
above) w/ ganging glide.
Ganging glides.
Eff
2 United XNL-31 lowback, guest chair, 22
armless. 14 ga. steel frame in
a powder epoxy finish. Highly -
resilient molded foam cushioning -
contoured design. Fire retardant
polyurethane. Grade A fabric
selection .
seat ht. 17 3/ 4" back ht. 12 1/ 2"
width 20" width 19 1/ 2"
depth 18"
To meet or exceed Bifma/Ansi standards.
12-year warranty to include base and
frame. Upholstery guaranteed 2 years of
normal use.
3 United XN-22 Task chair, armless. 49
14 ga. welded steel 5 legged base w/
caps of high -impact molded polypropylene
in a powder epoxy finish. Highly -
resilient molded foam cushioning -
contoured design. Fire -retardant
polyurethane. Swivel, back tilt,
pneumatic height adjustment. Grade
A fabric selection.
seat ht. 16 3/ 4" -20 1/ 4" back ht. 11 1/ 4"
width 18 3/4" width 16"
depth 17 3/ 4"
To meet or exceed Bifma/Ansi standards.
12-year warranty to include base
and frame. Upholstery guarantee, 2 yrs.
of normal use.
14 ga. welded steel 5 legged base w/
caps of high -impact molded polypropylene
in a powder epoxy finish. Highly -
resilient molded foam cushioning -
contoured design. Fire -retardant
polyurethane. Swivel, back tilt,
pneumatic height adjustment. Grade
A fabric selection.
mhfurnsp.wps OFFICE FURNITURE AND FURNISHINGS PAGE-2
seat ht. 16 3/4"-20 1/4" back ht. 11 1/4"
.� width 18 3/4" width 16"
depth 17 3/ 4"
To meet or exceed Bifma/Ansi standards.
12-year warranty to include base
and frame. Upholstery guarantee, 2 yrs.
of normal use.
-- 4&5 United Chair XN-59 w/ footrest, armless, 9
14 ga. welded steel 5 legged base w/
caps of high -impact molded polypropylene
in a powder epoxy finish. Highly -
resilient molded foam cushioning -
contoured design. Fire -retardant
polyurethane. Swivel, back tilt,
pneumatic height adjustment. Footrest moves
w/ seat to maintain the same adjustment
relationship at various heights. Grade
A fabric selection.
seat ht. 25 3/ 4" -31" back ht 11 1/ 4"
width 18 3/4" width 16"
depth 17 3/ 4"
r— To meet or exceed Bifma/Ansi standards.
12-year warranty to include base
and frame. Upholstery guarantee, 2 yrs.
` of normal use.
6 Haskell Marathon Desk #MDM3163 13
60"x3O" Reinforced steel top w/ double
wall side panel construction. Center
drawer and all -pedestal interlock.
3/ box/file pedestal on left, box/file
pedestal on right. Each tray and each
box drawer has one divider. Each file drawer
will have a follower block and will have
hanging folder frames. Legs mirror chrome
Standard laminate color will be selected.
Full progressive suspension equipped
w/ ten nylon rollers. Smooth sidewalls
w/ integral channels for different
divider positions. A formed steel pencil
tray to be a part of the center drawer.
7 Haskell MDM3173 72"x36" 19
Reinforced steel care top w/ double
wall side panel construction.
8 United Chair #XNH-11 Executive high back, 17
w/ arms.
14 ga. welded steel 5 legged base w/
caps of high -impact molded polypropylene
in a powder epoxy finish. Highly -
resilient molded foam cushioning -
contoured design. Fire -retardant
mhfurnsp.wps OFFICE FURNITURE AND FURNISHINGS PAGE-3
polyurethane. Swivel, back tilt,
pneumatic height adjustment.
seat ht. 17-20 1/2" back ht. 19"
width 20" width 19 1/2"
depth 18"
To meet or exceed Bifma/Ansi standards.
12-year warranty to include base
and frame. Upholstery guarantee, 2 yrs.
of normal use.
9 United Chair #XNM-32 medium back guest chair 59
w/ arms. 14 ga. welded steel in a powder
coat epoxy. Highly -resilient molded foam
cushioning -contoured design. Fire -retardant
polyurethane. Grade A fabric selection.
seat ht. 17 3/4" back ht. 15"
width 20" width 19 112"
depth 18"
To meet or exceed Bifma/Ansi standards.
12-year warranty to include base
and frame. Upholstery guarantee, 2 yrs.
of normal use.
10 Kinetics #200/ 201 Lounge seating 9
SH-16" Frame dimension is 1 1/2" o.d.
H-29" tubular Steel continuous tube
D-27" frame w/ a kinkote finish.
W -24" Reinforced by 5" inner splines
AH-24" welded, then ground smooth and
finished for invisible seams.
Floor glides on all seating.
Kinkote finish to be selected.
Fabric: grade 3 75% modacryl i c,
25% nylon to meet flammability
requirements.
Ganging connectors #10OG used 16
to connect seating and tables.
11 Kinetics #400/ 800 table 2
24"x24"x16", 1 1/2" o.d. continuous
tubular steel frame w/ a Kinkote finish.
Inset laminate top w/ 3" corner radius.
Floor glides. Kinkote finish and laminate
finish to be selected.
11 Kinetics #400/ 100 table 1
30" round tubular steel legs w/ a
Kinkote finish.
1 1/8" laminate top w/ a PVC edge to
match Kinkote finish on legs. Kinkote
finish and laminate to be selected.
12 Krueger #MR35TO 42" round laminate table top 17
mhfurnsp.wps OFFICE FURNITURE AND FURNISHINGS PAGE-4
w/ vinyl bullnose edge, 4" radius 1 1/ 4
P- Novoply core top w/ a standard Formica
laminate to be selected.
Krueger #114-30 table base 17
30" dia. base, round cast iron base in
bright chrome, 4" column on base, 18 ga.
tubular steel column and base plate joined
by bolt -through construction. Stamped
steel spider, adjustable glides.
13 Haskell #PTE0042-3228LC 2
42" round conference table
standard laminate top w/ vinyl bullnose
edge. 32" LX-base, polished chrome or
powdercoat color to be selected. Tops
are 1 1/ 8" thick high pressure laminate.
Base-14 ga. 2" round tubular steel feet
and legs w/ welded 14 ga. plugs. 3 1/ 4"
dia. center column.
14 Krueger #G416B-boat shaped conference table 1
36"x48"x192" 1 1/4" solid core top w/
textured woodgrain plastic laminate surface.
Self -edge. Legs to be matching laminate
surface and self -edge. Adjustable glides.
14 United XNL-14 Low back conference seating, 23
armless on a stationary carpet glide.
14 ga. welded steel 5 legged base w/
caps of high -impact molded polypropylene
in a powder epoxy finish. Highly -resilient
molded foam cushioning -contoured design.
Fire -retardant polyurethane. Swivel,
pnuematic height adjustment. Grade A fabric
selection.
seat ht. 17 1/2"-21" back ht. 12 1/2"
width 20" width 19 1/ 2"
Y- depth 18"
15 Haskell MAM3163CE 60"x 3O" w/ 40' 20" return 3
Return on the right.
Reinforced steel top w/ double
wall side panel construction. Center
drawer and all -pedestal interlock.
Box/file on desk w/ center drawer. Box/
box/box on return. Each tray and each
box drawer has one divider. Each file drawer
will have a follower block and will have
hanging folder frames. Legs mirror chrome
Standard shell finish will be selected.
Full progressive suspension equipped
w/ ten nylon rollers. Smooth sidewalls
w/ integral channels for different
mhfurnsp.wps OFFICE FURNITURE AND FURNISHINGS PAGE-5
divider positions. A formed steel pencil
tray to be a part of the center drawer.
15 Haskell MAM3163EC 6 0"x30" w/ 40"x20" left return 1
(Specs. same as item above)
16 Haskell #HTM91702 36"x72" worktable 4
Steel core top laminate w/ self -edge.
Painted Apron. Mirror chrome finish legs.
Laminate and paint finish to be selected.
17 Haskell #MCM3066 credenza 11
60"x2O" Reinforced steel core top w/
double wall side panel construction.
Steel doors, adjustable shelf w/ pedestal
locks. Box/box/box pedestal on left,
box/file pedestal on right.
Each box drawer has one divider. Each file drawer
will have a follower block and will have
hanging folder frames. Legs mirror chrome
Standard laminate color and steel finish will be
selected. Full progressive suspension equipped
w/ ten nylon rollers. Smooth sidewalls
w/ integral channels for different
divider positions.
18 Haskell #CAL60309 Bi-level table w/ adjustable 1
keyboard platform. 60"x30". Table to
match Haskell desks. Laminate to be
specified.
18 Haskell #CPS24309 24"00" printer stand w/ 1
paper shelf. Table to match Haskell
computer table. Laminate to be specified.
18 Haskell #SSP24121
23 1/2" deep, 27 9/16" high, 14 7/8" wide
Mobile pedestal w/ lock and casters. Box/
box/file. Double wall construction,
high sided file drawers , extruded aluminum
drawer pulls in full -width rectilinear
design. Steel finish to match Haskell
desks. Finish to be selected.
19 Supersilk A101D 8' ficus 3
Real wood trunks
20 Supersilk #C398 Assorted
Greenery consisting of begonia, piggyback
bush, geranium, strawberry geranium, arrowhead
bush, syngonyum, grape ivy, swedish ivy,
diffenbachia. Provide planting material
to secure in planters and to be covered
with moss.
mhfurnsp.wps OFFICE FURNITURE AND FURNISHINGS PAGE-6
�i
21
Mayline 7704-B Wood four post drawing table
1
w/ tool drawer and shallow drawer. Top:
5 ply hardwood top w/ steel end cleats.
Top height: 37" from floor. Tilt angle:
50 degrees to horizontal. 37 1/ 2"x48 %
Standard finish to be selected.
19
Krueger #IRS1418 fiberglass planters.
3
Seamless one piece molded fiberglass
construction. Gloss smooth color
to be selected. Radius square.
side: 14"
height: 18"
opening: 11"
22
Haskell #HTM93302 Work tables 1811x30"
8
Reinforced steel core top. Self edge
�-
laminate 29 1/16" high. Painted apron.
Tables to match Haskell desks. Laminate
and paint color to be selected.
23
Custom laminate top table w/ self -edge. Chrome
1
legs. Laminate to match Haskell desk
and table tops.
Table size: 48"x72"06" high.
24
Haskell #CAR48309 Bi-level table w/ adjustable
1
--
keyboard platform. 48"00% Table to
match Haskell desks. Laminate to be
specified.
EXECUTION:
INSTALLATION:
Install furniture and furnishings as per the provided plan,
complying with manufacturer's instructions. Set units plumb
and level.
ADJUST AND CLEAN-UP:
Verify that moving are operating freely. Clean exposed
surfaces and touch-up marred finishes or replace components
as necessary to eliminate evidence of damage or
deterioration. Remove all cartons, crates, and packing and
dispose of properly.
END OF SECTION
mhfurnsp.wps OFFICE FURNITURE AND FURNISHINGS PAGE-7
SECTION - STORAGE UNITS FOR BLDG. D.
GENERAL
RELATED DOCUMENTS:
Provisions of Contract, including General and supplementary
Conditions and Division-1 Specification sections, apply to
work of this section.
DESCRIPTION OF WORK:
Extent of storage units includes delivery and assemblage of
tie units in B1dg.D.
Types of storage units required include:
Shelving.
Work Benches.
Storage cabinets and bins.
QUALITY ASSURANCE:
Manufacturers: Provide each type of storage unit by one
manufacturer for entire project.
CIIRMTTTAI C.
Submit manufacturer's specifications and installation
instructions for each type of storage unit required.
PRODUCTS:
STORAGE UNITS: The following shall be supplied as specified
or equal by another manufacturer:
PRODUCT DESCRIPTION
QTY.
EQUIPTO #3323 36"x43 1/ 8" cabinet w/ 96 1
2" high drawers.
EQUIPTO #3361 36"x43 1/8" cabinet w/ 28 1
4 5/8" high drawers
EQUIPTO #8501W parts containers (10 cartons 100
w/ 10 containers/carton)
22 3/8"L x 7"D x 11"W. Color:
white.
mhstorsp.wps STORAGE UNITS FOR BLDG. D. PAGE-1
r—
.—
EQUIPTO #1025 D82 Shelves.
5' high, 2' deep, 8' wide, Heavy duty
shelving.
EQUIPTO #9301 Rack end
�^ 5' high by 2' deep.
EQUIPTO #2423-6 Open leg bench
6' wide, 33 1/2" high leg, 29" deep.
Constructed of 12 gauge steel.
EQUIPTO #2523-6 Open leg bench
6' wide, 33 1/2" high leg, 29" deep.
Constructed of 12 gauge steel.
�- EQUIPTO #8523 Little gem drawer trays
Flat bottom Type B; 16 adj. compartments.
EQUIPTO #220-2 Bench drawers
12 1/2" H x 15" W x 23 3/ 4" D.
Grainger Catalog #377
Tool Storage Systems:
Chest #50212 3 W 261
Cabinet #50108 3 W 262 Waterloo model
Grainger
502 E. 40th St.
Lubbock, Tx. 79404
(806) 747-3594
EXECUTION:
INSTALLATION:
39
12
2
1
1
1
Deliver and assemble in Bldg. D, complying with
manufacturer's instructions. Set units plumb and level.
ADJUST AND CLEAN-UP:
Verify that moving are operating freely. Clean exposed
surfaces and touch-up marred finishes or replace components
as necessary to eliminate evidence of damage or
deterioration. Remove all cartons, crates, and packing and
dispose of properly.
END OF SECTION
mhstorsp.wps STORAGE UNITS FOR BLDG. D.
PAGE-2
(This page left blank intentionally)
TO:
NOTICE OF ACCEPTANCE
The City of Lubbock, having considered the proposals submitted and opened on the _day of
199, for work to be done and materials to be furnished in and for:
as set forth in detail in the Specifications, Plans, and Contract Documents for such work for the City of Lubbock;
it appearing that your proposal is fair, equitable and to the best interest of said City, please take notice that
said proposal was accepted by the City Council of the City of Lubbock on the day of 198_ at
the bid price contained therein, subject to the execution of and furnishing of all contract documents, bonds, cer-
tificates of insurance, and all other documents specified and required to be executed and furnished under the con-
tract documents. It will be necessary for you to execute and furnish to the City of Lubbock all such documents
within ten (10) days from your receipt of this Notice.
The five percent (5%) bid security, submitted with your proposal, will be returned upon the execution of
such contract documents and bonds within the above specified ten (10) day period. In the event you should fail to
execute and furnish such contract documents and bonds within the time limit specified, said bid security will be re-
tained by the City of Lubbock.
CITY OF LUBBOCK
Owners Representative
-44-
(This page left blank intentionally)
p-
r-
CITY OF LUBBOCK
SPECIFICATIONS
FOR
OFFICE FURNITURE FOR MUNICIPAL HILL PROJECT
RID # 10785
CITY OF LUBBOCK
Lubbock, Texas
LTdal4
MAILED TO VENDOR: -08/16/90
CLOSE: 08/23/90 2:00 P.M.
NEW CLOSE: 08/30/90 2:00 P.M.
BID # 10785 Office Furniture Municipal Hill Project
ADDENDUM # 1
PLEASE NOTE THE FOLLOWING:
1. Please note manufacturer's information attached.
2. Item #20, "Supersilk #C-398 Assorted Greenery", in the
furniture and furnishings listing of this work is to be a
,., quantity of 46 units. This item comes in groups of four"plants
in individual pots making a total of 148 plants.
3. . Please replace original bid proposal form with attached bid
proposal form.
4. Builder's risk insurance will not be required.
5. Change closing date from August 23, 1990 to August 30, 1990.
THANK OU,
Gene Eads,
CITY OF LUBBOCK
PURCHASING OFFICE
PLEASE RETURN ONE COPY WITH YOUR BID
A�1
BID PROPOSAL
BID FOR LUMP SUM CONTRACTS
PLACE
DATE
PROJECT NO.
Proposal of
(Hereinafter called Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas. (Hereinafter called Owner)
Gentlemen:
The Bidder, in compliance with your invitation for bids for the construction of:
having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other
rt related contract documents and the site of the proposed work, and being familiar with all of the conditions
surrounding the construction of the proposed project including the availability of the materials and labor, hereby
proposes to furnish all Labor., materials, and supplies; and to construct the project in accordance with the plans,
specifications and contract documents, within the time set forth therein and at the price stated below. The price
to cover all expenses incurred in performing the work required under the contract documents, of which this proposal
is to be a part, is as follows:
BID PACKAGE 1 ($ )
(FURNITURE)
BID PACKAGE 2 ($ )
(SHELVING)
(Amount shall be shown in both words and figures. In case of discrepancy, the amount shown in words shall govern.)
Bidder hereby agrees to commence the.work on the above project on or before a date to be specified in a written
"Notice to Proceed" of the Owner and to fully complete the project within calendar days as
stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as
liquidated damages the sum of $50.00 for each consecutive calendar day in excess of the time set forth hereinabove
for completion of this project, all as more fully set forth in the general conditions of the contract documents.
Bidder understands and agrees that this bid proposal shall be completed and submitted in accordance with instruction
number 20 of the..General Instructions to Bidders.
.�. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days
after the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this bid and he further agrees to
commence work on or before the date specified in the written notice to proceed, and to substantially complete the
work on which he has bid; as provided in the contract documents.
Enclosed with this proposal is a Cashier's Check or Certified Check for
Dollars ($ ) or a Proposal Bond in the sum of Dollars (S ),
which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is
accepted by the Owner and the undersigned fails to execute the necessary contract documents and the required bond
(i,f any) with the owner within ten (10) days after the date of receipt of written notification of acceptance of said
proposal; otherwise, said check or bond shall be returned to the undersigned upon demand.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract
documents made available to him for his inspection in accordance with the Notice to Bidders.
Contractor
By
(Seal if Bidder is a Corporation)
ATTEST:
Secretary
Pinnacle Folding Table
Solid core tops, high-pressure
laminate with bullnose edges.
Apron, knife -lock leg frame
and square legs, finished in
black enamel
Tables fold flat for storage.
Options: Chrome legs, sand apron
and legs, grey apron and legs,
self -edge.
ram•+
vd.
Rectangular
18x60" .
K15
I' I 29" high
18x72"
K156-6
18x72"
K156
18x96".
K158-2
(' I
24x60"
K2-5
24 x 72"
K2-6-6
24 x 72"
K2-6
24 x 96"
K2-8-2
30x6O"
K255
30x72"
K256
30x96"
K258
36 x 6O"
K3-5
36 x 72"
K3-6
36 x 96"
K3-8
�) Square
36x36"
K33
I, 29" high
Round
`I
48" diameter
KR-4
I' 29" high
60" diameter
KR-5
K2-6-6. KR-5 and K3-3.
Pinnacle tables offer outstanding variety, value and
flexibility. Available in round, square or rectangular tops,
Pinnacle tables feature folding legs with knife -lock
mechanism. A wide range of sizes meets a variety of needs.
Choose a bullnose or self -edge, and enameled or chrome
legs to complement your interior.
Pinnacle offers the table you need... economically.
kruecprf,
Commerical Division
P.O. Box 8100
Green Bay, Wisconsin 54308-8100 .
telephone (414) 468-8100
Litho in USA Code CMO-4010INP1186
V
7-1
StackChair—Plastic
[MXJ-CH/P
LIQ
IM
Polypropylene seat and backrest
Steel rod frame in chrome or colors
,p • 45 chairs on the dolly stock to 79" high
Basic model without glides
^" cGanging glides or hard floor glide
odels available
x000
0
La
�1
Stack Chair —Cushioned and Upholstered Stack Chair —Veneer
MXU/-BL/C MXV/- BL /V
Foam cushioned seat and back
Available in all grades of KI. fabrics
Steel rod frame in chrome or colors
Stocking not recommended, except with wire
stocking bumper frame; 6 high maximum
Basic models without glides
Ganging glides or hard floor glide
models available
Oak or Walnut veneer surfaces
Steel rod frame in chrome or colors
4 choirs may be stacked without
damaging surface
Basic models without glides
Ganging glides or hard floor glide
models available
Polypropylene seat, bock, ormcap
Upholstered or cushioned and upholstered
models have matching arms
Stacking heights may vary with type of seat
finish; contact factory
Basic models without glides
Available with or without hard floor glides
Ganging Glide Hard Floor Glide Bookrack Tablet Arm Cushioned and Upholstered Stocking Bumper
MXB/BR-CH MXT/TR-CH
I I—- N®R
IM -ev�- �
SPECIFICATIONS
Plastic Chair Seats, Backrests and Armcaps Tablet Arm Bright Chrome Finish
Injection molded polypropylene. ''/e" solid steel rod frame; hinged tablet for Surfaces ore duplex nickol-chrome plated in a
easy access. I I -ply Birch plywood table; high- twenty-two step process. This process is the
Upholstery pressure laminate surface. Bright chrome same as is used in fhe automotive industry for
Fabric covers front and back of backrest. frame only Chairs are nonstacking when exterior finishes.
Cushioned and upholstered models have " oltnched, not available for use with powder
foam podding on seat and backrest. conted frorne chairs. Tablet flips LIP for Powder Coated Finish
Upholstered models without cushions have easy access. Electrostatically applied epoxy, baked onto
upholstery fastened to the shell. surface. Stacking and use of tablet arms
Bookrack and bookracks on powder coated frornes
Veneer Chair Seats and Backrests Steel rod frame, bright chrome finish only. Chairs not recommended.
12-ply hardwood plywood with selacf are nonstocking when atfachod, not available
hardwood veneer surfaces lop and bollom for use with powder coned frame chnirs. Transport Dolly.
Tubular and plate steel welded logether 5"
Chair Frame casters, two swivel, two fixed. Enamel finish.
'/,c"solid steel rod, bright duplex nickel chrome.
Optional with electrostatically applied epoxy
(not available on tablet arm models, bookrocks
or chairs to be used with bookrocks).
108
Pinnacle Folding Tables
Pinnacle Rectangular Folding Table
Folding Table
Pinnacle Round Folding Table
a
4 Y p
r
Pip
• i %'solid core top
1 % " solid core top
• High-pressure Gunstock Walnut laminate
High-pressure Gunstock Walnut laminate
top standard
top standard
• Black vinyl bullnose edge standard
• Black vinyl bullnose edge standard
• 1 % " square formed steel legs and apron
• 1%' square formed steel legs and apron
finished in black enamel
finished in black enamel
• Folds flat for storage
Folds flat for storage
• Floor glides
Floor glides
• Knifelock folding mechanism with spring
Knifelock folding mechanism with spring
loaded 14 ga. safety lock
loaded 14 ga. safety lock
�2
• 1 Y. "solid core top
• High-pressure Gunstock Walnut laminate
top standard
• Black vinyl bullnose edge standard
• 1 % " square formed steel legs and apron
finished in black enamel
• Folds flat for storage
• Floor glides
• Knifelock folding mechanism with spring
loaded 14 ga. safety lock
SPECIFICATIONS
SPECIAL SERVICES
Legs and Frames
Bright Chrome Finish
Self -Edge Top Prices and specifications subject to c'
16-ga. 1 % " square seam -welded tubular steel
Surfaces are duplex nickel -chrome plated in
Add 15% without prior notice.
legs. Adjustable steel glides. locking
a twenty-one step process.
mechanisms are 11-ga. 1' knifelock design.
Chrome Legs_
16-ga. 3" formed steel frames, except 36x36",
Enamel Finish
48' and 60" dia. models which are 3%'.
Nonchipping enamel is electrostatically
Add $26.40 each
Riveted corners. •
applied, then baked; alkyd urea formula.
Special Carton Marking
Pinnacle Tops
For cartons requiring specially marked
1%'thick consisting of solid core high-
destination information.
density particleboard..030' high-pressure
Add $1.60 each
laminate top surface with .020' phenolic
backing sheet. Vinyl bullnose edges with 1 h'
Shipping
radius corners; self -edges with square
Freight class. 185. Shipped single
corners.
packed, k.d., i.o.b. Tupelo,
Mississippi factory.
t
Dimensions
MODEL
SEAT
HElGHTA WIDTH
BACK
.DEPTH HEIGHT
OVERALL
WIDTH HEIGHT WIDTH
DEPTH
WIDTH
BETWEEN
ARMS WEIGHT
CU
XNL-11
17-201/2 20
18 121/2
19'/2 301/2-34 - 251/2 243/4
18 42 11.
XNM-11
17-20'/2 20
18 15
19'/2 33-361/2 251/2
243/4
18 43
11.11
XNH-11
17-201/2 20
18 19
191/2 . 37-401/2 251/2
243/4
18 44
12.7
XNL-12
17112-21 20
18 121/2
19'/2 30'/2-34 25'/2
243/4
18 40
11.5
XNM-12
171/2-21 20
18 15
19'/2 33-361/2 251/2
243/4
18 41
11.5
XNL-13
17-20'/2 20
18 121/2
19'/2 301/2-34 251/2
243/4
— 39
11.5
XNM-13
17-201/2 20
18 15
19'/2 33-361/2 251/2
243/4
— 40
11.5
XNH-13
17-20'/2 20
18 19
19'/2 .37-40112 251/2
243/4
— 41
12.7
XNL-14
171/2-21 20
18 121/2,
19'/2 301/2-34 251/2
243/4 —
38
11.5
XNM-14
171/2-21 20
18 15
19'/2 33-361/2 251/2
243/4 —
39
11.5
1 # 3
XN-22
163/4-201/4 183/4
173/4 11'/4
16 301/4-333/4 233/4
22112 —
35
9.3
XNO-23
171/2-21
201/4
18112
i
XNO-24
17'/2-21
20'/4
18'12
XNL-31
173/4
20
18
XNM-31
173/4
20
18
XNL-32
173/4
20
18
XNM-32
173/4
20
18
is XN-59
253/4-31
183/4
173/4
-�.
•Compressed Seat Height
Features
MODEUDESCRIPTION
XNL-11 EXECUTIVE
XNM-11 EXECUTIVE
XNH-11 EXECUTIVE
XNL-12 CONFERENCE
XNM-12 CONFERENCE
XNL-13 EXECUTIVE
XNM-13 EXECUTIVE
XNH-13EXECUTIVE
XNL-14 CONFERENCE
XNM-14 CONFERENCE
3
XN-22 TASK
XNO-23 OPERATIONAL
XNO-24 OPERATIONAL
XNL-31 GUEST
XNM-31 GUEST
XNL-32 GUEST
XNM-32 GUEST
$j L�
XN-59 TASK STOOL
15
16
32114.35314
233/4
22'/2 —
40
11.5
15
16
321/4-353/4
233/4
221/2 18
44
11.5
121/2
19'/2
301/2
21112
24'/2 —
36
10.9
15
19'/2
321/2
211/2
25 —
37
10.9
121/2
19'/2
301/2
23
241/2 18
39
10.9
15
19'/2.
321/2
23
25 18
40
10.9
111/4
16
40-451/4 261/2
25'/2 —
39
12.7
PNEUMATIC
SWIVEL
BACK
TILT
ARMS HIGH
BACK
MEDIUM LOW HEIGHT
BACK BACK ADJUSTMENT
•
vL XNO-23 OPERATIONAL
7k.
t
" ; a XN-22 TASK
h
nas 11
erational &
'c
Dd for the dynamic
ivironment, Xanas Il
nal and task seating
-omrnodates multiple
l adapts to a variety of
7as N adjustment
,e convenient and
,se from a seated
h
i
Y
♦1 r
rt,
• � i
XN-59 TASK STOOL
WITH OPTIONAL FOOTRING
XN-59 TASKSADO
W •> •E5r�4.17 'i �•,
Atr,4��-'�.;.f
,� d t N.-t+','3vyf�� M 7 r+ y S -} �.'s d�ss{��' a fy,"'a.�°'f•R"'yx�
1 i
Xanas 11
Task
Stool
The Xanas 11 stool model is
standard with a footrest that
moves with the seat to main-
tain the same adjustment rela-
tionship at various heights. The
task stool is also available with
5., an optional footring with a
height adjustment that functions
independently of the seat height
to create a number of seat/
footrest ratios.
Marathon Desks Description Specifications Options
Double Pedestal Desks 29'/4" High
Single Pedestal Desks 29Ya" High
Workstation Main Desks 291/4" High
and Typing Height Returns 261/2" High
Workstation Main Desks 29Y4" High
and Executive Height Returns 29Ya" High
F_.
Credenzas 29Y4" High
Oversurf ace Storage Units 29" High
Haskell)4
Haskell of Pittsburgh, Inc.
Box 273, Oakmont, PA 15139
412 828-6000
National Showroom, Suite 810
., Chicago Merchandise Mart
MDM4173 72X36
overhang 6" sides
and 6" rear
MDM4163 60X30
MDM4253 55X24
Right pedestal:
MRM4163 60X30
MRM4243 45X30
MRM4253 55X24
MRM4343 45X24
MRM4233 36X24
Left pedestal:
Change R to L in model number
MKU4163 60X30
Returns:
MYM40 00 0 pedestal
MYM40 J 60X20 el end
MYM4 0 40X20/pe tal
MY 40J 40X20/panel d
MY 4130J 30X20/panel end
MXM4163 60X30 Desk
MXM4253 55X24 Desk
Returns:
MXM4060 60X20/pedestal
MXM4060E 60X20/panel end
MXM4140 40X20/pedestal
MXM4140E 40X20/panel end
MXM4130E 30X20/panel end
Standard with 3 box
drawers (A pedestal)
on right, box drawer
and file drawer (C .
pedestal) on left.
Standard with box
drawer and file
drawer (C pedestal)
Standard with box
drawer and file
drawer (C pedestal)
Pedestal returns are
standard with tray
drawer and two box
drawers (G pedestal)
Standard with box
drawer and file
drawer (C pedestal)
Pedestal returns are
standard with 3 box
drawers (A pedestal)
MCM4066 60X20
Steel doors, adjustable shelf
MCM4166 60X20
Same, with pedestal locks
MCM4065 60X20
No doors, adjustable shelf
MCM4165 60X20
Same, with pedestal locks
MCM4060 60X20
Open center section, full back panel
MCM4160 60X20
Same, with locks
CSU45290 45WX29HX12D
CSU55290 55WX29HX12D
CSU60290 60WX29HX12D
Sides are laminate
to match desk top;
back panel and shelf
are steel painted to
match desk. Sides
are pre -drilled for 3
shelf positions.
Choice of 33 standard
Haskell paint colors.
If desired, other
nonmetallic paint
colors will be matched
to paint samples
submitted.
Laminate tops are
available in all Haskell
woodgrain and solid
colors for a mono-
chromatic look.
Other tops can be
furnished if the
laminate manufac-
turer's name, number
and sample are
supplied.
Mirror chrome or
satin chrome legs.
Desks may be keyed
alike or master keyed.
A variety of drawer
pedestal arrange-
ments are available
at no upcharge.
See price list.
Flush filler side panels,
may be field installed.
Accessories include
pencil trays, sloping
stationery trays,
dividers for box
drawers, Plexiglass
reference shelf,
hanging folder frames
for file drawers, and
hanging folder rod
adapters for side -to -
side legal or letter
filing. For model
numbers, see price list.
Accessory SA4520
spring -assisted
Retractable Keyboard
Support fits under
work surface in
space approximately
25WX20D. Adjusts
up and down within
7" range. Fully
retractable.
Side panels for
Oversurface Storage
Units can be drilled in
the field to permit shelf
height in any position.
F287425260
V
Xanas 11
Executive
Three choices of back heights
combine with Xanas ll's six
selections of frame finish
colors to make Xanas 11 exec-
utive seating a striking and
versatile part of the office
system.
The advanced design of the
second generation of Xanas
optimizes the interaction of the
human form with today' work-
place. The unique control system
allows uninhibited movement in
any sitting position. The back and
armrests conform to the body's
needs, assuring constant comfort.
Xanas 11 executive models are avail-
able with or without arms,
III
Al
XNL-13 EXECUTIVE LOW
^.�tz�tp � � �
��
...�� �_
*�tifi i
LUU. Series Lounge beating
Model
Dimensions
Notes
200/201
SH-16"
1. Frame dimension is 1'/2" O.D. tubular steel.
2. Floor glides standard, factory installed. Specify no
H-29"
glides when required for movement on carpet.
3: Standard seat height 16"
D-27"
4. Row seating ganging'connector available. Kintone only,
$8.00 list each, 2 per join recommended; model
W-24"
number 100/G, specify for 1'h" O.D. frame.
AH-24"
200/201S
SH-16"
1. Frame dimension is 1'/2" O.D. tubular steel.
2. Floor glides standard, factory installed. Specify no
H-29"
glides when required for movement on carpet.
3. Standard seat height
R0-27"
®
4. Suffix "S" indicates separate seat and back.
5. Row seating ganging connector available. Kintone only,
W-24"
$8.00 list each, 2 per join recommended; model
number 100/G, specify for 1'/2" O.D. frame.
°
AH-24"
2001202 SH-16" 1. Frame dimension is 1'/2" O.D. tubular steel.
2. Floor glides standard, factory installed.
H-29" 3. Standard seat height 16"
4. Row seating ganging connector available: Kintone only,
D-27" $8.00 list each, 2 per join recommended; model
number 100/G, specify for 11/2" O.D. frame.
W-45"
AH-24"
200/203 SH-16" 1. Frame dimension is 11/2" O.D. tubular steel
2. Floor glides standard, factory installed.
H-29" 3. Standard seat height 16'
4. Rowseating ganging connector available. Kintone only,
D-27" $8.00 list each, 2 per join recommended; model
W-66"
number 100/G, specify for 1'/2" O.D. frame.
'
AH-24"
1000 Row seating
ganging connector, see
above notes.
100G Row seat ganging .
connector with
400/800 series tables,
see table section.
For free standing tables
for use with the
200 Series Lounge group
refer to the table section,
400/800 series.
IN
Shape
Square
?
x "
Rectangle
5
A
Dimensions
24" x 24" x 16"H
24" x 24" x 16"H
30" x 3(Y" x 16"H
30" x 30" x 16"H
24"x48"x16"H
24"x48"x16"H
Notes
1. Standard height is 16'
2. Frame dimension is 11/2"O.D. tubular steel.
3. Continuous tube frame with inset top.
4. All tops feature 3" corner radius.
5. Formerly the 300/301, 300/302 and 300/303
table models.
6. When ordering specify:
1) model number
2) top size
3) top finish
4) frame color
7. Floor glides standard factory installed
Compatible design table
series with 200 Series
Lounge Seating.
10OG connector for
joining tables to
chairs and sofas.
V
s•artc=.
�. f'� � AY("l Yi4 t:s - s Y '.,;isi � �f��1�►� $.+"'.�}�
`,. F� [ [Y'' 3►3. t• 1:1j4 t�� ''1Y! �F�1+�'10 7! l C
x t
'':ice ll�/vc� �ft5 STYLE L(� �(.(—r wlTF�
Sc t R G� kac, tJ c-ru
f
(,JVL-
EP6
Square
28'7/a" High
Round
287/e" High
#13 �—.
Rectangular
287/s" High
Haskell)4
System.One
Pedestal Tables
Product features include:
• Tops with self -edge or vinyl t-molding in four colors
• Bases available in polished chrome or nine powdercoat colors
See page 71 for complete ordering information
Top Size Model No. Description
Ship. Wt. Cu. Ft. Price
3000 PTS3030-2628XC
26" X-base, polished chrome,
54
3.3
$305
with self -edge top
PTE3030-2628XC
Same as above, with vinyl t-molding
54
3.3
305
36x36 PTS3636-3228LC
32" LX-base, polished chrome,
70
4.0
377
with salf-edge top
PTE3636-3228LC'
Same as above, with vinyl t-molding .
76
4.0
377
30 PTS0030-2628XC
PTE0030-2628XC
36 PTS0036-3228LC
PTE0036-3228LC`
42 PTS0042-3228LC
.4 PTE0042-3228LC'
48 PTS0048-3828LC
PTE0048-3828LC
18x48
PTS1848-1628TC
PTE 1848-1628TC
18x60
PTS1860-1628TC
PTE 1860-1628TC
24x36
PTS2436-2028TC
PTE2436-2028TC
24x48
PTS2448-2028TC
PTE2448-2028TC'
24x60
PTS2460-202STC
PTE2460-2028TC
30x48
PTS3048-2628TC
PTE3048-2628TC
26"_X-base polished chrome,
with self -edge top
48
3.3
331
Same as above, with vinyl t-molding
48 ';
3.3
331
32" LX-base, polished chrome,
62
4.0
407
with self -edge top
Same as above, with vinyl t-molding
62
4.0
407
32" LX-base, polished chrome,
73
4.9
481
with self -edge top
Same as above, with vinyl t-molding
73
4.9
481
38" LX-base, polished chrome,
93
6.3
496
with self -edge top
Same as above, with vinyl t-molding
93
6.3
496
16" T-base, polished chrome,
with self -edge top
Same as above, with vinyl t-molding
16" T-base, polished chrome,
with self -edge top
Same as above, with vinyl t-molding
20" T base, polished chrome,
with self -edge top
Same as above, with vinyl t-molding
20" T-base, polished chrome
with self -edge top
Same as above, with vinyl t-molding
20" T-base, polished chrome,
with self -edge top
Same as above, with vinyl t-molding
26" T-base, polished chrome, .
with self edge top
Same as above, with vinyl t-molding
58
2.2
356
58
2.2
356
65
2.7
367
65
2.7
367
60
2.2
320
60
2.2
320
49
2.8
367
49
•2.8
367
78
3.3
401
78
3.3
401
80
3.3
390
BO
3.3
390
'Available from Haskell QUICK -SHIP In Teak top with brown vinyl t-molding and chrome base; Walnut top with black vinyl t-molding and chrome base;
or Arctic Gray top with gray vinyl t-molding and chrome base.
69
Bentley Conference
Tables
1la"Solid core tops with textured woodgrain
Boal-shaped Table Top,
30 x 36 x 72"
One-piece top
G3-68
plastic laminate surface.
I
I
Plastic laminate surface
36 x 48 x 96"
One-piece top
G4-SB
36 x 48 x 120"
One-piece lop
G4108
Available in self -edge only
36 x 48 x 144"
One-piece top
G412B
Legs feature matching laminate surface and ®4fl
�+ 36 x 48 x 192"
Two-piece lop
G416B
self -edge.
36 x 48 x 288"
Two-piece top
G424B
Table tops 192" and over are in Iwo pieces.
Rectangular Table Top,
Plastic laminate surface
30 x 60"
One-piece top
G255
36x 72"
One-piece top
G3-6
48 x 96"
One-piece top
G4-8
48 x 120"
One-piece top
G410
48 x 144"
One-piece top
G412
48 x 192"
Two-piece top
G416
48 x 240"
Two-piece top
G420
48 x 288"
Two-piece top
G424
Bentley tables —
Value in conference y� r
�^ y.4 S ♦ � % � y� �{�"'�?,1 Y ,X �� ':,fir' I
Krueger craftsmanship goes to work with
top-notch conference tables affordably priced.,
Bentley conference tables combine rich looks
with sturdy 114" Novoply"' core construction ��� ��g� ��� � ��•��`� `' r
for tables that meet the expectations of both R' M, ,�1
board room and budget.
Gunstock Walnut, Natural Oak or English Oak
r^ laminates wrap around the 1111" self -edge for
the look of real wood... with a finish that resists
marring and cleans up with a damp cloth. 2" ;
slab base pedestals in matching grain laminate Y
^-" have adjustable glides for a level surface. 36 x 48 x 144' BSI shaped top. onA-piece. Natural Oak laminate
Choose a rectangular or boas -shaped top,
solid with 2 pedestals up to 12, or 2-section top .., ,.
with 3 pedestals for longer tables.
From mail room to board room... Krueger f
tables are a sound business decision.
kaww.
commerclal
P.O. Box 8100
Green Bay, WI 54308-8100
telephone (414) 468-8100
36 x 72;' Rectangular table top, one-piece, Gunstock Walnut laminate
01989 Krueger International, Inc Litho in US.A Code CM-05500AX589
V
XNM-12 CONFERENCE MEDIUM
Xanas ll
Conference
Positioned on a stationary
carpet glide or with optional
casters, these chairs feature a
swivel mechansm for easy
access and a pneumatic lift for
effortless height adjustment.
arras 11 conference models
�e available in two back
sights, with or without arms.
h
(A
XNL-14 CONFERENCE LOW
a
f�
HMM0020-21
18x24x291/4H
Cover: Conference Table
HTM0190 in Walnut
3
n ,r
s t;r
z� 4 fiY
"} itd}fezr
'rt}
Versatile Tables
Haskell makes more table models (110) than virtually anyone else. That's a
comforting thought if you have unusual space or utility requirements. But if
that's not enough, we'll quote special sizes on request. Our steel tables are
known for heavy-duty construction. Examples: we electro-weld leg mounts
for firm alignment and add sturdy top stiffeners for durability. The tables
shown here have self -edged tops and chrome legs and are styled to
coordinate with our Hallmark and Marathon desks. There's a wide range of
paint colors and top materials. If you don't see the size or type you need,
your Haskell dealer will be happy to help you make a selection.
Y
Haskell N
Computer
Support
Furniture
Series C
Size Model Description
Ship, Wt.
Cu. Ft.
Price
Fixed Height Tables
291/4Hx6owx3oD CTO60309
97
8
$324
291/4" and 261/2" High
291/4Hx48Wx30D CT048309
87
8
300
291/4Hx36Wx30D CT036309
70
8
274
291/4Hx24Wx30D CTO24309
56
4.5
249
261/2Hx60Wx30D CT060306
94
8
311
261/2Hx48Wx30D CTO48306
84
8
287
261/2Hx36Wx30D CTO36306
76
8
263
261/2Hx24Wx30D CT024306
56
8
237
261/2Hx48Wx24D CT048246
82
8
274
261/2Hx30Wx24D CTO30246
56
4.5
237
261/2Hx24Wx24O CTO24246
56
4.5 '
217
Fixed Height Returns 291/4" High
48Wx240 CRR48249 Attaches on right of 29" C table 74 8 244
48Wx24D CRL48249 Attaches on left of 29" C table 74 8 244
36Wx24D CRR36249 Attaches on right of 29" C table 57 8 231
36Wx24D CRL36249 Attaches on left of 29" C table 57 8 231
Bi-Level Tables 291/4" High with Keyboard Platform
60Wx3OD CTR60309 . Keyboard platform on right, fixed at 253/4" 99 8 386
® 60Wx3OD CTL60309 Keyboard platform on left, fixed at 253/4" 99 8 386
\ 48Wx30D CTR48309 Keyboard platform on right, fixed at 253/4" 89 8 361
48Wx30D CTL48309 Keyboard platform on left. fixed at 253/4" 89 8 361
60Wx3OD CA'R60309 Adjustable keyboard platform on right 99 8 396
60Wx3OD CAL60309 Adjustable keyboard platform on left. 99 8 396
48 Wx30D CAR48309 Adjustable keyboard platform on right 89 8 372
48Wx30D CAL48309 Adjustable keyboard platform on left 89 8 372
Combination Tables 291/4" High with Keyboard Platform and Paper Slot for printer
60Wx3OD CPR60309 Platform on right, fixed at 253/4", slot on left 98 8 435
60Wx30D CPL60309 Platform on left, fixed at 253/4", slot on right 98 8 435
60Wx3OD CSR60309 Adjustable keyboard platform on right, slot 98 8 444
on left
60Wx3OD CSL60309 Adjustable keyboard platform on left, slot 98 8 444
on right
Printer Stand 291/4Hx36Wx30D CPS36309 With paper shelf 60 8 274
Specify front or 261/2Hx36Wx30D CPS36306 With paper shelf 59 8 263
rear opening 291/4Hx24Wx30D CPS24309 With paper shelf 58 4.5 249
/Q 261/2Hx24Wx30D CPS24306 With paper shelf 55 4.5 237
66
l �
System One
Personal
Storage
{
tiY t q �iS'k
.......... .......... t
u k4 ]
i(t T
e
F
"ti
ti
..
.. Leg,
x7"E"
� •..
ii
A •:
r
\
4•
x
� l
Modified Square Planters
Model
Side
Ht.
Opening Model
Side
Ht. Opening
Seamless one-piece molded fiberglass
IRS Series, IRS-0909
9
9i6
sq.
IRS-1412
14
12 11 sq.
... construction for strength.
D
Radius Squares IRS-0912
12
IRS-1414
IRS-1418
14
18
Available in a wide range of standard
IRS-1112
11
12
8 Sq.
IRS-1420
20
gloss smooth colors. Most models are
IRS-1115
15
IRS-1425
25
also available in textured finishes. Matte
IRS-1120
20
IRS-1432
32
,. smooth finishes and custom colors are
IRS-1125
25
available at an upcharge. See price list
and color card.
IRS-1612
=-1615
16
12
12 sq.
IRS-2015
20
15 16 sq.
15
IRS-2018
18
All models have 11/2" high base except
IRS-1618
18
IRS-2025
25
those noted with ('), 3" base.
IRS-1815
18
15
14 sq.
IRS-2206
22
6 18 sq.
IRS-1820
20
IRS-2215
15
IRS-1825
25
IRS-2221
21
IRS-1832
32
IRS-2225
25
IRS-2406
24
6
20 sq.
IRS-3616'
36
16 29 sq.
IRS-2415
15
IRS-3621'
21
IRS-2420.
20
IRS-3627'
27
IRS-2426
26
architectural
fibargla»
A division of Krueger
P.O. Box 8100
'^^ Green Bay. Wisconsin 54308
telephone (414) 468-8100
Litho in USA. code AFO.33111IP384 1
P— =
—Ag
oli a a a Ci rlh
'800;1
*
Pamka
m 1 1 Mill,
il
' e ` 3313
3323
3312
3322
2" HIGKDRAWER CABINElt
341/e" Wide x 1014" High Cabinets
Catalog
Drawer
Drawer
Drawer
No. of
No. of
- Cabinet
No.
Height -
Width
Depth
Drawers
Compartments
Depth'
32 -
2"
4 %"
11"
32
96
12"
34
2"—.
55/e"
1i"
24
72
12"
36 j 2" 41/4 " ill 16 96 12"
2" _6" 11" 12 72 12"
All units shipped with 2 dividers per drawer.
3414 Wide x 105/," High Cabinets
Catalog Drawer - Drawer Drawer - No of No. of Cabinet
No Height Width Depth . Drawers Compartments Depth
33 2" 41/, " 17" _32 96 18"
35 — 2" 5-'/a" -17" 24 72 18"
37 2" 4'/4" 17" 16 96 18'
2" 6"� 17" 12 72 18".
All units shipped with 2 dividers per drawer.
Note: The above cabinets fit all makes of 36" wide shelving_
Stock color on above cabinets is office gray. See page 3 for
other colors.
36" Wide x 4314" High Cabinets (Counter High)
Catatog
Drawer
Drawer
Drawer
.No. of
No of
Cabinet
No.
.Height
width --
--Depth
.Drawers
Compwlments
Depth
3313
2"
4'/4"
11
96
288
12"
3312
2"
55/e"
it"
72
216
12"
�.� 3323'
2"
4 /4 "
17"
96
288
18--
3322
2"
5''/e"
17" _72
A
216
18'
All units shipped with
2 dividers per drawer.
36" Wide x 7'1'/a" High Cabinets
Catalog
Drawer
Drawer
Drawer
No of
No. of
Cabinet
No.
Height
Width _
Depth -
—
_ Drawers
--
Compartments
Depth
3913
2"
---5`/"
4'/4"
11"
224
-
672
12"
3912 .
--
2"
—
—
ill
1_68
-----672
504
12"
3923
2"
.4 1/ "
17"
224
18"
3922
2"
55/a"
17"
168
504.
18"
All units shipped with 2 dividers per drawer
Drawer cabinets 31/2' and 7' high furnished with white end
panels. See page 3 for other colors.
ECIUIPTO�
4%" HIGH -JUMBO DRAWER CABINET,-
34'/6"
Wide x 193/4" High Cabinets
Catalog
Cabinet
Drawer
Drawer
No. of
No. of
No.
Depth
Width
Depth
Drawers
Compartments
3629
12'
5%,
18
54
9
18'
55/1 6
17'
18
54
3626
12"
81/s*
12
36
3686
18"
81/8"
17'
12
36
362913689
3620
12,
11 4 ' ill' _9
27
3680
18'
111/4 " 17' 9
27
Note: Above cabinets
are stock color office gray. See pg. 3 for other colors.
36" Wide.x 431/6" High Cabinets (Counter High)
Catalog
cabinet
Drawer Drawer No. of
No. of
No
Depth
Width Depth Drawers
Compartments
3350
12'
ill/., ill 21 (7 rows of 3)
63
3360
18,
111141 17" 21 (7 rows of 3)
63
3351
12'
8%. ill 28 (7 rows of 4)
84
362613686 —303361
18-
8'/e' 17' 28 (7 rows of 4)
84. ille
3352
12"
55/9* ill 42 (7 rows of 6)
126
3362
18"
5'/e 17 42 (7 rows of 6)
126
Note: All
units have 2 scoop dividers per drawer. Specify if straight dividers preferred.
36" Wide x 7'11/8"
High Cabinets & Combination Units
Catalog
Cabinet
Drawer Drawer No. or,
No. of
No.
Depth
Width Depth Drawers
Bins
3952 12" 55/ell ill, 78 (13 rows of 6)
362013680 3962 18" 55/all 17" 7803 rows of 6)
3951 12" 8 " ill, 52 (13 rows of 4)
3961 181, 83/6" 17" 52 (13 rows of 4)
3950 12" 111141, 1 ill 39 (13 rows of 3) —
3960 18" 111/4" 17" 39 (13 rows of 3) —
12" 111141, ill, 15 (5 rows of 3) —
3956 12" 83/all ill, 16 (4 rows of 4) —
12" 55/81, ill, 24 (4 rows of 6) —
18" 1111411 17" 15 (5 rows of 3) —
3966 18" 8 3/8 " 17" 16 (4 rows of 4) —
18" 5 5/8 " 17" 24 (4 rows of 6) —
3852 12" 5 5/8" ill, 54 (9 rows of 6) 6
3.862 18". 5Va" 17" 54 (9 rows of 6) 6
3851 12" 83/8" ill, 36 (9 rows of 4) 6
3861 18" 8 3/8 " 17" 36 (9 rows of 4) 6
38_50_ 12',' 111/4" 1 Ill '27 (9 rows of 3) 6
3860 18" 11 114" 17" 27 (9 rows of 3) 6
Note- All units have 2 scoop dividers per drawer. Specify if straight dividers preferred.
cabinets 31/2'and Thigh furnished with white end panels. See page 3 for other colors . �J. "I
T-1--.—
I
"T.
i- I r " . 395113961
3952/3962
Also see table for these units with 31 drawers per row.
Et. UIPTO 53
V
CENTURY CUN-(AINERS FOR MORE EFFICIENT STORAGE
one-piece construction wnn.
smooth, rounded corners make.
Equipto Century Containers
ideal for effective storage of
liquid or solid materials. Simply
designed with beveled fronts
and raised bottom runners, for
easy handling and long service.
Rugged containers. in 3 attractive
colors hold up to 150 lbs. of hard-
ware 5 4 gallons of linuid-1250
cubic inches of storage capacity. Use containers singly or combine in stock trucks, shelving and cabi- Century Containers placed on
Stackable, portable, practical. nets. Stack 30 nested containers 4' high or use on conveyors and stock truck (161D) let you effi-
Comply with USDA and FDA reg- skids. Use 3 colors to code your items for better inventory control. ciently collect, transport and store
ulations for use in food industry.
Color code contents as you
enhance work environments.
f - - 22- `-
1
7..
1_
Cat. No. Color
.-� 8501 W White
8501 Y Yellow
M #R
8501 B Blue
Shipped in cartons of ten.
Equipto containers fit 3-across
in mobile and stationary shelv-
ing units for concentrated
storage.
94-05 Series
94-10 Series
95.10
Series
Use Century Containers in efficient
Catalog No.
Unit
Catalog No.
Standard or Iron Grip shelving
Description
Without
Containers
capacity
(containers)
While
with Containers
Yellow
Blue
Width
Size of Unit
Depth
Height
units for organized, secure and ac-
4-shelf unit
cessible material storage. Sta-
(counter high)
94-05
12
94W05
94Y05
941305
36"
18"
43th"
tionary and mobile units can be
10-shelf unit
94-10
27
94W 10
94Y10
94B10
36"
18"
84"
used singly, or in combination with
benches, racks, etc. —wherever
10-shelf Iron Grip unit
95-10
27
95W10
95Y10
95B10
36"
24"
84"
you need container storage.
w/2 doors
Lockable, double -door units keep
4-shelf Iron Grip unit
95-05
12
95W05
95Y05
95805
36"
24"
431h"
contents secure and clean.
w/2 doors
Mobile Stock Truck
161 D
9.
161 DW
161 DY
161.DB
36".
24"
33"
(3 trays)
Mobile Stock Truck
168D
18
168DW
168DY
168DB
36"
24"
60"
(6 trays)
Stock color office gray. Seepage 3 for other colors.
EQUIPTO
55
MEIN -LEG BENCHES
Carefully engineered for rugged
use and easy assembly, Equipto
Series 2400 Open Leg Benches
are extremely versatile units.
Completely modular, completely
flexible -with variations to
match any work area re-
quirements. A full range of
easily -added accessories further
expand your options.
The Equipto 2400 Series open leg
bench with full lower shelf and
enclosed top is a rugged and ver.
satile work center. Strong, channel -
formed legs are arc -welded
together fc r lifetime solidity. For
additional c;trength and rigidity,
Equipto aols heavy -gauge back
stringers. j� convenient bottom
shelf provides storage space within
a bench, so parts, supplies and
tools can be kept right where
they're needed. By adding elec-
trical receptacles to bench legs,
you gain, plug-in capability just a
short reach from where power
tools are stored, without worry of
cords being draped over the work
area. To these features add
Equipto de3igned-in versatility:
When using multiple benches in
continuous rows, one leg supports
two benches. Lag holes permit
easy attachment to floor. Con-
veniently located holes allow easy
attachment of accessories ranging
from drawers and shelves to outlet
strips and mail sorters. Available in
2 depths, 3 heights and 2 lengths,
with 5 different bench top
materials.
Lock It upl
All drawers accept standard
padlocks, or order # 10405 key
locks, keyed either differently or
alike.
Top
Choice of 5 types: 12 gauge
(.104") steel; tempered hardboard
bonded to 12 gauge steel;.3A" res-
in wood bonded to wood block
core (13/4" thick); solid laminated
hard maple (1V4" thick); conduc-
tive anti -static (1 Y4" thick).
2400 Series
Drawers
Pilfer -proof, enclosed frame, in 2
widths and heights, for mounting
up to 3 wide and 3 high. Drawer
has full suspension roller action,
with rounded fronts, rear stops,
latch, hasp and knockout for locks.
Electrical Knockouts
Bench legs accept regular outlets;
both front and rear, with room for a
1/2 " conduit down the inside of the
leg rib. Allows convenient, safe use
of power tools right at your
bench site.
Width
Top Material
(Wood, Bonded wood
29" Deep or Conductive 30' Deep)
29" High Leg' 31 V4' High Leg' 33 Vz" High Leg'
29' High Leg'
36" Deep
31 Va" High Leg'
331/t High Leg'
5'
12 Gauge Steel
2421-5
2422-5
2423-5
2431-5
2432-5
2433-5
5'
Hardboard on Steel
2421-5M
2422-5M
2423-5M
2431-5M
2432.5M
2433-5M
5'
Bonded Wood
2421-5B
2422-5B
2423-5B
2431-5B
2432-5B
2433-5B
5'
Laminated Maple
2421-5W
2422-5W
2423-5W
2431-5W
2432-5W
2433-5W
5'
Conductive
2421-5C
2422-5C
2423-5C
2431-5C
2432-5C
2433-5C
6'
12 Gauge Steel t
V24234
2431-6 .
2432-6
.2433-6
6'
Hardboard on Steel
2421-6M
2422.6M
2423-6M
2431-6M
2432-6M
2433-6M
6'
Bonded Wood
2421-68
2422-6B
2423-6B
2431-6B
2432-6B
2433-6B
6'
Laminated Maple
2421-6W
2422-6W
2423-6W
2431-6W
2432.6W
2433-6W
6'
Conductive
2421-6C
2422-6C
2423-6C
2431-6C
2432-6C
2433-6C
'Actual bench working height depends on type of top.
Steel top benches have no identifying letter.
Letter codes mean: M—Hardboard on steel; B—Bonded wood; W—Laminated maple; C—Conductive
108 EQU1PTO
Stock color office gray. See page 3 for other colors. /
' r'� ��4�sai�4•YryYy4.9
OPEN LEG BENCf
LAla.:::.. . _.
i
The Equipto 2500 Series
bench —an open, module style
unit with standard features that
revolutionize bench efficiency.
Everything to accommodate
your situation —counter, shelf
and drawer space in one rugged
unit —in 60 sizes and types.
With Equipto 2500 Series benches
you can customize more than ever,
to fit your work area requirements.
Available in a range of sizes, these
durable units feature a choice of
live tops; channel steel legs with
electrical knockouts for plug -ins
full bottom shelf; one No. 220
bench drawer with a latching
handle and provision for padlock;
back and end.rails to keep item
from sliding off the top; and a 12"
deep aerial shelf with back stop.
Bench top choices of steel, hard-
board on steel, bonded wood,
conductive, or laminated maple.
Additional aerial shelves can be
bolted on top of the one supplied,
and fitted with outlet strips,
drawers, etc. Underbench
storage is easily expanded by
adding more drawers. See Bench
Parts and Accessories.
Lock it up!
All drawers accept standard
padlocks, or order #10405 key
locks, keyed either differently
or alike.
Tops
Choice of 5 types: 12 gauge
(.104") steel; tempered hardboard
bonded to 12 gauge steel; I'V" res-
in wood bonded to wood block
core (1-Y4" thick); solid laminated
hard maple (14,4" thick); conduc-
tive anti -static (1 V4" thick)
2500 Series
Drawers
Pilfer -proof, enclosed frame, in 2
widths and heights, for mounting
up to 3 wide and 3 high. Drawer
has full suspension roller action,
with rounded fronts, rear stops,
latch, hasp and knockout for locks.
� .,�... yes-•�cq{rw�
`\_
Electrical Knockouts
Bench legs accept regular outlets,
both front and rear, with room for a
r/s" conduit down the inside of the
leg rib. Allows convenient, safe use
of power tools right at your
bench site.
Width
Top Material
29' Deep (Wd. Bonded Wood
orCondu ti a 30 Deep)
29"High Leg' 31 V4' High Leg' 33VV High Leg"
29" High Leg'
36" Deep
31 Va' High Leg'
.
331.19' High Leg•
5'
12 Gauge Steel
2521-5
2522-5
2523-5
2531-5
2532-5
2533-5
5'
Hardboard on Steel
2521-5M
2522-5M
2523-5M
2531-5M
2532-5M
2533-5M
5'
Bonded Wood
2521-5B
2522-5B
2523-5B
2531-5B
2532-5B
2533-5B
5'
Laminated Maple
2521-5W
2522-5W
2523-5W
2531-5W
2532-5W
2533-5W
5'
Conductive
2521-5C
2522-5C
2523-5C
2531-5C
2532-5C
2533-5C
,12 Gauge Steen.
,
;-;2523
6 . 4 {
2531-6
2532-6
2533-6
6'
Hardboard on Steel
2521-6M
2522-6M
2523-6M
2531-6M
2532-6M
2533-6M
6'
Bonded Wood
2521-6B
2522-6B
2523-6B
2531-6B
2532-68
2533-6B
6'
Laminated Maple
2521-6W
2522-6W
2523-6W
2531-6W
2532-6W
2533-6W
6'
Conductive
2521-6C
2522-6C
2523-6C
2531-6C
2532-6C
2533-6C
'Actual bench working height depends on type of top.
M—Hardboard on steel; B—Bonded wood; W—Laminated maple; C—Conductive
N
110 EDulPTO Stock color office gray. See page 3 for other colors/
t
OPEN LEG BENCH
RIES
,'.
Equipto Open Leg Benches are
Y,
carefully engineered with the
flexibility for planned expan-
sion. Our complete line of parts
and accessories allow you to
.:��,..
custom build bench units from
any;
scratch, or expand, modify and
idapt existing units to keep up
with changing requirements —
with assured Equipto quality
and performance. Make your
r
people more efficient with these
helpful accessories.
Tops
Choice of 5 tops: 12 gauge (.104")
steel; tempered hardboard bond-
ed to 12 gauge steel; 4/8" resin
wood bonded to wood block core
(144" thick; solid laminated hard
maple (14'4" thick); conductive
anti -static (1 V4" thick).
Steel Tops (12 gauge)
Depth
width
Weight
Catalog No.
29"
5'
64lbs.
11434
29'
6'
78
11436
36'
5'
75
11440
36'
6'
90
11442
Hardboard on 12 ga. Steel
29'
5'
74lbs.
11435
29'
6'
90
11437
36'
5'
86
11441
36'
6'
103
11443
Bonded Wood, 11/4' thick
30'
5'
85 lbs.
12348
30,
6'
100
12349
;K-
36'
5'
100
12351
.36'
6'
120
12352
Laminated
Maple, 13/4'
thick
30'
5'
881bs.
12339
30'
6'
105
12340
36'
5'
105
12342
36'
6'
125
12343
Conductive, 1Y4" thick
30'
5'
63lbs.
12305
'i
30'
6'
75
12306
36'
5'
75
12315
-
36'
6'
90
'12316
Outlet
Bench Top
Back Rail
12 Gauge
Sleet Top `.. ' L
Double Drawer':-
Unit #220.2
'Little GeMO
fits in drawer
Bench Legs
Back and End Rails
Continuous Rows
Welded, one-piece steel units
Description Wt.
Catalog No Using one leg to support adjoining
seamed for strength and safety.
bench parts (above) saves Moth
5' back rail 61bs.
7402
Depth Height weight
Catalog No.
6' back rail 7
7403 money and space when creating
281&1 291, 14 lbs.
9921
29 right end rail 3
7412R continuous rows of side -to -side
2811e 311/4" 15
9922
29' left end rail 3
36' right end rail 4
7412L
7413R benches. Equipto bench legs are
281&' 331h 16
We 29" 15
9923
9931
36' left end rail 4
7413L engineered with double sets of
341&' 311/4" 16.
9932
1#8
Drawer Cabinet
fastening holes for attaching tops,
341&1 331&' 17
9933
back stringers and shelves. When
Welded8 drawer cabinet unit fits
,
Aerial Shelves
between bench counter
and aerial benches are used singly, the outer
May be bolted on top of another. ;
-
shelf for convenient, easy
access leg holes are used; when.attached
Height Depth Fits
Catalog No.
drawer storage.
in rows of multiple units. the inner
14" 12" 5' bench
225-5
holes are used to provide common
14" 12" 6' bench
226-72
Description
Catalog No. leg support for 2 units. Economy,
Electrical Outlet Strip
23"Wx93/ " 02"D with
a with no loss of structural strength.
8 No. 8505 drawers
Order parts from this table to
Fits
Catalog No.
(See 3Ys" High Drawers. Pg. 49)
custom design your own bench
5' bench
6' bench
219-5
219-6
Little Gem Drawer Trays rows. Achieve the efficiency that
Entrance end fitting
for connecting le
2010
Description
running Work space provides —
Catalog No. 9 Pa p
conduit or Bx to above.
simply and without unnecessary
duplication of parts. Add Equipto
Bottom Shelves
Flat Bottom Type B;
K., accessories to achieve tun bench
Size weight
catalog No.
16 adi. compartments
efficiency in multiple unit
127N'x5' 19 lbs.
6121
Drawers for Benches
assemblies.
1271Px6' 25lbs
6122
Bac, Stringers
Hgl. Width
Depth wt. Cat. No.
Size Weight
Catalog No.
61/4 ` 15' 233E 27 lbs. 220
t2Y4�a ,,..,, ys•, ;: :.3:: 233/.•:•.
5' 7 lbs.
10252
183/. 15'
2334 ` 65 220.3
6' 8lbs.
10253
61M 15'
233/427 221A
Locks
73A' 21 `/z'
23V.' 33 222
15v2' 211/2'
233h 62 222.2
Description
Catalog No.
23'h' 211/2'
233/4 ` 91 222.3
73/4' 211/2 `
233W 33 223A
Key lock
10405
Master key
10405M
Stock color office gray. See page 3 for other colors.
EOUIPTO 111
CITY OF LUBBOCK
SPECIFICATIONS
for
TITLE: OFFICE FURNITURE MUNICIPAL HILL PROJECT
ADDRESS: 600 MUNICIPAL DRIVE
BID NUMBER: 10785
PROJECT NUMBER: 2113-551103-9428
CONTRACT PREPARED BY: Purchasing Department
-1-
4
(This page left blank intentionally)
1.
2.
3.
4.
5.
6.
7.
8.
9.
10
11
12
INDEX
PAGE
NOTICETO BIDDERS..........................................................................................3
GENERAL INSTRUCTIONS TO BIDDERS............................................................................4
BID PROPOSAL - BID FOR LUMP SUM CONTRACTS.................................................................10
PAYMENTBOND..............................................................................................13
PERFORMANCE BOND..........................................................................................16
CERTIFICATE OF INSURANCE..................................................................................19
CONTRACT..................................................................................................21
GENERAL CONDITIONS OF THE AGREEMENT.......................................................................23
CURRENT WAGE DETERMINATIONS...............................................................................41
SPECIFICATIONS...................................................................................... ..42
SPECIAL CONDITIONS........................................................................................43
NOTICE OF ACCEPTANCE .................................. ...45
.................................................
-2-
(This page left blank intentionally)
r.
NOTICE TO BIDDERS
ram1
r--
0
-3-
(This page left blank intentionally)
NOTICE TO BIDDERS
BID # 10785
Sealed proposals addressed to Gene Eads, C.P.M., Purchasing Manager, City of Lubbock, Texas, will be
received at the office of the Purchasing Manager, 1625 13th St., Room L-04, Lubbock, Texas, 79401, until
2:00 o'clock a.m. on the 23rd day of August, 1990, or as changed by the issuance of formal addenda to all
planholders, to furnish all labor and materials and perform all work for the construction of the following
described project:
r--
OFFICE FURNITURE MUNICIPAL HILL PROJECT
After the expiration of the time and date above first written, said sealed proposals will be opened
by the Purchasing Manager at his office and publicly read aloud.
It is the sole responsibility of the bidder to insure that his bid is actually in the office of Gene
Eads, Purchasing Manager for the City of Lubbock, prior to the expiration of the date above first written.
The City Council will consider the bids on the 13th day of September, 1990. at Municipal Bldg.,
Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or
all bids and waive any formalities. The successful bidder will be required to furnish a performance bond
and payment bond in accordance with Article 5160, Vernon's Ann. Civil St., in the amount of 100% of the
total contract price in the event that said contract price exceeds $25,000.00. Said statutory bonds should
be issued by a company carrying a current Best Rating of B or superior, as the rating of the bond company is
a factor that will be considered in determination of the lowest responsible bidder. If the contract price
does not exceed $25,000.00 the said statutory bonds will not be required.
Bidders are required, whether or not a payment or performance bond is required, to submit a
cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a
reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less
than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and
execute all necessary bonds (if required) within 10 days after notice of award of the contract to him.
It shall be each bidders sole responsibility to inspect the site of the work and'to inform himself
regarding all local conditions under which the work is to be done. It shall be understood and agreed that
all such factors have been thoroughly investigated and considered in the preparation of the bid submitted.
The plans, specifications, proposal forms and contract documents may be examined at the office of
the Purchasing Manager for the City of Lubbock, Texas.
Attention of each bidder is particularly called to the schedule of general prevailing rate of per
diem wages included in the contract documents on file in the office of the Purchasing Manager of the City of
Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is
further directed to provision of Article 5159a, Vernon's Ann. Civil St., and the requirements contained
therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as
heretofore established by owner in said wage scale.
The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant
to this advertisement, minority and women business enterprises will be afforded equal opportunities to
submit bids in response to this invitation and will not be discriminated against on the grounds of race,
color, sex, or national origin in consideration for an award.
There will be a pre -bid conference on 13th day of August, 1990, at 10:00 o'clock a.m., Committee
Room 103, Municipal Building, 1625 13th Street.
CITY OF LUBBOCK
BY: Gene Eads, C.P.M.
Purchasing Manager
ADVERTISEMENT FOR BIDS
BID # 10785
Sealed proposals addressed to Gene Eads, C.P.M., Purchasing Manager, City of Lubbock, Texas, will be
received at the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock,
Texas, 79401 until 2:00 o'clock p.m. on the 23rd day of August, 1990, or as changed by the issuance of
formal addenda to all planholders, to furnish all labor and materials and perform all work for the
construction of the following described project:
OFFICE FURNITURE MUNICIPAL HILL PROJECT
After the expiration of the time and date above first written, said sealed proposals will be opened
by the Purchasing Manager at his office and publicly read aloud.
The plans, specifications, proposal forms and contract documents may be examined at the office of
the Purchasing Manager for the City of Lubbock, Texas.
Attention of each bidder is particularly called to the Schedule of General Prevailing Rate of Per
�. Diem Wages included in the contract documents on file in the office of the Purchasing Manager of the City of
Lubbock, Texas. Each bidders attention is further directed to the provisions of Article 5159a, Vernon's
Ann. Civil St., and the requirements contained therein concerning such wage scales and payment by the
contractor of the prevailing rates of wages as heretofore established by the City of Lubbock.
The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant
to this advertisement, minority and women business enterprises will be afforded equal opportunities to
submit bids in response to this invitation and will not be discriminated against on the grounds of race,
color, sex, or national origin in consideration for an award.
There will be a prebid conference on 13th day of August, 1990, at 10:00 o'clock a.m., Committee Room
103, Municipal Building, 1625 13th Street.
'BY: Gene Eads, C.P.M.
PURCHASING MANAGER
(This page left blank intentionally)
GENERAL INSTRUCTIONS TO BIDDERS
P-.
-4-
(This page left blank intentionally)
GENERAL INSTRUCTIONS TO BIDDERS
1. SCOPE OF WORK
The work to be done under the contract documents shall consist of the following:
To provide office furniture and furnishings for the Municipal Hill project.
The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to
complete this project in accordance with contract documents.
2. CONTRACT DOCUMENTS
All work covered by this contract shall be done in accordance with contract documents described in the Gen-
eral Conditions.
All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents
for the construction of this project and shall be responsible for the satisfactory completion of all work
contemplated by said contract documents.
3. PLANS FOR USE BY BIDDERS
It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project
covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a
bid without charge of forfeiture of deposit. The contract documents, may be examined without charge as
noted in the Notice to Bidders.
4. TIME AND ORDER FOR COMPLETION
The construction covered by the contract documents shall be fully completed within 90 (NINETY) calendar
days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful
bidder.
The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however,
the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated
by the contract documents. In the event the City requires a progress schedule to be submitted, and it is
determined by the City that the progress of the work is not in accordance with the progress schedule so sub-
mitted, the City may direct the Contractor to take such action as the City deems necessary to insure comple-
tion of the project within the time specified.
5. PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of
the contract documents.
6. AFFIDAVITS OF BILLS PAID
The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor
to execute an affidavit that all bills .for labor, materials and incidentals incurred in the construction of
the improvements contemplated by the contract documents have been paid in full and that there are no claims
pending, of which the Contractor has been notified.
-5-
7. MATERIALS AND WORKMANSHIP
The intent of these contract documents is that only materials and workmanship of the best quality and grade
will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail
will not relieve the Contractor of full responsibility for providing materials of high quality and for pro-
tecting them adequately until incorporated into the project. The presence or absence of a representative of
the City on the site will not relieve the Contractor of full responsibility of complying with this provi-
sion. The specifications for materials and methods set forth in the contract documents provide minimum
standards of quality which the Owner believes necessary to procure a satisfactory project.
8. GUARANTEES
All equipment and materials incorporated in the project and all construction shall be guaranteed against de-
fective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a
written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and
pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear
within ONE year from date of final acceptance of the work as a result of defective materials or workmanship,
at no cost to the Owner (City of Lubbock).
9. PLANS FOR THE CONTRACTOR
The contractor will be furnished one set of plans and specifications, and related contract documents for his
use during construction. Plans and specifications for use during construction will only be furnished di-
rectly to the Contractor. The Contractor shall then distribute copies of plans and specifications to sup-
pliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Con-
tractor.
10. PROTECTION OF THE WORK
The Contractor shall be responsible for the care, preservation, conservation, and protection of all materi-
als, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construc-
tion, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid
for such work, until the date the City issues its certificate of completion to Contractor. The City re-
serves the right, after the bids have been opened and before the contract has been awarded, to require of a
bidder the following information:
(a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by
the proposed contract and all work in progress with bond amounts and percentage completed.
(b) A sworn statement of the current financial condition of the bidder.
(c) Equipment schedule.
11. TEXAS STATE SALES TAX
This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions
of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act.
The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the ma-
terials to be incorporated into the work without paying the tax at the time of purchase.
-6-
12. PROTECTION OF SUBSURFACE LINES AND STRUCTURES
It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in
such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines,
conduits or other underground structures which might or could be damaged by Contractor during the construc-
tion of the project contemplated by these contract documents. The City of Lubbock agrees that it will fur-
nish Contractor the location of all such underground lines and utilities of which it has knowledge. How-
ever, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such under-
ground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by
this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas,
at Contractor's expense.
13. BARRICADES AND SAFETY MEASURES
The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger sig-
nals, and shall take such other precautionary measures for the protection of persons, property and the work
as may be necessary.
The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and
lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and re-
placed by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barri-
cades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of
acceptance of the project.
14. EXPLOSIVES
The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor
from the City. In all cases where written permission is obtained for the use of explosives, the Contractor
shall assume full responsibility for all damage which may occur as a direct or indirect result of the blast-
ing. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost
care so as not to endanger life or property and the Contractor shall further use only such methods as are
currently utilized by persons, firms, or corporations engaged in similar type of construction activity.
Explosive materials shall not be stored or kept at the construction site by the Contractor.
In all cases where explosives are to be used during the construction of the project contemplated by this
contract, it shall be the duty of the Contractor to notify each utility company having structures (above or
below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such
notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem
necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of
responsibility for any damage resulting from his blasting operations.
15. CONTRACTOR'S REPRESENTATIVE
The successful bidder shall be required to have a responsible local representative available at all times
while the work is in progress under this contract. The successful bidder shall be required to furnish the
name, address and telephone number where such local representative may be reached during the time that the
work contemplated by this contract is in progress.
16. INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required
in the General Conditions of the contract documents, from an underwriter authorized to do business in the
State of Texas and satisfactory to the City, proof of coverage shall be furnished to the City and written
- T-
notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or
change. All policies shall contain an agreement on the part of the insurer waiving the right to subroga-
tion.
The insurance certificates furnished shall name the City as an additional insured and shall further state
that all subcontractors are named as additional insureds, or in the alternative, shall be accompanied by a
statement from the Contractor to the effect that no work on this particular project shall be subcontracted.
17. LABOR AND WORKING HOURS
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages
included in these contract documents. The wage rate which must be paid on this project shall not be less
than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The
bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil
Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations there-
under. The inclusion of the schedule of general prevailing rate of per diem wages in these contract docu-
ments does not release the Contractor from compliance with any wage law that may be applicable. Construc-
tion work under this contract requiring an inspector will not be performed on weekends or holidays unless
the following conditions exist:
(1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary
service to its citizens.
(2) Delays in construction are due to factors outside the control of the Contractor. The Contractor is
approaching the penalty provisions of the contract and Contractor can show he has made a diligent
effort to complete the contract within the allotted time.
Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor
must notify the Owner's Representative not less than three full working days prior to the weekend or holiday
he desires to do work and obtain written permission from the Owner's Representative to do such work. The
final decision on whether to allow construction work requiring an inspector on weekends or holidays will be
made by the Owner's Representative.
in any event, if a condition should occur or arise at the site of this project or from the work being done
under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately
commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition
so that it is no longer dangerous to property or life.
18. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project
under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without
discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the
site of the work shall not later than the seventh day following the payment of wages, file with the Owner's
Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name
of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The
affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deduc-
tions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon.
The Contractor must classify employees according to one of the classifications set forth in the schedule of
general prevailing rate of per diem wages, which schedule is included in the contract documents.
-8-
The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten
dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such
Laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set
forth in the schedule of general prevailing rate of per diem wages included in these contract documents.
19. PROVISIONS CONCERNING ESCALATOR CLAUSES
Proposals submitted containing any conditions which provide for changes in the stated bid price due to in-
creases or decreases in the cost of materials, labor or other items required for the project will be re-
jected and returned to the bidder without being considered.
20. PREPARATION FOR PROPOSAL
The bidder shall submit his proposal on forms furnished by the City. All blank spaces in the form shall be
correctly filled in and the bidder shall state the price both in words and numerals, for which he proposes
to do the work contemplated or furnish the materials required. Such prices shall be written in ink, dis-
tinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the
price written in figures, the price written in words shall govern. If the proposal is submitted by an indi-
vidual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm,
association, or partnership, the name and address of each member must be given and the proposal signed by a
member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by
a company or corporation, the company or corporate name and business address must be given, and the proposal
signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign
proposals must be properly certified and must be in writing and submitted with the proposal. The proposal
shall be executed in ink.
Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and
endorsed on the outside of the envelope in the following manner:
(a) Bidder's name
(b) Proposal for (description of the project).
Bid proposals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids,
but no proposal may be withdrawn or altered thereafter.
21. BOUND COPY OF CONTRACT DOCUMENTS
Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the fol-
lowing:
(a) Notice to Bidders.
(b) General Instructions to Bidders.
(c) Bidder's Proposal.
(d) Statutory Bond (if required).
(e) Contract Agreement.
(f) General Conditions.
(g) Special Conditions (if any).
(h) Specifications.
(i) Insurance Certificates.
(j) All other documents made available to bidder for his inspection in accordance with the Notice to
Bidders.
If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered
incorporated by reference into the aforementioned contract documents.
-9-
(This page left blank intentionally)
BID PROPOSAL
-10-
(This page left blank intentionally)
r—�
BID PROPOSAL
BID FOR LUMP SUM CONTRACTS
PLACE
DATE�JD
PROJECT NO.
i !��� �^�
Proposal of � s (�lG� LC!'jkr
(Hereinafter called Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas.. (Hereinafter called Owner)
Gentlemen:
The Bidder, in compliance with your invitation for bids for
/the construction of:
)UJ J/ice /)/
having, carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other
�•- related contract documents and the site of the proposed work, and being familiar with all of the conditions
surrounding the construction of the proposed project including the availability of the materials and labor, hereby
proposes to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans,
specifications and contract documents, within the time set forth therein and at the price stated below: The price
to cover all expenses incurred in performing.the work required under the contract documents, of which this proposal
is to be a part, is as follows:
BID PACKAGE 1
(FURNITURE)
BID PACKAGE 2
(SHELVING)
($ &1 �6q6 )
(Amount shall be shown in both words and figures. In case of discrepancy, the amount shown in words shall govern.)
Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a Written Q•
"Notice to Proceed" of the Owner and to fully complete the project within rn• calendar daye as
stipulated in the specifications and other contract documents. Bidder hereby furthe agrees to pay to Owner as
liquidated damages the sum of $50.00 for each consecutive calendar day in excess of the time set forth-hereinabove
for completion of this project, all as more fully set forth in the general conditions of the contract documents.
Bidder understands and agrees that this bid proposal shall be completed and submitted in accordance with instruction
number 20 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
bidding.
The.Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days
after the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this bid and he further agrees to
commence work on or before the date specified in the written notice to proceed, and to substantially complete the
work on which he has bid; as provided in the contract documents.
Enclosed with this proposal is a Cashier's Check or Certified Check for
Dollars (E ) or a Proposal Bond in the sum of Dollars
which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is
accepted by the Owner and the undersigned fails to execute the necessary contract documents and the required bond
(if any) with the owner within ten (10) days after the date of receipt of written notification of acceptance'of said
proposal; otherwise, said check or bond shall be returned to the undersigned upon demand.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract
documents made available to him for his inspection in accordance with the Notice to Bidders.
1 � ---q, r
(Seal if Bidder is a Corporation)
ATTEST:
Secretary
r�
PAYMENT BOND
-13-
(This page left blank intentionally)
bo+'n1� ab ��IYIUJ./f��1t1.�1Y CO.80},,C CHECK � ow �� _ %/&&421
BtJT �9ATIJNG: 6000 N. LAMAR.- SUITE 200 • AUSTIN, TEXAS 78752-4497
LICENSED IN TEXAS
DATE ./P8Y PAYMENT BOND
STATUTORY AYMENT BOND PURSUANT TO ARTICLE 5160 OF THE REVISED
CIVIL STATUTES OF TEXAS AS AMENDED BY ACTS OF THE 56TH LEGISLATURE, 1959
(McGregor Act Public Works)
(Penalty of this bond must be 10091,, of Contract amount)
KNOW ALL MEN'BY THESE PRESENTS:
That, Of f icenter, INc . dba Hester' s office Center
(hereinafter called the Principal), as 'Principal, and MERCHANTS BONDING COMPANY • (Mutual), a
corporation ,organized and existing under the laws of the State of Iowa, with its principal office in the City of
Des Moines, (hereinafter called the Surety), as Surety, are held and firmly bound unto. the City of
Lubbock, Texas,
(hereinafter called 11the QQ Obligee) in the amount of Eighty-eight thousand three hundred ninet
Dollar.95�_Z5._), for the payment whereof, the 'said Principal and Surety bind themselves, and their'
heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 30ah
day of August'' 1990 to furnish Office Furniture for the Municipal Hill
Project for the City of Lubbock, Texas - Bid #10785'
o
which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at
length herein.
NOW THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal
shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work
provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the
Revised Civil Statutes of Texas as amended by Acts of the 56th Legislature, 1959, and all liabilities on this
bond to all such claimants shall be determined in accordance with the provisions of .said Article to the same
extent as if it were copied' at length herein.
IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this
7 rh day of Qntnher 19_9.•Q._. OFFICENTER, INC. DBA
HESTER' OFFICE CENTER
Witness: (Seal)
(Seal)
ndividual o Firm) David Hester, Vice -President
Att (Seal)
(If Corporation)
(Seal)
Principal
MERCHANTS BONDING COMPANY (Mutual)
ByA
Carnes,
l
(Seal)
Attorney -In -Fact
MESSICHANTS BONDING COMFOWNY(Mutual)
DES MONES, UNA
POWER OF ATTORNEY
[?,i Th'-se, the IM!L-FCHANTS BONIDING GC)-,'AjrlANy (flvillutual), a .xorporation clu;,yor,
hxmg it pAkly oWL m to C" W Lk._ Mdwg Mmy M py-'.':. 'S"Ito, ;A hai�
t
es�" prt"'-s�:Ws app, 'oln,
'lvfrn. E. I'viluifee, Sr., Wrn. E. Murfee, jr., Lance Murfee or Joar, Carnes
1.,,,bhock Texas ts
ic. , I n, '! and, 'Wf.-.. its z;eha�ii cis �!.a(�(.- ;00 '�e st..'r. cxc'mAe. ack o,,,Jedc,,- de -; i,
Any and all bonds ar undertakings, provided that no bond or undertaking,
e.o.,.w,`�.?d ,and,r LhiS @Lt:'Ohty shal exeseo in w-nount the sum of
ME HUNDRED THOUSAND ($5,A,000.00) DOLLARS
ano 9 hod tc CO`IIPAVyJv'-Jtua) a-, fi'.0ly to rts if ';u(:h ("'i'
0y r9owsMeNTRCHAW-S B0iW.)iN'GC%)MP.-iNY -.Mul-uah.
smo
0 Mme xy emmod PC raim A to and bv auawbry V le 1BY4 o-A'`a
uf i.)'u fEloawj �l
and ,o lh.,;,:rn *,.-) eX(:,.A.k, on bfhsiil. of J-e Compar;v, nfid az<.,, f
&P W slynorn of wy awww MW and me SM A Fy Mnow T= no a"" by .. i..
;uw pv�w (I -tnew-of ihe (-"X("CW;on sod cawy of xy Wd unckyAbw "vwTv�wn. a
SU61 on;('!al 'whr , :o') ilsod 'sh1 Nlv:, tl"o
sough :010 Wy Mod.
it It, vs Any2ok WIRG'HAN-1 .vuaij Ws cwfusad Me pe.,.mn_s xf hie si��med 'ny ii's; v"�f` 'a;'J
Enwaso V& Monw, ano on anqwPA sod 0 he hmm Wwd W At day A janual A. T, 1 In
W-RCHAN7S
y
WAIT QT 10VIMA
CCANTY OF TQLK
ay January) 1990 bekre me appoomd KA Lov"M
Many Rho W b ma awwAy k wmv aK My by o2 My swmn Id say it My an Wo Pmodent wm EnwHo Ow vnm-m;-,.
(Mu!ual), thp cc�rpora!ion clescribed in,.Ihe fo:e,-
zto WMMI(" 3C."al . I swd GNP)&UM art Nw he Mic Uwww wM Qwd w� mom" Amid&
�'jjt
w �uih,?itty of it,,, Roaud Of Diromors'.
!n v,lve;-�of 1 hms heRvAn at ny hwd aw Mud aw 0MAQ seund Me CRY d Des Mama lwa on AV wo ymnw"
MfwWw,
CM SRO
10WA
SWE CY 10,01A
Y 4 N1 OF: OC)L�,
cui ih. i.A.-ERCHAN'T S BONDING C01MRANY iWafua!). do herAy =AV Mw le shmm and
is a tow- Z"(7,4 .:Or*ccl' Copy o? Vhe P(MvPER OF ATTORNEY nxecoted by Svd
"%rk"L�;---J!. wh.ich ;"' stil! it', io---Ce and e�"eci' .. .— 1. -,
"i "Ve" semi:n---o sel 'Try hal d at-<edl the scaf of he Compary
I Lth an j October la 90
W
Zy.
."his power of a�'r es December 31, 1991
PERFORMANCE BOND
-16-
(This page left blank intentionally)
s
ggONUj�,c
i r r
(� o
mom
BONNNG COD*
6000 N. LAMAR • SUITE 200. ig AUSTIN, TEXAS 78752-4497
DA? :. PERFORMANCE BOND
STATUTORY PERFORMANCE BOND PURSUANT TO ARTICLE 5160 OF THE REVISED
CIVIL STATUTES OF TEXAS AS AMENDED BY ACTS OF THE 56TH LEGISLATURE, 1959
(McGregor Act — Public Works)
(Penalty of this bond must be 10017o of Contract amount)
KNOW ALL MEN BY THESE PRESENTS:
That, Off icenter, Inc. dba Hester ` s Office Center
(hereinafter called the Principal), as Principal, and MERCHANTS BONDING COMPANY (Mutual), a
corporation organized and existing under the laws of the State of Iowa, with its principal office in the City of
Des Moines, (hereinafter called the Surety), as Surety, are held and firmly bound unto the City of
Lubbock, Texas;
(hereinafter called the Obligee) in the amount of Eighty-eight thousand three hundred ninet
Aard 75/100--------------------- --- -
o tars ($_A.$for the payment whereof, the said Principal and Surety bind themselves, and their
heirs, administrat(irs, executors, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract.with the Obligee, dated th, 0� th
day of August 19 90 to furnish Office Furniture for the Municipal Hil.
Project for the City of Lubbock, Texas - Bid #10785
which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at
length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal
shall faithfully perform the work in accordance with the plans, specifications and contract documents, then
this obligation shall be void; otherwise to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the
Revised Civil Statutes of Texas as amended by Acts of the 56th Legislature, 1959, and all liabilities on this
bond shall be determined in accordance with the provisions of said Article to the same extent as if it were
copied at length herein.
IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument, this
1 1 th day of October 19 90
L.
OFFICENTER, INC. DBA
Witness: HEST S OFFICE CENTER (Seal)
b _ (Seal)
n ' idual or Firm) avid Hester, Vice -President
Attest: (Seal)
(Seal)
If Corporatio Principal
�-^ MERCHANTS BONDING COMPANY (Mutual)
ety
B L
..titi Seal
Carnes,Attornev-In-Fact
CERTIFICATE OF INSURANCE
A..
-19-
(This page left blank intentionally)
CERTIFICATE OF INSURANCE R !08/29l90
_____________________________________-_______
PRODUCER CTHIS CERTIFICATE1IS`LSSUED AS A MATTER OF INFORMATIC
P. . Box 8H8gg Robinson fTHI
S AND OISFCERTIFICATETDOESONOT"AMEND TIEXTEND OR
8220 Orlando Ave. IALTER THE COVERAGE AFFORDED BY THE POLIhES BELOW.
Lubbock, TX 79493 I--------------1-�.________------------
I COMPANIES AFFORDING COVERAGE
' CODE SUB -CODE I ----------------------------------------------------
ICOMPANY LETTER A AMERICAN MOTORISTS INSURANCE
--------------------------
I----------------------------------------------------
INSURED ICOMPANY LETTER B LUMBERMENS MUTUAL CASUALTY CO.
HESTERS OFFICE CENTERS i ___________________________________________________-
1212 AVENUE J ICOMPANY LETTER C
LUBBOCK, TX 79401 1 ----------------------------------------------------
ICOMPANY LETTER D
.� I ---------------------------------------------------_
ICOMPANY LETTER E
-------------------------------------------------------------------------------
COVERAGES_,
-------------------------------------------------------------------_-
THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED Ti-
THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY
REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT
TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDEE
BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND
CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDULED BY PAID ELAIMC
------------------------------------------------------------------------------ _.
CO ! I 1 POLICY I POLICY I ALL LIMITS IN
LTRI TYPE OF INSURANCE I POLICY NUMBER IEFF DATEIEXP DATEi THOUSANDS
--------------- I -------- I --------i -------------------_
IGENERAL LIABILITY I I I IGENERAL AGGREG.$2,01Z
A 11X]COMMERCIAL G/L 13MW275098-00 13-1-90 13-1-91 IPRODUCTS AGGREG$I,OQ
IC IC ]CLAIMS CX]OCCR I I I IPERS & ADV INJ. $110Q
,.., 11 ]OWNER&CONTRACTORSI I I 1EACH OCCURRENCE$I,OQ
C] I I l 1 FIRE . DAMAGE $
C ] 1 I 1 IMEDICAL EXPENSE$
I---------- 1--------------- I-------- 1-------- I ____----------------
]AUTOMOBILE LIABILITYI I I I
11 ] ANY AUTO I i I I CSL $
11 ] ALL OWNED AUTOS -1 ! 1 I ___________________-
IC ]SCHEDULED AUTOS I I 1 IBI (PERSON) $
11 ] HIRED AUTOS I I ! 1--------------------
11 ]NON -OWNED AUTOS I I I IBI (ACCDNT) $
11 ]GARAGE LIABILITY I I I I ---------------------
C ] I I ! I PROF'. DAMAGE $
----- ---- I --------------- 1-------- f-------- I --------------------
1EXCESS LIABILITY I I I I EACH I
A 11XI 13SB 006836000 13-1-90 13-1-91 IOCCURRENCEI AGGREGA-I
1 C . ] OTHER THAN UMB R. 1 I 1 1 $ 1 $3. 000
_-- ! ________________
!, I(TWCARP) 1 1 (STATUTORY
B rWORKERS COMPENSATIONICERTIFICATE 13-1-90 13-1-91 1$500 EACH ACCIDEh
IEMPLOYERS'�DLIABILITYIWILL FOLLOW i I � � DISEASE-EMPL
_-- I ____________________ I --------------- I -------- I -------- I __-___-_________-_-.
]OTHER I I I I$1 000 000-1212 AVE.
A ]PROPERTY 13MW275098-00 13-1-90 13-1-91 1 ' 50;000-2110 50TI,
I I I I I 360 000-2300 AVE(
I I I I I '
I_____________________________________________________________------__________-_
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS
OFFICE FURNITURE FOR MUNICIPAL HILL
BID # 10785
r- ______________________________________________________________________________-
CERTIFICATE HOLDER CANCELLATION
A- City of Lubbock
P O Box 2000
Lubbock,TX 79457
r,
---------------------
CIA-025
---------------------------------------
(SHOULD ANY OF THE ABOVE DESCRIBED
IPOLICIES BE CANCELLED BEFORE THE EXPI
IATION DATE THEREOF THE ISSUING COMPA;
IWILL ENDEAVOR TO MhIL DAYS WRITTE
(NOTICE TO THE CERTIFICATE HOLDER NAME
ITO THE LEFT, BUT FAILURE TO MAIL SUCH
INOTICE SHALL IMPOSE NO OBLIGATION OR
(LIABILITY OF ANY KIND UPON THE COMPAN
ZITS AGENTS -OR REP!AjpIVIES.
I O R I--,D,�����_
IRS -AIM
.a.
CONTRACT
-21-
(This page left blank intentionally)
CONTRACT
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this August 30, 1990, by and between the City of Lubbock, County of
Lubbock, State of Texas, acting by and through B.C. McMinn, Mayor, thereunto authorized to do so, hereinafter
referred to as OWNER, and HESTER'S OFFICE CENTER of the City of LUBBOCK, County of LUBBOCK and the State of TEXAS,
hereinafter termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and
performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CON-
TRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as fol-
lows:
BID #10785-OFFICE FURNITURE MUNICIPAL HILL PROJECT
and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or
P--
their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence,
labor, insurance and other accessories and services necessary to complete the said construction in accordance with
the contract documents as defined in the General Condition of Agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have
been given to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with
the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to
make payment on account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County,
Texas in the year and day first above written.
ATT'
1,
Secr tary
APPROVED AS TO CONTENT:
APP VED AS TO FORM:
i
ATTEST:
e—
Corporate Secretary
CITY OF LUBBOCK, TEXAS (OWNER)
By:J. C. c
MAYOR
CONTRACTOY � n '4 1,4
By: /4Z:Z -- v ./
V "
TITLE: G-�
COMPLETE ADDRESS:
�i'ESTER'S rFPtiE(E'aI-I fit
P. 0. B0'1 1.0i313.
-22-
(THIS PAGE LEFT BLANK INTENTIONALLY)
CONTRACT
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 13th day of September. 1990, by and between the City of Lubbock,
County of Lubbock, State of Texas, acting by and through B.C. McMinn, Mayor, thereunto authorized to do so,
hereinafter referred to as OWNER, and NESTER'S OFFICE CENTER of the City of LUBBOCK, County of LUBBOCK and the State
of TEXAS, hereinafter termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and
performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CON-
TRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as fol-
lows:
^
BID #10785-OFFICE FURNITURE FOR MUNICIPAL HILL PROJECT IN THE AMOUNT OF $88,395.75.
and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or
their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence,
Labor, insurance and other accessories and services necessary to complete the said construction in accordance with
the contract documents as defined in the General Condition of Agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have
been given to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with
the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to
make payment on account thereof as provided therein.
IN WITNESS WHEREOF, .the parties to these presents have executed this agreement in Lubbock, Lubbock County,
Texas in the year and day first above written.
ATTEST: CITY OF LUBBOCK, TEXAS (OWNER)
By:
Secretary MAYOR
"® APPROVED AS TO CONTENT:
APPROVED AS TO FORM: NESTER'S OFFICE CENTER
CONTRACTOR
By:
ATTEST:
Corporate Secretary
TITLE:
COMPLETE ADDRESS:
1216 Avenue J
Lubbock. TX 79401
-22-
(THIS PAGE LEFT BLANK INTENTIONALLY)
GENERAL CONDITIONS OF THE AGREEMENT
-23-
(This page left blank intentionally)
GENERAL CONDITIONS OF THE AGREEMENT
1. OWNER
Whenever the word Owner, or the expression Party of the First Part, or First Party, are used in this con-
tract, it shall be understood as referring to the City of Lubbock, Texas.
2. CONTRACTOR
Whenever the word Contractor, or the expression Party of the Second Part, or Second Party, is used, it shall
be understood to mean the person, persons, co -partnership or corporation, to -wit: HESTER'S OFFICE CENTER,
who has agreed to perform the work embraced in this contract, or to his or their legal representative.
3. OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is -used in this contract, it shall be understood
as referring to JERRY SMITH, DIRECTOR OF BUILDING SERVICES City of Lubbock, under whose supervision these
contract documents, including the plans and specifications, were prepared, and who will inspect construc-
tions; or to such other representative, supervisor, or inspector as may be authorized by said Owner to act
in any particular under this agreement. Engineers, supervisor or inspectors will act for the Owner under
the direction of Owner's Representative, but shall not directly supervise the Contractor or men acting in
behalf of the Contractor.
4. CONTRACT DOCUMENTS
' The contract documents shall consist of the Notice to Bidders, General Instructions to Bidders, Proposal,
Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of
the Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available
to Bidder for his inspection in accordance with the Notice to Bidders.
5. INTERPRETATION OF PHRASES
Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed,"
or words of like import are used, it shall be understood that the direction, requirement, permission, order,
designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved,"
"Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory
to the Owner's Representative.
Whenever in the Specifications or drawings accompanying this agreement, the terms of description of various
qualities relative to finish, workmanship, or other qualities of similar kind which cannot, from their na-
ture, be specifically and clearly described and specified, but are necessarily described in general terms,
the fulfillment of which must depend on individual judgment, then, in all such cases, any question of the
fulfillment of said Specifications shall be decided by the Owner's Representative, and said work shall be
done in accordance with his interpretations of the meaning of the words, terms, or clauses defining the
character of the work.
b. SUBCONTRACTOR
The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor
for performance of work on the project contemplated by these contract documents. Owner shall have no re-
sponsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated
by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments
due Subcontractor.
-24-
7. WRITTEN NOTICE
Written notice shall be deemed to have been duly served if delivered in person to the individual or to a
member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent
certified mail to the last business address known to him who gives the notice.
8. WORK
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery,
equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and
all other facilities necessary for the execution and completion of the work covered by the contract docu-
ments. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be
of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and
quality of materials. Materials or work described in words which so applied have well known, technical or
trade meaning shall be held to refer such recognized standards.
All work shall be done and all materials furnished in strict conformity with the contract documents.
9. SUBSTANTIALLY COMPLETED
The term "Substantially Completed" is meant that the structure or project contemplated by the contract docu-
ments has been made suitable for use or occupancy or the facility is in a condition to serve its intended
purpose, but still may require minor miscellaneous work and adjustment.
10. LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all work and
shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative
will check the Contractor's layout of all major structures and any other layout work done by the Contractor
at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly
Locating all work in accordance with the Plans and Specifications.
11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished with one copies of all Plans, Profiles and Specifications without expense
to him and he shall keep one copy of same consistently accessible on the job site.
12. RIGHT OF ENTRY
The Owner's Representative may.make periodic visits to the site to observe the progress of quality of the
executed work and to determine, in general, if the work is proceeding in accordance with the contract docu-
ments. He will not be required to make exhaustive or continuous on -site inspections to check the quality or
quantity of the work, nor will he be responsible for the construction means, methods, techniques, sequences
or procedures, or the safety precautions incident thereto. His efforts will be directed towards providing
assurances for the Owner that the completed project will conform to the requirements of the contract docu-
ments, but he will not be responsible for the Contractor's failure to perform the work in accordance with
the Contract Documents. On the basis of his on -site observations, he will keep the Owner informed of the
progress of the work and will endeavor to guard the Owner against defects and deficiencies in the work of
the Contractor.
-25-
13. LINES AND GRADES
All lines and grades shall be furnished by the Owner's Representative whenever necessary for the commence-
ment of the work contemplated by these contract documents or the completion of the work contemplated by
these contract documents. Whenever necessary, Contractor shall suspend his work in order to permit Owner's
.., Representative to comply with this requirement, but such suspension will be as brief as practical and Con-
tractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Repre-
sentative ample notice of the time and place where lines and grades will be needed. All stakes, marks,
etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by him,
his Subcontractors, or his employees, such stakes, marks, etc., shall be replaced by the Owner's Representa-
tive at Contractor's expense.
--• 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's
Representative shall review all work included herein. He has the authority to stop the work whenever such
stoppage may be necessary to insure the proper execution of the contract. In order to permit delays and
disputes and to discourage litigation, it is further agreed that the Owner's Representative shall, in all
cases, determine the amounts and quantities of the several kinds of work which are to be paid for under this
contract. He shall determine all questions in relation to said work and the construction thereof, and
shall, in all cases, decide every question which may arise relative to the execution of this contract on the
part of said Contractor. The Owner's Representative's estimates and findings shall be conditions precedent
to the right of the parties hereto to arbitration or to any action on the contract, and to any rights of the
Contractor to receive any money under this contract; provided, however, that should Owner's Representative
render any decision or give any direction, which in the opinion of either party hereto, is not in accordance
with the meaning and intent of this contract, either party may file with said Owner's Representative within
30 days his written objection to the decision or direction so rendered, and by such action may reserve the
right to submit the questions so raised to arbitration as hereinafter provided. It is the intent of this
Agreement that there shall be no delay in the execution of the work, therefore, written decisions or direc-
tion of the Owner's Representative as rendered shall be promptly carried out, and any claim arising there-
from shall be thereafter adjusted to arbitration as hereinafter provided.
The Owner's Representative shall, within a reasonable time, render and deliver to both the Owner and the
Contractor a written decision on all claims of the parties hereto and on all questions which may arise rela-
tive to the execution of the work or the interpretation of the contract, specifications and plans. Should
the Owner's Representative fail to make such decision within a reasonable time, an appeal to arbitration may
be taken as if his decision had been rendered against the party appealing.
15. SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint
from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative
may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that
said material is furnished and said work is done in accordance with the specifications therefore. The Con-
tractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors
or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey
the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when
such directions and instructions are consistent with the obligations of this Agreement and accompanying
plans and specifications provided, however, should the Contractor object to any orders by any subordinate
engineer, supervisor or inspector, the Contractor may within six (6) days make written appeal to the Owner's
Representative for his decision.
-26-
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this contract and
shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all
satisfactory to Owner's Representative. The superintendent shall represent the Contractor in his absence
and all directions given to him shall be binding as if given to the Contractor. Adequate supervision by
competent and reasonable representatives of the Contractor is essential to the proper performance of the
work and lack of such supervision shall be grounds for suspending operations of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the Con-
tractor and all risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives will not be responsible for the acts or omissions of the Contractor, or
any subcontractors, or any of his agents or employees, or any other persons performing any of the work.
17. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the na-
ture and location of the work, the confirmation of the ground, the character, quality and quantity of mate-
rials to be encountered, the character of equipment and facilities needed preliminary to and during the
prosecution of the work, and the general and local conditions, and all other matters which in any way effect
the work under this contract. No verbal agreement or conversation with any officer, agent, or employee of
the Owner, either before or after the execution of this contract, shall effect or modify any of the terms or
obligations herein contained.
18. CHARACTER OF WORKMEN
The Contractor agrees to employ only orderly and competent men, skillful in the performance in the type of
work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall
inform him in writing that any man or men on the work, are, in his opinion, incompetent, unfaithful, or dis-
orderly, such man or men shall be discharged from the work and shall not again be employed on the work with-
out the Owner's Representative's written consent.
19. CONSTRUCTION PLANT
The Contractor shad provide aLl labor, tools, equipment, machinery and materials necessary in the prosecu-
tion and completion of this contract where it is not otherwise specifically provided thai Owner shall fur-
nish same, and it is also understood that owner shall not be held responsible for the care, preservation,
conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it
is finally completed and accepted.
The building of structures for the housing of men or equipment will be permitted only at such places as the
Owner's Representative shall direct, and the sanitary conditions of the grounds in or about such structure
shall at all times be maintained in a manner satisfactory to the Owner's Representative.
20. SANITATION
Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public ob-
servation, shall be constructed and maintained by the Contractor in such manner and at such points as shall
be approved by the Owner's Representative and their use shall be strictly enforced.
-27-
21. OBSERVATION AND TESTING
The Owner or Owner's Representative shall have the right at all reasonable times to observe and test the
work. Contractor shall make necessary arrangements and provide proper facilities and access for such obser-
vation and testing at any Location wherever work is in preparation or progress. Contractor shall ascertain
the scope of any observation which may be contemplated by Owner or Owner's Representative and shall give am-
ple notice as to the time each part of the work will be ready for such observation. Owner or Owner's Rep-
resentative may reject any work found to be defective or not in accordance with the contract documents, re-
gardless of the stage of its completion or the time or place of discovery of such errors and regardless of
whether Owner's Observer has previously accepted the work through oversight or otherwise. If any work
should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Repre-
sentative, be uncovered for examination at Contractor's expense. In the event that any part of the work is
being fabricated or manufactured at a Location where it is not convenient for Owner or Owner's Representa-
tive to make observations of such work or require testing of said work, then in such event Owner or Owner's
Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection,
testing or approval made by persons competent to perform such tasks at the location where that part of the
work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed
by the American Society for Testing and Materials or such other applicable organization as may be required
by law or the contract documents.
If any work which is required to be inspected, tested, or approved is covered up without written approval or
consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representa-
tive, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspec-
tions, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work
which fails to meet the requirements of any such tests, inspections or approval, and any work which meets
the requirements of any such tests or approval but does not meet the requirements of the contract documents
shall be considered defective. Such defective work shall be corrected at the Contractor's expense.
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by
—^ Owner, Owner's Representative, or other persons authorized under this agreement to make such inspections,
tests, or approvals shall relieve the Contractor from his obligation to perform the work in accordance with
the requirements of the contract documents.
22. DEFECTS AND THEIR REMEDIES
It is further agreed that if the work or any part thereof, or any material brought on the site of the work
for use in the work or selected for the same, shall be deemed by the Owner or Owners' Representative as un-
suitable or not in conformity with plans, specification and contract documents, the Contractor shall, after
receipt of written notice thereof from the Owner's Representative, forthwith remove such material and re-
build or otherwise remedy such work so that it shall be in full accordance with this contract. It is fur-
ther agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense.
23. CHANGES AND ALTERATIONS
The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit,
in the Line, grade, form dimensions, plans or or materials for the work herein contemplated, or any part
thereof, either before or after the beginning of the construction, without affecting the validity of this
contract and the accompanying bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the
basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they in-
crease the amount of work, and the increased work can fairly be classified under the specifications, such
increase shall be paid according to the quantity actually done and at the unit price established for such
work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In
-28-
case the Owner shall make such changes or alterations as shall make useless any work already done or mate-
rial already furnished or used in said work, then the Owner shall recompense the Contractor for any material
or labor so used, and for any actual loss occasioned by such change, due to actual expenses incurred in
preparation for the work as originally planned.
24. EXTRA WORK
The term "extra work" as used in this contract shall be understood to mean and include all work that may be
required by the owner or Owner's Representative to be done by the Contractor to accomplish any change, al-
teration or addition to the work as shown on the plans and specifications or contract documents and not cov-
ered by Contractor's proposal, except as provided under Changes and Alterations herein.
It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representa-
tive when presented with a written work order signed by the Owner's Representative; subject, however, to the
right of the Contractor to require written confirmation of such extra work order by the owner. It is also
agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined
by the following methods:
Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sun; or
Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is com-
menced, then the Contractor shall be paid the actual field cost of the work, plus
fifteen (15%) per cent.
In the event said extra work be performed and paid for under Method (C), then the provisions of this para-
graph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as
foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and
equipment, for the time actually employed or used on such extra work, plus actual transportation charges
necessarily incurred, together with all expenses incurred directly on account of such extra work, including
Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workmen's
Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or
Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts
of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's
Representative. The Owner's Representative may also specify in writing, before the work commences, the
method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these mat-
ters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machin-
ery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of
Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical,
the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work
order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and com-
pensate him for his profit, overhead, general superintendence and field office expense, and all other ele-
ments of cost and expense not embraced within the actual field cost as herein defined, save that where the
Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost
to maintain and operate the same shall be included in the "actual field cost."
No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In
case any orders or instructions appear to the Contractor to involve extra work for which he should receive
compensation or an adjustment in the construction time, he shall make written request to the Owner's Repre-
sentative for a written order authorizing such extra work. Should a difference of opinion arise as to what
does or does not constitute extra work or as to the payment therefore, and the Owner's Representative in-
sists upon its performance, the Contractor shall proceed with the work after making written request for
written order and shall keep adequate and accurate account of the actual field cost thereof, as provided
under Method (C). The Contractor will thereby preserve the right to submit the matter of payment to arbi-
tration as herein below provided.
-29-
25. DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of this contract that all work described in the proposal, the
specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor
and that such price shall include all appurtenances necessary to complete the work in accordance with the
intent of these contract documents as interpreted by Owner's Representative. If the Contractor finds any
discrepancies or omissions in these plans, specifications, or contract documents, he should notify the
Owners' Representative and obtain a clarification before the bids are received, and if no such request is
received by the Owner's Representative prior to the opening of bids, then it shall be considered that the
Contractor fully understands the work to be included and has provided sufficient sums in his proposal to
complete the work in accordance with these plans and specifications. It is further understood that any re-
quest for clarification must be submitted no later than five days prior to the opening of bids.
r.-
26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT
If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the
quality of work with the rate of progress required under this contract, the Owner or Owner's Representative
may order the Contractor in writing to increase their safety or improve their character and efficiency and
the Contractor shall comply with such order.
If, at any time, the working force of the Contractor is inadequate for securing the progress herein speci-
fied, the Contractor shall, if so ordered in writing, increase his force or equipment, or both, to such an
�-, extent as to give reasonable assurance of compliance with the schedule of progress.
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC
The Contractor shall take out and procure a policy or policies of Workmen's Compensation insurance with an
insurance company licensed to transact business in the State of Texas, which policy shall comply with the
Workmen's Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable
�- precaution for the safety of employees and others on or near the work and shall comply with all applicable
provisions of federal, state and municipal laws and building and construction codes. All machinery and
equipment and other physical hazards shall be guarded in accordance with the "ManuaL of Accident Prevention
in Construction" of Associated General Contractors of America, except where incompatible with federal, state
or municipal laws or regulations. The Contractor, his sureties and insurance carriers shall defend, indem-
nify and save harmless the owner and all of its officers, agents and employees from all suits, actions, or
claims of any character whatsoever, brought for or on account of any injuries or damages received or sus-
tained by any person or persons or property, on account of any negligent act or fault of the Contractor or
any subcontractor, their agents or employees, in the execution and supervision of said contract, and the
project which is the subject matter of this contract, on account of the failure of Contractor or any subcon-
tractor to provide necessary barricades, warning lights, or signs and will be required to pay any judgment
with costs which may be obtained against the owner or any of its officers, agents, or employees including
attorney's fees.
The safety precautions taken shall be the sole responsibility of the Contractor, in his sole discretion as
an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be
given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work pro-
gresses, are intended as reminders to the Contractor of his duty and shall not be construed as any assump-
tion of duty to supervise safety precautions by either the Contractor or any of his subcontractors.
-30-
28. CONTRACTOR'S INSURANCE
The Contractor shall procure and carry at his sole cost and expense through the life of this contract, in-
surance protection as hereinafter specified. Such insurance shall be carried with an insurance company au-
thorized to transact business in the State of Texas and shall cover all operations in connection with this
contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided
covering the operation of each subcontractor.
A. Comprehensive General Liability Insurance
The contractor shall have Comprehensive General Liability Insurance with limits of $300,000 Bodily
Injury and $300,000 Property Damage per occurrence to include:
Premises and Operations
Explosion & Collapse Hazard
Underground Damage Hazard
Products & Completed Operations Hazard
Contractual Liability
Independent Contractors Coverage
Personal Injury (with exclusion "c" waived)
The City is to be named as an additional insured on this policy for this specific job, and copy of
the endorsement doing so is to be attached to the Certificate of Insurance.
B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance.
The Contractor shall obtain an Owner's Protective or Contingent Public Liability Insurance policy
naming the City of Lubbock as insured and the amount of such policy shall be as follows
For bodily injuries, including accidental death, $500,000 per occurrence, and $100,000 for Property
Damage.
C. Comprehensive Automobile Liability Insurance
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury $250/500,000
Property Damage $100,000
to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -
owned Vehicles. The City is to be named as an additional insured on this policy for this specific
job and copy of the endorsement doing so is to be attached to the Certificate of Insurance.
D. Builder's Risk Insurance
The Contractor shall obtain a Builder's Risk policy in the amount of (100% of poten-
tial loss) naming the City of Lubbock as insured.
-31-
E. Excess or Umbrella Liability Insurance
The Contractor shall have Excess or Umbrella Liability Insurance in the amount of
($1,000,000 minimum) with coverage to correspond with Comprehensive General Liability and Comprehen-
sive Automobile Liability coverages.
The City is to be named as an additional insured on this policy for this specific job and copy of
the endorsement doing so is to be attached to the Certificate of Insurance.
F. Worker's Compensation and Employers Liability Insurance
As required by State statute covering all employees whether employed by the Contractor or any Sub-
contractor on the job with Employers Liability of at least $100,000 limit.
G. Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor shall submit to the
Owner for approval five Certificates of Insurance covering each insurance policy carried and
offered as evidence of compliance with the above insurance requirements, signed by an authorized
representative of the insurance company setting forth:
(1) The name and address of the insured.
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date borne
by such certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the
date borne by such certificate.
(5) A provision that the policy may be canceled only by mailing written notice to the named in-
sured at the address shown in the bid specifications.
(6) A provision that written notice shall be given to the City ten days prior to any change in
or cancellation of the policies shown on the certificate.
(7) The certificate or certificates shall be on the form (or identical copies thereof) con-
tained in the job specifications. No substitute of nor amendment thereto will be accept-
able.
29. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY EQUIPMENT
AND SUPPLIES
The Contractor agrees that he will indemnify and save the Owner harmless from all claims growing out of any
demands of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts
thereof, equipment, power tools, all suppliers, including commissary, incurred in the furtherance of the
performance of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence
that all obligations of the nature hereinabove designated have been paid, discharged or waived.
r-
If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by
any of those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness
within five (5) days after demand is made, then Owner may, during the period for which such indebtedness
-32-
shall remain unpaid, withhold from the unpaid portion of this contract, a sun equal to the amount of such
unpaid indebtedness or may apply the sum so withheld to discharge any such indebtedness.
Any and all communications between any party under this paragraph must be in writing.
30. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The contractor shall pay all royalties and license fees, and shall provide for the use of any design, de-
vice, material or process covered by letters patent or copyright by suitable legal agreement with the Paten-
tee or Owner thereof. The Contractor shall defend all suits or claims for infringement of any patent or
copyrights and shall indemnify and save the Owner harmless from any loss on account thereof, except that
Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular
design, device, material or process or the product of a particular manufacturer or manufacturers is speci-
fied or required in these contract documents by owner; provided, however, if choice of alternate design, de-
vice, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner harm-
less from any loss on account thereof. If the material or process specified or required by Owner is an in-
fringement, the Contractor shall be responsible for such loss unless he promptly gives written notice to the
Owner of such infringement.
31. LAWS AND ORDINANCES
The Contractor shalt at all times observe and comply with all federal, state and local laws, ordinances and
regulations, which in any manner effect the contract or the work, and shall indemnify and save harmless the
Owner against any claims arising from the violation of any such laws, ordinances, and regulations, whether
by the Contractor or his employees. If the Contractor observes that the plans and specifications are at
variance therewith, he shall promptly notify the Owners' Representative in writing and any necessary changes
shall be adjusted as provided in the contract for changes in the work. If the Contractor performs any work
knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the
Owner's Representative, he shall bear all costs arising therefrom.
The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, in-
sofar as the same regulates the objects for which, or the manner in which, or the conditions under which the
Owner may enter into contracts, shalt be controlling, and shall be considered as part of this contract to
the same effect as though embodied herein.
32. ASSIGNMENT AND SUBLETTING
The Contractor further agrees that he will retain personal control and will give his personal attention to
the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature
of the work, or materials required in the performance of this contract, shall not relieve the Contractor
from his full obligations to the Owner, as provided by this contractual agreement.
33. TIME FOR COMPLETION AND LIQUIDATED DAMAGES
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of
beginning and time for completion as specified in the contract of work to be done hereunder are essential
conditions of this contract; and it is further mutually understood and agreed that the work embraced in this
contract shall be commenced on a date to be specified in the Notice to Proceed.
If the Contractor should neglect, fail, or refuse to complete the work within the time herein specified, or
any proper extension thereof granted by the owner, then the Contractor does hereby agree as part of the con-
sideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total
compensation, the sum of $100.00 (ONE HUNDRED DOLLARS) PER DAY, not as a penalty, but as liquidated damages
-33-
for the breach of the contract as herein set forth for each and every calendar day that the Contractor shall
be in default after the time stipulated for completing the work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the com-
pletion of the work described herein is reasonable time for the completion of the same, taking into consid-
eration the average climatic change and conditions and usual industrial conditions prevailing in this local-
ity.
The amount is fixed and agreed upon by and between the Contractor and the Owner because of the impractica-
bility and extreme difficulty in fixing and ascertaining actual damages the Owner would in such event sus-
tain, and the amount is agreed to be damages the owner would sustain and shall be retained by the Owner from
current periodical estimates for payments or from final payment.
It is further agreed and understood between the Contractor and Owner that time is of the essence of this
contract.
34. TIME AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Con-
tractor shall be allowed to prosecute his work at such time and sessions, in such order of precedence, and
in such manner as shall be most conductive to economy of construction; provided, however, that the order and
time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in
M- accordance with this contact, the plans and specifications, and within the time of completion designated in
the proposals; provided, also, that when the Owner is having other work done, either by contract or by his
own force, the Owner's Representative may direct the time and manner of constructing work done under this
contract so that conflicts will be avoided and the construction of the various works being done for the
Owner shall be harmonized.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative,
schedules which shall show the order in which the Contractor proposes to carry on the work, with dates at
which the Contractor will start the several parts of the work and estimated dates of completion of the sev-
eral parts.
35. EXTENSION OF TIME
The Contractor agrees that he has submitted his proposal in full recognition of the time required for the
completion of this project, taking into consideration the average climatic range'and industrial conditions
prevailing in this locality, and has considered the liquidated damage provisions of paragraph 33 hereinabove
set forth and that he shall not be entitled to, nor will he request, an extension of time on this contract,
except when his work has been delayed by an act or neglect of the Owner, Owner's Representative, employees
of the owner or other contractors employed by the owner, or by changes ordered in the work, or by strike,
walk --outs, acts of God or the public enemy, fire or flood. The Contractor may apply in writing for an ex-
tension of time, submitting therewith all written justification as may be required by Owner's Representative
for such an extension as requested by Contractor. The Owner's Representative within ten (10) days after re-
ceipt of a written request for an extension of time by the Contractor supported by all requested docu-
mentation shall then submit such written request to the City Council of the City of Lubbock for their con-
sideration. Should the Contractor disagree with the action of City Council on granting an extension of
time, such disagreement shall be settled by arbitration as hereinafter provided.
36. HINDRANCE AND DELAYS
In executing the contract agreement, the Contractor agrees that in undertaking to complete the work within
the time herein fixed, he has taken into consideration and made allowances for all hindrances and delays in-
cident to such work, whether growing out of delays in securing material or workmen or otherwise. No charge
-34-
shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of
the work embraced in this contract except where the work is stopped by order of the Owner or Owner's
Representative for the Owner's convenience, in which event, such expense as in the judgment of the Owner's
Representative that is caused by such stoppage shall be paid by Owner to Contractor.
37. QUANTITIES AND MEASUREMENTS
No extra or customary measurements of any kind will be allowed, but the actual measured or computed length,
area, solid contents, number and weight only shall be considered, unless otherwise specifically provided.
In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract,
including the specifications, plans and other contract documents are intended to show clearly all work to be
done and material to be furnished hereunder. Where the estimated quantities are shown for the various
classes of work to be done and material to be furnished under this contract, they are approximate and are to
be used only as a basis for estimating the probable cost of the work and for comparing their proposals of-
fered for the work. It is understood and agreed that the actual amount of work to be done and the materials
to be furnished under this contract may differ somewhat from these estimates, and that where the basis for
payment under this contract is the unit price method, payment shall be for the actual amount of work done
and materials furnished on the project.
38. PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any
way encountered, which may be injured or seriously affected by any process of construction to be undertaken
under this agreement, from any damage or injury by reason of said process of construction; and he shall be
liable for any and all claims for such damage on account of his failure to fully protect all adjacent
property. The Contractor agrees to indemnify, save and hold harmless the Owner against any claim or claims
for damages due to any injury to any adjacent or adjoining property, arising or growing out of the perfor-
mance of this contract, but such indemnity shall not apply to any claim of any kind arising out of the exis-
tence or character of the work.
39. PRICE FOR WORK
In consideration of the furnishing of all necessary labor, equipment and material and the completion of all
work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity
with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price
set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor
hereby agrees to receive such price in full for furnishing all materials and all labor required for the
aforesaid work, also, for all expenses incurred by him and for well and truly performing the same and the
whole thereof in the manner and according to this agreement, the attached specifications, plans, contract
documents and requirements of Owner's Representative.
40. PAYMENTS
No payments made or certificates given shall be considered as conclusive evidence of the performance of the
contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of de-
fective work. Contractor shall at any time requested during the progress of the work furnish the Owner or
Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness
in connection with the work. Before final payment is made, Contractor shall satisfy owner, by affidavit or
otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the con-
tract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all
claims against Owner which have not theretofore been timely filed as provided in this contract.
-35-
41. PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an applica-
tion for partial payment. Owner's Representative shall review said application for partial payment and the
progress of the work made by the Contractor and if found to be in order shall prepare a certificate for par-
tial payment showing as completely as practical the total value of the work done by the Contractor up to and
including the last day of the preceding month; said statement shall also include the value of all sound ma-
terials delivered on site of the work that are to be fabricated into the work.
The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount
of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5%
shall be retained until final payment, and further, less all previous payments and all further sums that may
be retained by Owner under the terms of this agreement. It is understood, however, that in case the whole
work be near to completion, and this fact is certified to by Owner's Representative and some unexpected and
some unusual delay occurs due to no fault or negligence on the part of the Contractor, the owner may upon
written recommendation of Owner's Representative pay a reasonable and equitable portion of the retained per-
centage due Contractor.
42. FINAL COMPLETION AND ACCEPTANCE
Within thirty-one (31) days after the Contractor has given the Owner's Representative written notice that
the work has been completed or substantially completed, the owner's Representative and the owner shall in-
spect the work and within said time, if the work be found to be completed or substantially completed in ac-
cordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor his
certificate of completion, and thereupon it shall be the duty of the Owner within thirty-one (31) days to
issue a certificate of acceptance of the work to the Contractor.
43. FINAL PAYMENT
�^ Upon the issuance of the certificate of completion, the Owner's Representative shall proceed to make final
measurement and prepare a final statement of the value of all work performed and materials furnished under
the terms of the agreement, and shall certify same to the Owner, who shall pay to the Contractor on or be-
fore the 31st day after the date of certificate of completion, the balance due Contractor under the terms of
this agreement, provided he has fully performed his contractual obligations under the terms of this con-
tract; and said payment shall become due in any event upon said performance by the Contractor. Neither the
certificate of acceptance nor the final payment, nor any provisions in the contract documents shall relieve
the Contractor of the obligation for fulfillment of any warranty which may be required in the special condi-
tions (if any) of this contract or required in the specifications made a part of this contract.
44. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK
Contractor shall promptly remove from Owners' premises all materials condemned by the Owner's Representative
on account of failure to conform to the contract, whether actually incorporated in the work or not, and Con-
tractor shall at his own expense promptly replace such condemned materials with other materials conforming
to the requirements of the contract. Contractor shall also bear the expense of restoring all work of other
contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such
condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative,
Owner may remove and replace it at Contractor's expense.
,.. 45. CORRECTION OF WORK AFTER FINAL PAYMENT
Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of
responsibility for faulty materials or workmanship, and he shall remedy any defects due thereto and pay for
any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the
-36-
date of substantial completion. The Owner or the Owner's Representative shall give notice of observed de-
fects with reasonable promptness.
46. PAYMENT WITHHELD
The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any
certificate to such extent as may be necessary to protect himself from loss on account of:
(a) Defective work not remedied.
(b) Claims filed or reasonable evidence indicating possible filing of claims.
(c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor.
(d) Damage to another contractor.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner,
which will protect the Owner in the amount withheld, payment shall be made for amounts withheld because of
them.
47. TIME OF FILING CLAIMS
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the
Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) days after the
Owner's Representative has given any directions, order or instruction to which the Contractor desires to
take exception. The Owners' Representative shall reply to such written exceptions by the Contractor and
render his final decision in writing. In case the Contractor should appeal from the decision of the Owner's
Representative, any demand for arbitration shall be filed with the Owner's Representative and the owner in
writing within ten (10) days after the date of delivery to Contractor of the final decision of the Owner's
Representative. It is further agreed that final acceptance of the work by the owner and the acceptance by
the Contractor of the final payment shall be a bar to any claim by either party, except where noted other-
wise in the contract documents.
48. ARBITRATION
All questions of dispute under this agreement shall be submitted to arbitration at the request of either
party to the dispute. The parties may agree upon one arbitrator, otherwise, there shall be three; one named
in writing by each party and the third chosen by the two arbiters selected; or if the arbiters fail to se-
lect a third within ten (10) days, he shall be chosen by the District Judge, 72nd Judicial District of
Texas. Each arbiter shall be a resident of the City of Lubbock. Should the party demanding arbitration
fail to name an arbiter within ten (10) days of the demand, his right to arbitrate shall lapse, and the de-
cision of the owner's Representative shall be final and binding on him. Should the other party fail to
choose an arbiter within ten (10) days, the Owner's Representative shall appoint such arbiter. Should ei-
ther party refuse or neglect to supply the arbiters with any papers or information demanded in writing, the
arbiters are empowered by both parties to take Ex Porte Proceedings.
The arbiters shall act with promptness. The decision of any two shall be binding on both parties to the
contract, unless either or both parties shall appeal within ten (10) days from date of the award by the ar-
biters, and it is hereby agreed that each party shall have the right of appeal and all proceedings shall be
according to and governed by Arbitration Statutes of Texas, being Article 224, et seq., Vernon's Annotated
Civil Statutes. THE DECISION OF THE ARBITERS UPON ANY QUESTION SUBMITTED TO ARBITRATION UNDER THIS CONTRACT
SHALL BE A CONDITION PRECEDENT TO ANY RIGHT OF LEGAL ACTION.
-37-
The arbiters, if they deem the case demands it, are authorized to award the party whose contention is sus-
tained, such sums as they deem proper for the time, expense and trouble incident to the appeal, and if the
appeal was taken without reasonable cause, they may award damages for any delay occasioned thereby. The ar-
biters shall fix their own compensation, unless otherwise provided by agreement, and shall assess the costs
and charges of the arbitration upon either or both parties. The award of the arbiters must be made in writ-
ing and shall not be open to objection on account of the form of proceedings or award.
49. ABANDONMENT BY CONTRACTOR
In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written
notification from the Owner or the Owner's Representative, or if the Contractor fails to comply with the or-
ders of the Owner's Representative, when such orders are consistent with this contract, this Agreement, or
the Specifications hereto attached, then the Surety on the bond shall be notified in writing and directed to
complete the work and a copy of said notice shall be delivered to the Contractor.
After receiving said notice of abandonment, the Contractor shall not remove from the work any machinery,
equipment, tools, materials or supplies then on the job, but the same, together with any materials and
equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the
Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any
rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as
provided for under paragraph 24 of this contract); it being understood that the use of such equipment and
materials will ultimately reduce the cost to complete the work and be reflected in the final settlement.
In case the Surety should fail to commence compliance with the notice for completion hereinbefore provided
for within ten (10) days after service of such notice, then the Owner may provide for completion of the work
in either of the following elective manners:
(a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and sup-
plies as said Owner may deem necessary to complete the work and charge the expense of such labor,
machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged
shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at
any time become due to the Contractor under and by virtue of this Agreement. In case such expense
is less than the sum which would have been payable under this contract, if the same had been com-
pleted by the Contractor, then said Contractor shall receive the difference. In case such expense
is greater than the sum which would have been payable under this contract, if the same had been com-
pleted by said Contractor, then the Contractor and/or his Surety shall pay the amount of such excess
to the Owner; or
(b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspa-
per having a general circulation in the County of location of the work, may let the contract for the
completion of the work under substantially the same terms and conditions which are provided in this
contract. In case of any increase in cost to the Owner under the new contract as compared to what
would have been the cost under this contract, such increase shall be charged to the Contractor and
the Surety shall be and remain bound therefore. However, should the cost to complete any such new
contract prove to be less than that which would have been the cost to complete the work under this
contract, the Contractor or his Surety shall be credited therewith.
When the work shall have been substantially completed, the Contractor and his Surety shall be so notified
and certificates of completion and acceptance, as provided in paragraph 42 hereinabove set forth, shall be
.. issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as
being correct shall then be prepared and delivered to Contractor and his Surety, whereon the Contractor or
his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within
30 days after the date of certificate of completion.
-38-
In the event the statement of accounts shows that the cost to complete the work is less than that which
would have been the cost to the Owner had the work been completed by the Contractor under the terms of this
contract, or when the Contractor and/or his Surety shall pay the balance shown to be due by them to the
Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be
turned over to the Contractor and/or his Surety. Should the cost to complete the work exceed the contract
price, and the Contractor and/or his Surety fail to pay the amount due the Owner within the time designated
hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the
work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the
Contractor and his Surety at the respective addresses designated in this contract; provided, however, that
actual written notice given in any manner will satisfy this condition. After mailing, or other giving of
such notice, such property shall be held at the risk of the Contractor and his Surety subject only to the
duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) days from the date
of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net
sun derived from such sale to the credit of the Contractor and his Surety. Such sale may be made at either
public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machin-
ery, equipment, tools, materials, or supplies which remain on the *jobsite and belong to persons other than
the Contractor or his Surety, to their proper owners.
50. ABANDONMENT BY OWNER
In case the Owner shall fail to comply with the terms of this contract, and should fail or refuse to comply
with said terms within ten (10) days after written notification by the Contractor, then the Contractor may
suspend or wholly abandon the work, and may remove therefrom all machinery, tools, and equipment, and all
materials on the ground that have not been included in payments to the Contractor and have not been incorpo-
rated into the work. Thereupon, the owner's Representative shall make an estimate of the total amount
earned by the Contractor, which estimate shall include the value of all work actually completed by said Con-
tractor at the prices stated in the the attached proposal, the value of all partially completed work at a
fair and equitable price, and the amount of all Extra Work performed at the prices agreed upon, or provided
for by the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the Con-
tractor to carry the whole work to completion, and which cannot be utilized. The Owner's Representative
shall then make a final statement of the balance due the Contractor by deducting from the above estimate all
previous payments by the Owner and all other suns that may be retained by the Owner under the terms of this
Agreement, and shall certify same to the Owner who shall pay to the Contractor on or before thirty (30) days
after the date of the notification by the Contractor the balance shown by said final statement as due the
Contractor, under the terms of this Agreement.
51. BONDS
The successful bidder shall be required to furnish a performance bond and payment bond in accordance with
Article 5160, Vernon's Annotated Civil Statutes in the amount of 100% of the total contract price, in the
event said contract price exceeds $25,000.00. If the contract price does not exceed S25,000.00, the statu-
tory bonds will not be required. All bonds, if required, shall be submitted on forms supplied by the owner,
and executed by an approved Surety Company authorized to do business in the State of Texas. And it is fur-
ther agreed that this contract shall not be in effect until such bonds are so furnished.
52. SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special con-
ditions conflict with any of the general conditions contained in this contract, then in such event the
special conditions shall control.
-39-
53. LOSSES FROM NATURAL CAUSES
Unless otherwise specified herein, all loss or damage to the Contractor arising out of the nature of the
work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution
of the same, or from unusual obstructions or difficulties which may be encountered in the prosecution of the
work, shall be sustained and borne by the Contractor at his own cost and expense.
54. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and au-
thority to direct, supervise, and control his own employees and to determine the method of the performance
of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to ob-
serve Contractor's work during his performance and to carry out the other prerogatives which are expressly
reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at
any time change or effect the status of the Contractor as an independent contractor with respect to either
the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or
corporation.
55. CLEANING UP
The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and
at the completion of the work he shall remove all such debris and also his tools, scaffolding, and surplus
materials and shall leave the work room clean or its equivalent. The work shall be left in good order and
condition_ In case of dispute Owner may remove the debris and charge the cost to the Contractor.
L
-40-
(This page left blank intentionally)
P--
CURRENT WAGE DETERMINATIONS
-41-
(This page left blank intentionally)
DGV:da
DPIZ01 IITTOM
Resolution n2502
January 8, 1987
Agenda Item #18
-- WHEREAS, the City Council has heretofore established the general
prevailing rate of per diem wages for each craft or type of workmen or
mechanics needed to execute public works contracts for the City of Lubbock
in accordance with the provisions of Vernon's Ann.Civ.St., Art. 5159a; and
WHEREAS, such wage rates were established by Resolution No. 719
enacted February 12, 1981, updated by Resolution No. 1590 enacted February
23, 1984; and
WHEREAS, such rates need to be updated at the present time in order
�-. to reflect the current prevailing rate of per diem wages; NOW THEREFORE:
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the general prevailing rate of per diem wages for public works
.contracts shall be as set forth in the following named exhibits, which
exhibits shall be attached hereto and made a part hereof for all intents
and purposes:
Exhibit A: Building Construction Trades
Exhibit B: Paving and Highway Construction Trades
Exhibit C: Electrical Trades
Exhibit D: Overtime Rate
Exhibit E: Weekend and Holiday Rate
Such wage rates are hereby found and declared to be the general prevailing
rate of per diem wages in all localities where public works are undertaken
-- on behalf of the City of Lubbock and such wage rates shall be included in
all public works contracts as provided by law.
Passed by the City Council this 8th day.of January 1987.
Ranett&,Boyd, City Secretary v
APPROVED TO ONTENT:
t:
Bi 1 P•yne, D rector of Building
Services
B.C. McMINN, MAYOR
APPROVED AS TO FORM:
Al x
�IdG.iver, First
Assistant City Attorney
EXHIBIT A
City of Lubbock
Building Construction Trades
Prevailing Rates
Craft
Acoustical Ceiling Installer
Air Conditioner Installer
Air Conditioner Installer -Helper
Bricklayer
Bricklayer -Helper
Carpenter
Carpenter -Helper
Cement Finisher
Drywall Hanger _
Electrician
Electrician -Helper
Equipment Operator -
Heavy
Light
Floor Installer
Glazier
Insulator, Piping/Boiler
Insulator -Helper
Iron Worker
Laborer, General
Mortar Mixer
Painter
Plumber
Plumber -Helper
Roofer
Roofer -Helper
Sheet Metal Worker
Sheet Metal Worker -Helper
Welder - Certified
Hourlv Rate
$11.60
8.35
5.50
10.50
5.00
11.00
5.50
7.35
8.70
10.50
5.25
8.00
5.70
8.00
7.50
9.50
5.00
7.30
4.75
5.60
8.75
9.25
6.00
7.65
4.75
8.75
5.50
8.00
Craft
EXHIBIT B
Paving and Highway Construction
Prevailing Wage Rates
Asphalt Heaterman
Asphalt Shoveler
Concrete Finisher
Concrete Finisher -Helper
Electrician
Fl agger
Form Setter
Form Setter -Helper
Laborer, General
Laborer, Utility
Mechanic
Mechanic -Helper
POWER EQUIPMENT OPERATORS
Asphalt Paving Machine
Bulldozer
Concrete Paving Machinist
Front End Loader
Heavy Equipment Operator
Light Equipment Operator
Motor Grade Operator.
Roller
Scraper
Tractor
Truck Driver -
Light
Heavy
Hourlv Rate
$5.25
4.75
7.35
4.75
10.50
4.75
6.50
5.50
4.75
5.80
6.50
6.00
6.00
5.25
6.50
5.85
6.40
6.40
8.00
5.25
5.25
5.50
5.25
5.25
EXHIBIT C
Electric Construction Trades
Prevailing Wage Rates
Craft Hourly Rate
Power Line Foreman $11.00
Lineman Journeyman 10.45
Lineman Apprentice Series 8.90
Groundman Series 7.25
EXHIBIT D
Prevailing Wage Rates
Overtime Rate
The rate for overtime (in excess of forty hours per week) is 1 1/2
times base rate.
EXHIBIT E
Prevailing Wage Rates
Weekend and Holiday Rate
The rate for weekend and holiday is.l 1/2 times base rate.
SPECIFICATIONS
-42-
(This page left blank intentionally)
SECTION 1AO SUMMARY OF THE WORK
GENERAL
RELATED DOCUMENTS:
The general provisions of the Contract, including General and
Supplementary Conditions and other General Requirements sections,
apply to the work specified in this section.
DESCRIPTION OF REQUIREMENTS:
General: The kinds of provisions which control or influence the
description and performance of the work (and of the project)
include the following (in summary of information shown on drawings
�-- and specified in other specification sections and elsewhere in the
contract documents):
Owner pre -purchased subcontracts.
Other work, prior to work of this Contract.
Coordination with existing work.
Alterations to existing work.
Mandatory sequences of phases for the work.
Other work, concurrently by Owner.
Other work, concurrently by separate contractors.
Other work, subsequent to the work of this Contract.
Overall performance requirements of the project.
Summary by Reference: The work can be summarized by reference to
the requirements of the various contract documents, which in,turn
make reference to the requirements of other applicable provisions
which control or influence the work; and these references can be
summarized but are not necessarily limited to the following:
-- The Executed Owner -Contractor Agreement (sample copy bound
herewith).
The General and Supplementary Conditions, which are bound here
with(in this Project Manual).
The Drawings, which are titled and dated the same as these
contract documents, and bound separately.
The Specification Sections, which are bound here with and are
listed in the "Index of Specification Sections" bound
herewith.
SUMMARY OF THE WORK 1AO-1
The Addenda and Modifications to the contract documents, which
have been either bound herewith or distributed by transmittal
subsequent to the binding hereof.
The documentation of separate contracts, which include project
work which is not work of this Contract, and are available for
reference at the Architect's or Engineer's office.
Work by the Owner, which is in connection with the project and
is described herein to the extent it is believed to have a
significant relation with the work of this Contract.
Governing regulations, which have a bearing on the performance
of the work; copies can be obtained from or reviewed at the
local, State or Federal Agency responsible for the regulation
in each case.
Submittals (of every kind), copies of which are retained by
the Contractor at the site.
Miscellaneous elements of information having a bearing on the
performance of the work, such as weather forecasts and reports
of general trade union negotiations; copies must be obtained
by the Contractor through normal channels of information.
Verbal (Written) Summary: Briefly and without force and effect on
t e requirements of t e contract documents, the project and the
work of the Contract can be described in summary as follows:
The work includes new furniture and furnishings and the
complete installation of furniture and furnishings for the
"Municipal Hill Operation Center" project for the city of
Lubbock
The work will include all materials, labor and equipment
necessary to complete the entire work as described on the
drawings and in the specifications.
OTHER WORK. BY OWNER OR BY SEPARATE CONTRACTORS:
General: In addition to the work or this Contract, other work will
eeperformed either by the Owner's employees or by engaged separate
Contractors.
All work of this Contract shall be coordinated with work performed
by others preceding, during, or following the work of this
Contract.
Cooperate with those performing other work to avoid conflicts.
END OF SECTION 1AO
SUMMARY OF THE WORK IAO-2
SECTION - OFFICE FURNITURE AND FURNISHINGS
GENERAL
RELATED DOCUMENTS:
Drawings and general provisions of Contract, including
�- General and supplementary Conditions and Division-1
Specification sections, apply to work of this section.
DESCRIPTION OF WORK:
Extent of Office furniture and furnishings is indicated on
drawings.
Types of Office furniture and furnishings required include:
Typical Office Furniture.
Cafeteria Seating and Tables.
Artificial Plantings and Covering.
QUALITY ASSURANCE:
Manufacturers: Provide each type of furniture or furnishing
by one manufacturer for entire project.
SUBMITTALS:
Submit manufacturer's specifications and installation
instructions for each type of furniture or furnishing
required.
PRODUCTS:
FURNITURE AND FURNISHINGS: The following shall be supplied
as specified or equal by another manufacturer:
ITEM # PRODUCT DESCRIPTION QTY.
1 Krueger #K3-8 Pinnacle Table 36"x96" 4
solid core top, high pressure
laminate 1 1/4"thick, 0.030" high-
pressure laminate w/ 0.020" phenolic
backing sheet. Vinyl bullnose edges
w/ 1 1/2" radius corners. Chrome legs -
16-ga. 1 1/8" square seam welded tubular
steel. Adjustable steel glides. Locking
mechanisms are 11-ga. 1" knifelock design.
16-ga. 3" formed steel frames. Standard
laminate to be chosen.
mhfurnsp.wps OFFICE FURNITURE AND FURNISHINGS PAGE-1
2 Krueger Matrix MX-CH high density stack 100
chair. Polypropylene seat and back
rest. Injection molded poylpropylene.
7/16" solid steel rod frame, bright
duplex nickel chrome. Hard floor
glide. Solid steel rod stretch
bar. Stackable up to 45 on
transport dolly.
2 Krueger Matrix MX-CH (same specs as 100
above) w/ ganging glide.
Ganging glides.
2 United XNL-31 lowback, guest chair, 22
armless. 14 ga. steel frame in
a powder epoxy finish. Highly -
resilient molded foam cushioning -
contoured design. Fire retardant
polyurethane. Grade A fabric
selection .
seat ht. 17 3/4" back ht. 12 1/2"
width 20" width 19 1/2"
depth 18"
To meet or exceed Bifma/Ansi standards.
12-year warranty to include base and
frame. Upholstery guaranteed 2 years of
normal use.
3 United XN-22 Task chair, armless. 49
14 ga. welded steel 5 legged base w/
caps of high -impact molded polypropylene
in a powder epoxy finish. Highly -
resilient molded foam cushioning -
contoured design. Fire -retardant
polyurethane. Swivel, back tilt,
pneumatic height adjustment. Grade
A fabric selection.
seat ht. 16 3/ 4" -20 1/ 4" back ht. 11 1/ 4"
width 18 3/4" width 16"
depth 17 3/ 4"
To meet or exceed Bifma/Ansi standards.
12-year warranty to include base
and frame. Upholstery guarantee, 2 yrs.
of normal use.
14 ga. welded steel 5 legged base w/
caps of high -impact molded polypropylene
in a powder epoxy finish. Highly -
resilient molded foam cushioning -
contoured design. Fire -retardant
polyurethane. Swivel, back tilt,
pneumatic height adjustment. Grade
A fabric selection.
mhfurnsp.wps OFFICE FURNITURE AND FURNISHINGS PAGE-2
seat ht . 16 3/ 4" -20 1/ 4" back ht . 11 1/ 4"
�- width 18 3/4" width 16"
depth 17 3/ 4"
To meet or exceed Bifma/Ansi standards.
12-year warranty to include base
and frame. Upholstery guarantee, 2 yrs.
of normal use.
^' 4&5 United Chair XN-59 w/ footrest, armless, 9
14 ga. welded steel 5 legged base w/
caps of high -impact molded polypropylene
in a powder epoxy finish. Highly -
resilient molded foam cushioning -
contoured design. Fire -retardant
polyurethane. Swivel, back tilt,
pneumatic height adjustment. Footrest moves
w/ seat to maintain the same adjustment
relationship at various heights. Grade
P^ A fabric selection.
seat ht . 25 3/ 4" -31" back ht . 11 1/ 4"
width 18 3/4" width 16"
depth 17 3/ 4"
To meet or exceed Bifma/Ansi standards.
12-year warranty to include base
and frame. Upholstery guarantee, 2 yrs.
of normal use.
6 Haskell Marathon Desk #MDM3163 13
60"00" Reinforced steel top w/ double
wall side panel construction. Center
drawer and all -pedestal interlock.
3/ box/file pedestal on left, box/file
pedestal on right. Each tray and each
box drawer has one divider. Each file drawer
will have a follower block and will have
hanging folder frames. Legs mirror chrome
Standard laminate color will be selected.
Full progressive suspension equipped
w/ ten nylon rollers. Smooth sidewalls
w/ integral channels for different
divider positions. A formed steel pencil
tray to be a part of the center drawer.
7 Haskell MDM3173 72"x36" 19
Reinforced steel care top w/ double
wall side panel construction.
8 United Chair #XNH-11 Executive high back, 17
w/ arms.
14 ga. welded steel 5 legged base w/
caps of high -impact molded polypropylene
in a powder epoxy finish. Highly -
resilient molded foam cushioning -
contoured design. Fire -retardant
mhfurnsp.wps OFFICE FURNITURE AND FURNISHINGS PAGE-3
polyurethane. Swivel, back tilt,
pneumatic height adjustment.
seat ht. 17-20 1/2" back ht. 19"
width 20" width 19 1/ 2"
depth 18"
To meet or exceed Bifma/Ansi standards.
12-year warranty to include base
and frame. Upholstery guarantee, 2 yrs.
of normal use.
9 United Chair #XNM-32 medium back guest chair 59
w/ arms. 14 ga. welded steel in a powder
coat epoxy. Highly -resilient molded foam
cushioning -contoured design. Fire -retardant
polyurethane. Grade A fabric selection.
seat ht. 17 3/ 4" back ht. 15"
width 20" width 19 1/2"
depth 18"
To meet or exceed Bifma/Ansi standards.
12-year warranty to include base
and frame. Upholstery guarantee, 2 yrs.
of normal use.
10 Kinetics #200/201 Lounge seating 9
SH-16" Frame dimension is 1 1/2" o.d.
H-29" tubular Steel continuous tube
D-27" frame w/ a kinkote finish.
W-24" Reinforced by 5" inner splines
AH-24" welded, then ground smooth and
finished for invisible seams.
Floor glides on all seating.
Kinkote finish to be selected.
Fabric: grade 3 75% modacrylic,
25% nylon to meet flammability
requirements.
Ganging connectors #10OG used 16
to connect seating and tables.
11 Kinetics #400/800 table 2
24"x24"x16", 1 1/2" o.d. continuous
tubular steel frame w/ a Kinkote finish.
Inset laminate top w/ 3" corner radius.
Floor glides. Kinkote finish and laminate
finish to be selected.
11 Kinetics #400/ 100 table 1
30" round tubular steel legs w/ a
Kinkote finish.
1 1/8" laminate top w/ a PVC edge to
match Kinkote finish on legs. Kinkote
finish and laminate to be selected.
12 Krueger #MR35TO 42" round laminate table top 17
mhfurnsp.wps OFFICE FURNITURE AND FURNISHINGS PAGE-4
w/ vinyl bullnose edge, 4" radius 1 1/4
�- Novoply core top w/ a standard Formica
laminate to be selected.
Krueger #114-30 table base 17
30" dia. base, round cast iron base in
bright chrome, 4" column on base, 18 ga.
tubular steel column and base plate joined
by bolt -through construction. Stamped
steel spider, adjustable glides.
13 Haskell #PTE0042-3228LC 2
42" round conference table
standard laminate top w/ vinyl bullnose
edge. 32" LX-base, polished chrome or
powdercoat color to be selected. Tops
are 1 1/ 8" thick high pressure laminate.
Base-14 ga. 2" round tubular steel feet
and legs w/ welded 14 ga. plugs. 3 1/ 4"
dia. center column.
-, 14 Krueger #G416B-boat shaped conference table 1
36"x48"x192" 1 1/4" solid core top w/
textured woodgrain plastic laminate surface.
Self -edge. Legs to be matching laminate
surface and self -edge. Adjustable glides.
14 United XNL-14 Low back conference seating, 23
�- armless on a stationary carpet glide.
14 ga. welded steel 5 legged base w/
caps of high -impact molded polypropylene
in a powder epoxy finish. Highly -resilient
molded foam cushioning -contoured design.
Fire -retardant polyurethane. Swivel,
pnuematic height adjustment. Grade A fabric
selection.
seat ht . 17 1/ 2" -21" back ht . 12 1/ 2"
width 20" width 19 1/ 2
depth 18"
15 Haskell MAM3163CE 60N30" w/40"x20" return 3
Return on the right.
Reinforced steel top w/ double
wall side panel construction. Center
drawer and all -pedestal interlock.
Box/file on desk w/ center drawer. Box/
box/box on return. Each tray and each
box drawer has one divider. Each file drawer
will have a follower block and will have
hanging folder frames. Legs mirror chrome
Standard shell finish will be selected.
Full progressive suspension equipped
w/ ten nylon rollers. Smooth sidewalls
w/ integral channels for different
mhfurnsp.wps OFFICE FURNITURE AND FURNISHINGS PAGE-5
divider positions. A formed steel pencil
tray to be a part of the center drawer.
15 Haskell MAM3163EC 60"x3O" w/ 40"x2O" left return 1
(Specs. same as item above)
16 Haskell #HTM91702 36"x72" worktable 4
Steel core top laminate w/ self -edge.
Painted Apron. Mirror chrome finish legs.
Laminate and paint finish to be selected.
17 Haskell #MCM3066 credenza 11
6 0"x 2O" Reinforced steel core top w/
double wall side panel construction.
Steel doors, adjustable shelf w/ pedestal
locks. Box/box/box pedestal on left,
box/file pedestal on right.
Each box drawer has one divider. Each file drawer
will have a follower block and will have
hanging folder frames. Legs mirror chrome
Standard laminate color and steel finish will be
selected. Full progressive suspension equipped
w/ ten nylon rollers. Smooth sidewalls
w/ integral channels for different
divider positions.
18 Haskell #CAL60309 Bi-level table w/ adjustable 1
keyboard platform. 60"x30". Table to
match Haskell desks. Laminate to be
specified.
18 Haskell #CPS24309 24"00 printer stand w/ 1
paper shelf. Table to match Haskell
computer table. Laminate to be specified.
18 Haskell #SSP24121 1
23 1/2" deep, 27 9/16" high, 14 7/8" wide
Mobile pedestal w/ dock and casters. Box/
box/file. Double wall construction,
high sided file drawers , extruded aluminum
drawer pulls in full -width rectilinear
design. Steel finish to match Haskell
desks. Finish to be selected.
19 Supersilk A101D 8' ficus
Real wood trunks
3
20 Supersilk #C398 Assorted
Greenery consisting of begonia, piggyback
bush, geranium, strawberry geranium, arrowhead
bush, syngonyum, grape ivy, swedish ivy,
diffenbachia. Provide planting material
to secure in planters and to be covered
with moss.
mhfurnsp.wps OFFICE FURNITURE AND FURNISHINGS PAGE-6
21 Mayline 7704-B Wood four post drawing table 1
w/ tool drawer and shallow drawer. Top:
5 ply hardwood top w/ steel end cleats.
Top height: 37" from floor. Tilt angle:
50 degrees to horizontal. 37 1/ 2"x48".
Standard finish to be selected.
19 Krueger #IRS1418 fiberglass planters. 3
Seamless one piece molded fiberglass
construction. Gloss smooth color
to be selected. Radius square.
side: 14"
height: 18"
opening: 11"
22 Haskell #HTM93302 Work tables 18"00" 8
Reinforced steel core top. Self edge
laminate 29 1/16" high. Painted apron.
Tables to match Haskell desks. Laminate
and paint color to be selected.
23 Custom laminate top table w/ self -edge. Chrome 1
legs. Laminate to match Haskell desk
and table tops.
Table size: 48"x72"x36" high.
24 Haskell #CAR48309 Bi-level table w/ adjustable 1
keyboard platform. 48"x30". Table to
match Haskell desks. Laminate to be
specified.
EXECUTION:
INSTALLATION:
Install furniture and furnishings as per the provided plan,
complying with manufacturer's instructions. Set units plumb
-- and level.
ADJUST AND CLEAN-UP:
Verify that moving are operating freely. Clean exposed
surfaces and touch-up marred finishes or replace components
as necessary to eliminate evidence of damage or
deterioration. Remove all cartons, crates, and packing and
dispose of properly.
END OF SECTION
mhfurnsp.wps OFFICE FURNITURE AND FURNISHINGS PAGE-7
SECTION - STORAGE UNITS FOR BLDG., D.
GENERAL
RELATED DOCUMENTS:
Provisions of Contract, including General and supplementary
Conditions and Division-1 Specification sections, apply to
work of this section.
DESCRIPTION OF WORK:
Extent of storage units includes delivery and assemblage of
the units in B1dg.D.
Types of storage units required include:
Shelving.
Work Benches.
Storage cabinets and bins.
QUALITY ASSURANCE:
Manufacturers: Provide each type of storage unit by one
manufacturer for entire project.
SUBMITTALS:
Submit manufacturer's specifications and installation
instructions for each type of storage unit required.
PRODUCTS:
STORAGE UNITS: The following shall be supplied as specified
or equal by another manufacturer:
PRODUCT DESCRIPTION QTY.
EQUIPTO #3323 36"x43 1/8" cabinet w/ 96 1
2" high drawers.
EQUIPTO #3361 36"x43 1/ 8" cabinet w/ 28 1
4 5/ 8" high drawers
EQUIPTO #8501W parts containers (10 cartons 100
w/ 10 containers/carton )
22 3/8"L x 7"D x 11"W. Color:
white.
mhstorsp.wps STORAGE UNITS FOR BLDG. D. PAGE-1
EQUIPTO #1025 D82 Shelves.
39
5' high, 2' deep, 8' wide, Heavy duty
shelving.
EQUIPTO #9301 Rack end
12
P' 5' high by 2' deep.
EQUIPTO #2423-6 Open leg bench
2
p-. 6' wide, 33 1/2" high leg, 29" deep.
Constructed of 12 gauge steel.
EQUIPTO #2523-6 Open leg bench
1
6' wide, 33 1/2" high leg, 29" deep.
Constructed of 12 gauge steel.
EQUIPTO #8523 Little gem drawer trays
1
Flat bottom Type B; 16 adj. compartments.
EQUIPTO #220-2 Bench drawers
1
12 1/2" H x 15" W x 23 3/ 4" D.
Grainger Catalog #377
Tool Storage Systems:
Chest #50212 3 W 261
1
Cabinet #50108 3 W 262 Waterloo model
1
Grainger
502 E. 40th St.
Lubbock, Tx. 79404
(806) 747-3594
EXECUTION:
®., INSTALLATION:
Deliver and assemble in Bldg. D, complying with
manufacturer's instructions. Set units plumb and level.
ADJUST AND CLEAN-UP:
Verify that moving are operating freely. Clean exposed
surfaces and touch-up marred finishes or replace components
as necessary to eliminate evidence of damage or
deterioration. Remove all cartons, crates, and packing and
dispose of properly.
END OF SECTION
mhstorsp.wps STORAGE UNITS FOR BLDG. D. PAGE-2
(This page left blank intentionally)
TO:
NOTICE OF ACCEPTANCE
The City of Lubbock, having considered the proposals submitted and opened on the ,day of
199_, for work to be done and materials to be furnished in and for:
as set forth in detail in the Specifications, Plans, and Contract Documents for such work for the City of Lubbock;
it appearing that your proposal is fair, equitable and to the best interest of said City, please take notice that
said proposal was accepted by the City Council of the City of Lubbock on the day of 19$_ at
the bid price contained therein, subject to the execution of and furnishing of all contract documents, bonds, cer-
tificates of insurance, and all other documents specified and required to be executed and furnished under the con-
tract documents. It will be necessary for you to execute and furnish to the City of Lubbock all such documents
within ten (10) days from your receipt of this Notice.
The five percent (5%) bid security, submitted with your proposal, will be returned upon the execution of
such contract documents and bonds within the above specified ten (10) day period. In the event you should fail to
execute and furnish such contract documents and bonds within the time limit specified, said bid security will be re-
tained by the City of Lubbock.
CITY OF LUBBOCK
Owner's Representative
-44-
(This page left blank intentionally)