Loading...
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)