Loading...
HomeMy WebLinkAbout04-1968 r 1 S ,1 jlh SPECIFICATIONS FOR NEW FURNISHINGS FOR THE NEW DENTON CITY-COUNTY LIBRARY AND CARPET FOR LIBRARY AND MUNICIPAL BUILDING /t 34L i y^ PREPARED FOR THE CITY OF DENTON,'TEXAS M L M c + BY: WM. MCM. HAMMON O'NEIL FORD AND ASSOCIATES FURNISHINGS SPECIFIERS ARCHITECTS ~.1 A P l M 4 0 ~ BID x168-14-4 4 ' t ADVERTISED: April 91 1968 + OPENING: April 25, 1968 O O I . CERTIFIED COPY A Know all Men by those Presents: That MARYLAND AMERICAN GENERAL INSURANCE COMPANY, a corporo- ti- r, created by and existing under the laws of the Stole of Texos, of Houston, Texas, in pursuance of the authority set fault In Section 11 of Article V of its By-laws, from which the following is a true extract, and which Section has not been Emil i nor rescinded: The Chairman of the Board, the President or any Vice President mny, by written instrument under the ottested corporate seal, appoint attorneys. In-fact with authority to execute bonds, policies, recognizonces, stipulations, undertakings, or other like instruments on behalf of the Corporation, and may authorize any officer or any such attorney-in-foci to offix the corporate seal thereto; and may with or without cause modify or revoke any such appointment or authority," does hereby nominate, constitute and appoint- Ws__F• ChOpma_n,_Lernon King, r,, and Carroll Overton--, each with ful.l-_powsr to act one, of Avfitin.. State of Its Attorney s-In•Foct to make, execute, seal, and deliver on its behalf 'as Surety, and as its act and deed, any and all bonds, recognizonces, stipulations, undertakings, and other like Instruments. Such bonds, recognlzances, stipulations, undertakings, or other like Instruments shall be binding upon sold Company as fully and to all Intents and purposes as If such Instruments had been duly pxecuted'and acknowledged and delivered by the authorized officers of the Company when duly executed by any of the aforesaid attorneys in fact. In witness whereof, MARYLAND AMERICAN GENERAL INSURANCE COMPANY has caused these presents to be executed In its name and on its behalf and its Corporate Seal to be hereunto affixed and ottebted by its officers thereunto duly authorized, this a day of July , 19 0__, at Houston-.- , _ Texas ATTEST (CORPORATE SEAL) MARYLAND AMERICAN GENERAL INSURANCE COMPANY isigned) E I -As _Sti mpfir III By (Signed) John L. ,Joy Secroary V ce" President STATE OF TEXAS COUNTY OF HARRIS CITY OF HOUSTON On this _lst _-„-_--day of__ A. D., 19-45_, before the subscriber, a Nolc7ry Public of the Stole of _ Texai_ in and for Needs County duly commissioned and qualified, come _joys-Vks-Presldent__-_ and E, A. Stumpfo_11l, . _ Secretary, of MARYLAND AMERICAN GENERAL INSURANCE COMPANY, to me personally known, and known to be the officers described in, and who executed the preceding Instrument; and they each acknowledged the execution of the same; and, being by me duly sworn, they severally and each for himself deposed and sold thdt they respectively hold the offices in said Corporation as Indicated, that the Seal affixed to the preceding Instrument is the Corporate Seal of said Corporation, and that the said Corporate Seal, and their signatures as such officers, were duly affixed and subscribed to the said instrument pursuant to all due corporate authorization. IN WITNESS V` HEREOF, I have hereunto set my hand and affixed my Official Seal, at _Hovitgn Texas , the day and year first above written. )NOTARIAL SEAL) (Signed) _ AnrlaboI.Harris Notary Public My commission expires Join I, 1947 CERTIFICATE I, a Secretary_-- of the Maryland American General Insurance Company, do hereby certify that 1 hove campnred the aforesaid copy of the Power of Attorney with the original now on file among the records of the Home Office of t+ a Company onJ Ir, my custody, and that the some is a full, true and correct copy, and that the Power of Attorney has nor been revoked, amended or abridged, and is now in full force and effect. Given under m; hand as SeCntary and the Seal of the Company, at _.RwIlt9n. A. D., f9___. xr.. 12.1 -~cr +rary t CERTIFIED COPY Know all Men by Ihese Presents: Thor MARYLAND AMERICAN GENERAL INSURANCE COMPANY, a corpora- tion created by and existing ,,nder the laws of the Mate of Texas, of Houston, Texas, in pursuance of the authority set forth In Section 11 of Article V of its Bylaws, from %vhich the following is a true extract, and which Station has not been amerded nor rescinded "The Chairman at the Board, the Presiden~ or any Vice-Pkesident may, by written Instrument under the n,tested corporate seal, appoint attorreys• n-fact with authority to execute bonds, policies, recounizances, stipulations, undertakings, or other like instruments on behalf of the Corporation, and may authorize any officer or any such attorney-in•fact to affix the corporate seal thereto; and may with or without cause modify or revoke any such appointment or authority," does hereby nominote, constitute and oppc nt Woo F. Chopmon,_Yernon King, Jr.,_nnd Carroll Overton each with ful-I power to_act.alone, of Austin State of _ Texas Its Attorney s•In-Fact to make, execute, seal, and deliver on its behalf as Surety, and as its act and deed, any and all bonds, recognizonces, stipulotions, undertakings, and other like Instruments. Such bards, recognizonces, stipulotions, undertakings, or other like Instruments shall be binding upon said Company as fully and to all intents and purposes as if such instruments had been duly pxerufed *and acknowledged and delivered by the authorized officers of the ,ompany when rhrly executed by any a the aforesaid attorneys In fact. In Witness Whereof, MARYLAND AMERICAN GENERAL INSURANCE COMPANY has caused these presents to be executed in its name and on its behalf and Its Corporate Scol to be hereunto affixed and attested by its officers thereunto duly authorized, this day of . - July 19 65_,at Houston- Texas ATTEST: (CORPORATE SEAL) MARYLAND AMERICAN GENERAL INSURANCE COMPANY tsignedl E. A. Stumpf, III sy (Signed) John L. Jay Vice-Ptesident STATE OF TEXAS COUNTY OF HARRIS 37. CITY OF HOUSTON On this -4t dny of July_ A. D., 19. 65 , before the subscriber, a Notary Public of the State rf- Texas _ In and for Harris Cop.,rdy duly commissioned and clurslrtied, come John. L _jay, Yoe-President and E. A. $tympf, 111, Secretary, of MARYLAND AMERICAN GENERAL INSURANCE COMPANY, to me personally known, and known to be the officers described in, and who executed the preceding instrument; and they each acknowledged the execution of the some; and, being by me duly ryorn, they •iverally and ecch for himself deposed a, l said that they respectively hold the offices In said Corporation of indicated, that the Seal affixed to the preceding Instrument Is the Corporate Seal of said Corporation, and that the sold Corporate Seal, and their signatures as such officers, were duly affixed and subscribed to the sold instrument pursuant to all due corporate authorization. IN WITNESS WHEREOF, I hove hereunto set my hand and affixed my Official Seal, fit Houston , Texos_ the cloy and year first above written (NOTARIAL SEAL) (Signed) Anfe!_Ii4r71s_ Nolwy /ublk My commission expires June 1,1947 CERTIFICATE I, a SeCr/tCry_ of the Maryland American General Insurance Company, do hereby certify thot I have compared the aforesaid copy of the Power of Attorney with the nrigirol now on file among the records of the Some Office of the Company and in my custody, and that the some is a full, true and correct copy, and that the Power of Attorney has not beer revoked, amended or abridged, and is now in full force and effect. Giren under to, hand as $Ik -M fry and the Seal of the Company, of HMIQn-_ . Texas , this day of A. 1'ZY17Llst t~"{ , socr.r iY .M• 111411-11 t PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: that ,x... Inwrs s•r.e •rr~ der.e. ).s.l Oele.r aara.abel ABEL CONTRACT FURNITURE b EQUIPMENT COs AUSTINO TEXAS as Principal, hereinafter called Contractor, and, (Kars lasers As less) uw and .Tess of Bursa) IHA~tYLADiD;,4lf~)RICAti,,f N~RAL INSURANCI COHPANY HOUSTON$ TEXAS as Surety, hereinafter called Surety, are held and firmly bound unto Ix&aw ssi uar.m ar lea) uw w ow.ar) CITY OF DENTON DENTONO TEXAS as Obligee, hereinafter called Owner, in the amount of Sixteen Thousand Nine Hundred Forty and 56/100-----------------(=160960.56 )r for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, suc- cessors and snips, jointly and severally, firmly by these presents. WH4R9A5► Coattactot has by written agreement dated Ap r S 1 26 ► 1968 r entered into a contract with Owner for Catpst:s ingluding installation, for the Municipal Building, and,Clty"County Libt;ary. in wcordance with drawings and tpedficatlods prepared by )xare )...,s run ssr.., !tle sad seers.) I Wee NoMs Hammon and O'Neil Ford and AslocieteilI Arohit4eto which oontrsot is by reference trade a par. hereof, and Is hereinafter referred to as the Contract. I This conforms as A.f,A. Daevment rJr., A-71 t rrr SN 1•ti NOWT THEREFORE, THE COND17ION OF THIS OBLIGATION is such that, if Contractor shall promptly and t4thfully perform said Contract, then this obligation shall be null ant void; otherwise it shall remain In full force and effect. The Surety hereby waives notice of say alttratioo or paragraph) sufficient fund, to pay the cost of com- tttlrrtien oY lift Mid* by the Owner. pletion less the balance M the Commelt' price; but not Whenever Contractor shall be, and declared by Owner eecceding, including other costs and damages for which to be in default under the Contract, the Owner having the Surety may be lia.,le hereunder, the umount set forth performed•Owner'a obligations thereunder, tie Surpy in the first paragraph hereof. The term "balance , of the may promptly remedy the default, or shall promptly contract price; is used ih'this par&g"soh, shallf mean the total amount payable by owner to Contractor under 1) Complete the Contract in accordance with Its terms the Contract and any amendments thereto, less the and conditions, or amount properly paid by Owner to Contractor. 2) Obtain a bid or hlds for sub" Won to Ow ner for Any suit under this bond must be instituted before compleUag 4he,Coptract in ac;gc~s tce with its arms the expiration of two (21 yeara,f;oot the date on which and conditions, and upon detc+rmmatioa by Owner and final payment under the contract falls due. Surety of the lowest responsible ,bbidder• arrange for a , J contract between such bidder and Owner, and rhakt IQo sigh! of action shall accrue on this bond to or for tfva#ilgbl4 work progresses (even though there should the use of any person or corporation other than the be ■ ye a It br a succession of defaults under the con- Owner named herein or the heirs, executors, adminis- tract or contracts of completion arranged under this trators or successors of Owner, „ j. Siped go,, W0 t};tip r t 76tjv, . 1 40Y of r AIXAX. A.D. 1968* IN THE PRESENCE OF: ADEL. CON'WrT FURNHURE I 1 ' 6 EQUJP:vfENT CO,, Ifjr, If 016-CONGRESS AUSTIN, TEXAS 78/6I t~/r W /I 1 /11 ;r 11) I IN ?I k!S 'PrlACpol) ta.t# (rr ) HARTLAAND AMERICAN GENERAL INSURANCE COMPANY ba ('A) l ' 01 Y 1TL 'J MVI)Sweh) law) Ilttoraoy- n- act tsaul • L r PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS; that , Hare )aaart aame aa/ aNnM ar Mad 1)1)a ar Qaatrarlar) AM CMMT►ECT rUPHITUXE i EQUIPMENT COe AUSTIN* TXXAS as Princippaal, hereinafter called Contractor, and, )Nara In"m the )aaa) t)w and adrift ar at,,.v) Prv,i, tfi~AgcAN GocrItAt. INFURANC1 COMPANY as Surety, hereinafter called Surety, are held and firmly bound unto (New aa4 address er )aaa) We of Ovaar) CITY OF VITTClt DXNTON9 TEXAS as Obligee, hereinafter called Owner, in the amount of Sixteen Tb o u s a n d pins Hundred Forty aril S6/100•---•--••-••--•••••••••-•••-..•~ollars (S16s940936 )p for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, suc- cessors and resigns, jointly and severally, firmly by these presents. 'WH~t~LASr . Costae pt bas by Written A a p r 4 26 e fi d iu snept dakd 19 entered into a contract with dwner for Carptlts foalvait~ llr~at~illtitibas Hof t:b~ t[urt>~dtpa~ BuL~t¢iAlt and ttY*Cdyntjr in accordance with drawings and spec Smions prepared by (Nara Ioaart ran aaaaa, tku and aea.ni WW4 11640, 111spopo ~I(d 00144; lord sad Aseastatsss Arehitests which contract h by referenco made a part hereof, and is hereinafter referred to as the Contract. rhea eanranaa to A.f.A. Doeuman/ Ne. A411 XMA• toe a- A NOW9 THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if COntraCtol shall promptly and faithfully perform said Contract, then this obligation shall be null and void; otherwise it shall remain to full force and effect. The Surety hereby waives notice of any alteration or paragraph) sufficient funds to pay the cost of corn- extetrsion of time made by the Owner. pletion less the balance bt the eotarict price; but not Whenever Contractor shall be, wnd declared by Owner exceeding, including other costs and damages for which to be in default under ine Contract, the Owner having the Surety may be liable hereunder, the amount set forth performed Owner's pbligations thereunder, the Surety in the first paragraph hereof, The term "balance of the may promptly remedy the default, or shah promptly contract price," as used is this` paragraph, shall mean the 1) Canpkte the Contract in accordance with its terms total amount payabie by Owner to Contractor under the Contract and Any Amendments thereto, Iess the and conditions, or amount properly paid by Owner to Contractor. 2) Obtain a bid or bids for submissigrt to Owner for Any suit under this bond must be instituted before completi the Contract in accordance with its terms q the expiration of two (2) yeas from the date on which and conditions, and epon determination by Owner and final payment under the contract falls due. Surety of the lowest responsible bidder, arrpnge for a contract between such bidder and Owner, and make No right of action shall accrue on this bond to or for avii}abk as work progresses (even though there should the use of any person or corporation other than the be a default bra succession of defaults under the coo- Owner named herein or the heirs, executors, adminis. tract or contracts of completion arranged under this trators or successors of owner. + I I Signed and sealed this . 2 b th . day of April A.D. 19 6 6 • IN THE PRESENCE OF., ABET` Crtrl l R f n , u^tg i & EQUiPM'.' i' A16 COtIGrr~ S AUSriN, TEXAS 7cii67 Ky'{ r/l. li 1 ail lit I i!)ll~ I,iS ~ (lrlncpop t t (3ride) MARYLAND ANIVICAN 4LN9RAL INSURANCT COMPANY 1 PERFORMANCE BOND LNOW ALL MEN BY THESE PRESENTS: that ,Nm sasmrt a.mma.ad mddrsw mr Imcal title of Coatr.mt..) ArEL CONTP.ACT FURNITURE i EQUIPMFNT COs AUSTIN, TEXAS as Principal, hereinafter called Contractor, and, imam sm." w kw two mad Wrmr of aarmtrl XA.RTLokV0.,A)fP1ICAN ONNIRAL INSUR,ANCS COKPANY it HOUSTON, TEXAS as Surety, hereinafter called Surety, are held and firmly bound unto iNaa,m mad surasm or Iasi twm .r owa..) CITY OF DENTON DI'NTON, TLXAS as Obligee, hereinafter called Owner, in the amount of sixteen Lioueand Nina Hundred forty and 56/100rrrrrrrrrrrrrrrrrwrrrrrrrrrrrrr-Aolian ($16,940.56 for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, We- c-ssors and assigns, jointly and severally, firmly by these presents. WHOR ASr Contractor has by written agreement dated Apr! 1 266 19 69, entered into a contract with Owner for Ca~p~ ia4X>} fns '>~A;tall~t>ktogs for the Municipal Ruildlop estd ~C,tty~t:glsatF >;ribr~ttrr• , . , , In accordance with drawings and speeiAcations prepared by (Nan insert run aasim, tide mad address) VMS.1ltaliKa Hams*& anO WNW Ford aad Assodiatose AK4hitoot4' which contract Is by reference made a part hereof, and is hereinafter referred to u the Contract. rhea cenlame h A.I.A. Do"m t N*. AJ11 %MA-50.6• A 7trl c•`'?itY NOW, THEREFORE, THE CONDITION OF THIS OHLIOATION is such that, if Contractor shall promptly and faithfully perform said Contract, then this obligation shall be null and void; otherwise it sha". remain in full fora and effect. the Surety hereby waives notice of any alteration or paragraph) sufficient funds to pay the cost of eom- extension of ti** made by the Owner. plelion less the halanet of the coAtraa price; but not Whenever Contractor shall be, and declared by Owner e`ceeding, including other Eosls and damages for which to be in default under the Contract, the Owner having the Surety m: y be liable hereunder, the amount set forth performed -Owner's obligations thereunder, the Surety In the first paragraph hereof. The term "balance of the may promptly remedy the default, or shall p?omptly contract price," as used in lhis paragraph, shill mean the total amount payable by Owner to Contractor under 1) Complete the contract in accordance with its terms the Contract and any amendments thereto, less the and conditions, or amount properly paid by Owner to Contractor. 2) Obtain a bid or bids ;or submission to Owner for Any suit under this bond must be instituted before completing the Contract in accordance with its terms the expiration of two (2) years from the date on which and conditions, and upon determination by Owner and final payment under the contract falls due. Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make No right of action shall accrue on this bond to or for ay1ilabk as wprk progresses (even though there should the use of any person or corporation other than the be a default 6r a succession of defaults under the con- Owner named herein or the heirs, executors, admiois- tract or contracts of completion arranged under this baton or successors of O,vnea ;a I: 1 Signed and sealed this 2 6 th a day of Ap r L 1 A.D. 19 6 8 • 'r 1,1 H! ' I I' 11 1 , IN THE PRESENCE OF: ' ABEL C0N nCT IU?N!TIRE d, EgUIFlvS IJr co., ING. 7116 coN(,Iu.ss TUA$ Idli~7 limp Y/'V/ 1 1 !ii i!) ! IIE,~i k~{i 71 SUN, (PrGtellw!) J 7,L' - I ~ r Zc(` ( TO 1141 ) MARYLAND AMI R C 1! 91NZRAL N MPAVY l.>,I-1S I~.f )l t seen) t 'a A, JJ Wool ttolrlna7• n- act tltgAO PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS; that ,Freya kow nacre sad aurwe or jam) wit araentr",er) Aat1 cnxiwy rupxtTURr a 9QvIVmXH? CO* AUSTU-0 Y}X:f as Principal, hereinafter called Contractor, and (Hard insert uw )apt Ude anti auran of tarety) NAXAlsip: *~AVtCAH 179111C1tAL INVURAN0 COMPANY f . XCG9 olio TEX40st as Surety, hereinafter called Surety, are held and firmly bound unto iaaw and addrm K )..a) wk ad own") MY ~:!p I'VAITOX 07141cSe T[XAP.. as Obligee, hereinafter called Owner, in the amount of t I z t e o n T h a o s s n el X l n e a n d tr er d Forty And 5611UUrrwrrrrrrrrrrrrrrrrrrrrwrrwrNw-Dollars ($16,940,56 for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, suc. cessors and assigns, jointly and severally, firmly by then, presents. W1AREAS r Apr >I~ C:oatractur has by written aarwtx%t dated 19 , entered into a contract with Owner for catrpsta IsoludIts+N fnatallatiens Fey the Hatle lpiri ibutldtnr artd CltY"couttt Ltbtrtt!'~. , Irt sceordance with drawings and specifications prepared by (more tneert ran aanK uud and addren) Ilia, r44 I'lawmatt aid O'Nalk Fard sea Aaao4fsteas krebilloots which contract Is by reference made a part hereof, and is hereinafter referred to as the Contract; rhia cenlerraa to A.I.A. Veeumani No. A-311 XW.14Ia• A 1 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is Such that, if Contractor shall promptly and faithfully perform said Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Suety hereby waives notice of any alteration or paragraph) sufficient funds to pay the cost of can- extension of lime made by flit Owner. pletion less the balance of the contract price; but not Whenever Contractor shall be, and declared by Owner exceeding, includ+ng other costs and damages for which to be In detauh under the Contract, the Owner having the Surety may be liable hereunder, the amount set forth pelformed ONnet's obligations thereunder, the Surely in the first paragraph hereof. The term "balance of the contract price," as used in this paragraph, shall mean may promptly remedy the default, or shall promptly the total amount payabie by Owner to Contractor under 1) Complete the Contract in accordance with Its terms the Contract and any amendments thereto, less the and conditions, or amount properly paid by Owner to Contractor. 2) Obtain a bid or bids for submission to Owner for Any suit under this bond must be instituted before canpletlo the Contract in accordance with its terms and corAtiorm and upon determination by Owner find the expiration of two (2) years from the date on which Real payment under the contract falls due. Surely of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make No right of action shall accrue on this bond to or for 11*1 b as wprt progresses (even though there should the use of any person or corporation other than the 6: si default 6r a succession of defaults under the con. Owner named herein or the heirs, executors, adminis- tract or contracts of completion arranged under this twors or successors of Owner. I, I Signed and sealed this 2 ti t h . day tf it o r II 1 A.D. 19664 IN THE PRESENCE OF: f O t I! r AI V k16 CO'' ;i<'~ AUSL (rrnc/rrrl act..,, ~ (Tlrfa) tt 1/ s MAAYLAUD A149111CAL A> RIIAL 1K5;0P CV COM?APY HOVI)SAIrery) (001) ee -1 LABOR AND MATERIAL PAYMENT BOND,' THIS BOND IS ISSUED SIMULTANEOUSLY wITH rz"oxuANcz BOND IN FAVOR Of THE OWNER CONDITIONED ON THE FULL AND FAITHFUL PY.RFOXXANCE Of IMS CONTRACT KNOW ALL MEN BY THESE PRESENTS: that Mara Wien name aag addrw e► InO We of Contractor) ABEL CONTRACT FURNITURE b EQUIPMENT CO. AUSTIN, TEXAS as, Principal, hereinafter called , ocf pal, and, otwo laws- &be MW UU*"A,"Utrear of aaragl Maryland American General Insurance Company Houston, Texas fklr sr Surdy, bereinaher catkd Sprety, are held and 5rmly booed Onto rxam .w adr'aw 4. LaI of 0"01', City af, DA:n oss Denton$ Texas, . ~ r as Obligee. bereinafter called Owner, for the use and beaebt of claimant: as berei#elmy dcAno, ia,ttle amount of S'IiTEEN THbUSAtiD NINE ZtUNDi;fin' I00RT Jot", (Hwe hurt a sum equal to at Icast one-half of 40 awyt!MI t+r1Mi 1944 56 for the payment whereof Principal and Surety bind themtelm, their loin, ezwukm,- admieWaton, tow ctsaort and assigns, jofntty rand >tevs±rally, firinty by thes c prest:ots Principal bu by WrittICA Ar49*tlt 44W 'r`il ° Z 6 19 68 , egttrod into *,contract with Owner for Carpet, iticiudini in t'aftatt a', ' far the, Muhicipat Building { an¢ .C~xty-County Library. Its tccordancc with dr0wings' add s"ptcificatlon, prepared by (*t r4 +.eA1 ten twj jej .ie►iirl` WmT HCH& lfamtno}) ~ ~iqd "6'1ab 1 Ford and Associdtipr Arbhit:dcti'a which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. Thle aonhoss w A.I.A. Clocum"t No. AJII %M A-10 9S-1 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Principal sban prompdy make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the Contract, t'sen this obligation shall be void; otherwise it shall remain in full fora and effect, subject, however, to the following conditions: 1. A claimant is defined as one having a direct con. accuracy the amount claimed and the name of the party tract with the Principal or with a subcontractor of the to whom the materials were furnished, or for whom Principal, for labor, material, or both, used or reason- the work or labor was done or per(ormed. Such notice ably required for use in the performance of the coatraet, shaft be served by walling the sime by're`istered mail' labor and material being construed to include that part or certified mail, postage prepaid, in an envelope ad- of water, gas, power, light, heat, oil, gasoline, telephone dressed to the Principal, Owner or Suret;, at any place service or rental of equipment directly applicable to the where an office is regularly maintained for the trans- Cootract. action of business, or served in any manner in which legal process may be served in the state in which the 2. The abooe oar" Principal and Surety hereby aforesaid protect Is boated, save that such service need jointly and severally agree with the Owner that every nbt be made by a public ofta. claimant as herein defined, who has not been paid in b) After the expiration of one (1) year following the full before rho expiration of a period of ninety (90) date on which Principal ceased work on wid Contract, days after the date on which the last of such clalmant's it being understood, however, that if any lamitadon em- work or labor was done or pea formed, or materials were bodied In this bond is prohibited by any law controlling furnished by such claimant, may sue on this bond for the construction hereof such limitation shall be deemed the use of such claimant, prosecute the suit to final to be amended so as to be equal to the minimum period judgment for such sum or sums as may be Justly due of {imitation permitted by such law. claimant, and have execution thereon. The owner shall not be liable for the payment of any costs or upst" e) Other than in a state court of competent )orlsdic ion of any such suit in and (or the county or other , t o0 of the state ln,whkh the profit, or y l =1 I ilt%tKeYeo[, is 3. No suit or action shill he commeoced hereunder ' situated, 'or is thek&kz States Diatriax Court for the by Pay, OWmont: d of, In abd W"- he elsewprr OF "Y ~ "fa :1! ' a) Lztess claimant, other than one having a direct situated contract with the Principal, shall have given written 4. The amount of this bond shall be reduced by and ttodre SOAPY two, Qf. the following: The Principal, the to the extent of any payment or payments made In good Owrifl. cf ~ SuRcly, jappyq named, within ninety (90) faith hereunder, Inclusive of the payment by Surety of day} ver such claimant did or performed the last of mechanics' liens which may be filed of record against the work or labor, 6e turaMW the last of the makrfais said impt64rit'Mt, whtttfe't bf not blairti f4 the' Ittlolibt for which said claim Is made, stating with substantial of such lien be presented under and against this bond. r•r!!,r f 4 lr" i i. i , i ' , ; r , . ~ , G 1 l: LI N , r; • . !J L ' : ~ i l r r t i_ l i U C , r , ' i l : ~ ; : . Signed and sealed this 2 ¢ k 1a l day . of., : April AD, 19 6 8 . IN THE PRESENCE AF: 1 i' ' ' "+Vz t(r►rn~ryr) te..ti a ~Ttt:orne.Y n-Fact tdRat s LABOR AND MATERIAL PAYMENT BOND THIS BOND IS ISSUL'D SIMULTANMUSLY WITH PERFORMANCE BOND IN FAVOR OF THE OWNER CONDITIONED ON THE FULL AND FAITHFUL PERFORMANCE OF THE CONTR/ M KjV c t BIY19 THESE t a EiiK i uii~c o lawn Ram aSd►ssa or lsaal ttw of Coatraetor, AUSTIN, UX,&S as Principal, hereinafter called Principal, and, (Hm lawn the le"I utle a.d afddrm of Bursts) I matyladd Mgrioats tansrsl iasuranoa Conpnpy Mauston$ Tax&$ ' a!p`py.,'rep , rejoaftdr c0od Surety, are held add fifmly booed unto t116tM Sall adelNu W tat.dl 41da a o,t:.n tL1 t< ► "~lt~ptl: i,r:;, I ; - ..rr I t►aatods Taatsa . as Obligee, hereinafter called Owner, for the usit and beviot of plaupaq{; as heSeigbelaw lic*ds JAIthe ' 'Sixi'>1:1f'fk X}tOIySAZA't~ 1dtlFi ~'lillf►Rf![i 1►UKTY ys~~ ; ')t amount of "9 d 1 IHm Sasser s sam pawl to at lssat oas-Wr or,ILs raQpty,sl a!Nlsl for the payment whereof iPrincipal and Surety bled themselves, their help, e:ecuton, administrators, vrv cessoes • and I s ost s, )olntly; add sevlrall , firmly by :e prwpp , . Pcii Wl 11u, by !t+ritef~ RlftuS ,d+► alp t l t 2 4 • 196 0 egtered Into a,contract with Owner for CaePatal itrettadita0 ttttsttilaftit'tas'Yer this ftelatyat Isiidiar and CitydsCovotr Library. rr; Id 666&dake with de in# sl5'd i` *Olksitktds 000ordd by' (*414 fosik Nd asssk`" ►:d'a6klirf a a ; , 4'] i f ~u7+.'; ~ ~ -,,i- I• ~ I rr. 'Ira ~ r, '3'! w+Ma ,KaM♦ f!taoaoo ata4 Oaxssi ]For* aaI' AnttalataS Altblttttd~ '1'•.'! t rj W-11 V4/11r, 'f which contract Is by reference made a part hereof, and Is hereinafter referred to as the Contract. . i;r• I'.':r. r', ( ,Full I l~' 1. _ r ~ t, r,, '1; .''r , i u;rrr 1 i, ;tl r„ iir yf i•. l .i'. ~ h: 1: r,t ; r i~ /.lill,• tPlNll"IKI tall {.11.1IiIIf'.rr III 1Hf' ~4! tt'Vllrl',• I, 'Cii !'r''4 frllU'll'+, ~1r~ i~ il) •il' ~ rhos conromna to A.P.A. Document No. A•]it XMA•20aa-1 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is Such that, if Principal Shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the Contract, then this obligation shall be void; otherwise it shall remain in full fora and effect, subject, however, to the following conditions: 1. A claimant is defined as one having a direct con- accuracy the amount d4imed and the name of the party tract with the Principal or with a subcontractor of the to whom the materials were furnished, or for whom Principal for labor, material, or both, used or reason- the work or labor was done or performed. Such notice ably required for use in the performance of the egntract, shall be served by mailing the sane by registered mail labor and material being construed to include that part or certified mail, postage prepaid, in an envelope ad- of water, gas, power, light, heat, oil, gasoline, telephone dressed to the Principal, Owner or Surety, at any place service or rental of equipment directly applicable to the where an office is regularly maintained for the trans- Contract. action of Ausiness, or served in any manner in which legal process toay be served In the state in which the 2. The above named Principal add Surety hereby aforesaid project is located, save that such service need jointly and severally agree with the Owner that every not be made by a public officer. claimant as herein defined, who has not been paid in b) After the expiration of one (1) year following the full before the expiration of a period of ninety (90) date on which Principal ceased work on said Contract, days aft i the date on which the last of such claimant's it being understood, however, that if any limitation em. work or labor was done or performed, or materials were bodied in this bond is prohibited by any law controlling furnished by such claimant, may sue on No bond for the construction hereof such limitatloa shall be deemed the use of such claimant, prosecute the suit to final to be amended so as to be equal to the minimum period judgment for such sum or sums as may be justly due of limitation permitted by such law. claimant, and have execution thereon. The Owner shall not be liable for. the payment of any eosta or expenses e) Other than in a Stan cm. of compeosat jurisdiction of any such suit. in and for the county or other pohU;al suboivisioo of the state in which the ,project, 4 6y ¢ "thereof, Is 3. No suit or action shall be commenced hereunder situated, or in the, Uttittd to bi:trict Court for the by any clairnqat; distrim in whkh the project, W any pan Q~s~i , is a tuatt , and not etsew 6. a) Unless claimant, other than one having a direct contract with the Principal, shall have given written 4. The amount vi this bond shall bt reduced by and notice to any two of the following: The Principal, the to the extent of any payment or payments made in good Owner, or tht Surety above named, within ninety (90) faith hereunder, Inclusive of the payment by Surety of days. after such claimant did or performed the last of mechanics' liens which may be filed of record ageitat the work or labot, d' furnished the Iasi of the materials 'said lAprdivt tent, whethet oe 69 ti df fc* the`Aftlbtftlt for which said claim is made, stating with substantial of such lien be presented under and agsinat this bond. SiVM , 1 mAd sealed this 2 s 6 t b • day of, Ap„>,1 A.D. 19680 IN THE PRESENCE OF: ABEL CONTRACT FURNITURE EQUIPMENT CO., INC4 4113 CONGRESS ll I rii r i+1 11!; ~I i,ls' lLAUSTIN, 1NA3 78M (Prindp i) caw) / pi, (Tit 4) r. i . Y.' .1,.. Yr• ,iY V. i 7.,'ri~. 1 r: nft i. I~, C i3t) !S U I) V1 `~J.R~'-A►~P,~~iRl~r11 Y 1. ~1s~~R4T~~ipEUnQ~ conir~►l~Y cn ,"T" c LABOR AND MATERIAL PAYMENT BOND THIS BOND UI ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND IN FAVOR OF THE OWNER CONDITIONED ON THE FULL AND FAITHFUL PERFORMANCE OF THE CONTRACT Kj"'ll -C%MEN BY THERE 3RSENT:that (m inmi ~....t.rm.. w*w tiw.r ea.kKwr) sQurVHRNT CO. AUSTINe TEXAS as Princippal~, hereinafter called Princjpal, and, IHen Iaeort w low uue aaa address at aerov) 1latyl1id American Canaral insurance Company Houston, Ttza• as rety, Vr+einafter called Surety, are held end firmly bound unto mare amw aearnr or i.ed wA e ors") Cty o Denton Des tons Taxis a Obl*e, hereinafter called Owner, for the use and beneat of 0awants a$ bereip~ekrw {k + in the amount ofgtXTREti T11010SA11'D Nt91 9UPDRRO VORTY if4/&Ls (t3 944exd IHen Insert a .aa pool to at foot one-lalr of lle emHlrNl prlgq for the payment wbered PriocW and Surety bind themselves, their helm, executon, adriMstrttors, filler eessors and asslirs, JoIntty and severally, firmly by these pressp4t. pr*P' 1 ham, ~y wtitto, W,4elgetlt rd4Art i 'Ras 1%$ , "tired Into a,contract with Ow ►er for CarpetF+ int:luding' 1tt6tk1liti6ih; fer thid Nunicipal Iuildin'g' sad City-County Library. in a0dblydaace? with dttwin a' add speeifications'prTred by laird wart ton u.4 efa. 1am1 AaaNi.1 I Na• Hello itammovi and O'Neil Teltd d6d,Aahosista#0'Atohttidty# 1r f i , ' which contract is by reference made a part bereof, and is hereinafter referred to as the contract. ~,•JI' iliLhl i'K4 Ill) m,tlf; llII'A r Ifni "f'l I('J 111;;• 1'. l~l".d; ~rIJ'i',..'~j i..' , This conforms oe A.I.A. Deeveiene He. A•311 RMA•20ee•I NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Principal shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the Contract, then this obligation shall be void; otherwise it shall remain in fun force and effect, subject, however, to the following conditions: 1. A claimant is defined as one having a direct con- accuracy the amount claimed and the name of the party tract with the Principal or with a subcontractor of the to whom the materials were furnished, or for whom Principal for labor, material, or both, used or reason- the work or labor was dor.e or pe;formed. Such notic~ • ably required for use in the performance of the ccotraet, shall be served by mailing the same by registered aw labor and material being construed to include that part or certified mail, postage prepaid, in an envelope ad. of water, gas, power, light, heat, oil, gasoline, telephone dressed to the Principal, Owner or Surety, at any place service or rental of equipment directly applicable to the where an office is regularly maintained for the trans- Contract, action of business, or served in any manner in which kgal process may be served in the state in which the 2. `The above named Principal and Surety hereby aforesaid project Is located, save that such service need jointly and severally agree with the Owner that every not be nude by a public oAlt'er. claimant as herein defined, who has not been paid in b) After the expiration of one (t) year following the full before the expiration of a period of ninety (90) date on which Principal ceased work on uid Contract, days after the date on which the last of such claimant's it being underooud, however, that if any limitation em. work or labor was done or performed, or materials were bodied in INN bond is prohibited by any law controlling furnished by such claimant, may sue on this bond for the constmetion hereof such limitation shall be deemed the use of such claimant, prosecute the suit to final to be amended so as to be equal to the minimum period judgment for such sum or sums as may be justly due of hmitmioa permitted by such law, claimant, and have execution thereon. The Owner shall noa to liable for the payrneol of any costs or expeaW c) Olher than in a slat. court of contpeleal jrrisdledoe of any such suit. In and tot the county or other politifal su"ioo of the state in which the project, of ~y part db&eof, Is 3. No suit or action shall be commenoed hereunder situated, or In the: united slates District Court for the 4 Puy cwm#et: district In which the project, or any pact thereof, is situated, and not elsewhere. a) Unkas claimant. other than one having a direct contract with the Principal, shall have given written 4. The amount of this bond .ball be reduced by and notice to any two of the following: The Principal, the to the exxot of any payment or payments made in good Owner, or thb Surety above named, within ninety (90) faith hereunder, Inclusive of the payment by Surety of days, after such claimant did or performed the last of mechanics' liens which may be filed of record against the work or labor, nr furnished the Ide of the *Weriall aid (MOWtal6ht. whethet bf lion Maim foie the` Woottat for which sec?d claim is made, stating with substantial of such lien be presented under and against this bond. . Signed and sealed this 26 day of, ApJrXi A.D. 1968. IN THE PRESENCE OF: AVL U,r4sIi1lCi fURMIURE 6 FQU+, Erir CO., INC. $16 COW'i+ [SS f l' li ! J!i / I.; ! ril i~ISi cal x-, AUSTINtJJAA3 7AM (lnc~lpaf) (owl r 1; , ANY toraey a• aeg LABOR AND MATERIAL PAYMENT BOND THIS BOND 16 ISSUED SIMULTANEOUSLY WITH rERrORIfANCE BOND IN rAVOR Or THE OWNER CONDITIONED ON THE FULL AND tAITHrUL rERrORMANCE Or THE CONTACT KNOW ALL MEN BY THESE PRESENTS: that tam laoort cams aad oaarooa or Iasi uuo of coatrartm) AAZL CONTRACT /UIX11011 L xquiRKiNt Coo AUCTtwo TgJAZ as Principal, hereinafter called Principal, and, (Hen loser Lk real uuo and oaer« of aarots) , "Giltdai hairless demersl lasursaas ce"Pa sy 1sastoa, Toslfts as Surety, hereinafter called Surety, are' held sad firmly bound unto (flaw ist S"44 or kw tfetr'so o0 w1 et tr .t sarld* : ~ , . , , , , D**1660 irk*10 as Obligee, Weinafter called Owner, for the use and bmebt of flaimaby 1u ~geia0eiow 04pcd,.ia.the 1dusAlid llTltx amount .1`0 RSR r lT ~ ~ ~IQ ~ , I~in (Here faun a ram equal to at Iwl on*-Wt of *0 6""S for the payment whood Principal and Surety blad thetaUIV", thelf hein, executors, adadnlstrason, we- ceason and assigns, jointly the tev&ally;`}1rtrlty by *It, prfssals,, Pr*po ti", by. Oikn,' t V"Wpi "W 19 pgtgred intg,;,contract with Owner for Qartot; ' i9ollldiot '!II'itulilt 4:4,'U r lbol, Mdili1041 Rvildlilf and Ctt7mC6 faty Librsryo Id U6&dante' With d iltgs< afid -111kati6k prepared by tMir+ look hu'ra'rw,'ba! lot'aadroW We* 016196) %460'01kdad 8"Nall lord sltrd ARIIAdIdtaM~ Atdltitditrr~ Which contract Is by reference made a put ]hereof, and is hereinafter reterred to :a the Contract. ,I 'i,., 'il II I.~ I . 'i I. < i I I, 1~ ; .1.. 1. li :t 111J i i'~•. IIis N11. f)rF IiI1 rlli)Ii111Y This eonrems to AJ.A. Coewmmt Me. A.311 XMA.2oee•1 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is Such that, if Principal shall promptly make payment to all claimants as hereinafter defined, for all labor and material used of reasonably required for use in the performance of the Contract, then this obligation shall be void; otherwise it shall remain in full force and effect, subject, however, to the following conditions: 1. A claimant is defined at one having a direct con- acourscy the amount claimed and the name of the party tract with the Principal or with a subcontractor of the to whom the materials were furnished, or for whom Principal for labor, material, or both, used or reason- the work or labor was done or performed. Such notice 'ably required for use in the performance of the contract, shall be served by mailing the same by reglsteied mail labor and material being construed to include that part or certiW mail, postage prepaid, in an envelope ad- of water, gas, power, tight, heat, oil, gasoline, telephone dressed to the Principal, Owner or Surety, at any place service or rental of equipment directly applicable to the where an office is regularly maintaint:.f for the trans- Contract. action of business, or served in any manner in which legal process may be served in the state in which the 2. The above named Principal and Surety hereby aforesaid project is located, save that such service need jointly and severally agree with the Owner that every not be made by a public officer. claimant as herein defined, who has nut been paid is b) After the expiration of one (t) year following the full before the expiration of a period of ninety (90) date on which Principal ceased work on said Contract, days O et the date on which the last of such claimant's it being understood, however, that if any limitation cm. work or labor was done or performed, or materials were bodied in this bond is prohibited by any law controlling furnished by such claimant, may sue on this bond for the construction hereof such limitation shall be deemed the use of such claimant, prosecute the suit to final to be amended so as to be equal to the minimum period judgment for such sum or sums as may be justly due of limitation permitted by such law, claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or-expestaes c) Other than in a state oourt of competent *Wiaion of any such suit. to and for the county or other political subdivision of the state In which the project, of My part thereof. $ No suit or action shall be commenced hereunder situated, or In theV[l alttetdStSttates District Court for the by say claimant. d III who lsewha! . or: ry pan, !ilWwl le Iltua , i6d rent e a) Unlen claimant, other than one having a direct contract with the Principal, shall have given written 4. The amount of this bond shall be reduced by and notice to any two of the following: The Principal, the to the extent of any pA,+ment or payments made in good Owner, or the Surety above named, within ninety (90) faith hereunder, inclusive of the payment by Surety of days after such claimant did or performed the last of mechanics' liens which aaay be filed of record against the work Or hbor, alt' furnlabed 1]e list of the ns►tetlab "bald ldipr64nktit, whethtt,6e belt,titiN► for the, ant 61. for which said claim Is made, stating with substantial of such lien be presented under and against this bond. Signed and sealed this < tt k • day 'Of, A 9 r ! 1 A.D. 19 e IN THE PRESENCE OF: ABEL CONTRACT FUP.Niruae 6 EQUIPMENT CO., iNC. 416 CONGRESS !I f Jl! / ill I M /1 141 ~1 ;''1Z +AysT$N,TIEAW 7.3767, (Principal) low) !4, xI~aY1.A11a, H~Rt to ' ~~~E~~,9nr'~,t4~y~i +4r~~'~~.x f V TT t h ~t~ (nil RIF i 1 I i Page 1 of 42 TABLE OF CONTENTS ADVERTISEMENT FOR BIDS: FURNISHINGS SECTION I: INSTRUCTIONS FOR BIDDERO SECTION II: SPECIFIED MANUFACTURERS SECTION III: GENERAL CONDITIONS ti SECTION IV: SPECIkL CONDITIONS SECTION V: GENERAL SPECIFICATIONS :ECTION VI-A: BID PROPOSAL FORMS AND SCHEDULE OF FURNISHINGS SECTION VI-B: PROPOSAL FOR CARPET IN LIBRARY AND MUNICIPAL BUILDING SECTION VI-(B): ALTERNATE CARPET FOR LIBRARY AND MUNICIPAL BUILDING SECTION VI-C: LUMP SUM CONTRACT PROPOSAL FOR. FURNITURE LIBRARY BUILDING AND CARPET FOR LIBRARY AND MUNICIPAL BUILDING BID /68-15-4 ADVERTISEMENT FOR BIDS ADVERTISEMENT FOR BIDS: FURNISKINGS Page 2 of 42 SEALED PROPOSALS in duplicate will be received in the office of the Purchasing Agent for the City of Denton, Denton, Texas, until 2:00 P.M., April 251 1968. Bids will be opened and publicly read aloud at that time for furnishings for the a new Denton City-County Library and Carpet for Library and Municipal Building, City of Denton, Texas. The contract specifications are on file in the office of the Purchasing Agent of the City of Denton, City Hall, Denton, Texas, where they may be examined and where copies may be obtained. Each proposal shall be accompanied by a certified or cashier's check or bid bond for not less than five (52) percent of the amount of the proposal made payable to the City of Denton, Texas as a guarantee that the bidder, if awarded the contract, will fulfill the terms of the contract. The Council of the City of Denton reserves the right to reject any or all proposals, and to waive all formalities. Proposals shall be marked: Proposal of , Contractor Address ' For furnishings for the new Library Building and Carpet for the Library and Municipal Building for the City of Denton, Texas. Purchasing Agent City o! Denton, Texas TIDE NEW DENTON CITY-COUNTY LIBRARY Page 3 of 42 SECTION I: INFORMATION FOR BIDDERS Sealed bids for new furnishings as specified herein shall be submitted to the office of the Purchasing Agent, City Hall, Denton, Texas, not later than 2:00 P.M., C.S.T., April 25, 1968, at which time they will be publicly opened and read. All bids, in order to qualify for bidding, shall be submitted on the forms in- cluded in SECTION VI of this specification. Bids may be rejected if they show any omission, alterations in wording, conditional clauses or irregularities of i any kind. Prior approvals, which have been given in writing according to the j provisions of this specification, shall be noted clearly. Award of contract shall be determined by the City of Denton and its Architects, and will be made only after a reviiw of all bids is made to determine the accuracy of the bid and the qualifications of the bidder. Any bid not physically in the hands of the Purchasingigent of the City of Denton or his authorized agent by the time stated above shall be returned to the bidder unopened, and shall noG qualify for bidding. All references to brand names and model numbers in the accompanying specifications are intended to be descriptive, not restriecive. Substitutions of itemst submitted in the manner described in the GENERAL CONDITIONS will be considered. Bidder is cautioned to review this manner of substitutions as well as the PRIOR APPROUL requirements. Samples of items to be considered for substitution to the specifications shall be submitted NOT LATER THAN SEVEN DAYS prior to the bid opening. Page 4 of 42 Bids must be accompanied by a bid bond certified check, cashier's check, or cash in the amount of 5% of the total bid figure. Bid proposal shall be execu- ted by a surety company authorized to do business in the State of Texas. Bidders bidding exactly as specified without deviation need not fill in the ' name of manufacturer on the BID PROPOSAL FORM. This qualification is re- quired for each APPROVED substitution; and the bidder will be disqualified if this requirement is not met. In submitting a proposal, bidder agrees to accept a contract incorporating all the provisions of this specification. Failure to do so shall result in for- feiture of the bid security. Prices submitted on bids must be guaranteed for a period of thirty days (30) from the date of bid opening and bidders shall guarantee that installation of all items will begin NOT BEFORE June 1, 1968, and NOT LATER THAN August 1, 1968. THE CITY OF DENTON reserves the right to reject any and all Was or any part thereof, and to waive any technicalities or formalities in the bidding in the beat interest of the CITY. Bids shall be addressed to: John Marshall Purchasing Agent Municipal Building Denton, Texas Clearly marked on the outside of the envelope shall bet Bid 068-15-4 Denton City-County Library Denton, Texas Open: 2tOO P.M., April 25, 1968 SECTION II: SPECIFIED MANUFACTURERS Page 5 of 42 The following manufacturers have been included in this specification. Refer to INSTRUCTIONS FOR BIDDERS, Item 05, regarding substitutions. Items for this specification have been selected on the basis of design and de- tail, as well as quality. Bidders considering requesting approvals for substi- tutions must be willing to contact the manufacturers listed below for informa- tion. The City of Denton and the Architect will not be held responsible for delays due to failure to obtain such information. It is the intention of the owner that the specified items be bid; however as stated elsewhere in this specification substitution will be considered; subject to prior aFproval. All manufacturer specified shall have actually been engaged in the manufacture of office and library furniture and equipment, and written evidence may be required by the Owner. MANUFACTURER ADDRESS C.I. Designs 230 Clarendon St. Boston, Maas. 02116 Attn: John Woodard 617-KE6-1058 Harter Corporation Sturgis, Michigan 49091 616-651-3201 Mr. Jim Hildreth, Sales Mgr. Art Woodwork Limited 6040 Henri Bourassi Blvd. East Montreal North, P.Q. Canada Mr. Nick Adam Stein Architectural Products P.O. Box 71 Fredericksburg, 'texas 78624 Taylor Manufacturing Co. P.O. Box 1068 Temple, Texas 76501 Page 6 of 42 MANUFACTURER ADDRESS W.R. Ames Co. 1003 Dempsey Road Milpitas, Calif. 95035 Pacific Furniture Co. 13621 S. Main Loa Angeles, Calif. 90061 Isabel Scott Fabrics 979 Third Avenue New York, N.Y. 10022 Gene Smiley, Inc. 1108 Nicollet Ave. Minn.. Minnesota 55403 f I III SECTION III: GENERAL CONDITIONS Page 7 of 42 A. LOCATION OF INSTALLATION The furnishings referred to in this specification shall be installed in the new Denton City-County Library Building on the site of the new Civic Center in Denton, Texas. Information regarding the street address may be obtained from the office of the CITY CLERK, CITY OF DENTON, CITY HALL, DENTON, TEXAS. B. COORDINATION WITH GENERAL CONTRACTOR FOR CIVIC CENTER The successful bidder shall be required to coordinate all delivery and in- stallation dates with the GENERAL CONTRACTOR for the Civic Center. Name and address of General Contractor: H.S. Engineering Company Oakland Street Denton, Texas 1. The bidder shall have free access to the premises for the purpose of acquainting himself with the conditions, delivering equipment, and performing the work necessary to fulfill his contract. He shall cooperate with the other bidders who may currently be working on the premises, in- tegrating his work with that of others, all to the beat interest of the total job and its orderly completion. 2. The Owner does not have storage for the early arrival of furniture • or equipment. The Bidder shall be responsible for storage of his pro- perty at another location other than the Library Building prior to installation. 3. The Bidder shall sweep, dust, and clean up all trash, rubbish, and other waste scattered throughput the building caused by the installation Page 8 of 42 of furniture and furnishings under this contract. The extent of the cleaning up shall be determined by the Owner after a final inspection at the completion of all items covered by the purchase order. C. DEFINITIONS AND TERMS 1. The SELLER, as hereinafter mentioned, means the party who has a purchase order from the OWNER to furnish the items of,furnishings under these specifications. 2. The terms OR EQUAL or AN EQUIVALENT shall mean a product of similar design and detail character, of equivalent utility, of equivalent cost and which in the opinion of the ARCHITECT complies with the intent of the specifications for this project. 3. the ARCHITECT, as hereinafter mentioned, means the party under con- tract to the City of Denton to design and select the furnishings for the named project, and it shall be the authority of the ARCHITECT to decide upon all matters of design and substitutions. 4. Unit pricon for each specified item shall be given in the appropriate column. Each unit price given shall include all costa of overhead, freight, insurancep bonds, labor, installation, profit, etc., a,% that the sum ex- tensions of unit prices shall Equal the total amount bid. These unit prices shall be used as a basis for adjusting additions to or deductions from the contract. 5. The OWNER reserves the right_ to increase or decrease the number of articles called for in the SCHEDULE - BID FORM, by as much as 20%, if the change is made at the time of the order for items herein, or to eliminate items entirely. SELLER'S proposal shall be adjusted in Page 9 of 42 accordance with the •sni:. :ices quoted therein. 6. BIDDERS shall submit with their proposals a list of three (3) in- stallations of furnishings comparable in quality to that specifiej herein, that they fray have furnished within the past five years, with the names and addresses of owners. 7. BIDDERS may be required to furnish evidence in writing that they maintain permanent places of business ar3 have adequate plant equipment and personnel to produce the items offered satisfactorily and expeditious- ly. In cddition, BIDDERS may be required to give written evidence of ability to warehouse shipped furnishings in cases of unexpected emer- gencies. 8. Biddors desiring further information or interpretation of the plans and specifications must make such request IN WRITING to: O'Neil Ford and Associates 528 King William Street San Antonio, Texas Attn: Miss Judy Greaves All such requests must be received within seven days of the bid opening date. The answers,wiil be in the form of a letter to all bidders or addenda supplied to all bidders. NO.OTHER EXPLANATIONS OR INTERPRETATION OR SUBSTITUTIO.1 DECISION WILL BE CONSIDERED OFFICIAL OR BINDING. D. INSURANCE 1. Where the seller is required to provide labor for work on the pre- mixes, or for the delivery, setting or installation of any furniture, app- liances, or equipment, he and his subcontractors shall carry adequate Pro- party Damage and Public Liability Insurance. Also Workman's Compensation and Employer's Liability Insurance in statutory amounts. Upon request, he Page 10 of 42 shall furnish the owner a certificate of compliance before starting work on the job. Amounts of insurance required shall be as folloaa: Bodily Injury Property Damage Limits Limits Hazard Each Person Each Acc. Each Person Each Acc. Public Liability $100,000. $3000000. 9259000. $1000000. • Owner's Contingent Liability $ 50,000. $1003,000. $259000. $ 50,000. Automobile Liability (Owned, Hired, and Non-Owned) $ 509000. $100000. $25,000. $ Workmen's Compensation - Statutory Limits Coverage shall extend to all subcontractors unless proof of minimum coverage above required is submitted separately by each subcontractor not so covered. 2. It is understood that all furniture, equipment and materials sup- plied by the Seller -hall remain his property until such time as accep- ted or paid fo-: by the owner, and the contractor shall protect them with appropriate insurance against theft or other loss or damege. E. WAIVERS OF LIEN Upon request, the Seller shall furnish Waivers of Lied covering labor and materiels invested in the job for which payment is requested, or submit his affidavit that such labor and material has been paid for in full. F. LEGAL COMPLIANCES AND PERMITS AND ROYALTIES All equipment ao,j work furnished under any contract shall comply with the applicable laws, ordinances and regulations. If any part of this specifica- tion is in conflict therewith, the Seller shall advise the Owner in writing prior to the execution of the work. Tho Seller shall obtain and pay for Page 11 of 42 such permits and inspections as are required for the legal performance of this work. T.,e Seller shall be responsible for the payment of applicable royalties, if any, and shall hold the Owner harmless from loss on account of patent infringement or the cost of defending suits or claims in connection there- with. G. TAXES The Seller shall pay for any and all applicable to be determined by Bidder, Federal, State, or Local taxes or assessments incident to the furnishing-of labor and material for this work. This includes any and all Sales Taxes where applicable. H. PERFORMANCE AND PAYMENT BONDS Performance and Payment Bonds in the full amount of the Purchase Order shall be provided by the Seller at time of issuance of the Purchase Order. Such bonds must be approved by the Owner prior to issuance of a Purchase I Order. If the specification provides for a guaranty-warranty for a given period of time subsequent to the acceptance of the work by the City of Denton, then the condition of the performance bond shall include in addition that the Seller shall well and truly observe and perform the covenants, conditions and agree- ments in and by said contract govening the guaranty-waranty following accep- tance of the work, all as required in connection therewith in the general conditions of the agreement. Said bonds shall be duly and properly executed by the Seller as principal, and by a good and sufficient surety company authorized to do business in Page 12 of 42 the State of Texas, as surety. A copy of the Power of Attorney shall be attached to the bond by any Attorney-in-Fact executing such bond for either the Seller or surety. 1. EQUAL OR APPROVED EQUAL Where any article or thing is specified by proprietary name, trade name, name of manufacturer, or catalog number, with or without the addition of such expressions as 'or equal' or 'approved equal,' it is to be understood that the article named or the equal thereof is intended, subject to the ap- proval of the Owner as to the equality thereof, and it is distinctly under- stood (1) that the Owner shall use his judgement in determining whether or not any article or thing proposed to be substituted is the equal of any article or thing so specified, (2) that the decision of the Owner on all such questions of equality shall be final, and (3) that in the event of any adverse decision by the Amer, no claim of any sort shall be made or allowed against the Owner. Where a definite item is specified the intention is not to discriminate against any equal product made by another manufacturer, but is rather to establish a level of quality and style. All 'equal' items offered must substantially equal the appearance, design, approximate dimensions, and level of quality of the specified item, and must be made of equivalent materials, and be of egvivalent function and sturdiness of construction. It is the intent of the Amer to obtain quality and maintenance-free furni- ture and equipment. I- the event that any item does not fulfill the speci- fications in the opinion of the Owner and proves to be inferior to the specified item in any manner, during the period of the guarantee, the suc- cessful bidder shall provide at no extra cost the specified item completely Page 13 of 42 installed including repairs or damages to other materials necessitated by the change. In order for the Owner to be able to properly evaluate an item of furniture of furnishings as a substitution, the bidder must furnish his request in ' writing accompanied by complete pertinent data and specifications along with, at the discretion of the Owner, a complete and final sample of the exact item offered as equal. In the case of an item with which the Owner is fully familiar he may waive the submission of the final sample. All submittal data and samples must be furnished not later that April 17, 1968. Early sub- mittal of substitutes will be appreciated by Owner. No samples or substi- tutes will be reviewed after the time and date mentioned. No verbal commit- ment will constitute approval or disapproval. The Owner will approve or disapprove submissions only in writing, and a copy of the letter of approval must accompany the bid if the proposal incorporates a substitution. Deliver samples to Owner's &,gent: O'Neil Ford and Associates 528 King William Street San Antonio, Texas Attn: Miss Judy Creaves since any 'or equal' item must now be pre-qualified as an acceptable sub- stitute for the specified item, thus making it possible for any bidder to know in advance that his substitute item will (or will not) be acceptable, it is no longer necessary for any bidder to offer a substitute for any one specified item. Bids offering substitutes for any one item will be regarded as conditional and thus invalid, and will not be considered for award of contract. Bids offering items other than those specified and which have not been pre- qualified as equal and acceptable substitutes will be regarded as invalid, Page 14 of 42 and will not be considered for award of contract. J. CHANCES IN THE WORK 1. The Owner, without invalidating the agreement, may order extra work or make changes by altering, adding to, or deducting from the work or material to be furnished under this contractp the contract sum being adjusted accordingly. 2. All such work shall be executed under the conditions of the original contract except that any claim for extension of time caused thereby shall be adjusted at the time of orderi^,g such changes. 3. The value of any such extra work or changes shall be determined and confirmed in writing before it is executed. No claim for extra compen- sation will be considered by ti:e Owner unless the SelL r can produce written instructions, countersigned by the Director of Parks and Rec- reation, City of Denton. Texas, providing for such extra work and stating the amount involved. K. GUARANTEE 1. In addition to the guarantees by the manufacturer of each piece of furniture and furnishings specified, this Seller shall also guarantee the material and furniture to be in accordance with all requirements of the specifications and agrees, upon written notice from the owner, promptly and without charge and to the satisfaction of the Owner, to make such changes, replacements and corrections which may be required to make gocd all defects in design, material. or workmanship developing is the material or furniture under its intended use with proper care within 12 months after acceptance or installation. Page 15 of 42 2. For and during a period of 12 months after acceptance, the Seller shall upon request make any and all adjustments or repairs necessary to keep textiles in satisfactory condition. 3. Warning is hereby given that strict adherence to the specifications and/or approved equal substitutions will be required by the Owner, and the Seller will receive no compensation for loss in production of goods not equal to specifications or approved equal substitutions. L. IDENTIFICATION OF SHIPMENTS Each crate, carton or package shall be plainly tagged or marked on the ex- terior with an identification of the item (a) and its respective location as indicated in the specif+cat:.ons. In addition, each piece of furniture shall have an identification tag or plate, attached in an out-of-sight location, or the identification plainly marked on the underside with stencil or oil crayon. Manufacturer's or Dealer's commercial labels (if any) must also be inconspicuously placed underneath the furniture or in an out-of-sight location. M. .INSTALLATION 1. Unless indicated to the contrary, items of furniture and furnishings shall be delivered, uncrated, checked, assembled, set in proper place, and installed ready for use and free from breakage, blemishes or other ' defects. 2. The installation of fixed and applied items as specified shall be undor the general rection of the Architect and Owner in accordance with the applicable specifications. s. The Seller shall begin his installation work at the appointed time and pursue it with normal dispatch, providing enough mechanics and materials at all times to serve this end. Page 16 of 42 4. This Seller shall repair, re-finish, and make good any damage to the building resulting from any of his operations. This shall include any damage to plaster, tile work, wall coverings, paint, ceilings, floors, or any other finished work. All minor adjustments, re-location of individual pieces of furniture, and similar final corrections shall be executed by this Seller as directed by the Owner as a part of the work under this contract. N. TERMS OF PAYMENTS 1. Unless stated otherwise in the specifications; for the satisfactory ' fulfillment of the order for furniture and furnishings, payment in full shall be due after delivery and acceptance, upon invoice from the Seller. 2. For such satisfactory performance, payment shall be due as stated below: 1st: 85% of the value of the items delivered, sixty days subsequent to installation and invoice or October 10, 1968, which ever is the later. 2nd: The balance retainage 60 days after installation and acceptance by the owner, or October 10, 1968, which ever is the later. 0. DELIVERY - PACKING - CRATING 1. The Seller shall include packing, shipping, freight, express charges, hauling charges, unpacking, set-up and assembling,'and moving into place. This Seller shall see that all containers delivered to the site are clearly marked with the Seller's name, the number of pieces in each container and the contract item number for each price. 2. This Seller shall be responsible with his carrier for any concealed damage which might be found when he uncrates and installs all furniture and furnishings. After uncrating and installation, any damaged articles shall be replaced, repaired or re-finished and left in perfect condition Page 17 of 42 as directed by the Owner. P. COMPLIANCE WITH DRAWINGS AND SPECIFICATIONS 1. All items herein specified shall be in accordance with the speci- fications and detail drawings, and shall comply with the underlying • principle to secure furniture and equipment which shall give long service with a minimum of maintenance. 2. Stock furniture and items of equipment shall be of the specified make and catalog number, or the approved equivalent thereof. 3. Special furniture and items of equipment shall be fabricated according to these specifications and details. 4. Any questions in regard to interpretation or description as to design, constructions etc., of items hereinafter specified, shall be resolved in advance. Such questions as may arise after the purchase order is issued shall be subject to the interpretation of the Architect whose decisions shall be considered authoritative. Q. ACKNOWLEDC:4ENT OF ADDENDA Bidders are to fill out and return an acknowledgment of addenda form pro- vided. Failure to do so will be cause for rejection of the bid. R. DELIVERIES Deliveries made in accord with the schedules established shall not require prior notification to the Owner. Deliveries contemplated in absence of, or contrary to, the established period shall require written request by Contractor and authorization by Owner. On unauthorized deliveries involving storage and/or re-handling, all costs incident thereto will be the responsibility of the Contractor. The Owner will bear any similar costa incident to authorised deliveries, i Page 18 of 42 Refer to Section 3, Item B, COORDINATION WITH GENERAL CONTRACTOR. SEA _1N IV: SPECIAL CONDITIONS OF THE CONTRACT 1. MEASUREMENTS The furniture shall generally be installed as indicated on the Architect's layouts; however, the Owner reserves the right to make minor changes in placement. Contractor shall be responsible for obtaining enact dimensions on the job as might be required by his portion of the contract and for bidding. 2. POWER AND EQUIPMENT There will be a power source available at the construction site; however, this Contractor shall make arrangement with other contractors to pay for the cost of power. This Contractor shall furnish all equipment necessary for installing items. 3. QUANTITIES In the case of any discrepancies between quantities shmi in the detailed specifications and those shown on any layout plan the quantity given in the detailed specifications will be considered correct. Page 14 of 42 SECTION V: GENERAL SPECIFICATIONS The following specification items are general in sc and cover materials standards and quality of workmanship as well as describe the general require- ments of this project. 1. All references to 'UPHOLSTERED' work in this contract shall refer to one of the following: a) All upholstered work is to be done with fabric selected from ma- terial supplied by C.I. DESIGNS available in the following categories: 1) Homaspun 2) St. Tropaz 3) Cameroon b) Architect will select textures and colors from the above ranges from samples to be supplies by the furnishings contractor. c) Where other manufacturers' fabrics are indicated on the specifica- tions (or post-bid approval is given) items b) and d) shall apply. d) ALL upholstered work is to be SCOTCHGUARD£D. 2. ALL EXPOSED WOOD unless otherwise noted in the specifications shall be OAK to be finished to match a sample which the architect will supply to all I manufacturers after the award of the bid. It shall be the RESPONSIBILITY of the successful bidder to coordinate ALL I finishes, so that the final wood finish shall be the same throughout. If for some reason during the bidding the bidder finds this not to be possible, it is his responsibility to make this known to the Architect. No special considerations shall be given for failure of the bidder to be thoroughly familiar with this (or any) portions of the specification requirements. 1 Page 20 of 42 Woods employed in the manufacturing of office and library furniture shall be selected high grade cabinet wood free from imperfections, well aired, seasoned and then kiln dried to a moisture content of approximately 5%. Exposed wood as described above shall be carefully selected for uniformity of grain, texture and figure. All exposed veneers shall be not less than 1/8-in. in thickness. No rotary cut or peeled veneers may be used on ex- posed surfaces. Cross bands are not less than 1/20-in. in thickness. Wood employed in the unexposed structural parts of the wood shall be hardwood. When laminate is specified it shall be 1/16-in. finish face with .20 backing (when ussd as a top or unsupported panel) shall be melamine decora- tive plastic in accordance with NEMA Standards. 3. PLYWOOD All plywood is laminated on a hot plate press with urea resin hot glue I providing maximum strength and moisture resistance. Plywood consists of an odd number of plies, with the grain of one ply running at right angles to the grain of adjacent plies. All edges of the veneers are glued on a I tapeleas splicer. Cores for all plywood requiring lumber cores ore of the beat core stock glued with waterproof flue and no pieces are over 4-in. wide. A sample of the plywood soaked in water at room temperature for four hours and then dried at 100° for twenty hours shall show no visible delamination following ten cycles. 4. FRAMING Unexposed parts of the framing may be of suitable soft hardwoods, such as poplar or American elm. All lumber is clean, of sound stock, without sap streaks or knots or other imperfections. All woods conform to the stan- dards. for these woods as published in reports of the Forestry Laboratory Page 21 of 42 of the United States Dept. of Agriculture and particularly as to the modulus of elasticity, shock-resistance, splitting and hardness. 5. GLUING All glue joints pass the standard test for delamination as established by the U.S. Bureau of Standards No. CS35-49. (This essentially calls for complete submersion of the sample to be tested at room temperature for a period of four (4) hours and then dried at a temperature between 70 and 100 degrees F. for a period of twenty (20) hours with the cycle being repeated, after which no noticeable failure shall be apparent.) 6. MECHANICAL FASTENINGS In order to insure permanence of mechanical fastenings, other than gluing, it is required that all major joints such as table and leg connections and points of stress shall be of a bolted construction or a bolt going into a metal bushing concealed and permanently anchored in the wood surfaces rather than using such devices as wood screws or lag screws. 7. WOOD FINISH SPECIFICATIONS All furniture shall be hand sanded and checked thoroughly for removal of possible glue and other I, regularities. After sanding all wood parts shall be uniformly stained with non-grain raising stain to obtain the desired color. Wash coat and wiping operations will be performed as required for t::e particular finish involved. Finish, finish procedure and test-perfor- manco shall equal or exceed GSA Specification AA-0-00245x, GSA-FSS, paragraph 3.4.4 through paragraph 4.5.2.3. S. LAMINATION 1/16-in. plastic laminate shall be bonded under pressure to non-warping no- vaply or hardwood or plywood, with waterproof urea glue 01,100-5120 to insure Page 22 of 42 a permanent bond and a smooth flat surface that will not be affected by heat. All exposed edge surfaces shall be faced with 1/16-in. plastic laminate and bonded electronically with waterproof urea glue #L100-S120. To the underside of top .020 laminate backing shall be applied with water- proof uraa glue under pressure. 9. METAL TUBING All metal tubing shall be carefully selected, imperfection free, cold rolled steel of 14 gauge, heavy duty, electro-welded seam 1015-1018. All joints shall be carefully braze-welded with brass alloy rod, ground and polished, leaving all surfaces free of holes, nicks, dents, scratches and ripples. All joints shall be blended with .08 grit sandpaper to remove a}l indications of weld marks. Adjustable chrome plated levelers with 1-1/2-in. of leveling shall be supplied. 10. METAL CLEANING AND PHOSPHATIZING This shall be a three or five step process. Providing not less than 80 mgs. per square foot. 11. PLATING Satin chrome All steel shall be pickled and cleaned as above. It is then given a copper plate with a minimum thickness of 0.001-in. The copper plate shall be t'nen buffed to a minimum thickness of 0.0004-in. A iecond coat is applied of nickel plate with a dull nickel with a minimum thickness of 0.0006-in. The final coat-chrome plate shall be applied to a minimum thickness of 0.00002-in. It shall be then polished to a satin finish con- forming to U.S. 26D, U.S. Government finish standards. 12. BAKED ENAMEL All metal shall be finished with one prime coat and two finish coats of Page 23 of 42 enamel, baked at 350° F. for 30 minutes. 13. METAL BOOK SHELVING, OPEN BASE Steel Library Shelving - Open Base "Amestack", General Description- Amestack units are composed of 31-0" or 4'-0" sections. Units consiut of r central columns spaced by double thickness top and bottom spacers each b" high. Columns are tubular 14 ga. steel, perforated to receive shelf hooks at 1" centers. Natural satin finish column base is high strength, one piece aluminum with provision for concealed fastening to column. Bases have circular leveling feet. SHELVES are 18 ga. steel formed 3/4" deep and capable of supporting 40 lbs. per sq. ft. BRACKETS shelves provided with Style III brackets unless other specified. 80" High units shall be provided with base shelf plus six adjustable shelves per section face. 42" High units shall be provided with base shelf plus two adjustable shelves per section face. Color shall be W.R. Ames Dove Grey #226 14. End panels shall be white oak, and shall be full depth of sections where used, and shall be full height of sections including cornice tops where called for - less 8 inches. Shall be good two sides and shall have solid oak rim on all edges. Core shall be one inch with 1/8" veneer running vertically. Page 24 of 42 SECTION VP-A BID PROPOSAL FORMS AND SCHEDULE OF FURNISHINGS PLACE DATE Purchasing Agent City of Denton Denton, Texas The undersigned, in compliance with your advertisement for bids on the above named project, having examined the drawings, specifications, related documents, the site ,)f the proposed work, and being familiar with all of the conditions concerning the furnishings for the project, including the availability of materials and labor, hereby proposes to furnish all labor, services, equipment, transportation, materials, facilitiest methods and means necessary and reasonably incidental to perform all of the work in accordance with the Contract Documents, within the time set forth therein, for the prices stated below. These prices will cover all expenses incurred in performing the work required under the Con- tract Documents, of which this Bid Proposal is a part. Prices include atl allow- ances. (All amounts shall be shown in both words and figures. In case of die- crepancy, the amount shown in words shall govern. All•blanks shall be filled in in ink or typewritten as indicated.) BASE BID: To perform the whole of the work required will cost: The lump sum of DOLLARS ) Delivery and installation shall be completed in calendar days UNIT PRICES: Bid prices for all work and material quantities indicated by the schedule of furnishings and specifications shall be included in the base Page 25 of 42 proposal. For any changes in the quantities so indicated, for the items listed below, the following unit prices shall prevail. 1. The Time of Completion shall be as stipulated by the specifications or as indicated in the contract. 2. It is understood that the Owner reserves the right to reject any or all bids. 3. Upon receipt of Notice of Award of this Bid, the undersigned will execute the formal Contract within ten (10) days and will deliver sim- ultaneously therewith a Bond for Benefit of Laborers and Material Supp- liers, and Performance of Contract as specified in the Contract Documents, each in an amount equal to one hundred (100) percent of the amount of the Contract, said bond to be issued by a Surety Company authorized to do bus- iness within the State of Texas and satisfactory to the Owner. 4. It Is understood that the Owner will not be responsible for any errors or omissions on the part of the undersigned in making up this proposal form. 5. It is understood that the above proposals may not be withdrawn for a period of thirty (30)days e.fter the date of bid opening. Receipt of the following ADDENDA is hereby acknowledged: Kos. • Respectfully Submitted: Dated this day of 1968 CONTRACTOR Corporation Seal: BY ADDRESS BID 468-15-4 Page 26 of 42 OFFICIAL. BID FORM AND SCHEDULE OF FURNISHINGS DENTON CITY-COUNTY LIBRARY BID UNIT TOTAL ITEM DESCRIPTION QUANTITY PRICE BID 1 Ranges 21' x 84" High Double Face 10" Shelves (1) Ames #T84S - 10 StarterL (6) Ames #T84A - 10 Adders One Side of One Range to Have Hinged Magazine Shelves and Flush Bracket Shelves 10" Deep (Delete shelves from one side of one starter and six adders. Balance to have base shelf and six adjustable shelves per face.) { (10) with Oak End Panels 1 1/4" Flush Panel Good Two Sides With Solid Oak Edge Banding. Note: This is open base footed stack with aluminum foot attached to column by gland and toggle - demountable; W.R. Ames, "Amestack" 12 2 Ranges 11' x 84" High Single Face 14" Deep (1) Ames #L84S with NR1O Stick Newspaper Rack (2) Ames L84A with SMH-14" and FB 14" Magazine Shelves With Storage. ' (1) Ames L84A As Above But 2' Wide. W.R. Ames "Amestack" with Oak End Panels,l 1/4" Flush Panel 2 3 Range 21' x 84" High Single Face 10" shelves (1) Ames 4L84S-10 Starters (8) Ames L84A-10 Adders With Oak End Panels, 1 1/4" Flush Panel. Good Two Sides With Solid Oak Edge Banding.- W.R. Ames, "Amestack" 2 Page 27 of 42 BID UNIT TOTAL ITEM DESCRIPTION QUANTITY PRICE BID 4 Range 23' 6" x 84" High Single Face 10" Shelves (1) Ames #L84S-10 Starter (6) Ames #L84A-10 Adder (1) Ames L84A-10 Adder 30" Wide With Oak End Panels, 1 1/4" Flush Panel Good Two Sides With Solid Oak Edge Banding. W.R. Ames, "Amestack" 1 _ 5 Range 6' x 84" High Single Face 10" Shelves (1) Ames L84S-10 Starter (1) Ames L84A-10 Adder With Oak End Panels, 1 1/4" Flush Panels Good Two Sides With Solid Oak Edge Banding, W.R. Ames, "Amestack" 1 6 Range 18' x 84" High Single Face 10" Shelves (1) Ames #L84S-10 Starter (5) Ames L84A-10 Adders With Oak End Panels, 1 1/4" Flush Panel Good Two Sides With Solid Oak Edge Band- ing. W.R. Ames, "Amestack" 1 7 Range 15' x 42" High Single Face 10" Shelves (1) Ames #L425-10 Starter (4) Ames #L42A-10 Adders With Oak End Panels and Canopy 1 1/4" Flush Panel. Canopy Top Oak Banding Let-In Oak Top Surface as Selected By Architect. Canopy Top Tn Be Scribed On Job From 18" Wide Top To Fit Wall. W.R. Ames, "Amestack" 1 8 Range 15' x 42" High Double Face 10" Shelves -(1) Ames T42S-10 Starter (4) Ames T42A-10 Adder With Oak End Panels and Canopy Tap 1 1/4" Flush Panels. Canopy Top With Solid Oak Edge Banding and Let-In Oak Top Surface As Selected By Architect. K.R. Ames, "Amestack" 1 zy Y i r Page .28 of 42 BID UNIT TOTAL ITEM DESCRIPTION QUANTITY PRICE BID 9 Range 9' x 42" High Double Face 10" Shelves (1) Ames #T42S-10 Starter (2) Ames T42A-10 Adders. Two Ranges With Birch End Panels and Canopy Top 1 1/4" Flush Panels. Canopy Top With Solid Birch edge Banding With Let-In Birch Top Surface. As Selected By Ar- chitect. One Range w/Oak End Panels and Canopy Top. W.R.Ames,"Amestack" 3 10 Range 3' x 42" High Double Face 10" Shelves (1) Ames OT42S-10 Starter Unit With Oak End Panels and Canopy Top Flush Panels To Match Item #9. W.R. Ames, "Amestpek" 1 10A End Panels For Existing Shelving Oak, 24" x 90" x 3/4" Flush Panel With Attaching Hardware #WWEP DF 90-12 Stein 13 10B End Panels For Existing Shelving Oak, 12" x 90" x 3/4" Flush Panel With Attaching Hardware 4SF90-12 Stein 4 10D Provide 453 Steel Book Supports, Plate Type With Cork Base 6" High And 150 Steel Book Supports, Plate Type, 9" High With Cork Base. 1 Lot 10E Provide (80) 10" Divider Type Shelves and (18) 12" Divider Type Shelves With (3) Dividers Per Shelf 1 If Lieu Of Standard 10" and 12" Shelves In Same Quantity. 1 Lot 11 Ranges 9' x 90" High Single Face 12" Shelves (1) OW90S-12 Starters (2) /W90A-12 Adders This Item Is Conventional Steel Bracket Book Shelving With (1) Sway Brace Per Range 3 Page 29 of 42. BID UNIT TOTAL ITEM DESCRIPTION QUANTITY PRICS BID LOUNGE FURNITURE 12 Lounge Chairs, Solid Ash Frame 31" x 30" x 30" High Plank Construction With Finger Joints. Finished Natural Cover: Cameroon, St. Tropez, or • Homespun C.I. Designs #51 21 13 Table Unit 31" x 24" x 20" High Solid Ash Finished Natural With Plastic Laminate Top C.I. Designs #56 4 14 Sofa 76" x 30" x 30" High-Matches Item #12 Cover: Cameroon, St. Tropez, or Homespun. C.I. Design X153 1 15 Coffee Table 36" Diameter X 16" H. White Oak With Oak Top Stein OT 36D 2 16 Reader's Chairs 20" x 19" X31" High Solid Ash Frame Finished Natural Up- holstered Seat and Back-Cameroon, St. Tropez, or Homespun C.I. Design #121 52 17 Reader's Tables 42" x 42" x 29" High, White Oak With Oak Top Stein $T4242-29 10 18 Stools 15" Diameter X 13" H. Oak With Upholstered Top Jaguar • Vinyl - C.I. Design #C-13 12 19 Reader's Chair Juvenile, Oak With Laminate Plastic Seat - Stein CJ-1 12 20 Jr. Reader's Tables 36" x 60" X25" Oak With Let In Oak Top Stein T3660-25 3 21. Tables 60" Diameter x 20 High, Oak Stein #T-60D20 2 Page 30 of 42 BID U14IT TOTAL ITEM DESCRIPTION QUANTITY PRICE BID 22 Fable Desk 72" X36" x 29" High Oak With Laminate Plastic Top Art Woodwork Ltd. #4T-7236 1 23 Table 48" Diameter Y. 29" High Oak Top, Black Enamel Pedestal Base Stein T48D29P.B. 1 24 Stacking/Ganging Chairs Beech, Natural Finish With Ganging Device Harter/Lubke #400/02 21 + 99/65 16 25 Arm Chairs, 23" x 20" x 31 High, Enamelled Beech Finish Frame, Uphol- stered Seat and Back. Cover: "Harter- weave" Fabric Enamel Finish To Be Sel- ected. Harter/Lubke #433-14 6 26 Desks, L-shaped 60" x 30" x 29" High Return 40" x 18" Contains: (2) Box Drawers (1) Suspension File Drawer (1) Top Opening File Compartment (1) Secretary Service Unit in Return Oak With Plastic Laminate Top Art Woodwork Ltd. #29Rp6630D3S3 2 27 Desk Chaira,,0ak With Oak Swivel Base Upholstered Seat and Back, Grade "B" Nylon Art Woodwork Ltd. 4452W 2 28 Charge Desk Stool, Black Frame, Chrome Plate Steel Foot Ring, Cover: Milwaukee Nylon Milwaukee Chair Co. 3507-1/660 2 TECHNICAL LIBRARY EQUIPMENT 29 Card Catalogue - 60 Dr. With Double Compartment Pulls. Size- 68 x 46 x 19 - Flat Black Drawer Fronts Oak Case With 2" Panel End Base, Four Sliding Ref. Shelves and 2" Cornice Stein C.C. 60 2 "Ai Page 31 of 42 BID UNIT TOTAL ITEM DESCRIPTION QUANTITY PR[CE BID 30 Depressible Book Truck For Night Depository Taylor #L307 1 31 Book Trucks, Flat Black, Enamel Finish on Maple - Size 15x38x36" Taylor #L680-36 4 32 Children's Diccionary Stand In Combination Unit With 30-Drawer Card Catalogue, Atlas Stand, and Shelves, Oak Stein OLF-9107 Custom Combination With C.C. 30.J. and LF 9105 1 33 Index Table 96" X 54" X48" High Oak Panel Double Tier. Oak Lower Tier At 27" H. Stein #LF-9103 1 34 Book Catalogue Table 72" x 54" X 48/34" High - With Storage Shelves at 27" - ' ak Top and Tier Shelves Stein OLF-9266 1 35 Revolving Dictionary Stand - Flat Black Enamel on Maple Taylor OL655 1 36 Catalogue/Reference Table - Oak With (2) 4-Compartment Call Slip Boxes 96" x 24" x 39" High Stein OLF-9102 1 37 Arm Chair, Oak With Sled Base Upholstered Seat and Back. Cover: Grade "B" Nylon Fabric Art Woodwork Ltd. 4454 2 38 Lamp Table 24" x 24" x 21" High Oak Stein T242421 1 Page 32 of 42 BID UNIT TOTAL ITEM DESCRIPTION QUANTITY PRICE BID 39 Table Lamp, Ceramic With Linen Tex- ture Shade Hurt #ABH 38 1 40 Combination Reference Unit - • Contains Dictionary Stand, Atlas Case With (5) Shelves and (4) Three Drawer, Letter and Legal Side File Units. O.A. S:'.ze 136" x 40 x 42 H. Oak With Plynth Base Stein Custom 1 41 Study Table With Riser - Size 24 x 36 x 34/29 H. Oak End Panels and Back Panel 2" Flush Pi.nel. Stein ST-9500 6 42 Slope Top Table, Juvenile, Oak With Laminate Top, Size 96" x 24" x28" Plynth Base,, Panel End. Stein TSJ 96 1 43 DRAPERIES Draperies, casement open heavy net linen, Oatmeal Color - Isabel Scott #193,48". To be installed 250% f•t11 over Kirsch Architrac with steel • corn cord and floor pulleys. Using Kirsch Findings as recommended by manufacturer for manual traverse system. Headings to be pinch pleated over doubled and redoubled 6" heading with crinoline lining hand sew4, hems to be 6" doubled with sewn-in weights at seams. Finish hanging length shall be 3/8" to 1/8" from finish floor bidders are wholly responsible for their own measurements. For sake of bidding, the following nominal opening sizes are listed - bidders to quott total yardage of material at yyd's 48" . Bidder to provide all hardware, fabric, make-up an nstallation. Openings are: (1) Opening 18'-0" x 12'-0" (2) Openings 28'-0" x 121-0" (6) Openings 8'-0" x 12'-0" The price for the draperies, specified and listed is here bid fcr the sum of dollars. Page 33 of 42 BID ITEM DESCRIPTION 44 ArCESSORY ALLOWANCE Bidders shall incluue in their bid herein and shall provide to the Owner a cash allowance in the amount of $1800.00 for purchase of: A. Plantera B. Graphics C. Sandurns D. Coffee ::::rvice E. Ash Trays F. Office Accessories G. Area Rugs The above items shall be selected by the architect and purchased on the open market. END OF SECTION VI-A 10 Pane 24 of 42 I SECTION VI-B BID PROPOSAL FO CIS i CARPET FOR LIB1'ARY AND N,UNICIPAL BUILDING PLACE S DATE ~Q21~ 2Jr, IRjOS I Purchasing Agent City of Denton Denton, Texas The undersigned, in compliance with your advertisement for bids on the above named project, having examined the drawings, specifications, related documents, I the site of the proposed work, and being familiar with all of the co..ditions concerning the furnishings _for_t a project, including the availability of materials and labor, hereby proposes to furnish all labor, services, equipment, transportation, materials, facilities, methods and means necessary and reasonably incidental to perform all of the work in 'accordance with the Contract Documents, within the time set forth therein, for tha prices stated below. These prices will cover all expenses incurrEd in performing the work required under the Con- tract Documents, of which this Bid,Proposal is a part. Prices include all allow- ances. (All amounts shall be shown in both words and figures. In case of din-, crepancy, the amount shown in words shall govern., Alk bl..nks shall be filled in in ink ur typewritten as indicated.) BASE BID: To perform the whole of the work required will cost: The lump sus: of J 1)(TESO 190U5AUC N11J4 l ilLflRbbM Frota'tY a.u n DOLLARS ($__1~T={'4O 5' ) Delivery and installation shall be completed in {OO Z 5 c-+lendar days UNIT ?RICES: Sid prices for ,i11 work and material c~uantities indicated by the schedule of furnishings and specifications shall be included in the base Pa~c 35 of 42 proposal. For any changes in the cqu.:.ntities so indicated, for the -.zcma listed below, the following unit prices shall prevail. 1. The Time of Completion shall be as stipulated by the specifications or as indicated in the contract. 2. It is understood that the owner reserves the right to reject any - or all bids. 3. Upon receipt of Notice of Award of this Bid, the undersigned will execute the formal Contract within ten (10) days and will deliver sim- ultaneously therewith a•Bond for Benefit f Laborers and Material Supp- liers, and Performance of Contract as specified in the Contract Documents, each in an amount equal to one hundred (100) percent of the amount of the Contract, said fond to be issued by a Surety Company authorized to do bus- iness within the State of Texas and satisfactory to the Owner. 4. It i6 understood that the Owner will not be responsible for any errors or omissions on the part of the undersigned in making up this proposal form. 5. It is understood that the above•proposals may not be withdrawn for a period of thirty (10)days after the date of bid opening. Receipt of the following ADDENDA is hereby acknowledged: No::. AacL --Respectfully Submitted:,. Dated this 1 ~ day of 1968 AU CONTRACTOl Corporation Seal: BY ADDRESS f Paoc 35 of 42 SECTION VI-B CARPET FOR LIBRARY AND MUNICIPAL BUILDING Carpet to be installed in accordance with laying diagram's provided by suc- cessful bidder which must be approved by the architect prior to entering into a contract. Delivery of carpet is of the essence and bids will be considered on tha basis of completion date of installation as well as price. Delivery of carpet by June 15, 1968 with completion of carpet installation before July first is owners schedule. Compliance'with schedule will affect award, all other con- siderations being equal. Section VI-B-Carpet is funded and payment for carpet will be made 10 days after installation and acceptance by the owner. Bidders shall quote complete carpet requirements for library and municipal buil- ding separately and state, in proper place in the bid form, gross yardage of car- pet used for each building.' The gross yardage shall ba justified to the architect by means 'of laying diagram.- The,dollar sur of' carpet installation of each building shall be added together to provide lump sum bi4 for carpet. The lump sum bid shall be divided by the toatl gross yards listed for the two buildings in order to arrive at unit price per yard of installed carpet which shall be used by the owner for ad- ditions or reductions to the schedule of carpet bid. Room schedule of carpet and building floor plans for library and municipal buil- ding are enclosed with these specifications and are a part of the bidding and contract documents. Room schedules shall be reference, include all closets, arcoves, interior corridors, and passages contiguous to listed rooms w1hether listed or not. iiiiiiiiiiiiiiiiiiiiil III IMF Paoe 37 of 42 Carpet s:,all be installed in first class manner by experienced car?et mechanics. Bids shall include all labor, pad, hardware, carpet fabric and other items per- taining to cost. Shall be installer using 12' foods with minir,Um of seams. All seams in public areas and office suites shall run in the same direction within the building. Carpet to be installed over 40 oz. 100% animal hair pad in first class manner with Robert's tackleos stripping. Interfaces of carpet to hard surface flooring. to receive Robert's smoothedge irons. Installation shall include one restretch- ing of carpet within, six months of acceptance of installation if required by architect. Carpet goods shall be 12' width, tufted, 100% continuous filament nylon - color shall be space dyed for superior color fastness; shall be multi- color heathered and shall be char-grey, olivet beige and russet. Stitch guage shall be 5/64" with 8 1/2 stitches per inch, pile height 5/32", pile face weight 21 oz. per sq. yd. Primary back shall be bonded polypropylene with 8 oz. Jute backing and 24 oz. latex fill. Total carpet weight shall be 53 oz. per sq. yd.- Bidders shall submit actual sample of quality and color to the architect for app- roval in acccrdance with prior arproval section of the specifications. Carpet described is "Formal Wear" by Gene Smiley, Inc. Library Bidding Square Yards Y'D Municipal Building. Bidding Square Yards {}A-5L og& 'M . 10 Library Carpet Total Price G, 511 7, Municipal Building i tCarpet Total Price 1 4, 5 6 3 28 Lump Sum Total 'r ~ , R40, 6(n 'X- IRooM jo24 4o> toa5 Area :Z:Auu.u= Aar ~4 sa.~rc. MAY 'Di*,otV.-tr.a AT (fo,kfuzSO ~c~~ pa(CE) key . Page38 o:42 SECTION VI-B ALTERNATE CARPET ALTERNATE CARPET 1. SCOPE OF WORK The work. to be done under this section shall include all labor, materials, services required including proper adhesives, scam cement, binding,sewing, edge strips, carpet attachment strips, etc., sufficient to produce a com- pleted installation under the manufacturers supervision, according to the manufacturers detailed instructions acceptable.to Architect and Owner. The Carpet Contractor shall inspect the sub-flooring before starting his work. He shall notify the General Contractor in writing, with copies to Architect, of any condition which will prevent him from satisfactorily completing his work. He shall not proceed with any work until such de- fects are entirely corrected. 2. MEASUREMENTS The Carpet contractor shall carefully check all dimensions and other con- ditions in the field and shall be responsible for proper fitting of carpet in areas designated. The Carpet Contractor shall submit a "Seaming Diagram" as a shop drawing showing the loc..tion of seams. Edge banding and thresh- . ' olds is to be submitted to Architect for approval. Carpeting shall be in- stalled according to the approved shop drawing. 3. MATERIALS Carpet shall be Aurora quality, Densylon type as manufactured by the Comm- ercial Carpet Corporation or approved equal. Sample to be submitted to Architect for approval at least 7 days prior to bid opening. Pai;c .9 of 42 Construction: Angle woven through buck with yarn tuft-bind break strength of 15 lbs. Pile Yarn: 3 ply 100% continous filament round cross section 0.3 delustered, commercially texturized nylon. Pile Height: 0.125 Rows Per Inch: 8.5 Pitch: 270 Yarn Weight: 17 oz. Color: To match color of prime carpet. Subject to selection of Architect. Backing Material: High tensile strength syn6aetic blend, double coated rubber sizing. Cushion: Carpet must be permanently bonded to a premium quality rubber base manufactured by B.F. Goodrich Company. To be guaranteed permanently resilitent for the life of the carpet. 3/16" thick and-black in color. Total Weigjt: 99 oz. per square yard. 4. INSTALLATION - GUARANTEE Supervision of the carpet installation shall be the total and complete responsibility of the carpet contractor. Guarantee shall be for a period of one year from date of acceptance of installation. Bidding on sq. yds. in Library and sq. yds. in City Hall. Total Price Library Total Price Yunicipal BuiYdI. no Total Price Alternate Carpet Width of goods bid is inches. Bidding on manufacturer quality i P1 40 of 42 color This bid in order to be valid, must be accompanied by a letter of approval by the architect. • ~jGC=. hk '.0310 OA.) ll Receipt of the following ADDENDA is hereby acknowledged: Nos. i, _ Respectfully Subzitted:'. t;r • Dated this day or i~ 1968 CONTRACTOR < Corporation Seal: y • ADDRESS ,9 Page 42 of 42 schedule of furnishings and specifications shall be included in the base pro- portal. For any changes in the quantities so indicated, for the ites listed below, the following unit prices shall prevail. 1. The Time of Completion shall be as stipulated by the specifications '-s or as indicated in the contract. 2. It is understood that the Owner reserves the right to reject any or all bids. 3. Upon receipt of Notice of Award of this Bid, the undersigned will execute the formal Contract within ten (10) days and will deliver sim- ultaneousl;~_therewith a Bond for Benefit of Laborers and Material Supp- liers, and Performance of Contract as specified in the Contract Documents, each in an amount equal to one hundred (100) percent of the amount of the Contract, said bond to be issued by a Surety Company authorized to do bus- iness within the State of Texas and satisfactory to the Owner. 4. It is understood that the Owner will not be responsible for any errors or omissions on the part of the ua"'ersigned in making up this proposal form. 5. It is understood that the above proposals may not be withdrawn for a period of thirty (30) days after the date of bid opening. Receipt of the following ADDENDA is hereby acknowledged: Nos._ . Respectfully Submittg :ccovrrracxr~r:ir~ls tQurH'%RINr ca., rt C: Dated this day of tits CpM fESS 1968 Fusrw rFra~. CONTRACEOR, h Y r Corporation Seal. BY . ADDRESS BID #68-15-4 • ADD!-'NDUM 1 TO: ALL BIDDERS FROM: THE OFFICE OF THE PURCHfSIXG AGENT t. SUBJECT: DEMENSIONS AND DESIGNATIONS OF CARPET AREAS IN LIBRARY AND MUNICIPAL BUILDING DATE: APRIL 10, 1968 LISTED BEL014 ARE N'J?flERS OF ROOMS SHO'dN ON THE ARCHITECTURAI, PRINTS OF THE ':UN- ICIPAL BUILDING THAT ARE AVAILABLE TO EACH BIDDER. ALL OF THESE ROOMS LISTED BELOW ARE TO BE CARPETED, THIS SHALL ALSO INCLUDE ALL CLOSETS AND COkRIDORS IMMEDIATELY ADJACENT TO THESE ROOMS: 1001 1040 1075 1004 1041 1076 1005-(Delete Carpet Beneath Chairs or Benches) 1042 1079 1006 1043 1080 1008 1044 1081 1012 1045 1085 1013 1046 1014 1048 1015 1049 1016 1050 1017 1051 1018 1053 1019 1054 1021 1055 1022 1056 1023 1057 1024 1059 1028 1060 1029 1062 1031 1063 1032 1065 1034 1066 1037 1067 1038 1068 SEE ATTACHED PRINTS FOR LIBRARY CARPET DEMENSIQNS STATE OF TEXAS r COUNTY OF DENTON X THIS AGREEMENT, made and entered into this 26th day of April r , A.D. 19 68 , by and between nhel Contract Furnature and Equipment Co, Inc. of the County of Travis , State of Texas, Party of the First Part, hereinafter called CONTRACTOR, and the City of Denton, Texas, a municipal corporation, of the County of'Denton, State of Texas, Party of the Second Part, hereinafter called OWNER, WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned.to be made and performed by owner, and under the conditions expressed in the bond bearing even date herewith, the Contractor hereby agrees with owner to commence and complete the construction of certain improvements described as follows: Carpe, ;ipcju4jng, ~t taljgipn, f9y the Mun}gipal Building and City-County Library. . r i l ,I r l . 1 1 r f 1 r Li 1 1 1 1 , 1 1 r i i i 1. and all extra work in connection. therewith, -under the terms as stated in•the,Invitation for IBids ,•Proposal,,and Information and I :special instructions to Bidders, and General Conditions of Agree- meet attached hereto and hereby made a part of this contract by i Ir•.1 1 1 11 r •IUH 1 1 1 rrr 1 11 . . '.11 1 11, r, r . rr . • Lt _ e r0farenca the same as if set forth at length herein; and at Con- trector's own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, supervision, labor, insur- ance and other accessories and services necessary to complete the acid construction in accordance with the conditions and prices stated in the proposal attached hereto, and in accordance with tho conditions and prices stated in the proposal, and in accordance with all the General Conditions of Agreement, and in accordance with the plans, which include all maps, plats, blueprints and other drawings and printed or written explanatory matter thereof, and specifications therefor, as prepared by the City Engineer of the City of Denton, Texas, each of which has besn identified by the endorsement of the Contractor and the said City Engineer therein. Contractor hereby agrees to commence work within ten (10) days after the date written notice shall have been given to com- mence, and to substantially complete said work within 75 talc ar days after the date established in the written notice to commence work, Owner agrees to pay the Contractor in current funds for the performance of the construction of the vrork ~.n accordance with the proposal submitted therefor, subject to additions and deductions, as provided in the General Conditions of Agreement, and to make payments on account thereof as provided therein, i IN WITNESS WAEREOF, the parties havo executor: ;.air Agreenent in d»plicate in the year and on the date first above written. Abel Contract l irni ure f. Fnuinnent Co. Inc. Contractor AT'1'g8T by. : Ahel, President CITY OF DENTON; TEXAS, Owner f by: Zeke Martin, Mayor CITY OF DENTON, TEXAS ATTE: T:. 'i Brooke Bolt, City Secretary City of Dei:ton, Texas APPROVED AS ~a~0 LEGAL FORM: „ t (4te JL Jack Q' Barton, City Attorney E, City Denton, Texas