Loading...
HomeMy WebLinkAboutResolution - 2002-R0186 - Contract For The Silent Wings Museum Exhibit - Exhibit Works Of Livonia, MI - 05_09_2002Resolution No. 2002-RO186 May 9, 2002 Item No. 43 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock, a Contract for the Silent Wings Museum Exhibit fabrication and installation, by and between the City of Lubbock and Exhibit Works of Livonia, Michigan, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council this 9th day of May '2002. WINDY SITT , MAYOR ATTEST: Q�--4 71�m A - Rebecca Garza, City Secretary APPROVED AS TO CONTENT: Victor Kilman, urchasing Manager APPROVED AS TO FORM: William de Haas, Contract Manager/Attorney Gs/ccdocs/contract-Silent Wings Museum Exbibit.res- Apri130, 2002 1. .,071-02NK — Addendum #6 City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 162513TH STREET LUBBOCK, TEXAS 79401 PH: (806)775-2167 FAX: (806)775-2164 http://purchasing.ci.lubbock.tK.us MAILED TO VENDOR: OLD CLOSE DATE: NEW CLOSE DATE: ADDENDUM #6 ITB #071-02/VK SILENT WINGS MUSEUM EXHIBIT FABRICATION & INSTALLATION April 19, 2002 April 23, 2002 @ 3:00 p.m. (CST) April 25, 2002 @ 3:00 p.m. (CST) THE FOLLOWING ITEMS TAKE PRECEDENCE OVER SPECIFICATIONS FOR THE ABOVE NAMED INVITATION TO BID (ITB). WHERE ANY ITEM CALLED FOR IN THE ITB DOCUMENTS IS SUPPLEMENTED HERE, THE ORIGINAL REQUIREMENTS, NOT AFFECTED BY THIS ADDENDUM, SHALL REMAIN IN EFFECT. 1. The Close Date is changed: FROM: April 23, 2002 @ 3:00 p.m. (CST) TO: April 25, 2002 @ 3:00 p.m. (CST) 2. Bid Submittal Sheet 4.1 "Glider, Install Only." What is the scope of work here? Where is this glider? Who will transport it to the site? How will it enter the building? Answer: The installation of the partial CG-4A glider in the landing tableau shown on D(4.1 is entirely the responsibility of the Owner: including its construction, fabrication and transportation. Museum and airport staff will install the glider portion of this exhibit after the fabricator has completed their work. 3. Drawing DC8.2 Note indicates that Chedd-Angier will be purchasing the required A.V. hardware for the Reminiscences and Web Link media exhibits. It goes on to say that they will ship this equipment to the Fabricator. This will obviously be required in order to ensure proper fabrication allowances. Specifically regarding the A.V. equipment - Who will be responsible for arranging and paying for this shipment? Who will be responsible for arranging and paying for this equipment's shipment to the job site? Who will physically own this equipment while it is in the Fabricator's possession? Who will be insuring it? How will Chedd-Angier and the Fabricator resolve any possible liability issues? Answer: Chedd-Angier will be responsible for arranging and paying for shipment to the Fabricator. The Fabricator will be responsible for arranging and paying for this equipment's shipment to the job site in Lubbock. Chedd-Angier will physically own and insure this equipment while it is in the Fabricator's possession and until it is delivered and accepted at the Lubbock job site. Any liability issues will need to be resolved between the Fabricator, Chedd-Angier, and Chedd-Angiel's insurance carrier. 4. We see in the specifications that a six-foot high curved gypsum wall is included in the exhibit fabricators scope. We assume that this is for the Training exhibit. Would it be acceptable for this to be a shop -built wood panel wall? Answer: Yes, a shop -built wood panel wall is acceptable, provided that the Fabricator demonstrates a method of installation that is structurally sound. 5. Are all other walls existing or should we assume that any wall not darkened in on the exhibit plan is part of our scope? Answer: No other walls are in the Fabricator scope (all others in the architecture). 6. The Museum building does have on its northeast -facing wall of new construction a double doorway with a height of V-0" and a width of V-0". If components being manufactured need to be larger than this available door space, notification of such components and building entry dimensions must be brought to the Owner's attention. 7. On the AV Exhibit Tables for the Reminiscences, there are two overhead parabolic speakers that specify its the fabricators responsibility to run speaker wire through existing conduit from the table below to the speakers 071-02NK.doc . _ 4071-02NK —Addendum #6 above. Can we get some information as to the route this conduit will take, and the total distance that we'll be running this wire? Answer: Based on viewing conduit presently laid in a floor trench in the gallery area, ceiling height and review of the sheets D(.01, DC8.0, and EX8.2 an approximate measurement of 58 feet of wiring will be needed for one speaker and 82 feet for the other. The wiring path on the floor is in an "L" shape with the top of the "L" being the power junction at the curved wall north of the Reminiscences area, the "L" base formed by the tow exhibit tables. Wiring for each will run from the table to the wall then from the wall up to the ceiling and over to each speaker." All requests for additional information or clarification must be submitted in writing and directed to: Victor Kilman, Purchasing Manager City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to: (806)775-2164 or Email to: vkilman@mail.ci.lubbock.tx.us THANK YOU, CITY OF LUBBOCK E. Victor Kilman Purchasing Manager 071-02NK.doc PREBID #071-02/VK SILENT WINGS MUSEUM EXHIBIT FABRICATION AND INSTALLATION April 16, 2002 @ 9:00 AM LUBBOCK INTERNATIONAL AIRPORT - AMBASSADOR ROOM PLEASE PRINT TELEPHONE FAX E-MAIL COMPANY REPRESENTATIVE MAILING ADDRESS NUMBER NUMBER ADDRESS P.O. Box 2000 City of Lubbock VICTOR KILMAN City: Lubbock (806)775-2165 (806)775-2164 Vkilman@mail.ci.lubbock.tx.us State, Zip Code: Texas 79457 C't-u5 tNt Davry VeNk Address: 44 IS 10 h(V"R! Cit :ems VA �> IDS 2-60 103 %ba c av�dlBQ�plvs iNc. State, Zi Code: Q l3�G �( d 4) 77s_ S uiu„ t Address: 3 City: to(- State, Zip Code: -. Address: City: State, Zip Code: C--j �Q�G ✓`"�*<�/�/ o ri'rvc�r GX41fi, dr �i Address: City: State, Zi Code: Address: City: State, Zip Code: Address: U L City: State, Zi Code: Address: C--j C---j City: State, Zip Code: Address: City: State, Zip Code: Address: City: State, Zip Code: Address: U U City: State, Zip Code: Address: City: State, Zip Code: .0 yr ITL . 1-021VK —Addendum #5 City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 1625 13" STREET LUBBOCK, TEXAS 79401 PH:(806)775-2167 FAX:(806)775-2164 http://purchasing.ci.lubbock.tx.us ADDENDUM #5 ITB #071-02NK SILENT WINGS MUSEUM EXHIBIT FABRICATION & INSTALLATION MAILED TO VENDOR: April 17, 2002 CLOSE DATE: April 23, 2002 @ 3:00 p.m. (CST) THE FOLLOWING ITEMS TAKE PRECEDENCE OVER SPECIFICATIONS FOR THE ABOVE NAMED INVITATION TO BID (ITB). WHERE ANY ITEM CALLED FOR IN THE ITB DOCUMENTS IS SUPPLEMENTED HERE, THE ORIGINAL REQUIREMENTS, NOT AFFECTED BY THIS ADDENDUM, SHALL REMAIN IN EFFECT, 1. The BID SUBMITTAL form has been revised. Please complete, sign, and submit the attached revised BID SUBMITTAL form along with other required bid submittals. Include all installation, shipping costs and contractor mark-ups in line item pricing. Insert Bid Price in the Unit Cost column and the extended amount in either the Casework, Specialty, Graphics, or Murals column where indicated by an "X". 2. Bid submittals include: a. First page of the ITB b. Revised Bid Submittal form c. Description of past projects of a similar nature completed during the past five years, including references for three of these projects. d. DBE Good Faith Efforts per Section 10.3 on page 6 of the General Instructions to Bidders e. 5% Bid Bond 3. Is it OK to submit changes (substitutions) to the fabrication specifications if they reduce costs yet maintain the integrity of the design? Answer: It is all right to submit substitutions as long as design intent is preserved. All substitutions will be reviewed on a case -by -case basis. 4. Are the large east -facing windows going to have a UV coating or be UV filtered? Answer: Yes. 5. What are the desired backgrounds for the machine gun nest and landing tableau - areas IX 3.1 and EX 4.0? Answer: Fabricator will get more detailed drawings and specifications for these areas. HOK will provide final artwork for the Landing Tableau murals. The mural in the Machine Gun Nest will be a photographic image provided by the Owner. 6. Who is responsible for the artwork silkscreen on the glass wing wall? Answer: The Fabricator is responsible for silk-screening the artwork on the glass wing wall. The wing wall is to be installed by the building construction general contractor (Pharr and Co., Inc. of Lubbock). Fabricator will need to coordinate this work with the general contractor. 7. For EX 6.0 of the plans, bids need to include a period window covering (roll shade) to be determined for the windows in the barracks section of the training tableau. 8. HOK will be providing final digital files for the landing tableau and timeline murals. 071-02/VK.doc ITS 11-02NK — Addendum #5 9. Please verify the fabricator's scope with regard to the installation of AV equipment for Area 4.1 and its integration with the strobe light system. Answer: Fabricator is to provide and install lighting, strobe controller, audio playback device and speakers (refer to specifications section 11135 for audio equipment information). Fabricator will program strobe controller and provide recording of "distant gunfire" per direction from Owner. The strobe flashes and the audio are not synced. 10. Is the provision of foliage in the fabricator's scope? If so, please provide clarification as to type of foliage (landing tableau). Answer: Yes, the foliage is in the Fabricator scope. The information on the foliage is noted on sheets EX 3.1 and Ex 4.0 - Artificial plant material - hedgerow. The hedgerow defines the edge of a property line or field, typical in Europe during World War II. (Owner can provide research /imagery of typical hedge row for Fabricator's reference] 11. Is artifact mounting in the fabricator's scope? Artifact mounts appear to be needed for many of the encased objects, including weapons. Answer: Artifact mounting is not in the Fabricator's scope. 12. Bid Submittal Sheet 3.4 Is the "Hedgerow" in the Exhibit Contractor's scope of work? Answer: Yes. 13. Bid Submittal Sheet 4.1 What are the "Diorama Elements"? Answer: See notes on EX 4.0 - Artificial plant material (hedgerow), hedgerow with abstract pattern, and ground cover with abstract pattern (murals applied to freestanding substrate; final digital artwork to be provided by HOK) 14. Is there any U.V. protection on the large wall of windows to the east side of these exhibits? Answer: Yes. All requests for additional information or clarification must be submitted in writing and directed to: Questions may be faxed to: or Email to: Victor Kilman, Purchasing Manager City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 (806 )775-2164 vkilman@mail.ci.lubbock.tx.us THANK YOU, CITY OF LUBBOCK Victor Kilman Purchasing Manager 071-02NK.doc Lubbock International Airport BID SUBMITTAL April 4, 2002 ITB #071-02NK Revised April 15, 2002 Refer to Drawing EX.00 QUANTITY ; UNIT COST' CASEWORK! SPECIALTY ! GRAPHICS MURALS 1. i INTRODUCTION I _ — 1.1 History of Silent Wings Museum T - Graphic Panel _ 1 Each X X 1.2 Donor Plaque 1 Each X X 1.3 Framed Posters in Hallway _ — 5 Each I X X 1.4 Entry Area - Murals ; 1 Lot j X I X Bumpout j 1 Each X X _ _ 1.5 "A TURNING POINT" Mural 1 Lot j X i X i - Graphic Panels 5 Each X j X - Text Panels 5 Each X X i 1.6 _ Map Wall - Mural 1 Lot X X - Graphic Panels 10 Each X X - Map Markers 70 Each X X j - Glass Wing Wall silkscreen raphic 1 Each ! X ' ! X I 1.7 Military Aviation & Glider History Timeline •;^_ _ - Mural j 1 Lot X I X I - Graphic Panels 1 126 Each X X 1.8 i Airborne / Class A Uniform j ! — I - Figure 1 Each X j X Platform_ i 1 Lot i X X _- - Graphic Stand 1 Each X X — _Sign (South Plains AAF) j 1 Each X X 2. CHANGING EXHIBITS i 2.1 -. i i - Casework, Type A 2 Each X X I - Changeable Headline Panel 1 Each X I - Theater Name Panel 1 Each X X -Theater Exit Sin 1 Each X — X - Theater Start Button Panel i 1 Each X + X 2.2 Weapons Case - Case Construction 1 Lot ! X X I Mounting Hardware 1 Lot I X ! X I i — _- -Text Panels 3 Each. X X i - Headline Graphics (Dimensional Letters) 1 Lot i X j ! X I I Silent Wings Museum Exhibit Fabrication Installation Page 1 Bidder's Initials Lubbock International Airport BID SUBMITTAL April 4, 2002 ITB #071-02[VK Revised April 15, 2002 Refer to Drawing EX.00 QUANTITY !UNIT COST' CASEWORK SPECIALTY GRAPHICS MURALS 3. GLIDERMEN IN COMBAT 3.1 T Operations (Curved Wall) I - Casework, Type B 6 Each I X X - Graphic Panels, Large 2 Each 1 X X - Graphic Panels 1 20 Each X X I - Murals 1 Lot X X - Graphic Stand For Bicycle) I Each X X - D-Day Cut Out (Install Only 1 Lot X X 3.2 Gliderman / Combat - Figures 3 Each X X I - Platform 1 Lot X X - Exhibit Table/Gra hics 1 Each X X - Exhibit Tables/AV Hardware X 3.3 Tactical Glider Operations - Paint Wall I Lot X i X - Casework,Type A 6 Each X I X - Title (Dimensional Letters) 1 Lot --R- X - Bumpout 1 Each X i X Machine Gun Nest - Mural 1 Lot X X - Artificial Plant Material edgerow) 1 Lot X X - Graphic Stand 1 1 Each 1 X i X - Figures 2 Each X X 3.7 Dozer Graphic Stand 1 Each X X 4. LANDING TABLEAU 4.1 - Paint Wall 1 Lot X x - Diorama Elements 1 Lot X X - Glider, Install Only 1 Lot i X X - Figures 2 Each X X - Graphic Stand 2 Each X X - Lighting 1 Lot X X - Audio Equipment & Recording 1 1 Lot i X X 5. RESTORATION SHOP 5.1 - Exhibit Table With Graphics 1 3 Each I X X - Crowd Control Device 2 Each X i X - Glider, Hanging (Install Only) 1 Lot X X 67— TRAINiiTG- 6.1 Training Exhibit, Curved Wall (2-Sided) - Wall Construction 1 Lot X X - Paint Walls 1 Lot I X X - Mural 1 Lot X X 6.2 Link Trainer Graphic Stand 1 Each X X 6.3 Glidermen Eve ryday Figures 2 Each X X -Platform I Lot X X - Exhibit Table With Graphics 1 Lot X X - Exhibit Table/AV Hardware Install 1 Lot X X 6.4 - Casework, Type A 2 Each X X - Graphic Panel 1 Each i X X Silent Wings Museum Exhibit Fabrication Installation Page 2 Bidder's Initials Lubbock International Airport BID SUBMITTAL ITB #071-02/VK April 4, 2002 Revised April 15, 2002 Refer to Drawing EX.00 I I QUANTITY UNIT COST; CASEWORK! SPECIALTY! GRAPHICS MURALS ' - Blackboard 2 Each X I t X - Paint Walls I 1 Lot X i X i= r 7. BARRACKS TABLEAU 7.1 Barracks - Window (2 Sided 1 Each X _ X - Windows ; 2 Each X X I- Exposed Studs j 1 Lot R X _ I I X - Paint Walls 1 Lot X i X I — _ - Clothes Racks 3 Each �_— X 1 X — ! - Footlocker — Plex Covers I 2 Each X ! X - Graphic Panels j 2 Each X X - Graphic Stand 1 Each X —i— X i I 8. THE GLIDER 8.1 i - Glider I - Graphic Stand ! 2 Each X_ X�__ 8.2 Restored Cockpit -Base COr1Stf11CtlOn 1 Lot _ X� X _ - Exhibit Table With Graphics 1 Lot X X 8.3 CG-4A Design Development - Mural 1 Lot X i _ X - Graphic Stand 2 Each X X j - Plex Tops for Drafting Tables 1 2 Each X I X i - Emblems 4 Each X X ' i 8.4 I South Plains Army Airfield a — i - Exhibit Table With Graphics 2 Each X X _; 8.5 Tow Planes & Pilots - Graphic Panel 1 Each X j ! X 9.0 PEOPLE WALL Display Panels 2 Each X X _ ;GENERAL - Object Labels, Tent Style i 50 Each X X - Object Labels, Flat Style 100 Each X ' X - Small Text Panels for Case Type A 20 Each X X I - Text Panel for Operations Wall 6 Each X ! X - Graphic Angled Floor Stand 6 Each X X SUB TOTALS X I X X X Silent Wings Museum Exhibit Fabrication Installation Page 3 Bidder's Initials Lubbock International Airport BID SUBMITTAL Apri14, 2002 ITS #071-02NK Revised April 15, 2002 Refer to Drawing EX.00 j QUANTITY UNIT COSTI CASEWORK SPECIALTY GRAPHICS MURALS _ :TOTAL BASE BID: X — I I BID OPTIONS: _ Graphic Stand -- Additional 5 Each X X i Exhibit Table/Graphics -- Additional 5 Each X X I I Alternate Casework (Voluntary), Type A 10 Each X X _ Alternate Casework (Voluntary), Type B j 6 Each _ X X —_ ,NOTE: Include all installation, shipping costs and contractor mark-ups in line item pricing. Insert Bid Price in the Unit Cost column and the extended amount in either the Casework, Specialty, Graphics, or Murals column where indicated by an "X". The Bidder, in compliance with your Invitation to Bid for the construction of a SILENT WINGS MUSEUM EXHIBIT FABRICATION AND INSTALLATION, having — :;carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and --I being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all I labor, materials, and supplies F.O.B. Lubbock, Texas; and to construct the project in accordance with the plans, specifications and contract documents, within the time _ I set forth therein and at the price stated above. The price shall cover all expenses incurred in performing the work required under the contract documents. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated. Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to fully complete the project within ONE HUNDRED THIRTY-EIGHT CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of FIVE HUNDRED DOLLARS ($500.00) for each consecutive calendar day in excess of the time set forth herein. ,The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete —the work on which he has bid; as provided in the contract documents. I Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City jof Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of — the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if irequired) within fifteen (15) days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event — ;the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the 'Owner within fifteen (15) days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the —!undersigned upon demand. _ Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Authorized Signature Date I Printed or Typed Name Telephone Number —� (Seal if Bidder is a Corporation) Company ATTEST: i l Address Secretary Silent Wings Museum Exhibit Fabrication Installation Page 4 Bidder's Initials BID # 071-02/VK lL� TITLE: SILENT WINGS MUSEUM EXHIBIT FABRICATION AND INSTALLATION DATE SENT/ PLANS .: COMPANY NAME COMPANY ADDRESS a PHONE. i FA?CfJ1�IBR� Ally' A11>1 ADD ADII INITIALS SENT�.A ,�.. #2 #3 04 a c ��r5�z«4> �o� r� �goo y q 10 ��V-ev � PAA-A fi 1 s .. E-mail Address E-mall Address,u Email Address BID # 071-02/VK TITLE: SILENT WINGS MUSEUM EXHIBIT FABRICATION AND INSTALLATION 1Vcr DATE 3 j Y vF' 3r AP"N3 S>$. k' u.., :•..' M,;I. 119 rit.i �l`.�4�t°.:.' S i yi. .,'��q k!' &'2ck 1t' f "h i~ 'A.x.;" i, 7Svd S�`•sa'..h•-.S+fN a C i ! 6c£ �. av� S' iMTI aE1r 1 g S L, a F., VIM -0 �14 VI L $1dg Ia, s c I(-oo -7(,a - 3-7(00- (-d'w C'a 3a►na..�s1L,c � �d�, A `1805 Qi .�, �BoDj (cor ►�. �� �t chi i� 1 � r ,� �5 '.. 43 .,..n',,Y i4?::.,: J.+, P. ..P`pyU,'x»".,'.vz^a�rt .tgs TS.i.. "L;�" ? pn. 'AY 'fi?'1,4. t"F i.�m;Sh.Ft ✓V.h3 :"+{S: hro .k`r?1i, r}'��eli.. a�:'ti'` ,"cb?Ed��"i$'; >"�'�$��aY •�e 1iL, 2` :.i }S' o`?•F1.�.�'i�e[ .tr, "Y .7T �x �',y, � ��,�� ��'w,. .i USA WSA -- /D N lea -' I77 S 7 E-mail Address`« , cc I �qqo S,�11- (o31 E-mail Address.` 1,,bqt LJ. ftcUtI4�y, a1 egg ' Tq- V C,-, Ct E-mail,Address 4,,< y - BID # 071-02/VK TITLE: SILENT WINGS MUSEUM EXHIBIT FABRICATION AND INSTALLATION DATE SENT/ k.:PI:�NS j� v :;COMP NAMES }. �, j� �`� CO�uDDRE3S `v' , ADD F K. yx '• INITIALS 5' SENT, . lift, C fYlo�.b�nc. sp1,r 503 La. -� �� �j-�1 ► n r�(�i, �►I7. 3oo3s �,lk t ., Email Address�X 1 ;,a�g ..N- v b ; .. _ ,. �7:. }�� x -k�A�A s.?� aMe.°z.:yk Sit"+�:: 5#,'t SAS + lOb E ma 1 Address. : �. � .� � ~n r< EDE 3-)qo w• -7� �1'13) ct4o,- F2gnc, �t CooLo ag --i5 cam•+ fy. E-mail Address i1 E=maUAddress �.����,„� _ Faa n- -+ 58�5 Sod) 6; I (0—) 5 � D40o l.io V c o o, o(L x . C;20q °►'1035 BID # 071-02lVK TITLE: SILENT WINGS MUSEUM EXHIBIT FABRICATION AND INSTALLATION M tt"'{t :^M. a .;,+3,�5:-,yy,�� COY �. , �$i g%t�k� ,�{ zY ftMT wi+ �1�7L'{\itltt."Y'ti��� Qy����}37,v c�, `4�!i'.. !•"'�S. �i iki ft 2 iE #t(fp'. a 3.. h.k`P;i "Y",✓=°'3�u Ey ,"6,, b�'�I '<', MoUJL- r 14 • � ,k ��'� � : � �, ��: �: � ��'��� , � $�� ,�E-mai �Atldress �:. ��� , �� x Fj4�.: ,� .a. -r,"-:A.p f. a:. '3` -.._. y, � E I �4d ress` �? s .L✓e, .,.. ,, . .. 74, x Voni0,, MX7 g8150 "t"�� :., • E-mad Agd�ess G�c QUID- 0-40 POW E-mail Add r.� s,x+'v&t.Y _ ^�'`a y. e'�:.F •' bns, r134 Mo ! 60-6) � E-maii,Address; ::: � � � ��, a � � • �� FYI. � ZKon f*k bleb) 134 lz b+- lr—� L fte," , Co A 4v6 - q C180 1 n of— I 30o1s o ITB #071-02NK — Addendum #4 City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 1625 13TH STREET LUBBOCK, TEXAS 79401 PH: (806)775-2167 FAX: (806)775-2164 http://purchasing.ci.Iubbock.tx.us ADDENDUM #4 ITB #071-02NK SILENT WINGS MUSEUM EXHIBIT FABRICATION & INSTALLATION 1 MAILED TO VENDOR: April 15, 2002 CLOSE DATE: April 23, 2002 @ 3:00 p.m. (CST) THE FOLLOWING ITEMS TAKE PRECEDENCE OVER SPECIFICATIONS FOR THE ABOVE NAMED INVITATION TO BID (ITB). WHERE ANY ITEM CALLED FOR IN THE ITB DOCUMENTS IS SUPPLEMENTED HERE, THE ORIGINAL REQUIREMENTS, NOT AFFECTED BY THIS ADDENDUM, SHALL REMAIN IN EFFECT. 1. Q. Is there (1) Donor Wall Plaque or (2) Donor Wall Plaques? Bid Submittal list specifies 1 and plans call out 2. A. There is one (1) Donor Wall Plaque. 2. Q. On the Bid Submittal list in section 1.8 there is a reference to 1 Graphic Stand. We cannot find a Graphic Stand anywhere on the plans in this area. A. There is a graphic stand at the Class A Uniform Figure. The Bid Submittal Form is correct, the 3. Q. plans are not. In the drawings 3/EX1.2, we do not see the graphics for the Glass Wing Wall on the Bid Submittal list. Should we add it? A. Yes, we should add the graphic for the Glass Wing Wall to the Bid Submittal list. 4. Q. What size is the D-Day cut-out in Area 3 and what is the substrate. Can we get more information in order to bid the installation? 1 A. The glider cut-out is simply a framed artifact that the Owner will be responsible for. It is the 1 framed canvas aircraft insignia cut from a glider that landed at Normandy. Museum staff will oversee its installation. No special fabrication or work is required on the part of the bidders. 5. Q. In Area 3-the Machine Gun Nest (#3.4 on the Bid Submittal list), we see two figures specified in the drawings that are not listed on the Bid Submittal list. Should we add them? A. Yes, these two figures should be added to the Bid Submittal Form document. The specs for these r figures are in the Exhibit Graphics section of the Specifications (Section 10440). 6. Q. In Area 5, the Bid Submittal list specifies the Contractor will install the glider and drawing 5.0 specifies the Owner will install the glider. Which one shall we assume? ` A. Museum and airport staff (Owner) will be responsible for all glider installations -- the TG-4 training glider in Area 5, the full CG-4A in Area 8 and the partial glider in the Area 4 landing tableau. This latter partial aircraft will however, not be cutting an aircraft: rather Owner will build and assemble components for this partial glider including the cockpit, wings and front section of fuselage. Most of this is already developed from a temporary exhibit that was in the Lubbock International Airport public area. The TG-4 will be suspended from the ceiling structure. ( 7. Q. In Area 6.4, The Classroom, should we include painting the walls as part of the scope of work of j the Barracks (7.1) or should it be a separate line item on the Bid Submittal list? A. Painting the walls should be part of the scope of work for The Classroom (Area 6.4). Please add this to the Bid Submittal Form section 6.4. 071-02NK.doc ITB #071-02NK — Addendum #4 1 8. Q. Is there a detail on the text panel for Case Type "B" (6 of them)? A. The "text panels for Case Type B" were incorrectly labeled in the Bid Submittal Form. They _. should be named "text panels for Operations Wall," which is what they are on the drawing set, j 3/EX8.6. Please change the name in the Bid Submittal Form to say "text panels for Operations I wall." 9. Q. Between EX.01, EX.02, 2/EX1.5, and 1/EX1.5, there is a number of discrepancies as to the actual location of the Donor Plaque, the History of the Silent Wings Museum graphic panel and the USAAF Organization Chart. The references are not consistent between these four panels. Can you please clarify the actual locations of these three graphic components? A. The references for 1/EX1.5, 2/EX1.5, and 3/EX1.5 are incorrect on sheet EX.02. Please refer to sheet EX.01 for exact locations of the Donor Plaque, History of Silent Wings Museum, and USAAF Organization Chart panels. j 10. Q. 3/EX8.6 shows text panels for the Operations Wall. This appears to be missing on the Bid ( Submittal List, should we add it? A. The "text panels for Case Type B" were incorrectly labeled in the Bid Submittal Form. They "text should be named panels for Operations Wall," which is what they are on the drawing set, 3/EX8.6. Please change the name in the Bid Submittal Form to say "text panels for Operations wall." y 11. Q. Who is responsible for the installation of the Glider in Area 4.0, the Contractor or the Owner. If it's the Contractor, will we be doing the necessary cutting of the Glider in order to scribe it to the wall as shown on the drawings? A. Museum and airport staff (Owner) will be responsible for all glider installations -- the TG-4 training glider in Area 5, the full CG-4A in Area 8 and the partial glider in the Area 4 landing tableau. This latter partial aircraft will however, not be cutting an aircraft: rather Owner will build and assemble components for this partial glider including the cockpit, wings and front section of fuselage. Most of this is already developed from a temporary exhibit that was in the Lubbock International Airport public area. The TG-4 will be suspended from the ceiling structure. 12. The dimensions and specs for the Guenschel Cases (Case Type "A" and Case Type "B") are correct in the drawing set. However, the Model Numbers are incorrect. The correct model numbers should be TS06030-6 for Case Type A; VN06036-B6 for Case Type B. HOK has been in contact with Helmut Guenschel to clarify the model numbers and specs. There is no need for bidders to recontact Helmut Guenschel. 13. Section 28 CONTRACTOR'S INSURANCE, under General Conditions of the Agreement, third paragraph reads: "The insurance certificates furnished shall name the City of Lubbock as an additional insured. It shall be the contractors responsibility to provide to the owner all proof of coverage insurance documents including workers compensation coverage for each subcontractor." The third paragraph is revised to read: `The Certificates of Insurance furnished by the Contractor and Subcontractors shall name the City of Lubbock as an additional insured. If no subcontractors will be used, said insurance certificate shall be accompanied by a written statement from the Contractor stating to the effect that no work on this particular project shall be subcontracted." All requests for additional information or clarification must be submitted In writing and directed to: Victor Kilman, Purchasing Manager City of Lubbock 4 P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to: (806)775-2164 } 071-02NK.doc i ITB #071-02NK — Addendum #4 or Email to: vkilman@mail.ci.lubbock.tx.us THANK YOU, CITY OF LUBBOCK Victor Kilman Purchasing Manager 071-02/VK.doc 11, .;71-02NK —Addendum #3 i City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 1625 13T" STREET LUBBOCK, TEXAS 79401 PH: (806)775-2167 FAX: (806)775-2164 http://purchasing.d.lubbook.tK.us MAILED TO VENDOR: CLOSE DATE: ADDENDUM #3 ITB #071-02/VK SILENT WINGS MUSEUM EXHIBIT FABRICATION & INSTALLATION April 11, 2002 April 23, 2002 @ 3:00 p.m. (CST) THE FOLLOWING ITEMS TAKE PRECEDENCE OVER SPECIFICATIONS FOR THE ABOVE NAMED INVITATION TO BID (ITB). WHERE ANY ITEM CALLED FOR IN THE ITB DOCUMENTS IS SUPPLEMENTED HERE, THE ORIGINAL REQUIREMENTS, NOT AFFECTED BY THIS ADDENDUM, SHALL REMAIN IN EFFECT. 1. The Contractor shall provide full equipment warranties for products as specified by manufacturer. 2. General Instructions to Bidders, Section 13.4.3 is changed to read: 13.4.3 Detailed Project Delivery Schedule AN requests for additional Information or clarification must be submitted in writing and directed to: Victor Kilman, Purchasing Manager City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to : (806)775-2164 or Email to: vkilman@mail.ci.lubbock.tx.us THANK YOU, CITY OF LUBBOCK 1 /�'1►+ ,, Victor Kilman Purchasing Manager IT. 71-02NK — Addendum #2 City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 1625 13TH STREET LUBBOCK, TEXAS 79401 PH: (806)775-2167 FAX: (806)775-2164 hftp://purchasing.cl.lubbock.tx.us ADDENDUM #2 ITB #071-02/VK SILENT WINGS MUSEUM EXHIBIT FABRICATION & INSTALLATION MAILED TO VENDOR: April 10, 2002 CLOSE DATE: April 23, 2002 @ 3:00 p.m. (CST) THE FOLLOWING ITEMS TAKE PRECEDENCE OVER SPECIFICATIONS FOR THE ABOVE NAMED INVITATION TO BID (ITB). WHERE ANY ITEM CALLED FOR IN THE ITB DOCUMENTS IS SUPPLEMENTED HERE, THE ORIGINAL REQUIREMENTS, NOT AFFECTED BY THIS ADDENDUM, SHALL REMAIN IN EFFECT. 1/EX02 — Reference: 1/EX1.2 should be 1/EX1.3 1/EX1.1 — Mural is 9'-0" high (not 9'-7" as shown) 1/EX1.3 — All murals are 9'-0" high (not 9'-5" as shown) 1/EX7.0 — Built -out wall is drywall construction, and is 9'-0" high (not 1 V-0" as shown) EX8.2/NOTE — Exhibit table — graphic face, qty: 8 (not 10) 1/EX8.4 — Typical graphic stand panel is 18" x 16" (not 18" x 17") 2/EX8.6 — Labels, both tent and flat style, are printed in one color (black) on heavy, cream -colored, 100% rag card stock. All requests for additional information or clarification must be submitted in writing and directed to: Victor Kilman, Purchasing Manager City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to: (806)775-2164 or Email to: vkilman@mail.ci.lubbock.tx.us THANK YOU, CITY OF LUBBOCK Victor Kilman Purchasing Manager 071-02NK.doc ITL 1-02NK — Addendum #1 City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 1625 13T" STREET LUBBOCK,TEXAS 79401 PH: (806)775-2167 FAX: (806)775-2164 http://purchasing.ci.lubbock.bc.us ADDENDUM V ITB #071-02NK SILENT WINGS MUSEUM EXHIBIT FABRICATION AND INSTALLATION MAILED TO VENDOR: April 9, 2002 CLOSE DATE: April 23, 2002 @ 3:00 p.m. (CST) THE FOLLOWING ITEMS TAKE PRECEDENCE OVER SPECIFICATIONS FOR THE ABOVE ;. NAMED INVITATION TO BID (ITB). WHERE ANY ITEM CALLED FOR. IN THE ITB DOCUMENTS IS SUPPLEMENTED HERE, THE ORIGINAL REQUIREMENTS, NOT AFFECTED BY THIS ADDENDUM, SHALL REMAIN IN EFFECT. 1. Complete bid documents may be obtained by contacting the City of Lubbock Purchasing Department, 1625 13' Street, Lubbock, Texas 79401 (806) 775-2167 or download documents at h ttA://Aurchasing. ci.lubbock. &. us. All requests for additional information or clarification must be submitted in writing and directed to: Questions may be faxed to: or Email to: Victor Kilman, Purchasing Manager City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 (806)775-2164 vkilman@mail.ci.lubbock.tx.us THANK YOU, CITY OF LUBBOCK Victor Kilman Purchasing Manager PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID. 071-02NK.doc ITB #071-02NK, Silent Wings Museum Exhibit Fabrication and Installation INVITATION TO BID Lubbock International Airport DATE: April 4, 2002 City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 1625 13TH STREET LUBBOCK, TEXAS 79401 PH: (806)775-2167 FAX: (806)775-2164 http://purchasing.ci.lubbock.tx.us PLEASE FILL IN COMPANY NAME & ADDRESS IN THE Exhibit Works, Inc. 13211 Merriman Road Livonia, MI 48150 734) 525-9010 ITB #071-02NK BID CLOSING DATE April 23, 2002 CLOSING TIME 3:00 p.m. PRE -BID MEETING DATE April 16, 2002 PRE -BID MEETING TIME 9:00 a.m. PROCUREMENT OFFICER Victor Kilman THE CITY OF LUBBOCK RESERVES THE RIGHT TO ACCEPT OR REJECT ANY AND ALL BIDS IN WHOLE OR IN PART AND i WAIVE ANY INFORMALITY IN THE COMPETITIVE BID PROCESS FURTHER, THE CITY RESERVES THE RIGHT TO ENTER INTO ANY CONTRACT DEEMED TO BE IN THE BEST INTEREST OF THE CITY. DESCRIPTION OF INVITATION TO BID This document constitutes a request for sealed bids from responsible bidders to r provide Silent Wings Museum Exhibit Fabrication and Installation to Lubbock I International Airport, THE BIDDER HEREBY ACKNOWLEDGES RECEIPT OF.,AND AGREES ITS BID IS BASED ON THE FOLLOWING ADDENDA: 913Lki #2 . '-hl #3 X ' i-t #4 . � )l i #5 ' (,,"(Please Initial) #6. ,{ IN COMPLIANCE WITH THIS SOLICITATION, THE UNDERSIGNED BIDDER HAVING EXAMINED THE INVITATION TO BID AND SPECIFICATIONS, AND BEING FAMILIAR WITH THE CONDITIONS TO BE MET, HEREBY SUBMITS THE FOLLOWING J BID FOR FURNISHING THE MATERIAL, EQUIPMENT, LABOR AND EVERYTHING NECESSARY FOR PROVIDING THE ITEMS LISTED ON THE ATTACHED BID SUBMITTAL FORM AND AGREES TO DELIVER SAID ITEMS AT THE LOCATIONS AND FOR THE PRICES SET FORTH ON THE BID SUBMITTAL FORM. AN INDIVIDUAL AUTHORIZED TO BIND THE COMPANY MUST J SIGN THE FOLLOWING SECTION. FAILURE TO EXECUTE THIS PORTION MAY RESULT IN BID REJECTION. Signature -� 7 ` Title Chief Operating Officer Print Name Donald Mascot Date April 294, 2002 PLEASE RETURN THIS PAGE ALONG WITH THE ATTACHED BID DOCUMENTS AND ANY ADDENDA. 1 02SilentWingsBV.doc Lubbock International Airport BID SUBMITTAL ITB #071-02NK Refer to Drawing EX.00 QUANTITY T- UNIT COS----r- CASEWORK SPECIALTY GRAPHICS MURALS 1 INTRODUCTION 1.1 History of Silent Wir:Fq �Museum-----'! Graphic Panel 1 Each I 1511 $1,511 1-.2 1 Donor Plaque 1-1 Each i 5450 $5,450 —inHallw—ay —1.3.- P-o-st-e-r-s -7--ffintry —5Each $7,485 1.4 Area Murals i 1 Lot 40,230 Bumpout 1 1 Each 712 $712 1.5 "A TURNINGPOINT" Mural 1 Lot 5008 $5,008 Graphic Panels 5 Each 320 $1,600 1 Text Panels 5 Each 215 $1,075 F-- . .. ....... Mural 1 Lot 5008 $5,008 Graphic Panels 10 Each 185 $1.850 Map Markers 70 Each 25 $1,750 Glass Wing Wall silkscreen graphic 1 Each 3219 $3,219 1.7 Military Aviation & Glider History Timeline Mural 1 Lot 6480 $6,480 Graphic Panels 126 Each 185 $23,310 1.8 Airborne / Class A Uniform Figure 1 Each 20-6-6, -$2,066 Platform 1 Lot $3,200 Graphic Stand 1 Each 720 $720 Sign (South Plains AAF) 1 Each 3312 $3,312 2. —HNl CHANGINGEXHIBITS - - — Silent Wings Museum Exhibit Fabrication Installation Page 1 Lubbock International Airport BID SUBMITTAL ITI3 #071-02NK Refer to Drawing EX.00 QUANTITY— UNIT COST CASEWORK SPECIALTY -43-0-0 GRAPHICS MURALS Casework, Type A 2 Each$8,600 Changeable Headline Panel I Each 519 $519 Theater Name Panel 1 Each 650 $650 I - Theater Exit Sign I I Each 650 —Theater Start Button Panel 1 Each 811 $811 - Case Construction I Lot 24402 $24,402 - Mountinq Hardware Text Panels 1 1 Lot 3000 $3,000 1 3 Each 466 $1,398 Headline Graphics (Dimensional Letters) 1 Lot 1200 $1,200 Silent Wings Museum Exhibit Fabrication Installation Page 2 Lubbock International Airport BID SUBMITTAL ITB #071-02/VK Refer to Drawing EX.00 -�_ ---- QUANTITY I UNIT COST CASEWORK_ SPECIALTY i GRAPHICS_ MURALS 3. GLIDERMEN IN COMBAT 3.1-Operations (Curved Wall) - Casework, Type B 6 Each 6310 $37,860 -Graphic Panels, Large _ ; 2 Each 591 -� $1,182 _ - Graphic Panels i 20 Each j _ 320 $6,400 j - Murals 1 Lot 24679! $24,6_79 _ _ - Graphic Stand (_For Bicycle) 1 1 Each 1 720 T _ _ $720 _ _ _I _ - D-Day Cut Out (Install Only) 1 Lot 120 $120 3.2 Gliderman / Combat - Figures 1 3 Each ! 2066 i $6,198-�— _ _ Platform 1 Lot 1 4500 $4,500 Exhibit Table/Graphics 1 Each 390 $390 - Exhibit Tables/AV Hardware Install 2 Each 7600 $15,200 - ----- 3.3-- Tactical Glider Operations- - ._.__ ._ _ --t-- ---- - - i — - _ Paint Wall - --- ---i 1 Lot -- 612 --- --- $612 Casework,Type A 6 Each 4300 $25,800 - Title (Dimensional Letters) 1 Lot 1200 $1,200 Bumpout' _ 1 Each 620 $620 3.4 Machine Gun Nest _ - Mural - __ - 1 Lot 6004 $6,004 - Artificial Plant Material (Hedgerow) 1 Lot 1500 $1,500 _ — - Graphic Stand _ - 1 Each 720 $720 - Figures 2 Each 2066 I —_$4,132- 3.7 Dozer - Graphic Stand 1 Each 720_ $720 1 - ---,LANDING 4 ------------------------ TABLEAU---------------------------- --------------- 4.1 - Paint Wall 1 Lot 911 $911 Silent Wings Museum Exhibit Fabrication Installation Page 3 Lubbock International Airport BID SUBMITTAL ITS #071-02/VK Refer to Drawing EX.00— i QUANTITY UNIT COST • CASEWORK i SPECIALTY GRAPHICS MURALS _ - Diorama Elements — `1 Lot 7118 r $7,118 _ - Glider, Install Only 1 Lot 300 - - -- - - - --- - - -'-- -- - Figures 2 Each 2066 $4,132 _- _ Graphic Stand 2 Each 720 $1,440 - Lighting I 1 Lot 8500 $8,500 - Audio Equipment & Recording - 1 Lot i 4100 _-� $4,100 ...-.___- 5.1 - - Exhibit Table With Graphics_ __ 3 Each _ 7600 - $22,800 - - Crowd Control Device 2 Each 800 -Glider. Hanging (Install Only) --_— ; 1 Lot i 2119 $2,119 - - --- - 6.1 - --T-- _-.__ rain--ing --Exhibit, Curved Wall-- -- (2_Sided)— - - - ---- -- --- - - - --- -- Wall Construction 1 Lot 2800 $2,800 _ Paint Walls - 1 Lot - Mural 1 Lot 3200 i $3,200 6 6.2 i Link Trainer ^----- I - ------------------- - -- — - - - - - -- --- - - ---- _Graphic Stand 1 Each r -- - - — 720 - $720 — 6.3 Glidermen Everyday - -- -- - --- - - Figures 2 Each j- 2066 $4,132 - - -- - Platform 1 Lot 3200 $3.200 - Exhibit Table With Graphics 1_Lot_ i 390 $390 - Exhibit Table/AV Hardware Install 1 Lot 7600 $7,600 - 6.4 Classroom --- -- i-------- - — ------------ --- - - Casework, Type A 2 Each 4300 $8,600 - Graphic Panel 1 Each 320 $320 _ _ Blackboard 2 Each T 1700 $3,400 - Paint Walls 1 Lot 715 $715 7. :BARRACKS TABLEAU — -- - -- -- ------ -- 7.1 ----...._.._...----- Barracks Silent Wings Museum Exhibit Fabrication Installation Page 4 Lubbock International Airport BID SUBMITTAL ITB #071-02NK Refer to Drawing EX.00 i I QUANTITY UNIT COST CASEWORK_ — SPECIALTY GRAPHICS MURALS - Window (2 Sided) 1 Each 8 05 ' _ - Windows 2 Each _ 400 _$850 $800 - --' - Exposed Studs - --- — - 1 Lot 320 ----- $320 ---- -- - - Paint Walls 1 Lot I 300 - $300 - Clothes Racks i 3 Each 200 $600 _ <- - Footlocker -- Plex Covers - i 2 Each 1 120 - - - ---- - ----- $240 - -- -- --- _ Graphic Panels- Gra hic Stand � 2 Each 1 Each - 200 720 i $400 i — _ 8. ':THE GLIDER 8.1 — 8.2 Glider—,------------------- __ - GraphicStand- — -- Restored Cockpit - Base Construction -- 2 Each ---- 1 Lot - 720 - - 3200 --1,440------ -- --- -- -- $-3,200 _ ----- - -- -� - —I - - ------ 8.3 - Exhibit Table With Graphics - - --- - ---- --- - - ---- CG-4A Design Development - Mural ---- --_ 1 Lot 1 Lot - -6400 i 11182 -- $6 400 $11,182 - Graphic Stand - Plex Tops for Drafting Tables - Emblems 2 Each 2 Each 4 Each 720 320 1500 $1,440 $640 $6,000 8.4 South Plains Army Airfield Exhibit Table With Graphics _ 2 Each 3200 $6 400 8.5 Tow Planes & Pilots - Graphic Panel 1 Each 1511 _ $1,511 9.0 PEOPLE WALL - - Display Panels _- .GENERAL — - Object Labels, Tent Style - Object Labels, Flat Style 2 Each --- ----- ----- ----_— 50 Each 100 Each 950 12 3 ----------------- $1,900 -- - -- $600 _ --- --- $300 Silent Wings Museum Exhibit Fabrication Installation Page 5 Lubbock International Airport BID SUBMITTAL ITB #071-02NK Refer to Drawing EX.00 QUANTITY UNIT COST CASEWORK SPECIALTY GRAPHICS MURALS Panels for tas-e-Type —A -Small TextPanels i 20 Each 221 $4420 Text Panel for Operations Wall 6 Each 301 $1,806 Graphic Angled Floor Stand 6 Each 690 $4,140 —1 ISUB-TOTALS $153,420 $113,911 $68,867 $101,791 Silent Wings Museum Exhibit Fabrication Installation Page 6 Lubbock International Airport BID SUBMITTAL ITB #071-021VK Refer to Drawing EX.00 QUANTITY UNIT COSTS CASEWORK SPECIALTY GRAPHICS_ MURALS ',TOTAL BASE BID: _ i ' $437,989 — T_---- BID OPTIONS: ----- Graphic Stand -- Additional j 5 Each 720 ! $3,600 Exhibit Table/Graphics — Additional ! 5 Each 320 $1,600—�— ! Alternate Casework (Voluntary), Type A 10 Each j na_ j na — —� —T - ; - —— ----- - Alternate Casework (Voluntary), Type B 6 Each na na - ---- --- ----- NOTE: Include all installation, shipping costs and contractor mark-ups in line item pricing. Insert Bid Price in the Unit Cost column and the extended _ amount in either the Casework, Specialty, Graphics, or Murals column where indicated by an The Bidder, in compliance with your Invitation to Bid for the construction of a SILENT WINGS MUSEUM EXHIBIT FABRICATION AND INSTALLATION, having carefully ---examined the plans. specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all ---- of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies F.O.B. Lubbock, Texas; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated above. The price shall cover all expenses incurred in performing the work required under the contract documents. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated. Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to fully complete the project within ONE HUNDRED THIRTY-EIGHT CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of FIVE HUNDRED DOLLARS ($500.00) for each consecutive calendar day in excess of the time set forth herein. --The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. i Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total '.amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within fifteen (15) days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is 'accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within Silent Wings Museum Exhibit Fabrication Installation Page 7 Bi( Lubbock International Airport BID SUBMITTAL ITB #071-02NK to Dravvina EX.00 QUANTITY j UNIT COST ' CASEWORK I SPECIALTY i, ` GMURALS fifteen days a e� the atof eeiio written notification o acceptance o saif6ith6sesaic eor bon shall eACoSdesigne upon demar Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with theNotice to Bidders. Signature DAVID DETAVERNIER Printed or Typed Name EXHIBIT WORKS :Company 13211 MERRIMAN RD. LIVONIA, MI. 48150 Address 04/24/2002 Date / 525-9010 (Seal if Bidder is a Corporation) ATTEST: Silent Wings Museum Exhibit Fabrication Installation Page 8 Bic EXHIBIT WORKS, INC. GENERAL SUMMARY Exhibit Works is a full service custom exhibit firm with the complete capability to produce quality museum exhibits. In 1979 Dominic Silvio opened Exhibit Works at: 13211 Merriman Road, Livonia, MI. We are still at the same location. Dominic remains the sole proprietor and has begun an employee stock ownership plan. Staff Our full time staff is 100 persons: i - 5 designers - 2 graphic designers 8 engineers 7 production managers - 85 trades people (full-time) 1 - 50 office, management, accounting and sales staff 1 We have the resources, contacts, space and reputation to double our manufacturing staff, if needed. Insurance Exhibit Works currently has the ability to be bonded for over $10,000,000.00. We are fully insured through: ssociates, Inc 2425 Fran Bloom ills, an 48302 ( -388 4343 Tax ID Our Federal Tax Identification: 38-2259644 �iR1FFil�,SM�L�� L�ILK�'T�-�r( TA ZP_ 1 i N L-i-MN Zitg . z4_7 1 • 0`17c) Bank Reference EW I has a substantial line of credit available through Citizens Bank Citizens Bank 3271 Five Points Drive Ste 107 Auburn Hill, MI 48326 Contact: Steven C. Kosuda (248) 377-1100 Telephone (248) 377-1062 Facsimile Financial Auditors Wright Griffin Davis and Co. 400 First National Building 201 S. Main Street Ann Arbor, MI 48104 Contact: V. Keith Ludwig (734) 761-2005 (734) 483-2883 EXHIBIT WORKS, INC. MUSEUM DIVISION Overview and Methodology We create immersive exhibit experiences that engage, educate and entertain, extracting all the best from our varied experience to communicate core themes in compelling and memorable ways. From full -service operations in Livonia, Michigan and Foothill Ranch, California —we produce custom environments for museums, tradeshows, autoshows and corporate facilities. The specialized expertise of our dedicated museum designers, writers, researchers and project f managers are enhanced by company -wide technologies and skills developed through two decades of work that has included the private sector. This combination gives our museum specialists the support required to execute the vision of any museum project with accuracy and efficiency. Our ability to integrate capabilities, processes, materials and disciplined budget control systems learned from our work with tradeshow and autoshow clients —to benefit the development of custom museum exhibits —is unique in the exhibit industry. Museums Our team embraces the context of each exhibit program and the perspective of the institution. We partner with the museum team throughout the planning and design process —a partnership that continues through engineering, fabrication and installation —with an ongoing review process for budget analysis and approvals. Planning i Our museum team understands and actively participates in the critical planning stages of our clients' projects. The process begins with team building and addresses exhibit content, design development, budget allocations, production planning and timelines. Graphics Design Our experienced Graphic Designers are sensitive to the varying types of content in museum environments. They create compelling images and compositions that enhance the content but never loose sight of the basics - readability, font selection, contrast and clarity. Most design work is in digital format, allowing ideas to be shared and reviewed easily and utilizes Adobe Illustrator, Photoshop and other industry standards. -` The graphic approval process is well defined and assures all parties a timely opportunity to 1 review and resolve any issues. Time and effort invested here protects against costly production changes. II Final Design and Specification Working with the established designer, Exhibit Works will generate floorplans, appearance drawings, and ultimately graphic format drawings if required. We will strive to maintain the integrity and message the design communicates while offering value added options to assist in meeting the budget and providing more for less. Engineering Engineering development is an ongoing aspect of the final design process. Our staff is noted for frealizing "out of the box" solutions while assuring high quality and durability through practical details, materials and the prudent use of purchased components. Utilizing AutoCAD engineering systems, our experienced engineers implement the final design with accuracy and efficiency paying close attention to code, safety and other regulatory considerations. Fabrication Multidisciplinary pre -production meetings to resolve all fabrication issues launch the fabrication phase. Skilled tradesmen combine years of real world experience with cutting -edge technologies —including a GERBER MAXX large format printer, CNC router and WaterJet cutter —to craft beautifully finished, fully realized exhibits. At every step, we monitor design intent, performance expectations and budget requirements, and encourage our clients to visit our shop during fabrication to assure themselves as well. Installation and Final Acceptance Understanding that professional management and safe handling of all exhibit properties and artifacts are fundamental to project success, the shipping and delivery cycle is initiated. Incorporating key members of the original fabrication team and dedicated field supervisors, installation progresses along a detailed schedule. As with all phases of the project, client participation is essential, so installation culminates in the review and punch list process. At the close of the project, multiple sets of construction drawings, operation, cleaning and maintenance manuals and warranty documents are supplied to the client project team. EXHIBIT WORKS, INC. PROJECT TEAM Exhibit Works is very proud of the team who would be spearheading the exhibit design, fabrication and installation for the Silent Wings Museum For the City of Lubbock, Texas. Dave Dekker Vice President - Exhibit Works, Inc. Education: 1974 B.S. Product Design, University of Michigan, College of Architecture and Design, Ann Arbor, MI Employment: 1974-75 Design Engineer, Cox Instrument, Lynch Corp, Detroit, MI 1976-77 Design Engineer, A.A. Gage Division, USI, Femdale, MI 1977-80 Staff Product Designer, Sundberg-Ferar, Inc., Southfield, MI 1980-82 Senior Associate Designer, Sundberg-Ferar, Inc. 1982-85 Account Executive, Design Craftsmen, Inc., Midland, MI 1986-91 Account Manager, Design Craftsmen, Inc. 1991 Vice President - Exhibit Works, Inc., Livonia, MI Dave Dekker joined Exhibit Works, Inc as Vice President for Design and Engineering. Calling on his design training and work experience, Dave has successfully balanced the need for exhibits to be both striking in their architecture and functional as genuine communication tools. By embracing the fundamental strategies in the objectives, he helps guide the exhibit design effort to its proper, focused conclusion. Last year, the unique challenges of EWI's growing Museum Division called on his experience. Dave joined the museum team with a genuine passion for communicating ideas and information: "...museums present us the opportunity to really engage the visitor's senses. Leaming experiences that might need to be scaled back in a temporary exhibit installation can be explored and developed to much more effective level. Budget realities will always guide us but the timeframes and permanence of museum work make a significant difference if you understand how to use it. Our team does, and we feel really good about our work and the feedback we get from the visitors and from our clients." Allison Monan Project Manager, Museum Division - Exhibit Works, Inc. Education: .;, 1997 Bachelor of Fine Art, University of Michigan School of Art and Architecture- Ann Arbor, Michigan Employment: 1995-97 Freelance Artist, APT Consulting, Ann Arbor, MI 1996 Exhibit Design Intem, Smithsonian, National Museum of American History- Washington DC 1997-98 Exhibit Fabricator, Taylor Studios Inc., Rantoul, IL 1998-00 Project Coordinator- Museum Division, Exhibit Works, Inc., Livonia, MI 2000 Project Manager- Museum Division, Exhibit Works, Inc., Livonia, MI Allison brings a unique mix of talents to the Exhibit Works team. Her combination of fine -art background and hands-on shop fabrication allow her to speak effectively to the design team and shop fabricators. Her organizational skills and knowledge of the latest scheduling and budgeting software allow her to track a project and insure that it will be completed on time and on budget. She has proven to be successful at f assisting museum clients who need to refine their content by asking effective questions regarding the ? audience and the objectives. George St. Pierre Director of Creative Services - Exhibit Works, Inc. Education: 1984-90 Henry Ford Community College, Dearborn, MI 1990-91 Lawrence Technology University, Southfield, MI Present University of Phoenix Employment: 1989-96 Architectural Design/Detailer- Finnicum Brownlie Architects, Inc., Franklin, MI 1996-99 Engineer- Exhibit Works, Inc., Livonia, MI f 1999-01 Director of Engineering- Exhibit Works, Inc., Livonia, MI 2001 Director of Creative Services Through his years as Engineer and the Director of that department, George has had the opportunity to work with designers and has shown `out -of -the -box" production thinking that enables creative construction. As Director of Creative Services George over -sees all of the Design, Graphic Design, Engineering and Purchasing done at Exhibit Works. He has proven to effectively maneuver the process of taking a dynamic design and translating it into well -fabricated exhibit. It is this step of taking dreams and turning them into reality that cannot be underestimated in the exhibit design/fabrication process. Tina Miller Engineering Department Manager - Exhibit Works, Inc. Education: 1989 Assoc., Arts and Science, Ferris State University, Big Rapids, MI. 1993 B.S., Interior Design and Architecture, Michigan State University, Lansing, MI. 1994 AutoCAD certification, Lansing Community College, Lansing, MI. Employment: 1993-94 Interior Designer, Barrons Window Coverings, Lansing, MI 1994-96 Architectural Drafting, freelance 1996-01 Engineer, Exhibit Works, Inc., Livonia, MI 2001-present Engineering Dept. Manager, Exhibit Works, Inc., Livonia, MI Tina Miller joined Exhibit Works, Inc as engineer and floor plan designer. She was an active member of the engineering team on a variety of projects including the North American International Auto Show, Automotive Hall of Fame, St. Louis Science Center, and the Detroit Zoo. In her capacity as Department Manager, she brings excellent organizational skills and design sensitivity to the engineering discipline and is responsible t�. for assigning and monitoring all major projects. ,r I Raymond LeDuc Senior Engineer — Exhibit Works Education: 1972 Associate Degree, Tool Manufacturing, Washtenaw Community College 1993 Versa CAD Certification 1998 AutoCAD Certification, Solid Modeling 1999 AutoCAD Certification, Auto Lisp Applications Employment: 1972 — 78 Unistrut Corp. (Engineer / Metal Framing/Roof System/Installation Specialist) 1978 — 87 Unistrut Detroit (Engineer / Mich. Sale/Installation Office) 1987 — 93 Exhibit Works (Engineer / Floor Plan/Construction Specialist) 1993- 98 Exhibit Works (Engineering Manager /Michigan Division) 1998 — 02 Exhibit Works (Senior Engineer MI / CA Divisions) Raymond LeDuc joined Exhibit Works in 1987 and has combined over 25 years of engineering experience and expertise. Raymond has taken the lead roll in the management of some of Exhibit Works' major build projects. His project responsibilities have included Museums, Trade Shows, Auto Shows, Office Lobbies and Outside events. Ray has the ability to balance creative, cost-effective engineering solutions with a genuine appreciation and commitment to the integrity of the design. EXHIBIT WORKS, INC. CURRENT AND PAST WORK (References Included) Exhibit Name: Benson Ford Artifact Case Client: HENERY FORD MUSEUM & GREENFIELD VILLAGE Location: Dearborn, MI- Feb 2002 Budget: $50,000 Contact: Judy Endelman (313) 982-6071 Exhibit Name: Whitewater State Park Client: MINNESOTA DEPARTMENT OF NATURAL RESOURCES Location: Altura, MN- April 2002 Budget: $100,000 Contact: Dave Palmquist (507)937-3007 Exhibit Name: Pre Reading Activity Center Client: FARMINGTON COMMUNITY LIBRARY Location: Farmington, MI- Nov, 2002 Budget: $200,000 Contact: Beverly D. Papal (248) 848-4301 Exhibit Name: Space Science Exhibit Client: MUSEUM OF DISCOVERY AND SCIENCE Location: Ft. Lauderdale, FL Comp. Date: July 2002 Exhibit Area: 4000 square feet Design through Installation Budget: $600,000 Contact: Joe Cytaki Exhibit Name: Shrine of the Little Flower Client: NATIONAL SHRINE OF THE LITTLE FLOWER Location: Royal Oak, MI Comp. Date: February 2002 Exhibit area: 1000 square feet Budget: $75,000 Contact: Design through Installation Jack Hoolehan 248-541-4122 Description: The focal point of the new Benson Ford Research Center, designed to accommodate state of the art conservation equipment, is the center lobby. For this space, Exhibit works designed and fabricated a large 23' wall artifact and a smaller free-standing case. Since conservation was of high importance, L.E.D. lighting and an air filtration system were included. Description: The new Dry Watershed Exhibit replaces a troublesome live fish display. The exhibit centers around watershed diorama where trout are used as an indicator of a healthy watershed. Artificial rock and water surfaces as well as plant and fish models are showcased in front of a hand painted mural. The exhibit enclosure, sound, graphics and lighting were also updated accordingly. Description: The Farmington Community Library is on the forefront library sciences regarding the education of pre -reading age children. A series of exhibits have been designed to educate children from age 2 to 10 on the topics of phonemic awareness, auditory discrimination, creative play and composition. The exhibits are fun as well as applicable to a child's everyday experiences. Description: The Museum's goal is to educate its visitors through experimental environments and provide memorable activities and make the subject come alive and be relevant. Visitors will be able to experience and update Vista Voyager ride where they will explore for water on the surface of Mars. A mechanical arm and remote operated rovers will enhance the scene. Other interactive include various space science topics: Escape Velocity, the Electromagnetic Spectrum, Scale and structure of the Universe and Solar System, Seasons, Moon Phases and the night sky. Description: A wide variety of visitors come to see this National Shrine dedicated to St. Therese. The center takes over the job of answering many basic questions about the life of St. Therese, Catholicism, the Church's architect and the sites founder. The room is a secure place to display artifacts and memorabilia, being the tour of the facility and as a postscript of a site visit. CURRENT AND PAST WORK (continued) Exhibit Name: Bismarck Mandarin Visitor Description: The center piece of the interpretive exhibits at Center the new Steamboat Interpretive Center was a Client: CITY OF BISMARCK large river boat scale model of. A Reproduction Location: Bismarck, ND pilothouse play structure and cast figure with an Comp. Date: April 2002 accompanying audio question/answer interactive Exhibit area: provided interactive at varying levels. A Budget: $250,000 topographic map of the Bismarck area and Contact: Tent' Harzinski accompanying touch screen interactive provided 701-222-4308 context and further information. Exhibit Name: Dymaxion House Description: The noted architect and futuristic R. Buckminster Client:, HENRY FORD MUSEUM & Fuller developed a concept to mass-produce GREENFIELD VILLAGE housing using then current aircraft production Location: Dearborn, MI technology and materials. This prototype is a Comp. Date: October 2001 fully integrated living structure encompassing Exhibit area: many invocations. We recreated several Budget: $630,000 components from photos, engineered and built Contact: Cynthia Jones the surrounding exhibits and environments and 313-982-6100 ex 2349 created several interactive units that help the story and engage the visitor. Exhibit Name: Henry Ford KIDSTUFF Description: The traveling exhibit Kidstuff was to be shown in Client: HENRY FORD MUSEUM & an open area and required a partial enclosure of GREENFIELD VILLAGE the space that would also carry large, heavy Location: Dearborn, MI graphic panels, follow the aesthetics of the Comp. Date: August 2001 exhibit and be reusable. We designed and Budget: $20,000 engineered a system using stock elements that Contact: Patrick Reynolds met all the requirements, including budget and is 313-982-6019 still in use for other exhibits. Exhibit Name: Streets of Detroit Description: While this exhibit has been a part of the Museum Client: DETROIT HISTORICAL MUSEUM for several generations, the focus of the Location: Detroit, Michigan institution's story has shifted and new material Comp. Date: October 2001 needed to be presented. Working closely with in - Exhibit area: 3,000 square feet house designers and curators, Exhibit Works Budget: $550,000 renovation rearranged spaces, produced new facades, Contact: James E. Conway refined sub -theme stories, and gave the entire 313/833-4244 presentation a face-lift. Exhibit Works researched period details and acquired or manufactured a variety of lighting, signage, wall and floor coverings, architectural details and furniture, creating a truly immersive environment. Exhibit Name: Space Station Description: Visitors will arrive at Starport, the first level of the Client: ST. LOUIS SCIENCE CENTER museum's existing hyperboloid building. After Location: St. Louis, Missouri orientation, the transporter will take them to the Comp. Date: July 2001 Starbridge of the Space Station. The first image Exhibit Area: 12,000 square feet the visitor experiences is deep space, actually a Budget: $2,500,000 design & fabrication unique view into the new planetarium dome. Contact: Terri Gipson While on board, visitors will engage in various 314/533-8369 activities necessary for life and operation of a space station in 2030. Hands-on interactive stations provide the visitors with practical experiences in living and working in space. 'N CURRENT AND PAST WORK (continued) Exhibit Name: Polish Presence in Detroit Description: As part of the Detroit Tricentennial, Detroit's Client: DETROIT HISTORICAL MUSEUM Polish American community was invited to Location: Detroit, Michigan present and exhibit at the Detroit Historical Comp. Date: October 2001 Museum. The core themes were presented on Exhibit area: 1,000 square feet five island units consists of twenty graphic Budget: $45,000 traveling exhibit panels. This grouping introduces all the Contact: James E. Conway expanded stories and in a stand-alone traveling 313/833-4244 exhibit. Since it is a core exhibit, it can be expanded upon at the locations where it is shown by utilizing local stories and artifacts. Exhibit Name: Metro Airport Cultural Exhibits Description: Detroit Metro Airport is working to expand Client: HENRY FORD MUSEUM passenger service by presenting exhibits on the Location: Dearborn, Michigan premier cultural institutions of the area. The Comp. Date: 2000 Henry Ford Museum is represented in several Exhibit area: 1,200 square feet large exhibit cases that depict the extensive range of collections, events and exhibits available to visitors. Located in a high traffic area, these exhibits provide a quick, positive impression of the institution. Exhibit Works paid special attention to the realities of this very public setting and designed and engineered the exhibit for maximum durability and low maintenance. Exhibit Name: Warren E. Avis Exploration Description: Most recently, two rooms of the museum were Center completely transformed into the Warren E. Avis Client: AUTOMOTIVE HALL OF FAME Exploration Center -a problem -solving idea Location: Dearborn, Michigan center for children. The exhibit includes bold, Comp. Date: October 2001 colorful graphics highlighting the creative Exhibit Area: 800 square feet process, a hands-on play station and brain - Budget: $150,000 design and fabrication teasing puzzles. Three computer interactive Contact: Jeff Leestma, President stations are also featured, challenging the user to 313/240-4000 solve problems encountered by several of the Hall of Fame inductees. Exhibit Name: Los Angeles River Visitor's Description: The renewal of the long neglected Los Angeles Center River is the focus of this exhibit. The history and Client: MOUNTAINS RECREATION AND life of this urban river is explained using a life - CONSERVATION AUTHORITY size stream diorama that recreates "soft -bottom" Location: Los Angeles, California sections of the LA River and its tributaries. Local Comp. Date: 2000 flora and fauna are depicted and explained. A Exhibit Area: Approx. 2,000 square ft concrete embankment recreates the estuary area of the river where it meets the Pacific Ocean near the San Pedro Harbor. Man's interaction with the river is described in a series of graphic panels that use historic photos to present the river's destructive power, how Corp of Engineers' projects have attempted to establish control with concrete channels, and the renewed efforts to revitalize the river. CURRENT AND PAST WORK (continued) Exhibit Name: National Amphibian Center Description: The Center is primarily an international research Client: DETROIT ZOOLOGICAL facility with additional capability to interface with INSTITUTE zoo visitors and present an overview of Location: Royal Oak, Michigan amphibians. Tanks with live specimens form the Comp. Date: November 2000 core of the exhibits. Dramatic wall graphics and Exhibit Area: 3,500 square feet engaging interactive exhibit units illustrate and Budget: $350,000 design and fabrication interpret the life, environment and natural history Contact: Marty Mitten, Construction of these animals. The visitor is surrounded by Manager color, forms & activity inspired by the 248/398-0903 x 3125 extraordinary animals in the exhibit. Exhibit Name: Plate Tectonics Biology Description: Working in partnership with Cranbrook Institute's The Kinetic Machine internal design and research teams, Exhibit Reading Objects Works provided consultation on final exhibit Client: CRANBROOK INSTITUTE OF designs, as well as detailed engineering, SCIENCE fabrication and installation services. The Location: Bloomfield Hills, MI collaboration resulted in the production of more Comp. Date: 2000 than 40 interactive experiences focusing on plate Exhibit Area: 20,350 square feet tectonics, kinetics and geology. Budget: $500,000 — final design, fabrication and installation With an internationally recognized collection of Contact: Eric M. Johnson, Exhibit Director mineral samples installed some 50 years ago, 248/645-3254 Cranbrook required a more contemporary environment as well as better interpretation of its 2"d project Mineral Hall. Graphics produced in-house by Exhibit Name: Mineral Hall Exhibit Works support the design intent and Client: CRANBROOK INSTITUTE OF enhance the overall concept. All casework and SCIENCE mounts for the Mineral Hall —created and Comp. Date: 2000 installed by Exhibit Works —were designed to Exhibit Area: 2,150 square foot offer clear, clean support and an unobstructed Budget: $300,00 — design and fabrication view of mineral samples. Exhibit Name: Red River Gallery Description: Our team value -engineered and built a variety of Client: SCI-PORT DISCOVERY CENTER interactive exhibit stations. The visitors will Location: Shreveport, Louisiana discover various properties of petroleum and Comp. Date: 1998 learn about exploring for and retrieving crude oil. Exhibit Area: 2,000 square feet Other major topic areas present health, Budget: $278,000 — fabrication and install geography and natural history. Contact: Russell DeLancy 318/673-7868 Exhibit Name: Museum of Law (Phase 11) Description: With an overall conceptual theme of the Rule of Client: AMERICAN BAR ASSOCIATION Law, this expansion of the museum presents Location: Chicago, Illinois several stories: Sensational Trials, Landmarks in Comp. Date: 1999 the Law, Media Coverage and Forensics. Exhibit Area: 2,200 square feet Combining bold graphics, courtroom artifacts and Budget: $200,000 — design and fabrication interactive stations, visitors experience many of Contact: Norman Gross, Director the moments in American Legal History that form 312/988-5730 the foundation of United States jurisprudence. CURRENT AND PAST WORK (continued) Exhibit Name: Marching Toward Justice Client: JUDGE DAMON KEITH ARCHIVE Location: Detroit, Michigan Comp. Date: 1998 Exhibit Area: 1000 square feet Budget: $85,000 - design, fabrication, and travel Contact: Mr. Louis Young 313/577-3959 Exhibit Name: Frontiers to Factories Client: DETROIT HISTORICAL MUSEUM Location: Detroit, Michigan Comp. Date: 1998 Exhibit area: 5,000 square feet Budget: $156,000 —fabrication and installation Contact: James E. Conway 313/833-4244 Exhibit Name: The Motor City Exhibition Client: DETROIT HISTORICAL MUSEUMS Location: Detroit, Michigan Comp. Date: 1995 Exhibit area: 8,000 square feet Exhibit Name: How We Live With the Sun Client: ARIZONA SCIENCE CENTER Location: Phoenix, Arizona Comp. Date: 1997 Exhibit Area: 3,700 square feet Budget: $2,800,000 — fabrication, installation and on -site facility Contact: Grant Slinn 6021716-2066 Description: The 141h amendment to the Constitution called for the full protection of every American citizen — regardless of their race or social status, and thereby overrode discriminatory laws established by states. The drama of these historic events is chronicled in this traveling exhibit through the combination of large and small graphics, color and black and white images, and panel arrangements that encourage visitors to explore the story. After completing the development, design and fabrication of these unique properties, Exhibit Works now manages all travel, logistics and site details as the exhibit travels nationally to federal courthouses and other venues. Description: Exhibit Works was called upon to update the under-utilized "Furs to Factories" area into a more engaging "Frontiers to Factories" exhibit. This challenge was accomplished by altering content, activating dormant gallery space, and adding select interactive and historic facades. The new graphic elements and casework were completed within a tight budget framework and blend seamlessly with existing, unaltered elements of the exhibit. Description: The Motor City Exhibition effectively interprets the impact of automobile manufacturing on the people and urban landscape of southeastern Michigan —and shows visitors how cars are built in Detroit. The highly interactive exhibit includes a dramatic working assembly line section from the Cadillac Clark Street manufacturing plant. Several vignettes and prop areas are utilized to introduce exhibit content and give visitors a true sense of the auto -manufacturing environment. Description: We engineered and built four -dozen interactive exhibit stations that demonstrate "How We Live With the Sun." For example, a passive solar water heating demonstration with water changing temperature and an operating battery using dissimilar metals technology. We also organized, outfitted and manned an on -site facility that produced over 55 physics, physiology and problem -solving interactives. i CURRENT AND PAST WORK (continued) } Exhibit Name: CHOCO'S Reading Clubhouse Description: Client: CHILDREN'S HOSPITAL OF }j ORANGE COUNTY Location: Orange, California 1 Comp. Date: 1999 j Exhibit Area: 600 square feet Exhibit Name: Automotive Hall of Fame Client: AUTOMOTIVE HALL OF FAME Location: Dearborn, Michigan Comp. Date: 1997 Exhibit Area: 8,000 square feet Budget: $2,300,000 — design, fabrication and installation Contact: Jeff Leetsma, President 313/240-4000 Exhibit Name: The Motown Sound Client: HENRY FORD MUSEUM Location: Dearborn, Michigan Comp. Date: 1995 Exhibit area: 10,000 square feet Exhibit Name: National Corvette Museum Client: NATIONAL CORVETTE MUSEUM Location: Bowling Green, Kentucky Comp. Date: 1994 Exhibit area: 15,000 square feet Replacing an existing play area and adjacent under-utilized waiting area at the CHOC Clinic with a colorful, friendly, fun environment, CHOCO'S Reading Clubhouse is the centerpiece of the CHOC Clinic's reading program. Focusing on the creative treatment of the available space, the Clubhouse offers a warm and inviting combination of urban and rural settings. All materials and finishes were selected for their durability and are rated for high traffic usage. The scale of seating and reading surfaces is appropriately "child -sized" and effectively establishes the space as one where children can enjoy themselves and learn. Description: The Hall of Fame tells the story of the automotive industry by focusing on people, not products. Various artifacts were included, but the Hall was focused on video displays, interactive exhibits and participatory stations that transported visitors through history to experience the hardships, failures and successes of the automotive industry. A wide variety of life-size vignettes were created to help the visitor's sense & understand the life & time of the inductees. Description: Exhibit Works fabricated and installed a wide variety of components including graphics, theatrical backgrounds, artifact mounts and interactive devices for this dynamic exhibit on the history of Motown. Working with the client and the designer to maintain design intent, stay on budget and on schedule, this successful collaboration resulted in a product that fit both the expectations and constraints of this challenging project. Description: The 22,000 square foot futuristic museum celebrates the unique automotive and cultural history of America's only sports car —from its conception in the 1950s to the present day. Cultural vignettes are utilized to place the Corvette in historical context, while the graphic and audio presentations convey automotive and cultural information on the vehicles. Cast from life figures, building facades, lighting envelopes and key vehicles are used to demonstrate the effect the Corvette had on our lives and the automobile industry as well. r_ EXHIBIT WORKS, INC. DISADVANTAGED BUSINESS ENTERPRISE COMMITMENT Exhibit Works, Inc. has been a member of the Michigan Minority Business Development Council since January of 2001. We have long standing business relationships with women and minority owned suppliers and vendors in our community. Some of our typical vendors who quality as minority vendors and who's services would apply to work included in the bid proposal include: Livonia Building Materials Registering agency: Michigan Minority Business Council 1 33900 Concord Livonia, MI 48150 734.421.1170 Metal Supermarkets Registering agency: Michigan Minority Business Council 37090 Merhein Rd. Unit B Livonia, MI 48150 Contact: Nascimento 734.464.8676 RB Industries Registering agency: Michigan Minority Business Council 6601 Borroughs Ave Sterling Heights, mi 48310 586.254.7977 Aluminum Supply Woman Owned Business 14359 Meyer Rd. Detroit, MI 48227 313.491.5040 Exhibit Works would also work to fulfill or exceed the DBE requirement. We would also pursue local qualified companies who would be able to assist with on site installation. EXHIBIT WORKS, INC. WARRANTY AND MAINTENANCE MANUALS MAINTENANCE MANUALS Exhibit Works to provide a complete Maintenance Manual with each exhibit we fabricate. Contained in the manual is information regarding general surface treatments, material selections, standard elements, care and cleaning and specific information required maintenance. Additionally we outline sources for purchased items and complete engineering drawings. WARRANTY Exhibit Works provides a one-year warranty on material and labor. We turn over to the client, all applicable warranties on purchased equipment. Should a failure occur because of our workmanship, we will repair or replace that portion either with on -site work or by shipping to our facility. _I • Victor Kilman City of Lubbock Purchasing Department Bid Bond Note: Our standard bonding company, Travelers Casualty and Surety Company of America was experiencing internal communications problems. They were unable to provide us with the required 5% bid bond in time to include with the submittal. We have been assured that Exhibit Works qualifications are not in questions and that we will receive the bond on the morning of April 25, 2002. Upon its receipt I will fax Lubbock Purchasing Department a copy and immediately forward the original. I apologize for any inconvenience. Sincerely, C Allison Monan J �1 jent by: EXHIBIT WORKS i 7342660743; 04/25/02 9:40AM; jgffVA #179; Page 1 /5 exhibimorks.com YM Victor Kilman From: Allison Monan Fa= 806.775-2164 Pages: 4 Pfroeae 80f-775-2167 DrAs: 04/25/2002 w no; Bid Bond CC: Our standard bonding company was experiencing internal communications problems. They were unable to provide us with the required 5% bid bond in time to include with the submittal. I received it this morning. j I'm sending this fax now and will overnight the original to arrive tomorrow. I apologize for any inconvenience. Sincerely, Allison N onan s �ent by, EXHIBIT WORKS yv- rvw7342660743; 04/25/02 9:41AM;jhtFax #179;Page 2/5 I ID BOND TRAVELERS CASUALTY AND SURETY COMPANY OF' AMERICA HARTFORD, CONNECTICUT 06183 ;KNOW ALL MEN BY THESE PRESENTS, That we, EXH 11 W03 S-I C.,j3211 M.ERRIMAN ROAD LIVONIA, M148150 as Principal hereinafter called the Principal and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, of Hartford, Connecticut, a corporation I duly organized under the haws of the State of Connecticut, as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF LUBSOCK,_PURCHASING DEPARTMENT.1100 1-04, MUNICIPAL BUILDING ,16Z5137N STREET.l ONQCK,1-X 79401 as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT (5%) OF AMOUNT BID -- jDOLLARS (SK), for the payment of which Sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally firmly by these presents. WHEREAS, the Principal;has submitted a bid for 51lent Wings Museum NOW. THEREFORE, N trje Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee, in accordance with the terms of such bid, and give such bond or fronds as may be specified in the bidding or Coact Documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material famished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give sluch bond or bonds, 9 the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another parity to perform the Work covered by said bid, then this obligation shall be nuts and void, otherwise to remain in hull force and q fect. Signed nd sealed this nth day of April 2002. �tne EXHIBIT WORKS. INC. (Principal) (Seal) (title) TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA 1. G. At4hey•in-Fact Printed in cooperation with the American Institute of Architects WA) by Travelers Casuaily4nd Surety Company of America. The language in this document conforms exactly to fhe language used in ALA Document A31 0, February 1970 edition. S-1868-G (07-U) pent by: EXHIBIT WORKS 7342660743; 04/25/02 9:41AM;JetFax #179;Page 3/5 . u • . .--r �..��.- e..�r ��+ w.aw ua�i ✓� e_"o + r 1 r"71 7. OJi U-1) TRAVELERS CASUALTY AND SUETY COMPANY FARMNGTON CASUALTY COMPANY Itanford, Connecticut 06183.9062 POWER OF;ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEYS) -IN -FACT KNOW ALL PERSONS BY TIMSE PRESENTS, THAT TRAVELERS CASUALTY AND StMETY COMPANY OF ;AMERTCA, TRAVELERS CASUALTY AND SURETY COMPANY and FA9XINGTON CASUALTY COMPANY, wtpontions duly organized under the laws of the State of Cotutcxd= and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") bath made, consduued and appointed, and do by these presents make, consstinue apd appoint: F. A. Ternes, Margaret X Kohlofi', 8iebard G. Thomas, T. r. Griffin, Terri L, Young, ' W. W. Sisson, William A.; Pirret, of Farmington HW-% Michigan, their true and lawful Attorneys) -in -Fact, with fW1 power and authority i ereby conferred to sign, execute and acknowledge, at any place wit}lin the United States, the following iusuumart(s): by bislhet sole. sdgaat= and act„ any and all bonds, recognitanct s, comrsets of indcnmiry, and other writings obligatory in the namic yj of a band, recognizance, or;coo 4Uotual undaUldttg and any and all consents incident thdmto and to bind the Companies, thereby as filly and to the same e&=t as if the same were signed by the drily authorized officers of the Companies, and all the acts of said Auorney(s)-ia Fact, pursuit to the authohty herein given, are hereby ratified and mnfirme& This appointment is made under and by authority of the fellowing Standing Resoluriam of said Companies, which Resolurions are now is full form and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Fxecttxive Vice President, any Senior Vice Presidmt, any Vine President, any Scccud Vice President', the Treasurer, any Assistant Treasure, the Corporate Secretza or eny Assist=t Secretary may appoint Attorneys -in -Fact and Agents to act fa: and on behalf of the company and stay give such appointee such authadty as his or her etttificaze of authority may prescribe to sign with the Company's ;n rat turd seal with the Company's seal bonds, recagavances, cantracu of iad=udty, and outer writings obligatory in f= nature of a band, recogn=nce, or conditional madauking, and any of said officers or the Board cX Dira ctors at any time may remove any such appointee nod revoke the power givtn bim or her. VOTED: That the C),ahman,'the Presidenz, any Vic& Chairman, any Executive Vice Psrsidem, any Senior Vice Prevdent or any Vice President may delegate all or any part of'the foregoing authority to one or snort officers or eatploye:es of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary, VOTED: That any bond, 4ccogm2aaem, contract of indeomity; or writing obligatory in the ttauue-of a bond, recogui7ance, or conditional i tmd=%alcing shtsll be valid and: binding upon the Company when (a) signed by the Prcxdent, any Vise Chairman, any Executivc Vice Prssidcat, any i Senior Vice President or any Vine President, any Sewond Vice Ptc4dent, the Treasures, any Assistant Troaswer, the Corporate Serrerasy or any , &%is t Secretary and duly a=sierd and smiled with the Company's seal by a Secretary or AoLnam Secretary, or (b) duly ma-.utid (under seal, if f rcquircd) by acre or mnrE A tameys-in-Fact and Agents pum=t to the power prescribed in his m her ca%Xcatc or their certificates of authority or y by oar or more C=psay officfrs pummot to a written delegation of authority. J This Power of Attorney and Certificate of Authority is signed and Seated by facsimile (mechanical or printed) under and by I authority of the following *=cling Resolution voted by the Boards of Directors of TRAV=RS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARNIINGTON CASUALTY COMPANY, which Resolution is now in full force and elyect: VOTED: That the signature of each of the faL'nwmg of zas: President, any Executive Vice P=deut, any Senior Vice P=desnt, any Vice - President, any Assistant Vic& President, any Secretary, any A rim r Secretary, atd the seal of the Company may be affixed by facsimile To any power of zaorncy or to any Ito relating thereto appointing Residett Vice Prmdenu, Rzaidmnt Assistant Secretmes or Attorneys -in -Fart for purposes only of executing and anestuV bonds and undmukings and otter wntmp obligatory in the nature thrrenly oral any such power of attorney J or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon Ole Company and any such power so executed and testified by such facsimile sigpaAne and facsimile seal shall be valid sad binding upon the Company is the future with respect to any bond or —dcrtoWng to which it is attached. 'Sent by: EXHIBIT WORKSr 7342660743; 04/25/02 9:41AM;jgffS,x #179;Page 4/5 h'.164116t) 1 rq WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMZWCA, TRAVELERS CASUALTY AND SiTBI;TY COMPANY and FARMINGTON CASUALTY COMPANY have caused this insUrament to be signed by their Senior V!c1 President and their corporate seals w be hereto affixed this l8th day of March 2002. STATE OF CONNECTICUT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA ySS. f18,'tfcnd TRAVILERS CASUALTY AND SURETY COMPANY j FARMINGTON CASUALTY COMPA.*1Y COUNTY OF HARTFORD: �►•tr wo G•s� 9 a HARM=, Cow V cow�a" �� George W. Thompson Senior Vice President l On this ISth day of-MarhT, 2002 before me personally came GEORGE W. THOMP&ON to me known, who, being by me duly swore, did depose and say;, that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMZRICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COAUANY. the corporations described in aAd which executed the above instrument; that he/she knows the seals of said corporations; that the seals aced to the said instrtttnrtu are such corporate seals; and that he/she txecuted tlw said insuument an bchalf of the corporations by authority of Ws&a a t:e under the Stalldiq, Resolutions therwr Or L My commission expires June 30, 2005 Notary Public Marie C. Tatreault CERTIFICATE the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMMCA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY CONWANY, stock co pmwiona of the State of Conuectictt, 1�0 HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and lias not been revoked; and ftuthemom, that the S=diag Resolutions of the Boards of Directors, as set 1wih = the Certificate of Authortiy, are now in force. Signed and Sealed at the Hptne Office of the Company, iu the City of HutforeL State of Connecticut. Dated this 25th day of April , 20 02. i lI - t trFo:a """iFM' < f a zg o BY J � t�N3+L S �, �: ro �•Y � 1� ' / if Karl M. Johanson Assistant Secretary, Bond �ent by: EXHIBIT WORKS_ M� 7342660743; 04/25/02 9:42AM;JIER& 79;Page 5/5 ~ GMT 411 f`t71 r- .UJJ/rJJ GRiNFIN,SIVMALLE'Y & WILKERSON INSURANCE AND BO"S 37000 GRAND 9MR J FARMINGTON BRASS, MI 48333 (?AS) 471-0970 (243) 471-0641 Fax AND RESULTS CONTRACTOR'S TRADE NAME: EMBIT WORKS, INC. I BOND NO.: AMOUNT: S 440,000.00 BID DATE. VVSM02 OBLIGEE: CITY OF LUBBOCK. PURCHASING DEPARTMENT DESCRIPTION OF PROJECT: Silent Wises Muscvw m "! PLEASE FILL 1N rRM NAME AND BID PRICES OF THREE LOWEST BIDDERS: FIRM: AMOUNT $ FIRM: AMCUINT S FIRM: AMOUNT S IF YOUR BID IS NOT LISTED ABOVE - WHAT WAS YOUR BID PRICE? S COMMENTS: i Victor Kilman City of Lubbock Purchasing Department Bid Bond Note: Our standard bonding company, Travelers Casualty and Surety Company of America was experiencing internal communications problems. They were unable to provide us with the required 5% bid bond in time to include with the submittal. We have been assured that Exhibit Works qualifications are not in questions and that we will receive the bond on the morning of April 25, 2002. Upon its receipt I will fax Lubbock Purchasing Department a copy and immediately forward the original. I apologize for any inconvenience. Sincerely, w�t Allison Monan UK 1 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA HARTFORD, CONNECTICUT 06183 KNOW ALL MEN BY THESE PRESENTS, j That we, EXHIBIT WORKS INC.13211 MERRIMAN ROAD ,LIVONIA, MI 48150 as Principal hereinafter called the Principal and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, of Hartford, Connecticut, a corporation duly organized under the laws of the State of Connecticut, as Surety, hereinafter called the Surety, are held and firmly ' bound Unto CITY OF LUBBOCK PURCHASING DEPARTMENT ROOM L04 MUNICIPAL BUILDING i 1625 13TH STREET.LUBBOCK, TX 79401 as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT (5%) OF AMOUNT BID - - - - - DOLLARS ($5%), for the payment of which sum well and truly to be made, the said Principal EEJ and the said Surety, bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally s firmly by these presents. WHEREAS, the Principal has submitted a bid for } Silent Wings Museum NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee, in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed aj9d sealed this 25th day of April, 2002. EXHIBIT WORKS, INC. (Witnes (Principal) (Seal) ✓ - TRC95 (Title) TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA �By Li y -TERRI DUNG, At ey-in-Fact Printed in cooperation with the American Institute of Architects (AIA) by Travelers Casualt nd Surety Company of America. The language in this document conforms exactly to the language used in AIA Document A310, February 1970 edition. S-1869-G (07-97) TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 I POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: F. A. Ternes, Margaret M. Kohloff, Richard G. Thomas, T. J. Griffin, Terri L. Young, W. W. Sisson, William A. Pirret, of Farmington Hills, Michigan, their true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: < ' VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional ` undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any III Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY k COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any - power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. (11-00 Standard) i GRIFFIN,SMALLEY & WILKERSON INSURANCE AND BONDS 37000 GRAND RIVER FARMINGTON HILLS, MI 48333 (248)471-0070 (248) 471-0641 Fax BID BOND RESULTS CONTRACTOR'S TRADE NAME: EXHIBIT WORKS, INC. BOND NO.: AMOUNT: $ 440,000.00 OBLIGEE: CITY OF LUBBOCK, PURCHASING DEPARTMENT DESCRIPTION OF PROJECT: Silent Wings Museum PLEASE FILL IN FIRM NAME AND BID PRICES OF THREE LOWEST BIDDERS: FIRM: AMOUNT $ FIRM: AMOUNT $ FIRM: AMOUNT $ IF YOUR BID IS NOT LISTED ABOVE - WHAT WAS YOUR BID PRICE? $ COMMENTS: BID DATE: 4/2512002 Michigan Ohio Farmers Insurance Co. Labor and Material 1 Payment WESTFIELD COMPANIES Bond Westfield Center, Ohio 44251-5001 NOTE: THIS BOND IS ISSUED SIMULTANEOUSLY WITH ANOTHER BOND IN FAVOR OF THE OWNER CONDITIONED FOR THE FULL AND FAITHFUL PERFORMANCE OF THE CONTRACT. ! Bond N o. 5935095 } KNOW ALL MEN BY THESE PRESENTS: That EXHIBIT WORKS INC. 13211 MERRIMAN ROAD LIVONIA MI 48150 (Insert name and address, or legal title, of contractor) as Principal, hereinafter called Principal, and OHIO FARMERS INSURANCE COMPANY, an Ohio Corporation, with principal office at Westfield Center, Ohio, as Surety, hereinafter called Surety, are held and firmly bound unto CITY OF LUBBOCK ROOM L04 MUNICIPAL BUILDING. LUBBOCK TX 79401 (Insert name and address, or legal title, of owner) as Obligee, hereinafter called Owner,for the use and benefit of claimants as hereinbelow defined, in the amount of rY� FOUR HUNDRED THIRTY FIVE THOUSAND THREE HUNDRED SEVENTY AND 00/100 Dollars ($ 435,370.00), for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has by written agreement dated May, 9th. 2002 entered into a Contract with Owner for Silent Wines Museum in accordance with drawings and specifications prepared by (Insert full name and title) which Contract is by reference made a part hereof, and is hereinafter referred to as the Contract. AND WHEREAS, this bond is given in compliance with and subject to the provisions of Act No. 213 of the Public Acts of Michigan 1963, as amended, which provisions are by reference made a part hereof. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if the Principal shall promptly make payment to all claimants as defined in Act No. 213, who have complied with all the provisions of the Act No. 213, for labor and materials used in the performance of the Contract, then this obligation shall be void; otherwise it shall remain in full force and effect. The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics liens which may be filed of record against said improvements, whether or not claim for the amount of such lien be presented under and against this bond. Signed this 24th day of May. 2002. Lai"'011 IT WORKS. TuA�TC - Princip,'/ By W OHIO F ERS INSURANCE COMPANY SUSANL. LB—E LOLI,Attorney-in-Fact BD 5055 L (5-95) Countersigned by: %Jti 4,�-- drew J. j Janda Insurance Alliance 1776 York Town Suite 200 Houston TX 77056-4114 l Performance Ohio Bond Farmers Insurance Co. Westfield Companies Westfield Center, Ohio 44251-5001 Bond No. 5935095 KNOW ALL MEN BY THESE PRESENTS: That EXHIBIT WORKS INC 13211 MERRIMAN ROAD LIVONIA MI 48150 (Insert name and address, or legal title, of contractor) as Principal, hereinafter called Contractor, and OHIO FARMERS INSURANCE COMPANY, an Ohio Corporation, with principal office at Westfield Center, Ohio, as Surety, hereinafter called Surety, are held and firmly bound unto CITY OF LUBBOCK ROOM L04 MUNICIPAL BUILDING LUBBOCK TX 79401 (Insert name and address, or legal title, of owner) as Obligee, hereinafter called Owner in the amount of FOUR HUNDRED THIRTY FIVE THOUSAND THREE HUNDRED SEVENTY AND 00/100 Dollars ($ 435,370.00) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written agreement dated May, 9th, 2002 entered into a Contract with Owner for Silent Wings Museum in accordance with drawings and specifications prepared by (Insert full name and title) which Contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said Contract, then this obligation shaII be null and void; otherwise it shall remain in full force and effect. Whenever Contractor shall be, and declared by Owner to be in default under the Contract, the Owner having performed Owner's obligation thereunder, the Surety may promptly remedy the default, or shall promptly (1) Complete the Contract in accordance with its terms and conditions, or (2) Obtain a bid or bids for submission to Owner for completing the Contract in accordance with its terms and conditions, and upon determination by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner and make available as work progresses (even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the contract price", as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Contract and any amendments thereto, less the amount properly paid by Owner to Contractor. Any suit under this bond must be instituted before the expiration of two (2) years from the date on which Contractor ceases work on the Contract. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Owner named herein or the heirs, executors, administrators or successors of Owner. Signed this 24th day of May, 2002. EXHIBIT WORKS, INC., Principal By � OHIO FARMERS INSU CE COMPANY SiSAN L. 41 ELLOLI, Attorney -in -Fact BD 5047 L (9-91) j Countersigned by: rr :�`^ ; J(I rj - j Andrew J1ianda Insurance Alliance 1776 York Town Suite 200 Houston TX 77056-4114 T413 POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME ! POWER # AND ISSUED PRIOR TO 05/15/02, FOR ANY PERSON OR PERSONS NAMEDBELOW. General POWER NO. 2140482 00 I Power i of Attorney Ohio Farmers Insurance Co. CERTIFIED COPY Westfield Center, Ohio Know All Men by These Presents, That OHIO FARMERS INSURANCE COMPANY, a corporation duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, does by these presents make, constitute and appoint T.J. GRIFFIN, T. L. YOUNG, WILLIAM A. PIRRET, SUSAN L. BELLOLI, KATHLEEN M. OSTLER, JOINTLY OR SEVERALLY of FARMINGTON HILLS and State of MI its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of sureh►shiP----------------------------- ---------- ----- ---------- - ----- -- LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolutions adopted by the Board of Directors of the Ohio Farmers Insurance Company: "Be It Resolved, that the President, any Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-i n- Fact to represent and act for and on behalf of the Company subject to the following provisions: 'Section 1. Attorney -in -Fact. Attorney -in -Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary.' (Adopted at a meeting held on the 3rd day of July, 1957.) "Be It Resolved, that the power and authority to appoint Attorney(s )-i n- Fact granted to certain officers by a resolution of this Board on the 3rd day of July, 1957, is hereby also granted to any Assistant Vice -President." (Adopted at a meeting held on the 13th day of July, 1976.) This power of attorney and certificate is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Ohio Farmers Insurance Company at a meeting duly called and held on the 9th day of June. 1970: "Be It Resolved, that the signature of any authorized officer and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." in Witness Whereof, OHIO FARMERS INSURANCE COMPANY has caused these presents to be signed by its Vice President, and its corporate seal to be hereto affixed this 15th day of MAY A.D., 2002 . Corporate ,,..••�M••..,,,h� OHIO FARMERS INSURANCE COMPANY _ Seal aVN, Y Affixed State of Ohioi By County of Medina ss.: %yRichard L. Kinnaird, Jr. Vice President On this 15th day of MAY, A.D., 2002 ,before me personally came Richard L. Kinnaird, Jr., to me known, who, being by me duly sworn, did depose and say, that he resides in Medina, Ohio; that he is Vice President of OHIO FARMERS INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company: that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order. } Notarial ••«ry, J Affixed ,�P jl j �` - ��O►.�.�r.c� t(V. 1 z: — >� • James M. ifvaiker Notary Public State of Ohio =; +/ -�� o My Commission Does Not Expire County of Medina ss.: '••.;QTE F C,, Sec. 147.03 Ohio Revised Code CERTIFICATE 1 I, Richard A. Wallet, Assistant Secretary of the OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in full force and effect: and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seal of said Company at Westfield Center, Ohio, this 24th day of May A.D., 2002 Richard A. Wallet Assistant Secretary ocnAn') Ina 001 IMPORTANT NOTICE STATE OF TEXAS COMPLAINT PROCEDURES 1. To obtain information or make a complaint. 2. You may call Westfield Insurance Company, Ohio Farmers Insurance Company, and/or Westfield National Insurance Company's toll - free telephone number for information or to make a complaint at: 1-800-243-0210 3. You may also write to Westfield Insurance Company, Ohio Fanners Insurance Company, and/or Westfield National Insurance Company at: Attn: Bond Claims One Park Circle P.O. Box 5001 Westfield Center, Ohio 44251-5001 4. You may contact the Texas Department of In- surance to obtain information on companies, coverages, rights or complaints at: 1.800-252.3439 5. You may write The Texas Department of In- surance at: P. O. Box 149104 Austin, TX 78714-9104 FAX #512-475-1771 fi. ATTACH THIS NOTICE TO YOUR BOND. This notice is for Information only and does not become a part or condition of the attached document and is given to comply with Section 2253.048, Government Code, and Section 53.202, effective September 1, 2001, I I Sent by: EXHIBIT WORKS 7342660743; 05/29/02 2:28PM;]gj&&--#646; Page 1/3 exhibitworks.com Tcr. Vigor Kilman From: Allison Monan 80§4775-2964 images: j P1W 80f-775-2167 Date; 05/2912002 INN Certificates of Insurance Victor - Attached, please find 2 certificates of insurance. The first addrelsses general liability, auto liability and excess liability. The second addresses worker compensation. Both note a waiver of subrogation. '! Please lot me Know if you require additional documentation and when we will receive the notice to proceed_ BestRegards, Allison Monan. Manager Muselum Division Sent by: EXHIBIT WORKS ! Papxe: 002- , 7342660743; 05/29/02 2:28PM;]gtFax #646;Page 2/3 ACORQ� CERTIFICATE 4F LIABILITY INSURANCE °5/17'°°"� os/17/zooz 1 ?UCER (248)471-0970 FAX (248)471-0641 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION '_ iffin, Smalley and ,1 kerson, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE w HOLDER, THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 37000 Grand River Avoue ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. F ` Box 2999 k �rmington Hills, MY INSURERS AFFORDING COVERAGE g8333-2999 _ 4uRED Exhibit Works, lrc. INSUIERA Travelers Insurance - Presentation Worlks, Inc. INSUILRB American International 1 13211 Merriman Road .NS1IRER C Livonia, MI 48150 - INSU;ER E ;_ VERAGES POLICIES OF ;hSU ::.NC@ L;S'i €D GEL" 9.:vE SEET: ISSL'cu TO TFiE i(JSUREv NAMED AdO4'c FOn THE POLICY PEni00 iNMCATED, NOTWI i HSTANDiN s ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFOROED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH LICIES. AGGREGATE LIMITS S40M MAY HAVE BEEN REDUCED BY PAID CLAIMS. OtM -- BATE MMIO DATE NMID LIMIT'S l.: IYPEOFWSURANCE POLICY NUMBER POL7CV11010CT91/ DATE C4NERALLIABILRY 660363KO934 06/30/2001 06/30/2002 EACHOCC'fRENCE S 1,000,00( X COMNkRCIk WNER& L:AftLIP FIRE DAMAGE (Any ore ArO t 1 00Q 00( CLAIMSM. X OCC,UR MLUEXPIAnyon+,per-on I S 5,00( $ 11000.00( A _ PERSONAL It AnV INJURY GENERAL AGGk;:.: ATE S 2,000 -- ATE I �mT A'LIES PFR GENL AGGREGNI _ S 2 QQQ , 00( 1.. PRCCU .TS • OUMSS '1OP A (7 POLICY X ,IEC - ... AUTDIeoeILE LIAsiary ANY ALTO B10363KO934 06/30/2001 06/30/2002 t )ae51Nl u �NGtr I Iw T (Ea aac danq T 1,000 00( .4 t X srr£•.^,U-EDA:1os a I X NRE7 AXOS X NON.OWNEDAUTOS FIM. LY :N.lulsv IPerDefsore) S $ - — 8170I11, ° INJU+.Y -- iParacc dial Mir ac c uwrn 1 1 • GARAu LIA6LTV i ANY AUTO AU'r0 ONLY - rA A'; =5EM S OTHt;R TK&N EA ACC AUIOOMY AGC 1 3 EXCESS LIABILITY UP363KO934 06/30/2001 06/30/2002 EACHOCCURRENUE S 10,600,001 X 3CCLf2 CLAfJ i NAI#t AuGR_`uATE 10 00O 001 7, B• L OCOUCTTBLt 1 RETEN'ION S WORKERS GOIhiPENSATION X, 0 EMPLOYERS* LWBLITY TORY LIM1tTS ER I E L EACH ACCMENT E L U:SASE • EA E-MPLUYEE L E 1 1SEASh • PO(..CY,,IMIT j - L OTHER 60363KO934 Pers. Prop./ Pers. 06/30/2001 06/30/2002 SSO,000,000 with $25,000 Ded. Prop. of Others om uters 603631(0934 06/30/2001 06/30/2002 $750,000 with SS,000 Bed. ESCWPTION OF OPERAT10NS1LOCATIONSIVEHICLE•SIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS ity of Lubbock is added as an additional insured to the General Liability Insurance as respects pility arising out of ongoing operations performed by Exhibit Worsk, Inc. on the Silent Wings Muse Jbit Fabrication & Installation job. A Waiver of subrogation applies in favor of City of Lubbock, T the stated project.; TIFICATE HOLDER OITTONAL INSURED; INSURER LETTER: CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES SE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY YNLL ENDEAVOR TO EWL ICity O f Lubbock DAYS WRITTEN NOTICE TO EO THE CERTIFICATHOLDER NAMED TO THE LEFT, Victor Kil mall BLTT FALURC TO MAIL SUCH NOTICE SMALL IMPOSE NO 08_IGATION OR LIABILITY P.O. Box 2000 OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. Lubbock, TX 79457, AUTHORIZED REPRESENTATIVE Sent by: EXHIBIT WORKS 7342660743; 05/29/02 2:28PM;JefiA #646;Page 3/3 - --- _ YJVVd r Certificate of Insumace iThis ccranc= is imcd E5 a tauttC of 10knouim only cad confers no rights upon you tbd certMcaw holder. This cati5oate is not an insurance policy and does mat QuXad. =cmd, or alter the coycraga afforded by the rmlicics aucd helow, •This Lo to cn dfy teat (_Yams sad address of Insured) I a 1B7I WflRIt«S Li i� RD h21zl i uI?1;RII�iAN RD ' L1VM7A. MI ig 150-1126 11 i�i LW A ion 1S, ai Tltr issue ttyac of pia acrrifica insured by the Cempaay tender the policy() 16ted below Thr incm=c affordW by the lured polic)(im) is mb-a= to LU tbar arms, cxelusioas and conditions a� Is noc nitaodby any n quirmeat, foal or condition of any conaac: or other doeumamt with ra you to which, chi ccvt irr may be keened. _ EY 15Db a Ex iraiiorr 1'sa .i `rode Sumber'r a.61%KLi va"i.L" LM ' Coaeaaouse 7r25/03 WC7-141-432799-011 Coverage afforded under WC law of Employers Liability Extmdcd the roudwing men: AMMY Injury By Accident X Policy Tetra CA,M S1,000,000 19sehAcddeat 13*cMy tnjtuy By Dismu $1,000,000 Paft UMk i Worl;m Compensation Bodily Jojary By Diwas S1,000,000 Embperson General Aggrtpm-Other than Prad/Coraplt:tad Operations Gt:peral LiabTey Products/CasVieted Opuzdoas Aggregate I Claims Merle Bodily Wary and Property Damage Liala ty Per Oecurrepte 1 Orrsu T= P-two Date Personal sad AdvEu rising NMI Per Person / OmmUstion Other Li>sbMry Otlwr Yriobi lty ' Each Accident - Smgle Limit - B. L god P. D. Cot WMd Autumabilr l isbt7NY Each Person Owpod ! Each.keidutnt or Occur v= Nnn-0wncd Hired Earb AccldtW or Occun-mw 5 C o M —Iaeiudos ,ivcr ct SnbmV ou (Pa]icy Fc= WC 00 03 13) in favor of du aty of Lubbock, TYL R.a mat Wm' g9 Musc= HoNtFobticstim and Incilladoa Completion D=; End of 04.2002 M E N 7 S 'If the certiiwmz ccpics n date is caac nuoua or —deli tam you will be mbficd if eovrsagc is te; uamd or rtbood bef'imn the cerCfltaae =piracoa dau. However. you i wil not be notified umumlly of ttf eontinuados of coverage, Sp al Notice - Olt- An who. with intact to defraud or Im viing tlat he l site is facilitating 4 fraud against an insurer, submits au applir0aa or ftlm a claim comrsmcrg a falac cr drs�tivc 5 tCmCnt is guiltyof h=MMcc $suds Imparmm iofarmidon to Florida polteylwldaa and certif:;sre holdmi in The evwc you have say quadons orneed bfi m don above No cadgmte for any tows. pj= cotasa pots ioed =ks Fodnoct; whose name uad ydepbone ntanbcr appeam is the lower riglit hand career of this :etti icw=, The a➢ptcpzi m local sales ofWA tmillag address may also be obtaiuc. by 1--'" this number, i Ncticc otcutoollat oa 1poc applip" unless a nuabcr of days is entered bdow) _ Before tau mad expiration date toe oampaar will nor mod or udvoa the buxom i Rflnrdrd under deabove policies: until a lc= Xi► dave notice of such az r7laii^Il bw best toaaed to: C.rry 6r. Li blsoCK Cerdfmde PO BOX 20�0 { Solder LL'BRDM!i X 79457 r Jaapoa tlalfdt Agrlwtzseea L � Ofpce / Phone Famirt�lTills, M11 �8.a89-380e Data hissed_ 5129/02 Prepared By. DZ 1 rh s cerdfmcc is a=usd by r.ihany 1MttD.rnl lnsmt<oae Croup as migoCGf 6'1 h inrgmw us is affatded by tbast caVeales. W0066 I 05/29/02 WED 13:54 FAX 1 248 488 0413 NOVI 10001 LIBERTY MUTUAT_ TNSi TR ANC F GR OT TP 34119 W. TWELVE MILE RD., SUITE 200 P.O. BOX 9191 FARM NGTON HII.,LS, 39CIEGAN 48333-9191 PHONE: (248) 489-2800 FAX: (248) 488-0413 DATE: FROM: FAX #: lot- z 1(.I COMPANY NAME: ATTENTION: 7&- ;,� MESSAGE: NO. OF PAGES FAXED: --- (INCLUDING COVER SHEET) FAX WAS SENT BY: DATE: TIME: 05/29/02 WED 13:54 FAX 1 248 488 0413 NOVI i9t002 Certificate of Insurance This certifitaltc is issued as a smatter of information only and confers no rims upon you the ccrv5c = holder. This carifiatc is trot an insurance policy and does not amend, extend, or ulcer the coverage afforded by the polici- listed below. This is to certify that (Name and address of insured) LXfifMrr WORKS iNC 13211 MERRIMAN RD UVOHIA, Mia8150.1926 rr r-� //o►'� 4 It is, at the issue date of this cera5cate, instand by tho Company under the policy(ies) listed below_ The iinsaranee afforded by the listed poliey(ies) is subject to an their terms, exclusions and conditions and is not al=cd by any reyuiremeat, tam or coodliioa of any contract or other document with respaa to wbicb this carificatc tray be i--gmad_ Lion TMM Ex . on Dn s Policy N s Limits of LiabMty X Continuous- Extended Policy Term WL-N L W C-1-1411432199-011 Coverage aftorded udder WC law of the following states: Employers Liability Bodily Injury Y In'u B Ac idea: S1,000,000 Each Accident CA. MI Bodily Injury By Disease S1,000,000 pow Limft Workers Compensation Noddy Injury By Disease S1,0M,000 Each Person General Aggregate,Other than Prod/Completed Operations General Liability Prodacts(Complered Operations Aggregate Claims Made Occurrent Bodily IWwT and Property Damage Liability Per Occurrence Retro Date Personal and Advertising Injury Per Person / organization Other 11ablUty Other 7,10hility Bach Accident - Single 7 3m1t - B. I. and P. D. Combined Automobile Liability Each Person Owned Non -Owned Each Accident or Occurrence Hired Each Accident or Occurrence S S a C—lnchtdcs Waiver ofSubrog;4oa (Policy Farm WC 00 03 13) in favor of the City of Lubbock, TX O Rs: Sikat Wings Mwcum Exhibit Fabricatioa and Installed- M Compictim Date: End of Oct, 2002 M E N T S " If the certificate czpissrion date is continvous or mdanded urta, you will be notifled if coveragc is teffifnatcd or reduced before the certificate expi adoa date. However you will not be nod6cd annually of ibc continuation of oovcMge. Special Notice - Obio: Any prawn who, with iateat to defiaud or knowing tbar be / sbe is 1hC!Wkiag a fraud against an insurer, submits as application, or ft'lcs a claim containing a fii6c or deceptive atananarc is guilty of insurance Saud hWrtaot in mmation to Florida policyholders and certificate holders: in the event you have any questions or need informittion about this ccrtificate for any reason, please contact your local sales producer, whose name and tcicpbonc number it"m s in the lower right band comps of this certificate. The appropriew local riles office mailing addreu may also be obtained by calling this number. Notice of c:ctcellaaotr (sot appUcablc unless a number of days is emend blow) . Bcforc the stated expiratiom date the compamy wen rat caoccl or reduce the insumnee afFordcd under therabove policies until at least aM dava notice of such csncelUtitm has been autilcd to f I B OF LUBBOCIC Certificate caLe BOX 2000 Holder LUBBOCK TX 79457 L Milit oeraficate is owcuucd by Libarty Mw,,:11 p—mve Group aB tespoete taeh ID UM= as is aai ded by dose companies, Joanna Saffell I Authorized Rgwescatative J Office / phone Fatmingwu HTfs, K / 248.489-800 Date Inned: 5129/02 Prepared lay. DZ BM0068 ,te: 5/29/02 Time: 11:ZO AM 'ro: YlCLUI- Yillluall t. Page: 002- ACORQ CERTIFICATE OF LIABILITY INSURANCE o5;1;;2 0 PRODUCER (248) 471-0970 FAX (248) 471-0641 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Sri ffin, Smalley and Wilkerson, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 37000 Grand River Avenue ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. PO Box 2999 Farmington Hills, MI 48333-2999 INSURERS AFFORDING COVERAGE GIUI IY IL IIVIn-, --9-- Presentation Works, Inc. 13211 Merriman Road Livonia, MI 48150 1 rnVFRAGFS INSURER A Traye I ers insurance INSURERS: American International INSURER C: INSURER D: INSURER E: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MMOD" POLICY EXPIRATION DATE MMIDD LIMA a GENERAL Lu► iLfTY X COMMERCIAL GENERAL LIABILITY CLAMS MADE a OCCUR 660363KO934 06/30/2001 06/30/2002 EACH OCCURRENCE $ 1,000,00 FIRE DAMAGE (Any one fire) S 1,000 00 MED EXP (Any one person) $ 5 , 00 PERSONAL & ADV INJURY S 1,000,00 GENERAL AGGREGATE $ 2,000,00 GEML AGGREGATE LIMIT APPLIES PER: POLICY M jECT L 0 C PRODUCTS - COMP/OP AGG $ 2,000,000 A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULEDAUiOS HREDAUTOS NON -OWNED AUTOS 810363KO934 06/30/2001 06/30/2002 COMBINED SINGLE LIMIT (Ea accident) f 1,000,000 BODILY INJURY (Per person) 8 X X BODILY INJURY (Per accident) S X PROPERTY DAMAGE (Per accident) S ` f GARAGE LIABILITY ANY AUTO AUTO ONLY - EA AC CI DENT $ OTHER THAN EA ACC AUTO ONLY: AGG S $ t'S B Excess LIABamr X OCCUR CLAIMS MADE DEDUCTIBLE RETENTION $ CIJP363KO934 06/30/2001 06/30/2002 EACH OCCURRENCE $ 10,000,000 AGGREGATE $ 10, 000, 00 S S S WORKERS COMPENSATION AND EMPLOYERS' LIABILITY "TRY LIMITS ER EL, EACH ACCIDENT S E.L. DISEASE - EA EMPLOYEE S E.L. DISEASE - POLICY LIMIT $ J ers. Prop./ Pers. rop.of Others om uters 60363KO934 §60363KO934 06/30/2001 06/30/2001 06/30/2002 06/30/2002 $SO,000,000 with $25,000 Ded. $75O,000 with $S,000 Ded. ESCRIPTION OF OPERATIONSILOCATIONW-IEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIIAL PROVISIONS ity of Lubbock is added as an additional insured to the General Liability Insurance as respects hiability arising out of ongoing operations performed by Exhibit Worsk, Inc. on the Silent Wings Muse ~xhibit Fabrication & Installation job. A Waiver of subrogation applies in favor of City of Lubbock, `n the stated project. TE HOLDER ADDITIONAL INSURED; INSURER LETTER: City of Lubbock Victor Kilman P.O. Box Z000 Lubbock, TX 79457 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATNES. Terry Gri ate: 5/29/02 Time: 11 : 20 AM TO: Victor Kilman 9, 1t3Utu'/bZ164 F Page: 003- IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WANED, subject to the terms and conditions of the policy, certain policies may °-- -: L1_ ._ a4_ _ .W require an endorsement. A siaiemcrlt on this ccriificate does not confleI 1 Ig IItS W t11G tier UIiVate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACDRD CERTIFICATE OF LIABILITY INSURANCE DATE(MWDDNY) TM 05/17/2002 PRODUCER (248)471-0970 FAX (248)471-0641 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION �riffin, Smalley and Wilkerson, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR '37000 Grand River Avenue ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 'PO Box 2999 INSURERS AFFORDING COVERAGE Farmington Hills, MI 48333-2999 _.._. Presentation Works, Inc. 13211 Merriman Road l Livonia, MI 48150 COVERAGES INSURER A: Travelers Insurance INSURERB: American Internatio INSURER C: INSURER D: INSURER E: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR } MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE MM/DD POLICY EXPIRATION DATE MWDD LIMITS GENERAL LWBILITY 660363KO934 06/30/2001 06/30/2002 EACH OCCURRENCE $ 11000,000 X COMMERCIAL GENERAL LIABILITY CLAIMS MADE FRI OCCUR FIRE DAMAGE (Any one fire) $ 11000,0001 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMPIOP AGG $ 2,000,000 POLICY X PRO' LOC Jr AUTOMOBILE LIABILITY ANY AUTO 910363KO934 06/30/2001 06/30/2002 COMBINED SINGLE LIMIT (Ea accident) $ 000 BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS X X HIRED AUTOS NON -OWNED AUTOS BODILY INJURY (Per accident) $ X PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC AUTO ONLY: AGG $ IANY AUTO $ EXCESS LIABILITY CUP363KO934 06/30/2001 06/30/2002 EACH OCCURRENCE $ 10,000,000 X OCCUR CLAIMS MADE AGGREGATE $ 10,000,000 $ $ DEDUCTIBLE S RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY I TORY LIMITS I I ER E.L. EACH ACCIDENT $ E.L. DISEASE- EA EMPLOYEJ $ E.L. DISEASE - POLICY LIMIT 1 $ . Prop./ Pers. 60363KO934 06/30/2001 06/30/2002 $50,000,000 with $25,000 Ded. LR .of Others uters 660363KO934 06/30/2001 06/30/2002 $750,000 with S5,000 Ded. DESCRIPTION OF OPE TIONS/LOCATIONSIVEHICLESIEXCLUSiONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS_ of Lubbock is added as an additional insured to the General Liability insurance as respects ;ty ability arising out of ongoing operations performed by Exhibit Workk, Inc. on the Silent Wings Museum hibit Fabrication & Installation job. CERTIFICATE HOLDER ADDITIONAL INSURED; INSURER LETTER: CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL City of Lubbock 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, I Victor Ki 1 man BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY i P.O. BOX 2000 OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. J Lubbock, TX 794S7 AUTHORIZED REPRESENTATIVE Terry Griffin/DLG T 25-S J7d97) - N 1988 ITB #071-02/VK, Silent Wings Museum Exhibit Fabrication and Installation Silent Wings Museum Exhibit Fabrication and Installation CITY OF LUBBOCK, TEXAS ITB #071-02NK Lubbock International Airport THE CITY OF LUBBOCK APPRECIATES YOUR TIME AND EFFORT IN PREPARING YOUR BID. ALL BIDDERS SHOULD FAMILIARIZE THEMSELVES WITH THE FOLLOWING INSTRUCTIONS TO BIDDERS, GENERAL CONDITIONS, AND ATTACHED SPECIFICATIONS. I. GENERAL INSTRUCTIONS TO BIDDERS BID DELIVERY, TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish Silent Wings Museum Exhibit Fabrication and Installation per the attached specifications. BIDDERS MUST HAVE AT LEAST FIVE YEAR'S EXPERIENCE IN THE FABRICATION AND INSTALLATION OF PERMANENT INTERPRETIVE EXHIBITS AND DEMONSTRATED EXPERIENCE IN THE COORDINATION AND INSTALLATION OF COMPUTER -BASED INTERACTIVE EXHIBITS. Sealed bids will be received no later than 3:00 p.m. CST, April 23, 2002, if date/time stamped on or before 3:00 p.m. at the office listed below. Any bid received after the date and hour specified will be rejected and returned unopened to the bidder. Each bid and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand comer: "ITB #071- 02/VK, Silent Wings Museum Exhibit Fabrication and Installation" and the bid opening date and time. Bidders must also include their company name and address on the outside of the envelope or container. Bids must be addressed to: Victor Kilman, Purchasing Manager City of Lubbock 1625 13th Street, Room L-04 Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Purchasing Department. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt. 1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS. 1.4 Bids may be withdrawn prior to the above scheduled time set for closing of the bids. Bids CANNOT be withdrawn, altered or amended after bid closing. Alteration made before bid closing must be initiated by bidder guaranteeing authenticity. 1.5 The City of Lubbock reserves the right to postpone the date and time for opening bids through an addendum. 2 PRE -BID MEETING 2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a J non -mandatory pre -bid meeting will be held at 9:00 a.m. April 16, 2002 In Lubbock International Airport Ambassador Room (5401 N. MILK Blvd.), Lubbock, Texas. All persons attending the meeting will be asked to identify themselves and the prospective bidder they represent. J 2.2 It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the J pre -bid meeting to bidders who do not attend the pre -bid meeting. 02Si1entWingsBV.doc ITB t1071.02NK, Silent Wings Museum Exhibit Fabrication and Installation 2.3 The City of Lubbock does not discriminate against person with disabilities. City of Lubbock pre -bid meetings are available to all persons regardless of disability. If you would like information made available in a more accessible format or if you desire assistance, please contact the City of Lubbock Human Relations Office, 1625 13th Street, (806)775-2281 at least forty-eight (48) hours in advance of the conference. 3 CLARIFICATION OF REQUIREMENTS 3.1 It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the Purchasing Manager if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the City of Lubbock Purchasing Office no later than five (5) business days prior to the bid closing date. A review of such notifications will be made. 3.2 ALL REQUESTS`FOR ADDITIONAL INFORMATION'O.Fi CLARIFICATION WRRtNGTOBD(MINCONCERNING THIS INVITATION ) T NO LATER THAN FIVE (5) OUSINESS DAYS PRIOR TO THE BID CLOSING DATE AND:ADDRESSEb tO: Victor Kilman, Purchasing Manager City of Lubbock 1625 13th Street Lubbock, Texas 79401 Fax: (806) 775-2164 Email: vkilman@mail.ci.lubbock.tx.us 4 ADDENDA & MODIFICATIONS 4.1 Any changes, additions, or clarifications to the ITB are made by bid amendments (addenda). 4.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Purchasing Department. At the request of the bidder, or in the event the Purchasing Department deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing Department. Such addendum issued by the Purchasing Department will be sent to all bidders receiving the original Invitation to Bid (ITB) and will become part of the bid package having the same binding effect as provisions of the original bid. No verbal explanations or interpretations will be binding. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing Department no later than five (5) days prior to the bid closing date. 4.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any amendment or interpretation that is not in writing. Only information supplied by the City in writing or in this ITB should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt of this ITB with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this bid should be disregarded in preparing responses. 4.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. 5 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 5.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all requirements prior to submitting a bid to ensure that the goods and/or services being bid meet the intent of these specifications. 5.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to Bid. Failure to make such investigations and 02SilentW ingsBV.doc 4 rrB #07"2/VK, Silent Wings Museum Exhibit Fabrication and Installation examinations shall not relieve the bidder from obligation to comply, in every detail, with all provisions and requirements of the Invitation to Bid. 6 BID SUBMITTAL 6.1 Each bid is to be submitted in duplicate by the date and time indicated. 6.2 Bids must be submitted on the Bid Submittal Form and the Bidder must sign and date their bid in the space provided. Enter unit price, extended cost, and delivery days in the columns provided. In the event of discrepancies in extension, the unit price shall govern. I 6.3 The City is exempt from Federal Excise, State Sales and Transportation taxes. TAX <, MUST NOT BE INCLUDED IN BID. Tax exemption certificates will be executed by the Purchasing Manager upon request. 6.4 Any information regarding warranties and/or maintenance agreements pertaining to said bid item(s) are to be included in the bid. 6.5 Bids will not be considered unless bid F.O.B. delivered and include all delivery and packaging costs. ' 6.6 Bid prices must be firm for a minimum period of sixty (60) days. Bids subject to price n ; increases will not be considered. 6.7 All bids, responses, inquiries, or correspondence relating to or in reference to this ITB, and all reports, charts, and other documentation submitted by bidders shall become the property of the City of Lubbock when received. 7 BID PREPARATION COSTS 7.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a bid. 7.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or equipment. 7.3 All costs related to the preparation and submission of a bid shall be paid by the bidder. 8 TRADE SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 8.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 8.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your bid that you have marked as being confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. 8.3 Marking your entire bid CON FIDENTIAUPROPRIETARY is not in conformance with the Texas Open Records Act. 9 LICENSES, PERMITS, TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may be required to pay. 02Silen1W ingsBV.doc 5 rrB #071-021M Silent Wings Museum Exhibit Fabrication and Installatlon 10 DISADVANTAGED BUSINESS ENTERPRISE (DBE) REQUIREMENTS 10.1 The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this ITB, Disadvantaged Business Enterprises (DBE's) will be afforded equal opportunities to submit bids and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration of an award. 10.2 A DBE is defined as a small business concern which is at least 51% owned and controlled by one or more socially and economically disadvantaged individuals, or in the case of any publicly owned business, at least 51 % of the stock of which is owned by one ore more socially and economically disadvantaged individuals. Socially and economically disadvantaged include Women, Black Americans, Hispanic Americans, Native Americans, Asian -Pacific Americans, and Asian -Indian Americans. 10.3 Good Faith Efforts (Information to be submitted with Bid) City of Lubbock treats bidders' compliance with good faith efforts requirements as a matter of responsiveness. Each solicitation for which a contract goal has been established will require the bidders/offerors to submit the following information with its bid as a condition of responsiveness: 1. The names and addresses of DBE firms that will participate in the contract; 2. A description of the work that each DBE will perform; 3. The dollar amount of the participation of each DBE firm participation; 4. Written and signed documentation of commitment to use a DBE subcontractor whose participation it submits to meet a contract goal; 5. Written and signed confirmation from the DBE that it is participating in the contract as provided in the prime contractor's commitment; and 6. If the contract goal is not met, evidence of good faith efforts. 10.4 Demonstration of good faith efforts The obligation of the bidder is to make good faith efforts. The bidder can demonstrate that it has done so either by meeting the contract goal or documenting good faith efforts. Examples of good faith efforts are found in Attachment 7 of the Airports DBE plan, http://purchasing.ci.lubbock.b(.us/vendor.htm . The following personnel are responsible for determining whether a bidder who has not met the contract goal has documented sufficient good faith efforts to be regarded as responsive: Persons assigned to evaluate bids or proposals as specified on the City's "Request to Solicit Competitive Bids or Proposals — Procurement Document Submittal Form." We will ensure that all information is complete and accurate and adequately documents and bidder's good faith efforts before we commit to the performance of the contract by the bidder. 10.5 Administrative reconsideration Within 10 days of being informed by City of Lubbock that it is not responsive because it has not documented sufficient good faith efforts, a bidder may request administrative reconsideration. Bidders should make this request in writing to the following reconsideration official: Victor Kilman, Purchasing Department, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457. The reconsideration official will not have played any role in the original determination that the bidder did not make/document sufficient good faith efforts. As part of this reconsideration, the bidder will have the opportunity to provide written documentation or argument concerning the issue of whether it met the goal or made adequate good faith efforts to do so. The bidder will have the opportunity to meet in 02SilentW ingsBV.doc 6 ITB #071-021VK, Silent Wings Museum Exhibit Fabrication and installation person with our reconsideration official to discuss the issue of whether it met the goal or made adequate good faith efforts to do so. We will send the bidder a written decision on reconsideration, explaining the basis for finding that the bidder did or did not meet the goal or make adequate good faith efforts to do so. The result of the reconsideration process is not administratively appealable to the Department of Transportation. 10.6 Good Faith Efforts when a DBE is replaced on a contract City of Lubbock will require a contractor to make good faith efforts to replace a DBE that is terminated or has otherwise failed to complete its work on a contract with another certified DBE, to the extent needed to meet the contract goal. The City will require the prime contractor to notify the DBE Liaison Officer (DBELO) immediately of the DBE's inability or unwillingness to perform and provide reasonable documentation. In this situation, we will require the prime contractor to obtain our prior approval of the substitute DBE and to provide copies of new or amended subcontracts, or documentation of good faith efforts. If the contractor fails or refuses to comply in the time specified, our contracting office will issue an order stopping all or part of payment/work until satisfactory action has been taken. If the contractor still fails to comply, the contracting officer may issue a termination for default proceeding. 10.7 Counting DBE Participation The City will count DBE participation toward overall goals as provided in 49 CFR 26.55. 10.8 Certification The DBELO will use the certification standards of Subpart D of part 26 and the certification procedures of Subpart E of part 26 to determine the eligibility of firms to participate as DBEs in DOT -assisted contracts. In addition, the Department of Aviation has approval from Citibus, the City s transit authority and the Affirmative Action and Contract Compliance Division of the City of Houston, Texas to assist in applying certification standards. To be certified as a DBE, a firm must meet all certification eligibility standards. The City will make their certification decisions based on the facts as a whole. 10.9 Process The City s certification application form and documentation requirements are found in Attachment 5 of the Airport's DBE Plan. For information about the certification process or to apply for certification, firms should contact: Mark Earle, Director of Aviation, Lubbock International Airport, Rt. 3 Box 389, Lubbock, Texas 79403, 806/775-3126, mearieO-maii.ci.lubbock.tx.us. In the event the City proposes to remove a DBE's certification, the City will follow procedures consistent with 26.87. Attachment 6 to the Airport's DBE Plan sets forth these procedures in detail. To ensure separation of functions in.a decertification, the City has determined that the Purchasing Manager will serve as the decision maker in decertification proceedings. The City has established an administrative "firewall" to ensure that the Purchasing Manager will not have participated in any way in the decertification proceeding against the firm (including the decision to initiate such a proceeding). If the City denies a firm's application or decertifies it, the firm may not reapply until 12 months have passed from our action. 10.10 Certification Appeals Any firm or complainant may appeal the City's decision in a certification matter to DOT. Such appeals may be sent to: Department of Transportation Office of Civil Rights Certification Appeals Branch, 400 7th St., SW, Room 2104, Washington, DC 20590. I O2Si1entWingsBV.doc 7 rrB #071-021VK, Silent Wings Museum Exhibit Fabrication and Installation The City will promptly implement any DOT certification appeal decision affecting the eligibility of DBEs for all DOT -assisted contracting (e.g., certify a firm if DOT has determined that our denial of its application was erroneous). 10.11 "Recertifications" The City will review the eligibility of DBEs that the City might have certified under former part 23, to make sure that they meet the standards of Subpart D of part 26. The City will complete this review within four years beginning October, 1999. In order to comply with requirements of re -certification each currently certified DBE the airport works with as well as any new applicant for certification will be required to submit a Statement of Personal Net Worth as shown in Exhibit 9 of the Airport's DBE plan. For firms that the City has certified or reviewed and found eligible under part 26, the City will review their eligibility every five years following the date of their certification. These reviews will include the following components: 1. The City of Lubbock will require that the firm complete a new DBE Certification Form. 2. The City of Lubbock may use on -site visits where necessary to make proper determinations. 3. The City of Lubbock will use any discretion to certify a firm on reliance of the decisions made by DOT or another recipient, to make an independent certification decision based on additional documentation provided by another recipient or to require the applicant to proceed through our application procedure without regard to the action of the other recipient 4. City of Lubbock reserves the right to determine recertification procedures on a case -by -case basis. 10.12 "No Change" Affidavits and Notices of Change The City will require all certified DBEs to inform the DBELO, in a written affidavit, of any change in its circumstances affecting its ability to meet size, disadvantaged status, ownership or control criteria of 49 CFR part 26 or of any material changes in the information provided with the DBE's application for certification. The City will also require all owners of all DBEs the City has certified to submit, on the anniversary date of their certification, a "no change" affidavit meeting the requirements of 26.830). The text of this affidavit is the following: I swear (or affirm) that there have been no changes in the circumstances of [name of DBE firm] affecting its ability to meet the size, disadvantaged status, ownership, or control requirements of 49 CFR part 26. There have been no material changes in the information provided with [name of DBE]'s application for certification, except for any changes about which you have provided written notice to the City of Lubbock under 26.83(I). [Name of firm] meets Small Business Administration (SBA) criteria for being a small business concern and its average annual gross receipts (as defined by SBA rules) over the firm's previous three fiscal years do not exceed $16.6 million. The City will require DBEs to submit with this affidavit documentation of the firm's size and gross receipts. The City will notify all currently certified DBE firms of these obligations by newsletter or direct mail beginning October, 2000. This notification will inform DBEs that to submit the "no change" affidavit, their owners must swear or affirm that they meet all regulatory requirements of part 26, including personal net worth. Likewise, if a firm's owner knows or should know that he or she, or the firm, fails to meet a part 26 eligibility requirement, the obligation to submit a notice of change applies. 10.13 Bidders List The City of Lubbock will create a bidders list, consisting of information about all DBE and non -DBE firms that bid or quote on DOT -assisted contracts. The purpose of this 02SiientWings8V.doc 8 rM #071-02/VK, Silent Wings Museum Exhibit Fabrication and Installation requirement is to allow use of the bidders list approach to calculating overall goals. The bidders list will include the name, address, DBE/non-DBE status, age, and annual gross receipts of firms. The City will collect this information in the following ways: a notice in all solicitations and direct request to firms quoting on subcontracts to report information directly to the DBELO. The City of Lubbock will work closely with all prime bidders in order to collect necessary information of all firms who quote to them on contracts. + 10.14 Monitoring Payments to DBEs The City will require prime contractors to maintain records and documents of payments to DBEs for three years following the performance of the contract. These records will be made available for inspection upon request by any authorized representative of the City of Lubbock or DOT. This reporting requirement also extends to any certified DBE subcontractor. The City will keep a running tally of actual payments to DBE firms for work committed to them at the time of contract award. The City will perform interim audits of contract payments to DBEs. The audit will review a payments to DBE subcontractors to ensure that the actual amount paid to DBE subcontractors equals or exceeds the dollar amounts stated in the schedule of DBE participation. 10.15 Reporting to DOT The City will report DBE participation to DOT annually on Form 4630, as modified for use by FAA recipients. 10.16 Veteran's Preference It shall include in all contracts for work on any project funded under the grant agreement which involve labor, such provisions as are necessary to insure that, in the employment of labor (except in executive, administrative, and supervisory positions), preference shall be given to Veterans of the Vietnam era and disabled veterans as defined in Section 47112 of Title 49, United States Code. However, this preference shall apply only where the individuals are available and qualified to perform the work to which the employment ' relates. i 11 CONFLICT OF INTEREST 11.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 11.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this bid. 12 AUTHORIZATION TO BIND SUBMITTER OF BID 12.1 Bids must show vendor name and address of bidder. Bids must be manually signed by an officer of the company authorized to bind the submitter to its provisions. Person signing bid must show title or AUTHORITY TO BIND THEIR FIRM IN A CONTRACT. Failure to manually sign bid will disqualify it. 12.2 The bid submitted by the bidder shall become an integral part of the contract between the City and the Bidder and the representations, covenants, and conditions therein contained shall be binding upon the person, firm or corporation executing the same. 13 BID AWARD 13.1 The contract will be awarded to the bidder who provides goods or services at the best value for the City of Lubbock. In determining the best value for the City of Lubbock, the City may consider: I 02SilentWingsBV.doc 9 ITS #071-02NK, Silent Wings Museum Exhibit Fabrication and Installation 13.1.1 The purchase price; 13.1.2 The reputation of the of the bidder and of the bidder's goods or services; 13.1.3 The quality of the bidder's goods or services; 13.1.4 The extent to which the goods or services meet the City's needs; 13.1.5 The bidder's past relationship with the City; 13.1.6 The impact on the ability of the City of the City to comply with laws and rules relating to contracting with Disadvantaged Business Enterprises and non-profit organizations employing persons with disabilities; 13.1.7 The total long-term cost to the City to acquire goods or services; and 13.1.8 Any relevant criteria specifically listed in the Invitation to Bid. 13.2 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole discretion. 13.3 The City reserves the right to accept the Total Base Bid and Bid Options in any order or combination that serves its best interests. The best value may be determined on the price combination of the Total Base Bid and any accepted Bid Options. 13.4 The City reserves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: 13.4.1 The experience record of the bidder showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. 13.4.2 A sworn statement of the current financial condition of the bidder. 13.4.3 Delivery schedule. 13.5 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding on any commodity could be cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to determine possible Anti -Trust violations. 13.6 Before the City may award a bid to a nonresident bidder, the nonresident bidders bid must be lower than lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder would be required to underbid the nonresident bidder in the nonresident bidders' home state. 13.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the State of Texas and under the laws of the State of Texas. In connection with the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the same may be applicable. 13.7 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS INVITATION TO BID. 14 QUALIFICATIONS OF BIDDERS The bidder may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The bidder must have at least five year's experience in the fabrication and installation of permanent interpretive exhibits and demonstrated experience in the coordination and installation of computer -based interactive exhibits. IN ORDER TO SATISFY THE CITY OF LUBBOCK ABOUT THE BIDDER'S QUALIFICATIONS, THE BIDDER MUST SUBMIT WITH THEIR BID A DESCRIPTION OF PAST PROJECTS OF A SIMILAR NATURE COMPLETED DURING THE PAST FIVE YEARS, INCLUDING REFERENCES FOR THREE OF THESE PROJECTS. The City of Lubbock may make 02SilentWingsBV.doc 10 iTB #071-02NK, Silent Wings Museum Exhibit Fabrication and Installation reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall fumish to the City of Lubbock all information for this purpose that may be requested. The City of Lubbock reserves the right to reject any bid if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: • The ability, capacity, skill, and financial resources to perform the work or provide the service required. • The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. • The character, integrity, reputation, judgment, experience, and efficiency of the bidder. • The quality of performance of previous contracts or services. 15 EQUAL EMPLOYMENT OPPORTUNITY Bidder agrees that it will not discriminate in hiring, promotion, treatment, or other tenns and conditions of employment based on race, sex, national origin, age, disability, or in anyway violative of Title VII of 1964 Civil Rights Act and amendments, except as permitted by said laws. 16 SPECIFICATIONS 16.1 Any catalog, brand name or manufacturer's reference in the specifications is descriptive 1, and NOT restrictive, and is used to indicate type and quality level desired. Bids on brands of like nature and quality may be considered unless specifically excluded. 16.2 If bidding on other than reference or specifications, bid must show manufacturer, brand, trade name, catalog and/or lot number, etc., on article offered and certify article offered is equivalent to specifications. If other than specified brand of items are offered, specifications, catalog sheets, illustrations and complete descriptive literature must be submitted with bid. 16.3 Minor deviations from written specifications shall not necessarily disqualify a vendor's bid. -� The City of Lubbock specification committee will be the sole determiner of what constitutes a minor deviation. 16.4 The City may deem it necessary to specify Approved Brands after conclusive testing, prior usage or standardization. The City may test any sample(s), supplied free of charge, to qualify for the Approved Brand list. Each sample must be marked with bidder's name and address. At bidder's request and expense, the sample(s) not destroyed or used in examinations and testing will be returned. 16.5 When specifications call for samples to be submitted, samples shall be delivered by the bidder, at bidder's expense, five days prior to the opening of bids. Each sample shall be clearly tagged to show bidder's name and address and item number. 17 TIME AND ORDER FOR COMPLETION 17.1 The construction covered by the contract documents shall be fully completed within one hundred thirty-eight (138) CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 17.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to insure completion of the project within the time specified. 02SilentWingsBV.doc 11 rrB #071-02NK, Silent Wings Museum Exhibit Fabrication and Installation 18 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 19 GUARANTEES 19.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 19.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants the year 2000 calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 19.3 The obligations contained herein apply to products and services provided by the Contractor, its sub -contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 19.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 20 PLANS FOR THE CONTRACTOR The contractor will be furnished, in hard -copy and digital format, one set of plans and specifications and related contract documents for his use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 21 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. 02SilentWingsBV.doc 12 ITB #071-02/VK, Silent Wings Museum Exhibit Fabrication and Installation 22 TEXAS STATE SALES TAX 22.1 This contract is issued by an organization that qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 22.2 The Contractor must obtain a limited sales, excise and use tax permit that shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 23 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. '1 24 INSURANCE 24.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required herein, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverage's shall be submitted before contract execution. 24.2 The insurance certificates furnished shall name the City as an additional insured, or in the alternative, shall be accompanied by a statement from the Contractor to the effect that no work on this particular project shall be subcontracted. It shall be the contractors responsibility to provide to the owner all proof of coverage insurance documents including workers compensation coverage for each subcontractor. 02SilentWingsBV.doc 13 ITB #D71-021VK, Silent Wings Museum Exhibit Fabrication and Installation CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 9th day of May, 2002 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and Exhibit Works. Inc. of the City of Livonia, County of Wayne and the State of Michican hereinafter termed CONTRACTOR. W ITNESSETH: That for and inconsideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: BID #071-021VK - Silent Wings Museum Exhibit Fabrication and Installation - $435,370.00 and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Conditions of the Agreement. The CONTRACTOR hereby agrees to commence work within five (5) days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. ATTEST: Clty Secretar APPROVED Owner's ep APPR VED if/4 ty Attorney L AS TO FORM: CITY OF, CONTRACTOR: (OWNER) PRINTED NAME:hA�AD A - $� TITLE: 6CO ATT� COMPLETE ADDRESS: Cor e S reta Exhibit Works, Inc. 13211 Merriman Road Livonia, MI 48150 ITB #071-02NK, Silent Wings Museum Exhibit Fabrication and Installation GENERAL CONDITIONS OF THE AGREEMENT OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co -partnership or corporation, to wit EXHIBIT WORKS, INC. who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative, MARK EARLE, DIRECTOR OF AVIATION, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid Submittal Form, Signed Contract, Statutory Bonds, General Conditions of the Agreement, Special Provisions, Technical Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. 2 ITB #071-02NK, Silent Wings Museum Exhibit Fabrication and Installation 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality and free from material defects. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished one copy of all Plans and Specifications in digital format without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 3 ITS #071-02NK, Silent Wings Museum Exhibit Fabrication and Installation 13. LINES AND GRADES Wherever applicable, all lines and grades shall be furnished by the Contractor whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Contractor to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Contractor at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any s necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and _t 4 ITB #071-02NK, Silent Wings Museum Exhibit Fabrication and Installation reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. >z �to ccNS Na6u46Nc—,-r Unless otherwise specified herein, all loss, expense or damage to ContractoArising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall fumish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 5 rrB #071-02NK, Silent Wings Museum Exhibit Fabrication and Installation 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work through oversight or otherwise. If any such I work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS f The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. 0 ITB #071-021VK, Silent Wings Museum Exhibit Fabrication and Installation If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's bid, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not 7 rrB #071-02NK, Silent Wings Museum Exhibit Fabrication and Installation embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." f No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion f arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of i the actual field cost thereof, as provided under Method (C)(1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the bid, the specifications, plans and other contract documents, is to be done for the prices quoted by the " Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owner's Representative and a clarification obtained before the bids are received, and if no such notice is received by the Owner's Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its bid to j complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than ten (10) calendar days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. i If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work 0 ITB #071-02NK, Silent Wings Museum Exhibit Fabrication and Installation be guarded in eeeordenee with the "Mantial of Aeeidemt Preventiem 8fl 1 / —er-fequietiene. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, is eem#eel. OtAUY s IT 7tf-L � —r SHE AN-t, rrt-ST��C::>Tt c)'�—' -Ti-fa pCH t I3 t"r5 'i'TT-f� sl �['t�ti" tea u,S Mc The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided thirty (30) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. The insurance certificates furnished shall name the City of Lubbock as additional insured. It shall be the contractors responsibility to provide to the owner all proof of coverage insurance documents including workers compensation coverage for each subcontractor. A. General Liability Insurance The contractor shall have Comprehensive General Liability Insurance with limits of $500,000.00 Combined Single Limit in the aggregate and $500,000.00 per occurrence to include: Premises and Operations Explosion & Collapse Hazard Underground Damage Hazard Products & Completed Operations Hazard AGG 0 ITB #071-02NK, Silent wings Museum Exhibit Fabrication and Installation Contractual Liability Independent Contractors Coverage Personal Injury Advertising Injury Fire Damage (Anyone Fire) Property Damage Pressurized Vessel Endorsement Mobile Equipment Endorsement Heavy Equipment i B. Owner's and Contractor's Protective Liability Insurance. For bodily injuries, including accidental death and or property damage, $560,000.00 Combined Single Limit in the aggregate and $500,000.00 per occurrence. This policy shall be submitted prior to contract execution. C. Comprehensive Automobile Liability Insurance. The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $300,000.00 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. The City of Lubbock is to be named as additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. E. Builder's Risk Insurance/Installation Floater Insurance. DELETED E. Umbrella Liability Insurance DELETED F. Worker's Compensation and Employers Liability Insurance Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least statutory/$500 A00.00. 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. 10 ITB #071-02/VK, Silent Wings Museum Exhibit Fabrication and Installation Persons providing services on the project ("subcontractor" in Section 11406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 11 ITB #071-02NK, Silent Wings Museum Exhibit Fabrication and Installation L 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 12 rrB #071.021VK, Silent Wings Museum Exhibit Fabrication and Installation 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and 13 ITB #071-02NK, Silent Wings Museum Exhibit Fabrication and Installation (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30-point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 5121440-3789 to j receive information of the legal requirements for coverage, to verify j whether your employer has provided the required coverage, or to report an employer's failure to provide coverage;"and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (ill) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by 14 ITB #071-02NK, Silent Wings Museum Exhibit Fabrication and Installation workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29, DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and 15 ITB #071-02/VK, Silent Wings Museum Exhibit Fabrication and Installation parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five (5) days after demand is made, then Owner may, during the period for which such indebtedness shall remain unpaid, in addition to any statutory retainage rights it may have, withhold from the unpaid portion of this contract, a sum equal to the amount of such unpaid indebtedness or may apply the sum so withheld to discharge any such indebtedness. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees except image use fees (paid by the Owner), and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to bidding. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising therefrom. -� The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be l considered as part of this contract to the same effect as though embodied herein. _.I 16 m3 #071-021VK, Silent Wings Museum Exhibit Fabrication and Installation 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract documents, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time N herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $500 (FIVE HUNDRED) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. f�1� It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to cant' on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 17 Page 17 Section 34 Last sentence Second Paragraph Insert Clause A: "Contractor shall be in default after the time stipulated for substantially completing the work, except such delay of failure to complete would be excused by the Owner if and the extent that any delay or failure to complete by the Contractor is caused by an event or occurrence beyond the reasonable control of the Contractor and not due to the Contractor's fault or negligence." ITB #071-02NK, Silent Wings Museum Exhibit Fabrication and installation 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their bids offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the 18 [TB #071-021VK, Silent Wings Museum Exhibit Fabrication and Installation indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 19 ITS 0071-021VK. Silent Wings Museum Exhibit Fabrication and Installation 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (3 1 ) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shalt inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK i Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually 1 incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative, 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor. (d) Damage to another contractor. 20 ITB #071-02/VK, Silent Wings Museum Exhibit Fabrication and Installation When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance, the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the 21 ITB N071-02/VK, Silent Wings Museum Exhibit Fabricatlon and Installation sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 22 rrB #071-021VK, Silent Wings Museum Exhibit Fabrication and Installation 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall be submitted on forms acceptable to the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL PROVISIONS In the event special provisions are contained herein as part of the contract documents and said special provisions conflict with any of the general conditions contained in this contract, then in such event the special provisions shall control. In the event there is a discrepancy between the specifications and the general conditions, the "specifications shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES ro s N Ex- UBI�[ Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and bome by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 23 ITB #071-02IVK, Silent Wings Museum Exhibit Fabrication and Installation 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. j` 24 Lubbock Intematlonal Aitpott BID SUBMITTAL April 4, 2002 ITB #071-02NK Refer to Drawing EX.00 QUANTITY UNIT COST CASEWORK SPECIALTY GRAPHICS MURALS 1. INTRODUCTION 1.1 History of Silent Wins Museum - Graphic Panel 1 Each X X 1.2 Donor Plaque 1 Each . X X 1.3 Framed Posters in Hallway 5 Each X X 1.4 Entry Area - Murals 1 Lot X X - Bum out 1 Each X X 1.5 "A TURNING POINT" - Mural 1 Lot X X - Graphic Panels 5 Each X X - Text Panels 5 Each X X 1.6 Map Wall - Mural 1 Lot X X - Graphic Panels 10 Each X X - Map Markers 70 Each X X 1.7 Military Aviation & Glider History Timeline - Mural 1 Lot X X - Graphic Panels 126 Each X X 1.8 Airborne / Class A Uniform - Figure 1 Each X X - Platform 1 Lot X X - Graphic Stand 1 Each X X - Sin South Plains AAF 1 Each X X 2. CHANGING EXHIBITS 2.1 - Casework, Type A 2 Each X X - Changeable Headline Panel 1 Each X X - Theater Name Panel 1 Each X X - Theater Exit Sin 1 Each X X - Theater Start Button Panel 1 Each X X 2.2 Weapons Case - Case Construction 1 Lot X X - Mounting Hardware 1 Lot X X - Text Panels 3 Each X X - Headline Graphics Dimensional Letters 1 Lot X X Silent Wings Museum Exhibit Fabrication Installation Page 1 Bidders Initials Lubbock lntemational Airport BID SUBMITTAL April 4, 2002 ITS #071-021VK Refer to Drawing EX.00 QUANTITY UNIT COST CASEWORK SPECIALTY GRAPHICS MURALS 3. GLIDERMEN IN COMBAT 3.1 Operations Curved Wail - Casework, Type B 6 Each X X - Graphic Panels, Large 2 Each X X - Graphic Panels 20 Each X X - Murals 1 Lot X X - Graphic Stand For Bicycle) 1 Each X X - D-Day Cut Out Install Only) 1 Lot X X 3.2 Gliderman / Combat - Figures 3 Each X X - Platform 1 Lot X X - Exhibit Table/Graphics 1 Each X X - Exhibit Tables/AV Hardware Install 2 Each X X 3.3 Tactical Glider Operations - Paint Wall 1 Lot X X - Casework,Type A 6 Each X X - Title Dimensional Letters 1 Lot X X - Bumpout 1 Each X X . 3.4 Machine Gun Nest - Mural 1 Lot X X - Artificial Plant Material (Hedgerow) 1 Lot X X - Graphic Stand 1 Each X X 3.7 Dozer - Graphic Stand 1 Each X X 4. LANDING TABLEAU 4.1 - Paint Wail 1 Lot X X - Diorama Elements 1 Lot X X - Glider, Install Only 1 Lot X X - Figures 2 Each X X - Graphic Stand 2 Each X X - Lighting 1 Lot X X - Audio Equipment & Recording 1 Lot X X 5. RESTORATION SHOP 5.1 - Exhibit Table With Graphics 3 Each X X - Crowd Control Device 2 Each X X - Glider, Hanging Install Only) 1 Lot X X 6. TRAINING 6.1 Training Exhibit, Curved Wall 2-Sided - Wall Construction 1 Lot X X - Paint Walls 1 Lot X X - Mural 1 Lot X X 6.2 Link Trainer - Graphic Stand 1 Each X X 6.3 Glidennen Everyday - Figures 2 Each X X - Platform 1 Lot X X - Exhibit Table With Graphics 1 Lot X X - Exhibit Table/AV Hardware Install 1 Lot X X 6.4 Classroom - Casework, Type A 2 Each X X - Graphic Panel 1 Each X X - Blackboard 2 Each X X Silent Wings Museum Exhibit Fabrication Installation Page 2 Bidders Initials Lubbock International Airport BID SUBMITTAL April 4, 2002 ITB #071-021VK Refer to Drawing EX.00 QUANTITY UNIT COST CASEWORK SPECIALTY GRAPHICS MURALS 7. BARRACKS TABLEAU 7.1 Barracks - Window 2 Sided 1 Each X X -Windows 2 Each X X - Exposed Studs 1 Lot X X - Paint Walls 1 Lot X X - Clothes Racks 3 Each X X - Footlocker — Plex Covers 2 Each X X - Graphic Panels 2 Each X X - Graphic Stand 1 Each X X 8. THE GLIDER 8.1 Glider - Graphic Stand 2 Each _ X X 8.2 Restored Cockpit - Base Construction 1 Lot X X - Exhibit Table With Graphics 1 Lot X X 8.3 CG4A Design Development - Mural 1 Lot X X - Graphic Stand 2 Each X X - Plex Tops for Drafting Tables 2 Each X X - Emblems 4 Each X X 8.4 South Plains Army Airfield - Exhibit Table With Graphics 2 Each X X 8.5 Tow Planes & Pilots - Graphic Panel 1 Each X X 9.0 PEOPLE WALL - Displayl3isplay Panels 2 Each X X GENERAL - Object Labels, Tent Style 50 Each X X - Oblect Labels, Flat Style 100 Each X X - Small Text Panels for Case Type A 20 Each X X - Text Panel for Case Type B 6 Each X X - Graphic Angled Floor Stand 6 Each X X SUB TOTALS X X X X Silent Wings Museum Exhibit Fabrication Installation Page 3 Bidder's Initials Lubbock lntemational Airport BID SUBMITTAL April 4, 2002 ITB #071-02/VK Refer to Drawing EX.00 QUANTITY UNIT COST CASEWORK SPECIALTY GRAPHICS MURALS TOTAL BASE BID: X BID OPTIONS: Graphic Stand - Additional 5 Each X X Exhibit Table/Graphics — Additional 5 Each X X Alternate Casework (Voluntary), Type A 10 Each X X Altemate Casework (Voluntary), Type B 6 Each X X NOTE: Include all installation, shipping costs and contractor mark-ups In line Item pricing. Insert Bid Price In the Unit Cost column and the extended amount in either the Casework, Specialty, Graphics, or Murals column where indicated by an X.I." The Bidder, in compliance with your Invitation to Bid for the construction of a SILENT WINGS MUSEUM EXHIBIT FABRICATION AND INSTALLATION, having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the Intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies F.O.B. Lubbock, Texas; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated above. The price shall cover all expenses incurred in performing the work required under the contract documents. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated. Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed' of the Owner and to fully complete the project within ONE HUNDRED THIRTY-EIGHT CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of FIVE HUNDRED DOLLARS ($500.00) for each consecutive calendar day in excess of the time set forth herein. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of_ the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within fifteen (15) days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ 1 or a Bid Bond in the sum of Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within fifteen (15) days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Authorized Signature Date Printed or Typed Name Telephone Number (Seal if Bidder is a Corporation) Company ATTEST: Address Secretary Silent Wings Museum Exhibit Fabrication Installation Page 4 Bidder's Initials 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 SILENT WINGS EXHIBIT GRAPHICS LUBBOCK, TEXAS SECTION 10440 PART 1-GENERAL SUMMARY: Extent of exhibit graphics are shown on drawings and specified herein. Typographic Requirements: All copy straight with letters tightly spaced, typeface accurately reproduced with square corners and even curves, letters and symbols uniform, edges straight and true, and all finishes smooth and with no visible imperfections. CODES AND STANDARDS: Codes: All work shall be in accordance with all governing zoning, building and electrical codes and any other local, state, federal regulations and requirements governing such work. Materials used throughout the work of this section must be archival and museum -quality. Manufacturer's specification sheets for proposed materials will be submitted for Architect's review. Architect will provide appropriate guidelines upon request. RELATED WORK SPECIFIED ELSEWHERE: Exhibit casework is specified in Section 11100. QUALITY ASSURANCE: Drawings and Specifications: Plans, elevations, details, and specifications indicate spacings of members, sizes of components as well as profile, dimensional, material, fabrication and similar design requirements for all graohic types. Graphics with deviations from indicated dimensions and profiles may be considered provided that deviations in dimensions and profiles are minor and do not change the design concept, or intended performance as judged by the Architect. The burden of proof of equality is on the proposer. Manufacturer's or exhibit fabricator's name, trade name or trademark shall not appear on any visible surface. SUBMITTALS: Shop Drawings: Submit shop drawings showing dimensioned plans, elevations, large scale details of construction, fabrication, and methods of installation. Show details and locations of anchorage and fittings. For exhibit elements supported by or anchored to permanent construction, provide setting drawings, full-size spacing templates, and directions for installation of anchor bolts and other anchors to be installed. Furnish full-size spacing templates for individually mounted dimensional letters and numbers. Template to include markings that show actual panel sizes. Product Data: Submit manufacturer's technical data, specifications, construction details and installation instructions relative to materials. HOK 01-0419-10 10440-1 i 1 Samples: Submit samples for verification of finishes, colors, surface textures and qualities of 2 manufacture and design of each exhibit component. Samples to be kept by Architect as a record to 3 later match against items in the field. a 5 Submit full-size sample units, if requested by Architect. Acceptable units may be installed as part of s the work. 7 a PROJECT CONDITIONS 9 10 Field Measurements: Take field measurements prior to preparation of shop drawings and fabrication 4 11 to ensure proper fitting of all exhibit components. Show recorded measurements on final shop 12 drawings. Coordinate fabrication schedule with construction progress to avoid delay. 13 14 DELIVERY STORAGE AND HANDLING: l 15 16 Package in like groups and label accordingly. y� 17 18 Protect all items during transit, delivery, storage and handling to prevent damage, soiling and 19 deterioration. Inspect items upon delivery for damage. Minor damages may be repaired provided the 20 finish items are equal in all respects to new work and acceptable to the Architect otherwise, remove 21 and replace damage items as directed. �. 22 1 23 WARRANTY: 24 25 Provide aone-year warranty of materials and workmanship for all sign and labels types required 26 unless otherwise noted. Should one or more defects appear within the warranty period, the Owner 27 shall have the right to continue use of the defective part until such time that it is replaced, without loss 28 or inconvenience to the Owner. Replacements must fulfill an additional one year warranty period. 29 Warranty period begins with certificate of substantial completion. f i 30 31 PART 2 - PRODUCTS 32 33 ACCEPTABLE MANUFACTURERS: 34 35 All graphics and labels and band fabrication within this section shall be performed by a manufacturer 36 with a minimum of five (5) years experience producing work of this nature. a 37 38 MATERIALS, GENERAL: 3s 40 All materials shall be new stock, free from defects impairing strength, durability, and appearance. No 41 fabrication or installation materials or procedures shall be used that will in any way change the usual 42 quality or in any manner have an adverse effect on existing materials and surfaces. 43 �. 44 Plastic: 45 46 Edges shall be free of saw marks, chips and be square to face. All edges to be smooth and flame j 47 polished unless not visible or otherwise specified. ,( 48 49 Cast Acrylic Sheet: Provide cast (not extruded or continuous cast) methyl metharcrylate monomer so plastic sheet with a minimum flexural strength of 16,000 psi, when tested in accordance with 51 ASTM D 790, minimum allowable continuous service temperature of 180 degrees F (82 degrees C); in J 52 sizes and thicknesses indicated; and in the following general types: 53 54 TransparentSheet: Where indicated as "clear" provide colorless sheet with light transmittance s5 of 92%, when tested in accordance with ASTM D 1003, in matte finish, unless otherwise 56 indicated. 57 58 Vitrine Joints: Use a type PS-30 or equal technique as approved by the Architect. 1; i HOK 01-0419-10 10440-2 1 2 Plastic Laminate: High pressure plastic laminate engraving stock with face and core plies in 3 contrasting colors, in finishes and color combinations indicated or, if not indicated, as selected from a manufacturer's standard. s s Metal: 7 8 For the fabrication of exposed' metal work, use only materials which are smooth and free of s surface blemishes including pitting roughness, seam marks, roller marks, and trade names. Do 10 not use materials which have stains and discolorations. >> 12 Aluminum Extrusions: Alloy and temper recommended by aluminum producer or finisher for 13 type of use and finish indicated, and with not less than the strength and durability properties 14 specified in ASTM B 221 for 6063-T5. is 16 Aluminum Sheet: Alloy and temper recommended by aluminum producer or finisher for type of 17 use and finish indicated, and with not less than the strength and durability properties specified in 18 ASTM B 209 for 5005-H15. 1s 20 Vinyl Film: Opaque non -reflective vinyl film, 0.0035" minimum thickness, with pressure sensitive 21 adhesive backing, suitable for exterior as well as interior applications. All colors are to be integral and 22 not surface applied. Surface finish shall be eggshell. All paints, inks, dyes, and other materials used 23 in the process will be compatible and guaranteed not to cause discolorations, deterioration or 24 delamination. 25 26 Pre -spaced laser -cut letters supplied in specified type face, color, and spacing on a quick release 27 backing sheet. Adheredlinstalled as indicated by the Architect, 28 29 Photographic Prints: Exhibition -quality type'C" prints, Lambda prints, or equal, free of imperfections, 30 color corrected to match originals. Photographs shall be over laminated, unless enclosed in an exhibit 31 case, matte finish, unless otherwise indicated on the drawings. Photographic originals shall be 32 provided by Owner as 35mm transparencies, 8 x 10 prints or digital files. All originals shall be 33 returned to Owner within 30 days of project completion. Submit samples to Architect for review. 34 35 Fasteners: 3s 37 Concealed fasteners where possible, otherwise locate fasteners or countersunk screws where they 38 will be inconspicuous and acceptable to the Architect. 3s 40 Anchors and Inserts: Use non-ferrous metal or hot -dipped galvanized anchors and inserts for exterior 41 installations and elsewhere as required for corrosion resistance, unless otherwise indicated. Use 42 toothed steel or lead expansion bolt devices for drilled -in -place anchors. Furnish inserts, as required, 43 to be set into concrete or masonry work. 44 45 APPLICATION OF INKS AND PAINTS: 46 47 'Paint' as used herein means all coating systems, materials, including primers, emulsions, enamels, 48 stains, sealers, and fillers. 4s so General: Apply paint in accordance with manufacturer's directions to all exposed surfaces, returns, 51 edges, etc. Use applicators and techniques best suited for substrate and type of material being 52 applied. No paints that will fade, discolor, or delaminate as a result of ultraviolet light or heat shall be 53 used. Submit specification/data sheets on paints used in case interior for approval. sa 55 Apply additional coats when undercoats, stains or other conditions show through final coat of paint, 58 until paint film is of uniform finish, color and appearance. Give special attention to insure that 57 surfaces, including edges, corners, crevices, welds, and exposed fasteners receive a dry film HOK 01-0419-10 10440-3 1 thickness equivalent to that of flat surfaces. All paints and ink shall be archival type in case 2 construction. 3 4 Sand lightly between each succeeding enamel or varnish coat. s s Scheduling Painting: Apply first -coat material to surfaces that have been cleaned, pretreated or 7 otherwise prepared for painting as soon as practicable after preparation and before subsequent 8 surface deterioration. s 10 Allow sufficient time between successive coatings to permit proper drying. Do not recoat until paint 11 has dried to where it feels firm, does not deform or feel sticky under moderate thumb pressure, and 12 application of another coat of paint does not cause lifting or loss of adhesion of the undercoat. 13 14 Allow sufficient drying time for the final coat before shipping all goods 1s 16 Pigmented O a ue Finishes: Completely cover to provide an opaque, smooth surface of uniform 17 finish, color, appearance and coverage. Cloudiness, spotting, holidays, laps, brush marks, runs, sags, 18 ropiness or other surface imperfections will not be acceptable. 1s 20 Silkscreen: All silkscreening to use Nazdar, (or equivalent) fast drying enamel silkscreen info, or 21 approved equal. Ink to be totally opaque and a medium gloss color not limited to manufacturer's 22 standard colors. Silkscreen mesh to be 390 or finer. 23 24 All silkscreens shall be executed from photoscreens or negatives. Pattern cut screens may be used 25 where non -repeat copy is required; however, copy mask shall be equivalent to photoscreen quality. 26 Contractor shall not use any images shown in the Contract Documents as camera-ready art. 27 28 Painting System for Painted Metal Surfaces Letters And Numbers: 2s 30 Primer: High build, two-part polyamide epoxy. 31 32 Opague Finish Coat: Two-part, semi -gloss, acrylic polyurethane. 33 34 Clear Top Coat: Acrylic polyurethane, semi -gloss. 3s 36 COMPONENTS OF METAL LETTERS AND NUMBERS: 37 38 General: Provide metal letters and numbers to comply with requirements indicated for manufacturing 39 process, materials, finish, style, size and message content. 40 41 Cut -Out Letters and Numbers: Cut letters and numbers from solid plate material and thickness 42 indicated. Produce precisely cut characters with square cut, smooth edges. Comply with 43 requirements for finish, style, and size. 44 45 Metal: Aluminum. 4s 47 GRAPHICS AND MURALS 48 49 Graphic/Text Panels, Table Graphics and Graphic (Stand) so 51 Graphic/text panels, table graphics and graphics on stands are high -resolution digital output produced 52 at sufficient resolution (determined by Fabricator) to ensure the highest possible quality for all images 53 and typography. The final prints are surface -laminated with clear material that will withstand public 54 display for five years; is crystal clear with a low -gloss finish; and will not fade, de -laminate or discolor ss for five years. Submit also manufacturer's specifications for print fade -resistance and longevity. ss 57 The laminated prints are adhered to a W substrate with black edge or to plywood for mounting as 58 shown in drawings. Submit samples of finished prints, both unlaminated and laminated for approval. HOK 01-0419-10 10440-4 I Laminated sample to be mounted to display substrates. 2 3 Graphics (line or continuous tone) and photographs are indicated in exact position on the design 4 drawings. They are positioned on these drawings as low -resolution images "for position only" (FPO). 5 The final images will be provided by Owner to be scanned at sufficiently high resolution (determined 6 by fabricator) to provide a clear, accurate (color), sharp rendition, and stripped electronically into 7 position. a 9 Text panels for Case Type A and Object Labels 10 11 Architect will provide typical layouts for small text panels for Case Type A and for both object label 12 types (see EX8.6). These layouts indicate typography, precise position, production method, and color 13 for each label or sign. Owner will provide final manuscript copy (on a PC CD, with a reference hard 14 copy), for all Case A small text panels and object labels. The fabricator shall then produce the actual 15 labels and panels —maintaining the design and typography: exact font, kerning, line length, type size, 16 ligatures, special characters, em/en dashes, typographers quotes, line spacing, and, as closely as 17 possible `rag" (this latter condition is not always possible, but the best effort) no windows should be 18 made and, at least, the paragraph lengths must be preserved. 19 20 Fabricator will submit copies of all text and label layouts to Owner for proofreading and approval 21 before final production. 22 23 Samples of object labels of each kind, reproduced using the exact method used in final production, 24 with exact color matches on exact surfaces, will be submitted for Architect's approval. 25 26 Wall Murals 27 23 Murals will be full color high -resolution digital output. Images on design drawings are for position only 29 and are not to be scanned, placed or otherwise used for final output. Final images for scanning to be 30 supplied by Owner. The final prints are to be over -laminated or equivalent protection with clear 31 material having a low -gloss finish that will withstand public display for five years; and will not fade; de- 32 laminate or discolor for five years. Submit manufacturer's specifications for print fade -resistance and 33 longevity. Mount the murals to 1/8" thick Sintra, or approved equal substrate. 34 35 Provide sample, 3 ft. X 3 ft., of mural mounted to substrate for Architect's approval. 36 37 Digital Files and Fonts 3s 39 Architect will provide digital files and fonts for all unique and typical graphics, and for all murals 40 containing text. Files will be PC -based Freehand 10 files, ready for image stripping and final 41 production. In murals where text overlays imagery, Fabricator shall test for legibility of text and consult 42 with Architect if legibility issues arise. 43 4a MANNEQUIN FIGURES 45 46 Life-size figures will be costumed in appropriate WWII uniforms as indicated in the design drawings. 47 Authentic uniforms will be provided by Owner. Uniforms must be fitted to the figures without cutting, 48 stretching or altering. Minimal pinning or sewing may be acceptable. The uniforms are museum 49 artifacts and must be transported, stored and handled accordingly. Figures must be constructed of 5o archival materials so as not to damage the original uniforms through offgassing or contact 51 deterioration. 52 53 Provide lifesize figures by Dorfman Museum Figures, 840 Oella Aveune 54 Ellicott City, MD, 21043, 800-634-4873. 55 55 Figures, quantity 4, for the Landing Tableau and Machine Gun Nest are Dorfman Flexible Foam 57 Figures, catalog # 3000. Standing figures, quantity 6, will be Dorfman 'Military Man' figures for 58 platform displays (Gliiderman in Class W Uniform, Glidermen Everyday and Glidermen in Combat). HOK 01-0419-10 10440-5 1 2 3 4 s 5 7 s s 10 11 12 13 14 15 18 17 18 19 20 21 22 23 24 25 28 27 28 2s 30 31 32 33 34 35 38 37 38 39 40 41 42 43 44 45 48 47 48 49 50 51 52 53 54 55 58 Flexible Foam Figures Flexible foam figures shall be lightweight, approximately 15 pounds, made from urethane foam covered with neutral gray, flocked nylon with the texture of flannel. The body shall have an internal metal armature running the length of the figure, allowing the body to be manipulated into different postures. Provide heelplate to enable the figure to stand. This figure type may require secondary support depending on the position assumed. The head is vinyl plastic with implanted eyebrows and hand blown glass eyes. The Owner will select the specific heads and hands for the figures from the Dorfman Current Catalog of Heads and standard hand selection. Military Man Figures The Military Man Figure is made of a durable rigid urethane, with a one-piece torso that spans from the neck stump to the mid -thigh. The rigid legs are attached to the torso with 2" PVC tubing, allowing for adjustability of height from 5W to 6"0 " The arms are made of wood and articulated at the elbow. The figure weighs approximately 35 lbs. and can bear reasonable weight from clothing or other items. Head and hand specifications are the same as for the Flexible Foam Figures. Military Man Figures will be mounted using the Dorfman small mounting plates (catalog #4001), one per figure. The Owner will provide all authentic uniforms, hats, helmuts and gear for figures. The Owner will position and dress the figures. Fabricator will be responsible for Mounting the standing 'Military Man' figures using the Dorfman small mounting plates (catalog #4001), one per figure. Care must be taken not to soil or perforate clothing during the mounting process. Owner's representative will be present during mounting. The Owner will select the specific heads and hands for the figures from the Dorfman Current Catalog of Heads and standard hand selection. Close -cut wigs will be provided for all figures unless the Owner requests 'military buzz cuts' for specific combat figures. If this is the case, Owner will provide head gear for specific figure(s) and Dorfman will apply hair on the visible part of the scalp below the head gear. SHOP FINISHING: Metal Surfaces: Colors: Provide colors as indicated on the drawings. Record of color mixing equations and any other pertinent information shall be retained indefinitely by the fabricator for use in fabricating replacements in the future. Surface Preparation: Remove dirt, oil, grease and other contaminants that could impair the bond of the finish system. Remove mill scale and rust, if present, from uncoated steel. Powder Coatinas: Provide polyester based powder coating type finish on all metal casework and fixtures, except where indicated as painted. Follow industry standards for manufacturer, formulation, application and cure to prevent "orange peel' and any other imperfections. Use manufacturer's recommended film thicknesses for all applications. All hang holes shall be concealed. Painted Finishes: Apply specified materials at not less than manufacturer's recommended spreading rates. HOK 01-0419-10 1 2 3 4 5 s 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 2s 27 28 29 30 31 32 33 34 35 36 37 38 39 .40 41 42 43 a4 45 48 47 48 49 so 51 52 53 54 55 58 SILENT WINGS EXHIBIT CASEWORK SECTION 11100 PART 1-GENERAL SUMMARY Extent of work is indicated on the drawings. Work under this section includes, but is not necessarily limited to the following: Graphics stands and exhibit tables. Platforms. Glass doors and fixed glass panels at Weapons Display Case. Stainless cable display system at Weapons Display Case. Wood flooring. Checkered plate flooring. Miscellaneous steel supports for parabolic speakers and for doors at Weapon Display Case. Hygrometer. Perforated metal °U° channels. Wood windows. Wood studs. Blackboards. Wood clothes racks. Six feet high curved gypsum board wall. Wood trim and bases. Exhibit lighting system. See attachments. AV Programs (Media Exhibits). See attachements. Refer to note on EX8.2 regarding Media Exhibits. Manufactured freestanding cases. Portable post with retractable belts. Glass fiber reinforced concrete (GFRC) As design/build documents, the drawings and specifications do not necessarily indicate or describe all the work required for the performance and completion of the work. It is intended that the Contractor will achieve the appearance and concept illustrated by the drawings but that the Contractor may offer alternate ways to achieve such appearance that will enable Contractor to offer the best product using existing HOK 01-0419-10 11100-1 1 2 3 4 5 6 7 8 s 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 38 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 tooling, shop machinery, etc. Contractor shall furnish and install the items required for proper completion of the work without adjustment to the price. Work shall be structurally sound, premium quality construction and the Contractor shall be solely responsible for the inclusion of adequate labor and materials to cover the proper and timely installation of the items indicated, described or implied. The Contractor is required to meet the intent, purpose, parameters and functional requirements of the work described in this section and shown on the drawings. Verify dimensions indicated on drawings with field dimensions before fabrication or ordering of materials. Do not scale drawings. QUALITY ASSURANCE Manufacturer Qualifications: Firm which employs skilled persons and which has successfully fabricated products similar to those required for this Project and which has sufficient capacity to produce required units without causing delay in work. Obtain materials from reputable manufacturers regularly engaged in the production of products and materials for the intended use. Coordinate scheduling, submittals, and fabrication of the various sections to ensure efficient and orderly sequence of installation of interdependent construction elements. Coordination: Coordinate the fabrication and installation of exhibit casework with the Chedd-Angier Production Co. (contact: Richard Lewis, 616.926.8300), the supplier of AN equipment to assure proper fitting and operation of the system. GFRC Manufacturer Qualifications: Firm with a demonstrated capability to produce GFRC products of quality and scope required for this project, and actively involved in GFRC production for at least 2 years. Manufacturer must have sufficient production capacity to produce, transport, and deliver required units without causing delay in the work. AWI Quality Standard: Comply with applicable requirements and sections of "Architectural Woodwork Quality Standards" published by the Architectural Woodwork Institute (AW I), except as otherwise indicated. Museum Standards Materials and fasteners used throughout the exhibition for case construction and exhibit properties — including fabrics and artifact mounts must be archival and museum -quality conforming with the requirements of the National Park Service "Exhibit Conservation Guidelines". It is especially important to use inert, conservation -approved materials (including composite boards, plywood or wood), finishes and coatings for exhibit case construction especially case interiors. SUBMITTALS Samples: Submit samples for verification purposes in 8 inch square pieces of each finish indicated and specified including, but not limited to wood veneers, solid wood, trim, steel shapes, bronze, glass, plastic, and painted surfaces. Prepare samples on same material and thickness to be used in the final construction. HOK 01-0419-10 11100-2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 18 17 18 19 20 21 22 23 24 25 28 27 28 29 30 31 32 33 34 35 38 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 58 Shop Drawings: Submit shop drawings showing dimensioned plans, elevations, large scale details of construction, fabrication, and methods of installation. Show details and locations of anchorages and fittings. Certification: Certify that all wood products originate from a sustainable managed forest certified by a Forest Stewardship Council (FSC) accredited certification group. PRODUCT DELIVERY STORAGE AND HANDLING Protect all items during transit, delivery, storage and handling to prevent damage, soiling and deterioration. Do not deliver items, until painting, wet.work, and similar operations which could damage, soil or deteriorate woodwork have been completed in installation areas. If, due to unforeseen circumstances, items must be stored in other than installation areas, store only in areas meeting requirements specified for installation areas. JOB CONDITIONS Conditioning: Fabricator and installer shall advise Contractor of temperature and humidity requirements for wood casework installation areas. Do not install items until required temperature and relative humidity have been stabilized and will be maintained in installation areas. Maintain temperature and humidity in installation area as required to maintain moisture content of installed work within a 1.0 percent tolerance of optimum moisture content, from date of installation through remainder of construction period. The fabricator of millwork/casework shall determine optimum moisture content and required temperature and humidity conditions. PART 2 - PRODUCTS MATERIALS Standing And Running Trim: Provide solid wood trim complying with "Premium Grade" of Quality Standard of AW I and as follows: Species: As indicated. Cut: Plain sawn. Grade of Standing And Running Trim: Premium. Grade of Lumber: I Core (for fabric panels): Formaldehyde -free medium density fiberboard having a density of not less than 48 Ibs./cu. ft., and complying with ASTM D 1037. Provide "Medite II" or "Medex"by the Medite Corp., Medford, OR. Plywood: Hardwood faced plywood not less than 8 plies. Finish Hardware and Related Accessories: General: Provide hardware and related accessories as follows and as indicated on the drawings. Finish for exposed hardware shall be as selected by the Architect, unless otherwise indicated. Hinges: HOK 01-0419-10 1.1100-3 1 2 3 4 5 6 7 s s 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 28 30 31 32 33 34 35 36 37 38 39 40 41 42 43 4a 45 46 47 48 4s so 51 52 53 54 55 56 Concealed Hinges: Concealed European slide -on type hinges of type required by door construction and stile applications. Number of hinges required per leaf shall be determined by door size and weight. Locks: Cam locks, of type required by door and drawer applications, with 3/4" round cylinder. Locks shall be keyed as directed by the Owner. Provide locks on all doors, and drawers not occurring behind doors. Flush locks for cabinet doors shall match finish paint/wood. Glass Door Hardware: CASMA "Spiidall System 10170", complete with top and bottom pivots, patch type pivot fittings, top and bottom cylinder locks, keyed as directed by the Owner, "15404" head stops, and "15518" floor lock bolt receiver with spring loaded cover plate. Finish: Match finish on building door hardware, Finish 626. Wood (Painted Finish): Dry, sound Poplar with no defects affecting strength and appearance. Solid Wood Flooring: Wood flooring material shall be provided to the Contractor, by the Owner, for installation and finishing. Wood flooring shall be as follows: Species: NOFMA "Select, plain sawn, Red Oak. Matching: Tongued -and -grooved and end -matched. Back Channeling: Provided with manufacturer's standard channeling on back face of each strip. Thickness: 3/4 inch. Face Width: 2-1/4 inches. Lengths: Provided in standard random length strips, complying with applicable grading rules. Seasoning: Manufacture solid wood flooring from kiln -dried lumber. Wood Studs: S4S, kiln dry, sound pine, with no defects affecting appearance. All wood studs shall be fire retardant treated. Metal Surfaces General: For fabrication of exposed metal work, use only materials which are smooth and free of surface. blemishes including pitting, roughness, seam marks, roller marks, and trade names. Do not use materials which have stains or discolorations. Steel Sheet: Furniture steel, stretcher or roller leveled, free of scales, buckles, or other defects; ASTM A 366, Class 1 (matte) finish. Steel Shapes. Plates and Bars: ASTM A 36. Steel Tubing: Provide cold -formed steel tubing ASTM A 500, or hot -formed steel tubing ASTM A 501. Aluminum Members: Alloy and temper recommended by manufacturer for strength, corrosion resistance, and application of required finish; ASTM B 221 for extrusions, ASTM B 209 for sheet/plate. Steel Checkered Plate: Medium pattern raised lugs complying with ASTM A786. Thickness as. indicated. HOK 01-0419-10 11100-4 1 2 3 4 5 s 7 s 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 25 27 28 29 30 31 32 33 34 35 36 37 M 39 40 41 42 43 44 45 4s 47 48 49 so 51 52 53 54 Perforated Metal: Provide aluminum as indicated. Welding Electrodes and Filler Metal: Type and alloy of filler metal and electrodes as recommended by producer of metal to be welded, and as required for color match, strength and compatibility in the fabricated items. Fabric: Provide as indicated on the drawings. Mounting system for artifacts displayed in cases shall be museum archival type mounting using materials suitable for use with historic artifacts. Stainless Steel Cable System: Refer to drawings form for type and manufacturer. Cases "A" And "B": Refer to drawings for types and manufacturer. Voluntary Alternate: Contractor shall quote separate amount to be added to or deducted from the Contract Price for furnishing and installing custom shop fabricated cases in lieu 'of purchasing the units specified and indicated. Cases shall be fabricated to comply with the requirements specified herein. Case Type A: Table case consists of one (1) frameless, five -sided glass hood mounted atop a table base of four (4) tubular steel legs; legs include levelers. Glass hood to be constructed of 8mm thick regular laminated glass. Glass edges are precision ground, mitered and joined with a clear adhesive and are permanently set within a metal frame that locks to and is supported by the table base. Glass hood is hinged and opens with the assistance of a pair of pneumatic lifters under the frame. The interior display platform is removable, constructed of formaldehyde -free materials and wrapped in standard 100% natural linen fabric. Glass: 8mm regular laminated float glass Finish: Lacquer finished with two -component polyurethane in Carbide Black F63 1312 Fabric: Standard (100%) Linen Locks: Security Locks Case Type B: Display case features full visibility construction with 8mm regular laminated glass, sides, and top. Glass vitrine is flush with the pedestal base. Glass edges are precision ground, mitred and joined with a clear adhesive. Includes one (1) hinged panel, three (3) fixed glass sides. Glass: 8mm thick regular laminated float glass Shelves: Two (2) adjustable glass shelves are included Finish: Lacquer finished with two -component polyurethane in Carbide Black F63 612 Fabric: . Standard (100%) Linen Locks: Security Locks Clear Tempered Glass: Comply with ASTM C 1048, Grade B, (fully tempered), Style I (uncoated surfaces), Type I (Float), quality q3 (glazing quality), Class I (transparent). Glass shall be free of tong marks. Thickness: 1/2". HOK 01-0419-10 11100-5 1 2 i 3 4 5 7 7 s s 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 j 28 J 29 30 r 31 fl 32 33 34 35 a 36 37 38 39 40 41 42 43 44 45 46 47 } 48 t 419 5o 51 j 52 I 53 i 54 55 i 5s I Glass Edges: Edges not concealed by stops, channels, or trim shall have ground and polished pencil edges, with light polished seam on both surfaces. Edge polishing of tempered glass shall be completed prior to tempering. Laminated Glass Fabricate laminated glass from two layers of clear glass panels, of thickness required to make-up to total glass thickness indicated, laminated together with not less than a 0.030" thick plastic interlayer, using laminator's standard heat -plus -pressure process to produce glass free from foreign substances and air/gas pockets. Thickness: 3/8" (8 mm) Glass Edges: Edges not concealed by stops, channels, or trim shall have ground and polished pencil edges, with light polished seam on both surfaces. Edge polishing of tempered glass shall be completed prior to tempering. Steel Studs and Runners, except where indicated as extruded aluminum with reveals: ASTM C 645, with flange edges of studs bent back 90 degrees and doubled over to form 3/16" minimum lip (return) and complying with the following requirements for minimum thickness of base (uncoated) metal and for depth. Top runners shall be deep leg type. Thickness: Provide gages as required to limit deflection of stud members to 1/240 of the span, but in no case less than 0.0179" (25 gage) unless otherwise indicated. Depth: As indicated. Finish: Galvanized. Gypsum Wallboard: ASTM C 36, and as follows: Types: Regular. Edges: Tapered. Thickness: 1 /4". Cornerbead and Edge Trim for Interior Installation: Provide corner beads, edge trim and control joints which comply with ASTM C 1047 and requirements indicated below: Material: Formed metal, plastic or metal combined with paper, with metal complying with the following requirement: Sheet steel zinc -coated by hot -dip process. Edge trim shapes indicated below by reference to designations of Fig. 1 in ASTM C 1047: "LC" Bead, unless otherwise indicated. "L" Bead where indicated. Joint Tape: Paper reinforcing tape, unless otherwise indicated. Drying -Type Joint Compounds: Factory -prepackaged vinyl -based products complying with the following requirements for formulation and intended use. HOK 01-0419-10 11100-6 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 Ready -Mix Formulation: Factory -premixed product. All-purpose compound formulated for use as both taping and topping compound. Gvosum Board Screws: ASTM C 1002. Fasteners: Use fasteners of same basic metal as the fastened metal. Do not use metals which are incompatible with materials joined. Fasteners exposed to view shall be phillips head type finished to match colors of fixtures and/or casework, unless otherwise noted. Felt Underlayment (At wood floors): ASTM D 226, Type I, No. 15, asphalt -saturated felt. Fasteners (For wood floors): As recommended by manufacturer, but not less than that recommended in NOFMA "Installation Manual." Shop Primer for Metal Surfaces: High build poiyamide epoxy, Tnemec Company, Inc., Kansas City, MO, "Series 66 Hi -Build Epoxoline", Steelcote Manufacturing Co., St. Louis, MO, Epo-Lux 150 1 -1 High Build", and DuPont Company, Wilmington, DE, "Corlar 8231-113". Drywall Paint: One (1) coat S-W "ProMar 200 Wall Primer B28W200", and two (2) coats S-W "ProMar 200 Interior Latex Eg-Shel B20W200". Finish Coat for Metal: Aliphatic acrylic polyurethane, Tnemec Company, Inc., "Series 75 Endura-Sheild" semi -gloss, Steelcote Manufacturing Co., "Epo-Lux 595" semi -gloss, and DuPont Co., "Imron 326", semi- gloss. Wood Floor Finish System: Water -based polyurethane, specially compounded for multiple -coat application on wood floors. Durable, nonyellowing, odorless, and fast drying. Art -Sorb: Provide "Art -Sorb", full cassettes, humidity control agent by Fuji Silysia Chemical LTD, Research Triangle Park, NC. Hygrometer: Provide Thermo -hydrometer, product "#41-100F" available from Benchmark, Rosemont, NJ, phone 609-397-1131, or approved equal. Windows: Provide single hung wood windows, with non -insulated glass. Provide with lift handles, locks, and counterbalancing system. Porcelain Enamel Blackboards: Provide balanced, high -pressure -laminated porcelain enamel blackboards of 3-ply construction consisting of face sheet, core material, and backing. Face Sheet: Provide face sheet of 24-gage enameling grade steel especially processed for temperatures used in coating porcelain on steel. Coat the exposed face and exposed edges with a 3-coat process consisting of primer, ground coat, and color cover coat, and the concealed face with a 2-coat process consisting of primer and ground coat. Fuse cover and ground coats to steel at the manufacturers standard firing temperatures, but not less than 1200 deg F (649 deg C). Cover Coat: Provide the manufacturers standard matte finish cover coat intended for use with chalk, color selected from the manufacturers standards. Core: Provide the manufacturer's standard 1/2-inch-thick plywood or particleboard core material. Backing Sheet: Provide the manufacturers standard 0.015-inch-thick aluminum sheet backing. HOK 01-0419-10 11100-7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 16 19 20 21 22 23 24 25 26 27 26 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 4s 50 51 52 53 1 i Laminating Adhesive: Provide the manufacturer's standard moisture -resistant thermoplastic -type adhesive. Blackboard Metal Trim and Accessories: Fabricate frames and trim of not less than 0.062-inch-thick aluminum alloy, size and shape as indicated, to suit type of installation. Provide straight, single -length units wherever possible; keep joints to a minimum. Miter corners to a neat, hairline closure. Trim: Provide the manufacturer's standard narrow style snap -on or slip-on trim, with no visible screws or exposed joints. Chalktray Furnish the manufacturer's standard continuous, solid extrusion -type aluminum chalktray with ribbed section and smoothly curved exposed ends, for each chalkboard. Provide mitered corners at chalktray intersections. Finish: Finish exposed aluminum trim, accessories and fasteners with manufacturer's standard enamel finish in color as selected by the Architect. Portable Post And Retractable Belt System: Provide "Sentinel Series Tradition Style" by Brascon Architectural Products, Inc., Brampton, ON, or approved equal system by Gallery Brassworks International. Base: Flat style. Pole and Base Finish: Black powder coat. Belt Color: As selected by the Architect. Glass Fiber Reinforced Concrete Portland Cement: ASTM C 150, Type I, natural or white as required to produce the specified color.,_,, For surfaces exposed to view in finished structure, use same brand, type, and source of supply throughout GFRC production. Sand: . Washed and dried silica or other acceptable material with successful use in GFRC production meeting compositional requirements of ASTM C 144; all passing through No. 16 sieve. Water: Potable, free from deleterious matter that may interfere with color, setting, or strength of GFRC. Admixtures: ASTM C 260, ASTM C 494, or ASTM C 618; at manufacturer's option. Do not use admixtures which contain more than 0.1 percent chloride ions. Coloring Agent: ASTM C 979; sun -fast and alkali -resistant; high temperature stable; harmless to concrete set or strength. Color as selected by the Architect. Aggregate (Face ON : ASTM C33, except for gradation, size 3/8" maximum. Glass Fiber. Specifically designed for compatibility with aggressive alkaline environment of portland cement based composites, complying with PCI-MNL-128. High zirconia content (min. 16%) alkali - resistant glass fiber. Use 5.5% by weight in GFRC mix design. Mixes .HOK 01-0419-10 11100-8 1 2 3 4 5 s 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 2s 27 28 29 30 31 32 33 34 35 38 37 38 39 40 41 42 43 44 45 48 47 48 49 so 51 52 53 54 55 5s General: Combine portland cement, glass fibers, sand, and selected admixtures, in proper proportions to meet design requirements. Provide nominal glass content of not less than 4.5 percent, average yield strength of 900 psi, and ultimate strength not less than 2500 psi. Coloring Agent: Not to exceed 10 percent of cement weight. FABRICATION General: Complete fabrication, including assembly and hardware application, before shipment to project site to maximum extent possible. Disassemble components only as necessary for shipment and installation. Provide ample allowance for scribing, trimming, and fitting. m General: Comply with the most stringent "Premium" requirements of the Architectural Woodwork Institute (AW I) "Quality Standards" as a minimum level of quality standard for the fabrication of all work, except where more specific or more stringent requirements are specified herein. Equipment Ouenings: Coordinate the size of openings as required for built-in equipment with the actual piece of equipment to be furnished. Refer to attachments. Fabricate wood items to dimensions and profiles shown. Assemble units in the shop in as large components as practicable to minimize field cutting and jointing; mortise and tenon, or glue and screw joints for maximum strength using precision jigs and clamps to insure square comers and plumb vertical surfaces. All bottoms of cabinets shall be flush for ease of cleaning. Provide adequate ventilation for computers and other AV equipment. Edges of drawer fronts and swing doors shall be square. All doors and'drawer fronts shall be cushioned with rubber bumpers applied on the back side. Rout or groove backs of flat trim, and similar members, kerf backs of other wide flat members, except for members with ends exposed in finished work. Natural finished wood solid stock shall be end matched for uniform grain progression between adjoining members. Metal Work: QualFirst class quality exhibit casework shall be -established by use of proper machinery, tools, dies, fixtures; and skilled workmanship. Construction: Each unit shall be a completely welded structure and shall not require additional parts such as applied panels at ends, backs, or bottom. All cases shall be rigid and self-supporting. Fabricate items to comply with the requirements indicated and specified, including those for quality, thickness and finish of materials as well as those indicating dimensions and details. Use metal gauges as indicated, with stiffeners or metal reinforcing if needed, to produce surface flatness, free of `oil -canning", warp and distortion, and to impart sufficient strength for the use indicated. Unless otherwise indicated provide the minimum gauges of metal as indicated. Fabricate panels in one piece. Minimum Gage: 0.0516 (18 gauge). HOK 01-0419-10 11100-9 1 2 3 4 s s 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 38 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 64 ss ss Provide internal bracing and stability and attachment of mounting accessories as required. Do not expose cut edges of metal. Fold back exposed ends of unsupported metal to form a 1/2 inch hem on the concealed side, or ease exposed edges. Form items with flat, flush surfaces, true to line and level, and without cracking and grain separation at bends. Mill joints to a tight, hairline fit. Cope or miter comer joints. Provide straps, plates and brackets as required for support and anchorage of items to adjoining work. Welding:. Comply with AWS for recommended practices in shop welding. Provide welds behind surfaces without distortion or discoloration of exposed side. Clean exposed welded joints of all weld flux, and dress on all exposed and contact surfaces. Grind and polish all welds smooth and flush to match and blend with adjoining surfaces. Field welding shall not be permitted. Glass: Fabricate work to required shapes and sizes, with true lines and angles. Protect glass edges from damage during handling, fabrication and installation. Remove from project any glass with edges damage or other surface imperfections that effect appearance. Fabric Panel Construction: General: Conform with the requirements of the National Park Service "Exhibit Conservation Guidelines" for fabric and board in case interiors. Panel construction shall consist of a Medex medium density fiberboard panel. The construction shall be guaranteed against twisting and warping. All edges must be straight and parallel with no voids or gaps for butt joint application wall mounting. Finished thickness to be as indicated. All comers shall be perpendicular except where noted on the drawings or as directed by the Architect. Finished appearance shall absolutely flat with finish tight and free from sags and wrinkles. Finish shall be bonded to the core and to all edges with a non -bridging, translucent adhesive. It must also be returned onto the back side of the panel. All comers to be double cut butt seamed. Panel edge construction must not be visible through finish. No visible fabric seams shall be permitted. Porcelain Enamel Blackboards: Laminate facing sheet and backing sheet to core material under pressure with manufacturer's recommended flexible, waterproof adhesive. Assembly Provide factory -assembled blackboard units, except where field -assembled units are required. Make joints only where total length exceeds maximum manufactured length. Fabricate with the minimum number of joints, balanced around the center of the board, as acceptable to the Architect. Provide the manufacturer's standard vertical joint system between abutting sections of blackboards, without the use of mullion trim at joints. Use splines at joints to maintain surface alignment. Glass Fiber Reinforced Concrete: HOK 01-0419-10 11100-10 1 2 3 4 5 s 7 8 s 10 11 12 13 14 1s 18 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 4s 47 48 49 so 51 52 53 54 55 Forms: Construct of rigid materials that will result in finished products conforming to profiles, and dimensions, indicated. Use form release agent compatible with architectural finish and joint sealants. Proportioning and Mixing: Carefully measure amounts of mix constituents to achieve desired mix proportions. Meter glass fiber and cement slurry to spray head at rates to achieve desired mix proportion and glass content. Check in accordance with standard procedures recommended by PCI-MNL-128. Consolidate applied materials by roiling or other technique to achieve complete encapsulation of fibers and compaction. Perform hand -forming of details, and over -spraying before material has taken initial set to insure complete bonding. SHOP FINISHING Painted Finishes For Steel And Aluminum Surfaces: All work shall be performed in strict accordance with these specifications and the paint manufacturer's current application instructions. The Contractor shall furnish all plant labor, equipment, appliances and materials and shall insure that all work is performed in a safe and workmanlike manner. Primers and finish coats shall be spray'applied. Clean surfaces to be painted before applying paint or surface treatments. Program cleaning and painting so that contaminants from cleaning process will not fall onto wet, newly -painted surfaces. All coatings shall be applied under favorable conditions by skilled applicators. Give special attention. to insure that surfaces, including edges, corners, crevices, welds, and exposed fasteners receive a dry film thickness equivalent to that of flat surfaces. Minimum Coating Thickness: Apply materials at not less than manufacturer's recommended spreading rate, to establish a total dry film thickness of 2 mils for finish coat; 4 mils for primer. Finish: Completely cover to provide smooth surface of uniform finish, color, appearance and coverage. Cloudiness, spotting, holidays, laps, brush marks, runs, sags, ropiness or other surface imperfections will not be acceptable. Completed Work: Match approved samples for color, texture and coverage. Remove, refinish or repaint work not in compliance with specified requirements. At the completion of work of other trades, touch-up and restore all damaged or defaced painted surfaces. PART 3 - EXECUTION PREPARATION Condition finish casework and fixtures to average prevailing humidity conditions of installation areas prior to installing. INSTALLATION HOK 01-0419-10 11100-11 1 2 3 4 s s 7 8 9 10 11 12 13 14 1s is 17 18 19 20 21 22 23 24 25 28 27 28 29 30 31 32 33 34 35 38 37 38 39 40 41 42 43 44 45 46 47 48 49 so 51 52 53 54 u 58 General: Comply with the most stringent "Premium" requirements of the Architectural Woodwork Institute (AW I) "1700 - Installation of Architectural Woodwork (Interior) as a minimum level of quality for installation of all casework and fixtures, except where more specific or more stringent requirements are specified herein. Install the work plumb, level, true and straight with no distortions. Shim as required using concealed shims.. Install to a tolerance of 1/8" in 8'-0" for plumb and level; and with no offset in flush adjoining surface. Scribe and cut wood work to fit adjoining work, and refinish cut surfaces or repair damaged finish at cuts. Casework: Install without distortion so that doors will fit openings properly and be accurately aligned. Adjust hardware to center doors in openings and to provide unencumbered operation. Complete the installation of hardware and accessory items as indicated. Maintain veneer sequence matching of casework with transparent finish. TOPS Field Jointing: Where practicable, make in same manner as factory jointing using dowels, splines, adhesives, and fasteners recommended by manufacturer. Locate field joints as shown on accepted shop drawings, factory prepared so that there is no job site processing to top and edge surfaces. Workmanship: Abut top and edge surfaces in one true plane, with internal supports placed to prevent any deflection. Provide flush hairline joints in top units. Scribe and cut for accurate fit. After installation, carefully dress joints smooth, remove any surface scratches, clean and polish entire surface. Secure tops to casework and millwork and concealed fastening devices. Trim. Moldings and Base: Install with minimum number of joints possible, using full-length pieces (from maximum lengths of solid stock available) to the greatest possible. Stagger joints in adjacent and related members. Cope at returns, -and miter at comers and junctures, to produce tight fitting joints with full surface contact throughout length of joint. Install rod display system at locations as shown on the drawings and in accordance with the manufacturer's instructions and shop drawings, using fasteners appropriate to substrate and recommended by manufacturer of system. Set system plumb, level, true to line, and in correct relationship to adjacent work. Replace damaged or defective items. Deliver factory -built blackboard units completely assembled in one piece without joints, wherever possible. Where dimensions exceed panel size, provide 2 or more pieces of equal length as acceptable to the Architect. When overall dimensions require delivery in separate units, prefit components at the factory, disassemble for delivery, and make final joints at the site. Use splines at joints to maintain surface alignment. Install units in locations and at mounting heights indicated and in accordance with the manufacturer's instructions. Keep perimeter lines straight, plumb, and level. Provide grounds, clips, backing materials, brackets, anchors, trim, and accessories necessary for a complete installation. Coordinate job -site assembled units with grounds, trim, and accessories. Join parts with a neat, precision HOK 01-0419-10 11100-12 1 2 3 4 5 s 7 8 9 10 11 12 13 14 15 1'6 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 3s 37 38 39 40 41 42 43 as 45 4s 47 48 4s 50 51 52 53 54 55 5s WOOD FLOORING INSTALLATION General: Comply with flooring manufacturer's instructions and recommendations, but not less than that recommended in NOFMA "Hardwood Flooring Installation Material," where applicable to type flooring required. Pattern: Direction of pattern for laying wood flooring shall be as directed by Architect. Expansion Space: Provide expansion space at terminations of flooring of not less than 1/2 inch unless otherwise indicated on drawings. Fill expansion space with flush cork expansion strip. Solid Wood Flooring Installation: Blind -fasten flooring to substrate in according to NOFMA recommendations. Selection of fastener type is Installer's option complying with flooring manufacturer's recommendations. Felt Underlayment: Install flooring over a layer of asphalt -saturated felt. Sanding And Finishing Schedule floor finishing to be completed just before final inspection, Project acceptance and Substantial Completion. Machine -sand installed, unfinished flooring to remove offsets and nonlevel conditions, ridges, cups, and sanding machine marks that would be noticeable after finishing. Use three grades of sandpaper, ending with 00 grade. Vacuum and tack clean and immediately apply finish. Do not permit traffic on floor after sanding and until finish is completed. Apply floor sealer in two (2) coats according to manufacturer's instructions. Apply floor finish in two (2) coats according to manufacturer's instructions. Screen finish between coats. INSTALLATION OF STEEL FRAMING GENERAL Steel Framing Installation Standard: Install steel framing to comply with ASTM C 754 and with ASTM C 840 requirements that apply to framing installation, and with "Gypsum Construction Handbook" published by United States Gypsum Co. INSTALLATION OF STEEL FRAMING FOR WALLS AND PARTITIONS Install runners (tracks) at floors, ceilings and structural walls and columns where gypsum drywall stud system abuts other construction. Where studs are installed directly against exterior walls, install asphalt felt strips between studs and wall. Installation Tolerances: Install each steel framing and furring member so that fastening surface do not vary more than 1/8" from plane of faces of adjacent framing. Install steel studs and furring in sizes and at spacings not to exceed 16" on center Install steel studs so that flanges point in the same direction and gypsum boards can be installed in the direction opposite to that of the flange. HOK 01-0419-10 11100-13 1 2 3 4 5 s 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 3s 37 38 39 40 41 42 43 44 45 4s 47 48 49 50 51 52 53 54 55 58 APPLICATION AND FINISHING OF GYPSUM BOARD GENERAL Gypsum Board Application and Finishinq Standard: Install and finish gypsum board to comply with ASTM C 840. Locate exposed end -butt joints as far from center of walls as possible, and stagger not less than 24" in alternate courses of board. Locate either edge or end joints over supports, except in horizontal applications where intermediate supports or gypsum board back -blocking is provided behind end joints. Position boards so that like edges abut, tapered edges against tapered edges and mill -cut or field -cut ends against mill -cut or field -cut ends. Do not place tapered edges against cut edges or ends. Stagger vertical joints over different studs on opposite sides of partitions. Attach gypsum board to steel studs 'so that leading edge or end of each board is attached to open (unsupported) edge of stud flange first. Attach gypsum board to supplementary framing and blocking provided for additional support at openings and cutouts. Space fasteners in gypsum boards in accordance with referenced gypsum board application and finishing standard and manufacturer's recommendations. Double -Laver Application: Install gypsum backing board for base layer and gypsum wallboard for face layer. On partitions/walls apply base layer and face layers vertically (parallel to framing) with joints of base layer over supports and face layer joints offset at least one stud member with base layer joints. Double -Laver Fastening Methods: Apply base layer of gypsum board and face layer to base layer as follows: Fasten both base layers and face layers separately to supports with screws. In addition, the base layer shall be adhered to metal studs. INSTALLATION OF DRYWALL TRIM ACCESSORIES General: Where feasible, use the same fasteners to anchor trim accessory flanges as required to fasten gypsum board to the supports. Otherwise, fasten flanges to comply with manufacturer's recommendations. Install comer beads at external comers. FINISHING OF DRYWALL General: Apply joint treatment at gypsum board joints (both directions); flanges of comer bead, edge trim, and control joints; penetrations; fastener heads, surface defects and elsewhere as required to prepare work for decoration. Pref ill open joints and rounded or beveled edges, if any, using setting -type joint compound. Apply joint tape at joints between gypsum boards, except where trim accessories are indicated. Finish interior gypsum wallboard by applying the following joint compounds in 3 coats (not including pref ill of openings in base), and sand between coats and after last coat: HOK 01-0419-10 11100-14 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 Embedding and First Coat: Ready -mix drying -type all-purpose or taping compound. Fill (Second) Coat: Ready -mix drying -type all-purpose or topping compound. Finish (Third) Coat: Ready -mix drying -type all-purpose or topping compound. ADJUSTMENT. CLEANING FINISHING AND PROTECTION Repair damaged and defective items wherever possible to eliminate defects functionally and visually; where not possible to repair properly, replace items. Adjust joinery for uniform appearance. Clean hardware, lubricate and make final adjustments for proper operation. Adjust cables for proper tension. Replace damaged or defective items. Clean finish casework and fixtures on exposed and semi -exposed surfaces. Touch-up shop applied finishes to restore damaged or soiled areas. Protection: Cover completed work with 4-mil polyethylene film protective enclosure, applied in a manner which will allow easy removal and without damage to casework and fixtures or adjoining work. Remove cover immediately before time of final acceptance. END OF SECTION 11100 HOK 01-0419-10 11100-15 SILENT WINGS AUDIO EQUIPMENT SECTION 11135 PART 1-GENERAL SUMMARY: Extent of audio system is indicated on the drawings and specified herein.. QUALITY ASSURANCE: Qualification of Manufacturer: Minimum of five years experience in the manufacturing of equipment of the types required for this project. Qualifications of Installers: Installation shall be performed by Installer capable of providing evidence of satisfactory execution of a minimum of 5 projects of similar size and scope acceptable to the Architect. Provide equipment as specified herein which are complete assemblies or items by one manufacturer for each item required including all hardware, accessories, mounting bases and fasteners. SUBMITTALS: Product Data: Submit manufacturer's detailed product data, materials, and installation instructions. Include catalog cut sheets clearly indicating all items to be supplied, complete catalog numbers and written descriptions indicating all options and finishes proposed. Maintenance Instructions: Provide complete written instructions for normal maintenance of all equipment incorporated in the work as well as installation and adjustment procedures. DELIVERY. STORAGE AND HANDLING: Protect all items during transit, delivery storage and handling to prevent damage, soiling and deterioration. Each piece or item shall be properly packed and protected to prevent damage in transit and handling. Damaged equipment shall immediately be replaced or repaired to a new condition to the complete satisfaction of and at no additional cost to the Owner. WARRANTIES: Warranties: For Contractor fumished equipment, submit written agreement in manufacturer's standard form signed by the manufacturer. Warranty shall agree to repair or replace any product found to have a manufacturing defect within the manufacturer's standard warranty period after the date of acceptance. Such work to be performed to the satisfaction of and at no additional cost to the Owner. PART 2 - PRODUCTS AUDIO SYSTEM: Single Message Recordable Playback Device. Provide "Compact DMR-60PA" by Stop & Listen, Alberta, Canada, TEL 403-276-5905, or approved equal. Speakers: BSI-90 Monitor Speaker" by Stop & Listen, or approved equal. IHOK 01-0419-10 11135-1 PART 3 -EXECUTION INSPECTION: Inspection: Prior to installation of work of this section, verify with the Contractor that the construction activities are complete to the point where installation of equipment may properly commence. In the event of discrepancy, immediately notify the Contractor. INSTALLATION: General: Install equipment at locations indicated in compliance with the respective equipment manufacturer's instructions. Install all necessary hardware and accessories in place for complete installation. Clean and inspect all equipment to ensure that the installation is complete and that the equipment is free of defects and ready for use. Repair all defects or replace damaged components to the satisfaction of the Owner and Architect. Upon completion of the installation, leave the area(s) in a neat and clean condition to the satisfaction of the Consultant. Protect work from damage until substantial completion. PROTECTION AND CLEANING Protect equipment after installation from damage during construction. If despite such protection damage occurs, remove and replace damaged components or entire unit as required to provide units in their original, undamaged condition. START-UP AND RUN-IN Contractor shall make arrangements to test all equipment as necessary, to show that it complies with all requirements specified. Testing shall be done in a manner approved by the Architect. The Contractor shall arrange for the equipment supplier to be present during field testing of the complete systems. The Contractor shall place the installation in operation and make tests, adjustments, and corrections, until it is shown to be in proper operating condition. END OF SECTION 11135 HOK 01-0419-10 11135-2 Silent Wings: Chedd-An ier Hardware S ecicifications Revised 3/26/02 EXHIBIT UNITS VENDOR WATTS TOTAL WATTS Height Width Depth LBS. Reminiscences Pioneer DVD-V7400, DVD Player 2 30 60 4 3/4" 8 1 /4" 15 1/2" 15" flat NTSC DVD touch screen monitor 2 Neuro Logic approx. 1 amp 11.8" 15" 2.5" Parabolic speaker 32" Single Localizer 2 Brown Innovations 0 16" 32" 32" Parabolic speaker 3 point cable mount included 2 Brown Innovations 0 Brown combo amplifier/equalizer/compressor 2 Brown Innovations approx. 1 amp 41/8" 1 1/2" 7" Electrical circuits required 2 x 20 amp quad boxes Web Link Deli 340 Workstation w/ modem-DSL minimum 1 Dell 210 210 15.37" 4.25" 16.97" 15" flat panel monitor 1 NEC 1550V 45 45 11.2" 13.6" 2.4" Computer speakers amp kit 1 Happ 10 10 Computerspeakers, 3.5" 2 Happ 0 0 Happ Controls USB/PS2 Trackball/buttonrnterface 1 Happ 1 0 0 Electrical circuits required 1 x 20 amp quad box Theater Presentation Pioneer DVD V7400, DVD Player 2 30 60 4 3/4" 81 /4" 15 1/2" Dual rack mount kit for DVD players 1 0 Video projectors: NEC MT50 Series 2 350 700 Projection Screen NIC 0 Museum Tech Controller: DVD204+LDV2 1 Museum Tech 10 10 1 3/4" 7 1/2" 9 1/2" Museum Tech X-6000 illuminated start button 1 Museum Tech 0 S eakers: Bose 402 8 ohm 2 Bose 0 15 Sub -woofer: Bose 502E Acoustimass 8 ohm 1 Bose 0 85 Speaker brackets for Bose 402 : WBP4 2 Bose 0 5 Speaker brackets for Bose 5028 : CSB-513 1 Bose 0 1 1 1 3 Panaray System Digital Controller 1 Bose 15 Audio Amplifier: Bose 1600 240 Watts 2 Bose 1000 2000 Audio Equalizer 1 Symetrix 532E 20 20 Projector mounting: Chief RPA-1045 + CMA-100 2 Chief 0 Equipment Rack w/ pwr strip and hardware 1 0 Electrical circuit in AV closet 2 x 20 amp quad box [Possibly increase to 2; need electrician's input.] Electrical circuit at projector location 1 x 20 amp quad box NOTES: 1 To control lights, C-A substitute Museum Tech DVD-212; Owner add RA Gray, LDM light dimming module), conduit, control wiring. Should be installed by electrician; control wires pulled into AV closet. (14) TYPE HA: LIGHTOLIER SNI TSLPF-277=0C-ASYC40 (1 LAMP, STRIP) N c�000000��c�c�oc�c� s LAMPING: F32T8 / 835 GEL SLEEVES: 1Q ROSCO.08401-4808-R14 (MEDIUM STRAW) Q ROSCO 08401-4808-R18 (FLAME) 3 ROSCO 08401-4808-R23 (ORANGE) 4 ROSCO 08401-4808-R42 (DEEP SALMON) ® ROSCO 08401-4808-R69 (BRILLIANT BLUE) (14) TYPE HB: LIGHTOLIER SW240RSHPF-277-OC-ASYF48 (2-LAMP STRIP) 00000000000000 LAMPING: F32T8 / 835 GEL SLEEVES: ROSCO 08401-4808-R80 (PRIMARY BLUE) CONTROL CABLE BY CONTRACTOR (7) AMERICAN DJ SNAP SHOT II STROBES WITH YELLOW DOMES 70w/EA @ 120v AMERICAN DJ SS-DMX / MATRIX 7"IPt. VAA Fluorescent Flipstrip SD/SN/SW Series Deep/Narrow/Wide Strips Symmetric/Asymmetric Reflectors 1SN140RSHPF720S0 Cand!epowerCurve 1 Z- E.12me1 O -f 1/1r.11.R3� 1•LIB' pldn.j 6C; Ordering Information NOW"I lamps One Type UOO W-SITm+e L—P Nartow t8' 15TS SM15TSLPF SD* 2a' 20TS S11121 nuff 36' 3ORS SII00TAff 38' QRS S11MORSIPF 48' IORS SK1401t ff %* :ORS Srr aWl' R lamps in Wdenl 00 \ r I I SN115TSLPF 120 T GLR Refemaee Data Electronic Ballast BASIC CATALOG NUMBER, VOLTAGE BALtASL OPf10NS y,v.- 120 or 277 See page 342 See Page 342 Z; F./fi _ ON" 89.51E hWWansn2N 3DOW ^ / spwiy Ratio Is Luau m ELL. AERI 78.7 Request Felia H110.20 S0296HO120P Candlepower Curve Ordering Information Created with the installer in mirk Flipstrip iLTcor aI LwIla Ofte TWO porates labor saving and solid design features. —r TV" L-46 W+ns1Tr W IP �P Time saving U.L. Listed snap -on end caps; ballast 2-"` Ewers without fasteners eliminating the loss of �— Lt 1 � 7r � m TZ110 sOzrWQ OMM hardware or unnecessary delays in assembly. 00 Ig -.1" WSWsotsm s Ter �lol+o wuuro maosro Strengthening ribs insure uniformity and stability a'aao. in mdaro µ 11W in tale 1 of the charnel housing. K.O.'s for convenience out- 48' ''B"o SG14V0 let and thru-wiring access. It's quality lighting that W 215VO s will save you time and dollars. ter 21sm s01l2VO — R � n tantleq Features Q444 • UL listed snap -on end caps. Reference Dam Electronic Wind S0296H0 120 P GLR • 21/a' wide housing channel (1 lamp). ElrcielcT 83796 tpulWatrslL2Wl 257nW • 4W wide housing thane (2 lamp). Spatrg Ratio is U.nhiiwe EU. BERI 5B.1 VOLTAGE BALLAST OKIM • fully enclosed wiring• Requea toga MW30 • Snap -on ballast cower. • Screwdriver slot for easy ballast cover removal. SW296SL120LE Carmlepower Curve OnIuM {chat moon • Combination end -cap for continuous row ulaps one ,w rnouating. on.Imp �L Try. Laws I.Aw EMW • Convenience oatlet and switch ICO.s provided. 1ss wa zr tors suvn2OTSRPF trrWTs11PF • Optional heavy duly coupling sep W 3LIL4 swngasiff SVVZIORSRPF Available with S a mM SWWWISW Ava ymmetrical and �I 96 APRs SW14M HPF SI1124211SIRF reflectors(order separately) - Rlow otedmif4Wpsatrederm { Options Page (nrl.sy�_� W 38SL st+ NM SY0411% ag t 7r a —A, sYr1T2SL SvazzsL Ballast Specify vottage (120 or 277) and type mma W 7% svnsm S1tm e.g.20SO ter ran SVY192SL swamL51 and add as suffix. O O —� QlampenlaermlRM4aietadeN Magnetic Electronic Dimming Power Spec Weremm DDaftElaweakaR Rm SYVZ9tiSi 120 E LE GLR 4' T12: LE 4' T12: SS T12: OIIIA — Elriciee y 89.7% bWA wens n2BY1 IBOAA/ trASlt tATAtBc RUMet rotrAGE BALLAse OFIROW, 3' T12: P 3' T12: SS — svKng Rao is L,.ni W" ER.11M a 7 w & 2' T12: P — - — Request Folio IHMZ Htlla•zt SL T12: LE SL T12: SS — HO T12: P HO M SS* — su series war sN sates wit Ordecing Imtom{ation HO T12: LE — — sTlnnelm R.e.esor � Rae.am $R s.� 211 secks SVrp50 sails svL= seeies VHO T12: P — — Tne Loo Srs.e— Sra.eale Aslnaatrie '296 only : OC T8. OC T8: PS m1 +•1 O >.f4 „rya,:, O a}e� acne � SYMCM SMQO � = 1u�+ Qectricall iring Options For special wiring, a3" SYMao AWW earn ASYM fusing. electronic dimming ballasts or emergency packs. consult factory. AN NOTE: Optional ha wire guards and of ners. so relies will STV Series wit fmm S naSO id SW .-n-es c RBectors are sluff s�rareh hangers. g I$ Asymmetrical Reflector Ilsrametrical Reflector horn SrY. SD and SW Sara,: fi.haes. Q see Page ??. I Fusing Internal fast -blow fusing. Suffix: s 01 3.,a 'I GLR. Internal slow blow fusing. Suffix GMF. LO O 0 7. m r«.tiN e..Le..tl.... rtad.. d saKkst s.N1e_ Tim A5 Fluorescent Hipstrip SD/SN/SW Series Deep/Narrow/Wide Strips Symmetric/Asymmetric Reflectors Created with the installer in mind, Hipstrip incor- porates labor saving and solid design features. Time saving U.L. Listed snap -on end caps, ballast covers without fasteners eliminating the loss of hardware or unnecessary delays in assembly. Strengthening ribs insure uniformity and stability of the channel housing. KO_ s for convenience out- let and thnr-wiring access. Its quality lighting that will save you time and dollars. Features • UL-listed snap -on end caps. • 2Y4 wide housing channel (1 lamp). • 4W wide housing channel (2 lamp). • Fully enclosed wiring. • Snap -on ballast cover. • Screwdriver slot for easy ballast cover removal. • Conkination end -cap for continuous row mounting. • Convenience outlet and switch ICO.s provided. • optional heavy duty (ding Available with Symmetrical and Asymaletrical reflectors (order separately). Options Page 346 Ballast Specify voltage (120 or 277) and type and add as suffix, e.g.120SO Magnetic Bectro niC Dimming Power Spec Oimmirg 4' T12. LE 4' T12 SS T12: DIM - 3'T12:P 7T12:SS — 18'&ZT12:P — — SL T12 LE SL T1 Z SS — HO T12: P HO T12: SS* — HO T12: LE — — VHO T1Z P — - T8- OC T8: OC T8: Ps *M6 only Hectrical/ iriag Options For special wiring, fusing, electronic dimming ballasts or emergency packs, consult factory. r Optional hangers, wire guards and aligners, Q see Page ??. IIFusing Internal fast -blow fusing. Suffix: GLR. Internal slow -blow fusing. Suffix: GMF. r tat N 42 SN14ORSHPF120SO Candlepower Curve Ordering Information r,W (41; ^) ' Tay ,o. nominal TW L-10 (amps Wn s/IlWe One trap Nana. 18' 15TS SNIISTSIPF 0 -- '-- —�' Strip 24' 201S SNIXTS(PF 36' 30RS S1413OTSLPF —'j 48, 40Bs sNlaot1SUF n174 6G: 40' 4ORS 40R5 SN1411t2w WF 1_jJ tz a fps in+arderno Wos 00 SN115TSLPF i20 OC GLR Reference Data Electronic Ballast UWC CATALOG NUMBER: VOLTAGE UI ASi ornONS: okieary 89.5% kw Warts (12" 30 OW 120 or 277 See page 3Q Sae page 342 SpKing Ratio 1.6 LuminairefN.ILER) 76.7 Request Folio 11110-20 S0296HO120P Candlepower Carve mre.t�Ir r ,m 1 00 Ordering Infomlation Nominal Ua" oat TWO Tt7'• to"16 W-V11rPe 1.010110 L" Deep 48' 50HO sm om SD24M Soo 7r %5 a S0172A0 sm2)t110 W .!Om SDI961i0 SD29M ,9r ".OHO so"21110 S029M Q iapeaOMSr1 N leaps araderrQ 4T ;aro s0lsvo Soasllm 7r tan scum iOMM W 2im S 9iw 502l6Y0 IV 2=9VD sL)"M — 12 Ww In landed 11derrareego" Electronic Baling Si129liFE0 120 GLR EfSaancy 89.7% NpRMM(120vi 257DW n �(! swig Ratio 1.6 turinaire Ell. MM 5114 fa1Ls(C UUALOG RUMBeC YOITAGE ttALASF. OPT10M5: Regeest Folio H106.30 SVVML12OLE Cataepo(Ner um n17.4aao ___I. r f ptl.4wp�_� 0 0T Ordering Information 14oariral Laws on Two TV" Leape, Waeslfrpa Lang Lapp lode 2r 2M SWUiT M SYr1m1511PF WV 36' M SWt3WSW SUR3e8S W Air M sw"01LS11F INVIOW8tIPF 95' *IS SW142RSW SVV2C I511PF RloapsimW* dl4bmPinUrdaar 4T 33% livif" SL stlratesl rr Ba t vnm swaasr W 75a MOM SWZxSI 19r : as sYVl4EL fri?STSL a1arp inudoalUwapordaml Reference DEb ata atroaicBaling SL W296S 12ti n GLR erennor 89 7% lrgw wear r20v1 tsD Ory ttAslc cfaAtoG MwssBt YOLTAAX: NAUM OPA MT sp e" Ratio is tnnindim Eff. am 88.7 Request Folio H1ONW11100.21 = Series wig Sill series with Oi IW* Information symmetric Raeaeror Asymmetrical Reflector Sol saeies sM soles vim serMs Sw150 Sias TV" L-0 Ask 47a' �0-44 ar,4• O Ies'�.. $tm a iW Hr S WS ASYC'IS — — A 24. PUM ASVW _ ASM Reletmrs 36• S MM AST= ASYF76 4a- STMC40 ASYM SYS" AS" so Sark- with ASWSV—Wdb Aspaaatrical Reflector Asyaunntriieal Reflector tgEOO nn O :a my 04 LO eyef NOTE: AN Symmetric and As--a:-'c reNems are s 47W separately flan SIV. so aM SW Se _: hxruws i, 0�i Piratia0 /aera aYews retmoa aA aeekar Saddle. American DJ - Snap Shot ll Page 1 of 1 lightingthefuture www.americandj.com Snap Shot ll * A new revolution in Strobe Lights! * 7OW ultra light weight Strobe Light (Snap ShotTM ) * Plastic high tech case design with hanging bracket * Variable speed control (1- 15 flashes per seconds) * Flash different colored light by replacing the interchangeable Snap/DTM lamp covers (sold separately) * Linkable via 1/4" jacks * Can be controlled by the S-2ATM , S- 4Tm , S-lOTM & S-MatdxTm * A great strobe light for bands, mobile DJs, clubs, or special effects productions * Lamp: ZB-70 * Dimensions: 7.75" x 7.75" x 8.25" * Weight: 31bs. 120V or 220V operation List Price $105 ome Specifications, desa Dons and p6dng subject to change wMxxA notice. M pricing Is 6n US$ and Is for reference only and not totally representative of what the 'going or street price may be in any particular geographic area or part of any country. Copyright 01997-01 American DJ Supply, Inc. All Rights Reserved. For company and product information contact info@amedmndi.com Website services provided by: CubeNet Internet Services. Inc. hap://www.americandi.com/vroductDdnt.asD?ProductIDNumber=415 03/05/2002 i American DJ - Snap Shot/D Page 1 of 1 I Vf lightingthefuture wwfw.americandj.coal Snap Shot/D N� N� «i Replacement Domes for Snap Shot. Available colors: Red, Green, Blue, Yellow & Clear. List Price $6.5 ' ome specifications, descriptions and pricing subject to change without notice. AD pricing is in US$ and is for reference only and not totally representative of what the 'going or street price' may be in any particdar geographic area or part of any country. Copyright 01997-01 American DJ Supply, Inc. All Rights Reserved. For company and product information contact info@amodeandi.com website services provided by: CubeNet Intemet services, Inc. http://www.americandi comft)roductt)rinLasD?ProductIDNumber=416 03/05/2002 Alwo,mealy ZY& User Instructions Snap Shot. IITm Caution! Always disconnect from main power before replacing lamps or servicing unit. Remember to always replace with same lamp and fuse. Thank you for purchasing this A16w-iosn ZVO product. For your convenience this product has been tamped and is ready to be used, there is no assembly required. Please read the following instructions before installing or using your new unit. Product Description: A new revolution In Strobe Ughts! The Snap Shot IITM is a 70W, ultra light weight Strobe Light. Features include: plastic high tech case design with hanging bracket, and variable speed control (1 - 15 flashes per second). The Snap Shot IITmcan flash different colored light by replacing the Interchangeable lamp cover, Snap/D. Available colors: red, blue, green, & yellow. When connecting.to a S-MatrixTm system you must connect from output of S-Matrix to input of Snapshot*'". If proper connections are not used both units will be dam- aged. Product Instructions: Plug the Snap Shot IITM Into power. Flash rate may be controlled by the variable speed knob located on back of unit The Snap Shot I" is linkable via 1/4' mono jacks, and may be controlled by the American DJ® S-2AT", S-41", S-10ATm, and the S-MatrixTm. When linking, follow the "IN" & "OUT" input on back of unit. The Snap Shot II may be hung in a safe location by its hanging bracket. To replace lamp; unscrew front dome of the fixture. Do not touch lamp with bare fingers, oil from fingers will ruin lamp. Use a dean, dry cloth for replacement. Replace bulbs; reassemble. For service, contact your Asm-*.Pn Modealer. SPECIFICATIONS: Lamp: ZB-70 70W, Power: 120V/6OHz, Weight: 3 lbs. Size: 7.75" x 7.75" x 8" Fuse: 1 A �S�erican O.I® LOS ANGELES, CA. 90058 USA CE . American DJ - SS-DMX/Matdx* Page 1 of 1 Awfzecaa Z)f lightingthef utuire www.anericandj-coe SS-DNV9Matrix* * Designed to control up to 16 American DJ Snap Shot/DMX/Ds, S-1500/DMXs or Mega Strobe/DMXs strobes in a matrix 4x4 pattern * Control speed, dimming, and up to 65 built-in programs or random programs * Digital program display * Microphone sensitivity adjustment * Audio or chase function * L.E.D. of corresponding programs * Full -On * Black Out * Power. 9V-12V AC min 500mA power supply included * Output: DMX-512 XLR Audio Input: RCA 100mV-1V peak to peak or built in mic * Dimensions: 19" x 3.5"X 1.5" Weight: 3 lbs. * 120V or 220V operation List Price $249.95 [home Spedtications, descriptions and pricing subject to change without notice. M pricing is in US$ and is for reference only and not totally representative of What the 'going or street price' may be in any particular geographic area or part of any country. Copyright 01997-01 American DJ Supply, Inc. All Rights Reserved. For company and product information contact info@amehcandi.com WeWe Services provided by: CutwNet Internet Services. Inc. httpJlwww.americandj.com/productprint.asp?ProductMNumber=491 03/05/2002 " - Fluorescent Sleeves Page 1 of 1 Itimn to Fluorescent Sleeves For simple and economical control. of fluorescent lighting. Clear carrier sleeve is supplied with one insert filter in any of the Roscolux, Roscolene or Cinegel colors. If used with the UV Filter it allows less than 10% transmission below 390 manometers. They are not suitable for use with high output or very high output lamps. T8 sleeves come standard with a UV Filter in addition to the color.selected. TS sleeves are available by special order.. Specifications #08401 4812 Roscosleeve* T12 x 48" #08401 4808 Roscosleeve* T8 x 48" #08401 9612 Roscosleeve* T12 x 96" #08401 9608 Roscosleeve* (so) T8 x 96' #08402 4812 Clnegel Sleeve** T12 x 48" #08402 4808 Clnegel Sleeve** T8 x 48" #08402 9612 Clnegel Sleeve** T12 x 96" *08402 9608 Onegel Sleeve** (so) T8 x 96" #08403 4812 Fluorofliter Sleeve T12 x 48" #08403 4808 Fluorofiiter Sleeve T8 x 48' #08403 9612 Fluorofllter Sleeve.T12 x 96' *08403 9608 Fluorofliter Sleeve (so) T8 x 96" * specify Roscolux color . ** specify color (so) special order ® Rosco Laboratories 1998-2001 httpJ/www.Tosco-ca.com/productdfilteWfluo_sleeves.html ONOS/2002 American DJ Homepage Page 1 of 2 Enter ZIP code to rind dealer: ��r°r��1e; Fr�C►!�t� Audio mailing list 5 Closest Dealer(s) Found This list is ordered by distance from the center of 79403. Click on the small map to view a detailed map for each dealer location. 1. SHANNON SOUND & LIGHTING 50182ND ST LUBBOCK, TX 79404-6337 Phone: 800-753-1449 Fax. 806-748-9953 . Distance: 6.42 miles from the center •4ft. 2. EASTERN NEW ' MEMCO S & L 2120 E 2ND ST PORTALES, NM 88130-9215 Phone: 505-762-5826 Fax. 505-762-8378 Distance. 93.78 miles from the center 3. MUSIC WORLD 200 w BENDER HOBBS, NMW240-2233 Phone: 505-392-7511 Fax: 505-392-3154 Distance. 99.13 miles from the center 4. RANDY'S MUSIC - MART PRO AUDIO 2600PARAMOUNT BLVD STEA2 AMARILLO, 7X-79109-3066 Phone: 806-358-0131 Far. 806-358-9536 Distance. 106.8.8 miles from the center 5. DISPLAY CONCEPTS 212 N FILWORE AMARILLO, 7X 79107-5223 Phone. 806-374-1135 Far. 806-3724560 Distance: 108.88 miles from the center Below is the overview map that shows the location of these stores. Each number on the map is related to the list of dealers above. Use the controls on the right of the map to zoom in to a location. httpJ/www.amencandj.comtcgi-bi i/mgmterconnect.exe 03/05/2002 1 oaaas stage Lighting Home Page Page 1 of 2 Serving the needs of the entertainment industry. Sales Department: sales@dallasstageiighting,net. Rental Department: rent@daBasstagelighting.net Construction Department: construction@dallasstagelighting.net Service/ Tech Department: support@dallasstagelighting.net Accounting Department: billing@daBasste6velighting.net General Information: info@ dallasstagelighting.net website: webmaster@dallasstagelighting.net Our Location 1818 Chestnut St. Dallas, TX 75226 DIRECTIONS httpJ/www.daUasstagelighting.nettsales.html 03/05t2002 Top View a a Front View 9.05 12.0 ob 15.00 I Aluminum Enclosure, Standard Configurations: (1) Kiosk Applications (internal mounting). Brushed metal with clear irridile finish. 8 peripheral captive nuts (a) to facilitate mounting into kiosk enclosure. Optional mounting brackets available. (2) Freestanding Applications. Enclosure finished in fine textured black powder coat. Captive nuts (a) normelly excluded but available on special order. VESA mounting points (c) standard. OSD control panel (d) available. (a) 8.32 captive nuts (b) IR remote control Input port for LCD OSD adjustments; specify location at time of order: front, side or rear. (c) 8-32 captive nuts, 100 mm VESA mount pattern Heal tempered AIR glass LCD shield standard; Touchscreen Options for PC, Unix, OVD, and other platforms; Monitor front sealed to NEMA 4 standards. to, CA Sc Is Side View: Opposite © d Some O I © OSO Control Rear Penh r *1 Rear View Option 75mm VESA O 11.80 o b I I c b / tooting vents 0.7 110 Connectors Vertical Exit 6 Q Q a Bottom View a 0.75 E r': I"I SCf+ 111 f I ON AM) I A 1 I a I, n(A-irricri i, s ,y iti> I (i (Ivl4 i �[ Ij N 1 i I C i I �! 1 tc� rti 71i fn 1[1 eft t 1'1 I ij I [11 PI i VV I'crwf:�r' j ,wi l.c;fl o I hu1,Lor) I_ L Ij rt I `�( r �_aw_.-,-,w.i.j c h i �:c�n.`�..i..n�.l:on_ o 1� _._.. c . { o c 1 E I E tea IS$011(INii Sjaill D.ut 10jfR4Y.l, I 10 It A[lCN MIT I,I H(_510 I. t11tPR/:il t. i 11-r1 I .... .. ... .. .. .. ..... .. ... _ ..-__... ract.Kr.tlON(. ;l.At 1/4 1' Ixw 1 ki6 F. CN04u:'CX040 MAII ilIAI OIMf.N';I()NS f'INIGll 1 NGINII 14.AIT BRAIN CHMIR RI1RHIl 11111 15 Outside drawin, W]ty 1 t 2 s 4 s s NEC/ ITSUBISHI - t15 �?[i9.'x�Kt1 grs�umaw..�. snw. Tl 07 c7 Shielded Speaker Page 1 of 1 Shielded Speakers ACCESSORIES • Available in 3.5", 4" or 5" • Speaker has a metal shield surrounding the magnet to prevent any interference to the monitor • See chart for specifications Mounting_.&_Exploded Views Part Number Price per ea. 50-9000-01 Buy 3.5" Shielded Speaker, 3 Watt Yuur Price 49-0228-00 Buy 4" Shielded Speaker, 12 Watt Your Price 50-9005-00 BUY 5" Shielded Speaker, 12 Watt Yulr Pride Part Number Diameter in/(mm) Height in/(mm) Nom (Watt) Max (Watt) Ohms Hz Db Range Magnet Net Weight Frame Diaphragm Terminal Size (in) 50-9000-01Buy 3.5/(93) - 3 5 4 1 12o 85 15,000 1.7oz - Square Paper 250 49-0228-008uy 3.94(100) 1.93(49) 4 12 8 1a0 71 12,000 6oz 610g Square Paper 250 50-9005-OOBuy 4.¢9/(119) 2.1V(54) 4 12 8 135 91 8,000 1 6oz 610g Pin Cushion Paper 25D 1 latfn•J'�aa,aa�a.• t+n.�..rn�.+h�ratc n�.++i:.alu......li...�/.......�.......Y ,... /AAA^I"1011A L._... •1 I'f /A�l Sheilded Speakers - Mounting Dimensions Page 1 of 1 Shielded Speakers -mounting TT4*JC3(BAM Views MOUNTING DIMENSIONS FOR 49-0228-00 i r s MOUNTING DIMENSIONS FOR 50-9005-00 lAWxjW http://www.happcontrols.com/interactivetaccessories/49022800mount.ht n 3/29/2002 2-1/4" Trackball with USB and PS/2 Interface Page 1 of 2 2-114" Trackball with USB and PS/2 Interface Features The Happ Controls 2-1/4" Trackball with USB & PS/2 Interface allows personal computers to easily interface with the standard "Arcade Ouality" trackball and pushbuttons from the Happ Controls via either the USB port or PS/2 connector without the use of any external power supply. This allows the user to replace the existing mouse with a Happ Controls heavy- duty trackball for public access and similar applications. The USB & PS12 trackballcan be added with or without removingthe original mouse. The device will be automatically configured as soon as it Is physically . plugged into the USB port or hub, without the need to reboot or run Setup. "tlAM,rB UVAOW XWRSAL SERIAL BOB • Trackball has durable black polycarbonate plastic material • 2-1/4" diameter ball (standard color white) • Custom colors available • No interface needed to connect the Happ Controls trackball to a PC • Connects directly to either a PS/2 (mouse) port or a USB port on a PC • Compatible with Windows 98TM,Windows 2000TM, Windows METm and Apple Macintosh iMacTm, Power PCTm with OS 8.5 or higher, Unux TM with USB HID support • No external power supply needed • Automatically detects whether it is connected to a PS/2 or a USB port and configures itself accordingly • Comes with a 6-foot cable that plugs into a USB or PS/2 port • Supports up to three buttons. (Three -button functionality will require the use of a driver that supports three buttons. The standard MS driver supports only two, and the MAC OS supports only one) • A wire harness is included which will connect to the Happ controls Horizontal, Ultimate, Competition, or Illuminated pushbuttons • includes both .187" and 250" terminal connector for pushbutton switches • Pushbuttons and mounting plate kits are sold separately • Made in USA • The trackball is manufactured under a technology license agreement with Atari Games Corporation® http://www.happcontrols.com/trackballs/565600xx.htm 3/29/2002 I 2-1/4" Trackball with USB and PS/2 Interface Page 2 of 2 I. Benefits of USB • Hot Swapping Capability • Multiple Peripheral, with the use of USB hubs, allows up to 127 different peripherals to be used at one time • Moves Data at a High Speed • Distributes electrical power to many peripherals. USB lets the PC automatically sense the power thats required and deliver it to the device. This feature eliminates the need for auxiliary power supplies • Share peripherals between PC platforms • Higher Bandwidth • Simplicity of use • Built in operating system support for devices Part Number Price 56-5600-108w 2-1 /4" Trackball with USB and PS/2 Interface Red Solid ywr A&V 56-5600-11 mw 2-1 /4" Trackball with USB and PS/2 Interface WWd6 Solid rwor MM 56-5600-128W 2-1 /4" Trackball with USB and PS/2 Interface Blue Solid rwar r&v -5600-168t 2--T72177rackball with USB and PS/2 Interface Black Solid Your Mw 55-0203-0080Y 2-1 /4" Trackball Mounting Plate Kit, Painted Black rwor reke http://www.happcontrols.com/trackballs/565600xx.htm 3/29/2002 { Trackball - 4-1/2" Diameter Mounting &Exploded Views Page 1 of 2 l Trackball - 2-1/4" Diameter 72ACKBAUS Mounting & Exploded Views 1 I b T7 tl7 c Back to Trackballs 2-1/4"Diameter 5.10" 3.30" O (BOLT SIZE) #10-24 x 2.25` CO v- r- !V CV N 4, qh 14ETAL CONTROL F A►NEL http://www.happcontrols.com/trackballs/565500xxe.htm 3/29/2002 Trackball - 4-1/2" Diameter Mounting & Exploded Views Page 2 of 2 so-toosflv--•� V v It 1 .1 t • !ole 1 + http://www.happcontrols.conVtrackballs/565500xxe.htm 3/29/2002 --� Fnday. Fehtuary 22. 2002 X-6000 Pushhuaon Page:I Museum Technology Source, Inc. X-6000 Pushbutton The X-6000 Illuminated Pushbutton is rugged. dependable, and easy to install. Its durability has been proven in thousands of installations. The built-in lamp serves to indicate which selection is playing in multiple button installations as well as to indicate when it is in use in single selection 5' exhibits. Pl`u" �n r .I f: z �i. 77 d lisr .04 MIP urr pmChict ducts l .79 Mp r ge + All dimensions shown in inches PANEL'----__ - - museum technoln .i_3 Andm er Strect. Suite ?. Wilmington. MA 01887 l 1 email: infu0mu _1 fIj ^np www n*useumleMCem seeC SheetS.X•6000-PYshhuncn.h1m