Loading...
HomeMy WebLinkAboutResolution - 2023-R0561 - Amendment No. 1 To Contract 15789, With Lee Lewis Construction, Inc. - 11/14/2023Resolution No. 2023-R0561 Item No. 7.13 November 14, 2023 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THA7' the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Amendment No. 1 to that certain Agreement dated May 25, 2021, by and between the City of Lubbock and Lee Lewis Construction, Inc., for additional services at the Police Headquarters at 12015 15th Street, and related documents. Said Amendment 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 on November 14, 2023 TRA �, AYOR ATTEST: Co ney Paz, City Secre APPROVED AS TO CONTENT: �--C * . Erik Rejino, Assistant City Manager APPROVED AS T 'ORM: Mitchel te, Fir A sistant City Attorney ccdocs II/RES.Amend 1-Lee Lewis Construction, Inc. October 25, 2023 Resolution No. 2023-R0561 Amendment 1 To Agreement Between The City of Lubbock, TX And Lee Lewis Construction, Inc. THIS IS THE FIRST AMENDMENT TO THE AGREEMENT Contract No. 15789 dated and entered into the 25th day of May 2021 by and between the City of Lubbock ("City") and Lee Lewis Construction, Inc. ("LLCI") of Lubbock Texas, for construction of Police Headquarters (the "Project"), located at 1205 15`h Street, Lubbock, Lubbock County, Texas. WITNESSETH: WHEREAS, now the City desires to engage LLCI for the performance of additional services, details for which are provided in Exhibits "A" through "M", attached hereto and incorporated herein. The additional services include, but are not limited to: waterproofing, finishes, lighting, audio visual equipment, electrical, data & security infrastructure. WHEREAS, all other portions of the original Agreement and previous Amendments, if any, shall remain in place and are not altered by this amendment. NOW, THEREFORE, the City and LLCI agree to the following terms in this FIRST AMENDMENT: THAT LLCI shall perform the additional services detailed in Exhibits "A" through "M" for an amount not to exceed one hundred eighty-three thousand, nine and O1/100 dollars ($183,009.01). The original Contract Amount ---------------------------------------------------------------------- The sum of all previous authorized Amendments (unchanged)_________________ Net Percentage of previous Amendments The Contract Amount prior to this Amendment ------------------------------------------ The Contract Amount will be (increased) by this Amendment__________________ Net Percentage of this Amendment The new Contract Amount Total Percentage of all Amendments .._._______$ 15,800,000.00 $ 0.00 ----------- +0.00% __._...___ $ 15,800,000.00 $ 183,009.01 ----------- +1.16% ___________$ 15,983,009.01 +1.16°/0 IN WITNESS HEREOF, the parties have executed this Agreement as of this 14th day of November , 2023. CITY OF CK TRAY AY , AYOR LEE LE S ONSTRUCTION, INC. Jaso mith, resident A ST: Courtney Paz, City See et APPROVED AS TO CONTENT: ��� � Mark Lavicar, Director of Facilities Management Exhibit A Parkhill CONSTRUCTION CHANGE REQUEST #020R PROJECT: Ciry of Lubbock Police HQ 15'h St and Ave K Lubbock, Texas 79401 TO CONTRACTOR: Lee Lewis Construction Inc. 7810 Orlando Ave. Lubbock, Texas 79423 DATE: 7/27/2023 CONTRACT DATE: 01/2019 ARCHITECT'S PROJECT NUMBER: 8715.18 OWNER'S PROJECT NUMBER: 19-14153-MA �Architect �Other rs ��� . . � � • 1 : ..,�� � � . ,' '�� ;�- �`1 � �'� , , � , '/�. ,.. �� rMi _/_--" ' . . _ � _ � � �� 7127120Z3 Please submit an itemized quotation for changes in the Contract Sum and/or Time incidental to proposed modification to the Contract Documents described herein. THIS IS NOT A CHANGE ORDER NOR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED HEREIN UNTIL APPROVED BY THE OWNER. Description: (Written description of the work) Communications Drawings Drawin # Drawin Title Descri tion of Chan e s TN-111 FIRST FLOOR PLAN - 1. Fitness Cardio 113 — Removed poke-thrus COMMUNICATIONS 2. Fitness Weights 116 - Added data outlet for Flat Panel Dis la TN-113 THIRD FLOOR PLAN - 1. RTCC 340 — Revised data to support AV COMMUNICATIONS design changes 2. Revised Ke ed Note 7 Audio Visual Drawin s Drawin # Dr$win Title Descri tion of Chan e s TA-001 LEGEND AND NOTES — AV 1. Changed size of box AVP. INFRASTRUCTURE 2. Changed size of box AVP Type 1 3. Added infrastructure description for PRJ Type 2 at RTCC. 4. Revised One-Line Conduit Detail at box AVP. TA-111 FIRST FLOOR PLAN — AV 1. Fitness Weights 116: added infrastructure INFRASTRUCTURE for large digital signage display, symbol FPD DS. 2. Multi-Use 106: provide blank cover plate for future camera location CAM. 3. Multi-Use 106: revised size of box AVP. TA-113 THIRD FLOOR PLAN — AV 1. Real Time Crime Center: delete previous INFRASTRUCTURE and provide junction box for MRK. 2. Comms Training 356: adjusted location of FPD IWB and AVP T e 1 TA-133 REFLECTED CEILING PLAN — 1. RTCC 340: provide infrastructure support THIRD FLOOR for two video ro'ectors TA-301 ONE LINE DETAILS - AV 1. Multi-Use 106: increased line outputs for SYSTEMS PRESS AVP box. 2. Multi-Use 106: deleted second camera. TA-302 ONE LINE DETAILS - AV 1. Revised diagrams for RTCC 340 SYSTEMS Parkhill.com CCR 020R Pg. 2 Audio Visual Specifications Section # Section Title 27 41 16 AUDIOVISUAL SYSTEMS Randy Kratzer / Adam Dickerson CONTRACTOR'S RESPONSE: �Add to /❑ Credit Contract Sum ❑Credit / ❑Deduct Contingency ❑ Owner ❑ CMAR ❑ Credit / ❑Deduct Allowance TOTAL CCR Attachment: Breakdown luly 27, 2023 Description of Change(s) 1. Revised Room Descriptions. 2. Revised AV Products 3. Deleted ADD-ALTERNATE #1. Attachments: TN-111, TN-113, TA-001, TA-111, TA-113, TA-133, TA-301, TA-302, Spec Section 27 41 16 Additional days requested for this CCR: 77 from day of $ 7,790.91 approval $ $ (Name of Allowance) $ 7,790.91 CONSTRUCTION CHANGE REQUEST APPROVAL When signed by Owner and upon receipt of approved document by the Contractor, the Contractor shall proceed with the change(s) described above. If CCR is changing the Contract Sum or GMP by cost or time, an official Change Order on AIA G701 will be executed and distributed. Approved Additional Time By: (Signature) Date: Parkhill.com City of Lubbock Police Headquarters AUDIOVISUAL SYSTEMS 27 41 16 PART1 GENERAL 1.1. SUMMARY A. 1.2. A. 1.3. A. 1.4. A. 1.5. This document covers the general requirements for the installation of Audio Video (AV) active systems for City of Lubbock Police Headquarters. RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. CODES Execute work in accordance with best AV system installation practices, National Electrical Code, and applicable state and local codes. REGULATIONS Comply with terms and conditions of Americans with Disabilities Act, especially regarding provisions for hearing impaired and wheelchair access in control areas. SUBMITTALS A. General 1. Refer to Division 1. 2. Submit in quantities, format and timetable as required by General Conditions. 3. Any work performed without an approved product submittal or shop drawing shall be performed at risk by the Contractor B. Product Data Binders 1. Minimum number of Sets: four (4). 2. Timetable a. Submit within thirty (30) days after award of contract. b. Submit simultaneously with Shop Drawings. c. Include complete table of contents including unit quantities per space d. Include product schematicslone-line diagrams with submitted literature. e. Allow minimum of ten (10) business days for review. All sets minus one (1) will be returned with review comments. If a resubmit is required, resubmit total quantity of coinplete sets. If second resubmit is required, Contractor shall reimburse Owner for expenses incurred during additional review process. f. Review and approval of Product Data is required before equipment purchase and installation. C. Shop Drawings 1. Minimum Number of Sets: four (4). 2. Timetable a. Sub�nit within thirty (30) days after award of contract. b. Submit simultaneously with Product Data Binders. 03871518 AUDIOVISUAL SYSTEMS 27 41 16 - 1 06/30/2023 CCR 020R City of Lubbock Police Headquarters c. Allow minimum of ten (10) business days for review. All sets minus one (1) will be returned with review comments. If a resubmit is required, resubmit total quantity of complete sets. lf second resubmit is reyuired, Contract shall reimburse Owner for expenses incurred during additional review process. Description: a. Shop Drawings shall be used for coordination between trades and updated throughout the project as required before submitting as final record drawings. b. Bind all Shop Drawings together to form set. Loose drawings will not be accepted. c. Each drawing shall include: Project, Building, Location, Contractor Name, Architect, AV Consultant, Date and Revision Number. d. Number and title each drawing in logical manner as a set. e. Include cover sheet with listing of all drawings included in bound set. f. Ensure that labeling on Shop Drawings match labeling on equipment. g. Minimum Scale: 1) Floor Plans: 1!8 inch = 1 foot. 2) Rack Elevations: 1-'/z inch = 1 foot. 3) P1atelPanel Details: 6 inches = 1 foot. 4) Loudspeaker Details: 1 inch = 1 foot. h. Include as a minimum: 1) Floor plans indicating locations of all AV devices, vertical risers, pull boxes, and exposed wiring. Include Device ID (PRJ, SCREEN, FRK, FB, AVP, etc., as referenced in design contract documents), as appropriate for projectors, screens, racks, floor boxes, AV plates in walls, etc. 2) Schematic diagram showing all primary and secondary devices, interconnectivity and signal flow. 3) Plate details showing size, material, finish, connectors, engraving, etc. 4) Mounting detail drawings of loudspeakers, racks, and overhead equipment. Hire services of professional structural engineer, licensed by the appropriate governing authority, to review shop drawings, building structural drawings, and any existing structures from which equipment is to be suspended. Include Structural Engineer's stamped report with shop drawing submittal. Report shall include: i. Itemization of items reviewed by the Structural Engineer. j. Confirmation that proposed methods of suspending equipment as shown on the shop drawings conform to required safety factors. k. Confrmation that building structure from which equipment is to be suspended will support equipment including required safety factors. 1) Rack elevations. 2) Complete schematic diagram. One-line diagram with detailed descriptions of product inputs and outputs is acceptable. Include terminal strip details and cable label information. If wiring diagram spans more than three (3) sheets, additionally provide simplified block diagram of entire system on one (1) sheet. 3) Electrical power wiring diagrain. Include circuit, switching, and control details. 4) Wiring diagrain of grounding and shielding scheme. 5) Drawings for custom-fabricated items (i.e., plates, panels, cables, and assemblies). 6) General construction drawings necessary for coinpletion of work. 03871518 AUDIOVISUAL SYSTEMS 27 41 16 - 2 06130�'2023 CCR 020R City of Lubbock Police Headquarters D. Operation and Maintenance Manuals 1. Minimum number of Sets: four (4). 2. Bind Operation and Maintenance Manuals using either GBC or 3-ring binders. 3. Format and Minimum Information below: a. Section 1- System Operation. 1) Introduction/overview to system components and their functions and locations. Include a brief listing of basic system functions. 2) Complete but simple system operating instructions to accomplish basic system functions, written for non-technical personnel. 3) Certificate indicating names of Owner personnel trained by AV Contactor, date of training, name of AV Contractor representative that provided training, and name of project. b. Section 2- System Documentation. 1) Simplifed system one-line schematic diagram showing changes made during construction. 2) Complete inventory of system components including serial numbers. Identify location (equipment rack, over stage, stored in control room, etc.) of each component. 3) Cable and terminal strip documentation including cable numbers, functions, originating locations, terminating locations, and signal levels. 4) All Shop Drawings corrected to reflect as-built conditions. 5) Other data and drawings required during construction. 6) Initial Tests and Adjustments data. 7) Final Tests and Adjustments data. 8) CD-ROM discs including all utilized manufacturer's software and saved copies of software configurations (configurations as established during Final Tests and Adjustments). c. Section 3- Manufacturer's Documentation. 1) For each equipment model at no additional costs to Owner, even if manufacturer does not include costs of such documentation with purchase of equipment item. 2) Manufacturer's Product Data. 3) Operating instructions. 4) Installation instructions. 5) Service information. 6) Schematic diagrams. 7) Replacement parts list. d. Section 4- Maintenance Information. 1) Preventive maintenance schedule letter clearly stating target dates of six month and end-of-warranty preventative maintenance inspections, and list of maintenance tasks performed. 2) Maintenance instructions including manufacturer's recommended maintenance, recominended maintenance schedule and information concerning proper inspection, testing, and replacement of components. 3) Troubleshooting infonnation complete with instructions for procedures during equip�nent failure. e. Section 5— Warranty Infonnation 1) System warranty letter. 4. Provide three (3) sets on CD-R disc that include all material in Operation and Maintenance Manuals in PDF format except for copyrighted material. 03871518 AUDIOVISUAL SYSTEMS 27 41 16 - 3 06r30r'2023 CCR 020R City of Lubbock Police Headquarters 5. Submit one (1) set of Operation and Maintenance Manuals at least ten (10) days before Final Tests and Adjustments procedures (minus data from Final Tests and Adjustments). This set will be reviewed by Owner and returned to Contractor. Re-submit after Final Tests and Adjustments and include data. NOTE: Do not schedule Final Tests and Adjustments or perform training of Owner personnel before submitting Operation and Maintenance Manual. 6. Submit remaining number of complete manuals as required by General Conditions within ten (10) days after return of reviewed set(s). Include Final Tests and Adjustment data, warranty period letter, and any other data not included in first submission. E. Samples 1. Request for Samples - Upon request, furnish samples (at no additional cost) to Owner and/or General Contractor of submitted items proposed as substitutes for specified items. Products will be reviewed to determine if proposed substitute items meet required function and quality. 2. Product Tests a. Products submitted as samples may require testing by independent laboratory. Testing at expense of Contractor. b. Obtain written approval of tested products before incorporating into system. 1.6. QUALITY ASSURANCE A. AV Contractor Qualifications 1. Be established AV System Contractor, regularly engaged in furnishing and installing AV systems. NOTE: Electrical or general contracting firms responsible for completion of this work, but not meeting above requirement, shall employ services of approved AV Contractor as subcontractor to perform work described herein. 2. Be experienced in installations of similar size and scope within last five (5) years. Submit list of four (4) (minimum) installed jobs of similar magnitude, completed within last five years. For verification, submit complete information, including project name, project address, contact person, daytime telephone number plus month and year of project completion. At Owner's request, accompany Owner or Owner's representative on visit to any or all example completed projects submitted. 3. Be Authorized Dealer for all major lines of equipment listed in Part 2(Biamp, Sony, Crown, Sharp, Crestron, etc.) Must have at least one permanent staff inember who is factory trained in the installation and maintenance of each major product line offered. 4. Employ personnel (at all levels of work) experienced in projects of similar size and scope. Provide list of key personnel to be responsible for each of the following aspects of work: Project Management, Technical Documentation, Control System programming, DSP programming and Leadership of Field Work (one who is present for all field work). For each identified employee, indicate number of years employed by contractor, number of years' experience in assigned responsibilities, and list of previously completed projects where similar responsibilities were required. 5. Project manager assigned to this project must have a minimum of five (5) years' experience in installing and integrating AV systems of similar scale. Project Manager shall also have either an iNFOCOMM CTS-I or CTS-D certification. PART2 PRODUCTS l.l. GUIDELINES 03871518 AUDIOVISUAL SYSTEMS 27 41 16 - 4 06.13012023 CCR 020R City of Lubbock Police Headquarters A. All active AV equipment shall be furnished by AV Contractor selected by the Owner. All active electronics shall be contractor furnished, contractor installed (CFCI). B. Infrastructure Products — All conduits, basket tray,'cable tray, pull boxes and associated parts required for infrastructure shall be installed by the electrical contractor unless specifically excluded in these specifcations or drawings. C. Performance - Regardless of completeness of descriptive paragraphs herein, each device shall meet its manufacturer's published specifications. Verify performance. D. Contract Documents - Drawings and specifications are to be used in conjunction with one another and to supplement one another. In general, the specifications determine the nature and quality of the materials, and the drawings establish the quantities, details, and give characteristics of performance that should be adhered to in the installation of the AV system components. If there is an apparent conflict between the drawings and specifications, the items with the greater quantity or quality shall be provided and installed. Clarification with the owner about these items shall be made prior to the ordering and installation. E. Quantities — All quantities are indicated on AV drawings or in Part 2 AV Products list. Confirm quantities on final Contract Documents. If Contract Documents do not include quantities necessary to deliver complete working system, provide notification of disparity, and install required quantity of devices for complete working system. F. Small Parts - Systems are described in terms of major products. Even if not specifically mentioned, provide and install patch cables, connectors, hardware, converters, power supplies, labels, terminals, mounting accessories etc. necessary for complete and working system meeting design intent of specifications. G. Balanced Lines — Unless specifically directed otherwise, wire all line and microphone level circuits as balanced with respect to signal ground. For products without balanced inputs or outputs, provide high quality balancing transformers with proper level, shielding, and impedance characteristics. Assure all audio levels arriving and leaving matrix and routing switchers are equal to the manufacturer's recommended input audio level. If required, use Radio Design Labs, Inc. products or equivalent for level matching. H. Keys - Provide five (5) sets of keys for any AV system product requiring keys. I. Condition -- Provide and install products listed in this section in factory new condition, conforming to applicable provisions of American National Standards Institute. Designations - Each major product item is given unique designation (such as MIX1 for mixer number 1). The product designations are unique in this section only and may be repeated in other specification sections. K. Security Screws - Use Middle Atlantic HSK Guardian Series button-head screws and bits to secure rack components, LCD mounts, Projector mounts and any other location deemed necessary by Owner. Use nylon washers (not provided by Bryce) to protect equipment surfaces. Account for appropriate tip wear when ordering quantity and do no use a bit beyond the �nanufacturer's recommendations. Provide ten (10) additional unused driver bits and deliver to the customer after completion. L. AV Electrical Power - Ensure that "Star" ground configuration is properly i�nplemented by the Electrical Contractor. Ensure that ground wires from each outlet are isolated from conduit, neutrals, and each other and are each home-run back to the dedicated breaker panel for AV systems. 03871518 AUDIOVISUAL SYSTEMS 27 41 16 - 5 06;'3012023 CCR 020R City of Lubbock Police Headquarters 2. Control Labels — AV Contractor shall provide engraved label over each user-operated control that describes the function or purpose of control. Provide label of proper size to fit available space. 3. Terminal Strip Labels - AV Contractor shall label each terminal strip with unique identification code in addition to numerical label (Cinch MS series) for each terminal. Show terminal strip codes on system schematic drawings included with Project Record Documents. 4. Rear Equipment Labels - AV Contractor shall provide adhesive label on rear of equipment where cables attach, to indicate designation of cable connected at each point. 5. Cable and Wire Labels - Label cables and wiring logically, legibly and permanently for easy identification. Labels on cables shall be adhesive strip type, covered with clear heat shrink tubing. Factory stamped heat shrink tubing may be used. Hand-written or self- (aminating type labels are not acceptable. 6. Cable Label Codes and Locations - Label each cable with unique alpha-numeric code. Locate cable designation at start and end of each cable run, within three (3) inches of termination point. For cable runs that have intermediate splice points, label cable with same designation throughout, with additional suffx to indicate each segment of run. Provide cable designation codes to schematic drawings included with Project Record Documents and Operation and Maintenance Manuals. C. Power and Grounding 1. Power Coordination — Coordinate fnal connection of power and ground wiring to rack. Electrical contractor will provide power to audio visual systems. Before installation, verify load requirements for systems as accepted. 2. Bus Bars - Install 1-inch by'/4-inch copper ground bus bar, top to bottom in floor mounted AV racks. Ground and bond equipment chassis of each rack-mounted component without three-pin grounding plug to bus bars with #12 AWG insulated green wire using 6-32 or larger nuts, bolts, lock-washers, and appropriate NEMA connectors. Electrical Contractor (Division 16) shall provide and connect #4 AWG green insulated wire from Bus Bars to ground point in AV technical electrical panel. D. Equipment Racks 1. Ventilation - Provide ventilation adequate to keep temperature in rack below 85 degrees Fahrenheit. Use "whisper" type ventilation fans in racks, adjusted to come on when temperature in rack rises above 85 degrees Fahrenheit, only if adequate cooling cannot be provided by Owner. E. Wiring 1. Wiring Standards - Execute wiring in strict adherence to best AV engineering practices. 2. Field Connection Devices - Connect cable to active components through screw terminal connections and spade lugs when appropriate. For BNC connections use three-piece, dual criinp BNC properly sized for cable with insulating bushings. Wire nut or "Skotchlock" connectors are not acceptable. Do not wrap audio cable splices or connections with adhesive backed tape. Punch connectors or telephone-style punch blocks are not acceptable anywhere in the installation unless specifically authorized by Owner. 3. Run cable in ceiling plenums neatly parallel to building walls, supported every three feet to structure with plenum rated ties. 4. Raceways - Run vertical wiring inside rack in Panduit (or equivalent) plastic raceways with snap-on covers, sized to allow at least 50°Io future wiring. Mount raceways on full length 3/o-inch flat black plywood backboards, attached to rack sides. If between-rack 03871518 AUDIOVISUAL SYSTEMS 27 41 16 - 17 06/30/2023 CCR 020R City of Lubbock Police Headquarters wiring chases are provided, Panduit raceways are not required. Horizontal wiring in rack shall be neatly tied in manageable bundles with cable lengths cut to minimize excess cable slack, but still allow for service and testing. Provide horizontal support bars if cable bundles sag. Individually bundle excess AC power cable away from rack mounted equipment with plastic cable ties. Electrical tape and adhesive backed cable tie anchors are not acceptable. 5. Accessibility - Ensure that wiring and connections are completely visible and labeled in rack. Mount termination resistors, if required, on terminal strips, fully visible and not concealed within equipment or connectors. 6. Loudspeaker Polarity - Connect loudspeakers electrically in phase, using same wire color for loudspeaker wiring throughout project. 7. Physical Damage Prevention - Take necessary precautions to prevent physical damage to cables and equipment. Damaged cables or equipment will not be accepted. Separate, organize, and route cables to restrict channel crosstalk and feedback oscillation. 8. Racks - Looking into the rack from the rear, locate AC power, control, data and speaker wiring on the left; line level audio, control, video, and RF wiring on the right. Keep several inches of space between power cables and other signals. 9. Hum Prevention - Ensure that electromagnetic and electrostatic hum is at inaudible levels. For line level signals, float cable shields at the output of the source device. Do not cut or remove shield conductors; fold back unconnected shields over cable jacket and cover with clear heat-shrink tubing. Do not obstruct cable labels. 10. Other Connections - Make connections using rosin core solder or approved mechanical connectors. Where spade lugs are used, crimp properly with ratchet type crimping tool. Solder spade lugs mounted on #22 AWG or smaller cable after crimping. 1.2. STORAGE AND HANDLING A. Power up any electronic equipment to ensure its proper functioning before its arrival onsite. B. Ensure that materials (especially electronic and electro-acoustic devices) are protected against physical, environmental, and electronic damage until final acceptance by Owner. C. Schedule delivery to minimize delays in the project. D. Provide storage protection against temperature and humidity extremes, theft, vandalism, physical damage, and environmental damage. 1.3. WARRANTY A. Refer to Division 1. B. Warranty - Submit letter providing warranty covering labor and materials supplied under this contract. Bind in Operation and Maintenance Manuals. Tenns as described in General Conditions. Minimu�n terms as follows: 1. System - Systems shall be free of manufacturing or installation defects for a minimum period of one (1) year from the date of final acceptance. Clearly designate begin and end dates of system warranty period. 2. Parts and Labor - Provide parts and labor to repair defects in materials and workmanship during system warranty period. 3. Response Time - Within system warranty period, provide initial on-site service response within one (1) business day of service call. Provide resolution to any system defects 03871518 AUDIOVISUAL SYSTEMS 27 41 16 - 18 06130�'2023 CCR 020R City of Lubbock Police Headttuar within 72 hours or within 48 hours of receipt of repaired or replaced product from manufacturer. 4. Replacement Products - lf any item must be removed for repair during system warranty period, provide replacement item of similar quality at no charge. 5. Repair Limit - Do not repair any piece of equipment found defective during installation or system warranty period more than two (2) times. After second repair, replace defective item with similar approved item at no additional cost to Owner. 6. Extended Manufacturer's Warranties - Identify products with manufacturer's warranties extending beyond one (1) year. Provide terms and conditions of such warranties. 7. Service Personnel Information - Provide name(s) and telephone number(s) of service personnel to be contacted regarding repair and maintenance. C. Extended Warranty - Provide cost to extend complete AV system warranty from one (1) year to three (3) years. Included a list of all provided services including maintenance schedules. 1.4. INITIAL TESTS A. Purpose - These tests are to ensure that the AV system is installed and functioning as specified, and to ensure the system is ready for Final Tests and Adjustments (described later). B. Testing Standards - Perform testing in accordance with ANSI standards. C. Inspection - Verify prior to beginning actual tests and adjustments on systems: 1. Proper grounding of all electronic components (through third prong of power connector or separate connection between component chassis and ground bus bar). 2. Cables dressed, routed, and labeled, connected with proper polarity. 3. Insulation and shrink tubing in place. 4. Dust, debris, solder splatter, etc. removed. 5. Proper frequency settings (or modules) at crossovers and controllers. 6. All equalizer bands and tone controls set for flat frequency response. 7. Survey temperatures of each piece of equipment after four (4) hours use (minimum). Note and report any hot equipment. D. Electrical Power Quality - While all sound and AV system components are unplugged from electrical power outlets, AV Contractor shall turn on power to outlets, and confirm proper voltages at each outlet across the following pairs of terminals: hot and neutral, hot and ground, and neutral and ground (zero volts across neutral and ground). AV Contractor to document measurements. E. General Function Tests - Test each piece of equipment to ensure that it performs its intended function. Include all portable equipment in tests. Intent of initial tests is to verify complete, functioning system before Final Tests and Adjustments. Correct problems found during initial testing before beginning Final Tests and Adjustments. Document whether all pieces performed intended functions; note any unresolved malfunctions. F. Initial Tests and Adjustments Data - Submit written report of Initial Tests and Adjustments data upon completion to Owner. Include printed name(s) of technician(s) performing tests, date(s) and time(s) of tests, model and serial numbers of test equipment, results of each initial test, descriptions of problems encountered and their solutions, and statement that system is ready for Final Tests and Adjustments. Initial Tests and Adjustments Data to include signatures of technician(s) performing tests. l.5. FINAL TESTS AND ADJUSTMENTS 03871518 AUDIOVISUAL SYSTEMS 27 41 16 - 19 06/30/2023 CCR 020R City of Lubbock Police Headauar A. Purpose — These tests are to be witnessed by AV Consultant to determine if system is complete and functioning as designed and specified. Also, AV Consultant will perform listening and viewing tests and witness adjustments of all images for optimum clarity. B. Timetable - Coordinate with Owner, General Contractor, and AV Consultant to schedule Final Tests and Adjustments after submittal of Initial Tests and Adjustments data. C. System and Site Conditions — AV Consultant will witness Final Tests and Adjustments. Have systems fully functional and ready for observation and testing upon AV Consultant's arrival. Coordinate with all trades for quiet conditions throughout the listening areas and for the duration of the test schedule. If upon AV Consultant's arrival, systems do not meet criteria, site is not sufficiently quiet, or if Owner or AV Consultant is required to make additional trips to job site to witness additional testing or perform additional reviews of installed equipment, Contractor shall reimburse Owner for labor and expenses incurred by having incurred costs deducted from payments to contractor. D. Test Labor - Provide technician familiar with this project's AV systems and operation of test equipment to perform testing. Provide additional technician to assist in the tests and to perform troubleshooting, repairs, and adjustments. Include labor for these technicians to be present for one (1), eight (8)-hour day during Final Tests and Adjustments. E. Tools - Provide standard hand tools including screwdrivers, pliers, wire strippers, nut drivers, soldering iron, and other tools appropriate for troubleshooting system problems. F. Ladders and Scaffolds - Provide ladders and scaffolds to inspectladjust loudspeakers and rigging points. G. Verification of Initial Tests and Adjustments - Verify that Initial Tests and Adjustments have been performed and meet criteria. During Final Tests and Adjustments, AV Consultant may require portions of the Initial Tests and Adjustments to be repeated. Repeat measurements as requested without claim for additional payment. 1.6. FINAL ACCEPTANCE BY OWNER A. Certificate — Submit Certificate of Final Acceptance form signed by Owner verifying complete installation and proper operation of systems upon fulfllment of all requirements and upon recommendation by Owner. B. General Adjustments — Adjust, balance, and align equipment for optimum quality, meeting manufacturers published specifications. C. InputlOutput Jack Demonstration — Demonstrate proper performance and phase of each system input and output jack (all audio input and output jacks) as received at AV and network systems. D. Inventory — Inventory all installed and portable equipment for correct quantities. E. Functional Demonstration — Demonstrate operation of each function of each major piece of equipment. F. Other Tests - Perform any other tests on any part of the AV system as requested by Owner. G. Final Equipment Settings — Record final settings of all equalizer bands, tone controls, filters, delays, liiniters, etc., including those established through computer software settings. Include descriptions of settings (including software settings) in Operation and Maintenance Manual. Include software copy of configuration file(s) in Operation and Maintenance Manual. 03871518 AUDIOVISUAL SYSTEMS 27 41 16 - 20 06/30/2023 CCR 020R City of Lubbock Police Headauar H. Security Inspection - lnspect equipment for security from tampering (covers, shaft-locks, etc.). Review of Labels - Review installed labels on cables, equipment, controls, and terminal strips. 1.7. OWNER TRAINING A. Provide Owner training as described in General Conditions. As a minimum, provide twelve (12) hours instruction (within four (4) trips to site) regarding AV Systems operation to Owner- designated personnel. Schedule instruction time(s) with Owner to occur after completion of Final Tests and Adjustments. Coordinate with Owner in advance to schedule instruction time. Document date, time, and attendees of the training session and include documentation in Operation and Maintenance Manuals to serve as record of trained personnel. 1.8. SUPPORT DURING OWNER'S F1RST USE OF COMPLETED SYSTEM A. Provide personnel familiar with design, installation, and operation of each system to be present at Owner's iirst use of each completed system (up to six (6) hours total in two sessions). During first use of each system, respond to Owner requests for troubleshooting, adjustments, and additional training. If no one contractor employee or representative can provide expertise in all aspects of the system, provide multiple personnel for the six (6) hours per session as required. Schedule presence of personnel in advance with Owner. Should significant elements of the new system be operational prior to final completion, Owner may elect to schedule contractor presence for Owner function prior to final completion of system. Should Owner exercise this option, contractor presence will not be required at first use following final completion. END OF SECTION 03871518 AUDIOVISUAL SYSTEMS 27 41 16 - 21 06/30/2023 CCR 020R � �� � ���'•. � � � ��Vi� Z i � ��;�' � x_ �A s�a�enbpeaH aai�od � � ��' �� !`s � `o_ sy � � S O U � BSS:�� LL � � ��aa�� ��o Z __�.". aac� H 3 �� � ° � � � C4b �Y � s � _�� ��� �� a ��� � � � � ��5 $-a �s � $ � ��� ��a � �� s �-�.� � ;�� �q= �� � � �� ��� ;�����#�� �� ��� g��� �� � � �� ��5 �a���§+°�� �� � �r��� ���'--_�Y �i� s g o� r�`3a �_,xg�a�a �, � ���' ��4� c� a� � �a �� �FY� 44�E&��� �� s`� � . s:�� r� 3_ - - - - o00 0 00 a � . ,p i . �.. . c�i��f..i t [; c ._:a �' i h [ . . U' �e. � � . � � •.. d - ; � � .� � .� ('1 N t-F1 1 I � � � y_. �� , � ;i I: .� =r .� � � � - � ���... `'i — . ` ^" —i , — . � � ` q a� � i �` �. � o� - _� -- � n� � ; � � � 4 � � � � � � a� � ,� . .. ,� � n .�,--- � , .� q .� °s w__ �' ; o� ao ... � '� -- ;: Q. �. . . . f__. . ' � a �a ' O, � "` i i; ... �� . ; � �. •� � rF $ i - -; � Q -� ; �4 �--_.�-- � �I ' ' 3.. ._ �._.��::�. e; . .�..a - �, � � i � �tln�' `i �.,1'y` i � ! .YL ��mS: .t U' A s�a�enbpeaH a�i�od � `� �� � s€ =� �€ � O 6 O Q � p u M $3.P S 3: § �Ji. 7 !' �a��� � z�� � Z' _�a��� ri-ac°> F- ��� . @ � a � �: � B F � � �3� S; � ' @ �2� � � a � � �� f� ! k 'gi j3a �� � � � ��8� �§� � � � � i� �� g �� r j�� 3�i �� ° q fs sp& ��4 a"�ya �� � �� �� �s ?� � ��a ���� �d % � 3� ���� 5si��YY� �3 ` �� �� �� as � 3 a 3 ? E� �•�3° ;� �q� y� � �� p � 3' ? �i � ���€ �� � $ '� �2� ��=y5��# 3H �� �� � �P a� i ����' �� � r� �$ � A��E =p?�$�FE =i �� q�� k� $�� ��c ! � r Y=�� ;� a� � �x �� a:�� �: �r E� - ' � ' 000 O 00- �� i ��� ° ��� �� 3 t � i �Y ` �° 3��. i ��� 5 �; a� :E_ �� � � � ���j � � �F �Y f =8; € �g��g €� 's a��� x° 3 $! � t ��Rs 9 a�3d �� i e 33 a Raat a�� O �O 0 � i � ' T.��-�-..-_ :�r Q - .4� i ` � �� + + .�; ' � � ,� �6 ; P � O . _....,_„�,�,: 5 � �_ - _ __ — _- l i °A � � � ` � .�� . . �a� :� }� p^7�0' > , ' "'—.�3-... � � � � � I � � I 1,� I � I I ,.I i i = - ' �._._.r�� 3� .= r l j. o _ . o� : `'� � l i- ;. � t 1 I a� °� �: f i Q,�� �� � -� � H �� ��' I U�" �� �w> _-- ! n0 p . -- � °� � e �� �°� ,� � �: � � a�> �°� � � � 06 �� gO Q6 ^0� /I � � � 1 �� Ei �� � � � �6 � �6 � � �Ro � �� � k j - O ����� �� ����0' ' '. -.�.��. '' w �� 4� �� . ..r � � —q, N =a � ♦ ♦ � • H < N — , • ; � i � '� °' � � � �; � i ,p - y-_ � a., a . - __ ; � . � . p` f ai"". .i� W �. -: — � � � � �p�• � � (1�i7�..g1 ��'' � � �an N4 '� ��y 1 F� '? �: � � � U paF O W W � O ~ LL Q JZ? F" � i'i�?=i � � � � � g � J c.i a � � W c H � G Z 0 V W Z J w Z O J Q � � O G � a � W � W 0 W � � H :i � � � �a � Z J Q � � C � Q �� a �a r��o 4��� � ��� ���� �� ��� �;�� =a �-�,W� ���� �� d�� ����� �g �� g�o8e � ��d f���� ag O P� � �l '_ � 's g;� ge i=_ b � g ��E �$ �X g � � �€ jA s�a}�enbpeaH aai�od � �� �� � ; g �� �� �� �� �� 00 9i �� �� ��� �� fY�i g� ff � � � � � � � � � a � �' � �N �� m� o� �� �� g� �� �g��=� s � W o���� g uWb'€ T8 �� ��g��W ����; 3F =_g ��c,. �"��"��E�� � ��g �� � $�� ����s„" "��` �3� A � � "�� � �m4 ��oX'� ���3��YY ��SGa �� � Y�� yw�Z��q E�3�Y���S ��g�°�b ��`�u� � ��� $���€ �8����e`�-�gR ��g��� ff��� f�� $ a� � g4� �-m�� �`� 5f o $��� sa���� �W���`� � #�� � $H '� � H�s ��'���� ����g���� ������ �;'3� _� � W O 2 J ¢ 2 w � J Q � � O G � Q � � 7 � � � �� � ��, �g �� �� � Y � � � � �� � � a� S� �� 3'�� s 7 3� a �i ��� s> ��� � o = � � �� �� � � �n �_ �� s;�a � � � a . € m� � W §� �� 3�� �Aj� � ; �0 �� Sg N �F 3 �i� �Q �j �zS� Y� , g� �� � �� � �W� 3� j� ���� � �� �� � 8� �� �'�� � Y� � $¢ �€ �g„" W��� � mo m� � o� �� LL.e ��o g gm� og �2� 3��§ � o Yg� � �� �"� Q 98 � �Y� ��� g� �W��b g;� S;� p�?��� �� 3� �� ���oy � oS �o� g��`-„��bg �� �Y� '� ��ff�� � �� ��� ������� �W �§� � �- �� ���k'$�W� g S g� s���� s� ��� Yz ; �z �g g ; ;� '��� �s�Y��; � �3�: 4� �b��C �� ��� � ��3 �<�W�� $�i 5'�3 ; �:> � � � ��s ff �� ����� G� ��� � �IC�� ����3�� ��� ��� ����� �� ,W� � : : � � ��� � g�� m � 4 � � ' ` � �? �? �: �? �< �? � � g . � mffb ��� a�� � b z` � � � �p� ��� � < � � g�� '9w ��w ��S � W� � � �� _ � ; s ; �� s s w s� � � � � � o � � �� � - a � € � z � z� � � < � € �� a ' � � � � ` � � a� � "s �� � � ' a � a� � ; G � � � Y Y `Y � S S 8 ° � S �� g W@ W@ � WgS� S Sj S x � ; � � ��" d � S S Y g � �� 3� 3� $ 3LL� � d w � � � � : 3 S 3 3 � 3 u �:� �� �� �� � � g � !Y � N � � � �i � N N N N � N � � J. � � � A A et .t h A �� �� �� �� � ��� b � b � � �� a a �� � � � � � � � '���z � � � � 3 3 3 � � � �F p� �< a< �� �� �� LL � � � - � � � � :a g �t �t 7 � 7 b S 3 � � _ �� � � � „ b �� g� 7 � � � a ��� y �� �� �� � n 3 �� < a y ��Y � � �5 3 3 i z i i � 3 y � 3 2 2 Z � ' i �' 3 i 3 3 J � t��$ � � � � � � - `s s a � s s s `s s i s s a a � � �� °4,��� s � � � � ; Q a � � a a ; � a s � ; � ; s ; .� � �$��� - - � � _� g �€��_ - - - - -�; -�; - - - �� - - - -s o e e e e e e e e a e �� �� �m S� �� °s � $ �� 3�� � g �� '� ;� �� 3�� �� �� �� �a ;�� ��� � _� � �� 3 o� �� " g i i n , $ �n :� � "r �:€ � o a� o e� e c� �, 4> �� 4 4�� � 4 4 4��� 4 4 4 uoov oxrna rnr � �E.:�� ��a3ai _��� � ��� � ��4Z��� � �������€��r�� ��� ������ � s"'3 �3 ogd�d�������a <��LLB�������� gr z�t�y�Y'Y��iq{ '�3c���d�000�8 $F�^�aaR���s .. �����:..<S W n � w� W ��L o ��� m �� � � N z J � V a � � w � a � 4 O m � p � J � v a � � — � ■� _ �"°"``'., � � B�vl�� g1 L ��'_."� � � .t �om �' U' �p s�a}�enbpeaH aoi�od � � a; �. � �6 =� �5 � ' F v g; � o > � � �3a�� IJLQ, f! � a€�" y � � ^%3�i ��? � - � - - _� � T� ��._�.__. �.-i--�--�-�--i ._._.i._._.�._._._ � ' -i- � '���'� --- � - - : i � �f f � � � - I'� �i� � � _��� - . , �, .�� ;; � t ; _ _.� � �_ ,...�,�.�.:�ry � , �,���. � � �. �.� � - - � - ; , c� � � :��� �� : _ � 8 � : � , , � �-� � ��� ;T = _ �k�,. �}uL�_-_ . - - -� � � . -_.._.J1t�Lu w � � . e II � ,�� ' � - '� i� . —� — — i �. ;�. � I, � —� e . j ; :L�� l.'= � ,.� �...... ., ` - - e ,�,��.. T--i �G •i. .!_�_.1 i ;I', . � i 4 � : i �� i� � �,�a�. . �, {�i �°_ ;� ,� b i . � i j� � �_�y�,L. B_I __ y� _'_'_'_'_' fl_� '__. �_ ' Ia +I � ' � �� I�: I ��3 ' O�I�� � -'F3 c ��f _I l�i � •�a.r� _... • i II o 3 P� Ij ,i!� EI � �a o ���-. �"���� ::-� F__ �9 ;IC � � ,, �, � . � _. �{ -- — ; ;; , �y= , =—�� �+ � y � ��.. �C • I;� � I � I'1 � I � .. -�— -L _�. _ .8 - . .. .— —�i . : � ' ,a --'�—=__7 i � 1 3. i r�-:� � ll�. � � `',��"`- C�%�__ e , .0 �-n I ' •' "I � t? � � I � � � . � � T��� � � ;�I,I �tt �� � `,'-.� i i � ,o . .� i ,p ' i I= , N� � ,I'I � � I i I ` 4� � -{ -4--�-: �--G. - k-� --. . �r1--� -- { �-'�-^ -- � �- I� i��� I ��� I I I I �� w� i � `T � `_O 1�� 1 �,_--_� _ _ f i� � � � � I I -'-� I �i> — — --- ' �� I I-� i II "'� �g' � � f' -� ! I I � I . '_ � � '—;— --.._._ T ! •� ��r�� i 'io I ;�� � �� I I I �Ti ;�_ } I I :u. .,--�•_r: . I I I I I I I I I I I I I I I I I I I I I I I I I i i i i i — � ■� � i � �p� a��'�i `� �to' � - .., �° � o� a s�a�enbpeaH a�i�od � � �� � 9€ =� �: � �3;�� ���ai � � � ° � M LL a y � ��� Q LL �a? F� 4 C a� o a� o �_ � ;i= -' -' yI=L _ -. l'i � 11 _ r �. 4.�1_ I� .. -��;(� ; -. 3u l �� o! _.. ' , � _ ���! ;, , ,hY�� � �!. '� -- � 4 '��,�a �� �a�.._., -_ . r� � ' s.� � . , ��Q � i cs� ' � �;� i . , ,�n � �.� � _ ;;� —;-- � � �.. ,� � �� � �r= , �- -,: !,, �a � �. �� -11 :.�:I. � ... ��PJ �'' . � � t��. �I '_ _ I �FL� �.�. �.I '�•..� I 1 � � ��, I��' ._ � _ . � �� ''� '� I I � 4 � � �� _ _� _ :� � ! �! � � .r� ,E; �i n� � Q�] ' � I� '�:� �, � .. ���� � � � � � -.._. . -^-� '�.n., ,..��, iJ �-�f �.r� ,,..,� �� _ ,l,p� � �. I , ,,-� �.�. . - - - �,� j;�� � «, � . _, �� �, � �- � �l; _ � � ; . �o � ; � `�_. � u � nx; i j�. �p���i n �, 3 �,�, � ;A; ji , , ��(1 ��`� II .-�=1,P I i 3� � � � �� � �?°'°"�'' � a��;�:8j � ��' : ! ;�' .�.� � O -A s�a}�enbpeaH aai�od � g� �� ii iu `� !c f a� g Q � U �3 Wap� M 9�� UU' LLyQ � ��; LL J R' R' Q ' R'VF? � � S � $ s g N � o g z o W � x 3 � ---- � =. �. � � ;;�-� f� I � a ea � aee — il� � i� � ;��.�1� li'r ! -- �� .v[1_.__ v _. II `�I3� � :� °��I � �� I' r� r jl I ' III�Y. _. � �L_.� ��H-1( I i -�-� _ �� I _ � I _� � —. ..�,� ��.,:I I __-T�'T'l _ =� I} ' �y'��'i; i� � ~ I�i.{Y pi_+ �U� � . 1-�-�-' F'`i . ':J_��i j, ' �1 :�b' �� �� ��• . � i :: , -� I � � i •�' 1 � ` _ . (1 - ,�� �- - � g � ��-�� � y �.� . --- --- �� �[��iQ � -��, � � � � ; � � 1 �11 �i -,� - f�'' � . # � �-. �.. • � �,;;Il ,: , � � ;l _.. , � '� , �� r II I _ l: _ . .._. I :T� t r T .. I� �S' i F. � ,� i `I�TT�Y� - .''z — 4' �IJ�` -- ���f . ` �' T'+ � V �° ° �' I `�`��' ��� _ ' _l. . . . : � ` � � � �•_� . , �D' , � } � �' � �Ib���� . � 1 � '� � I: �' ���d� �;'t1 i • i — Zy �� � � i a1V��' 1 i ' ` �C' � � �4A. bnm . U= 5° A s�a�enbpeaH a�i�od „ �i s� �� � i� '� �5 � Q � � W (n Q � �@ � � J Q W M =8�i 2 W } Q - • oov� H � a � a � � e � E`�ae" � �� e � a �� � �� ° 3 �� � o� a �„ F z � � �� 4 3 �� � �� �----- ------------ ----------------- 3 � o� ,g,g i E �� �� i i � s9 $ i .� � � � � � i � �� d Q i '__ Q'__"_________'____ ' _""_"_ N i E � � Y �� � W i � d ' V i � � W � � � � W LL i i Z � c°� � i� `-°� aRa a§ ' � � ' � w ��� �€aa a ��g ��� 8 Y � � � �9� is � �� � � �� i "s 5 � � i m d i � d i � � C7 � � a i �i� i 0 � � �J w � <� �� � �� z � . . — '------ ----- `--'-----------�- - --- '� J W xi �� 4j u� Z �` 8 : � � r �� �� �v �g� ��� � ._ �� _ -------- ----------------------- - � � r---- ---------� b 5�� � I�o� a � � �o� � � � 4 g a� 3 � � �� � �� c �g� � � a ��� . . . � ��. � a s , � � 3 �� � � , � �� � ��� � �'� � 6� � �� € �$ - �� � � � � �y` � - +f�J ---- -- -------------------' w3u � LL (: a z c u. s � � FQ- � LL� d C E � a c � a ��� d { � a c � 4 � � w � Y � � Z C7 ¢ a � � Q 0 w z w� Z= 04 N ff` �e � € � �� � � �� � � C �� �� �i� ':�! a( N 7: � e�l i a,�';_ � � � �4 ,` � U �p saa}�enbpeaH a�i�od ,�; � 3 ¢� [ 1� 9� �� � Q �� N ���g� Z N � O �dW M ����� ZW> Q �__.. Oc�n F ���� � � i i � �� �L �a �'----- ��a �' � �� � ��� ��a �<G � ��� � n � S`- �3� � a � �s a� r � �` N � 9g � � sn � Z � �� W K _'_ ____________"__"_ _ _""___' W � LL F � Z � �� � V ----- : � Z i i Q � a � � � � � v 'a - a . . � W i i > i y �� � � � �sa� �; ; � � � x� s a �'�€ ��� xp�n ! ' cw7 ��"� � Z � <� g , a , z � � � � � � � � � V' � 3 4 4 O � � Q � V i � � , 1 '� L� g ` ¢ �' 9 4 3� W � � a� � � �3 � � i � ��$ . �----- ------------- --- Z � o �'----- �t�_4_________ N� Z �g� ��� � � � � ��W � � �. _ o g ��� � � r � � � 4 � � ' � �W3?E II �� � �� � �� � �„� L N � Y j '�e � a f 3 a 0 N w U Z W � W LL Z O U O w � i � � Q O w z J W Z' Oy �� N 3 x f- � O h � N LL � � 'a � z O a � Y O 3 � F� � �� �� W3 s _"_"'____ _ __'______ .� t {W � �� . � o 0 - ' � � o � 3 S 3 � (,a') � �g � � n x� � W .� Z � � � � �75� � 9i a �i � W �i Z J `y �! W _i ------------------ O�� � �� � Lee Lewis Construction, Inc. Lee Lewis Construction Inc. - HQ 7810 Orlando Avenue Lubbock, Texas 79423 Phone: 806-797-8400 Fax: +1.806.797.1034 Project: AA-2148 - Lubbock Police Headquarters 1401 15th Street Lubbock,Texas 79401 Prime Contract Change Order #20R-B: CCR#20R - B TO: CITY OF LUBBOCK FROM: Lee Lewis Construction - HQ City of Lubbock 1314 Avenue 4th Floor 7810 Orlando Ave LUBBOCK, Texas 79457 Lubbock , Texas 79423 DATE CREATED: 10/03/2023 CREATED BY: David Clower (Lee Lewis Construction - HQ) CONTRACT STATUS: Pending - In Review REVISION: 0 REQUEST RECEIVED FROM: DESIGNATED REVIEWER: DUE DATE: INVOICED DATE: REFERENCE: PAID IN FULL: ACCOUNTING METHOD: SIGNED CHANGE ORDER RECEIVED DATE: FIELD CHANGE: 10/03/2023 No Amount Based No LOCATION: REVIEWED BY: REVIEW DATE: PAID DATE: CHANGE REASON: EXECUTED: SCHEDULE IMPACT: REVISED SUBSTANTIAL COMPLETION DATE: CONTRACT FOR: TOTAL AMOUNT: Design Development No 77 days 1:Lubbock Police Headquarters Prime Contract $7,790.91 DESCRIPTION: CCR#20R - B This includes labor and material to complete the AV portion of CCR#20R. Material lead time is 6 weeks and installation time is 5 weeks. Note: This price does not necessarily include all items listed in this CO, but revised after datacom review and deletions in 340 and 356. Refer to itemized quote for all included. ATTACHMENTS: # Budget Code � 16-740.2 VOICE AND DATA SYSTEMS.SUBCONTRACTOR CCR#20R - AV The original (Contract Sum) Net change by previously authorized Change Orders The contract sum prior to this Change Order was The contract sum would be changed by this Change Order in the amount of The new contract sum including this Change Order will be The contract time will be increased by this Change Order by 77 days. PCCO #20R-B Description Amount $7,790.91 Grand Total: $7,790.91 $15,800,000.00 $0.00 $15,800,000.00 $7,790.91 $15,807,790.91 Lee Lewis Construction Inc. - HQ Page 1 of 2 Printed On: 11/8/2023 07:18 AM AudioVisual Solutions Proposal For City of Lubbock PRI0128120 - City of Lubbock RFP 21-15789-TF_Polic wi.�. -.. .� , � /\N /\VI'�� ,.. � .,.......>NV 2701 E. State Highway 121 Suite 800 Lewisville, TX 75056 (972)243-4422 Fax:(972)243-5450 www.avispl.com Prepared By: B�ake Overton blake.overton@avispl.com Proposal No: 389458-1, CR-011 "' `" I'iopu5dl II: SYSJ4�i5 1, I.K�Ull / Jub R: ��/I Ll�lU�S�L \ _ Investment Summary Prepared For: Placeholder Contact - PRI0128120 City of Lubbock Prepared By: Blake Overton Date Prepared:l0/03/2023 Proposa) #: 389458-1, CR-011 Valid Until: 12/03/2023 Total Equipment Cost Includes cable, connectors, hardware, switches, relays, terminal blocks, panels, etc., to ensure complete and operational system Professionai Integration Services Includes engineering, project management, CAD, on-site installation and wiring, coordination and supervision, testing, checkout, owner training, etc. performed on the Owner's premises. Also includes all fabrication, modification, assembly, rack wiring, programming, warranties, etc., some performed at AVI-SPL �irect Costs Includes non equipment or labor costs, such as travel expenses, per diem, lift and vehicle rentals General & Administrative Includes all G& A expenses: vehicle mileage, shipping and insurance, as applicable Subtotal Tax Total * ANY and all applicable taxes will be included upon invoicing Due to global semiconductor ("chip") shortages and supply chain disruptions pricing quoted in this proposal may change. Installation schedules are subject to current (daily) product availability and may be delayed or postponed. Signed Printed Date ($9,195.49) rso�—,-��^�_�r $16,986.40 $0.00 �$583:'1� $30,093.80 .00 $ ,093.80 $7,790.91 This Entire Document and all information (including drawings, specifications and designs) presented by SKC Communication Products, LLC (a wholly-owned subsidiary of AVI-SPL LLC) ("SKC") is the property of SKC or its affiliate. Proprietary information provided to potential customers, clients or agents is for the sole purpose of demonstrating solutions delivery capabilities and shall be held in confidence. These materials may not be copied, distributed or disclosed in any way without the sole written permission of an authorized representative of SKC. �O Copyright SKC Communication Products, LLC. All Rights Reserved ���� '� `"�" YfO�O;aI ff: 32S94�b 1, l.l<-Ull / JOn 8: »/I-Ll lU2SbL Professional Inte�ration Services Date Issued Change Discription 4/5/2022 SI-005 Updated drawings & Equipment List Hours Type Cost/HR Total Engineering CAD Sub proposed Substitutions Crestron Substitutions Substitutio ed 10/S/2022 Substitutions approved 10/2 Changed system designs with approved su Change Order Preparation 14.00 Engineering 16.00 Engineering 15.00 Engineering . ineering 5.00 CAD 15.00 PM $145.20 $2,032.80 $145.20 $2,323.20 $145.20 $2,178.00 $145.20 $1,161.60 0 $450.00 $110.00 $1,6 . 5/11/2023 CCR-020 Changed Small & Medium Conf Room designs 9.00 Engineering $145.20 $1,306.80 Changed Large Admin Conf Room design 10.00 Engineering $145.20 $1,452.00 Changed Multi Use Room 219 design 10.00 Engineering $145.20 $1,452.00 Changed Community Engagement Room design 10.00 Engineering $145.20 $1,452.00 Changed Comm Training 356 design 10.00 Engineering $145.20 $1,452.00 Changed all presentation & VC system design 22.00 Engineering $145.20 $3,194.40 Should already be Commisioning cost in project 12.00 CAD $90.00 $1,080.00 7/11/2023 51-011 Changed Comm Training 356 design 2.00 Engineering $145.20 $290.40 Changed RTCC 340 design 4.00 Engineering $145.20 $580.80 4.00 CAD $90.00 $360.00 7/27/2023 CCR-020R Changed Comm Training 356 1.00 Engineering $145.20 $145.20 Changed speaker specifications 4.00 Engineering $145.20 $580.80 Changed equipment specs 5.00 Engineering $145.20 $726.00 Changed RTCC design 6.00 Engineering $145.20 $871.20 Changed room layout 4.00 Engineering $145.20 $580.80 Changed microphone systems 1.00 Engineering $145.20 $145.20 Changed amplifiers 1.00 Engineering $145.20 $145.20 Changed Fitness Room 8.00 Installation $90.20 $721.60 5.00 CAD $90.00 $450.00 � ;s����.g-f��s+R�s.s .�. }r.69�A�M1 $��x9:9B t�� Total $3��12.88- $16,986.40 Services Summary This Entire Document and ali information (including drewings, specifications and designs) presented by SKC Communication Products, LLC (a wholly-owned subsidiary of AVI-SPL LLC) ("SKC") is the property of SKC or its affiliate. Proprietary information provided to potential customers, clients or agents is for the sole purpose of demonstrating solutions delivery capabilities and shall be held in confidence. These materials may not be copied, distributed or disclosed in any way without the sole written permission of an authorized representative of SKC. OO Copyright SKC Communication Products, LLC. Ali Rights Reserved �.,. ._ .___ Propos�l N: �byd�ii-1, C K-011 / Job 4t: 5�511 1 I. :10�`�bZ Room Summary - Digital Signage Equipment List Mfg Model Description Qty Unit Price Extended Price Included in Ori¢inal Saec PANASONIC PANTH55CQ2U **LCD, 55" 4K/UHD 400NIT 34L8 LED 4000:1C 4 OFE OFE ATSC/NTSC/QAM SPKS (Owner Furnished Equipment) PEERLESS PEESF660 MOUNT, UNIVERSAL FLAT FOR 32" - 63" SCREENS 4 OFE OFE INDUSTRIES, INC. (Owner Furnished Equipment) ADDEO IN CCR #20 PANASONIC PANTH865Q1W LCD, 86" 4K/UHD 400NIT 111LB LED 2000:1 1 $8,813.52 $8,813.52 CONTRAST 24/7 IPS PEERLESS PEEST680P MOUNT, UNIVERSAL TILT FOR 61"-102" FLAT 1 $171.33 $171.33 INDUSTRIES, INC. PANELS - BLACK ADDED IN SI-005 PANASONIC PANTHSSCQE2U LCO, 55" 4K/UHD 500NIT 39LBS LED 1200:1 1 $1,216.37 $1,21637 CONTRAST PEERLESS PEESF660 MOUNT, UNIVERSAL FLAT FOR 32" - 63" SCREENS 1 $86.51 $86.51 INDUSTRIES, INC. Subtotal $10,287.73 Room Support and Maintenance Warranty; 3-months $0.00 This Entire Document and all information (including drawings, specifications and designs) presented by SKC Communication Products, LLC (a wholly-owned subsidiary of AVI-SPL LLC) ("SKC") is the property of SKC or its affiliate. Proprietary information provided to potential customers, clients or agents is for the sole purpose of demonstreting solutions delivery capabilities and shall be held in confidence. These materials may not be copied, distributed or disclosed in any way without the sole written permission of an authorized representative of SKC. �O Copyright SKC Communication Products, LLC. All Rights Reserved �,"' "`"` I'fOp05�1 I�: i2i�4�2i� l, I.K�Ull / JUb !1: ��/I-Ll-lU�f,L \ _ Room Summary - Paging System Equipment List Mfg Model Description Qty Unit Price Extended Price Included in OriRinal Spec ATLAS/SOUNDOLI ATL4178WD BAFFLE, 8" ENCLOSURE WOOD SLOPED FRONT 2 OFE OFE ER (Owner Furnished Equipment) BOGEN BOGV35 35 WATT POWER VECTOR MOD AMP 1 $458.52 $458.52 COMMUNICATIO NS VALCOM, INC. VALV2001A CONTROL UNIT, ONE-ZONE PAGE (ENHANCED) 1 OFE OFE (Owner Furnished Equipment) VALCOM, INC. VALV9989 REPEATER, MULTI-MESSAGER USB DEICE 1 OFE OFE (Owner Furnished Equipment) Credits to Chan�es Requested BOGEN BOGV100 AMPLIFIER, 100W POWER VECTOR MODULAR -1 $515.47 ($515.47) COMMUNICATIO INPUT NS Restocking Fee Restocking Fee for Bogen amplifier already 1 $77.32 $77.32 procured Subtotal $20.37 Room Support and Maintenance Warranty; 3-months $0.00 This Entire Document and all information (including drawings, specifications and designs) presented by SKC Communication Products, LLC (a wholly-owned subsidiary of AVI-SPL LLC) ("SKC") is the property of SKC or its affiliate. Proprietary information provided to potential customers, clients or agents is for the sole purpose of demonstrating solutions delivery capabilities and shall be held in confidence. These materials may not be copied, distributed or disclosed in any way without the sole written permission of an authorized representative of SKC. OO Copyright SKC Communication Products, LLC. All Rights Reserved HVI il'L LLI. I'IU�JUS�II N: 3���{5��1, �.Ii Ull � JUU F�: �.'.>/I ZI-1(1�VL Room Summary - Computer Aided Dispatch Equipment List Mfg Model Description Qty Unit Price Extended Price Included in OriRinal Spec PANASONIC PANTH55SQ1W **LCD, 55" 4K/UHD 500NIT 57LBS 1100:1 3 OFE OFE CONTRAST LED (Owner Furnished Equipment) PEERLESS PEESF660P MOUNT, SMART FOR 39"-80" SCREEN W/PHILIP 3 OFE OFE INDUSTRIES, INC. SCREWS - (BLACK) (Owner Furnished Equipment) Wolfvision Saec Add LIBERTY WIRE LIBDLHD1X4H2 DISTRIBUTION AMPLIFIER, 1:4 HDBT 18G 1 $936.97 $936.97 AND CABLE Ori�inal Spec Credit CRESTRON CREDMRMC4K100CiGB WALL PLATE 4K DigitalMedia 8G+ RECEIVER, 1- -3 $359.10 ($1,077.30) T GANG - BLK TEXT CRESTRON CREDMDA44KC SPLITTER, 1:4 4K HDMI TO DM 8G+ & HOBASET -1 $1,385.10 ($1,385.10) CRESTRON CREPW2412WU POWER SUPPLY, 18W CRESTNET, DESKTOP, -1 535.91 ($35.91) 24VDC/1.25A US Subtotal ($1,561.34) Room Support and Maintenance Warranty; 3-months $0.00 This Entire Document and all information (including drawings, specifications and designs) presented by SKC Communication Products, LLC (a wholly-owned subsidiary of AVI-SPL LLC) ("SKC") is the property of SKC or its affiliate. Proprietary information provided to potential customers, clients or agents is for the sole purpose of demonstrating solutions delivery capabilities and shall be held in confidence. These materials may not be copied, distributed or disclosed in any way without the sole written permission of an authorized representative of SKC. �O Copyright SKC Communication Products, LLC. All Rights Reserved ""' "`"' I'fopu5:]I tt: i�J452S-1, C.K U11 / JuU !!: ��/I Ll lU��L Room Summary - Brief Conf 124 Equipment List Mfg Model Description Qty Unit Price Extended Price Included in OriQinal Saec PEERLESS PEESF660P MOUNT, SMART FOR 39"-80" SCREEN W/PHILIP 1 OfE OFE INDUSTRIES, INC. SCREWS - (BLACK) (Owner Furnished Equipment) PEERLESS PEESF680P MOUNT, UNIVERSAL FLAT FOR 61" TO 102" - 1 OFE OFE. INDUSTRIES, INC. PLAIN (Owner Furnished Equipment) PANASONIC PANTH86SQ1W LCD, 86" 4K/UHD 400NIT 111LB LED 2000:1 1 OFE OFE. CONTRAST 24/7 IPS (Owner Furnished Equipment) � EXTRON EXT60192702 CABLE CUBBY, 222 US 1 US AC OUTLET 12 1 OFE OFE ELECTRONICS BREAKER 20UTLET UNDER (Owner Furnished Equipment) EXTRON EXT7031511 MODULE, BLACK CONNECTOR - BLANK PLATE 1 OFE OFE ELECTRONICS (BLACK) (Owner Furnished Equipment) 1 EXTRON EXT7027001 PASS-THROUGH, CABLE CUBBY PA55 THROUGH 1 OFE OFE: ELECTRONICS (Owner Furnished Equipment) EXTRON EXT70104301 CABLE CUBBY, 202 AAP BRACKET, HOLOS TWO 1 OFE OFEi ELECTRONICS AAP'S (Owner Furnished Equipment) EXTRON EXT7026701 PASS THROUGH, CABLE CUBBY CABLE PASS- 1 OFE OFE ELECTRONICS THROUGH (Owner Furnished Equipment) EXTRON EXT70104480 TEMPLATE, INSTALLATION ROUTING TEMPLATE 1 OFE OFE ELECTRONICS FOR CABLE CUBBY 202 (Owner Furnished Equipment) EXTRON EXT60147313 TRANSMITTER, USB EXTENDER PLUS D T, DECORA 1 OFE OFE ELECTRONICS VERSION, WHITE (Owner Furnished Equipment) EXTRON EXT60147113 RECEIVER, USB EXTENDER PLUS, TWISTED PAIR - 1 OFE OFE ELECTRONICS UP TO 330' (Owner Furnished Equipment) ATLAS/SOUNDOLI ATLPA60G AMPLIFIER, 1 CHANNEL INPUT 60W, 70V & 100V 1 OFE OFE ER (Owner Furnished Equipment) TANNOY TANCVS86K **SPEAKER, 8" COAXIAL IN-CEILING 2 OFE OFE (Owner Furnished Equipment) WILLIAMS AV WILIRSYl INFRARED SYSTEM, SMALL AREA FOR ASSISTIVE 1 OFE OFE LISTENING (Owner Furnished Equipment) This Entire Document and all information (including drawings, specifications and designs) presented by SKC Communication Products, LLC (a wholly-owned subsidlary of AVI-SPl LLC) ("SKC") is the property of SKC or its affiliate. Proprietary information provided to potential customers, clients or agents is for the sole purpose of demonstrating solutions delivery capabilities and shall be held in confidence. These materials may not be copied, distributed or disclosed in any way without the sole written permission of an authorized representative of SKC. �O Copyright SKC Communication Products, LLC. All Rights Reserved "°' "''" Pru�u�al fF: j�J�3�ti-1, U{-�11 / Jub ft: �'� /I��11 l��(�L � Mfg Model Description Qty Unit Price Extended Price Wolfvision Saec Add NEWLINE NEWTT8621Q LCD, 86" 4K/UHD 400NIT 168LB SPK 4000:1 LED 1 $5,615.07 $5,615.07 INTERACTIVE, 20PT MULTI-TOUCH INC. � SENNHEISER SENTEAMCONNECTCEIL MICROPHONE, TEAMCONNECT CEILING 2, W/ 1 $3,945.21 $3,945.21 ELECTRONICS ING2WIT EXTENSION BRACKETS QSC QSCCORE110FV2 SYSTEM, UNIFIED SERIES CORE W/ 24 LOCAL I/O 1 $3,460.27 $3,460.27� CHANNELS, 1RU WOLFVISION WOL102030A1 PRESENTATION SYSTEM, CYNAP PRO, VERSION A 1 $7,808.22 $7,808.22� (HDMI) AVPRO EDGE AVPACCXWPHDMOBKT WALL PLATE, 70M BKT KIT W/ BIDIRECTIONAL 1 $546.58 $546.58; POWER, TM AND RECEI I AVPRO EDGE AVPACEX40444KIT HDR EXTENDER OVER CAT (IR, RS232, EDID, 2 $628.77 $1,257.54i SCALING) NIVEO NIVNGSME16T2HAV SWITCH, 16-PORT 61G W/fULL L2 MGMT, + 2 SFP 1 $1,489.04 $1,489.04 PROFESSIONAL OPEN SLOT,GB POE QSC QSCPTZ12X72 **CAMERA, PTZ 12X OPTICAL ZOOM 72 DEGREE 1 $3,123.29 $3,123.29 HORIZONTAL, 12V, GY � GLOBAL CACHE GLOIP2SLP CONVERTER, GLOBAL CACHE iTACH IP2SL W/ PoE 2 $160.96 $321.92 OPTION HALL RESEARCH HALUSB3EXT16 CABLE, 16' U56 3.0 Active Extension Cable 4 $47.93 $191.72 TECH LOGITECH LOG939001799 CABLE, 10M STRONG USB 3.1 1 $251.82 $251.82 Oriainal Saec Credit SMART SMASBIDMX286V2PW **SMART BOARD,86" 4K UHD, 173LBS, 350 NITS -1 $5,532.93 ($5,532.93) TECHNOIOGIES, W/IQ- WHITE INC. GSCO SYSTEMS CISCS-KITP60-K9 CODEC, ROOM KIT W/CODEC PLUS, P60 CAM -1 f $7,762.29 ($7,762.29) AND TOUCH 10 CISCO SYSTEMS CISCON-PZRN-CSKITP60 ZCARE PREMIERE, ONE YEAR, 24X7XNBD, ROOM -1 $1,071.34 ($1,071.34) KIT P60, CODEC PLUS SOUND CONTROL SOURC5P60KS DIGITAL CAMERA INTERGRATION KIT W/ RACK -1 $1,472.31 ($1,472.31) TECHNOLOGIE SHELF CRESTRON CREDMRMC4K100C1G8 WALL PLATE 4K DigitalMedia 8G+ RECEIVER, 1- -2 $359.10 ($718.20) T GANG - BLK TEXT CRESTRON CREDMTX4KZ100C1GBT TRANSMITTER, 4K DigitalMedia 8G+ 4K60 HDR -1 $513.00 ($513.00) WALLPLATE (BLACK) CRESTRON CREDMPS34K350C PRESENTATION SYSTEM, 3-SERIES 4K DIGITAL -1 $5,130.00 ($5,130.00) MEDIA 3 CRESTRON CREAM200 **PRESENTATION SYSTEM, AIRMEDIA 200 -1 $923.40 ($923.40) CRESTRON CRETS770WS TOUCH SCREEN, 7" TABLETOP, WHITE SMOOTH -1 $1,026.00 ($1,026.00) BIAMP SYSTEMS BIAPARLETCMIBLACK CEILING MICROPHONE, AVB, W/BUILT IN DSP FO -1 $862.92 ($862.92) BEAMTRACKING BLK BIAMP SYSTEMS BIATESIRAFORTEAVBVT TESIRA FORTE DSP I/O SERVER, 128 X 128 CH -1 52,158.92 ($2,158.92) AVB, AEC, VOIP This Entire Document and all information (including drewings, specifications and designs) presented by SKC Communication Products, LLC (a wholly-owned subsidiary of AVi•SPL LLC) ("SKC") is the property of SKC or its affiliate. Proprietary information provided to potential customers, clients or agents is for the sole purpose of demonstreting solutions delivery capabilities and shall be held in confidence. These materials may not be copied, distributed or disclosed in any way without the sole written permission of an authorized representative of SKC. �O Copyright SKC Communication Products, LLC. All Rights Reserved ,.". ,. ..... I'IU�UScII Fl: StSJ4�tS-1, 1.1C-V11 / JUU FI::�_>/I L I IV;iI,L Mfg Model Description Qty Unit Price Extended Price BIAMP SYSTEMS BIAPARLETCMIBLACK CEILING MICROPHONE, AV6, W/BUILT IN DSP FO -1 $862.92 ($862.92) BEAMTRACKING BLK Restocking Fee Restocking Fee for QSC Nano and Cards already 1 $400.00 $400.00 received Removed in CCR-020 MIDDLE ATLANTIC MIDRfR1628BR FURNITURE RACK, 16SP BLACK RAIN -1 $705.19 ($705.19) MIDDLE ATLANTIC MIDPDC915R6 POWER CONDITIONER, 9 OUTLET, 6 CONTROLLED -1 $155.52 ($155.52) 15A, 2 Restocking Fee Restocking Fee for Middle Atlantic already 1 $129.11 $129.11 procured Subtotal ($355.15) Room Support and Maintenance Warranty; 3-months $0.00 This Entire Docume�t and all information (including drawings, specifications and designs) presented by SKC Communication Products, LLC (a wholly-owned subsidiary of AVI-SPL LLC) ("SKC") is the property of SKC or its affiliate. Proprietary information provided to potential customers, clients or agents is for the sole purpose of demonstrating solutions delivery capabilities and shall be held in confidence. These materials may not be copied, distributed or disclosed in any way without the sole written permission of an authorized representative of SKC. OO Copyright SKC Communication Products, LLC. All Rights Reserved ,��� _�� � ��� �•iu��u�,t�i r�: �Sr.;:�y�o-�, �.n vi.i / niu+i. ��_,ii� ���.ivc�u� Room Summary - Multi Use 106 Equipment List Mfg Model Description Qty Unit Price Extended Price Included in Orisinal Spec DA-LITE SCREEN DAL35191L SCREEN, 90"X 160" TENSIONED ADVANTAGE 1 OFE OFE COMPANY ELECTROL - DA-MAT (Owner Furnished Equipment) EXTRON EXT60192702 CABLE CUBBY, 222 US 1 US AC OUTLET 12 1 OFE OFE ELECTRONICS BREAKER 20UTLET UNDER (Owner Furnished Equipment) EXTRON EXT7031511 MODULE, BLACK CONNECTOR - BLANK PLATE 1 OFE OFE ELECTRONICS (BLACK) (Owner Furnished Equipment) EXTRON EXT7027001 PASS-THROUGH, CABLE CUBBY PASS THROUGH 1 OFE OFE ELECTRONICS (Owner Furnished Equipment) EXTRON EXT70104301 CABLE CUBBY, 202 AAP BRACKET, HOLDS TWO 1 OFE OFE ELECTRONICS AAP'$ (Owner Furnished Equipment) EXTRON EXT7026701 PASS THROUGH, CABLE CUBBY CABLE PASS- 1 OFE OFE ELECTRONICS THROUGH (Owner furnished Equipment) CONTEMPORARY CON5114001 TUNER, HON TUNER W/UNIVERSAL RACK 1 OFE OFE RESEARCH COR MOUNT KIT (232-ATSC-4K) (Owner Furnished Equipment) WOLFVISION WOLVZ8NE0+ **WOLFVISION VZ-8NE0+ DESKTOP VISUALIZER 1 OFE OFE (Owner Furnished Equipment) SHURE SHUMX418C MICROPHONE, CONDENSER CARDIOID 18" 1 OFE OFE GOOSENECK AITACHED XlR (Owner Furnished Equipment) QSC QSCCX302V **AMPLIFIER, AUDIO 302V 1 OFE OFE (Owner Furnished Equipment) WILLIAMS AV WILIRSYI2 ASSITIVE LISTING SYSTEM, IR PLUS SECURE 1 OFE OFE (Owner Furnished Equipment) SHURE SHUQLXD12485JSOA BODYPACK AND VOCAL COMBO SYSTEM W/ 1 OFE OFE WL185 AND SM58 (Owner Furnished Equipment) SHURE SHUUA864US ANTENNA, WAIL/CEILING MOUNTABLE & 2 OFE OFE PAINTABLE (470-698 MHZ) (Owner Furnished Equipment) SHURE SHUUA850 CABLE, 50' UHF 2 OFE OFE (Owner Furnished Equipment) This Entire Document and all information (including drawings, specifications and designs) presented by SKC Communication Products, LLC (a wholly-owned subsidiary of AVI-SPL LLC) ("SKC") is the property of SKC or its affiliate. Proprietary information provided to potential customers, clients or agents is for the sole purpose of demonstrating solutions delivery capabilities and shall be held in confidence. These materials may not be copied, distributed or disclosed in any way without the sole written permission of an authorized representative of SKC. �O Copyright SKC Communication Products, LLC. All Rights Reserved "'"' "' "� I'IU�)uSJI !f: S�J4�i;�1, l.l(-Ull / JC1U 1C 75/I�Ll-1V:SUL Mfg Model Description Qty Unit Price Extended Price SHURE SHUUABIASTUS ADAPTER, IN-LINE 12V DC BIAS POWER OVER 2 OFE OFE COAXIL W/P523US (Owner Furnished Equipment) SHURE SHUUA221 SPLITTER, PASSIVE ANTENNA/COMBINER KIT 1 OFE OFE (Owner Furnished Equipment) MIDDLE ATLANTIC MIDUP52200RIP **UPS, RACKMOUNT 2200VA/1650W 2 SPACE 1 OFE OFE W/NIC **QUO (Owner Furnished Equipment) MIDDLE ATLANTIC MIDDWR3522 RACK, 355P/22D WALLRACK BLACK 1 OFE OFE (Owner Furnished Equipment) DRAPER SHADE & DRA300321 AEROLIFT 100, UL 120V 1 OFE OFE SCREEN (Owner Furnished Equipment) DRAPER SHADE & DRA300284 CEILING FINISH KIT (B) 1 OFE OFE SCREEN (Owner Furnished Equipment) ORAPER SHADE & DRA300454 MOUNT, MULTIPLE AXIS ADJUSTMENT FOR 1 OFE OFE SCREEN SL/SLX (WHITE) (Owner Furnished Equipment) DRAPER SHAOE & DRA121224 CONTROL, LOW VOLTAGE W/2 SWITCHES LVC-IV, 1 OFE OFE SCREEN 2 lVC-S, 110 V (Owner Furnished Equipment) Wolfvision Saec Add AVPRO EDGE AVPACCX42AUHD SWITCHING MATRIX, 4X2 HDMI & HDBASET 1 $806.85 $806.85 OUTPUT 18GP5 WOLFVISION WOL102030A1 PRESENTATION SYSTEM, CYNAP PRO, VERSION A 1 $7,808.22 $7,808.22 (HDMI) NIVEO NIVNGSME16T2HAV SWITCH, 16-PORT GIG W/FULL L2 MGMT, + 2 SFP 1 $1,489.04 $1,489.04 PROFESSIONAL OPEN SLOT,GB POE QSC QSCCORE110FV2 SYSTEM, UNIFIED SERIES CORE W/ 24 LOCAL I/O 1 $3,460.27 $3,460.27 CHANNELS, 1RU QSC QSCPTZ32X72 **CAMERA, PTZ 12X OPTICAL ZOOM 72 DEGREE 1 $3,123.29 $3,123.29 HORIZONTAL, 12V, GY LOGITECH LOG939001802 CABLE, 25M STRONG USB 3.1 1 $605.77 $605.77 EPSON AMERICA, EPSV11HA33920 PROIECTOR, WUXGA 8500L LASER (EB- 1 $7,650.00 $7,650.00 INC. PU1008W) EPSON AMERICA, EPSV12H004L08 LENS, 7.20-10.12 LONG fOR 1 $2,188.89 $2,188.89 INC. L1100U/L1200U/L1300U/L1405U RADIO DESIGN RDLRUADA8D DISTRIBUTION AMPLIFIER, 1 $520.74 $520.74 �BS BALANCED/UNBALANCED 2X8, iX16 •NEWPRODUCT RCI Custom Pressbox Custom Plate 8" x 8" Anodized 1 $333.33 $333.33 Aluminum 12 XLR I/0 GLOBAL CACHE GLOIP2SLP CONVERTER, GLOBAL CACHE iTACH IP2SL W/ PoE 1 $160.96 $160.96 OPTION SHURE SHUQLXD24SM58J50A WIRELESS SYSTEM W/HANDHELD SM58 1 $1,123.08 $1,123.08 MICROPHONE QSC QSCTSC101G3 CONTROLER, 10.1" TOUCH PANEL FOR IN-WALL 1 $2,377.50 $2,377.50 This Entire Document and all information (including drawings, specifications and designs) presented by SKC Communication Products, LLC (a wholly-owned subsidiary of AVI-SPL LLC) ("SKC") is the property of SKC or its affiliate. Proprietary information provided to potential customers, clients or agents is for the sole purpose of demonstrating solutions delivery capabilities and shall be held in confidence. These materials may not be copied, distributed or disclosed in any way without the sole written permission of an authorized representative of SKC. OO Copyright SKC Communication Products, LLC. All Rights Reserved ..-. �". ---- I'I U�JUSJI li: Si5'J9:Jt'i 1, L.It V L L/ JUU II: �� / I LL .LVriUL Mfg Model Description Qty Unit Price Extended Price MOUNT, BLACK QSC QSCTSC730TG3 TABLE TOP MOUNTING ACCESSORY FOR TSC-70- 1 $373.97 $373.97 G3 / TSC-101W-G3 Orieinal Saec Credit PANASONIC PANPTMZ770LU7 **PROIECTOR, WUXGA 8000 LUMEN 38L6 LASER -1 $6,925.87 ($6,925.87) 3M:1 CONTRAST WHITE PANASONIC PANETELW22 LENS, SHORT THROW FOR PT-EZ770/EZ580 -1 $2,493.24 ($2,493.24) SERIES PANASONIC PANAWHE4oHWP19 **CAMERA, 30X PTZ HDMI OUT, WHITE -1 $2,350.08 ($2,350.08) CISCO SYSTEMS CISCS-KITP60-K9 CODEC, ROOM KIT W/CODEC PLUS, P60 CAM -1 $7,762.29 ($7,762.29) AND TOUCH 10 CISCO SYSTEMS CISCON-PZRN-CSKITP60 ZCARE PREMIERE, ONE YEAR, 24X7XNBD, ROOM -1 $1,071.34 ($1,071.34) KIT P60, CODEC PLUS CRESTRON CREDMRMC4KZSCALER RECEIVER/CONTROLLER, DM 8G+4K604:4:4 HDR -1 $923.40 ($923.40) � W/SCALER CRESTRON CREDMTX4KZ100C1GBT TRANSMITTER, 4K DigitalMedia 8G+ 4K60 HDR -1 $513.00 ($513.00) WALLPLATE (BLACK) CRESTRON CREDMTX4KZ202C **TRANSMITTER, DIGITALMEDIA 8G+ 4K60 4:4:4 -1 $769.50 ($769.50) HDR, 20 CRESTRON CREDMPS34K350C PRESENTATION SYSTEM, 3-SERIES 4K DIGITAL -1 $5,130.00 ($5,130.00) MEDIA 3 CRESTRON CREAM200 **PRESENTATION SYSTEM, AIRMEDIA 200 -1 $923.40 ($923.40) BLACK MAGIC BLACONVMBSH4K6G MINI CONVERTER SDI TO HDMI 6G -1 $115.82 ($115.82) DESIGN USA BIAMP SYSTEMS BIATESIRASERVERIOAVB CHA$$IS, UP TO 48-CHAN OF I/O, 1 AVB-1 -1 $3,969.00 ($3,969.00) NETWORK/1 DSP CARD CRESTRON CREPR04 **CONTROL SYSTEM, 4-SERIES -1 $2,924.00 ($2,924.00) CRESTRON CRETS770W5 TOUCH SCREEN, 7" TABLETOP, WHITE SMOOTH -1 $1,026.00 ($1,026.00) CHIEF CHIRPA302 MOUNT, MODEL SPECIFIC "RPA" SERIES CEILING - -1 $137.89 ($137.89) BLACK CHIEF CHICMAl10 8" CEILING PLATE - BLACK -1 $42.48 ($42.48) CHIEF CHICM5009W FIXED EXTENSION COLUMN 9" - WHITE -1 $22.46 ($22.46) SHURE SHUQLXD12485J50A BODYPACK AND VOCAL COMBO SYSTEM W/ -1 $1,180.93 ($1,180.93) WL185 AND SM58 TANNOY TANCMS803DCBM SPEAKER, CMS 803DC BM (ORDER IN PAIRS) -8 $369.61 ($2,956.88) Podium Podium -1 $1,296.00 ($1,296.00) Restocking Fee Restocking fee for speakers, Shure, Chief, QSC 1 $1,745.40 $1,745.40 procured CCR-020 Adds 18L 1BLC67HCT SPEAKER, 6 1/2" NARROW COVERAGE PENDANT 8 $365.59 $2,924.72 BLK (ORDER IN PAIRS) Subtotal ($5,841.55) n...,.Y c..._._....a _._r we_:._a...�...�..., This Entire Document and all information (including drawings, specifications and designs) presented by SKC Communication Products, LLC (a wholly-owned subsidlary of AVt-SPL LLC) ("SKC") is the property of SKC or its affiliate. Proprietary information provided to potential customers, clients or agents is for the sole purpose of demonstrating solutions delivery capabilities and shall be held in confidence. These materials may not be copied, distributed or disclosed in any way without the sole written permission of an authorized representative of SKC. OO Copyright SKC Communication Products, LLC. All Rights Reserved AVI SPL LLC Nroposal t1: 3£iJ452i-1, CK-U11 � lob Jt: SS /I Zl �10�61 SKC Room Summary - Video Conf 204 Equipment List Mfg Model Description Qty Unit P�ice E�ttended Price Included in Orirtinal Spec i PEERLESS PEESF660P MOUNT, SMART FOR 39"-80" SCREEN W/PHILIP 1 OFE OFE INDUSTRIES, INC. SCREWS - (BLACK) (Owner Furnished Equipment) PANASONIC PANTH65SQ1W **LCD, 65" 4K/UHD 500NIT 80L6 1100:1 1 OFE OFE CONTRAST LCD (Owner Furnished Equipment) EXTRON EXT60192702 CABLE CUBBY, 222 US 1 US AC OUTLET 12 1 OFE OFE ELECTRONICS BREAKER 20UTLET UNDER (Owner Furnished Equipment) EXTRON EXT7031511 MODULE, BLACK CONNECTOR - BLANK PLATE 1 OFE OFE ELECTRONICS (BLACK) (Owner Furnished Equipment) EXTRON EXT7027001 PASS-THROUGH, CABLE CUBBY PA55 THROUGH 1 OFE OFE ELECTRONICS (Owner Furnished Equipment) � EXTRON EXT70304301 CABLE CUBBY, 202 AAP BRACKET, HOLDS TWO 1 OFE OFE ELECTRONICS AAP'S (Owner Furnished Equipment) EXTRON EXT7026701 PA55 THROUGH, CABLE CUBBY CABLE PASS- 1 OFE OfE ELECTRONICS THROUGH (Owner Furnished Equipment) WILLIAMS AV WILIRSYl INFRARED SYSTEM, SMALL AREA FOR ASSISTIVE 1 OFE OFE LISTENING (Owner furnished Equipment) Wolfvision Saec Add AVPRO EDGE AVPACCXWPHDMOBKT WALL PLATE, 70M BKT KIT W/ BIDIRECTIONAL 1 $546.58 $546.58 POWER, TM AND RECEI WOLFVISION WOL102030A1 PRESENTATION SYSTEM, CYNAP PRO, VERSION A 1 $7,808.22 $7,808.22 (H�MI) NIVEO NIVNRS6GP SWITCH, GIGABIT LAN SP POE SFP 1 $201.37 $201.37 PROFESSIONAL GLOBAL CACHE GLOIP2SLP CONVERTER, GLOBAL CACHE iTACH IP2SL W/ PoE 1 $160.96 $160.96 OPTION BIAMP SYSTEMS BIAPARLEVBC2500 VIDEO BAR, CONFERENCING 1 $1,712.33 $1,712.33 LOGITECH LOG939001802 CABLE, 25M STRONG USB 3.1 1 $605.77 $605.77 OriRinal Spec Credit CISCO SYSTEMS CISCS-KITP60-K9 CODEC, ROOM KIT W/CODEC PLUS, P60 CAM -1 $7,762.29 ($7,762.29) AND TOUCH 10 CISCO SYSTEMS CISCON-PZRN-CSKITP60 ZCARE PREMIERE, ONE YEAR, 24X7XNBD, ROOM -1 $1,071.34 ($1,071.34) KIT P60, CODEC PLUS This Entire Document and all information (including drawings, specifications and designs) presented by SKC Communication Products, LLC (a wholly-owned subsidiary of AVI-SPL LLC) ("SKC") is the property of SKC or its affiliate. Proprietary information provided to potential customers, clients or agents is for the sole purpose of demonstreting solutions delivery capabilities and shall be held in confidence. These materials may not be copied, distributed or disclosed in any way without the sole written permission of an authorized representative of SKC. �O Copyright SKC Communication Products, LLC. All Rights Reserved ��v� "�� ��` Nropo52�1 !�: SYSJ45ti-1, CK-011 / 1oi� 4i: S5%I-L1-lUfi6L Mfg Model Description Qty Unit Price Extended Price CISCO SYSTEMS CISCS-MIC-TABLE-E= MICROPHONE, CISCO TABLE MIC W/EUROBLOCK -1 $242.25 ($242.25) PLUG SPARE CISCO SYSTEMS CISCON-PZRN- ZCARE PREMIERE, ONE YEAR, 24X7XNBD, TABLE -1 $36.76 ($36.76) CSMICTMP MIC WITH JACK PLUG SOUND CONTROL SOURC5P60K5 DIGITAL CAMERA INTERGRATION KIT W/ RACK -1 $1,472.31 ($1,472.31) TECHNOLOGIE SHELF CRESTRON CREDMRMC4KZ100C RECEIVER/ROOM CONTROLLER, DM 8G+ 4K60 -1 $461.70 ($461.70) 4:4:4 HDR 100 CRESTRON CREDMTX4KZ100C1GBT TRANSMITTER, 4K OigitalMedia 8G+ 4K60 HDR -1 $513.00 ($513.00) WALLPLATE (BLACK) Removed in CCR-020 MIDDLE ATLANTIC MIDRFR36288R fURNITURE RACK, 16SP BLACK RAIN -1 $705.19 ($705.19) MIDDLE ATLANTIC MIDPDC915R6 POWER CONDITIONER, 9 OUTLET, 6 CONTRpLLED -1 $155.52 ($155.52) 15A, 2 Restocking Fee Restocking Fee for Middle Atlantic already 1 $129.11 $129.11 procured Subtotal ($1,256.02) Room Support and Maintenance Warranty; 3-months $0.00 This Entire Document and all information (including drawings, specifications and designs) presented by SKC Communication Products, LLC (a wholly-owned subsidiary of AVI-SPL LLC) ("SKC") is the property of SKC or its affiliate. Proprietary information provided to potential customers, clients or agents is for the sole purpose of demonstreting solutions delivery capabilities and shall be held in confidence. These materials may not be copied, distributed or disclosed in any way without the sole written permissio� of an authorized representative of SKC. �O Copyright SKC Communication Products, ILC. All Rights Reserved "v� '��` ```� I'rOpoS�l #: 32i94'�t�-1, C.K-Ull / J��b #: S�/I Il lU�i61 Room Summary - Lg Conf 207 Equipment List Mfg Model Description Qty Unit Price Extended Price Included in Orisinal Spec PEERLESS PEESF660P MOUNT, SMART FOR 39"-80" SCREEN W/PHILIP 2 OFE OFE INDUSTRIES, INC. SCREWS - (BLACK) (Owner Furnished Equipment) PANASONIC PANTH65SQ1W **LCD, 65" 4K/UHD 500NIT 80L6 1100:1 1 OFE OFE CONTRAST lCD (Owner Furnished Equipment) EXTRON EXT60192702 CABLE CUBBY, 222 US 1 US AC OUTLET 12 2 OFE OFE ELECTRONICS BREAKER 20UTLET UNDER (Owner Furnished Equipment) EXTRON EXT7031511 MODULE, BLACK CONNECTOR - BLANK PLATE 2 OFE OFE ELECTRONICS (BLACK) (Owner Furnished Equipment) EXTRON EXT7027001 PASS-THROUGH, CABLE CUBBY PA55 THROUGH 2 OFE OFE ELECTRONICS (Owner Furnished Equipment) EXTRON EXT70104301 CABLE CUBBY, 202 AAP BRACKET, HOLDS TWO 2 OFE OFE ELECTRONICS AAP'$ (Owner Furnished Equipment) EXTRON EXT7026701 PASS THROUGH, CABLE CUBBY CABLE PASS- 2 OFE OFE ELECTRONICS THROUGH (Owner Furnished Equipment) EXTRON EXT60147313 TRANSMITTER, USB EXTENOER PLUS D T, DECORA 1 OFE OFE ELECTRONICS VERSION, WHITE (Owner Furnished Equipment) EXTRON EXT60147113 RECEIVER, USB EXTENDER PLUS, TWISTED PAIR - 1 OFE OFE ELECTRONICS UP TO 330' (Owner Furnished Equipment) ATLAS/SOUNDOLI ATLPA60G AMPLIFIER, 1 CHANNEL INPUT 60W, 70V & 100V 1 OFE OFE ER (Owner Furnished Equipment) WILLIAMS AV WILIRSYl INFRARED SYSTEM, SMALL AREA FOR ASSISTIVE 1 OFE OFE LISTENING (Owner Furnished Equipment) MIDDLE ATLANTIC MIDRFR16286R FURNITURE RACK, 16SP BLACK RAIN 1 OFE OFE (Owner Furnished Equipment) MIDDLE ATLANTIC MIDPDC915R6 POWER CONDITIONER, 9 OUTLET, 6 CONTROLLED 1 OfE OFE 15A, 2 (Owner Furnished Equipment) Wolfvision Spec Adds NEWLINE NEWTT6521Q LCD, 65" 4K/UHD 400NIT 80L6 LED 4000:1 MULTI- 1 $3,332.00 $3,332.00 INTERACTIVE, TOUCH INC. This Entire Document and all information (including drawings, specifications and designs) presented by SKC Communication Products, LLC (a wholly-owned subsidiary of AVI-SPL llC) ("SKC") is the property of SKC or its affiliate. Proprietary information provided to potential customers, clients or agents is for the sole purpose of demonstrating solutions delivery capabilities and shall be held in confidence. These materials may not be copied, distributed or disclosed in any way without the sole written permission of an authorized representative of SKC. �O Copyright SKC Communication Products, LLC. All Rights Reserved ���� �� � ��� riu�w�.>,:ii r+: _�r,�w�n-i, �.i�-vi.i. /�uu rr::�_>ii �i iu:;c,� Mfg Model Description Qty Unit Price Extended Price EXTRON EXT60147313 TRANSMITTER, USB EXTENDER PLUS D T, DECORA 2 $691.78 $1,383.56 ELECTRONICS VERSION, WHITE EXTRON EXT60147113 RECEIVER, USB EXTENDER PLUS, TWISTED PAIR - 2 $561.64 $1,123.28 ELECTRONICS UP TO 330' INOGENI INOTOGGLE SWITCHER, USB 3.0 1 $481.58 $481.58 AVPRO EDGE AVPACCX42AUHD SWITCHING MATRIX, 4X2 HDMI & HDBASET 1 $806.85 $806.85 OUTPUT 18GP5 WOLFVISION WOL102030A1 PRESENTATION SYSTEM, CYNAP PRO, VERSION A 1 $7,808.22 $7,808.22 (HDMI) qSC QSCTSC101G3 CONTROLER, 10.1" TOUCH PANEL FOR IN-WALL 1 $2,377.50 $2,377.50 MOUNT, BLACK QSC QSCTSC710TG3 TABLE TOP MOUNTING ACCESSORY FOR TSC-70- 1 $373.97 $373.97 G3 / TSC-101W-G3 AVPRO EDGE AVPACEX40444PLUSKIT HDBASET EXTENDER SET, CAT6, ICT 18G, 40M 4K 1 $943.84 $943.84 W/I-PASS AVPRO EDGE AVPACCXWPHDMOBKT WALL PLATE, 70M BKT KIT W/ BIDIRECTIONAL 1 $546.58 $546.58 POWER, TM AND RECEI QSC QSCCORE110FV2 SYSTEM, UNIFIED SERIES CORE W/ 24 LOCAL I/O 1 $3,460.27 $3,460.27 CHANNELS, 1RU SENNHEISER SENTEAMCONNECTCEIL MICROPHONE, TEAMCONNECT CEILING 2, W/ 1 $3,945.21 $3,945.21 ELECTRONICS ING2WIT EXTENSION BRACKETS QSC QSCPTZ12X72 **CAMERA, PTZ 12X OPTICAL ZOOM 72 DEGREE 1 $3,123.29 $3,123.29 HORIZONTAL, 12V, GY LOGITECH LOG939001802 CABIE, 25M STRONG U56 3.1 1 $605.77 $605.77 GLOBAL CACHE GLOIP2SLP CONVERTER, GLOBAL CACHE iTACH IP2SL W/ PoE 2 $160.96 $321.92 OPTION NIVEO NIVNGSME16T2HAV SWITCH, 16-PORT GIG W/FULL L2 MGMT, + 2 SFP 1 $1,489.04 $1,489.04 PROFESSIONAL OPEN SLOT,GB POE Ori�inal Sqec Credits SMART SMASBIDMX265V2PW **SMART BOARD,65" 4K UHD, 93165, 350 NITS -1 $3,319.26 ($3,319.26) TECHNOLOGIES, W/IQ- WHITE INC. CISCO SYSTEMS CISCS-KITP60-K9 CODEC, ROOM KIT W/CODEC PLUS, P60 CAM -1 $7,762.26 ($7,762.26) AND TOUCH 10 CISCO SYSTEMS CISCON-PZRN-CSKITP60 ZCARE PREMIERE, ONE YEAR, 24X7XNBD, ROOM -1 $1,071.34 ($1,071.34) KIT P60, CODEC PLUS SOUND CONTROL SOURC5P60KS DIGITAI CAMERA INTERGRATION KIT W/ RACK -1 $1,472.31 ($1,472.31) TECHNOLOGIE SHELF CRESTRON CREDMRMC4K100C1G6 WALL PLATE 4K DigitalMedia 8G+ RECEIVER, 1- -2 $359.10 ($718.20) T GANG - BLK TEXT CRESTRON CREDMTX4KZ100C1GBT TRANSMITTER, 4K DigitalMedia 8G+ 4K60 HDR -2 $513.00 ($1,026.00) WALLPLATE (BLACK) CRESTRON CREDMP534K350C PRESENTATION SYSTEM, 3-SERIES 4K DIGITAL -1 $5,130.00 ($5,130.00) MEDIA 3 This Entire Document and all information (including drawings, specifications and designs) presented by SKC Communication Products, LLC (a wholly-owned subsidiary of AVI-SPL LLC) ("SKC") is the property of SKC or its affiliate. Proprietary information provided to potential customers, clients or agents is for the sole purpose of demonstreting solutions delivery capabilities and shall be held in confidence. These materials may not be copied, distributed or disclosed in any way without the sole written permission of an authorized representative of SKC. OO Copyright SKC Communication Products, LLC. All Rights Reserved . . _ . ". ' '-- � ('I {l�)U',,.11 I!. �iS�J4.-J6� I � l.11 lJ I I / Jlll,l i.`. �.� / I-I I.-.LV:.il7! Mfg Model Description Qty Unit Price Extended Price CRESTRON CREAM200 **PRESENTATION SYSTEM, AIRMEDIA 200 -1 $923.40 ($923.40) BIAMP SYSTEMS BIAPARLETCMIBLACK CEILING MICROPHONE, AVB, W/BUILT IN DSP FO -1 $862.92 ($862.92) BEAMTRACKING BLK BIAMP SYSTEMS BIATESIRASERVERIOAVB CHASSIS, UP TO 48-CHAN OF I/O, 1 AVB-1 -1 $3,969.00 ($3,969.00) NETWORK/1 DSP CARD CRESTRON CRETS770WS TOUCH SCREEN, 7" TABLETOP, WHITE SMOOTH -1 $1,026.00 ($1,026.00) TANNOV TANCV58BK **SPEAKER, 8" COAXIAL IN-CEILING -2 $197.12 ($394.24) Restocking Fee Restocking fee for speakers, QSC already 1 $829.04 $829.04 procured CCR-020 Adds QSC QSCADPSATBK SPEAKER, 2.75 SATELLITE PENDANT, BLACK 2 $110.96 $221.92 (ORDER IN PAIRS) Subtotal $5,498.91 Room Support and Maintenance Warranty; 3-months $0.00 This Entire Document and all information (including drawings, specifications and designs) presented by SKC Communication Products, LlC (a wholly-owned subsidiary of AVI-SPL LLC) ("SKC") is the property of SKC or its affiliate. Proprietary information provided to potential customers, clients or agents is for the sole purpose of demonstrating solutions delivery capabilities and shall be held in confidence. These materials may not be copied, distributed or disclosed in any way without the sole written permission of an authorized representative of SKC. OO Copyright SKC Communication Products, LLC. All Rights Reserved --- riv�u�di �i. �2i��1'��S .i, �.n vli. j lvu ri. ��ii Li .wo���. Room Summary - Lg Investigation Conf 219 Equipment List Mfg Model Description Qty Unit Price Extended Price Included in Ori¢inal Saec PANASONIC PANTH86SQ1W LCD, 86" 4K/UHD 400NIT 111L6 LED 2000:1 1 OfE OFE CONTRAST 24/7 IPS (Owner Furnished Equipment) PEERLESS PEESF680P MOUNT, UNIVERSAL FLAT FOR 61" TO 102" - 1 OFE OFE INDUSTRIES, INC. PLAIN (Owner Furnished Equipment) EXTRON EXT60192702 CABLE CUBBY, 222 US 1 US AC OUTLET 12 1 OfE OfE ELECTRONICS BREAKER 20UTLET UNDER (Owner Furnished Equipment) EXTRON EXT7031511 MODULE, BLACK CONNECTOR - BLANK PLATE 1 OFE OFE ELECTRONICS (BLACK) (Owner Furnished Equipment) EXTRON EXT7027001 PASS-THROUGH, CABLE CUBBY PA55 THROUGH 1 OFE OFE ELECTRONICS (Owner Furnished Equipment) EXTRON EXT70104301 CABLE CUBBY, 202 AAP BRACKET, HOLDS TWO 1 OFE OFE ELECTRONICS AAP'S (Owner Furnished Equipment) WILLIAMS AV WILIRSYI2 ASSITIVE LISTING SYSTEM, IR PLUS SECURE 1 OFE OFE� (Owner Furnished Equipment) MIDDLE ATLANTIC MIDUPS2200RIP **UPS, RACKMOUNT 2200VA/1650W 2 SPACE 1 OFE OFE W/NIC **QUO (Owner Furnished Equipment) MIDDLE ATLANTIC MIODWR3522 RACK, 35SP/220 WALLRACK BLACK 1 OFE OFE (Owner Furnished Equipment) Wolfvision SQec Add AVPRO EDGE AVPACCX42AUHD SWITCHING MATRIX, 4X2 HDMI & HDBASET 1 $806.85 $806.85; OUTPUT 18GP5 QSC QSCPTZ12X72 **CAMERA, PTZ 12X OPTICAL ZOOM 72 DEGREE 1 $3,123.29 $3,123.29 HORIZONTAL, 12V, GY LOGITECH LOG939001802 CABLE, 25M STRONG USB 3.1 1 $605.77 $605.77 GLOBAL CACHE GLOIP2SLP CONVERTER, GLOBAL CACHE iTACH IP2SL W/ PoE 2 $160.96 $321.92 OPTION WOLFVISION WOL102030A1 PRESENTATION SVSTEM, CYNAP PRO, VERSION A 1 $7,808.22 $7,808.22 (HDMI) QSC QSCCORE110FV2 SYSTEM, UNIFIED SERIES CORE W/ 24 LOCAL I/0 1 $3,460.27 $3,460.27 CHANNELS, 1RU NIVEO NIVNGSME16T2HAV SWITCH, 16-PORT GIG W/FULL L2 MGMT, + 2 SFP 1 $1,489.04 $1,489.04 PROFESSIONAL OPEN SLOT,GB POE This Entire Document and all information (including drawings, specifications and designs) presented by SKC Communication Products, LLC (a wholly-owned subsidiary of AVI-SPL LLC) ("SKC") is the property of SKC or its affiliate. Proprietary information provided to potential customers, clients or agents is for the sole purpose of demonstrating solutions delivery capabilities and shall be held in confidence. These materials may not be copied, distributed or disclosed in any way without the sole written permission of an authorized representative of SKC. OO Copyright SKC Communication Products, LLC. All Rights Reserved .. ��iu��c�r>..0 n. �,ri�uo i, t.i� u�.i. � ivu n..�.�ii�L�.-.i.vouc Mfg Model Description Qty Unit Price Extended Price SENNHEISER SENTEAMCONNECTCEIL MICROPHONE, TEAMCONNECT CEILING 2, W/ 1 $3,945.21 $3,945.21;, ELECTRONICS ING2WIT EXTENSION BRACKETS AVPRO EDGE AVPACCXWPHDMOBKT WALL PLATE, 70M BKT KIT W/ BIDIRECTIONAL 2 $546.58 $1,093.16 POWER, TM AND RECEI HALL RESEARCH HALUSB3EXT16 CABLE, 16' USB 3.0 Active Extension Cable 2 $47.93 $95.86 TECH OriRinal Saec Credits PANASONIC PANAWHE40HWPJ9 **CAMERA, 30X PTZ HDMI OUT, WHITE -1 $2,350.08 ($2,350.08) CISCO SYSTEMS CISCS-KITP60-K9 CODEC, ROOM KIT W/CODEC PLUS, P60 CAM -1 $7,762.48 ($7,762.48�� AND TOUCH 10 CISCO SYSTEMS CISCON-PZRN-CSKITP60 ZCARE PREMIERE, ONE YEAR, 24X7XNBD, ROOM -1 $1,071.34 ($1,071.34) KIT P60, CODEC PLUS CRESTRON CREDMRMC4K100C1G8 WALL PLATE 4K DigitalMedia 8G+ RECEIVER, 1- -2 $359.10 ($718.20) T GANG - BLK TEXT CRESTRON CREDMTX4KZ100C1GBT TRANSMITTER, 4K DigitalMedia 8G+ 4K60 HDR -1 $513.00 ($513.00) WALLPLATE (BLACK) CRESTRON CREDMTX4KZ202C **TRANSMITTER, DIGITALMEDIA 8G+ 4K60 4:4:4 -1 $769.50 ($769.50) HDR, 20 CRESTRON CREDMPS34K350C PRESENTATION SYSTEM, 3-SERIES 4K DIGITAL -1 $5,130.00 ($5,130.00) MEDIA 3 CRESTRON CREAM200 **PRESENTATION SYSTEM, AIRMEDIA 200 -1 $923.40 ($923.40) BLACK MAGIC BLACONVMBSH4K6G MINI CONVERTER SDI TO HDMI 6G -1 $155.82 ($155.82) OESIGN USA BIAMP SYSTEMS BIATESIRASERVERIOAVB CHASSIS, UP TO 48-CHAN OF I/O, 1 AVB-1 -1 $3,969.00 ($3,969.00) NETWORK/1 DSP CARD CRESTRON CREPR04 **CONTROI SYSTEM, 4-SERIES -1 $2,924.10 ($2,924.10) CRESTRON CRETS770WS TOUCH SCREEN, 7" TABLETOP, WHITE SMOOTH -1 $1,026.00 ($1,026.00) PODIUM Podium -1 $1,296.00 ($1,296.00) WOLFVISION WOLVZ8NE0+ **WOLFVISION VZ-8NE0+ DESKTOP VISUALIZER -1 $4,271.09 ($4,271.09) CONTEMPORARY CON5114001 TUNER, HDN TUNER W/UNIVERSAL RACK -1 $788.40 ($788.40) RESEARCH COR MOUNT KIT (232-ATSC-4K) SHURE SHUMX418C MICROPHONE, CONDENSER CARDIOID 18" -1 $169.29 ($169.29) GOOSENECK ATTACHED XLR QSC QSCCX204V **AMPLIFIER, 4 CHANNEL 70V -1 $1,188.00 ($1,188.00)I SHURE SHUQLXD12485J50A BODYPACK AND VOCAL COMBO SYSTEM W/ -2 $1,180.93 ($2,361.86) WL185 AND SM58 SHURE SHUUA864US ANTENNA, WALL/CEILING MOUNTABLE & -2 $306.77 ($613.54) PAINTABLE (470-698 MHZ) SHURE SHUUA850 CABLE, 50' UHF -2 $70.79 ($141.58) TANNOY TANCVS88K **SPEAKER, 8" COAXIAL IN-CEILING -6 $197.12 ($1,182.72) SHURE SHUUABIASTUS ADAPTER, IN-LINE 12V DC BIAS POWER OVER -2 $56.43 ($112.86) COAXIL W/PS23US SHURE SHUUA221 SPLITTER, PASSIVE ANTENNA/COMBINER KIT -1 $112.86 ($112.86) This Entire Document and all information (including drawings, specifications and designs) presented by SKC Communication Products, LLC (a wholly-owned subsidiary of AVI-SPL LLC) ("SKC") is the property of SKC or its affiliate. Proprietary information provided to potential customers, clients or agents is for the sole purpose of demonstrating solutions delivery capabilities and shall be held in confidence. These materials may not be copied, distributed or disclosed in any way without the sole written permission of an authorized representative of SKC. �O Copyright SKC Communication Products, LIC. All Rights Reserved �v� �� ���• I�IU�JV.��.II II. Jl,il'IJC3 l� 41\ 4JJ.J. / 1l,lA] 1/..JJ/1 L1 IV.)VL � Mfg Model Description Qty Unit Price Extended Price PANASONIC PANTH86S41W LCD, 86" 4K/UHD 400NIT 111LB LED 2000:1 -3 $5,996.20 ($17,988.60) CONTRAST 24/7 IPS PEERLESS PEESF680P MOUNT, UNIVERSAL FLAT FOR 61" TO 102" - -3 $117.24 ($351.72) INDUSTRIES, INC. PLAIN Restocking Fee Restocking Fee for MidAtlantic, mics, speakers, 1 $8,813.45 $8,813.45 QSC procured CCR-020 Adds QSC QSCADPSATBK SPEAKER, 2.75 SATELLITE PENDANT, BLACK 6 $110.96 $665.76 (ORDER IN PAIRS) NEWLINE NEWTT8621Q LCD, 86" 4K/UHD 400NIT 168LB SPK 4000:1 LED 1 $5,615.07 $5,615.07 INTERACTIVE, 20PT MULTI-TOUCH INC. Subtotal ($20,047.57) Room Support and Maintenance Warranty; 3-months $0.00 This Entire Document and all information (including drawings, specifications and designs) presented by SKC Communication Products, LLC (a wholly-owned subsidiary of AVI-SPL LlC) ("SKC") is the property of SKC or its affiliate. Proprietary information provided to potential customers, clients or agents is for the sole purpose of demonstrating solutions delivery capabilities and shall be held in confidence. These materials may not be copied, distributed or disclosed in any way without the sole written permission of an authorized representative of SKC. �O Copyright SKC Communication Products, LLC. All Rights Reserved r iv��v��,.ii n. _,i.�„��.,o-i., �.n v�.�. �,v�, n..�.�i� ... i. .iv.,v.: Room Summary - Community Engagement Room 255 Equipment List Mfg Model Description Qty Unit Price Extended Price 51-005 PANASONIC PANTH65541WA LCD, 65" 4K/UHD 500NIT 57LB 5000:1 CONTRAST 1 $4,201.33 $4,201.33 LCD 24/7 PEERLESS PEESF660P MOUNT, SMART FOR 39"-80" SCREEN W/PHILIP 1 $86.51 $86.51 INDUSTRIES, INC. $CREWS - (BLACK) CCR-020 LIBERTY WIRE LIBPCD1500PW WALLPLATE, WHITE DECORA STYLE 1 $36.12 $36.12 AND CABLE Subtotal $4,323.96 Room Support and Maintenance Warranty; 3-months $0.00 This Entire Document and all information (including drawings, specifications and designs) presented by SKC Communication Products, LLC (a wholly-owned subsidiary of AVI-SPL LLC) ("SKC") is the property of SKC or its affiliate. Proprietary information provided to potential customers, clients or agents is for the sole purpose of demonstrating solutions delivery capabilities and shall be held in confidence. These materials may not be copied, distributed or disclosed in any way without the sole written permission of an authorized representative of SKC. OO Copyright SKC Communication Products, LLC. All Rights Reserved ... .�"• I�II)'.)ll�n.11 II. J��J'I.J<l 1� 4.11 1J).l � 1VU II. JJ/ I LA AV1�VL Room Summary - Comm 353 Network Equipment List Mfg Model Description Qty Unit Price Extended Price Included in Ori�inal Spec PANASONIC PANTH755Q1W LCD, 75" 4K 500NIT 123L65 LED 1200:1 9 OFE OFE CONTRAST (Owner Furnished Equipment) PEERLESS PEEST680P MOUNT, UNIVERSALTILT FOR 61"-102" fLAT 9 OFE OFE INDUSTRIES, INC. PANELS - BLACK (Owner Furnished Equipment) APPLE APPMXAT2LLA **TABLET, 12.9" IPAD PRO, 256G6, WIFI ONLY- 1 OFE OfE COMPUTER SPACE GRAY (Owner Furnished Equipment) KEY DIGITAL KEYKDMC1000 MASTER CONTROLLER, WIRED/LAN SUPPORTS 8 1 OFE OFE PORTS (Owner Furnished Equipment) KEY DIGITAL KEYKDIP822DEC **DECODER, 4K ENTERPRISE AV OVER IP POE 2X 9 OFE OFE IR/RS232 (Owner Furnished Equipment) KEY DIGITAL KEYKDIP822ENC **ENCODER, 4K UHD AV OVER IP POE HDMI 9 OFE OFE PASS-TH RO UG H (Owner Furnished Equipment) Subtotal S0.00 Room Support and Maintenance Warranty; 3-months $0.00 This Entire Document and all information (including drawings, specifications and designs) presented by SKC Communication Products, LLC (a wholly-owned subsidiary of AVI-SPL LLC) ("SKC") is the property of SKC or its affiliate. Proprietary information provided to potential customers, clients or agents is for the sole purpose of demonstrating solutions delivery capabilities and shall be held in confidence. These materials may not be copied, distributed or disclosed in any way without the sole written permission of an authorized representative of SKC. OO Copyright SKC Communication Products, LLC. All Rights Reserved ,,,,. ,� ...... � iii�.,�,,:,,ii n. au ,.r_,�.. i, ,_i� w,�., �,_,�� �i. a.,i i c.. i�i,vc. Room Summary - IA Vid Conf 332 Equipment List Mfg Model Description Qty Unit Price Extended Price Included in Orisinal Saec PEERLESS PEESF660P MOUNT, SMART FOR 39"-80" SCREEN W/PHILIP 1 OFE OFE INDUSTRIES, INC. SCREWS - (BLACK) (Owner Furnished Equipment) PANASONIC PANTH65SQ1W **LCD, 65" 4K/UHD 500NIT 80LB 1100:1 1 OFE OFE CONTRAST LCD (Owner Furnished Equipment) EXTRON EXT60192702 CABLE CUBBY, 222 US 1 US AC OUTLET 12 1 OFE OFE ELECTRONICS BREAKER 20UTLET UNDER (Owner Furnished Equipment) EXTRON EXT7031511 MODULE, BLACK CONNECTOR - BLANK PLATE 1 OFE OFE ELECTRONICS (BLACK) (Owner Furnished Equipment) EXTRON EXT7027001 PA55-THROUGH, CABLE CUBBY PASS THROUGH 1 OFE OFE ELECTRONICS (Owner Furnished Equipment) EXTRON EXT70104301 CABLE CUBBY, 202 AAP BRACKET, HOLDS TWO 1 OFE OFE ELECTRONICS AAP'S (Owner Furnished Equipment) EXTRON EXT7026701 PASS THROUGH, CABLE CUBBY CABLE PA55- 1 OFE OFE ELECTRONICS THROUGH (Owner Furnished Equipment) WILLIAMS AV WILIRSYl INFRARED SYSTEM, SMALL AREA FOR ASSISTIVE 1 OFE OFE LISTENING (Owner Furnished Equipment) Wolfvision Spec Add AVPRO EDGE AVPACCXWPHDMOBKT WALL PLATE, 70M BKT KIT W/ BIDIRECTIONAL 1 $546.58 $546.58 POWER, TM AND RECEI WOLFVISION WOL102030A1 PRESENTATION SYSTEM, CYNAP PRO, VERSION A 1 $7,808.22 $7,808.22 (HDMI) NIVEO NIVNRS6GP SWITCH, GIGABIT LAN 5P POE SFP 1 $201.37 $201.37 PROFESSIONAL GLOBAL CACHE GLOIP25LP CONVERTER, GLOBAL CACHE iTACH IP2SL W/ PoE 1 $160.96 $160.96 OPTION BIAMP SYSTEMS BIAPARLEVBC2500 VIDEO BAR, CONFERENCING 1 $1,712.33 $1,712.33 LOGITECH LOG939001802 CABLE, 25M STRONG USB 3.1 1 $605.77 $605.77 Ori¢inal Saec Credit CISCO SYSTEMS CISCS-KITP60-K9 CODEC, ROOM KIT W/CODEC PLUS, P60 CAM -1 $7,762.29 ($7,762.29) AND TOUCH 10 CISCO SYSTEMS CISCON-PZRN-CSKITP60 ZCARE PREMIERE, ONE YEAR, 24X7XNBD, ROOM -1 $1,071.34 ($1,071.34) KIT P60, CODEC PLUS This Entire Document and all information (including drawings, specifications and designs) presented by SKC Communication Products, LLC (a wholly-owned subsidiary of AVI-SPL LLC) ("SKC") is the property of SKC or its affiliate. Proprietary information provided to potential customers, clients or agents is for the sole purpose of demonstrating solutions delivery capabilities and shall be held in confidence. These materials may not be copied, distributed or disclosed in any way without the sole written permission of an authorized representative of SKC. �O Copyright SKC Communication Products, LLC. All Rights Reserved � ��i,�,>._��,�_ _�,� ��<, , _�� „� � � ,�,�, ��. ��,� « ��.,��� Mfg Model Description Qty Unit Price Extended Price CISCO SYSTEMS CISCS-MIC-TABLE-E= MICROPHONE, CISCO TABLE MIC W/EUROBLOCK -1 $242.25 ($242.25) PLUG SPARE CISCO SYSTEMS CISCON-PZRN- ZCARE PREMIERE, ONE YEAR, 24X7XNBD, TABLE -1 $36.76 ($36.76) CSMICTMP MIC WITH JACK PLUG SOUND CONTROL SOURC5P60K5 DIGITAL CAMERA INTERGRATION KIT W/ RACK -1 $1,472.31 ($1,472.31) TECHNOLOGIE $HELF CRESTRON CREDMRMC4KZ100C RECEIVER/ROOM CONTROLLER, DM 8G+ 4K60 -1 $461.70 ($461.70) 4:4:4 HDR 100 CRESTRON CREDMTX4KZ100C1GBT TRANSMITTER, 4K DigitalMedia 8G+4K60 HDR -1 $513.00 ($513.00) WALLPLATE (BLACK) Removed in CCR-020 MIDDLE ATLANTIC MIDRFR16286R FURNITURE RACK, 16SP BLACK RAIN -1 $705.19 ($705.19) MIDOLE ATLANTIC MIDPDC915R6 POWER CONDITIONER, 9 OUTLET, 6 CONTROLLED -1 $155.52 ($155.52) 15A, 2 Restocking Fee Restocking Fee for Middle Atlantic already 1 $129.11 $129.11 procured Subtotal ($1,256.02) Room Support and Maintenance Warranty; 3-months $0.00 This Entire Document and all information (including drawings, specifications and designs) presented by SKC Communication Products, LLC (a wholly-owned subsidiary of AVI-SPL LLC) ("SKC") is the property of SKG or its affiliate. Proprietary information provided to potential customers, clients or agents is for the sole purpose of demonstrating solutions delivery capabilities and shall be held in confidence. These materials may not be copied, distributed or disclosed in any way without the sole written permission of an authorized representative of SKC. �O Copyright SKC Communication Products, LLC. All Rights Reserved � i vp�v.>��� n. .�v , �_�v , .�� ��i.�. i ,._.�� ,,. , ,. � ,. , �,,,..,, Room Summary - SM Meeting Chief 307 Equipment List Mfg Model Description Qty Unit Price Extended Price. Included in Ori¢inal Saec PEERLESS PEESF660P MOUNT, SMART FOR 39"-80" SCREEN W/PHILIP 1 OFE OFE INDUSTRIES, INC. SCREWS - (BLACK) (Owner Furnished Equipment) EXTRON EXT60192702 CABLE CUBBY, 222 US 1 US AC OUTLET 12 1 OFE OFE ELECTRONICS BREAKER 20UTLET UNDER (Owner Furnished Equipment) EXTRON EXT7030511 PLATE, 1 XLR 4-PIN FEMLAE , NEUTRIK, BLACK 1 OFE OFE ELECTRONICS (Owner Furnished Equipment) EXTRON EXT7027001 PASS-THROUGH, CABLE CUBBY PASS THROUGH 1 OfE OFE ELECTRONICS (Owner Furnished Equipment) EXTRON EXT70104301 CABLE CUBBY, 202 AAP BRACKET, HOLDS TWO 1 OFE OFE ELECTRONICS AAP'S (Owner Furnished Equipment) � EXTRON EXT7026701 PA55 THROUGH, CABLE CUBBY CABLE PASS- 1 OFE OFE ELECTRONICS THROUGH (Owner Furnished Equipment) EXTRON EXT60147313 TRANSMITTER, USB EXTENDER PLUS D T, DECORA 1 OFE OFE ELECTRONICS VERSION, WHITE (Owner Furnished Equipment) EXTRON EXT60147113 RECEIVER, USB EXTENDER PLUS, TWISTED PAIR - 1 OFE OFE ELECTRONICS UP TO 330' (Owner Furnished Equipment) WILLIAMS AV WILIRSYI INfRARED SYSTEM, SMALL AREA FOR ASSISTIVE 1 OFE OFEi LISTENING i (Owner Furnished Equipment) Wolfvision Saec Add NEWLINE NEWTT6521Q LCD, 65" 4K/UHD 400NIT 80L6 LED 4000:1 MULTI- 1 $3,332.00 $3,332.00 INTERACTIVE, TOUCH INC. WOLFVISION WOL102030A1 PRESENTATION SYSTEM, CYNAP PRO, VERSION A 1 $7,808.22 $7,808.22 (HDMI) BIAMP SYSTEMS BIAPARLEVBC2500 VIDEO BAR, CONFERENCING 1 $1,71233 $1,712.33 LOGITECH LOG939001799 CABLE, lOM STRONG USB 3.1 1 $251.82 $251.82 GLOBAL CACHE GLOIP2SLP CONVERTER, GLOBAL CACHE iTACH IP2SL W/ PoE 1 $160.96 $160.96 OPTION AVPRO EDGE AVPACCXWPHDMOBKT WALI PLATE, 70M BKT KIT W/ BIDIRECTIONAL 1 $546.58 $546.58 POWER, TM AND RECEI NIVEO NIVNRS6GP SWITCH, GIGABIT LAN SP POE SFP 1 $201.37 $201.37 PROFESSIONAL This Entire Document and all information (including drawings, specifications and designs) presented by SKC Communication Products, LLC (a wholly-owned subsidiary of AVI-SPL LLC) ("SKC") is the property of SKC or its affiliate. Proprietary information provided to potential customers, clients or agents is for the sole purpose of demonstrating solutions delivery capabilities and shall be held in confidence. These materials may not be copied, distributed or disclosed in any way without the sole written permission of an authorized representative of SKC. �O Copyright SKC Communication Products, LLC. All Rights Reserved _._ , ,,i, ,., ,� .,. _. , . , , ,, �,, , ,,,,, ,,, , ,, , , , ,,,,,,,, S Mfg Model Description Qty Unit Price Extended Price HALL RESEARCH HALUSB3EXT16 CABLE, 16' U58 3.0 Active Extension Cable 1 $47.93 $47.93 TECH OriRinal Saec Credits SMART SMASBIDMX265V2PW **SMART BOARD,65" 4K UHD, 93LBS, 350 NITS -1 $3,319.26 ($3,319.26) TECHNOLOGIES, W/IQ- WHITE INC. CRESTRON CREDMRMC4K100C1GB WALL PLATE 4K DigitalMedia 8G+ RECEIVER, 1- -1 $359.10 ($359.10) T GANG - BLK TEXT CRESTRON CREDMTX4KZ100C1GBT TRANSMITTER, 4K DigitalMedia 8G+4K60 HDR -1 $513.00 ($513.00) WALLPLATE (BLACK) BARCO BARR9861521U5 "*CLICKSHARE COMPLETE STARTER PKG, CSE- -1 $1,965.60 ($1,965.60) CLICKSHARE 200+ (TAA) Restocking Fee Restocking Fee for Barco already procured 1 $364.00 $364.00 Subtotal $8,268.25 Room Support and Maintenance Warranty; 3-months $0.00 This Entire Document and ali information (including drawings, specifications and designs) presented by SKC Communication Products, LLC (a wholly-owned subsidiary of AVI-SPL LLC) ("SKC") is the property of SKC or its affiliate. Proprietary information provided to potential customers, clients or agents is for the sole purpose of demonstrating solutions delivery capabilities and shall be held in confidence. These materials may not be copied, distributed or disclosed in any way without the sole written permission of an authorized representative of SKC. �O Copyright SKC Communication Products, LIC. All Rights Reserved � ��,��".�d� R. ��.,���.��,-,., �.�� .;11. / lot; ?,. :,��i t.l iV;;v� \ _ Room Summary - Vid Conf 303 Equipment list Mfg Model Description Qty Unit Price Extended Price� Included in Oriainal Saec PEERLESS PEESF660P MOUNT, SMART FOR 39"-80" SCREEN W/PHILIP 1 OFE OFE� INDUSTRIES, INC. SCREWS - (BLACK) � (Owner Furnished Equipment) � PANASONIC PANTH655Q1W **LCD, 65" 4K/UHD SOONIT 80L6 1100:1 1 OFE OFE CONTRAST LCD (Owner Furnished Equipment) EXTRON EXT60192702 CABLE CUBBY, 222 US 1 US AC OUTLET 12 1 OFE � OFE EIECTRONICS BREAKER 20UTLET UNDER (Owner Furnished Equipment) EXTRON EXT7031511 MODULE, BLACK CONNECTOR - BLANK PLATE 1 OFE OFE ELECTRONICS (BLACK) (Owner Furnished Equipment) EXTRON EXT7027001 PASS-THROUGH, CABLE CUBBY PA55 THROUGH 1 OFE OFE ELECTRONICS (Owner Furnished Equipment) EXTRON EXT70104301 CABLE CUBBY, 202 AAP BRACKET, HOLDS TWO 1 OFE OFE ELECTRONICS AAP'S (Owner furnished Equipment) EXTRON EXT7026701 PASS THROUGH, CABLE CUBBY CABLE PASS- 1 OFE OFE ELECTRONICS THROUGH (Owner Furnished Equipment) WILLIAMS AV WILIRSYl INFRARED SYSTEM, SMALL AREA FOR ASSISTIVE 1 OFE OFE LISTENING (Owner furnished Equipment) Wolfvision Saec Add AVPRO EDGE AVPACCXWPHDMOBKT WALL PLATE, 70M BKT KIT W/ BIDIRECTIONAL 1 $546.58 $546.58 POWER, TM AND RECEI WOLFVISION WOL302030A1 PRESENTATION SYSTEM, CYNAP PRO, VERSION A 1 $7,808.22 $7,808.22 (HDMI) *QUOTE REQ* NIVEO NIVNR56GP SWITCH, GIGABIT LAN 5P POE SFP 1 $201.37 $201.37 PROFESSIONAL GLOBAL CACHE GLOIP25LP CONVERTER, GLOBAL CACHE iTACH IP2SL W/ PoE 1 $160.96 $160.96 OPTION BIAMP SYSTEMS BIAPARLEVBC2500 VIDEO BAR, CONFERENCING 1 $1,71233 $1,712.33 LOGITECH LOG939001802 CABLE, 25M STRONG USB 3.1 1 $605.77 $605.77 Orisinal Sqec Credit CISCO SYSTEMS CISCS-KITP60-K9 CODEC, ROOM KIT W/CODEC PLUS, P60 CAM -1 $7,762.29 ($7,762.29)� AND TOUCH 10 CISCO SYSTEMS CISCON-PZRN-CSKITP60 ZCARE PREMIERE, ONE YEAR, 24X7XNBD, ROOM -1 $1,071.34 ($1,071.34) KIT P60, CODEC PLUS This Entire Document and all information (including drawings, specifications a�d designs) presented by SKC Communication Products, LLC (a wholly-owned subsidiary of AVI-SPL LLC) ("SKC") is the property of SKC or its affiliate. Proprietary information provided to potential customers, clients or agents is for the sole purpose of demonstrating solutions delivery capabilities and shall be held in confidence. These materials may not be copied, distributed or disclosed in any way without the sole written permission of an authorized representative of SKC. �O Copyright SKC Communication Products, LLC. All Rights Reserved \ Mfg Model Description Qty Unit Price Extended Price CISCO SYSTEMS CISCS-MIC-TABLE-E= MICROPHONE, CISCO TABLE MIC W/EUROBLOCK -1 $242.25 ($242.25) PLUG SPARE CISCO SYSTEMS CISCON-PZRN- ZCARE PREMIERE, ONE YEAR, 24X7XNBD, TABLE -1 $36.76 ($36.76) CSMICTMP MIC WITH JACK PLUG SOUND CONTROL SOURC5P60K5 DIGITAL CAMERA INTERGRATION KIT W/ RACK -1 $1,47231 ($1,472.31) TECHNOLOGIE SHELF CRESTRON CREDMRMC4KZ100C RECEIVER/ROOM CONTROLLER, DM 8G+4K60 -1 $461.70 ($461.70) 4:4:4 HDR 100 CRESTRON CREDMTX4KZ100C1GBT TRANSMITTER, 4K DigitalMedia 8G+4K60 HDR -1 $513.00 ($513.00) WALLPLATE�BLACK) Removed in CCR-020 MIDDLE ATLANTIC MIDRFR1628BR FURNITURE RACK, 16SP BLACK RAIN -1 $705.19 ($705.19) MIDDLE ATLANTIC MIDPDC915R6 POWER CONDITIONER, 9 OUTLET, 6 CONTROLLED -1 $155.52 ($155.52) 15A, 2 Restocking Fee Restocking Fee for Middle Atlantic already 1 $129.11 $129.11 procured Subtotal ($1,256.02) Room Support and Maintenance Warranty; 3-months $0.00 This Entire Document and all information (including drawings, specifications and designs) presented by SKC Communication Products, LLC (a wholly-owned subsidiary of AVI-SPL LLC) ("SKC") is the property of SKC or its affiliate. Proprietary information provided to potential customers, clients or agents is for the sole purpose of demonstreting solutions delivery capabilities and shall be held in confidence. These materials may not be copied, distributed or disclosed in any way without the sole written permission of an authorized representative of SKC. �O Copyright SKC Communication Products, LLC. All Rights Reserved Room Summary - Lg Conf 306 Equipment List Mfg Model Description Qty Unit Price Extended Price Included in OriRinal Saec PANASONIC PANTH98SQ1W LCD, 98" 4K/UHD SOONIT 232L6 LED 1300:1 1 OFE OFE CONTRAST (Owner Furnished Equipment) PEERLESS PEESF680P MOUNT, UNIVERSAL FLAT FOR 61" TO 102" - 1 OFE OFE INDUSTRIES, INC. PLAIN (Owner Furnished Equipment) EXTRON EXT60192702 CABLE CUBBY, 222 US 1 US AC OUTLET 12 2 OFE OFE ELECTRONICS BREAKER 20UTLET UNOER (Owner Furnished Equipment) EXTRON EXT7031511 MODULE, BLACK CONNECTOR - BLANK PLATE 2 OFE OFE ELECTRONICS (BLACK) (Owner furnished Equipment) EXTRON EXT7027001 PASS-THROUGH, CABLE CUBBY PASS THROUGH 2 OFE OFE ELECTRONICS (Owner Furnished Equipment) EXTRON EXT70104301 CABLE CUBBY, 202 AAP BRACKET, HOLDS TWO 2 OFE OFE ELECTRONICS AAP'S (Owner Furnished Equipment) EXTRON EXT7026701 PASS THROUGH, CABLE CUBBY CABLE PASS- 2 OFE OFE ELECTRONICS THROUGH (Owner Furnished Equipment) ATLAS/SOUNDOLI ATLPA60G AMPLIFIER, 1 CHANNEL INPUT 60W, 70V & 100V 1 OFE OFE ER (Owner Furnished Equipment) WILLIAMS AV WILIRSYI INFRARED SYSTEM, SMALL AREA FOR ASSISTIVE 1 OFE OFE LISTENING (Owner Furnished Equipment) MIDDLE ATLANTIC MIDRFR1628BR FURNITURE RACK, 16SP BLACK RAIN 1 OFE OFE (Owner Furnished Equipment) MIDDLE ATLANTIC MIDPDC915R6 POWER CONDITIONER, 9 OUTLET, 6 CONTROLLED 1 OFE OFE 15A, 2 (Owner Furnished Equipment) Wolfvision Spec Add GLOBAL CACHE GLOIP25LP CONVERTER, GLOBAL CACHE iTACH IP25L W/ PoE 2 $160.96 $321.92 OPTION WOLFVISION WOL102030A1 PRESENTATION SYSTEM, CYNAP PRO, VERSION A 1 $7,808.22 $7,808.22 (HDMI) *QUOTE REQ* SENNHEISER SENTEAMCONNECTCEIL MICROPHONE, TEAMCONNECT CEILING 2, W/ 1 $3,945.21 $3,945.21 ELECTRONICS ING2WIT EXTENSION BRACKETS QSC QSCPTZ12X72 **CAMERA, PTZ 12X OPTICAL ZOOM 72 DEGREE 1 $3,123.29 $3,123.29 HORIZONTAL, 12V, GY This Entire Document and all information (including drawings, specifications and designs) presented by SKC Communication Products, LLC (a wholly-owned subsidiary of AVI-SPL LLC) ("SKC") is the property of SKC or its affiliate. Proprietary information provided to potential customers, clients or agents is for the sole purpose of demonstreting solutions delivery capabilities and shall be held in confidence. These materials may not be copied, distributed or disclosed in any way without the sole written permission of an authorized representative of SKC. �O Copyright SKC Communication Products, LLC. All Rights Reserved Mfg Model Description Qty Unit Price Extended Price LOGITECH LOG939001799 CABLE, 10M STRONG USB 3.1 1 $251.82 $251.82 QSC QSCCORE110FV2 SYSTEM, UNIFIED SERIES CORE W/ 24 LOCAL I/O 1 $3,460.27 $3,460.27 CHANNELS, 1RU NIVEO NIVNGSME16T2HAV SWITCH, 16-PORT GIG W/fULL L2 MGMT, + 2 SfP 1 $1,489.04 $1,489.04 PROFESSIONAL OPEN SLOT,GB POE AVPRO EDGE AVPACCXWPHDMOBKT WALL PLATE, 70M BKT KIT W/ BIDIRECTIONAL 1 $546.58 $546.58 POWER, TM AND RECEI QSC QSCTSC101G3 CONTROLER, 10.1" TOUCH PANEL FOR IN-WALL 1 $2,377.50 $2,377.50 MOUNT, BLACK QSC QSCTSC710TG3 TABLE TOP MOUNTING ACCESSORY FOR TSC-70- 1 $364.00 $364.00 G3 / TSC-lO1W-G3 Orisinal5aec Credit CONTEMPORARY CON5114001 TUNER, HDN TUNER W/UNIVERSAL RACK -1 $788.40 ($788.40) RESEARCH COR MOUNT KIT (232-ATSC-4K) CISCO SYSTEMS CISCS-KITPRO-K9 CODEC, CISCO WEBEX ROOM KIT PRO W/TOUCH -1 $14,160.79 ($14,160.79) 10 CISCO SYSTEMS CISCON-PZRN-CSKITP60 ZCARE PREMIERE, ONE YEAR, 24X7XNBD, ROOM -1 $2,154.88 ($2,154.88) KIT P60, CODEC PLUS SOUND CONTROL SOURC5P60KS DIGITAL CAMERA INTERGRATION KIT W/ RACK -1 $1,472.31 ($1,47231) TECHNOLOGIE SHELF CRESTRON CREDMRMC4K100C1G6 WALL PLATE 4K DigitalMedia 8G+ RECEIVER, 1- -2 $359.10 ($718.20) T GANG - BLK TEXT CRESTRON CREDMTX4KZ100C1GBT TRANSMITTER, 4K DigitalMedia 8G+4K60 HDR -2 $513.00 ($1,026.00) WALLPLATE (BLACK) CRESTRON CREDMPS34K350C PRESENTATION SYSTEM, 3-SERIES 4K DIGITAL -1 $5,130.00 ($5,130.00) MEDIA 3 BARCO BARR9861521U5 **CLICKSHARE COMPLETE STARTER PKG, CSE- -1 $1,965.60 ($1,965.60) CLICKSHARE 200+ (TAA) CRESTRON CREPW2412WU POWER SUPPLY, 18W CRESTNET, DESKTOP, -1 $35.91 ($35.91) 24VDC/1.25A US BIAMP SYSTEMS BIAPARLETCMIBLACK CEILING MICROPHONE, AVB, W/BUILT IN DSP FO -1 $862.92 ($862.92) BEAMTRACKING BLK BIAMP SYSTEMS BIATESIRASERVERIOAVB CHA5515, UP TO 48-CHAN OF I/O, 1 AVB-1 -1 $3,969.00 ($3,969.00) NETWORK/1 DSP CARD CRESTRON CRETS770WS TOUCH SCREEN, 7" TABLETOP, WHITE SMOOTH -1 $1,026.04 ($1,026.04) TANNOY TANCVS86K **SPEAKER, 8" COAXIAL IN-CEILING -4 $197.12 ($788.48) Restocking Fee Restocking Fee for speakers, Barco, tuner, QSC 1 $1,065.57 $1,065.57 procured CCR-020 Adds QSC QSCADPSATBK SPEAKER, 2.75 SATELLITE PENDANT, BLACK 4 $110.96 $443.84 (ORDER IN PAIRS) Subtotal ($8,901.27) Room Support and Maintenance This Entire Document and all information (including drewings, specifications and designs) presented by SKC Communication Products, LLC (a wholly-owned subsidiary of AVI-SPL LLC) ("SKC") is the property of SKC or its affiliate. Proprietary information provided to potential customers, clients or agents is for the sole purpose of demonstreting solutions delivery capabilities and shall be held in confidence. These materials may not be copied, distributed or disclosed in any way without the sole written permission of an authorized representative of SKC. �O Copyright SKC Communication Products, LLC. All Rights Reserved War�anty; 3-months So.00 This Entire Document and all information (including drawings, specifications and designs) presented by SKC Communication Products, LLC (a wholly-owned subsidiary of AVI-SPL LLC) ("SKC") is the property of SKC or its affiliate. Proprietary information provided to potential customers, clients or agents is for the sole purpose of demonstrating solutions delivery capabilities and shall be held in confidence. These materials may not be copied, distributed or disclosed in any way without the sole written permission of an authorized representative of SKC. � Copyright SKC Communication Products, LLC. All Rights Reserved Room Summary - Labor Equipment List Qty Unit Price Extended Price Subtotal $0.00 Room Support and Maintenance Warranty; 3-months $o.00 This Entire Document and all information (including drewings, specifications and designs) presented by SKC Communication Products, LLC (a wholly-owned subsidiary of AVI-SPL LLC) ("SKC") is the property of SKC or its affiliate. Proprietary information provided to potential customers, clients or agents is for the sole purpose of demonstrating solutions delivery capabilities and shall be held in confidence. These materials may not be copied, distributed or disclosed in any way without the sole written permission of an authorized representative of SKC. OO Copyright SKC Communication Products, LLC. All Rights Reserved \ General Terms and Conditions We are pleased to offer this Audiovisual Solutions Proposal ("SOW") as an agreement between SKC Communication Products, lLC (a wholly-owned subsidiary of AVI-SPL LLC) ("SKC") and the party included on the cover page ("Customer", "you"). This SOW is effective on the date of last signature. 1. Generel a SKC Sign-Off Form. If the Customer does not return a signed SKC Sign-Off Form within 10 business days of receipt (or has not provided any written exceptions to 1.1 If there is a master agreement between Customer and SKC ("Master sign-off), the SOW will be deemed accepted by the Customer on the lith AgreemenY'), then any terms in the Master Agreement that are in addition to or business day after Customer's receipt of SKC Sign-off Form. conflict with the terms included in this SOW will govern. 1.2 The terms of this SOW, the related purchase order ("PO"), and the Master Agreement, if applicable, includes the entire agreement between the parties related to the content of this SOW. No conflicting or additional term on any PO or other administrative document provided by either party can govern without the express agreement of you and SKC. 1.3 SKC is an independent contractor and not an employee, agent, joint venture or partner of Customer. 2. Project Assumptions 2.1 Prevailing Wage labor rates are not included in this quote. If Prevailing Wage rates are required on the jobsite, a Change Order will be issued to cover additional labor costs. 2.2 Pricing is based on services being performed during regular business hours. Unless otherwise specified in the SOW, if work is required to be perfarmed outside of regular business hours, a Change Order will be issued to cover additional labor costs. 23 Systems not designed by SKC are assumed to meet Customer requirements; SKC is not responsible for ensuring the design meets Customer needs or expectations. If needed, SKC can assist owner in resolving inadequacies in functions or features, at additional cost for equipment, parts and labor. 2.4 SKC reserves the right to make substitutions of proposed equipment for similar equipment of equal functionality and of equal or greater value due to delays in shipping, back-order situations, manufacturer model changes, or to meet installation deadlines, without Customer's prior consent. 2.5 SKC reserves the right to use 3rd party subcontractors as needed without Customers prior consent. 2.6 The following information is provided to Customer after SKC's CAD documentation has been completed, if applicable: (a) Required sizing and locations of Owner-provided conduit, raceways, and boxes (b) Owner-provided 110VAC receptacles and terminations (c) Wall reinforcements and backing to be provided by Owner at equipment mounting locations 'If Customer requests this information prior to completion of SKC's CAD documentation, SKC can provide draft specifications, however, Customer understands that final specifications may vary, and Customer assumes all risks associated with commencing any work based on the dreft specifications. 2.7 SKC will notify Customer of completion of a SOW by submitting to Customer 3. Installation Timeline 3.1 SKC has an average lead time of 6-8 weeks from PO/signed SOW receipt to onsite installation; however the timeline can vary depending on pro�ect complexity and equipment delivery lead times. During the lead time, the SKC pro�ect team will prepare deliverables (CAD, Programming, etc.), order/receive equipment and begin required fabrication. 3.2 The lead time begins once a signed SOW and PO are received from the Customer and receipt is confirmed by SKC. IYs important to note that the project will not begin, nor will a Project Manager be assigned, until a signed SOW and PO are received. 3.3 Once those items are received, a Project Manager will be assigned, and Customer will be contacted with proposed installation dates. Installation dates are finalized upon receiving written approval from the Customer. Delays in installation approvals could result in originally proposed installation dates no longer being available. 4. Responsibilities 4.1 Customer Responsibilities (a) Provide a single poi�t of contact for communication a�d day-to-day management of the project. This person should have the authority to act on all aspects of the project; should be available during standard business hours; should help coordinate and communicate information within the Customer's organization and should designate a back-up contact when the primary contact is unavailable. (b) Provide guest internet access for the SKC lead technician on-site to allow for product firmware updates and remote programming adjustments. (c) If SKC equipment is residing on the Customers network, the Customer if able will provide all IP addresses defined by SKC Project Manager prior to installation start. Additianally, SKC Project Manager may request VPN access for remote support of the equipment once the project is deemed complete and transferred to the SKC support team. (d) Provide a fully qualified domain name, required on each server to allow full functionality of key components of installed equipment. (e) Ensure worksites are substantially free of dust and excessive moisture prior to SKC arrival. (f) Complete conduit, millwork, or other general construction requirements that provide pathways to provided equipment. This also includes any ceding reconstruction, i.e., ceiling tile/grid, sheetrock, etc. 5. Cancellations/Delays/Exclusions This Entire Document and all information (including drewings, specifications and designs) presented by SKC Communication Products, LLC (a wholly-owned subsidiary of AVI-SPL LLC) ("SKC") is the property of SKC or its affiliate. Proprietary information provided to potential customers, clients or agents is for the sole purpose of demonstrating solutions delivery capabilities and shall be held in confidence. These materials may not be copied, distributed or disclosed in any way without the sole v�r��e�n�e�r��ssion of an authorized representative of SKC. OO Copyright SKC Communication Products, LLC. All Rights Reserved \ 5.1 All on-site cancelations or postponements made within 20 business days of onsite installation commencement are subject to SKC monetary recuperation of lost travel expenses and SOY of scheduled time up to a one-week max at the hourly rete for each technician scheduled to be onsite. A Change Order form signed by the Customer must be returned to SKC prior to SKC rededicating resources. 5.2 SKC will charge additional labor hours due to Customer progress delays that result in SKC lost time due to: (a) Customer responsibilities not being completed prior to SKC arrival on-site (b) Room non-availability. SKC will charge for additional travel expenses for return visits due to room non-availability caused by the Customer and will charge at the sold hourly rate for any unproductive time spent waiting for rooms to become available. (c) Any outstanding issues caused by Customer delays not listed as a� exception on SKC's Sign-Off Form. For those outstanding issues, a technical support case can be opened and worked until closed by a remote support technician over phone or video. If on-site technicians are required, the Customer will be billed separately for incurred travel and labor. pay, return shipping charges, the OEM's restocking fee, and any charges incurred by SKC for such return. For sokware licenses, special orders, and custom products, applicable OEM warranty terms apply, but such items are not returnable without cause under any circumstances. Notwithstanding the foregoing, if Customer is required by an OEM to agree to the terms of an end user license agreement (ar similar agreement) in order to utilize the manufacturers equipment or software, then Customer agrees that such terms will apply between such OEM and Customer even if in conflict with this Agreement. 6.2 Services Warrantv. SKC warrants to Customer that any services performed by SKC or its subcontractors under this SOW will be carried out in a professional and workmanlike manner by qualified personnel in accordance with the specifications set forth in this SOW and/or the PO. If any services have not been so performed, and SKC receives Customer's detailed written request to cure a non-conformance within 30 days of acceptance of the services, SKC will promptly re-perform those services as Customer's sole and exclusive remedy for a breach of this warranty. Any services (including without limitation, installation or support services or extended warranties) specified in a SOW to be performed by a� OEM comes with the OEM's standard warrenties, licenses and indemnities only, and the OEM is solely responsibility for the performance of such services, including without limitation design, completion and Customer acceptance/sign off. (d) SKC is not liable to the Customer or any third party for any delays, damages or equipment failure caused by any circumstances beyond our reasonable control, including, but not limited to, manufacturer fabricatio� delays or errors, shipping delays, equipment malfunctions, naturel disasters, acts of war/terrorism, actions by any government authority, labor stoppages/slowdowns, and/or pandemics/quarantines. For the avoidance of doubt, this specifically includes either part�/s (and, in the case of SKC, its subcontractors or vendors) determination to temporarily close or suspend one or more business premises and/or quarantine of one or more individuals identified as necessary or required for its performance under this SOW in compliance with its communicated company policy and/or CDC guidelines. (e) Either party may terminate this SOW at any time without further obligation or liability in the event that the other party is in default regarding any material obligation of this SOW and such default is not cured within 10 business days of receipt of written notice from the non-defaulting party that provides details of such default; and in the case of such termination, all outstanding SKC invoices for completed work and any completed work and expenses not yet invoiced shall be due and payable. 6. Warrenty 6.1 Equinment Warrantv. SKC is an authorized reseller, but not the manufacturer, of any equipment (including sokware) furnished by SKC. Any equipment warranties, licenses and indemnities are provided directly to the Customer by the original equipment manufacturer (OEM). SKC will provide to Customer the OEM information detailing any license, warrenty and indemnity right it receives from any third-party provider of such equipment upon request and will reasonably cooperate with Customer in enforcing such rights. OEM warrenty periods start the date equipment is shipped from the manufacturer, not the date of installation unless shipment and installation dates are the same. Nothing in this Agreement shall be construed as expanding or adding to any OEM warranty terms or terms otherwise required under an OEM license agreement. Once equipment is ordered by SKC, SKC will not accept returns; a�d any such ordered equipment may not be returned unless the OEM has issued a Return Authorization ("RA"). Equipment returned without a RA is considered unauthorized and will not be accepted. Equipment returns due to defective Equipment are subject to the OEM's warranty. If a RA is issued for Equipment returned without cause, the Customer will be invoiced for, and is required to 6.3 SKC Sunuort and Maintenance Services. In addition to the warranties set forth above, support services may be separately purchased. The SKC Support and Mai�tenance Services Terms and Conditions, which may be updated from time to time, are attached as an addendum. 6.4 Disclaimer. The remedies set forth above will be Customer's sole and exclusive remedies and will be in lieu of any other rights or remedies Customer may have against SKC, with respect to the non-conformance of equipment and services. EXCEPT AS SET FORTH IN THIS SOW, SKC MAKES NO EXPRESS REPRESENTATIONS, WARRANTIES OR INDEMNIFICATION WITH REGARD TO ANY EQUIPMENT OR SERVICES OR OTHERWISE RELATED TO THIS AGREEMENT, AND SKC DISCLAIMS ALL WARRANTIES, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTIES OF MERCHANTABILITY, FITNESS FOR A PARTICULAR PURPOSE, AND NON-INFRINGEMENT. IN NO EVENT WILL EITHER SKC OR CUSTOMER BE LIABIE FOR ANY INCIDENTAL, SPECIAL, STATUTORY, INDIRECT, OR CONSEQUENTIAL DAMAGES OR ANY lOSS OF PROFITS OR REVENUE, LOSS OR CORRUPTION OF OATA, TOLL FRAUD, COST OF COVER, OR SUBSTITUTE GOODS OR PERFORMANCE ARISING OUT OF OR IN CONNECTION WITH THIS SOW, EVEN IF AOVISED OF THE POSSIBILITY OF SUCH DAMAGES. EXCEPT FOR GRO55 NEGLIGENCE AND WILLFUL MISCONDUCT, NEITHER SKC NOR CUSTOMER'S TOTAL AGGREGATE LIABILITY ARISING OUT OF OR IN CONNECTION WITH THIS SOW (WHETHER IN CONTRACT, TORT, NEGLIGENCE, STRICT LIABILITY, BY STATUTE, OR OTHERWISE) SHALL EXCEED THE PURCHASE PRICE AND FEES PAID BY CUSTOMER FOR THE EQUIPMENT OR SERVICES GIVING RISE TO THE CLAIM DURING THE TWELVE (12) MONTHS PRIOR TO THE CLAIM. THIS SOW IS SOLELY FOR THE BENEFIT OF SKC AND CUSTOMER AND SHALL CONFER NO RIGHTS OR BENEFITS TO ANY THIRD PARTIES. 7. Payment 7erms and Billing Schedule 7.1 Projects less than $50,000.00 will be billed upon substantial completion of the project. 7.2 A/V and video-infrastructure projects greater than $50,000.00 will follow the below billing schedule. SKC will bill in stages, and Customer will receive a minimum of three (3) invoices as outlined below: (a) First Invoice will be due upon receipt and will include the initial 30% of the This Entire Document and all information (including drawings, specifications and designs) presented by SKC Communication Products, LLC (a wholly-owned subsidiary of AVI-SPL LLC) ("SKC") is the property of SKC or its affiliate. Proprietary information provided to potential customers, clients or agents is for the sole purpose of demonstrating solutions delivery capabilities and shall be held in confidence. These materials may not be copied, distributed or disclosed in any way without the sole written permission of an authorized representative of SKC. �OCopyright SKC Communication Products, LLC. All Rights Reserved riu��<n.�:iiir. soa��>d-1,i�i�vli��ui�u::�:>irZl-�v.7o1. _� K C Purchase Order (PO) amount. This invoice will be sent when SKC receives Customer PO. (b) Second Invoice will be due upon receipt a�d will include 50% of the PO amount. This invoice will be sent when SKC orders substantially all of the equipment. (c) Third Invoice will have net 30 terms and will include the remaining 209'0 of the PO amount as well as all applicable tax and freight charges and any monetary adjustments related to changes to the PO previously approved by SKC and Customer. This invoice will be sent upon substantial completion of the project. 73 Collaboration projects greater than $50,000 wlll following the following billing schedule. SKC will bill in stages, and Customer will receive a minimum of two (2) invoices as outlined below: (a) First Invoice will bill for 100°.6 of the hardware and software (which includes licenses) with applicable tax charges. This invoice will be sent when SKC orders substantially all the hardware/software on behalf of the Customer. (d) SKC is under no obligation to proceed with the Change Order until such time as the Change Order has been agreed upon in writing by both parties. (b) Second Invoice will bill for labor, maintenance, and any monetary adjustments related to changes to the PO previously approved by SKC and Customer as well as all applicable tax and freight charges. This invoice will be sent upon substantial completion of the project or if the project install date is extended by the Customer. (c) Third Invoice (if applicable�: If the use of a 3rd party professional services company is required to complete this SOW, SKC will invoice the Customer all upfront dollar amounts required by said third party to initiate the project. 7.4 If the Customer extends the install date past the original install schedule date, Customer will receive an invoice for the total of all materials ordered and work performed regardless of project size. 7.5 The foregoing billing terms do not apply to SKC provided monthly-recurring managed services and dedicated onsite services, which will be invoiced monthly. Except as otherwise stated herein, SKC's payment terms are net 30 from the receipt of an invoice. Past due amounts may be subject to a late charge of 1'/:9'0 per month. 7.6 Customer is solely responsible for paying all required freight charges and taxes (including, but not limited to, property, sales, use, or excise taxes) with respect to the equipment and services, except for any income tax assessed upon SKC. If you are tax exempt, please send exemption certificate(s) to taxexempt@skccom.com, or fax to (800) 454-4752, attention Accounts Receivable. 8. Change Order 8.1 In the event either party wishes to modify this SOW, the following procedures will apply: (a) The party requesting the change will notify the other party in writing of the change request. (b) SKC will prepare a change order form ("Change Order') outlining the impact of the change. The parties will evaluate and negotiate in good faith the changes to the SOW, and additional fees, if any, required to implement the Change Order. (c) The Change Order will be incorporated into this SOW, upon agreement by both parties in writing. This Entire Document and all information (including drawings, specifications and designs) presented by SKC Communication Products, LLC (a wholly-owned subsidiary of AVI-SPL LLC) ("SKC") is the property of SKC or its affiliate. Proprietary information provided to potential customers, clients or agents is for the sole purpose of demonstrating solutions delivery capabilities and shall be held in confidence. These materials may not be copied, distributed or disclosed in any way without the sole written permission of an authorized representative of SKC. �OCopyright SKC Communication Products, LLC. All Rights Reserved 1� I ll�lV:rr:ll 11. JUJ'1 JU�- 1,� t,l\� V 1 1 � JIJV 11. .l.J / 1� /. 1.� LV(�lll. \ Addendum to General Terms and Conditions — Support and Maintenance Services The following terms supplement and modify the General Terms and Conditions as they apply to SKC's provision of support and maintenance services as more particularly described in this Addendum and the Support and Mai�tenance Services Description (collectively, the "Services"). Any capitalized terms not otherwise defined herein shall have the meanings ascribed to them in the General Terms and Conditions. 1. Definitio�s This Addendum contains defined terms and acronyms. The following definitions shall apply: "Help Desk" means SKC's 24x7 global help desk as described in the Support and Maintenance Services Description and this Addendum; "In-Warranty Hardware" means the covered equipment has an active, Manufacturer or third-party sponsored warrenty program that can be exercised by the Customer or by the SKC on behalf of the Customer; "Manufacturer' means an entity that produces hardware and / or software; "Out-of-Warrenty Hardware" means the covered equipment does not have an active, Manufacturer or third-party sponsored warranty program that can be exercised by the Customer or by the SKC on behalf of the Customer; "Sokware Options" means optional functionality or features of sohware that may be selected at the time of purchase or later, and for which separate charges are assessed; The Services shall commence upon installation project completion or, for Stand-alone Services, upon SKC's confirmation of Customers order, and shall continue for the term specified in the Proposal, unless earlier terminated. Installation projects containing multiple phases or being performed over extended periods may include multiple completion milestones / service commencement dates. The Services shall expire at the conclusion of the term specified in the Proposal, unless earlier terminated. Notwithstanding anything to the contrary in the Terms and Conditions, SKC reserves the right to postpone commencement of the Services, upon written notice to Customer, in the event of any delays that prevent SKC from commencing the Services on the original commencement date. In such case, SKC will provide a new Services commencement date and the term of the Services will commence as of that date and continue for the term specified in the Proposal, notwithstanding any specific dates contained in the Agreement or any other purchase documents. Invoicing and payment will be adjusted to align with the new commencement date of the Services. 5. Services Availability Help Desk remote support is available on a 24x7 basis. "Sohware Update" means software for which the Manufacturer has provided fixes or minor revisions to correct errors or defects in the existing operation of the software in accordance with the published product specifications, and which is limited to those updates that the Manufacturer generally provides to its customers at no charge. Sokware Updates do �ot include Software Upgrades or Software Options; "Sokware Upgrede" means new releases of the software which contains enhancements improving the functionality or capabilities of the sohware, which Manufacturer may make available to its customers. Software Upgredes do not include Software Options; and "Support and Maintenance Services Description" means that portion of the Proposal detailing the Services being purchased by Customer. 2. Services Description The Services purchased by Customer are detailed in the Support and Maintenance Services Description. 3. Services Orders Following SKC's order confirmation, Customer agrees to provide a contact name, contact email address, and telephone number at the service location(s). Standard response times and service level agreements are not guarenteed until such information is received by the Help Desk. Products specifically identified in the proposal will be eligible for Services. If Customer elects to purchase any additional or optional services or features, additional fee(s) will be invoiced separetely with payment terms as specified for such services. 4. Services Term Unless otherwise noted in the Support and Maintenance Services Description, the SKC's field service technicians are available Monday through Friday from 8 AM to 5 PM local standard time, excluding legal holidays. For Customers with service locations in the United Areb Emiretes, the SKC's field service technicians are available Sunday through Thursday from 8 AM to 5 PM local standard time, excluding legal holidays. Requirements to provide Services prior to or aker the agreed upon hours of support must be agreed to by both Parties in advance and in writing and additional fees may apply. 6. Third Party Services SKC may make third party services available to Customer. SKC offers no guarantees and assumes no responsibility or liability of any kind with respect to third party services. 7. Software Updates, Upgrades, and Options The Help Desk will assist with the provision of Software Updates, Upgrades, or Options when necessary to resolve a reported issue and when made available by the Customer or Manufacturer. Depending on Services elected, additional charges may apply for proactive management of Software Updates, Upgredes, or Options and when specialist or onsite support of these activities is requested or required. SKC will not be liable for any issues, damages or disruption arising from a Software Update, Upgrade, or Option released by a third party. 8. Replacement Parts Standard program: In-Warranty Hardware will be eligible for repairs or replacement parts and the use of advanced replacement programs in accordance with the This Entire Document and all information (including drewings, specifications and designs) presented by SKC Communication Products, LLC (a wholly-owned subsidiary of AVI-SPL LLC) ("SKC") is the property of SKC or its affiliate. Proprietary information provided to potential customers, clients or agents is for the sole purpose of demonstrating solutions delivery capabilities and shall be held in confidence. These materials may not be copied, distributed or disclosed in any way without the sole written permission of an authorized representative of SKC. �OCopyright SKC Communication Products, LLC. All Rights Reserved i'rl)�JV:��n u. .�o7'i.Jo� J., i,il-v.il / �UI.I !r. :17/r Lr iii;,vc Manufacturer's published warranty program. Replaced parts will become the property of SKC or the Manufacturer. If replaceme�t activity is performed by Customer, the replaced parts must be returned per the SKC's direction within five (5) business days of receipt of the replacement part; otherwise, Customer will be invoiced the full list price for the replaced part. Depending on Services elected, additional charges may apply for onsite support of In- Warrenty Hardware parts repair or replacement. Out-of-Warranty Hardware or other parts repair or replacement deemed to be out-of-warranty will be considered billable activiry. Optional program: Customers who elect an extended hardware warranty as a component of their Services are eligible for repairs or replacement parts for Out-of- Warranty Hardware. The inclusion of this coverege must be incorporated into the Support and Maintenance Services Description and is further described therein. 9. Service Level Agreement Help Desk response: SKC's Help Desk will provide an average speed of answer of sixty (60) seconds for support calls and will respond to new service requests made via email or web portal to its Help Desk within four (4) hours with case assignment notification. Upon the Help Desk's determination that a dispatch is required, SKC's field service technicians will provide the onsite response aligned to the service level elected in the Support and Maintenance Services Description. The ability to meet this service level may be impacted by the Customer's room availability, the requirement for replacement parts, and the reliance on a Customers third-party. When a case is opened, the Help Desk will classify the case in accordance with the following incident priority classifications: Priority 1— core business or technology functionality unavailable resulting in work stoppage or significant impact to user experience Priority 2— a loss in functionality that compromises but does not prevent work completion or have significant impact to user experience Priority 3— issue that does not compromise work completion and therefore does not require immediate attention Priority 4— issue that can be scheduled such as a maintenance activity or scheduled replacement 10. Services Exclusions Unless otherwise specified in the Support and Maintenance Services Description, Services do not cover any of the following: (i) electrical work and / or in-house cabling; (ii) repair or replacement resulting from natural disaster, fire, accident, neglect, misuse, vandalism, water, corrosion, power surges, unconditioned or fluctuating power, Customer-provided network, or failure of the installation site to conform to Manufacturer specifications; or resulting from use other than intended purposes; or resulting from use with items not provided or approved by SKC; or resulting from the performance of maintenance or the attempted repair by persons other than SKC's employees or persons authorized by SKC; (iii) repair or replacement excluded by or no longer covered by the Manufacturers repair and replacement program; (iv) furnishing supplies or accessories including consumables such as projection lamps, bulbs, filters, fuses, batteries and the labor to replace these items; (v) relocation services, or the addition or removal of items from or to other devices not furnished by SKC; (vi) damage to displays caused by screen burnout or image "burn-in"; and (vii) Services in connection with computer viruses or conflicts involving software that is not installed or introduced by SKC including coverage for Customer-furnished product unless specifically listed as covered product. Any modifications and / or additions made without SKG's prior written approval are at Customer's sole risk and expense. If, in SKC's reasonable discretion, such modifications and / or additions cause defects, disruptions and / or malfunction, and Customer requests SKC's assistance to correct the issue, SKC's assistance will be billable at SKC's then-current time and material rates. 11. Charges and Payment Terms Unless otherwise specified in the Proposal, payment terms are net 30 days from Customers receipt of invoice. Unless otherwise specified in the Proposal, Stand-alone Services will be billed upon SKC's confirmation of Customer's order. Any services provided that are not included in the Services will be billable as incurred. 12. Termination SKC may immediately terminate the Services upon written notice in whole or in part for cause if any person other than a SKC employee or designated service representative alters covered equipment rendering it unsafe. In the event of Customer's early termination for cause, a pro-rated refund will be issued to the Customer for the unused term of Services, except Customer shall remain liable for (i) all non-refundable third-party fees incurred by SKC for prepaid expenses and (ii) all services performed during Services term. Services may not be terminated for convenience. SKC reserves the right to terminate or modify available Services at any time in its sole discretion; provided, however, that any such termination or modifications will not affect any Services already ordered by Customer and confirmed by SKC prior to such termination or modifications except as mutually agreed by both Parties. 13. Customer Obligations (a) Customer shall provide SKC with all information, cooperatio� and access that SKC reasonably requests for remote diagnosis of the reported issue. Parts replacement and onsite service may not become available until the Help Desk is provided the appropriate information or support to diagnose the issue. (b) If applicable, Customer shall provide SKC personnel with timely access to service location and adequate working space at no charge to SKC. (c) Customer shall provide SKC's onsite managed services person�el with adequate working conditions that comply with all applicable labor, safety and health laws and regulations. (d) Customer will provide the necessary utility services for use in accordance with the Manufacturer's applicable published specifications. (e) Customer will be responsible for payment of parts and services provided by SKC that are not covered by the Services. SKC will obtain Customer's written consent prior to providing the parts and / or services, which will be billable at SKC's then-current This Entire Document and all information (including drewings, specifications and designs) presented by SKC Communication Products, LLC (a wholly-owned subsidiary of AVI-SPL LLC) ("SKC") is the property of SKC or its affiliate. Proprietary i�formation provided to potential customers, clients or agents is for the sole purpose of demonstrating solutions delivery capabilities and shall be held in confidence. These materials may not be copied, distributed or disclosed in any way without the sole written permission of an authorized representative of SKC. �OCopyright SKC Communication Products, LLC. All Rights Reserved ri i�N�>..n �r. _>o�v�o i, �.n vl l�,�,v u. ��� i c 1 iv��v� \ time and material retes. (f) SKC strongly recommends that Customer install and use a current, reputable anti- virus program in connection with any PC-based, open-architecture praduct, and that Customer regularly updates and runs such anti-virus program, especially in connection with the emergence of any new viruses. (g) Customer is solely responsible for backing up its data. SKC will not under any circumstances have a duty to back up Customer's data or to restore data that is lost in the course of SKC's provision of Services, or otherwise. SKC will not be liable for the loss of Customers data, whatever the reason for the loss, including without limitation as a result of SKC's negligence. The preceding limitation applies to any cause of action, whether based in contract, tort, or any other theory. 14. Solicitation At no time during the term of the Services or for one (1) year thereafter, will Customer directly or indirectly offer employment to any SKC employees who performs Services on behalf of SKC without SKC's express prior written consent. In the event that Customer is in breach of this provision, SKC shall have the right to invoice Customer, and Customer agrees to pay, a sum equal to twelve (12) months' salary in respect of the hired individual. The foregoing restrictions shall not apply to solicitation through any general recruitment advertisement in the normal course of business, without specifically targeting or approaching the other SKC's employees. 15. Warrenty and Limitation of Liability SKC WARRANTS FOR NINETY (90) DAYS FROM THE PERFORMANCE OF ANY SERVICES HEREUNDER THAT SUCH SERVICES SHALL BE PERFORMED IN A WORKMANLIKE MANNER CONSISTENT WITH GENERALLY ACCEPTED INDUSTRY STANDARDS. SKC MAKES NO OTHER WARRANTY, EITHER EXPRESS OR IMPLIED, INCLUDIN6, BUT NOT LIMITED TO, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE OR OF MERCHANTABILITY. SKC MAKES NO WARRANTY THAT OPERATION Of THE PRODUCT SERVICED WILL BE UNINTERRUPTED OR ERROR FREE. CUSTOMER MUST PROMPTLY REPORT IN WRITING ANY BREACH OF THIS WARRANTY TO SKC NO LATER THAN FIFTEEN (15) DAYS AFTER EXPIRATION OF THE ABOVE WARRANTY PERIOD, AND CUSTOMER'S EXClU51VE REMEDY AND SKC'S ENTIRE LIABILITY FOR ANY BREACH OF SUCH WARRANTY SHALL BE FOR SKC TO RE-PERFORM THE SERVICES OR, IF SKC IS UNABLE TO RE-PERFORM THE SERVICES AS WARRANTED, CUSTOMER SHALI BE ENTITLED TO RECOVER THE PRORATED fEES PAID TO SKC FOR THE NONCONFORMING SERVICES. SUBIECT TO THE EXCLUSION OF DAMAGES PROVISION CONTAINED IN THE GENERAL TERMS AND CONDITIONS, SKC'S MAXIMUM LIABILITY FOR ALL OTHER DAMAGES WILL BE LIMITED TO ONE (1) YEAR'S SERVICE CHARGES. THIS LIMITATION OF LIABILITV IS CUMULATIVE AND NOT PER INCIDENT. SOME STATES OR IURISDICTIONS DO NOT ALLOW THE EXCIUSION OR LIMITATION OF INCIDENTAL OR CONSEQUENTIAL DAMAGES AND IN SUCH EVENT, THE FOREGOING EXCLUSIONS AND LIMITATIONS SHALL ONLY APPLY TO THE EXTENT PERMITTED BY APPLICABLE IAW. This Entire Document and all information (including drewings, specifications and designs) presented by SKC Communication Products, LLC (a wholly-owned subsidiary of AVI-SPL LLC) ("SKC") is the property of SKC or its affiliate. Proprietary information provided to potential customers, clients or agents is for the sole purpose of demonstrating solutions delivery capabilities and shall be held in confidence. These materials may not be copied, distributed or disclosed in any way without the sole written permission of an authorized representative of SKC. OO Copyright SKC Communication Products, LLC. All Rights Reserved rii.��x�:,�n ir. .�o��i�o� i, u��v.ii � i�.,1� u. .�.�ii �_�.� ivov� \ Addendum to General Terms and Conditions — Collaboration The following terms supplement and modify the General Terms and Conditions as they apply to Seller's provision of collaboretion services as more particularly described in the SOW. Any capitalized terms not otherwise defined herein shall have the meanings ascribed to them in the General Terms and Conditions. 1. Additional Customer Responsibilities. The following items have been deemed to be outside of the project scope and therefore the responsibility of the Customer to complete: (a) Troubleshooting of the Customer's data network: It is the responsibility of the Customer to provide a data network that is fully configured and able to support the applications being deployed on this project. SKC will not provide resources in configuration or troubleshooting of the Customer data network. Any project delays or cancellations due to Customer data network issues is considered billable on T&M at the rate of 5300.00/hour with all work performed during normal business hours. (b) Coordination of and/or troubleshooting of the Customers chosen Telephony provider: It is the responsibflity for all coordination and communication with their chosen Telephony provider, SKC will not provide resources for the purpose of scheduling or troubleshooting of the Customers chosen Telephony provider. Any project delays or cancellations due to Customer data network issues will be considered billable on T&M at the rate of $300.00/hour with all work performed during normal business hours. (c) Certificates: It is the Customer's responsibility to verify the communications systems certificate expiretion dates, use Avaya provided tools to update certificates, use third party certificates to replace Avaya certificates, and to take proactive measures to prevent the expiretion of certificates which may lead to the interruption of Avaya services. SKC will charge a time and material (T&M) rate of $300.00/hour for any Customer engagements related to updating certificates or related issues. with all work performed during normal business hours. Certificate renewal and genereting instructions can be found under each Avaya product line on https://su p po rt. avaya. co m. (d) Virtual Environment: It is the Customers responsibility to provide a virtual environment that meets the minimum requirements mandated by Avaya. Minimum requirements can be found under each Avaya product line on https://support.avaya.com. Redeployment of applications due to not meeting the minimum requirements is considered billable on T&M at the rete of $300.00/hour with all work performed duri�g normal business hours. (e) IP Address Schema change: All IP addresses of the existing applications wilf be reused in the upgraded environment. SKC will use temporary IP addresses during the pre-deployment phase to avoid an IP Address conflict on the network. At the time of go-live, the primary IP Addresses will be redeployed. (f) Wall Field Tagging/Toning: It is the Customer's responsibiliry to provide a clearly marked wall field on both the station and equipment side. The Customer must provide written confirmation that the wall field is tagged and toned no less than 2 weeks prior [o the mutually agreed upon implementation date. If upon arrival onsite SKC determines the wall field is not sufficiently tagged and toned, the project will put on hold and all additional travel and expenses to continue the project will be charged to the Customer. (g) Gateway Firmware: Unless specifically identified in the SOW, SKC will not be responsible for any firmware updates for any existing gateways. If firmware updates for any existing gateways are requested, then SKC will require a change order for billable services. (h) Additional Work: Any additional programming request or application upgrade not specifically outlined in the SOW is excluded from this Statement of Work. (i) Customer will provide: • Site address(es) • Named resources with contact information • Access to these individuals at agreed upon times • VPN or equivalent unassisted access to Customer network as needed for entirety of the project • Attendance and participation in any scheduled planning calls • Extension of TELCO dmarc to the existing voice system prior to tech arrival onsite • Provide SKC with PRI provisioning cut sheet from TELCO provider . Any interactions or order placement with their TELCO providers . Completion of all requested documents requested by SKC and/or cloud services provider • For projects involving Customer installed hardware, such as gateways and servers, (excluding 8300's) the Customer is responsible for contacting Avaya to have the installed equipment certified by an Avaya resource. Failure to complete this certification could result in maintenance T&M charges from Avaya, if Avaya determines that the Customer installed equipment was never certified by an Avaya technician. Please refer to the addendum and documentation links for additional information. You may elect to have SKC manage this process for you for an additional labor cost for each site requiri�g installation certification. This Entire Document and all information (including drawings, specifications and designs) presented by SKC Communication Products, LLC (a wholly-owned subsidiary of AVI-SPL LLC) ("SKC") is the property of SKC or its affiliate. Proprietary information provided to potential customers, clients or agents is for the sole purpose of demonstreting solutions delivery capabilities and shall be held in confidence. These materials may not be copied, distributed or disclosed in any way without the sole v�r�fe��eir��sion of an authorized representative of SKC. �Copyright SKC Communication Products, LLC. All Rights Reserved Addendum to General Terms and Conditions — Video Solutions - Infrastructure The following terms supplement and modify the General Terms and Conditions as they apply to Seller's provision of video solutions — infrastructure services as more particularly described in the SOW. Any capitalized terms not otherwise defined herein shall have the meanings ascribed to them in the General Terms and Conditions. 1 Additional Customer Responsibilities: (a) For Remote installations, Customer must provide dedicated computer. This computer will be utilized by the technician for all configuretion and testing utilizing a screen share application. (b) Complete required software updates/upgredes to any equipment SKC is not installing prior to installation. Any updates/upgrades SKC performs must have a direct relation to the current project and/or functionality of the new equipment. (c) SKC will install all components with self-signed certificates. Any fully issued certificates will be the Customer's responsibility. (d) Complete all network and power requirements prior to SKC arrival. (e) Complete all Customer network configuration, setup, and troubleshooting, including configuration of any network intrusion equipment that may impede the completion of a video network call. (f) Provide resources to troubleshoot and remedy any OPE issues. Please note that in order to find the source of an issue, troubleshooting may need to be performed on the OPE. It is Customer's responsibility to provide resources to troubleshoot OPE, even though root cause may not be OPE. SKC can troubleshoot OPE at an additional cost. (g) Provide adequate security and storage of equipment at job site. (h) Determine training attendees and ensure they attend at the agreed upon date and time. (i) Have an authorized representative available on last day of install to provide written sign-off (with or without exceptions). (j) Ensure rooms are available at agreed upon dates and times. (k) Provide accurete shipping information. If shipping information provide is incorrect, additional charges and a Change Order may be required Addendum to General Terms and Conditions — Video Solutions - Set Top The following terms supplement and modify the General Terms and Conditions as they apply to Seller's provision of video solutions — set-up services as more particularly described in the SOW. Any capitalized terms not otherwise defined herein shall have the meanings ascribed to them in the Generel Terms and Conditions. 1 Additional Customer Responsibilities: (f) Provide resources to troubleshoot and remedy any OPE issues. Please note (a) Complete required software updates/upgrades to any equipment SKC is not that in order to find the source of an issue, troubleshooting may need to be installing prior to installation. Any updates/upgrades SKC performs must have a done on the OPE. It is Customers responsibility to provide resources to direct relation to the current project and/or functionality of the new equipment. troubleshoot OPE, even though root cause may not be OPE. SKC can troubleshoot OPE at an additional cost. (b) Any necessary high voltage electrical work. In most cases this is relevant to installation of powered screens, projector and monitor installation locations. Either the Customers internal facilities staff will need to provide this service or an outside electrical contractor will need to be brought in at the Customer's expense. (c) Delivery and setup of all furniture and/or mounting locations prior to SKC arrival. (d) All wall support, network, a�d power requirements must be completed prior to SKC arrival. (e) All Customer network configuration, setup, and troubleshooting, including configuretion of any network intrusion equipment that may impede the completion of a video network call. (g) Provide adequate security and storage of equipment at job site. (h) Determine training attendees and ensure they attend at the agreed upon date and time. (i) Have an authorized representative available on last day of install to provide written sign-off (with or without exceptions). (j) Ensure rooms are available at agreed upon dates and times. (k) Provide accurate shipping information. If shipping information provide is incorrect, additional charges and a Change Order may be required. This Entire Document and all information (including drawings, specifications and designs) presented by SKC Communication Products, LLC (a wholly-owned subsidiary of AVI-SPL LLC) ("SKC") is the property of SKC or its affiliate. Proprietary information provided to potential customers, clients or agents is for the sole purpose of demonstrating solutions delivery capabilities and shall be held in confidence. These materials may not be copied, distributed or disclosed in any way without the sole v�rfvr�t�n�eirC�ssion of an authorized representative of SKC. �Copyright SKC Communication Products, LLC. All Rights Reserved \ Addendum to General Terms and Conditions — A/V SMARTCare Hourly Services The following terms supplement and modify the General Terms and Conditions as they apply to Sellers provision of SMARTCare hourly services as more particularly described in the SOW. Any capitalized terms not otherwise defined herein shall have the meanings ascribed to them in the Generel Terms and Conditions. 1. Additional Customer Responsibilities: SKC requires the compliance with the following to enter into this SOW for SKC SMARTCare Hourly Services: (a) Customer agrees that the systems are currently in working condition with no major equipment or programming failures. (b) SKC requires a comprehensive list of all equipment to be covered by this contract, schematics for the locations you wish to have supported by this agreement, and any controlled systems via AMX/Crestron can be covered only with access to the original code. Without the original code, SKC will have to re- write all progremming to the existing room(s) to be able to provide support. AI SKC programming work to the supplied code, or AutoCAD time necessary to fulfill this contract will be charged against the hours. If these materials are not available, SKC may require a site-survey of each location to create proper support documentation. Site surveys may be billed separetely or can be billed against the total number of hours should Customer choose to pursue a SKC SMARTCare Hourly contrect. performance of its obligations, including providing full, free and safe access to its facilities and telephone numbers, network addresses and passwords necessary for remote access, as applicable. 2. Exceptions. (a) This SOW is for labor only and does not cover any equipment repair or replacement costs. SKC will help facilitate RMAs with vendors but will pass along any repair or replacement and shipping costs to Customer. SKC will provide loaner equipment if/when available to keep the existing space functioning. SKC cannot guarantee that loaner equipment will be available to alleviate all feature and functionality issues, but will provide best effort. (b) SKC will not be responsible for system failure due to operator error, misuse, or any other malfunction with an origin determined not to be the result of a manufacturing defect or failure. (c) Hours can only be applied to service-related issues and cannot be used towards new installations or new programming requests. (c) Customer must provide serial numbers for all Polycom & Cisco components for SKC to confirm extended manufacturer warranty status. Equipment must be under current coverage to receive software or hardware assistance. (d) Provide accurate shipping information. If shipping information provided is incorrect, additional charges and a Change Order may be required. 3. Contract Term. (d) Customer must provide uninterrupted access to all meeting rooms during scheduled service calls and assumes all responsibility for equipment and its This SOW for SKC SMARTCare Hourly Services is for a term of one calendar year. replacement. Any delayed access to a room requiring service will count against At the end of the one year contract period, any unused hours will expire or a the on-site hours. new contact proposal can be reviewed. Any additional hours needed within the year contract can be purchased in blocks of 25 hours. (e) Customer will cooperate with SKC as reasonably necessary for SKC's Addendum to General Terms and Conditions — Managed Services The following terms supplement and modify the General Terms and Conditions as they apply to Seller's provision of managed services as more particularly described in the SOW. Any capitalized terms not otherwise defined herein shall have the meanings ascribed to them in the Generel Terms and �onditions. 1. SOW Term. (a) After the initial term, this SOW automatically renews for consecutive one month terms on each monthly anniversary date, unless either party provides written notice to the other party of its intention to terminate this SOW at least 60 days in advance of its desired termination date. The SKC Managed Services monthly fee for each monthly renewal periods is equal to SKC's current monthly fee for a one-year term plus 20�, unless otherwise agreed to in writing by the parties." (b) Customer may terminate this SOW in whole or in part at any time upon 30 days written notice to SKC sub�ect to a cancelation fee equal to the SKC Managed Services fees for the remaining term. (c) Immersive rooms will be priced accordingly and all additions will be prorated to coincide with the current contract. Any onsite visits will be priced at special T&M rates; trevel expenses will be quoted for fee approval. This Entire Document and all information (including drawings, specifications and designs) presented by SKC Communication Products, LLC (a wholly-owned subsidiary of AVI-SPL LLC) ("SKC") is the property of SKC or its affiliate. Proprietary information provided to potential customers, clients or agents is for the sole purpose of demonstrating solutions delivery capabilities and shall be held in confidence. These materials may not be copied, distributed or disclosed in any way without the sole v�riVt�en�e �r��sion of an authorized representative of SKC. �OCopyright SKC Communication Products, ILC. All Rights Reserved SKC Addendum to General Terms and Conditions — Dedicated Onsite Staffing Support Services The following terms supplement and modify the General Terms and Conditions as they apply to Seller's provision of dedicated onsite staffing support services as more particularly described in the SOW. Any capitalized terms not otherwise defined herein shall have the meanings ascribed to them in the General Terms and Conditions. 1. Non-Solicitation. During the contrect period and for one year thereafter, Customer shall not, on its own account or on behalf of any other person, directly or indirectly hire or solicit to be hired, as an employee or independent contractor or in any other capacity, any SKC Technician providing services to Customer under this Agreement. Violation of this provision will result in a penalry fee in the amount of two times total Annual Agreement Amount (noted below�, payable immediately. 2. Fee Schedule; Expenses. Customer will be billed a set monthly fee as indicated in the SOW, with credits ($50/hr) for absences beyond the planned, unplanned, and holiday allowances for which a replacement was not provided. Customer will be responsible for any parking expenses and the Technician purchase of any equipment or tools required to complete the assigned work. If Customer requires the 7echnician's services outside of the specified area listed in contract, Customer will be responsible for all trevel, lodging and per diem expenses. Any travel outside of specified area must be approved by SKC Manager of Service and the Technician. 3. SOW Term. The term of this SOW will commence on the date indicated in the SOW and expire on dated indicated in the SOW, for a guarenteed period of 12 months. All deliverables listed within this SOW are expected to be completed by SKC. This SOW may be terminated for any reason by either party by giwng a sixty (60) day written notice of the intent to terminate and, in the case of termination by Customer or the case of termination by SKC with cause, is subject to a cancelation fee equal to the fees for the remaining term. 4. Exceptions. SKC will not be responsible for system failure due to operator error, misuse, or any other malfunction with an origin determined not to be the result of a manufacturing defect or failure. FOR THE AVOIDANCE OF DOUBT, THERE IS NO WARRANTY THAT ALL SECURITY THREATS AND VULNERABILITIES IN A SUPPORTED PRODUCT, SUPPORTED SYSTEM OR NETWORK WILL BE DETECTED OR THAT SKC SMARTCARE SERVICES WIIL RENDER THEM SAfE FROM SECURITY BREACHES. This Entire Document and all information (including drawings, specifications and designs) presented by SKC Communication Products, LlC (a wholly-owned subsidiary of AVI-SPL LLC) ("SKC") is the property of SKC or its affiliate. Proprietary information provided to potential customers, clients or agents is for the sole purpose of demonstreting solutions delivery capabilities and shall be held in confidence. These materials may not be copied, distributed or disclosed in any way without the sole u�r�eSn�er�r��ssion of an authorized representative of SKC. OO Copyright SKC Communication Products, LL�. All Rights Reserved Exhibit B Parkh i I I CONSTRUCTION CHANGE REQUEST #026 PROJECT: City of Lubbock Police HQ 15"' St and Ave K Lubbock, Texas 79401 TO CONTRACTOR: Lee Lewis Construction Inc 7810 Orlando Ave. Lubbock, Texas 79423 DATE: 7/21 /2023 �Owner CONTRACT DATE: 01/2019 � ARCHITECT'S PROJECT � NUMBER: 8715.18 OWNER'S PROJECT NUMBER: � 19-14153-MA •_ . . �•� � _ __ .���� � 1 ; �� , _ �, �� ,= � J�� . , � , , S , //�. L.!� � 1613 � �� OF 7/21/2023 Please submit an itemized quotation for changes in the Contract Sum and/or Time incidental to proposed modification to the Contract Documents described herein. THIS IS NOT A CHANGE ORDER NOR A OIRECTION TO PROCEED WITH THE WORK DESCRIBED HEREIN UNTIL APPROVED BY THE OWNER. Description: (Written description of the work) Please see attached drawings. A non-ballistic service pass-through window has been added befinreen PUBLIC WINDOWS 144 and CORRIDOR 155. A new ballistic service pass-through window was added in FINGERPRINT REGISTRATION 101A per clarifications from LPD for the use of this room. New aluminum storefront openings have been added in CORRIDOR 258 and 256 per LPD request. Please see the revised aluminum storefront schedule for openings AL23 and AL24. The partitions above the openings shall be 6" metal studs with 5/8" type X gypsum board on each side. Notes have been added to the issued plan drawings providing guidance for aligning gypsum finishes with adjacent partitions etc. Door hardware sets and access control to be selected and installed by LLCI per existing hardware schedule. Submitted By: Ryan Wilkens CONTRACTOR'S RESPONSE: ❑Add to / ❑ Credit Contract Sum ❑Credit / ODeduct Contingency TOTAL CCR Attachment: Breakdown $ 39.386.00 CONSTRUCTION CHANGE REQUEST APPROVAL When signed by Owner and upon receipt of approved document by the Contractor, the Contractor shall proceed with the change(s) described above. If CCR is changing the Contract Sum or GMP by cost or time, an official Change Order on AIA G701 will be executed and distributed. Approved Additional Time 0 Owner ❑ CMAR Attachments: A-121, A-122, A-601 Additional days requested for this CCR: TBD $ $ 39,386.00 By: Date: (Signature) � ■� i`.�,.. •• � ' � �U PA s�a�enbpeaH a�i�od � $ _ � 'r � `o O € � LL i _°o m r ,� � N o r � � � � = c 10 Q - LL ¢ a � r a� ? p7'y�e v, sn�Y� o =F"gy� Z Y:Sun Z .Ti�� � . .,.,, g 4 � � � °-.3e*�� $ �� °¢� 3 ::�'�aa;: +s $� `td �;ti':°r; �3 i g� o Y� K� b2 �a� F�=��`g %e e `� ek1y � �� 8� = Yy$'i � �'sY� ;; e $ $;�pg ���'�=c's €3 `�g . �'� _��ipd 3$$:��, s5 rn.§_Pa� �; ��t��a- 3e z :=�:7�y I �:g'��� �� QC��iqg%�Y@ � Y��'-Sci�� L: ;:4i�� e1QYsE4����d � �:}'<�y� Y18Q:: Ff �e<c5fi&i H: a Y.Ya�a��� :� C �� i. � �� � � � ;��� ` < ,:: : x: �o. A s�a�enbpeaH aai�od � a :_ �� ;; 1 � ,s � o O �y O LL m N � N oce �' m¢a • Q � r � ; s� a`a 47p�o N bblYi � :�'f}Y= � Yo7v'a_ Z ".T.�i a �e 3 �s � � � �a ��� 's �° � y, a �� §��� �� � � a�Ii Z: >q Y7.a i.i Ei Y� o�%�dE� 4�y��z"s L� W rY�;�s� o0 ���e"$ 3d w �§bod:� .'S z :i°.."6y II O ���kzy¢ L � v� a �-Y���� a ==:PS�E � �'jr c� /�' �� : � No Text Lee Lewis PCCO #26 Construction, Inc. Lee Lewis Construction Inc. - HQ Project: AA-2148 - Lubbock Police Headquarters 7810 Orlando Avenue 1401 15th Street Lubbock, Texas 79423 Lubbock, Texas 79401 Phone: 806-797-8400 Fax: +1.806.797.1034 Prime Contract Change Order #26: CCR#26 - Added Pass Thru's and Storefronts TO: CITY OF LUBBOCK FROM: Lee Lewis Construction - HQ City of Lubbock 1314 Avenue 4th Floor 7810 Orlando Ave LUBBOCK, Texas 79457 Lubbock, Texas 79423 DATE CREATED: 8/24/2023 CREATED BY: David Clower (Lee Lewis Construction - HQ) CONTRACT STATUS: Pending - In Review REVISION: 0 REQUEST RECEIVED LOCATION: FROM: DESIGNATED REVIEWER: REVIEWED BY: DUE DATE: REVIEW DATE: INVOICED DATE: PAID DATE: REFERENCE: CHANGE REASON: Allowance PAID IN FULL: No EXECUTED: No ACCOUNTING METHOD: Amount Based SCHEDULE IMPACT: SIGNED CHANGE ORDER REVISED SUBSTANTIAL RECEIVED DATE: COMPLETION DATE: FIELD CHANGE: No CONTRACT FOR: 1:Lubbock Police Headquarters Prime Contract TOTAL AMOUNT: $0.00 DESCRIPTION: CCR#26 - Added Pass Throughs and Store Fronts This includes labor and material to make changes outlined in CCR#026. Security portion removed from this CCR as it is part of the door count that Ray provided Entec for CCR#035 Note incorporated in this price is the hardware change at bullet resistant doors. Holes cannot be drilled in bullet resistant doors to accommodate specified hardware. Two of the leftover hardware sets will be used for added doors in this CCR and remaining will be left with the COL. Material. lead times are 8-10 weeks and install time is 7 days. We cannot get an exact lead time from manufacturer on doors until CCR is approved order is placed. ATTACHMENTS: Lubbock Police CCR 26.pdf, Lubbock Glass.pdf, Hargrove.pdf, Hallgren.pdf CHANGE ORDER LINE ITEMS: # Budget Code Description Amount 1 8-410.2 ALUMINUM ENTRANCES&STOREFRONTS.SUBCONTRACTOR Store Fronts and Transaction Windows $17,274.00 2 8-100.2 METAL DOORS AND Door Hardware $12,681.00 FRAMES.SUBCONTRACTOR 3 9-250.2 GYPSUM BOARD.SUBCONTRACTOR Fur -Down Framing and Drywall $6,081.00 4 9-900.2 PAINTING.SUBCONTRACTOR Tape, Bed, and Paint $3,350.00 5 1-004.1 OWNERS CONTINGENCY MATERIALS Owner Contingency $(39,386.00) Lee Lewis Construction Inc. - HQ Page 1 of 2 Printed On: 9/15/2023 04:33 PM Lee Lewis PCCO #26 Construction, Inc. Grand Total: $0.00 The original (Contract Sum) Net change by previously authorized Change Orders The contract sum prior to this Change Order was The contract sum would be changed by this Change Order in the amount of The new contract sum including this Change Order will be The contract time will not be changed by this Change Order. Ryan Wilkens (PARKHILL SMITH & CITY OF LUBBOCK COOPER) SIGNATURE DATE City of Lubbock 1314 Avenue 4th Floor LUBBOCK, Texas 79457 SIGNATURE DATE $15,800,000.00 $0.00 $15,800,000.00 $0.00 $15,800,000.00 Lee Lewis Construction - HQ 7810 Orlando Ave Lubbock , Texas 79423 SIGNATURE DATE Lee Lewis Construction Inc. - HQ Page 2 of 2 Printed On: 9/15/2023 04.33 PM THE flflLLGRtn CUMPflnY oF iuseoCu PROPOSAL QUOTATION #: 4914 Date: 7/20.2023 Project: Lubbock Police HQ To: Lee Lewis Construction 7810 Orlando Ave Lubbock, TX 79423 ATTN: David Clower -Supply (3) Sargent non -electrified exit devices and (1) Sargent non -electrified mortise lock for bullet resistant openings (101 B,112,200,300) -Supply (3) HES 9500 surface mount electric strikes and (1) HES 1500C electric strike for bullet resistant openings (101 B,112,200,300). -Price also includes labor to modify strike in opening 101 B to accommodate electric strike. Total ... $12,681.00 Sales Tax if applicable ... 8.25% F.O.B. ORIGIN, FREIGHT CHARGES: N/A We do not include any applicable local or state sales tax. We acknowledge addenda # Quote is for material only, unless otherwise noted. Quote is subject to surcharges that may be imposed by manufacturers due to rising material costs. The prices and terms on this quotation are not subject to verbal changes or other agreements unless approved in writing by the Seller. All quotations and agreements are contingent upon strikes, accidents, fires, availability of materials and all other causes beyond our control. Prices are based on costs and conditions existing on date of quotation and are subject to change by the Seller before final acceptance and void after 60 days. Typographical and stenographic errors are subject to correction. Purchaser assumes liability for patent and copyright infringement when goods are made to Purchaser's specifications. Ample allowance must be made to facilitate efficient production. Conditions not specifically stated herein shall be governed by established trade customs. Terms inconsistent with those stated herein which may appear on Purchaser's formal order will not be binding on the Seller. This quotation is subject to the following terms and conditions: 5909 63'd Street • Lubbock, Texas 79424 • (806) 798-7200 • FAX (806) 798-3999 • www.haligrenco.com "Sew&e %d dcm &2 4 ;Vwdud' Charles Hargrove & Associates, LLP General Paint Contractor - 5102 191h Street - Lubbock, Texas 79407 (806) 791-4436 - Mobile 789-2890 - Fax 791-4462 Estimate: August 22, 2023 Lee Lewis P.O. Box65197 Lubbock, Texas 79464 Project: Lubbock Police Headquarters CCR 026 Add $ 3,350.00 LUBBOCK GLASS & MIRROR EBT. 1944 QUOTED TO: LEE LEWIS CONSTRUCTION PO BOX 65197 LUBBOCK, TX 79464 PROJECT NAME: POLICE HQ LUBBOCK,TX CCR #026 Plans Dated: I I BASE BID FOR CCR #026: 1 -2 New storefront doors with sidelites -Black anodized -Hardware to be installed by LGM ( provided by GC) 4;4 clear tempered glass -Caulking of new frames -LEAD TIME 8-10 WEEKS FROM ORDER DATE PROPOSAL PROPOSAL# 6265 Proposal Date* 8/21/2023 BID BY: VALID UNTIL 9/20/2023 1 -2 transaction windows -1 BR with speak around capabilities (level 4 to match teller windows, black aluminum color) A non BR with speak around capabilities (black aluminum color, tempered clear glass.) -Caulking of both frames -LEAD TIME 2-3 WEEKS FROM ORDER DATE AND 500o DEPOSIT Subtotal Sales Tax (8.25%) Total Phone: 806-745-9336 vince@lubbockglass.com 0.00 9,023.00 8,251.00 $17,274.00 EXEMPT $17,274.00 A60PS OIVr;.HSIFIr69 INTI:FIIORS AMA A I LL0 To: Lee Lewis CCR-26 Date:8/16/23 Re: Furdown Framing Rock and Trim Bid Includes -New Furdowns @ Window Changes Exclusions -Any work not specifically mentioned above Brady Barrick bcbarrick@di-ama.com PO Box 2703 Amarillo, TX 79105 Phone- (806) 379-9622 NM License #87354 By: Barrico Operating, L.L.C. Bid Price ---------- $6,081 Six Thousand Eighty -One Dollars 34015 Fillmore Amarillo, TX 79110 Fax- (806) 374-0241 web- www.di-ama.com Exhibit C Parkhill CONSTRUCTION CHANGE REQUEST #02913 City of Lubbock Police HQ 151' St and Ave K Lubbock, Texas 79401 TO CONTRACTOR: Lee Lewis Construction Inc 7810 Orlando Ave. Lubbock, Texas 79423 DATE:11 /8/2023 1 ®Owner CONTRACT DATE: 01/2019 ®Architect ARCHITECT'S PROJECT ®Contract NUMBER: 8715.18 OWNER'S PROJECT NUMBER: I ®Other 19-14153-MA 11 /8/2023 Please submit an itemized quotation for changes in the Contract Sum and/or Time incidental to proposed modification to the Contract Documents described herein. THIS IS NOT A CHANGE ORDER NOR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED HEREIN UNTIL APPROVED BY THE OWNER. Description: (Written description of the work)This includes labor and material to complete cable tray changes shown in RFI #25 response. CONTRACTOR'S RESPONSE: ❑ Add to /❑ Credit Contract Sum []Credit / x❑Deduct TOTAL CCR Attachment: Breakdown Contingency ® Owner ❑ CMAR Additional days requested for this CCR: 5 $ 6,079.50 $ 6,079.50 CONSTRUCTION CHANGE REQUEST APPROVAL When signed by Owner and upon receipt of approved document by the Contractor, the Contractor shall proceed with the change(s) described above. If CCR is changing the Contract Sum or GMP by cost or time, an official Change Order on AIA G701 will be executed and distributed. By: (Signature) Date: Approved Additional Time parkhill.com Lee Lewis Construction, Inc. Lee Lewis Construction Inc. - HQ 7810 Orlando Avenue Lubbock, Texas 79423 Phone: 806.797.8400 Fax: +1.806.797.1034 PCCO #29 Project: AA-2148 - Lubbock Police Headquarters 1401 15th Street Lubbock, Texas 79401 Prime Contract Change Order #29: RFI#025 - Cable Tray TO: CITY OF LUBBOCK FROM: Lee Lewis Construction - HQ City of Lubbock 1314 Avenue 4th Floor 7810 Orlando Ave LUBBOCK, Texas 79457 Lubbock, Texas 79423 DATE CREATED: 7/11/2023 CREATED BY: David Clower (Lee Lewis Construction - HQ) CONTRACT STATUS: Pending - In Review REVISION: 0 REQUEST RECEIVED LOCATION: FROM: DESIGNATED REVIEWER: REVIEWED BY: DUE DATE: REVIEW DATE: INVOICED DATE: PAID DATE: REFERENCE: CHANGE REASON: PAID IN FULL: No EXECUTED: ACCOUNTING METHOD: Amount Based SCHEDULE IMPACT - SIGNED CHANGE ORDER REVISED SUBSTANTIAL RECEIVED DATE: COMPLETION DATE: FIELD CHANGE: No CONTRACT FOR: TOTAL AMOUNT - DESCRIPTION: RFI#025 - Cable Tray Field No 4 days 1:Lubbock Police Headquarters Prime Contract $0.00 This includes labor and material to add conduits and locate cable tray per RFI #25 response. This includes required conduit to extend those shown to new cable tray location. ATTACHMENTS: ACME RFI#25 Proposal - Revised.pdf CHANGE ORDER LINE ITEMS: # Budget Code Description Amount 1 16-050.2 BASIC ELECT. MATERIALS & METHO.SUBCONTRACTOR RFI#25 - Cable Tray $6,079.50 2 1-004.1 OWNERS CONTINGENCY. MATERIALS Owner Contingency $(6,079.50) Grand Total: $0.00 The original (Contract Sum) $15,800,000.00 Net change by previously authorized Change Orders $0.00 The contract sum prior to this Change Order was $15,800,000.00 The contract sum would be changed by this Change Order in the amount of $0.00 The new contract sum including this Change Order will be $15,800,000.00 The contract time will be increased by this Change Order by 4 days. Lee Lewis Construction Inc. - HQ Page 1 of 2 Printed On: 11/8/2023 09:42 AM mACME ELECTRIC Company Proposed Change Order No. 13 DATE: 12/6/2022 Title: 1st Floor Cable Tray Reroute Project: Lubbock Police Headquarters Location: Lubbock, Texas To: E. Paul Bownds Lee Lewis Construction Reason For Change: Requested from GC Relocation of Cable Tray in Corridor 109 to Locker Rooms And Additional (4) 4" Conduits to New Location Hours Rate Burden Burden Total Total Project Manager 2.00 $ 85.80 45% $ 77.22 $ 248.82 Superintendent 20.00 $ 45.00 45% $ 405.00 $ 1,305.00 Electrician 70.00 $ 40.00 45% $ 1,260.00 $ 4,060.00 OT/Premium $ - Total Labor $ 5,613.82 3,036.94 Materials Subcontractor Subtotal Profit and Overhead $ 2,249.58 7,863.40 5286.52 $ ',179.51 792.98 Total $ 9,044:9�1 $6,079.5 Materials 4" Conduit 4" Coupling 4" Connector Cable Tray Relocation 4" 2-Piece Strut Clamp 3/8" Beam Clamp 1-5/8" D 1-5/8" W Channel 3/8" Hex Head Nut 3/8" Threaded Rod 3/8" Flat Washer - Plated Steel QTY. Total Price Total Labor 80 $ 969.30 27.41 7 $ 226.49 7.35 24 $ 829.42 28.08 additional time to penetrate walls work through overhead obstructions 15.00 8 $ 44.10 3.40 6 $ 54.78 1.20 10 $ 53.13 2.50 6 $ 0.66 0.36 60 $ 71.25 4.50 6 $ 0.45 0.15 $ 2,249.58 89.95 Lee Lewis Construction Inc. - HQ Project: AA-2148 Lubbock Police Headquarters Lee Lewis 7810 Orlando Avenue 1401 15th Street Lubbock, Texas 79423 Lubbock, Texas 79401 Construction, Inc. P:806-797-8400 F: +1.806.797.1034 Status To Date Initiated Location Cost Impact Spec Section Drawing Number Linked Drawings Received From Copies To Activity RFI #25: Data/Cable Tray Clearance Open Brandy Jackson (Parkhill, Smith & Cooper, Inc.) From Mar 29, 2022 Due Date Project Stage No Schedule Impact Reference E.Paul Bownds (Lee Lewis Construction - HQ) 7810 Orlando Ave Lubbock, Texas 79423 Apr 3, 2022 Course of Construction TBD Charles French (Lee Lewis Construction - HQ) Clayton Echols (Lee Lewis Construction - HQ), Charles French (Lee Lewis Construction - HQ) Question Question from E.Paul Bownds Lee Lewis Construction - HQ on Tuesday, Mar 29, 2022 at 11:41 AM CDT The data cable tray in Corridor 109 above the mid landing only has 7'- 3" clearance to the I beams on the E and W side.(see pic) The cable tray is also suppose to have 1 ft of clear space above it for running cables. Please advise of new location of cable tray? Do to limited space and fire walls will going thru 114 and 115 the locker rooms work? Attachments IMG_1590.MOV Awaiting an Official Response Response: Reference attached sheet (page 3) for revised pathway. Adam Dickerson 2022-03-31 Lee Lewis Construction Inc. - HQ Page 1 of 1 Printed On: Mar 29, 2022 11:41 AM CDT i' AN }�• its s t �, mot+ 4 - - - o- C5 a •.�.J a Y �f e�'"°N3pjSrq Reference attached sheet (page 3) for revised pathway. 2022-03-31 nld. •� L Parkhill rLubtiock cxra�.ee..a ,.U, - 1. FIRST FLOOR PLAN - COMMUNICATIOf TN-111 i6 Parkhill ics MAW VjLubtiock CMw Ww«� , o, FIRST FLOOR PLAN - COMMUNICATIOI TN-111 Exhibit D DocuSign Envelope ID: 9C5C0754-2163-4763-BDE3-22A2267E59A1 Parkhill CONSTRUCTION CHANGE REQUEST #035 ROJECT: City of Lubbock Police HQ 15� St and Ave K Lubbock, Texas 79401 TO CONTRACTOR: Lee Lewis Construction Inc. 7810 Orlando Ave. Lubbock, Texas 79423 DATE: 8/17/2023 CONTRACT DATE: 01/2019 ARCHITECT'S PROJECT NUMBER: 8715.18 OWNER'S PROJECT NUMBER: 19-14153-MA �Owner �Architect �Contractor � Please submit an itemized quotation for changes in the Contract Sum and/or Time incidental to proposed modification to the Contract Documents described herein. THIS IS NOT A CHANGE ORDER NOR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED HEREIN UNTIL APPROVED BY THE OWNER. Description: (Written description of the work) This includes labor and material for additional access control per client request. CONTRACTOR'S RESPONSE: ❑ Add to /❑ Credit ❑Credit / �Deduct TOTAL CCR Attachment: Breakdown $ 64.242.38 CONSTRUCTION CHANGE REQUEST APPROVAL When signed by Owner and upon recelpt of approved document by the Contractor, the Contractor shall proceed with the change(s) described above. If CCR is changing the Contract Sum or GMP by cost or time, an official Change Order on AIA G701 will be executed and distributed. Approved Additional Time 30 By: Date: (Signature) \\Data 1 \Projects�2018\8715.18\05_CONSTR\04_CHANGE\01 _CCR\CONST-CCR_Change_Request.docx Contract Sum Additional days requested for this CCR: 30 Contingency $ 64,242.38 � Owner ❑ CMAR Parkhill.com 8/17/2023 DocuSign Envelope ID: 9C5C0754-21B3-47B3-BDE3-22A22B7E59A1 Lee Lewis Construction, Inc. PCCO #35 Lee Lewis Construction Inc. - HQ Project: AA-2148 - Lubbock Police Headquarters 7810 Orlando Avenue 1401 15th Street Lubbock, Texas 79423 Lubbock, Texas 79401 Phone: 806-797-8400 Fax: +1.806.797.1034 Prime Contract Change Order #35: Added Access Control TO: CITY OF LUBBOCK FROM: Lee Lewis Construction - HQ City of Lubbock 1314 Avenue 4th Floor 7810 Orlando Ave LUBBOCK, Texas 79457 Lubbock , Texas 79423 DATE CREATED CONTRACT STATUS: REQUEST RECEIVED FROM: DESIGNATED REVIEWER: DUE DATE: INVOICED DATE: REFERENCE: PAID IN FULL: 8/15/2023 CREATED BY: David Clower (Lee Lewis Construction - HQ) 0 Pending - In Review No ACCOUNTING METHOD: Amount Based SIGNED CHANGE ORDER RECEIVED DATE: FIELD CHANGE: No REVISION: LOCATION: REVIEWED BY: REVIEW DATE: PAID DATE: CHANGE REASON: EXECUTED: SCHEDULE IMPACT: REVISED SUBSTANTIAL COMPLETION DATE: CONTRACT FOR: TOTAL AMOUNT: DESCRIPTION: Added Access Control This includes labor and material for additional access control per client request. Allowance No 30 days 1:Lubbock Police Headquarters Prime Contract $0.00 ATTACHMENTS: Est_2019 from_ENTEC_SOLUTIONS_LLC_27768.pdf CHANGE ORDER LINE ITEMS: # Budget Code Description Amount � 16-720.2 ALARM AND DETECTION Added Access Control $64,242.38 SYSTEMS.SUBCONTRACTOR 2 1-004.1 OWNERS CONTINGENCY.MATERIALS Owner Contingency $(64,242.38) Grand Total: s0.00 The original (Contract Sum) $15,800,000.00 Net change by previously authorized Change Orders $0.00 The contract sum prior to this Change Order was $15,800,000.00 The contract sum would be changed by this Change Order in the amount of $0.00 The new contract sum including this Change Order will be $15,800,000.00 The contract time will be increased by this Change Order by 30 days. Lee Lewis Construction Inc. - HQ Page 1 of 2 Printed On: 8/15/2023 02:56 PM DocuSign Envelope ID: 9C5C0754-2163-4763-BDE3-22A2267E59A1 ENTEC SOLUTIONS LLC 2802 YORK AVE UNIT A LUBBOCK TX 79407 Item HIC-920NTNNEK00000 SOOOC-630-LBM CABLE Installation Description iClass Reader, R40, Wall Switch, No Prox, SIOISEOS + Legacy, Std Ver. 1 Keyset, Wiegand, Pigtail Cable� 18" Electric Strike, Low Profile, 12124 Volt DC, 0.2410.12 Ampere, 1-1116" Depth, Latchbolt Monitor, With 5011501 A Faceplate Installation Sales Tax Estimate Date Estimate # 818 2023 2019 Qty Rate 31 348.92516 34 421.34412 34 170 400.00 150.00 0.00°•0 Total Project Total I 0,816.68T 14,325.70T 13,600.00T 25,500.00 0.00 $64,24238 Exhibit E Parkhill CONSTRUCTION CHANGE REQUEST #042 ���"_;.:°°pFR, 5 1, v S�P��.OF� TFy1j) 'yo . —�, i� PROJECT: DATE: 9/25/2023 �Owner � � �,. � � •:r� � ' � r�*;� �;*�j , City of Lubbock Police HQ �� � � 15'h St and Ave K Q i..* .:.......................:* �I rn � /o Lubbock, Texas 79401 TO CONTRACTOR: Lee Lewis Construction Inc. 7810 Orlando Ave. Lubbock, Texas 79423 CONTRACT DATE: 01/2019 ARCHITECT'S PROJECT NUMBER: 8715.18 OWNER'S PROJECT NUMBER: 19-14153-MA /\ �Architect � �����S�AAC�N�AGU�LAR . �Contractor / -o ; 117619 ; f�t����: C 5���. �Other ����SN�I...N••••�iE �� 9I2512023 Please submit an itemized quotation for changes in the Contract Sum and/or Time incidental to proposed modification to the Contract Documents described herein. THIS IS NOT A CHANGE ORDER NOR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED HEREIN UNTIL APPROVED BY THE OWNER. Description: (Written description of the work) Please provide pricing for the following scope changes: Relocate the circuits highlighted in purple to Panel I.T. Panel I.T. shall be redistributed to the 75 KVA dry type transformer as outlined by Acme Electric. Panel I.T. will be fed from the UPS as outlined by Acme Electric. . � Attachments: E-123, E-603 PDHQ Circuits, UPS Option Narrative CONTRACTOR'S RESPONSE: ❑Add to / ❑ Credit Contract Sum ❑Credit / �Deduct Contingency � Owner ❑ CMAR TOTAL CCR Attachment: Breakdown Additional days requested for this CCR: 25 $ � • •. � • •� CONSTRUCTION CHANGE REQUEST APPROVAL When signed by Owner and upon receipt of approved document by the Contractor, the Contractor shall proceed with the change(s) described above. If CCR is changing the Contract Sum or GMP by cost or time, an o�cial Change Order on AIA G701 will be executed and distributed. Approved Additional Time By: Date: (Signature) � �� � � � ,<'," .� � ��� � :j,, j o � - o" � s�a}�enbpeaH aai�od � C� �� � 8 �� � 3ag�{Q i � t :p�57 v � a M m `o r O � a°LL W N. F' O9 >� Y4 . . _+ 4 r �• -I_ r�-- _ ; 4Ip � I�-�- � ...-� � a � � ' a— �{ �'. � � � �L � � 3 ��'' " * - ! ? � ' �'{ I� L { � � f �� ,� ■..1`�s-w �;z .�i� 3 r ; ar � '� b y ...� ♦ a6�: M1�� • Ri e" ,� _ �-.�} a.` • ��"i � �. }.� �A � # �YLJa• �� 3 �t ., �' � �`' � � � � � ��1 � , 1a�t �._ �_�- i�°, �4 h -D�J�= �;_�t=_.. � *.I �a . S.:,� 1 � ;�%9I ���'y.'�7�43� i I'la��7P1, 5 H o . t �- : €;� �. � ' , �`}�.�ad��- . �, �■ :� 7 ��� [r�"c.� � a� � ' q� F ' J �4- ' ;2 �a � a�• t�}'l'��y�'.�31� @ a� I. ��Q� c^ 1 �� � --l�� �i� o� � # � � :� ..� a / • `�' � �� �" � � ,� � t �ix �� � � � ti� �� � I� ' g p�' �ii� -. �� �a ? � $� '� ` � ? �� �� �� i _ '; i ` � I!�` � : y � � �1 r t� s. ! '3 rr-- l ���' �: � � `r ' ? a � iTq ��` �� � � ,�t. E4� - � �}-J I � � `•,� l�as-,I ,,aa7,z i r, ��. � I � 4r1 �l s��� I�[ �-�� i5�• f,� �j tti�I _ � �..�-I�'� � �1 ' � � , , .:� . ;tr. I �;a I �� L� " �?�'! 1. � I !� 1 �. � � � =�.-.,p '" �Y_ , � 3�� �F ��`' � �/ �r �� 'y' 1 � � � � � ; � �� , j � . � :I � - -� ��,t,�� � �`� t :� �' ` � _-�, � � �.�.y'. � [ � 1 �'�'� . � �c�� �+�. - a ,r � ; �� � � .� . ,� $� �� t �r . ,���� + � �1e� , � �� y � � � , � �-��7 �t {..� 'li* t �j � . # �� � ,�` �i° �— � �;; x ° � e�• ':1 -�-- � 3 j f . �p i �.-. l� L �k� r ' i �'r D;° � �_-;�� - � � � - �*�3 ��+�1��T~ �� �} ��: �*'�ik}�����.�-���s. � - -' C� Y No Text S 0 ACME ELECTRIC IR I Company The Change Order for the UPS Option #2 that was submitted on 8/15 will consist of the following work. We will relocate the existing Panel "IT" from Electrical Room 323 to the South wall in A/V File Server 347. One of the 150A breakers inside of Panel IT will be used to feed through the UPS to Panel IT. This will allow us to move all of the critical IT circuits in rooms 353 and 356 to Panel "IT" and the remaining non -critical circuits will stay on Panel "P133". Panel "PB3" will stay in place and can be used for future non -critical IT circuits. The existing critical IT circuits are currently fed from Panel "P133", we will have to set a junction box in the ceiling above Panel "PB3" to intercept and extend these circuits to the new Panel "IT" location. We will then refeed the UPS disconnects from (3) new 150A Breakers that will be on the East wall of Electrical 323. We have conduit and wire ran for the two UPS on the North wall and will conduit for the UPS on the South wall. We will have to rework the conduit from above Electrical 323 into the new 150A Breakers mounted on the East wall. These breakers will be fed from the Transformer "IT". We will be able to use most of the conduit from Transformer "IT" to Panel "IT" but will have to rework the conduit to connect to the new 150A Breakers. We believe that this option will allow us to use the most existing equipment that has already been purchased for this system. This option will need to be approved by the Electrical Engineer to ensure all load calculations are plausible. Proposed New UPS One -Line Diagram 15aA Breakers Trans. IT UPS cmcai HAIM n crcuts Lee Lewis Construction, Inc. Lee Lewis Construction Inc. - HQ 7810 Orlando Avenue Lubbock, Texas 79423 Phone: 806-797-8400 Fax: +1.806.797.1034 PCCO #42 Project: AA-2148 - Lubbock Police Headquarters 1401 15th Street Lubbock, Texas 79401 Prime Contract Change Order #42: CCR#42 - UPS Power TO: CITY OF LUBBOCK FROM: Lee Lewis Construction - HQ City of Lubbock 1314 Avenue 4th Floor 7810 Orlando Ave LUBBOCK, Texas 79457 Lubbock, Texas 79423 DATE CREATED: 9/26/2023 CREATED BY: David Glower (Lee Lewis Construction - HQ) CONTRACT STATUS: Pending - In Review REVISION: 0 REQUEST RECEIVED LOCATION: FROM: DESIGNATED REVIEWER: REVIEWED BY: DUE DATE: REVIEW DATE: INVOICED DATE: PAID DATE: REFERENCE: CHANGE REASON: Design Development PAID IN FULL: No EXECUTED: No ACCOUNTING METHOD: Amount Based SCHEDULE IMPACT: 25 days SIGNED CHANGE ORDER REVISED SUBSTANTIAL RECEIVED DATE: COMPLETION DATE: FIELD CHANGE: No CONTRACT FOR: 1:Lubbock Police Headquarters Prime Contract TOTAL AMOUNT: $0.00 DESCRIPTION: CCR#42 - UPS Power This includes labor and material cost to complete work outlined in CCR#042. Breakers required have a 3-4 week lead time, other materials have a 3-4 day lead, and 21 days of labor required for installation. ATTACHMENTS: CHANGE ORDER LINE ITEMS: # Budget Code Description Amount 1 16-050.2 BASIC ELECT. MATERIALS & METHO.SUBCONTRACTOR CCR#042 UPS Power $70,732.80 2 9-900.2 PAINTING.SUBCONTRACTOR Paint Repair $650.00 3 1-002.1 FEE.MATERIALS OH&P $3,569.14 4 1-004.1 OWNERS CONTINGENCY MATERIALS Owner Contingency $(74,951.94) Grand Total: 50.00 The original (Contract Sum) Net change by previously authorized Change Orders The contract sum prior to this Change Order was The contract sum would be changed by this Change Order in the amount of The new contract sum including this Change Order will be The contract time will be increased by this Change Order by 22 days. $15,800,000.00 $0.00 $15,800,000.00 $0.00 $15,800,000.00 Lee Lewis Construction Inc. - HQ Page 1 of 2 Printed On: 9/26/2023 02:04 PM aACME ELECTRIC Company Proposed Change Order Title: UPS Option #2 Project: Lubbock Police Headquarters Location: Lubbock, Texas To: David Clower Lee Lewis Construction Reason For Change: Requested from GC DATE: 8/8/2023 IT Panel Relocation and Refeed From UPS #3, Move Circuits From PB3 to IT Panel, (3) 150A Breakers For All UPS, UPS Connections from Disconnects Hours Rate Burden Burden Total Total Project Manager 24.00 $ 85.80 45% $ 926.64 $ 2,985.84 Superintendent 230.00 $ 45.00 45% $ 4,657.50 $ 15,007.50 Electrician 461.00 $ 40.00 45% $ 8,298.00 $ 26,738.00 OT/Premium $ - Total Labor $ 44,731.34 Materials $ 16,775.44 Subcontractor Subtotal $ 61,506.78 Profit and Overhead $ 9,226.02 Total $ 70,732.80 Materials QTY. Total Price Total Labor 3/4" Conduit - EMT 498.21 $ 542.30 39.857 2" Conduit - EMT 100 $ 506.35 17 2-1/2" Conduit - EMT 95.15 $ 731.40 19.753 2" Elbow 90 Degree - EMT 4 $ 50.99 4.5 2-1/2" Elbow 90 Degree - EMT 4 $ 124.37 5 3/4" Coupling - EMT 49 $ 32.52 11.025 2" Coupling - EMT 11 $ 35.24 6.05 2-1/2" Coupling - EMT Compression Steel 12 $ 125.25 8.1 3/4" Connector - EMT 40 $ 29.00 13 2" Connector - EMT 14 $ 65.36 9.1 2-1/2" Connector - EMT 14 $ 11.15 10.92 2-1/8" D 4" Square Box 20 $ 39.39 11.5 4" Square Box Cover Flat Blank 20 $ 12.10 1.25 6" H x 6" VJunction Box Screw -On Cover 3 $ 70.98 4.5 12" H x 12 Junction Box Screw -On Cover 1 $ 72.08 2.25 #10 Black Wire THHN / T90 - Copper 548.031 $ 126.78 7.741 #10 Blue Wire THHN / T90 -Copper 548.031 $ 126.78 7.741 #10 Green Wire THHN / T90 - Copper 548.031 $ 185.60 7.741 #10 Red Wire THHN / T90 -Copper 548.031 $ 126.78 7.741 #10 White Wire THHN / T90 - Copper 1,644.09 $ 380.34 23.224 #6 Green Wire THHN / T90 -Copper 160 $ 134.49 3.56 #2 Green Wire THHN / T90 -Copper 125.15 $ 210.70 3.88 #1/0 Brow Wire THHN / T90 - Copper 35 $ 94.73 1.243 #1/0 Gray Wire THHN / T90 - Copper 35 $ 94.73 1.243 #1/0 Oran; Wire THHN / T90 - Copper 35 $ 94.73 1.243 #1/0 Yello, Wire THHN / T90 - Copper 35 $ 94.73 1.243 #3/0 Black Wire THHN / T90 - Copper 125 $ 525.94 5.875 #3/0 Blue Wire THHN / T90 - Copper 125 $ 525.94 5.875 #3/0 Red Wire THHN / T90 -Copper 125 $ 525.94 5.875 #3/0 Whiti Wire THHN / T90 - Copper 125 $ 525.94 5.875 #4/0 Black Wire THHN / T90 - Copper 125.15 $ 814.86 6.758 #4/0 Blue Wire THHN / T90 - Copper 125.15 $ 814.86 6.758 #4/0 Red Wire THHN / T90 -Copper 125.15 $ 814.86 6.758 #4/0 Whig Wire THHN / T90 - Copper 125.15 $ 814.86 6.758 #12 to #6 Wire Connector 140 $ 80.23 35 #6 to #25C Wire Lug 4 $ 17.55 1.7 2" 1-Hole Strap - EMT 6 $ 6.93 1.38 3/4" 2-Piece Strut Clamp 63 $ 87.89 8.033 2" 2-Piece Strut Clamp 4 $ 8.08 0.86 2-1/2" 2-Piece Strut Clamp 6 $ 17.30 1.59 2-1/2" 2-Piece Strut Clamp 4 $ 11.53 1.06 Beam Clamp 97 $ 485.00 19.4 1/4/2020 Hex Head Bolt 117 $ 8.46 8.775 1-5/8" D 1-5/8" W Channel 48.5 $ 188.60 12.125 1/4-20 x U Twist -On Nut 3/41' Conduit Clip 150A 3P Breaker Molded Case - Open #1/0 Equipment Termination #4/0 Equipment Termination IT Panel Relocation Gutter for Breakers UPS #3 Labor 20 $ 107.63 1.S 20 $ 99.17 3.9 3 $ 5,625.00 9 1 6.1 2 18.252 1 30 1 $ 550.00 2 1 20 $ 16,775.44 461.612 Charles Hargrove & Associates, LLP General Paint Contractor - 5102 191h Street - Lubbock, Texas 79407 (806) 791-4436 - Mobile 789-2890 - Fax 791-4462 Estimate: September 22 , 2023 Lee Lewis P.O. Box65197 Lubbock, Texas 79464 Project: Lubbock Police Headquarters UPS Paint Repair Add $ 650.00 Exhibit F Parkhill CONSTRUCTION CHANGE REQUEST #045 PROJECT: DATE:10/12/2023 ®owner \SA, Jousr City of Lubbock Police HQ C9 P �O 151' St and Ave K Q Lubbock, Texas 79401 CONTRACT DATE: 01/2019 ®Architect ARCHITECT'S PROJECT ®Contractc. c-3 NUMBER: 8715.18 1613 TO CONTRACTOR: OWNER'S PROJECT NUMBER: ®Otherf F OF Lee Lewis Construction Inc. 19-14153-MA 7810 Orlando Ave. 10/12/2023 Lubbock, Texas 79423 Please submit an itemized quotation for changes in the Contract Sum and/or Time incidental to proposed modification to the Contract Documents described herein. THIS IS NOT A CHANGE ORDER NOR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED HEREIN UNTIL APPROVED BY THE OWNER. Description: (Written description of the work) This change includes changes to hardware from SI 006, Owner requested change on 347 from T to 8' door and frame, change in non -operable specified hardware in 109, 141, 203, 260, 303, 305, 322, 330, and 348, and changes requested in 103, 104, 120A, 201, 222, 302, and 326 per meeting with Hallgren and COL.. CONTRACTOR'S RESPONSE: ®Add to / ❑ Credit ❑Credit / ❑Deduct TOTAL CCR Attachment: Breakdown Contract Sum Contingency ❑ Owner ❑ CMAR Additional days requested for this CCR: TBD $ 23,623.95 $ 23,623.95 CONSTRUCTION CHANGE REQUEST APPROVAL When signed by Owner and upon receipt of approved document by the Contractor, the Contractor shall proceed with the change(s) described above. If CCR is changing the Contract Sum or GMP by cost or time, an official Change Order on AIA G701 will be executed and distributed. Approved Additional Time By: Date: (Signature) \\Data 1 \Projects\2018\8715.18\05_CONSTR\04_CHANGE\01 _CCR\CONST-CCR_Change_Request.docx Parkhill.com Lee Lewis Construction, Inc. Lee Lewis Construction Inc. - HQ 7810 Orlando Avenue Lubbock, Texas 79423 Phone: 806-797-8400 Fax: +1.806.797.1034 PCCO #45 Project: AA-2148 - Lubbock Police Headquarters 1401 15th Street Lubbock, Texas 79401 Prime Contract Change Order #45: CCR#045 - Hardware Change TO: CITY OF LUBBOCK FROM: Lee Lewis Construction - HQ City of Lubbock 1314 Avenue 4th Floor 7810 Orlando Ave LUBBOCK, Texas 79457 Lubbock, Texas 79423 DATE CREATED: 10/06,2023 CREATED BY: David Glower (Lee Lewis Construction - HQ) CONTRACT STATUS: Pending - In Review REVISION: 0 REQUEST RECEIVED LOCATION: FROM: DESIGNATED REVIEWER: REVIEWED BY: DUE DATE: REVIEW DATE: INVOICED DATE: PAID DATE: REFERENCE: CHANGE REASON: Client Request PAID IN FULL: No EXECUTED: No ACCOUNTING METHOD: Amount Based SCHEDULE IMPACT: 37 days SIGNED CHANGE ORDER REVISED SUBSTANTIAL RECEIVED DATE: COMPLETION DATE: FIELD CHANGE: No CONTRACT FOR: 1:Lubbock Police Headquarters Prime Contract TOTAL AMOUNT: $23,623.95 DESCRIPTION: CCR#045 - Hardware Changes This change includes changes to hardware from SI 006, Owner requested change on 347 from T to 8' door and frame, change in non -operable specified hardware in 109, 141, 203, 260, 303, 305, 322, 330, and 348, and changes requested in 103, 104, 120A, 201, 222, 302, and 326 per meeting with Hallgren and COL. Hardware has a 4-6 week lead time, and two days to install. ATTACHMENTS: LG&M.pdf, 4951 - LUBBOCK POLICE HQ_f003).pdf, 4918 - LUBBOCK POLICE HQ.t002).pdf, 4981 - LUBBOCK POLICE HQ.pdf, 4759 - LUBBOCK POLICE HQ.odf, 4976 - LUBBOCK POLICE H[� 0( 02).pddf CHANGE ORDER LINE ITEMS: # Budget Code Description Amount 1 8-100.2 METAL DOORS AND Hardware changes $17,199.00 FRAMES.SUBCONTRACTOR 2 8-410.2 ALUMINUM Door Prep $5,300.00 ENTRANCES&STOREFRONTS.SUBCONTRACTOR 3 1-002.1 FEEWATERIALS OH&P $1,124.95 Grand Total: $23,623.95 Lee Lewis Construction Inc. - HQ Page 1 of 2 Printed On: 10/9/2023 02:32 PM Tflt flflLLGRtn COMPflnY 0 � L UwwoC R ,00s PROPOSAL QUOTATION #: 4759 Date: 2/22./2023 To: DAVID CLOWER (LEE LEWIS) -(2) Cased Openings for openings 140 & 146. (1) 5080 - 5 T8 jamb - 2" face (1) 5080 -- 1' - 01/4" jamb - 2" face Project: LUBBOCK POLICE HQ Total ... $1300.00 Plus Sales Tax if applicable ... 8.25% F.O.B. ORIGIN, FREIGHT CHARGES: INCLUDED We do not include any applicable local or state sales tax. We acknowledge addenda # Quote is for material only, unless otherwise noted. Quote is subject to surcharges that may be imposed by manufacturers due to rising material costs. The prices and terms on this quotation are not subject to verbal changes or other agreements unless approved in writing by the Seller. All quotations and agreements are contingent upon strikes, accidents, tires, availability of materials and all other causes beyond our control. Prices are based on costs and conditions existing on date of quotation and are subject to change by the Seller before final acceptance and void after 60 days. Typographical and stenographic errors are subject to correction. Purchaser assumes liability for patent and copyright infringement when goods are made to Purchaser's specifications. Ample allowance must be made to facilitate efficient production. Conditions not specifically stated herein shall be governed by established trade customs. Terms inconsistent with those stated herein which may appear on Purchaser's formal order will not be binding on the Seller. This quotation is subject to the following terms and conditions: 5909 631d Street 9 Lubbock, Texas 79424 • (8806)798-7200 • FAX (806) 798-3999 • www.haligrenco.com / Tflt flflLLGRtn cumpflny 0 F ivaaoCu „� PROPOSAL QUOTATION #: 4981 Date: 10' 312023 Project: Lubbock Police HQ To: Lee Lewis Construction 7810 Orlando Ave Lubbock, TX 79423 ATTN: David Clower Opening 346 - Opening not on door schedule and incorrect hdwe spec, opening added in later SI. -Supply the following: -(1) 3080 Knock Down Hollow Metal Frame -(1) 3080 Rift Cut White Oak Door (unfinished) -(3) Mckinney 4.5x4.5 heavyweight hinges -(1) Mckinney 4.5x4.5 heavyweight electrified hinge -(1) Rockwood K1050 10" x 34" kick plate in BSP finish -(1) Medeco SFIC on master key system -(1) Sargent 1431 door closer -Use electrified 8271 lockset from opening 101 B Total ... $2,916.00 Sales Tax if applicable ... 8.25% F.O.B. ORIGIN, FREIGHT CHARGES: NIA We do not include any applicable local or state sales tax. We acknowledge addenda # Quote is for material only, unless otherwise noted. Quote is subject to surcharges that may be imposed by manufacturers due to rising material costs. The prices and terms on this quotation are not subject to verbal changes or other agreements unless approved in writing by the Seller. All quotations and agreements are contingent upon strikes, accidents, fires, availability of materials and all other causes beyond our control. Prices are based on costs and conditions existing on date of quotation and are subject to change by the Seller before final acceptance and void after 60 days. Typographical and stenographic errors are subject to correction. Purchaser assumes liability forpatent and copyright infringement when goods are made to Purchaser's specifications. Ample allowance must be made to facilitate efficient production. 5909 631d Street • Lubbock, Texas 79424 • (806) 798-7200 • FAX (806) 798-3999 • www.haligrenco.com ".Sehutce Tflt flflLLGRtn CUMPflnY OF LUBB0C44 PROPOSAL Owner Request -Change 3rd floor IT to TX8' door QUOTATION #: 4918 Date: 7i2l''2023 To: Lee Lewis Construction 7810 Orlando Ave Lubbock, TX 79423 ATTN: David Clower Opening 347 - Changing from a 4070 to a 4080 -Supply (1) 4080 Knock Down Hollow Metal Frame -Supply (1) 4080 Rift Cut White Oak Door (unfinished) -Supply (1) Rockwood K1050 10" x 46" kick plate in BSP finish -Other original hardware to remain Project: Lubbock Police HQ Total ... $1,713.00 Sales Tax if applicable ... 8.25% F.O.B. ORIGIN, FREIGHT CHARGES: NIA We do not include any applicable local or state sales tax. We acknowledge addenda # Quote is for material only, unless otherwise noted. Quote is subject to surcharges that may be imposed by manufacturers due to rising material costs. The prices and terms on this quotation are not subject to verbal changes or other agreements unless approved in writing by the Seller. All quotations and agreements are contingent upon strikes, accidents, fires, availability of materials and all other causes beyond our control. Prices are based on costs and conditions existing on date of quotation and are subject to change by the Seller before final acceptance and void after 60 days. Typographical and stenographic errors are subject to correction. Purchaser assumes liability for patent and copyright infringement when goods are made to Purchaser's specifications. Ample allowance must be made to facilitate efficient production. Conditions not specifically stated herein shall be governed by established trade customs. Terms inconsistent with those stated herein which may appear on Purchaser's formal order will not be binding on the Seller. This quotation is subject to the following terms and conditions: 5909 63'd Street • Lubbock, Texas 79424 • (806) 798-7200 • FAX (806) 798-3999 • www.haligrenco.com "Sevice %2 OWL &u4 ;Vwt*- d 9 T fl flflLLGRtn COMPflnY OF iueeaCx PROPOSAL Owner Requested QUOTATION #: 4976 Date: 9/28/2023 Project: Lubbock Police HQ To: Lee Lewis Construction 7810 Orlando Ave Lubbock, TX 79423 ATTN: David Clower Change Existinp, Hardware Openings: (103, 104, 120A, 201, 222, 302, 326) -Supply (4) Sargent 8257 Mortise Locks with V54 Double Indicator -Supply (3) Sargent 8804 Trim -Supply (7) Medeco SFIC on master key system -Other original hardware to remain Total ... $9,025.00 Sales Tax if applicable... 8.25% F.O.B. ORIGIN, FREIGHT CHARGES: N/A We do not include any applicable local or state sales tax. We acknowledge addenda # Quote is for material only, unless otherwise noted. Quote is subject to surcharges that may be imposed by manufacturers due to rising material costs. The prices and terms on this quotation are not subject to verbal changes or other agreements unless approved in writing by the Seller. All quotations and agreements are contingent upon strikes, accidents, tires, availability of materials and all other causes beyond our control. Prices are based on costs and conditions existing on date of quotation and are subject to change by the Seller before final acceptance and void after 60 days. Typographical and stenographic errors are subject to correction. Purchaser assumes liability for patent and copyright infringement when goods are made to Purchaser's specifications. Ample allowance must be made to facilitate efficient production. Conditions not specifically stated herein shall be governed by established trade customs. Terms inconsistent with those stated herein which may appear on Purchaser's formal order will not be binding on the Seller. This quotation is subject to the following terms and conditions: 5909 631d Street • Lubbock, Texas 79424 • (806) 798-7200 • FAX (806) 798-3999 • www.haligrenco.com "SPlw4re %d 6wr &q Atodady T fl flflLLGRtn CUMPflnY 9 F L U$$ 0 C R Hardware change as specified PR O P O S A L was not opperable QUOTATION #: 4951 Date: 9/5/2023 Project: Lubbock Police HQ To: Lee Lewis Construction 7810 Orlando Ave Lubbock, TX 79423 ATTN: David Clower Change Existing Hardware Openings: (109, 141, 203, 260, 303, 305, 322, 330, 348) -Supply (9) Rockwood Through Bolts and Cup Washers -Supply (9) Adams Rite 4900 Deadlatch -Supply (9) Adams Rite 4568 Eurohandle -Other original hardware to remain Total ... $2,245.00 Sales Tax if applicable ... 8.25% F.O.B. ORIGIN, FREIGHT CHARGES: N/A We do not include any applicable local or state sales tax. We acknowledge addenda # Quote is for material only, unless otherwise noted. Quote is subject to surcharges that may be imposed by manufacturers due to rising material costs. The prices and terms on this quotation are not subject to verbal changes or other agreements unless approved in writing by the Seller. All quotations and agreements are contingent upon strikes, accidents, fires, availability of materials and all other causes beyond our control. Prices are based on costs and conditions existing on date of quotation and are subject to change by the Seller before final acceptance and void after 60 days. Typographical and stenographic errors are subject to correction. Purchaser assumes liability for patent and copyright infringement when goods are made to Purchaser's specifications. Ample allowance must be made to facilitate efficient production. Conditions not specifically stated herein shall be governed by established trade customs. Terms inconsistent with those stated herein which may appear on Purchaser's formal order will not be binding on the Seller. This quotation is subject to the following terms and conditions: 5909 631d Street • Lubbock, Texas 79424 • (806) 798-7200 • FAX (806) 798-3999 • www.haligrenco.com "Sewice 94 dun &u4 Pwduad' Hardware change as specified was not opperable LUBBOCK GLASS & MIRROR E., 1944 QUOTED TO: LEE LEWIS CONSTRUCTION PO BOX 65197 LUBBOCK, TX 79464 BASE BID CHANGE ORDER DOOR HARDWARE SWAP PROJECT NAME POLICE HQ LUBBOCK, TX -Remove door hardware on 7 doors -Reinstall new door hardware provided by LLC on 7 doors -Reconfigure existing holes and cuts to fit new door hardware -Labor to Remove and Install -Provide Plugs for expose holes left from existing hardware -Provide aluminum plates to cover MS lock cutouts PROPOSAL PROPOSAL# 6411 Proposal Date: 10l912023 BID BY: VINCE VALID UNTIL 11/8/2023 ***EXCLUSIONS: -ANY DOOR HARDWARE (PROVIDED BY LLC) -ANY DAMAGE TO STOREFRONT DOORS DURING THIS MODIFICATION -ANY NEW ALUMINUM DOORS OR DOOR FRAMES DUE TO THIS MODIFICATION -ANY LIABILITY FOR HOLES THAT ARE NOT EXCEPTED DUE TO THIS CHANGE -ANY PROTECTION OF SURROUNDING FLOORS DURING THIS PROCESS ESTIMATE IS GOOD FOR 30 DAYS, Subtotal Sales Tax (8.25%) Total 5,300.00 $5,300.00 EXEMPT Phone:806-745-9336 vince@lubbockglass.com I Total 1 $5,300.00 Exhibit G Parkhill CONSTRUCTION CHANGE REQUEST #048 ROJECT: City of Lubbock Police HQ 15th St and Ave K Lubbock, Texas 79401 TO CONTRACTOR: Lee Lewis Construction Inc. 7810 Orlando Ave. Lubbock, Texas 79423 DATE:10/12/2023 I ®Owner CONTRACT DATE: 01/2019 ®Architect ARCHITECT'S PROJECT ®Contractor NUMBER: 8715.18 OWNER'S PROJECT NUMBER: ®Other 19-14153-MA 10/12/2023 Please submit an itemized quotation for changes in the Contract Sum and/or Time incidental to proposed modification to the Contract Documents described herein. THIS IS NOT A CHANGE ORDER NOR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED HEREIN UNTIL APPROVED BY THE OWNER. Description: (Written description of the work) This includes labor and material to make parapet changes noted in roofing inspection report and RFI#s 109 and 118. Lumber provided by LLCI and installed by Roofing Contractor Submitted By: CONTRACTOR'S RESPONSE: x❑Add to / ❑ Credit ❑Credit / ❑Deduct TOTAL CCR Attachment: Breakdown Contract Sum Contingency ❑ Owner ❑ CMAR Additional days requested for this CCR: TBD $ 37,063.53 R $ 37,063.53 CONSTRUCTION CHANGE REQUEST APPROVAL When signed by Owner and upon receipt of approved document by the Contractor, the Contractor shall proceed with the change(s) described above. If CCR is changing the Contract Sum or GMP by cost or time, an official Change Order on AIA G701 will be executed and distributed. Approved Additional Time TBD By: Date: (Signature) \\Data1 \Projects\2018\8715.18\05_CONSTR\04_CHANGE\01_CCR\CONST-CCR_Change_Request.docx Parkhill.com Lee Lewis Construction, Inc. Lee Lewis Construction Inc. - HQ 7810 Orlando Avenue Lubbock, Texas 79423 Phone: 806-797-8400 Fax: +1.806.797.1034 PCCO #48 Project: AA-2148 - Lubbock Police Headquarters 1401 15th Street Lubbock, Texas 79401 Prime Contract Change Order #48: CCR#048 - Parapet Changes TO: CITY OF LUBBOCK FROM: Lee Lewis Construction - HQ City of Lubbock 1314 Avenue 4th Floor 7810 Orlando Ave LUBBOCK, Texas 79457 Lubbock, Texas 79423 DATE CREATED: 10/09r2023 CREATED BY: David Glower (Lee Lewis Construction - HQ) CONTRACT STATUS: Pending - In Review REVISION: 0 REQUEST RECEIVED LOCATION: FROM: DESIGNATED REVIEWER: REVIEWED BY: DUE DATE: REVIEW DATE: INVOICED DATE: PAID DATE: REFERENCE: CHANGE REASON: Allowance PAID IN FULL: No EXECUTED: No ACCOUNTING METHOD: Amount Based SCHEDULE IMPACT: 14 days SIGNED CHANGE ORDER REVISED SUBSTANTIAL RECEIVED DATE: COMPLETION DATE: FIELD CHANGE: No CONTRACT FOR: 1:Lubbock Police Headquarters Prime Contract TOTAL AMOUNT: $37,063.53 DESCRIPTION: CCR#048 - Parapet Changes This includes labor and material to make changes noted on the roofing report inspection, and per RFI 109 and 118. Lumber for parapet provided by LLCI and installed by Roofing contractor. ATTACHMENTS: CHANGE ORDER LINE ITEMS: # Budget Code Description Amount 1 6-100.1 ROUGH CARPENTRYMATERIALS Lumber $2,918.53 2 7-500.2 MEMBRANE ROOFING.SUBCONTRACTOR Roofing $32,380.00 3 1-002.1 FEE.MATERIALS $1,765.00 Grand Total: $37,063.53 The original (Contract Sum) Net change by previously authorized Change Orders The contract sum prior to this Change Order was The contract sum would be changed by this Change Order in the amount of The new contract sum including this Change Order will be The contract time will be increased by this Change Order by 14 days. $15,800,000.00 $0.00 $15,800,000.00 $37,063.53 $15,837,063.53 Lee Lewis Construction Inc. - HQ Page 1 of 2 Printed On: 10/9/2023 02:15 PM L'IM� I�IIYIIII�YI�INVOICE NUMBER: 73664900-00 [SO] INVOICE DATE: 06/16/23 CUSTOMER #: 2938505378 QUOTE NO: SHIP DATE: 06/16/23 ORDER DATE: 06/15/23 DUE DATE: 07/10/23 TERMS: NETIOTH PROX SOLD TO: LEE LEWIS CONSTRUCTION (M) BOX 65197 LUBBOCK, TX 79464 REMIT TO: BFS GROUP LLC. 1622 PO BOX 847795 DALLAS, TX 75284-7795 PHONE: (806)698-8885/ LN# QTY SHP PRODUCT ID TYPE UOM PRODUCT DESCRIPTION 1 25.00 FR1532CDX MSF FIRE RTRDNT 15/32 4X8 INVOICE PAGE 1 of 1 ENTERED BY: mr2 MATL CODE: REP: Roe, Anessa Mitchell DIV: 1622 FROM: Lubbock West, TX SHIP TO: POLICEHE 1205 15th ST JOB AA-2148 * POLICE HEADQUARTERS 1205 15TH ST LUBBOCK, TX 79401 CPO: 8A2148 REF: BATCH: 1314930 UNIT PRICE TOTAL' P EXT FOOTAGE DISCOUNTI 1908.16 1526.53 M CDX PLYWOOD 800.00 TOTAL FOOTAGE 800.00 LINE SUBTOTAL y 1526.53 ORDER TOTAL 1526.53 BALANCE DUE 1526.53 tprrrm. Propaal LYDICK-HOOKS ROOFING COMPANY OF LUBBOCK, INC. ff I —S7NC1: 18..91— Etp 1924 Clovis Road Phone: (806) 765-5577 P.O. Box 2605 Lubbock, TX 79415 Fax: (806) 765-5581 Lubbock, TX 79408 PROPOSAI SUBMIITEDTO VII[]`.F FRt DATE: Lee Lewis 10/4/2023 STREET JOB NAME LPD H CIT1 STATE AND /IP JOB LOCATION Lubbock, TX Lubbock, TX ATTENI ION DATE OE PI ANS SI/E David Clower WE HEREBY SUBMIT SPECIFICATIONS AND ESTIMATES FOR THE FOLLOWING: 1. Tapered 2x at perimeter edge. 2. White 60 mil TPO base flashings. 3. 24 gauge metal edging secured with 22 gauge clip. 4. Strip off metal edging with White 60 mil TPO. TO ACCEPT, SIGN AND RETURN ONE COPY WE APPRECIATE VERY MUCH THE OPPORTUNITY TO BID THIS WORK. ACCOUNTS OVER 30 DAYS PAST DUE FROM DATE OF INVOICE WILL BE ASSESSED A LATE CHARGE OF 1 '/2% PER MONTH THIS PROPOSAL MAY BE WITHDRAWN BY US IF NOT ACCEPTED WITHIN 30 DAYS. We 3propoge llerebp to furntglj material aub labor complete in accorbance turd; abobe gpecdtcanong, for the Itum of: Thirty two thousand three hundred eighty dollars and zero cents --------------------------- $32.380.00 - sales tax Payment to be made as follows: NET DUE UPON COMPLETION All material Is guaranteed to be as specified All work to be completed in a workmanlike manner according to standard practices Any alteration or deviation from above specifications Authomed involving extra costs will be executed only upon written order, and will become an extra charge Signature over and above the estimate All agreements contingent upon strikes, accidents or delays Reed Hooks beyond our control Owner to carry fire, tomado and other necessary insurance. Our workers are fully covered by Workers' Compensation Insurance. acceptance of 3propomit The above prices, specifications and conditions are satisfactory and are hereby accepted. Signature You are authorized to do the work specified. Payment will be made as outlined above. Date of Acceptance: Signature White —BUILDING— MAW" White Bulkhog Materials 12702 CR 2500 Lubbock TX 79404 306-745-8600 eax: 80&745-8610 SOLDT01 y't:% SHIPTO$a{t Lee Lewis Consbuction, Mr. Lee Lewis Construction, hx- P.O. Box 66197 120515TH & Ave K/ Polka HO Lubbock TX 79464 Lubbock TX 79464 (806) 797.8400 TODAY,ORDER CALLED IN BY GARY MESSERSMITH 9126t23 INVOICE 2309-10$938 PAGE 1 OF 1 7 3 SO1D Ot4- .- W2712023 439:17_ PIV OELIVERON 9%272023', BRANCH 1000 CUSTOMER POi AA2148 STATION Wit CASHIER KS 'SALESPERSON RAE ^ORDER ENTRY RONV DescrlP"l 8t90 Tr Price WA t;'OvIAmaun Order, 2309-008794 50 PC OF2021216 DOUGLAS FIR-2 X 12-16' @2&BTR Y 870 0000 MBF 1.392.00 WIFIR PsymentMedwd(s) SubTotal 1,392.00 LC 8.25 Sales Tax 0.00 Charge to Accl 1,392.00 EXE: EXEMPT Deposit Please Pay Title 1,392.00 Amount Signature Exhibit H Parkhill CONSTRUCTION CHANGE REQUEST #051 PROJECT: City of Lubbock Police HQ 151h St and Ave K Lubbock, Texas 79401 TO CONTRACTOR: Lee Lewis Construction Inc. 7810 Orlando Ave. Lubbock, Texas 79423 DATE: 10/31 /2023 1 ®Owner CONTRACT DATE: 01/2019 ®Architect ARCHITECT'S PROJECT ®Contractor NUMBER: 8715.18 OWNER'S PROJECT NUMBER: I ®Other 19-14153-MA 10/31 /2023 Please submit an itemized quotation for changes in the Contract Sum and/or Time incidental to proposed modification to the Contract Documents described herein. THIS IS NOT A CHANGE ORDER NOR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED HEREIN UNTIL APPROVED BY THE OWNER. Description: (Written description of the work) This includes labor and material to add acoustical wall panels in 216 to take material above wood ceilings. Submitted By: David Clower CONTRACTOR'S RESPONSE: x❑ Add to /❑ Credit ❑Credit / ❑Deduct TOTAL CCR Attachment: Breakdown Contract Sum Contingency ❑ Owner ❑ CMAR Attachments: CCR 051 Breakdown Additional days requested for this CCR:22 days from day of apprc $ 10,147.00 $ 10,147.00 CONSTRUCTION CHANGE REQUEST APPROVAL When signed by Owner and upon receipt of approved document by the Contractor, the Contractor shall proceed with the change(s) described above. If CCR is changing the Contract Sum or GMP by cost or time, an official Change Order on AIA G701 will be executed and distributed. By: (Signature) Date: Approved Additional Time Parkhill.com Lee Lewis PCCO #51 Construction, Inc. Lee Lewis Construction Inc. - HQ Project: AA-2148 - Lubbock Police Headquarters 7810 Orlando Avenue 1401 15th Street Lubbock, Texas 79423 Lubbock, Texas 79401 Phone: 806-797-8400 Fax: +1.806.797.1034 Prime Contract Change Order #51: CCR#051 - 216 Wall Panels TO: CITY OF LUBBOCK FROM: Lee Lewis Construction - HQ City of Lubbock 1314 Avenue 4th Floor 7810 Orlando Ave LUBBOCK, Texas 79457 Lubbock, Texas 79423 DATE CREATED: 10/31/2023 CREATED BY: David Glower (Lee Lewis Construction - HQ) CONTRACT STATUS: Pending - In Review REVISION: 0 REQUEST RECEIVED LOCATION: FROM: DESIGNATED REVIEWER: REVIEWED BY: DUE DATE: REVIEW DATE: INVOICED DATE: PAID DATE: REFERENCE: CHANGE REASON: Design Development PAID IN FULL: No EXECUTED: No ACCOUNTING METHOD: Amount Based SCHEDULE IMPACT: 22 days SIGNED CHANGE ORDER REVISED SUBSTANTIAL RECEIVED DATE: COMPLETION DATE: FIELD CHANGE: No CONTRACT FOR: 1:Lubbock Police Headquarters Prime Contract TOTAL AMOUNT: $10,147.00 DESCRIPTION: CCR#051 - 216 Wall Panels This includes labor and material to extend acoustic wall panels to above wood ceilings. Material has a 3-week lead time and install will take 1 day. ATTACHMENTS: DI Revised.pdf, DI backup.pdf CHANGE ORDER LINE ITEMS: # Budget Code Description Amount 1 9-250.2 GYPSUM BOARD.SUBCONTRACTOR CCR#050 - 216 Acoustical Wall Panels $9,664.00 2 1-002.1 FEE.MATERIALS CCR#050 - OH&P $483.00 Grand Total: $10,147.00 The original (Contract Sum) Net change by previously authorized Change Orders The contract sum prior to this Change Order was The contract sum would be changed by this Change Order in the amount of The new contract sum including this Change Order will be The contract time will be increased by this Change Order by 22 days. $15,800,000.00 $0.00 $15,800,000.00 $10,147.00 $15,810,147.00 Lee Lewis Construction Inc. - HQ Page 1 of 2 Printed On: 10/31/2023 02:52 PM Diversified Interiors of Amarillo, Ltd. Project LBK POL Contract # Revision# _Wall Furring/Columns Project Title: Lubbock Police HQ Date: 10-23-23 Contractor: Diversified Interiors of Amarillo, Ltd. Description of Change in Work: FilzFelt Add Prepared: Approved: Comp. Code No. DESCRIPTION QUAN. REQ'D. UNIT LABOR UNIT COST LABOR WE UNIT COST MATERIAL EQUIPMENT OTHER SUB UNIT COST SUB 0.00 0.00 0.00 0.00 Labor 10 hrs 30.00 300.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Travel and Per Diem 100.00 0.00 0.00 0.00 0.00 0.00 Filz Felt Material 80 sf 0.00 108.00 8,640.00 0.00 Glue 0.00 20.00 20.00 0.00 0.00 0.00 0.00 0.00 0.00 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 1 0.00 0.00 0.00 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 1 0.00 0.00 SUBTOTALS »> 400.00 8,660.00 0.00 Remarks: Subtotal (labor+material+equipment) Plus OH %of Cost Labor Burden 36.00 % of labor Profit 10 % of Cost Sales Tax % of taxable items Subtotal Subcontract Plus 5% of Line E Subcontract Total (A+B+C+D+E+F+G) $9,060.00 [A] $0.00 [B] $144.00 [C] $460.20 [D] $0.00 [E] $0.00 [F] $0.00 [G] $9,664 COWTOWN MiiTERIRLS, INC. ARCHITECTURAL SPECIALTIES DIVISION �cp�s eon Project Name City of Lubbock Police Headquarters Version #9 Date October 4, 2023 Cowtown Contact April M Conger Cowtown Materials, Inc. is pleased to provide the below pricing for the above referenced project. Pricing is based off of customer provided details. Cowtown Materials only reviews Architectural Drawings. If any scope is located on other plans, the contractor must advise Cowtown Materials to review those specific documents. All items, clips, accessories and perimeter treatment quantities are an estimate only. Estimates do not include waste factor. Contractor is responsible for verifying all material quantifies with their own estimation process. Cowtown Materials will not be liable for any material discrepancies or shortages. Specialty Item Qtv Unit Pricing Pricing AWP2 Filz Felt Risby Indigo 533 6 x 24 80 $108.00 sf $ 8,640.00 TOTAL $ 8,640.00 Qualifications & Exclusions • This price is based on details provided by the contractor. If plans have been provided, only the Architectural drawings have been reviewed unless specifically noted otherwise. Contractor is responsible for reviewing the scope quoted. If discrepancies are found, Cowtown Materials reserves the right to requote based on • conversations with the contractor. All integrations with MEP scopes are excluded unless specifically quoted above. Contractor is responsible for verifying all materials are quoted for a • complete system install. Cowtown Materials will not be held responsible for materials not specifically quoted. Price includes freight and supplier stocking unless noted otherwise. Priced as roll on elevator, ground level stock or boom stock. Additional cost for • materials walked -up or elevator stand up. Should a crane be necessary for the stocking of materials, the contractor is fully responsible for the crane. • Due to the custom nature of this project, full prepayment may be required. All materials are nonreturnable. • Cowtown Materials will not be liable for any charges or penalties for project delays regarding the design, manufacturing and delivery of these products. • Quote valid for 30 days without written notification of award. All prices are billed based on material pricing when the order is delivered to the customer. • Any damage or loss incurred during delivery must be noted and signed on the delivery ticket within two (2) working days. This bid quotation is subject to the availability of goods and is based on market prices available on the date of this bid. Seller does not represent or warrant • that the goods referenced in this bid quotation will be available for purchase or delivery on any given date. If manufacturer prices increase substantially due to allocation, availability of materials, scarcity, tariffs or other events outside of our reasonable control, the • prices in this bid quotation may be adjusted accordingly. • Acceptance of a delivery by a customer is a confirmation that the proper products and amounts have been delivered as noted on the delivery ficket. • Seller shall not be liable for failure to perform base on a force majeure event. Shop drawings are not included in price or lead time. If shop drawings are required, there will be an additional charge of $1,500 per system and an extra 3 • weeks added to the manufacturing lead time. • Excludes cutouts for fixtures or penetrations. • Excludes Attic Stock/Additional Material, Mockups, Custom Samples. • Pricing excludes Sales Tax. • Pricing excludes all fasteners, attachments, pop -rivets, hanger wires, aircraft cables, adhesive, etc. unless specifically noted above. "**This order will not be processed by Cowtown Materials, Inc. unless all fields below are complete. ACCEPTED AND ORDERED BY Signature Date Ordered Name / Title PO Required? Q Yes ❑ No Company PO # Email Address Phone Number Price Escalation For Budgeting PROJECT INFORMATION If Ordered After Price Date Material Needed 12/1/2023 Quote Not Valid Delivery Address Delivery Contact 401 Garden Acres Drive Fort Worth, Texas 76140 Exhibit I Parkhill CONSTRUCTION CHANGE REQUEST #052 PROJECT: DATE: 10/31 /2023 ®Owner City of Lubbock Police HQ 151h St and Ave K Lubbock, Texas 79401 CONTRACT DATE: 01/2019 ®Architect ARCHITECT'S PROJECT ®Contractor NUMBER: 8715.18 TO CONTRACTOR: OWNER'S PROJECT NUMBER: ®Other Lee Lewis Construction Inc. 19-14153-MA 7810 Orlando Ave. Lubbock, Texas 79423 10/31 /2023 Please submit an itemized quotation for changes in the Contract Sum and/or Time incidental to proposed modification to the Contract Documents described herein. THIS IS NOT A CHANGE ORDER NOR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED HEREIN UNTIL APPROVED BY THE OWNER. Description: (Written description of the work) This includes labor and material to install an auto operator and card reader on door 100A. Also included in this price are custom pulls on 100A and 100C. Five -week lead time for materials and 4 days to install. Submitted By: David Glower CONTRACTOR'S RESPONSE: x❑ Add to /❑ Credit Contract Sum ❑Credit / ❑Deduct Contingency ❑ Owner ❑ CMAR TOTAL CCR Attachment: Breakdown Attachments: CCR052 Breakdown Additional days requested for this CCR: 39 days from day of apprc $ 8,699.35 $ 8,699.35 CONSTRUCTION CHANGE REQUEST APPROVAL When signed by Owner and upon receipt of approved document by the Contractor, the Contractor shall proceed with the change(s) described above. If CCR is changing the Contract Sum or GMP by cost or time, an official Change Order on AIA G701 will be executed and distributed. 0 (Signature) Date: Approved Additional Time Parkhill.com Lee Lewis Construction, Inc. Lee Lewis Construction Inc. - HQ 7810 Orlando Avenue Lubbock, Texas 79423 Phone: 806-797-8400 Fax: +1.806.797.1034 PCCO #52 Project: AA-2148 - Lubbock Police Headquarters 1401 15th Street Lubbock, Texas 79401 Prime Contract Change Order #52: CCR#052 - Auto Operator TO: CITY OF LUBBOCK FROM: Lee Lewis Construction - HQ City of Lubbock 1314 Avenue 4th Floor 7810 Orlando Ave LUBBOCK, Texas 79457 Lubbock, Texas 79423 DATE CREATED: 10/31/2023 CREATED BY: David Clower (Lee Lewis Construction - HQ) CONTRACT STATUS: Pending - In Review REVISION: 0 REQUEST RECEIVED LOCATION: FROM: DESIGNATED REVIEWER: REVIEWED BY: DUE DATE: REVIEW DATE: INVOICED DATE: PAID DATE: REFERENCE: CHANGE REASON: Client Request PAID IN FULL: No EXECUTED: No ACCOUNTING METHOD: Amount Based SCHEDULE IMPACT: 39 days SIGNED CHANGE ORDER REVISED SUBSTANTIAL RECEIVED DATE: COMPLETION DATE: FIELD CHANGE: No CONTRACT FOR: 1:Lubbock Police Headquarters Prime Contract TOTAL AMOUNT: $8,699.35 DESCRIPTION: Auto Operator This includes labor and material to install an auto operator and card reader on door 100A. Also included in this price are custom pulls on 100A and 100C Five -week lead time for materials and 4 days to install. ATTACHMENTS: 5012 - LUBBOCK POLICE HQ._pdf, CO 120V Power For Lobby Door.Ddf, Continental.c)-df, Est 2096 from ENTEC SOLUTION_ S_LLC_74232.odf, Hi- Tech.odI CHANGE ORDER LINE ITEMS: # Budget Code Description Amount 1 8-740.1 ELECTRO-MECHANICAL Auto Opperator $3,500.00 HARDWARE.MATERIALS 2 16-720.2 ALARM AND DETECTION Card Reader $1,920.27 SYSTEMS.SUBCONTRACTOR 3 16-050.2 BASIC ELECT. MATERIALS & Electrical $1,065.08 METHO.SUBCONTRACTOR 4 8-100.2 METAL DOORS AND Pulls $1,500.00 FRAMES.SUBCONTRACTOR 5 8-710.1 DOOR HARDWARE. MATERIALS Hardware Install $300.00 6 1-002.1 FEE.MATERIALS OH&P $414.00 Grand Total: $8,699.35 Lee Lewis Construction Inc. - HQ Page 1 of 2 Printed On: 10/31/2023 04:49 PM Continental Automatic Doors of Lubbock, LLC P.O. Box 12238 Lubbock, Texas 79452 Phone: (806) 745-3369 cadlub2@gmail.com DATE: 10-25-23 TO: Lee Lewis ATTN: David Clower TOTAL # OF PAGES (INCLUDING COVER SHEET): 2 REPLY TO: Jared Swopes COMMENTS: Proposal for 1 single Quad 4000 at Lubbock Police Continental Automatic Doors of Lubbock, LLC P.O. Box 12238 2141 Baylor Lubbock, Texas 79452 Phone: (806) 745-3369 October 25, 2023 PROPOSAL FOR Lubbock Police Station TO BE ERECTED AT Lubbock, TX FOR THE SUM OF Three Thousand Five Hundred and 00/100 DOLLARS ($3,500.00) WE PROPOSE TO FURNISH AND INSTALL: 1- Single RH push Quad 4000 operator assembly- dark bronze anodized finish, 39" header, operators, controls, arms, switches, wireless pushbutton activation, bollard post for exterior pushbutton, and one-year warranty. WE EXCLUDE: Electrical (120VAC), wire chasing, any and all accessories not listed above, and sales tax. THIS PROPOSAL IS SUBJECT TO THE FOLLOWING TERMS AND CONDITIONS 1. Work will be executed as promptly as possible if contract is awarded us, subject to delays occasioned by causes beyond our control. 2. We replace damaged material only when caused directly by our employees or defective material. 3. We do not clean glass or metal. 4. Correction of clerical errors prior to acceptance. 5. Subject to revision if not accepted within 90 days after date above. 6. This proposal is based on all work being preformed during regular working hours. Extra charge will apply for all overtime work. TERMS: Progress pavment consisting of 900o of value of all material furnished and work performed during the month is to hepaid its on or before the 101h of the month. Balance in full within 30 day after completion of our contract. 3% credit card processing fee. We solicit your early acceptance of this proposal in which event we promise to give the work our most careful attention. Accepted Yours very truly, Continental Automatic Doors Date .20 By Jared Swopes cadlub2ia gmail.com ENTEC SOLUTIONS LLC 2802 YORK AVE UNIT A LUBBOCK TX 79407 Name / Address CITY OF LUBBOCK-POLICE DEPARTMENT Estimate Date Estimate # 10 26,2023 2096 Project Item Description Qty Rate Total HIC-920NTNNEK00000 iClass Reader, R40, Wall Switch, No Prox, 1 348.93 348.93T SIO/SEOS + Legacy, Std Ver. 1 Keyset, Wiegand, Pigtail Cable: 18" 5000C-630-LBM Electric Strike, Low Profile, 12/24 Volt DC, 1 421.34 421.34T 0.24/0.12 Ampere, 1-1/16" Depth, Latchbolt Monitor, With 501/501A Faceplate CABLE 1 400.00 400.00T Installation Installation 5 150.00 750.00 Sales Tax 0.0000 0.00 Total $1,920.27 AMACME ELECTRIC Company Proposed Change Order DATE: 10/3/2023 Title: Power For Card Reader Project: Lubbock Police Headquarters Location: Lubbock, Texas To: David Clower Lee Lewis Construction Reason For Change: Requested from GC 120V Power Extended to Actuator for North Lobby Door Hours Rate Burden Burden Total Total Project Manager 1.00 $ 85.80 45% $ 38.61 $ 124.41 Superintendent 4.00 $ 45.00 45% $ 81.00 $ 261.00 Electrician 4.00 $ 40.00 45% $ 72.00 $ 232.00 OT/Premium $ - Total Labor $ 617.41 Materials $ 308.75 Subcontractor Subtotal $ 926.16 Profit and Overhead $ 138.92 Total $ 1,065.08 Materials QTY. Total Price Total Labor SO Cord 25 $ 75.00 MC Cable 80 $ 233.75 S 308.75 Iflt flflLLGRtn COMPflnY of iueaocx PROPOSAL Date: 10/30''2023 To: Lee Lewis Construction 7810 Orlando Ave Lubbock, TX 79423 ATTN: David Clower QUOTATION #: 5012 Project: Lubbock Police HQ -Supply (2) Rockwood RM2210 - 6' custom pulls in Black Suede Powder Coat for door 100C and 1 OOA. Total ... $1,500.00 Sales Tax if applicable... 8.25% F.O.B. ORIGIN, FREIGHT CHARGES: NIA We do not include any applicable local or state sales tax. We acknowledge addenda # Quote is for material only, unless otherwise noted. Quote is subject to surcharges that may be imposed by manufacturers due to rising material costs. The prices and terms on this quotation are not subject to verbal changes or other agreements unless approved in writing by the Seller. All quotations and agreements are contingent upon strikes, accidents, fires, availability of materials and all other causes beyond our control. Prices are based on costs and conditions existing on date of quotation and are subject to change by the Seller before final acceptance and void after 60 days. Typographical and stenographic errors are subject to correction. Purchaser assumes liability for patent and copyright infringement when goods are made to Purchaser's specifications. Ample allowance must be made to facilitate efficient production. Conditions not specirically stated herein shall be governed by established trade customs. Terns inconsistent with those stated herein which may appear on Purchaser's formal order will not be binding on the Seller. This quotation is subject to the following terms and conditions: 5909 63" Street • Lubbock, Texas 79424 • (806) 798-7200 • FAX (806) 798-3999 . www.haligrenco.com "Suite 74 dun &u4 Pwdad p TERMS AND CONDITIONS Payment of Terms. Purchaser agrees to pay Seller pursuant to the terms indicated on the reverse side. Seller may exercise any lien rights which exist under the law. Purchaser shall pay an additional amount of/2% per month on past due accounts. Any expenses incurred by Seller in the collection of any amounts due, including lien filing fees and actual attorney's fees, shall be paid by Purchaser. Taxes. Prices on the specified products are exclusive of all state or local taxes. Wherever applicable, any tax will be added to the invoice as a separate charge to be paid by Purchaser. Acceptance. Valid for acceptance within thirty days, and subject to revision after thirty days. Fabrication will not begin without a written order. This quotation, when accepted by the Purchaser, shall become a contract binding upon Seller and Purchaser upon receipt and approval by Seller or Purchaser's order. Any terms contained in Purchaser's order which are inconsistent with those stated herein will not be binding on the Seller. This constitutes the entire agreement between parties and supersedes any and all previous agreements both oral and written. Title/Shipping. Title and risk of loss for damage to the goods passes to the Purchase upon delivery to the carrier regardless of who pays the shipping costs. Seller shall not be liable for damage to shipment while in transit. It is the responsibility of the Purchaser to accept shipment and file claims for damages or shortages with the carrier. Notwithstanding anything to the contrary, all indemnifications granted by The Hallgren Company shall terminate on the date the products furnished are put to their intended use. Non -Conformity. Should any materials prove defective due to faults in manufacture or fail to meet the written specifications accepted by Seller, Purchaser shall not return the goods, but shall notify Seller in writing, stating full particulars, including physical samples and/or photographs supporting Purchasers claim. This includes claims of any type, including hardware machining, undercuts, or any other item of alleged non-conformance. In the event Seller, or its agent, travels to a job site and non- conformance is determined not to be fault of Seller, expenses for time and travel shall be added to the account of Purchaser. Back Charges. If non-conformance is the fault of Seller, Seller may, at its option, either repair, or replace said material, or authorize field correction to be performed by Purchaser at a pre -determined cost. Seller shall not be liable for any back charges unless the following has been performed to Seller: (a) written notification within (10) days of delivery of alleged non-conformance; (b) an opportunity to inspect condition; (c) an opportunity to correct condition; and (d) a prior written agreement concerning the price of remedial work. Delivery. Seller will make every effort to meet the estimated date of shipment, but cannot guarantee any certain date since shipping dates are dependent upon prompt receipt of all necessary information and materials. Delivery shall be further subject to strikes, labor difficulties, civil unrest, war, fire, delay or defaults of common carriers, failure or curtailment in the Seller's usual sources of supply, and or other delays beyond the Seller's reasonable control, and Seller shall not be liable for any resulting loss or damage. Orders for materials will not be placed if purchaser's account is past due. Clerical Errors and Omissions. Purchaser agrees that Seller may correct clerical errors and/or omissions contained in this quotation at any time. Governing Law. All orders entered by Seller are deemed executed in Lubbock, Texas and the laws of the State of Texas shall apply. Customer: Signature: Accepted: Date: By: Signature: Title: Will Bynum Sales Consultant Date: Monday, October 30, 2023 Page 2 of 2 hi -tech doors INC 4504 109th Street lubbock, TX 79424 US michaelb@hi-techdoorsinc.com www.hi-techdoorsiNC.com Estimate ADDRESS Lee Lewis Construction 7810 Orlando Ave. Lubbock,Tx 79424 DATE 10/30/2023 ACTIVITY QTY RATE AMOUNT Lubbock Police Headquarters Sales 2 150.00 300.00 2 door pulls install Exclusions (Unless noted otherwise): Forklift Storefront Doors and Hardware Sliding Doors and Hardware Overhead Doors and Hardware Access Control Doors and Hardware Hollow Metal Frames Wood Frames Aluminum Frames Actuators, Prox Readers, Keypads Clarifications: Window Kits Permanent Cores Card Readers Power Supplies Mag Locks Auto Operators Low Voltage Wiring Key Cabinets Glass Doors Chain Link Gates TOTAL $ 300.00 Accepted By Accepted Date Exhibit J DocuSign Envelope ID: CODOFD67-EB32-42D9-9FBA-CD5876CO1067 Parkhill CONSTRUCTION CHANGE REQUEST #053 PROJECT: City of Lubbock Police HQ 151h St and Ave K Lubbock, Texas 79401 TO CONTRACTOR: Lee Lewis Construction Inc. 7810 Orlando Ave. Lubbock, Texas 79423 DATE: 11/06/2023 1 ®owner CONTRACT DATE: 01/2019 ®Architect ARCHITECT'S PROJECT ®Contract NUMBER: 8715.18 OWNER'S PROJECT NUMBER: ®Other 19-14153-MA 11 /06/2023 Please submit an itemized quotation for changes in the Contract Sum and/or Time incidental to proposed modification to the Contract Documents described herein. THIS IS NOT A CHANGE ORDER NOR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED HEREIN UNTIL APPROVED BY THE OWNER. Description: (Written description of the work) This includes cost to install Sika Emseal WFR1 system to close gap between wall and storefront glass on the third floor of Stair 326. This gap was brought up by the City inspector and an RFI was sent on 5/19/23. No official response has been received; however, the building department has approved this solution. Material lead time is 3 weeks and it will take 1 day to install. David Clower Attachments CCR 053 Rreakdown CONTRACTOR'S RESPONSE: Additional days requested for this CCR: 22 days from day of apprc x❑ Add to /❑ Credit Contract Sum $ 8,368.50 ❑Credit / ❑Deduct Contingency $ ❑ Owner ❑ CMAR TOTAL CCR $ 8,368.50 Attachment: Breakdown CONSTRUCTION CHANGE REQUEST APPROVAL When signed by Owner and upon receipt of approved document by the Contractor, the Contractor shall proceed with the change(s) described above. If CCR is changing the Contract Sum or GMP by cost or time, an official Change Order on AIA G701 will be executed and distributed. LIM (Signature) Date: Approved Additional Time \\Data 1 \Projects\201818715.18\05_CONSTR\04_C HAN GE\01 _CCR\CONST-CCR_C hange_Request.docx Parkhill.com DocuSign Envelope ID: CODOFD67-EB32-42D9-9FBA-CD5876CO1067 Lee Lewis Construction, Inc. Lee Lewis Construction Inc. - HQ 7810 Orlando Avenue Lubbock, Texas 79423 Phone: 806-797-8400 Fax: +1.806.797.1034 PCCO #53 Project: AA-2148 - Lubbock Police Headquarters 1401 15th Street Lubbock, Texas 79401 Prime Contract Change Order #53: Stair 326 Fire Seal TO: CITY OF LUBBOCK FROM: Lee Lewis Construction - HQ City of Lubbock 1314 Avenue 4th Floor 7810 Orlando Ave LUBBOCK, Texas 79457 Lubbock, Texas 79423 DATE CREATED: 11/03/2023 CREATED BY: David Glower (Lee Lewis Construction - HQ) CONTRACT STATUS: Pending - In Review REVISION: 0 REQUEST RECEIVED LOCATION: FROM: DESIGNATED REVIEWER: REVIEWED BY: DUE DATE: REVIEW DATE: INVOICED DATE: PAID DATE: REFERENCE: CHANGE REASON: Allowance PAID IN FULL: No EXECUTED: No ACCOUNTING METHOD: Amount Based SCHEDULE IMPACT: 22 days SIGNED CHANGE ORDER REVISED SUBSTANTIAL RECEIVED DATE: COMPLETION DATE: FIELD CHANGE: No CONTRACT FOR: 1:Lubbock Police Headquarters Prime Contract TOTAL AMOUNT: $8,368.50 DESCRIPTION: Stair 326 Fire Seal This includes cost to install Sika Emseal WFR1 system to close gap between wall and storefront glass on the third floor of Stair 326. This gap was brought up by the City inspector and an RFI was sent on 5/19/23. No official response has been received; however, the building department has approved this solution. Material lead time is 3 weeks and it will take 1 day to install. ATTACHMENTS: REVISED EMSEAL Quote.pdf CHANGE ORDER LINE ITEMS: # Budget Code Description Amount 1 7-920.1 SEALANTS AND CALKING.MATERIALS Emseal System $7,970.00 2 1-002.1 FEE.MATERIALS OH&P $398.50 Grand Total: $8,368.50 The original (Contract Sum) $15,800,000.00 Net change by previously authorized Change Orders $0.00 The contract sum prior to this Change Order was $15,800,000.00 The contract sum would be changed by this Change Order in the amount of $8,368.50 The new contract sum including this Change Order will be $15,808,368.50 The contract time will be increased by this Change Order by 22 days. Lee Lewis Construction Inc. - HQ Page 1 of 2 Printed On: 11/3/2023 04:49 PM DocuSign Envelope ID: CODOFD67-EB32-42D9-9FBA-CD5876CO1067 A-1 BUILDING SUPPLY QUOTE BUILDING LEE LEWIS EMSEAL- REVISED 11/1/2023 DAVIE CLOWER 10/31/2023 Item QTy PRICE EA. TOTAL EMSEAL WFR1 System 3" X 4" X 6.56' 6 $1,245.00 $7,970.00 3 week lead time Thankyou! A-1 REPRESENATIVE David Estrada david@albuildingsupply.com SUBTOTAL $7,970.00 FRT TO JOBSITE CUSTOMER SIGNATURE Total EXC TAXES $7,970.00 ****PRICING IS GOOD FOR 10 DAYS**** DocuSign Envelope ID: CODOFD67-EB32-42D9-9FBA-CD5876C01067 Lee Lewis Construction Inc. - HQ Lee Lewis 7810 Orlando Avenue Lubbock, Texas 79423 Construction, Inc. P:806-797-8400 F: +1.806.797.1034 Project: AA-2148 Lubbock Police Headquarters 1401 15th Street Lubbock, Texas 79401 RFI #105: 1 Hr walls at Stairs 326 Status Open To Ryan Wilkens (PARKHILL SMITH & COOPER) From Brandy Jackson (Parkhill, Smith & Cooper, Inc.) Date Initiated May 19, 2023 Due Date Location Stairs #326 Project Stage Cost Impact TBD Schedule Impact Spec Section 05 40 00 - Cold -Formed Metal Framing Drawing Number G-103 Reference Linked Drawings Received From Copies To Activity Question Gary Messersmith (Lee Lewis Construction - HQ) 7810 Orlando Ave. Lubbock, Texas 79423 May 24, 2023 Course of Construction TBD Question from Gary Messersmith Lee Lewis Construction - HQ on Wednesday, May 17, 2023 at 05:55 PM CDT The East and West walls of Stairs #326 shown on G-103, Third Floor Code Plan shows these as 1 hour rated. The wall stops at the window frame and there is a gap of approximately 3" from the wall to the exterior glass. Please review and advise on how to accomplish the 1 hour rating at these two locations. Awaiting an Official Response Lee Lewis Construction Inc. - HQ Page 1 of 1 Printed On: Nov 3, 2023 04:52 PM CDT Exhibit K DocuSign Envelope ID: 7C704771-A93B4977-A725-A5CA3B46CA04 Parkhill CONSTRUCTION CHANGE REQUEST #054 PROJECT: City of Lubbock Police HQ 15th St and Ave K Lubbock, Texas 79401 TO CONTRACTOR: Lee Lewis Construction Inc. 7810 Orlando Ave. Lubbock, Texas 79423 DATE: 11 /06/2023 CONTRACT DATE: 01/2019 ARCHITECT'S PROJECT NUMBER: 8715.18 OWNER'S PROJECT NUMBER: 19-14153-MA ®Architect ®Other 11 /06/2023 Please submit an itemized quotation for changes in the Contract Sum and/or Time incidental to proposed modification to the Contract Documents described herein. THIS IS NOT A CHANGE ORDER NOR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED HEREIN UNTIL APPROVED BY THE OWNER. Description: (Written description of the work) This includes labor and material to relocate 2 strobes in 353 and one in 143. The strobes in 353 are concealed by displays and need to be ceiling mounted to be visible. The strobe in 143 is concealed by millworks and needs to be ceiling mounted to be visible. This work will take 2 days to complete, and materials are readily available. Work must be complete prior to Fire Final Inspection. Submitted By: David Clower CONTRACTOR'S RESPONSE: ❑ Add to /❑ Credit Contract Sum $ ❑Credit / ®Deduct TOTAL CCR Attachment: Breakdown Attachments: CCR 054 Breakdown Additional days requested for this CCR: 2 days from day of approv Contingency $ 2,914.45 ® Owner ❑ CMAR David Clower $ 2,914.45 CONSTRUCTION CHANGE REQUEST APPROVAL When signed by Owner and upon receipt of approved document by the Contractor, the Contractor shall proceed with the change(s) described above. If CCR is changing the Contract Sum or GMP by cost or time, an official Change Order on AIA G701 will be executed and distributed. 0 (Signature) Date: Approved Additional Time Parkhill.com DocuSign Envelope ID: 7C704771-A93B-4977-A725-A5CA3B46CA04 Lee Lewis Construction, Inc. Lee Lewis Construction Inc. - HQ 7810 Orlando Avenue Lubbock, Texas 79423 Phone: 806-797-8400 Fax: +1.806.797.1034 PCCO #54 Project: AA-2148 - Lubbock Police Headquarters 1401 15th Street Lubbock, Texas 79401 CCR#054 - Fire Alarm Relocations TO: CITY OF LUBBOCK FROM: Lee Lewis Construction - HQ City of Lubbock 1314 Avenue 4th Floor 7810 Orlando Ave LUBBOCK, Texas 79457 Lubbock , Texas 79423 DATE CREATED: 11/06.2023 CREATED BY: David Clower (Lee Lewis Construction - HQ) CONTRACT STATUS: Pending - In Review REVISION: 0 REQUEST RECEIVED LOCATION: FROM: DESIGNATED REVIEWER: REVIEWED BY: DUE DATE: REVIEW DATE: INVOICED DATE: PAID DATE: REFERENCE: CHANGE REASON: Design Development PAID IN FULL: No EXECUTED: No ACCOUNTING METHOD: Amount Based SCHEDULE IMPACT: 2 days SIGNED CHANGE ORDER REVISED SUBSTANTIAL RECEIVED DATE: COMPLETION DATE: FIELD CHANGE: No CONTRACT FOR: 1:Lubbock Police Headquarters Prime Contract TOTAL AMOUNT: $0.00 DESCRIPTION: CCR#054 - Fire Alarm Relocations This includes labor and material to relocate 2 strobes in 353 and one in 143. The strobes in 353 are concealed by displays and need to be ceiling mounted to be visible. The strobe in 143 is concealed by millworks and needs to be ceiling mounted to be visible. This work will take 2 days to complete, and materials are readily available. Work must be complete prior to Fire Final Inspection. ATTACHMENTS: CO 353 and 143 Fire Strobe Relocation.pdf CHANGE ORDER LINE ITEMS: # Budget Code Description Amount 1 16-050.2 BASIC ELECT. MATERIALS & METHO.SUBCONTRACTOR CCR#054 - Fire Alarm Relocation $2,914.45 2 1-004.1 OWNERS CONTINGENCY.MATERIALS CCR#054 Owner Contingency $(2,914.45) Grand Total: $0.00 The original (Contract Sum) Net change by previously authorized Change Orders The contract sum prior to this Change Order was The contract sum would be changed by this Change Order in the amount of The new contract sum including this Change Order will be The contract time will be increased by this Change Order by 2 days. $15,800,000.00 $0.00 $15,800,000.00 $0.00 $15,800,000.00 Lee Lewis Construction Inc. - HQ Page 1 of 2 Printed On: 11 /6/2023 11:40 AM DocuSign Envelope ID: 7C704771-A93B-4977-A725-A5CA3B46CA04 ACME ELECTRIC Company Proposed Change Order DATE: 11/6/2023 Title: Fire Strobe Relocation Project: Lubbock Police Headquarters Location: Lubbock, Texas To: David Clower Lee Lewis Construction Reason For Change: Requested from GC Relocation of (3) Fire Strobes from Wall to Ceiling in 353 and 143 Hours Rate Burden Burden Total Total Project Manager 1.00 $ 85.80 45% $ 38.61 $ 124.41 Superintendent 2.00 $ 45.00 45% $ 40.50 $ 130.50 Electrician 7.00 $ 40.00 45% $ 126.00 $ 406.00 OT/Premium $ - Total Labor $ 660.91 Materials $ 88.39 Subcontractor $ 1,785.00 Subtotal $ 2,534.30 Profit and Overhead $ 380.15 Total $ 2,914.45 DocuSign Envelope ID: 7C704771-A93B-4977-A725-A5CA3B46CA04 Materials QTY. Total Price Total Labor 3/4" Conduit - FMC Steel 18 $ 23.19 1.5 3/4" Connector - FMC Squeeze Malleable 6 $ 33.69 1.5 2-1/8" D 4" Square Box 1/2 & 3/4" KO 3 $ 6.00 1.5 24" Span T-Bar Hanger for 1-1/2" or 2-1/8" Deep Box 3 $ 22.50 1.5 Box Mounting Clip for 512 Series 3 $ 3.00 1 $ 88.38 7 DocuSign Envelope ID: 7C704771-A93B-4977-A725-A5CA3B46CA04 :::::::: FIRETROL *% Protection Systems Date: November 6, 2023 Acme Electric Lubbock,Texas Attn: Russell Brown SUBJECT: Lubbock Police Headquarters Room 353 and 143 Fire Alarm Change Order Firetrol Protection Systems is pleased to submit our lump sum quotation in the amount of $1,785.00 for the installation at the above referenced project. Our quotation includes fire alarm equipment and installation in accordance with the NFPA and our qualifications. SCOPE OF WORK 1) All installation shall take place during Firetrol's normal working hours. 2) Firetrol will install the fire alarm equipment listed on the quotation. 3) Firetrol's "General Terms & Conditions" are attached and a part of our proposal. 4) This proposal/quotation shall remain in effect for the next (10) days. 5) Relocate two wall mounted fire alarm strobes to the ceiling. Bill of Materials 3 each Edwards GCVWF ceiling strobes Labor to remove wall mounted device and install new ceiling devices. Exclusions: a) Cutting/patching b) Painting/primer c) Any additional equipment requested by the Fire Marshals Office. Should this meet with your acceptance, kindly sign & return this document to my attention. Please feel free to contact me regarding any of your fire protection needs. Sincerely, FIRETROL PROTECTION SYSTEMS, INC. David Lusk District Operations Manager Ph 806-771-3500 Fax 806-771-3501 Cell 806-544-7581 Toll Free 1-844-442-4399 dluskL:firetrol.net 1001 Ave. B, Lubbock, Texas 79404, TMXAS-17-03FAC04, GSA# GS-06F-0063S www.firetrol.net DocuSign Envelope ID: 7C704771-A93B-4977-A725-A5CA3B46CA04 Terms & Conditions ENTIRE CONTRACT The provisions herein contained constitute all of the terms and conditions of this contract No changes or additions hereto shall be binding upon Seller unless in writing and signed by an authorized representative of Seller Any lernis or conditions of Purchaser's order inconsistent herewith or in addition hereto shall be of no force and effect and are hereby expressly rejected and Purchaser's order shall be governed by only the terms and conditions appearing herein PROPOSALS AND CONTRACT Sellers proposals when accepted. and any resulting contract, are not subject to cancellation, suspension or reduction in amount, except with Sellers written consent and upon terms, which reimburse Seller for work performed. reasonable overhead and lost profit PAYMENT Terms of payment have been set at net 10-days. A service charge will be charged and added to the prices on a I payments past due and owed by the Purchaser under this contract at a rate of 25% per annum, or if such rate is prohibited under applicable law, then at such maximum rate as is under applicable law Purchaser shall pay all attorneys fees incurred in the collection of past due accounts DELAYS Seller shall not be liable for any damage or penalty for delays in work due to acts of God, acts or omissions of the Purchaser, acts of civil or military authorities, Government regulations or priorities, fires floods, epidemics, quarantine restrictions, war, riots, strikes, differences with workmen, accidents to machinery, car shortages, inability to obtain necessary labor, materials or manufacturing faulities. delay in transportation, defaults of Sellers subcontractors, failure of or delay in famishing coned or complete information by Purchaser with respect to location or other details of work to be performed hereunder, impossibility or impracticability of performance or any other cause beyond the control of Seller, whether or not similar to the foregoing. In the event of any de ay caused as aforesaid, the completion shall be extended for a period equal to any such delay, and this contract shall not be void or avoidable as a result of any such delay. In case work is temporarily discontinued by reason of any of the foregoing, all unpaid instal Iments of the contract price less an amount equal to the value of material and labor not furnished sha I be due and payable upon rece pt of the invoice by Purchaser. EXCAVATION In the event the work herein includes excavation, the Purchaser shall pay as an extra to the contract pnce the cost for any additional work performed by the seller due to water, quicksand, rock or other unforeseen obstruction encountered or if shoring is required. SITE FACILITIES Purchaser shall fumish all necessary facilities for performance of its work by Seller, adequate space for storage and handling of material, tight, water, heat, local telephone watchman and crane and elevator service, if available, and necessary permits. Where wet pipe system is inspected/tested, Purchaser slixt supply and maintain sufficient heat to prevent freezing of the system. While employees of Seller will exercise reasonable care in this respect, Sel'er sha!I be under no responsibility for loss or damage due to the character, condition or use of foundations. wats, or other structures not erected by it or resulting from excavation in proximity thereto, nor for damage resulting from concealed piping. wiring, fixtures or other equipment or conditions or water pressure. All shoring or protection of foundations. walls. or other structures subject to being disturbed by any excavation required hereunder shall be the responsibility of the Purchaser un'ess otherwise specified. Purchaser warrants the sufficiency of the structure to support the fire alarm and/or fire sprinkler system and its related equipment. The purchaser shall have all things in readiness for inspection(test, including, but not limited to, other materials, floor or suitable working base, connections, and facilities at the time technician is onsile. In the event the purchaser fails to have all things in readiness for inspectwNtest at the jobsde, the Purchaser shall reimburse Seller for any and all expenses caused by such (allure to have such things in readiness. Failure to make areas available to Seller during performance in accord with schedules, which are the basis of Sellers proposal, shall be considered a failure to have all things in readiness for erection in accord with the terms of th's contract. INTERFERENCE'S Purchaser shall be responsible to coordinate the work of other trades (dueling, piping, electrical, etc ) and Purchaser shall be responsible for additional costs incurred by Seller arising out of interferences to Seller's work caused by such other trades. LIMITATIONS OF LIABILITY The Seller makes NO WARRANTIES, EXPRESS, OR IMPLIED, INCLUDING, WITHOUT LIMITATION, WARRANTIES OF MERCHANTABILITY AND WARRANTIES OF FITNESS FOR A PARTICULAR PURPOSE. No promise not contained herein or affirmation of fact made by any employee, agent or representative of the Seller shall I constitute a warranty by the seller or give rise to any liability or obligation Sellers liability to Purchaser for personal injury, death, or property damage arising from the performance under this contract shall be limited to the contract price Purchaser shal. hold Se'ler harWess from any and all third -party claims for personal injury, death or property damage, arising from Purchasers failure to maintain these systems or keep them in operative condition, whether based upon contract, warranty. tort. strict liability or otherwise in no event shall Seller be liable for any special indirect, incidental, consequential or liquidated, penal or any economical damage of any character, including but not limited to loss of use of the Purchasers property, lost profits or lost production. whether claimed by the Purchaser or by any third party, irrespective of whether claims or actions for such damages are based upon contract, warranty, negligence. tort, strict liability or otherwise. SEVERABILITY Should any part, term, or provision of this contrad be found by the courts to be illegal or In conflict with any law of the state where made. the va' idity of the remaining portions or prov;sions shall not be affected thereby. ASSIGNMENT Any assignment of this contract by Purchaser without the written consent of Seller shall be void. Seller may assign this contract to its subsidiaries and affiliates. CHANGES. ALTERATIONS, ADDITIONS Changes, alterations, and additions to the plans, specifications, or construction schedule for this contract shall be invalid un ess approved in wnIJng by Seller. Changes approved by Seller. which 'ncrease or decrease the cost of work to Seller, shall constitute a corresponding increase or decrease in the contract price as herein provided. The value of additional work shall be agreed upon in writing prior to the performance of said work However, if no agreement is reached prior to the performance of additional work approved in the manner here n described, and Seller elects to continue performance so as to avoid delays, then the estimate of Sellers Estimating Department as to the value of the work shall be deemed accepted by the Purchaser. PRICES In addition to the prices specified herein, Purchaser shall pay for all extra work requested by Purchaser or made necessary because of incompleteness of or inaccuracy in plans or other information submitted by Purchaser with respect to location, type of occupancy, or other details of work to be performed hereunder In the event the layout of Purchasers facilities has been altered, or is altered by Purchaser prior to completion of this contract. Purchaser shall advise Seller, and prices, delivery, and completion dates quoted herein shall be changed by Seller as may be required ESCALATION CLAUSE This Proposal is priced by Firetrol Protection Systems to complete the project at current prices of material and at the existing scale of wages for labor. In the event of significant de'ay or price increase of material, equ pmenl, or energy occurring during the evaluation and acceptance of this submittal, or performance of the contract through no fault of Firetrol Protection Systems, the Contract Sum, bme of completion or contract requirements shall be equitably adjusted by Change Order in accordance with the procedures of the Contract Documents. A change in price of an item of material, equipment, or energy will be considered significant when the price of an item increases ten percent (10%) between the date of this Contract and the date of installation. Firetrol Protection Systems shall, before making any additional purchases of specified materials, equipment, or energy, provide to the Owner a written statement expressing the percentage increase of contract price, matena's in question, and the dollar amount of the price increase to be Incurred.. LEGAL NOTICE For the purposes of any notice permitted or required to be given hereunder, such notice or notices shall be deemed given when received. CLAIMS Any claims against Seller ans ng hereunder shall be deemed waived unless they are presented in writing, with particulars, within ten (10) days after they anse TERMS AND CONDITIONITECHNICAL SPECIFICATIONS The terms and conditions specified herein shall be in addition to those put in Sellers technical specifications and Sellers authorized representative shall resolve any inconsistencies. ARBITRATION At the option of the Seller. any controversy or claim arising out of or relating to this contract, or the breach thereof. shall be settled by arbitration in accordance with the Rules of the American Arbitration Association. and judgment upon the award rendered by the Arbitrator(s) may be entered in any court having jurisdiction thereof. Any arbitration proceeding shall be held in California OVERTIME Unless otherwise specified by Purchaser. all service work will be performed during regular working hours. If Purchaser shall require any overtime labor, Purchaser agrees to reimburse Seller for the overtime premium cost including all related payroll costs, plus Sellers overhead and profit, payable monthly, one (1) month after overtime expense was incurred. PROPRIETARY DATA All specifications, drawings designs, descriptive matter, and other data furnished by Seller to Purchaser pertaining to the work proposed herein shall be deemed proprietary and shall be kept in confidence by Purchaser and shall not be disclosed to any thud party except as may be necessary in the performance of any contract with the SeCer. In the event Seller requests the return of any such proprietary material and/or any reproductions thereof, Purchaser shall promptly return the same to Seller DEFAULT In case of any default by Purchaser, Seller shall be entitled to payment for all work performed all termination costs incurred. and any other costs incurred by Seller, including overhead and profit. All such remedies of Seller are cumulative and not exclusive. Default by Purchaser shall consist of: Failure to pay any installment of price when due, no demand being necessary, or any act or omission on the part of Purchaser whereby Seller is prevented from completing said service, or receivership, bankruptcy, assignment for the benefit of creditors or any other form of nsolvency proceedings by or against Purchaser or in case said premises or said system shall be attached, liened or seized by process of law and such attachment or lien shall not be vacated or seizure ten,naled within ten (10) days after its occurrence. BACKCHARGE No charges shall be levied by the Purchaser against the Seller unless (48) hrs prior written notice is given to Seller to correct any a leged deficiencies/ dean -up which necessitates such charges and unless deficiencies are the direct fault of Seller. OSHA Purchaser will indemnify and hold harmless the Seller from and against any claims, demands or damages resulting from the enforcement of the Occupational Safety Health Act (Public Law 91-596). unless said claims, demands or damages are a direct result of causes within the exclusive control of Seller DocuSign Envelope ID: 7C704771-A93B-4977-A725-A5CA3B46CA04 In signing this document I am acknowledging that I understand, am authorized to accept, and accept Firetrol Protection System's Proposal/Contract in its entirety. ACCEPTED BY: Name & Title: Date: Billing Address: City, State & Zip: Payment for Services is due at the Time of Service Firetrol accepts Visa. MasterCard. American Express, & Discover By filling out the information noted below, I am authorizing Firetrol to charge my account for the amount indicated on line "A': A. Dollar Amount to be charged B. Type of Credit Card (circle one): C. Credit Card Number: D. Expiration Date & CCID: E. Name (as it appears on the card): F. Address (for the billing of this card): G. Company Name ( if applicable): H. Customer Signature: I. Customer Name ( please print): Visa MasterCard AmEx Discover DocuSign Envelope ID: 7C704771-A93B-4977-A725-A5CA3B46CA04 Conflict with Millworks 0 DocuSign Envelope ID: 7C704771-A93B-4977-A725-A5CA3B46CA04 VISOR ,5 ] MLI Conflict with displays ')SIT I IAS ►G€R ,2 C1 COMI TRAIN 35E r-� Exhibit L DocuSign Envelope ID: 2096BE17-6BOC-41C5-AC82-5BE9A41858BF Parkhill CONSTRUCTION CHANGE REQUEST #056 PROJECT: City of Lubbock Police HQ 151h St and Ave K Lubbock, Texas 79401 TO CONTRACTOR: Lee Lewis Construction Inc. 7810 Orlando Ave. Lubbock, Texas 79423 DATE: 11 /062023 T ®Owner CONTRACT DATE: 01/2019 ARCHITECT'S PROJECT NUMBER: 8715.18 OWNER'S PROJECT NUMBER: 19-14153-MA ®Contractor 11 /06/2023 Please submit an itemized quotation for changes in the Contract Sum and/or Time incidental to proposed modification to the Contract Documents described herein. THIS IS NOT A CHANGE ORDER NOR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED HEREIN UNTIL APPROVED BY THE OWNER. Description: (Written description of the work) This includes to labor and material to data cables as outlined in the attached per COL request. David Glower Attachments: CCR 056 Breakdown CONTRACTOR'S RESPONSE: Additional days requested for this CCR: 2 x❑ Add to /❑ Credit Contract Sum $ 5,821 ❑Credit / ❑Deduct Contingency $ David Gower ❑ Owner ❑ CMAR Attachments: TOTAL CCR $ S,821.00 Attachment: Breakdown L CONSTRUCTION CHANGE REQUEST APPROVA� When signed by Owner and upon receipt of approved document by the Contractor, the Contractor shall proceed with the change(s) described above. If CCR is changing the Contract Sum or GMP by cost or time, an official Change Order on AIA G701 will be executed and distributed. Approved Additional Time By: Date: (Signature) Parkhill.com DocuSign Envelope ID: 2096BE17-6BOC-41C5-AC82-5BE9A41858BF Lee Lewis Construction, Inc. Lee Lewis Construction Inc. - HQ 7810 Orlando Avenue Lubbock, Texas 79423 Phone: 806-797-8400 Fax: +1.806.797.1034 PCCO #56 Project: AA-2148 - Lubbock Police Headquarters 1401 15th Street Lubbock, Texas 79401 Prime Contract Change Order #56: CCR#056 - Data Change TO: CITY OF LUBBOCK FROM: Lee Lewis Construction - HQ City of Lubbock 1314 Avenue 4th Floor 7810 Orlando Ave LUBBOCK, Texas 79457 Lubbock , Texas 79423 DATE CREATED: 11/06/2023 CREATED BY: David Glower (Lee Lewis Construction - HQ) CONTRACT STATUS: Pending - In Review REVISION: 0 REQUEST RECEIVED LOCATION: FROM: DESIGNATED REVIEWER: REVIEWED BY: DUE DATE: REVIEW DATE: INVOICED DATE: PAID DATE: REFERENCE: CHANGE REASON: PAID IN FULL: No EXECUTED: ACCOUNTING METHOD: Amount Based SCHEDULE IMPACT: SIGNED CHANGE ORDER REVISED SUBSTANTIAL RECEIVED DATE: COMPLETION DATE: FIELD CHANGE: No CONTRACT FOR: TOTAL AMOUNT: DESCRIPTION: CCR#056 - Data Changes This includes to labor and material to data cables as outlined in the attached per COL request. ATTACHMENTS: ACI Proposal City of Lubbock Police Headquarters C06 1020 Rev1.pdf CHANGE ORDER LINE ITEMS: Client Request No 2 days 1:Lubbock Police Headquarters Prime Contract $5,821.00 # Budget Code Description Amount 1 16-700.2 COMMUNICATIONS.SUBCONTRACTOR CCR#056 - Extended Data $5,544.00 2 1-002.1 FEE.MATERIALS $277.00 Grand Total: $5,821.00 The original (Contract Sum) $15,800,000.00 Net change by previously authorized Change Orders $0.00 The contract sum prior to this Change Order was $15,800,000.00 The contract sum would be changed by this Change Order in the amount of $5,821.00 The new contract sum including this Change Order will be $15,805,821.00 The contract time will be increased by this Change Order by 2 days. Lee Lewis Construction Inc. - HQ Page 1 of 2 Printed On: 11/6/2023 01:39 PM DocuSlgn Envelope ID: 2096BE17-6BOC-41C5-AC82-5BE9A41858BF 31 I.. G I IA L❑ C.411U rX: [:.`3L:L1 91, _L.LUI U,'S FrkILT rkiF 7RIr FI jnfi% Monday, October 23, 2023 David Clower Lee Lewis Construction Company 7810 Orlando Ave. Lubbock, Texas 79423 Mr. Clower: This bid is in response to the e-mail, sent by you on October 19th . • E-mail 0 S'CS =HMMIR rqx e Please review the Scope of Work below carefully as this document is our understanding of the project requirements. Any additional work required beyond that detailed below will result in additional costs. Job Scope: • Extend current 11 data wall -plates in room 140 to terminate on the furniture. • Extend current 8 data wall -plates in room 228 to terminate on the furniture. • Extend current 8 data wall -plates in room 233 to terminate on the furniture. • Extend current 6 data wall -plates in room 241 to terminate on the furniture. • Extend current 6 data wall -plates in room 343 to terminate on the furniture. • The remaining wall boxes behind the furniture will be left open. • All associated cables to these wall -plates will need to be re -certified. Certification • Provide and install computer labels on all cables, wall plates, and patch panels. • Document all lines for completion of as built drawings. • Data cables will be certified for Category 6 performance using a Fluke level III tester. Assumptions/Exceptions • All labor has been quoted during normal business hours. • Conduit, back boxes, and core holes are not provided in this proposal. • Installation of Network switches is not included in our proposal. • Installation of patch cords is not provided in this proposal • Conduit pathways required for fiber and copper backbone cables by others. • Sleeves (for floor cores) identified in the closet details are not provided in this proposal • Wage Rate Determination per Exhibit A City of Lubbock Building Construction Prevailing wage Rates has been considered in our proposal. Pricing • Labor $5,544 TOTAL PROJECT PRICE $5,544.00 MAKE THE CONNECTION TODAY ACI — West Texas Office • 12101 Geneva STE 100, Lubbock, TX 79424 • (806) 787-0129 • Fax (972) 988-1368 www.acicabling.com DocuSign Envelope ID: 2096BE17-6BOC-41C5-AC82-5BE9A41858BF ADVANCED CONWCTIOWs INC 9'1 lucl IbVCJ C:GIU {K; t , < . 1 371UIICIh'. r,�11.1 Mr 1ti1 JTI.TF RICE rxercw■ts wiww (price excludes any applicable taxes) The above price is good for thirty days from the quoted date. All cabling carries a 1-year warranty for parts and labor from Advanced Connections Inc. A Panduit manufacture warranty will apply for this project. Any applicable taxes will be added to the final invoice. We look forward to working with you on your cabling requirements, and thank you for considering Advanced Connections Inc. If you should have any questions regarding this proposal, please do not hesitate to contact myself at (806) 787-0129 or e-mail me at 0errv.henly@acicabling.com Sincerely, Jerry Henly Project Manager - West Texas Security,, Low Voltage and AV 806-777-8412 (mobile) www.acicabliny.com OWCONNECTIONSINC.DVANCED C) BIM Structured Cabling&SecuritySolutionsBuikforthe Future COMPpuro AM"B . Lubbock — Midland/Odessa - Amarillo — Abilene — San Angelo — Wichita Falls MAKE THE CONNECTION TODAY ACI - West Texas Office • 12101 Geneva STE 100, Lubbock, TX 79424 • (806) 787-0129 • Fax (972) 988-1368 www.acicabling.com Exhibit M DocuSign Envelope ID: B6AC156E-248F-484F-8CF4-OF929F3B9BDE Parkhill CONSTRUCTION CHANGE REQUEST #057 PROJECT: City of Lubbock Police HQ 15th St and Ave K Lubbock, Texas 79401 TO CONTRACTOR: Lee Lewis Construction Inc. 7810 Orlando Ave. Lubbock, Texas 79423 DATE: 11 /06/2023 ®Owner CONTRACT DATE: 01/2019 ®Architect ARCHITECT'S PROJECT ®Contracto NUMBER: 8715.18 OWNER'S PROJECT NUMBER: I ®Other 19-14153-MA 11 /06/2023 Please submit an itemized quotation for changes in the Contract Sum and/or Time incidental to proposed modification to the Contract Documents described herein. THIS IS NOT A CHANGE ORDER NOR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED HEREIN UNTIL APPROVED BY THE OWNER. Description: (Written description of the work) This includes labor and material to modify the upper cabinet to create space for the roller shades to close tubmitted Bv- David Glower CONTRACTOR'S RESPONSE: ❑ Add to /❑ Credit Contract Sum ❑Credit / x❑Deduct Contingency ❑ Owner ❑ CMAR TOTAL CCR Attachment: Breakdown Attachments- CCR 057 Additional days requested for this CCR: 4 $ 750.00 $ 750.00 CONSTRUCTION CHANGE REQUEST APPROVAL When signed by Owner and upon receipt of approved document by the Contractor, the Contractor shall proceed with the change(s) described above. If CCR is changing the Contract Sum or GMP by cost or time, an official Change Order on AIA G701 will be executed and distributed. Approved Additional Time M (Signature) Date: Parkhill.com DocuSign Envelope ID: B6AC156E-248F-484F-8CF4-OF929F3B9BDE Lee Lewis PCCO #57 Construction, Inc. Lee Lewis Construction Inc. - HQ Project: AA-2148 - Lubbock Police Headquarters 7810 Orlando Avenue 1401 15th Street Lubbock, Texas 79423 Lubbock, Texas 79401 Phone: 806-797-8400 Fax: +1.806.797.1034 Prime Contract Change Order #57: CCR#057 - 337 Millworks Modifications TO: CITY OF LUBBOCK FROM: Lee Lewis Construction - HQ City of Lubbock 1314 Avenue 4th Floor 7810 Orlando Ave LUBBOCK, Texas 79457 Lubbock , Texas 79423 DATE CREATED: 11/06;2023 CREATED BY: David Clower (Lee Lewis Construction - HQ) CONTRACT STATUS: Pending - In Review REVISION: 0 REQUEST RECEIVED LOCATION: FROM: DESIGNATED REVIEWER: REVIEWED BY: DUE DATE: REVIEW DATE: INVOICED DATE: PAID DATE: REFERENCE: CHANGE REASON: Design Development PAID IN FULL: No EXECUTED: No ACCOUNTING METHOD: Amount Based SCHEDULE IMPACT: 4 days SIGNED CHANGE ORDER REVISED SUBSTANTIAL RECEIVED DATE: COMPLETION DATE: FIELD CHANGE: No CONTRACT FOR: 1:Lubbock Police Headquarters Prime Contract TOTAL AMOUNT: $0.00 DESCRIPTION: CCR#057 - 337 Millworks Modification This includes labor and material to modify the upper cabinet to create space for the roller shades to close. ATTACHMENTS: Lubbock Police Headquarters Replacement Fur -Down and Rm 337 Modified Cabinet Proposal (003).pdf CHANGE ORDER LINE ITEMS: # Budget Code Description Amount 1 6-400.2 ARCHITECTURAL WOODWORK.SUBCONTRACTOR CCR#057 - 337 Millwork Modification $750.00 2 1-004.1 OWNERS CONTINGENCY MATERIALS CCR#057 - Owner Contingency $(750.00) Grand Total: $0.00 The original (Contract Sum) Net change by previously authorized Change Orders The contract sum prior to this Change Order was The contract sum would be changed by this Change Order in the amount of The new contract sum including this Change Order will be The contract time will be increased by this Change Order by 4 days. $15,800,000.00 $0.00 $15,800,000.00 $0.00 $15,800,000.00 Lee Lewis Construction Inc. - HQ Page 1 of 2 Printed On: 11/6/2023 02:25 PM DocuSign Envelope ID: B6AC156E-248F-484F-8CF4-OF929F3B9BDE Pioneer MILrLworics, inc. PH: 806-622-3201 www.pmillworks.com Quote ID: Bid 2021-0050M Mr. David Clower Lee Lewis Construction Lubbock, TX HUNTER MILLWOWS P.O. Box 7968 PH: 806-792-4864 Amarillo, TX 79114 www.huntermillworks.com Re: Lubbock Police Headquarters — Rm 337 Modified Cabinet Lubbock, TX All Listed Millworks are D 337 Modified Cabinets October 3, 2023 & Tailored to Your Specific Project Quote ------------------------------------------------------------ $ 750.00 '"Upon Acceptance this Proposal & Included Millworks List Shall become hart of the Contract/ Purchase Order and take precedence over Drawings, Notes, Specs, Inclusions & Exclusions listed *****Standard PMI Exclusions***** • Any and All Existing, Reused, Salvaged, Repuryosed, Refurbished, Items Expressly Excluded • Any and All FSC Cert, AWI QCP, NAUF, Fire Treated, Blocking/Backing or NAUF Construction • Any and All Quartz, Granite, Stone, Marble Countertops, Sills or Accents • Any and All Fur Down Panels, Ceiling Panels/Grids/Accents, Plumbing & Electrical Fixtures • Any and All Medical, Office, Kitchen, School or Gym Equipment • Any and All Staining, Painting and Finishing, Blocking and backing • Any and All Marker Boards, Smart Boards, Chalk Boards or Visual Displays • Any and All PSI Panels, Wall Paneling, FRP, KoroGuard, Acrovyn or Wall Dividing Systems • Any and All Glass, Track, Shelves, Hardware, Ballistic Glass or Display Cases • Any and All Wood Trim, Jambs, Base, Casing, Chair Rail, Handrail, Wall Cap, Crown, Ect. • Any and All 3Form, Lumicor, or Resinous Panel and Associated Hardware • Any and All Teachers Cabinets/School Storage Cabinet Door Hardware • Any and All Metal Accents, Features, Covering, Wraps or Reveals unless Noted ------------------------------------------------------------------------------------------------------------------ *****Project Specific Exclusions***** • Any and All Existing, Reused, Salvaged, Reourposed, Refurbished, Items Expressly Excluded • Any and All Ballistic Material or Framing to encase, support or Engage it • Any and All Staining, Painting and Finishing, Blocking and backing • Any and All Quartz, Granite, Stone, Marble Countertops, Sills or Accents • Any and All Ceiling or Ceiling Materials other than the WDPL Soffit where Shown • Any and All Fur Down Panels, Ceiling Panels/Grids/Accents, Plumbing & Electrical Fixtures • Any and All Medical, Office, Kitchen, School or Gym Equipment • Any and All Marker Boards, Smart Boards, Chalk Boards or Visual Displays • Any and All AWP, VCW, FRP, KoroGuard, Acrovyn, Tile or Wall Dividing Systems • Any and All Glass, Track, Shelves, Hardware, Ballistic Glass or Display Cases • Any and All Wood Trim, Jambs, Base, Casing, Chair Rail, Handrail, Wall Cap, Crown, Ect. • Any and All 3Form, Lumicor, or Resinous Panel and Associated Hardware • Any and All Metal Accents, Features, Covering, Wraps or Reveals unless Noted • Sales Tax AW1 DocuSign Envelope ID: B6AC156E-248F-484F-8CF4-OF929F3B9BDE Page 2 *See Attached Sheet for Detailed List of Included Millworks* *****Only Items Listed on Attached Sheet are Included****** *****Protect Specific Inclusions***** Rm 337 Modified Cabinets Submitted By: Sam Kelley Title: Project Estimator SamlKell?�Y All Best efforts were taken to properly and adequately decipher provided Plans, designs, details and elevations to provide an accurate proposal and material pricing. ALL Projects not Installed by Pioneer Millworks Inc will require Final Measurements IN WRITING Prior to ANY Production of Millworks or Countertops Commencing Acceptance of Proaosal Terms & Conditions: • Upon Acceptance this Proposa18Included Millworks List Shall become Dart of the Contract/ Purchase Order and take precedence over Drawings, Notes, Specs, Inclusions & Exclusions listed ***** • This Proposal is subject to revision or withdrawal by PMI for any reason until communication of acceptance, and may be revised after communication of acceptance where an inadvertent error by PMI has occurred. This Proposal expires thirty (30) days after the date stated above if not earlier accepted, revised or withdrawn. • Any alteration or deviation from the original specifications involving extra costs will be executed only upon written orders, and will become an extra charge over and above this Proposal. • Purchaser agrees to pay PMI for the amount invoiced upon receipt of the invoice, unless mutually agreeable arrangements are made and detailed in an AIA contract, Purchase Order or similar document. The undersigned hereby accepts this Proposal and, intending to be legally bound hereby, agrees that this writing shall be a binding contract and shall constitute the entire contract, unless the Owner/Customer issues an AIA contract, Purchase Order or similar document. Company Name Owner/Agent Signature: Date: Owner/Agent Written Name: — Position/Title: