Loading...
HomeMy WebLinkAboutCity Council Committees - Parks and Human Services Committee - 11/03/2022 (2) 4^* Parks and Human Services • Committee KENT Thursday, November 3, 2022 WASHINGTON 4:00 PM Chambers To listen to this meeting, call 1-888-475-4499 or 1-877-853-5257 and enter Meeting ID 838 1479 4289, Passcode 929221 Chair Zandria Michaud Councilmember Satwinder Kaur Councilmember Toni Troutner ************************************************************** Item Description Action Speaker Time 1. Call to Order Chair 2. Roll Call Chair 3. Agenda Approval Chair 4. Business Chair A. Approval of Minutes Approval of October 6, 2022 YES Chair 01 MIN. Minutes B. 2023 South King Housing YES Angela San Filippo 10 MIN. and Homelessness Partners Work Plan and Operating Budget - Approve C. Contract with Musco Sports YES Terry Jungman 05 MIN. Lighting LLC through King County Directors' Association Purchasing Cooperative for Kent Memorial Park Tennis Court Lighting Repair - Authorize 5. Adjournment Chair The public may submit written public comments that relate to a committee agenda item by emailing: cityclerk@kentwa.gov by 3:30 p.m. on the day of this committee meeting. After 3:30 p.m., written public comments may only be submitted in person by presenting them to the committee secretary at Parks and Human Services Committee CC Parks November 3, 2022 Regular Meeting the public meeting. Written public comments that do not relate to a committee agenda item are not permitted. Written public comments are not read into the record. Unless otherwise noted, the Parks and Human Services Committee meets at 4 p.m. on the First Thursday of each month in City Council Chambers, 220 Fourth Avenue South, Kent WA 98032. For additional information, contact Ronald Lashley via email at Rlashley@kentwa.gov or call 253-856- 5101. Any person requiring a disability accommodation should contact the City Clerk's Office at 253-856- 5725 in advance. For TDD relay service call Washington Telecommunications Relay Service at 7-1-1. Pending Approval Parks and Human Services KENT Committee W-...... CC Parks Regular Meeting Minutes October 6, 2022 Date: October 6, 2022 Time: 4:00 p.m. Place: Chambers Members: Zandria Michaud, Chair Satwinder Kaur, Councilmember Toni Troutner, Councilmember Brenda Fincher, Councilmember Agenda: — 1. Call to Order 4:00 p.m. o a 2. Roll Call g Attendee Name Title Status Arrived a 0 Zandria Michaud Chair Present Satwinder Kaur Councilmember Absent N Toni Troutner_ Councilmember _ Absent _ N Brenda Fincher Councilmember Present C° r 3. Agenda Approval 0 0 ch 4. Business 2 c A. Approval of Munutes 1. Approval of Minutes dated June 2, 2022 MOTION: Move to approve the Minutes dated June 2, 2022 2 2. East Hill North Community Park Engagement Update 3. Purchase of Play Equipment and Amenities for Morrill Meadows Park a - Authorize MOTION: I move to authorize the Parks Director to purchase playground equipment, matting, and site amenities from Landscape Structures Inc. through the King County Director's Association (KCDA) cooperative purchasing agreement, provided those purchases are within the City's established budgets and made during the term of the KCDA contract in effect through April 30, 2023, or any later contract extension KCDA may authorize. ......................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Page I of 2 Packet Pg. 3 Parks and Human Services Committee CC Parks October 6, 2022 Regular Meeting Kent, Washington Minutes ......................................................................................................................................................................................................................................................................................................._............................................................................................................................................................................................................... RESULT: MOTION PASSES [UNANIMOUS] Next: 10/18/2022 7:00 PM MOVER: Brenda Fincher, Councilmember SECONDER: Zandria Michaud, Chair AYES: Michaud, Fincher ABSENT: Kaur, Troutner S. Adjournment 4:17 p.m. -/Z&na ice,La4hLey N Committee Secretary c 4- 0 0 L Q CQ C Q N N O N r V 0 O N d r.+ 3 C O v C R d v v Q N d 3 C ......................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Page 2 of 2 Packet Pg. 4 4.B PARKS AND HUMAN SERVICES COMMITTEE Julie Parascondola, CPRE Parks Director 220 Fourth Avenue South KENT Kent, WA 98032 W A S H i N G T O N 253-856-5100 DATE: November 3, 2022 TO: Parks and Human Services Committee FROM: South King County and Homelessness Partners SUBJECT: 2023 South King Housing and Homelessness Partners Work Plan and Operating Budget - Approve MOTION: I move to authorize the Council approve the 2023 South King Housing and Homelessness Partners Work Plan and Operating Budget as adopted by the SKHHP Executive Board on August 19, 2022. SUMMARY: The South King Housing and Homelessness Partners (SKHHP) was established through an interlocal agreement to work together and share resources to increase the available options for South King County residents to access affordable housing and preserve the existing affordable housing stock. In accordance with the Interlocal Agreement between Auburn, Burien, Covington, Des Moines, Federal Way, Maple Valley, Normandy Park, Renton, Tukwila, and King County, the annual SKHHP work plan and budget must be approved by the legislative body of each member jurisdiction in addition to the SKHHP Executive Board. Each SKHHP jurisdiction had an opportunity to review and provide feedback on the work plan and budget prior to Executive Board adoption. The draft 2023 SKHHP work plan and budget were reviewed with Council at the July 19, 2022, Council workshop. The feedback from member jurisdictions was incorporated into the 2023 SKHHP work plan and budget adopted by the SKHHP Executive Board on August 19, 2022 (see attached SKHHP Resolution 2022-04). The SKHHP 2023 work plan and budget operationalizes SKHHP's mission and objectives and provides an itemization of all categories of budgeted expenses and itemization of each Party's contribution, including in-kind services. Consistent with the SKHHP Interlocal Agreement, the SKHHP 2023 work plan and budget must be approved by each legislative body and adopted by the SKHHP Executive Board. WORK PLAN The 2023 work plan, developed in consultation with each member jurisdiction, the staff work group, and Advisory Board, builds upon work done in previous years to establish a housing capital fund through pooled public resources, increase philanthropic and corporate investment through the creation of an SKHHP Packet Pg. 5 4.B fundraising branch, and establish a community advisory board to help ground decision-making in community needs and interests. The 2023 work plan focuses on building the long-term sustainability of the SKHHP Housing Capital Fund, working with partner jurisdictions to develop new policies and programs to accelerate access to affordable housing, representing South King County at all relevant decision-making tables, and providing outreach, education, and advocacy that helps to advance South King County housing needs and opportunities. OPERATING BUDGET Attributable to the Interlocal Agreement, including an adopted budget before staff was hired and before the City of Auburn became the administering agency, the adopted budget for 2019 and 2020 was a projection of operating costs that did not cover the full SKHHP operating costs. In light of the COVID-19 pandemic and resulting revenue shortfalls and budget uncertainties, original contributions from each jurisdiction were maintained in 2021. This was made possible by personnel cost savings in 2019 and 2020. This decision intentionally spent down some of the cost savings from the previous two years to cover operating costs and deferred consideration of increasing member contributions. In order to work towards a balanced budget over the course of the next three years, the 2022 SKHHP operating budget included the first incremental increase in member contributions since SKHHP's inception. Through a combination of incremental member jurisdiction contributions and spending down carryover funds, the 2023 SKHHP operating budget continues to reach towards a balanced operating budget by 2025. The SKHHP budget contributions are based on population size, as shown in the attached SKHHP resolution, and Kent's 2023 SKHHP contribution is $44,965. If there are any additional contributions to SKHHP's operating budget from sources such as additional partners joining SKHHP or contributions or donations from outside sources, each SKHHP partner contribution could be reduced through an amended budget. BUDGET IMPACT: N/A SUPPORTS STRATEGIC PLAN GOAL: Innovative Government - Delivering outstanding customer service, developing leaders, and fostering innovation. Sustainable Services - Providing quality services through responsible financial management, economic growth, and partnerships. Inclusive Community - Embracing our diversity and advancing equity through genuine community engagement. ATTACHMENTS: 1. SKHHP—Exhibit (PDF) Packet Pg. 6 4.B.a RESOLUTION NO. 2022-04 A RESOLUTION OF THE EXECUTIVE BOARD OF THE SOUTH KING COUNTY HOUSING AND HOMELESSNESS PARTNERS (SKHHP), ADOPTING THE 2023 SKHHP WORK PLAN AND OPERATING BUDGET m WHEREAS, pursuant to the Interlocal Agreement, the SKHHP Executive Board approves an annual work plan and budget each year to guide the work of SKHHP staff; Q and o c WHEREAS, pursuant to the Interlocal Agreement the annual budget includes an itemization of all categories of budgeted expenses and itemization of each Party's a contribution, including in-kind services; and i 0 WHEREAS, upon adoption, the annual work plan and budget will be transmitted to each participating jurisdiction for approval by their legislative body; and WHEREAS, the budget will not become effective until approved by the legislative a body of each jurisdiction and adopted by the SKHHP Executive Board; and WHEREAS, if a party does not approve the work plan or budget in a timely manner, the Executive Board may adopt the annual budget and work plan with a two-thirds majority E vote; and x° c WHEREAS, the purpose of the annual work plan and budget is to provide management and budget guidance; and implement the overarching SKHHP goals to work together and share resources to increase the available options for South King County o residents to access affordable housing and to preserve the existing affordable housing = stock; and Y t WHEREAS, the 2023 work plan includes five goals with corresponding action items that further SKHHP's mission and address SKHHP's overarching objectives to in promote sound housing policy and planning; increase affordable housing investment; and o provide outreach, education and advocacy for South King County's housing needs. N LO M NOW, THEREFORE, THE EXECUTIVE BOARD RESOLVES as follows: M Section 1. The Executive Board adopts the 2023 SKHHP Work Plan in Attachment A. x Section 2. The Executive Board adopts the 2023 SKHHP Operating Budget in dI Attachment B. _ x Y Section 3. Each party's contribution to SKHHP's operating budget will be transmitted on an annual basis during the first quarter of the calendar year. Section 4. This Resolution will take effect and be in full force upon approval by the legislative body of each participating jurisdiction. a ------------------------------- Resolution No. 2022-04 Rev. 2019 August 19, 2022 Page 1 of 7 Packet Pg. 7 4.B.a Dated and Signed this aQ day of , 2023. SOUTH KING COUNTY HOUSING AND HOMELESSNESS PARTNERS 3 m Cl C R !Z ANC US, CHAIR a L O L L a. E O 2 .y 7 O 2 C Y t r 3 O N M N O N LO M M M t X W I d 2 2 Y N r c m E t v a ------------------------------- Resolution No. 2022-04 Rev. 2019 August 19, 2022 Page 2 of 7 Packet Pg. 8 4.B.a RESOLUTION 2022-04 —ATTACHMENT A SKHHP 2023 WORK PLAN PURPOSE Establish a 2023 SKHHP work plan and budget that is shaped by member jurisdictions, is consistent m with the SKHHP Interlocal Agreement, and furthers SKHHP's mission. c BACKGROUND L Established by interlocal agreement, SKHHP jurisdictions work together and share resources to p increase the available options for South King County residents to access affordable housing and preserve the existing affordable housing stock. f° c The 2023 SKHHP work plan, developed in consultation with the staff work group and Advisory Board, a builds on work done in previous years to establish a housing capital fund through pooled public c resources, increase philanthropic and corporate investment through the creation of a SKHHP fundraising branch, and establish a community advisory board to help ground decision-making in community needs and interests. The work plan is organized into five goals and corresponding action items. Each action is identified by a. priority as follows: c • Critical — necessary to carry out the Interlocal Agreement or fully implement previous work • Important— priority but not necessary • Desirable —not.as high_priority, would-be nice_to get to. x° Prioritization of action items acknowledges that full execution of the work plan requires SKHHP to be at c full staff capacity and allows for flexibility and adaptability based on emerging issues and opportunities. c Quarterly budget and progress reports on the status of the work plan elements will be submitted to the 3 SKHHP Executive Board and the legislative body of each member jurisdiction as follows: _ Quarter 1: May I Quarter 2: August I Quarter 3: November I Quarter 4: February Y In accordance with the Interlocal Agreement, the 2023 SKHHP Work Plan will be approved by the legislative body of each member jurisdiction and the SKHHP Executive Board. N M SKHHP MISSION o N South King County jurisdictions working together and sharing resources to create a coordinated, M comprehensive, and equitable approach to increasing housing stability, reducing homelessness, and producing and preserving quality affordable housing in South King County. OBJECTIVES w i • Housing Policy and Planning. Share technical information and resources to promote sound a. housing policy N • Affordable Housing Investment. Coordinate public resources to attract greater private and c public investment for affordable housing in South King County E • Outreach, Education, and Advocacy. Provide a unified voice to advocate for South King County needs at a local, regional, and state levels Q ------------------------------- Resolution No. 2022-04 Rev. 2019 August 19, 2022 Page 3 of 7 Packet Pg. 9 4.B.a 0-+y GOAL 1. Define strategy, direction, and long-term goals to implement SKHHP 04-0 Interlocal Agreement r Critical Important m • Develop a long-term funding strategy for • Develop a plan to build capacity of the SKHHP Housing Capital Fun and SKHHP. aD facilitate conversations with member o jurisdictions to identify and explore dedicated sources of revenue for c affordable housing at the local and f° a regional level. L 0 • Develop annual work plan and budget. L • Generate and distribute quarterly L progress reports to SKHHP Executive a Board and member jurisdictions. GOAL 2. Build long-term sustainability for SKHHP Housing Capital Fund. o x c Critical Important aU c .y • Facilitate final 2022 funding allocations Work collaboratively with public funders o through member Councils. at the state and local levels to promote shared affordable housing goals and Y equitable geographic distribution of r resources. 0 M • Prepare contract documents and • Work with private investors and lenders N distribute funds for awarded projects. to maximize leverage of public O investment into affordable housing. M M • Monitor funded projects including Work with member cities and project evaluating performance and tracking loan sponsor to start developing a pipeline of w payments. projects to be funded over the next five ai years. _ x Y • Work with administering agency to • Actively vet potential projects and lead c maintain records and produce regular funding policy and prioritization financial reports for the SKHHP Housing discussions with SKHHP Executive Capital Fund. Board. .2 a ------------------------------- Resolution No. 2022-04 Rev. 2019 August 19, 2022 Page 4 of 7 Packet Pg. 10 4.B.a GOAL 3. Work with partner jurisdictions to enhance and develop new local policies and programs that protect existing affordable housing stock, provide housing security, and accelerate access to affordable housing. 3 m Critical Important a, c • Develop subregional housing preservation Develop a program to assist member a strategies. cities with administering local housing o Continue to improve and refine and incentive programs, including density a • conduct regular updates to housing policy bonus, multifamily tax exemption (MFTE), matrix and affordable housing database impact fee waivers, and other programs. a L (being developed in 2022). G L • Convene city and county land use planners to share best practices and increase coordination and collaboration a on housing policy and planning. • Support efforts to advance 5-year action plan identified by the Regional Affordable o Housing Task Force. _ c �a a� c .y 7 GOAL 4. Represent South King County and its unique affordable = housing needs at all relevant decision tables and foster collaboration between partners. Y Critical Important in M N • Represent SKHHP at relevant local Build relationships with state and N and regional meetings and forums that federal legislators through organizing M help advance SKHHP's mission and work sessions, and providing progress provide a voice for increasing access updates. to safe, healthy, and affordable x housing in South King County. Wi a. x x Y N r c m E t v a ------------------------------- Resolution No. 2022-04 Rev. 2019 August 19, 2022 Page 5of7 Packet Pg. 11 4.B.a GOAL 5. Further strengthen regional stakeholders' understanding of the spectrum of affordable housing options, the range of related needs and opportunities, and the housing system. a� Critical Important Desirable m as c • Coordinate with housing Annual updates to non- • Work with HDC, organizations and SKHHP South King affordable housing a stakeholder groups to County cities and relevant developers, and city and O provide education and stakeholder groups. county planners to engagement reimagine the South King opportunities for elected County Joint Planners and officials, stakeholders, Developers work group. 0 and community L members. °' c L • Monthly SKHHP a Executive Board educational topics on N emerging housing and homelessness topics. E O x c a� c .y O O 2 a1 C Y s r O M N O N LO M M M t k W I a. x x Y r c m E t R r r a ------------------------------- Resolution No. 2022-04 Rev. 2019 August 19, 2022 Page 6 of 7 Packet Pg. 12 4.B.a RESOLUTION 2022-04-ATTACHMENT B 2023 SKHHP Operating Budget r as Projected beginning fund balance -January 1, 2023 $194,188 Projected ending fund balance - December 31, 2023 $116,771.76 m 0 REVENUES S Auburn $34,385 Burien $19,838 Q' 0 Covington $9,919 Des Moines $9,919 Federal Way $44,965 a Kent $44,965 c Maple Valley $9,919 Normandy Park $5,290 m Renton $44,965 Tukwila $9,919 a Unincorporated King County** $44,965 King County** $30,035 N Interest earnings as Office space (in-kind donation) $12,000 E -TOTAL-REVENUES- ,084.00-_ _ Spend down balance $77,416.24 TOTAL $398,500.24 EXPENSES Salaries and benefits $290,803.85 x° Misc -travel, phone, postage $12,000.00 c Advisory Board compensation $14,400.00 Y Office space (in-kind donation) $12,000.00 0 Supplies $1,000.00 N Professional development $5,000.00 0 Interfund IT $28,160.00 `V Subtotal $363,363.85 M Administering agency- 10%Administrative Fee* $35,136.39 TOTAL $398,500.24 *10%administrative fee is calculated as a percentage of operating costs which does not include in-kind donations,or carry forwards. K "King County contribution based on the population of unincorporated King County is shown as increasing at the same rate as other partner W I jurisdictions and the additional allocation decreasing to maintain a total contribution of$75,000 per year. d 2 2 Y N r c m E t v a ------------------------------- Resolution No. 2022-04 Rev. 2019 August 19, 2022 Page 7 of 7 Packet Pg. 13 4.B.a r m 3 m a� c c� L Q a. L 0 N L L 0 2 .N 0 2 Y t r 3 0 M N O N M M M a+ t X W I d 2 2 Y Cn r c m E t v �a a Packet Pg. 14 4.0 PARKS AND HUMAN SERVICES COMMITTEE Julie Parascondola, CPRE Parks Director 220 Fourth Avenue South KENT Kent, WA 98032 W A S H i N G T O N 253-856-5100 DATE: November 3, 2022 TO: Parks and Human Services Committee SUBJECT: Contract with Musco Sports Lighting LLC through King County Directors' Association Purchasing Cooperative for Kent Memorial Park Tennis Court Lighting Repair - Authorize MOTION: I move to authorize the Mayor to contract for the tennis court lighting replacement at Kent Memorial Park in the amount of $184,508.88, including WSST, through the cooperative purchasing agreement the King County Directors' Association has with Musco Sports Lighting, LLC. SUMMARY: The lighting system at the Kent Memorial Park tennis courts are no longer functional and requires complete replacement to bring this system back online. The City is contracting with Musco Sports Lighting LLC through the KCDA Purchasing Cooperative for the design and construction of a new lighting system that meets our current sports lighting standards, including LED technology. BUDGET IMPACT: Expense impact to the Kent Memorial Park Redevelopment capital budget SUPPORTS STRATEGIC PLAN GOAL: Evolving Infrastructure - Connecting people and places through strategic investments in physical and technological infrastructure. Thriving City - Creating safe neighborhoods, healthy people, vibrant commercial districts, and inviting parks and recreation. Sustainable Services - Providing quality services through responsible financial management, economic growth, and partnerships. ATTACHMENTS: 1. KCDA Master Agreement with Musco (PDF) Packet Pg. 15 4.C.a 1` KCAAPURCHA COOPERATIVE 0 0 18639-801"Ave S. •P.O.Box 5550• Kent,WA 98064-5550• Phone 425-251-8115•Fax 253.395-5402•wwwkcda.org U N February 22, 2019 m Musco Sports Lighting LLC a Attn: James Hansen 100 1"Ave West Y Oskaloosa, Iowa 52577 ° Email: musco.contracts@musco.com o U The KCDA Board of Directors, at their February 21, 2019 meeting, awarded the following to Musco Sports Lighting, based upon the response to the KCDA#19-406 Sport Court Field Lighting Bid: o L Price Lists for following Manufacturers: Musco Sports Lighting c :r z KCDA also awards Musco Sports Lighting, the installation and services included in this .2 solicitation. This award includes catalog discounts per Attachment B. Freight charges will be FOB shipping point on all deliveries. 0 Please note the bid submitted by Musco Sports Lighting, the award by KCDA Board of Directors, 0 and the signed award letter, forms a contract based upon the terms and conditions set forth in KCDA# 19-406 Sport Court Field Lighting. This contract is in effect starting March 01, 2019 through February 29, 2020 with options to renew for three one-year periods at the mutual o discretion of KCDA and 19-406 Sport Court Field Lighting. r c Deviations listed in Attachment D documents called out and later deemed as not applicable. E Reason for which that Musco handles each project with a unique system build on every customer 0) project build. Should there be additional required materials or services needed that fall within o Scope of Work, Musco will provide RS Means documentation supporting need on a customer a- project basis. This information with be called out in the Order Process document page housed online in KCDA vendor contract page for KCDA members. to M Please acknowledge receipt of this contract by signing below and returning this contract to 0 Valerie Buckbeel Contract &Procurement Specialist at vbuckbee(aDkcda.org n 0 Company Name: Musco Su6r—ts`-Lighting, LLC 3 Signature E Name (printed) Zmes M. Hansen L Title Secretary Q r a+ N Date 2/25120 t 9 CU a Phone .8 -825-6030 ° Email musco.contracts(&musco.Com c m E t .r r a Packet Pg. 16 4.C.a KCDAPURCHASING COOPERATIVE r- 18639-801"Ave S. + P.O.Box 5550•Kent,WA 98064-5550• Phone 425-251-8115+Fax 253-395-5402• www.kcda.org o U N C February 18, 2022 a Musco Sports Lighting LLC Y L Attn: lames Hansen ,0 100 1st Ave West o Oskaloosa, Iowa 52577 Y Musco.contracts@musco.com a� 0 L The KCDA Board of Directors, at their February 17, 2022 meeting, approved the extension#3 of contract Sport Court Field Lighting Bid #19-406. Terms and conditions will remain as originally awarded. New Pricing that Amanda sent on January 061h 2022 was approved by Board and KCDA o management and will be in effect at time of new contract extension term beginning March 01 cn 2022. 0 U N 7 This contract extension will begin on March 01, 2022 and run through February 28, 2023, E 0 L Please acknowledge receipt of this contract extension by signing below and returning to Valerie Buckbee vbuckbee@kcda.org E as L V 0 L a- M Company Name Musco Sports Lighting, LLC M 0 Printed Name James M. HHa sen N Signature 3 r c Title S cretary E as as L Date February 21, 2022 a L Email Musco.Contracts@musco.com a Phone 800-825-6030 c.� Y r c as E 0 r a Packet Pg. 17 4.C.a Date: June 27th,2022 Project: Kent Memorial Park Tennis To: Bryan Higgins Kent,WA r_ Ref: 212366 0 U King County Directors Association 2 Master Project: 195250,Contract Number: 19-406, Expiration:02/28/2023 a� Commodity:Sport Court/Field Lighting a Quotation Price—Materials Delivered to Job Site and Installation Y L 0 KCDA Contract Price—Tennis (2 courts) ...................................................................................... $122,459.00 0 Adder Electrical Installation $43,600.00 U t Performance and Payment Bond ......................................................................................................$1,524.00 0 L Total Price (Equipment and Installation):.............................................................................$167,583.00 a� c Pricing furnished is effective for 30 days unless otherwise noted and is considered confidential. H J Light-Structure System''with Total Light Control—TLC for LEDTm technology � 0 a Guaranteed Lighting Performance to • Guaranteed light levels • Targeted light,optimizing visibility of the ball in play with no glare in the players typical line-of-sight 2 System Description E • (4) Pre-cast concrete bases with integrated lightning grounding ,0 • (4)40ft Galvanized steel poles • Factory wired and tested remote electrical component enclosures m E • Pole length,factory assembled wire harnesses • (4) Factory wired pole top luminaire assemblies U 0 • (12) Factory aimed and assembled TLC-LED-400 luminaries a • UL Listed assemblies co • Control-Link°Control and Monitoring system with onsite dimming(high/med/low/blackout). M • Product assurance and warranty program that covers materials and onsite labor, eliminating 100%of your maintenance costs for 25 years 0 U) Installation Services Provided r 3 The work shall be completed by,a licensed Electrical Contractor, Licensed in the State of Oregon, under contract to Musco c Sports Lighting. E a� m The installation includes delivery and unloading of the Musco equipment upon arrival to the job site,excavation of four(4) Q augured holes, installation of four(4) pre-cast concrete foundations and concrete backfill.Assembly and installation of four (4) new galvanized steel poles,assembly and mounting of the luminaire assemblies,electrical enclosures and wiring N harnesses on each of the 4 poles.Wiring for the Lighting System is from the luminaire assemblies down to the remote t° electrical enclosures at the base of each pole where they will be terminated on the Musco supplied disconnect breaker. Q Note that a user active push button will be installed on the pole closest to the tennis court entry gate to be used during U scheduled play and to avoid lights being on when there is no activity on the courts. 1 r c Trench and install an in-ground boxes at each of the 4 new Musco pole locations.Trench and Install conduit from the service location to each of the 4 new in-ground boxes and from the in-ground boxes to each pole, backfill,and compact. c� Q MUSCv' Packet Pg. 18 2016,2022 Musco Sports Lighting,LLC -1- - -en - 4.C.a Install new wiring from the distribution cabinet to the Musco control cabinet. Install new wiring around the courts to each in-ground box and from each in-ground box to the remote electrical enclosure on each Musco pole. Make up all connections at distribution panel,control cabinet, and at each pole. Energize and commission. 0 U 2 Also included in this scope is all materials necessary to case and de-water each hole during auguring and installation of the c pre-cast concrete foundations and concrete backfill.The site restoration is also included in this scope of work,which includes backfill compaction and cutting/patching and/or grading.Any required final grading and seeding shall be by others. a The electrical permit is included, any other required permits will be by others. Y L Payment Terms 0 a 0 Musco's Credit Department will provide payment terms. Y t Email or fax a copy of the Purchase Order to Musco Sports Lighting, LLC& KCDA: 0 L Musco Sports Lighting, LLC KCDA Attn:Amanda Hudnut Attn:Thomas Kim c Fax:800-374-6402 Email: customerservice@kcda.org Email: musco.contracts@musco.com H J N All purchase orders should note the following: KCDA purchase—Contract Number: 19-406 c a U) 0 Delivery Timing 6-8 weeks for delivery of materials to the job site from the time of order,submittal approval,and confirmation of order E details including voltage, phase,and pole locations. 0 r Due to the built-in custom light control per luminaire, pole locations need to be confirmed prior to production. Changes to m pole locations after the product is sent to production could result in additional charges. aEi L Notes 0 L a Quote is based on: W • Payment and performance bond included at$9.18/1000 M • Pricing reflects current KCDA pricing. • Shipment of entire project together to one location. 0 • Structural code and wind speed=2018 IBC, 100mph, Exposure C, Importance Factor 1.0. U) • Removal and disposal of existing poles, pole lighting and associated hardware provided by others. t • Reasonable access to poles provided by others. r • Light Levels and uniformities are guaranteed by MUSCO,any additional aiming required to meet the specified 3 requirements shall be done by MUSCO. • Confirmation of pole locations prior to production. E a� m L Q Thank you for considering Musco for your lighting needs. Please contact me with any questions or if you need additional r details. Tim Butz Brooke Hermsen Q Musco Sports Lighting, LLC Musco Sports Lighting, LLC Y Phone: 503/720-6625 Phone:563-676-2388 r E-mail:tim.butz@musco.com E-mail: brooke.hermsen@musco.com a� E t c� Q MUSCv' Packet Pg. 19 2016,2022 Musco Sports Lighting,LLC -2- - -en - 4.C.a KING COUNTY DIRECTORS ASSOCIATION INVITATION FOR BIDS NOTE: THERE ARE NO FEES ASSOCIATED WITH KCDA BIDS WHEN USING PUBLIC PURCHASE V INVITATION FOR BIDS INDEX a� H I. INTRODUCTION a. A. KCDA Membership Y B. Interpretation of Bid Documents `o C. Exceptions Q D. Contract Default 0 U E. Bidder Responsibility Y F. Bidder Financial Responsibility a� G. Minority and Women Owned Businesses o z II. GENERAL PROVISIONS A. Bid Opening B. Modifications °' J C. Quality Standards D. Rejection of Any or All Responses a E. Binding Contract U) F. Estimated Quantities G. Contract Period 3 H. Ordering Schedule 2 I. Extended Contract Period o J. Requested Samples K. Disposal of Samples L.Anti-Discrimination Clause a� L M. Indemnification ' U N. Patent Indemnification ° 0. Safety Requirements a P. Risk of Loss rtOi M Q. Rejection R. Shipment Identification o S. No Bid Response 3 T. Bid Awards 2 U.Termination r V. Reciprocity 3 c a� III. PREPARATION OF BID E a� A. Submittal of Bid Document B. Signatures Q C. Questions/Addendums D. F.O.B.Shipments E. Product Identification 2 F. Quantity per Unit of Measure o G.Alternate Proposal Y H. Errors/Corrections I. Invoicing E J. Cash Discounts/Invoice Payments K. Washington State Sales Tax Q 1 Packet Pg. 20 4.C.a IV. PRODUCT ACCEPTANCE A. General Policy V. BID PROTESTS U VI. PRODUCT TOXICITY REPORTS A. Hazardous Chemical Communication a VII. SPECIAL NOTATIONS Y L 0 ATTACHMENT A-Certification Regarding Debarment,Suspension, Ineligibility,and Voluntary Exclusion Q ATTACHMENT B—Terms by Manufacturer v ATTACHMENT C- Special Provisions Y t 0 I. INTRODUCTION z a� A. KCDA MEMBERSHIP KCDA is a purchasing cooperative owned by 294 public school districts in the state of Washington and is located in Kent, 2M Washington. KCDA's membership is made up of, but not restricted to public school districts, private schools, J municipalities, political subdivisions and other public agencies located in but not limited to Washington, Oregon, Idaho, _ Alaska, and Montana. Representing over 1 million students and over 5,000 ship to locations, KCDA purchases 0- U) approximately$100 million worth of products, equipment and services on behalf of the membership. 0 0 A complete list of all school districts and other public agencies that are members of the KCDA Purchasing Cooperative is 2 available on our web site www.kcda.org. E 0 Restrictions of merchandise or services to any locale of KCDA membership must be clearly noted in a bid response. E a� B. INTERPRETATION OF BID DOCUMENTS Any person contemplating submitting a bid for the proposed contract that is in doubt as to the true meaning of any part o of the bid documents, or finds discrepancies in or omissions from the bid documents, shall submit to KCDA a written a request for an interpretation or correction thereof. Such request shall be submitted and received not later than 10 days M prior to the date specified for receipt of bid responses. Any interpretation or correction of the bid documents will be M made in writing by addendum duly issued to all bidders. KCDA will not be responsible for any other explanation or interpretation of the bid documents. N 2 C. EXCEPTIONS t r Any exceptions to the terms and provisions of this invitation for bids shall be made by signed and dated attachment to 3 the bid response. Do not add to,delete from,or amend in any manner the bid form. Exceptions pertaining to payment or delivery terms must be noted within Attachment B. All noted exceptions are subject to approval and acceptance by E KCDA. L Q D. CONTRACT DEFAULT a� Your bid is subject to all terms and conditions as herein established in this bid request form and include price, quality w and delivery. Subsequent failure to provide items bid in accordance to the purchase order and bid delivery schedule will 2 constitute contract default,and, after due written notification, allows the Purchasing Department to declare the o contract void and to purchase the merchandise on the open market. Any additional costs to procure and distribute Y replacement product will be charged to the bidder. r c as E. BIDDER RESPONSIBILITY E All bidders shall thoroughly examine and be familiar with the bid documents including all exhibits and attachments.The a 2 Packet Pg. 21 4.C.a failure or omission of a bidder to receive or examine any form, instruments, addendum,or other document shall in no way relieve any bidder from obligations with respect to your bid or to the contract. The submission of a bid shall be taken as prima facie evidence of compliance with this section. 3 0 U F. BIDDER FINANCIAL RESPONSIBILITY KCDA has the right to request financial information from any bidder to evaluate the bidder's ability to meet the terms c and conditions of any and all contracts that may be established by acceptance of the offer contained in the bid. I Additional confirmation from the bidder's supplier(s)that the delivery terms of the contract will be met may be 0. required. KCDA reserves the right to reject any or all bids and/or bidders unable to prove they are financially able to Y L provide the quantity of merchandise they have offered in response to this bid invitation. ,o a G. MINORITY AND WOMEN OWNED BUSINESSES V KCDA encourages all minority and women owned businesses to participate in the bid process. Washington State law Y does not allow KCDA to provide any financial advantage for minority and women owned businesses who participate, 3 however, KCDA believes that a diverse range of suppliers benefits all. o z a� II. GENERAL PROVISIONS a� A. BID OPENING All bids submitted for supplies and/or services will be opened at the time, date and place, and in the manner herein r- specified,and all bidders are invited to be present at the opening of such bids. A final recap will be available from a KCDA after bid awards are made. Under no circumstances will a bid be considered if filed after the hour specified in 0 0 the invitation for bids. To be considered for award, a bid response must be submitted according to the instructions and y prior to the date and time indicated within. The times listed in any referenced schedule are Pacific Standard Time. 2 E KCDA will not accept bids that are sent via fax or email. ° r c m The KCDA address is: E King County Director's Association Purchasing Department U 0 18639 801h Ave S a. Kent, WA 98032 M M B. MODIFICATIONS/WITH DRAWL OF BID Bids may be modified or withdrawn by written notice received prior to the exact hour and date specified for receipt of 0 bids. Bids may also be modified or withdrawn in person by an authorized representative,who must sign a receipt for this action. Returned and/or unsubmitted bids shall become the responsibility of the bidder. Bids that are not resubmitted on or before the exact time of the opening shall not be considered for award. 3 C. QUALITY STANDARDS a0i Whenever an item in this invitation for bid is described using a manufacturer's name, brand or catalog number, it shall aa) be construed solely for the purpose of indicating the standards of quality. Brands of equal quality shall be considered, am except where otherwise stated, provided the bidder specifies the brand, model and number on which their bid is Q L submitted and submits samples,specifications and other information necessary to properly evaluate the bid. Any bid y containing a brand which is not of equal quality at the sole discretion of KCDA, shall not be considered. KCDA will accept bids on new product only. Merchandise that has been refurbished or has been in storage for a long period of a time is unacceptable. o U Y D. REJECTION OF ANY OR ALL RESPONSES KCDA reserves the right to accept or reject any or all bids and to waive informalities or irregularities in any bid or in the E bidding process. c� Q 3 Packet Pg. 22 4.C.a E. BINDING CONTRACT It is understood that the offer represented by a bidder and an award made by the KCDA Board of Directors to the successful bidder,forms a binding contract. KCDA, under certain circumstances,will allow the assignment of contracts; however, no assignment can occur to another entity without written agreement from KCDA. U F. ESTIMATED QUANTITIES Quantities, if shown on the bid forms, are estimated requirements of the members for whom KCDA acts as purchasing department based on historical ordering information. Such quantities represent the total quantity the cooperative a anticipates purchasing over the life of the contract period. KCDA reserves the right to order more or less than the Y quantities stated in the bid. Any minimum order requirements or ordering restrictions should be so indicated as part of ,o the bid response and will be subject to bid evaluation. Quantities ordered are based on actual requirements and the Q successful bidder will fulfill that requirement regardless of the manufacturer's policies regarding order completion. Y G. CONTRACT PERIOD Following an award,a contract would be issued as an annual contract from the date of KCDA Board acceptance,or 0 as noted under Special Provisions. After the initial period,there is a possibility of three(3) renewals for the duration of one (1)year each. Pricing is firm for the first/initial period. aM H. ORDERING SCHEDULE Based upon accepted minimum order requirements set by the successful bidder, KCDA or KCDA members may submit r- orders once a contract has been established by the KCDA Board of Directors. KCDA reserves the right to place orders a anytime,for any amount, during the contract period based upon any accepted minimum quantities and time restrictions co 0 set forth by the successful bidder attached to their bid response. Quantities and delivery dates listed in this bid are y presented as a guide to the bidder, but will not be binding or limiting to the KCDA and its members. 0 E I. EXTENDED CONTRACT PERIOD By mutual written agreement of KCDA Board of Directors and the successful bidder,the initial contract period may be extended for additional periods, not to exceed extensions of 3 years total beyond the initial contract. Such extensions m E shall be at the awarded price in effect at the time and under the same terms and conditions as the original contract unless otherwise allowed under terms of the contract. Requests for extension shall be submitted to KCDA a minimum o of 30 days prior to expiration of the existing contract term. a co J. REQUESTED SAMPLES M It is the bidder's responsibility to provide samples as requested for bid responses to be considered. Submit the samples to King County Directors'Association, 18639 80th Ave. S., Kent,Washington,98032. All requested samples must be 0 labeled with the bid number, KCDA's item number(as applicable) and bidder's name, and be submitted no later than seven (7)working days after request. Where items are being offered as an alternate to a specified product, KCDA requests samples be submitted ten (10)working days prior to bid opening and also labeled with bid number, KCDA's 3 item number and marked "Alternate for Bid". DO NOT ENCLOSE YOUR BID WITH THE SAMPLES. �. c a� E K. DISPOSAL OF SAMPLES Bid samples not picked up within 30 days after the bid award date shall become the property of the King County `0 Directors'Association and shall be disposed of by distribution to the member school districts or by donation as deemed Q appropriate by KCDA. y r 0 L. KCDA NON DISCRIMINATION STATEMENT Q Bidders who desire to provide KCDA with equipment,supplies and/or professional services must comply with the v following Non Discrimination requirements. During the performance of this contract,the Bidder agrees as follows: Y r c as Bidder will comply with all Local, State and Federal Laws prohibiting discrimination with regard to race,creed, color, E national origin, sex, marital status, age or the presence of any sensory, mental or physical handicap. Q 4 Packet Pg. 23 4.C.a The Bidder will not discriminate against any employees or applicant for employment because of race,creed,color, national origin, sex, marital status, age or the presence of any sensory, mental or physical handicap. The Bidder will, in all solicitations or advertisements for employees placed by or on behalf of the Bidder,state that all v qualified applicants will receive consideration for employment without regard to race, creed,color, national origin, sex, N marital status, age or the presence of any sensory, mental or physical handicap. as Any Bidder who is in violation of these requirements, or an applicable nondiscrimination program shall be barred 9L forthwith from receiving bid awards or any purchase orders from KCDA. Y L O M. INDEMNIFICATION Q The Vendor agrees to defend, indemnify and hold harmless KCDA and the member agency, and their respective officers, v officials, employees and volunteers from any and all claims, injuries, damages, losses or suits including attorney fees Y arising out of or resulting from the acts, errors or omissions in performance of this Agreement, except for injuries and 0 damages caused by the sole negligence of KCDA or the member agency. Should a court of competent jurisdiction o determine that this Agreement is subject to RCW 4.24.115,then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Vendor, KCDA or the member agency and their respective officers, officials,employees,and volunteers,the Vendor's liability, including the duty and cost to defend, hereunder shall be only to the extent of the Vendor's negligence. It is further J specifically and expressly understood that the indemnification provided herein constitutes the Vendor's waiver of immunity under Industrial Insurance,Title 51 RCW,solely for the purpose of this indemnification. Use of this contract a certifies that the waiver of immunity specified by this provision was mutually negotiated by the parties. The provisions to of this section shall survive the expiration or termination of the Agreement. c°, N. PATENT INDEMNIFICATION By accepting this order, Bidder agrees to save and hold harmless KCDA, its successors, assigns,customers and the users o of its products from any liability, loss,damage,judgments, or awards, including costs and expenses arising out of any actions,claims, or proceedings for infringement of(a)any United States Letters Patent purporting to cover the material E to be delivered to Buyer under this order, or its normal intended use and (b) any trademarks appearing with the material on delivery to KCDA; and further, Bidder agrees to defend KCDA at Bidder's expense in all such actions, claims,or proceedings, provided that KCDA shall give Bidder prompt notice in writing of all such actions, claims,and proceedings, a as well as notice of infringement and threats of suit for infringement. co M M O. SAFETY REQUIREMENTS All items furnished under this bid,where applicable, must comply with all OSHA,WISHA, UL Approval, including but not 0 limited to chapter 296-46B of the Washington Administrative Code and any other safety requirements imposed by KCDA,State or Federal agencies. Bidder further agrees to indemnify and hold KCDA harmless from all damages assessed against KCDA as a result of Bidder's failure to comply with the acts and the standards issued thereunder and r for the failure of the items furnished under this order to so comply. 3 c a� P. RISK OF LOSS aa) Regardless of F.O.B. point, Bidder agrees to handle all claims and bear all risk of loss, injury, or destruction of goods a) and materials ordered herein which occur prior to delivery, and such loss, injury, or destruction shall not release Q L Bidder from any obligation hereunder. y Q. REJECTION Q All goods or materials purchased herein are subject to approval by KCDA or the KCDA member. Any rejection of goods v or materials resulting from non-conformity to the terms,conditions and specifications of an order,whether held by Y KCDA, KCDA member, or returned will be at Bidder's risk and expense. a� E R. SHIPMENT IDENTIFICATION All invoices, packing lists, packages, shipping notices, instructions, correspondence and all other written documents Q 5 Packet Pg. 24 4.C.a affecting any KCDA order shall contain the applicable purchase order number. A packing list must be provided with every shipment being made to KCDA indicating all the products shipped and back ordered; also, every carton shipped pursuant to this order must be marked with the contents therein. 3 0 U S. NO BID RESPONSE If no offer is to be submitted at this time, do not return this bid. A letter should be forwarded to KCDA advising whether future bids of this type are desired. Failure of the recipient to notify KCDA of your intentions may result in removal of your name from the bidder's list. Y L T. BID AWARDS ,0 Following evaluation, bids recommended for award will be awarded by the KCDA Board of Directors to the lowest o responsible bidder meeting specifications. KCDA reserves the right to award items in groups for ordering efficiencies,to c meet minimum requirements (if accepted),to make multiple awards,or to reject any and all bids or portions thereof,to Y waive any minor irregularities in the bid process, or to make no awards, if in its sole judgment the best interests of KCDA and its members will not be served. 0 L U. Termination = Termination for Convenience: KCDA may terminate this contract, in whole or in part, at any time and for any reason by giving thirty(30) calendar days written termination notice to Vendor.Termination charges shall not apply unless both Zi parties subsequently agree upon them. Where termination charges are applicable, both parties agree to negotiate in good faith and to limit the extent of negotiations to valid documented expenses incurred by Vendor prior to date of 0 termination. KCDA will not be responsible for stock that the Vendor has on hand that has not been requested via a U) 0 purchase order. Should the parties not agree to a satisfactory settlement,the matter may be subjected to mediation N and/or legal proceedings. 0 E V. RECIPROCITY Where allowed by law, KCDA may review responses from bidders outside the State of Washington to see if those bidders are from states that use restrictions against companies from the State of Washington when they respond to E public bids. KCDA may use this information in making bid awards when multiple bidders appear to have submitted the same pricing,terms and conditions on a particular bid item or items. U 0 L IL III. PREPARATION OF BID M M M A. SUBMITTAL OF BID RESPONSE Submission of a response as designated in the bid instructions signifies that bidder will be bound to the terms U and conditions of this bid unless an exception is made part of the submission and accepted by KCDA. Bidder must submit the Certification Regarding Debarment,Suspension, Ineligibility and Voluntary Exclusion form, 3 included as Attachment A. Bids received without this form may be considered non-responsive. a� E B. SIGNATURE a) am Bid responses are required to include the firm name, address,telephone number, contact name and authorized Q signature, signed in longhand by the person duly authorized to sign bid documents identified in the solicitation. Every attempt will be made to answer all questions. Where a response or addendum cannot be obtained prior to the bid w opening, it is understood that the Bidder will assume the more stringent of requirements. a C. QUESTIONS/ADDENDUMS V All questions must be submitted in writing to the KCDA Purchasing Agent Y r c as D. F.O.B.SHIPMENTS E Prices must be quoted in the UNIT SPECIFIED, PACKAGING INCLUDED and except for cash discount percentages, quoted Q 6 Packet Pg. 25 4.C.a NET, F.O.B.THE DELIVERY POINT specified in this bid, including the unloading of theme rchandise. KCDA typically redistributes products to its members unless designated or requested as a direct ship method. All merchandise shipped to KCDA must be in packaging that can be reshipped,via common carrier,without damage. Any damage incurred due to 3 insufficient packaging will be the responsibility of the supplier. 0 U No charges will be allowed for special handling, packing, wrapping, bags, containers, reels, etc. A c E. PRODUCT IDENTIFICATION H All bid responses must confirm the manufacturer number, brand name or grade specified in the bid invitation and such a identification shall be binding on the bidder. Bidders must insert the manufacturer number, brand name,grade and any Y L other information necessary to clearly and properly describe and identify the articles they propose to furnish. If ,0 necessary attach additional documentation for this purpose. Alternates should be noted as an "alternate item" and C properly identified with brand, manufacturer number, etc.The bidder is not to alter the grade, brand, manufacturer Y number or description as given in the bid invitation. Questions on how to properly submit an alternate item must be s directed to the named Purchasing Agent responsible for this bid. 0 L s F. QUANTITY PER UNIT OF MEASURE Where applicable, if the quantity or volume per unit differs from that specified in the bid invitation for any particular c item, it is mandatory to note such difference in the bid response. Any bid submitted not showing the quantity per unit 2M of measure will be construed to mean the bidder will furnish the unit of measure as specified in the bid invitation and such interpretation shall be binding on the bidder. If the bidder provides a unit of measure different from the KCDA r- requirement, it will be construed as an alternate item. Any merchandise subsequently received in other than KCDA units 00. must be repackaged to correct units. Repackaging is the responsibility of the bidder who has entered into the contract. Cn 0 Payment will not be tendered until the merchandise has been packaged to KCDA units. If necessary, KCDA reserves the w right to repackage merchandise to KCDA units and charge the bidder for all fair and reasonable associated costs. KCDA 0 requires that upon award,the successful bidder establish a factory pack unit and ship in that unit for the duration of the E contract. c G.ALTERNATE SPECIFICATIONS E E An alternate specification is where the bidder is offering a product or service significantly different than outlined in the bid request, and typically applies to items listed as "No Substitute". o 0 a For alternate specifications to be considered,a request must be submitted to KCDA 15 working days prior to the bid opening. If accepted by KCDA, a clarification will be issued to all bidders on a bid addendum.Alternate specifications M may be accepted if they meet the conditions above and they are deemed to be in the best interest of KCDA and the member agencies. 0 N 7 H. ERRORS/CORRECTIONS 2 z Any erasures, interlineations or other correction in the bid must be initialed by the person(s) signing the bid. Corrections 3 must be provided within the terms of the vendor response and accepted by KCDA. c m I. INVOICING aEi d It is understood that invoices issued by the manufacturer/dealer will reflect the shipping date of materials. It is also understood that actual delivery and install or training at the end user location may be delayed from the date of Q L shipment. Subsequently, payment will be made after satisfactory delivery and acceptance by the enduser of any y quantity of merchandise shipped and/or installed. Advance discussion regarding payment terms on specific projects are recommended where this may occur. Where KCDA participates in the invoicing process, KCDA reserves the right to Q withhold payment to a vendor on a project until such time payment from the customer has been received. v Y Invoices enclosed with merchandise will not be accepted. Invoices shall contain the following information: purchase order number, item number, quantity ordered, quantity shipped, unit price, extension,terms and sales tax. Payments E will be made on original invoicing only. Q 7 Packet Pg. 26 4.C.a J. CASH DISCOUNTS/INVOICE PAYMENTS Cash discounts are encouraged and cash discount percent and terms may be entered on Attachment B. KCDA will subtract cash discount percentages when comparing bids in all cases where it is deemed probable that KCDA will be able t i to take advantage of the offered discounts. KCDA will accept terms for as few as 15 days. If the terms portion of the bid 2 is left blank then terms will be assumed to be Net-30 days. Please do not enter terms as 100% as this means the merchandise bid is free. a KCDA is required, by law,to process invoice payments through the King County Treasurer. Payment warrants can be Y L issued weekly. The first day for start of terms shall begin with acceptance of delivery or installation by the enduser ° or receipt of invoice,whichever is later. Invoices with discounts between 15 and 30 days will be paid within terms Q 0 and net 30-day invoices will be paid on the first pay date after 30 days. v Y t K. WASHINGTON STATE SALES TAX Washington State sales taxes are not to be included in any items as part of the bid response, but will be added at the z time of invoicing. All other taxes, including but not limited to any excise or business and occupation tax must be included in your bid price.The only taxes KCDA will pay upon invoice are the Washington State Sales tax. H IV. PRODUCT ACCEPTANCE J N O A. GENERAL POLICY Q- U) The Purchasing Department shall have the right to reject any and all articles that are not in strict conformity with 0 requirements and specifications of the bid and the approved samples submitted by the bidder. The bidder must N replace all rejected articles promptly with articles of quality equal to the specifications or samples submitted and remove rejected articles at his own expense. In the event of failure on the part of the bidder to promptly replace E O rejected articles,the Purchasing Department reserves the right to purchase same on the open market or of r declaring the contract void. Any additional costs incurred to procure and distribute replacement product will be m charged to the bidder. E L V. BID PROTESTS o L a Who may protest M Only actual or potential bidders with a direct economic interest in the outcome may file a bid protest. M O What can be protested U U) Acceptance or rejection of a bid proposal,award or proposed award of a bid,allegedly restrictive specifications, ' 2 omission of a required provision,ambiguous or indefinite evaluation factors are all factors that can be protested. r 3 How to file a protest Protests may be filed with either the KCDA purchasing agent who issued the bid or with the KCDA purchasing manager. E Protests should include the following information: 1) Include the name, street address,email address,telephone and fax numbers of the protestor or their representative. Q 2) Be signed by the protestor or its representative. 3) Identify the solicitation or bid contract number. w 4) Set forth a detailed statement of the legal and factual grounds of protest, including copies of relevant documents. 5)Set forth all information establishing that the protester is an interested party for the purpose of filing a protest. o 6) Set forth all information establishing the timeliness of the protest. Y 7) Specifically request a ruling by the KCDA purchasing manager. r 8) State the form of relief requested. Appeals of protest ruling must be made in the following order: 1) KCDA Purchasing Manager, 2) KCDA Executive Director E 3) KCDA Board of Directors. c� Q 8 Packet Pg. 27 4.C.a When to protest Protests alleging improprieties in a solicitation must be filed before the bid opening time and date if the improprieties were apparent prior to that time. A solicitation defect that was not apparent before that time must be protested not 3 later than 10 days after the defect became apparent. o U T) Where to file a protest Protests must be sent to: KCDA Purchasing Cooperative a PO Box 5550 Y Kent, WA 98064-5550 0 Q After a protest is filed v Upon receipt of a protest, KCDA will acknowledge receipt of the protest in writing either by mail,fax or email. The only Y time an acknowledgement is not sent will be if the protest is summarily dismissed. Protestors may be contacted for a meeting to review the protest. Within 10 days KCDA will make a decision as to the merits of the protest and notify the protestor of the decision and any remedies in the matter. a� c r VI. PRODUCT TOXICITY REPORTS J A. HAZARDOUS CHEMICAL COMMUNICATION In order to comply with WAC 296 62 054, Hazard Communication, all bidders offering products on this bid that contain CL any toxic chemicals that may be harmful to the end user, must submit a Material Safety Data Sheet(MSDS)on the State o of Washington form as provided by law with the bid. Please list any web site address where an MSDS can be obtained. Any hazardous material tax must be included in the price of the product bid. KCDA will not be held responsible for any E additional taxes (other than Washington State Sales Tax) and will not pay them if noted as a separate line item on r invoices. c m E a� L V O L a M M M O v N 3 t r r-+ C d E O O L Q L y fC a 0 U Y r c a� E t v R r a Packet Pg. 28 4.C.a KCDAPURCHA SING COOPERA T/VE o 18639-80TH Ave S. • P,O.Box 5550•Kent,WA 98064-5550•Phone 425-251-8115•Fax 253-395-5402•m w.kodo.ofo U 0 7 c a� H d INVITATION FOR BIDS Y L #19-406 Sport Court/Field Lighting .0 a 0 BID DUE DATE: January 8, 2019 On or Before 2:00 PM PST Y 0 L Attachment A Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion H J In submitting the proposal to provide products and/or services as outlined in the bid specifications, we hereby r certify that we have not been suspended or in any way excluded from Federal procurement actions by any Cn Federal agency. We fully understand that, if information contrary to this certification subsequently becomes 0 available, such evidence mgy be grounds for non-award or nullification of a bid contract. 3 This certification is required by the regulations implementing Executive Order 12549, Debarment and c Suspension, Participant's Responsibilities. as E Signed: 0 0 L a Title: Secretary M M M Firm: Musco Sports Lighting, LLC 0 U U) Address: 100 1"Ave West, PO Box 808 g r City, State, Zip: Oskaloosa, IA 52577 3 c a� Date: November 28, 2018 L Email musco.contracts@musco.com Q L N R Q U Y r c a� E t v c� King County Directors' Association Q A School Purchasing Cooperative for Supplies and Equipment Packet Pg. 29 4.C.a KCDA 3 0 U a. a� H Certification of Compliance with Wage Payment Statutes Y L The bidder hereby certifies that, within the three-year period immediately preceding the bid 0 solicitation date January OS`h' 2019 the bidder is not a "willful" violator, as defined in RCW o 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final Y and binding citation and notice of assessment issued by the Department of Labor and Industries 0 or through a civil judgment entered by a court of limited or general jurisdiction. z a� I certify under penalty of perjury under the laws of the State of Washington that the foregoing E is true and correct. aM J N Musco Sports Lighting, LLC 0 Bidder's Business Name t) 0 0 5' atur o uthorize O cial* 2 E 0 L James M. Hansen r Printed Name m E a� L Secretary 0 U Title 0 a- November 28, 2018 Oskaloosa Iowa M Date City State 0 U U) Check One: Sole Proprietorship ❑ Partnership ❑ Joint Venture ❑ Corporation 3 c a� State of Incorporation, or if not a corporation, State where business entity was formed: aEi m L Iowa Q L N If a co-partnership, give firm name under which business is transacted: Q 0 U Y r c a� *If a corporation, proposal must be executed in the corporate name by the president or vice-president E (or any other corporate officer accompanied by evidence of authority to sign). If a co-partnership, c� proposal must be executed by a partner. Q Packet Pg. 30 4.C.a KCDA o PURCHAS/NG COOPERAT/VE v LA 18639-80th Ave.S. • P.O.Box 5550 • Kent,WA 98064-5550 • Phone 425-251-8115 • Fax 253-395-5402 • www.kcda,org a� H INVITATION FOR BID a Y L Sport Court Field Lighting ° Bid#19-406 0 ATTACHMENT C-Special Provisions Y a� THESE INSTRUCTIONS SUPERCEDE AND TAKE PRECEDENCE OVER ANY OPPOSING LANGUAGE IN THE o STANDARD TERMS AND CONDITIONS a� c r A. SOLICITATION OBJECTIVES a, KCDA is seeking manufacturers, providers or dealers/distributors to provide current and emerging J N Integrated Systems and Critical Communications to its members. c a U) It is KCDA's intent to establish an annual multi-state contract with the potential of up to three (3)one-year o extensions if mutually agreed between KCDA and the awarded vendor(s). Bidders must be a manufacturer or a manufacturer's sales representative authorized to provide KCDA Sport Court Field Lighting in Washington, with the preferred ability to service surrounding member states (ex: Oregon, Idaho, Montana, o L Alaska). r c as Total approximate value of spend for this contract per year is between $4,000,000.00 and $6,000,000.00. However KCDA does not guarantee any minimum or maximum value or number of orders. o L a Contracts established by KCDA are available for use by all public schools, colleges, universities, cities, counties and other government agencies throughout the nation. Participation in KCDA is not required of M any governmental agency; however, participation does provide the legally required competition for contracts for commonly purchased products and services,thereby saving the entity the time and expense N of a required competitive process. As allowed by specific state statutes, members can issue purchase orders for any amount without the necessity to prepare their own IFB or gather necessary quotations. r r Bidders must be an authorized manufacturer, sales representative or service dealer having a local sales, service and install presence in Washington State.The Bidder must also include a list identifying the states E within which they are authorized to sell, service and install. If a portion of a state is serviced, bidder must (D, specifically list the portion which is serviced. Bidder can list by county, region or territory. Bidder must Q L provide the list as a separate document when submitting a response. The bidder may propose different y pricing and rates for different installation areas as necessary to accommodate applicable wage rates and costs. Bidders must have a local sales presence that either reside or can be contacted within the additional o states named to enable KCDA members to have onsite consultation, needs assessment, installation, Y integration and training. a� It is the intent of KCDA to award potentially multiple vendor contracts, whereas KCDA member agencies the tools necessary for Sport Court Field Lighting centrally or location by location. r a Packet Pg. 31 4.C.a Types of services and products may include, but are not limited to LED luminaries, Housing, Steel Poles, Foundation, Electrical components, brackets, miscellaneous fasteners, and bolts for end product. o Installation and training services. c) By conducting this solicitation, KCDA intends to provide savings and to offer its members a choice of Sport Court Field Lighting and Services at discounted pricing. a Y KCDA's purpose is to: ,o ■ Cooperatively serve our members and associate members through a continuous effort to explore o and solve present and future purchasing needs. Y • Provide government agencies opportunities for greater efficiency and economy in acquiring goods and services. 0 • Equalize purchasing power for smaller agencies that are unable to command the best contracts for themselves. c ■ Maintain credibility and confidence in business procedures by maintaining open competition for purchases and complying with purchasing laws and ethical business practices. J • Provide competitive price solicitations which meet the procurement laws of our members. • Secure multi-state volume purchasing contracts which are measurable, cost effective and a continuously exceed our members' expectations. o • Provide quick and efficient delivery of goods and services by contracting with "high performance and quality" vendors who understand our members' needs. 2 E 0 L B. TIMELINE m November 141"&21", 2018 Advertised as Bid 19-406 in DJC Seattle, Oregon E L January 08`", 2019 Bids due no later than 2:00 P.M. PST U February 14t", 2019 Award recommendation a- February 21st, 2019 Board Approval M March 15t, 2019 Contract Start Date M 0 U C. SUBMISSION OF BIDS U' Bidders are requested to submit pricing for Washington state per the drawings and specifications provided in this solicitation. KCDA requests pricing for its members in Oregon, Idaho, Montana and Alaska as well. 3 Bidder is requested to submit either 1) separate price pages for each state being bid or 2) provide a pricing matrix that shows a price factor to be applied to the Washington state pricing in order to calculate the pricing for other states. Pricing must be provided in hard copy and must be available in excel on flash L drive or CD. 0' Q • All questions pertaining to this bid shall be entered in the "Questions" section of Public Purchase. r No emails or phone inquiries will be accepted. • Submit sealed bid in One 3-ring binder with an inside pocket and a set of dividers. Submit one (1) a bound and signed copy of the bid plus one (1) electronic copy on CD or flash drive. v • All bids are to be delivered to: KCDA, 18639 80t"Ave S, Kent, WA 98064-5550 on/or before 2:00 PM Y on the bid due date. Online submission of bids through Public Purchase will not be accepted. • KCDA reserves the right to reject any or all bids and to accept any proposal deemed most E advantageous to KCDA members and to waive any informality in the bid process. • Bids shall be submitted as stated in this solicitation. KCDA reserves the right to reject any a exceptions stipulated in a bidder response, and may subsequently disqualify such bid if such terms Packet Pg. 32 4.C.a are unacceptable to KCDA. Language to the effect that the bidder does not consider this solicitation to be part of a contractual obligation may result in the bid being disqualified. 3 • Withdrawals of bids will not be allowed for a period of 60 days following the opening. Withdrawal c i of bids prior to the opening date will be permitted. • Addendums if required,will be issued by KCDA through Public Purchase. Addendums will also be posted on the KCDA website (www.kcda.org) under Bid Information. Addendums will not be a. mailed ore-mailed. It is bidder's responsibility to check for issuance of any Addendums prior to Y submitting a bid. All Addendums must be signed and returned with the bid document or the bid 0 will be considered non-responsive. All documents with signatures shall have original ink o signatures. Electronic copies shall be scanned with original signatures. Y a� 0 D. BID FORMAT z a� c 1. Preparation of the Bid Response a.The IFB#19-406 is published in one PDF document on the KCDA Website, it is also J published on the Public Purchase Website with all required documents and forms posted separately. 0 • Attachment A contains the Debarment Statement (signature required) U) 0 • Attachment B, includes Terms by Manufacturer(signature required) N • Attachment C Special Provisions that take precedence; (signature required) • Attachment D Manufacturer Price List E 0 • Attachment E Service Price Schedule (Supplied by bidder) r • Company Profile (signature required) ■ Bidder Responsibility Form (signature required) 2 • Certification of Compliance (signature required) o b. Bid Forms requiring signatures shall be submitted with original ink signatures, by the person a authorized to sign the bid. Failure to properly sign the bid documents or to make other notations as indicated will result in the response being deemed non-responsive. M c. Corrections and/or modifications received after the opening time will not be accepted, o except as authorized by applicable rule, regulation or statute and KCDA. N d. In case of an error in extension of prices in the bid, unit prices shall govern. g e. Periods of time, stated as a number of days, shall be in calendar days, not business days. r f. It is the responsibility of all Bidders to examine the entire IFB package,to seek clarification 3 of any item or requirement that may not be clear, and to check all responses for accuracy before submitting a bid. Negligence in preparing a bid confers no right of withdrawal after due date. a� g. Please note that this bid has specific evaluation criteria and weighting listed in the AWARD Q section found at the end of this document. Attention to detail in submitting the bid is seen y by KCDA as an early opportunity to evaluate the potential of a future bidder/vendor to comply with detailed requirements in the public procurement sphere. KCDA appreciates a o well thought out and complete submission and will be available for questions through the v Y independent third party publicpurchase.com website. as E 2. Format of Bid Response Bidders shall provide bids in a three ring binder using standard size paper, clearly identified ° with the company name and the name of the IFB being responded to on the outside a front cover and vertical spine. Clearly identified tabs must be used to separate the bid into sections, as identified below. Responses should be direct, concise, complete and Packet Pg. 33 4.C.a unambiguous. Bidders failing to organize bids in the manner requested risk being considered non-responsive if bids are not easily read and understood. Awards will be made more efficiently and timely by following the required format. c i Tab 1-Company Profile/Information • Responses should include a brief introduction informing KCDA of the qualifications and a experience of the Bidder, along with a brief company history. Y ■ References (3). Projects should be of similar size and complexity, preference given for `o government contracts. o Tab 2 -Response Forms Y ■ Debarment Statement-Attachment A a� • Certification of Compliance with Wage Payment Statues o L • Terms by Manufacturer-Attachment B (option: bidder may include this information in their own format as part of the pricing pages) c • Attachment C—Special Provisions 2M J • Deviations and Miscellaneous Fees—Attachment D • Responsible Bidder a U) Tab 3 - Pricing Pages 0 • Price sheets supplied in IFB. 3 • A listing of products or services which are not listed on the price list which Bidder can 2 provide and may be considered as a value add for KCDA member agencies. c Tab 4- Product Line Brochures and Literature m E Tab 5 - Marketing Plan: • List shows, conferences, show examples of flyers or describe how bidder will market the o L KCDA Integrated Systems and Critical Communications Contract. a Tab 6—Authorized Dealers/Vendor Partners M • Provide letters from each manufacturer stating authorization to deal. • List all dealers/vendor partners authorized to utilize this contract through the vendor. N Tab 7-Addendums 3 c E.VENDOR RESPONSIBILITIES E • Designate and assign a dedicated senior-level contract manager(one authorized to make decisions) L to the KCDA contract. This employee will have a complete copy and must have working knowledge Q L of the contract. r • Train and educate sales staff on what the KCDA contract is including pricing, who can order from the contract,terms/conditions of the contract and the respective ordering procedures for each 2 a state. It is expected that the awarded vendor will lead with the KCDA contract. U • Develop a marketing plan to support the KCDA contract in collaboration with respective KCDA Y member agencies. Plan should include, but not be limited to, a website presence, electronic mailings, sales flyers, brochures, mailings, catalogs, etc. E • Create an KCDA-specific sell sheet with a space to add a KCDA logo and contact information for use by KCDA and the awarded vendors local sales representatives to market within each state. a • Have ongoing communication with the Contract and Procurement Specialist at KCDA and the KCDA member agencies. Packet Pg. 34 4.C.a • Attend two (2) "touch base" meetings at KCDA per year. One of those meetings maybe participating in the KCDA Vendor Fair. o • Participate in national and local conference trade shows to promote the KCDA contract. c) 2A • Increase sales over the term of the KCDA contract. as F. EQUIPMENT& RELATED PRODUCTS a. 2 • Y L 1. New Sport Court Field Lighting and Services: ,o a. All Sport Court Lighting and Services provided under this contract must be new. Sport Court o Lighting and Services which have not been used previously and are being actively marketed Y by the Manufacturers' authorized dealers. b. All branded Sport Court Lighting included components, spare parts, and ancillary equipment o supplied under this contract must conform to manufacturer specifications and shall be of new manufacture and in current standard production. The awarded vendor is responsible for ensuring that these items are operable and installed in accordance with manufacturer's H specifications. c. Seethe SOW GENERAL REQUIREMENT document for specifications for the product details. 0 a 2. Sport Court Lighting Services Installation Removal 0 0 a. The installation and/or removal of contract Sport Court Lighting Services shall be performed g in a professional manner. The member's premises and equipment shall be left in a clean E condition. The awarded vendor may be required to repair all damage and/or provide full r compensation for damage to the member agencies premises and equipment that occurred during installation/removal. b. Personnel in charge of the installation must be available to coordinate installation with member agency's internal staff. Qualified service support and technical personnel will be a required to provide all necessary maintenance and repair. Installation dates and installation �o schedule must be approved by member agency. M c. Installation crews may be working around students, teachers and general staff. Installation may require off hour and weekend work in order to accommodate and complete the N project in the timeline required by the member agency. The member agency will try to accommodate access for installation during school/business hours; however, any plan that r displaces staff, students or personnel will most likely create disruption to the ordinary daily 3 schedule. After hours and weekend installations are preferred and will be so identified in the proposal to the member agency. E a� d. Project Manager for the awarded vendor shall verify proper installation at multiple and various times throughout the duration of the installation. Q L e. Upon successful completion of installation, test system functionality for all possible y scenarios and document all outcomes. 2 f. Installment requirements per Chapter 296-200A WAC General Contractor license with o licensing specialty in Electrical services, (Note additional work related to security may Y require additional Electrical license) c as 3. Field Court Lighting Services newly Installed Equipment or Related Product Problems E a. Member agency will evaluate the performance of newly installed Field Court Lighting Services for a 15-day period after installation. If the performance is unsatisfactory,the a member agency will immediately contact the awarded vendor to pursue corrective action and resolution of the problem. Resolution of performance problems may result in: Packet Pg. 35 4.C.a b. Repair or other action to correct the problem including training or modifications made to member's satisfaction o c. The replacement of the Field Court Lighting Services with another Field Court Lighting U Services of the same brand and model, at no additional cost (including delivery and •A installation)to the member agency, or- d. Return of the Field Court Lighting Services with cancellation of the order at no charge to the (L member agency. Y L 0 4. Field Court Lighting Services Ins ectiort Testin Acce tance Q a. Inspections,tests, measurements, or other acts or functions performed by the member Y agency shall in no manner be construed as relieving the awarded vendor from full compliance with contract requirements. At a minimum, an installed piece must o demonstrate the capability of providing the functions and services specified in the manufacturer's published literature. r t 5. Field Court Lighting Services Maintenance Repair and Service J a. Maintenance, repair and service related to the operation of Field Court Lighting Services r L must be provided to member agency. 0 0- b. Excessive Service and Downtime: Field Court Lighting Services including all components, U) 0 spare parts, and ancillary equipment supplied through this contract shall be capable of N continuous operation.Therefore, awarded vendor shall guarantee that all Field Court Lighting Services will be operational at least 98%of normal business hours. Field Court E Lighting Services that develop a trend of requiring an excessive number of service calls shall 4- be reported by the member agency to the awarded vendor or by the awarded vendor to the member agency as the situation warrants and a corrective action and resolution will be E made in a manner that is best for the member agency. d. In the event that the performance of maintenance services under the contract results in a 0 need to replace defective parts, such items may only be replaced by new parts. In no instanc shall the awarded vendor be permitted to replace defective items with refurbished, (.0 Remanufactured, or surplus items without prior written authorization of the member agency. 0 Cn e. Awarded vendor must guarantee the availability of repair parts for a minimum of five (5) years subsequent to member agency acceptance of the contracted Fencing Material r Services. r c a� 6. Field Court Lighting New products and/or Services E a. Field Court Lighting Services must meet the scope of work to be added to the contract. L b. Pricing shall be equivalent to the percentage discount for other products. Q c. Awarded vendor may replace or add product lines to an existing contract if the line is ; replacing or supplementing products on contract, is equal or superior to the original products offered, is discounted in a similar or to a greater degree, if it is within the same a awarded manufacturer and if the products meets the requirements of the solicitation. v d. No products may be added to avoid competitive procurement requirements. KCDA may Y r require additions to be submitted with documentation from KCDA members demonstrating an Interest in, or a potential requirement for,the new product or service. E e. KCDA may reject any additions without cause. U r a 7. Field Court Lighting Services Packet Pg. 36 4.C.a a. If a product or model is discontinued by the manufacturer, awarded vendor may substitute a new product or model if the replacement product meets or exceeds the specifications and 3 performance of the discontinued model, it is within the awarded manufacturer and if the c i discount is the same or greater than the discontinued model. •A c a� 8. Warranty a Y a. The Vendor Partner shall warranty all parts and materials for at least 90 days from date of .0 purchase or manufacturers' warranty, whichever is longer. o b. Any product delivered through this contract that fails to perform to manufacturer's L) Y specifications shall be repaired or replaced within fifteen (15) days of receipt at the KCDA member request. o c. Vendor partner will describe the warranties that apply to the products offered in the IFB response and when warranty date will commence. r d. Vendor partner will identify any website links that cover warranty information. e. The manufacturer has the primary responsibility to honor a manufacturer' warranty. y f. A distributor or dealer agrees to assist the purchaser reach a solution in a dispute with the 0 0- manufacturer over a warranty's terms. U) g. Any extended manufacturer's warranty will be passed on to the KCDA Member. List any N pricing applicable to warranties in Attachment Price List of the IFB response. E 0 9. Risk of Loss or Damage r c 0 a. Vendor partner shall retain title and control of all goods until they are delivered and received. E b. All risk of transportation and all related charges shall be the responsibility of the vendor partner. The vendor partner shall file all claims for visible or concealed damage. 0 c. The KCDA member will notify the vendor partner and/or freight company promptly of any damaged goods and shall assist the freight company/vendor partnering arranging for M inspection. d. No F.O.B. vessel, car or other vehicle terms will be accepted. 0 Cn 10.Taxes r r a. Member agencies, who have obtained contract equipment and related products under the a terms of this contract, will be responsible for payment of all taxes related to acquisition, such as aD sales tax, property tax, etc. Q b. Vendor partner must separately list all such taxes on member agencies proposal and a� subsequent invoice. a 11. Delivery a. Orders placed against this bid award must be delivered F.O.B. Destination to KCDA's members, Y which are primarily in Washington, Oregon, Idaho and Montana, but may be located in other c a� states. E b. Please state if minimums are required and what the ship direct guidelines will be on Attachment B. This form must be submitted with the bid response. Q c. If a minimum is imposed but cannot be met in a member's order, Bidder must designate in their bid response if acquisition options are available to the member outside of the minimum terms. Packet Pg. 37 4.C.a NOTE. Listing the above specifications shall in no way relieve the awarded vendor from the responsibility to It., follow proper code and regulations. ° U 2A G.TRAINING & SUPPORT Please state specifically the amount of training which will be provided at no charge.Then list the charge ~ a per hour of additional training if applicable (see Bid Sheet). 2 1 a. If specified by the member agency, staff in-service shall be offered following the `o installation. Training needs must be quantified and specified by the member agency. Q Awarded vendors shall provide appropriate pricing(if applicable) based upon each member 0 U agencies training need. It is understood that some training may be provided free of charge Y and some may incur charges. Please outline your training philosophy and related pricing structure. ° b. If desired follow up training may also be scheduled to further support usage and to identify Any individual training needs. Please include follow up training pricing as well. r t a� J H. PUBLIC WORKS LANGUAGE ,n r L Vendor agrees that, in performance of the services required under this agreement,Vendor shall abide by 0 all federal, state, local and Washington law and regulations that may apply to construction and public 0 works. It is the responsibility of the Vendor to determine applicability and requirements of any such N laws and to abide by them. E 0 • Public Works: r State of Washington statute requires workers be paid prevailing wages when employed on public works projects and on public building service maintenance contracts. (RCW 39.04.010, RCW E 39.12.010 and 020) It is the contractor's responsibility to be acquainted with and comply with State regulations regarding payment of prevailing wages on public works projects. Prevailing 0 Wages are established by the Washington State Department of Labor and Industries and can be obtained on the web at http://www.Ini.wa.govlTradesLicensing/PrevWape/WapeRates/default.asp to or by contacting Labor and Industries at 360-902-5335. A copy may also be requested from KCDA. KCDA serves all counties in Washington State. The County in which the project is located will be N identified once a member initiates a request for the service, and the effective wage rate to be applied to a specific project is to be based on the date of this bid during the original contract term, r and if contract extensions are granted,the prevailing wage rate in affect at the time of the latest r extension. a� E aD Application: The Public Works Act regulates wages paid to workers, laborers and mechanics performing public work. It does not apply to work that is clerical, executive administrative or Q L professional in nature. It does not apply to work of a secretary, engineer or administrator, unless y they are performing construction work, alteration work, repair work, etc. Prevailing wage application depends on the work that is performed, regardless of the worker's job title. (RCW o 39.12.020 and WAC 296-128-510 through 530) Y r Definition: Public Works is all work, construction, alteration, repair or improvement that is executed at the cost of the state or any other local public agency. This includes, but is not limited to, demolition, remodeling, renovation, road construction, building construction, ferry construction and utilities Q construction. (RCW 39.04.010) Packet Pg. 38 4.C.a Public Building Service Maintenance Contracts: Prevailing wages are also required on all public building service maintenance (janitorial) contracts. (RCW 39.12.020) o U Contractors bidding a Public works project exceeding$1,000,000.00 must declare who their •A HVAC, Plumbing and Electrical subcontractors will be and submit this information with bid documents in order for the bid to be responsive(RCW 39.30.060). Such projects also have special a. considerations pertaining to use of apprentices (39.04.320). Y L 0 Reciprocity: In accordance with RCW 39.04.380 any bidding process for public works in which a bid Q is received from a nonresident contractor from a state that provides a percentage bidding Y preference, a comparable percentage disadvantage must be applied to the bid of that nonresident contractor. This does not apply to public works procured pursuant to RCW 39.04.155, 39.04.280 0 or other procurement exempt from competitive bidding. a� c ■ Prevailing Wage: Definition: Prevailing Wage is the hourly wage, usual benefits and overtime, paid in the largest city J in each county,to the majority of workers, laborers and mechanics. The rate is established by the Department of Labor and Industries for each trade and occupation employed in the performance of 0 public work. If Federal funds are used bidders must comply with provisions of Davis-Bacon Act. U) 0 Basic procedures: A Statement of Intent to Pay Prevailing Wages and Affidavit of Wages Paid must be filed and approved for the contractor and all subcontractors. No payments can be made until c all contractors/subs have submitted an approved intent form. KCDA cannot release retainage until all Contractors have an approved Affidavit of Wages Paid form certified by the Industrial Statistician. (RCW 39.12.030, 040, 042) Once the work is successfully completed, KCDA will release E 95%of the project cost and withhold 5% retainage for 45 days as dictated by law. The final 5%will be paid when the following is completed: Receipt of approved Affidavit of Wages Paid Forms, 0 Releases from Washington State Department of Labor& Industries, Employment Security Department and the Department of Revenue, and acceptance of project completion to the M satisfaction of the KCDA ordering member. The cost of filing required Intents and Affidavits is the responsibility of the Contractor, and may not be added as a line item charged to the member 0 U agency. All Intents and Affidavits must name the agency for whom work is being performed as the contract award agency, not KCDA. r 3 Federally Funded Projects: In addition to the Federal Requirements of Section III General Terms and Conditions, Davis-Bacon prevailing wage requirements apply to public works construction E contracts of$2000 or more when a project includes any federal funding of any amount. When ;v there is a difference between applicable state and federal prevailing wages for a particular Q classification of labor, contractors and subcontractors are required to pay the higher of the two ; prevailing wages. Applicable federal prevailing wage determinations can be found at http://www.wdol.P,ov/. Contractors/Subcontractors must be knowledgeable and adhere to all a federal prevailing wage requirements, including but not limited to paying workers weekly and v providing certified weekly payrolls for the contractor and subcontractors of any tier as required in Y r the Davis-Bacon Act and applicable U.S. Department of Labor regulations. Falsification of any prevailing wage payroll records may subject the contractor or subcontractor to civil or criminal E prosecution under section 1001 of Title 18 and section 231 of Title 31 of the United States Code. Contractor shall inform all subcontractors of the Davis-Bacon requirements and the prime a contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor Packet Pg. 39 4.C.a with all the contract clauses. Contractor must coordinate all requirements related to federal funded projects with the KCDA member Agency. 0 U • Responsible Bidder Before award,the bidder must meet the following state responsibility criteria and, if applicable, I supplemental responsibility criteria to be considered a responsible bidder.The bidder is required a to submit documentation demonstrating compliance with the criteria. Y L 0 Low Responsible Bidder Q A. State Responsibility Criteria.The Bidder must meet the following state responsibility criteria: 1. At the time of bid submittal, have a current certification of registration in compliance with chapter 18.27 RCW. o 2. Have a current Washington State Unified Business Identifier(UBI) number. 3. Not be disqualified from bidding on any public works contract under RCW 39.06.010 or c 39.12.065(3). 4. If applicable: 0' J a. Have Industrial Insurance (workers' compensation) coverage for the Bidder's employees working in Washington State, as required in Title 51 RCW; 0 b. Have a Washington State Employment Security Department number, as required in U) 0 Title 50 RCW; and C. Have a Washington State Department of Revenue state excise tax registration number, as required in Title 82 RCW. E 5. New bidder requirement. Certify that within the three-year period immediately preceding* ,° r the bid solicitation date: a� a.The bidder is not a "wiIIfuII'violator, as defined in RCW 49.48.082, or any provision E of chapter 49-46 49.48 or 49.52 RCW. b.As determined by a final and binding citation and notice of assessment issued 0 L by the department of labor and industries or through a civil iudpement entered by a a court of limited or Renera] Jurisdiction. M 6. At the time of bid submittal, provide signed sworn statement in accordance with RCW 9A 72 085 verifying under penalty or perjury that the bidder is in compliance with the new 0 U responsible bidder criteria requirement. B. Supplemental Bidder Responsibility Criteria. If supplemental criteria apply to this project, the criteria are included as "Exhibit A."The Bidder may make a written request to modify any or all of 3 the supplemental criteria. Modification of supplemental criteria shall be at KCDA's discretion. Any modifications to the supplemental criteria shall be made by addenda prior to bid opening. E as L Subcontractor Responsi)�ility Q The contractor shall include the language of this section in each of its first tier subcontracts, and r shall require each of its subcontractors to include the same language of this section in each of their subcontracts, adjusting only as necessary the terms used for the contracting parties.The a requirements of this section apply to all subcontractors regardless of tier. At the time of v subcontract execution,the Contractor shall verify that each of its first tier subcontractors meets Y r the following bidder responsibility criteria: 1. At the time of bid submittal, have a current certification of registration in compliance E with chapter 18.27 RCW. 2. Have a current Washington State Unified Business Identifier (UBI) number. a 3. Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). Packet Pg. 40 4.C.a 4. If applicable: a. Have Industrial Insurance (workers' compensation) coverage for the Bidder's o employees working in Washington State, as required in Title 51 RCW; U b. Have a Washington State Employment Security Department number, as required T) in Title 50 RCW; and c. Have a Washington State Department of Revenue state excise tax registration a number, as required in Title 82 RCW Y 5. Have an electrical contractor license, if required by Chapter 19.28 RCW; 0 6. Have an elevator contractor license, if required by Chapter 70.87 RCW; Q 0 U Y • Bonds-Payment& Performance: The prime Contractor shall provide a Performance and Payment Bond at 100% of the contract price o to the KCDA member with a copy to KCDA before work begins. The only exception is for contracts of one hundred fifty thousand ($150,000) dollars or less. In this instance, at the option of the Contractor,the member may in lieu of the bond retain ten percent of the contract amount for a period of thirty days after date of final acceptance, or until receipt of all necessary releases from J the Department of Revenue and the Department of Labor and Industries and settlement of any r L liens filed under Chapter 60.28 RCW, whichever is later. The bond shall be issued by a surety 0 company authorized to do business in the State of Washington and shall be on standard forms used 0 for public projects (RCW 39,08.010) and as directed by the KCDA member. N 3 Performance and Payment bonds for KCDA members outside Washington must be provided by E companies licensed to provide bonds for public entities in the member's state. r c as • Licenses: The prime contractor shall possess and maintain in current status all federal,state, and E local licenses, bonds, and permits required for the performance and delivery of any and all products and services offered in its response to the bid solicitation. Before submitting a bid, 0 a Bidders must hold a current, valid contractor's license as required in Washington. The contractor's license must be in the name of the legal entity submitting and signing the bid. A Bidder may not (.0 substitute a contractor's license held by a subcontractor or joint venture. Bidders submitting bids in Washington State without a valid contractor's license in the name of the Bidder are in violation of RCW 18.27.020. ' r It is the responsibility of the prime contractor to ensure any subcontractors performing under this contract hold and maintain appropriate licenses. E aD KCDA reserves the right to request copies of licenses at any time during the contract. Copies of licenses, upon request, must be submitted to the member prior to performing the work. The Q L Contractorr agrees to keep and ensure subcontractors keep any required license, permit or bond ? current and in compliance with Washington rules, regulations and statutes, as well as in states outside Washington in which contractor performs work under this contract. For work performed a for any Washington State school district, public agency or municipality,the Contractor must comply U with the bidder responsibility requirements of RCW 39.04.350 prior to the KCDA member awarding Y r a contract. The contractor must verify the responsibility of all subcontractors used in accordance with RCW 39,06.020. 0 r • Permits: The acquisition of all permits as well as any drawings needed to obtain those permits is Q the responsibility of the successful Contractor/Bidder. Packet Pg. 41 4.C.a ■ Certificate of Insurance: A certificate of insurance demonstrating current coverage of the types and amounts of insurance required by KCDA and the KCDA member must be provided to the KCDA It., member prior to performance of any work. In addition,the Commercial General Liability policies c i must be endorsed to name KCDA and the KCDA member as additional insureds. Such policies must •A be further endorsed to provide that the insurance is primary as respects KCDA and the KCDA member, and that any other insurance maintained by KCDA and the KCDA member shall be excess a and not contributing insurance with the Contractor's insurance. These endorsements must be Y provided along with the certificate of insurance. The KCDA member must both approve the `o certificate of insurance and endorsements. Q 0 U Y • Acceptable Pricing Method: KCDA is unable to accept Alternative Costing Method quotations except in certain limited o instances, (i.e. sole source) in which KCDA and Vendor may mutually determine the Alternative Costing Method is acceptable. This will be the exception rather than the rule. RS Means or line item bid pricing is acceptable. J • Progress Payments: r The Contractor shall be paid, upon submission of a proper Payment Request,the prices stipulated 0 OL herein for work performed (less deductions, if any), in accordance with all payment and retainage 0 instructions herein. Submitted Payment Requests must contain the following minimum N information: ' a. Contract Number o b. Bid item ID, bid quantity, unit, unit price and description as appropriate 4- r c. Sales Tax as applicable The Payment Request will be reviewed by the Member before payment is made. If the Member is E in disagreement with the Payment Request, KCDA will issue a notice requesting a revised Payment Request. 0 a KCDA, at its discretion, reserves the right to withhold payment on a given project, pending receipt M of payment from the customer. 0 0 Cn In accordance with RCW 51.12,050, KCDA reserves the right to deduct from the payment any outstanding industrial insurance premiums owed by the Contractor or Subcontractors. r • Payment Retainage: In accordance with RCW 60.28 contract retainage [not to exceed five percent of the moneys earned E by the contractor toward completion of a public improvement contract] shall be withheld and a� reserved in one of two ways: Q L a. As a trust fund for the protection and payment of 1) the claims of any person arising y under the contract, and 2) the state with respect to taxes imposed pursuant to Titles 50, 51 and 82 RCW which may be due from such contractor. Upon completion of a a contract, the member agency shall notify the Department of Revenue,the Employment v Security Department, and the Department of Labor and Industries of the completion of Y r contracts over one hundred fifty thousand dollars. KCDA will issue payment on the retainage amount forty-five days after notice from the KCDA Member Agency that the E contract has been accepted as complete or upon receipt of all necessary releases, whichever is later. Q b; Option of providing retainage band for the full amount of the retainage (%of the contract amount with a_performance bond). This bond is separate from the Packet Pg. 42 4.C.a performance bond under RCW 39,08.10. Providing a retainage bond means no retainage is withheld. If you choose to provide a retainage bond a copy of the bond must be submitted. ci I. PRICING IFB -The bidder shall submit pricing on the Pricing Pages included or on Attachment B in this IFB. a Vendor bid pricing shall include a 2%administrative fee on all line items and charges.The Y administrative fee must be part of the bid price. If you are bidding a catalog price less a discount, make `o sure the administrative fee is included in the net price to the member agency. Pricing must include the Q 2% KCDA service fee so the service fee is invisible to KCDA members. L) U Y t For all Sport Court Field Lighting and Services, pricing may be by line item or discount off manufacturer price list (Attachment B). Accessories and materials may be from other manufacturers or sources, but 0 must be identified and priced in the IFB response either by item or via catalog discount. On the pricing sheet, list and group accessories and materials by manufacturer for ease of identification. Respondents will choose only one pricing method to be used per manufacturer. Alternative pricing H methods shall be addressed in Attachment B. Proposals received that provide bath for a single J N manufacturer will be found non-responsive. 0 U) Fixed prices shall be firm until each anniversary date of contract, unless there is an occurrence of one N or more economic price adjustment contingencies outlined in the bid. If price adjustment contingencies occur, or not less than ninety (90) days prior to each contract anniversary date, awarded E vendor may submit a fully documented request for price adjustment to KCDA. The documentation ,° must substantiate that any requested price increase was clearly unpredictable at the time of bid submittal and results from an increased cost to awarded vendor that was out of awarded vendors E control. U 0 L KCDA will review requests for fixed price adjustments to determine if the new prices or another option a is in member agencies' best interests. If accepted, new fixed prices shall apply to the contract upon M approval from KCDA. Price changes shall be a factor in contract renewal. 0 U The awarded vendor agrees that the cost for any item bid on this contract may vary by state due to specific requirements or other jurisdictional impacts. If the overall cost is discounted or lowered for any member agency, however,the cost will be similarly lowered or discounted at the same time for all 3 member agencies for the same scope, size and value. (If a KCDA member agency proposes to purchase a large volume of one product at one time and the awarded vendor agrees to provide an additional E discount,that same volume discount would be available to any KCDA member agency.) L a� Q It is understood and agreed upon between Bidder and KCDA that the Bidder's pricing does not include , the cost for any site specific conditions or requirements. Site specific requirements shall be addressed on a case by case basis at the time the order is placed. Any additional cost(s) are to be priced by a methods designated under "Options, or by RS Means, as indicated in bidder's response to this U solicitation. Y r c as J. FUNDING OUT CLAUSE E Any acquisition agreement with a KCDA member agency that exceeds one (1)year shall include a standard "funding out" clause. Such an acquisition is a commitment of the entity's current revenue only, provided a the agreement contains either or both of the following provisions: Packet Pg. 43 4.C.a 1. Retains to the entity the continuing right to terminate the contract at the expiration of each budget period during the term of the agreement. 3 2. Conditioned on a best efforts attempt by the entity to obtain appropriate funds for payment of L) the acquisition. 2 c as K. AUTHORIZED DEALERS/VENDOR PARTNERS a The bidder must secure from the manufacturer, if the bidder is not the manufacturer, a written guarantee Y executed by the manufacturer that the bidder is an authorized dealer of that manufacturer.This can be `o submitted as a Manufacturers Guarantee/Manufacturers Certificate, or a statement on the manufacturer's Q letterhead with corporate acknowledgement. Failure to provide will result in award disqualification for L) that manufacturer. Y Bidder may propose a network of authorized dealers/vendor partners through whom the bidder intends to perform the contract. Member agencies may be directed to bidders network of authorized dealers/vendor partners for Integrated Systems and Critical Communications, however the awarded vendor shall be responsible for the actual job performance of each and every authorized dealer/vendor partner.This aM includes, but is not limited to proper ordering process and reporting, or submittal of 2%service fee. y Unresolved problems with the authorized dealer/vendor partner may be referred to the awarded vendor a for resolution. Bidders are to identify and list each of the authorized dealers/vendor partners they intend U) to involve in contract performance. N Awarded vendor must be capable of replacing authorized dealers/vendor partners found unsuitable to E participate in performance on the KCDA contract, and establish new authorized dealers/vendor partners in ,° a timely manner. E During the contract period, the awarded vendor or purchasing agent may remove an authorized dealer/vendor partner from the list of those designated to this contract at any time without further o explanation or process. The awarded vendor may propose authorized dealer/vendor partner additions for a consideration at any time throughout the contract provided; M • The request is in writing on awarded vendors letterhead. • It is filed with the Purchasing Agent a minimum of 30 calendar days before the effective date of the 0 proposed change; • It clearly identifies the authorized dealers/vendor partners involved in the change; r It is accompanied by documentation acceptable to the Purchasing Agent sufficient to warrant the change. 3 c a� L. AWARD E a� 1. Evaluation L It is the intent of KCDA to award a manufacturer's complete line of products based on the Q L specifications provided when possible and advantageous. KCDA expects to award to the lowest y responsive and responsible bidder per unique manufacturer specifications that meet IFB terms, conditions, and criteria specified. An award is at the sole discretion of KCDA. KCDA reserves the o right to reject any or all proposals, accept the proposal(s)that are deemed most advantageous for Y KCDA member agencies, and waive any irregularities in the solicitation process. c as Awarded vendors will be required to turn in updated specifications for the manufacturers awarded. The following criteria will be used in evaluating responses to this IFB. An award is anticipated to be made a to a bidder with the highest rating per manufacturer product line. Subsequently, multiple awards may be made. Packet Pg. 44 4.C.a Evaluation Criteria and Weight It., 0 U Proper submission of proposal 10 T) c Comprehensiveness of product and services provided 10 Related Experience 1s Y L 0 Pricing 50 4- Presentation of full and complete U product offering that can meet 15 Y variety of member agencies requirements/timeline. 0 TOTAL POSSIBLE POINTS 100 t M c r t Clarification and/or Discussions 0' J Clarification of a response may be necessary. KCDA will communicate with the bidder(s) for the purpose of r eliminating minor errors, clerical errors, and/or irregularities. Clarification is accomplished by explanation 0 or substantiation, either in response to an inquiry from KCDA or an inquiry initiated by a bidder. 0 Clarification does not give a bidder the opportunity to revise, change or modify their response in any way. N Discussion takes place after the initial receipt of proposals. KCDA reserves the right to conduct discussions with bidders whose responses are determined to be reasonably inclined toward receiving a contract E award. Discussion may occur when oral or written communications between KCDA and the bidder are 4- conducted for the purpose of clarifying information to determine the acceptability of a response. KCDA will not assist the bidder in bringing the bidder's response to the same level of other responses received by E KCDA. Further, KCDA will make no indication of pricing or other information received from other bidders. 0 L Competitive Range; KCDA reserves the right to establish a competitive range of acceptable responses as a part of the evaluation process as defined herein. Responses below the competitive range will be M determined to be unacceptable and will not receive further consideration. 0 M. ORDER PROCESS & REPORTING 1. The awarded vendor must verify that a customer is a KCDA member. A current list of member agencies is posted on the KCDA website under the KCDA Membership tab. If the awarded vendor's customer is not posted on the KCDA website, the awarded vendor must verify membership with the KCDA Contract Specialist. If the customer is not a member agency, but is eligible to become a E member agency,the Contract Specialist will give the awarded vendor's customer instructions L regarding the membership process. Q L 2. The awarded vendor will submit a signed and dated proposal or quote to a KCDA member agency in accordance with the pricing awarded under this IFB. All _Integ_rated Systems and Critical a Communications purchased must include the KCDA Z%service fee as a part of the price to the v member agancy. Do not fist the 2%as a separate line item.The awarded vendor must specifically Y state the KCDA IFB name & number on the proposal to the KCDA member agency. The proposal must identify the member agency contact name, e-mail address and phone number for the person E responsible for approving the purchase.This information is critical and if not provided may be grounds for delaying the processing of the order as well as eventual payment to vendor. Q 3. The awarded vendor will e-mail KCDA a copy of the proposal submitted to the member Packet Pg. 45 4.C.a agency . KCDA will review, evaluate and approve the order via e-mail within 48 hours, provided that adequate information has been given for the Contract Specialist.The Contract Specialist will 3 request additional information, such as scope of work and item/part number along with pricing for L) each line item if needed. Failure to provide adequate evaluation information may result in delay of 2A approval by Contract Specialist a 4. KCDA members PO must be made out to KCDA. 2 Y L 0 5. KCDA will create Purchase Order to the vendor authorizing the vendor to proceed with Q the order. L) U Y t 6. A copy will be kept on file at KCDA. 0 L 7. Services must not commence using the KCDA contract without a Purchase Order from KCDA. c r 8. Orders processed against this contract with Vendor customers who are not KCDA members or without a purchase order from KCDA are in violation of the contract. Vendors not following proper y r procedures may be removed from consideration for future awards. 0 U) 9. KCDA will be billed by the vendor and KCDA will invoice the customer at the bid price. N The vendor will pay KCDA the 2%administrative fee on the total invoice price, not including sales tax. KCDA will coordinate with the successful bidder(s) one of the following payment methods for E the 2%fee: ,° • KCDA will invoice vendor in 2 month intervals for the amount of service fees accumulated in that period; E ■ KCDA will deduct the 2%fee from the vendor's respective invoice at time of payment; • Vendor will establish a rebate program to report sales and track the service fee, making o remittance to KCDA at negotiated intervals. a M M KCDA reserves the right to revise the ordering process above at their sole discretion if deemed necessary for contract management or audit purposes. An implementation for change will be 0 Cn coordinated with the vendor. N. CHRISTIAN DOCTRINE Any federal, state and local governing authority's/jurisdiction's statutes, codes, rules and regulations referenced and/or govern the products, services and activities relating to and are part of this solicitation, whether or not physically noted or included, shall be complied with and adhered to E as required. It is sole responsibility of the Bidder to perform and complete any necessary research and (D investigation required to make themselves aware of and comply with this item. Q L y fC Signature _ a last be same signature that appears on Bid Affidavit and Acceptance Forms L) Y r c a� E t v R r a Packet Pg. 46 4.C.a EXHIBIT A BIDDER RESPONSIBILITY FORM (Contractor's Qualifications) Bid#19-406 0 n The information provided in this form is part of the KCDA's inquiry concerning bidder responsibility.Please print clearly or type. If you need more space,use plain paper. a Company Name—Musco Sports Lighting,LLC Y Address: 100 15t Ave West, PO Box 808,Oskaloosa,Iowa 52577 0 Payment Address PO Box 808,Oskaloosa, Iowa 52577 Q Contact Telephone No. (800)825-6030 Y t Contact Person for this Bid: Amanda M.Hudnut 0 Contact Address:10015`Ave West,PO Box 808,Oskaloosa, Iowa 52577 t a� State of WA Department of Electrical MUSCOSL888BD Licensing Contractor's Registration No._General CC01MUSCOSL992JB 27) State of WA UBI Number_ 602 091682 0 a State of WA Department of U) Employment Security No. 143567000 0 0 Washington State Excise Tax Registration No.—602091682 E 0 Federal Tax ID Number 42-1511754 r c DUNS Number 135259000 m E a� L "Please provide a current copy of Certificates of Insurance, o 0 IL Number of years the Contractor has been engaged in the business under the present company name,as indicated above_ 17 years as Musco Sports Lighting,LLC&the 25 prior years as Musco Sports Lighting,Inc M M M References: KCDA may conduct reference checks during considerations for award. In the 0 Event that information obtained from the reference checks reveals concern about the bidder's past performance on projects N identified as meeting the bidder qualification requirements or their ability to successfully perform the work,KCDA may determine that the bidder is not a responsible bidder. In conducting reference checks, KCDA may include itself or other government agencies and businesses as a reference if the bidder has performed the work,even if the bidder did not identify these sources as a reference. 3 c List any major projects of similar nature which have been completed by or supervised by the Contractor within the last 5 years and the gross dollar amount of each project. y m L Name of project Amount Owner Phone# Q L Bellevue High School $652,773 Bellevue School District Jack McLeod 425-456-4501 N 0 Mercer Island HS FB $420,423 Mercer Island School District Tony Kuhn 206-730-5039 Q U Stewart Field $369,378 Aderdeen School District Alan Gozart 360-532-0980 Y r c a� Steve Cox Park $445,809 King County Tri Ong 206-477-3591 E t c� � a Packet Pg. 47 4.C.a DATE(MM/DD/YYYY) CERTIFICATE OF LIABILITY INSURANCE 11/16/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS 0 O CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES U BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED rn REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. C IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed.It 00) SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this A II certificate does not confer rights to the certificate holder in lieu of such endorsement(s). = d PRODUCER CONTACT 'O Y Aon Risk Services Central, Inc. O FAX Omaha NE Office (Alc.No,clip; (402) 697-1400 ydG (402) 697-0017 4) G 11213 Davenport E-MAIL c `� Suite 201 ADDRESS: = Q Omaha NE 68154 USA INSURERS)AFFORDING COVERAGE NAIC# V INSURED INSURERA: Sentry Insurance A Mutual Company 24988 Y MUSCO Sports Liqhtinq, LLC INSURERB: Sentry Casualty Company 28460 c/o Musco Corporation 100 1st Ave W INSURER C: Travelers Property Cas Co of America 25674 0 Oskaloosa IA 52577 USA INSURERD: Nautilus Insurance company 117370 S r.+ INSURER E: INSURER F: E COVERAGES CERTIFICATE NUMBER: 570073928963 REVISION NUMBER: z THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD M INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS J CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, 1A EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Limits shown are as requested _ LTR TYPE OF INSURANCE ADM SU13R INSO WVR POLICY NUMBER MMIDIV MMIDDY YY LIMITS Q- X COMMERCIALGENERALLIABILITY 07/01/2019EACH OCCURRENCE $1,060,000 CLAIMS-MADE OCCUR DAMAGE $300,000 V PREMISES Eaoccurmnce MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $1,000,000 . GEN'L AGGREGATE LIMIT APPLIES PER: GENERALAGGREGATE $2,000,000 N E POLICY [E PRO- LOC PRODUCTS-COMPIOP AGG $2,000,000 C') L JECTo OTHER: n rr A AUTOMOBILE LIABILITY 901687703 07/01/2018 07/01/2019 COMBINED SINGLE LIMIT $1,000,000 N c a accident) G X ANY AUTO BODILY INJURY(Per person) C 4) Z � OWNED SCHEDULED BODILY INJURY(Per accident) a V AUTOS ONLY AUTOS X HIRED AUTOS X NON-OWNED PROPERTY DAMAGE R 0 L. ONLY AUTOS ONLY Per accident w IL Y 4 .. C X UMBRELLA LIAR X OCCUR ZUP61M9917718NF 07/01/2018 07/01/2019 EACH OCCURRENCE $Z5,00II �' M EXCESS LIAB CLAIMS-MADE AGGREGATE $25,000,000 M v IDED X RETENTION$10,000 B WORKERS COMPENSATION AND 901687701 07/01/2018 07/01/2019 X PER STATUTE I OTH. 0 EMPLOYERS'LIABILITY ER ANY PROPRIETOR I PARTNER I EXECUTIVE jY 7r�NI E.L.EACH ACCIDENT $1,000,000 OF EXCLUDED? NIA C (Mandatory in NH) EL.DISEASE-EA EMPLOYEE $1,000,000 G If yes,describe under EL.DISEASE-POLICY LIMIT $1,000,000— r DESCRIPTION OF OPERATIONS below _ D Archit&Eng Prof PCADN50044250718 07/01/2018 07/01/2019 Archi&Eng Prof $3,000,000 — 3 SIR applies per policy terns & condi ions SIR/Deductible $250,000 +. Aggregate $5,000,000 0 0 DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES(ACORD 101,Additional Ramarks Schedule,maybe attached if more space is required) E Re: Cooperative Purchase Agreement. 4) King County Director's Association and its members are included as Additional insured in accordance with the policy provisions a) of the General Liability policy. General Liability evidenced herein is Primary and Non-Contributory to other insurance 0) available to an Additional Insured, but only in accordance with the policy's provisions. Q ilk `y CERTIFICATE HOLDER CANCELLATION Q Q SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE (� EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE Y POLICY PROVISIONS. r.c.0 King County Director S Association AUTHORIZED REPRESENTATIVE 18639 80th Ave. South Kent WA 98032 USA �4 V 0 Q ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD Packet Pg. 48 4.C.a SENTRY INSURANCE A MUTUAL COMPANY STEVENS POINT WISCONSIN (A PARTICIPATING MUTUAL COMPANY A MEMBER OF THE SENTRY FAMILY 0� INSURANCE COMPANIES COMMERCIAL GENERAL LIABILITY 3 O U c a� NAMED INSURED ENDORSEMENT EFFECTIVE POLICY NUMBER MUSCO CORPORATION 07-01 -18 90-16877-04 a 2 Y L O a 0 U Y t ADDITIONAL INSURED - OWNERS LESSEES OR 3 CONTRACTORS - SCHEDULED PERSON OR O ORGANIZATION z a� This endorsement modifies insurance provided under the following: t COMMERCIAL GENERAL LIABILITY COVERAGE PART aM J N SCHEDULE c a +------------------------------------------- ----------------------------+ to (NAME OF ADDITIONAL INSURED PERSON(S) OR ORGANIZATIONS) I U +------------------------------------------- - ------------------- - - - - - - - -+ ANY & ALL OWNERS, LESSES OR CONTRACTORS E O L E L V O L a co M M M O v N 3 --------------- -- - - - - - -------- -- -- -- - - -- -- -- - - - ---------- _ -- -- -- -- - - --- 2 ILOCATION(S) OF COVERED OPERATIONS t +- -------- ------- - - - - --- ---- - --- - - - - - - - - - - - - - - - - - - - - ------------ - - -- . -+ r ANY AND ALL PROJECTS FOR WHICH THE CONTRACT REQUIRES COVERAGE 3 FOR COMPLETED OPERATIONS a� E a� m L Q L +---------^------- -- --------- - ------------- - - ----- N ( Information required to complete this Schedule, if not shown above, I 2 will be shown in the Declarations. a +--------------------------------------------------------- - - -- -- -- - - -- + o U Y r c a� CG 20 10 04 13 E Copyright, Insurance Services Office, Inc. , 2012 Q MUS 90-16877-04 01 181 07-11 -18 PAGE 001 of 002 #03 Packet Pg. 49 4.C.a 1` 0 U c a� ADDITIONAL INSURED - OWNERS LESSEES OR CONTRACTORS - SCHEDULED h RSON OR a ORGANIZATION - CONTINUED Y L A. Section II - WHO IS AN INSURED is amended to include as an additional '0 insured the person(s) or organization(s) shown in the Schedule, but Q only with respect to liability for "bodily injury" , "property damage" v or personal and advertising injury caused, in whole or in part, y: Y 1 . Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; 0 z in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. t However: J 1 . The insurance afforded to such additional insured only applies to w the extent permitted by law; and 0 a 2. If coverage provided to the additional insured is required by a U) contract or agreement, the insurance afforded to such additional 0 insured will not be broader than that which you are required by 3 the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, E the following additional exclusions apply: L This insurance does not apply to "bodily injury" or "property damage" occurring after: 1 . All work, including materials, parts or equipment furnished in 4) connection with such work, on the project (other than service, o maintenance or repairs) to be performed by or on behalf of the 0 additional insured(s) at the location of a has been completed; or the covered operations co 2. That portion of "your work" out of which the injury or damage M arises has been put to its intended use by any person or �- organization other than another contractor or subcontractor 0 engaged in performing operations for a principal as a part of the N same project. C. With respect to the insurance afforded to these additional insureds, the following is added to SECTION III - LIMITS OF INSURANCE: 3 If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the 0 additional insured is the amount of insurance. aEi m 1 . Required by the contract or agreement; or a, Q 2. Available under the applicable Limits of Insurance shown in the Declarations; w 0 whichever is less. 2 This endorsement shall not increase the applicable Limits of p Insurance shown in the Declarations. Y r c a� CG 20 10 04 13 E t Copyright, Insurance Services Office, Inc. , 2012 Q MUS 90-16877-04 01 181 07-11 -18 PAGE 002 of 002 Packet Pg. 50 4.C.a a •.LPL 9. � _� r ♦ c ..� �' _ � � "A b. r�.Y .��tim•, � `4�A?r' �:x 'l •�r .: .l:s °�"" d. �, 7�. �• � lel'r 9: r � -"x :."•.b �.- �i 1�A��� 3_iil 1�_iL�L.___.��1�_''. LIII;Ah� i i # •'� 3 IGw �u •• 1 v 25TIl O i'x = MU N 25-Year Product Assurance&Warranty Program _ t _ � r Musco Sports Lighting,LLC will provide all materials and labor to maintain operation of your lighting system to original design r criteria for 25 years,or until maximum hours of coverage have accumulated,whichever comes first.Musco products and Y services are guaranteed to perform on your project as detailed in this document. 0 " o Light _ Average illumination levels are guaranteed as described in the Project Details on the following page.Musco will electronically monitor luminaire operation and operating hours,and will group re-lamp if applicable. o ' Individual luminaire outages that occur during the warranty and maintenance period are repaired when the usage of any field is materially - tm }' impacted. If actual usage exceeds the maximum hours of coverage,the customer will be required to pay an additional fee in order to } maintain the warranty to the end of 25 years. J Energy Consumption r. c Average and maximum energy consumptions for your lighting system are guaranteed,Exhibit A provides a 25-year energy cost c) r model based upon the customer provided utility rate and anticipated hours of usage.Changes in rates or usage will proportionately U change the costs. "- Monitoring, Maintenance and Control Services r, t: E Musco shall monitor the performance of your lighting system,including on/off status,hours of usage and lamp outages. If fixture outages ,° that affect playability are detected, Musco will contact you and proactively dispatch technicians. c On-off control of your lighting system is provided via an easy-to-use web site scheduling system,phone,fax,or email.Our trained r• Control-Link CentralT""service center staff is available toll-free 24/7.Regular usage reports are always available on Control-Link Central's web site. o a Spill Light Control ` M Spill light readings at identified locations are guaranteed to be controlled to the values provided in Musco s design documents for your project,shown in Exhibit B. - Structural Integrity ° Your project has been designed to =_ Structural integrity of equipment manufactured by Musco is guaranteed. _ aD L ICU L iw� U - Musco has a team of people to ensure fulfillment of our product and services warranty(Exhibit C)and maintains financial . reserves dedicated to support our fulfillment of this warranty.Please keep this document as your signed contract guaranteeing E comprehensive service for the 25 year period. ca -Page 1 f o 3- Q y � r T„1.. VillQ} 4 AFV 1R4S-�'L '4'SS� j �TN`�%i Packet Pg. 51 . a}Y �'':`.� 1T1`F+^ T ,�, r �?�.: ��{,�.' S' W � � ';����t:,q^Lr r�l � � • 'F `"`17�a,�' . IF��f �.*' • �s `g'- stL����'��h � :�,,�'����s€���rr:c����`��'a#r;�at��������',�;��►��;y'�Slfir�f"��4:R �F�r��fi�� ���'���sl� '• 3�as��,u�� 0000 5TM 3 mus v 9)luscol <eanls� 2 25-Year Product Assurance&Warranty Program c Project Details a Project Name: Project Number: Y Owner: City: State: c - Product(s)Covered: ' Date Issued: a� > - Alo Expiration: or maximum hours of coverage noted below,whichever occurs first Total Average kW per hour: Total Maximum kW per hour: c a� J N Musco products and services are guaranteed to perform on your project as follows: c Estimated Cl) Average Total Annuall25- Maximum 3 Fixture Target Uniformity Relamps Year Estimated Hours of Field/Zone Quantity Lamp Type Light Level Max/Min Included Usage Hours Coverage - — o c E .r• 3 V q O �!y �0 a- CO) M = O N b � r c E Q L d -Page 2 of - -- --..--..._- -- � ry 3'1','`4 :. yq#pp� w,f. . rv14' sxb.' yf. �.. �Y �. y: i �1s• '•u �, e �+y'�C �v•.i sLx, rA.r :fit. a R ,j F.ran. r nvi Packet Pg. 52 .411 -,<Lt�: {{ yy tt ���y5q(,p��� ¢ p) �y /),;}/vK��', �... ,,q1,'� Say, y. 1 1'k1$ikl3� NI6fhFHf�kILIIL'I�t-fl' ��lllllltilf'.9_F3t1 'IP ilr,}: t�i'._�_'sYltl .f,Al �. _. _ 'I ILRff= ll'F13.iJ1A+�ilWldLk3l��� 0000 fr O y-. . 4 mus 25•Year Product Assurance&Warranty Program Terms and Conditions c a� Service under this Contract is provided by Musco Sports Lighting,LLC("Musco") 5. Contract Limitations: IL or an authorized servicer approved by Musco. Services performed under this a.EXCLUSIONS FROM COVERAGE: IN NO EVENT WILL MUSCO i Contract shall consist of furnishing labor and parts necessary to restore the BE LIABLE FOR ANY SPECIAL, INDIRECT, INCIDENTAL OR Y operation of the Covered Product(s) to original design criteria provided such CONSEQUENTIAL DAMAGES WHICH INCLUDE, BUT ARE NOT ,O service is necessitated by failure of the Covered Product(s)during normal usage. LIMITED TO, ANY DELAY IN RENDERING SERVICE OR LOSS OF Q This Contract covers Product(s)consisting of Musco's Total Light Control-TLC for USE DURING THE REPAIR PERIOD OF THE COVERED PRODUCT(S) C y y LED TM or Green Generation Lighting®with Control-Link@ and any additional Musco OR WHILE OTHERWISE AWAITING PARTS. ,� Y manufactured product as listed on page 2. b. Limitation of Liability: To the extent permitted by applicable law, the • "We'","us"and"our"mean Musco."You"and"your"mean the purchaser of the liability of Musco,if any,for any allegedly defective Covered Product(s) :, C Covered Product(s).No one has the authority to change this Contract without the or components shall be limited to repair or replacement of the Covered r• prior written approval of Musco. Musco shall not assume responsibility for their Product(s)or components at Musco's option.THIS CONTRACT IS YOUR :s agents or assignees other than as described below.If there is a conflict between SOLE EXPRESS WARRANTY WITH RESPECT TO THE COVERED IN the terms of this Contract and information communicated either orally or in writing PRODUCT(S). ALL IMPLIED WARRANTIES WITH RESPECT TO by one or more of our employees or agents,this Contract shall control. THE COVERED PRODUCT(S) INCLUDING, BUT NOT LIMITED TO, IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR J Additional Provisions A PARTICULAR PURPOSE,ARE HEREBY EXPRESSLY EXCLUDED. 1. Availability of Service: Control-Link Central operators shall be available c.For the purposes of and by your acceptance of this Contract your '•. O 24/7 via web site, phone, fax, or email. Maintenance service specialists tZ ti shall be available 8AM to 5PM Central Time,and services shall be rendered acknowledge and agree that if a surety bond ("Bond") is provided the during these same hours in your local time zone, Monday through Friday warranty and/or maintenance guarantee provided for in this Contract wK O (with the exception of national holidays).Hours of operation are subject to and any corresponding liability on behalf of the issuing surety under the N change without notice to you.Musco will exercise all reasonable efforts to Bond is limited to the first twelve (12) months of said warranty and/or O perform service under this Contract,but will not be responsible for delays or maintenance guarantee coverage period.Any warranty and/or guarantee failure in performing such services caused by adverse weather conditions, coverage period in excess of said initial 12 month period does not fall , )_ acts of any government,failure of transportation,accidents,riots,war,labor within the scope of the Bond and shall be the sole responsibility of Musco. actions or strikes or other causes beyond its control. d. Musco requires reasonable access for a crane or man lift equipment to +- 2. Determination of Repairs: Musco will utilize the field monitoring system service the lighting system. Musco will not be responsible for damage and any information provided by the customer to determine when the from operating the vehicle on the property when the equipment is ry t d t access roue.i d th d ib manner over e designated th d i ten e prescre • usage of the field is materially impacted.From this information,Musco will opera v determine needed repair and/or replacement of Covered Product(s) and e.Obsolescence or Environmental Restrictions: If during any maintenance O parts.Repair will be with product(s)of like kind and quality. or other work performed under this Warranty, any of the parts of the d 3. Your Requirements Underthis Contract:You must meet all electrical and Covered Product(s)are found to be either obsolete,no longer available, or prohibited by any state of federal agency, Musco shall replace installation requirements as specified by the manufacturer.In addition,you M promise and assure:full cooperation with Musco,Musco's technicians and said parts with comparable parts and materials with equal operating ='_' <> authorized servicers during telephone diagnosis and repair of the Covered characteristics solely at Musco's discretion. The cost of replacement of . Product(s); reasonable accessibility of the Covered Product(s); a non- any obsolete cellular related technology shall be borne by you. Prior to O threatening and safe environment for service. completing any such work,Musco shall notify you of the cost(if any)you 3 ' will incur in the replacement of such parts under this section. You agree to check fuses and to replace fuses as needed.Musco provides 6. Transfer and Assignment: Except to owners, you shall not have the t spare fuses in the lowest alpha-numeric numbered enclosure, Musco will 4 replenish spare fuses used, right to assign or otherwise transfer your rights and obligations under this Contract except with the prior written consent of Musco; however, a You agree to keep your control system online. This means keeping the successor in interest by merger,operation of law,assignment or purchase £, y required control voltage to the control system at all times. An IIz` r - q 9 Y Y or otherwise of your entire business shall acquire all of your interests under Imo'~$ j= deviation from this practice must be discussed with Musco's Warranty this Contract. (D Department. -s b 7. Governing Law: Unless otherwise governed by applicable state law, the s. 4. Service Limitations - This Contract does not cover: Maintenance, Contract shall be interpreted and enforced according to the laws of the State repair or replacement necessitated by loss or damage resulting from any of Iowa. •s� external causes such as,but not limited to,theft,environmental conditions, l y by, 8. Subrogation: In the event Musco repairs or replaces any Covered ;_= O negligence,misuse,abuse,improper electrical/power supply,unauthorized repairs by third parties, attachments, damage to cabinetry, equipment Product(s),parts orcomponents due to any defectforwhich the manufacturer +g Q modifications, vandalism, animal or insect infestation, physical damage or its agents or suppliers may be legally responsible,you agree to assign =_ to Covered Products parts or components, failure of existing structures, your rights of recovery to Musco.You will be reimbursed for any reasonable V supporting electrical systems or any non-Musco equipment,or acts of God/ costs and expenses you may incur in connection with the assignment of Y nature(including,but not limited to:earthquake,flood,tornadoes,typhoons, your rights.You will be made whole before Musco retains any amounts it r hurricanes or lightning), may recover. Signature: v O , .w; Vice President of Sales � Q -Pa e3of3- 9 rx 3� n i- I '� �E r:,y ''7 r f� :��Sr•:- pp���Ip li m y�i�� � !Y. 1; i 4t�, i@'� `�fi. ,i ��� ; tl:'�1�u'€.�.s a�j � '�- r ne�. �^'�¢ 5+�t� • '' ©zoos,zon Musco packet Pg. 53 4.C.a O 10-Year Product Assurance&Warranty Program Musco Sports Lighting, LLC will provide all materials and labor to maintain operation of your lighting system to original design criteria for 10 years,or until maximum hours of coverage have accumulated,whichever comes first.Musco products and 1 A services are guaranteed to perform on your project as detailed in this document. ° Light Y Average illumination levels are guaranteed as described in the Project Details on the following page. Musco will electronically monitor luminaire operation and operating hours,and will group re-lamp if applicable. o Individual luminaire outages that occur during the warranty and maintenance period are repaired when the usage of any field is materially impacted. If actual usage exceeds the maximum hours of coverage,the customer will be required to pay an additional fee in order to " maintain the warranty to the end of 10 years. " J Energy Consumption ;= 0 ,.. Average and maximum energy consumptions for your lighting system are guaranteed.Exhibit A provides a 10-year energy cost u7 model based upon the customer provided utility rate and anticipated hours of usage.Changes in rates or usage will proportionately U change the costs. E Monitoring, Maintenance, and Control Services o W 4- Musco shall monitor the performance of your lighting system,including on/off status,hours of usage,and lamp outages.If fixture outages that affect playability are detected, Musco will contact you and proactively dispatch technicians. aEi ,:. On-off control of your lighting system is provided via an easy-to-use web site scheduling system,phone,fax,or email.Our trained r Control-Link Central TM service center staff is available toll-free 2417. Regular usage reports are always available on Control-Link Central's w o web site. a to M Spill Light Control _ Spill light readings at identified locations are guaranteed to be controlled to the values provided in Musco's design documents for your 1 µ_, 0 project,shown in Exhibit B. Structural Integrity - t . • Your project has been designed to i Structural integrity of equipment manufactured by Musco is guaranteed. .., aD to t4 Y Musco has a team of people to ensure fulfillment of our product and services warranty(Exhibit C)and maintains financial c reserves dedicated to support our fulfillment of this warranty.Please keep this document as your signed contract guaranteeing E comprehensive service for the 10 year period. r Page 1 of 3- Q s� 'ha �71 r• ti �r� 4!�f r r w,� y14� %. ,•.'. ©2005,2017 Musco Sports Lighting,LLC Packet Pg. 54 4.C.a AP �,+,��ryS�T>�n ��F�♦ERti ax� 51n n A7�Alliii� JY4 �Yu�?8'u��1f'+il } 17f� �i K M1d '•�.������ e�VAI��:�':�e�= n1 ;: O V mus 1 to � ' ,' 10-Year Product Assurance&Warranty Program Project Details a -; Project Name: Project Number: L o - Owner: _ _ _ City: _ State: a Covered Product(s);3 Y = Date Issued: = 3 r O Expiration: or maximum hours of coverage noted below,whichever occurs first z a� °_- Total Average kW per hour:_ _ Total Maximum kW per hour: c �' to Musco products and services are guaranteed to perform on your project as follows: �. Estimated Average Total Annual/10- Maximum c°� Target Fixture Uniformity Relamps Year Estimated Hours of Field/Zone Quantity Lamp Type Light Level Max/Min Included Usage Hours Coverage E L r► V X a O Ca � to 3 a� E a� Q c E ,N Page 2 of 3- __ Q 02005,2017 Musco Sports Lighling,LLC Packet Pg. 55 4.C.a t ABU, r; /19TN1 mus � y �,' , 10-Year Product Assurance&Warranty Program Terms and Conditions Service under this Contract is provided by Musco Sports Lighting,LLC("Musco") 5. Contract Limitations: or an authorized servicer approved by Musco. Services performed under this a.EXCLUSIONS FROM COVERAGE: IN NO EVENT WILL MUSCO T Y Contract shall consist of furnishing labor and parts necessary to restore the BE LIABLE FOR ANY SPECIAL, INDIRECT, INCIDENTAL OR `p operation of the Covered Product(s) to original design criteria provided such CONSEQUENTIAL DAMAGES WHICH INCLUDE, BUT ARE NOT Q k service is necessitated by failure of the Covered Product(s)during normal usage. LIMITED TO, ANY DELAY IN RENDERING SERVICE OR LOSS OF p This Contract covers Product(s)consisting of Musco's Total Light Control—TLC USE DURING THE REPAIR PERIOD OF THE COVERED PRODUCT(S) _'_` Y td for LED'" or Green Generation Lighting&with Control-Links and any additional OR WHILE OTHERWISE AWAITING PARTS. Musco manufactured product as listed on page 2. " . b. Limitation of Liability: To the extent permitted by applicable law, the "We","us,"and"our'mean Musco."You"and"your'mean the purchaser of the liability of Musco,if any,for any allegedly defective Covered Product(s) t$' . O {? Covered Product(s).No one has the authority to change this Contract without the or components shall be limited to repair or replacement of the Covered t THIS CONTRACT IS YOURi's option.prior written approval of Musco. Musco shall not assume responsibility for their Product(s)or components at Musco � agents or assignees other than as described below.If there is a conflict between SOLE EXPRESS WARRANTY WITH RESPECT TO THE COVERED the terms of this Contract and information communicated either orally or in writing PRODUCT(S). ALL IMPLIED WARRANTIES WITH RESPECT TO { by one or more of our employees or agents,this Contract shall control. THE COVERED PRODUCT(S) INCLUDING, BUT NOT LIMITED TO, s IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR = J Additional Provisions A PARTICULAR PURPOSE,ARE HEREBY EXPRESSLY EXCLUDED. r L o c.For the purposes of and by your acceptance of this Contract you _'A1. Availability of Service:Control Link CentraITM operators shall be available acknowledge and agree that if a surety bond ("Bond") is provided the + 24/7 via web site, phone, fax, or email. Maintenance service specialists p shall be available 8AM to 5PM Central Time,and services shall be rendered warranty and/or maintenance guarantee provided for in this Contract L) ~' and any corresponding liability on behalf of the issuing surety under the N = during these same hours in your local time zone, Monday through Friday 3 Bond is limited to the first twelve (12) months of said warranty and/or -' ` (with the exception of national holidays).Hours of operation are subject to , .: maintenance guarantee coverage period.Any warranty and/or guarantee {c change without notice to you. Musco will exercise all reasonable efforts to E coverage period in excess of said initial 12 month period does not fall p perform service under this Contract,but will not be responsible for delays or within the scope of the Bond and shall be the sole responsibility of Musco. 4- failure in performing such services caused by adverse weather conditions, acts of any government,failure of transportation,accidents,riots,war,labor d. Musco requires reasonable access for a crane or man lift equipment to aa) actions or strikes or other causes beyond its control. service the lighting system. Musco will not be responsible for damage E l from operating the vehicle on the property when the equipment is 2. Determination of Repairs: Musco will utilize the field monitoring system operated in the prescribed manner over the designated access route. v and any information provided by the customer to determine when the p usage of the field is materially impacted.From this information,Musco will e.Obsolescence or Environmental Restrictions: If during any maintenance _ IL determine needed repair and/or replacement of Covered Product(s) and or other work performed under this Warranty, any of the parts of the .. parts.Repair will be with Product(s)of like kind and quality. Covered Product(s)are found to be either obsolete,no longer available, M or prohibited by any state of federal agency, Musco shall replace ce) 3. Your Requirements Under this Contract:You must meet all electrical and said parts with comparable parts and materials with equal operating installation requirements as specified by the manufacturer. In addition,you characteristics solely at Musco's discretion. The cost of replacement of " v promise and assure:full cooperation with Musco,Musco's technicians and any obsolete cellular related technology shall be borne by you.Prior to N authorized servicers during telephone diagnosis and repair of the Covered completing any such work,Musco shall notify you of the cost(if any)you Product(s); reasonable accessibility of the Covered Product(s); a non- will incur in the replacement of such parts under this section. threatening and safe environment for service. _ 6. Transfer and Assignment: Except to owners, you shall not have the a You agree to check fuses and to replace fuses as needed.Musco provides right to assign or otherwise transfer your rights and obligations under spare fuses in the lowest alpha-numeric numbered enclosure Musco will this Contract except with the prior written consent of Musco; however, a replenish spare fuses used. successor in interest by merger,operation of law,assignment or purchase or otherwise of your entire business shall acquire all of your interests under (D You agree to keep your control system online. This means keeping the this Contract. - L required control voltage to the control system at all times. Any ( � deviation from this practice must be discussed with Musco's Warranty 7. Governing Law: Unless otherwise governed by applicable state law, the Q I Contract shall be interpreted and enforced according to the laws of the State a) Department. of Iowa. y 4. Service Limitations — This Contract does not cover: Maintenance, 8. Subrogation: In the event Musco repairs or replaces any Covered t_ q repair,or replacement necessitated by loss or damage resulting from any Product(s),parts orcomponents due to any defect for which the manufacturer Q external causes such as,but not limited to,theft,environmental conditions, p or its agents or suppliers may be legally responsible,you agree to assign ��. negligence,misuse,abuse,improper electrical/power supply,unauthorized U °= repairs b third parties, attachments, damage to cabinet equipment your rights of recovery to Musco.You will be reimbursed for any reasonable `1 P Y P 9 cabinetry, . s� modifications, vandalism, animal or insect infestation, physical damage costs and expenses you may incur in connection with the assignment of .r i, P Y 9 c to Covered Product(s) parts or components,failure of existing structures, Your rights.You will be made whole before Musco retains any amounts it i .� may recover. •e" E supporting electrical systems or any non-Musco equipment,or acts of God/ nature(including,but not limited to:earthquake,flood,tornadoes,typhoons, v Y Signature: hurricanes,or lightning). r f P d t f Sales Q `^• ---—.._.-. � - -- -- 9e ---- Vr�e I rest-ten o Fk FT y� Y{�� {i J Pa o 1 .14701 u' - ��. ._ V7 g Ci' c>$' �� @2005,2017 Musco Sports Lighting,LLC Packet Pg. 56 4.C.a Musco Finance:Municipal Lease-Purchase Program 0 U The flexible and affordable way to finance your lighting project today a Y L Make your project happen ° Q The municipal lease-purchase program,offered by Musco Finance—,provides the V funding opportunity many public entities need for facility improvements such as Y sports lighting. 0 The program provides a flexible,cost-effective means of funding essential renovations and,in many areas,may eliminate much of the time and expense associated with selling bonds for a project. z 2M J A known set expense can be budgeted annually;freeing you from budget U) uncertainties and lowering cash flow impact. 0. Cn Start seeing the benefits now 0 •Added revenue from expanded use of your facility can help make next year's payment 3 •Lower energy and operating costs with upgraded,energy-efficient Musco systems 2 �w - •Avoid inflationary pressures by completing your project at current prices �— t,µ� '-' �' o The program makes funding easy ' •No down payment required i •No payments for up to one year 3 •Fund up to 100%of project costs,including installation 0 a •Low,fixed interest rates •Flexible payment schedules with terms of up to 10 years M M •No bond election,simply an agenda item for board/council approval 0 •Does not constitute debt or encumber future councils fn Example of Financing Structure Project total: $100,000 Down payment: $0 3 Annual payments(5): $23,140 Example based on a 4.95%interest rate.Interest rates are subject to change without notice. N d L Make your recreation dreams a reality now Q L Musco Finance can tailor a funding solution to suit your needs.Your organization can begin to enjoy new lighting at your facility now,and you'll have the peace of mind knowing you have provided a quality system that will last for many years to Q come. ti U Call 800/825-6020 today to make a s (DCM your sports-lighting dreams a reality. muscv Some restrictions may apply.All financing is subject to credit approval and the completion of mutually acceptable documentation 02005,2017 Musco Sports Lighting,LLC •M-2108-enUS-7 Packet Pg. 57 4.C.a O U T) C a� H d Y L O Q U Y t O L r J N r L O rL vJ O V 5. Marketing Plan E O L 4- C d E L V O L IL M M M O v N 3 t r r-+ C d E L Q L y fC a 0 U Y r C d E t v R r a MUSCO. Packet Pg. 58 4.C.a 0 U Musco Sports Lighting, LLC has no agents or dealers authorized to represent the company. Musco Sports A Lighting, LLC products must be purchased directly from the company. Musco Sports Lighting, LLC Washington Key Contacts: Y L Following are the key contacts in the Musco organization that can be reached by calling the 0 Musco offices at 1-800-825-6030. Musco's web site, www.musco.coni, provides users the ability Q 0 to locate their state's Musco Sales Representative with their contact information. All are Y qualified in ensuring the appropriate person(s) from Musco are involved in consulting, estimating,supervising,and managing. o 0 Sales: }' a� West Regional Sales Manager:John Dindinger(26 years with Musco) Phone:800-756-1205 �_ a� Fax: 800-374-6402 —J Email:John.pindinger@musco_.com 0 a Washington Sales Representative:Tim Butz (23 years with Musco) o Phone:877-927-4777 Fax:800-374-6402 Email:Tim.Butz@musco.com E 0 L Washington Sales Representative:Sam Connell(1 year with Musco) Phone:971-806-0357 E Fax:800-374-6402 3 Email:Sam.Connell@musco.co U 0 L IL Washington Project Planning Specialist:Steve Peterson (1 year with Musco) Phone: 800-825-6030 M M Fax: 866-930-6190 Email:Steve.Peterson@musco.com c0� U) Warranty: Warranty Manager:Jason Thomes (12 years with Musco) 3 Phone: 877-347-3319 c Fax:888-397-8736 Email:warranty@inusco.com 0 m L Maintenance: Q Director of Services:Gary Gordon (25 years with Musco) y r Phone: 800-825-6030 Fax:888-397-8736 Q Email:warranty@musco.com U U Y r c a� E t v c� Q Um mUSCO Packet Pg. 59 4.C.a Other Support Services: to) Control-Link Manager: Mike Mason (23 years with Musco) 2 Phone:877-347-3319 a� Fax: 888-397-8736 Email:schedule@musco.com a Web site:www.control-link.com Y L O Contract Administration: Q 0 Lead Development Manager: Ryan Tighe (13 years with Musco) t) Y Phone:800-825-6030 t Fax: 641-672-1996 Email: Musco.Contracts@musco.com O z a� Funding Resources Specialist:Amanda Hudnut(19 years with Musco) Phone:800-825-6030 �_ aM Fax: 641-672-1996 Email: Musco.Contracts@musco.com O a U) In-House Resources: o Musco has offices and manufacturing facilities in Oskaloosa, IA and Muscatine, IA. We have a workforce of approximately 1,000 Team Members located in these facilities and regional sales offices conveniently located around the United States of America (AZ, CA, CO, FL, IL, IN, MN, E NJ, NC, OH,TX&VA). In addition,we have approximately 200 Team Members located outside ° the United States of America supporting our manufacturing facilities in Shanghai,China and Gumi, South Korea and multiple sales offices globally. E a� L V O L a- co M M M O v N 3 t r 3 c a� E a� m L Q L N R Q U Y r c a� E t v c� 00 y Q M MUSCM Packet Pg. 60 4.C.a Subcontractors U Lantz Electric Chris Edwards a 34531 Highway 58 Y L Eugene, OR 97405 ,0 Phone: 541-726-0659 0 Email:chris.d.edwards@comcast.net Y Lightworks Electric o Dennis Muir 20915 SW 105th Avenue Tualatin, OR 97062 r Phone:503-691-2959 Email:dmuir@lightworkselectric.coni J N r L 0 MB Electric 0- U) Mardy Betschart 0 8410 30th Ave NE#C N 3 Thurston,WA 98516 Phone:360-455-1025 E 0 Email: mardy@mbelectricllc.com 4- r c m E a� L Musco Sports Lighting, LLC states each of the aforementioned subcontractor installer(s)are authorized to install Musco's sports lighting equipment as required. 0 a Musco Sports Lighting, LLC reserves the right to use other approved subcontractors, with the to owners approval.Through the submittal process,the owner has the right to reject any subcontractors not licensed or listed with the local jurisdiction. 0 Cn r r c a� E aD aD L Q L y fC a 0 U Y r c a� E t v R r a 0300 MUSCO. - Packet Pg. 61 4.C.a Exhibit B 3 0 U INVITATION FOR BIDS y c #19-406 Sport Court/Field Lighting BID DUE DATE: January 8,2019 On or Before 10:00 AM PST Y L 0 Subcontractor/Self Performance Form o U Y t Will you be self-performing 100% of the HVAC, Plumbing and Electrical work? Yes No X 0 L If not, what percentage will be performed by sub-contractors? HVAC % Plumbing % y r L Electrical % 0 a 0 List the sub-contractors you believe you'll be using during the term of this contract for the trades listed below. This is required for as projects could be awarded valued at $1,000,000 or more. List by state and county. Actual subcontractors to be used will be confirmed to the KCDA member in advance of any awarded project. This is to give KCDA customers the opportunity to review which sub-contractors you may utilize for E projects which exceed $1,000,000 or more, in case they should have ;v comments/concerns prior to entering into a project. o 0 a- M M M HVAC Plumbing Electrical o 0 Cn Washington Counties r Oregon Counties c Idaho Counties E a� Montana Counties a� - - Q Alaska Counties r y fC a 0 U Name of Contractor: Musco Sports Lighting, LLC Y c a� E r a Packet Pg. 62 4.C.a O U c a� H a. Y L O a 0 U Y t O L J N O O_ U) O v 3. Pricing Pages E O L E L V O L a. co M M M O v N 3 t r 3 c w E a� m L Q L N R Q U Y r c a� E t v c� musca. Packet Pg. 63 4.C.a O U fn c a� H a Y L O f(Ige C�unlr D1.S!k*,.AMosiulluo li]d Pr Mutt sF pdd lF11 019.406 Q 0 Manufaclurcr: Masco Spws Lighting,LLC Add- 100 W Avrouc West,PG Uoa 8W Y City.Sum,'Lip Code: Oskaloosa,IA 52577 S Conran: Ryan Tighe Plow. 800-825.6030 3 Faa: 641-672-1996 Q Finail: nnnco connan:4nmxro_taro L. Federal ID N: 42-1511754 ysr 1'emu:25%of,onI-(prise required with ankr.Ualance due Net 30 days upon delivery. � All priers include dnirery within the State of Washington In Ihejob site and arc for lighting system materials A installaliun per 110 specification or Ihis bid. C Lighl-Structure System with Total Light Control-TLC for LED" ++ All prices itolaks 25]ear product aswrarrce R-many program and controls&monitoring SpartsCloster System with Total Light Control-TLC for LED'u Ulilines existing sports lighting pules[hit am canpalibk:with Musca's ligh ingsySlrin J Includo LED Fixtures,lumittaim assemblies,electrical cornlomm enclosum,and wim hameucs-(doo not include polo) fn All pier include a 1O.W.-produce uunanec&-.Amy Iro ism and commis k nsnnitadkr.•fhe C..Iahl W--m)k,crum ml uV-n aita Into-hon. rt+ FOOTBALL L O N:ae fa rdmb v, T field Siff Pole Setback MninuinM light Uniformity Gad Grid lbinu Avg kW per hour P't°rr Utah, SPQ Cketw Maintained I Unihar,hy Grid Grid AvgkW per rrhe o,udv. spuucmr. 0 ese1 Spar'Ing su.nrr Ti - 71.G1 Light I Spacing Paints hour sv�._lu- Il])Man_hlr a1nnlMe aaa Rh IID MMc11i6 Maadelrad N ad lurallYb Iaw1WNe P. a,d awMldea IaoethtlonK P. �P- C 360'a160' SO' 30 fe 2-0:1 k0x_v 72 27-60 $186" ;Li8,922 50 fe .z 0:1 30 a30 iz 46.IXI M1.7% S180.MIX e XV-r Ta' 3Q lc 2.5:1 30 s 10 72 02-20 S2i 1 1¢7 f[91 S90 w r 7{F,f 30 s 30 72 50.60 5194.195 5201.090 E 360'a 160' I I1D' 30 fc 2 0:1 30 x 30 72 32-ZO ;237A25 S 151.727 50 fc 2 0:1 30 x 30 72 50.611 f326 792 S201,7L O 500'x 100' 120' V]Tr I.3:1 s0 a 30 72 36.80 520ma mill.071 SO fc 141LI 14 a30 33 SS,m iNs3'/,281 522.,255 L 4� }IflCS:E[I ++ rraetrlids- rrke fa Ildrl- ..k Average Gnd s14""` - siuirvar Average Grid Grid Avg kW pu 5oiaw` - spuualaUm Field Sim P.I.Setbxk Maintained light Uniformity Grid Poims Avg kW per hour tan M.reYh Maimaiiad Uniformity Ill)MreWr laud Sp cin rdleWWkai M '� Light Le.i Spacing Paints laws �t.a.ur Mate We sea P IorWtatmM R �Sar� ImuNeti,nK L. V 330x200 in, 10 fc ].11 30 a 10 77 27,60 $ING S27 $121 120 50 k 1.5711 30 a 3n 77 41.40 5236.995 S164 76 0 DO." 50' 30 fe I lk,I 30a 30 77 27-60 ;Igf s27 $121,120 SO fi 1.76:1 ?0,s 30 77 4fiIXr 5372,201 SI.16,97 a 360szill ]0' 30 re 20.1 30x 30 lot 2.7An slgsg2l S12t 120 soli 20:1 30a 30 84 4600 1Z49.787 9176.97 360.210 50' 10 fc 201 30 x 30 84 32 20 $220.796 S13R814 50 fc 2.01 30.30 84 50 60 S28d tl5 SI85.53 160.225 W, ink 2n.I 30a 30 96 3220 $199,2&i si-wi9 wre 20.1 30xin 96 50-W f184,957 $189,18 M 36W27-s MY Ary r0:1 V, 717 q6 3]-HI f230,796 $I.l+kNl4 vl r,• M. 1R.tiu ;o cS Fir si9if,9R1 s203.71 (�1 EISA[J,l5tlt'fDALt .M.. Avenge Average Mainuirted light 7ri_fe lids• Po"r' Mein nu rdasaual+- Lo,cl Nsarvn 7l.c- 5 Ifghl l.vel sauna_n.c nc4.r� fn Fkld Type Field Sim IPn MearNs 11]a ManrWr _ Matn1Y.�a M.rviYr art Uniformity Gnd Grid Points Avg kW per hour 1F Inatl�� Unifannily Grid Grid Avg kW per asrrwroK C Spacing Spacing Polnu hour G florA W1 fbklXhl1] 60'Usk Path 2004 30/20 fc 2 0:125;1 20.20 25n3 1499 3139.880 S106,620 5WO re 20:1125:1 20 a 20 25l11 20.70 S156,177 $108,03 +� 60'11-Path 225' 31Y207c 1 2.0,112_5;1 20.20 2'V% 19-00 1$169.654 $117,775 1 5(9.S0 fe 20.IR5-1 2O a 4 2-996 24.73 1 s4IL 545 $129L •3 ('0 Uuelquh 250- 3WzOfi' 2.0:173.N:! 20a211 251i 19 IY--97 SI&9.196 S]24 7 50l10 fr 20;UL5:1 20.20 25/119 27.60 S20&243 S148.85 4F+ 60'U-Pitch 300' 3U20 fc 20:1125:1 20x 20 251181 28.78 5226.827 516449 5U/30 fe 20:in 5:1 20.20 251191 .16.80 $260,09.1 S181,08 60'Uau Path 371T .IWO fe 2O;1f2-5;1 20 a20 25l209 29.90 $224809 $361889 5(In0k 20125:1 20.20 2-5Q0) 41.40 S222i927 f19d.2s 9n'll-Path )fey -s"fc 20:1125-1 30-30 25/23 41-40 $252,004 $194,424 70150L: 2D U2-5:1 30x30 2-W3 60.95 s-W.69 1260„17 .90'Pau-Path 325' 50M fr 2 O;1R5:1 70 a 30 25/9p 000 $1pp,7 W S206,457 7O/SOfr Ilt 2.k 1 10 N 30 25NI1 67 RS f191.3.19 420053 90'0ase Path 35(l 50/10 Ice 2 0:125:1 JO x 30 25/106 SU GO f721A52 5219 795 711/50 fe 20:in 5:1 30 x 10 25A M 77.05 f428,146 f305 37 L 90'Oau NO, 320/160/120 51M fc 2 0:125,1 10.10 25/100 47.15 S311r Y6 1207,981 70/50 fc 2D:125:1 30 x 30 251100 75.90 S460A17 $321-46 90'rose Pn11, i 130/400/330 50M fc 2 0.112 5.1 10 x 30 25/121 59.80 5416.920 $279,217 70150 fe 2 0:112 5:1 10.30 26f121 1;5,111 SAiS VS SN7,48 Q L Page 2 of 2 to f0 Q U Y c O E s v .r Q Packet Pg. 64 4.C.a 0 U rn c (v H a Y L 0 Kona['r:urdv Ilfrerlra•'s.Av.niafl m Ilid PAUL% 4 Rid II'll rI V'906 Q 0 TIiIVh.SN (,� Imo ro tw. ruts axa�auCt..a Y 0 Co.". Average Maintained fight Level Irl W Sum a1.C4Jm TLOMD asaaiW S perur 14w Ws a„a rMaaulaa pa Iar a tm oo spit xpo' 2 50 fc $108.884 S79361 0 9 _ 5n fc 0 s12L106 S113.6@34 50 fo 7 1131.10h SR;(A3f. ,SD fe 1i $217.5h1 5146,N61 BASKETILA LL-W V I'1 H if]R 6 Courts Average Maintained Light lrwJ 1�nifanrily AvgkW sn rixAiiuo Tt.c-mo Z per leer .pwS mdtnu.lhlientQ In.WtmL.&a.as spin spar J s�Tr. 15[[ R,9d ial,lau <oD�av fn H ASKF I'BAI-I.•1N11041R-10 cor p.,is nnnd ktHw sr'41 ntv �+ Unifamiry, AvgkW tw U%aro 0 Per hour Mva+rW nrd 'a NC. IJak Icvel aaWlad v, .'la.tiu d•J f 2 0.! 5.67 344.912 NUP140ruenlial lsenss fn lean word ook� 7 me-um. -I I ic)Iunnio doe tt lim ]'LC-Lf]�Belfl'sackrr bnuninnaire S319 10 E T(-C•1hlYbW lnnilnarnc i7_SMtr 0 IfLC.LED-400 laminaire S2390 L.t� I JLD rily untiwire S1,820 }u Cpntrpl-l_ink Rernerl Unit I swam C I-omrol-Link k Comrois Comaaw Cabnuer lPnctng Inxhdca(4)30 amp conaCtars.If pnojecl nequires,mono ly go SnIItxilns lNior May le M .1 S9 W 0 2 Level Dimon $106 L. i I ewl Dimming Ss2a V A.During The term of this contract,lechnical upgrades in these products may periodically became available and will be offered to the owner Bidder reserves the right in supply upgraded technology provided it maintain on-field lighting performance and enhances benefit. 0 B The pricing is based on using Mttscd typical 5700 Kdvin/75 CRI LED fixtures,Other Kelvin&CRI LED fnalure,cmnbinatier s are available and may add additional cost a C During the term of This coann s If the Building Codes/WM Speeds change.Bidder reserves The right to adjust pricing accordingly Quote for bid basal on Structural code and wind speed of IBC 2015.110 mph,Pxposune C A chaotic in building code and wind slxed will have a direct effect on the bid price based on percentage Increase Alternate prim for increasing building code in 10 mph inert nits(based from 110 mph):Sate in a value of%over base pricing fw each field:10%per every 10 mph inenry evi. fo D.Installation of the faualatima,poles and luminaries shall le incluuled in the bid price per the speelfeadoo Installation of the elecoical system(Itenchi%backfull,condoil,wine,electrical distributiou4 aervice cabino(s)end site restoration)will be priced.1—rely on a project by M project basis and will utilim RS Means pricing.coefficient and neon also include the appropriate City Cost Index. M E Manufa lines do not have m list e1wrieal sub-conlroclors,hoveer,Ileowncr Ica the right to reject through the sabmital pro exs..fub-contractors n x licensed or lined with the ImAjurisdiaien V P.Above pricing includes delivery and labor for unloading and imallalion of the equipment per the apecilicidion within the STate of Washington.Above pricing dots not include saks tax. G Queue based on shlpaem of entire project mgcther to one location Delivery time of onder,sulauittal approval,and confun t.li r of order deutilx include MUtge and phase and pole location is appmximaely 4-6 weeks standard shipping D ConBrmnlon of Pete locations required prior to production,due to the built-in custom light control per lumiroim 0 1 This pricing list b t should Unae considered compiew and eshausliw due to the nature of each project being a unique,deign-build situation 0 b-uture Deliveries CC On occasion,KCDA Members will place orders near the end of the[Ontnacl period fordelivery after the contract period has expired. L Will your company Ironer orders placed during the contract period for future delivery? No Yes_X_ Yes,but only ifdelivened before December of the capiring year. Gal or Bid L'umpauy!same. L.19 ,C ++ C Signature 0 E L a L Page 2 of 2 �D.r N Q U Y c 0 E s v .r Q Packet Pg. 65