Loading...
HomeMy WebLinkAboutCAG2024-319 - Original - King County Directors Association - Canyon Ridge Middle School Athletic Field Lighting - 07/01/24 FOR CITY OF KENT OFFICIAL USE ONLY Sup/Mgr: Agreement Routing Form DirAsst: x� • For Approvals,Signatures and Records Management Dir/Dep: SAL KENT This form combines&replaces the Request for Mayor's Signature and Contract Cover (optional) W A S H I N G T O N Sheet forms. (Print on pink or cherry colored paper) Originator: Department: KateLynn Jennings for Terry Jungman Parks, Recreation & Community Services Date Sent: Date Required: > 06/20/2024 7/3/2024 0 Q Authorized to Sign: Date of Council Approval: Q Mayor or Designee 6/18/2024 Budget Account Number: Grant? Yes NOW] P21072 Budget?W]Yes E]No Type: N/A Vendor Name: Category: King County Directors Association Other Vendor Number: Sub-Category: = 34116 Original 0 Project Name: Canyon Ridge Middle School - Athletic Field Lighting 3- Project Details: Purchased through vendor Musco Sports Lighting through KCDA cooperative purchasing 0- agreement. C C Agreement Amount: $504,464.74 Basis for Selection of Contractor: E *Memo to Mayor must be attached 3- Start Date: July 2024 Termination Date: Q Local Business? Yes Who*If meets requirements per KCC3.70.100,please complete"VendorPurchose-Locol Exceptions"form onCityspace. Business License Verification: ❑Yes In-ProcessEZI Exempt(KCC 5.01.045) W]Authorized Signer Verified Notice required prior to disclosure? Contract Number: Yes W1 No CAG2024-319 Comments- 1A Mayor's Signature required on PINK ARF only. W ax _ 06/28/2024 Vf � 3 0 a, cc Date Received:City Attorney: 6/21/24 Date Routed:Mayor's Office6/28/24 City Clerk's Office 6/28/24 adccW22373_1_20 Visit Documents.KentWA.gov to obtain copies of all agreements rev.20221201 8.1 KENT WASHING 7 0 N DATE: June 18, 2024 TO: Kent City Council SUBJECT: Contract for Canyon Ridge Lighting - Authorize MOTION: I move to authorize the Parks Department to contract for athletic field lighting through the a Cooperative Purchasing Agreement with Musco Sports Lighting, LLC, and authorize the Mayor to sign all necessary documents, subject to final terms and conditions acceptable to the Parks Director and City Attorney. SUMMARY: King County Director's Association (KCDA) is a public agency owned by Washington's public-school districts. KCDA's mission is to provide centralized procurement services to member school district and public agencies that will save them time and money as well as comply with all legal procurement requirements. KCDA enters into cooperative purchasing agreements with vendors that allow their member schools and public agencies to purchase directly through those cooperative agreements. On May 21, 2024, City Council authorized an interlocal agreement with the Kent School District (KSD) for sports field lighting at Canyon Ridge Middle School. This agreement is part of an ongoing effort to improve coordination between the City and KSD to create joint-development opportunities for shared-use of athletic fields. The recent construction of the field at Canyon Ridge Middle School is the first project-specific agreement to be executed. This contract with Musco Sports Lighting, LLC, is implementing the partnership outlined in that agreement. The KCDA agreement with Musco Sports Lighting, LLC, allows the Parks Department to utilize Musco's contract with KCDA to purchase field lighting equipment and installation services directly from Musco. This agreement was extended last year and currently runs through February 28th, 2025. This purchase will provide for the installation of sports field lighting at Canyon Ridge Middle School to allow for park programming and public use of the field during evening hours. Infrastructure includes four 80-foot light poles that are consistent with Kent Parks' standards for sports field lighting. The installation is scheduled to occur by end of this summer, and the purchase and installation cost is not expected to exceed $504,464.74. To maintain the project's schedule, this contract is being presented to the Packet Pg. 158 8.1 Committee of the Whole the same night it proceeds to the City Council meeting under Council's Consent Calendar. BUDGET IMPACT: Expense impact to the Park Capital Budget. SUPPORTS STRATEGIC PLAN GOAL: Thrivinq City - Creating safe neighborhoods, healthy people, vibrant commercial districts, and inviting parks and recreation. ATTACHMENTS: 1. Musco Sports Lighting, LLC Quote (PDF) 2. KCDA Master Agreement, Musco(PDF) 3. KCDA Musco Award Letter (PDF) 4. KCDA Musco Extension (PDF) Packet Pg. 159 Date:February 91h,2024 Project:Canyon Ridge Middle School To: Terry Jungman Kent,WA Ref:226592 King County Directors Association Master Project: 195250,Contract Number: 23-406, Expiration:02/28/2025 Commodity:Sport Court/Field Lighting Quotation Price—Materials Delivered to Job Site and Installation KCDA Contract Price—Football (30fc @ 80' setback)................................................................. $280,708.00 Adder—Electrical Installation.......................................................................................................$157,400.00 Adder—Electrical design services ..................................................................................................$15,500.00 Performance and Payment Bond .....................................................................................................$4,164.00 Total Price(Equipment and Installation):.............................................................................$457,772.00 Pricing furnished is effective for 30 days unless otherwise noted and is considered confidential. Light-Structure System'with Total Light Control—TLC for LEDTm technology Guaranteed Lighting Performance • Guaranteed light levels—30 footcandles,2.0:1 Uniformities • Targeted light,optimizing visibility with no glare in the participants typical line-of-sight System Description—All materials and labor required for installation of approved design is included in the scope of work • (4) Pre-cast concrete bases with integrated lightning grounding • (4)80ft Galvanized steel poles • Factory wired and tested remote electrical component enclosures • Pole length,factory assembled wire harnesses • 4) Factory wired pole top assemblies • (36) Factory aimed and assembled TLC-LED luminaries • Control-Link®Control and Monitoring system with onsite dimming(high/med/low/blackout). • Product assurance and warranty program that covers materials and onsite labor,eliminating 100%of your maintenance costs for 25 years • Includes a detailed foundation design,signed,and sealed by a licensed structural engineer, registered in the State of Washington.Structural code and wind speed =2018 IBC, 100 MPH, Exp C. Installation Breakdown • Unload Musco equipment • Auger and set Musco pre-cast concrete foundations • Assemble and stand Musco equipment • Installation of the Musco control and monitoring system • Cutting/patching asphalt/hardscape • Trenching(as required),conduit, and wire • Electrical connections at each pole location/service cabinet • Site clean up 0000 MUSCO, 2016,2022 Musco Sports Lighting,LLC -1- M-2167-enUS-10 Scope of Work: The work shall be completed by a licensed Electrical Contractor, Licensed in the State of Washington, under contract to Musco Sports Lighting. Musco Lighting System will be unloaded upon arrival to the job site,the foundations will be augured,set,and backfilled with concrete per the detailed foundation design.The Poles will be staged and assembled,the LED luminaires will be mounted, poles erected and luminaire aiming. Wiring for the Lighting System is from the lights/luminaire assemblies down to the remote electrical enclosure at the base of each pole where it will be terminated on the Musco supplied disconnect breaker. All packing material,containers and shipping debris will be removed from the site. The new 277/480/3—200 amp distribution cabinet will be installed in the storage room near the NE corner of the field. Hardscape/landscape will be removed (as needed)from the distribution cabinet location to the in-ground box near the building. In-ground boxes will be installed next to each pole and conduit will be installed from the building to each in- ground box and from each in-ground box to each of the Musco poles. Hardscape/landscape with be backfilled, compacted, and patched to match existing.Conductors will be pulled through the new conduits from each pole to each ground box and from each in ground box to the distribution cabinet,all splicing,and terminations will be completed. Conduit and conductors will be installed from the new distribution cabinet to the service panel inside the electrical room in the NE corner of the building. Note that the conduit and conductors will be routed outside the electrical room along the roof to the new distribution cabinet location per the Tres West electrical design. The Musco lighting/control system will be energized,tested,and commissioned.Site will be cleaned of all debris, packing and construction materials.We will take all precautions necessary to minimize impacts to the site. All required permits will be by others. Notes Quote is based on: • Payment and performance bond included at$9.18/1000 • Pricing reflects current KCDA pricing. • Shipment of the entire project to one location. • Structural code and wind speed =2018 IBC, 100mph, Exposure C, Importance Factor 1.0. • Reasonable access to pole locations. • Light Levels and uniformities are guaranteed by MUSCO,any additional aiming required to meet the specified requirements shall be done by MUSCO. • Confirmation of pole locations prior to production. Thank you for considering Musco for your lighting needs. Please contact me with any questions or if you need additional details. Tim Butz Alli Costello Musco Sports Lighting, LLC Musco Sports Lighting, LLC Phone: 503/720-6625 Phone:563-676-2388 E-mail:tim.butz@musco.com E-mail: alli.costello@musco.com 0000 Musco, 2016,2022 Musco Sports Lighting,LLC -2- M-2167-enUS-10 KCDA Purchasing Cooperative Invitation for Bid Sport Court/Field Lighting Bid #23-406 Submitted by Musco Sports Lighting, LLC 100 1 st Ave West PO Box 808 Oskaloosa, Iowa 52577 a Phone: 800-825-6030 MU Fax: 641-672-1996 �W' We Make It Happen. This information is provided by Musco exclusively for this project.Reproduction or distribution of the enclosed documents or information without the written permission of Musco Sports Lighting,LLC is prohibited. Table of Contents 1. Company Profile/Information 2. Response Forms 3. Pricing Pages 4. Product Line Brochures and Literature 5. Marketing Plan 6. Authorized Dealers/Vendor Partners 7. Addendums OCO0 MUSCO 1. Company Profile/Information 0000 musco., Since 1976, Musco Sports Lighting has been providing sports lighting systems. Musco's mission has been to provide sports field and large area lighting solutions for public and private entities throughout the United States of America and internationally. Musco has been the industry leader in developing an industry leading lighting system that provides high quality on field performance and environmental sensitivity to the surrounding area. Energy efficiency, spill and glare control, and field management solutions have been our staple for success in the industry. Throughout the history of Musco, we have had the pleasure of being the recipient of an Academy Award', Emmy°Award and the Paul Waterbury Award for Excellence for Outdoor Lighting. Musco has also developed partnerships with Little League International and the United States Soccer Foundation,to name a couple. Musco has offices and manufacturing facilities in Oskaloosa, IA, Muscatine, IA and Urbandale, IA. We have a workforce of approximately 1,300 Team Members located in these facilities and sales offices conveniently located around the United States of America. 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. Musco Sports Lighting, LLC has over 170 Team Members dedicated to operating and maintaining customer lighting around the USA. Regional based service technicians are available for quick responses. These Team Members are factory-trained and specialize in routine maintenance, repairs, and analysis of sports lighting systems. Our Control-Link CentraIT"' service center is staffed 24/7/365 with trained operators who provide scheduling and report assistance, along with one-on-one phone training. Proactive nightly testing is done to assure customer's control systems are operating properly and field operations are constantly monitored. Along with our Lighting Services and Control-Link CentraIT"Teams, we have a fully staffed group of internal experts including but not limited to Sales Representatives, Regional Sales Associates, Service Representatives, Part Representatives, Project Coordinators, Schedulers, and Engineers. We will ensure your project flows smoothly and you get the results you expect. 0000 musco., Company Introduction il Since 1976,Musco Lighting has specialized in the design and manufacture of sports and large- area lighting with innovations in glare reduction and light control responsible to the needs of facility owners,users,neighbors,and the night sky.Musco'sTotal Light Control-TLC for LEDT" technology delivers a level of light control and uniformity that can't be matched,and is the solution of choice for neighborhood Little League®fields,collegiate and professional stadiums LED Light Source and arenas,international airports,rail yards,the Olympic Games,iconic landmarks,and some Statue of Liberty National Monument of the largest ports around the world.Musco has a global team of experts that partner with Newyork,New York,USA customers to plan,complete,and maintain a cost-effective,trouble-free lighting solution for their facility. Headquarters: Oskaloosa,Iowa;USA Manufacturing: Muscatine,Iowa USA;Shanghai,China;Gumi,South Korea Global Representation: Representatives and offices located across North and South America,Europe,Africa,Asia,and Australia and successful installations in over 100 countries. LightLED • Losail International Circuit " Doha,Qatar LED Light Source Mercedes-Benz Superdome - ■Global Representation New Orleans Saints New Orleans,Louisiana,USA Special Projects •Olympic Games—Rio,2016; •Crypto.com Arena •Super Bowls XVII,XIX,XXI, Sochi,2014;London,2012; .Emirates Stadium,Arsenal F.C. XXVII,XXX,XXXV,XXXVIII, Vancouver,2010;Athens, XL,XLII,XLIII,XLIV,LI,LVI 2004;Sydney,2000;Atlanta, *Twickenham Stadium, - - 1996;Los Angeles,1984 England National Rugby •ESPN X Games y' '�' •San Francisco-Oakland -"Battle":Tiger Woods -Tianjin TEDAFootball Golf,2000-2004 Stadium,Tianjin TEDA F.C. Bay Bridge East Span •Daytona International •Citi Field,New York Mets •Statue of Liberty Chongqing Olympic Sports Center Speedway •NRG Stadium, -The White House Chongqing Lifan F.C. •Losail International Circuit Houston Texans •Mount Rushmore Chongqing,China •Yas Marina Circuit •Nationals Park, National Memorial Washington Nationals •Harry Reid •Bahrain International Circuit International Airport Dodger Stadium, -Churchill Downs • Los Angeles Dodgers •MaherTerminal -- — - •Wimbledon Centre Court -Wrigley le Field,Chicago Cubs •MLB at Field of Dreams"" g Y g G".. ,� •Madison Square Garden .Lamade Stadium, Dyersville,Iowa �q •Mercedes-Benz Arena, Home of the •Gillette Stadium, LED Light Source Shanghai Little League®World Series New England Patriots Charlotte Douglas Airport •Mercedes-Benz Arena,Berlin JD Garden,Boston •Knoxville Raceway Charlotte,North Carolina,USA •Purcell Pavilion, ^^^^ University of Notre Dame musco® 02001,2022 Musco Sports Lighting,LLC -M-1 459-enUS-1 4 Company Profile Major Innovations 1982 "The night the lights went on at Notre Dame Stadium,"said Keith Jackson, broadcaster,made television history by taking sports lighting on the road with Musco mobile lighting systems for broadcast of the Notre Dame vs.Michigan + prime time college football game. 1987 Made significant technical advancements in providing affordable light control with Level-8—and Total Light Control-systems. D Light Source Xcel Energy Center 1991 Introduced the industry's first sports-lighting system complete from foundation to St.Paul,Minnesota,USA poletop:Light-Structure SystemT" 1992 Revolutionized NASCAR broadcasts by making night racing at the Winston Cup level possible.MirtranT""systems were first used at Charlotte Motor Speedway and as of r 2017,are in place at 20 speedways and racetracks,including the Daytona International Speedway and the Bahrain International Circuit. ° 1996 Introduced cost-effective,quality lighting for special effects and dramatic player introductions in large indoor arenas.ShowLight-systems were first used at Charlotte LED Light Source Coliseum and are installed throughout the U.S.,England,and Ireland. San Francisco-Oakland Bay Bridge 1999 Introduced technology to dramatically advance on/off capability and facility Oakland,California,USA management.Control-Link®system allows facility managers to control their lighting systems remotely as well as provide critical management reports. 2005 Revolutionized the sports lighting industry with the introduction of Green Generation- technology.This system reduces energy consumption by half,spill light by 50% FF and includes maintenance&relamping for 25 years.Musco's Constant 25'product assurance and warranty program guarantees the system will perform at the designed light levels for the duration of the warranty. LED Light Source 2008 Installed a cutting-edge lighting system using LED technology in Washington D.C. Twickenham Stadium England National Rugby at the White House.This system dramatically reduced energy consumption by 87%, Twickenham,United Kingdom while providing a clean,color accurate light. 2013 Matched its proven system design and application expertise with the evolving LED technology to provide custom lighting solutions for several major arenas and the East Span of the San Francisco-Oakland Bay Bridge. 2016 Introduced TLC for LED-technology,delivering to customers light control and — uniformity never before possible,while virtually eliminating glare and significantly improving efficiency.The system is backed by a 25-year parts and labor warranty. 2019 Introduced Mini-Pitch System'modular sports solution and Show-Light° 02 Ski and Resort entertainment packages Taebaek-si,Gangwon-do,South Korea 2020 Introduced MuscoVision®automated sports broadcasting system 2021 Introduced Musco Wireless Communication-Structure System-for wireless networks Television Credits ABC,CBS,NBC,TBS,TNN,ESPN,ESPN2,FOX,FoxSports,SkyTV,CBC,BTN,ESPNU,Longhorn Network,and Channel 9(Australia)have relied on Musco to provide quality lighting to meet broadcast requirements. LED Light Source Maher Terminals Inc. Elizabeth,New Jersey,USA musco 02001,2022 Musco Sports Lighting,LLC -M-1459-enUS-14 Awards and Partnerships Awards p Academy Award® The Academy of Motion Picture Arts and Sciences®awarded Musco a 1985 Scientific and Engineering Award for achievement in mobile lighting in film. ©A.M.P.A.S.@ Emmy Award 10 Musco was awarded a 1982 Emmy®Award by the Academy of Television Arts&Sciences°for lighting NCAA®football telecasts and a 2012 Sports Emmy®Award for lighting ESPN's telecast of the Winter X-Games 2012. ©ATAS/NATAS Paul Waterbury Award The 1993 Paul Waterbury Award of Excellence for Outdoor Lighting,one of two presented worldwide by the Illuminating Engineering Society,was awarded to Musco for innovative lighting design at Charlotte ITS Motor Speedway. Partnerships Musco Lighting is proud to partner with leaders in sports and recreation to support quality facilities and programs for youth and community development. �o�oMF°02P American Academy for National Collegiate Athletic Z G Park and Recreation Association 94 o � Administration e E CgFCgEpiiONNNNPG Babe Ruth League® National Interscholastic Athletic Administrators Association International Dark-Sky Association pjCpfl© National Junior College INTERNATIONAL DARK-SKY ASSOCIATION Athletic Association 40P Little League® Baseball Little and Softball T. 11��1■ United Soccer League League U.S. Soccer Foundation® VIX-3 Minor League Baseball SOCCER FOUNDATION MINOR LEAGUE BASEBALL USA USA Football® FOOTBALL 0000 MUSCO A.M.P.A.S.is a registered trademark and/or service mark owned by the Academy of Motion Picture Arts and Sciences".Emory is a registered trademark and/or service mark owned by the Academy offelevision Arts and Sciences"and/or the National Academy of television Arts and Sul ITS is a registered trademark,service mark,and/ or collective membership mark owned by the Illuminating Engineering Society of North American,Inc.Trademarks and copyrights are property of their respective owners.Registrations indicated are in the U.S.only. 1998,2020 Musco Sports Lighting,LLC - M-1622-enUS-10 KCDAPURCHA SING COOPERATIVE 18639-80TH Ave S. • P.O.Box 5550• Kent,WA 98064-5550• Phone 425-251-8115•Fax 253-395-5402•www.kcda.org KCDA Company Profile KCDA IFB Bid #23-406 Sport Court/Field Lighting COMPANY CONTACT INFORMATION Company Name: Musco Sports Lighting,LLC Website: Vrww.musco.com Company Address: 100 1 st Ave West, PO Box 808 City: Oskaloosa State: IA Zip: 52577 Contact Person: Amanda M. Hudnut Title: Funding Resource Specialist Contact Phone: 800-825-6030 Contact Email: musco.contracts@musco.com State of WA Department of Electrical MUSCOSL888BD Licensing Contractor's Registration No. General CC01MUSCOSL992JB State of WA UBI Number 602 091 682 State of WA Department of Employment Security No. 143567011 Washington State Excise Tax Registration No. 602 091 682 Federal Tax ID Number 42-1511754 SAM.gov—Unique Entity ID WTHFQRT17GC5 BACKGROUND Note: Generally, in high level contracts,KCDA will not accept an offerfrom a business that is less than five(5)years old or which fails to demonstrate and/or establish a proven record of business. If the bidder has recently purchased an established business or has proof of prior success in either this business or a closely related business,provide written documentation and verification in response to the questions below. KCDA reserves the right to accept or reject newly formed companies based on information provided in this response and from its own investigation of the company. This business is a ❑ public company M privately owned company. In what year was this business started under its present name? 2000 Under what other or former name(s)has your business operated? Musco Sports Lighting, Inc. (24 years) Is this business a corporation? M No ❑ Yes. If yes,please complete the following: Date of incorporation: State of incorporation: Name of President: KCDAPURCHA SING COOPERAT/VE 18639-80TH Ave S. • P.O.Box 5550• Kent,WA 98064-5550• Phone 425-251-8115•Fax 253-395-5402•www.kcda.org Name(s) of Vice President(s): Name of Secretary: Name of Treasurer: Is this business a partnership? W No ❑ Yes. If yes,please complete the following: Date of organization: State founded: Type of partnership, if applicable: Name(s)of general partner(s): Is this organization individually owned? I9 No ❑ Yes. If yes,please complete the following: Date of organization: State founded: Name of owner: This organization is a form other than those identified above. ❑ No IX Yes. IF THE ANSWER IS YES, describe the company's format,year and state of origin, and names and titles of the principals. See following page COMPANY HEADQUARTER LOCATION Company Address: 100 1st Ave West, PO Box 808 City: Oskaloosa State: IA Zip: 52577 Main Phone Number: 800-825-6030 How long at this address? 46 COMPANY BRANCH LOCATIONS Branch Address: City: State: Zip: Branch Address: City: State: Zip: Branch Address: City: State: Zip: Branch Address: City: State: Zip: If more branch locations, insert information here or add another sheet with above information. Background This organization is a form other than those identified above. Musco Sports Lighting, LLC is a Limited Liability Company formed in the the State of Iowa in 2000. Officers: Jeffrey A. Rogers—President Shelly Herr—Executive Vice President Christopher K. Hyland—Treasurer James M. Hansen—Secretary Jeff McNulty-Vice President, Sales and Service C= muscv, KCDAPURCHA SING COOPERATIVE 18639-80TH Ave S. • P.O.Box 5550• Kent,WA 98064-5550• Phone 425-251-8115•Fax 253-395-5402•www.kcda.org SALES HISTORY Musco Sports Lighting,LLC is a privately held company and does not release our financial information. Provide your company's annual sales for 2019,2020 and 2021 in the United States by the various public segments: 2019 2020 2021 K-12(public&private),Educational Service Agencies $ $ Higher Education Institutions $ $ $ Ws,Cities,Townships,Villages $ $ ■ States $ $ $ Other Public Sector&Non-profits $ Private Sector $ $ $ TOTAL $ $ $ WORK FORCE 1. Key Contacts and Providers: Provide a list of the individuals, titles, and contact information for the individuals who will provide the following services: Function Name Title Phone Email Contract Manager Ama dnut,Funding Resource Specialist, 800-825-6(i"usco.contracts@musco.com Sales Manager Doug Miller,Director-USA Field Sales,800-825-6030,musco.contracts@musco.com Customer&Support Manager Control-Link Central,877-347-3319,schedule@musco.com Function Name Title Phone Email Distributors,Dealers, WA&AK-Tim Butz,Sales Executive,503-720-6625,tim.butz@musco.com Installers,Sales Reps OR-Rick Charbonneau,Sales Representative,971-221-8648,rick.charbonneau@musco.com ID&MT-Josh Tiffany,Sales Representative,208-616-3258,josh.tiffany@musco.com Consultants&Trainers Control-Link Central,877-347-3319,schedule@musco.com Technical,Maintenance &Support Services Control-Link Central,877-347-3319,schedule@musco.com Quotes,Invoicing& Quotes-Amanda Hudnut,Funding Resource Specialist,800-825-6030,musco.contracts@musco.com Payments Invoicin &Pa ents-Tacv Hawk Credit Analyst,800-825-6020 tacv.hawk@musco.com Warranty&Afte Sale Control-Link Central 877-347-3319.warrantvPmusco.corr. Financial Manager Craig Blackmun, Controller, 800-825-6030,craig.blackmun@musco.com KCDAPURCHA SING COOPERATIVE 18639-80TH Ave S. • P.O.Box 5550• Kent,WA 98064-5550• Phone 425-251-8115•Fax 253-395-5402•www.kcda.org 2. Sales Force: Provide total number and location of salespersons employed by your company in the states of Washington, Oregon,Idaho,Montana and Alaska by completing the following: (To insert more rows, hit the tab key from the last field in the State column.) Number of Sales City State Reps 2 ckamas I Boise ID 066. 3. Service/Support and Distribution Centers: Provide the type(service/support or distribution) and location of centers that support the states of Washington, Oregon,Idaho,Montana and Alaska completing the following: (To insert more rows, hit the tab key from the last field in the State column.) Center Type city State Control-Link Central Oskaloosa Manufacturing Muscatine IA Technical Support Oskaloosa Warranty Oskaloosa IA 4. In-house Resources: Describe the business's current in-house workforce, equipment and facilities available to perform under this solicitation. See following page 5. Sales Training: Explain how your company will educate your sales staff on the KCDA contract including timing,methods, etc. See following page ENVIRONMENTAL INITIATIVES 1. Describe how your products and/or services support environmental goals. See following page 2. Describe the company's "green"objectives (i.e. LEED,reducing footprint, etc.). See following page Work force #4 In-house Resources: Describe the business's current in-house workforce,equipment,and facilities available to perform under this solicitation. Musco has offices and manufacturing facilities in Oskaloosa, IA, Muscatine, IA and Urbandale, IA. We have a workforce of approximately 1,300 Team Members located in these facilities and regional sales offices located around the USA. In addition, we have approximately 200 Team Members located outside of the United States of America supporting our manufacturing facilities in Shanghai, China and Gumi, South Korea, and multiple sales offices globally. Musco has a sales force of over 100 dedicated Sales Team Members throughout the United States of America and over 170 Team Members dedicated to operating and maintaining customer lighting around the USA. Regional based service technicians are available for quick responses.These Team Members are factory-trained and specialize in routine maintenance, repairs, and analysis of sports lighting systems. Our Control-Link CentralT"' service center is staffed 24/7/365 with trained operators who provide scheduling and report assistance, along with one-on-one phone training. Proactive testing is done to assure customer's control systems are operating properly and field operations are constantly monitored. Along with our Lighting Services and Control-Link CentraITm Teams, we have a fully staffed group of internal experts including but not limited to Sales Representatives, Regional Sales Associates, Service Representatives, Part Representatives, Project Coordinators, Schedulers, and Engineers. We will ensure your project flows smoothly and you get the results you expect. These Team Members are employed by Musco Sports Lighting, LLC. Musco Sports Lighting has no agents or dealers authorized to represent the company. Musco's custom designed, engineered to order lighting systems must be purchased directly from the company. #5 Sales Training: Explain how your company will educate your sales staff on the KCDA contract including timing, methods,etc. Musco conducts training several times throughout the year on cooperative purchasing. Musco also has a dedicated Team Member responsible for the administration of our cooperative contracts and acts as a daily resource for our internal Team on cooperative projects. Environmental Initiatives #1 Describe how your products and/services support environmental goals. The LED light source has distinctive advantages and challenges. To realize the full potential of LED lighting, it takes experience and a proven system for controlling and applying the unique characteristics of the diode in a sports setting. With Musco's more than 45 years of experience—and over a decade of researching LED—our Team has looked at the combination of issues to achieve the best solution to meet your needs from structures to quality of on-field light,to off-site impact,to energy and costs. The key issues in sports lighting haven't changed—how do you put more light onto the field, spill less around it, protect the night sky, reduce glare, and ensure it performs when needed and withstands the elements. ccco muscv, Our TLC for LED® system delivers highly controlled downward light from the poletop, along with precisely targeted upward light from our BallTracker° luminaires.Together,this patented system illuminates the underside of the ball in flight, creates better contrast against the dark night sky, and creates unparalleled cut-off, preventing spill and glare from affecting the surrounding area. #2 Describe the company's"green"objectives (ie. LEED, reducing footprint, etc.) Musco is committed to the excellence and leadership in the protection of the environment, and the implementation of sustainable guidelines. We minimize the emissions to air,water, and land through programs to reduce pollution at its source and will conserve energy through the use of our energy efficient lighting systems. See attached "For the Environment: Global Sustainability" document. C= muscv, For the Environment: Global Sustainability • ' • AG-71 Product • Musco's Green Generation Lighting®(HID)and TLC for • • LED-technology are 30 to 80 percent more energy • - • • . • - efficient than traditional lighting equipment. • • - Customized optics direct light onto the desired surface, • • • • reducing wasted light into the surrounding area. • • • •• • _• Control-Link®system provides remote on/off control, allowing customers to schedule our light systems to •• • • • help maximize energy efficiency. • • • • Eases pollution by eliminating or reducing the use • • - • of hazardous substances and reducing greenhouse • • gas emissions. Manufacturing • On-site waste management includes recycling manufacturing scrap materials,wooden skids,paper and other packaging materials. • Packaging of our Light-Structure System'"contains between 30 to 50 percent recycled material. • Reusable packaging is used to move components from original fabrication through the complete manufacturing process. • During the spot maintenance and complete system lamping provided by Musco,all HID lamps are recycled to salvage both the mercury and glass. • Reuse water during the manufacturing process and conserve water when possible. Office • Electronic components that are not re-usable due to equipment failure or are below minimum requirements are recycled through an E-Waste Facility. • Use geothermal heating and air conditioning to minimize energy consumption. • Our facilities have automatic toilets and faucets to minimize water usage. www.musco.com • lighting@musco.com KCDAPURCHA SING COOPERAT/VE 18639-80TH Ave S. • P.O.Box 5550• Kent,WA 98064-5550• Phone 425-251-8115•Fax 253-395-5402•www.kcda.org COOPERATIVE CONTRACTS 1. Does your company currently have contracts with other cooperatives (local, regional, state, national)? X YES NO If YES,identify which cooperatives and the respective expiration date(s). See following page If YES and your company is awarded a KCDA Contract,which contract will you lead with in marketing and sales representative presentations(sales calls)? See following 12age INDEPENDENT SUBCONTRACTORS,DISTRIBUTORS,INSTALLERS,ETC. If the Bidder is not the sole manufacturer/provider of all goods and services provided under this contract, the following must be answered: See following page 1. Selection Criteria for Independent Providers: Describe the criteria and process by which the business selects, certifies and approves subcontractors, distributors, installers and other independent services. 2. Current Subcontractors,Distributors,Installers,Etc.: Provide a list of current subcontractors, distributors, installers and other independent service providers who are contracted to perform the type of work outlined in this bid in the in the states of Washington, Oregon,Idaho,Montana and Alaska. Include,if applicable, contractor license information and the state(s)wherein they are eligible to provide services on behalf of this business. DISCLOSURES 1. Letter of Line of Credit or Annual Financial Report(REQUIRED): Attach a letter from the business's chief financial institution indicating the current line of credit available in its name and evidence of financial stability for the past three calendar years(2019,2020 and 2021). This letter should state the line of credit as a range(i.e., "credit in the low six figures"or"a credit line exceeding five figures"). If company is a publicly traded company a complete Annual Financial Report is required in place of Line of Credit Letter. See attached letter from Wells Fargo Bank,NA (marked Confidential) 2. Legal: Does this business have actions currently filed against it? M No ❑ Yes. IF YES,ANATTACHMENT IS REQUIRED:List and explain current actions such as Federal Debarment(on US General Services Administration's"Excluded Parties List"), appearance on any state or federal delinquent taxpayer list,or claims filed against the retainage and/or payment bond for projects. Cooperative Contracts #1 If yes, identify which cooperatives and the respective expiration date(s). Below is a list of cooperatives in which Musco Sports Lighting, LLC is an awarded supplier. Purchasing Group Contract Number Exp Date 1 Government Procurement Alliance 18-23DP-01 9/17/2023 BuyBoard 592-19 9/30/2023 Clay County(Florida) RFP 18/19-2 5/27/2023 Cooperative Education Services(New Mexico) 19-014N-C104-ALL 3/18/2023 CoStars(Pennsylvania) 014-E22-240 3/5/2023 Equalis Group COG-2102A 10/31/2025 James Madison University(Virginia) UCPJMU5091 2/18/2023 Keystone Purchasing Network KPN 201901-01 2/28/2024 King County Director's Association (Washington) 19-406 2/28/2023 Louisiana Municipal Advisory and Technical Service Bureau, Inc(Louisiana) RFP#01-20 6/30/2023 Sourcewell 071619-MSL 8/27/2023 State of Utah Division of Purchasing(Utah) MA3075 10/26/2023 If yes, and your company is awarded a KCDA Contract,which contract will you lead with in marketing and sales representative presentations(sales calls). Musco is very successful at utilizing our portfolio of cooperative contracts and introducing them at the appropriate time during the sales process. Musco has a long-standing history of utilizing our KCDA contract in Washington & Oregon and that will continue with this contract. Independent subcontractors,distributors, installers,etc. #1 Selection criteria for independent providers: Musco Sports Lighting, LLC has no agents or dealers authorized to represent the company. Musco's custom designed, engineered to order lighting systems must be purchased directly from the company. As a General Contractor, Musco selects and contracts with local subcontractor organizations that meet our quality standards and can fulfill time constraints to perform the type of work outlined in this RFP. Musco does obtain license verification and insurance certificates for all subcontractors who work with us. #2 Current Subcontractors, Distributors, Installer, etc. See following page C= muscv, Subcontractors Lightworks Electric Dennis Muir 20915 SW 105t"Avenue Tualatin, OR 97062 Phone: 503-691-2959 Email: dmuir@lightworkselectric.com MB Electric Mardy Betschart 8410 30t"Ave NE#C Thurston, WA 98516 Phone: 360-455-1025 Email: mardy@mbelectricllc.com Neppel Electrical & Controls, LLC Jerry Moncada 1415 Wheeler Rd Moses Lake, WA 98837 Phone: 509-760-5608 Email: bhendricks@neppelelectric.com Sierra Electric Inc Mitch Murphy 4120 North Swallow Avenue Pasco,WA 99301 Phone: 509-542-8682 Email: mmurphy@sierraelec.net Musco Sports Lighting, LLC states each of the aforementioned subcontractor installer(s) are authorized to install Musco's sports lighting equipment as required. Musco Sports Lighting, LLC reserves the right to use other approved subcontractors, with the owners approval.Through the submittal process,the owner has the right to reject any subcontractors not licensed or listed with the local jurisdiction. 0000 muscv, Wells Fargo Bank,N.A. Commercial Banking F0005-031 E 801 Walnut Street,3rd Floor Des Moines,fA 50309 October 24, 2022 To Whom It May Concern: This letter is in reference to Musco Sports Lighting, LLC a valued client of Wells Fargo Bank N.A. The executive management team at Musco is well known to us and we consider them to be very capable and of the highest integrity. Musco Sports Lighting, LLC and its subsidiaries (the"Company") have maintained their banking relationship with us for over 17-years and have handled their depository and credit relationship in an exemplary manner. We provide the Company with a revolving line and credit commitment in an amount of 8-digits (i_e. $25,000,000 or above). Please contact me at 515-245-8440 if you have any follow-up questions. Sincerely, .. Casey A. Cason, Senior Vice President Wells Fargo Bank, N.A. casey.a.cason@wellsfargo.com 0 2019 Wells Fargo Bank,N.A.All rights reserved.Member FDIC. KCDAPURCHASING COOPERATIVE 18639-80TH Ave S.+ P.O.Box 5550+Kent,WA 98064-5550+ Phone 425-251-8115+Fax 253-395-5402+ www.kcda.oT(7 REFERENCES Provide contact information of your company's five largest public agency customers: Agency Name Title Phone Number Email 1. SeattIe Public Schools,Conrad Plyler, Project Manager,206-252-0662, caplyler@seattleschools.org 2. Tacoma Public Schools,Dale Stafford,Supervisor Capital Projects,253-571-1000,dstaffo@tacoma.k12.wa.us 3' West Linn Wisonville School District,Remo Douglas,Projects Manager,503-673-7988,douglasr@wlwv.kl2.or.us Evergreen 4. Public Schools,Susan Steinbrenner,Executive Director Facilities,360-604-4077,Susan.steinbrenner@evergreenps.org North Clackamas School District,Ed Barrow,Electrician,971-371-6509,barrowe@nclack.kl2.or.us Signature ust be same signature that appears on the bid response forms Project References Sehome High School Bellingham School District Curtis Lawyer—Capital Projects Director Phone: 360-676-6500 Email: Curtis.Lawyer@bellinghamschools.org Union High School Evergreen School District Susan Steinbrenner—Executive Director Facilities Phone: 360-604-4077 Email: susan.steinbrenner@evergreenps.org Milwaukie High School North Clackamas School District Ed Barrow, Electrician Phone: 971-371-6509 Email: barrowe@nclack.kl2.or.us CCCO muscv, Project • • • Baseball 1 Softball Football Chief Leschi High School Auburn High School Memorial Stadium** Spanaway Lake High School Lakebay,Washington Auburn,Washington Spanaway,Washington Columbia Point Bellevue High School Squalicum High School Richland,Washington Bellevue,Washington Bellingham,Washington Evergreen School District Bethel High School Stewart Field Evergreen High School Spanaway,Washington Aberdeen,Washington Heritage High School Bremerton High School Sunset Chev Stadium**(D Mountain View High School" Bremertoon,Washington Sumner,Washington Union High School Vancouver,Washington Capital High School Timberline High School Island Crest Park Olympia,Washington Lacey,Washington Mercer Island,Washington Central Washington University Vashon Island High School Lummi Baseball Ellensburg,Washington Vashon,Washington Bellingham,Washington Fran Rish Stadium(D Warden High School Muckleshoot High School Richland,Washington Warden,Washington Auburn,Washington Graham Kapowsin High School Yelm High School Phil Johnson Ballfields Graham,Washington Yelm,Washington Everett,Washington Hazen High School** Valley Ridge Sports Complex Sumner,Washington Soccer SeaTac,Washington Hudson's Bay High School Kasch Park Athletic Complex Vancouver,Washington Renton,Washington Multi-Purpose Issaquah Middle School Manette Playfield Allen Yorke Park** Issaquah,Washington Bremerton,Washington Bonney Lake,Washington Kelso High School North SeaTac Park Kelso,Washington SeaTac,Washington Bellevue College Bellevue,Washington Lakeridg a Middle School Sehmel Homestead Park Sumner,Washington Gig Harbor,Washington Bellingham High School Lindbergh High School� Skagit Valle College Bellingham,Washington g g 9 Y e 9 Renton,Washington Mount Vernon,Washington Big Rock Park Duvall,Washington Maywood Middle School Twin Ponds Park Central Kitsap High School Renton,Washington Shoreline,Washington Silverdale,Washington Mercer Island High School Mercer Island,Washington Tennis Central Park Pad Nathan Hale School** Issaquah,Washington Meadowdale High School Seattle,Washington Lynnwood,Washington Centralia College** Newport High School yn g Centralia,Washington p g Moses Lake High School Bellevue,Washington Moses Lake,Washington Edmonds Woodway High School North Mason High School Edmonds,Washington g Belfair,Washington Other Puyallup Sports Complex Pine Lake Middle School Puyallup,Washington Columbia Point Basketball Sammamish,Washington Richland,Washington Ridgefield Outdoor Recreation Complex di Renton Memorial Stadium� Ridgefield,Washington Grant County Fairgrounds** Renton,Washington Moses Lake,Washington Sehome High School Ridgefield Middle School Bellingham,Washington g Kennewick High School Track Ridgefield,Washington Kennewick,Washington SERA Ball Fields Roosevelt High School Tacoma,Washington Sylvester Park Mini-Pitch Seattle,Washington Squalicum High School Pasco,Washington Bellingham,Washington Sammamish High School Torguson Bike Park Bellevue,Washington Steve Cox Park North Bend,Washington Seattle,Washington Seattle Public Schools Seattle,Washington Golf Summit Park School Maple Valley,Washington Shelton High9 e Meadow Park Driving Ran Shelton,Washington 9 South Bend High School University Place,Washington South Bend,Washington 0000 *Partial Listing **Under Construction p Show-Light Retrofit Musco Sports Lighting,LLC zoos,2022• M-1274-enUS-12 musco. Project Installations: Oregon* Football Softball Soccer Adrian High School Azalea Park Ball Fields Baker City High School Adrian,Oregon Brookings,Oregon Baker City,Oregon Adrienne C.Nelson High School 0 Gib Olinger Elementary School Bend FC Timbers Sports Complex Happy Valley,Oregon Milton Freewater,Oregon Bend,Oregon Brookings Harbor High School ID Hermiston High School Corban University Brookings,Oregon Hermiston,Oregon Salem,Oregon Central Catholic High School Jubilee Park Civic Soccer Field Portland,Oregon Cave Junction,Oregon Eugene,Oregon Century High School McDaniel High School Conestoga Middle School Hillsboro,Oregon Portland,Oregon Beaverton,Oregon Eastern Oregon University Oregon State University Eastside Timbers LaGrande,Oregon Corvallis,Oregon Gresham,Oregon Estacada High School(DID Wilsonville High School Lakeridge High School Estacada,Oregon Wilsonville,Oregon Practice Soccer Franklin High School Baseball Lake Oswego,Oregon Portland,Oregon Love Abounds Foundation Fields Glencoe High School Corvallis High School Grants Pass,Oregon Hillsboro,Oregon Corvallis,Oregon McMinnville High School Hamlin Middle School George Rogers Park McMinnville,Oregon Springfield,Oregon Lake Oswego,Oregon Providence Park Harrisburg High School Milwaukie High School MLS—Home of the Portland Timbers Harrisburg,Oregon Milwaukie,Oregon Portland,Oregon Hillsboro High School Rex Putnam High School Reinhart Volunteer Park Hillsboro,Oregon Milwaukie,Oregon Grants Pass,Oregon Hood River High School(DO Roosevelt High School University of Oregon Rec Field Hood River,Oregon Portland,Oregon Eugene,Oregon Mountainside High School Tennis University of Portland Riverfront Fields Beaverton,Oregon Portland,Oregon Neah Kah Nie Track&Field Sherwood High School Multi-Purpose Rockaway Beach,Oregon Sherwood,Oregon George Rogers Park Nestucca High School Multiple Field Lake Oswego,Oregon Cloverdale,Oregon Canby High School** Grant High School New Bend High School 0 Softball&Multipurpose Portland,Oregon Bend,Oregon Canby,Oregon Pendleton High School THPRD Cedar Hills Park g Clackamas High School Beaverton,Oregon Pendleton,Oregon Baseball&Softball Sam Barlow High School Clackamas,Oregon THPRD SW Quadrant Ballfields Beaverton,Oregon Gresham,Oregon McDaniel High School Sherwood High School Football&Baseball University of Oregon Rec Field** Eugene,Oregon Sherwood,Oregon Portland,Oregon Sisters High School McLoughlin High School Wilsonville High School f Sisters,Oregon Football**O&Soccer Wilsonville,Oregon Milton Free Water,Oregon Tualatin High School� Other Tualatin,Oregon Tigard High School**(D Vernonia High School Baseball&Football Grants Pass Fairgrounds Vernonia,Oregon Clackamas,Oregon Grants Pass,Oregon Wilsonville High School University of Oregon West Linn High School(D Football&Softball Hayward Field West Linn,Oregon Wilsonville,Oregon Eugene,Oregon Yoncalla High School Yoncalla,Oregon 0000 *Partial Listing **Under Construction p Retrofit Show-Light p RGB-U Musco Sports Lighting,LLC 2005,2022• M-1273-enUS-13 musco. Project • • • Idaho Ann Morrison Park Fort Boise Park Orofino High School Softball Softball& Tennis Football/Baseball Boise,Idaho Boise,Idaho Orofino,Idaho Bishop Kelley High School O Grangeville High School Parma High School Soccer/Lacrosse Football Football Boise, Idaho Grangeville, Idaho Parma, Idaho Black Bay Park Harmon Park Priest River Lamanna High School Tennis Softball Stadium 0 Post Falls,Idaho Twin Falls,Idaho Football Boise Capital Soccer Club Highland High School O Priest River, Idaho Soccer Football Ramsey Park Meridian,Idaho Pocatello, Idaho Softball Bonners Ferry High School Hawthorne Middle School O Coeur d'Alene, Idaho Soccer Football Rexburg Quad Complex O Bonners Ferry,Idaho Pocatello,Idaho Baseball Burley High School Idaho State University O Rexburg, Idaho Football Soccer Storey Park Burley,Idaho Pocatello, Idaho Softball BYU - Idaho Lewis &Clark State College Meridian, Idaho Intramural Fields Harris Baseball Field Vallivue High School Rexburg, Idaho Lewiston, Idaho Baseball BYU - Idaho O Lighthouse Christian School Caldwell, Idaho Soccer Football War Memorial Field O Rexburg,Idaho Twin Falls, Idaho Football, Baseball& Softball Century High School O Marimm Health Youth Center O Sandpoint, Idaho Football Football Watkins Park Pocatello,Idaho Worley,Idaho Softball College of Idaho O McEuen Field Pocatello,Idaho Wolfe Baseball Field Softball West Jefferson High School Caldwell,Idaho Coeur d'Alene,Idaho Football College of Idaho O Memorial Field Terreton, Idaho Simplot Football Stadium Baseball Wilder High School Caldwell,Idaho Coeur d'Alene,Idaho Football Old Butte Soccer Complex Wilder, Idaho Soccer Idaho Falls,Idaho 0000 *Partial Listing—Under Construction p LED,,_,'Retrofit Musco Sports Lighting,LLC zoos,2021• M-�442-enUS-n musco. Project • Montana* Baseball Football Softball Bozeman American Legion Baseball Baker High School East Helena High School Q Field 01. Baker,Montana East Helena,Montana Bozeman,Montana Big Sky School District**Q Fort Missoula Regional Park Q Butte Silver Bow Miners Field Football/Soccer Missoula,Montana Butte,Montana Gallatin Gateway,Montana Hamilton High School**O Dehler Park Bozeman High School East Helena,Montana Billings,Montana Van Winkle Field Q Lame Deer High School Kindrick Legion Single A Baseball Bozeman,Montana Lame Deer,Montana Field—Pioneer League MiLB Browning High School Q Helena,Montana Browning,Montana Soccer East Helena High School Q Amend Park Q Other East Helena,Montana Billings,Montana Lewis&Clark County Rodeo Arena Lambert High School Bozeman High School Helena,Montana Lambert,Montana Bozeman,Montana Rosebud County Fairgrounds Q Lame Deer High School Fort Missoula Regional Park Q Forsyth,Montana Lame Deer,Montana Missoula,Montana Lockwood High School Q Montana State University Billings,Montana Lambert Field Q Montana State University Bozeman,Montana Bobcat Football Stadium Bozeman,Montana Philipsburg High School Philipsburg,Montana Rocky Mountain College Billings,Montana Sidney High School Football Sidney,Montana Sweet Grass High School Football Big Timber,Montana Townsend School District Football Townsend,Montana University of Montana Washington Grizzly Stadium Missoula,Montana Winifred High School Q Winifred,Montana cx�= *Partial Listing —Under Construction OLED Retrofit Musco Sports Lighting,LLC zoos,2021 M-i585-en1JS-ii musco 2. Response Forms 0000 musco., KCAOPURCHA SING COOPERATIVE 18639-80TH Ave S.• P.O.Box 5550+ Kent,WA 98064-5550 + Phone 425-251-8115+Fax 253-395-5402 + www.kcdo.org INVITATION FOR BID Bid #23-406 Sport Court and Field Lighting Attachment A Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion In submitting the proposal to provide products and/or services as outlined in the bid specifications, we hereby certify that we have not been suspended or in any way excluded from Federal procurement actions by any Federal agency. We fully understand that, if information contrary to this certification subsequently becomes available, such evidence may be grounds for non-award or nullification of a bid contract. This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, Participant's Responsibilities. Signed: AAM a It Title: Vice President. Sales j1j_Service Firm: Address: 100 1st Ave West PO Box 808 City, State, Zip: Oskaloosa, IA 52577 Date: 11 29 202 Email —musco.contracts@musco.com Note: Electronic acceptance of these terms and conditions signifies compliance with above statement. (Line item► Whse bids) King County Directors' Association A School Purchasing Cooperative for Supplies and Equipment KCDA Certification of Compliance with Wage Payment Statutes The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date 11/9/2022, the bidder is not a "willful" violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. Musco Sports Lighting, LLC Bidder's Business Name Sin ure of Authorized Official* Jeff McNulty Printed Name Vice President, Sales and Service Title 11/29/2022 Osklaoosa Iowa Date City State Check One: Sale Proprietorship ❑ General Partnership ❑ LLC ® Corporation ❑ State of Incorporation, or if not a corporation, State where business entity was formed: Iowa If a co-partnership, give firm name under which business is transacted: * if a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). if a co-partnership, proposal must be executed by a partner. ATTACHMENT B KCDi4Bid#23-406 Sport Court/Field Lighting PURCHASING COOPER.4T►VE Terms By Manufacturer 18639-80TM Ave S.•P.O.Box 5550•Kent WA 98064-5550•Phone 425-251-8115•Fax 253-395-5402•www.kcda.org Bid Due Date:January 5,2023 On or Before 2:00 PM PST Bidder Name: Musco Sports Lightina,LLC Address: 100 1st Ave West PO Box 808 Phone: 800-825-6030 Fax: 641-672-1996 City,State,Zip; Oskaloosa IA 52577 STANDARD BIDDER LEAD TIME FOB DESTINATION: 6-8 weeks standard delivery TERMS BY MANUFACTURER:Please provide the minimum order required per manufacturer and lead times. SPECIFIC DISCOUNTS:PIease provide quoted discounts from the manufacturers current f'st prices.It is the bidders responsibility to submit updated price lists during the contract year,when the contract allows,otherwise discounts will be taken from the most current on file.The manufacturer must already be present in this bid to be considered.Discounts must include shippingi freight charges.A current price lost and catalog must be provided at the time of bidding.NOTE: DISCOUNTS MAY BE USED IN DETERMINING AWARDS. FOB-Freight FACTORY-Cost will be extra Manufacturer Minimum Order Lead Time Discount Amount Discount Detail DESTINATION-Cost is included in discount Ex:ABC Company Inc $1,000 4-6 Weeks 25% 2022 List Price Sheet Destination Please se attached documents for dc tails. 11/29/2022 23-406 Musco Sports L" htin —�g�g,,r,l,c or' d Agents Signature Date Bid Number Name of Firm KCDAPURCHASING COOPERATIVE 18639—801h Ave.S. • P.O. Box 5550 • Kent,WA 98064-5550 + Phone 425-251-8115 + Fax 253-395-5402 • www.kcda.org INVITATION FOR BID Bid#23-406 Sport Court and Field Lighting ATTACHMENT C—Special Provisions THESE INSTRUCTIONS SUPERCEDE AND TAKE PRECEDENCE OVER ANY OPPOSING LANGUAGE IN THE STANDARD TERMS AND CONDITIONS A.SOLICITATION OBJECTIVES KCDA is seeking manufacturers, providers, or dealers/distributors to provide current and emerging Sport Court Field Lighting to its members. Total approximate value of spend for this contract is between $6,500,000.00 and $9,000,000.00. However, KCDA does not guarantee any minimum or maximum value or number of orders. It is KCDA's intent to establish an annual multi-state contract with the potential of up to three (3) one-year 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, Alaska). 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 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 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. Bidders must be an authorized manufacturer, sales representative or service dealer having a local sale, service and install presence in Washington State.The Bidder must also include a list identifying the states within which they are authorized to sell, service and install. If a portion of a state is serviced, bidder must specifically list the portion which is serviced. Bidder can list by county, region, or territory. Bidder must provide the list as a separate document when submitting a response. The bidder may propose different 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 states named to enable KCDA members to have onsite consultation, needs assessment, installation, integration, and training. It is the intent to award this contract to the most responsive, responsible vendor that can provide field lighting and related services to KCDA members which meet the terms, conditions and specifications outlined in the IFB. The contracted services are to meet or exceed all federal, state, and industry standards in addition to requirements as defined, established, set forth, and adopted by each agency and or organizations. The 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 product. Installation and training services. 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. KCDA's purpose is to: • Cooperatively serve our members and associate members through a continuous effort to explore and solve present and future purchasing needs. • Provide government agencies opportunities for greater efficiency and economy in acquiring goods and services. • Equalize purchasing power for smaller agencies that are unable to command the best contracts for themselves. • Maintain credibility and confidence in business procedures by maintaining open competition for purchases and complying with purchasing laws and ethical business practices. • Provide competitive price solicitations which meet the procurement laws of our members. • Secure multi-state volume purchasing contracts which are measurable, cost effective and continuously exceed our members' expectations. • Provide quick and efficient delivery of goods and services by contracting with "high performance and quality"vendors who understand our members' needs. B. TIMELINE Advertised as Bid #23-406 in DJC Seattle, Oregon November 9th, 2022 & November 16th, 2022 January 5th, 2023, Bids due no later than 2:00 P.M. PST February 9th, 2023, Award recommendation February 16th, 2023, Board Approval March 15T, 2023, Contract Start Date C. SUBMISSION OF BIDS 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. 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 drive or CD. Online submission of bid through Public Purchase is NOT accepted. • Submit sealed bids in 3-ring binder with an inside pocket and a set of dividers. Submit one (1) bound and signed copy of the bid plus one (1) electronic copy on CD or flash drive. • KCDA reserves the right to reject any or all bids and to accept any proposal deemed most advantageous to KCDA members and to waive any informality in the bid process. • Bids shall be submitted as stated in this solicitation. Deviations to any terms, conditions and/or specifications shall be conspicuously noted in writing by the bidder and shall be included with the bid. No cross outs or delineations shall be made to the existing document. Exceptions and deviations will be considered in award evaluation. KCDA reserves the right to reject any deviations or exceptions stipulated in a bidder response and may subsequently disqualify such bid if such terms 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. • Withdrawals of bids will not be allowed for a period of 60 days following the opening. Withdrawal 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 Contracts & Bids—Vendor Bids. Addendums will not be mailed or e-mailed. It is bidder's responsibility to check for issuance of any Addendums prior to submitting a bid. All Addendums must be signed and returned with the bid document, or the bid will be considered non- responsive.All documents with signatures shall have original ink signatures. Electronic copies shall be scanned with original signatures. D. BID FORMAT 1. Preparation of the Bid Response a. The IFB#23-406 is published in one PDF document on the KCDA Website, it is also published on the Public Purchase Website with all required documents and forms posted separately. • Cover Page indicates the Due date and where to send Bid documents to • Attachment A contains the Debarment Statement(signature required) • Attachment B, includes Terms by Manufacturer(signature required) • Attachment C Special Provisions that take precedence; (signature required) • Attachment D Manufacture Product Price List (completion required) • Attachment E1 Miscellaneous Fees (completion required) • Attachment E2 Service Price Schedule (completion required) • Attachment X Deviations (signature required) • Company Profile (signature required) • Certification of Compliance (signature required) • EDGAR form (signature required) b. Bid Forms requiring signatures shall be submitted with original ink signatures, by the person 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. C. Corrections and/or modifications received after the opening time will not be accepted, except as authorized by applicable rule, regulation, or statute and KCDA. d. In case of an error in extension of prices in the bid, unit prices shall govern. e. Periods of time, stated as several days, shall be in calendar days, not business days. f. It is the responsibility of all Bidders to examine the entire IFB 23-406 package,to seek clarification 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 time and date. g. The Bidders' ability to follow the bid preparation instructions set forth in this solicitation will also be an indicator of the Bidders' ability to follow instructions should they receive an award because of this solicitation.Any contract between the KCDA and a Bidder requires the delivery of information and data.The quality of organization and writing reflected in the bid will be an indication of the quality of organization and writing which would be prevalent if a contract was awarded. As a result,the bid will be evaluated as a sample of data submission. 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 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 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. Tab 1-Company Profile/Information • Responses should include a brief introduction informing KCDA of the qualifications and experience of the Bidder, along with a brief company history. • Reference requirements: (3). Projects should be of similar size and complexity, preference given for government contracts. Tab 2- Response Forms • Debarment Statement-Attachment A • Certification of Compliance with Wage Payment Statutes • Terms by Manufacturer-Attachment B (option: bidder may include this information in their own format as part of the pricing pages) • Attachment C—Special Provisions • Deviations—Attachment X • Edgar Certification Form Tab 3—Pricing sheets supplied in IFB. • Price sheets supplied in IFB. • A listing of products or services which are not listed on the price list which Bidder can provide and may be considered as a value add for KCDA member agencies. Tab 4- Product Line Brochures and Literature Tab 5 - Marketing Plan: • List shows, conferences, show examples of flyers or describe how bidder will market the KCDA Sports Field Court Lighting Contract. Tab 6—Authorized Dealers/Vendor Partners • Provide letters from each manufacturer stating authorization to deal. • List all dealers/vendor partners authorized to utilize this contract through the vendor. Tab 7-Addendums E.VENDOR RESPONSIBILITIES • Designate and assign a dedicated senior-level contract manager(one authorized to make decisions)to the KCDA contract. This employee will have a complete copy and must have working knowledge of the contract. • 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 state. It is expected that the awarded vendor will lead with the KCDA contract. • Develop a marketing plan to support the KCDA contract in collaboration with respective KCDA member agencies. Plan should include, but not be limited to, a website presence, electronic mailings, sales flyers, brochures, mailings, catalogs, etc. • Create a 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. • Have ongoing communication with the Contract and Procurement Specialist at KCDA and the KCDA member agencies. • Attend two (2) "touch base" meetings at KCDA per year. One of those meetings may be participating in the KCDA Vendor Fair. • Participate in national and local conference trade shows to promote the KCDA contract. • Increase sales over the term of the KCDA contract. F. EQUIPMENT& RELATED PRODUCTS 1. New Sport Court Field Lighting and Services: a. All Sport Court Lighting and Services provided under this contract must be new. Sport Court Lighting and Services which have not been used previously and are being actively marketed by the Manufacturers' authorized dealers. b. All branded Sport Court Lighting include components, spare parts, application software, and ancillary equipment 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 specifications. See the Attachment D Manufacture Product and Pricing List for specifications for the product details. 2. Sport Court and Lighting Services Installation/Removal a) The installation and/or removal of contract Sport Court Lighting Services shall be performed in a professional manner. The member's premises and equipment shall be left in a clean condition.The awarded vendor may be required to repair all damage and/or provide full 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 required to provide all necessary maintenance and repair. Installation dates and installation schedule must be approved by member agency. a. Installation crews may be working around students, teachers, and general staff. Installation may require off hour and weekend work to accommodate and complete the 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 displaces staff, students or personnel will most likely create disruption to the ordinary daily schedule. After hours and weekend installations are preferred and will be so identified in the proposal to the member agency. b. Project Manager for the awarded vendor shall verify proper installation at multiple and various times throughout the duration of the installation. c. Upon successful completion of installation, test system functionality for all possible scenarios and document all outcomes. f. Installment requirements (electrical certifications, plumbing certifications, licenses, permits etc.). 3. Field Court and Lighting Services Newly Installed Equipment or Related Product Problems a) Member agency will evaluate the performance of newly installed equipment for a 15-day period after installation. If the performance is unsatisfactory,the member agency will immediately contact the awarded vendor to pursue corrective action and resolution of the problem. Resolution of performance problems may result in: • Repair or other action to correct the problem including training or modifications made to member's satisfaction • The replacement of the Field Court Lighting Services with another Field Court Lighting Services of the same brand and model, at no additional cost (including delivery and installation)to the member agency, or- • Return of the Field Court Lighting Services with cancellation of the order at no charge to the member agency. 4. Field Court Lighting Services Inspection/Testing/Acceptance a. Inspections,tests, measurements, or other acts or functions performed by the member 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 demonstrate the capability of providing the functions and services specified in the manufacturer's published literature. 5. Field Court and Lighting Services Maintenance, Repair and Service a. Maintenance, repair, and service related to the operation of Field Court Lighting Services must be provided to member agency. b. Excessive Service and Downtime: : Field Court Lighting Services including all components, spare parts, application software, and ancillary equipment supplied through this contract shall be capable of 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 Lighting Services that develop a trend of requiring an excessive number of service calls shall 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 made in a manner that is best for the member agency. C. If the performance of maintenance services under the contract results needs to replace defective parts, such items may only be replaced by new parts. In no instance shall the awarded vendor be permitted to replace defective items with refurbished, remanufactured, or surplus items without prior written authorization of the member agency. d. Awarded vendor must guarantee the availability of repair parts for a minimum of five (5) years after member agencies acceptance of the contracted. Field Court and Lighting Services 6. Field Court and Lighting New products and/or Services a. Field Court Lighting Services must meet the scope of work to be added to the contract. b. Pricing shall be equivalent to the percentage discount for other products. 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 awarded manufacturer and if the products meet the requirements of the solicitation. d. No products may be added to avoid competitive procurement requirements. KCDA may 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. KCDA may reject any additions without cause. 7. Field Court Lighting Services Discontinued Products 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 performance of the discontinued model, it is within the awarded manufacturer and if the discount is the same or greater than the discontinued model NOTE: Listing the above specifications shall in no way relieve the awarded vendor from the responsibility to follow proper code and regulations. G.TRAINING &SUPPORT If applicable, please state specifically the amount of training which will be provided at no charge.Then list the charge per hour of additional training if applicable (see Bid Sheet). a. If specified by the member agency, staff in-service shall be offered following the installation. Training needs must be quantified and specified by the member agency. Awarded vendors shall provide appropriate pricing(if applicable) based upon each member agencies training need. It is understood that some training may be provided free of charge 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. H. PUBLIC WORKS LANGUAGE Vendor agrees that, in performance of the services required under this agreement, Vendor shall abide by all federal, state, local and Washington law and regulations that may apply to construction and public works. It is the responsibility of the Vendor to determine applicability and requirements of any such laws and to abide by them. a) Public Works: 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 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 Wages are established by the Washington State Department of Labor and Industries and can be obtained on the web at http://www.Ini.wa.gov/TradesLicensing/PrevWage/WageRates/default.asp 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 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, and if contract extensions are granted,the prevailing wage rate in affect at the time of the latest extension. 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 professional in nature. It does not apply to work of a secretary, engineer, or administrator, unless 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 39.12.020 and WAC 296-128-510 through 530) 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 construction. (RCW 39.04.010) Public Building Service Maintenance Contracts: Prevailing wages are also required on all public building service maintenance (janitorial) contracts. (RCW 39.12.020) Contractors bidding a Public Works project exceeding$1,000,000.00 must declare who their HVAC, Mechanical and Electrical subcontractors will be within one hour of bid submission and the listing of structural installation and rebar installation subcontractors within 48 hours of bid submission and submit this information with bid documents in order for the bid to be responsive. (RCW 39.30.060). Apprentice Utilization Requirements(AURs) Public works projects should conduct a 15%apprentice utilization requirement if the project belongs to any of below, • State public works estimated to cost$1 million dollars or more. • Department of Transportation projects estimated to cost$2 million or more. • All school district public works projects estimated to cost$1 million or more; and • All public works by a state four-year institution of higher learning estimated to cost$1 million or more. And one of three requirements should happen on a project: • The project meets the 15%AUR. • The project does not meet the 15%AUR, however the awarding agency approves a good faith effort; or • The monetary penalty written in the contract is assessed. Good faith efforts are for the entirety of a project, not a single occupation unless there happens to be only one apprentice able occupation on the project. Therefore,the prime contractor cannot only consider their occupation(s)when requesting a good faith effort and leave out the occupations and workforce used by subcontractors. Within existing resources, awarding agencies are responsible for monitoring apprenticeship utilization hours by contractor. There must be a specific line item in the contract specifying that apprenticeship utilization goals should be met, monetary incentives for meeting the goals, monetary penalties for not meeting the goals, and an expected cost value to be included in the bid associated with meeting the goals. The awarding agency must report the apprenticeship utilization by contractor and subcontractor to the supervisor of apprenticeship at the department of labor and industries by final project acceptance. The electronic reporting system that is being developed by the department of labor and industries may be used for either or both monitoring and reporting apprenticeship utilization hours. Refer to RCW 39.04.320, which covers apprentice utilization on public works projects for detailed information. Reciprocity: In accordance with RCW 39.04.380 any bidding process for public works in which a bid is received from a nonresident contractor from a state that provides a percentage bidding 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 or other procurement exempt from competitive bidding. b) Prevailing Wage: Definition: Prevailing Wage is the hourly wage, usual benefits, and overtime, paid in the largest city in each county, to most 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 public work. If Federal funds are used, bidders must comply with provisions of Davis-Bacon Act. 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 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 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, Releases from Washington State Department of Labor& Industries, Employment Security Department and the Department of Revenue, and acceptance of project completion to the 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 agency. All Intents and Affidavits must name the agency for whom work is being performed as the contract award agency, not KCDA. Federally Funded Projects: In addition to the Federal Requirements of Section III, Housing and Urban Development (HUD)Terms and Conditions, Davis-Bacon prevailing wage requirements apply to public works construction contracts of$2,000 or more when a project includes any federal funding of any amount. When there is a difference between applicable state and federal prevailing wages for a particular 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 https://sam.gov/content/wage-determinations. Contractors/Subcontractors must be knowledgeable and adhere to all federal prevailing wage requirements, including but not limited to paying workers weekly and providing certified weekly payrolls for the contractor and subcontractors of any tier as required in 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 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 contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses. Contractor must coordinate all requirements related to federal funded projects with the KCDA member Agency. c) Responsible Bidder Before award,the bidder must meet the following state responsibility criteria and, if applicable, supplemental responsibility criteria to be considered a responsible bidder.The bidder is required to submit documentation demonstrating compliance with the criteria. Low Responsible Bidder 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. 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 39.12.065(3). 4. If applicable: a. Have Industrial Insurance (workers' compensation) coverage for the Bidder's employees working in Washington State, as required in Title 51 RCW. b. Have a Washington State Employment Security Department number, as required in Title 50 RCW; and c. Have a Washington State Department of Revenue state excise tax registration number, as required in Title 82 RCW. 5.-New bidder requirement. Certify that within the three-year period immediately preceding the bid solicitation date: a.The bidder is not a "willful"violator, as defined in RCW 49.48.082, or any provision of chapter 49-46, 49.48 or 49.52 RCW. b.As determined by a final and binding citation and notice of assessment issued by the department of labor and industries or through a civil judgement entered by a court of limited or general jurisdiction. c. As of July 1, 2019, WA Labor and Industries has required all businesses to have public works training before bidding and/or performing work on public works projects.This training requirement has been added to the responsible bidder criteria in RCW 39.04.350 and RCW 39.06.020. Awarding agencies are required to verify all contractors submitting bids meet this requirement before awarding the contract. 6. At the time of bid submittal, provide signed sworn statement in accordance with RCW 9A.72.085 verifying under penalty of perjury that the bidder follows the new responsible bidder criteria requirement. 7. 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 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. Subcontractor Responsibility The contractor shall include the language of this section in each of its first-tier subcontracts, and 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 requirements of this section apply to all subcontractors regardless of tier. At the time of subcontract execution,the Contractor shall verify that each of its first-tier subcontractors meets the following bidder responsibility criteria: 1. At the time of bid submittal, have a current certification of registration in compliance with chapter 18.27 RCW. 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 39.12.065(3). 4. If applicable: a. Have Industrial Insurance (workers' compensation) coverage for the Bidder's employees working in Washington State, as required in Title 51 RCW. b. Have a Washington State Employment Security Department number, as required in Title 50 RCW; and c. Have a Washington State Department of Revenue state excise tax registration number, as required in Title 82 RCW 5. Have an electrical contractor license, if required by Chapter 19.28 RCW. 6. Have an elevator contractor license, if required by Chapter 70.87 RCW. Payment& Performance Bond: The prime Contractor shall provide a Performance and Payment Bond at 100%of the contract price 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 the Department of Revenue, Employment Security Department, and the Department of Labor and Industries and settlement of any liens filed under Chapter 60.28 RCW,whichever is later. The bond shall be issued by a surety company authorized to do business in the State of Washington and shall be on standard forms used for public projects (RCW 39.08.010) and as directed by the KCDA member. Performance and Payment bonds for KCDA members outside Washington must be provided by companies licensed to provide bonds for public entities in the member's state. Licenses The prime contractor shall possess and maintain in status all federal, state, and local licenses, bonds, and permits required for the performance and delivery of all products and services offered in its response to the bid solicitation. Before submitting a bid, 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 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. It is the responsibility of the prime contractor to ensure any subcontractors performing under this contract holds and maintains appropriate licenses. 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 Contractor 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 for any Washington State school district, public agency or municipality, the Contractor must comply with the bidder responsibility requirements of RCW 39.04.350 prior to the KCDA member awarding a contract. The contractor must verify the responsibility of all subcontractors used in accordance with RCW 39.06.020. d) Permits: The acquisition of all permits as well as any drawings needed to obtain those permits is the responsibility of the successful Contractor/Bidder. e) 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 member prior to performance of any work. In addition,the Commercial General Liability policies must be endorsed to name KCDA and the KCDA member as additional insureds. Such policies must 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 and not contributing insurance with the Contractor's insurance.These endorsements must be provided along with the certificate of insurance. The KCDA member must both approve the certificate of insurance and endorsements. f) Acceptable Pricing Method: KCDA is unable to accept Alternative Costing Method quotations except in certain limited 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 g) Progress Payments: The Contractor shall be paid, upon submission of a proper Payment Request,the prices stipulated herein for work performed (less deductions, if any), in accordance with all payment and retainage instructions herein. Submitted Payment Requests must contain the following minimum information: a. Contract Number b. Bid item ID, bid quantity, unit, unit price and description as appropriate c. Sales Tax as applicable The Payment Request will be reviewed by the Member before payment is made. If the Member disagrees with the Payment Request, KCDA will issue a notice requesting a revised Payment Request. KCDA, at its discretion, reserves the right to withhold payment on a given project, pending receipt of payment from the customer. 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. h) Payment Retainage: In accordance with RCW 60.28 contract retainage [not to exceed five percent of the moneys earned by the contractor toward completion of a public improvement contract] shall be withheld and reserved in one of two ways: a. As a trust fund for the protection and payment of 1)the claims of any person arising 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 contract, the member agency shall notify the Department of Revenue,the Employment Security Department, and the Department of Labor and Industries of the completion of 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 contract has been accepted as complete or upon receipt of all necessary releases, whichever is later. b. Option of providing retainage bond for the full amount of the retainage(5%of the contract amount with a performance bond).This bond is separate from the 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. i) FORCE MAJEURE Except for payments of sums due, neither party shall be liable to the other, nor be deemed in default under this contract, if and to the extent that such party's performance of this contract is prevented by reason of force majeure. The term "force majeure" means an occurrence that is beyond the control or responsibility of the party affected and occurs without its fault or negligence, including, but not limited to the following: acts of God; acts of the public enemy; war; riots; strikes; industry-wide labor disputes; civil disorders;fire; flood; snow; earthquakes; tornadoes or violent winds; hail storms; lockouts; injunctions-intervention-acts, or failures or refusals to act by government authority; and other similar occurrences beyond the control or responsibility of the party declaring force majeure, which such party is unable to prevent by exercising reasonable diligence. The force majeure shall be deemed to commence when the party declaring it notifies the other party of the existence of the force majeure and shall be deemed to continue if the results or effects of the force majeure prevent the party from resuming performance in accordance with the contract. The party receiving the notice of force majeure may contest the declaration of a force majeure. Force majeure shall not include late deliveries of equipment or materials caused by congestion at a manufacturer's plant or elsewhere, an oversold condition of the market, inefficiencies, internal labor disputes, or similar occurrences. If either party is delayed at any time by force majeure,the delayed party shall notify the other party in writing of such delay within forty-eight(48) hours. I. PRICING IFB-The bidder shall submit pricing on the Pricing Pages included or on Attachment B in this IFB. Vendor bid pricing shall include a 2%administrative fee on all line items and charges.The administrative fee must be part of the bid price. If you are bidding a catalog price less a discount, make sure the administrative fee is included in the net price to the member agency. Pricing must include the 2% KCDA service fee so the service fee is invisible to KCDA members. 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 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 methods shall be addressed in Attachment B. Proposals received that provide both for a single manufacturer will be found non-responsive. Fixed prices shall be firm until each anniversary date of contract, unless there is an occurrence of one 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 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 vendor's control. KCDA will review requests for fixed price adjustments to determine if the new prices or another option is in member agencies' best interests. If accepted, new fixed prices shall apply to the contract upon approval from KCDA. Price changes shall be a factor in contract renewal. 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 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 discount, that same volume discount would be available to any KCDA member agency.) 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 methods designated under"Options", or by RS Means, as indicated in bidder's response to this solicitation. Warranty: Describe the warranties that apply to the products offered in the IFB response and when warranty date will commence. Identify any website links that cover warranty information. The manufacturer has the primary responsibility to honor a manufacturer' warranty. Awarded vendor agrees to assist the member agency reach a solution in a dispute with the manufacturer over a warranty's terms. Any extended manufacturer's warranty will be passed on to the member agencies. List any pricing applicable to warranties in Attachment D of the IFB response. Risk of Loss or Damage: Awarded vendor shall retain title and control of all goods until they are delivered and received. All risk of transportation and all related charges shall be the responsibility of the awarded vendor. The awarded vendor shall file all claims for visible or concealed damage. The member agency will notify the awarded vendor and/or freight company promptly of any damaged goods and shall assist the freight company/awarded vendor in arranging for inspection. No F.O.B. vessel, car or other vehicle terms will be accepted. Taxes: Member agencies, who have obtained Bid#23-406 Sport Court and Field Lighting under the terms of this contract, will be responsible for payment of all taxes related to acquisition of the Bid#23-406 Sport Court and Field Lighting such as sales tax, property tax, etc. Awarded vendor must separately list all such taxes on member proposal and subsequent invoice. J. FUNDING OUT CLAUSE 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 the agreement contains either or both of the following provisions: 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. 2.Conditioned on a best effort attempt by the entity to obtain appropriate funds for payment of the acquisition. K.AUTHORIZED DEALERS/VENDOR PARTNERS The bidder must secure from the manufacturer, if the bidder is not the manufacturer, a written guarantee executed by the manufacturer that the bidder is an authorized dealer of that manufacturer.This can be submitted as a Manufacturers Guarantee/Manufacturers Certificate, or a statement on the manufacturer's letterhead with corporate acknowledgement. Failure to provide will result in award disqualification for that manufacturer. 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 Sports Field Court Lighting; however, the awarded vendor shall be responsible for the actual job performance of each authorized dealer/vendor partner.This includes but is not limited to proper ordering process and reporting, or submittal of 2%service fee. Unresolved problems with the authorized dealer/vendor partner may be referred to the awarded vendor for resolution. Bidders are to identify and list each of the authorized dealers/vendor partners they intend to involve in contract performance. Awarded vendor must be capable of replacing authorized dealers/vendor partners found unsuitable to participate in performance on the KCDA contract and establish new authorized dealers/vendor partners in a timely manner. 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 explanation or process.The awarded vendor may propose authorized dealer/vendor partner additions for consideration at any time throughout the contract provided. • 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 proposed change. • It clearly identifies the authorized dealers/vendor partners involved in the change. • It is accompanied by documentation acceptable to the Purchasing Agent sufficient to warrant the change. L.AWARD 1. Evaluation It is the intent of KCDA to award a manufacturer's complete line of products based on the specifications provided when possible and advantageous. KCDA expects to award to the lowest 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 right to reject any or all proposals, accept the proposal(s)that are deemed most advantageous for KCDA member agencies, and waive any irregularities in the solicitation process. 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 to a bidder with the highest rating per manufacturer product line. Subsequently, multiple awards may be made. Evaluation Criteria and Weight Proper submission of proposal 10 Comprehensiveness of product 10 and services provided Related Experience 15 Pricing 50 Presentation of full and complete product offering that can meet variety of member 15 agencies requirements/timeline. TOTAL POSSIBLE POINTS 100 Clarification and/or Discussions Clarification of a response may be necessary. KCDA will communicate with the bidder(s)for the purpose of eliminating minor errors, clerical errors, and/or irregularities. Clarification is accomplished by explanation or substantiation, either in response to an inquiry from KCDA or an inquiry initiated by a bidder. Clarification does not give a bidder the opportunity to revise, change or modify their response in any way. 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 award. Discussion may occur when oral or written communications between KCDA and the bidder are 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 KCDA. Further, KCDA will make no indication of pricing or other information received from other bidders. Competitive Range: KCDA reserves the right to establish a competitive range of acceptable responses as part of the evaluation process as defined herein. Responses below the competitive range will be determined to be unacceptable and will not receive further consideration. 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 member agency, the Contract Specialist will give the awarded vendor's customer instructions regarding the membership process. 2. The awarded vendor will submit a signed and dated proposal or quote to KCDA member in accordance with the pricing awarded under this IFB. All Sports Field Court Lighting purchased must include the KCDA 2%service fee as a part of the price to the member agency. Do not list the 2%as a separate line item. The awarded vendor must specifically state the KCDA IFB name &#on the proposal to the KCDA member. The proposal must identify the member contact name, e-mail address and phone number for the person 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. 3. The KCDA member will send a copy of their PO made out to KCDA and a copy of the vendor quote to the Contract Specialist designated on the Awarded Contracts page. Upon KCDA's verification of membership and pricing, KCDA will create and forward a KCDA Purchase Order to the designated point of contact at the vendor. The Contract Specialist will request additional information, such as scope of work and item/part number along with pricing for each line item as needed. Failure to provide adequate evaluation information may result in delay of approval by Contract Specialist. 4. A copy of the order will be kept on file at KCDA. 5. Orders processed against this contract with customers who are not KCDA member or without e-mailed approval from KCDA are in violation of IFB#23-406 Awarded vendors not following proper procedures may be removed from consideration for future awards. 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 coordinated with the awarded 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 as required. It is sole responsibility of the Bidder to perform and complete any necessary research and investigation required to make themselves aware of and comply with this item. r Signature Must be same signature that appears on Bid Affidavit and Acceptance Forms ATTACHMENT X— Deviations and Miscellaneous Fees Bid#23-406 Sport Court and Field Lighting 1. Product I Order Specific Specifications Bidders must check either the "Comply" or "Deviate" column for each inspection item. All deviations shall be noted and explained below. Item Description Tier One Comply Deviate 1.1. Units must be a new, unused model and current production. No reconditioned or used equipment will be accepted. All equipment and accessories cataloged as standard shall be X included as part of this specification. 1.2. The Member Agency will have access to a full inventory of the awarded product line; multi-line vendors must inventory at X least most categories listed in the bid. 1.3. Awarded vendors) shall maintain a minimum monthly overall average fill rate of 95%or above. Items that are reordered, X backordered, or partially filled are not considered filled items when calculating this service level. 1.4. Orders must be confirmed with member within 48 hours after receipt of an order 90%of the time. X 1.5. Awarded vendors) must be a manufacturer's authorized sales and service dealer for all proposed equipment/software.An authorized sales and service dealer is defined in this solicitation as one purchasing their products for resell directly from the manufacturer(s) or the manufacturer's approved channels. X Products that result from new authorized sales and service dealer arrangements between the awarded vendor(s) and the manufacturer during the term of this contract may be added and offered through the KCDA contract. 1.6. All charges and components necessary for performance of the contract shall be clearly identified even if such are not X specifically addressed in any paragraph or sub-paragraph or form that is a part of this request. 1.7. If the awarded vendor(s) intends to utilize independent agents/distributors, subcontractors and/or third-party agents to X perform and/or provide any part of the products and services offered herein,the awarded vendor(s) must identify all providers and any and all associated costs with these providers. ATTACHMENT X—Deviations and Miscellaneous Fees Page 1 of 5 Bid#23-406,Sport Court and Field Lighting Item Description Tier One Comply Deviate 1.8. Optional services must be identified separately and must include clear descriptions of proposed services. X 1.9. Awarded vendor(s) must be able to supply paper catalogs where requested.The catalog shall have a cover label indicating that the catalog's contents are available through the participating Member Agency and the KCDA contract.The label X shall identify the KCDA contract number, discount level(s) and any special ordering instructions. 1.10. Awarded vendor(s) must maintain a toll-free technical support line open 8 a.m. Pacific Time zone until 5 p.m., Pacific Time X zone, Monday through Friday. 1.11. Awarded vendors) shall provide a Material Safety Data Sheet (MSDS)for all items sold, if required. A separate sheet shall be X provided for each individual item when purchase is made. 1.12. Awarded vendors) shall reference item part numbers for all items on quotes for specific work. X 1.13. Awarded vendor(s) provide site survey, analysis, consultation, and recommendation to member to enhance the project for the X member agency. 1.14. Does vendor have workable e-commerce website that they can post the KCDA contract items and provide link for KCDA X webpage? 2. Products&Services I Equipment,Analysis, Reporting, Installation, Maintenance, &Repair Bidders must check either the "Comply" or "Deviate" column for each inspection item. All deviations shall be noted and explained below. Item Description Tier Two Comply Deviate 2.1. Sport Court Lighting products and services shall be ordered on an as needed basis throughout the term of the contract. X 2.2. Awarded vendor is responsible for complete installation including installation of Steel poles, LED luminaire bulbs, Pole foundations, Control System, Electrical systems and configuring X software.This shall be in accordance with the manufacturer's requirements and pursuant to all applicable federal, state, and local code, safety, and other rules, regulations, and laws. 2.3. Personnel in charge of the installation must be available to coordinate installation with member agency's internal staff in X charge of the member's network and IT services. ATTACHMENT X—Deviations and Miscellaneous Fees Page 2 of 5 Bid#23-406,Sport Court and Field Lighting Item Description Tier Two Comply Deviate When network connection is planned, Vendor shall assure coordination with the customer's systems support or information services staff and shall confirm that ordered unit is properly configured to assure successful integration with customer's existing network. 2.4. Equipment, including all accessories and software, supplied through this contract shall be capable of continuous operation. Therefore, awarded vendor shall guarantee that all contract equipment will be operational at least 98% of normal business hours. Equipment that develops a trend of requiring an X excessive number of service calls shall be reported by the member agency to the awarded vendor. Awarded vendor and member agency should work together to identify an acceptable resolution of the machine's performance problems. The resolution will be what is most advantageous to the member agency. 2.5. In the case of equipment or services needing repair, requirements and arrangements for loaner equipment will be made between the awarded vendor and member agency.The X resolution will be what is most advantageous to the member agency. 2.6. Member agencies shall be afforded the option to move or transfer contract equipment and services from one agency location to another agency location as deemed necessary. For member agency self-moves,the awarded vendor must be notified prior to relocating equipment.The member agency will be responsible for repairs required for damage that occurred during the transfer.Awarded vendor shall be notified of the move to ensure continued maintenance service and X accurate record keeping. Alternately member agency may elect to have the awarded vendor move the equipment and services and pay a move and set-up fee.The awarded vendor will provide a moving price prior to the move and hold the price firm. No other fees apply, and the awarded dealer is responsible for repairs required following such transfer. 2.7. Maintenance is offered to maintain contract equipment and services at performance levels equal to or greater than the performance specified and published by the manufacturer or the specifications. • Awarded vendor must indicate types if maintenance options X available and services. • Awarded vendor offers pricing for maintenance on all equipment and services under the contract. Awarded vendor must include hourly rates (and all fees such as travel, hardware, software)for after hours, nights, and weekends. ATTACHMENT X—Deviations and Miscellaneous Fees Page 3 of 5 Bid#23-406,Sport Court and Field Lighting Item Description Tier Two Comply Deviate 2.8. All installation, maintenance, and repair shall be done by personnel knowledgeable,trained, and certified. X 2.9. Awarded Vendor shall provide training and consultation about the interactive technology equipment and services.This training shall include all member personnel who are involved with the use of these systems.Awarded vendor indicates amount of training provided at no charge and per hour charge X for additional training. • Equipment and software training. • In person and online training. • Technical and maintenance training. 3. Response Times I Emergency&Technical Services Bidders must check either the "Comply' or "Deviate" column for each inspection item. All deviations shall be noted and explained below. Item Description Tier Three Comply Deviate 3.1. Emergency Services and emergency technical services shall be available 24 hours a day/7 days a week to minimize system X downtime. 3.2. Remote or telephone technical support will be provided within X thirty minutes at no additional cost to the Member Agency. 3.3. If on-site emergency repairs are requested, the technician shall X arrive on site within four hours. 3.4. Awarded vendor allows for high level of planning toward future expansion, while examining the requirements of long-term X maintenance and service of these systems. (Continued on Next Page) Deviations Continued: INSTRUCTIONS: 1. If"no" is checked below, complete this form by signing it at the bottom. 2. If"yes" is checked below,either insert answers into this form or create a Microsoft Word table format to provide narrative explanations of exceptions. If adding pages, the bidder's name and identifying information as to which item the response refers must appear on each page. 3. Scan this form plus any attachments into a single PDF document. 4. Title the file "Part D- Deviations." S. Exceptions to local, state or federal laws cannot be accepted under this bid. ATTACHMENT X—Deviations and Miscellaneous Fees Page 4 of 5 Bid#23-406,Sport Court and Field Lighting ❑ NO, this bidder does not have deviations (exceptions or alternates)to the specifications listed in Parts C& D. X❑ YES,this bidder has the following deviations to the specifications listed in Parts C&D. Outline Specification (describe) Details of Deviation (Pg. & Form) pg.2,Item 1.8 Optional services No optional services proposed Not applicable-Musco Sports Lighting provides an Pg.2,Item 1.9 Supply paper catalogs engineered to orders stem,custom design build situtaion. Not applicable-Musco Sports Lighting provides an pg.2,Item 1.12 Reference item part numbers engineered to order system,custom design build silutaion. Not applicable-Musco Sports Lighting provides an Pg.2,Item 1.14 P commerce website engineered to order system,custom design build silutaion. Not applicable-Musco Sports Lighting provides an pg.3,Item 2.5 Arrangement for loaner equipment engineered to order system,custom design build silutaion. pg.3,Item 2.7 Maintenance is offered to maintain contract equipment Maintenance per the terms of Musco's warranty document. pg.4,Item 3.3 On-site emergency repairs Maintenance per the terms of Musco's warranty document. Signature: Z� Print Name: Jeff McNulty ***Must be some signature that appears on Bid Affidavit and Acceptance Forms *** ATTACHMENT X—Deviations and Miscellaneous Fees Page 5 of 5 Bid#23-406,Sport Court and Field Lighting KCADWAF PURCHASING COOPERATIVE 18639-80TH Ave S. •P.O.Box 5550• Kent,WA 98064-5550•Phone 425-251-8115• Fax 253-395-5402•www.kcda.org Uniform1 ' Certification Form 2 CFR Part 11 When a purchasing agency seeks to procure goods and services using funds under a federal grant or contract, specific federal laws, regulations, and requirements may apply in addition to those under state law. This includes, but is not limited to, the procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards, 2 CFR 200, referred to as the "Uniform Guidance" or new "EDGAR". All Respondents submitting proposals must complete this EDGAR Certification form regarding the Respondent's willingness and ability to comply with certain requirements, which may apply to specific agency purchases using federal grant funds. For each of the items below,the Respondent will certify its agreement and ability to comply,where applicable,by having the Respondent's authorized representative check, initial the applicable boxes, and sign the acknowledgment at the end of this form. If a Respondent fails to complete any item of this form, KCDA will consider and may list the response, as the Respondents are unable to comply. A "No" response to any of the items below may influence the ability of a purchasing agency to purchase from the Respondent using federal funds. Violation of Contract Terms and Conditions Provisions regarding Respondent default are included in KCDA's terms and conditions. Any contract award will be subject to such terms and conditions, as well as any additional terms and conditions in any purchase order, ancillary agency contract, or construction contract agreed upon by the Respondent and the purchasing agency, which must be consistent with and protect the purchasing agency at least to the same extent as KCDA's terms and conditions. The remedies under the contract are in addition to any other remedies that may be available under law or in equity. Termination for Cause of Convenience For a participating agency purchase or contract in excess of$10,000 made using federal funds, you agree that the following term and condition shall apply: The participating agency may terminate or cancel any purchase order under this contract at any time, with or without cause, by providing seven (7) business days in advance written notice to the Respondent. If this agreement is terminated in accordance with this paragraph, the participating agency shall only be required to pay Respondent for goods and services delivered to the participating agency prior to the termination and not otherwise returned in accordance with the Respondent's return policy. If the participating agency has paid the Respondent for goods and services provided as the date of termination, Respondent shall immediately refund such payment(s). If an alternate provision for termination of a participating agency's purchase for cause and convenience, including how it will be affected and the basis for settlement, is in the participating agency's purchase order, ancillary agreement or construction contract agreed to by the Respondent, the participating agency's provision shall control. OpportunityEqual Employment Except as otherwise provided under 41 CFR Part 60, all participating agency purchases or contract that meet the definition of "federally assisted construction contract" in 41 CFR Part 60-1.3 shall be deemed to include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by King County Directors' Association A School Purchasing Cooperative for Supplies and Equipment Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 CFR Part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity,Department of Labor." Respondent will comply with all Federal statutes relating to nondiscrimination.These include but are not limited to: (a) Title VI of the Civil Rights Act of 1964 (P.L. 88-352) which prohibits discrimination on the basis of race, color or national origin; (b) Title IX of the Education Amendments of 1972, as amended (20 U.S.C. §§1681-1683, and 1685-1686),which prohibits discrimination on the basis of sex; (c) Section 504 of the Rehabilitation Act of 1973, as amended (29 U.S.C. §794), which prohibits discrimination on the basis of handicaps; (d) the Age Discrimination Act of 1975, as amended (42 U.S.C. §§6101-6107),which prohibits discrimination on the basis of age; (e) the Drug Abuse Office and Treatment Act of 1972 (P.L. 92-255), as amended, relating to nondiscrimination on the basis of drug abuse; (f) the Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970 (P.L. 91-616), as amended, relating to nondiscrimination on the basis of alcohol abuse or alcoholism; (g) §§523 and 527 of the Public Health Service Act of 1912 (42 U.S.C. §§290 dd-3 and 290 ee 3), as amended, relating to confidentiality of alcohol and drug abuse patient records; (h) Title VIII of the Civil Rights Act of 1968 (42 U.S.C. §§3601 et seq.), as amended, relating to nondiscrimination in the sale, rental or financing of housing; (i) any other nondiscrimination provisions in the specific statute(s) under which application for Federal assistance is being made; and, (j) the requirements of any other nondiscrimination statute(s)which may apply to the application. The equal opportunity clause provided under 41 CFR 60-1.4(b) is hereby incorporated by reference. Respondent agrees that such provision applies to any participating agency purchase or contract that meets the definition of"federally assisted construction contract" in 41 CFR Part 60-1.3 and Respondent agrees that it shall comply with such provision. Davis Bacon When required by Federal program legislation, Respondent agrees that,for all participating agency contracts for the construction, alteration, or repair (including painting and decorating) of public buildings or public works, in excess of$2,000, Respondent shall comply with the Davis-Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"), the Copeland Act (40 U.S.C. §276c and 18 U.S.C. §874), and the Contract Work Hours and Safety Standards Act (40 U.S.C. §§327-333) regarding labor standards for federally-assisted construction subagreements. In accordance with the statute, Respondent is required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specific in a wage determinate made by the Secretary of Labor. Also, Respondent shall pay wages not less than once a week. Current prevailing wage determinations issued by the Department of Labor are available at https://sam.gov/content/wage-determinations. Respondent agrees that, for any purchase to which this requirement applies,the award of the purchase to the Respondent is conditioned upon Respondent's acceptance of wage determination. As this Project is also subject to Washington Prevailing Wage requirements, Respondent and its Subcontractors of all tiers must pay the higher of the two wages (Prevailing and Davis-Bacon) when they are not the same. Respondent further agrees that it shall also comply with the Copeland "Anti-Kickback" Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that each construction completion, or repair of public work,to give up any part of the compensation to which he is otherwise entitled under his contract of employment, shall be defined under this titled or imprisoned not more than five (5)years,or both. StandardsContract Work Hours and Safety Where applicable, for all participating agency purchases in excess of$100,000 that involve the employment of mechanics or laborers, Respondent shall comply with Sections 102 and 107 of the Contract Work Hours and King County Directors'Association A School Purchasing Cooperative for Supplies and Equipment Safety Standards Act (40 U.S.C. 327-333), as supplemented by Department of Labor regulations (29 CFR part 5). Under Section 102 of the Act, each contractor shall be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than 1 Y2 times the basic rate of pay for all hours worked in excess of 40 hours in the work week. Section 107 of the Act is applicable to construction work and provides that no laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. Right to Inventions Made Under a Contract or Agreement If the participating agency's federal award meets the definition of"funding agreement" under 37 CFR 401.2(a) and the recipient or sub-recipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties,assignment or performance or experiments, developmental or research work under the "funding agreement," the recipient or sub-recipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. FederalClean Air Act and Pollution Control Act Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387), as amended, contracts and subgrants of amounts in excess of$150,000 must contain a provision that requires the non-Federal award to agree to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act, as amended (33 U.S.C. 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). When required, Respondent agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act and the Federal Water Pollution Control Act. Debarment Debarment and Suspension (Executive Orders 12549 and 12689), a contract award (see 2 CFR 180.222) must not be made to parties listed on the government-wide exclusions in the System for Award Management(SAM),in accordance with OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR Part 1966 Comp. p. 189) and 12689 (3 CFR Part 1989 Comp. p. 235), "Debarment and Suspension." SAM exclusions contain the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Respondent certifies that the Respondent is not currently listed and further agrees to immediately notify KCDA and all participating agencies with pending purchases or seeking to purchase from the Respondent if Respondent is later listed on the government-wide exclusions in SAM, or is debarred, suspended, or otherwise excluded by agencies or declared ineligible under state statutory or regulatory authority other than Executive Order 12549. Respondent will comply, and shall assist the Client and KCDA in complying,with the provisions of all applicable acts, regulations and assurances; the following provisions of Education Department General Administrative Regulations (EDGAR) 34 CFR parts 76, 77, 81, 82, 84, 97, 98, and 99; the OMB Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement) in 2 CFR part180,as adopted and amended as regulations of the Department in 2 CFR part 3485; and the Uniform Guidance in 2 CFR part 200, as adopted and amended as regulations of the Department in 2 CFR part 3474. iyrd Anti-Lobb Byrd Anti-Lobbying Amendment (31 U.S.C. 1352), Respondents that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract,grant or any other award covered by 31 King County Directors'Association A School Purchasing Cooperative for Supplies and Equipment U.S.C. 1352. Each tier must also disclose any lobbying with non-Federal funds that take place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award. Procurement of Recovered Materials For participating agency purchases utilizing Federal funds, Respondent agrees to comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act where applicable and provide such information and certifications as a participating agency may require to confirm estimates and otherwise comply. See 2 CFR 200.323. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition,where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery, and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. Profitp, of Price For purchases using federal funds in excess of $250,000, a participating agency may be required to negotiate profit as a separate element of the price. See 2 CFR 200.324(b). When required by a participating agency, Respondent agrees to provide information and negotiate with the participating agency regarding profit as a separate element of the price for a particular purchase. However, Respondent agrees that the total price, including profit, charged by the Respondent to the participating agency shall not exceed the awarded pricing, including any applicable discount,under the Respondent's contract with KCDA. ParticipatingGeneral Compliance with Agencies In addition to the foregoing specific requirements, Respondent agrees, in accepting any purchase order from a participating agency, it shall make a good faith effort to work with a participating agency to provide such information and to satisfy requirements as may apply to a particular purchase or purchases including, but not limited to, applicable record keeping and record retention requirements as noted in the Federal Acquisition Regulation,FAR 4.703(a). King County Directors' Association A School Purchasing Cooperative for Supplies and Equipment By 1 1 signing below 1 1form is true, complete 1 accurate and that I am authorized by my business to make this certification1 all consents1 agreements contained Responden Respondent Certifica / iCertification: YES, I agree or /o NOT agree 1. Violation of Contract Terms and Conditions Yes M 2. Termination for Cause of Convenience Yes 3. Equal Employment Opportunity Yes 4. Davis-Bacon Act Yes 5. Contract Work Hours and Safety Standards Act Yes 6. Right to Inventions Made Under a Contract or Agreement Yes 7. Clean Air Act and Federal Water Pollution Control Act Yes 8. Debarment and Suspension Yes 9. Byrd Anti-Lobbying Amendment Yes 5 10. Procurement of Recovered Materials Yes M 11. Profit as a Separate Element of Price Yes , M 12. General Compliance with Participating Agencies Yes Musco Sports Lighting, LLC Name of Business 5i at re of Author zed Representative Jeff McNulty Printed Name 11 2 2022 Date King County Directors' Association A School Purchasing Cooperative for Supplies and Equipment F DATE(MM/DD/YYYY) A�o CERTIFICATE OF LIABILITY INSURANCE I 06,26,2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed.If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this 2 certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT 4) NAME: Aon Risk Services Central, Inc. Omaha NE office (A/C.No.Ext): (402) 697-1400 ((A No): (402) 697-0017 y a 17807 Burke Street E-MAIL p Suite 401 ADDRESS: _ Omaha NE 68118 USA INSURER(S)AFFORDING COVERAGE NAIC# INSURED INSURER A: Sentry Insurance A Mutual Company 24988 Musco Sports Lighting, LLC INSURER B: Sentry Casualty Company 28460 c/o Musco Corporation 100 1st Ave w INSURERC: Indian Harbor Insurance Company 36940 Oskaloosa IA 52577 USA INSURERD: Travelers Property Cas Co of America 25674 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 570082597162 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Limits shown are as requested INSR TYPE OF INSURANCE ADD SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD WVD MM/DD/YYYY MM/DD/YYYY A X COMMERCIAL GENERAL LIABILITY 1 77 4 7 0710112021 EACH OCCURRENCE $1,000,000 CLAIMS-MADE X❑OCCUR DAMAGE TO RENTED $300,000 PREMISES Ea occurrence MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMITAPPLIES PER: GENERAL AGGREGATE $2,000,000 m LO POLICY �PE ❑X LOC PRODUCTS-COMP/OP AGG $2,000,000 co OTHER: o A 90-16877-03 07/01/2020 07/01/2021 COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY $1,OOO,OOO Ea accident X ANYAUTO BODILY INJURY(Per person) C Z OWNED SCHEDULED BODILY INJURY(Per accident) N AUTOS ONLY AUTOS jp X HI RED AUTOS X NON-OWNED PROPERTY DAMAGE V ONLY AUTOS ONLY Per accident — N D X UMBRELLA LIAB H OCCUR ZUP61M9917720NF 07/01/2020 07/01/2021 EACH OCCURRENCE $15,000,000 L) EXCESS LIAB CLAIMS-MADE AGGREGATE $15,000,000 DED I X RETENTION$10,000 B WORKERS COMPENSATION AND 901687701 07/01/2020 07/01/2021 X I PER STATUTE I OTH- EMPLOYERS'LIABILITY Y/N AOS ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 B OFFICER/MEMBER EXCLUDED? N/A 901687702 07/01/2020 07/01/2021 (Mandatory in NH) AZ, WI E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000—_—_ C Archit&Eng Prof CEo7421139 07/01/2020 07/01/20211 Aggregate $5,000,000-- Claims-Made SIR $250000 SIR applies per policy terms & condi ions Each Claim $5,000:000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,maybe attached if more space is required) Re: Cooperative Purchase Agreement. i King County Director's Association and its members are included as Additional Insured in accordance with the policy provisions S of the General Liability policy. General Liability evidenced herein is Primary and Non-Contributory to other insurance available to an Additional Insured, but only in accordance with the policy's provisions. .� CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. King County Director's Association AUTHORIZED REPRESENTATIVE 18639 80th Ave. South Kent WA 98032 USA ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 3. Pricing Pages 0000 musco., King County Director's Association Bid Pricing Bid#23-406 Sport Court and Field Lighting Manufacturer: Musco Sports Lighting,LLC Address: 100 1st Avenue West,PO Box 808 City,State,Zip Code: Oskaloosa,IN 52577 Contact: Amanda Huch ut Phone: 800-825-6030 Fax: 641-672-1996 Email: musco.contracts@,musco.com All prices are stated in USD.Lighting system pricing stated below includes lighting system materials,lighting design,design consultant services,installation per the specification of this bid and delivery within the State of Washington to the job site.Additional freight maybe incurred outside of the State of Washington. Terms:Net 30 days upon delivery Light-Structure System'"with Total Light Control-TLC for LEDTM technology includes poles,precast concrete bases,LED fixtures,luminaire assemblies,electrical component enclosure and wire harnesses. Light-Structure System'"with Total Light Control-TLC for LED-technology pricing includes 25-year product assurance&warranty program and Control-Link'Control&Monitoring package. SportsCluster°System with Total Light Control-TLC for LEDTM technology includes LED fixtures,luminaire assemblies,electrical component enclosures and wire harnesses(does not include poles and precast contract bases). SportsCluster"System with Total Light Control-TLC for LEDTM technology pricing includes 10-year product assurance&warranty program and Control-Link"Control&Monitoring package.The Constant 10'"warranty is contingent upon a site inspection. Football Price fur Light-Structure TLCPrice for SportsCluster Average Price fur Light-Structure TLCPrice for SportsCluster Average Maintained Grid Grid Avg kW Field Size Pole Setback Uniformity Grid Points Avg kW per hour LED Materials ana TLC-LED Materials ana Maintained Uniformity Grid Spacing LED Materials ana TLC-LED Materials ana Light Level Spacing I-1hnon per Spec Installaton per Spec Light Level Points per hour Installation per Spec Installaton per Spec 360'x 160' 50' 30 fe 2.5:1 30'x 30' 72 28.00 $244,544 $179,995 50 fe 2.0:1 30'x 30' 72 44.64 $321,589 $238,510 360'x 160' 80, 30 fc 2.5:1 30'x 30' 72 33.20 $280,708 $195,429 50 fc 2.01 30'x 30' 72 50.36 $360,968 $262,111 360'x 160' 100, 30 fc 2.5:1 30'x 30' 72 33.20 $314,167 $195,752 50 f, 2.0:1 30'x 30' 72 49.32 $390,521 $262,811 360'x 160' 120' 30 f, 2.5:1 30'x 30' 72 33.20 $315,229 $196,408 50 f, 2.0:1 30'x 30' 72 54.00 $409,270 $276,649 Soccer Price for Light-Structace TL Price for SportsCluster Average Rice for SportsCluster Field Size Pole Setback Average Maintained Uniformity Grid Grid Points Avg kW per hour LED Materials and TLC-LED Materials and Maintained Uniformity Grid Spacing Grid Avg kW Price for LED Materials and TLC-LED Materials and Light Level Spacing Installation S Installation S Points per hour Installation per Spec Installation per Spec per pee Light Level pE1'Spec, 330'x 195' 30' 30 fc 2.5:1 30'x 30' 77 23.40 $217,391 $144,939 50 fc 2.0:1 30'x 30' 77 40.04 $281,161 $207,460 360'x 210' 30' 30 fe 2.5:1 30'x 30' 84 26.52 $226,227 $153,831 50 f, 2.0:1 30'x 30' 84 45.76 $316,114 $230,173 360'x 225' 30' 30 fc 2.5:1 30'x 30' 96 30.16 $241,971 $168,951 50 fc 2.0:1 30'x 30' 96 5 L48 $353,702 $251,781 Baseball/Softball T2.5:1/3.0:1 Price for Light-Structure TL Price for SprtsCluster PrceforLight-StructureTL Price for SportsClusterField Type Field Sme LED Mterials and TLC-LEDMaterials and LED Materials and TLC-LED Materials and Uniformity Grid Grid Points Avg kW per hour Installation per Spec rnstallaton per spec (Inf/Out) Uniformity Grid Spacing Grid Avg kW Installation per Spec rnstallaton per spec S acin Points er hour 60'Base Path 200' 2.5:1/3.0:1 20'x 20' 25/71 12.82 $172,886 $113,493 50130 2.0:1/2.5:1 20'x 20' 25/71 21.12 $211,835 $145,346 60'Base Path 225' 2.5:1/3.0:1 20'x 20' 25/94 15.37 $212,022 $134,999 50/30 2.0:1/2.5:1 20'x 20' 25/94 22.29 $239,618 $161,925 60'Base Path 250' 2.5:1/3.0:1 20'x 20' 25/119 16.58 $240,354 $149,809 50130 2.0:1/2.5:1 20'x 20' 25/119 25.59 $279,133 $188,377 60'Base Path 300' 5:1/3.0:1 20'x 20' 25/176 24.75 $281,470 $187,342 50/30 2.0:1/2.5:1 20'x 20' 25/176 34.16 $325,861 $225,324 60'Base Path 325' 30/20 2.5:1/3.0:1 20'x 20' 25/209 27.09 $294,183 $196,347 50/30 2.0:1/2.5:1 20'x 20' 25/209 38.06 $346,238 $239,187 90'Base Path 300' 50130 2.0:1/2.5:1 30'x 30' 25/71 39.96 $358,311 $247,450 70/50 2.0:1/2.0:1 30'x 30' 25/71 58.94 $439,528 $316,617 90'Base Path 30073257300' 50/30 2.0:1/2.5:1 30'x 30' 25/78 41.00 $369,403 $250,988 70/50 2.0:1/2.0:1 30'x 30' 25/78 61.80 $449,648 $326,403 90'Base Path 350' 50130 2.0:1/2.5:1 30'x 30' 25/100 49.58 $407,572 $285,304 70/50 2.0:1/2.0:1 30'x 30' 25/100 73.87 $527,460 $386,240 90'Base Path 32073607320' 50/30 2.0:1/2.5:1 30'x 30' 25/100 47.24 $393,314 $274,257 70/50 2.0:1/2.0:1 30'x 30' 25/100 73.35 $522,784 $385,874 90'Base Path 33074007330' 50/30 2.0:1/2.5:1 30'x 30' 25/117 49.84 $458,314 $307,929 70/50 2.0:1/2.0:1 30'x 30' 25/117 80.37 $625,638 $434,830 Tennis Avg kW Price for Light-Structure Price for SportsCluster #Courts Average Maintained Light Level Uniformity er hour TLC-LED Materials and TLC-LED Materials and P Installation per Spec Installation per Spec 2 50 to 2.0:1 7.12 $129,271 $82,319 3 50 fc 2.0:1 9.36 $135,231 $87,876 4 50 to 2.0:1 14.04 $165,091 $106,510 6 50 to 2.0:1 16.38 $206,687 $135,217 Basketball-Outdoor Avg kW Price for Light-Structure Price for SportsCluster #Courts Average Maintained Light Level Uniformity TLC-LED Materials and TLC-LED Materials and per hour Installation per Spec Installation per Spec 1 50 fe 2.0:1 7.02 1 $82,928 159,017 Page t of 2 September 2022 King County Director's Association Bid Pricing Bid 1123-406 Sport Court and Field Lighting Basketball-Indoor-10 year parts and labor warran Unir ma,, Avg kW Materials and N Courts LighI Level - per hour Installation per Spoc I-94'x 50' 1 75 fc 2.5:1 5.70 S 103,047 Mini-Piteh System—-10 ear pans and labor warranty Light Level Price for TLC-LED Materials 40 x 84' 25 fc s 105,1100 50'x I W 20 re $1 10.000 CO'x 1201 15 fe 5115,000 MuScoVisinn°-5 year pants and labor arranty Price for Materials per field Diamond Field- S20,OW Rectangular FieldlCovit- S20,0w '�Sn hepn of�ireami i,rcludod.addiiioml hounavaibW f pmrlvsr supplernecital Items Item wt"ial sea per iumi,mi,dunit TLC-LED-1500 lummiture SS 500 TLC-LED-1200 lummatre $5,000 TLC.LED-900 iummaire $4,500 TLC-LED-600 iummaime 54,000 TLC-LED400 lummaire 53500 TLC-BT-575 luminaire S4,000 TLC-RGBW lurnmaire S6,WO TLC-RGB-U lummiaim S6,000 LED Security lummaire S2„500 Conlrol-Unr Retro n Unit( apts to existing contactors-Comrol Module Only,(1)service up to 7 zones-Warranty is LO years Pans& labor 59,550 Conlrol-Link&Controls Contactor Cabinet (Pricing includes(4)30 amp contactors.If project requires.more or larger cantaclors rice may be higher) S11S25 I SMv HID Lamp575 Ballast $205 Capacitor $70 A,Lighting system pricing stated above includes lighting system materials,lighting design,design consultant services.installation per the specification of this bid and delivery within the State Of Washington to thejob site.Additional freight may be incurred outside of the Slate of Washington. B.During the term of this contract.technical upgrades to these products may,periodically become available and will be offered to the owner.Bidder reserves the right to supply upgraded technology provided it maintains on-field lighting performance and enhances benefit. C.The pricing is based on using Musco's typical 5700 Kelvinl75 CRI LED fixtures.Other Kelvin&CR[LED fixture combinations are available end may add additional cost. D,The pricing is based on using 486v:other voltage options are available and may add additional cost E,During the term of this contract tribe Building Codes/Wind Speeds change.Bidder reserves the right to adjust pricing accordingly.Quote for bid based on structural code and wind speed of IBC 2018.100 mph.Exposure C.A change in building code and wind speed.will have a direct effect on the bid price based on percentage increase_Alternate price for increasing building code in LO mph increments(based from 100 mph), state in a value or%over base pricing for each field:10%per even 10 mph increment. F.Pricing is based on using Musco s Control-Linkm Control&Monitoring package.Musco's show-Lighp entertainment service packages available and iviR increase the equipment enaL by I2 A Musco is not responsible for obtaining or any cost associated mffi music licenses. G.Installation or the fmindatiens,poles and luminaries shall be included in the bid price per the specification Installation of the electrical system including but not limited to trenching,backfill.conduit wire.electrical distribution,service cabinet(s)and site restoration+rill be priced separately on a project by project basis and will utilize RS Means pricing.coefficient and must also include the appropriate City Cost Index_ H,Manufacturers do not have to list electrical sub�conlraclors.however,the owner has the right to reject through the submilial process.subcontractors not licensed or listed isilh the local jurisdiction. 1.Above pricing includes delivery and labor for unloading and installation of the equipment per the specification within the Slate of Washington.Above pricing does not include sales LMX. J.Quote based on shipment of entire project together to one location.Delivery,time of order.submittal approval,and confirmation or order delails include voltage and phase and pole location is approximately 6-8 weeks standard shipping. K.Confirmalion of pie locations required prior to production,due to the built-in cuslom light control per luminaire- L.This pricing list should not be considered complete and exhaustive due to the nOLUM of each project being a unique.design-build situation. Compmnv Name:Musco Sports Lighting.LLC Freight is included in a above pricing. Signature n 'r Vv-V pate 2 or2 September lot] KCDA- PURCHA SING COOPERATIVE 18639-80TH Ave S. • P.O.Box 5550• Kent,WA 98064-5550 •Phone 425-251-8115+ Fax 253-395-5402• www.kcda.ora INVITATION FOR BID Bid #23-406 Sport Court and Field Lighting Due 1/5/2023 On or before 2:00 p.m., PST Attachment E SIGNATURE PAGE AND MISCELLANEOUS FEES The undersigned offers and agrees, if this bid is accepted, to furnish any or all of the items upon which prices were quoted, at the prices set opposite each item, F.O.B. delivery point specified in the invitation for Bids, and agrees to make delivery within the delivery dates specified, or as otherwise amended by attachment. Contract Prices Offered 1. Firm for annual contract �] 2. Firm for initial order only ( } 3. Variable by item/group } (Identify under separate cover) MISCELLANEOUS FEES In some cases additional charges may be necessary. These costs are for items delivered direct to Members. Attach additional pages as may be necessary for each manufacturer. "TBD", "Job by Job" etc. is not acceptable and may disqualify your response. Bidders should list out any other pricing for services on additional pages as needed within this section. Delivery Fee: $ %or mileage rate Installation Fee: $ per hour(comply w/ Prevailing Wage - RCW 39.04.010, 39.12.010&020) Design Fee: $ Performance Bond: $ Demolition Fee: $ Restock Fees: $ Lift Gate Fee when required $ OTHER $ NOTE : If services are not documented in pricing pages,fees must be justified by using IRS Means. FUTURE DELIVERIES On occasion, KCDA Members will place orders near the end of the contract period for delivery after the contract period has expired. Will your company honor orders placed during the contract period for future delivery? No Yes X Yes, but only if delivered within 1 / 3,06 months (Circle one) Signed: Firm Name: Musco Sports Lighting, LLC Name and Title: Jeff McNulty, Vice President, Sales and Service Telephone No. 900-825-6030 Email: musco.contracts@musco.com "Note: All lines of information must be provided with submittal. Electronic acceptance of these terms and conditions signifies compliance with all terms and conditions. Attachment E2-Services Price Schedule KCDA-Bid #23-406 Sport Court and Field Lighting NOTE: If your company provides any of the services listed below, please complete the price schedule. If services are not documented in pricing pages,fees must be justified by using RS Means. N Discounted Price or Per Diem Charges (if any) Mileage Charges (if *Additional Discount on Large Projects: � Description Regular Price or Rates Rates Y) an Y/N U i GJ OA .N GJ Discounted Price or Mileage Charges (if *Additional Discount on Large Projects: Rates any)Description Regular Price or Rates Per Diem Charges (if any) Y/N = O v� M U M i �+ aJ N � in Discounted Price or Mileage Charges (if *Additional Discount on Large Projects: GJ Description Regular Price or Rates Per Diem Charges (if any) cJ Rates any) Y/N > ex: Initial (must price) Ex: Follow up training (must price) dA .M H v� Discounted Price or Mileage Charges (if *Additional Discount on Large Projects: UDescription Regular Price or Rates Rates Per Diem Charges (if any) Y) /an Y N i i O CL CL M *Please detail additional discounts on large projects. MISCELLANEOUS FEES In some cases additional charges may be necessary. These costs are for items delivered direct to member agencies. Attach additional pages as may be necessary for each manufacturer. Performance Bond: $ Shipping: $ Lift Gate Fee when required $ or RS Means Rental Scaffolding/Lifts $ or RS Means Raceways $ or RS Means FUTURE DELIVERIES On occasion,KCDA Members will place orders near the end of the contract period for delivery after the contract period has expired. Will your company honor orders placed during the contract period for future delivery? No Yes_X Yes,but only if delivered before within 6 months of the end of contract 4. Product Line Brochures and Literature 0000 musco., oil Mom FE We Make It Happen® occoo mus Musco Makes it Happen T T T Since 1976,Musco has been designing and T manufacturing the highest quality sports and large area lighting systems.Our global Team, innovations,and superior light control technology offers practical,cost-effective,trouble-free solutions backed by a long-term warranty. ■ • Raising the standard for lighting at hometown 1 . fields and the biggest venues in the world. �r • Bringing unmatched experience to provide A%. the most value for your lighting budget. Offering expert guidance from system ORANGE COUNTY GREAT PARK,IRVINE,CALIFORNIA,USA • design through installation,support,service, - • , . ,• , and operation. • Solving real customer problems and providing : solutions that meet your facility's unique needs. MAHER TERMINALS,ELIZABETH,NEW JERSEY,USA ,Q Pictured on the cover(clockwise from top left):LA Coliseum, Los Angeles,California,USA;Wembley Stadium,London,UK; TD Garden,Boston,Massachusetts,USA;Ellsworth Air Force Base,Rapid City,South Dakota,USA;Cedar Stone Community LYNN FAMILY STADIUM,LOUISVILLE,KENTUCKY,USA Park,Smyrna,Tennessee,USA;GPA Appalachian Regional Port, Crandall,Georgia,USA.Background photo:Daphne Park Drive • • • • • •.• • • Complex,Daphne,Alabama,USA. • • • • 2 ....: �► a '� . .o . Y^ ip •y•/ �. - JEDDAH CORNICHE CIRCUIT,JEDDAH,SAUDI ARABIA �+ l y� S Nil STATUE OF LIBERTY,NEW YORK,NEW YORK,USA FIELD OF DREAMS,DYERSVILLE,IOWA,USA 45+Years of Innovations Since our founding in 1976,our Team has been committed to system development advancing light quality and control capabilities that have created new possibilities in sports and large area lighting. 109 7 1977 S ortsCluster°2 is introduced offering major advancements in efficiency and spill and Level-8 x. glare control. rAL -01 AL • } �s Total Light Cont rol'" .0 1 A S? Production begins on the SportsCluster°, M n simplifying installation,guaranteeing Level-8 M and Total Light Control options are alignment,and improving durability. RR introduced as a way 1979 to provide practical .......... The Multi-Watt"'option is solutions for extreme Remote ballast is introduced to reduce system lighting needs. introduced,placing electrical operating costs and increase components in an enclosure programming flexibility. near the base of the pole for easy maintenance. Go a 0 r+ • 7!� 1979................ 1981 1988 4 1991 -.-1999 Light-Structure System`"'is introduced Control-Link'is introduced, engineered as 5 Easy PiecesT'backed by providing customers with a hassle-free seven-year warranty on all an affordable system for ` parts and labor. controlling,monitoring,and scheduling their lights remotely. 1996 001, f, Our 10 Club Service""warranty and performance guarantee The ShowLight°system is introduced, is introduced,eliminating bringing special effects lighting to pre-game, customers'maintenance halftime,and post-game celebrations at costs on parts and labor for professional arenas. 10 years. CII a, AMk 200 } � 5 .5-............ 2005 5 45+Years of Innovations ................................................... F 1 � I � Our Team designs a state-of-the-art LED system for installation at the East Span of the San Francisco-Oakland Bay Bridge,improving driver safety and energy efficiency. Our Team completes the first LED installation at the White House, lighting the external fa4ade and cutting energy consumption by 87%. Ix ® N ................................. ................ i 6 ...... ........ The Communication Structure System-is launched,a monopole solution built using our proven 5 Easy Pieces'"' approach that offers faster deployment, safer installation, and a simplified 0 1 n acquisition process. Show-Light®special effects technology is re-introduced providing new,cutting-edge light shows and color-changing capabilities at venues of all sizes. ........2016. 1 Total Light Control—TLC for LED"technology is introduced,creating new possibilities for sports and large area lighting in terms of light control,spill light and glare reduction,energy efficiency,and reliability. cD • N ~ N N • ..........: 2019 ............ i 2020 �r TLC for LED Musco's Systems Total Light Control" Technology Our unique complete system approach—with Patented visoring lighting,electrical, • structural components © minimizes spill designed • work together—deliversbenefits light and glare, Poletop while custom that can't •_ matched by parts and pieces Luminaire optics and factory from various manufacturers. Assembly aiming achieve more uniform light distribution. withstandDurable,corrosion resistant,and able to high winds. New Applications— Streamlined Wire Light-Structure installation and trouble-fre Harness System" operation. Complete System from Foundation Patented spill and glare control . minimize to Poletop impacton neighbors. Engineered in 5 Easy Pieces'" with all components Superior on-field • -• -• designed to work energy consumption. together. © UL Listed , • CSA Approved • Electrical Retrofit Components Applications— playing environment. Enclosure SportsCluster° Retrofit Lighting System © Designed to perform from your choice of Galvanized structures,includes Steel Pole lighting,electrical components,and new crossarms. Indoor Lighting Precast Applications Concrete High-quality lighting Base and minimized glare for everything from NBA and NHL arenas to high school and recreational gyms. MuscoVision° Communication- Automated Sports Structure System" Broadcasting a Complete System from A complete solution Foundation to Poletop for hometown A monopole utilizing facilities that our 5 Easy Pieces— includes cameras, structural system structural,electrical, adapted to allow networking, Internet Service and production Providers to deploy components,as wireless faster with well as web-and a smaller physical 'J app-based footprint and safer viewing portal. installation process. �[ Fh �SNINiii f- Mobile and Temporary Lighting Superior quality and versatility for supplemental broadcast lighting and settings without permanent systems. _ MirtranTI Racetrack Lighting System Designed specifically for racing, was delivering a precise ribbon of light onto the track while eliminating glare for spectators and drivers. Custom Applications Mini-Pitch SystemT1 Unmatched experience with special Modular Sports Solution build systems for venues with distinctive Transforms underused areas into a high-quality sports pitch,including lights,fencing,goals, architectural environments and settings. benches,lockable storage,and ADA-compliant access. We've been From S stem Development researching and y p developing sports Through Installation and large area lighting applications Our services—from system development through that utilize LED since 2008. installation—are guided by nearly a half-century's worth of experience listening to customers and understanding their needs every step of the way. • Millions of hours devoted to system research, development,and testing. • Decades of experience designing systems that meet each customer's unique needs. • Production and project management expertise to help overcome any challenge. '" 'w .*+ • Unmatched installation capabilities that 00 streamline the process regardless of setting. ^� • Timely support and service from regionally- based technicians. i — - � r 6 l ✓" iI 10 We create custom- designed optics for placement around the LEDs at our r state-of-the-art • manufacturing facilities. WWI— Our on-field light level testing verifies the precision of your factory-aimed system so you're getting the results you need. r� _ f s _ 1 F I Every Musco lighting system undergoes the 11 r same rigorous quality assurance testing that includes nearly 150 quality checks. We build computer J models and - photometric designs based on your facility's specific layout to provide optimal light quality and uniformity. Our unique complete A f system approach streamlines and simplifies the installation process. 11 System Management and Operations We're committed to providing support,software, i networking,and controls that are trouble-free and _ help customers ensure the best possible experience to players and fans. `� ✓ • Control-Link®Controls and Monitoring— �•- `� proactive monitoring,scheduling,and j call center support 24/7/365. A • Show-Light®Entertainment Packages— cutting-edge light shows with light-to-music synchronization and color-changing q , RGBW technology. • MuscoVision®Automated Sports Broadcasting— %J professional livestream productions from hometown fields and facilities. i . • Warranty and Performance Guarantee— hassle-free,covering every part and all labor from touchanywhere,with the of a button . have the supportof a fully- well into the future. staffed Control-Link FEATLJRE�6ROA�CASTS Musc E%PL6RE WHAT'S FRENOIH� • • easy-to-navigate portal • games to be streamed and watched on any smart device. F iNO•WME A 12 r Show Light®is an ideal solution for taking your game night experience to the next level with t=_ exciting light shows to celebrate players,halftime shows,and team wins. r_ *41 n o Our design engineers create an array of custom light shows and color-changing scenes for customers to choose from with their Show-Light'entertainment package. Our solutions are backed by long-term parts and labor warranties,along with regionally- based technicians and 170 support staff dedicated to the performance of your system. Many communities have utilized our - Show-Light®color-changing technology to highlight unique structures,celebrate their history,and commemorate events. _ • Experience experience,Our system approach,superior technology,depth of ... set • apart From hometown fields to county-wide complexes to world-class stadiums to international airports. Tottenham Hotspur Stadium Projects ofall types • - than 100 countriesLondon,United Kingdom around - globe. Created a one-of-a-kind TLC for LED®system for one of the most innovative new stadiums in the world.Minimized glare for better in the visibility and integrated custom controls with other feature lighting Creating - possibilities • • • for cutting-edge special effects and light shows. most . . environments and _ _1� - Nk Charlotte Douglas International Airport Charlotte,North Carolina,USA Designed a TLC for LED®system that reduces energy consumption and provides clear,uniform lighting—creating a safer overall work environment for staff. r N Van Olympic Sports Center Van,Shaanxi,China Installed state-of-the-art TLC for LED®system at Van Olympic Sports Center,which served as a brilliant global stage and main venue for China's 14th National Games. Cedar Stone Park Island Country Club Cedar Stone Community Park,Smyrna,Tennessee,USA Ansan,GG,Korea Helped the City of Smyrna,Tennessee,expand recreational Helped Island Country Club take advantage of the many benefits of opportunities by installing custom TLC for LED'systems at Cedar night golf with a TLC for LED'system with BallTracker°technology Stone Park,the first newly-built youth baseball fields the city had that prevents spill and glare while creating exceptional visibility constructed in 20 years. allowing players to track the entire flight of the golf ball. .r ' A f�- Yas Marina F1 T"Circuit Rogers Place,Home of the Edmonton Oilers Abu Dhabi,UAE Edmonton,Alberta,Canada Overcame challenging rocky environment to install a highly- Designed a TLC for LED®system that adapted to the arena's unique, customized system with nearly 4,700 luminaires,and helped stage innovative architectural design and achieved the ultimate spectator the first ever twilight run of a Formula 1'" event. experience for everything from professional hockey to major concerts. r� Estadio Caliente LMX TD Garden,Home of the Boston Bruins and Celtics Tijuana,Mexico Boston,Massachusetts,USA Included Show-Light®entertainment package as part of this custom Worked around the arena's busy concert schedule to install a TLC for TLC for LED'system,allowing Club Tijuana to wash the stadium Xolos LED'system that would meet lighting standards for the NBA and NHL. red during pre-and post-game light shows. re I - N Partnerships Our Team is proud to partner with leaders in sports and recreation to support quality facilities and programs for youth and community development. OOLO M,�,� �� as E F D N INTERNATIONAL DARK-SKY ASSOCIATION American Academy for Park Babe Ruth League® European Football for International Dark-Sky and Recreation Administration Development Network Association Littlev League MINOR LEAGUE BASEBALL Little League®Baseball Minor League Baseball" National Collegiate Athletic National Interscholastic and Softball Association Athletic Administrators Association �� MAJOR P2. ll .o.�..... SOCCERFOU IIIII■� ATION National Junior College National Recreation U.S.Soccer Foundation' United Soccer League Athletic Association and Park Association "a Y(2UTH DEVELOPMENT FOUNDATION MLB-MLBPA Youth Development Foundation •••• mus�w, We Make It Happen. WWW.MUSCO.COM . . 800.825.6030 O ..I . 1/i i grn r.. n ht.. ...fn rp 6.. .. -. -.] In rl n P In rl.. 11 ... -.0 . i rY d 1 T l �r World Class Leaders Sports and Large Area Lighting _ - 0000 mus We Make It Happen SPORTS LIGHTING SOLUTIONS London,Tottenham Hotspur Stadium . . . D@ world.system for one of the most innovative new stadiums in the �:. ri ii i 1 t r it�1�0* Custom designed virtually every aspect of includingthe system . componentsstructures and remote electrical _ enclosures in dedicated electrical rooms. q integrated7 Minimized glare for better visibility and cutting-edge ` ... . special effects and light shows. T k: Seoul Olympic Stadium Yas Marina F1'"Circuit Seoul,South Korea Abu Dhabi,UAE Designed versatile system capable of meeting the needs for major Overcame challenging rocky environment to install a highly- sports,concerts,and entertainment events,while reducing energy customized system with nearly 4,700 luminaires,and helped consumption by 63 percent compared to prior metal halide equipment. stage the first ever twilight run of a Formula One event. Estadio Caliente LMX TD Garden, Home of the Boston Bruins and Celtics Tijuana,Mexico Boston,Massachusetts,USA Included Show-Light+®entertainment package as part of this custom Installed customized TLC for LED system without disrupting the arena's TLC for LED system,allowing Club Tijuana to wash the stadium Xolos red busy concert season,and met the distinct lighting standards of both during pre-and post-game light shows. the National Basketball Association and National Hockey League. • •.-� - �. is .��^ 4i. .. r .. . _ i• J Rogers Place, Home of the Edmonton Oilers Lamade Stadium Edmonton,Alberta,Canada Williamsport,Pennsylvania,USA Designed a TLC for LED®system that adapted to the arena's unique, Partnered with Little League®since 1994 to develop the A Safety innovative architectural design and achieved the ultimate spectator Awareness Program""(ASAP""),which fosters and expands safety initiatives experience for everything from professional hockey to major concerts. and helps prevent injuries. ,:;;7- Anna Meares Velodrome Shougang Ice Hockey Arena Chandler,QLD,Australia Beijing,China Engineered a customized,energy-efficient system in time for the Helped transform a former coal station into an energy-efficient hockey 2018 Commonwealth Games,making it the first velodrome in arena with customized TLC for LED lighting that will achieve broadcast the world with digital broadcast quality TLC for LED lighting. requirements for the 2022 Olympic Games. AT&T Stadium Home of • • • Arlington,Texas,USA Reduced • • enhanced visibility for players and spectators with the TLC for customoptics and patented visoring. is-:a. st: _ Increased light levels by percent qr to meet broadcast requirements for •r television networks. Reduced energy consumption by 76 percent from prior metal halide • • equipment. _ r ` l^ - SPORTS LIGHTING SOLUTIONS Y4 _ IL at a +YL .�.. Wimbledon Centre Court Coetzenburg Athletics Stadium London,United Kingdom Stellenbosch,South Africa Designed an innovative TLC for LED system for the retractable Helped the stadium achieve efficiency goals,attract internationally roof at the All England Lawn Tennis and Croquet Club Centre renowned athletes and events,and become the first athletics Court,using both direct and indirect lighting to achieve stadium in South Africa to feature LED lighting. broadcast requirements for The Championships. r " A Southwell Racecourse Nissan Stadium Southwell,United Kingdom Yokohama,Japan Created an innovative,adaptable system capable of lighting just the Engineered a TLC for LED system to meet the lighting requirements of the sections of track utilized in each race—ranging from five furlongs to 2019 Rugby World Cup and 2020 Olympic soccer matches,and created two miles—and made it Europe's first horse track with LED lighting. exciting special effects with light,sound,and video synchronization. i l� Arthur Ashe Stadium St. Mary's Stadium, Home of Southampton F.C. New York,New York,USA Southampton,United Kingdom Fabricated custom mounting brackets for the stadium's unique Replaced another manufacturer's LED lighting to solve problems with architecture,significantly reduced glare from affecting players,achieved glare and reliability,and included special effects capabilities to create HD broadcast requirements,and cut energy consumption by 73 percent. exciting light shows for the first time ever at Southampton's home ground. Estadio Municipal de Lo Barnechea, Mokdong Baseball Stadium, Home of A.C. Barnechea Home of the Nexen Heroes Santiago, Chile Seoul,South Korea Engineered innovative field lighting system at the historic, Installed a custom TLC for LED®system that enhanced the experience for 80-year-old stadium to improve visibility for players and create players and fans and differentiated Mokdong Stadium from other baseball a more memorable experience for Barnechea fans. venues in South Korea. Nationa101ympic Center Stadium Beijing,China ■ •■ Developed a cutting-edge TLC for LED system for the one-of-a-kind architectural design at the stadium with stunning special effects and .If showslight-to-music • • '�' TRANSPORTATION AND INFRASTRUCTURE LIGHTI Abi t^ Harry Reid International AirportLas Vegas,Nevada,USA Ensured better . . . . . . . crews,and air traffic . . . .. uniformmore . distribution, . . . Provided a complete retrofit solution using custom mounting brackets,luminaires,and rrwire harnesses on airport's . .. .,.o consumption .. . prior HIPS lighting,eliminated maintenance costs million-year parts and labor warranty,saving LAS hi with 10 more than$1.3 decade. �`�.. & w r A& Taulov Intermodal Facility Mason Empty Depot—Georgia Federicia,Denmark Ports Authority (GPA) Delivered a complete solution from foundation to poletop which Savannah,Georgia,USA achieved better visibility for workers,cut energy consumption by 58 Provided uniform light coverage throughout the massive facility, percent,and eliminated maintenance costs for the next 10 years. trouble-free installation,and easy remote facility management with Control-Link®control and monitoring system. JAXPORT Cruise Terminal— Bristol Airport (BRS) Jacksonville Port Authority Bristol,United Kingdom Jacksonville,Florida,USA After exploring several lighting manufacturers,Bristol chose Musco Reduced operating costs by$1.6 million over 10 years for its superior quality,light control,and efficiency;as well as the at Florida's number one container port complex. long-term parts and labor warranty that eliminates maintenance costs. ING SOLUTIONS - 0 Associated British Ports— Newport Docks Vancouver International Airport (YVR) Newport,South Wales,United Kingdom Vancouver,British Columbia,Canada Improved visibility for workers with increased light levels and better Helped the second busiest airport in Canada reduce energy uniformity while also reducing energy consumption by 81 percent. consumption by 60 percent and increase light levels by 40 percent with a retrofit TLC for LED® system. i Pittsburgh Intermodal Rail DP World Jebel Ali Port Terminal 2 Terminal—CSX Transportation Dubai,UAE Pittsburgh,Pennsylvania,USA Earned DP World's 2014 Excellent Performer Award after installing Lighted a 70-acre facility using TLC for LED technology that achieved a TLC for LED system at Terminal 2 which greatly improved superior light quality and control,better energy and operational efficiency,light control,and reduced cost of ownership. efficiency,and eliminated long term maintenance costs. DP World Vancouver Vancouver,British Columbia,Canada �. Achieved minimum lightof 1 consistently throughout the terminal, improving .. �y _ .� consumptioncontrol without creating glare for workers. Reduced energy compared ' - costsand eliminated maintenance • with a long-term parts and labor warranty. 7i .7 . . customized sol4 ution utilizing existing poles along with custom-built crossarms,electrical enclosures, �.. reliableand luminaires for operation. ARCHITECTURE LIGHTING SOLUTIONS Statue of Liberty New York,New York,USA Installed a temporary . lighting solution Replacedto light the monument after damage sustained from Hurricane Sandy. .. a permanent TLC for .c system with opticscustom the aesthetic details of the monument while minimizing sky glow above _ Doubled the light levels projected onto the monument while reducing energy consumption by• percent compared to metal halide equipment. iy - Y ---- Des Moines Marriott Grand Central Terminal Des Moines,Iowa,USA New York,New York,USA Utilized color-changing RGBW technology to give an exciting presentation Highighted the fa�ade's architecture with attractive contrast,reduced to the building's facade and the night time downtown skyline. energy consumption by 80 percent compared to prior lighting, and greatly reduced glare from affecting pedestrians,drivers,and neighboring buildings. 1 m e 1 ti ■ ■ ■ 1L l 1 it The White House Al Dhaid Flagpole Washington D.C.,USA Sharjah,UAE Custom designed a one-of-a-kind system,Musco's first architectural Developed a customized LED system to illuminate lighting solution utilizing LED technology,to light the White the flag of the United Arab Emirates. House exterior at the request of First Lady Laura Bush. Mount Rushmore National Memorial Ministry of Foreign Affairs Keystone,South Dakota,USA Abu Dhabi,UAE Custom-built a new permanent TLC for LED®system Created energy-efficient TLC for LED system to illuminate the projecting light over 1000 feet to adapt to the unique physical building's exterior and highlight its architecture,as part of an environment and beautifully illuminate the memorial. expansive national initiative to convert to LED technology. Sava Bridge SW 5th Street Bridge, Principal Park, Iowa Capitol Belgrade,Serbia Des Moines,Iowa,USA Designed a custom LED lighting system for the exterior of one of Enhanced the Des Moines night skyline with custom-designed TLC for LED the longest single-pylon cable-stayed bridges in the world. systems at the state's Capitol,Principal Park(home of the Iowa Cubs),and the adjacent SW 5th Street Bridge leading to the city's downtown area. San Francisco-Oakland Bay Bridge East Span San Francisco,California,USA I F_ Developed an • • • systemIncluded more than 1,600 light fixtures r� utilizing LED technology to meet the meticulous performance and aesthetic requirements at the Bay Bridge. •� and 51,500 LEDs perfectly aimed to provide a safer envir• • glare for00,000 daily drivers. i e Reduced energy consumption • p 1 percent compared to metal • • • equipment. TEMPORARY LIGHTING SOLUTIONS r !I lli 111 II III 111 lu 2014 Winter X Games Notre Dame Stadium - First-Ever Night Game Aspen,Colorado,USA South Bend,Indiana,USA Delivered mobile and temporary lighting solutions to provide the best Engineered a first-of-its-kind mobile lighting solution within possible night time setting for this major ESPN winter sports competition. just eight months to meet broadcast requirements and help bring the first-ever night game at Notre Dame Stadium, featuring the Fighting Irish and Michigan Wolverines. United States Capitol Space Shuttle Launch Complex 6 - Lighting Test Washington D.C.,USA Vandenberg Air Force Base,California,USA Designed mobile lighting solutions for several presidential Conducted lighting test and provided photo optic lighting for inaugurations,the funeral services of President George H.W.Bush, high speed photography at Space Shuttle Launch Complex 6. and major events at the Capitol including"A Capitol Fourth on PBS" bdIN Fort Bragg Field,Atlanta Braves vs Miami Marlins Titanic Movie Set Fort Bragg,North Carolina,USA Rosarito Beach,Baja California,Mexico Created a temporary system for the Fort Bragg Game between the Atlanta Provided an even light source around the movie set of an 800-foot Braves and Florida Marlins,the first regular season professional sports model of Titanic for complex special effects sequences during event ever held on an active military base and broadcast on ESPN. the filming of one of the highest-grossing films of all time. Air+ Style Show Red Bull Stratos Pasadena,California,USA Roswell,New Mexico,USA Developed the first-ever mobile lighting solution using the Provided lighting at the launch of Red Bull Stratos,which was a LED light source,meeting network broadcast requirements skydiving event that took skydiver Felix Baumgartner 24 miles into the at the Big Air ramp which was nearly 16 stories tall. stratosphere and broke the record for the highest altitude jump ever. 2014 Sochi Winter Games temporarySochi,Russia Custom designed lightingpermanent solutions, supplementalas Helpedvenue at the Winter Games. the event venues achieve broadcast . .major networks airing the competitio Overcame frequent timeline adjustments . logistical challenges to get the lighting installed . necessary level for D broadcasts. I , ry I ION j Illinois State University Mount Rushmore Mokdong Baseball Stadium Redbird Arena National Memorial Seoul,South Korea Normal,Illinois,USA Keystone,South Dakota,USA Academy Award' International Lighting EMMY°Award The Academy of Motion Picture Design Award Musco was awarded Arts and Sciences awarded The 1993 Paul Waterbury Award an Emmy by the Academy of Musco an Academy Award of Excellence for Outdoor Television Arts and Sciences for scientific and engineering Lighting,one of two presented for lighting NCAA achievement in film lighting, worldwide,was awarded to football telecasts. Musco for innovative design at Charlotte Motor Speedway. 0000 mus We Make It Happen www.musco.com e-mail:lighting @ musco.com On the cover:Emirates Stadium-Arsenal Football Club,Holloway,London,U.K;Statue of Liberty-New York,New York,USA;Vas Marina Clrcuirt-Abu Dhabi,United Arab Emirates FORMULA ONE,Fl,and related marks are trademarks of Formula One Licensing BV.Little League-is a registered trademarkof Little League baseball Incorpomted.TLC for LED Is a trademarkof Musco Spons Lighting,LLC and is registered in the United States.Academy Award-is a registered trademark and/or service mark owned by the Academy of Motion Picture Arts and Sciences.EMMY•is a registered trademark and/or service mark owned by the Academy of Television Arts and Sciences"and/or the National Academy of Television Arts and Sciences. 01994,2022 Musco Sports Lighting,LLC-M-1 440-enUS-13 0000 musco® ALWAYS READY FOR ,40 kk k• f ';67-- -E-" _�"ram • Yd — .f 21 x+ l : + tr Musco's LED Solutions -=? As more organizations transition to LED field lighting, they're finding out that the performance of different LED sports lighting varies greatly. We've spent over 40 years designing systems with one thing in mind — solving problems. Our Total Light Control -TLC for LED' technology is the result of a depth �+ of knowledge that cannot be matched, achieving results for customers — and solving their problems — in ways others simply can't. �r x r , ` s i ry k } Will .r. �= 00:01. Scan or visit to learn more: Y MUSC 0 www.musco.com/project-showcase/tided/ :� :r o-> LakePoint Sporting Communityv00PLO wanted to see the players SysT�� ball like never before . With eight baseball fields for elite travel teams, LakePoint needed lighting that would enhance player visibility and let them track the ball's entire flight. By using our TLC for LED system with BallTrackerTMtechnology — which creates precisely-aimed vertical lighting targeted to enhance visibility of aerial balls — that's exactly what they got. w Aw- "When you stand at home plate and lookout to center field and there's no glare, but the field is totally bright and the white of the ball pops, it looks amazing." r Scan or visit to learn more: - Tyson Kimm, Vice President of Perfect Game USA, main tenant at LakePoint www.musco.com/project-showcase/lakepoint/ ❑� "r When the original lights went on at Notre Dame CIO NTVt Pre , nobod was hapY PPYO Excessive glare and spill brought complaints from homeowners, motorists, and the City of Scottsdale, forcing the school to shut the lights down until a solution was found. When the original manufacturer failed, we were brought in and custom-designed a TLC for LED solution that eliminated glare and spill from impacting the surrounding area. -�--�__ — - — "We could not imagine our field looking more beautiful than it does now. We are so grateful for the excellent products and customer �rI1d ------------- --'- � �� service we received from Musco Lighting:" Scan or visit to learn more: R��l1 ! --------- ' i - - www.musco.com/project-showcase/ndprep/ � ----- -�� �" .--.-----�--- -� - ' - Jill Platt, Principal, Notre Dame Preparatory High School Jrr.ar4e, 1T11111 _ - - -- ' I - r� Alpine Field needed a retrofit 00p`Fr� solution to replace its newly Y installed lights, fast. The field at the University of Colorado Colorado Springs quickly became a source of complaints when its LED lighting from a different manufacturer created glare and spill for nearby homes. Within weeks our TLC for LED system was retrofitted onto the original poles, saving UCCS money and eliminating the impact on neighbors. - - IU=00 r 1 0 - 01 "The results are absolutely phenomenal. ) had neighbors calling saying they couldn't believe the difference. We got our nights back again.Ar F � Scan or visit to learn more- - Ron Toman, Eaglerock Neighborhood Association www.musco.com/project-showcase/alpine/ ❑ h Pao 4s With over 6,, 000 students la i n p Y g 0 intramurals, Clemson needed field lights it could count on . High hours of usage at LoConte Family Field required lighting that was efficient, reliable, and easy to program given the field's remote location. Our TLC for LED solution reduced energy consumption 63 percent compared to metal halide, and with the 24/7 monitoring and remote scheduling of Control-Link°, the field is always ready for play. I—;"4;O� -1 ML 0J "Musco's LED system has allowed us to increase intramural programming by 4 -�Scan or visit to learn more: extending hours, and the ability to program the lights remotely is a neat feature." ❑� www.musco.com/project-showcase/clemson/ - Chris Cox, Assistant Director of Intramural Sports, Clemson University y They just didn't want new If lights at Pridgeon Stadium , theywanted to make history, °"TV As a home stadium for the Cypress-Fairbanks ..we. 6 �* School District, the 40-year-old venue needed to greatly improve on-field light quality. Our TLC for LED system's custom optics provided superior light levels and uniformity, and made Pridgeon Stadium the first high school sports complex in the-U.S. to be•lit entirely with LED. 5II Aff _ l O 4 - - - - - - - - - - - "We have an average maintained footcandle higher than anyone 1 know. And [gin M that s something to boast about. You could host ESPN games out here. T1 Scan or visit to learn more- -Josh Solis, Project Manager, Cypress-Fairbanks Independent School District www.musco.com/project-showcase/pridgeon/ 0 P�Ways Seminole County wanted a s orts com lexpremier p p • RE"°y without breaking the bank. To make it happen they needed high-quality field lighting that would eliminate maintenance concerns and costs. Our parts and labor warranty, which covers every part and all labor, helped Seminole County save over $1 million in operating costs for the next decade. r - .. � � � — _ I i I _.. "� � _ r.. .. r! - � I ..-ti .a.Ja;_. .� .� i.� -3 l ._- •� -Sri K—wr �rY ' ��` _ Rol _ +r j 00 0 0 "Players love it. We love it. It's saving us money. Musco has been Scan or visit to learn more: an incredible partner through the entire process." '1: www.musco.com/project-showcase/seminolecounty/ —Joe Abel, Director of Leisure Services, Seminole County, Florida Energy Y efficient was the name `° Sr of the for re - Ii htingame g g s Julian Fisher Park, "G The City of Monrovia wanted high-quality lighting for the park's frequently used basketball courts that would conserve energy and keep costs down. Our customized two-pole design and TLC for LED technology delivered the light levels and uniformity the courts needed, and cut energy consumption 51 percent compared to metal halide. - • �x . _ "Musco's state-of-the-art LED lighting not only reduced our electrical s ' use, it also has improved the overall park lighting dramatically." Scan or visit to learn more: - Tina Cherry, Public Services Director, City of Monrovia www.musco.com/project-showcase/julianfisher/ Will stor be next ? your Y Whatever problem you're trying to solve, we've probably seen it and helped someone overcome it. Because that's what has driven us to design and create the most innovative sports lighting solutions in the world for over 40 years. Will your story be next? - Call us today, 800/825-6030 or visit www.iwantlighting.com Md G H r ��,w a ys C.o s Y. 00:0 C! MUSC0® sYs T*.� O N T S0 "et Sq V' N�y tK + i l OCCO mus We Make It Happen. WWW.MUSCO.COM e-mail:lighting@musco.com 02015,2018 Musco Sports Lighting LLC•M-1897-enU5-2 U.S.and foreign patents issued and pending. TLC for LED Total Light Control TM 000 r� `/c`/G mus We Make It Happen. Keeping Good Lighting Affordable With the emergence of LED sports lighting,facility owners are discovering that different manufacturers produce vastly different results. The LED light source has distinctive challenges and advantages.To realize the full potential of LED lighting,it takes experience and a proven system for controlling and applying the unique characteristics of the diode in a sports setting. With Musco's more than 45 years of experience—and over a decade of researching LED—our Team has looked at the combination of issues to achieve the best solution to meet your needs from structures,to quality of on-field light,to off-site impact,to energy and costs. The result is a system that makes Musco's great lighting even better. Better for players... who want to perform their best and be able to track the entire flight of the ball. Better for fans... who want to see the game better and enjoy world-class light shows watching preps or the pros. Better for neighbors... who won't have light spill or glare in their homes or lights left on when not in use. Better for the night sky... with more light directed onto the field and less spilling above it. Better for your budget... an affordable system that's built to last and control operating costs. And you won't have to worry about maintenance costs for up to 25 years. 02016,2022 Musco Sports Lighting,LLC U.S.and foreign patent(s)issued and pending I 1 Control from foundation to poletop. . . from the light source to the field, preserving the night sky. . . assuring the results you expect, day 1 . . .year 1 . . . and for 25 years. A Unique System Design 5 Easy PiecesTM complete from foundation to poletop. While other manufacturers produce single light fixtures,our system approach delivers better long-term reliability and trouble-free operation. Whether it's Light-Structure System—complete from foundation to poletop,or SportsCluster-System retrofitted to existing structures,we include lighting,structural,and electrical components designed to work together. Our system provides a more protective environment for the LED's sensitive electronics, integrated grounding,surge protection,and remote drivers so servicing can be done from a step ladder,not a lift. And we guarantee its performance for up to 25 years. from the foundation to the poletop. Poletop Luminaire TLCforLEU Assembly Total Light Control" Wire Harness Electrical Components Enclosure 0 f� Galvanized Steel Pole Precast Concrete Base 'Advancements in all aspects of fixture design are critical to achieving the full Integrated Lightning performance of LED technology. Ground system —U.S.Department of Energy www.energy.gov/eere/ssl/led-basics 77 A Better Night Game Experience The key issues in sports lighting haven't changed—how do you put more light onto the field,spill less around it,protect the night sky,reduce glare,and ensure it performs when needed and withstands the elements. l OurTLC for LED'system delivers highly-controlled downward light from the poletop,along with precisely-targeted upward light from our BaIlTracker° luminaires.Together,this patented system illuminates the underside of a ball in flight,creates better contrast against the dark night sky,and creates unparalleled cut-off,preventing spill and glare from affecting the surrounding area. And for an enhanced entertainment experience,Musco's strategically located color-changing luminaires and innovative light-to-sound synchronization capabilities create Big League light shows for players and fans at fields of all sizes. This is why, when you walk onto a field lighted by Musco, it just looks better. Sahlen Field Buffalo,New York,U`. "Now you can actually see the seams of the baseball coming in at you, and you can pick up spin easier. BaIlTracker is really important because when the ball gets up into the air it keeps the ball white against the dark sky.So it helps a lot." —Nate Esposito,Wilmington Blue Rocks(MiLB) }ti. from the light source to the field. Estadio Tigres.Nuevo Leon,Mexico Fri e} l�r 51 .R ---r ... . Ark iol Al 77, All A Solution Neighbors Will Love •77 Emitting light is easy,controlling it isn't.At Musco,we care as much about Musco Metal 40 years of research, preserving darkness around your field as we do putting high-quality Halide System lighting onto it. Our system's custom optics,designed around the LEDs,control and apply the light precisely where it's needed.And our patented fixture visoring greatly reduces glare at the light source. This means no spill light or disruptive glare affecting neighboring homes, and the preservation of dark skies above.It's why our system could be installed at a large,multi-field sports complex located in close proximity to an international airport. Our light control capabilities have made lighting possible at fields where,previously, it wasn't allowed due to community concerns. preserving the night sky. "Glyndon Park is in a naturally wooded residential area. We didn't want to illuminate the homes of neighbors in the areal initially wasn't supportive of putting in traditional lights. The product Musco has developed — - allows us to light this field,yet light nothing else around it." - - -Parks and Recreation Director,Vienna,VA Glyndon Park Little League,Vienna,Virginia,USA Today Today Musco LED Other Luminaire increasing efficiency and minimizing environmental impact. System Manufacturer LED i i 4!L. light produced,wattage,height,and aiming angle. What often is What can be Light Energy:Use,Lose,Abuse Luminaire m. Other LED Musco Manufacturer TLC for LED® 1, F A Field That's Always Ready for Play With the remote facility management of Musco's Control-Link®service,your field will always have light when it's needed. You'll be able to instantly turn your lights on or off from anywhere,with the touch of a smart phone.Our Team at Control-Link Central—will be there for you 24/7 to provide scheduling and monitoring support. In fact,if a problem arises we'll likely know about it before you do,right down to the fixture.Here's a look at the service we provided customers in just the past year: • Turned lights on/off remotely for more than 7.6 million events. • Conducted routine inspections and maintenance at over 11,000 fields. • Helped with scheduling and answered questions on over297,000 calls, over 981,000 app sessions, and 1.3 million web site log-ins. • Traveled enough miles servicing fields to circle the equator 24 times. And with our 25-year parts and labor warranty,you'll have peace of mind for the next 9,125 days knowing that you'll pay zero maintenance costs,won't have headaches over staffing and managing your lights, and will be free from neighbors complaining about lights being left on. assuring the results you expect. I 1 Our R&D,customization,and application capabilities deliver solutions specific to each customer's needs. "Musco called to let us know there was an issue before we knew we had o problem." —Stephen Cooke,CPRP,CYSA i Greenville County Recreation Athletics Manager,Taylors,SC Our regionally-based technicians provide prompt service for 25 years. ..:... .....: rav i I — i. Our Control-Link service provides 24/7 proactive monitoring and the support of a fully staffed call center. i Musco's Light-Structure SysteM performs in real world conditions for25 years, guaranteed. We Make It Happen. r � .. b�N^ Control from foundation to poletop... from the light source to the field, preserving the night sky... assuring the results you expect, day 1...year 1...and for 25 years. mus We Make It Happen..:. www.musco.com e-mail:lighting@musco.com hone: 800.825.6030 @2016,2022 Musco Sports Lighting,LI-C-U.S.and foreign patent(s)issued and pending M-2182-enUS-4 j 44 � I11111itf111;111111[I1�1 ' r 1 rf Retrof it Lighting Solutions Musco's TLC for LED"Technology COOO mus o 9 We Make It Happen , � _ ..tea• ,ems=?�`� .�.1_ n,_I! - - - -- - - -YtT -- ------------------------------- - ... .. y I ;1 arf�. ,N I _ � _ 1 y4 A Proven Retrofit System The quality of LED sports lighting is only as good as the system that applies it.Across the country,and around the world,sports venues of all sizes are discovering this every day. At Musco,we're using our more than 40 years of experience in light and glare control to take advantage of the unique characteristics of the LED source.As a result,our system-based TLC for LED'technology realizes the potential of LED as a retrofit solution in ways single fixtures simply can't. Better On-Field Lighting The whiter and more uniform distribution of TLC for LED improves visibility for players and fans. Total Light Control' Our patented glare control technology preserves darkness around fields like never before. Improved Efficiency We've helped retrofit customers reduce energy consumption by as much as 80 percent. Long-Term Parts and Labor Warranty No worrying about maintenance,or paying for it,for anywhere from 10 to 25 years. "Musco's design for Petco Park was different from the competitors by far. They actually redesigned our sports lighting racks.So we basically put up a brand new rack,already pre-aimed. When we compared Musco's product to all the competitors we felt they had the least amount of glare. We don't have any dark spots on the field,and our light levels blow away Major League standards." -Randy McWilliams,Senior Director of Engineering San Diego Padres 00:0 mus We Make It Happen, Retrofitting with Musco's TLC for LED"Technology Existing Light-Structure System" When you walk onto a field that's been retrofitted with Musco's LED technology, it just looks better.There's a reason for that. Our solutions are Y as a designed system—with 9 lighting,electrical,and structural components - engineered to work together.We'll conduct a structural assessment of your current lighting, and our retrofit solution will include a new wire harness and new,custom cross arms to ensure structural integrity and long-term reliability. i I.. Structural Analysis — — — — — — — — — — -To determine integrity of existing support structure i Retrofit to TLC for LED"Technology 44: f� 5 . •Patented optics and glare control for better Poleto p on-field lighting and precise control Luminaire Assembly �. _ •New cross arms to replace existing support structure •Factory wired,aimed,and tested •Single aiming point for fast,reliable installation Wire Harness •New factory-built wire harness •Custom made per pole length and luminaire configuration •Ensures no exposed wiring and solid Electrical connections with quick connect plug-ins Component Enclosure •Located remotely for easy access •Houses major electrical components •Factory wired and tested,with surge protection and fusing for sensitive electronic components In addition to retrofits,Musco . . sports lighting solutions that are complete and newly installed at stadiums, Better On �Fleld L16 Every lighting project is unique. But at the core of each of them is improving the quality of light on the field of play. We've spent more than a decade researching and designing systems around LED.TLC for LEDT'along with our innovative BallTrackerTI technology delivers a whiter and more uniform light, allowing players and fans to track the entire flight of the ball. i asp x�+c 11 .+ HI MWX)CK9 FIELD .� i • �o L - :eS�N!3�4;1 i%=REF'1 r a� Na "This is my 25th year in coaching and this is far and away ' the best lighting 1 have ever seen at a baseball stadium. We feel like Plainsman Park now possesses the best lighting T 0 9 system in America and that is a big deal to us." ss =. ,-^" f Butch Thompson Auburn University,Head Baseball Coach Auburn University - Samford Stadium- Hitchcock Field at Plainsman Park Auburn,Alabama, USA The Challenge •Increase light levels and improve the quality of on-field lighting and player visibility •Mount luminaire assemblies on the existing poles from the previous lighting equipment •Make the experience at one of college baseball's best stadiums even better The Solution •University project leaders visited two other college stadiums to observe the performance of different LED lighting •One featured Musco'sTLC for LED'technology,while the other had LED fixtures from another manufacturer •Auburn chose TLC for LED with BallTrackerTm technology,which proved far superior in player visibility and reduced glare - The Result ' •TLC for LED luminaire assemblies were successfully - retrofitted onto the stadium's poles •Playability has been significantly enhanced and glare has been virtually eliminated w` •Musco's system technology ensures long-term reliability, and its long-term parts and labor warranty means no maintenance concerns or costs for 25 years 3 Coe ]reduction i'�nergy cut by 84 1 $158,917metric tonsCarso maintenance43% reduced oneyl cost savedeq (25yearsl ya (15 years) �• rEl • Hear from the coach and university staff,scan or visit n www.musco.com/news/auburn University of Colorado Colorado Springs - Alpine Field Colorado Springs,Colorado,USA • The Challenge • Eliminate glare spilling into nearby homes from another manufacturer's newly installed lights • Utilize existing poles and overcome challenges of the field's elevation atop a four-level parking garage •Maintain existing light levels and improve uniformity on the 85,000-square-foot multi-sport field The Solution •When the original manufacturer failed to resolve neighborhood complaints,UCCS reached out to Musco •Within days of receiving the call Musco's engineers k and project managers were on site •A customized system featuring TLC for LED'technology was designed and retrofitted onto Alpine Field's existing 90-foot poles The Result •Glare in nearby homes was virtually eliminated,dropping from 80,000-90,000 candela per fixture to 1,000. -The system maintained the field's existing 30 footcandles and greatly improved light uniformity •UCCS solidified its positive relationship with homeowners in the Colorado Springs community g cot Ai J:m�,(,nt� 4nergy cut by 71■515.1 , 00metric tonsCarsofftheroadforance53% reduced oneyearreuctont SdVed(70years) equvaen0years) , 1 —01 Hear from the neighbors and Ic■ university staff,scan or visit www.musco.com/news/alpine • TM Ptal Light Control We believe in designing lighting solutions responsible to the needs of everything being impacted—from facility owners and users,to neighbors and the night sky. The patented light control technology of TLC for LEDT'delivers a level of precision never before possible, re-directing previously wasted light onto the field and virtually eliminating glare and spill. **air f ` "Musco really responded. Their representative was here within days, we explained the problem and they engineered a solution using the four poles in the corners of the field using their LED technology." Gary Reynolds UCCS,Assistant Vice Chancellor for Administration Improved Efficienc Our TLC for LEDTI technology has helped retrofit customers reduce their energy consumption by as much as 80 percent. But when we talk about efficiency, it goes beyond energy—and dollars—saved. It's also about the efficiency of your lights, putting more on your field and spilling less around it.And it's about improving operations with streamlined scheduling and facility management. -A� a "The direction and control of the field lighting system is extremely efficient, there is a significant reduction of light spill onto the neighboring properties." Matt Finch Edmonds School District,Design&Construction Manager —--------------- — _ _ Edmonds School District Stadium Edmonds,Washington,USA The Challenge •Provide a high-quality lighting system that would help the district reduce energy consumption •Customize a retrofit system using existing roof-mounted structures on one side of the stadium •Reduce glare from spilling into the surrounding area while maintaining light levels on the field The Solution •Musco's TLC for LED TM technology using two custom-designed lighting systems •Light-Structure SystemTM complete from foundation-to- poletop was installed on one side,with SportsCluster SystemTM retrofitted on the roof-mounted structures •Took advantage of a $50,000 public utility incentive for energy savings The Result •Energy consumption was reduced by 57 percent compared to the previous metal halide lights •A much whiter and more uniform light on the field with the virtual elimination of glare and spill around it •Efficient scheduling and system management with the 24/7 support of Control-Link® Energy cut by :21 178 $158,917 car°"the r°ad for maintenance one.a'C..Waction costsaved equivalent (IOyearsl `r1'FieldTurf r..nn Ken Pridgeon Stadium Houston,Texas,USA Parts at The Challenge • Eliminate maintenance hassles and costs for the school district • Deliver a solution that would reduce operating costs through improved efficiency and maintenance • Help position Cypress-Fairbanks Independent School District as the first all LED lighted high school athletic complex in the country The Solution •Musco'sTLC for LED'technology was retrofitted at the stadium which was built in the 1970s •Solution included 10-year parts and labor warranty •Included guaranteed light levels for the duration of the warranty The Result •School district will save more than $148,000 over 10 years between the elimination of maintenance costs and energy efficiency •Will reduce CO2 emissions by 721 metric tons over the next decade •Eliminates the hassle of re-lamping and having to budget for maintenance expenses for 10 years v FC07 [Energy cut by 721 152 $43,861metric tonsCarsoffthetoadfot maintenance3% Y2CiUCed one year Cot reductio cost SaVeCi (l0yean) equivalent (10yean) In one • • Monitored and Taken more than Traveled enough miles k** turned lightson • • calls answering servicing fields to circle • • remotelyfor questions and helping more • games id Labor Warranty Throughout our history we've always stood by our solutions, and our customers. Our long-term warranty and product assurance program—which ranges from 10 to 25 years— includes guaranteed light levels,covers parts and labor, and is backed by a global team of technicians. So when an issue with your system arises,you don't touch it, and you don't pay for it.And our Control-Link' system scheduling and monitoring service provides 24/7 support. •!!•; 'Base. . ,• .• > - - - - - - -- - - - - I I 1 4 •� "We're going from a maintenance agreement that was changing out bulbs. With the extended warranty that Musco provides, we won't be looking at doing any of that maintenance any time soon." Josh Solis Project Manager, Cypress-Fairbanks Independent School District 46 park Y r . IWO Q. =�• ��� R Petco Park,Home of the San Diego Padres .` LakePoint Sporting Community,South Campus San Diego,California,USA : —Emerson,Georgia,USA r' �� r.r..•:� ter` - - � .�� _ Kent-Stein Park Seminole County Sports Con Muscatine,Iowa,USA —Sanford,Florida,USA S i! Steve Cox Memorial Park Waukesha North High School —Seattle,Washington,USA —Waukesha,Wisconsin,USA - �s .r- I �r University of Alabama,Sewell-Thomas Stadium New Milford High School —Tuscaloosa,Alabama,USA —New Milford,Connecticut,USA r �tr ,.I. T } 11i =ti iplex - 1 _ `�. � 77 _ _4 Clemson University,LoConte Family Field Capital University,Bernlohr Stadium University of Colorado Colorado Springs,Alpine — Clemson,South Carolina,USA —Columbus,Ohio,USA Field—Colorado Springs,Colorado,USA Unequaled performance for • budget, forenvironment. OCCO mus We Make It Happen. www.musco.com e-mail:lighting@musco.com 02017 Musco Sports Lighting LLC M-2309-en04-3 U.S.and foreign patents issued and pending. do 4p ME" O #r i � 3 •. ,�'•op.iff rnF 1UIT aSdS si ti!e�! TL •- . ' *�f fix. j•r r � ILIR��: if 4Yf � r 5 �lF • .w 14r7 IV di Y ■4 — Ll Olt e► w ! �. IV, kipPP .. ., O. im dILyam. _ k ► p ; j �► ' _ . it IS. ..# � �._ .yam ��¢"rt� I _`+' l - _ �} .' �' �h��� x �'��i�• Y +�� ��������� _ "�-ITT -_ b• 4 _ R ` k air-, F* �: •"'. Ir - ' .r ,". lYg.�. "" y^4Jii ' -_°7. + Y rah' l i - ;��'"'+ .,�`yc F��• �- '.'" �:,� � ii}YY�i. '�4r .,_;..•;' y �� V lop 2. Lg- 4 y "w•' y - i')}� y or !Pr on lip 9 A NEW ERA for Indoor Sports Lighting Across the country,more and more indoor sports venues are transitioning to - LED lighting as it becomes an affordable,higher quality solution. And what they're discovering is that the quality of LED lighting is only as good as the system that applies it. At Musco,we've applied more than 40 years of experience in light and glare control to develop ourTLC for LED''--a revolutionary innovation that realizes the potential of the LED source in ways non-system fixtures simply can't. Virtually Eliminates Glare Patented light control technology virtually eliminates glare from impacting players,spectators,and television broadcasts. Improves Energy Efficiency f =- Indoor venues,which use lights for thousands of hours per year,dramatically reduce energy consumption to the point where those savings ultimately pay for the system itself. Enhances Entertainment Experience f Integration with DMX boards helps arenas take the entertainment experience for players and fans to the next level. 0 Backed by a Long-Term Parts and Labor Warranty No worrying about maintenance,or paying for it,for anywhere from 10 to 25 years. "Musco has delivered. The LED installation was on time and within budget,but most importantly has provided a product that will undeniably provide an improved viewing experience during Carolina Hurricanes hockey and N.C.State men's basketball games." -Dave Olsen, Executive V.P.&G.M. of PNCArena 0000 mus We Make It Happen, Amway Center — Home of the Orlando Magic Orlando, Florida,USA The Challenge •Install an LED lighting system that would strengthen the Amway Center's reputation for offering an unmatched fan experience •Customize a system that will be in keeping with the arena's commitment to energy efficiency and sustainability ' •Improve playability for athletes,while improving visibility for spectators and TV broadcasts The Solution •Leaders with the Orlando Magic organization and the city of Orlando chose to partner with Musco,which has installed its LED technology at a number of NBA arenas -The new lighting featured Musco's SportsCluster®system with TLC for LED'technology with patented glare control •System solution with lighting,structural,and electrical components and interface capabilities with the arena's DMX control board The Result ,00000%4%, Light Control Glare throughout the arena W was virtually eliminated,creating a stage-like atmosphere for players and spectators Improved Broadcasts—New special effects lighting possibilities were created,and HD Abroadcasts were enhanced with the system's ability to eliminate the"flicker"effect Energy Efficiency—Energy consumption was cut i 60 percent,and a 10-year parts and labor warranty �• _ eliminated maintenance costs for the next decade x• _ it - CENTLrR IWO 000 - PO 4 now s k r, eel # ` �A i* 'r-- �.' "The City of Orlando is leading by example by making energy efficiency k improvements to our own facilities. These improvements will not only save our taxpayers money, but they will also make a significant impact to our community by creating a more sustainable environment for future generations to come." -Buddy Dyer,Mayor, City of Orlando �. I w R4 so, .iz a` 'fL�•f+[ yam. ��'i}� '�- :r .14 too- e. #; AW a i PEP---- ri fro w)w i Xcel Energy Center — Home of the Minnesota Wild Saint Paul,Minnesota, USA The Challenge { •Install a state-of-the-art LED lighting system in time for the Minnesota Wild's 2016 season opener •Deliver a customized solution that will meet the NHL's new light quality standards,as well as the lighting needs of concerts and other events •Improve the arena's energy efficiency and enhance the entertainment experience for spectators and TV broadcasts The Solution •Project leaders at the Xcel Energy Center partnered with Musco,which has installed its LED system technology k -- - at an impressive list of NHL and NBA arenas •Musco installed its SportsCluster®system with TLC for LED' technology featuring patented optics and glare control F� •System included lighting,structural,and electrical components designed to work together and was retrofitted onto the arena's existing support structures The Result OVisibility—Musco's TLC for LED technology virtually eliminated glare from affecting players and spectators in the arena Special Effects—Color-changing fXluminaires and interface capabilities with the arena's DMX control board created new special effects lighting opportunities Energy Efficiency—Energy consumption was cut 63 percent,and a 10-year parts and labor warranty eliminated maintenance costs for the next decade `5 � l ` F University of Arizona, McKale Center Tucson,Arizona,USA The Challenge •Install a state-of-the-art LED lighting system that will enhance the experience for players and fans •Meet the unique lighting needs of a variety of University of Arizona athletic programs including basketball,gymnastics,and volleyball •Improve energy efficiency and the quality of HD Vk broadcasts,while eliminating maintenance costs The Solution •In partnership with other contractors the University selected Musco,which has installed its LED technology at several major college arenas •Musco installed its SportsCluster®system with TLC for LED'technology which was retrofitted onto the arena's existing support structures •System included lighting,structural,and electrical components designed to work together and was custom- engineered to meet the needs of several indoor sports N. The Result ' Visibility—Glare at the McKale Center was virtually O l eliminated,improving playability for student- athletes and the viewing experience for spectators Better Broadcasts—Light quality for HD 06)) broadcasts was significantly improved,along with new possibilities for special effects lighting creating a stage-like atmosphere Zero Maintenance—Energy consumption was cut 60 percent at full power and 80 percent with dimming controls,and a 10- year parts and labor warranty eliminated maintenance costs for the University I�l l�l Hear from the coach and 13 } i'� _ r� universityr �� 5 - �f IT fF '17S � � M1 I T ` : � r.....r.,�u.r..ra . •a'�?T T syt SSSSS Ii f 11 0 a lil , �T ��►�� WELLS Jk ` , '- r �4 - v_. #t .�'r Yk�i Ji * l ,. �f� +T r 'f+ •* '�'' y. Y ti ' ' ,y. Lr + Rli • '� POWERING THE WILKATS 1P WPOWF&W lot w y 1 "We received a state-of-the-art LED lighting system that is dimmable and allows for an immediate on/off feature that enhances our entertainment value for the venue while saving us 60-80%annually on energy bills.Additionally, we can use the system in a variety of ways and set the controls to work for both national TV broadcasts and every day activities." -Suzy Mason Senior Associate Athletic Director Event,Facilities,and Operations University of Arizona - - 4b F,+ . ., �' ' 'or lit � ► it 14 ON .� r y -tea. ��~• �. ri4 ��). f{ • �{ Jar r*ram {'rrt� �� l f _ �t ir X.- r IN Opp— • �x i '� • � � ti -fit•� ~ �� � � '� �� � �` 9 1 The Ford Center at The Star Frisco,Texas,USA The Challenge •Help the Dallas Cowboys achieve sustainability and performance goals at its$1 billion practice facility •Custom design a system that will deliver the best possible light quality on the field •Ensure long-term reliability and eliminate maintenance concerns and costs The Solution z _ - _ - •After having Musco's LED technology installed at AT&T Stadium the organization again decided to partner with the company for the practice facility project •Musco's SportsCluster®System with TLC for LED' technology was installed at the Ford Center at the Star •The system technology easily adapts to the -- — - facility's unique architectural environment,virtually eliminates glare,and is energy efficient �', s _ -.•--- The Result s , Visibility—Musco's patented glare y O control technology delivers a uniform light to the field while virtually eliminating glare from impacting the players Energy Efficiency—Energy consumption - was cut 56 percent compared to typical _ metal halide equipment,and CO2 was reduced by 502 metric tons over 10 years Cost Effective—Musco's 10-year parts and labor warranty eliminated maintenance costs, and the 10-year cost of ownership for the Cowboys was reduced by more than $144,000 -IMP ~ ;��� *tom-Y � 4� � �,,�� ��"'�■. - vi 71 Michigan State University, - Munn Ice Arena East Lansing,Michigan,USA Light:200 vertical footcandles (2200 lux) +600%o Energy: 70 kW-79% Operating Cost: $7/hour Kansas State University, Bramlage Coliseum ' ` - Manhattan,Kansas,USA Light: 125 vertical footcandles (1250 lux) i Energy:25.5 kW-64% Operating Cost: $2.55/hourV. ,yam � Y� ---�.`.-". \ •}��� h 5 YY- f�' L'i " '717- -. 49 _ ,-. � _, + } � � f•- irk r }• �7 � I •�' I MB ih 7- T. 3� University of Iowa, .• Carver Hawkeye Arena Iowa City, Iowa, USA Light: 145 vertical footcandles (1450 lux) Energy:46.4 kW-55% Operating Cost: $4.64/hour University of Texas at Austin, Jamail Swimming Center 4 `T Austin,Texas, USA '#" Light: 125 vertical footcandles (1250 lux) +67% •y t # Energy: 74.9 kW-38% " Operating Cost: $7.49/hour *9 I i 1 .�{ d#dCtCk-{.0 J. y' ' -y_�i14�` Y'..-': _' ..`•`tS' fS %'s _�•X �f°�+�': .rr.���" _ �""' 'fir"'..: � - ^' ' _ ' .� � ' _'; - - '� L 1 i; - ? - .J .4 { :5r a' ` ,•i+.y�4 -iL _ rt4�. r ' - dw AT&T Center Home of the San Antonio Spurs �`� _ w• San Antonio,Texas, USA dMq * -r Light: 145 vertical footcandles (1450 lux) Energy: 124 kW-78% ., 5 Operating Cost: $7.24/hour +, Golden 1 Center — - �* Home of the Sacramento Kings - T rMUWNMMONI:�Im Sacramento,California, USA Light: 145 vertical footcandles (1450 lux) Energy: 72.4 kW-76% Operating Cost: $7.24/hour ��'i} �� _ } .w i fl!{*,:..:i' {r'` -• rk P., iiii1lit lk pol r I-M 1 1 Ik woo J ! t PNC Arena — Home of the Carolina Hurricanes Raleigh, North Carolina, USA r Light: 125 vertical footcandles (1250 lux) Energy: 77 kW-74% - Operating Cost: $7.70/hour Mercedes-Benz Superdome — Home of the New Orleans Saints New Orleans, Louisiana, USA Light: 200 vertical footcandles (2000 lux) 4r+ Energy:439 kW-82% Ism Operating Cost: $43.90/hour _ ... �'. •c �';� "�k " __ -"aft -- _ ----___r� ~� J. � � � '•rye '� Y.r�rw t I ry { Unequaled performance . . . for your budget, for the environment. 0000 We Make It Happen. WWW.MUSC •lighting@musco.com Musco Control Solutions 24/7/365 monitoring and support 1 Control-Link. control and monitoring system Show.Light'" entertainment package Babe Huth Field 2[Color] .j5 �O mus o We Make It Happen. How can controls enhance your facility? Making Facility Management • = Remote on/off scheduling for easy control from anywhere Easy Since 1999 x•ttm61uM Rcer..tlen F.clllry �� P. The most innovative solutions are developed in response to real-world problems.In ❑ Dimming(3 levels) •1999 Musco introduced Control-Link®as a first-of-its-kind light management system • saves energy for practice and other activities • • to help customers who were getting calls from neighbors at 2 a.m.about lights left on,to help cut energy costs,and save staff time. ❑ System monitoring alerts Musco of any issues Since that first introduction,Musco has installed thousands of control systems from fully automated unmanned recreational sites to complex theatrical solutions Predesigned light shows for many of the largest stadiums in the world. add excitement to events Anytime,Anywhere...Control-Link management tools allow you to access and ❑ Color accent option manage your lights instantly,from anywhere via a cellular Internet connection. to highlight poles and other structures - - - A Real, Live Voice...Control-Link Central...team will monitor,schedule,and help manage your lights 24/7/365,and a real live voice will be on the other end of the Custom-choreographed light shows phone when you call. precisely timed to music I LEI Factory Wired,Programmed,and Tested...our unique system approach streamlines installation and assures that your controls,from basic on/off to - professional level light shows,will be ready to work on day one. kk S � 5.8 million 3609000 schedules managed calls fielded to assist and monitored by our customers last year Control-Link Central— • � • • Team last year • ' • • • ' 2 Control-Link. Control Flexible Control, Solid Management and Monitoring System [V Remote on/off scheduling for easy control from anywhere Your Control-Link®control and monitoring system offers efficient,cost-effective tools that are both cutting-edge --: [� Dimming(3 levels) and simple to use. saves energy for practice = - - and other activities Musco will have your back 24/7/365 to ensure your lights are only on when needed, keeping neighbors and �j System monitoring taxpayers happy. Because more than anything,it's about alerts Musco of any issues your peace of mind. Includes Musco's management tools— The Control-Link system provides comprehensive Enter schedules up to 10 years in advance. user securities,usage tracking, scheduling assistance,system monitoring,secure facility status dashboard,and reports password-protected access,automated equipment Control•LMK Control System Includes Control-Link Central'"'support controls,and valuable usage data. �"�",��•_<i:�•r " team—available 24/7/365 Hums .cui.e.� ra�iliiy Weoveein e, R.peru Aiein Hnly Lou�u[ Flexible and Reliable...remote scheduling and N controls mean no more staffing headaches,tracking 9m UndM�611 F.dlAy.l Lacey Fah aarnold: J $ar.ya vnz. O F:y:rfue. , Stl" 171 1.333 multiple sets of keys,or late-night hours being on-site ^".�.bLp. 6 1 ^ Yhb Lcy-a. 7 13 to turn your lights off. A� ,,•_1�,.,.n.".a. _ ... �� b ..;1w...n i.nnr.. c ".�*� ,d n' r ., - - er�i�Fra��,'S �■ � ff.1._ � _ r L c�`+ 24/7/365 Monitoring...our Team will monitor your system's performance at the luminaire level,so if an issue arises we'll likely know about it before you do. .„ w-. -- --�-w-. Dashboard tracking allows you to seethe operation and service status of your fields. Better for Your Budget...automated operation of your lights,as well as three levels of dimming that come standard,will reduce energy consumption and cut Musco Conlrol-Linz usage Report(Auto Only) ByFaoihty.F1eld Usage Type of Light Usage staffing costs. June,2019 — Data You Can Use...we'll help create usage reports Summary Facility Total Hours saved Facifil Total Aulo Hours Usage from E rl and analytics for your facilities from the extensive covaey 112:50 �:� Nntiar 6413 28:46 data we store,which will help improve operational GarlandRarkiel 49:48 0:00 Herschel F1eld 258'47 26105 efficiencies and future planning. Total, 484:18 72:59 summary Facllit,Fleld _ Total Hours Saved Facililr Field Total Auto Hours U$a9e from Early Oils CovAey BgSghall 63_04 17:06 Cowley Basketball 49:46 0-00 Control-Link Central database stores usage data by field and user group. ""In thepast,a light could've gone out and ourguys wouldn'tsee itfor two to three weeks or untila wholepole went dark.Now if one light goes out we get an e-mail notice immediately from Musco's Control-Link Central." Chuck Vones,Parks and Recreation Director Pembroke Pines,Florida 4 Show-Light" Big Time Light Shows at Hometown Fields Entertainment Packagc Remote on/off scheduling for easy control from anywhere Our Show-Light''entertainment package provides a cost-effective way for you to bring professional light Dimming(3 levels) shows to your facility. From pre-game introductions,to saves energy for practice and halftime shows,to celebrating big plays and big wins,this other activities special effects lighting will energize players and fans and take your game atmosphere to a new level. System monitoring alerts Musco of any issues Special effects light shows aren'tjust for the pros anymore. Predesigned light shows Musco's Show-Light technology utilizes instant on/off add excitement to events and the advanced control capabilities of LED, is easy to use,and delivers both predesigned and customized light DV*"* Color accent option I shows. to highlight poles and other structures Set the Scene...you'll get preprogrammed light Includes industrial grade touchscreen shows that will set the scene and excite players and fans -- tablet for easy control - -_ through the entire game night experience. — Plentyof Options...you can choose from Musco's Includes Control-Link Central'"'support p Y team—available 24/7/365 Optional color accent lighting highlights library of light shows or work with our design engineers poles or other structures. to create customized shows and scenes. _ As Easy as a Touchscreen...you'll be provided an r - See West Des Moines Valley High Mc— School's light shows in action. industrial grade 15-inch smart device with touchscreen * " ' ,,,,,,••w 0 .. to start and stop shows,select dimming levels,and adjust Optional accent colors. .� Reliable and Versatile...your light shows will be TTTITTIT stored on site and backed u at Control-Link Central'" {Ases�A—es p data center. Color Changing Technology Option...by adding optional color changing luminaires you can enhance With optional color changing luminaires you can choose shows with pops of color,color wash,or accent lighting. from over 100 color options to show your team color, highlight special events,or enhance light shows. "The people Musco has answering the phones and adjusting schedule are the most friendly and • ••• • • • of any phone service I have called They are always extremely friendly and professional, • • not be • - Mark Buggins,Head Baseball Coach Sitka High School ii Show•Light+TM Take Your Light SNOWS to the Next Level Entertainment Package Remote on/off scheduling for easy control from anywhere With our Show-Light+'entertainment package,you'll tap into advanced customization capabilities and more Dimming(3 levels) complex light shows that incorporate music along with saves energy for practice and the special effects lighting.The Show-Light+system is other activities easy to use and will provide an even more memorable game night experience. b System monitoring alerts Musco of any issues Light and sound shows that mirror what's seen at the biggest and best professional stadiums. Predesigned light shows add excitement to events The equipment you'll be supplied with,and the light Musco's field lighting shows can interface with your separate controller for other shows it will deliver,are exactly the same as what we show features,such as pyrotechnics. V Color accent option provide our NFL,MLB, NBA,and NHL customers. to highlight poles and other structures Light and Sound...in addition to the Custom-choreographed light shows preprogrammed light shows from the base precisely timed to music Show-Light package,you'll get three shows with lights synchronized to your music for an Includes DMXcontrollerand cue server amazing visual and audio experience. . Includes Control-Link CentralT""support Easy to Use...for each light show Musco's design team—available24/7/365 engineers will align lighting cues with audio files played through an on-site server,you just start and stop the shows with an easy-to-use touchscreen 0 0 device. light Streamlined Solution...if you already have a DMX system,Show-Light+equipment will act as a fully integrated extension of that system. Light shows are operated via an easy-to-use touchscreen. - fireworks"The fan reaction has been great.I look for the lights to be as much of an entertainment vehicle as I do / stretch, when we hit / home run, when we win the game.Everybody loves it, •_ b i particularly when we make the lights flash and dance to the Sam Bernabe,President&General Manager r Iowa Cubs � y , Musco's light show programming specialists will custom time shows to your music. Wireless Communication Remote mounted Innovative Streamlined Co m m u n i ca b o n s An optional wireless mesh network is available antenna / depending on your project requirements r• Managed by OurTeam 24/ 7/365 0�'�. Each component of the Control-Link®system Is designed,factory built and tested for seamless operation and Integration i, Digital cellularantenna with your lighting system. Transformer Proven Technology,Innovated...Musco's advanced powerline communication technology provides robust control Wireless and monitoring for the system. Electrical antenna distribution Reliable Installation and Operation...no added communication cable installation costs. Lights may be scheduled panel ° Control and remotely or operated manually on site with a key switch. monitoring Safety Features...electricity is only on when the system is in use,with built-in fusing and surge protection. Monitoring and Support...our Control-Link CentralT'Team monitors your system 24/7/365 to ensure schedules Ground— execute and to provide assistance. Powerline Communication System- uses supply wiring for control commands and monitoring feedback e,VP .. . VOL .. • Digital antenna Ad or iFM tA ..y 1 1 1, O panel � ° Control and monitoring MCIGround 1) Enter schedules at your convenience 2) Control-Link CentralTm data center routes schedules, 3) Schedules are stored on-site 4) Equipment is controlled 5) Continuous monitoring Based on security levels,users schedule field lighting and other with 24/7/365 team member monitoring support Schedules are transmitted to your automatically with on-site Entire system is monitored during Schedules are received,routed to our site,and backed show controls equipment such as door locks,concession stands,and security y facility via cellular technology and operation and the Control-Link Central lights from any location via website,smartphone app,or up at the Control-Link Central data center,where our staff stored in the on-site equipment Lights are operated per your schedules team is notified of any issues. phone call. provides scheduling support and verification,and monitors controller. via Musco's Powerline Communication your lighting system operation. System technology.You can control optional Show-Light'features with the on-site tablet. 10 11 t Unequaled performance . . for your budget, for the environment. ."R�; ••I;,,1 s:�!�' ���p'' ��"''F�.'IY.i, )Yy:�'+�.,I• ;��nrr�n�;�l�.l,:,:'•• �:�:sir' - � •�'yf.: +:•.I►�!(.Y � �1 i<�:�.`. ,`;f V•{'�j;�r�/;j.• �5�.� ,t'fr:V •�•�'.' 1.1 .. '•'A. ''�r.'?� •-•'yf�l�rlyr{ V& if''iy �y��.•J:�L':.i�4 J G,i1R,:i �[f� ,T"f n.yri.1•.r =��.iy i.'. ;.�i !.�: .•i•;1.[ { yr iYi��i -/f[Y�1:: ry•IL ��L:)1 r ,•� •ll �S :.V,1'. s['Y.i♦ i�. "�.i I• l.:¢ r r:y r, m s+.«I i•- r.,l_r; ft. t, •'�rJ` .'-, '' - ir..r !+;)6':,.a.;r i �l;' s;;'` ;. '�." .n;� ;rr,'i�:.n1 'i�i^,:r9 i`.;.� r;f•;r'•i'�`�;'.Fr••.:y�7'. �4� i't.7r1�'<�}! •Y71�.� _ •.M sl.;>�1;� .l� I�.,,�:•.:...,.y. 1 '+r; }F.rv.i, y ••{ C.1 <•i'S S�'i 1hPr i.>'•.W' .. :i�,,,,. k i �,�, r�..rr:�.,-I,u• r..: .1,.�+r,'. t rt�'.1s•..h:�r„f.k:• � r' r s '✓,Y. ��f ''il .��• ^I- t •� 4tr .I 4 •r :n "i,:r•;, r[ 1' r ! Ta it �A gy�pp,, i� �• :�Ir �•I. 1 •.a - �. .�ffl1 lot" h�,. f..1' .l �i i� L1 YI S•. 1 -s• '''I•T. N � �J i t.. 41, MUS We Make It Happen www.musco.com r= e-mail:lighting@musco.com . .• '91998;2020 Musco Sports Lighting LLC+M-1546-enUS-15 1 All trademarks are property of Musco Corporation.U.S.and foreign patents issued-and pending. t I. f , Mini-Pitch Systeffm MODULAR SPORTS SOLUTION I I r ® 0000 mus o SOCCER FOUNDATION We Make It Happen The Mini-Pitch System" modular sports solution has an innovative, all-in-one design to help communities create fun and active play spaces by — revitalizing public areas. Nr Created to assist the U.S.Soccer Foundation in RI _ providing safer places to play the game,the Mini- ~I Pitch System is ideal for transforming abandoned 11r ',�y !it NHfiH Red6uiis courts and other underutilized areas into places where children and families can come together in the spirit of teamwork,empowerment,and physical activity.The 3ull system supports the Foundation's It's Everyone's Game movement to ensure that all children have access to the game and its many benefits. Complete The mini-pitch comes as a modular system complete with lighting,fencing,goals,benches,ADA-compliant access,and lockable storage. Convenient Assembly can be done by a three-person crew in approximately 16 hours. Customizable You'll have options on the size of your pitch and custom signage.Acrylic surfacing is provided and can be color customized. �4Fr e ��s IL Is dft "The new soccer pitches will allow our students to engage in physical fitness, learn the tenets of teamwork, and have fun. Partnerships that benefit our students are an essential part of our success as a district." - Roger Leon, Newark Superintendent of Schools Lighting control system Complete System with 24/7 support The Mini-Pitch System—modular sports solution includes lighting,structural,and electrical components designed and engineered to work together for streamlined installation and reliable operation. ADA-compliant access • Factory-built,wired,aimed,and tested. • Fast,trouble-free installation. • Rugged reliability,designed to be long-lasting in all weather conditions and atop all surfaces. • 10-year warranty covers all parts and labor. TLC for LED' Lighting -� Enjoy the benefits of the LED sports lighting technology of choice at venues around the world. • Custom optics create a more uniform distribution of light for better visibility. • Patented glare control preserves darkness around your pitch,keeping neighbors happy. r • Instant on/off and energy efficient operation. Control-Link' Service Your system will be supported by Musco's ;•ti,N■■• ��� Control-Link control system. �..�..�- t;■ .{ice■`■■ • Manage your lights instantly,from anywhere, with a touch of a smartphone. • 24/7 support from the Musco Team includes troubleshooting and scheduling assistance. • Get a real,live voice on the other end of the Galvanized steel phone anytime you call Control-Link Central" and structure service center. neighborEnergy efficient, TLC for D° lighting goals storagePZ17-11 S-1-110-1 Lockable Benches 10-Year Parts and Labor Warranty fencing With Musco's long-term parts and labor warranty,you'll have the peace of mind in knowing that you won't have to pay for maintenance of your Mini-Pitch SystemT`" • No maintenance costs for the next decade. • Every part and all labor covered. • Supported by Musco's regionally-based technicians. Separate playing surface warranty is provided by the surface contractor. Your Pitch, Your Way The Mini-Pitch System''modular sports solution gives you customization options with the ability to combine any of the below widths and lengths to meet your exact needs. 40 ft x 84 ft 12mx25m 50ftx104ft 15mx32m 60ftx120ft 18mx36m C W 76 ft x 84 ft 23mx25m 96 ft x 104 ft 29mx32m 116ftx 120ft 35mx36m 40 ft(12 m) 50 ft(15 m) 60 ft(18 m) 120 ft(36 m) 120 ft(36 m) 40ft(12 m) 120 ft(36 m) 50 ft(15 m)"W 104 ft(32 m) 60 ft(18 m) 104 ft(32 m) 40 ft(12 m) 104 ft(32 m) 84ft(25m) 50ft(15m)„ 60 ft(18 m) 84 ft(25 m) 84 ft(25 m) I of z Sunrise Park,Pleasant Hill,Iowa,USA ���tr�r�r+pprr r ■ i -- City of Des Moines,Des Moines,Iowa,,USA =may A 1 .._ *-. ♦y�1i►�•+��iJj l�YJ•Ir♦ J/ICJ f '' r 7dg�d.•J�����d��A�R,�I.j�®J�J�1.A�a!a?a+ _ 'rs Capitol Hill Middle School,Oklahoma City,Oklahoma,USA i -. f . 1 ti F ;! 7 1 LL 1 t � r � 1 1 1 I r r 1 1 - a � a tom.. i / 7 � appen, e-mail:lighting@musco.com e-mail:info@ussoccerfoundation.org ©2019,2021 Musco Sports Lighting LLC•M-3208-enUS-6 U.S.and foreign patents issued and pending. US Soccer Foundation is a registered trademark in the United States to United States Soccer Foundation. Hometown Sports Broadcasting Made Simpl Simple • Reliable • Cost-effective VQW IPPOI Ot rar.r MUSCOVISIOW Automated Sports Broadcasting Now you can provide a hassle-free video solution for your facility to keep fans connected even when they can't be there in person ...making your fields more desirable for games and providing additional revenue potential. The MuscoVisionT"system packages all components you need to capture,produce and distribute a professional-quality video solution.Covered by a 5-year warranty that includes all parts and labor. Capture-Complete system in 5 Easy PiecesT" 00 • Includes camera,structures,and electrical—foundation to poletop • Factory assembled,wired and tested for reliability—UL Listed • Saves installation time and assures compatibility ' �dta COhheCtlOh data Cohhection Produce- Built-in intelligence automates production • No on-site staff needed • Detects game play and starts the high definition video stream • Knows how each sport is played and selects camera shots based on game action— emulates the sequence and cadence of a national broadcast M Center Field Backstop Center Field Backstop TM Hometown sports broadcasting made Connect-Custom-designed communication system • On-site network designed and supplied by Musco • Customer provides internet to the site • Schedule broadcast from anywhere via phone,website or app • Monitoring and support provided 24/7/365-always ready to play Scan a code to see MuscoVision in action Diamond .. CAMERAON Distribute- Easy and fun to watch for fans, coaches, players 00 0 • Watch and download live and on-demand recorded video via website,app,or Smart TV • Viewing features include tagging,clipping highlights and sharing via social media • Flexible subscription options-Musco handles the payment transaction,providing you reports and revenue payments ow All Z�- Al Pprr 5 Easy PiecesTM Foundation-to-poletop system Automated Sports Broadcasting 5. Poletop Camera Assembly Custom designed for your facility,each piece of the 4.Wire Harness system is engineered to work together.This single source approach for camera, 3. Electrical Components Enclosure structural,electrical,and control components delivers 2. Pole consistent results. 1. Base 0000 mus We Make It Happen® 02020 Musco Sports Lighting,LLC-U.S.and foreign patent(s)issued and pending-M-3836-enUS-2 Exhibit C Musco's Controls & Lighting Services Teams UNEQUALED. ACCESSIBLE. KNOWLEDGABLE. ACCOUNTABLE. Over 160 team members dedicated to operating and maintaining your sports lighting Cont ol•Link CentralTM • (877) 347-3319 www. ontrol-link.com • schedule@musco.com • FAX (800) 853-8847 • Staffed 2417 with several easy ways to contact us • Trained operators provide scheduling and reporting assistance and one-on-one phone training • Conducts proactive nightly tests to assure your control system is operating properly, ' even when the lights aren't in use i` Easy access to field usage data • Field operation monitoring "We strive to provide a level of service where every customer reaches a live operator, rather than a voice mail system, when they call in. We can make your last minute schedule changes happen in just a few minutes." —Mike Mason, Control-Link Manager Lighting Services Team • (800) 825-6020 warrarity@musco.com • FAX (888) 397-8736 • Trained technicians specializing in sports lighting provide field maintenance,warranty work, consulting,and temporary lighting • Regionally based to effectively provide lighting services in every state plus a network of over 1800 contractors T--. • Ongoing field inspection program "Our technicians have an unequaled expertise in sports lighting. With our field monitoring, we'll contact you within one business day of detecting a fixture outage on your field. . . often before you even know about it." —Jeff McNulty, Director of Field Operations Zvw .S ■� .1 Control-Link Central operators oversee the on/off Our lighting services team travels over 1 million Each year,Musco technicians work atop a control of over 22,000 fields each month and have miles each year. They inspect,fine tune,or provide combined total of 318 miles of poles to ensure experience with controlling over 4 million schedules yearly maintenance on more than 11,000 fields and trouble-free operation for customers. That's the per year. supply temporary lighting for over 250 hours of live equivalent of climbing to the summit of Mount television broadcasts annually. Everest...58 times. Specific funds are set aside to provide solid financial resources to fulfill the maintenance and warranty needs for every Musco Lighting project. Musco Service ... We Make It Happen® ©2005,2017 Musco Sports Lighting,LLC Patent Pending M-1525-enUS-5 D. . TLC for LED' Poletop Luminaire Asse7mbly 5 Easy PiecesTM N; Complete System from Foundation to Poletop Factory wired,aimed,and tested Fast,trouble-free installation Comprehensive corrosion package Wire Harness Integrated lightning ground Electrical Components Enclosure 1� Galvanized Steel Pole Precast Concrete Base TLC for LED is a trademark of Musco Sports Lighting,LLC and is registered in the United States. �2015,2019 Musco Sports Lighting,LLC - U.S.and foreign patent(s)issued and pending. - M-2214-en04-3 Musco 1 D. MENEM 5 Easy Pieces" TLC for LED' - Precast Concrete Base Overview The precast concrete base is set directly into the ground and backfilled with concrete.The base includes an integrated lightning ground system. Features Base • Set pole on base in 24 hours • Tapered upper section for slip-fit steel pole d • Access holes for wire entry a • Epoxy-coated ends prevent water intrusion ° • Lifting hole accepts load-rated steel rod provided by Musco 'i Wi Integrated Lightning Ground System F1 • Complies with NFPA 780,UL 96A,and EN 62305 standards when installed per Musco installation instructions �I n • UL Listed,Class II Lightning Protection, file number E337467 n • Tested up to 100 kA by independent laboratory • Steel pole interfaces with integrated grounding system by means of the pole grounding connector • 2/0 AWG crossectional area of 67.4 mm2 grounding g electrode conductor Concrete-encased grounding electrode 20 feet 6.1 m g g total - len th /2 inch 12.7 mm diameter I� length, Technical Specifications Base dimensions vary.For measurements refer to project-specific ° Foundation and Pole Assembly drawing. Construction • Spun concrete construction • Prestressed steel vertical strands and coil spiral for strength throughout base • Minimum design strength is 9500 Wine(65.5 MPa)at 28 days 10° • Meets ASTM C1804 design requirements ♦♦♦ Quality Assurance Tests • 28-day compressive strength • Bending moment capacity • Grounding system continuity TLC for LED is a trademark of Musco Sports Lighting,LLC and is registered in the United States. 02012,2019 Musco Sports Lighting,LLC - U.S.patents issued. - M-2215-en04-3 musco 1 D. MENEM 5 Easy Pieces'°' TLC for LED' - Precast Concrete Base Wireway ® Pole grounding connector Pole ID li 1 Steel Tapered upper reinforcement section for slip-fit steel pole Handhole Lifting hole Grounding electrode conductor Compacted dirt fill top 2 ft(0.6 m)* o ° Conduit adapter plate Wire access hole Concrete backfill* Integrated grounding electrode `Standard pier foundation shown.Foundation and/or backfill may vary per alternate foundation design. \J\= TLC for LED is a trademark of Musco Sports Lighting,LLC and is registered in the United States. m2012,2019 Musco Sports Lighting,LLC - U.S.patents issued. - M-2215-en04-3 musco 2 D. NUMEN TLC for LED' - Galvanized Steel Pole 5 Easy Pieces" Overview The galvanized steel pole is designed to slip-fit together with the precast concrete base and the poletop luminaire assembly. Features • Slip-fit connection allows pole assembly with come-alongs • Built-in hardware for attaching electrical components enclosure • Wire access from inside the pole(no exposed wiring or o conduit) • Shipped in sections for easier handling • Labeled with pole identification for location on field Technical Specifications Pole dimensions vary.For measurements refer to project I' specific pole configuration drawing. Construction • Pole designs comply with all major building codes • High strength,low alloy,tapered,round steel pole • Hot-dip galvanizing inside and outside after fabrication meets ASTM-Al23 and EN 1461 standards • Conforms to AASHTO stress standards and BS EN 40-3-1 • Grounding lug—rated for aluminum (AL)or copper(CU)wiring • Pole shipped in sections • Stainless steel fasteners passivated and coated • Material certifications are available Quality Assurance Tests • Bending stress • Minimum galvanizing thickness • Straightness measurement OC^^/1 TLC for LED is a trademark of Musco Sports Lighting,LLC and is registered in the United States. XD/��) ©2005,2019 Musco Sports Lighting,LLC M-2216-en04-3 musco 1 D. MUMME 5 Easy Pieces"TLC for LED' - Galvanized Steel Pole Weld mark to identify — field side orientation ° Jacking ear Wire harness strain relief provided on poles 80 ft(24.5 m) and taller per NEC Electrical components enclosure attachment bracket Electrical components enclosure hub with stainless Wire access handhole steel screw threads Grounding lug (inside handhole) Slip-fit attachment to precast concrete base m Weld mark to identify field side orientation TLC for LED is a trademark of Musco Sports Lighting,LLC and is registered in the United States. 0000 ©2005,2019 Musco Sports Lighting,LLC - M-2216-en04-3 Musco 2 D. ENUEN 5 Easy Pieces" TLC for LED' - Electrical Components Enclosure Overview The electrical components enclosure contains all necessary \ equipment to operate luminaires.Built-in mounting hardware allows for easy attachment to the galvanized steel pole.Quick connect plugs fasten to the wire harness. Features • Factory-built and tested as a unit I • Quick connect plug for easy field wiring ° I I • Mounted 10 ft(3 m)above grade for servicing with ladder , g g Labeled with pole identification and electrical information ° I • Drivers individually fused and spare fuses supplied I I • Wire access from inside the pole(no exposed wiring I or conduit) Disconnect per circuit Technical Specifications For draws and circuitry refer to project Y p J specific document. Construction • 0.08 inch 2 mm thickpowder-coated aluminum • Enclosure ratings:NEMA 3R IP54 Ff • Designed to in up to C Desig p 50° °F)ambient (122 temperature • Full length stainless steel hinge i • All stainless steel fasteners passivated and coated • Meets touchsafe standards O • Up to four drivers per enclosure ,I • Approximate weight 65 lb(29 kg) A • Lower enclosure size 14.25 in(362 mm)wide x 8 in(203 mm)deep x 52.5 in(1334 mm) high • Upper enclosure size 14.25 in (362 mm)wide x 8 in(203 mm)deep x 40.5 in(1029 mm)high ° Quality Assurance Tests • Grounding continuity • High potential dielectric withstand • Full functionality test TLC for LED is a trademark of Musco Sports Lighting,LLC and is registered in the United States. 912015,2019 Musco Sports Lighting,LLC - ECE 9 - M-2217-en04-3 musco 1 D. MMUMM 5 Easy Pieces'°' TLC for LED' - Electrical Components Enclosure ® Controller Wiring schematics Driver 0 Spare fuses Fuses Pole alignment beam switch Ground bar(AL,CU)' o Surge protection 0 Powerline communication (or wireless communication)module (if present) Disconnect(CU only)" Terminal blocks "Aluminum(AL) Copper(CU) 0000 TLC for LED is a trademark of Musco Sports Lighting,LLC and is registered in the United States. 02015,2019 Musco Sports Lighting,LLC • ECE 9 • M-2217-en04-3 musco 2 D. 4 5 Easy Pieces'M TLC for LED' -Wire Harness Overview The factory-built wire harness connects the electrical components enclosure to the poletop luminaire assembly. Features ° • Quick connect plugs for easy field wiring • Factory-assembled support grip alleviates strain on connections d • Spiral wound cable eliminates slippage a • Protective sleeve prevents wire damage o • All internal wiring,no exposed wires • Labels identify pole and luminaires Technical Specifications i Construction • Spiral wound,wrapped cable, 14 AWG (cross-sectional area of 2.08 mm2)copper wire • Integral cable support grip • Two wires per driver • Each harness supports up to four drivers • Multiple top connectors may be present if required for number of luminaires Quality Assurance Tests • Connector/load resistance • High potential dielectric withstand • Grounding continuity • Termination crimp 0 /\/1/1 TLC for LED is a trademark of Musco Sports Lighting,LLC and is registered in the United States. /1I\JII`JO(\J ©2005,2019 Musco Sports Lighting,LLC - M-2218-en04-3 musco 1 D. 4 5 Easy Pieces'°' TLC for LED' -Wire Harness El Top quick connector Wire tie Bar harness Top cable support grip quick connector Wire harness top quick connector s Cable support grip Spiral wound cable consisting and snap hook of 14 AWG(cross-sectional area of 2.08 mm')copper wire Cable support grip Mid-point cable support grip and snap hook for poles 80 ft(24.5 m)and taller (if required) Enclosure harness quick connector Flexible protective sleeve Wire harness bottom quick connector Bottom quick connector 0000 TLC for LED is a trademark of Musco Sports Lighting,LLC and is registered in the United States. 02005,2019 Musco Sports Lighting,LLC • M-2218-en04-3 musco® 2 D. 5 5 Easy Pieces"TLC for LED' - Poletop Luminaire Assembly,Weld On Overview The factory-aimed poletop luminaire assembly is the upper section of the pole and slip-fits together with the galvanized steel pole. Features • Each luminaire is factory-built,tested,and ships as a unit 71 • Luminaires are factory-aimed to two-tenths degree of accuracy • Luminaire mounts and connects in a single step • Slip-fit connection allows assembly with come-alongs U • All luminaires are factory-wired to a quick connect harness for easy installation • Labels identify pole and luminaire location • No exposed wiring or conduit • Factory-set pole alignment beam allows easy field alignment Technical Specifications Construction • Crossarms and pole shaft hot-dip galvanizing inside and outside after fabrication meets ASTM-Al23 and EN 1461 standards • All aluminum components are powder-coated or anodized to mil-A-8625F and BS 5599 • Luminaire and knuckle are powder-coated die-cast aluminum • All stainless steel fasteners are passivated and coated • Crossarms are constructed of rectangular steel tubing • Polecap is attached with stainless steel lanyard and securing bolt Quality Assurance Tests _= Galvanizing thickness 0 • High potential dielectric withstand • Electrical continuity OC^^/1 TLC for LED is a trademark of Musco Sports Lighting,LLC and is registered in the United States. XD/��) ©2015,2019 Musco Sports Lighting,LLC U.S.and foreign patent(s)issued and pending. M-2219-en04-3 Musco® 1 D. 5 5 Easy Pieces'°' TLC for LED' - Poletop Luminaire Assembly,Weld On Polecap Lanyard i t Wire harness quick connector t f 1 Bar harness quick connector 1 � 1 � 1 � t Crossarm > i Die-cast aluminum luminaire mounting plate Die-cast aluminum knuckle ; -- Aluminum housing Aluminum spill light and glare light control visor Crossarm Diode light source—LED wiring Pole shaft Jacking ears Pole alignment beam ® 11 Set screw TLC for LED is a trademark of Musco Sports Lighting,LLC and is registered in the United States. �2015,2019 Musco Sports Lighting,LLC - U.S.and foreign patent(s)issued and pending. - M-2219-en04-3 musco 2 Herz ti. e > P1 .ram '; •r..rer• rg •r.rer'`r+ s.r, •. r., ,r, :s.re a o : �. r � r�s c rr a �. � r •,u.�`•s c.rr a � � � u r s c r a � � � u� �r� a r,n• �`.�.••si rr e F1 Rr rr r 1 r rr is FR rr rr r r1 r rr a FR rr rr r r1 r+ rr a 1R r ar r 1 r s � le'li. .II 1 1 1 ♦ 1 2 1 1 ♦ r ♦ 1 .� 1 ♦ 1y ♦ 1 t. 1 ♦ 1° 1 1 1 1 1�Inlr,♦r ' llrl 111lI II 111 Ill rl Ill 11 wl 111 I 1 r 111 rl rl 111 II llr Ill rl Ill 11�rl 111 I 1 r 111 rl 11 111 'll llr_.Ill rl Ill 11 II 111 I 1 r 111 rl 11 111 :Il llr Ill rl Ill 11 II 111 I 1 r 111 rl 11111,:ll llr Ill rl 111 11 II 111 I llr 111 r,,,: �,JI I� III 11/11 1 I li 1 11 /11 1:Illllllll�1 111 � 111 1 1/11 1 1 li 111 111 1:Illllllll)�1 111 � 111 I:,. /n 1 1 111 111 111(:Illllllll�1 111 � 111 I:,. /11 1 1 Ili 111 /11(:.I lull l�1 111 � 111 I /11 1 I Ili 1 11 s 111(�11/11 1�1 111�.'" -_�I.-nll 111-1111�nn nll- 1 -11n-nll 111-1111-nn nll-. -nn-1111„1111 111 11n nll I 11n 111) 1111-111-nn nl1-111-11n-111) 1111-111-nn nl1-111-nn _ :lnlwd:/nlwd�lnunili6uwlWnlwd:/nnnlWuwul:. 0000 TM ^�=1 25 mus - .............. - 25-Year Product Assurance &Warranty Program w Project name: Project number: == Owner: City: State: Covered product(s): Date issued: Expiration: Musco Sports Lighting, LLC will provide all materials and labor to maintain operation of your lighting system to original design criteria for 25 years. Musco products and services are guaranteed to perform on your project as # detailed in this document. Light Performance Specified illumination levels will be maintained and are marked as guaranteed in the Musco Illumination Summary. Individual luminaire outages that occur during the warranty and maintenance period are repaired when the usage of any field is materially impacted. Spill Light Controli If specified, spill light levels at identified locations are guaranteed to be controlled to the maximum values provided in the ' Musco Illumination Summary. Energy Consumption 1 Total average kW consumption for your lighting system is guaranteed to be not more than the total load shown in the Musco Illumination Summary. Monitoring, Maintenance, and Control Services 1 Musco shall monitor the performance of your lighting system, including on/off status, hours of usage, and luminaire R' `fa - outages. If outages that affect playability are detected, Musco will contact you and proactively dispatch technicians. - ' On-off control of your lighting system is provided via an easy-to-use web site scheduling system, smartphone app, phone, ;r email, or fax. Our trained Control-Link Central TM service center staff is available toll-free 24/7. Regular usage reports are always available on Control-Link Central's web site. Structural Integrity 1 Your project has been designed to Structural integrity of equipment manufactured by Musco is guaranteed. ;f it Musco has a team of people to ensure fulfillment of our product and services warranty and maintains financial } reserves dedicated to support our fulfillment of this warranty. Please keep this document as your signed contract guaranteeing comprehensive service for the 25 year period. Page 1 of 2- - >ir� :/1111/ Inlll 11111) /1111/....11111...111111 /111/ /1111/ In111 111111 /1111/ 11111 111111 /111/ /1111/ 111111 lllnl /1111/ ON J '�' 6.5YA�r ti �.M ° �4a+.. ©2005,2019 Musco Sports Lighting,LLC M-1291-enUS-11 0000 TM mus� 25 25-Year Product Assurance &Warranty Program Terms and Conditions Service under this Contract is provided by Musco Sports Lighting,LLC("Musco")or 5.Contract Limitations: an authorized servicer approved by Musco.Services performed under this Contract shall consist of furnishing labor and parts necessary to restore the operation of the a.EXCLUSIONS FROM COVERAGE:IN NO EVENT WILL MUSCO BE LIABLE Covered Product(s)to original design criteria provided such service is necessitated FOR ANY SPECIAL, INDIRECT, INCIDENTAL OR CONSEQUENTIAL by failure of the Covered Product(s) during normal usage. This Contract covers DAMAGES WHICH INCLUDE,BUT ARE NOT LIMITED TO,ANY DELAY IN Product(s) consisting of Musco's Total Light Control — TLC for LED® with RENDERING SERVICE OR LOSS OF USE DURING THE REPAIR PERIOD Control-Link®and any additional Musco manufactured product as listed on page 1. OF THE COVERED PRODUCT(S) OR WHILE OTHERWISE AWAITING PARTS. "We", .,us,"and"our" mean Musco. "You"and "your'mean the purchaser of the Covered Product(s).No one has the authority to change this Contract without the b.Limitation of Liability: To the extent permitted by applicable law, the prior written approval of Musco. Musco shall not assume responsibility for their liability of Musco, if any, for any allegedly defective Covered Product(s) agents or assignees other than as described below.If there is a conflict between the or components shall be limited to repair or replacement of the Covered terms of this Contract and information communicated either orally or in writing by one Product(s)or components at Musco's option.THIS CONTRACT IS YOUR SOLE EXPRESS WARRANTY WITH RESPECT TO THE COVERED or more of our employees or agents,this Contract shall control. "01, PRODUCT(S). ALL IMPLIED WARRANTIES WITH RESPECT TO Additional Provisions THE COVERED PRODUCT(S) INCLUDING, BUT NOT LIMITED TO, IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A 1. Availability of Service: Control-Link CentralTm operators shall be available PARTICULAR PURPOSE,ARE HEREBY EXPRESSLY EXCLUDED. 24/7 via web site, phone,fax,or email.Maintenance service specialists shall Forthe purposes of and by your acceptance of this Contract you acknowledge be available 8AM to 5PM Central Time,and services shall be rendered during c. and agree that if a surety bond ("Bond") is provided the warranty and/or these same hours in your local time zone, Monday through Friday(with the exception of national holidays).Hours of operation are subject to change without maintenance guarantee provided for in this Contract and any corresponding liability on behalf of the issuing surety under the Bond is limited to the first notice to you.Musco will exercise all reasonable efforts to perform service under this Contract,but will not be responsible for delays or failure in performing such twelve(12)months of said warranty and/or maintenance guarantee coverage services caused by adverse weather conditions,acts of any government,failure period.Any warranty and/or guarantee coverage period in excess of said of transportation,accidents,riots,war,labor actions or strikes or other causes initial 12 month period does not fall within the scope of the Bond and shall be the sole responsibility of Musco. beyond its control. 2. Determination of Repairs: Musco will utilize the field monitoring system and d.Musco requires reasonable access for a crane or man lift equipment to any information provided by the customer to determine when the usage of the service the lighting system.Musco will not be responsible for damage from field is materially impacted.From this information,Musco will determine needed operating the vehicle on the property when the equipment is operated in the repair and/or replacement of Covered Product(s)and parts.Repair will be with prescribed manner over the designated access route. Product(s)of like kind and quality. e.Obsolescence or Environmental Restrictions: If during any maintenance 3. Your Requirements Under this Contract: You must meet all electrical or other work performed under this Warranty, any of the parts of the and installation requirements as specified by the manufacturer. In addition, Covered Product(s)are found to be either obsolete,no longer available,or you promise and assure: full cooperation with Musco, Musco's technicians prohibited by any state of federal agency,Musco shall replace said parts with and authorized servicers during telephone diagnosis and repair of the comparable parts and materials with equal operating characteristics solely at Covered Product(s); reasonable accessibility of the Covered Product(s); a Musco's discretion.The cost of replacement of any obsolete cellular related nonthreatening and safe environment for service. technology shall be borne by you.Prior to completing any such work,Musco shall notify you of the cost(if any)you will incur in the replacement of such You agree to check fuses and to replace fuses as needed. Musco provides parts under this section. spare fuses in the lowest alpha-numeric numbered enclosure. Musco will replenish spare fuses used. 6. Transfer and Assignment: Except to owners,you shall not have the right to assign or otherwise transfer your rights and obligations under this Contract You agree to keep your control system online.This means keeping the required except with the prior written consent of Musco;however,a successor in interest control voltage to the control system at all times.Any deviation from this practice by merger,operation of law,assignment or purchase or otherwise of your entire must be discussed with Musco's Warranty Department. business shall acquire all of your interests under this Contract. 4. Service Limitations—This Contract does not cover:Maintenance,repair, 7. Governing Law:Unless otherwise governed by applicable state law,the Contract or replacement necessitated by loss or damage resulting from any external shall be interpreted and enforced according to the laws of the State of Iowa. it causes such as,but not limited to,theft,environmental conditions,negligence, 8 misuse,abuse,improper electrical/power supply,unauthorized repairs by third . Subrogation:In the event Musco repairs or replaces any Covered Product(s), parties,attachments,damage to cabinetry,equipment modifications,vandalism, parts or components due to any defect for which the manufacturer or its agents animal or insect infestation, physical damage to Covered Product(s) parts or or suppliers may be legally responsible, you agree to assign your rights of components, failure of existing structures, supporting electrical systems or recovery to Musco. You will be reimbursed for any reasonable costs and any non-Musco equipment,or acts of God/nature(including,but not limited to: expenses you may incur in connection with the assignment of your rights.You earthquake,flood,tornadoes,typhoons,hurricanes,or lightning). will be made whole before Musco retains any amounts it may recover. Signature: Page 2 of 2- Vice President of Sales is ............A"" T;A & @2005,2019 Musco Sports Lighting,LLC M-1291-enUS-11 _., :`•;, is j ♦., t ♦. ♦ t... A ♦, t.l..♦ ♦ -.` A _♦, ii t ♦ ♦., t A,. .♦ 1. a ♦ ♦. t -A.'. ♦ t ♦.. .♦ t.. ♦'6�r><`eeo�:,.[ a`'dw))11 „llfl( ,1lrl 11111r1 ,,,,III 111,111 1111 11,111 I,llfll 111Ir1 111Ir1 II11111 „1,111 111Ir1.111,111 I,IINI 111Ir1 1,1Ir1 II11111 „1,111 111Ir1:111,111 ,,,,,,, 111111 1,1Ir1 II11111 „1,111 111Ir1:111,111 I,IIN( 11111, 111Ir1 INIII „lull 111Ir1 1111111 IMIIII�P JIII 2 N111/ 11111r=11111)�/1111/ (11111=lllllf:11111) 111111 (1111r=lhll):/1111! (11111=,Illlf:11111) /1111/�H111r=lhll)�/1111/ (11111=rlllll:11111) /1111/+(1111r=lhll)�/1111/:(11111=r11111:11111) 11111/ (11111�hull�/111l):(11111=Illllr 111111:11111/=: eN _ _ _ _ _ _ _ _ _ :1wuuWwuuWuuw131wuuWwuuF:/wuuWwuiil:. 0000 TM MU_ r' 10-Year Product Assurance &Warranty Program l Project name: Project number: i l Owner: City: State: l Covered product(s): -' r Date issued: Expiration: Musco Sports Lighting, LLC will provide all materials and labor to maintain operation of your lighting system to original design criteria for 10 years. Musco products and services are guaranteed to perform on your project as detailed in this document. Light Performance - I Specified illumination levels will be maintained and are marked as guaranteed in the Musco Illumination Summary. _ Individual luminaire outages that occur during the warranty and maintenance period are repaired when the usage of any _ l field is materially impacted. 9i _ Spill Light Control _ If specified, spill light levels at identified locations are guaranteed to be controlled to the maximum values provided in the Musco Illumination Summary. Energy Consumption Total average kW consumption for your lighting system is guaranteed to be not more than the total load shown in the a Musco Illumination Summary. Monitoring, Maintenance, and Control Services a Musco shall monitor the performance of your lighting system, including on/off status, hours of usage, and luminaire outages. If outages that affect playability are detected, Musco will contact you and proactively dispatch technicians. On-off control of your lighting system is provided via an easy-to-use web site scheduling system, smartphone app, phone, a email, or fax. Our trained 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. Structural Integrity Your project has been designed to ' Structural integrity of equipment manufactured by Musco is guaranteed. f Musco has a team to ensure fulfillment of our product and services warranty and maintains financial reserves ' dedicated to support our fulfillment of this warranty. Please keep this document as your signed contractf guaranteeing comprehensive service for the 10 year period. # Page 1 of 2- Y.B 11 1' 1 1 11 1 1 11 1 1 11 I I 1 -11 l 1 11 I I 1 -11 WORN.; 111'llll'!11 1111 111-111 1111NNY11"s !11 1 1.. . 111 11111 11 1 111:-.IN 11 11 1111 /1 111 111 111 11 1 1 1 I 1 111 1 111 I 11 I 11I Il l+ .16:/ d,,1,.1 ti♦rlrr..,,. ,,�y�, �tgr s�, 1 � `:��/rti�= 3_-h '3"cp" V .a ©2005,2019 Musco Sports Lighting,LLC M-1297-enUS-7 i,:.: ♦ t ♦ 1 t A ♦ t 1 ♦ t A ♦ t 1 ♦ t A ♦ t 1 ♦ t A ♦ t ♦ ♦ t ♦ •�;[[ .w)),c._11 Illlu( I1111 Illnll II11111 Illnll-Illll 111111 Illlrll Illnll Illnll lullll Illnll-1111111 1;11111 Illlrll Ill 111 I1111 Illlrll Illll l 11111 1;11111 MINI Illnll I11111 II11111 1111111 Illnll 1;111 IIIIN( Illll Illnll 111111 Illnll I11111 1111111 II11111�P -�JIII 2 N1111 11111r=11111)�/1111/ Gull=lllllf:11111) 111111 (11111=lull):/1111! Gull=null:11111) /11111 H1111=lull)�11111/ (11111=n1111:11111) /1111/+(II111=lull)�11111/:(11111=r11111:11111) 11111/ (11111�hull�11111):(11111=Illllr 111111:111111=: �}i _ _ _ . _ _ 0000 TM mu_ fo 10-Year Product Assurance &Warranty Program l Terms and Conditions Service under this Contract is provided by Musco Sports Lighting, LLC 5. Contract Limitations: ("Musco")or an authorized servicer approved by Musco.Services performed a.EXCLUSIONS FROM COVERAGE: IN NO EVENT WILL MUSCO under this Contract shall consist of furnishing labor and parts necessary to l restore the operation of the Covered Product(s) to original design criteria BE LIABLE FOR ANY SPECIAL, INDIRECT, INCIDENTAL, OR provided such service is necessitated by failure of the Covered Product(s) CONSEQUENTIAL DAMAGES WHICH INCLUDE, BUT ARE NOT during normal usage. This Contract covers Product(s) onsisting of Musco's LIMITED TO, ANY DELAY IN RENDERING SERVICE OR LOSS ;r Total Light Control —TLC for LEDO with Control-Link and any additional OF USE DURING THE REPAIR PERIOD OF THE COVERED r Musco manufactured product as listed on page 1. PRODUCT(S)OR WHILE OTHERWISE AWAITING PARTS. l .'We","us,"and"our"mean Musco."You"and"your"mean the purchaser of the b. LIMITATION OF LIABILITY: To the extent permitted by applicable Covered Product(s).No one has the authority to change this Contract without law, the liability of Musco, if any, for any allegedly defective , the prior written approval of Musco.Musco shall not assume responsibility for Covered Product(s) or components shall be limited to repair or !� their agents or assignees other than as described below. If there is a conflict replacement of the Covered Product(s) or components at Musco's ; between the terms of this Contract and information communicated either option.THIS CONTRACT IS YOUR SOLE EXPRESS WARRANTY orally or in writing by one or more of our employees or agents,this Contract WITH RESPECT TO THE COVERED PRODUCT(S).ALL IMPLIED shall control. WARRANTIES WITH RESPECT TO THE COVERED PRODUCT(S) INCLUDING, BUT NOT LIMITED TO, IMPLIED WARRANTIES t Additional Provisions OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR t - "' PURPOSE,ARE HEREBY EXPRESSLY EXCLUDED. hi 1. Availability of Service: Control-Link CentralTm operators shall be c.For the purposes of and by your acceptance of this Contract you ;y available 24/7 via web site, phone, fax, or email. Maintenance service acknowledge and agree that if a surety bond("Bond")is provided the f specialists shall be available 8AM to 5PM Central Time, and services warranty and/or maintenance guarantee provided for in this Contract ) shall be rendered during these same hours in your local time zone, and any corresponding liability on behalf of the issuing surety under Monday through Friday(with the exception of national holidays).Hours the Bond is limited to the first twelve (12) months of said warranty of operation are subject to change without notice to you. Musco will and/or maintenance guarantee coverage period. Any warranty and/ l exercise all reasonable efforts to perform service under this Contract,but or guarantee coverage period in excess of said initial 12 month will not be responsible for delays or failure in performing such services period does not fall within the scope of the Bond and shall be the sole caused by adverse weather conditions,acts of any government,failure responsibility of Musco. # of transportation, accidents, riots,war, labor actions or strikes or other d. Musco requires reasonable access for a crane or man lift equipment causes beyond its control. to service the lighting system. Musco will not be responsible for damage from operating the vehicle on the property when the a 2. Determination of Repairs:Musco will utilize the field monitoring system equipment is operated in the prescribed manner over the designated and any information provided by the customer to determine when the access route. usage of the field is materially impacted. From this information, Musco will determine needed repair and/or replacement of Covered Product(s) e.Obsolescence or Environmental Restrictions: If during any maintenance and 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 a Covered Product(s)are found to be either obsolete,no longer available,or # 3. Your Requirements Under this Contract:You must meet all electrical prohibited by any state of federal agency,Musco shall replace said parts " and installation requirements as specified by the manufacturer. In with comparable parts and materials with equal operating characteristics addition,you promise and assure:full cooperation with Musco,Musco's solely at Musco's discretion. The cost of replacement of any obsolete a technicians and authorized servicers during telephone diagnosis and repair of the Covered Product(s);reasonable accessibility of the Covered cellular related technology shall be borne by you.Prior to completing any Product(s);a nonthreatening and safe environment for service. such work,Musco shall notify you of the cost(if any)you will incur in the replacement of such parts under this section. You agree to check fuses and to replace fuses as needed. Musco provides spare fuses in the lowest alpha-numeric numbered enclosure. 6. Transfer and Assignment: Except to owners,you shall not have the Musco will 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, ) You agree to keep your control system online.This means keeping the a successor in interest by merger, operation of law, assignment or required control voltage to the control system at all times.Any deviation purchase or otherwise of your entire business shall acquire all of your from this practice must be discussed with Musco's Warranty Department. interests under this Contract. x' 4. Service Limitations—This Contract does not cover: Maintenance, 7. Governing Law:The Contract shall be interpreted and enforced according # repair, or replacement necessitated by loss or damage resulting from to the laws of the project location. any external causes such as, but not limited to, theft, environmental 6, Subrogation: In the event Musco repairs or replaces any Covered conditions, negligence, misuse, abuse, improper electrical/power Product(s), parts or components due to any defect for which the supply, unauthorized repairs by third parties, attachments, damage manufacturer or its agents or suppliers may be legally responsible,you # to cabinetry, equipment modifications, vandalism, animal or insect agree to assign your rights of recovery to Musco.You will be reimbursed infestation,physical damage to Covered Product(s)parts or components, for any reasonable costs and expenses you may incur in connection with failure of existing structures, supporting electrical systems or any the assignment of your rights. You will be made whole before Musco non-Musco equipment, or acts of nature (including, but not limited retains any amounts it may recover. to: earthquake, flood, tornadoes, typhoons, hurricanes, or lightning). Signature: a Vice President of Sales ; Page 2 of 2- Y.B ` 11/ 111�111 �..1111 111'llll'!11 �1111 111-111 �.1111 111'1111'!11 1 1.. 11 11 1 1 11..1111'!1 1 1�' 11'll 1 1 11' 111'!1 "1 1 11'll ! / 11'1111-l1 1 1^:.,.,VI I 111 111 11 111 1 I 111 11 111 111 11 111 I 1 111 11 111 111 11 111 I 1 111 11 111 111 11 111 111 111 11 111 111 11 111 11 111 11 c.,l ` A 1i ,11 111,-..11{1 ll 11 111-IIIII 11 11111.. II{1 111 11 11 I:-.In 11 11:- 111 il{II l ll 11 lll: I111 :11.;- 11 11111 ,l ll 11 ll 1111 /1 11 .'.11111 ll ll ::111.. 111 1l11':NI I I I l l 1 1 11 /111 I 1 ll 1 11 I I I 1 1 11 1 11 I 1 ll 1 1 1 I 11 I 1 11 /11 I 1 111 1 11 1 I 11 I 1 11 /11 I 1 111 1 111 I 11 I 1 11 /11 I I l l 11 1 �h ae;, l,,�y�,l ll y�tvrl�r lel�r!n 6�h �♦r,lar,,,a,.�y�,,„y�e.�� .��nr 6�,,ll.l ti♦rllr..,,a,,�y�., ♦rye ��' a>•b 5ra��rl l ti♦r v+�,a ll'�J1' ♦�arl��i' v t o,r y �ply y ,♦ ,,� ea, '':� Bk±����a// r tgf., k�',;vtgA e, .+fie �k+��/�r tigfv. �a�.,tgr s�, 1+�� �`:��/r <§s'vf�,���tgY �, lur��V�,�'3. e <<sys�o�;etgYti �se�1$f�ro1'�,'>s7��ai`♦�rvrvf`�m�+tS�ti�+°�ti ✓f� ©2005,2019 Musco Sports Lighting,LLC M-1297-enUS-7 .` =.Y�'-..��..='•6rf v�s 6 __ =.Y _.`�F�•v`-a.._ b.f _ _vas =_ _.Y� .N�b -_lv�`fJ b.-Y�'`�.Fv,.�M'r�'b- �w'�fV' b.Y�.6�i'a���^Yb- cf��%� b Y•��_ i� 7�� d�i ii p d�1llll�'�'�I�rHar+I�Vi1�6 ��h1� rlilliq,,ih�I� ��I { mus 0000 10 962A�: OWOZWV 10-Year Product Assurance &Warranty Program r Project name: Project number: S Owner: City: State: Covered product(s) Mini-Pitch SystemTM modular sports solution with TLC for LED°luminaires Date issued: Expiration: Musco Sports Lighting, LLC will provide all materials and labor to maintain operation of your Mini-Pitch SystemTM modular sports solution to original design criteria for 10 years. Musco products and services are guaranteed to perform on your project as detailed in this document. Structural Integrity Your Mini-Pitch System modular sports solution has been designed to meet or exceed local building codes and resist == corrosion. Structural integrity of the system including fence panels, goals, seating, and light poles is guaranteed for the warranty period. - Light Performance t= Luminaire outages that occur during the warranty and maintenance period will be repaired or replaced. Control Services On-off control of your lighting system is provided via an easy-to-use web site scheduling system, smartphone app, phone, or email. Our trained Control-Link CentralTM service center team is available 24/7/365. Regular usage reports are always available on Control-Link Central's web site. Musco has a team to ensure fulfillment of our product and services warranty and maintains financial reserves dedicated to support our fulfillment of this warranty. Please keep this document as your signed contract -' guaranteeing comprehensive service for the 10 year period. -Page 1 of 2- - MINI � r� r RW. M�MM ©2020 Musoo Sports Lighting,LLC M-3924-enUS-1 - a 0000 mus fo 10-Year Product Assurance &Warranty Program 1 Terms and Conditions Musco Sports Lighting, LLC ("Musco") or an authorized servicer shall 5. Contract Limitations: r furnish labor and parts necessary to restore operation of Covered a.EXCLUSIONS FROM COVERAGE: IN NO EVENT WILL MUSCO ` f Product(s)to original design criteria provided the failure was a result o BE LIABLE FOR ANY SPECIAL, INDIRECT, INCIDENTAL, OR normal usage. CONSEQUENTIAL DAMAGES WHICH INCLUDE,BUT ARE NOT This Contract covers Mini-Pitch System"' modular sports solution LIMITED TO,ANY DELAY IN RENDERING SERVICE OR LOSS with Control-Link®, TLC for LED®, and any additional Musco OF USE DURING THE REPAIR PERIOD OF THE COVERED .=" manufactured product as listed on page 1. "We", "us,"and"our mean PRODUCT(S)OR WHILE AWAITING PARTS. Musco."You"and"your"mean the purchaser of the Covered Product(s). b.LIMITATION OF LIABILITY: To the extent permitted by law, ¢_ This Contract cannot be changed without the prior written approval liability of Musco for any defective Covered Product(s) shall be of Musco. If there is a conflict between the terms of this Contract limited to repair or replacement of the Covered Product(s).THIS ' = and information communicated either orally or in writing by one or CONTRACT IS YOUR SOLE EXPRESS WARRANTY. ALL more of our employees or agents,this Contract shall control. IMPLIED WARRANTIES INCLUDING, BUT NOT LIMITED TO, IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS rya Additional Provisions FOR A PARTICULAR PURPOSE, ARE HEREBY EXPRESSLY - �� 1. Availability of Service: EXCLUDED. w_ a.Control-Link CentralTM operators are available 24/7 via web site, c. If applicable,the liability of the issuing surety of the surety bond is phone,fax,or email. limited to the first 12 months of the warranty period. b.Maintenance service specialists are currently available 8AM to d.Musco requires reasonable access for equipment to service the " 5PM Central Time Monday through Friday, except for national system. We will follow designated access routes but will not be holidays. Services shall be rendered during these same hours in responsible for damage on the property for operating equipment in your local time zone. the prescribed manner. 2. Determination of Repairs: Musco will utilize any information provided e.If we find that any parts of the Covered Products become obsolete, M by the facility owner to determine any needed repair and/or prohibited by law or regulation or are no longer available, Musco replacement of Covered Products and arts. Repair will be with p O p P may replace them with comparable parts at our discretion. We will Product(s)of like kind and quality. notify you of any replacement cost prior to starting the work. 3. Your Requirements Under this Contract: You agree to meet and - q g 6. Transfer and Assignment:Except to facility owners,you cannot assign maintain all electrical requirements(if any)and install as specified by your rights and obligations under this Contract without prior written Musco or as approved in advance by Musco's Warranty Department. consent of Musco.A successor of your entire business shall acquire 4. Service Limitations: Musco will exercise all reasonable efforts to your interests under this Contract. perform service under this Contract but will not be responsible for 7, Governing Law: Unless otherwise governed by applicable state law, delays or failure in performing such services due to causes beyond the Contract shall be interpreted and enforced according to the laws its control. of the State of Iowa. r' This Contract does not cover maintenance, repair, or replacement due g, Subrogation: In the event Musco repairs or replaces any Covered to damage from: Product(s), parts or components due to any defect for which our a.External causes such as but not limited to misuse,vandalism, or vendors,agents or suppliers may be legally responsible,you agree .. unauthorized repairs or modifications. (Unauthorized repairs or to assign your rights of recovery to Musco.You will be reimbursed modifications void this warranty in its entirety.) for any reasonable costs you may incur in connection with the " b.Failure of any non Musco equipment or electrical systems. assignment of your rights. You will be made whole before Musco retains any amounts it may recover. c.Acts of nature such as but not limited to weather events or lightning. Signature: Vice President of Sales Page 2 of 2- Wm �V -1 ./�--_'_sw.�i3 4 0W�WE. W`�� ' .R 4r �, �, M_- M @2020 Musco Sporls Lighting,LLC-M-3924-enUS-1 :`•;, is sy'" �j� ♦., t ♦. ♦ ..t... A ♦, t:,..♦ ♦ ,-.` A .♦, ii t ♦ ♦., t A,. .♦ r a ♦ ♦. t -A.', ♦ t ♦.. .♦ t.. ♦,6��><`eeo�:,.(,uu„ „r,,,, „r r ,rur, ,,,,«, ,,,r,r „r rr, ,u,rr, ,,,,,,, ur rrr ,u,r„ ,,,,,,, ,,,r,r „r rr, ,u,rr, ,,,,,,, ,,,rrr „ur„ u,u„ ,,,r„ ,,,rrr ,uurr ,,,,,,, ,u rrr „uu, ,„u„ ,,,,,, ,,,rrr ,,,x rNrM Nulr Iu„r ruNr Nu11=r,u,r:11urr:Nulr Hnlr=rin,t c rust Nu11=nu,r:11urr:rNrM Hnlr=rin„ runt-Nu11=„u,r:11urr:rNrlr:.Nulr=11u„=runt:Null=r,u,1:11urr:fNrlr I 11u„ Nurr:Null=rn„r-11u,1:troll ,p ., :IwwiWwwiWuunil3lww,Wwwd:/wwiWuwulr - `� 0000 MUSCOVISIM by MU5 -' Automated Sports Broadcasting`_r p e 5-Year Product Assurance & Warranty Program Project name: Project number: i Owner: City: State: Covered product(s): -� --= Date issued: Expiration: Musco Sports Lighting, LLC will provide all materials and labor to maintain operation of your automated _ broadcasting system to original design criteria for 5 years. Musco products and services are guaranteed to perform on your project as detailed in this document. Camera Structure System h' Individual camera and image processing system outages that occur during the warranty period will be repaired �- at the earliest available date. Your project has been designed to meet building codes. Structural integrity - .. of MuscoVision equipment including poles, foundations, mounting brackets, and associated hardware is guaranteed for the warranty period. `' w Networking Equipment Networking equipment required to collect individual camera input and distribute broadcast content to the a on-site customer provided internet connection point is guaranteed for the warranty period. Automated Production System Musco guarantees all automated production hardware and software required for camera switching and game tracking for the warranty period, including software updates required to maintain system operation. a =_r Monitoring, Maintenance, and Control Services Musco shall monitor the operation of your MuscoVisionTm automated broadcasting system broadcasts, and a report hours. If outages are detected that will affect your ability to stream scheduled broadcasts, Musco will proactively contact you and attempt to correct the outage through use of remote access tools as quickly as possible. In the event that the outage is a result of a Musco hardware or equipment failure at your site, Musco will dispatch a repair technician. Control of your automated broadcasting system is provided via an easy-to-use website scheduling system, smartphone app, phone, or email. Our Control-Link CentralTM service center Team is available 24/7/365. "t Musco has a team to ensure fulfillment of our product and services warranty and maintains financial -' reserves dedicated to support our fulfillment of this warranty. Please keep this document as your signed contract guaranteeing comprehensive service for the 5-year period. =_ Page 1 of 2- N n „r ll Nr „ N „r ll rrr N „r rl rrr N rl rrWrn, N rrr rrr �a ,nn -r rrr- nu.,,,, ,., t b✓r,Mt. rrr? �rtg � r��5' 6✓J4 ti♦✓ra�� ..ryA�s +�i. `l r�s5 t b ti♦✓ray, ••r r�., +r A ��' ��5'ta�J„tii✓ J� i ,� 1.♦o'ra��1r t+i Pry••y,4J.,"I r'M�� t �1•'+�Z• ea +fS �v?��c/ e �'., k��,tt+ + .+�°e $���/�� ;�e.^ �a�,.�! en �S $k���/ + 4�'vs�,��.KY n u�$'r�V,�,$�'3,000 r�of�o,.dS> +'9> >�? 2�' •��53+ '�5 v1°� t$� �, .' '^+'�^`c=h -`'L `"•'•''p-_st__- ' �"c='h �v�V ✓y_ 3 h�� '3"cp" �V �.a ����^.� A_'- ,�'�V _ A 4 - ©2020 Musco Sports Lighting,LLC M-3734-enUS-1 :`•;, is sy'" j ♦., t ♦. ♦ t... A ♦, t:,..♦ ♦ -.` A _♦, ii t ♦ ♦., t A,. .♦ r a ♦ ♦. t -A.', ♦ t ♦.. .♦ t.. ♦,6��,<`eeo�:,.[ a``dw))r r ,,,,,,, ,r nr ,n,n, ,nut, ,nnn ,n r ,nrr, ,,,,«, ,n n, ,n n. ,uur, ur rrr nnn, ,n nr �ant=taut nun runt=runt uuu=nu„:run:rnur nun=nun runt uuu=nun:runt:taut nun=nun uun-rn,u=„un:uun:runt:.trait=nun=uun:uuu=nuit:uun:runt trait nun uun:rn,u nun.uun:ru,n ;p :._ _ _ _ _ _ 0000 Musco by mus Automated Sports Broadcasting 5-Year Product Assurance & Warranty Program ' Terms and Conditions Musco Sports Lighting, LLC ("Musco") or an authorized servicer shall 5. Contract Limitations: r furnish labor and parts necessary to restore operation of Covered a.EXCLUSIONS FROM COVERAGE: IN NO EVENT WILL MUSCO , Product(s)to original design criteria provided the failure was as a result BE LIABLE FOR ANY SPECIAL, INDIRECT, INCIDENTAL, OR of normal usage. CONSEQUENTIAL DAMAGES WHICH INCLUDE, BUT ARE This Contract covers MuscoVisionTM automated sports broadcasting with NOT LIMITED TO, ANY DELAY IN RENDERING SERVICE • Control-Link®and any additional Masco manufactured product as listed OR LOSS OF USE OR STREAMING VIDEO DURING THE r" on page 1."We","us,"and"our"mean Musco."You"and"your"mean the REPAIR PERIOD OF THE COVERED PRODUCT(S)OR WHILE purchaser of the Covered Product(s). AWAITING PARTS. #1 _ This Contract cannot be changed without the prior written approval b.LIMITATION OF LIABILITY: To the extent permitted by law, of Musco. If there is a conflict between the terms of this Contract and liability of Masco for any defective Covered Product(s) shall be - " information communicated either orally or in writing by one or more of our limited to repair or replacement of the Covered Product(s).THIS employees or agents,this Contract shall control. CONTRACT IS YOUR SOLE EXPRESS WARRANTY. ALL :tip 0 IMPLIED WARRANTIES INCLUDING, BUT NOT LIMITED TO, Additional Provisions IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS - ` FOR A PARTICULAR PURPOSE, ARE HEREBY EXPRESSLY h 1. Availability of Service: EXCLUDED. a.Control-Link CentralTM operators are available 24/7 via website, c. If applicable,the liability of the issuing Buret of the Buret bond is ' phone,fax,or email. pp y g y y limited to the first 12 months of the warranty period. IleI b.Maintenance service specialists are currently available 8AM to d.Musco requires reasonable access for equipment to service the 5PM Central Time Monday through Friday, except for national system. We will follow designated access routes but will not be - holidays. Services shall be rendered during these same hours in responsible for damage on the property for operating equipment in your local time zone. # the prescribed manner. 2. Determination of Repairs: Musco will utilize the field monitoring e.If we find that any parts of the Covered Products become obsolete, ��. system and any information provided by the facility owner to determine prohibited by law or regulation or are no longer available, Masco - any needed repair and/or replacement of Covered Product(s) and may replace them with comparable parts at our discretion. We will �# parts.Repair will be with Product(s)of like kind and quality. notify you of any replacement cost prior to starting the work. 3. Your Requirements Under this Contract: You agree to meet and a maintain all electrical, installation, software updates and internet f. If you or the facility owner have third-party agreements covering connection requirements as specified by Musco or as approved in content rights for all or a portion of the Streaming Services, # advance by Musco's Warranty Department. Musco is not responsible for the loss of such rights.You agree to indemnify and hold Musco harmless from any claims of copyright 4. Service Limitations: Musco will exercise all reasonable efforts to infringement or violation of privacy rights related to the Streaming _a perform service under this Contract but will not be responsible for Services. delays or failure in performing such services due to causes beyond its control. 6. Transfer and Assignment: Except to facility owners, you cannot This Contract does not cover maintenance,repair,or replacement due assign your rights and obligations under this Contract without prior a to damage from: written consent of Musco. A successor of your entire business shall acquire your interests under this Contract. a.External causes such as but not limited to misuse,animal infestation, 7 Governing Law: Unless otherwise governed by applicable state law, vandalism,or unauthorized repairs or modifications. (Unauthorized repairs or modifications void this warranty in its entirety.) the Contract shall be interpreted and enforced according to the laws of ;�. the State of Iowa. b.Failure of any non Musco equipment or electrical systems. 8• Subrogation: In the event Musco repairs or replaces any Covered c.Acts of nature such as but not limited to weather events or lightning. Product(s), parts or components due to any defect for which our vendors,agents or suppliers may be legally responsible,you agree to If you terminate the Streaming Services portion of your agreement but assign your rights of recovery to Musco.You will be reimbursed for any keep the equipment,you void the monitoring portions of this warranty. reasonable costs you may incur in connection with the assignment of your rights.You will be made whole before Musco retains any amounts it may recover. ' Signature: a Vice President of Sales ; Page 2 of 2- ,r ,nr n� �n rr nr �� rrr rr rrr �n rr nr �� rn rr rrr �n rr nr �� rn rr n� �n rr nr n� rn rr n� �n rrr nr n� err rr .t� , ,e . ^y♦j �ryg �� ,���5. S�ti �♦✓.,a��,, ..,.^v��. +✓i,�l >`�s5 t6� ti♦✓.,a�,,� ..r^v��. +✓�A��' �b5'ta��J.,tit ;.� .. '���' +��,,��' �>`Eo'ra��1r t♦� Pr�..,.,4J�."3 �.'M�� t �r't�',v. �9- 4aa� a�^e .dd? m,,.h �.�a•,.. k��,,,ntt±, a,+>a p�^er...$� :h rg��.. $�a,,,ep�'sF ;e,���Se^�. ,r4�,�s� tsY ♦a;�:��$ e°�. •,..=±°�'a�S�f�o.,ts> ,+._sue' >?? $b' •�°�s+ +�5.1'� t�^ ©2020 Musco Sports Lighting,LLC M-3734-enUS-1 MunicipalMusco Finance: Lease-Purchase Program The flexible and affordable way to finance your lighting project today Make your project happen The municipal lease-purchase program,offered by Musco FinanceT",provides the funding opportunity many public entities need for facility improvements such as sports lighting. 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. A known set expense can be budgeted annually;freeing you from budget uncertainties and lowering cash flow impact. Start seeing the benefits now •Added revenue from expanded use of your facility can help make payments annually •Lower energy and operating costs with upgraded,energy-efficient Musco systems t •Avoid inflationary pressures by completing your project at current prices .i1'' The program makes funding easy •No down payment required •No payments for up to 6 months •Fund up to 100%of project costs,including installation •Low,fixed payments •Flexible payment schedules with terms of up to 7 years •No bond election,simply an agenda item for board/council approval •Does not constitute debt or encumber future councils Make your recreation dreams a reality now 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 come. Call 800/825-6020 today to make your sports-lighting dreams a reality. r O`/DO musco QnaaaQ31-4M Some restrictions may apply.All financing is subject to credit approval and the completion of mutually acceptable documentation. ©2005,2022 Musco Sports Lighting,LLC -M-2108-enUS-9 5. Marketing Plan 0000 mus .o., Musco Sports Lighting markets our products through tradeshows, conventions, direct mail and advertising. Musco does targeted, personalized marketing promotions to specific customer groups and would be able to provide information on KCDA as appropriate in those promotions. Our Sales Team would promote KCDA by informing qualified customers of this available resource for their use in purchasing their sports lighting system. Musco Sports Lighting attends the below listed tradeshows in the KCDA market. Musco is always proactively looking for additional tradeshows to showcase our company, products, and services. King County Director's Association Washington Association of Maintenance and Operations Administrators Washington Recreation and Park Association Washington Secondary School Athletic Administrators Association Oregon Athletic Directors Association Oregon Recreation and Park Association Oregon School Boards Association Idaho School Boards Association Idaho Recreation and Parks Association Idaho Athletic Directors Association Association of Idaho Cities Montana Recreation and Park Association Alaska Recreation and Park Association 0000 musco., Purchasing Network:King County Director's Association Sports Lighting: Save Energy & Reduce Cost Light-Structure System- LED Light Source Poletop Luminaire Assembly Since 1976,Musco has specialized in the design and manufacture Wire of sports and large area lighting.Thousands of schools,cities, Harness and facility owners have counted on Musco as part of their team to make lighting happen for the safety and enjoyment of their participants,while providing the most value for their sports- lighting budget.Now you can purchase this industry-leading lighting directly through the King County Director's Association. Electrical Components Light-Structure System"lighting system: Enclosure • Designed&engineered from foundation to poletop in 5 Easy PiecesT" • Custom to project specifications • Factory-assembled,aimed and tested Galvanized Steel Pole • Includes system monitoring and remote on/off control services • Backed by an industry-leading warranty Precast Concrete Base For information: Amanda Hudnut 800/825-6030 musco.contracts@musco.com www.musco.com ,I KCDA KCDA Contract 19-406 Contract#will be Field Court Lighting updated upon award OCGO MUSCO, ©2019 Musco Sports Lighting,LLC M-3252-enUS-1 6. Authorized DealersNendor Partners 0000 musco, Musco Sports Lighting, LLC has no agents or dealers authorized to represent the company. Musco Sports Lighting, LLC products must be purchased directly from the company. 0000 musco� 7. Addendums 0000 musco., No Addendums 00CQ MUSCO TAB 2 Response Forms rCOAA PURCHASING COOPERATIVE 18639-8011 Ave S.+P.O.Box 5550+Kent,WA 98064-5550+Phone 425-251-8115+Fax 253-395-5402+www.kcda.orp INVITATION FOR BID Bid#23-406 Sport Court and Field Lighting Attachment A Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion In submitting the proposal to provide products and/or services as outlined in the bid specifications, we hereby certify that we have not been suspended or in any way excluded from Federal procurement actions by any Federal agency. We fully understand that, if information contrary to this certification subsequently becomes available, such evidence may be grounds for non-award or nullification of a bid contract, This certification is required by the regulations m le enting Executive Order 12549, Debarment and Suspension, Participant's Res o ilities. Signed: Title: resident Firm: Hellas Construction, Inc. Address: 12000 West Parmer Lane City, State, Zip: Cedar Park, Texas 78613 Date: 1/2/2023 Email rhawley@hellasconstruction.com Note: Electronic acceptance of these terms and conditions signifies compliance with above statement. (Line item Whse bids) King County Directors'Association A School Purchasing Cooperative for Supplies and Equipment KCDA Certification of Compliance with Wage Payment Statutes The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date 11/9/2022, the bidder is not a "willful" violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. Hellas Construction, Inc. Bidder's Business NaWff" Si uthor' Reed J. Seato Printed Name President Title 1/2/2023 Cedar Park Texas Date City State Check One: Sole Proprietorship ❑ General Partnership ❑ LLC ❑ Corporation Ll State of Incorporation, or if not a corporation, State where business entity was formed: Texas If a co-partnership, give firm name under which business is transacted: N/A *If a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). If a co-partnership, proposal must be executed by a partner. KCDAPURCHASING COOPERATIVE 18639-01 Ave.S. • P.O.Box 5550• Kent,WA 98064-5550• Phone 425-251-8115• Fax 253-395-5402• www.kcda.org INVITATION FOR BID Bid#23-406 Sport Court and Field Lighting ATTACHMENT C-Special Provisions THESE INSTRUCTIONS SUPERCEDE AND TAKE PRECEDENCE OVER ANY OPPOSING LANGUAGE IN THE STANDARD TERMS AND CONDITIONS A.SOLICITATION OBJECTIVES KCDA is seeking manufacturers, providers, or dealers/distributors to provide current and emerging Sport Court Field Lighting to its members. Total approximate value of spend for this contract is between$6,500,000.00 and$9,000,000.00. However, KCDA does not guarantee any minimum or maximum value or number of orders. —it is KCDA's intent to establish an annual multi-state contract with the potential of up to three (3) one-year 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,Alaska). 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 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 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. Bidders must be an authorized manufacturer, sales representative or service dealer having a local sale,service and install presence in Washington State.The Bidder must also include a list identifying the states within which they are authorized to sell,service and install. If a portion of a state is serviced, bidder must specifically list the portion which is serviced. Bidder can list by county, region,or territory. Bidder must provide the list as a separate document when submitting a response. The bidder may propose different 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 states named to enable KCDA members to have onsite consultation, needs assessment, installation, integration,and training. It is the intent to award this contract to the most responsive, responsible vendor that can provide field lighting and related services to KCDA members which meet the terms,conditions and specifications outlined in the IFB. The -ontracted services are to meet or exceed all federal,state, and industry standards in addition to requirements as defined, established,set forth,and adopted by each agency and or organizations. The 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 product. Installation and training services. 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. KCDA's purpose is to: • Cooperatively serve our members and associate members through a continuous effort to explore and solve present and future purchasing needs. • Provide government agencies opportunities for greater efficiency and economy in acquiring goods and services. • Equalize purchasing power for smaller agencies that are unable to command the best contracts for themselves. • Maintain credibility and confidence in business procedures by maintaining open competition for purchases and complying with purchasing laws and ethical business practices. • Provide competitive price solicitations which meet the procurement laws of our members. • Secure multi-state volume purchasing contracts which are measurable, cost effective and continuously exceed our members'expectations. • Provide quick and efficient delivery of goods and services by contracting with "high performance and quality"vendors who understand our members' needs. B. TIMELINE Advertised as Bid#23-406 in DJC Seattle,Oregon November 9th, 2022& November 16th, 2022 January Sth,2023, Bids due no later than 2:00 P.M. PST February 9th, 2023, Award recommendation February 16th,2023, Board Approval March 15L,2023, Contract Start Date C. SUBMISSION OF BIDS 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. 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 drive or CD. Online submission of bid through Public Purchase is NOT accepted. • Submit sealed bids in 3-ring binder with an inside pocket and a set of dividers. Submit one (1) bound and signed copy of the bid plus one(1)electronic copy on CD or flash drive. • KCDA reserves the right to reject any or all bids and to accept any proposal deemed most advantageous to KCDA members and to waive any informality in the bid process. • Bids shall be submitted as stated in this solicitation. Deviations to any terms,conditions and/or specifications shall be conspicuously noted in writing by the bidder and shall be included with the bid. No cross outs or delineations shall be made to the existing document. Exceptions and deviations will be considered in award evaluation. KCDA reserves the right to reject any deviations or exceptions stipulated in a bidder response and may subsequently disqualify such bid if such terms 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. • Withdrawals of bids will not be allowed for a period of 60 days following the opening. Withdrawal 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 Contracts&Bids—Vendor Bids. Addendums will not be mailed or e-mailed. It is bidder's responsibility to check for issuance of any Addendums prior to submitting a bid. All Addendums must be signed and returned with the bid document,or the bid will be considered non- responsive.All documents with signatures shall have original ink signatures. Electronic copies shall be scanned with original signatures. D. BID FORMAT 1. Preparation of the Bid Response a. The IFB#23-406 is published in one PDF document on the KCDA Website,it is also published on the Public Purchase Website with all required documents and forms posted separately. • Cover Page indicates the Due date and where to send Bid documents to • Attachment A contains the Debarment Statement(signature required) • Attachment B, includes Terms by Manufacturer(signature required) • Attachment C Special Provisions that take precedence; (signature required) • Attachment D Manufacture Product Price List(completion required) • Attachment E1 Miscellaneous Fees(completion required) • Attachment E2 Service Price Schedule (completion required) • Attachment X Deviations(signature required) • Company Profile(signature required) • Certification of Compliance(signature required) • EDGAR form (signature required) b. Bid Forms requiring signatures shall be submitted with original ink signatures, by the person 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. C. Corrections and/or modifications received after the opening time will not be accepted, except as authorized by applicable rule, regulation,or statute and KCDA. d. In case of an error in extension of prices in the bid, unit prices shall govern. e. Periods of time, stated as several days,shall be in calendar days, not business days. f. It is the responsibility of all Bidders to examine the entire IFB 23-406 package,to seek clarification 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 time and date. g. The Bidders'ability to follow the bid preparation instructions set forth in this solicitation will also be an indicator of the Bidders' ability to follow instructions should they receive an award because of this solicitation.Any contract between the KCDA and a Bidder requires the delivery of information and data.The quality of organization and writing reflected in the bid will be an indication of the quality of organization and writing which would be prevalent if a contract was awarded. As a result,the bid will be evaluated as a sample of data submission. 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 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 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. Tab 1-Company Profile/Information • Responses should include a brief introduction informing KCDA of the qualifications and - experience of the Bidder, along with a brief company history. • Reference requirements: (3). Projects should be of similar size and complexity, preference given for government contracts. Tab 2-Response Forms • Debarment Statement-Attachment A • Certification of Compliance with Wage Payment Statutes • Terms by Manufacturer-Attachment B(option: bidder may include this information in their own format as part of the pricing pages) • Attachment C—Special Provisions • Deviations—Attachment X • Edgar Certification Form Tab 3—Pricing sheets supplied in IFB. • Price sheets supplied in IFB. • A listing of products or services which are not listed on the price list which Bidder can provide and may be considered as a value add for KCDA member agencies. Tab 4-Product Line Brochures and Literature Tab 5-Marketing Plan: • List shows,conferences,show examples of flyers or describe how bidder will market the KCDA Sports Field Court Lighting Contract. Tab 6—Authorized Dealers/Vendor Partners • Provide letters from each manufacturer stating authorization to deal. • List all dealers/vendor partners authorized to utilize this contract through the vendor. Tab 7-Addendums E.VENDOR RESPONSIBILITIES • Designate and assign a dedicated senior-level contract manager(one authorized to make decisions)to the KCDA contract. This employee will have a complete copy and must have working knowledge of the contract. • 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 state. It is expected that the awarded vendor will lead with the KCDA contract. • Develop a marketing plan to support the KCDA contract in collaboration with respective KCDA member agencies. Plan should include,but not be limited to, a website presence, electronic mailings, sales flyers, brochures, mailings,catalogs,etc. • Create a 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. • Have ongoing communication with the Contract and Procurement Specialist at KCDA and the KCDA member agencies. • Attend two(2) "touch base" meetings at KCDA per year. One of those meetings may be participating in the KCDA Vendor Fair. • Participate in national and local conference trade shows to promote the KCDA contract. • Increase sales over the term of the KCDA contract. F. EQUIPMENT&RELATED PRODUCTS 1. New Sport Court Field Lighting and Services: a. All Sport Court Lighting and Services provided under this contract must be new. Sport Court Lighting and Services which have not been used previously and are being actively marketed by the Manufacturers' authorized dealers. b. All branded Sport Court Lighting include components, spare parts, application software, and ancillary equipment 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 specifications. See the Attachment D Manufacture Product and Pricing List for specifications for the product details. 2. Sport Court and Lighting Services Installation/Removal a) The installation and/or removal of contract Sport Court Lighting Services shall be performed in a professional manner.The member's premises and equipment shall be left in a clean condition.The awarded vendor may be required to repair all damage and/or provide full 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 required to provide all necessary maintenance and repair. Installation dates and installation schedule must be approved by member agency. a. Installation crews may be working around students, teachers, and general staff. Installation may require off hour and weekend work to accommodate and complete the 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 displaces staff, students or personnel will most likely create disruption to the ordinary daily schedule. After hours and weekend installations are preferred and will be so identified in the proposal to the member agency. b. Project Manager for the awarded vendor shall verify proper installation at multiple and various times throughout the duration of the installation. c. Upon successful completion of installation, test system functionality for all possible scenarios and document all outcomes. f. Installment requirements (electrical certifications, plumbing certifications, licenses, permits etc.). 3. Field Court and Lighting Services Newly Installed Equipment or Related Product Problems a) Member agency will evaluate the performance of newly installed equipment for a 15-day period after installation. If the performance is unsatisfactory,the member agency will immediately contact the awarded vendor to pursue corrective action and resolution of the problem. Resolution of performance problems may result in: • Repair or other action to correct the problem including training or modifications made to member's satisfaction • The replacement of the Field Court Lighting Services with another Field Court Lighting Services of the same brand and model,at no additional cost(including delivery and installation)to the member agency,or- • Return of the Field Court Lighting Services with cancellation of the order at no charge to the member agency. 4. Field Court Lighting Services Inspection/Testing/Acceptance a. Inspections,tests, measurements, or other acts or functions performed by the member 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 demonstrate the capability of providing the functions and services specified in the manufacturer's published literature. 5. Field Court and Lighting Services Maintenance,Repair and Service a. Maintenance, repair,and service related to the operation of Field Court Lighting Services must be provided to member agency. b. Excessive Service and Downtime: : Field Court Lighting Services including all components,spare parts, application software,and ancillary equipment supplied through this contract shall be capable of 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 Lighting Services that develop a trend of requiring an excessive number of service calls shall 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 made in a manner that is best for the member agency. C. If the performance of maintenance services under the contract results needs to replace defective parts,such items may only be replaced by new parts. In no instance shall the awarded vendor be permitted to replace defective items with refurbished, remanufactured,or surplus items without prior written authorization of the member agency. d. Awarded vendor must guarantee the availability of repair parts for a minimum of five(5) years after member agencies acceptance of the contracted. Field Court and Lighting Services 6. Field Court and Liahtina New products and/or Services a. Field Court lighting Services must meet the scope of work to be added to the contract. b. Pricing shall be equivalent to the percentage discount for other products. 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 awarded manufacturer and if the products meet the requirements of the solicitation. d. No products may be added to avoid competitive procurement requirements. KCDA may 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. KCDA may reject any additions without cause. 7.Field Court Lighting Services Discontinued Products 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 performance of the discontinued model, it is within the awarded manufacturer and if the discount is the same or greater than the discontinued model NOTE: listing the above specifications shall in no way relieve the awarded vendor from the responsibility to follow proper code and regulations. G.TRAINING&SUPPORT if applicable, please state specifically the amount of training which will be provided at no charge.Then list the charge per hour of additional training if applicable(see Bid Sheet). a. if specified by the member agency,staff in-service shall be offered following the installation.Training needs must be quantified and specified by the member agency. Awarded vendors shall provide appropriate pricing(if applicable) based upon each member agencies training need. It is understood that some training may be provided free of charge 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. -4.PUBLIC WORKS LANGUAGE ✓endor agrees that, in performance of the services required under this agreement,Vendor shall abide by all federal,state,local and Washington law and regulations that may apply to construction and public works. It is the responsibility of the Vendor to determine applicability and requirements of any such laws and to abide by them. a) Public Works: 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 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 Wages are established by the Washington State Department of Labor and Industries and can be obtained on the web at http://www.Ini.wa.gov/TradesLicensing/PrevWage/WageRates/defauIt.asp 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 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,and if contract extensions are granted,the prevailing wage rate in affect at the time of the latest extension. 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 professional in nature. It does not apply to work of a secretary,engineer,or administrator, unless 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 39.12.020 and WAC 296-128-510 through 530) 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 construction. (RCW 39.04.010) Public Building Service Maintenance Contracts: Prevailing wages are also required on all public building service maintenance(janitorial)contracts. (RCW 39.12.020) Contractors bidding a Public Works project exceeding$1,000,000.00 must declare who their MVAC, Mechanical and Electrical subcontractors will be within one hour of bid submission and the listing of structural installation and rebar installation subcontractors within 48 hours of bid submission and submit this information with bid documents in order for the bid to be responsive.(RCW 39.30.060). Apprentice Utilization Requirements(AURs) Public works projects should conduct a 15%apprentice utilization requirement if the project belongs to any of below, • State public works estimated to cost$1 million dollars or more. • Department of Transportation projects estimated to cost$2 million or more. • All school district public works projects estimated to cost$1 million or more; and • All public works by a state four-year institution of higher learning estimated to cost$1 million or more. And one of three requirements should happen on a project: • The project meets the 15%AUR. • The project does not meet the 15%AUR, however the awarding agency approves a good faith effort; or • The monetary penalty written in the contract is assessed. Good faith efforts are for the entirety of a project, not a single occupation unless there happens to be only one apprentice able occupation on the project. Therefore,the prime contractor cannot only consider their occupation(s)when requesting a good faith effort and leave out the occupations and workforce used by subcontractors. Within existing resources,awarding agencies are responsible for monitoring apprenticeship utilization hours by contractor. There must be a specific line item in the contract specifying that apprenticeship utilization goals should be met, monetary incentives for meeting the goals, monetary penalties for not meeting the goals, and an expected cost value to be included in the bid associated with meeting the goals. The awarding agency must report the apprenticeship utilization by contractor and subcontractor to the supervisor of apprenticeship at the department of labor and industries by final project acceptance. The electronic reporting system that is being developed by the department of labor and industries may be used for either or both monitoring and reporting apprenticeship utilization hours. Refer to RCW 39.04.320,which covers apprentice utilization on public works projects for detailed information. Reciprocity, In accordance with RCW 39.04.380 any bidding process for public works in which a bid is received from a nonresident contractor from a state that provides a percentage bidding 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 or other procurement exempt from competitive bidding. b) Prevailing Wage: Definition: Prevailing Wage is the hourly wage, usual benefits,and overtime, paid in the largest city in each county,to most 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 public work. If Federal funds are used, bidders must comply with provisions of Davis-Bacon Act. 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 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 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, Releases from Washington State Department of Labor& Industries, Employment Security Department and the Department of Revenue,and acceptance of project completion to the 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 agency. All Intents and Affidavits must name the aaencv for whom work is being performed as the contract award agency,not KCDA. Federally Funded Projects: In addition to the Federal Requirements of Section III, Housing and Urban Development(HUD)Terms and Conditions,Davis-Bacon prevailing wage requirements apply to public works construction contracts of$2,000 or more when a project includes any federal funding of any amount.When there is a difference between applicable state and federal prevailing wages for a particular 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 https://sam.jzov/content/wage-determinations. Contractors/Subcontractors must be knowledgeable and adhere to all federal prevailing wage requirements, including but not limited to paying workers weekly and providing certified weekly payrolls for the contractor and subcontractors of any tier as required in 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 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 contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses. Contractor must coordinate all requirements related to federal funded projects with the KCDA member Agency. c) Responsible Bidder Before award,the bidder must meet the following state responsibility criteria and, if applicable, supplemental responsibility criteria to be considered a responsible bidder.The bidder is required to submit documentation demonstrating compliance with the criteria. Low Responsible Bidder 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. 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 39.12.065(3). 4. If applicable: a. Have Industrial Insurance(workers' compensation)coverage for the Bidder's employees working in Washington State, as required in Title 51 RCW. b. Have a Washington State Employment Security Department number,as required in Title 50 RCW; and c. Have a Washington State Department of Revenue state excise tax registration number,as required in Title 82 RCW. 5:New bidder requirement. Certify that within the three-year period immediately preceding the bid solicitation date: a.The bidder is not a "willful"violator, as defined in RCW 49.48.082,or any provision of chapter 49-46,49.48 or 49.52 RCW. b.As determined by a final and binding citation and notice of assessment issued by the department of labor and industries or through a civil judgement entered by a court of limited or general jurisdiction. c.As of July 1,2019,WA Labor and Industries has required all businesses to have public works training before bidding and/or performing work on public works projects.This training requirement has been added to the responsible bidder criteria in RCW 39.04.350 and RCW 39.06.020. Awarding agencies are required to verify all contractors submitting bids meet this requirement before awarding the contract. 6.At the time of bid submittal, provide signed sworn statement in accordance with RCW 9A.72.085 verifying under penalty of perjury that the bidder follows the new responsible bidder criteria requirement. 7.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 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.. Subcontractor Responsibility The contractor shall include the language of this section in each of its first-tier subcontracts, and 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 requirements of this section apply to all subcontractors regardless of tier. At the time of subcontract execution,the Contractor shall verify that each of its first-tier subcontractors meets the following bidder responsibility criteria: 1. At the time of bid submittal, have a current certification of registration in compliance with chapter 18.27 RCW. 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 39.12.065(3). 4. If applicable: a. Have Industrial Insurance (workers' compensation) coverage for the Bidder's employees working in Washington State,as required in Title 51 RCW. b. Have a Washington State Employment Security Department number,as required in Title 50 RCW;and c. Have a Washington State Department of Revenue state excise tax registration number,as required in Title 82 RCW 5. Have an electrical contractor license,if required by Chapter 19.28 RCW. 6. Have an elevator contractor license, if required by Chapter 70.87 RCW. Payment&Performance Bond: The prime Contractor shall provide a Performance and Payment Bond at 100%of the contract price 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 the Department of Revenue, Employment Security Department, and the Department of Labor and Industries and settlement of any liens filed under Chapter 60.28 RCW,whichever is later. The bond shalt be issued by a surety company authorized to do business in the State of Washington and shall be on standard forms used for public projects (RCW 39.08.010) and as directed by the KCDA member. Performance and Payment bonds for KCDA members outside Washington must be provided by companies licensed to provide bonds for public entities in the member's state. Licenses The prime contractor shall possess and maintain in status all federal,state, and local licenses,bonds,and permits required for the performance and delivery of all products and services offered in its response to the bid solicitation. Before submitting a bid, 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 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, It is the responsibility of the prime contractor to ensure any subcontractors performing under this contract holds and maintains appropriate licenses. 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 Contractor 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 for any Washington State school district, public agency or municipality,the Contractor must comply with the bidder responsibility requirements of RCW 39.04.350 prior to the KCDA member awarding a contract. The contractor must verify the responsibility of all subcontractors used in accordance with RCW 39.06.020. d) Permits: The acquisition of all permits as well as any drawings needed to obtain those permits is the responsibility of the successful Contractor/Bidder. e) 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 member prior to performance of any work. In addition,the Commercial General Liability policies must be endorsed to name KCDA and the KCDA member as additional insureds. Such policies must 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 and not contributing insurance with the Contractor's insurance.These endorsements must be provided along with the certificate of insurance. The KCDA member must both approve the certificate of insurance and endorsements. f) Acceptable Pricing Method: KCDA is unable to accept Alternative Costing Method quotations except in certain limited 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 g) Progress Payments: The Contractor shall be paid,upon submission of a proper Payment Request,the prices stipulated herein for work performed(less deductions, if any),in accordance with all payment and retainage instructions herein. Submitted Payment Requests must contain the following minimum information: a.Contract Number b.Bid item ID, bid quantity, unit, unit price and description as appropriate c.Sales Tax as applicable The Payment Request will be reviewed by the Member before payment is made. If the Member disagrees with the Payment Request, KCDA will issue a notice requesting a revised Payment Request. KCDA,at its discretion, reserves the right to withhold payment on a given project,pending receipt of payment from the customer. 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. h) Payment Retainage: In accordance with RCW 60.28 contract retainage [not to exceed five percent of the moneys earned by the contractor toward completion of a public improvement contract] shall be withheld and reserved in one of two ways: a. As a trust fund for the protection and payment of 1)the claims of any person arising 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 contract,the member agency shall notify the Department of Revenue,the Employment - Security Department,and the Department of Labor and Industries of the completion of 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 contract has been accepted as complete or upon receipt of all necessary releases, whichever is later. b. Option of providing retainage bond for the full amount of the retainage(5%of the contract amount with a performance bond).This bond is separate from the performance bond under RCW 39.09.10. 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. ij FORCE MAJEURE Except for payments of sums due, neither party shall be liable to the other, nor be deemed in default under this contract, if and to the extent that such party's performance of this contract is prevented by reason of force majeure. The term "force majeure" means an occurrence that is beyond the control or responsibility of the party affected and occurs without its fault or negligence, including, but not limited to the following: acts of God;acts of the public enemy;war; riots;strikes; industry-wide labor disputes; civil disorders;fire; flood;snow;earthquakes;tornadoes or violent winds; hail storms; lockouts; injunctions-intervention-acts, or failures or refusals to act by government authority;and other similar occurrences beyond the control or responsibility of the party declaring force majeure,which such party is unable to prevent by exercising reasonable diligence. The force majeure shall be deemed to commence when the party declaring it notifies the other party of the existence of the force majeure and shall be deemed to continue if the results or effects of the force majeure prevent the party from resuming performance in accordance with the contract. The party receiving the notice of force majeure may contest the declaration of a force majeure. Force majeure shall not include late deliveries of equipment or materials caused by congestion at a manufacturer's plant or elsewhere,an oversold condition of the market, inefficiencies, internal labor disputes,or similar occurrences. If either party is delayed at any time by force majeure,the delayed party shall notify the other party in writing of such delay within forty-eight(48) hours. 1. PRICING IFB-The bidder shall submit pricing on the Pricing Pages included or on Attachment B in this IFB. Vendor bid pricing shall include a 2%administrative fee on all line items and charges.The administrative fee must be part of the bid price. If you are bidding a catalog price less a discount, make sure the administrative fee is included in the net price to the member agency. Pricing must include the 2%KCDA service fee so the service fee is invisible to KCDA members. 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 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 methods shall be addressed in Attachment B. Proposals received that provide both for a single manufacturer will be found non-responsive. Fixed prices shall be firm until each anniversary date of contract, unless there is an occurrence of one 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 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 vendor's control. KCDA will review requests for fixed price adjustments to determine if the new prices or another option is in member agencies' best interests. If accepted, new fixed prices shall apply to the contract upon approval from KCDA. Price changes shall be a factor in contract renewal. 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 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 discount,that same volume discount would be available to any KCDA member agency.) 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 methods designated under"Options",or by RS Means, as indicated in bidder's response to this solicitation. Warranty: Describe the warranties that apply to the products offered in the IFB response and when warranty date will commence. Identify any website links that cover warranty information. The manufacturer has the primary responsibility to honor a manufacturer'warranty. Awarded vendor agrees to assist the member agency reach a solution in a dispute with the manufacturer over a warranty's terms. Any extended manufacturer's warranty will be passed on to the member agencies. List any pricing applicable to warranties in Attachment D of the IFB response. -- Risk of Loss or Damage: Awarded vendor shall retain title and control of all goods until they are delivered and received. All risk of transportation and all related charges shall be the responsibility of the awarded vendor. The awarded vendor shall file all claims for visible or concealed damage. The member agency will notify the awarded vendor and/or freight company promptly of any damaged goods and shall assist the freight company/awarded vendor in arranging for inspection. No F.O.B.vessel, car or other vehicle terms will be accepted. Taxes: Member agencies,who have obtained Bid#23-406 Sport Court and Field Lighting under the terms of this contract,will be responsible for payment of all taxes related to acquisition of the Bid#23-406 Sport Court and Field Lighting such as sales tax, property tax,etc. Awarded vendor must separately list all such taxes on member proposal and subsequent invoice. J.FUNDING OUT CLAUSE 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 the agreement contains either or both of the following provisions: 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. 2.Conditioned on a best effort attempt by the entity to obtain appropriate funds for payment of the acquisition. K.AUTHORIZED DEALERS/VENDOR PARTNERS The bidder must secure from the manufacturer, if the bidder is not the manufacturer,a written guarantee executed by the manufacturer that the bidder is an authorized dealer of that manufacturer.This can be submitted as a Manufacturers Guarantee/Manufacturers Certificate, or a statement on the manufacturer's letterhead with corporate acknowledgement. Failure to provide will result in award disqualification for that manufacturer. 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 Sports Field Court Lighting; however,the awarded vendor shall be responsible for the actual job performance of each authorized dealer/vendor partner.This includes but is not limited to proper ordering process and reporting,or submittal of 2%service fee. Unresolved problems with the authorized dealer/vendor partner may be referred to the awarded vendor for resolution. Bidders are to identify and list each of the authorized dealers/vendor partners they intend to involve in contract performance. Awarded vendor must be capable of replacing authorized dealers/vendor partners found unsuitable to participate in performance on the KCDA contract and establish new authorized dealers/vendor partners in a timely manner. 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 explanation or process.The awarded vendor may propose authorized dealer/vendor partner additions for consideration at any time throughout the contract provided. • 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 proposed change. • It clearly identifies the authorized dealers/vendor partners involved in the change. • It is accompanied by documentation acceptable to the Purchasing Agent sufficient to warrant the change. L.AWARD 1. Evaluation It is the intent of KCDA to award a manufacturer's complete line of products based on the specifications provided when possible and advantageous. KCDA expects to award to the lowest 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 right to reject any or all proposals, accept the proposal(s)that are deemed most advantageous for KCDA member agencies, and waive any irregularities in the solicitation process. 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 to a bidder with the highest rating per manufacturer product line. Subsequently, multiple awards may be made. Evaluation Criteria and Weight Proper submission of proposal 10 Comprehensiveness of product 10 and services provided Related Experience 15 Pricing 50 Presentation of full and complete product offering that can meet variety of member 15 agencies requirements/timeline. TOTAL POSSIBLE POINTS 100 Clarification and/or Discussions Clarification of a response may be necessary. KCDA will communicate with the bidder(s)for the purpose of eliminating minor errors,clerical errors, and/or irregularities. Clarification is accomplished by explanation or substantiation,either in response to an inquiry from KCDA or an inquiry initiated by a bidder. Clarification does not give a bidder the opportunity to revise, change or modify their response in any way. 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 award. Discussion may occur when oral or written communications between KCDA and the bidder are 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 KCDA. Further, KCDA will make no indication of pricing or other information received from other bidders. Competitive Ranae: KCDA reserves the right to establish a competitive range of acceptable responses as part of the evaluation process as defined herein. Responses below the competitive range will be determined to be unacceptable and will not receive further consideration. 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 member agency,the Contract Specialist will give the awarded vendor's customer instructions regarding the membership process. 2. The awarded vendor will submit a signed and dated proposal or quote to KCDA member in accordance with the pricing awarded under this IFB. All Sports Field Court Lighting purchased must include the KCDA 2%service fee as a part of the price to the member agency. Do not list the 2%as a separate line item.The awarded vendor must specifically state the KCDA IFB name&#on the proposal to the KCDA member. The proposal must identify the member contact name,e-mail address and phone number for the person 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. - 3. The KCDA member will send a copy of their PO made out to KCDA and a copy of the vendor quote to the Contract Specialist designated on the Awarded Contracts page. Upon KCDA's verification of membership and pricing, KCDA will create and forward a KCDA Purchase Order to the designated point of contact at the vendor. The Contract Specialist will request additional information, such as scope of work and item/part number along with pricing for each line item as needed. Failure to provide adequate evaluation information may result in delay of approval by Contract Specialist. 4. A copy of the order will be kept on file at KCDA. 5. Orders processed against this contract with customers who are not KCDA member or without e-mailed approval from KCDA are in violation of IFB#23-406 Awarded vendors not following proper procedures may be removed from consideration for future awards. 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 coordinated with the awarded 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, service and activities relating to and are part of this solicitation, whether or not physically noted or included, shall be c mpl' d with and adhered to as required. It is sole responsibility of the Bidder to perform and comple a y n cessary research and investigation required to make themselves aware of and comply with this item. r—c" P Signature Reed J. Seaton, President Must be aC nature t at appears on Bid Affidavit and Acceptance Forms ATTACHMENT X—Deviations and Miscellaneous Fees Bid#23-406 Sport Court and Field Lighting 1. Product I Order Specific Specifications Bidders must check either the"Comply"or"Deviate"column for each inspection item. All deviations shall be noted and explained below. Item Description Tier One Comply Deviate 1.1. Units must be a new, unused model and current production. No reconditioned or used equipment will be accepted.All X equipment and accessories cataloged as standard shall be included as part of this specification. 1.2. The Member Agency will have access to a full inventory of the awarded product line; multi-line vendors must inventory at X least most categories listed in the bid. 1.3. Awarded vendor(s)shall maintain a minimum monthly overall average fill rate of 95%or above. Items that are reordered, backordered,or partially filled are not considered filled items X when calculating this service level. 1.4. Orders must be confirmed with member within 48 hours after X receipt of an order 90%of the time. 1.5. Awarded vendor(s) must be a manufacturer's authorized sales and service dealer for all proposed equipment/software.An authorized sales and service dealer is defined in this solicitation as one purchasing their products for resell directly from the manufacturer(s)or the manufacturer's approved channels. Products that result from new authorized sales and service X dealer arrangements between the awarded vendors) and the manufacturer during the term of this contract may be added and offered through the KCDA contract. 1.6. All charges and components necessary for performance of the contract shall be clearly identified even if such are not specifically addressed in any paragraph or sub-paragraph or X form that is a part of this request. 1.7. If the awarded vendors) intends to utilize independent agents/distributors, subcontractors and/or third-party agents to perform and/or provide any part of the products and services X offered herein,the awarded vendors) must identify all providers and any and all associated costs with these providers. ATTACHMENT X—Deviations and Miscellaneous Fees Page 1 of 5 Bid#23-406,Sport Court and Field Lighting Item Description Tier One Comply Deviate 1.8. Optional services must be identified separately and must X include clear descriptions of proposed services. 1.9. Awarded vendor(s) must be able to supply paper catalogs where requested.The catalog shall have a cover label indicating that the catalog's contents are available through the participating Member Agency and the KCDA contract.The label X shall identify the KCDA contract number, discount level(s) and any special ordering instructions. 1.10. Awarded vendors) must maintain a toll-free technical support line open 8 a.m. Pacific Time zone until 5 p.m., Pacific Time X zone, Monday through Friday. 1.11. Awarded vendor(s)shall provide a Material Safety Data Sheet (MSDS)for all items sold, if required.A separate sheet shall be provided for each individual item when purchase is made. X 1.12. Awarded vendors)shall reference item part numbers for all X items on quotes for specific work. 1.13. Awarded vendors) provide site survey,analysis, consultation, and recommendation to member to enhance the project for the X member agency. 1.14. Does vendor have workable e-commerce website that they can post the KCDA contract items and provide link for KCDA X webpage? 2. Products&Services ( Equipment,Analysis,Reporting,Installation,Maintenance,&Repair Bidders must check either the"Comply"or"Deviate" column for each inspection item. All deviations shall be noted and explained below. Item Description Tier Two Comply Deviate 2.1. Sport Court Lighting products and services shall be ordered on an as needed basis throughout the term of the contract. X 2.2. Awarded vendor is responsible for complete installation including installation of Steel poles, LED luminaire bulbs, Pole foundations, Control System,Electrical systems and configuring software.This shall be in accordance with the manufacturer's X requirements and pursuant to all applicable federal,state, and local code, safety,and other rules, regulations,and laws. 2.3. Personnel in charge of the installation must be available to coordinate installation with member agency's internal staff in X charge of the member's network and IT services. ATTACHMENT X—Deviations and Miscellaneous Fees Page 2 of 5 Bid#23-406,Sport Court and Field Lighting Item Description Tier Two Comply Deviate When network connection is planned,Vendor shall assure coordination with the customer's systems support or information services staff and shall confirm that ordered unit is X properly configured to assure successful integration with customer's existing network. 2.4. Equipment, including all accessories and software, supplied through this contract shall be capable of continuous operation. Therefore, awarded vendor shall guarantee that all contract equipment will be operational at least 98% of normal business hours. Equipment that develops a trend of requiring an excessive number of service calls shall be reported by the member agency to the awarded vendor. Awarded vendor and X member agency should work together to identify an acceptable resolution of the machine's performance problems. The resolution will be what is most advantageous to the member agency. 2.5. In the case of equipment or services needing repair, requirements and arrangements for loaner equipment will be made between the awarded vendor and member agency.The X resolution will be what is most advantageous to the member agency. 2.6. Member agencies shall be afforded the option to move or transfer contract equipment and services from one agency location to another agency location as deemed necessary. For member agency self-moves,the awarded vendor must be notified prior to relocating equipment.The member agency will be responsible for repairs required for damage that occurred during the transfer.Awarded vendor shall be notified of the move to ensure continued maintenance service and accurate record keeping. Alternately member agency may elect to have the awarded vendor move the equipment and services and pay a move and set-up fee.The awarded vendor will provide a moving price X prior to the move and hold the price firm. No other fees apply, and the awarded dealer is responsible for repairs required following such transfer. 2.7. Maintenance is offered to maintain contract equipment and services at performance levels equal to or greater than the performance specified and published by the manufacturer or the specifications. • Awarded vendor must indicate types if maintenance options available and services. • Awarded vendor offers pricing for maintenance on all X equipment and services under the contract. Awarded vendor must include hourly rates(and all fees such as travel, hardware,software)for after hours, nights,and weekends. ATTACHMENT X—Deviations and Miscellaneous Fees Page 3 of 5 Bid#23-406,Sport Court and Field Lighting Item Description Tier Two Comply Deviate 2.8. All installation, maintenance,and repair shall be done by X personnel knowledgeable,trained, and certified. 2.9. Awarded Vendor shall provide training and consultation about the interactive technology equipment and services.This training shall include all member personnel who are involved with the use of these systems.Awarded vendor indicates amount of training provided at no charge and per hour charge for additional training. • Equipment and software training. X • In person and online training. • Technical and maintenance training. 3. Response Times I Emergency&Technical Services Bidders must check either the"Comply" or"Deviate"column for each inspection item. All deviations shall be noted and explained below. Item Description Tier Three Comply Deviate 3.1. Emergency Services and emergency technical services shall be available 24 hours a day/7 days a week to minimize system X downtime. 3.2. Remote or telephone technical support will be provided within X thirty minutes at no additional cost to the Member Agency. 3.3. If on-site emergency repairs are requested,the technician shall X arrive on site within four hours. 3.4. Awarded vendor allows for high level of planning toward future expansion,while examining the requirements of long-term X maintenance and service of these systems. (Continued on Next Page) Deviations Continued: INSTRUCTIONS: 1. If"no" is checked below, complete this form by signing it at the bottom. 2. If"yes"is checked below,either insert answers into this form or create a Microsoft Word table format to provide narrative explanations of exceptions. If adding pages, the bidder's name and identifying information as to which item the response refers must appear on each page. 3. Scan this form plus any attachments into a single PDF document. 4. Title the file "Part D- Deviations." S. Exceptions to local,state or federal laws cannot be accepted under this bid. ATTACHMENT X—Deviations and Miscellaneous Fees Page 4 of 5 Bid#23-406,Sport Court and Field Lighting NO,this bidder does not have deviations(exceptions or alternates)to the specifications listed in Parts C&D. YES,this bidder has the following deviations to the specifications listed in Parts C& D. Outline Specification (describe) Details of Deviation (Pg. & Form) Signature: �� 7 Print Name: Reed J. Seaton, President ***Must be some signature that appears on Bid Affidavit and Acceptance Forms *** ATTACHMENTX—Deviations and Miscellaneous Fees Page 5 of 5 Bid#23-406,Sport Court and Field Lighting CA PURCHASING COOPERATIVE 18639-80T"Ave S.•P.O.Box 5550•Kent,WA 98064-5550•Phone 425 251 8115 Fax 253-395-5402•www.kcda.org Uniform1 ' R" Certification Form 2 CFR Part 200 When a purchasing agency seeks to procure goods and services using funds under a federal grant or contract, specific federal laws, regulations, and requirements may apply in addition to those under state law. This includes, but is not limited to, the procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards, 2 CFR 200,referred to as the"Uniform Guidance" or new "EDGAR". All Respondents submitting proposals must complete this EDGAR Certification form regarding the Respondent's willingness and ability to comply with certain requirements, which may apply to specific agency purchases using federal grant funds. For each of the items below,the Respondent will certify its agreement and ability to comply,where applicable,by having the Respondent's authorized representative check, initial the applicable boxes, and sign the acknowledgment at the end of this form. If a Respondent fails to complete any item of this form, KCDA will consider and may list the response, as the Respondents are unable to comply. A "No" response to any of the items below may influence the ability of a purchasing agency to purchase from the Respondent using federal funds. Violation of Contract Terms and Conditions Provisions regarding Respondent default are included in KCDA's terms and conditions. Any contract award will be subject to such terms and conditions, as well as any additional terms and conditions in any purchase order, ancillary agency contract, or construction contract agreed upon by the Respondent and the purchasing agency, which must be consistent with and protect the purchasing agency at least to the same extent as KCDA's terms and conditions. The remedies under the contract are in addition to any other remedies that may be available under law or in equity. Termina ion for Cause of Convenience For a participating agency purchase or contract in excess of$10,000 made using federal .funds, you agree that the following term and condition shall apply: The participating agency may terminate or cancel any purchase order under this contract at any time, with or without cause, by providing seven (7) business days in advance written notice to the Respondent. If this agreement is terminated in accordance with this paragraph, the participating agency shall only be required to pay Respondent for goods and services delivered to the participating agency prior to the termination and not otherwise returned in accordance with the Respondent's return policy. If the participating agency has paid the Respondent for goods and services provided as the date of termination, Respondent shall immediately refund such payment(s). If an alternate provision for termination of a participating agency's purchase for cause and convenience, including how it will be affected and the basis for settlement, is in the participating agency's purchase order, ancillary agreement or construction contract agreed to by the Respondent,the participating agency's provision shall control. EqualOpportunity Except as otherwise provided under 41 CFR Part 60,all participating agency purchases or contract that meet the definition of "federally assisted construction contract" in 41 CFR Part 60-1.3 shall be deemed to include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by King County Directors'Association A School Purchasing Cooperative for Supplies and Equipment Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 CFR Part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity,Department of Labor." Respondent will comply with all Federal statutes relating to nondiscrimination.These include but are not limited to: (a) Title VI of the Civil Rights Act of 1964 (P.L. 88-352) which prohibits discrimination on the basis of race, color or national origin; (b) Title IX of the Education Amendments of 1972, as amended (20 U.S.C. §§1681-1683, and 1685-1686),which prohibits discrimination on the basis of sex; (c) Section 504 of the Rehabilitation Act of 1973, as amended (29 U.S.C. §794), which prohibits discrimination on the basis of handicaps; (d) the Age Discrimination Act of 1975,as amended (42 U.S.C. §§6101-6107),which prohibits discrimination on the basis of age; (e) the Drug Abuse Office and Treatment Act of 1972 (P.L. 92-255), as amended, relating to nondiscrimination on the basis of drug abuse; (f) the Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970 (P.L. 91-616),as amended, relating to nondiscrimination on the basis of alcohol abuse or alcoholism; (g) §§523 and 527 of the Public Health Service Act of 1912 (42 U.S.C.§§290 dd-3 and 290 ee 3),as amended, relating to confidentiality of alcohol and drug abuse patient records; (h) Title VIII of the Civil Rights Act of 1968 (42 U.S.C. §§3601 et seq.), as amended, relating to nondiscrimination in the sale, rental or financing of housing; (i) any other nondiscrimination provisions in the specific statute(s) under which application for Federal assistance is being made; and, 0) the requirements of any other nondiscrimination statute(s)which may apply to the application. The equal opportunity clause provided under 41 CFR 60-1.4(b) is hereby incorporated by reference. Respondent agrees that such provision applies to any participating agency purchase or contract that meets the definition of"federally assisted construction contract" in 41 CFR Part 60-1.3 and Respondent agrees that it shall comply with such provision. Davis Bacon Act and Copeland"Anti-Kickback"Act When required by Federal program legislation, Respondent agrees that,for all participating agency contracts for the construction, alteration, or repair (including painting and decorating) of public buildings or public works,in excess of$2,000, Respondent shall comply with the Davis-Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"), the Copeland Act (40 U.S.C. §276c and 18 U.S.C. §874), and the Contract Work Hours and Safety Standards Act (40 U.S.C. §§327-333) regarding labor standards for federally-assisted construction subagreements. In accordance with the statute, Respondent is required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specific in a wage determinate made by the Secretary of Labor. Also,Respondent shall pay wages not less than once a week. Current prevailing wage determinations issued by the Department of Labor are available at https:,[/sam.gov./content/wage-determinations. Respondent agrees that, for any purchase to which this requirement applies,the award of the purchase to the Respondent is conditioned upon Respondent's acceptance of wage determination. As this Project is also subject to Washington Prevailing Wage requirements, Respondent and its Subcontractors of all tiers must pay the higher of the two wages (Prevailing and Davis-Bacon) when they are not the same. Respondent further agrees that it shall also comply with the Copeland "Anti-Kickback" Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that each construction completion, or repair of public work,to give up any part of the compensation to which he is otherwise entitled under his contract of employment, shall be defined under this titled or imprisoned not more than five (5)years,or both. Contractd. Act Where applicable, for all participating agency purchases in excess of$100,000 that involve the employment of mechanics or laborers, Respondent shall comply with Sections 102 and 107 of the Contract Work Hours and King County Directors'Association A School Purchasing Cooperative for Supplies and Equipment Safety Standards Act(40 U.S.C. 327-333), as supplemented by Department of Labor regulations (29 CFR part 5). Under Section 102 of the Act, each contractor shall be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than 1 1h times the basic rate of pay for all hours worked in excess of 40 hours in the work week. Section 107 of the Act is applicable to construction work and provides that no laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous.These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. Right to Inventions Made Under a Contract or Agreement If the participating agency's federal award meets the definition of"funding agreement" under 37 CFR 401.2(a) and the recipient or sub-recipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties,assignment or performance or experiments,developmental or research work under the "funding agreement," the recipient or sub-recipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. PollutionClean Air Act and Federal Water Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387), as amended, contracts and subgrants of amounts in excess of$150,000 must contain a provision that requires the non-Federal award to agree to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act, as amended (33 U.S.C. 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). When required, Respondent agrees to comply with all applicable _ standards, orders, or regulations issued pursuant to the Clean Air Act and the Federal Water Pollution Control Act. Debarment and Suspension Debarment and Suspension (Executive Orders 12549 and 12689), a contract award (see 2 CFR 180.222) must not be made to parties listed on the government-wide exclusions in the System for Award Management(SAM),in accordance with OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR Part 1966 Comp. p. 189) and 12689 (3 CFR Part 1989 Comp. p. 235), "Debarment and Suspension." SAM exclusions contain the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Respondent certifies that the Respondent is not currently listed and further agrees to immediately notify KCDA and all participating agencies with pending purchases or seeking to purchase from the Respondent if Respondent is later listed on the government-wide exclusions in SAM, or is debarred, suspended, or otherwise excluded by agencies or declared ineligible under state statutory or regulatory authority other than Executive Order 12549. Respondent will comply, and shall assist the Client and KCDA in complying,with the provisions of all applicable acts, regulations and assurances;the following provisions of Education Department General Administrative Regulations (EDGAR) 34 CFR parts 76, 77, 81, 82, 84, 97, 98, and 99; the OMB Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement) in 2 CFR part180,as adopted and amended as regulations of the Department in 2 CFR part 3485; and the Uniform Guidance in 2 CFR part 200, as adopted and amended as regulations of the Department in 2 CFR part 3474. ByrdAnti-Lobbying Byrd Anti-Lobbying Amendment (31 U.S.C. 1352), Respondents that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used — Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract,grant or any other award covered by 31 King County Directors'Association A School Purchasing Cooperative for Supplies and Equipment U.S.C. 1352. Each tier must also disclose any lobbying with non-Federal funds that take place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award. Procurement of Recovered For participating agency purchases utilizing Federal funds, Respondent agrees to comply with Section 6002 of the Solid Waste Disposal Act,as amended by the Resource Conservation and Recovery Act where applicable and provide such information and certifications as a participating agency may require to confirm estimates and otherwise comply. See 2 CFR 200.323. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition,where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery, and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. Profit as a SeparatePrice For purchases using federal funds in excess of$250,000, a participating agency may be required to negotiate profit as a separate element of the price. See 2 CFR 200.324(b). When required by a participating agency, Respondent agrees to provide information and negotiate with the participating agency regarding profit as a separate element of the price for a particular purchase. However, Respondent agrees that the total price, including profit, charged by the Respondent to the participating agency shall not exceed the awarded pricing, including any applicable discount,under the Respondent's contract with KCDA. General Com pliance with Participating Age cies In addition to the foregoing specific requirements, Respondent agrees, in accepting any purchase order from a participating agency, it shall make a good faith effort to work with a participating agency to provide such information and to satisfy requirements as may apply to a particular purchase or purchases including, but not limited to, applicable record keeping and record retention requirements as noted in the Federal Acquisition Regulation,FAR 4.703(a). King County Directors'Association A School Purchasing Cooperative for Supplies and Equipment By ' the table igning below, 1 1form is true, - complete 1 accurate and that I am authorized by my business to make this certification1 all consents1 agreements contained Respondent Respondent Certific1 : Certification: YES,I agree or // NOT agree 1. Violation of Contract Terms and Conditions YES 2. Termination for Cause of Convenience YES 3. Equal Employment Opportunity YES 4. Davis-Bacon Act YES 5. Contract Work Hours and Safety Standards Act YES 6. Right to Inventions Made Under a Contract or Agreement YES 7. Clean Air Act and Federal Water Pollution Control Act YES 8. Debarment and Suspension YES 9. Byrd Anti-Lobbying Amendment YES - 10.Procurement of Recovered Materials YES 11.Profit as a Separate Element of Price YES 12.General Compliance with Participating Agencies YES Hellas Construction,Inc. Name of Business Signature of Auth ize Repre ntative Reed J.Seaton Printed Name 1/2/2023 Date King County Directors' Association A School Purchasing Cooperative for Supplies and Equipment MG PURCHASING COOPERATIVE 18639-80TH Ave S.•P.O.Box 5550•Kent,WA 98064-5550•Phone 425-251-8115+Fax 253-395-5402•www.kcde.org February 241h, 2023 Musco Sports Lighting LLC Attn: Amanda M. Hudnut 100 111 Ave.West PO Box 808 BOARD OF Oskaloosa, IA 52577 DIRECTORS Email: musco.contracts@musco.com Division r TIM The KCDA Board of Directors, at their 2/21/2023 meeting, awarded the following to Musco CLARK Lighting LLC, based upon the response to the KCDA Bid#23-406 Sport Court and Field Lighting Kent School District 415 Musco Sports Lighting LLC Division 2 STEFANIE KCDA also awards Musco Sports Lighting LLC the installation and services included in this MCIRAN solicitation. This award does not include catalog discounts perAttachment B. Freight charges Renton School District403 will be FOB Destination on all deliveries. Division 3 Please note the bid submitted by Musco Sports Lighting LLC, the award by the KCDA Board of VACANT Directors, and the signed award letter,forms a contract based upon the terms and conditions set forth in KCDA Bid#23-406 Sport Court and Field Lighting. Division 4 VACANT This contract is in effect starting 3/1/2023 through 2/29/2024 with options to renew for three Division 5 one-year periods at the mutual discretion of KCDA and Musco Sports Lighting LLC. RAM DUTT VEDi1LLAPALLI Please acknowledge receipt of this contract by signing below and returning to: Snoqualmle Valley School District 410 Richard Ward Procurement and Contract Specialist RWARD@ KCDA.org Company Name Signature Name (printed) am e s M, H aLnsen Title Secretary Date 2/27/2023 _ Phone 800-825-6030 Email Musco.Contracts@rnu5Co.com King County Directors'Association A Public Procurement Agency KCDAPURCHA SING COOPERATIVE 18639-80TH Ave S. • P.O.Box 5550• Kent,WA 98064-5550•Phone 425-251-8115•Fax 253-395-5402• www.kcda.org Date: February 16", 2024 Vendor Name: Musco Sports Lighting, LLC Attn: Tim Butz Address: PO BOX 808 Oskaloosa, IA 52577 Email: tim.butz musco.coin 80ARD OF DIRECTORS Division i The KCDA Board of Directors, at their February 15`" TIM , 2024 meeting,approved the#I extension CLARK of KCDA contract#23-406, Sport Court and Field Lighting. Terms and conditions will remain Kent as originally awarded. School District 415 Pricing in effect at the time of renewal will carry over into the contract extension. This contract Division 2 extension will begin on March 1",2024 and run through February 28`h, 2025. STEFANIE MCIRVIN Please acknowledge receipt of this contract extension by signing below and returning to Menton Thomas Kim at tkim@kcda.org School District 403 Division 3 LORI METSCHAN Company Name Musco Sport5fL4&hting, LLC Enumclaw School District 216 Signature Division 4 VACANT Name(printed) James M. Hansen Division 5 Title Secrets VACANT Date February 16,2024 Phone 641-673-0411 Email musco.contracts@musco.com King County Directors' Association A Public Procurement Agency Signature: =Q Signature: Kent Parks 20,2024 Email: bhiggins@kentwa.gov Email: parkscontracts@kentwa.gov Signature: Bri�I�"g�Venhaam Email: bjlevenhagen@kentwa.gov KCDA-Canyon Ridge Lighting-06202024 Final Audit Report 2024-06-21 Created: 2024-06-20 By: KateLynn Jennings(kjennings@kentwa.gov) Status: Signed Transaction ID: CBJCHBCAABAApRYRwRaDhIIri0os45F2jKVMOXDPHIHO "KCDA-CanyonRidgeLighting-06202024" History Document created by KateLynn Jennings (kjennings@kentwa.gov) 2024-06-20-5:10:54 PM GMT Document emailed to Bryan Higgins (bhiggins@kentwa.gov)for signature 2024-06-20-5:12:09 PM GMT s Email viewed by Bryan Higgins (bhiggins@kentwa.gov) 2024-06-20-8:25:19 PM GMT Document e-signed by Bryan Higgins (bhiggins@kentwa.gov) Signature Date:2024-06-20-8:25:47 PM GMT-Time Source:server Document emailed to Kent Parks (parkscontracts@kentwa.gov)for signature 2024-06-20-8:25:49 PM GMT Email viewed by Kent Parks (parkscontracts@kentwa.gov) 2024-06-20-11:59:03 PM GMT E= Document e-signed by Kent Parks (parkscontracts@kentwa.gov) Signature Date:2024-06-20-11:59:24 PM GMT-Time Source:server Document emailed to bjlevenhagen@kentwa.gov for signature 2024-06-20-11:59:25 PM GMT Email viewed by bjlevenhagen@kentwa.gov 2024-06-21 -3:53:26 PM GMT C?j� Signer bjlevenhagen@kentwa.gov entered name at signing as Brian Levenhagen 2024-06-21 -3:53:49 PM GMT EY Document e-signed by Brian Levenhagen (bjlevenhagen@kentwa.gov) Signature Date:2024-06-21 -3:53:51 PM GMT-Time Source:server Powered by r � Adobe T Acrobat Sign Agreement completed. 2024-06-21 -3:53:51 PM GMT POWL-md by Adobe r , Adobe [CENT Acrobat Sign