Loading...
HomeMy WebLinkAboutCity Council Committees - Committee of the Whole - 06/18/2024 (2) KENT CITY COUNCIL • COMMITTEE OF THE WHOLE KENT Tuesday, June 18, 2024 W A S H IN G T O N 4:00 PM Chambers A live broadcast is available on Kent TV21, www.facebook.com/CitvofKent, and www.youtube.com/user/KentTV21 To listen to this meeting, dial 253-215-8782 or 253-205-0468 Enter Meeting ID: 87459075269 Join the meeting Mayor Dana Ralph Council President Satwinder Kaur Councilmember Bill Boyce Councilmember Marli Larimer Councilmember John Boyd Councilmember Zandria Michaud Councilmember Brenda Fincher Councilmember Toni Troutner ************************************************************** Item Description Action Speaker Time 1. CALL TO ORDER 2. ROLL CALL 3. AGENDA APPROVAL Changes from Council, Administration, or Staff. 4. DEPARTMENT PRESENTATIONS Operations-Council President Kaur, Subject Matter Chair A. Approval of Minutes YES i. Committee of the Whole - Committee of the Whole - Regular Meeting - Jun 4, 2024 4:00 PM B. Payment of Bills - Approve YES Paula Painter 01 MIN. Parks-CounciImember Michaud, Subject Matter Chair C. Contract for Canyon Ridge YES Terry Jungman 05 MIN. Lighting - Authorize Committee of the Whole Committee of the Whole - June 18, 2024 Regular Meeting D. Kent Youth and Family Services YES Lori Guilfoyle 05 MIN. Contract - Substance Use Disorder and Mental Health Services - Authorize Public Works—CounciImember Fincher, Subject Matter Chair E. Goods & Services Maintenance YES Tony Donati 05 MIN. Agreement with Totem Logistics for Litter Clean-up - Authorize F. Goods & Services Maintenance YES Tony Donati 05 MIN. Agreement with Totem Logistics for On-Call Services - Authorize S. ADJOURNMENT Unless otherwise noted, Council will hold Committee of the Whole at 4 p.m. on the first and third Tuesday of each month. Public Comment may be submitted in writing to the City Clerk at the meeting,which will be distributed to each councilmember and admitted into the record, but will not be read aloud at the meeting. In order to be admitted into the record,written comments shall be submitted not less than three hours prior to the start of the Committee of the Whole meeting to Cityclerk@kentwa.gov, unless a person appears in-person, in which case, the written comments will be handed to the City Clerk and will be admitted into the record of the Committee of the Whole meeting. For additional information, please contact Kimberley A. Komoto, City Clerk at 253-856-5725, or email CityClerk@kentwa.aov. Any person requiring a disability accommodation should contact the City Clerk at 253-856-5725 in advance of the meeting. For TDD relay service, call Washington Telecommunications Relay Services at 7-1-1. 4.A.1 Pending Approval Kent City Council - Committee • of the Whole KENT Committee of the Whole - WAS M IN G 7 0 N Regular Meeting Minutes June 4, 2024 Date: June 4, 2024 Time: 4:00 p.m. Place: Chambers N 1. CALL TO ORDER c Council President Kaur called the meeting to order. 0 2. ROLL CALL 0 a Attendee Name Title Status Arrived a Satwinder Kaur Council President Present Bill Boyce Councilmember Present a John Boyd Councilmember Present Brenda Fincher Councilmember Late 4:12 PM Marli Larimer Councilmember Present N Zandria Michaud Councilmember Present Toni Troutner Councilmember Excused 0 3. AGENDA APPROVAL 0 There were no changes to the agenda. ai 4. DEPARTMENT PRESENTATIONS c 0 a A. Approval of Minutes YES i. Committee of the Whole - Committee of the Whole - Regular Meeting - y May 21, 2024 4:00 PM c RESULT: APPROVED [UNANIMOUS] MOVER: Bill Boyce, Councilmember SECONDER: John Boyd, Councilmember AYES: Kaur, Boyce, Boyd, Larimer, Michaud B. Ordinance Amending Chapter 2.80 of the Kent City Code Relating to the Employee Deferred Compensation Program — Adopt City Attorney Tammy White provided an overview of this ordinance that is Packet Pg. 3 4.A.1 Kent City Council - Committee of the Whole June 4, 2024 Committee of the Whole - Regular Meeting Kent, Washington Minutes largely housekeeping to align provisions within the Kent City Code with current practice. White provided a brief history of the Deferred Compensation Plan Committee's change in membership to five members and how Chapter 2.80 of the Kent City Code was not revised to reflect this change. This ordinance formally amends Chapter 2.80 of the Kent City Code to increase the number of members who shall serve on the Committee, to identify by title the employees who shall serve as Committee members, and to allow for pro tempore members in the event a sitting member is unable to attend a particular Committee meeting. In addition, this ordinance removes reference to specific deferred compensation plans that are no longer c available, and provides more generally that the available deferred 4- compensation plan shall be the one selected by the Deferred Compensation ° Plan Committee. These general provisions will reduce the need for ordinance o amendments due to future plan changes or offerings. a a Q This ordinance is being adopted on an emergency basis and is intended to apply retroactively back to June 1, 2009. To give effect to this intended a retroactivity, this ordinance also ratifies all prior actions and approvals o adopted by the Deferred Compensation Plan Committee. Because this It ordinance is being adopted on an emergency basis, it does require Council's o unanimous consent. In addition, this ordinance will proceed to Council for final action at its City Council meeting this same night. MOTION: I move to adopt Ordinance No. 4493, amending - Chapter 2.80 of the Kent City Code to update the City's code provisions concerning the deferred compensation program ; made available to City employees. iv RESULT: MOTION PASSES [UNANIMOUS] Next: 6/4/2024 7:00 PM MOVER: Satwinder Kaur, Council President a SECONDER: Bill Boyce, Councilmember AYES: Kaur, Boyce, Boyd, Larimer, Michaud Q a� r C. Info Only: Behavioral Health Facilities Project Update = Planner Lindsay Walker provided the Council with an update to the siting and conditions of Opioid Treatment Programs, specifically, expansion into the CM - Commercial Manufacturing zone, as well as an update on research progress for Enhanced Service Facilities and Intensive Behavioral Health Treatment Facilities. In June 2023, the City amended Title 15 to address SB 5536 (commonly referred to as the "Blake Fix"). SB 5536 updated state statutes concerning controlled substances, including how local governments regulate opioid treatment programs. Due to the tight effective deadline, ECD staff prioritized ........................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ Page 2 of 7 Packet Pg. 4 4.A.1 Kent City Council - Committee of the Whole June 4, 2024 Committee of the Whole - Regular Meeting Kent, Washington Minutes changes necessary to comply with the ordinance. However, staff anticipated further discussions would be needed because the nature of behavioral health facilities has evolved. ECD committed to further evaluation and fine-tuning of potential code amendments in 2024. Since then, Planning staff have had community discussions to gather feedback on the siting and conditions of some lower intensity facilities. Walker talked about Opioid Treatment Programs and how they are an Essential Public Facility that cannot be prohibited and must be allowed with a City, but the City can specify locations and conditions for permitting. Walker reviewed the existing zoning for Opioid Treatment Programs, and advised c that for the CM Zoning district, staff is proposing only allowing the use on 4- parcels fronting Central Avenue South or Pacific Highway South. Walker also ° talked about requiring "Quiet Zone" signage. o L Q Walker talked about feedback received from the LUPB, Kent School District Q and Human Services Commission and sought feedback from the Council on removing the area in the southern industrial boundary. Multiple a councilmembers expressed support. o v v The LUPB considered the Commercial Manufacturing zoning areas as an o acceptable location. Council expressed they were okay with this and suggested moving the Northern border of Central a little farther South. Council indicated the proposed conditions seem appropriate, including fronting businesses on a main roadway. c a� Enhanced Service Facilities are residential long-term care facilitates that provides support and services to persons whom acute inpatient treatment is not medically necessary. Mental health treatment is not provided on site. Care focuses on behavioral health, personal care services and nursing. r Residents have been assessed as stable, but are unable to live independently. Q Intensive Behavioral Health Treatment Services were created for individuals who no longer benefit from treatment at state hospitals, but who still voluntarily seek further treatment and support to fully integrate back into their community. Walker talked about how Enhanced Services Facility referrals are made through Home and Community Services. HCS is statewide, so clients can be placed from anywhere in the State, but it is up to the client on where they would be placed. Councilmembers agreed that these facilities should not be allowed in single family residential zones and the City should consider allowing where group homes are allowed. ........................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ Page 3 of 7 Packet Pg. 5 4.A.1 Kent City Council - Committee of the Whole June 4, 2024 Committee of the Whole - Regular Meeting Kent, Washington Minutes Long Range Planning Manager Kristen Holdsworth advised the Council that she and Walker will take their feedback and return to a future meeting for further discussion. D. 2025 South King County Housing and Homelessness Partners Work Plan and Operating Budget - Approve Parks and Human Services Manager Merina Hanson provided an overview of the South King Housing and Homelessness Partners (SKHHP) 2025 Work Plan and budget that must be adopted by the SKHHP Executive Board and approved by each member jurisdiction's legislative body. c Every year, an annual work plan and budget is developed in collaboration with the SKHHP Executive Board, Advisory Board, and staff work group to 0 guide the work of SKHHP staff in the coming year. Pursuant to the SKHHP > Interlocal Agreement, each participating jurisdiction must approve SKHHP's 0 annual budget and work plan. The 2025 Executive Board recommended work Q plan was developed through surveys to the Executive and Advisory Boards on their priorities in February and an interactive in-person discussion with the a Executive Board in March. The draft 2025 work plan and budget was adopted o on April 19, 2024 at the Executive Board's regularly scheduled meeting. v N MOTION: I move to approve the 2025 South King Housing and N Homelessness Partners Work Plan and Operating Budget as adopted by the South King Housing and Homelessness Partnership Executive Board on April 19, 2024. 4- 0 U) RESULT: MOTION PASSES [UNANIMOUS] Next: 6/18/2024 7:00 PM 2 MOVER: Zandria Michaud, Councilmember SECONDER: Marli Larimer, Councilmember AYES: Kaur, Boyce, Boyd, Fincher, Larimer, Michaud 0 r a a� E. Ordinance Amending KCC 4.06.200 Regarding Lake Meridian Boat Launch Fee - Adopt a a� Parks Operations Manager Garin Lee provided details on the Ordinance Amending KCC 4.06.200 regarding Lake Meridian Display of Payment for Boat Launch Fee. There are two boat launches that provide public access to Lake Meridian. The City began charging $5 per daily use and $50 per annual pass in the fall of 2008. These fees have not been updated since. Staff wishes to be able to update these fees via City Council resolution. These updates can then occur with other miscellaneous fee updates made by Council resolution, often in conjunction with budget adoption. To collect these daily fees, the City installed a pay station at Lake Meridian. The boat launch has generated approximately $5,000 to $10,000 per year and the cost for services of the previous pay stations ranged from $2,000 to ........................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ Page 4 of 7 Packet Pg. 6 4.A.1 Kent City Council - Committee of the Whole June 4, 2024 Committee of the Whole - Regular Meeting Kent, Washington Minutes ......................................................................................................................................................................................................................................................................................................._............................................................................................................................................................................................................... $4,000 per year. The City had to replace the pay station in 2018, 2019, and again in 2021 due to illicit activity, each costing the City approximately $10,000 per incident in replacement costs. The pay station was again damaged in 2023, which led to Parks Department staff exploring other avenues of collecting fees without installing another pay station. Staff opted to start using a QR (quick response) code to collect boat launch fees. MOTION: I move to adopt Ordinance No. 4494, amending Section 4.06.200 of the Kent City Code regarding payment of boat launch fees at Lake Meridian Park. c RESULT: MOTION PASSES [UNANIMOUS] Next: 6/18/2024 7:00 PM 4- 0 MOVER: Zandria Michaud, Councilmember SECONDER: Marli Larimer, Councilmember 0 AYES: Kaur, Boyce, Boyd, Fincher, Larimer, Michaud Q F. Update to Fee Resolution to add Boat Launch Fee - Adopt a 0 Lee provided an overview of the Resolution amending the Boat Launch fee to IR $8. The annual pass will remain $50. N 0 N Revenue generated by the boat launch fee is used to assist with the City's operation and maintenance costs associated with its boating facilities. This fee will be included in the regular fee update resolution going forward. 4- 0 MOTION: I move to adopt Resolution No. 2072, authorizing fees for the use of the boat launch at Lake Meridian Park. RESULT: MOTION PASSES [UNANIMOUS] Next: 6/18/2024 7:00 PM MOVER: Zandria Michaud, Councilmember r SECONDER: Marli Larimer, Councilmember AYES: Kaur, Boyce, Boyd, Fincher, Larimer, Michaud Q a� G. Resolution Authorizing Grant Applications with the Recreation and Conservation Office - Uplands Playfield, and Spray Park, Uplands Extension Acquisition, and Garrison Creek Park - Adopt Parks, Planning and Development Manager Terry Jungman provided an overview of the Resolution required as part of the application process for applying for grants from the Washington State Recreation and Conservation Office. This resolution allows staff to apply for funding for the specific projects identified and supports a grant application that would assist with funding the construction of Uplands Playfield and Spray Park, the Uplands Extension Acquisition, and the Garrison Creek Park Renovation Projects. ........................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ Page 5 of 7 Packet Pg. 7 4.A.1 Kent City Council - Committee of the Whole June 4, 2024 Committee of the Whole - Regular Meeting Kent, Washington Minutes MOTION: I move to adopt Resolution No. 2073, authorizing the signing and submittal of grant applications to the Recreation and Conservation Office to assist with the Uplands Playfield and Spray Park improvements, the Uplands Extension Acquisition, and the Garrison Creek Park Renovation Projects. RESULT: MOTION PASSES [UNANIMOUS] Next: 6/18/2024 7:00 PM MOVER: Zandria Michaud, Councilmember SECONDER: Marli Larimer, Councilmember AYES: Kaur, Boyce, Boyd, Fincher, Larimer, Michaud c H. Consultant Services Agreement with KBA, Inc. for South 218th — Street Project - Authorize Capital Projects Supervisor, Jason Barry provided a brief overview of the a L South 218th Street - 98t" Avenue South from 941" Place South to South 216t" Q Street project and the Consultant Services Agreement for a resident engineer, inspector, and subconsultants to perform contract administration, a construction management, quality control, and inspection on this federally o funded project. Through the selection process, following WSDOT Local Agency Guidelines, KBA, Inc. was selected to provide these services, while o City staff manage existing construction projects. N MOTION: I Move to authorize the Mayor to sign the Consultant Services Agreement with KBA, Inc., subject to final terms and 4- conditions acceptable to the Public Works Director and City Attorney. c RESULT: MOTION PASSES [UNANIMOUS] Next: 6/18/2024 7:00 PM MOVER: Brenda Fincher, Councilmember SECONDER: Zandria Michaud, Councilmember a a� AYES: Kaur, Boyce, Boyd, Fincher, Larimer, Michaud Q I. Flood Protection Levee Easement with King County - Authorize .2 Property and Acquisition Analyst Cheryl Rolcik-Wilcox provided details on the Flood protection Easements with King County. The U.S. Army Corps of Engineers is proceeding with repairs to the McCoy Levee, which is located just south of S. 259th Street along 80th Avenue S. King County needs the City to grant a Flood Protection Levee Easement over King County Parcels and across right-of-way. These easements are needed for repairs and future maintenance by the Corps of Engineers and King County, including restoration of riverbank protections and other flood protection related works. These easements will allow King County to maintain the City's setback levee in perpetuity and include it within the ........................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ Page 6 of 7 Packet Pg. 8 4.A.1 Kent City Council - Committee of the Whole June 4, 2024 Committee of the Whole - Regular Meeting Kent, Washington Minutes ......................................................................................................................................................................................................................................................................................................._............................................................................................................................................................................................................... federal levee system. MOTION: I move to authorize the Mayor to sign the Flood Protection Levee Easement with King County for levee repair and maintenance, subject to final terms and conditions acceptable to the Public Works Director and City Attorney. RESULT: MOTION PASSES [UNANIMOUS] Next: 6/18/2024 7:00 PM MOVER: Brenda Fincher, Councilmember SECONDER: Zandria Michaud, Councilmember AYES: Kaur, Boyce, Boyd, Fincher, Larimer, Michaud 4- J. Easements with the City of Covington for Construction and 0 Maintenance of Culvert Near Jenkins Creek - Authorize > 0 L Rolcik-Wilcox provided details on the easements with the City of Covington a for Construction and Maintenance of Culvert Near Jenkins Creek. This project Q includes a new Jenkins Creek crossing and widening the street from two lanes to five lanes with 8-foot sidewalks, and landscaping. o 0 v Covington needs to acquire a permanent easement and a temporary N construction easement located on King County Tax Parcels. The Temporary N Construction Easement will remain in effect for a one-year duration with an option allowing Covington to purchase a one-year extension if necessary. These easements are needed to construct and maintain a culvert. 4- 0 MOTION: I move to authorize the Mayor to sign the Permanent Easement Agreement and the Temporary Construction Easement Agreement with the City of Covington for culvert construction and maintenance, subject to final terms and conditions acceptable to the Parks Director and City Attorney. r a RESULT: MOTION PASSES [UNANIMOUS] Next: 6/18/2024 7:00 PM MOVER: Brenda Fincher, Councilmember N SECONDER: Zandria Michaud, Councilmember AYES: Kaur, Boyce, Boyd, Fincher, Larimer, Michaud 5. ADJOURNMENT Council President Kaur adjourned the meeting. Meeting ended at 5:03 p.m. Ki4�leery A. Ko-ww-to- City Clerk ......................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Page 7 of 7 Packet Pg. 9 4.B FINANCE DEPARTMENT Paula Painter, CPA 220 Fourth Avenue South \117KENT Kent, WA 98032 WASHINGTON 253-856-5264 DATE: June 18, 2024 TO: Kent City Council - Committee of the Whole SUBJECT: Payment of Bills - Approve MOTION: I move to approve the payment of bills. SUMMARY: BUDGET IMPACT: Packet Pg. 10 4.0 PARKS, RECREATION AND COMMUNITY SERVICES DEPARTMENT Julie Parascondola, CPRE, Director • KENT 220 Fourth Avenue South WASHINGTON Kent, WA 98032 253-856-5100 DATE: June 18, 2024 TO: Kent City Council - Committee of the Whole SUBJECT: Contract for Canyon Ridge Lighting - Authorize MOTION: I move to authorize the Parks Department to contract for athletic field lighting through 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 purchase 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 28t", 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 Committee of the Whole the same night it proceeds to the City Council meeting Packet Pg. 11 4.0 under Council's Consent Calendar. BUDGET IMPACT: Expense impact to the Park Capital Budget. SUPPORTS STRATEGIC PLAN GOAL: Thriving 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. 12 4.C.a Date:February 9",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 N •L KCDA Contract Price—Football (30fc @ 80' setback)................................................................. $280,708.00 Adder—Electrical Installation.......................................................................................................$157,400.00 Q Adder—Electrical design services ..................................................................................................$15,500.00 Performance and Payment Bond 4,164.00 a' a) Total Price(Equipment and Installation):.............................................................................$457,772.00 c Pricing furnished is effective for 30 days unless otherwise noted and is considered confidential. 0 c M Light-Structure System'with Total Light Control—TLC for LED'technology 0 0 Guaranteed Lighting Performance • Guaranteed light levels—30 footcandles,2.0:1 Uniformities M • Targeted light,optimizing visibility with no glare in the participants typical line-of-sight 0 0 U 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 N 0 • (4)80ft Galvanized steel poles • Factory wired and tested remote electrical component enclosures a) • Pole length,factory assembled wire harnesses 3 • 4) Factory wired pole top assemblies U' • (36) Factory aimed and assembled TLC-LED luminaries _J • Control-Link®Control and Monitoring system with onsite dimming(high/med/low/blackout). J J • 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 J State of Washington.Structural code and wind speed =2018 IBC, 100 MPH, Exp C. 0 M Installation Breakdown t) • Unload Musco equipment c0i rn • Auger and set Musco pre-cast concrete foundations • Assemble and stand Musco equipment r • Installation of the Musco control and monitoring system • Cutting/patching asphalt/hardscape E t • Trenching(as required),conduit, and wire 0 • Electrical connections at each pole location/service cabinet Q • Site clean up 0000 MUSCOn Packet Pg. 13 2016,2022 Musco Sports Lighting,LLC -1- - -en - 4.C.a 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 N breaker. All packing material,containers and shipping debris will be removed from the site. o t r The new 277/480/3—200 amp distribution cabinet will be installed in the storage room near the NE corner of the field. Q 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, aM 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 c the NE corner of the building. Note that the conduit and conductors will be routed outside the electrical room along the o roof to the new distribution cabinet location per the Tres West electrical design. U L The Musco lighting/control system will be energized,tested,and commissioned.Site will be cleaned of all debris, packing ,o and construction materials.We will take all precautions necessary to minimize impacts to the site. M L All required permits will be by others. o V Notes r` N O Quote is based on: m • Payment and performance bond included at$9.18/1000 c • Pricing reflects current KCDA pricing. 3 CJ • Shipment of the entire project to one location. U • Structural code and wind speed=2018 IBC, 100mph, Exposure C, Importance Factor 1.0. � • Reasonable access to pole locations. a • Light Levels and uniformities are guaranteed by MUSCO,any additional aiming required to meet the specified requirements shall be done by MUSCO. a� • Confirmation of pole locations prior to production. J rn Thank you for considering Musco for your lighting needs. Please contact me with any questions or if you need additional tC details. 0 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 E t a OC= MUSCO. Packet Pg. 14 2016,2022 Musco Sports Lighting,LLC -2- - -en - 4.C.b m N O t r� 7 KCDA Purchasing Cooperative a LM Invitation for Bid Sport Court/Field Lighting O c Bid #23-406 L O V L O U N O O V to 7 r C d E d O L a L d C� G a c U Y Submitted by E Musco Sports Lighting, LLC 100 1 st Ave West a 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 Packet Pg. 15 4.C.b Table of Contents 1. Company Profile/Information 2. Response Forms m 3. Pricing Pages o 4. Product Line Brochures and Literature a 5. Marketing Plan = z a� 6. Authorized Dealers/Vendor Partners as 7. Addendums c O c c� U L 0 V 0 L r 0 0 U N O O v N 7 C d E d d L Q L 0 C0 C Q 0 U Y c m E t v r Q MUSCU Packet Pg. 16 4.C.b m N �L 0 Q J N a) C O A C cC U L 0 1. Company Profile/Information L r 0 0 U N O O v N 7 C d E d d L Q L 0 C0 C Q 0 U Y c m E t v 0000 Q MUSCo., Packet Pg. 17 4.C.b 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, N spill and glare control, and field management solutions have been our staple for success in the industry. o Throughout the history of Musco, we have had the pleasure of being the recipient of an Academy Q 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 z name a couple. a� J N Musco has offices and manufacturing facilities in Oskaloosa, IA, Muscatine, IA and Urbandale, IA. We .a 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 0 Members located outside the United States of America supporting our manufacturing facilities in Shanghai, China and Gumi,South Korea and multiple sales offices globally. v L 0 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 0 U sports lighting systems. Our Control-Link CentraIT"' service center is staffed 24/7/365 with trained ti operators who provide scheduling and report assistance, along with one-on-one phone training. N 0 Proactive nightly testing is done to assure customer's control systems are operating properly and field v operations are constantly monitored. 0 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 m Representatives, Part Representatives, Project Coordinators, Schedulers, and Engineers. We will ensure E your project flows smoothly and you get the results you expect. a� Q L 0 C0 C Q 0 U Y c m E t v 0000 Q Musco, Packet Pg. 18 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 of the largest ports around the world.Musco has a global team of experts that partner with m Statue of Liberty National Monument N Newyork,New York,USA customers to plan,complete,and maintain a cost-effective,trouble-free lighting solution for 0 their facility. Q Headquarters: Oskaloosa,Iowa;USA Manufacturing: Muscatine,Iowa USA;Shanghai,China;Gumi,South Korea Global Representation: Representatives and offices located across North and South t America,Europe,Africa,Asia,and Australia and successful installations in over 100 countries. aM !7P LED Light Source iI Losail International Circuit 0 Doha,Qatar C 1 ca L - Jq V .•_ �` 0 N O SourceLED Light • ' le Mercedes-Benz Superdome - ■Global Representation 0 New Orleans Saints rn New Orleans,Louisiana,USA Special Projects •Olympic Games—Rio,2016; •Crypto.com Arena •Super Bowls XVII,XIX,XXI, c Sochi,2014;London,2012; XXVII,XXX,XXXV,XXXVIII, E Vancouver,2010;Athens, •Emirates Stadium,Arsenal F.C. XL,XLII,XLIII,XLIV,LI,LVI 2004;Sydney,2000;Atlanta, *Twickenham Stadium, L - - 1996;Los Angeles,1984 England National Rugby •ESPN X Games 0 y' '�' •San Francisco-Oakland Q -"Battle":Tiger Woods -Tianjin TEDAFootball a) Golf,2000-2004 Stadium,Tianjin TEDA F.C. Bay Bridge East Span •Daytona International •Citi Field,New York Mets •Statue of Liberty g Chongqing Olympic Sports Center Speedway •NRG Stadium, -The White House Chongqing Lifan F.C. Houston Texans •Mount Rushmore V Chongqing,China •Losail International Circuit Y •Yas Marina Circuit •Nationals Park, National Memorial Washington Nationals •Harry Reid d •Bahrain International Circuit E �' •Dodger Stadium, International Airport •Churchill Downs Los Angeles Dodgers •MaherTerminal ;� -- - •Wimbledon Centre Court -Wrigley le Field,Chicago Cubs •MLB at Field of Dreams"" Q g Y 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 Lig packet Pg. 19 4.C.b 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 � Xcel Energy Center N 1991 Introduced the industry's first sports-lighting system complete from foundation to St.Paul,Minnesota,USA o poletop:Light-Structure SystemT" Q 1992 Revolutionized NASCAR broadcasts by making night racing at the Winston Cup level rn possible.Mirtran—systems were first used at Charlotte Motor Speedway and as of 2017,are in place at 20 speedways and racetracks,including the Daytona International Speedway and the Bahrain International Circuit. ° _J d 1996 Introduced cost-effective,quality lighting for special effects and dramatic player -a introductions in large indoor arenas.ShowLight-systems were first used at Charlotte R LED Light Source r_ Coliseum and are installed throughout the U.S.,England,and Ireland. 0, San Francisco-Oakland Bay Bridge 1999 Introduced technology to dramatically advance on/off capability and facility Oakland,California,USA V management.Control-Link®system allows facility managers to control their lighting `p Jq 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% 0 and includes maintenance&relamping for 25 years.Musco's Constant 25'product assurance and warranty program guarantees the system will perform at the designed cm light levels for the duration of the warranty. SourceLED Light p 2008 Installed a cutting-edge lighting system using LED technology in Washington D.C. Twickenham Stadium N 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. c d 2013 Matched its proven system design and application expertise with the evolving LED m technology to provide custom lighting solutions for several major arenas and the East L Span of the San Francisco-Oakland Bay Bridge. - Q 2016 Introduced TLC for LED-technology,delivering to customers light control and — y uniformity never before possible,while virtually eliminating glare and significantly improving efficiency.The system is backed by a 25-year parts and labor warranty. p V 2019 Introduced Mini-Pitch System'modular sports solution and Show-Light° 02 Ski and Resort Y Taebaek-si,Gangwon-do,South Korea entertainment packages as 2020 Introduced MuscoVision®automated sports broadcasting system t 2021 Introduced Musco Wireless Communication-Structure System-for wireless networks Q Television Credits ABC,CBS,NBC,TBS,TNN,ESPN,ESPN2,FOX,FoxSports,SkyTV,CBC,BTN,ESPNU,Longhorn 114 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 SportsLig Packet Pg. 20 4.C.b 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 N NCAA®football telecasts and a 2012 Sports Emmy®Award for lighting ESPN's telecast of the Winter o X-Games 2012. s r ©ATAS/NATAS � Q 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 o Musco Lighting is proud to partner with leaders in sports and recreation to support quality facilities and programs for youth and V community development. o 4- 02PyGOLD American Academy for National Collegiate Athletic L ° Park and Recreation Association c 94 � Administration E O Babe Ruth League® National Interscholastic N Athletic Administrators 3 Association a� International Dark-Sky Association Pj Co National Junior College Q INTERNATIONAL DARK-SKV ASSOCIATION Athletic Association40P L CM C Little League® Baseball o Lithe and Softball 11��1■ United Soccer League T. League U.S. Soccer Foundation® VIX-3 Q 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 Lig Packet Pg. 21 4.C.b 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 a� N .` O t r� 7 Q COMPANY CONTACT INFORMATION W z Company Name: Musco Sports Lighting,LLC Website: Vrww.musco.com J as Company Address: 100 1 st Ave West, PO Box 808 -a City: Oskaloosa State: IA Zip: 52577 O Contact Person: Amanda M. Hudnut Title: Funding Resource Specialist 0 Contact Phone: 800-825-6030 Contact Email: musco.contracts@musco.com v L O State of WA Department of Electrical MUSCOSL888BD Licensing Contractor's Registration No. General CC01MUSCOSL992JB 0 U State of WA UBI Number 602 091 682 State of WA Department of N 0 Employment Security No. 143567011 0 Washington State Excise Tax Registration No. 602 091 682 0 Federal Tax ID Number 42-1511754 SAM.gov—Unique Entity ID WTHFQRT17GC5 d E m m BACKGROUND a, Q 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 vi 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 Q reject newly formed companies based on information provided in this response and from its own investigation of the V company. Y This business is a ❑ public company M privately owned company. E In what year was this business started under its present name? 2000 0 Under what other or former name(s)has your business operated? Q 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: Packet Pg. 22 4.C.b 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: N Is this business a partnership? W No ❑ Yes. If yes,please complete the following: Date of organization: State founded: Q Type of partnership, if applicable: c Name(s)of general partner(s): LM J Is this organization individually owned? I9 No ❑ Yes. If yes,please complete the following: Date of organization: State founded: W c Name of owner: 0, c This organization is a form other than those identified above. ❑ No IX Yes. 0 U IF THE ANSWER IS YES, describe the company's format,year and state of origin, and names ,o and titles of the principals. See following page L 0 U COMPANY HEADQUARTER LOCATION N 0 Company Address: 100 1st Ave West, PO Box 808 c City: Oskaloosa State: IA Zip: 52577 w 0 Main Phone Number: 800-825-6030 How long at this address? 46 _ a� COMPANY BRANCH LOCATIONS m m L Branch Address: a L City: State: Zip: N 0 Branch Address: a City: State: Zip: v Y Branch Address: a� City: State: Zip: z Branch Address: r Q City: State: Zip: If more branch locations, insert information here or add another sheet with above information. Packet Pg. 23 4.C.b 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 m Christopher K. Hyland—Treasurer N �L James M. Hansen—Secretary t .r Jeff McNulty-Vice President, Sales and Service Q a� c z a� J N a) C O A C cC U L O V L r O U N O O v N 7 C d E d d L Q L C� C Q 0 U Y c m E t v r Q mUSCO. Packet Pg. 24 4.C.b 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. m N Provide your company's annual sales for 2019,2020 and 2021 in the United States by the various public `o segments: z Q 2019 2020 2021 c K-12(public&private),Educational Service Agencies $ $ t LM J Higher Education Institutions $ $ $ y noes,Cities,Townships,Villages $ $ ■ W c States $ $ $ M Other Public Sector&Non-profits $ CL Private Sector $ $ $ L TOTAL $ $ $ 0 0 U N O WORK FORCE 0 1. Key Contacts and Providers: Provide a list of the individuals, titles, and contact information for the individuals who will provide the following services: c Function Name Title Phone Email E Contract Manager Ama dnut,Funding Resource Specialist, 800-825-6(i"usco.contracts@musco.com L Sales Manager Doug Miller,Director-USA Field Sales,800-825-6030,musco.contracts@musco.com Q Customer&Support `m 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 . Y 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 ' E &Support Services Control-Link Central,877-347-3319,schedule@musco.com Quotes,Invoicing& Payments Quotes-Amanda Hudnut,Funding Resource Specialist,800-825-6030,musco.contracts@musco.com Q 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 Packet Pg. 25 4.C.b 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.) m Number of Sales City State o Reps Z 2 ckamas Q I Boise ID v� 066. aM J N C O C 3. Service/Support and Distribution Centers: Provide the type(service/support or distribution) and �j location of centers that support the states of Washington, Oregon,Idaho,Montana and Alaska `o 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 c0 Manufacturing Muscatine IA Technical Support Oskaloosa Warranty Oskaloosa IA O 4. In-house Resources: Describe the business's current in-house workforce, equipment and facilities available to perform under this solicitation. See following page m 5. Sales Training: Explain how our company will educate our sales staff on the KCDA contract p Y P Y Y a, including timing,methods, etc. Q L d See following page a c ENVIRONMENTAL INITIATIVES Y 1. Describe how your products and/or services support environmental goals. See following page r r Q 2. Describe the company's "green"objectives (i.e. LEED,reducing footprint, etc.). See following page Packet Pg. 26 4.C.b 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. ^' �L 0 Musco has a sales force of over 100 dedicated Sales Team Members throughout the United States of ' Q 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. 2 Our Control-Link Central"" 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. c 0 Along with our Lighting Services and Control-Link CentralTm Teams, we have a fully staffed group of internal experts including but not limited to Sales Representatives, Regional Sales Associates, Service U Representatives, Part Representatives, Project Coordinators, Schedulers, and Engineers. We will ensure o your project flows smoothly and you get the results you expect. c� L r These Team Members are employed by Musco Sports Lighting, LLC. Musco Sports Lighting has no agents c or dealers authorized to represent the company. Musco's custom designed, engineered to order lighting v systems must be purchased directly from the company. N 0 v 0 #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 c dedicated Team Member responsible for the administration of our cooperative contracts and acts as a E daily resource for our internal Team on cooperative projects. m a� Q L Environmental Initiatives N c� #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 p lighting, it takes experience and a proven system for controlling and applying the unique characteristics Y of the diode in a sports setting. m 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. Q 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, Packet Pg. 27 4.C.b 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 ^' �L programs to reduce pollution at its source and will conserve energy through the use of our energy efficient lighting systems. ' Q See attached "For the Environment: Global Sustainability" document. _ z a� J N a) C O A C cC U L O V L r O U N O O v N 7 C d E d d L Q L C� C Q 0 U Y c m E t v r Q mUSCO. Packet Pg. 28 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 requiremen 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 • 4.C.b 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 N O t r� If YES,identify which cooperatives and the respective expiration date(s). ' Q See following page v� c z aM If YES and your company is awarded a KCDA Contract,which contract will you lead with in marketing J and sales representative presentations(sales calls)? See following 12age W O c M INDEPENDENT SUBCONTRACTORS,DISTRIBUTORS,INSTALLERS,ETC. v L If the Bidder is not the sole manufacturer/provider of all goods and services provided under this contract, Jq +, the following must be answered: See following page L 1. Selection Criteria for Independent Providers: Describe the criteria and process by which the business c selects, certifies and approves subcontractors, distributors, installers and other independent services. v 2. Current Subcontractors,Distributors,Installers,Etc.: Provide a list of current subcontractors, c 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. O Include,if applicable, contractor license information and the state(s)wherein they are eligible to provide services on behalf of this business. c DISCLOSURES E m m 1. Letter of Line of Credit or Annual Financial Report(REQUIRED): Attach a letter from the a 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 N 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 Q place of Line of Credit Letter. See attached letter from Wells Fargo Bank,NA (marked Confidential) v Y 2. Legal: Does this business have actions currently filed against it? M No ❑ Yes. c d IF YES,ANATTACHMENT IS REQUIRED:List and explain current actions such as Federal z 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. Q Packet Pg. 30 4.C.b 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 N �L Cooperative Education Services(New Mexico) 19-014N-C104-ALL 3/18/2023 t .r CoStars(Pennsylvania) 014-E22-240 3/5/2023 Q Equalis Group COG-2102A 10/31/2025 ' a� James Madison University(Virginia) UCPJMU5091 2/18/2023 Keystone Purchasing Network KPN 201901-01 2/28/2024 2 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 a� Sourcewell 071619-MSL 8/27/2023 State of Utah Division of Purchasing(Utah) MA3075 10/26/2023 0 c If yes, and your company is awarded a KCDA Contract,which contract will you lead with in marketing U and sales representative presentations(sales calls). ,o Musco is very successful at utilizing our portfolio of cooperative contracts and introducing them at the appropriate time during the sales process. r c 0 Musco has a long-standing history of utilizing our KCDA contract in Washington & Oregon and that will v continue with this contract. c~.i 0 v 0 Independent subcontractors,distributors, installers,etc. 3 #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. E m m L As a General Contractor, Musco selects and contracts with local subcontractor organizations that meet a 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. c� #2 Current Subcontractors, Distributors, Installer, etc. o See following page Y c m E z U 0 r Q C= muscv, Packet Pg. 31 4.C.b Subcontractors Lightworks Electric Dennis Muir 20915 SW 105t"Avenue Tualatin, OR 97062 N `o Phone: 503-691-2959 Email: dmuir@lightworkselectric.com Q a� MB Electric Mardy Betschart 2 8410 30t"Ave NE#C J aD Thurston, WA 98516 -a Phone: 360-455-1025 Email: mardy@mbelectricllc.com 0, c c� Neppel Electrical & Controls, LLC v L Jerry Moncada .° 1415 Wheeler Rd c� Moses Lake, WA 98837 Phone: 509-760-5608 ° v Email: bhendricks@neppelelectric.com ti N O Sierra Electric Inc v Mitch Murphy 4120 North Swallow Avenue Pasco,WA 99301 Phone: 509-542-8682 Email: mmurphy@sierraelec.net E m L Musco Sports Lighting, LLC states each of the aforementioned subcontractor installer(s) are a authorized to install Musco's sports lighting equipment as required. N c� Musco Sports Lighting, LLC reserves the right to use other approved subcontractors, with the o owners approval.Through the submittal process,the owner has the right to reject any Y subcontractors not licensed or listed with the local jurisdiction. c m E z U r Q 0000 mUSCO. Packet Pg. 32 4.C.b Wells Fargo Bank,N.A. Commercial Banking F0005-031 E 801 Walnut Street,3rd Floor Des Moines,fA 50309 October 24, 2022 as N O To Whom It May Concern: a This letter is in reference to Musco Sports Lighting, LLC a valued client of Wells Fargo W Bank N.A. The executive management team at Musco is well known to us and we LM consider them to be very capable and of the highest integrity. Musco Sports Lighting, LLC and its subsidiaries (the"Company") have maintained their banking c 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 L an amount of 8-digits (i_e. $25,000,000 or above). J° L Please contact me at 515-245-8440 if you have any follow-up questions. c U Sincerely, o _.__._ _.. 0 Casey A. Cason, Senior Vice President Wells Fargo Bank, N.A. as casey.a.cason@wellsfargo.com E a� L a L d C� G a c U Y c d E t v r r Q 0 2019 Wells Fargo Bank,N.A.All rights reserved.Member FDIC. Packet Pg. 33 4.C.b KCDAPURCHASING COOPERATIVE _ 18639-80TH Ave S.+ P.O.Box 5550+Kent,WA 98064-5550+ Phone 425-251-8115+Fax 253-395-5402+ www.kcda.oLq REFERENCES Provide contact information of your company's five largest public agency customers: Agency Name Title Phone Number Email N L O 1' Seattle 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 Q 3' West Linn Wisonville School District,Remo Douglas,Projects Manager,503-673-7988,douglasr@wlwv.kl2.or.us Evergreen c 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.onus J m a� GC Signature 'iLwll� J c ust be same signature that appears on the bid response forms tM L 0 M L O U N O O V N 7 C N E d d L IM Q L d C� C Q U Y r c a� E t V Q Packet Pg. 34 4.C.b Project References Sehome High School Bellingham School District Curtis Lawyer—Capital Projects Director N Phone: 360-676-6500 0 Email: Curtis.Lawyer@bellinghamschools.org Q Union High School Evergreen School District Susan Steinbrenner—Executive Director Facilities 2 J Phone: 360-604-4077 Email: susan.steinbrenner@evergreenps.org -a c Milwaukie High School 0, North Clackamas School District Ed Barrow, Electrician cL Phone: 971-371-6509 4° Email: barrowe@nclack.kl2.or.us L r O V N O O v N 7 C d E d d L Q L C� C Q 0 U Y c m E t v r CCC Q J mUSCO. Packet Pg. 35 4.C.b 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**( m Mountain View High School** Bremertoon,Washington Sumner,Washington Union High School Vancouver,Washington Capital High School Timberline High School Z Island Crest Park Olympia,Washington Lacey,Washington Q Mercer Island,Washington Central Washington University Vashon Island High School Ellensburg,Washington Vashon,Washington Lummi Baseball Bellingham,Washington Fran Rish Stadium(D Warden High School *' t 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** � Sumner,Washington Soccer = Valley Ridge Sports Complex o SeaTac,Washington Hudson's Bay High School Kasch Park Athletic Complex Vancouver,Washington Renton,Washington U Multi-Purpose Issaquah Middle School Manette Playfield `o Issaquah,Washington Bremerton,Washington Jq Allen Yorke Park** Bonney Lake,Washington Kelso High School North SeaTac Park Kelso,Washington SeaTac,Washington +L. Bellevue College = C a Middle School Sehmel Homestead Park Bellevue,Washington Lakerid g V Sumner,Washington Gig Harbor,Washington Bellingham High School Lindbergh High School ID Skagit Valle College cm Bellingham,Washington g g g y g N Renton,Washington Mount Vernon,Washington Big Rock Park Duvall,Washington Maywood Middle School Twin Ponds Park c Renton,Washington Shoreline,Washington V Central Kitsap High School to Silverdale,Washington Mercer Island High School Mercer Island,Washington Tennis Central Park Pad Nathan Hale School** Issaquah,Washington Meadowdale High School a) Seattle,Washington Lynnwood,Washington E Centralia College** am Centralia,Washington Newport High School Moses Lake High School L Bellevue,Washington Moses Lake,Washington Edmonds Woodway High School Q Edmonds,Washington North Mason High School Belfair,Washington Other N Puyallup Sports Complex Pine Lake Middle School t° Puyallup,Washington Columbia Point Basketball Sammamish,Washington Ridgefield Outdoor Recreation Complex Richland,Washington QRenton Memorial Stadium Ridgefield,Washington Grant County Fairgrounds** V Renton,Washington Moses Lake,Washington B Rid Y ehome High School Ridgefield Middle School Bellingham,Washington g Kennewick High School Track c Ridgefield,Washington Kennewick,Washington SERA Ball Fields Roosevelt High School Tacoma,Washington g Sylvester Park Mini-Pitch Seattle,Washington v Pasco,Washington Squalicum High School two Bellingham,Washington Sammamish High School Torguson Bike Park Q 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 MUSC0. www.musco.comPacket Pg. 36 4.C.b Project • 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 Jubilee Park Central Catholic High School Civic Soccer Field Portland,Oregon Cave Junction,Oregon Eugene,Oregon 0 Z Century High School McDaniel High School Conestoga Middle School Q Hillsboro,Oregon Portland,Oregon Beaverton,Oregon r Eastern Oregon University Oregon State University Eastside Timbers LaGrande,Oregon Corvallis,Oregon Gresham,Oregon LM 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 0, Hillsboro,Oregon Corvallis,Oregon McMinnville High School U Hamlin Middle School George Rogers Park McMinnville,Oregon L Springfield,Ore on Lake Oswego,Oregon Providence Park `q g +, 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 0 Hillsboro,Oregon Milwaukie,Oregon Grants Pass,Oregon V Roosevelt High School University of Oregon Rec Field N Hood River High School(DO 0 Hood River,Oregon Portland,Oregon Eugene,Oregon le University of Portland Riverfront Fields 0 Mountainside High School Tennis 0 Beaverton,Oregon Portland,Oregon Neah Kah Nie Track&Field Sherwood High School Multi-Purpose Rockaway Beach,Oregon Sherwood,Oregon c George Rogers Park Nestucca High School Multiple Field Lake Oswego,Oregon E Cloverdale,Oregon L Canby High School** Grant High School v� New Bend High School 0 Softball&Multipurpose Portland,Oregon Q 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 c Gresham,Oregon McDaniel High School Beaverton,Oregon V Sherwood High School Football&Baseball University of Oregon Rec Field** 1 Portland,Oregon Eugene,Oregon c Sherwood,Oregon g a) Wilsonville High School 0 E Sisters High School McLoughlin High School z Football**�&Soccer Wilsonville,Oregon v Sisters,Oregon coo Milton Free Water,Oregon Tualatin High School 0 Other Q 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. Packet Pg. 37 4.C.b • - • • . • 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 N •L Black Bay Park Harmon Park Priest River Lamanna High School Tennis Softball Stadium 0 a 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 —J Bonners Ferry High School Hawthorne Middle School O Coeur d'Alene, Idaho Soccer Football Rexburg Quad Complex O W Bonners Ferry,Idaho Pocatello,Idaho Baseball 0, Burley High School Idaho State University O Rexburg, Idaho U Football Soccer Storey Park L- Pocatello Idaho Softball �0 Burley,Idaho � +, BYU - Idaho Lewis &Clark State College Meridian, Idaho L Intramural Fields Harris Baseball Field Vallivue High School 0 Rexburg, Idaho Lewiston,Idaho Baseball v BYU - Idaho O Lighthouse Christian School Caldwell Idaho N Soccer Football War Memorial Field O Rexburg,Idaho Twin Falls, Idaho Football, Baseball& Softball 0 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 E Wolfe Baseball Field Softball West Jefferson High School Caldwell,Idaho Coeur d'Alene,Idaho Football Q L College of Idaho O Memorial Field Terreton, Idaho Simplot Football Stadium Baseball Wilder High School Caldwell,Idaho Coeur d'Alene,Idaho Football o Old Butte Soccer Complex wilder, Idaho Y Soccer Idaho Falls,Idaho E z U 0 r Q 0000 *Partial Listing—Under Construction LED,,_,'Retrofit Musco Sports Lighting,LLC zoos,2021• M-�442-enUS-n MUSC0. Packet Pg. 38 4.C.b Project • Montana* Baseball Football Softball Bozeman American Legion Baseball Baker High School East Helena High School 0 Field 01. Baker,Montana East Helena,Montana Bozeman,Montana Big Sky School District**0 Fort Missoula Regional Park O 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 N Billings,Montana Van Winkle Field Q Lame Deer High School 0 Kindrick Legion Single A Baseball Bozeman,Montana Lame Deer,Montana Q Field—Pioneer League MiLB Browning High School O , Helena,Montana Browning,Montana Soccer c East Helena High School O 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 O Lame Deer High School Fort Missoula Regional Park O o Forsyth,Montana Lame Deer,Montana Missoula,Montana c Lockwood High School Q Montana State University U Billings,Montana Lambert Field O ° Montana State University Bozeman,Montana Bobcat Football Stadium r c Bozeman,Montana p V Philipsburg High School Philipsburg,Montana N 0 Rocky Mountain College 71� Billings,Montana O Sidney High School Football Sidney,Montana Sweet Grass High School Football Big Timber,Montana E m Townsend School District Football Townsend,Montana Q L University of Montana N Washington Grizzly Stadium Missoula,Montana Q Winifred High School O Y Winifred,Montana c m E t U r Q cx�= *Partial Listing —Under Construction QLED Retrofit Musco Sports Lighting,LLC zoos,2021 M-i585-en1JS-ii MUSC0; Packet Pg. 39 4.C.b m N �L 0 Q J N a) C O A C cC U L. 0 V 0 L r C 0 U 2. Response Forms N O O v N 7 C d E d d L 0] Q L 0 CO C Q 0 U Y C m E t v 0000 Q MUSCo., Packet Pg. 40 4.C.b 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 as Bid #23-406 Sport Court and Field Lighting o r Attachment A a Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion a� J N 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 v available, such evidence may be grounds for non-award or nullification of a bid contract. ,o This certification is required by the regulations implementing Executive Order 12549, Debarment and c Suspension, Participant's Responsibilities. v N O Signed: AM o N 7 Title: Vice President. Sales jlj_Service a� Firm: E a� as L Address: 100 1st Ave West PO Box 808 Q L r City, State, Zip: Oskaloosa, IA 52577 a 0 Date: 11 29 202 Y c Email —musco.contracts@musco.com c� r Note: Electronic acceptance of these terms and conditions signifies compliance with above statement. (Line a item Whse bids) King County Directors' Association A School Purchasing Cooperative for Supplies and Equipment Packet Pg. 41 4.C.b KCDA Certification of Compliance with Wage Payment Statutes The bidder hereby certifies that, within the three-year period immediately preceding the bid as solicitation date 11/9/2022, the bidder is not a "willful" violator, as defined in RCW 49.48.082, of L 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 a civil judgment entered by a court of limited or general jurisdiction. r z certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. a� Musco Sports Lighting, LLC o Bidder's Business Name � ✓! ' .._ V O Sin ure of Authorized Official* c� L Y Jeff McNulty o Printed Name v N Vice President, Sales and Service Title O v N 7 11/29/2022 Osklaoosa Iowa Date City State E m m L Check One: a Sale Proprietorship ❑ General Partnership ❑ LLC ® Corporation ❑ rn State of Incorporation, or if not a corporation, State where business entity was formed: p c� Y Iowa c a� E If a co-partnership, give firm name under which business is transacted: r Q * 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. Packet Pg. 42 4.C.b ATTACHMENT B N N Bid#23-446 Sport Court/Field LightingKCDA •L Terms B Manufacturer 0 PURCHASING COOPERATIVE Y s 18539-80TI Ave 5-•P,0 Box 5550+Kent.WA 98064-5550+Phone 425-251-8115+Fax 253-395-5402•wwwkcda.org Bid Due Date:January 5,2023 On or j Before 2:00 PM PST Q Bidder Name: Musco Sports Lighting,LLC Address: 100 1st Ave West PO Box 808 C r 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 J m TERMS BY MANUFACTURER:Please provide the minimum order required per manufacturer and lead times. SPECIFIC DISCOUNTS:Please provide quoted discounts from the manufacturer's current list 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 0+ include shippingl freight charges.A current price list and catalog must be provided at the time of bidding.NOTE: � DISCOUNTS MAY BE USED IN DETERMINING AWARDS. U FOB-Freight FACTORY-Cost will be extra Manufacturer Minimum Order Lead Time Discount Amount Discount Detail DESTINATION-Cost is included in discount L c Ex:ABC Company Inc $1,000 4-6 Weeks 25% 2022 List Price Sheet Destination Lj ti N O Please sed attached documents for dc tails. 0 0 E 0 0 L l� Q L w+ C� G Q V Y r c m E t 11/29/2022 23-406 Musco Sports Lighting,T.T.C' or' d Agents Signature Date Bid Number Name of Firm Q Packet Pg. 43 4.C.b 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 m Bid#23-406 Sport Court and Field Lighting N L 0 ATTACHMENT C—Special Provisions Q a� c THESE INSTRUCTIONS SUPERCEDE AND TAKE PRECEDENCE OVER ANY OPPOSING LANGUAGE IN THE STANDARD TERMS AND CONDITIONS a� a� A.SOLICITATION OBJECTIVES o KCDA is seeking manufacturers, providers, or dealers/distributors to provide current and emerging Sport Court Field Lighting to its members. v L 0 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. c 0 It is KCDA's intent to establish an annual multi-state contract with the potential of up to three (3) one-year v extensions if mutually agreed between KCDA and the awarded vendor(s). Bidders must be a manufacturer or a N manufacturer's sales representative authorized to provide KCDA Sport Court Field Lighting in Washington,with the v preferred ability to service surrounding member states (ex: Oregon, Idaho, Montana, Alaska). 0 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 c agency; however, participation does provide the legally required competition for contracts for commonly purchased E products and services,thereby saving the entity the time and expense of a required competitive process. As allowed m by specific state statutes, members can issue purchase orders for any amount without the necessity to prepare their a own IFB or gather necessary quotations. c� 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 p authorized to sell, service and install. If a portion of a state is serviced, bidder must specifically list the portion which Y 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. a 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. Packet Pg. 44 4.C.b 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 N services. L • Equalize purchasing power for smaller agencies that are unable to command the best contracts for themselves. ' Q • 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. a� • Secure multi-state volume purchasing contracts which are measurable, cost effective and continuously J a� exceed our members' expectations. -a • Provide quick and efficient delivery of goods and services by contracting with "high performance and quality"vendors who understand our members' needs. 0, c c� U L 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 U February 9th, 2023, Award recommendation N February 16th, 2023, Board Approval v March 15T, 2023, Contract Start Date o 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 rice pages for each state being bid or 2 provide a pricing matrix that shows q ) p p p g g ) p p g � a price factor to be applied to the Washington state pricing in order to calculate the pricing for other states. Pricing Q L 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 Q signed copy of the bid plus one (1) electronic copy on CD or flash drive. v • KCDA reserves the right to reject any or all bids and to accept any proposal deemed most advantageous to Y KCDA members and to waive any informality in the bid process. m • Bids shall be submitted as stated in this solicitation. Deviations to any terms, conditions and/or E z specifications shall be conspicuously noted in writing by the bidder and shall be included with the bid. No U r cross outs or delineations shall be made to the existing document. Exceptions and deviations will be Q 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 submittin Packet Pg. 45 4.C.b 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 m a. The IFB#23-406 is published in one PDF document on the KCDA Website, it is also N L published on the Public Purchase Website with all required documents and forms posted 0 separately. ' Q • 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) 2 • Attachment C Special Provisions that take precedence; (signature required) J W • Attachment D Manufacture Product Price List (completion required) .a • Attachment E1 Miscellaneous Fees (completion required) • Attachment E2 Service Price Schedule (completion required) o • Attachment X Deviations (signature required) c� • Company Profile (signature required) v L • Certification of Compliance (signature required) ° • EDGAR form (signature required) c� L r b. Bid Forms requiring signatures shall be submitted with original ink signatures, by the U 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. N d. In case of an error in extension of prices in the bid, unit prices shall govern. 3 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 m seek clarification of any item or requirement that may not be clear, and to check all m responses for accuracy before submitting a bid. Negligence in preparing a bid confers no right of withdrawal after due time and date. Q L g. The Bidders' ability to follow the bid preparation instructions set forth in this solicitation N 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 Q KCDA and a Bidder requires the delivery of information and data.The quality of v organization and writing reflected in the bid will be an indication of the Y quality of organization and writing which would be prevalent if a contract was awarded. m As a result,the bid will be evaluated as a sample of data submission. z U r Q 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. Packet Pg. 46 4.C.b 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 o format as part of the pricing pages) • Attachment C—Special Provisions Q • Deviations—Attachment X c • Edgar Certification Form J N Tab 3—Pricing sheets supplied in IFB. -a • Price sheets supplied in IFB. 0 • A listing of products or services which are not listed on the price list which Bidder can provide 0, and may be considered as a value add for KCDA member agencies. U L Tab 4- Product Line Brochures and Literature 0 c� L r Tab 5 - Marketing Plan: 0 • List shows, conferences, show examples of flyers or describe how bidder will market the KCDA U Sports Field Court Lighting Contract. N 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 m E E.VENDOR RESPONSIBILITIES L • Designate and assign a dedicated senior-level contract manager(one authorized to make decisions)to the a 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. p • Develop a marketing plan to support the KCDA contract in collaboration with respective KCDA member Y agencies. Plan should include, but not be limited to, a website presence, electronic mailings, sales flyers, brochures, mailings, catalogs, etc. m • 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 Q 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: Packet Pg. 47 4.C.b 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. N L See the Attachment D Manufacture Product and Pricing List for specifications for the product details. 0 2. Sport Court and Lighting Services Installation/Removal ' Q a� 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. -am 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 0 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 U require off hour and weekend work to accommodate and complete the project in the timeline 0 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 r most likely create disruption to the ordinary daily schedule. After hours and weekend installations o are preferred and will be so identified in the proposal to the member agency. v b. Project Manager for the awarded vendor shall verify proper installation at multiple and various N times throughout the duration of the installation. c. Upon successful completion of installation, test system functionality for all possible scenarios and 0 document all outcomes. N f. Installment requirements (electrical certifications, plumbing certifications, licenses, permits etc.). c m E 3. Field Court and Lighting Services Newly Installed Equipment or Related Product Problems a� Q 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: Q 0 • Repair or other action to correct the problem including training or modifications made to Y member's satisfaction • The replacement of the Field Court Lighting Services with another Field Court Lighting Services E of the same brand and model, at no additional cost (including delivery and installation)to the member agency, or- r • Return of the Field Court Lighting Services with cancellation of the order at no charge to the Q 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 Packet Pg. 48 4.C.b 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. "' �L c. If the performance of maintenance services under the contract results needs 0 to replace defective parts, such items may only be replaced by new parts. ' Q In no instance shall the awarded vendor be permitted to replace defective items with a� refurbished, remanufactured, or surplus items without prior written authorization of the =_ member agency. 2 d. Awarded vendor must guarantee the availability of repair parts for a minimum of five (5) years after member agencies acceptance of the contracted. -Im Field Court and Lighting Services 0 c 6. Field Court and Lighting New products and/or Services f° U a. Field Court Lighting Services must meet the scope of work to be added to the contract. o 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 f° r supplementing products on contract, is equal or superior to the original products offered, is o discounted in a similar or to a greater degree, if it is within the same awarded manufacturer and if v the products meet the requirements of the solicitation. N d. No products may be added to avoid competitive procurement requirements. KCDA may require v additions to be submitted with documentation from KCDA members demonstrating an interest in, 0 or a potential requirement for,the new product or service. N e. KCDA may reject any additions without cause. c 7. Field Court Lighting Services Discontinued Products E 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 Q the discontinued model, it is within the awarded manufacturer and if the discount is the same or greater than the discontinued model N c� NOTE: Listing the above specifications shall in no way relieve the awarded vendor from the responsibility to p follow proper code and regulations. Y c m E G.TRAINING &SUPPORT If applicable, please state specifically the amount of training which will be provided at no charge.Then list the charge Q 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. Packet Pg. 49 4.C.b 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. m a) Public Works: N L State of Washington statute requires workers be paid prevailing wages when employed on public works 0 projects and on public building service maintenance contracts. (RCW 39.04.010, RCW 39.12.010 and 020) It ' Q is the contractor's responsibility to be acquainted with and comply with State regulations regarding a� 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 a, 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 -am 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 0 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. f° U L 0 V Application: The Public Works Act regulates wages paid to workers, laborers and mechanics performing f° r public work. It does not apply to work that is clerical, executive administrative or professional in nature. It o does not apply to work of a secretary, engineer, or administrator, unless they are performing construction v work, alteration work, repair work, etc. Prevailing wage application depends on the work that is performed, N regardless of the worker's job title. (RCW 39.12.020 and WAC 296-128-510 through 530) 0 Definition: Public Works is all work, construction, alteration, repair, or improvement that is executed at the cost of the c m state or any other local public agency. This includes, but is not limited to, demolition, remodeling, E renovation, road construction, building construction, ferry construction and utilities construction. (RCW 39.04.010) Q L Public Building Service Maintenance Contracts: Prevailing wages are also required on all public building service maintenance (janitorial) contracts. (RCW 39.12.020) p U Y c Contractors bidding a Public Works project exceeding$1,000,000.00 must declare who their HVAC, E Mechanical and Electrical subcontractors will be within one hour of bid submission and the listing of U 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). Q 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 Packet Pg. 50 4.C.b • 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. m N Good faith efforts are for the entirety of a project, not a single occupation unless there happens o 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 a occupations and workforce used by subcontractors. c z a� Within existing resources, awarding agencies are responsible for monitoring apprenticeship J (D utilization hours by contractor. There must be a specific line item in the contract specifying that -a apprenticeship utilization goals should be met, monetary incentives for meeting the goals, c monetary penalties for not meeting the goals, and an expected cost value to be included in the >°, c bid associated with meeting the goals. The awarding agency must report the apprenticeship v utilization by contractor and subcontractor to the supervisor of apprenticeship at the o 4- department of labor and industries by final project acceptance. The electronic reporting system c� that is being developed by the department of labor and industries may be used for either or both monitoring and reporting apprenticeship utilization hours. U ti N Refer to RCW 39.04.320, which covers apprentice utilization on public works projects for v detailed information. o 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 m comparable percentage disadvantage must be applied to the bid of that nonresident contractor. This does E not apply to public works procured pursuant to RCW 39.04.155, 39.04.280 or other procurement exempt L from competitive bidding. a L 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 v Industries for each trade and occupation employed in the performance of public work. If Federal funds are 1 used, bidders must comply with provisions of Davis-Bacon Act. m E Basic procedures:A Statement of Intent to Pay Prevailing Wages and Affidavit of Wages Paid must be filed M 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 Q 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. Packet Pg. 51 4.C.b 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 ^' L regulations. Falsification of any prevailing wage payroll records may subject the contractor or subcontractor t to civil or criminal prosecution under section 1001 of Title 18 and section 231 of Title 31 of the United States ' Q Code. Contractor shall inform all subcontractors of the Davis-Bacon requirements and the prime contractor a� 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. (D aM c) Responsible Bidder Before award,the bidder must meet the following state responsibility criteria and, if applicable, 0 supplemental responsibility criteria to be considered a responsible bidder.The bidder is required to submit documentation demonstrating compliance with the criteria. U L 0 Low Responsible Bidder A. State Responsibility Criteria.The Bidder must meet the following state responsibility criteria: f° r 1.At the time of bid submittal, have a current certification of registration in compliance o with chapter 18.27 RCW. v 2. Have a current Washington State Unified Business Identifier(UBI) number. N 3. Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). 0 4. If applicable: N a. Have Industrial Insurance (workers' compensation) coverage for the Bidder's employees working in Washington State, as required in Title 51 RCW. c m b. Have a Washington State Employment Security Department number, as required in E Title 50 RCW; and c. Have a Washington State Department of Revenue state excise tax registration Q 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 p of chapter 49-46, 49.48 or 49.52 RCW. Y 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 E a court of limited or general jurisdiction. z U 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 Q 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, Packet Pg. 52 4.C.b 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 N �L subcontract execution,the Contractor shall verify that each of its first-tier subcontractors 0 meets the following bidder responsibility criteria: ' Q 1. At the time of bid submittal, have a current certification of registration in compliance a� 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 0 employees working in Washington State, as required in Title 51 RCW. b. Have a Washington State Employment Security Department number, as required U in Title 50 RCW; and o c. Have a Washington State Department of Revenue state excise tax registration number, as required in Title 82 RCW f° r 5. Have an electrical contractor license, if required by Chapter 19.28 RCW. o 6. Have an elevator contractor license, if required by Chapter 70.87 RCW. v ti N Payment& Performance Bond: The prime Contractor shall provide a Performance and Payment Bond at 100%of the contract 0 price to the KCDA member with a copy to KCDA before work begins. The only exception is for N 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 c contract amount for a period of thirty days after date of final acceptance, or until receipt of all E 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 Q 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. Q 0 Performance and Payment bonds for KCDA members outside Washington must be provided by Y companies licensed to provide bonds for public entities in the member's state. m E Licenses U 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 Q 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. Packet Pg. 53 4.C.b 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. N �L 0 d) Permits: The acquisition of all permits as well as any drawings needed to obtain those permits is the ' Q responsibility of the successful Contractor/Bidder. a� c 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 -0 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 o 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 U KCDA member must both approve the certificate of insurance and endorsements. o f) Acceptable Pricing Method: f° r KCDA is unable to accept Alternative Costing Method quotations except in certain limited instances, (i.e. sole o source) in which KCDA and Vendor may mutually determine the Alternative Costing Method is acceptable. v This will be the exception rather than the rule. RS Means or line-item bid pricing is acceptable N 0 v 0 g) Progress Payments: The Contractor shall be paid, upon submission of a proper Payment Request,the prices stipulated herein for c m work performed (less deductions, if any), in accordance with all payment and retainage instructions herein. E Submitted Payment Requests must contain the following minimum information: a. Contract Number Q 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. p U Y KCDA, at its discretion, reserves the right to withhold payment on a given project, pending receipt of payment from the customer. E z U 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. Q 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, Packet Pg. 54 4.C.b 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 "' �L retainage is withheld. If you choose to provide a retainage bond a copy of the bond must be submitted. ' Q a� c 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 a, 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: o acts of God; acts of the public enemy; war; riots; strikes; industry-wide labor disputes; civil disorders;fire; >+ c flood; snow; earthquakes; tornadoes or violent winds; hail storms; lockouts; injunctions-intervention-acts, or U failures or refusals to act by government authority; and other similar occurrences beyond the control or o 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 c effects of the force majeure prevent the party from resuming performance in accordance with the contract. v The party receiving the notice of force majeure may contest the declaration of a force majeure. Force N majeure shall not include late deliveries of equipment or materials caused by congestion at a manufacturer's v plant or elsewhere, an oversold condition of the market, inefficiencies, internal labor disputes, or similar o 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. c I. PRICING E 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 a 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. Q 0 For all Sport court field lighting and services, pricing may be by line item or discount off manufacturer price list v Y (Attachment B). Accessories and materials may be from other manufacturers or sources but must be identified and c 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 r provide both for a single manufacturer will be found non-responsive. Q 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. Packet Pg. 55 4.C.b 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.) N L 0 Z It is understood and agreed upon between Bidder and KCDA that the Bidder's pricing does not include the cost for Q any site-specific conditions or requirements. Site specific requirements shall be addressed on a case-by-case basis at a� 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. 2 J Warranty: Describe the warranties that apply to the products offered in the IFB response and when warranty date -ate' 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 o 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. U L 0 V 0 L r 0 0 Risk of Loss or Damage: Awarded vendor shall retain title and control of all goods until they are delivered and U received. All risk of transportation and all related charges shall be the responsibility of the awarded vendor. The N 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 o vendor in arranging for inspection. No F.O.B. vessel, car or other vehicle terms will be accepted. c m E 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 a Lighting such as sales tax, property tax, etc. Awarded vendor must separately list all such taxes on member proposal a; and subsequent invoice. a 0 U Y c m J. FUNDING OUT CLAUSE E Any acquisition agreement with a KCDA member agency that exceeds one (1)year shall include a standard "funding U out" clause. Such an acquisition is a commitment of the entity's current revenue only, provided the agreement Q 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. Packet Pg. 56 4.C.b 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 "' �L 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 Q awarded vendor for resolution. Bidders are to identify and list each of the authorized dealers/vendor partners they a� intend to involve in contract performance. z a� J Awarded vendor must be capable of replacing authorized dealers/vendor partners found unsuitable to participate in -a0' performance on the KCDA contract and establish new authorized dealers/vendor partners in a timely manner. c 0 c c� U During the contract period,the awarded vendor or purchasing agent may remove an authorized dealer/vendor o 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 r the contract provided. o U • The request is in writing on awarded vendors letterhead. c~.i 0 • It is filed with the Purchasing Agent a minimum of 30 calendar days before the effective date of the proposed change. 0 • 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. c m E m m L L.AWARD Q L 1. Evaluation N 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 Q responsible bidder per unique manufacturer specifications that meet IFB terms, conditions, and criteria U specified. An award is at the sole discretion of KCDA. KCDA reserves the right to reject any or all proposals, Y accept the proposal(s)that are deemed most advantageous for KCDA member agencies, and waive any m irregularities in the solicitation process. E U 0 r Q Awarded vendors will be required to turn in updated specifications for the manufacturers awarded. Packet Pg. 57 4.C.b 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 N and services provided 0 Related Experience 15 Q Pricing 50 c Presentation of full and z complete product offering that °' J can meet variety of member 15 agencies requirements/timeline. c TOTAL POSSIBLE POINTS 100 >°, c c� U L 0 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 0 substantiation, either in response to an inquiry from KCDA or an inquiry initiated by a bidder. Clarification does not U give a bidder the opportunity to revise, change or modify their response in any way. Discussion takes place after the N 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 o communications between KCDA and the bidder are conducted for the purpose of clarifying information to N determine the acceptability of a response. KCDA will not assist the bidder in bringing the bidder's response to the g same level of other responses received by KCDA. Further, KCDA will make no indication of pricing or other information received from other bidders. E m m L 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 N unacceptable and will not receive further consideration. Q 0 U Y 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 z on the KCDA website, the awarded vendor must verify membership with the KCDA Contract Specialist. If the r customer is not a member agency, but is eligible to become a member agency, the Contract Specialist will give Q 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. Packet Pg. 58 4.C.b 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. as N 5. Orders processed against this contract with customers who are not KCDA member or `o without e-mailed approval from KCDA are in violation of IFB#23-406 Awarded vendors not following r proper procedures may be removed from consideration for future awards. KCDA reserves the right to Q 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. J 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 R c responsibility of the Bidder to perform and complete any necessary research and investigation required to make 0, themselves aware of and comply with this item. v / L 0 Signature i Must be same signature that appears on Bid Affidavit and Acceptance Forms c O U N O O v N 7 C N E d d L a L r C� C Q U Y ;.o c a� E t v c� r Q Packet Pg. 59 4.C.b 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. N •L Item Description Tier One Comply Deviate 0 1.1. Units must be a new, unused model and current production. No Q reconditioned or used equipment will be accepted. All equipment and accessories cataloged as standard shall be X included as part of this specification. J 1.2. The Member Agency will have access to a full inventory of the a, awarded product line; multi-line vendors must inventory at :2 X least most categories listed in the bid. o c c� 1.3. Awarded vendors) shall maintain a minimum monthly overall v average fill rate of 95%or above. Items that are reordered, X ° backordered, or partially filled are not considered filled items L when calculating this service level. 0 U 1.4. Orders must be confirmed with member within 48 hours after receipt of an order 90%of the time. X o v 1.5. Awarded vendors) must be a manufacturer's authorized sales 0 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 a 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 o contract shall be clearly identified even if such are not X v specifically addressed in any paragraph or sub-paragraph or Y form that is a part of this request. E 1.7. If the awarded vendor(s) intends to utilize independent U 0 agents/distributors, subcontractors and/or third-party agents to X Q 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 Packet Pg. 60 4.C.b 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. N �L 0 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 Q zone, Monday through Friday. c 1.11. Awarded vendors) shall provide a Material Safety Data Sheet (MSDS)for all items sold, if required. A separate sheet shall be J X provided for each individual item when purchase is made. c 1.12. Awarded vendors) shall reference item part numbers for all items on quotes for specific work. X U L 1.13. Awarded vendors) provide site survey, analysis, consultation, ,° and recommendation to member to enhance the project for the X c� member agency. 0 1.14. Does vendor have workable e-commerce website that they can U post the KCDA contract items and provide link for KCDA X N webpage? v 0 2. Products&Services I Equipment,Analysis, Reporting, Installation, Maintenance, &Repair a Bidders must check either the "Comply" or "Deviate" column for each inspection item. All deviations shall be noted and explained below. E m m Item Description Tier Two Comply Deviate 2.1. Sport Court Lighting products and services shall be ordered on Q an as needed basis throughout the term of the contract. N X 2.2. Awarded vendor is responsible for complete installation o including installation of Steel poles, LED luminaire bulbs, Pole v Y 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 U local code, safety, and other rules, regulations, and laws. 2.3. Personnel in charge of the installation must be available to a 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 Packet Pg. 61 4.C.b 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 N equipment will be operational at least 98% of normal business o hours. Equipment that develops a trend of requiring an X excessive number of service calls shall be reported by the Q 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 0 J resolution will be what is most advantageous to the member a� agency. a 2.5. In the case of equipment or services needing repair, c requirements and arrangements for loaner equipment will be o made between the awarded vendor and member agency.The X resolution will be what is most advantageous to the member v L 0 agency. 2.6. Member agencies shall be afforded the option to move or transfer contract equipment and services from one agency c location to another agency location as deemed necessary. For U member agency self-moves,the awarded vendor must be notified prior to relocating equipment.The member agency v will be responsible for repairs required for damage that occurred during the transfer.Awarded vendor shall be notified N of the move to ensure continued maintenance service and X ' accurate record keeping. +; c m 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 a prior to the move and hold the price firm. No other fees apply, and the awarded dealer is responsible for repairs required f° following such transfer. a 2.7. Maintenance is offered to maintain contract equipment and v services at performance levels equal to or greater than the Y performance specified and published by the manufacturer or the specifications. E z • Awarded vendor must indicate types if maintenance options U X available and services. Q • 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 Packet Pg. 62 4.C.b 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. N L • Equipment and software training. 0 • In person and online training. Q • Technical and maintenance training. a� c z a� 3. Response Times I Emergency&Technical Services Bidders must check either the "Comply' or "Deviate" column for each inspection item. All -a deviations shall be noted and explained below. c 0 Item Description Tier Three Comply Deviate 3.1. Emergency Services and emergency technical services shall be U available 24 hours a day/7 days a week to minimize system X ,o downtime. c� L 3.2. Remote or telephone technical support will be provided within 0 thirty minutes at no additional cost to the Member Agency. X v ti N 3.3. If on-site emergency repairs are requested, the technician shall X v arrive on site within four hours. 0 3.4. Awarded vendor allows for high level of planning toward future 3 expansion, while examining the requirements of long-term X M maintenance and service of these systems. E m m L (Continued on Next Page) Q L Deviations Continued: N c� INSTRUCTIONS: Q 0 1. If"no" is checked below, complete this form by signing it at the bottom. v Y 2. If"yes" is checked below,either insert answers into this form or create a Microsoft Word table format c to provide narrative explanations of exceptions. If adding pages, the bidder's name and identifying m 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. 0 4. Title the file "Part D- Deviations." Q 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 Packet Pg. 63 4.C.b ❑ 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 tv N Pg.2,Item 1.9 Supply paper catalogs Not applicable-Musco Sports Lighting provides an 'O engineered to orders stem,custom design build situtaion. t Not applicable-Musco Sports Lighting provides an pg.2,Item 1.12 Reference item part numbers engineered to order system,custom design build situtaion. Q Not applicable-Musco Sports Lighting provides an ' pg.2,Item 1.14 E-commerce website a1 g engineered to order system,custom design build situtaion. Not applicable-Musco Sports Lighting provides an t Pg.3,Item 2.5 Arrangement for loaner equipment engineered to order system,custom design build situtaion. J pg.3,Item 2.7 Maintenance is offered to maintain contract equipment Maintenance per the terms of Musco's warranty document. N pg.4,Item 3.3 On-site emergency repairs Maintenance per the terms of Musco's warranty document. R C O C to V L O W V lC L �O♦ V ti N O Signature: 0 rn Print Name: Jeff McNulty ***Must be some signature that appears on Bid Affidavit and Acceptance Forms E a) d L a L d W C� G a t� V Y r C m E t v r r a ATTACHMENT X—Deviations and Miscellaneous Fees Page 5 of 5 Bid#23-406,Sport Court and Field Lighting Packet Pg. 64 4.C.b KC0PURCHASING 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 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 N Principles and Audit Requirements for Federal Awards, 2 CFR 200, referred to as the "Uniform Guidance" or new 0 "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 Q purchases using federal grant funds. c For each of the items below,the Respondent will certify its agreement and ability to comply,where applicable,by 2 having the Respondent's authorized representative check, initial the applicable boxes, and sign the J acknowledgment at the end of this form. If a Respondent fails to complete any item of this form, KCDA will .a consider and may list the response, as the Respondents are unable to comply. A "No" response to any of the W items below may influence the ability of a purchasing agency to purchase from the Respondent using federal 0 funds. c c� U L Violation of Contract1 Conditions 0 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, c which must be consistent with and protect the purchasing agency at least to the same extent as KCDA's terms U and conditions. The remedies under the contract are in addition to any other remedies that may be available N under law or in equity. v 0 Termination1 of ConvenienceV 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: c m The participating agency may terminate or cancel any purchase order under this contract at any time, with or m without cause, by providing seven (7) business days in advance written notice to the Respondent. If this a, agreement is terminated in accordance with this paragraph, the participating agency shall only be required to Q L pay Respondent for goods and services delivered to the participating agency prior to the termination and not N 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 Q such payment(s). U Y 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, E ancillary agreement or construction contract agreed to by the Respondent, the participating agency's provision M shall control. Q Equal1 1 Opportunity 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 Packet Pg. 65 4.C.b 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, z Treatment and Rehabilitation Act of 1970 (P.L. 91-616), as amended, relating to nondiscrimination on the basis a 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 LM application for Federal assistance is being made; and, (j) the requirements of any other nondiscrimination statute(s)which may apply to the application. c The equal opportunity clause provided under 41 CFR 60-1.4(b) is hereby incorporated by reference. 0, Respondent agrees that such provision applies to any participating agency purchase or contract that meets the M definition of"federally assisted construction contract" in 41 CFR Part 60-1.3 and Respondent agrees that it shall cL comply with such provision. J° Davis L Bacon Act and Copeland"AntiAct +' C When required by Federal program legislation, Respondent agrees that,for all participating agency contracts for U 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 c 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 0 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 c determinate made by the Secretary of Labor. Also, Respondent shall pay wages not less than once a week. E m m L Current prevailing wage determinations issued by the Department of Labor are available at a https://sam.gov/content/wage-determinations. Respondent agrees that, for any purchase to which this m requirement applies,the award of the purchase to the Respondent is conditioned upon Respondent's acceptance M of wage determination. As this Project is also subject to Washington Prevailing Wage requirements, Respondent 2 and its Subcontractors of all tiers must pay the higher of the two wages (Prevailing and Davis-Bacon) when they c are not the same. Y 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 E 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 a 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. Contract1rk Hours and Safety Standards 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 Packet Pg. 66 4.C.b 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. m Right1 Inventions Made1 1 or AgreementN If the participating agency's federal award meets the definition of"funding agreement" under 37 CFR 401.2(a) z and the recipient or sub-recipient wishes to enter into a contract with a small business firm or nonprofit a 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 z Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations n' issued by the awarding agency. Clean Air Act 1 Federal Water Pollution 1 Control Act a Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387), as 0, amended, contracts and subgrants of amounts in excess of$150,000 must contain a provision that requires the v non-Federal award to agree to comply with all applicable standards, orders, or regulations issued pursuant to `o the Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act, as amended (33 U.S.C. Jq 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the L 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 �j Act. N O Debarment and Suspension Debarment and Suspension (Executive Orders 12549 and 12689), a contract award (see 2 CFR 180.222) must 0 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 E under statutory or regulatory authority other than Executive Order 12549. Respondent certifies that the ;v Respondent is not currently listed and further agrees to immediately notify KCDA and all participating agencies a 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 c and assurances; the following provisions of Education Department General Administrative Regulations (EDGAR) Y 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 E Department in 2 CFR part 3474. r r Byr Q 1 Anti-Lobbying A 1 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 Packet Pg. 67 4.C.b 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 0 maximizes energy and resource recovery, and establishing an affirmative procurement program for a procurement of recovered materials identified in the EPA guidelines. , rn c Profit 1 of Price t For purchases using federal funds in excess of $250,000, a participating agency may be required to negotiate L' 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 :2 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, 0, including any applicable discount,under the Respondent's contract with KCDA. M U General L Compliance Participating Agencies Jq 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 0 limited to, applicable record keeping and record retention requirements as noted in the Federal Acquisition Regulation,FAR 4.703(a). c 0 c a� E m m L a L d C� G a c Y c d E t v r r Q King County Directors' Association A School Purchasing Cooperative for Supplies and Equipment Packet Pg. 68 4.C.b By below complete and accurate and that I am authorized by my business to make this certification and all consents and agreements contained herein. Responden Respondent YES, I agree or 1 I do NOT 1. Violation of Contract Terms and Conditions Yes M 2. Termination for Cause of Convenience Yes 0 r 3. Equal Employment Opportunity Yes a 4. Davis-Bacon Act Yes .� 0 r z 5. Contract Work Hours and Safety Standards Act Yes as 6. Right to Inventions Made Under a Contractor Agreement Yes 7. Clean Air Act and Federal Water Pollution Control Act Yes .� 0 c c� 8. Debarment and Suspension Yes L 0 4- 9. Byrd Anti-Lobbying Amendment Yes 5 c L Y 10. Procurement of Recovered Materials Yes ivi v 11. Profit as a Separate Element of Price YeS /Vl N 0 L12.:General Compliance with Participating Agencies Yes 0 N 7 C N Musco Sports Lighting, LLC E Name of Business ;v a si at re of Author zed Representative Q Jeff McNulty v Y Printed Name c a� E t 11 2 2022 c� Date Q King County Directors' Association A School Purchasing Cooperative for Supplies and Equipment Packet Pg. 69 4.C.b 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 certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Aon Risk Services Central, Inc. Omaha NE office (A/C.No.Ext): (402) 697-1400 ((A No): (402) 697-0017 17807 Burke Street E-MAIL d Suite 401 ADDRESS: N Omaha NE 68118 USA L INSURER(S)AFFORDING COVERAGE NAIC# G t INSURED INSURER A: Sentry Insurance A Mutual Company 24988 Q Musco Sports Lighting, LLC INSURER e: Sentry Casualty Company 28460 c/o Musco Corporation ' 100 1st Ave w INSURER C: Indian Harbor Insurance Company 36940 t;n Oskaloosa IA 52577 USA INSURER D: Travelers Property Cas Co of America 25674 +, t INSURER E: t� INSURER F: J 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 'a 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 0+ 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 1 7 1 EACH OCCURRENCE $1,OOO,OOO U CLAIMS-MADE X❑OCCUR DAMAGE TO RENTED $300,000 L. O PREMISES Ea occurrence VIED EXP(Any one person) $10,000 4— a+ PERSONAL&ADV INJURY $1,000,000 V fC GEN'L AGGREGATE LIMITAPPLIES PER: GENERAL AGGREGATE $2,000,000 aL+ POLICY PRO F LOC PRODUCTS-COMP/OP AGG $2,000,000 O I—I JECT OTHER: U A AUTOMOBILE LIABILITY 90-16877-03 07/01/2020 07/01/2021 COMBINED SINGLE LIMIT $1,000,000 l Ea accident N X ANYAUTO BODILY INJURY(Per person) OWNED SCHEDULED BODILY INJURY(Per accident) AUTOS ONLY AUTOS O X HIRED AUTOS X NON-OWNED PROPERTY DAMAGE C� ONLY AUTOS ONLY Per accident 7 D X UMBRELLA LAB X OCCUR ZUP61M9917720NF 07/01/2020 07/01/2021 EACH OCCURRENCE $15,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $15,000,000 4) DED I X RETENTION$10,000 E d B WORKERS COMPENSATION AND 901687701 07/01/2020 07/01/2021 X PER STATUTE I OTH- d 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 Q (Mandatory in NH) AZ, WI E.L.DISEASE-EA EMPLOYEE $1,000,000 L If yes,describe under 4)) 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 $250,000 SIR applies per policy terns & conditions Each Claim $5,000,000 Q DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,maybe attached if more space is required) K () Re: Cooperative Purchase Agreement. i Y King County Director's Association and its members are included as Additional Insured in accordance with the policy provisions 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. N t y V CERTIFICATE HOLDER CANCELLATION Q .:r SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE s EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. r 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 Packet Pg. 70 4.C.b m N �L O Q J N a) C O A C cC U L O 3. Pricing Pages L r O U N O O v N 7 C d E d d L Q L C� C Q 0 U Y c m E t v 0000 Q MUSCo., Packet Pg. 71 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 N Contact: Amanda Huch ut M Phone: 800-825-6030 C Fax: 641-672-1996 y+ Email: musco.contracts@,musco.com 3 Q t 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 LED"'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-ear product assurance&warran program and Control-Link'Control&Monitoring g Y g gY P g Y P tY P gram g � SportsCluster°System with Total Light Control-TLC for LED"'technology includes LED fixtures,luminaire assemblies,electrical component enclosures and wire harnesses(does not include poles and precast contract bases). J SportsCluster"System with Total Light Control-TLC for LED"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 Average Maintained Pelee far Light-Swomre TLCPrice for SportsCluster Average Grid Avg kW Pelee tar Light-Straaure TLCPrice for Spomclu,ser Field Size Pole Setback Uniformity Grid Points Avg kW per hour LED Materials and TLC-LED Materials and Maintained Uniformity Grid Spacing LED Materials and TLC-LED Materials and Light Level S Grid pacing Inaed anon 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 0 360'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 C 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 L Soccer - 0 Price for Light-Structure TL Price for SportsCluster Average Price for SportsCluster r Field Size Pole Setback Average Maintained Uniformity Grid Grid Points Avg kW per hour LED Materials and TLC-LED Materals and Maintained Uniformity Grid Spacing Grid Avg kW Price tar LED Materials and TLC-LED Materals and V Light Level Spacing Installation 3 Installation S Points per hour Installation per Spec Installation S per Spec per pee Light pE1'p. 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 fc 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 C 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 Average Maintained N Price for Light-Structure TLC Price for SportsCluster Price for Light-Structure TL Price for SportsCluster CD Li ht Level Field Type Field Size LED Materials and TLC-LED Materala and LED Materials and TLC-LED Materials and ICT Uniformity Grid Grid Points Avg kW per hour Installation per Spec Installaton per Spec (Inf/Out) Uniformity Grid Spacing Grid Avg kW Installation per Spec rnscallafien per Spec (Inf/Out) Spacing Points per hour O 60'Base Path 200' 30/20 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 t„) 60'Base Path 225' 30/20 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 W 7 60'Base Path 250' 30/20 2.5:1/3.0:1 20'x 20' 25/119 16.58 $240,354 $149,809 50/30 2.0:1/2.5:1 20'x 20' 25/119 25.59 $279,133 $188,377 60'Base Path 300' 30/20 2.5:1/3.0:1 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 +' C 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 E 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 d 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 L 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 Q Tennis AV kW Price for Light-Structure Price for SportsCluster y #Courts Average Maintained Light Level Uniformity hour TLC-LED Materials and TLC-LED Materials and Per Installation per Spec Installation per Spec C 2 50 to 2.0:1 7.12 $129,271 $82,319 Q 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 Y Basketball-Outdoor Avg kW Price for Light-Structure Price for SportsCluster #Courts Average Maintained Light Level Uniformity TLC-LED Materals and TLC-LED Materals and per hour Installation per Spec Installation per Spec 1 50 fe 2.0:1 7.02 1 $82,928 $59,017 V fC Q Page 1 at Packet Pg. 72 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 SpocN I-94'x MY 75 fc 2.5:1 5.70 S 103,047 L O Mini-Piteh System—-10 ear pans and labor warranty r Light Level Price for TLC-LED Materials Q 40 x 84' 25 fc S 105,000 , 50's I 20 re $I 10.000 CO'x 120' 15 fe SI IS,000 = r MuScoVisinn°-5 year parb and labor arrantyS Price for Materials per field J Diamond Field- 520,000 d Rectangular FieldlCoust- 520,0w '�Sn hepn of�ireami i,rcludrd.addiiioml hounavaibW f pmrlvsr supplernecital Items R C Item A7aicrial son per iumi,mi,dunit Q TLC-LED-1500luminaire 55 500 � TLC-LED-1200 lummatre $5,000 t6 TLC.LED-900 iummaire $4,500 V TL -LE➢-GOt1 lurnmaime L 54,000 O TLC-LED400 lummaire S3S00 0 TLC-BT-575 luminaire 54,000 TLC-RGBW lurnmaire 56,000 V f� TLC-RGB-U lummiaim 56,000 L C LEE)Security luminaiU- 52„500 O Conlro-Uri Retro n Unit( apts to existing contactors-Comrol Module Only,(1)service V up to 7 zones-Warranty is LO years Pans& ' ti labor 59,850 N Control-Lin & 'ontro s ontactor met � (Pneing includes(4)30 amp contactors.1f project requires.more or larger cantaclors lice may be higher) S11 S75S25 O I SMv HID Lampt„l Ballast $205 N 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,penodically become available and will be offered to the owner.Bidder reserves the fight 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 and ma}add additional cost. d D,The pricing is based on using 480v:other voltage options are available and may add additional cost d 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=R.100 mph.Exposure C.A change in building code and wind speed.will have a direct effect on the bid price based on d 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 wiR increase the equipment test by 12 A Musco is not responsible for obtaining or any cost associated mffi music licenses. Q G.Installation or the feundatiens,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 L will utilize Rs Means pricing.coefficient and must also include the appropriate City Cost Index_ rr H,Manufacturers do not have to list electrical suMconlractors.however,the owner has the fight to mjoCl through the submittal process.sub-contractors not licensed or listed vsi1h the local jurisdictien. (p 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 pale locations required prior to production,due to the built-in cuslom light control per luminaire_ Q L.This pricing list should not be considered complete and exhaustive due to the nature of each project being a unique.design-build situation. U Compmty Name:Musco Sports Lighting.LLC Freight is included in a above pricing. Y Signature A0�7 IIV yyy E S U a ye2of2 Packet Pg. 73 177 4.C.b 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 as N Attachment E o r SIGNATURE PAGE AND MISCELLANEOUS FEES Q a� c The undersigned offers and agrees, if this bid is accepted, to furnish any or all of the items upon which prices were z quoted, at the prices set opposite each item, F.O.B. delivery point specified in the invitation for Bids, and agrees to make J 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 ( } v 3. Variable by item/group } (Identify under separate cover) o 0 c� L Y MISCELLANEOUS FEES In some cases additional charges may be necessary. These costs are for items delivered direct to Members. Attach U additional pages as may be necessary for each manufacturer. "TBD", "Job by Job" etc. is not acceptable and may N disqualify your response. Bidders should list out any other pricing for services on additional pages as needed within this section. 0 N Delivery Fee: $ %or mileage rate Installation Fee: $ per hour(comply w/ Prevailing Wage - RCW 39.04.010, 39.12.010&020) Design Fee: $ °' E Performance Bond: $ L Demolition Fee: $ Q Restock Fees: $ L m Lift Gate Fee when required $ v, OTHER $ Q 0 v NOTE : If services are not documented in pricing pages,fees must be justified by using IRS Means. Y :.o c a� FUTURE DELIVERIES On occasion, KCDA Members will place orders near the end of the contract period for delivery after the contract period r has expired. Will your company honor orders placed during the contract period for future delivery? Q 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 Packet Pg. 74 4.C.b 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. m N �L O Q J N a) C O A C ca U L O V L r O U N O O v N 7 C d E d d L Q L C� C Q 0 U Y C m E t v r Q Packet Pg. 75 4.C.b 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 Description Regular Price or Rates Discounted Price or Per Diem Charges (if any) Mileage Charges (if *Additional Discount on Large Projects:= Rates any) Y/N NN O 0 M U Q M i a..+ QJ C � � s J 4) in Discounted Price or Mileage Charges (if *Additional Discount on Large Projects: c GJ Description Regular Price or Rates Per Diem Charges (if any) U Rates any) Y/N .i ex: Initial (must price) v Ex: Follow up training (must price) ° dA s` � o 'M U i F_ N O 7 v� Discounted Price or Mileage Charges (if *Additional Discount on Large Projects: UDescription Regular Price or Rates Rates Per Diem Charges (if any) any) Y/N aJ d i L O a� a a s L r N *Please detail additional discounts on large projects. Q 0 v 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. Q 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 Packet Pg. 76 4.C.b m N �L 0 Q J N a) C O A C cC U L 0 4. Product Line Brochures and Literature L r 0 0 U N O O v N 7 C d E d d L Q L 0 C0 C Q 0 U Y c m E t v 0000 Q MUSCo., Packet Pg. 77 _ . �zmw-�i - 96 -i J t f � M We Make It Happen® 0000 mus Musco Makes it Happen 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 solutionsAll backed by a long-term warranty. • Raising the standard for lighting at hometown -' fields and the biggest venues in the world. +(� • 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 : isr� ;s' • solutions that meet your facility's unique needs. MAHER TERMINALS,ELIZABETH,NEW JERSEY,USA r � � ,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. • • • - 2t ' • 4.C.b . N C rF J Jf o r L _ � V n _ L N O O lt MWI N Created an unprecedented racing experience and the world's longest Formula 1—street circuit to feature LED lighting. c m E m m a� Q c� Q 0 + � U Y c E t i v r STATUE OF LIBERTY,NEW YORK,NEW YORK,USA Q OF DREAMS,DYERSVILLE,IOWA,USA Lighted the Statue of Liberty as a symbol of Returned to the Field of Dreams site to create an unforgettable environment for the historic recovery in the aftermath of Hurricane Sandy. MLB at Field of Dreams—event. Packet Pg. 80 M =I 4.C.b 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. 09 1 7 1977 r SportsCluster°2 is introduced,offering major Level-8^ N advancements in efficiency and spill and k. _ L glare control. t �:- 3 .:� r�� z . I Q _01 ` t t 1A9J Production begins on the SportsCluster°, M .a simplifying installation,guaranteeing Level 8 and Total ControlM options ar alignment,and improving durability. 1 QRR...... introduced as a wa) o 1979 to provide practic The Multi-Wattl option is solutions for extri (aa Remote ballast is introduced to reduce system lighting needs. v L introduced,placing electrical operating costs and increase ,o components in an enclosure programming flexibility. near the base of the pole for easy maintenance. c v Go r+ • a .............: o E a L � o 1979................. Y a 198 1 1988 4 Packet Pg. 81 4.C.b 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. \ m> `o 1996 J 7j a) ... 0 y 01, a J� O Our 10 Club Service""warranty and performance guarantee v The ShowLight°system is introduced, is introduced,eliminating L bringing special effects lighting to pre-game, customers'maintenance �o halftime,and post-game celebrations at costs on parts and labor for professional arenas. 10 years. ti U 0 r` N O AMk CA ® ® ® C2. N .................... y r a _ ............ Y 2005 y E U Q 2005 1 Packet Pg. 82 4.C.b 45+Years of Innovations ................................................... N L O Q 1 C I I I al Our Team designs a state-of-the-art LED system for installation at the w East Span of the San Francisco-Oakland Bay Bridge,improving driver o 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%. U L O V L r O U ® a r ® N N O v N C d E d d L Q i N CC� C Q Q U - Y c m E t v r Q 6 Packet Pg. 83 ...... ....... The Communication- --_ =� Structure System'""is launched,a monopole solution built using our proven 5 Easy Pieces'"' approach that offers N faster deployment, o safer installation, t and a simplified Q 0 1 n acquisition process. /y M c Show-Light®special effects z technology is re-introduced aM providing new,cutting-edge J light shows and color-changing aM capabilities at venues of all sizes. M 0 c ........2016. U 0 1 Total Light Control—TLC for LED"technology is U introduced,creating new possibilities for sports and large area lighting in terms of light control,spill light and glare reduction,energy efficiency,and reliability. 0 U ti N cD v � O V1 N N N � ® � N • N N N C3 G d d 2019 a L l Q U c 2020 �s a Packet Pg. 84 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. N Durable,corrosionand able to p t withstandNew Q Applications— , Streamlined • • trouble-freeWire Light-Structure c Harness operation. System" z Complete System LM J from Foundation d Patented • . glare control . minimize to Poletop .a impacton neighbors. Engineered in R 5 Easy Pieces'" p with all components Superior • • visibility with reduced designed to work U energy consumption. together. C UL © i Listed , • CSA Approved • Electrical Retrofit Components Applications— playing c - •nment. Enclosure SportsCluster° U Retrofit Lighting System c © Designed to perform S �'' from your choice of v Galvanized structures,includes Steel Pole lighting,electrical components,and c new crossarms. a) E am m Indoor Lighting t Precast Applications Concrete High-quality lighting a) Base and minimized glare M for everything from NBA and NHL arenas to high school and Y recreational gyms. c d t v r Q Packet Pg. 85 4.C.b 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 m well as web and a smaller physical L J app-based footprint and safer t viewing portal. installation process. Im a� rrr,.. .-� O Mobile and Temporary Lighting Superior quality and versatility for U supplemental broadcast lighting and o settings without permanent systems., c� L r MirtranTI 0 Racetrack Lighting System ti Designed specifically for racing, N 0 was i delivering a precise ribbon of light v onto the track while eliminating O glare for spectators and drivers. N c m E am am L Q L C� _ C Q e - U c m E t v y 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. Packet Pg. 86 We've been From System 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 !;R 1111.I:111yk� understanding their needs every step of the way. ,nl;iti"sl • Millions of hours devoted to system research, lit y�! • development,and testing. • Decades of experience designing systems that meet each customer's unique needs. A • Production and project management expertise - to help overcome any challenge. '" 'Y 'w .*+ • Unmatched installation capabilities that 00 streamline the process regardless of setting. ^� ' • • Timely support and service from regionally- based technicians. • NJ momI I 10 ket Pg. 4.C.b We create custom- designed optics for placement around the LEDs at our r state-of-the-art • manufacturing facilities. N L O � r+ WWI- ... ... .. .�. err Q Our on-field light level testing verifies the aM precision of your factory-aimed system so J a� you're getting the results you need. aM c O c ti 0 t C N O 1 � O v N Every Musco lighting system undergoes the 11 r same rigorous quality assurance testing that includes nearly 150 quality checks. U We build computer Y J models and - photometric designs based on your t facility's specific U layout to provide Q optimal light quality and uniformity. Our unique complete system approach streamlines and simplifies the installation process. Packet Pg. 88 A6k Fs. System Management and Operations We're committed to providing support,software, J i J 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. • Show-Light®Entertainment Packages— - cutting-edge light shows with light-to-music 'v synchronization and color-changing q , RGBW technology. • MuscoVision®Automated Sports Broadcasting— professional livestream productions from • hometown fields and facilities. • Warranty and Performance Guarantee— hassle-free,covering every part and all labor ' . . . . . . ... . _ well into the future. - FEATURE❑6ROAOEASTS EXPLORE WHAT'S TR E NO I NO 0 FiNO•f,ANE A 12 Packe - • • • 4.C.b m f N O a� Show-Light®is an ideal solution for taking your game night experience to the next level with exciting light shows to celebrate players,halftime shows,and team wins. r� � L N O ..r i O OPIP 1 � 1 i Q d Our design engineers create an array of custom light shows and color-changing scenes for 0 U customers to choose from with their Show-Light'entertainment package. Y Our solutions are backed by long-term parts and labor warranties,along with regionally- y based technicians and 170 support staff E dedicated to the performance of your system. U Q Many communities have utilized our - Show-Light®color-changing technology to highlight unique structures,celebrate their history,and commemorate events. _ Packet Pg. 90 4.C.b • Experience experience,Our system approach,superior technology,depth of ... set • apart i. From hometown fields to county-wide complexes to world-class stadiums to 4) international airports. O Tottenham Hotspur Stadium a 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 visibility and integrated custom controls with other feature lighting L Creating new possibilities f•r lighting in the for cutting-edge special effects and light shows. N most challenging environments and settings. a� iY c O M L �. O V L O N O le O V Charlotte Douglas International Airport Charlotte,North Carolina,USA r Designed a TLC for LED®system that reduces energy consumption d and provides clear,uniform lighting—creating a safer overall work E environment for staff. O L a L d c� G a c 0 Y E r a r 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. Packet Pg. 91 4.C.b O t Cedar Stone Park Island Country Club a 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 S 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 J constructed in 20 years. allowing players to track the entire flight of the golf ball. y a, c O c c� v L O 'r L A r� " 0 �- 0 Yas Marina F1"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, m customized system with nearly 4,700 luminaires,and helped stage innovative architectural design and achieved the ultimate spectator E the first ever twilight run of a Formula 1'" event. experience for everything from professional hockey to major concerts. m L Q L Q 0 U Y '4 E U -- a 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. Packet Pg. 92 4.C.b re 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,�,� 02� °vim N 0 EFDN INTERNATIONAL DARK-SKY ASSOCIATION a American Academy for Park Babe Ruth League® European Football for International Dark-Sky p� and Recreation Administration Development Network Association t J Little League MINOR LEAGUE BASEBALL Little League®Baseball Minor League Baseball" National Collegiate Athletic National Interscholastic �j and Softball Association Athletic Administrators C Association Jq t� L ® 0 P2. LIB (41 SOCCER IR FOUATION National Junior College National Recreation U.S.Soccer Foundation® United Soccer League N Athletic Association and Park Association 0 r C Y(2UTH DEVELOPMENT FOUNDATION i i� MLB-MLBPA Youth Development Foundation Q L d C� G a c Y c m 00:0 s mus� • Z We Make It Happen. WWW.MUSCO.COM . . Phone: 800.825.6030 O ..1 . 1111 .. .. .. ...f. - .. .. -. -. ... .-..i.. „ ... - & . Packet Pg. 93 4.C.b f , ���+��•-�r.. 'C � s 1 � c 1 � � ' R JiJ R v � L - O ti N - .-. .. 0 O V World Class Leaders Sports and Large Area Lighting 7. _Z N — a Y - 0000 mus We Make It Happen Packet Pg. 94 4.C.b SPORTS LIGHTING SOLUTIONS Tottenham London, . . . D@ world.system for one of the most innovative new stadiums in the '14 �:. Custom designed virtually every aspect of a� N the system • • site-specific mounting .L O structures • remote electrical components _ t+ enclosures in dedicated electrical rooms. Minimized • . a • integrated custom controls O M U L O V d l r 0 cm 0 O V N Seoul Olympic Stadium Yas Marina Fl-Circuit Seoul,South Korea Abu Dhabi,UAE Designed versatile system capable of meeting the needs for major Overcame challenging rock environment to install a highly- E g Y p g 1 g� g YE sports,concerts,and entertainment events,while reducing energy customized system with nearly 4,700 luminaires,and helped m m consumption by 63 percent compared to prior metal halide equipment. stage the first ever twilight run of a Formula One event. Im Q L d C� G a c Y r E t NINO Estadio Caliente LMX TD Garden, Home of the Boston Bruins and Celtic 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. Packet Pg. 95 4.C.b ' as C J - a I Rogers Place, Home of the Edmonton Oilers Lamade Stadium Edmonton,Alberta,Canada Williamsport,Pennsylvania,USA LM J 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. 0 ,: L 0 V L _ O U N _ I V to 7 Anna Meares Velodrome Shougang Ice Hockey Arena Chandler,QLD,Australia Beijing,China d Engineered a customized,energy-efficient system in time for the Helped transform a former coal station into an energy-efficient hockey E 2018 Commonwealth Games,making it the first velodrome in arena with customized TLC for LED lighting that will achieve broadcast m m the world with digital broadcast quality TLC for LED lighting. requirements for the 2022 Olympic Games. a L d C� G a c Stadium Y Home of • • •Arlington,Texas,USA C E Reduced • • enhanced visibility fort players and spectators with the TLC for r_ customoptics and •. a 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 Packet Pg. 96 4.C.b SPORTS LIGHTING SOLUTIONS •L J N "a C O O f _ r O IL __ �� N cal r.. - 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 E roof at the All England Lawn Tennis and Croquet Club Centre renowned athletes and events,and become the first athletics m m Court,using both direct and indirect lighting to achieve stadium in South Africa to feature LED lighting. broadcast requirements for The Championships. a L d C� G a c Y r � ` E ►T i y 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 th, 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. Packet Pg. 97 4.C.b ti. . a Arthur Ashe Stadium St. Mary's Stadium, Home of Southampton F.C. New York,New York,USA Southampton,United Kingdom LM J Fabricated custom mounting brackets for the stadium's unique Replaced another manufacturer's LED lighting to solve problems with d architecture,significantly reduced glare from affecting players,achieved glare and reliability,and included special effects capabilities to create 'a HD broadcast requirements,and cut energy consumption by 73 percent. exciting light shows for the first time ever at Southampton's home ground. R c 0 c 0 U L O L O U N O 0 - V Estadio Municipal de Lo Barnechea, Mokdong Baseball Stadium, Home of A.C. Barnechea Home of the Nexen Heroes Santiago, Chile Seoul,South Korea E Engineered innovative field lighting system at the historic, Installed a custom TLC for LED®system that enhanced the experience for L 80-year-old stadium to improve visibility for players and create players and fans and differentiated Mokdong Stadium from other baseball t a more memorable experience for Barnechea fans. venues in South Korea. m N a 0 a National Olympic9 E Center Stadium Beijing,China ■ ■. Developed a cutting-edge TLC for LED system for • • • architectural design at the stadium with stunning special effects and .If shows • • synchronization. all Packet Pg. 98 TRANSPORTATION AND INFRASTRUCTURE L 4.C.b Abi t^ Harry Reid International AirportLas Vegas,Nevada,USA Ensured better . . . . . . . crews,ar air traffic . . optics that create more uniform light distribution,free from glare. - N Provided • • -retrofit solution • •L .. O custom mounting brackets,luminaires,and a+ rrwire harnesses on airport's .,.o consumption ..mpg prior HIPS lighting,eliminated maintenance cost, laborhi with I 0-year parts and le more than$1.3 million over the next deca( avow— QD a� c O c M Jq O 6& _ 0 A& cm O O N 7 Taulov Intermodal Facility Mason Empty Depot—Georgia Federicia,Denmark Ports Authority (GPA) c Delivered a complete solution from foundation to poletop which Savannah,Georgia,USA E achieved better visibility for workers,cut energy consumption by 58 Provided uniform light coverage throughout the massive facility, L percent,and eliminated maintenance costs for the next 10 years. trouble-free installation,and easy remote facility management Q with Control-Link®control and monitoring system. L m N a c M 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. Packet Pg. 99 4.C.b ING SOLUTIONS O C Associated British Ports— Newport Docks Vancouver International Airport (YVR) Newport,South Wales,United Kingdom Vancouver,British Columbia,Canada LM Improved visibility for workers with increased light levels and better J p Y 9 Helped the second busiest airport in Canada reduce energy d uniformity while also reducing energy consumption by 81 percent. consumption by 60 percent and increase light levels by -a 40 percent with a retrofit TLC for LED® system. <Y c O C O U L O i ' f 0 N O O V N 7 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 E a TLC for LED system at Terminal 2 which greatly improved m Lighted a 70-acre facility using TLC for LED technology that achieved L superior light quality and control,better energy and operational efficiency,light control,and reduced cost of ownership. IM efficiency,and eliminated long term maintenance costs. to D ' World VancouverAchieved minimum light levels of 50 lux -7 Vancouver,British Columbia,Canada Y c consistently throughout the terminal, d improving .. E 1� S" M control without creating glare for workers. 404 Reduced energy consumption by 58 percent Y Q compared to the previous lighting equipment, I!Wv • eliminated maintenance costsfor 1 yearsI� Createdwith a long-term parts and labor warranty. a customized system solution •existing poles along with custom-built crossarms,electrical enclosures, • luminaires for • operation. Packet Pg. 100 4.C.b ARCHITECTURE LIGHTING SOLUTIONS ReplacedStatue of Liberty New York,New York,USA Installed a temporary LED lighting solution to light the monument after damage sustained from Hurricane Sandy. .. a) permanent TLC forLED'system withN L customoptics designed • highlight O the aesthetic details of • ++ _ while minimizing sky glow abovea Doubled the lightprojected tm onto the monument • • ++ energy consumption by 62 percent compared • metal halide equipment. J O M �� U - L = Jq [ U - O O V _ N Des Moines Marriott Grand Central Terminal Des Moines,Iowa,USA New York,New York,USA d Utilized color-changing RGBW technology to give an exciting presentation Highighted the fa�ade's architecture with attractive contrast,reduced E to the building's facade and the night time downtown skyline. energy consumption by 80 percent compared to prior lighting, m and greatly reduced glare from affecting pedestrians,drivers,and Im neighboring buildings. a L d C� G a c Y 1 m e 1 ti ■ Im ■ 1L l 1 � e_-- v it Q 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. Packet Pg. 101 4.C.b 0 Mount Rushmore National Memorial Ministry of Foreign Affairs Keystone,South Dakota,USA Abu Dhabi,UAE J Custom-built a new permanent TLC for LED®system Created energy-efficient TLC for LED system to illuminate the d 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. W c 0 c 0 U L 0 V L 0 U N i 0 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 E the longest single-pylon cable-stayed bridges in the world. systems at the state's Capitol,Principal Park(home of the Iowa Cubs),and m the adjacent SW 5th Street Bridge leading to the city's downtown area. Q San L d C� G • •Bay Q P Bridge Span I F_ Y Developedn Francisco,California,USA , an • e "• system meticulousutilizing LED technology to meet the E performance and aestheticV requirements ••'Included more than 1,600 light fixtures J� ,1� ■ Q and 51,500 LEDs perfectly aimed to provide a safer envir• • glare for00,000 daily drivers. i e Reduced energy consumption •50 percent compared to metal 4.?.tt. halide • • equipment. Packet Pg. 102 4.C.b TEMPORARY LIGHTING SOLUTIONS - •� 7l •iF -�f O C Y7 { I I I IV74M• - - • •• • • J R a O` M U L O O V 4111 N O V N 7 2014 Winter X Games Notre Dame Stadium - First-Ever Night Game Aspen,Colorado,USA South Bend,Indiana,USA C Engineered a first-of-its-kind mobile lighting solution within E Delivered mobile and temporary lighting solutions to provide the best just eight months to meet broadcast requirements and help m possible night time setting for this major ESPN winter sports competition. bring the first ever night game at Notre Dame Stadium, p� featuring the Fighting Irish and Michigan Wolverines. Q L d C� G a c Y "1 c z M r Q 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" Packet Pg. 103 4.C.b N bdIN Z s d-M Q Fort Bragg Field,Atlanta Braves vs Miami Marlins Titanic Movie Set Fort Bragg,North Carolina,USA Rosarito Beach,Baja California,MexicoLM J 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 d 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. �+ c . � o i i i f N o w Air+ Style Show Red Bull Stratos Pasadena,California,USA Roswell,New Mexico,USA Provided lighting at the launch of Red Bull Stratos,which was a d Developed the first-ever mobile lighting solution using the g g E LED light source,meeting network broadcast requirements skydiving event that took skydiver Felix Baumgartner 24 miles into the m at the Big Air ramp which was nearly 16 stories tall. stratosphere and broke the record for the highest altitude jump ever. Q L d f+ C� C Q 2014 Sochi U Sochi, Y Custom • temporarypermanent lighting c a� solutions, E supplementalas •venue at the Winter Games. v Hel r . • the event venues achievebroadcast lighting requirements for major • • the competitio Overcame frequent • logistical challengesto get the lighting installed • • at the necessary level for D • •.• Packet Pg. 104 4.C.b I , 01P ' f ry I G� N O t 7 _ Q C I t LM J N Illinois State University Mount Rushmore Mokdong Baseball Stadium .� Redbird Arena National Memorial Seoul,South Korea Normal,Illinois,USA Keystone,South Dakota,USA O C O U L O V _ L uer, R U cm Academy Award' International Lighting EMMY°Award 0 The Academy of Motion Picture Design Award Musco was awarded 0 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. d Musco for innovative design at E Charlotte Motor Speedway. L Q L d C� G a In Y c d E OCCO v Q 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 aV.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,LLCM-1440-enUS-13 Packet Pg. 105 4.C.b 0000 musc _ 0 ALWAYS REAOY FOR ,40 r a J d 0 'o U 0 r` N -r 0 q UUUIILqL cC7 A. i 171LL C T + ' � a L " f l m r r a Packet Pg. 106 4.C.b N O r a� c a� J O c U L O 4— V L O UN i M.M. yi rYuuaaaa i�aY��a�Yuaaua **..a"T"M�w...:.................:....�....,,, V K IIII N y limnCD ,„ i.4Bell m■4M lip 1411111JUMMI�III lili11111iT SIT llllllUl�llllllLl1r 111nunau,nMip I I pill IRRpkll r�ur�n rn.uaiu,uui - - 4, Imo . 0 Aft Scan or visit to learn more: .. _ � + . . S _ _ ~ + � r Packet Pg. 107 4 LakePoint Sporting Communityv0Mp`Fr0 wanted a ted to see th o 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 BallTrackerTI technology — which creates precisely-aimed vertical lighting targeted to enhance visibility of aerial balls — that's exactly what they got. "When you stand at home plate and look out 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/ ❑ w "r When the original lights went on at Notre Dame C. N T Rov Prep, nobod happy,Y was 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 roducts and customer �r1 ------------ service we received from Musco Lighting:" Scan or visit to learn more: vivo 11 ! --------� ' i"�� _� _ - — ` www.musco.Com/project-showcase/ndprep/ � -`--- -�� �" �_��_ .--.--------- -- -------- - Jill Platt, Principal, Notre Dame Preparatory High School Alpine Field needed a retrofit 00p`F11*0 solutiontorepIaceitsnewly y installed lights, fast. ksr .+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. - - 10:00 r -�—- - - -- Or wn o . "The results are absolutely phenomenal. ) had neighbors calling saying v they couldn't believe the difference. We got our nights back again." . Scan or visit to learn more: - Ron Toman, Eaglerock Neighborhood Association www.musco.com/project-showcase/alpine/ h Packet . 110 P%.WAYs With over 6,, 000 students la i n p Y g0 . intramurals, Clemson needed � "0 *Z"°y 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 :►d;M CM ML Ak ti 0J "Musco's LED system has allowed us to increase intramural programming by 4 extending hours, and the ability to program the lights remotely is a neat feature." Scan or visit to learn more: ❑� www.musco.com/project-showcase/clemson/ - Chris Cox, Assistant Director of Intramural Sports, Clemson University Packet • y They just didn't want new If lights atPridgeonStadium , theywanted to make history, 1`1°"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. WI Of " - fiAS r - - - - - - - - - - - "We have an average maintained footcandle higher than anyone 1 know. And 0 2 that s something to boast about. You could host ESPN games out here. T� Scan or visit to learn more: -Josh Solis, Project Manager, Cypress-Fairbanks Independent School District www.musco.com/project-showcase/pridgeon/ ❑� . , P�Ways Seminole County wanted r complex,a premier sports co p ex, REaO�I � wi thout breakingthe 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. T7 G Mod a -— - - �,. ��•�.� 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 v� 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. _ - • "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/ Packet . , 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 - F� V% G H r �**,W q ys C.0 s Y. 00:0 MUSCO® sks T*.* SON T S0 qF A Val sq V' Hey Packet - . tK V V DO - 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 so 00 �F # Iry i { r� .. ;"ram-„rr • ,I • `/c`/G mus We Make I Packet . , 4.C.b Keeping Good Lighting Affordable With the emergence of LED sports lighting,facility owners are discovering that different manufacturers produce vastly different results. m N L The LED light source has distinctive challenges and advantages.To realize the full potential of 0 .r LED lighting,it takes experience and a proven system for controlling and applying the unique Q characteristics of the diode in a sports setting. c z With Musco's more than 45 years of experience—and over a decade of researching LED—our Team 2 J 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. c 0 The result is a system that makes Musco's great lighting even better. c� v L. Better for players... ,0 who want to perform their best and be able to track the entire flight of the ball. L r Better for fans... U who want to see the game better and enjoy world-class light shows watching preps or the pros. N 0 y Better for neighbors... 0 who won't have light spill or glare in their homes or lights left on when not in use. 3 Better for the night sky... with more light directed onto the field and less spilling above it. L Better for your budget... Q a� an affordable system that's built to last and control operating costs. N c� Q And you won't have to worry about maintenance costs for up to 25 years. Y ;_ M a 02016,2022 Musco Sports Lighting,LLC U.S.and foreign patent(s)issued and pending Packet Pg. 118 4.C.b i d N �L O Q 2M J N a) M 1 control U from foundation to poletop. . . from the light source to the field, preserving the night sky. . . U N assuring the results you expect, day 1 . . .year 1 . . . and for 25 years. N E L Q L f� I� Q 0 U Y c m E t v r Q Packet Pg. 119 4.C.b 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. N L O Whether it's Light-Structure System—complete from foundation to poletop,or � Q SportsCluster-System retrofitted to existing structures,we include lighting,structural,and a� electrical components designed to work together. _ z a� Our system provides a more protective environment for the LED's sensitive electronics, J a) integrated grounding,surge protection,and remote drivers so servicing can be done from -a a step ladder,not a lift. R. O And we guarantee its performance for up to 25 years. L. O V L r O V N O O v N 7 C d 1= d d L Q L C� C Q 0 U Y c m E t v r Q from the foundation to the poletop. Packet Pg. 120 4.C.b a, N O t r� 7 Poletop Q Luminaire ' TLCforLE[Y Assembly Total Light Control" T J N C Wire 0, Harness C O V j L a Jq L Electrical = Components O Enclosure V N O 0 O V 7 Galvanized ++" Steel Pole E d O L IM Q L Precast d Concrete v� Base 'Advancements in all aspects of fixture c design are critical to achieving the full Integrated Y Lightning l performance of LED technology." Ground System E —U.S.Department of Energy www.energy.gov/eere/ssl/led-basics r r Q a Packet Pg. 121 4.C.b 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 � N OurTLC for LED'system delivers highly-controlled downward light from the o oleto along withprecisely-targeted u ward li ht from our BaIlTracker° p p, g p g � luminaires.Together,this patented system illuminates the underside of a ball in Q flight,creates better contrast against the dark night sky,and creates unparalleled c :r cut-off,preventing spill and glare from affecting the surrounding area. J N And for an enhanced entertainment experience,Musco's strategically located color-changing luminaires and innovative light-to-sound synchronization R c capabilities create Big League light shows for players and fans at fields of all sizes. >, c c� v L This is why, when you walk onto a field lighted by Musco, it just looks better. L r Sahlen Field Buffalo,New York,USA 0 O V ti N O O v N "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 E dark sky.So it helps a lot." L —Nate Esposito,Wilmington Blue Rocks(MiLB) Q L -- C� C Q f� U Y c d E t v L Q }t�Zt from the light source to the fields . Estadio Tigres.Nuevo Leon,Mexico Packet Pg. 122 • .r tp `b��. ter_• �, _ -' � -��'.. ti • 10 - l x It Owl a ? 4.C.b A Solution Neighbors Will Love • 77 Emitting light is easy,controlling it isn't.At Musco,we care as much about Musco Metal preserving darkness around your field as we do putting high-quality Halide System 40 years of res: 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 o greatly reduces glare at the light source. Q This means no spill light or disruptive glare affecting neighboring homes, c 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 a� an international airport. c Our light control capabilities have made lighting C possible at fields where,previously, it wasn't allowed U L due to community concerns. ° L r O U N O O N 7 C d preserving the night sky. .. t Q L C� C Q 0 U "Glyndon Park is in a naturally wooded Y 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 - Q 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 Packet Pg. 124 Today Today Musco LED Other Luminaire increasing efficiency and minimizing environmental impact. System Manufacturer LED f� i • light produced,wattage,height,and aiming angle. What often is What can be Light Energy:Use,Lose,AbuseP, T Luminaire \ Lose/Abuse . Other LED Musco Manufacturer TLC for LED® 1, F 4.C.b 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. � N L 0 In fact,if a problem arises we'll likely know about it before you do,right down to the fixture.Here's a look .r at the service we provided customers in just the past year: Q c • Turned lights on/off remotely for more than 7.6 million events. J • Conducted routine inspections and maintenance at over 11,000 fields. • Helped with scheduling and answered questions on over297,000 calls, o over 981,000 app sessions, and 1.3 million web site log-ins. U • Traveled enough miles servicing fields to circle the equator 24 times. ,0 L r And with our 25-year parts and labor warranty,you'll have peace of mind for the next 9,125 days knowing 0 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. v 0 c m E m m L Q L C� C Q 0 U Y c m E t v r Q assuring the results you expect. Packet Pg. 126 4.C.b G N O 7 Q C L J O C O Our R&D,customization,and application capabilities deliver solutions specific to each customer's needs. CU U L 0 "Musco called to let us know there was an issue before we knew we had o problem." r —Stephen Cooke,CPRP,CYSA i O U Greenville County Recreation Athletics Manager,Taylors,SC ti Our regionally-based technicians provide c prompt service for 25 years. I rav L) fi tc�ra:rnaau. E f 1 a -� , �J 'X Y Our Control-Link service provides 24/7 proactive monitoring and the support of a fully staffed call center. O E t c.� r Musco's Light-Structure SystemT1 performs a in real world conditions for25 years, guaranteed. We Make It Happen. Packet Pg. 127 r 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. OCCO mus We Make It Happen,. ww.musco.com mail:lighting@musco.com j 11,i'i,i:c l .11 44 � I11111itf111;111111[I1�1 ' v- 7. ^1T rf Retrof it - Lighting Solutions Musco's TLC for LED"Technology CCGO mus o - We Make It Happen 4.C.b m N .L Z L- N � a1�_ C O C cC V L O V L r O V �. N �. . 71� O u E Q _ L xf - � �e 0 U Y c - - y E - v -- r Q a h 40 $ 4 - Packet Pg. 130 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 m The whiter and more uniform distribution of TLC for LED improves visibility for players and fans. N O z Total Light Control' Our patented glare control technology preserves darkness around fields like never before. Q rn c Improved Efficiency z We've helped retrofit customers reduce energy consumption by as much as 80 percent. LM d Long-Term Parts and Labor Warranty No worrying about maintenance,or paying for it,for anywhere from 10 to 25 years. O c M .. U L O V L O U N O O "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 E spots on the field,and our light levels blow away Major League standards." L -Randy McWilliams,Senior Director of Engineering a San Diego Padres a c U Y c d E t 00:0 Q mus We Make It Happen, Packet Pg. 131 4.C.b 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 o structural assessment of your current lighting, 5 - and our retrofit solution will include a new wire Q harness and new,custom cross arms to ensure structural integrity and long-term reliability. J N C O A � C cC U L O V L r O U N O 7 O v N 7 C d E d i d I L Structural Analysis — — — — — — — — a L -To determine integrity of existing support structure 0 U Y v r Q Packet Pg. 132 4.C.b 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 z •Factory wired,aimed,and tested Q rn c •Single aiming point for fast,reliable installation z aM J N Wire Harness `o •New factory-built wire harness M U •Custom made per pole length and `o luminaire configuration L •Ensures no exposed wiring and solid c connections with quick connect plug-ins v Electrical CM Component Enclosure 0 •Located remotely for easy access S o •Houses major electrical components 2 •Factory wired and tested,with surge protection d and fusing for sensitive electronic components E m m L Q L d C� G a c Y c d E In addition to retrofits,Musco t . provides industry-leading sportslighting solutions that are complete and newly installed at stadiums, c� fields,and arenas of all sizes. Q Packet Pg. 133 Better On �Fteld L 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. asp x�+c :ePS�N!3�4;1 i%=REF'1 r m �y „This is my2 5th year in coaching and this is far and away r' the best lighting 1 have ever seen at a baseball stadium. We feel like Plainsman Park now possesses the best lighting - ' �. , system in America and that is a big deal to us." T35 � ;" , Butch Thompson Auburn University,Head Baseball Coach e` 4.C.b 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 N from the previous lighting equipment 0 Z •Make the experience at one of college Q baseball's best stadiums even better z The Solution o' J •University project leaders visited two other college stadiums to observe the performance of different LED lighting iY c •One featured Musco'sTLC for LED'technology,while the 0, c other had LED fixtures from another manufacturer 0 U L •Auburn chose TLC for LED with BallTrackerTm technology,which proved far superior in player visibility and reduced glare L 0 - The Result •TLC for LED luminaire assemblies were successfully N o - retrofitted onto the stadium's poles 0 •Playability has been significantly enhanced and glare has been virtually eliminated c w` •Musco's system technology ensures long-term reliability, a) and its long-term parts and labor warranty means L no maintenance concerns or costs for 25 years Q ham' L d C� G 3 a Cot i i� " y g Y Energy cut by $� 78 $158,917 Q metric tons :C­ f the mad for maintenance43 /o reduced CO2reduction cost saveduivalent (25yearsl �• rEl • Hear from the coach and university staff,scan or visit n www.musco.com/news/auburn Packet Pg. 135 4.C.b 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 N field's elevation atop a four-level parking garage 0 •Maintain existing light levels and improve uniformity Q on the 85,000-square-foot multi-sport field z The Solution J •When the original manufacturer failed to resolve neighborhood complaints,UCCS reached out to Musco c 0 •Within days of receiving the call Musco's engineers k � and project managers were on site v L 0 •A customized system featuring TLC for LED'technology was designed and retrofitted onto Alpine Field's existing 90-foot poles 0 t� The Result ti •Glare in nearby homes was virtually eliminated,dropping Q from 80,000-90,000 candela per fixture to 1,000. 0 rn -The system maintained the field's existing 30 2 footcandles and greatly improved light uniformity c m m •UCCS solidified its positive relationship with L homeowners in the Colorado Springs community Q L d C� G Q gcot J:m�,(,nt� �nergy cut by 15.1 , 00p 7t�ct55Carsofftheroadforance53 /o reduced yt saved(70years) Oyears) Hear from the neighbors and �• university staff,scan or visit www.musco.com/news/alpine .. Packet Pg. 136 • TM tal 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. L "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 Efficie 1� • 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 - - - ------------------- --------------------------------- �r - 4.C.b 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 m N •Reduce glare from spilling into the surrounding area o while maintaining light levels on the field z Q The Solution •Musco's TLC for LEDTM technology using two z custom-designed lighting systems LM d a� •Light-Structure SystemTm complete from foundation-to- iY poletop was installed on one side,with SportsCluster 0 System'retrofitted on the roof-mounted structures c 0 U L •Took advantage of a $50,000 public utility ,o incentive for energy savings 0 L The Result •Energy consumption was reduced by 57 percent N compared to the previous metal halide lights o •A much whiter and more uniform light on the field with uvi the virtual elimination of glare and spill around it c d •Efficient scheduling and system management E am with the 24/7 support of Control-Link® L IM Q L d C� G a g W *i sY Y Energy cut by 84 178 $158,917 c 57% metric tons car. heroadfor maintenance reduced oneyearCO2reduction cost saved E (l0years) equivalent (10years) V Q Packet Pg. 139 4.C.b Ken Pridgeon Stadium Houston,Texas,USA . I I The Challenge • Eliminate maintenance hassles and costs for the school district • Deliver a solution that would reduce operating costs through improved efficiency and maintenance a� • Help position Cypress-Fairbanks Independent o School District as the first all LED lighted high school athletic complex in the country Q c The Solution •Musco'sTLC for LED'technology was retrofitted at the stadium which was built in the 1970s a� •Solution included 10-year parts and labor warranty o c •Included guaranteed light levels for the duration of the warranty j L 0 The Result •School district will save more than $148,000 over 10 years between the elimination of maintenance costs and energy efficiency v ti •Will reduce CO2 emissions by 721 metric tons over the next decade 0 •Eliminates the hassle of re-lamping and having to budget for maintenance expenses for 10 years _ d v y m L Q coz i Energy cut by 721 152 $43,861 Q metric tons Ca ffthe dfor maintenance G 63 /o Y2CiUCed one year Cot reductio cost saved II♦ (l0yean) equivalent (10years) V Y d E In V one year alone • +�+ Q Monitored and Taken more than Traveled enough mile2 " • lights on • offremotelyfor questions andhelping more • games and events -I Packet Pg. 140 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. : . � G- � . . � _ _ - - - - _ - _ 1 4 "We're going from a maintenance agreement that was changing out �T 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 park ESitriN surear .- .. -x•- .a-�'•� .. F T T _.[ r• Petco Park,Home of the San Diego Padres ':' ' •r' -' f LakePoint Sporting Community,South Campus - '�� —San Diego,California,USA ,. ; �� —Emerson,Georgia,USA Amp-NNW, 4 �� r.r_.•:� �ems- n _ Kent-Stein Park - Seminole County S Corr Muscatine,Iowa,USA —Sanford,Florida .t I Steve Cox Memorial Park Waukesha North High School -� —Seattle,Washington,USA —Waukesha,Wisconsin,USA _ ----- -- --- Packet Pg. 142 V36.s .r 1 I � University of Alabama,Sewell-Thomas Stadium New Milford High School —Tuscaloosa,Alabama,USA —New Milford,Connecticut,USA T 77 TT �. 7T ---mj� 1i =ti iplex 77 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,Color-ri- 11CA Packet .g 4.C.b A N O t r� 7 Q C t J N C O C O U L O V L O U Unequaled performance N for your budget,1 • 1 O V to 7 r C d E d O L Q L d C� G a c U Y c d E t v r r OOOO Q 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. Packet Pg. 144 � •.��•fA iff �rnF 19 - i aSdS si ti!e�! ,,. az�r7 ,}p.�M1� rr.-Y.. �. %!' - �rrwtiK!Wt *•a}.'t�' f .i r sly t. ' ' + � - r- tk •+ram jrb IRpr :r if 4Yi .:,t- __ IL. _ •,Y� _ ■•,y �' 3 i� ON IF Packet j4 1 1• A► w ! ' • 14 �. IV Il - # ` 14L �� 40_ F k { � j4 SIR►', ` t1 ► 1 :. IMF- Ilk et . Alt fir- - I'�.i •I .. _ �- _ - 4.C.b 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. ' Y At Musco,we've applied more than 40 years of experience in light and glare N control to develop ourTLC for LED''--a revolutionary innovation that realizes the z Z potential of the LED source in ways non-system fixtures simply can't. ' Q Virtually Eliminates Glare W(V4W1� Patented light control technology virtually eliminates glare from LM 1 impacting players,spectators,and television broadcasts. d a� Improves Energy Efficiency c Indoor venues,which use lights for thousands of hours per year,dramatically reduce energy 0, consumption to the point where those savings ultimately pay for the system itself. M L 0 Enhances Entertainment Experience fX W Integration with DMX boards helps arenas take the entertainment c experience for players and fans to the next level. �j N Backed by a Long-Term Parts and Labor Warranty No worrying about maintenance,or paying for it,for anywhere from 10 to 25 years. 0 0 "Musco has delivered. The LED installation was on time and within budget,but most E importantly has provided a product that will undeniably provide an improved viewing a experience during Carolina Hurricanes hockey and N.C.State men's basketball games." a -Dave Olsen, Executive V.P.&G.M. of PNCArena a c Y c d E t 0000 mus We Make It Happen, Packet Pg.147 4.C.b 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 o z •Improve playability for athletes,while improving Q visibility for spectators and TV broadcasts c The Solution a� •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 0 -The new lighting featured Musco's SportsCluster®system with TLC for LED'technology with patented glare control V L 0 •System solution with lighting,structural,and electrical components and interface capabilities with the arena's DMX control board v The Result c '0000ft*%� Light Control Glare throughout the arena o was virtually eliminated,creating astage-like atmosphere for players and spectators c Improved Broadcasts—New special effects E lighting possibilities were created,and HD L broadcasts were enhanced with the system's Q ability to eliminate the"flicker"effect ar ML N M Energy Efficiency—Energy consumption was cut i Q 60 percent,and a 10-year parts and labor warranty �F C eliminated maintenance costs for the next decade 1 ; - c M Q x• it - Packet Pg. 148 NTLr 000 vow ' s�- 7. OA 44 M. • 11 r, rggr ? _ , la J. ' Ilk # 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 l AML-%UPERAMEF::- 3�IE �1tu9C�EliuNL 'RIPFi�S . AW zip I Imt ,, # Pg ! PEP---- Packet Pg. 150 i 4.C.b 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 N NHL's new light quality standards,as well as the o lighting needs of concerts and other events Z Q •Improve the arena's energy efficiency and enhance the entertainment experience for spectators and TV broadcasts z aM :k '+ The Solution J as •Project leaders at the Xcel Energy Center partnered with -a Musco,which has installed its LED system technology ► -- - at an impressive list of NHL and NBA arenas •Musco installed its SportsCluster®system with TLC for LEDT" L 0 technology featuring patented optics and glare control F� •System included lighting,structural,and electrical components designed to work together and was v retrofitted onto the arena's existing support structures N 0 The Result c OVisibility—Musco's TLC for LED technology i virtually eliminated glare from affecting players and spectators in the arena - - E Special Effects—Color-changing L fXluminaires and interface capabilities with Q the arena's DMX control board created new a`) special effects lighting opportunities Energy Efficiency—Energy consumption was cut C 63 percent,and a 10-year parts and labor warranty Y eliminated maintenance costs for the next decade c d c� r `5 f! l � Q � r F ` i r Packet Pg. 151 4.C.b 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 N `o z •Improve energy efficiency and the quality of HD Q broadcasts,while eliminating maintenance costs vk blon _ c The Solution a� J •In partnership with other contractors the University selected Musco,which has installed its LED technology at several major college arenas c •Musco installed its SportsCluster®system with v TLC for LED'technology which was retrofitted c onto the arena's existing support structures L •System included lighting,structural,and electrical c components designed to work together and was custom- �? engineered to meet the needs of several indoor sports N 0 The Result o Visibility—Glare at the McKale Center was virtually lwt A,40 = eliminated,improving playability for student- athletes and the viewing experience for spectators _ Better Broadcasts—Light quality for HD lee- broadcasts was significantly improved,along with new possibilities for special effects y lighting creating a stage-like atmosphere , f° Q Zero Maintenance—Energy consumption U was cut 60 percent at full power and 80 Y percent with dimming controls,and a 10- year parts and labor warranty eliminated z maintenance costs for the University r r Hear from the coach and Q _ universityr� Packet Pg. 152 5 — — al j' WELLS je F - • ��i f 1 1 T � o i L'�±; R + r r,.r.ar.� .ura• . •?'�?A' T^ham f ` r L4 - v_. #t 'r Yki Ji * if +T r 'f+ •* y. Y ti w4t ��.+Ii �r�a: .-wt ca 'r` �� '` "��' ' } _ ..� i,' y tr + R!�i t#� �, `- ' �' •`ff r t POWERING THE WILDCATS • a d: AW "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 r - f - IL -1 - ! r• k �q�j�yy� r V .,, V,4111".14, AMA kip" NAM RIM 4 ' V4 IN as Nei Via-• a"' - i 1• �f�i L 7-M IN -•rf � ��rt'��'" �� �� { .o'er Y r1��,���" �. ����.� • t i 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 N •Ensure long-term reliability and eliminate C maintenance concerns and costs Q The Solution z _ - •After having Musco's LED technology installed at AT&T aM J _ Stadium the organization again decided to partner with the company for the practice facility project •Musco's SportsCluster®System with TLC for LED' C technology was installed at the Ford Center at the Star v L -The system technology easily adapts to the J° -- — - facility's unique architectural environment,virtually eliminates glare,and is energy efficient c U The Result N OVisibility—Musco's patented glare control technology delivers a uniform light to the field while virtually eliminating glare from impacting the players _ c Energy Efficiency—Energy consumption E m was cut 56 percent compared to typical L - metal halide equipment,and CO2 was Q - reduced by 502 metric tons over 10 years +; Cost Effective—Musco's 10-year parts and a labor warranty eliminated maintenance costs, o c) and the 10-year cost of ownership for the Y Cowboys was reduced by more than $144,000 d E z M r r Q Packet Pg. 155 Amok- dW = - — Sap. 41W vi TM — �-- Michigan State University, Munn Ice Arena East Lansing,Michigan,USA Light:200 vertical footcandles (2200 lux) +6006 Energy: 70 kW-79% Operating Cost: $7/hour Kansas State University, Fr +. Bramlage Coliseum Manhattan,Kansas,USA Light: 125 vertical footcandles (1250 lux) Energy:25.5 kW-64% Operating Cost: $2.55/hour z 4, t _ 1 r� } • 49 .77 �or `. • �Rr �: 5 5 I MBjh 3� W.�X` 1_q Wd 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 Austin,Texas, USA '# Light: 125 vertical footcandles (1250 lux) +67% .y t # Energy: 74.9 kW-38% - Operating Cost: $7.49/hour I i 1 Jig- , r .. '•A 2 r:roll a J. y ' -y_�i14�` Y'..�: _: ..`•`tS' fS %'s _�•X �f°�+�': .rr.���" _ �""- 'fir"-..' � - ^' _ ' r� . � '; - � C- Moir 1'r ,��• L 1 i; - ? - .J .4 { :5r a` ° ,�r,y -iL _ rt4�.4 r • ry - LV AT&T Center491 IL ,Y • Home of the San Antonio Spurs �`� P � ' } San Antonio,Texas, USA s � �� W�I ' + • Light: 145 vertical footcandles (1450 lux) Energy: 124 kW-78% Operating Cost: $7.24/hour s►c n V YL Golden 1 Center — .- Home of the Sacramento Kings - YmET UWN MM Sacramento,California, USA �� + I Light: 145 vertical footcandles (1450 lux) Energy: 72.4 kW-76% Operating Cost: $7.24/hour 071 ex_ ''f.'. =�yS'r yf � .,}. -, ��.�, �'R".wr .• r.}_ .f.• ''yyS F,..` i ..=u I qF pol bwn— Packet Pg. 158 FA woo 1 PNC Arena — • Home of the Carolina Hurricanes Raleigh, North Carolina, USA i 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) Energy:439 kW-82% # Operating Cost: $43.90/hour _ i~ J. ,ter c gym.- .. 4.0.b.b ■ LO rn c z a� J N 2 C O C O U L O V L O U Unequaled performance N for your budget, for the environment. O V N 7 r C d E d O L a L d C� G a c U Y c d E t v r r OooO a mus We Make It Happen. WWW.MUSCO.COM e-mail:lighting@musco.com 02015,2017 Musco Sports Lighting LLC-M-1767-enU5-3 U.S.and foreign patents issued and pending. Packet Pg. 160 Musco Control Solutions 24/7/365 monitoring and support Control-Link. control and monitoring system Show.Light'" entertainment package • Babe Ruth Field 2[Color] • • _ Packet � y 4.C.b How can controls enhance your facility? Making Facility Management • = Remote on/off scheduling for easy control from anywhere Easy Since 1999 xett�6luM R.n..tlen F.clllry �� t i.r.�•.ae�. P. The most innovative solutions are developed in response to real-world problems.In ❑ Dimming(3 levels) N • saves energy for practice and other activities L r1999 Musco introduced Control-Link®as a first-of-its-kind light management system • • a 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 c 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 R for many of the largest stadiums in the world. add excitement to events 0 CU U Anytime,Anywhere...Control-Link management tools allow you to access and o ❑ Color accent option manage your lights instantly,from anywhere via a cellular internet connection. to highlight poles and other structures - 0 A Real, Live Voice...Control-Link Central...team will monitor,schedule,and help U ti manage your lights 24/7/365,and a real live voice will be on the other end of the Custom-choreographed light shows c precisely timed to music phone when you call. I ! 0 N 3 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. L a� a _ - L d • C _ - a 0 M 5.8 million 3609000 schedules managed calls fielded to assist and monitored by our customers last year Control-Link Central— • � • • Team last year • ' • • ' a ..... — z Packet Pg. 162 4.C.b 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 N lights are only on when needed, keeping neighbors and System monitoring 0 taxpayers happy. Because more than anything,it's about alerts Musco of any issues a your peace of mind. r Includes Musco's management tools— The Control-Link system provides comprehensive user securities,usage tracking, z Enter schedules up to 10 years in advance. � scheduling assistance,system monitoring,secure facility status dashboard,and reports J password-protected access,automated equipment a, Control•LMK'Control System Includes Control-Link Central'"'support controls,and valuable usage data. ��_<i: r team—available 24/7/365 Humn u,<c ii••:e:� ra�iliiy Weoveein e, R.pe.0 Aiein Hnly Lou�u[ " Flexible and Reliable...remote scheduling and controls mean no more staffing headaches,tracking 9wgy U.d M 611 F.dlAy.l Lacey Fah aarnold: J $ar.ya vnz. O U multiple sets of keys,or late-night hours being on-site `"' " ' , ^ 'M ;' 0 ,o to turn your lights off. _ U ; wr[`"Oq..corm r;,w....n i.nnr.. c,,�'°'a.c., '_•w r��� _ - er�>��Fra�l7'S �■ � f�.._ ]� _ -..� � 24/7/365 Monitoring...our Team will monitor your o U r rs.•.r....w - a� [ew�..+ ed araan o.o.,xa. oo.wa iq1:_' - - systemsperformance at the luminaire level,so if an issue arises we'll likely know about it before you do. .„ -- ti Dashboard tracking allows you to seethe operation and service status of your fields. Better for Your Budget...automated operation of __ o your lights,as well as three levels of dimming that come standard,will reduce ener consumr�Lion and cut MustoConlrol-Lhllsua•ge Report(Auto only) 9Y p 8y Faoilily.F1e1d _ }; staffing costs. usage Tlype o�9t Usage — !: E Data You Can Use...we'll help create usage reports summa Facill Total Hours Saved Facifil Total Aulo Hours Usage from E rl and analytics for your facilities from the extensive covey 119:50 �:� Q Nntiar 6413 29'46 - i data we store,which will help improve operational GarlandRarkiel 49[48 a� Herschel F1eld 258'47 26105 N !C efficiencies and future planning. Total: 484:18 Ts:Ss sumntalry by Facllit,Fleld Q Total Hours Saved V Facililr Field Total Auto Hours U$a9e from Early Oils Y CovABy BgSghall 63_04 17:06 Cowley 6aske[hall 49:46 0-00 Control-Link Central database stores usage data by field and user group. t U ""In th e p as t,a ligh t co uld've gon e out and our guys wo uldn't see it for two to th ree weeks or un til a whole pole went dark.Now if one light goes out we get an e-mail notice immediately from Musco's Control-Link Central." Chuck r Q Vones,Parks and Recreation Director Pembroke Pines,Florida 4 Packet Pg. 163 4.C.b Show-Light" Big Time Light Shows at Hometown Fields Entertainment Package 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 a� 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. Q 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 a, shows. to highlight poles and other structures C 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 v through the entire game night experience. — Includes Control-Link Central''support 0 Plenty of Options...you can choose from Musco's team—available 24/7/365 Optional color accent lighting highlights r_ library of light shows or work with our design engineers poles or other structures. — o to create customized shows and scenes. See West Des Moines Valley High N _ v As Easy as a Touchscreen...you'll be provided an _ r - ❑ ❑ School'sQ v, industrial grade 15-inch smart device with touchscreen * ,,,,,,••w 0 .. o to start and stop shows,select dimming levels,and adjust 3 Optional accent colors. � T T T I T T I T � ■ Reliable and Versatile...your light shows will be E stored on site and backed up at Control-Link Central'' {Bills" ' i a� data center. Q L d Color Changing Technology Option...by adding Optional color changing luminaires you can enhance With optional color changing luminaires you can choose Q shows with pops of color,color wash,or accent lighting. from over 100 color options to show your team color, G highlight special events,or enhance light shows. Y C d E z people • has answering the phones and t� adjusting the schedule are the most . and a_ r accommodating of any phone service I have ever called They are always extremely friendly and professional,the service could not be better."' Mark Bugg Sitka High School Ak Packet Pg. 164 �. ii 4.C.b Show•Light+TM Take Your Light Shows 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 0 alerts Musco of any issues 3 Light and sound shows that mirror what's seen at the Q biggest and best professional stadiums. Predesigned light shows add excitement to events a� The equipment you'll be supplied with,and the light Musco's field lighting shows can interface with your separat ber J shows it will deliver,are exactly the same as what we show features,such as pyrotechnics. Color accent option a) provide our NFL,MLB, NBA,and NHL customers. to highlight poles and other structures c Light and Sound...in addition to the Custom-choreographed light shows preprogrammed light shows from the base �'� "'wi' precisely timed to music ti Show-Light package,you'll get three shows �" o with lights synchronized to your music for an Includes DMX controller and cue server amazing visual and audio experience. Includes Control-Link Central"support V Easy to Use...for each light show Musco's design team—available 24171365 engineers will align lighting cues with audio files c played through an on-site server,you just start and stop the shows with an easy-to-use touchscreen rim c°� device. -�.:� 3 ��. in action. Streamlined Solution...if you already have a DMX system,Show-Light+equipment will act as a fully integrated extension of that system. �Q92Qg4��" a, Q Light shows are operated via an easy-to-use touchscreen. - ca Q fan reaction / been great. • • • / U to be as much of an entertainment vehicle as I do fireworks / stretch, when we hit / home run, when we win the game. • • /y loves it, v bdo particularly Ike the lights flashand dance to the music." 4 Sam •e,President&General Manager ` \ It r. Iowa Cubs Musco's light show programming specialists will custom time shows to your music. Packet Pg. 165 4.C.b 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 WirelessN and monitoring for the system. Electrical o distribution Reliable Installation and Operation...no added communication cable installation costs. Lights may be scheduled panel ° Control and Q remotely or operated manually on site with a key switch. monitoring , a� 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 J' execute and to provide assistance. Powerline Communication System- Usessupplywiringforcontrol commands and monitoring feedback C 0000 U L O •' L _ - N •• • •� O • Digital antenna— C) __ •. N i 'i�i.�.... Transformer or E �•f ��� a Electrical panel Ground d � ° Control and � monitoring � a r E MCI c� to r 1) Enter schedules at your convenience 2) Control-Link CentralT"'data center routes schedules, 3) Schedules are stored on-site 4) Equipment is controlled 5) Continuous monitoring a 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 Packet Pg. 166 t Unequaled performance . . for your budget, for the environment. ."R�; ���;.,,11``��,,, .se:�!�' ���p'' ��"''F�.'IY.i, Yy:�'+�.,I• ;��nrr�n�;�r�.l,:,:'•• ':�:' ,' . - � •�'yf.: ::•.I'JV`j;S.�Y �J� ��,i<�:�.• � ..y„ V.{',.�;'!';j.• �5,.� 1t'fr:V 1•.r '1.'�.^ f.t .. '•'A.�• '•'r.'1�p� f]��{ V& llII xi�''iy +n�.•J� i�4 G,NRV, �V� ,T�'r.�n.Lri'.5 =1}'��i.'. •i 4. ' � ��'i!�•f .';f"- .t'Tl.-:�s.li i.l•M 41 ,.,,��r. 1:•}M•a- ti�5''�"1:,•.is:^�i.•'} r,l 'l�•.S�y��v,Y.+ t 1�":., �rJ` ''1�•'�- .r i�+i jE':r.?i�I��"?^:H'�}�'�• �'M:i ,rf•1"•2 1:..1/ yy}}•iN 19;,1Lr.1f!�ir+;+<,i.'1�':�;'F��..,;��. r�[.'r��✓(.r.�' I. �4' i6.�'1u�,�1}! .�k11.� - •xq i(l;>•Ci,' .�� •I�.,,'er...,,. .1,. � •5 - ��•' }i.' �i4J���1 Y y, ,}4''.fY.i •'^'�.1 .1�5 r,�, 'IFp VVy�i�'?. �"F i i�• ,a• t 7 �l 'r•i.r. .n, .7'% ••- . ''iY 1�' T .1�;1. ;iG'hry ..t•: r' i r :4 ry.. •r :n �?i,:r•;, J . ..iy..; r[ �y G �a - +, ,r '•rye •r •a M�L. ! Ta y it �A gy�pp,, i� �• [' r •.a - 1 r'ce 1� Y j. mus!Wti 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 Mini-Pitch Systenfm MODULAR SPORTS SOLUTION 01 L f e� " Lwow ® 0000 mus o SOCCER FOUNDATION We Make It Happen .: 4.C.b The Mini-Pitch System" modular sports solution has an innovative, all-in-one design to help communities create aw fun and active play spaces by revitalizing public areas. fit Created to assist the U.S.Soccer Foundation in providing safer places to play the game,the Mini- Pitch System is ideal for transforming abandoned , courts and other underutilized areas into places where a� children and families can come together in the spirit -j 0�0 of teamwork,empowerment,and physical activity.The 3ull 7, r system supports the Foundation's It's Everyone's Game ��� �• ° `"' movement to ensure that all children have access to v the game and its many benefits. �p Complete o The mini-pitch comes as a modular system complete v with lighting,fencing,goals,benches,ADA-compliant N 0 access,and lockable storage. 0 Convenient Assembly can be done by a three-person crew in approximately 16 hours. E m m L Customizable a L d You'll have options on the size of your pitch and ,ten custom signage.Acrylic surfacing is provided and can be color customized. G U Y c d E t v r r Q Packet Pg. 169 4.C.b T .�. —JL . row --, ■ 01 — f w J L -mow L U �I y � � N O v N 3 _ C 'r - d d al AW L C� C Q Y c t v r Q 3 Packet Pg. 170 4.C.b Lighting control syt' i 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 N L • Factory-built,wired,aimed,and tested. 0 .r Q • Fast,trouble-free installation. a� c • Rugged reliability,designed to be long-lasting in all weather conditions and atop all surfaces. a� • 10-year warranty covers all parts and labor. c 0 TLC for LED' Lighting L Enjoy the benefits of the LED sports lighting ,o technology of choice at venues around the world. L • Custom optics create a more uniform distribution v of light for better visibility. ti N - O • Patented glare control preserves darkness around your pitch,keeping neighbors happy. r M • Instant on/off and energy efficient operation. m Control-Link' Service �' ►►\N■l• Q Your system will be supported by Musco's Control-Link control system. lli000 a • Manage your lights instantly,from anywhere, ,►� Y with a touch of a smartphone. ' c m • 24/7 support from the Musco Team includes troubleshooting and scheduling assistance. Q • Get a real,live voice on the other end of the Galvanize eel phone anytime you call Control-Link Central" and struc- service center. Packet Pg. 171 Energy efficient,neighbor TLC for D° lighting goals �,pi�llllll, - ` 191Pcm • storagepop Lockable p PEN 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. 4.C.b 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 N 12mx25m 50ftx104ft o 15mx32m 60ftx120ft 18mx36m Q a� C t aH J N C O A C cC V L 76 ft x 84 ft '° 23mx25m U ca L r 96 ft x 104 ft O 29mx32m U 116ftx 120ft ti N 35mx36m c 40 ft(12 m) 50 ft(15 m) v 60 ft(18 m) O 120 ft(36 m) V 120 k(36 m) a(_ to 120 ft(36 m) 3 40ft(12 m) M 50 ft(15 m) ++ 104 ft(32 m) 60 ft(18 m) C d 104 ft(32 m) 40 ft(12 m) Lt_ 0) 104ft(32m) d 84 ft(25 m) 50 ft(15 m) 60ft(18m) ��I Q 84 ft(25 m) ate+ to 84 ft(25 m) Q 0 U Vol C m E t v Sunrise Park,Pleasant Hill,Iowa,USA ���tr�r�r+r�prr r ■ Packet Pg. 173 i _ _ --- City of Des Moines,Des Moines,Iowa,.USA w _ J11 7 1 • 1 • f \ N ■ / ■ Packet Pg. 174 -�-f !� • � 'a'se e�+a,�J�dI�A�R�l���8��+1.d�a�q7+ 1. �l •b Capitol Hill Middle School,Oklahoma City,Oklahoma,USA i - f . 1 1 � 1 1 1 I r r 1 i* 1 j r r - 1 r � Y 11 appen, e-mail:lighting@musco.com e-mail:info@ussoccerfoundation.org 02019,2021 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 Simple TM Simple • Reliable • Cost-effective Tk all a! - -- .... r � � � • a4. 1 JI �%w,wa� it MUSCOVISION T. Automated Sports Broadcasting 4.C.b 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. a� N Capture-Complete system in 5 Easy PiecesT" O3 o Z • Includes camera,structures,and electrical-foundation to poletop � Q • Factory assembled,wired and tested for reliability-UL Listed rn • Saves installation time and assures compatibility E z aM J (D 0) C O �dtd Cohhectioh O �ata Jq L O V N O O V 7 C d >_ i d d Q L C� C Q U Y c Produce- Built-in intelligence automates production • No on-site staff needed r • Detects game play and starts the high definition video stream Q • Knows how each sport is played and selects camera shots based on game action- emulates the sequence and cadence of a national broadcast r � r s� Center Field Backstop Center Field Backstop Packet Pg. 177 4.C.b Hometown sports broadcasting made Connect-Custom-designed communication system • On-site network designed and supplied by Musco N • Customer provides internet to the site `o z • Schedule broadcast from anywhere via phone,website or app Q • Monitoring and support provided 24/7/365—always ready to play rn c W z P J ❑�.i `❑' 0) Scan .. �, c U L O V - - - - C MuscoVision in action M U N O O MORIN N 7 �.i C d O L Q L d N Diamond •• M CAMERA SWITCHES BASED ON solo U C d t C� r Q 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 Packet Pg. 178 — - _ Y � r ir V All got i 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 Occe mus JS2�' We Make It Happen, ©2020 Musco Sports Lighting,LLC U.S.and foreign patent(s)issued and pending-M-3836-e EXI 4.C.b Musco's Controlsi Lighting Services Teams UNEQUALED. ACCESSIBLE. KNOWLEDGABLE. ACCOUNTABLE. Over 160 team members dedicated to operating and maintaining your sports lighting Control-Link CentralTM • (877) 347-3319 www.,-ontrol-link.com • schedule@musco.com • FAX (800) 853-8847 m • Staffed 24/7 with several easy ways to contact us ^' L • Trained operators provide scheduling and reporting assistance and one-on-one phone training 0 • Conducts proactive nightly tests to assure your control system is operating properly, even when the lights aren't in use Q • Easy access to field usage data • Field operation monitoring 0 "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." o —Mike Mason, Control-Link Manager v L 0 Lighting Services Team • (800) 825-6020 warra ty@musco.com • FAX (888) 397-8736 f° r - c • Trained technicians specializing in sports lighting provide field maintenance,warranty work, U consulting,and temporary lighting ti • Regionally based to effectively provide lighting services in every state plus a network of over o 1800 contractors v T Ongoing field inspection program 0 "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 E field. . . often before you even know about it." L —Jeff McNulty, Director of Field Operations a L 0 CC0 y C Q 0 r � Y _ m s — E t 4 U . � Q 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 I Packet Pg. 180 4.C.b D. Light-Structure TLC for LED' Poletop Luminaire Assembly7 N 5 Easy PiecesTM a Complete System from Foundation to Poletop T h Factory wired,aimed,and tested (D Fast,trouble-free installation O Comprehensive corrosion package Wire Harness M Integrated lightning ground v L O W V L _ O U n N O v Electrical Components 3 Enclosure E d i i a1 1� Q �\ L CM C Galvanized Steel Pole o U Y r _ E t v R r a 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 Packet Pg. 181 4.C.b 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. N Features o Base • Set pole on base in 24 hours • Tapered upper section for slip-fit steel pole ��— d � t • Access holes for wire entry ° J • Epoxy-coated ends prevent water intrusion W a� ° • Lifting hole accepts load-rated steel rod provided by Musco c ® 0, Integrated Lightning Ground System F1 • Complies with NFPA 780,UL 96A,and EN 62305 standards ci when installed per Musco installation instructions p 0 �I • UL Listed,Class II Lightning Protection, j file number E337467 0 • Tested up to 100 kA by independent laboratory V • Steel pole interfaces with integrated grounding system by c means of the pole grounding connector 0 2/0 AWG crossectional area of 67.4 mm2 grounding g rn electrode conductor Concrete-encased grounding electrode 20 feet 6.1 m g g total - c len th /2 inch 12.7 mm diameter m g Technical Specifications Base dimensions vary.For measurements refer to project-specific Q o Foundation and Pole Assembly drawing. a; 0 Construction Q • Spun concrete construction U • Prestressed steel vertical strands and coil spiral for Y strength throughout base c a° • Minimum design strength is 9500 Wine(65.5 MPa)at 28 days s ° • Meets ASTM C1804 design requirements10 r Q i 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 Packet Pg. 182 4.C.b D. MENEM 5 Easy Pieces"TLC for LED' - Precast Concrete Base Wi reway Pole grounding connector Pole ID li 1 d 1l N Steel pp Tapered upper reinforcement r p section for slip-fit steel pole Handhole 0 O Lifting hole J � ' U 0 Grounding electrode c�a conductor c U Compacted c dirt fill top 2 ft(0.6 m)` O Conduit rn adapter plate 3 Wire access hole Concrete backfill* m E am Integrated m grounding electrode Q `m M Q U Y c d s v c� r Q `Standard pier foundation shown.Foundation and/or backfill may vary per alternate foundation design. OCXDO 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 Packet Pg. 183 2 4.C.b D. 2 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. Ii \� Features N •L • Slip-fit connection allows pole assembly with come-alongs s • Built-in hardware for attaching electrical components Q enclosure • Wire access from inside the pole(no exposed wiring or S o conduit) • Shipped in sections for easier handling J • Labeled with pole identification for location on field -a I, R I Technical Specifications 0, I Pole dimensions vary.For measurements refer to project Lj specific pole configuration drawing. o I I ++ Construction • Pole designs comply with all major building codes c tU • High strength,low alloy,tapered,round steel pole • Hot-dip galvanizing inside and outside after fabrication o meets ASTM-Al23 and EN 1461 standards • Conforms to AASHTO stress standards and BS EN 40-3-1 N • Grounding lug—rated for aluminum (AL)or copper(CU)wiring • Pole shipped in sections E II • Stainless steel fasteners passivated and coated • Material certifications are available Q �I L I� y Quality Assurance Tests N • Bending stress o • Minimum galvanizing thickness V Y • Straightness measurement d E s c� r Q 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 Packet Pg. 184 4.C.b D. MUMME 5 Easy Pieces"TLC for LED' - Galvanized Steel Pole N L 0 t r Weld mark to identify — field side orientation J N ° Jacking ear .a G' Wire harness strain relief provided on poles 80 ft(24.5 m) 0, and taller per NEC cc tU L. 0 c� ..r c 0 tU ti N O V O V Electrical 3 components enclosure attachment bracket c m Electrical components E enclosure hub with stainless Wire access handhole W steel screw threads Grounding lug Q (inside handhole) rCCn U Y Slip-fit attachment to precast concrete base m S Weld mark to identify field side orientation Q TLC for LED is a trademark of Musco Sports Lighting,LLC and is registered in the United States. ©2005,2019 Musco Sports Lighting,LLC - M-2216-en04-3 MUSCO Packet Pg. 185 2 4.C.b D. NEI 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. N L 0 Features • Factory-built and tested as a unit Quick connect plug for easy field wiring ��— z Mounted 10 ft 3 m above grade for servicing with ladder a) ( ) g g Labeled with pole identification and electrical information w aM Drivers individually fused and spare fuses supplied • Wire access from inside the pole(no exposed wiring o I or conduit) Disconnect per circuit tU 2, Technical Specifications Foramperage draws and circuitry refer to project c Y p J specific document. v Construction 0.08 inch 2 mm thickpowder-coated aluminum • Enclosure ratings:NEMA 3R IP54 g � Ff rn • Designed to in up to 50 C Desig p ' ' )ambient (122 F temperature +; c • Full length stainless steel hinge E i • All stainless steel fasteners passivated and coated • Meets touchsafe standards Q ♦ L O • Up to four drivers per enclosure N ,I • Approximate weight 65 lb(29 kg) A • Lower enclosure size 14.25 in(362 mm)wide Q x 8 in(203 mm)deep x 52.5 in(1334 mm) high U / Y E • Upper enclosure size 14.25 in (362 mm)wide x 8 in(203 mm)deep x 40.5 in(1029 mm)high E s o � Quality Assurance Tests • Grounding continuity Q • 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 Packet Pg. 186 4.C.b D. NEI 5 Easy Pieces'°' TLC for LED' - Electrical Components Enclosure N L O t Q t T J N a1 C O C is U O w Controller L so r c O U N O O Wiring N schematics 3 Driver 0 Spare fuses E Fuses a) O Pole alignment Q beam switch L Ground bar(AL,CU)' M o Surge protection Q 0 Powerline communication p (or wireless communication)module Y (if present) r Disconnect(CU only)" Terminal blocks t t� R r "Aluminum(AL) Q Copper(CU) \J\= 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 21 Packet Pg. 187 4.C.b 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. 0 N Features o s ° • Quick connect plugs for easy field wiring Q • Factory-assembled support grip alleviates strain on connections c d • Spiral wound cable eliminates slippage a _ • Protective sleeve prevents wire damage J d o • All internal wiring,no exposed wires -a • Labels identify pole and luminaires � 0 Technical Specifications ♦ Construction ,0 ♦ • Spiral wound,wrapped cable, 14 AWG (cross-sectional area of 2.08 mm2)copper wire • Integral cable support grip v • Two wires per driver N 0 • Each harness supports up to four drivers • Multiple top connectors may be present if 0 required for number of luminaires 3 Quality Assurance Tests m • Connector/load resistance m m • High potential dielectric withstand a • Grounding continuity • Termination crimp M Q U Y c E o s ❑ r Q /\/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. Packet Pg.�18:8:] 4.C.b 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 ^y N O Cable support grip Q Spiral wound cable consisting and snap hook ' of 14 AWG(cross-sectional c area of 2.08 mm')copper wire t T J N CO IX C O C M U L W L O U n N Cable support grip I* Mid-point cable support grip and snap hook C for poles 80 ft(24.5 m)and taller (if required) v Ul 3 C d E d O i a1 Q d N M Q Enclosure harness 0 quick connector U Y Flexible protective sleeve Wire harness bottom d quick connector E t v R r a Bottom quick connector \J\= 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® Pac 2 ket Pg. 189 4.C.b D. NONEU 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. m Features o • Each luminaire is factory-built,tested,and ships as a unit • Luminaires are factory-aimed to two-tenths degree Q of accuracy a)� • Luminaire mounts and connects in a single step • Slip-fit connection allows assembly with come-alongs j U • All luminaires are factory-wired to a quick connect 'a harness for easy installation • Labels identify pole and luminaire location 0, • No exposed wiring or conduit tU • Factory-set pole alignment beam allows easy ro field alignment c� ..r Technical Specifications 0 Construction N • Crossarms and pole shaft hot-dip galvanizing inside and outside after fabrication meets ASTM-Al23 and 0 EN 1461 standards 3 • All aluminum components are powder-coated or }; anodized to mil-A-8625F and BS 5599 • Luminaire and knuckle are powder-coated die-cast m aluminum • All stainless steel fasteners are passivated and coated Q • Crossarms are constructed of rectangular steel tubing • Polecap is attached with stainless steel lanyard and securing bolt p U Y Quality Assurance Tests _= • Galvanizing thickness • High potential dielectric withstand • Electrical continuity Q 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. Packet Pg. 190 4.C.b D. 5 5 Easy Pieces" TLC for LED' - Poletop Luminaire Assembly,Weld On N L O t I Polecap � � c Lanyard ' `� t Wire harness quick connector f Bar harness quick connector 1 e 1 N 1 f C Crossarm >� i j, Die cast aluminum ,' �� ; M luminaire mounting plate `�.'��' \\ o �,' Cy Die-cast aluminum knuckle Aluminum housing ..r Aluminum spill light and p glare light control visor Crossarm V Diode light source—LED wiring N Pole shaft O V to 3 C N E Jacking ears m m Pole alignment beam ® 0 Q L Set screw U) Q U Y c d E s v c� r Q 0C^^/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, 2 Packet Pg. 191 11 .e; .,. '. .+;Y..,. ». +'. .. :e5 .,:8v2. :^.,9..,. ».. '. 'tv" :e5 r,••. :�- '. t �:er r,••. 4.C.b r( ♦J» !.. l,�,f hJ. t1,A�.,t,11JitUi� . ...... .: 1 1 1 1 Ir+♦ 1' .r,r � 1 ,l.«r1+Ir+♦ r 11 ♦ 1 t. I+Ir ♦ Iy U1 ♦ I r1 t. I+Ir+♦ 1° 1 1 I It 1 I+NI+♦ _ 1111 11 Ill 11111 rll 11 11111�il 111 111 11111 11111 11111 11111 11111�11111 111 111 11 11111 11111_.11111 111 Il 11111 111 111 11 11111 11111 11111 111 11 11111 111 111 11 11111 -111rr 11111 111 Il 11111 1111 �,JI 1� ll1 1 1111 1 1 1i 1 11 /11 1:111111111�1 111 � 111 1 1/11 1 1 1i 111 111 1:Illlllllll�1 111 � 111 1:,. /11 1 1 111 111 111(:Irlllllll�1 111 � 111 1:,. /11 1 1 Ili 111 /11(:.11/11/1�1 11/ � 111 I /11 1 1 Ili 1 11 s 111(�11/11 1-I - �I.-1111 1 11-1111�1111 1111- I -11 N-1111 1 11-1111-1111 1111-. -11 N-1111„1111 11 1 11 N 1111 I 11 N 111) 1111-11 1-11 N 1111-1 11-11 N-111) 1111-11 1-11 N 1111-1 11�1111N�111111�Illl �--_ :1111u1d.611u111auuuilllluuulalllulll.dllulllzluwul:- � 0000 TM 25 a mus 25-Year Product Assurance &Warranty Program ar _ w� Project name: Project number: - `f Owner: City: State: N Covered product(s): r Date issued: Expiration: =' Q c Musco Sports Lighting, LLC will provide all materials and labor to maintain operation of your lighting system to 2 ' 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. z v 0 Individual luminaire outages that occur during the warranty and maintenance period are repaired when the usage of any field is materially impacted. L -- c 0 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. ^`- " o Energy Consumption Total average kW consumption for your lighting system is guaranteed to be not more than the total load shown in the ry= Musco Illumination Summary. E as Monitoring, Maintenance, and Control Services n_ 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. it Ne: On-off control of your lighting system is provided via an easy-to-use web site scheduling system, smartphone app, phone, o email, or fax. Our trained Control-Link CentraITM service center staff is available toll-free 24/7. Regular usage reports are y Y always available on Control-Link Central's web site. E Structural Integrity Your project has been designed to Q Structural integrity of equipment manufactured by Musco is guaranteed. Musco has a team of people to ensure fulfillment of our product and services warranty and maintains financial Ne 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- :/11111 INIII 11111) /1111/....11111...111111 /111/ /11111 INIII 111111 /1111/ 11111 IINI, /111/ /1111/ 111111 .MINI /1111/ /111) N, /111/ /1111/�'(1111 MINI=.,11,1/ 11111-111111 1111/=../1111/....(1111 111111 1111/ 11 11 1.III 111,) 11 11-111 . 11r �...... 1r 111 ,11 1 L 1..,, J 1. 111 l.. llll:,,ll L 1.:,, J 1. all l.. llll',.11 I 1r,•,, I II :,1.1 ,114.. 1 L 11: , 116-.1111.. ,111 1 1 11 1 1111 111 llll 11 II11 1111N1 ,,1111E-'c:..NIII llll lll! INN 111 llll. 111 1111 ,111 lll! 11111 111 llll. 111 illl ,111 lll! 1111 NIY !. Ill lilll ,111 IIA 1111 111 . Ill NIII ,111 ,11! 111 1 1 ...a 1- 1N1. 1 1 Il,«r1.I„I ,Lrl� ll.«rl.rar o.;:al r,lt J hlrr r11J�1 I �✓e -1- r,lt�hyrr �r r11J�1 ire II,+rhly�Jrllt L E5 ✓trl,l,:.+�1, ,r `yrrl�Irr+�`rplt�5 J�IIr �: �I. I J�rl �r r� rlt� ✓,r �, t� 5 tka .w la't+'NmJ �1tiaZ 6N.r' tfv .1, ti1' hJJ M y +a 6.N ',m1 .� f�C.'' N.� tim1 Sl'+IS r�'• y,5,•,•;a.2>.'r'..o•,,,YJ,.e:•..I;S......¢i�:..�!.,M1;t�.,.;...u. ©2005,2019 Musco Sports Lighting,LLC Packet Pg. 192 4.C.b My 11(Vile T 1,g I immw t U t tZ 00:0 25 TM MU 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 a.EXCLUSIONS FROM COVERAGE:IN NO EVENT WILL MUSCO BE LIABLE shall consist of furnishing labor and parts necessary to restore the operation of the IN , , Covered Product(s)to original design criteria provided such service is necessitated DAMAGES WHICH INCLUDE BUT ARE NOT LIMITED TO FOR ANY SPECIAL, INDIRECT, INCIDENTAL OR CONSEQUENTIAL ANY DELAY IN 7_ by failure of the Covered Product(s) during normal usage. This Contract covers 0 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 of 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 Product(s)or components at Musco's option.THIS CONTRACT IS YOUR _J terms of this Contract and information communicated either orally or in writing by one (D SOLE EXPRESS WARRANTY WITH RESPECT TO THE COVERED or more of our employees or agents,this Contract shall control. PRODUCT(S). ALL IMPLIED WARRANTIES WITH RESPECT TO THE COVERED PRODUCT(S) INCLUDING, BUT NOT LIMITED TO, Additional Provisions IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FORA 0 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 IC c. Forthe purposes of and by your acceptance of this Contract you acknowledge U be available 8AM to 5PM Central Time,and services shall be rendered during and agree that if a surety bond ("Bond") is provided the warranty and/or L_ these same hours in your local time zone, Monday through Friday(with the maintenance guarantee provided for in this Contract and any corresponding 12 exception of national holidays).Hours of operation are subject to change without 41 notice to you.Musco will exercise all reasonable efforts to perform service under liability on behalf of the issuing surety under the Bond is limited to the first 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 0 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 U beyond its control. the sole responsibility of Musco. 111- 04 Musco requires reasonable access for a crane or man lift equipment to (D 2. Determination of Repairs: Musco will utilize the field monitoring system and d.service the lighting system.Musco will not be responsible for damage from any information provided by the customer to determine when the usage of the operating the vehicle on the property when the equipment is operated in the 0 field is materially impacted.From this information,Musco will determine needed 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 a) prohibited by any state of federal agency,Musco shall replace said parts with E you promise and assure: full cooperation with Musco, Musco's technicians a) and authorized servicers during telephone diagnosis and repair of the comparable parts and materials with equal operating characteristics solely at• 2! Covered Product(s); reasonable accessibility of the Covered Product(s); a Musco's discretion.The cost of replacement of any obsolete cellular related 0) 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 4) You agree to check fuses and to replace fuses as needed. Musco provides parts under this section. rn 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 L) 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 E 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. causes such as,but not limited to,theft,environmental conditions,negligence, misuse,abuse,improper electrical/power supply,unauthorized repairs by third 8. 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 rile 111 RO - T FIW�A i . T A .. ' i ,.. . W .. A . . ..t; . .. P; ...I11 .. . . N ItOA ,, . & k @2005,2019 Musco Sports Lighting,LLC Packet Pg. 193 4.C.b J IHIIII 1,11111-,,,,,.1111111 IIIINI ,,,,,, ,,,, INIIII 111111 ,,,,,.1111111 MINI ,,,111 ,,,,, INIIII 111111 ,,,,,,., II,IN( 1,1111 �'JIII 2 N111/ 111111=11111) /11„, (11111=lull.:,1111) 111111 (11111=,1111)./1111/ (11111=.1111.:,1111) /1111/.:(11111=,1111) /1111/'(11111=.11111:,1111) /1111/-(11111=,1111) /1111/:(11111=111111:,ot, 11111/ NIIII:,11111 /1111):(11111=111111 _ _ _ _ 0000 TM 11 mus fo r' 10-Year Product Assurance &Warranty Program Project name: Project number: Owner: City: State: N �L 1 Covered product(s): y Date issued: Expiration: Q 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 _� Zi detailed in this document. v, 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 ,o field is materially impacted. L Spill Light Control _. 0 0 If specified, spill light levels at identified locations are guaranteed to be controlled to the maximum values provided in the == N Musco Illumination Summary. 0 Energy Consumption Total average kW consumption for your lighting system is guaranteed to be not more than the total load shown in the Musco Illumination Summary. t E Monitoring, Maintenance, and Control Services s � Musco shall monitor the performance of your lighting system, including on/off status, hours of usage, and luminaire a outages. If outages that affect playability are detected, Musco will contact you and proactively dispatch technicians. N M 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 CentraITM service center staff is available toll-free 24/7. Regular usage reports are L) always available on Control-Link Central's web site. Y e � Structural Integrity E Your project has been designed to r Structural integrity of equipment manufactured by Musco is guaranteed. Q 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- 11/ 111�111 '..1111 111'llll'111 1111 111-111 1111 111'1111 111 "1111 111'lll '..1111 111'1111'111 -1111 111'lll 1111 111' 111'111 "1111... 111'lll 1111 (111 III: 111) ,111 11,.,VI I 11 1 1 11 11 111 1 I 111 11 11 1 1 11 11 111 I 1 111 11 11 1 1 11 11 111 I 1 111 11 11 1 1 11 11 111 11 1 111 11 11 1 1 11 11 11 1 1 1 11 1 i 11,. 1 11,, 11 11111 1l1,1 111,1 11111 A 1I 11 !1. 11{1. l l 11 111- IIIII 11 111. II{1. 111 11 111- .IN 11 11.-:111. I1{II. l 11 11 11- Il11 11.. 11. 11111. l 11 /, 11- 1l 11 ,./1.. 1/. 1111 1, 1, „ 1{ 111111' ..•NI I I 1 11 1 111 /111 I 1 11 1 11 I I I 1 111 1 11 I 1 11 1 11 I 11 I 1 11 /11 I 1 llll 111 I 11 I 1 11 /11 I 1 llll 111 I 11 I 1 1 , q••y,\ -1 .rM� ,,y,,1,.3rtyrl� r�5, S4�'r�yar � .�5,ry;l��rwalv..r,,J.r 5,r3;I�ir.rxlv..r,rJ 3.�ar1�'r,vE•r�ry,,l iryp,�,.ry � ,,,1,, ,�. „1,. ,�; •�, ,,•.;;. r��s��.���tien, l�S�"�e°�`'.��/ r�R�vs�,���,'�Yti n,•au�$��`��,e°�1>s•� +v��(�+���s�o,�,dSY� h �E".=h _vV .iA-_s' 3_-'h �9+ "c=-h V ✓y_ F-h '3"cp"k '— 9 _ ^. pA-sw ©2005,2019 Packet Pg. 194 /:. • 4.C.b rrr�..�rrrrrr rrrrr�rrrrrrr�lrrrrr�rr rrrt rrrr rrr rr�irrrrrr rrr rrr�rrrnrr�rrrrrrr�rrrrrr�rr rrrr rrr rr�irrrrrru rrr rrr�rrrrr�rrrrrr��..rrrrr rrrr rrr�.rrrrrr�rrrrrrr Orrr,,,rrrr rrr�rrrrrrr�rrrr�ru rrr�.rrrr�rrrrrrr rrrrrr�rrr rrr t'lrrrrr err rrrr�rrr rrrr -�r11 x rNrl rlul 1u11�rlulr llrulr=rlurr a drill:rNrlr Hnl s Init rlrHt 11u1r=nulr r r r r r r r r _ ,_ _, _ ,_t _ ,_ �,tort:rnnr �rrr�iir�r�i�r�iriiirri�iriri�iirilidri�ii�r�dduiiriulsli1�i i�irdslirin�ilr�;rrui, ,cur, r,rnr:rrrr„:trot,;,purr:tnr,r rrui, ,cur, r,urr:rnr„ ,tort;,purr:tnnt ,ir :� 0000 TM mus fo 10-Year Product Assurance &Warranty Program 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 under this Contract shall consist of furnishing labor and parts necessary to a.EXCLUSIONS FROM COVERAGE: IN NO EVENT WILL MUSCO restore the operation of the Covered Product(s) to original design criteria BE LIABLE FOR ANY SPECIAL, INDIRECT, INCIDENTAL, OR N provided such service is necessitated by failure of the Covered Product(s) CONSEQUENTIAL DAMAGES WHICH INCLUDE, BUT ARE NOT o during normal usage. This Contract covers Product(s) onsisting of Musco's LIMITED TO, ANY DELAY IN RENDERING SERVICE OR LOSS t Total Light Control —TLC for LEDO with Control-Link and any additional OF USE DURING THE REPAIR PERIOD OF THE COVERED 3 Musco manufactured product as listed on page 1. PRODUCT(S)OR WHILE OTHERWISE AWAITING PARTS. Q .'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 —= t 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 2 between the terms of this Contract and information communicated either option.THIS CONTRACT IS YOUR SOLE EXPRESS WARRANTY _ J orally or in writing by one or more of our employees or agents,this Contract WITH RESPECT TO THE COVERED PRODUCT(S).ALL IMPLIED 4 shall control. WARRANTIES WITH RESPECT TO THE COVERED PRODUCT(S) '0 INCLUDING, BUT NOT LIMITED TO, IMPLIED WARRANTIES : R Additional Provisions OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR a PURPOSE,ARE HEREBY EXPRESSLY EXCLUDED. 0 1. Availability of Service: Control-Link CentralTm operators shall be c.For the purposes of and by your acceptance of this Contract you available 24/7 via web site, phone, fax, or email. Maintenance service acknowledge and agree that if a surety bond("Bond")is provided the : U specialists shall be available 8AM to 5PM Central Time, and services warranty and/or maintenance guarantee provided for in this Contract C 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/ exercise all reasonable efforts to perform service under this Contract,but or guarantee coverage period in excess of said initial 12 month z = 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 0 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 N 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 2. Determination of Repairs:Musco will utilize the field monitoring system equipment is operated in the prescribed manner over the designated 0 and any information provided by the customer to determine when the access route. N usage of the field is materially impacted. From this information, Musco 3 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 Covered Product(s)are found to be either obsolete,no longer available,or d 3. Your Requirements Under this Contract:You must meet all electrical prohibited by any state of federal agency,Musco shall replace said parts E and installation requirements as specified by the manufacturer. In with comparable parts and materials with equal operating characteristics y addition,you promise and assure:full cooperation with Musco,Musco's solely at Musco's discretion. The cost of replacement of any obsolete technicians and authorized servicers during telephone diagnosis and cellular related technology shall be borne by you.Prior to completing any Q repair of the Covered Product(s);reasonable accessibility of the Covered 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 aD 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 == Y required control voltage to the control system at all times.Any deviation purchase or otherwise of your entire business shall acquire all of your e 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 E repair, or replacement necessitated by loss or damage resulting from to the laws of the project location. t any external causes such as, but not limited to, theft, environmental 6, Subrogation: In the event Musco repairs or replaces any Covered Q 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: Vice President of Sales Page 2 of 2- rrr : rrr-rrr ?..rrrr.: rrr=rrrr rrr d,rr, rrr:rrr ?.rrrr.. rrr=rrrr'rn rrrr' rrr2.rrr =.,rrr.. r„=rrrr?rn rrrr's rrr2rn 3rrr,i r„= =rrrr„= r _,r rr rrr rr A rrr „r rr rrr rrr „r rr , r, , rr r r, , , ,rrr rrr , r, , rr r r, .:. 'M�' :r r y r uy. rye^54ay.yrrrrvae r ,.y�r ui ,•�:,;rfyrrrrr�r'ra.v�:' yrrrirlp 'rrr,�r.,;rfrrrdir t.v�:r. y r ri rr;�lrr :. y rrr-�., a1�yy� n.� lu�$'r4.?g�>ti�uph�n�e�tf•�a��yY�te+s� 1a����r���rvo; - �Oa' '+fie +Bt+. A�a _�f,, .�;v�tt:�j.•!oa' .'S�e vim^.+t�+.�g,.h ;�?�v,,^.. .,r�.K_ 3 n+�;��� � a'_e° _-��`' � `v9- r^_.5;� `� a"_e° _`�„ .,o.__ r.� _ �: ©2005,2019 Packet Pg. 195 _ " OWN; � x .6 "a •. ..- b f a✓ N' , e✓ N /v\,N : vfJ ` N�[[pOppv{\{N M h `f�{p�^V' ,ry v 1 •rr.- ��.,�j 11 1 Y 111 :1 1i 0000 mus fo Ve4A qdwaanty 10-Year Product Assurance &Warranty Program Project name: Project number: N L 0 t r.+ Owner: Q City: State: J N Covered product(s) Mini-Pitch Systemlm modular sports solution with TLC for LED°luminaires .a c 0 Date issued: Expiration: c� tU L 0 Musco Sports Lighting, LLC will provide all materials and labor to maintain operation of your Mini-Pitch SystemTM r modular sports solution to original design criteria for 10 years. Musco products and services are guaranteed to 0 perform on your project as detailed in this document. ti N O Structural Integrity 0 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. E as as Light Performance a Luminaire outages that occur during the warranty and maintenance period will be repaired or replaced. a; 0 Control Services a 0 On-off control of your lighting system is provided via an easy-to-use web site scheduling system, smartphone app, phone, Y 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. s 0 Musco has a team to ensure fulfillment of our product and services warranty and maintains financial reserves Q 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- M20 Packet Pg. 196 - Y_[3 Y 0000 } mus9 10 960 qdWAWIty 10-Year Product Assurance &Warranty Program - Terms and Conditions Musco Sports Lighting, LLC ("Musco") or an authorized servicer shall 5. Contract Limitations: 0 r furnish labor and parts necessary to restore operation of Covered a.EXCLUSIONS FROM COVERAGE: IN NO EVENT WILL MUSCO Q 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 c This Contract covers Mini-Pitch System"' modular sports solution LIMITED TO,ANY DELAY IN RENDERING SERVICE OR LOSS t 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'bur' 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 ` c 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, M a Additional Provisions IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS V FOR A PARTICULAR PURPOSE, ARE HEREBY EXPRESSLY w 1. Availability of Service: EXCLUDED. v 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. o b.Maintenance service specialists are current) available 8AM to q equipment V P Y d.Musco requires reasonable access for a ui ment to service the 5PM Central Time Monday through Friday, except for national system. We will follow designated access routes but will not be N 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. 0 2. Determination of Repairs: Musco will utilize any information provided e.If we find that any parts of the Covered Products become obsolete, LL N by the facility owner to determine any needed repair and/or prohibited by law or regulation or are no longer available, Musco 3 replacement of Covered Product(s) and parts. Repair will be with 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 == E 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 4) Musco or as approved in advance by Musco's Warranty Department. consent of Musco.A successor of your entire business shall acquire _ Q f= our interests under this Contract. L t�: -»• 4. Service Limitations: Musco will exercise all reasonable efforts to Y 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. Q z r' This Contract does not cover maintenance, repair, or replacement due g, Subrogation: In the event Musco repairs or replaces any Covered Y 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 c .. unauthorized repairs or modifications. (Unauthorized repairs or to assign your rights of recovery to Musco.You will be reimbursed ;- E modifications void this warranty in its entirety.) for any reasonable costs you may incur in connection with the _= t 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. T Q c.Acts of nature such as but not limited to weather events or = lightning. Signature: Vice President of Sales Page 2 of 2- _ r_vy .iA-- h _ A+4 hV �'; 3_A A' �y ✓�'--_'_s�.�3 4 N l� 1 W ••. • _ •• _u..._ _.. _ _ @2020 Packet Pg. 197 r• 4.C.b •V�IIr��Nllrl IINr�ININr�111 rrr�ll lll�Illl Irr rr�iNllll Ill lrr�urlNr�1111rrr�IN111 II Irr Irr rr�iNllrlU111lrr�llrlr�llrlrr��..rllll Ill lrr�.lrrrrr�llllrrl 11 111 llrrlll lrr�llrlrrr�1111 flu lrr�.lrrr�llllrrl Illllr�lll lrr�llrlrr�11 lllr�lll llrfl JIII 2 N111 11111 = lull Nllll (111111=lulu c 11111) N1111 (IIN s IIIN:NIIl1 (11111=IIIII, 1 1 I 1 1 I 1 1 ._ 1 !_1 1. -1 ( 1 1. 11111) NuN N1111 lull) Null (11111 IINI 11111) N1111:Null 11111)j Null (lull IIIN1 11111) 111111 Null;111111?11111) (lull 111111 a 11111) NIIN II�L_ ��� - - - - tlwuulawuulluuwlilwuuldhluulslwuulslwwili .__..� 0000 MUSCOViSION" by MU mus5 Automated Sports Broadcasting 5-Year Product Assurance & Warranty Program Project name: Project number: Owner: City: State: N Covered product(s): �° Date issued: Expiration: Q Musco Sports Lighting, LLC will provide all materials and labor to maintain operation of your automated J 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. . c 0 Camera Structure System 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. Iasi 0 Networking EquipmentNetworking equipment required to collect individual camera input and distribute broadcast content to the le on-site customer provided internet connection point is guaranteed for the warranty period. 0 Automated Production System Musco guarantees all automated production hardware and software required for camera switching and game E tracking for the warranty period, including software updates required to maintain system operation. T - a L Monitoring, Maintenance, and Control Services N _ M Musco shall monitor the operation of your MuscoVisionTm automated broadcasting system broadcasts, and report hours. If outages are detected that will affect your ability to stream scheduled broadcasts, Musco will c proactively contact you and attempt to correct the outage through use of remote access tools as quickly as = Y 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. t Control of your automated broadcasting system is provided via an easy-to-use website scheduling system, smartphone app, phone, or email. Our Control-Link CentraITM service center Team is available 24/7/365. Q 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- 1 1 1 '.. 11- 1 1 11 1 1 '. 11- 1 1 11 •' 1 1 '.. 11 1 1 11 .' 1 1 '. 11 i 1 1 -11 I 1 '. 11 11 111 11 11 '1111/ 11111 111 11 /1 1/ II IN llllll .11111 /1 1/ 11111 111 11 /1 1/ II IN 111111 .11111 /1 1/..11111 111 11 /1 1/ II IN 111111 11111 /1 1/ 11111 11111 /1 1/ II IN 111111 11111 /1 1/ II IN 11111 71 1/ 11 11 I 11 11 11 /1 1/ 11 " Ilr Ir.-... 1 Ilr 1 Ilr Ir:- 1 Ilr 1.-.., 11 .-... Ir :r Ilr I. 11 - Ilr :r Ilr -.:. 1 Ilr,-... 11 11111.rllrl rllrl 11111 1 II 11 11. 11{1. l l 11 11 I. 1111I 11 111. II{1. 111 11 11 I. IN 11 11..111. I1{II. l 11 11 l 1. I111 11.. 11. I1111. l 11 11 l l 1111 11.. 11. 1111 11 11 11 1{ 111111'"0'. NI I I 1 11 1 111 /111 I 1 11 1 11 I I I 1 111 1 11 I 1 11 1 11 I 11 I 1 11 /11 I 1 llll 111 I 11 I 1 11 /11 I 1 llll 111 I 11 I 1 1 , q••y,\ 1 Illl r�r.valv..r,,J�.l +rye eb5,r. ,r rir.Ixlv..r,I J� ir�arr�.,Ily E.,lr yv it ypr�,.r y �: ,,,1„ ,1. „1,. ,,1,; ,�� ,.•:: .l+�S��'e°kq.��'/r�<S$vf�,���;�tS>� � ..lu°S�V���',e°kg>st•�ev���i�(';gsys���;tYti use. 1$>4�'�I>s:7c,. 3_-�h••'Y�� '3"cA'_k -�•V ��.a _�A�� p'-sw-•'�•V: 0�_s- A�4 ' p:,•• ©2020 Packet Pg. 198 = 4.C.b �'JIII 2 N111/ 111111=illll)�NI„, (11111=lull.:,1111) N1111 (11111=,1111)./1111/ (11111=.1111.:,1111) N111/.:(lull=,1111):/1111/'(11111=.11111:,1111) N111/-(11111=,1111) /1111/:(11111=111111:,1111) 11111/ NIIII:,11111�/1111):(11111=111111 Musco b 0000 y mus 5 M ✓i Automated Sports Broadcasting 5 5-Year Product Assurance & Warranty Program Terms and Conditions Musco Sports Lighting, LLC ("Musco") or an authorized servicer shall 5. Contract Limitations: 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 N of normal usage. CONSEQUENTIAL DAMAGES WHICH INCLUDE, BUT ARE p 1 This Contract covers MuscoVisionTm automated sports broadcasting with NOT LIMITED TO, ANY DELAY IN RENDERING SERVICE Control-Link®and any additional Musco manufactured product as listed OR LOSS OF USE OR STREAMING VIDEO DURING THE Q it 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. _ 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 Musco for any defective Covered Product(s) shall be limited to repair or replacement of the Covered Product(s).THIS information communicated either orally or in writing by one or more of our � employees or agents,this Contract shall control. CONTRACT IS YOUR SOLE EXPRESS WARRANTY. ALL 01, 1 IMPLIED WARRANTIES INCLUDING, BUT NOT LIMITED TO, s R Additional Provisions IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS C FOR A PARTICULAR PURPOSE, ARE HEREBY EXPRESSLY 1. Availability of Service: EXCLUDED. U a.Control-Link CentralTM operators are available 24/7 via website, c. If applicable,the liability of the issuing surety of the surety bond is _ �o 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 r 5PM Central Time Monday through Friday, except for national z c system. We will follow designated access routes but will not be p - holidays. Services shall be rendered during these same hours in responsible for damage on the property for operating equipment in == U your local time zone. the prescribed manner. _ ti 2. Determination of Repairs: Musco will utilize the field monitoring o e.If we find that any parts of the Covered Products become obsolete, _ v ��. system and any information provided by the facility owner to determine prohibited by law or regulation or are no longer available, Musco f�= any needed repair and/or replacement of Covered Product(s) and C may replace them with comparable parts at our discretion. We will V 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 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, -' m advance by Musco's Warranty Department. Musco is not responsible for the loss of such rights.You agree to m indemnify and hold Musco harmless from any claims of copyright 4. Service Limitations: Musco will exercise all reasonable efforts to Q infringement or violation of privacy rights related to the Streaming perform service under this Contract but will not be responsible for Services. L delays or failure in performing such services due to causes beyond its �4) 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 =' written consent of Musco. A successor of your entire business shall Q to damage from: G acquire your interests under this Contract. _ t) a.External causes such as but not limited to misuse,animal infestation, " Y 7 vandalism,or unauthorized repairs or modifications. (Unauthorized . Governing Law: Unless otherwise governed by applicable state law, the Contract shall be interpreted and enforced according to the laws of repairs or modifications void this warranty in its entirety.) the State of Iowa. s b.Failure of any non Musco equipment or electrical systems. g• 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 Q 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 ry.= it may recover. Signature: Vice President of Sales Page 2 of 2 ` . 11/ 111�111 '..1111 111'llll'111 1111 111-111 '.1111 NI A l 111'1111 111 1111 111'lll '..1111 111'1111'111 -1111.' 111'111 '.1111� 111' 111'111 "1111... 111'lll '.1111 (111-: III: 111) ,111 11,.,VI I 11 1 1 11 11 111 1 I 111 11 11 1 1 11 11 111 I 1 111 11 11 1 1 11 11 111 I 1 111 11 11 1 1 11 11 111 11 1 111 11 11 1 1 11 11 11 1 1 1 11 1 i 1, 1,.-. ! 11, , !1, 1,:, ! 11, ,.-. !1 1, :! !1, ,. 11 !1, :! 11,. 1 11,, 11 11111 1l1,1 111,1 11111 1i 11 !1. 11{1. l l 11 111- IIIII 11 111. II{1. 111 11 111- .IN 11 11.-:111. il{II. -111 11 11- Il11 11.. 11. illll. l ll 11 11- 1l 11 ,./1.. 1/. 1111 1, 11 „ 1{ 111111' ..•I I 1 ll 1 111 /111 I 1 ll 1 11 I I I 1 111 1 11 I 1 ll 1 11 I 11 I 1 11 /11 I 1 llll 111 I 11 I 1 11 /11 I 1 llll 111 I 11 I 1 1 , q••y,\ rJ;..ire.� .�5,r6v �rwaw,.r,,y•r +r�e �' e�5,r3vir.rxlv..r,ry ir�arl� r,ye,,,,y,, �rp,�,.r y � ,,,1„ ,1. „1,. ,,1,; •� ,�•.;;. r,,�����.n���tien, l�S�"�e°�`'.��/ r�R�vs�,�����,'v�Yti n,•au�$��`��,e°�1>se• ev��(�r�J�s�o,�,dSY� +se. 1a�4.?�>sg _ _h �E"=h _vV .iA�-_s' 3_-'h �9+�"c=-h �V ✓y_ F-h�� '3"cF"k '�vV �.a _����^.� pA-sw-•''�vV - A4 Ai:.,.• ©2020 Packet Pg. 199 4.C.b MunicipalMusco Finance: - Program The flexible and affordable way to finance your lighting project today Make your project happen N The municipal lease-purchase program,offered by Musco FinanceT",provides the 0 funding opportunity many public entities need for facility improvements such as sports lighting. Q The program provides a flexible,cost-effective means of funding essential renovations and,in many areas,may eliminate much of the time and expense J associated with selling bonds for a project. IM A known set expense can be budgeted annually;freeing you from budget c uncertainties and lowering cash flow impact. 0 c c� Start seeing the benefits now U L •Added revenue from expanded use of your facility can help make payments annually .0 •Lower energy and operating costs with upgraded,energy-efficient Musco systems t L •Avoid inflationary pressures by completing your project at current prices .i1'' 0 The program makes funding easy ti •No down payment required o •No payments for up to 6 months v 0 •Fund up to 100%of project costs,including installation N •Low,fixed payments M •Flexible payment schedules with terms of up to 7 years m •No bond election,simply an agenda item for board/council approval ;_ m •Does not constitute debt or encumber future councils a� Q 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 Q knowing you have provided a quality system that will last for many years to come. o U Y Call 800/825-6020 today to make your sports-lighting dreams a reality. r a OCXDO 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 Lights Packet Pg. 200 4.C.b m N �L O Q J N a) C O A C cC U L. O 5. Marketing Plan L r C O U ti N O O v N 7 C d E d d L tm Q L C� C Q 0 U Y C m E t v 0000 Q musco, Packet Pg. 201 4.C.b 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. m Musco Sports Lighting attends the below listed tradeshows in the KCDA market. Musco is always ^' L proactively looking for additional tradeshows to showcase our company, products, and services. 0 Q King County Director's Association Washington Association of Maintenance and Operations Administrators = Washington Recreation and Park Association 2 Washington Secondary School Athletic Administrators Association a� Oregon Athletic Directors Association Oregon Recreation and Park Association 0 Oregon School Boards Association c� U Idaho School Boards Association 0 Idaho Recreation and Parks Association Idaho Athletic Directors Association Association of Idaho Cities 0 U Montana Recreation and Park Association N O Alaska Recreation and Park Association 0 c m E m m L Q L C� C Q 0 U Y c m E t v 0000 Q MUSCo., Packet Pg. 202 4.C.b Purchasing • Director's Association Sports Lighting: Save Energy & Reduce Cost Light-Structure System- LED Light Source � d N L O �1.n 2 w J -- N PoletoP Luminaire -a Assembly C O A C Since 1976,Musco has specialized in the design and manufacture U Wire L_ of sports and large area lighting.Thousands of schools,cities, Harness o and facility owners have counted on Musco as part of their team to make lighting happen for the safety and enjoyment of their L participants,while providing the most value for their sports- 0 lighting budget.Now you can purchase this industry-leading U lighting directly through the King County Director's Association. l� CV Electrical Q Components Light-Structure System"lighting system: Enclosure 0 • Designed&engineered from foundation N to poletop in 5 Easy PiecesT" � • Custom to project specifications m • Factory-assembled,aimed and tested Galvanized E Steel Pole a)• Includes system monitoring and remote on/off L control services Q L • Backed by an industry-leading warranty N Precast Concrete Base Q For information: p Amanda Hudnut Y 800/825-6030 musco.contracts@musco.com www.musco.com E U r Q KCDA KCDA Contract 19-406 Contract#will be Field Court Lighting updated upon award OCOO muscor, ©2019 Musco Sports Ligh Packet Pg. 203 4.C.b m N �L O Q J N a) C O A C cC U 6. Authorized Dealers/Vendor Partners o 0 c� L r O U N O O v N 7 C d E d d L tm Q L C� C Q 0 U Y C m E t v 0000 Q MUSCo., Packet Pg. 204 4.C.b 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. m N �L O Q J N a) C O A C cC U L O V L r O U N O O v N 7 C d E d d L Q L C� C Q 0 U Y C m E t v 0000 Q MUSCO.' Packet Pg. 205 4.C.b m N �L O Q J N a) C O A C cC U 7. Addendums o 0 L r O U N O O v N 7 C d E d d L Q L C� C Q 0 U Y c m E t v 0000 Q musco, Packet Pg. 206 4.C.b m N �L O Q J N a) C O A C cC U L No Addendums ,o L r O U N O O v N 7 C d E d d L Q L cc CD C Q 0 U Y c m E t v 0000 Q musco, Packet Pg. 207 4.C.b m TAB 2 �L O Response Forms Q J N a) C O A C cC U L. O V L r O U N O O v N 7 C d E d d L CM Q L C� C Q 0 U Y C m E t v r Q Packet Pg. 208 4.C.b 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 N L O Bid#23-406 Sport Court and Field Lighting Q Attachment A c z Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion 2 a� a� c 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 U Federal agency. We fully understand that, if information contrary to this certification subsequently becomes o available, such evidence may be grounds for non-award or nullification of a bid contract, L r This certification is required by the regulations m le enting Executive Order 12549, Debarment and v Suspension, Participant's Res o ilities. •• ti N O Signed: 0 Title: resident c a� Firm: Hellas Construction, Inc. E m m L Address: 12000 West Parmer Lane a L City, State, Zip: Cedar Park, Texas 78613 Q Date: 1/2/2023 v Y Email rhawley@hellasconstruction.com z U r Note: Electronic acceptance of these terms and conditions signifies compliance with above statement. (Line Q item Whse bids) King County Directors'Association A School Purchasing Cooperative for Supplies and Equipment Packet Pg. 209 4.C.b KCDA Certification of Compliance with Wage Payment Statutes N The bidder hereby certifies that, within the three-year period immediately preceding the bid O 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 Q 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. t 2 J I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. Hellas Construction, Inc. 0, Bidder's Business Name v L 0 Si uthor' d ffi ial- M, L r Reed J. Seato ° U Printed Name N O President Title c°� 1/2/2023 Cedar Park Texas Date City State E m m L Check One: Q L Sole Proprietorship ❑ General Partnership ❑ LLC ❑ Corporation c� State of Incorporation, or if not a corporation, State where business entity was formed: 0 U Y Texas c m E If a co-partnership, give firm name under which business is transacted: U r N/A Q *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. Packet Pg. 210 4.C.b 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 m Bid#23-406 Sport Court and Field Lighting o ATTACHMENT C-Special Provisions Q a� c THESE INSTRUCTIONS SUPERCEDE AND TAKE PRECEDENCE OVER ANY OPPOSING LANGUAGE IN THE STANDARD a� TERMS AND CONDITIONS j a� A.SOLICITATION OBJECTIVES 04 KCDA is seeking manufacturers, providers, or dealers/distributors to provide current and emerging Sport Court Field Lighting to its members. v L 0 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. 0 —it is KCDA's intent to establish an annual multi-state contract with the potential of up to three (3) one-year U extensions if mutually agreed between KCDA and the awarded vendor(s). Bidders must be a manufacturer or a o manufacturer's sales representative authorized to provide KCDA Sport Court Field Lighting in Washington,with the v preferred ability to service surrounding member states (ex: Oregon, Idaho, Montana,Alaska). 0 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 E 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 a own IFB or gather necessary quotations. c� 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 o authorized to sell,service and install. If a portion of a state is serviced, bidder must specifically list the portion which Y 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 E 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. a 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. Packet Pg. 211 4.C.b 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 N services. L 0 • Equalize purchasing power for smaller agencies that are unable to command the best contracts for themselves. a • Maintain credibility and confidence in business procedures by maintaining open competition for purchases a� and complying with purchasing laws and ethical business practices. • Provide competitive price solicitations which meet the procurement laws of our members. J • Secure multi-state volume purchasing contracts which are measurable, cost effective and continuously a, exceed our members'expectations. 2 • Provide quick and efficient delivery of goods and services by contracting with "high performance and c quality"vendors who understand our members' needs. 0, c c� U L B. TIMELINE 0 Advertised as Bid#23-406 in DJC Seattle,Oregon L November 9th, 2022& November 16th, 2022 c 0 January Sth,2023, Bids due no later than 2:00 P.M. PST v February 9th, 2023, Award recommendation N 0 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 a L must be provided in hard copy and must be available in excel on flash drive or CD. N 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 o signed copy of the bid plus one(1)electronic copy on CD or flash drive. Y • 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 z specifications shall be conspicuously noted in writing by the bidder and shall be included with the bid. No r cross outs or delineations shall be made to the existing document. Exceptions and deviations will be a 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 Packet Pg. 212 4.C.b 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 m a. The IFB#23-406 is published in one PDF document on the KCDA Website,it is also 0 published on the Public Purchase Website with all required documents and forms posted separately. Q • Cover Page indicates the Due date and where to send Bid documents to • Attachment A contains the Debarment Statement(signature required) z • 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) -a • Attachment E1 Miscellaneous Fees(completion required) c • Attachment E2 Service Price Schedule (completion required) 0, • Attachment X Deviations(signature required) v • Company Profile(signature required) o • Certification of Compliance(signature required) • EDGAR form (signature required) L r O b. Bid Forms requiring signatures shall be submitted with original ink signatures, by the v person authorized to sign the bid. Failure to properly sign the bid documents or to make N other notations as indicated will result in the response being deemed non-responsive. v C. Corrections and/or modifications received after the opening time will not be accepted, o except as authorized by applicable rule, regulation,or statute and KCDA. N d. In case of an error in extension of prices in the bid, unit prices shall govern. g e. Periods of time, stated as 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 E 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 a right of withdrawal after due time and date. g. The Bidders'ability to follow the bid preparation instructions set forth in this solicitation N 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 o KCDA and a Bidder requires the delivery of information and data.The quality of Y 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. E U r Q 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. Packet Pg. 213 4.C.b 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 N • Terms by Manufacturer-Attachment B(option: bidder may include this information in their own o format as part of the pricing pages) • Attachment C—Special Provisions Q a� • Deviations—Attachment X c • Edgar Certification Form 2 J N a) Tab 3—Pricing sheets supplied in IFB. 2 • 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. v L 0 Tab 4-Product Line Brochures and Literature c� L r Tab 5-Marketing Plan: c • List shows,conferences,show examples of flyers or describe how bidder will market the KCDA v Sports Field Court Lighting Contract. ti N O Tab 6—Authorized Dealers/Vendor Partners v • Provide letters from each manufacturer stating authorization to deal. N • List all dealers/vendor partners authorized to utilize this contract through the vendor. g Tab 7-Addendums c m E E.VENDOR RESPONSIBILITIES L • Designate and assign a dedicated senior-level contract manager(one authorized to make decisions)to the a 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. o • Develop a marketing plan to support the KCDA contract in collaboration with respective KCDA member Y agencies. Plan should include,but not be limited to, a website presence, electronic mailings, sales flyers, brochures, mailings,catalogs,etc. E • Create a KCDA-specific sell sheet with a space to add a KCDA logo and contact information for use by KCDA U and the awarded vendors local sales representatives to market within each state. a • Have ongoing communication with the Contract and Procurement Specialist at KCDA and the KCDA member agencies. • 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: Packet Pg. 214 4.C.b 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. N L O See the Attachment D Manufacture Product and Pricing List for specifications for the product details. 2. Sport Court and Lighting Services Installation/Removal Q a� 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 2 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. -a 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 0, 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 U require off hour and weekend work to accommodate and complete the project in the timeline 0 required by the member agency.The member agency will try to accommodate access for installation U 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 v 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 o times throughout the duration of the installation. c. Upon successful completion of installation, test system functionality for all possible scenarios and 0 document all outcomes. f. Installment requirements (electrical certifications, plumbing certifications, licenses, permits etc.). m E m 3. Field Court and Lighting Services Newly Installed Equipment or Related Product Problems a� a a) Member agency will evaluate the performance of newly installed equipment for a 15-day period after a; 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 a result in: o • Repair or other action to correct the problem including training or modifications made to Y member's satisfaction • The replacement of the Field Court Lighting Services with another Field Court Lighting Services E of the same brand and model,at no additional cost(including delivery and installation)to the U member agency,or- a • 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 Packet Pg. 215 4.C.b 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. o 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. Q In no instance shall the awarded vendor be permitted to replace defective items with a, refurbished, remanufactured,or surplus items without prior written authorization of the member agency. a� d. Awarded vendor must guarantee the availability of repair parts for a minimum of five(5) J a� years after member agencies acceptance of the contracted. Field Court and Lighting Services o c c� 6. Field Court and Liahtina New products and/or Services v L a. Field Court lighting Services must meet the scope of work to be added to the contract. ,0 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 c supplementing products on contract, is equal or superior to the original products offered, is G U 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. o d. No products may be added to avoid competitive procurement requirements. KCDA may require v additions to be submitted with documentation from KCDA members demonstrating an interest in, 0 or a potential requirement for,the new product or service. e. KCDA may reject any additions without cause. c m 7.Field Court Lighting Services Discontinued Products E 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 a the discontinued model, it is within the awarded manufacturer and if the discount is the same or greater a; than the discontinued model c NOTE: listing the above specifications shall in no way relieve the awarded vendor from the responsibility to v follow proper code and regulations. 1 c m E G.TRAINING&SUPPORT U if applicable, please state specifically the amount of training which will be provided at no charge.Then list the a 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. Packet Pg. 216 4.C.b —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. m a) Public Works: o 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 Q is the contractor's responsibility to be acquainted with and comply with State regulations regarding a, 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 a� http://www.Ini.wa.gov/TradesLicensing/PrevWage/WageRates/defauIt.asp or by contacting Labor and J a� Industries at 360-902-5335. A copy may also be requested from KCDA. KCDA serves all counties in -a 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 o 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. v L 0 V 0 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 0 U does not apply to work of a secretary,engineer,or administrator, unless they are performing construction ti work,alteration work, repair work, etc. Prevailing wage application depends on the work that is performed, N 0 regardless of the worker's job title. (RCW 39.12.020 and WAC 296-128-510 through 530) v 0 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, E m renovation, road construction, building construction,ferry construction and utilities construction. (RCW 39.04.010) Q L 0 0 Public Building Service Maintenance Contracts: Prevailing wages are also required on all public building a service maintenance(janitorial)contracts. (RCW 39.12.020) o U Y c Contractors bidding a Public Works project exceeding$1,000,000.00 must declare who their MVAC, E E Mechanical and Electrical subcontractors will be within one hour of bid submission and the listing of U structural installation and rebar installation subcontractors within 48 hours of bid submission and submit a 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 Packet Pg. 217 4.C.b • 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. m N Good faith efforts are for the entirety of a project, not a single occupation unless there happens Lo to be only one apprentice able occupation on the project. Therefore,the prime contractor a cannot only consider their occupation(s)when requesting a good faith effort and leave out the occupations and workforce used by subcontractors. _ z a� JWithin 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 -a apprenticeship utilization goals should be met, monetary incentives for meeting the goals, r_ 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 U utilization by contractor and subcontractor to the supervisor of apprenticeship at the ,o 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. v ti N Refer to RCW 39.04.320,which covers apprentice utilization on public works projects for detailed information. o 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 m comparable percentage disadvantage must be applied to the bid of that nonresident contractor. This does E not apply to public works procured pursuant to RCW 39.04.155,39.04.280 or other procurement exempt from competitive bidding. a L b) Prevailing Wage: a 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 v Industries for each trade and occupation employed in the performance of public work. If Federal funds are Y used, bidders must comply with provisions of Davis-Bacon Act. as E Basic procedures:A Statement of Intent to Pay Prevailing Wages and Affidavit of Wages Paid must be filed U 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 a 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. Packet Pg. 218 4.C.b 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 N and subcontractors of any tier as required in the Davis-Bacon Act and applicable U.S. Department of Labor o 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 Q 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 2 KCDA member Agency. J a� a� c) Responsible Bidder Before award,the bidder must meet the following state responsibility criteria and, if applicable, 04 supplemental responsibility criteria to be considered a responsible bidder.The bidder is required to submit documentation demonstrating compliance with the criteria. v L 0 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 U with chapter 18.27 RCW. ti 2. Have a current Washington State Unified Business Identifier(UBI) number. N 0 3. Not be disqualified from bidding on any public works contract under RCW 39.06.010 v 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 m Title 50 RCW; and >" c. Have a Washington State Department of Revenue state excise tax registration a L 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 a.The bidder is not a "willful"violator, as defined in RCW 49.48.082,or any provision U of chapter 49-46,49.48 or 49.52 RCW. Y b.As determined by a final and binding citation and notice of assessment issued c by the department of labor and industries or through a civil judgement entered by E a court of limited or general jurisdiction. U c.As of July 1,2019,WA Labor and Industries has required all businesses to have public works a 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, Packet Pg. 219 4.C.b 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. N The requirements of this section apply to all subcontractors regardless of tier. At the time of o subcontract execution,the Contractor shall verify that each of its first-tier subcontractors meets the following bidder responsibility criteria: Q 1. At the time of bid submittal, have a current certification of registration in compliance a, with chapter 18.27 RCW c. 2. Have a current Washington State Unified Business Identifier(UBI) number. a� 3. Not be disqualified from bidding on any public works contract under RCW 39.06.010 or J a� 39.12.065(3). .a 4. If applicable: a. Have Industrial Insurance (workers' compensation) coverage for the Bidder's 0, employees working in Washington State,as required in Title 51 RCW. b. Have a Washington State Employment Security Department number,as required v L in Title 50 RCW;and ,° c. Have a Washington State Department of Revenue state excise tax registration number,as required in Title 82 RCW r c 5. Have an electrical contractor license,if required by Chapter 19.28 RCW. G v 6. Have an elevator contractor license, if required by Chapter 70.87 RCW. ti N O Payment&Performance Bond: 7T. The prime Contractor shall provide a Performance and Payment Bond at 100%of the contract 0 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 E 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 a 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. a 0 Performance and Payment bonds for KCDA members outside Washington must be provided by Y companies licensed to provide bonds for public entities in the member's state. c as E Licenses U The prime contractor shall possess and maintain in status all federal,state, and local a 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. Packet Pg. 220 4.C.b 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 N subcontractors used in accordance with RCW 39.06.020. o d) Permits: The acquisition of all permits as well as any drawings needed to obtain those permits is the Q responsibility of the successful Contractor/Bidder. a, c z e) Certificate of Insurance: A certificate of insurance demonstrating current coverage of the types and a� amounts of insurance required by KCDA and the KCDA member must be provided to the KCDA member prior J a� 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 o maintained by KCDA and the KCDA member shall be excess and not contributing insurance with the c c� Contractor's insurance.These endorsements must be provided along with the certificate of insurance. The v L KCDA member must both approve the certificate of insurance and endorsements. ,0 c� f) Acceptable Pricing Method: KCDA is unable to accept Alternative Costing Method quotations except in certain limited instances, (i.e.sole 0 U 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 o v 0 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. m Submitted Payment Requests must contain the following minimum information: a.Contract Number a 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 a with the Payment Request, KCDA will issue a notice requesting a revised Payment Request. v Y KCDA,at its discretion, reserves the right to withhold payment on a given project,pending receipt of payment from the customer. E z U In accordance with RCW 51.12.050, KCDA reserves the right to deduct from the payment any outstanding a 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, Packet Pg. 221 4.C.b 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 N performance bond under RCW 39.09.10. Providing a retainage bond means no 0 retainage is withheld. If you choose to provide a retainage bond a copy of the bond must be submitted. a a� c ij FORCE MAJEURE Except for payments of sums due, neither party shall be liable to the other, nor be deemed in default under J W 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: o 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 U failures or refusals to act by government authority;and other similar occurrences beyond the control or ,o 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 r the other party of the existence of the force majeure and shall be deemed to continue if the results or v 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 o majeure shall not include late deliveries of equipment or materials caused by congestion at a manufacturer's v plant or elsewhere,an oversold condition of the market, inefficiencies, internal labor disputes,or similar 0 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. M c m 1. PRICING E 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 a price. If you are bidding a catalog price less a discount, make sure the administrative fee is included in the net price a; to the member agency. Pricing must include the 2%KCDA service fee so the service fee is invisible to KCDA members. a 0 For all Sport court field lighting and services, pricing may be by line item or discount off manufacturer price list Y (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 E materials by manufacturer for ease of identification. Respondents will choose only one pricing method to be used U 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. a 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. Packet Pg. 222 4.C.b 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 N any KCDA member agency.) o It is understood and agreed upon between Bidder and KCDA that the Bidder's pricing does not include the cost for Q 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. a� J N Warranty: Describe the warranties that apply to the products offered in the IFB response and when warranty date -a will commence. Identify any website links that cover warranty information. The manufacturer has the primary c responsibility to honor a manufacturer'warranty. Awarded vendor agrees to assist the member agency reach a 0, 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. o 4- c� L r O -- Risk of Loss or Damage: Awarded vendor shall retain title and control of all goods until they are delivered and U received. All risk of transportation and all related charges shall be the responsibility of the awarded vendor. The N 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 0 vendor in arranging for inspection. No F.O.B.vessel, car or other vehicle terms will be accepted. c m E m 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 a L Lighting such as sales tax, property tax,etc. Awarded vendor must separately list all such taxes on member proposal N and subsequent invoice. a 0 U Y c m J.FUNDING OUT CLAUSE E z Any acquisition agreement with a KCDA member agency that exceeds one(1)year shall include a standard "funding r out"clause. Such an acquisition is a commitment of the entity's current revenue only, provided the agreement a 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. Packet Pg. 223 4.C.b 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 N Sports Field Court Lighting; however,the awarded vendor shall be responsible for the actual job performance of o 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 a awarded vendor for resolution. Bidders are to identify and list each of the authorized dealers/vendor partners they a, intend to involve in contract performance. z a� J N Awarded vendor must be capable of replacing authorized dealers/vendor partners found unsuitable to participate in -a performance on the KCDA contract and establish new authorized dealers/vendor partners in a timely manner. c 0 c c� U L During the contract period,the awarded vendor or purchasing agent may remove an authorized dealer/vendor ,0 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. 0 U ti • The request is in writing on awarded vendors letterhead. o • 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. m E m m L L.AWARD Q L 1. Evaluation v 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 o responsible bidder per unique manufacturer specifications that meet IFB terms, conditions, and criteria Y 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. z U 0 r Q Awarded vendors will be required to turn in updated specifications for the manufacturers awarded. Packet Pg. 224 4.C.b 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 m Comprehensiveness of product 10 and services provided Related Experience 15 Q Pricing 50 Presentation of full and complete product offering that can meet variety of member 15 a, agencies requirements/timeline. o TOTAL POSSIBLE POINTS 100 c c� U L 0 Clarification and/or Discussions Clarification of a response may be necessary. KCDA will communicate with the bidder(s)for the purpose of r eliminating minor errors,clerical errors, and/or irregularities. Clarification is accomplished by explanation or 0 substantiation,either in response to an inquiry from KCDA or an inquiry initiated by a bidder. Clarification does not U give a bidder the opportunity to revise, change or modify their response in any way. Discussion takes place after the N 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 0 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 c information received from other bidders. E as as L Q 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. a 0 U Y M.ORDER PROCESS&REPORTING c 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 2 customer is not a member agency, but is eligible to become a member agency,the Contract Specialist will give a 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. Packet Pg. 225 4.C.b - 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. m 4. A copy of the order will be kept on file at KCDA. N O Z 5. Orders processed against this contract with customers who are not KCDA member or Q 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 M 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. aD a� 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 (a themselves aware of and comply with this item. L O 4- c� Signaturer—c" P Reed J. Seaton, President Must be am gnature t at appears on Bid Affidavit and Acceptance Forms U ti N O O v N 7 C d E d d L Q L C� C Q 0 U Y c m E t v r Q Packet Pg. 226 4.C.b 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. N L O Item Description Tier One Comply Deviate 1.1. Units must be a new, unused model and current production. No Q reconditioned or used equipment will be accepted.All X equipment and accessories cataloged as standard shall be included as part of this specification. J 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. o c c� U 1.3. Awarded vendor(s)shall maintain a minimum monthly overall o average fill rate of 95%or above. Items that are reordered, backordered,or partially filled are not considered filled items X 2 when calculating this service level. c U 1.4. Orders must be confirmed with member within 48 hours after X receipt of an order 90%of the time. o v 1.5. Awarded vendor(s) must be a manufacturer's authorized sales 0 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. m Products that result from new authorized sales and service X dealer arrangements between the awarded vendors) and the a manufacturer during the term of this contract may be added , and offered through the KCDA contract. N 1.6. All charges and components necessary for performance of the a 0 contract shall be clearly identified even if such are not X Y specifically addressed in any paragraph or sub-paragraph or form that is a part of this request. 1.7. If the awarded vendors) intends to utilize independent U agents/distributors, subcontractors and/or third-party agents to a 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 Packet Pg. 227 4.C.b 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. L 0 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 Q zone, Monday through Friday. 1.11. Awarded vendor(s)shall provide a Material Safety Data Sheet 2 (MSDS)for all items sold, if required.A separate sheet shall be J provided for each individual item when purchase is made. X °' c 1.12. Awarded vendors)shall reference item part numbers for all X items on quotes for specific work. U L 1.13. Awarded vendors) provide site survey,analysis, consultation, 0 and recommendation to member to enhance the project for the X member agency. 0 1.14. Does vendor have workable e-commerce website that they can v post the KCDA contract items and provide link for KCDA X N webpage? v 0 2. Products&Services ( Equipment,Analysis,Reporting,Installation,Maintenance,&Repair a Bidders must check either the"Comply"or"Deviate" column for each inspection item. All deviations shall be noted and explained below. E m m Item Description Tier Two Comply Deviate 2.1. Sport Court Lighting products and services shall be ordered on a an as needed basis throughout the term of the contract. X N c� 2.2. Awarded vendor is responsible for complete installation p including installation of Steel poles, LED luminaire bulbs, Pole v Y foundations, Control System,Electrical systems and configuring software.This shall be in accordance with the manufacturer's X E requirements and pursuant to all applicable federal,state, and U local code, safety,and other rules, regulations,and laws. 2.3. Personnel in charge of the installation must be available to a 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 Packet Pg. 228 4.C.b 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 N L equipment will be operational at least 98% of normal business 0 hours. Equipment that develops a trend of requiring an a excessive number of service calls shall be reported by the , member agency to the awarded vendor. Awarded vendor and X c 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 a, agency. 2.5. In the case of equipment or services needing repair, o requirements and arrangements for loaner equipment will be made between the awarded vendor and member agency.The f° X v resolution will be what is most advantageous to the member o agency. 0 2.6. Member agencies shall be afforded the option to move or transfer contract equipment and services from one agency o location to another agency location as deemed necessary. For v member agency self-moves,the awarded vendor must be N notified prior to relocating equipment.The member agency 71 will be responsible for repairs required for damage that o occurred during the transfer.Awarded vendor shall be notified of the move to ensure continued maintenance service and g accurate record keeping. a� E Alternately member agency may elect to have the awarded m vendor move the equipment and services and pay a move and a 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. a 0 2.7. Maintenance is offered to maintain contract equipment and v Y 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. a • 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 Packet Pg. 229 4.C.b 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. L • Equipment and software training. X • In person and online training. ' Q • Technical and maintenance training. c z a� J 3. Response Times I Emergency&Technical Services Bidders must check either the"Comply" or"Deviate"column for each inspection item. All :2 deviations shall be noted and explained below. 0 Item Description Tier Three Comply Deviate 3.1. Emergency Services and emergency technical services shall be v available 24 hours a day/7 days a week to minimize system X ,0 downtime. c� L r 3.2. 0 Remote or telephone technical support will be provided within U thirtyminutes at no additional cost to the Member Agency. X N O 3.3. If on-site emergency repairs are requested,the technician shall X arrive on site within four hours. 0 3.4. Awarded vendor allows for high level of planning toward future 3 � expansion,while examining the requirements of long-term X }; maintenance and service of these systems. m m L (Continued on Next Page) a L Deviations Continued: v c� INSTRUCTIONS: Q 0 1. If"no" is checked below, complete this form by signing it at the bottom. Y 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 E 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." Q 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 Packet Pg. 230 4.C.b 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) d N •L O s r.+ 7 Q OY t J d _ O _ O U L O w+ V L _ O U N C� Signature: 3 Print Name: Reed J. Seaton, President ***Must be some signature that appears on Bid Affidavit and Acceptance Forms *** £ m m L Q L C� C Q^ U Y r _ m E s R w Q ATTACHMENTX—Deviations and Miscellaneous Fees Page 5 of 5 Bid#23-406,Sport Court and Field Lighting Packet Pg. 231 4.C.b PURCHASING COOPERATIVE CAMr 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 N Principles and Audit Requirements for Federal Awards, 2 CFR 200,referred to as the"Uniform Guidance" or new 0 "EDGAR". All Respondents submitting proposals must complete this EDGAR Certification form regarding the a 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 J 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 -a 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 0, funds. c) L Violation of Contract1 Conditions Provisions regarding Respondent default are included in KCDA's terms and conditions. Any contract award will U be subject to such terms and conditions, as well as any additional terms and conditions in any purchase order, c ancillary agency contract, or construction contract agreed upon by the Respondent and the purchasing agency, 0 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 N under law or in equity. v 0 Termina ion for Cause of 1 fA For a participating agency purchase or contract in excess of$10,000 made using federal .funds, you agree that g the following term and condition shall apply: a� 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 a agreement is terminated in accordance with this paragraph, the participating agency shall only be required to L pay Respondent for goods and services delivered to the participating agency prior to the termination and not N 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 a such payment(s). v Y If an alternate provision for termination of a participating agency's purchase for cause and convenience, c including how it will be affected and the basis for settlement, is in the participating agency's purchase order, E ancillary agreement or construction contract agreed to by the Respondent,the participating agency's provision U shall control. a Equal1 Opportunity 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 Packet Pg. 232 4.C.b 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 0 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 a 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 S 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 n application for Federal assistance is being made; and, 0) the requirements of any other nondiscrimination 0 statute(s)which may apply to the application. c 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 o comply with such provision. Y Davis L Bacon 1 1 ' 1Kickback" When required by Federal program legislation, Respondent agrees that,for all participating agency contracts for U 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 o 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 c°, 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 Y 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. E m L Current prevailing wage determinations issued by the Department of Labor are available at a httl2s:,llsam.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 p are not the same. c) Y 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 z Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act r provides that each construction completion, or repair of public work,to give up any part of the compensation to a 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. Contract1rk Hours and Safety Standard 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 Packet Pg. 233 4.C.b 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 N O 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 a 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. a, Clean Air Act and Federal Water Pollution 1 1 Act O 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 0 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 c _ standards, orders, or regulations issued pursuant to the Clean Air Act and the Federal Water Pollution Control v Act. ti N O Debarment and Suspensionv Debarment and Suspension (Executive Orders 12549 and 12689), a contract award (see 2 CFR 180.222) must N 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 E 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 a 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 a comply, and shall assist the Client and KCDA in complying,with the provisions of all applicable acts, regulations o and assurances;the following provisions of Education Department General Administrative Regulations (EDGAR) Y 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. r a Byrd Anti-Lobbying Amendment 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 Packet Pg. 234 4.C.b 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 o the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that M maximizes energy and resource recovery, and establishing an affirmative procurement program for Q procurement of recovered materials identified in the EPA guidelines. c Profit 1 . of Price a� 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, o 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. v L 0 General Compliance Participating Age a+ In addition to the foregoing specific requirements, Respondent agrees, in accepting any purchase order from a L participating agency, it shall make a good faith effort to work with a participating agency to provide such c information and to satisfy requirements as may apply to a particular purchase or purchases including, but not c) limited to, applicable record keeping and record retention requirements as noted in the Federal Acquisition Regulation,FAR 4.703(a). o v 0 c m E m m L Q L 0 C0 C Q 0 U Y c m E t v r Q King County Directors'Association A School Purchasing Cooperative for Supplies and Equipment Packet Pg. 235 4.C.b tableBy initialing the 1igning 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 Certificat1 : Certification: YES,I agree or /i NOT agree 1. Violation of Contract Terms and Conditions YES N L 0 2. Termination for Cause of Convenience YES Q 3. Equal Employment Opportunity YES a) c 4. Davis-Bacon Act YES a� J 5. Contract Work Hours and Safety Standards Act a, YES 6. Right to Inventions Made Under a Contract or Agreement YES c 0 7. Clean Air Act and Federal Water Pollution Control Act YES v L 8. Debarment and Suspension YES ,0 9. Byrd Anti-Lobbying Amendment YES r c 0 - 10.Procurement of Recovered Materials YES v ti 11.Profit as a Separate Element of Price YES v �j 0 12.General Compliance with Participating Agencies YES � c m Hellas Construction,Inc. m Name of Business m a� Q Signature of Auth ize Repre ntative Q 0 Reed J.Seaton U Y Printed Name c m E 1/2/2023 Date Q King County Directors' Association A School Purchasing Cooperative for Supplies and Equipment Packet Pg. 236 4.C.c 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 a� 100 111 Ave.West ^' L PO BOX 808 t BOARD O DI RECTORS Oskaloosa, IA 52577 Q Email: musco.contracts@musco.com , a� c Division r TIM The KCDA Board of Directors, at their 2/21/2023 meeting, awarded the following to Musco z � CLARK Lighting LLC, based upon the response to the KCDA Bid#23-406 Sport Court and Field Lighting J 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 0, MCIRviN solicitation. This award does not include catalog discounts perAttachment B. Freight charges v Renton School District403 will be FOB Destination on all deliveries. L_ O E Division 3 Please note the bid submitted by Musco Sports Lighting LLC, the award by the KCDA Board of U 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. ° v Division 4 ' VACANT ti This contract is in effect starting 3/1/2023 through 2/29/2024 with options to renew for three c one-year periods at the mutual discretion of KCDA and Musco Sports Lighting LLC. v Division 5 RAM DUTT r VEDi1LLAPALLI Please acknowledge receipt of this contract by signing below and returning to: J Snoqualmle Valley _j School District 410 Richard Ward f° Procurement and Contract Specialist a RWARD@ KCDA.org c°, Company Name Q 0 ` U Signature 1 c Name (printed) am e s M, H aLnsen E E Title Secretary c� Q Date 2/27/2023 _ Phone 800-825-6030 Email Musco.Contracts@rnu5Co.com King County Directors'Association A Public Procurement Agency Packet Pg. 237 4.C.d ircnAPURCHASING 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 as Email: tim.butz musco.coin •L 80ARD OF O DIRECTORS Z 7 Q 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 s Kent as originally awarded. 9 School District 415 Pricing in effect at the time of renewal will carry over into the contract extension. This contract a� extension will begin on March 1",2024 and run through February 28`h, 2025. 'a Division 2 R MCIRVINIE Please acknowledge receipt of this contract extension by signing below and returning to 0+ Menton Thomas Kim at tkim@kcda.org School District 403 U O Division 3 +r LORI M METSCHAN Company Name Musco Sport5fL4&hting, LLC Z Enumclaw 0 O School District 216 U Signature ti N Division 4 VACANT Name(printed) James M. Hansen c O Division 5 Title Secrets VACANT k W Date February 16,2024 O v, 3 Phone 641-673-0411 Q 0 U Email musco.contracts@musco.com _,musco.com 1 c d E z M Q King County Directors' Association A Public Procurement Agency Packet Pg. 238 4.D PARKS, RECREATION AND COMMUNITY SERVICES DEPARTMENT Julie Parascondola, CPRE, Director • KENT 220 Fourth Avenue South WASHINGTON Kent, WA 98032 253-856-5100 DATE: June 18, 2024 TO: Kent City Council - Committee of the Whole SUBJECT: Kent Youth and Family Services Contract - Substance Use Disorder and Mental Health Services - Authorize MOTION: I move to authorize Mayor to sign the Consultant Services Agreement with Kent Youth and Family Services, subject to the final terms and conditions acceptable to the Parks Director and City Attorney. SUMMARY: House Bill 1590 was enacted by the Washington State Legislature in 2020 and House Bill 1070 increased flexibility of the funds in 2021. They both amend RCW 2.14.530 and authorize cities and counties to impose a sales and use tax up to 1/10th of 1% for affordable housing. At least 60% of the revenue generated by the 1/10th of 1% sales and use tax must be used for capital and will be pooled with South King Housing and Homelessness Partnership. The State legislation allows for up to 40% of the revenue be utilized for the operation, delivery, or evaluation of: (1) behavioral health treatment programs and services; or (2) housing-related services. In coordination with Kent School District, Kent Youth and Family Services was selected to provide individual, family and group counseling sessions, case management, assessments and substance use disorder (SUD) education to address mental health wellness and substance use in Kent School District. This contract for $122,500 expands substance use disorder and mental health services for Kent youth funded by House Bill 1590 operating fund. The City currently funds primarily office-based services for individuals from the general fund for $80,000. The expanded service focus is for school-based services and creates opportunities for group sessions. In addition, partnerships will be in place to increase out of school time/summer sessions supporting SUD and mental health for youth. BUDGET IMPACT: Increase expenditure budget of $122,500 within the House Bill 1590 operating budget. SUPPORTS STRATEGIC PLAN GOAL: Thriving City - Creating safe neighborhoods, healthy people, vibrant commercial districts, and inviting parks and recreation. Packet Pg. 239 4.D ATTACHMENTS: 1. KYFS SUD and Mental Health Agreement (PDF) Packet Pg. 240 4.D.a KENT CONSULTANT SERVICES AGREEMENT between the City of Kent and Kent Youth and Family Services THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter a, the "City"), and Kent Youth and Family Services organized under the laws of the State of Washington, c located and doing business at 232 2nd Avenue S, Kent, WA, 98032 (hereinafter the "Consultant"). N 0 m I. DESCRIPTION OF WORK. m The Consultant shall perform the following services for the City in accordance with the following c described plans and/or specifications: y r The Substance Use Disorder (SUD) and Mental Health Services program will provide an array of services focused on school based SUD and mental health services, including individual and group services in Kent School District. The following exhibits are attached and incorporated m by this reference as if fully set forth herein; Exhibit A, Scope and Schedule of Work, Exhibit Cn B, Insurance Exhibit and Exhibit C, Debarment Certification. 2' U_ The Consultant further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices within the Puget Sound region in effect at the z time those services are performed. 0 II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in m Section I above immediately upon the effective date of this Agreement. The Consultant shall complete the Y work described in Section I by August 31, 2025. eo N O III. COMPENSATION. r c A. The City shall pay the Consultant, based on time and materials, an amount not to exceed $122,500, for the services described in this Agreement. This is the maximum amount to be paid under this Agreement for the work described in Section I above, and shall not be a exceeded without the prior written authorization of the City in the form of a negotiated and executed amendment to this agreement. The Consultant agrees that the hourly or flat rate charged by it for its services contracted for herein shall remain locked at the negotiated rate(s) _ for a period of one (1) year from the effective date of this Agreement. The Consultant's billing rates shall be as delineated in Exhibit A. c m B. The Consultant shall submit Monthly payment invoices to the City for work performed, and a final bill upon completion of all services described in this Agreement. The City shall provide payment within forty-five (45) days of receipt of an invoice. If the City objects to all or any D portion of an invoice, it shall notify the Consultant and reserves the option to only pay that U) portion of the invoice not in dispute. In that event, the parties will immediately make every U_ effort to settle the disputed portion. Y C. Card Payment Program. The Consultant may elect to participate in automated credit card payments provided for by the City and its financial institution. This Program is provided as an E alternative to payment by check and is available for the convenience of the Consultant. If the Consultant voluntarily participates in this Program, the Consultant will be solely responsible a CONSULTANT SERVICES AGREEMENT - 1 (Over$20,000) Packet Pg. 241 4.D.a for any fees imposed by financial institutions or credit card companies. The Consultant shall not charge those fees back to the City. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- ZE Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: �a c A. The Consultant has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. c c� B. The Consultant maintains and pays for its own place of business from which the `m Consultant's services under this Agreement will be performed. c C. The Consultant has an established and independent business that is eligible for a m business deduction for federal income tax purposes that existed before the City retained the Consultant's services, or the Consultant is engaged in an independently established trade, occupation, profession, or business of the same nature as that c involved under this Agreement. y r D. The Consultant is responsible for filing as they become due all necessary tax N documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. m E. The Consultant has registered its business and established an account with the state Cn Department of Revenue and other state agencies as may be required by the 4, Consultant's business, and has obtained a Unified Business Identifier (UBI) number E cc from the State of Washington. U- c F. The Consultant maintains a set of books dedicated to the expenses and earnings of its z business. 0 V. TERMINATION. Either party may terminate this Agreement, with or without cause, upon m providing the other party thirty (30) days written notice at its address set forth on the signature block of 1 this Agreement. After termination, the City may take possession of all records and data within the — 00 Consultant's possession pertaining to this project, which may be used by the City without restriction. If the o City's use of the Consultant's records or data is not related to this project, it shall be without liability or legal exposure to the Consultant. m E VI. FORCE MA)EURE. Neither party shall be liable to the other for breach due to delay or failure in performance resulting from acts of God, acts of war or of the public enemy, riots, pandemic, fire, flood, a, or other natural disaster or acts of government ("force majeure event"). Performance that is prevented or � delayed due to a force majeure event shall not result in liability to the delayed party. Both parties represent to the other that at the time of signing this Agreement, they are able to perform as required and their = performance will not be prevented, hindered, or delayed by the current COVID-19 pandemic, any existing state or national declarations of emergency, or any current social distancing restrictions or personal protective equipment requirements that may be required under federal, state, or local law in response to the current pandemic. c� If any future performance is prevented or delayed by a force majeure event, the party whose D performance is prevented or delayed shall promptly notify the other party of the existence and nature of cn the force majeure event causing the prevention or delay in performance. Any excuse from liability shall be U- effective only to the extent and duration of the force majeure event causing the prevention or delay in Y performance and, provided, that the party prevented or delayed has not caused such event to occur and continues to use diligent, good faith efforts to avoid the effects of such event and to perform the obligation. Notwithstanding other provisions of this section, the Consultant shall not be entitled to, and the City shall not be liable for, the payment of any part of the contract price during a force majeure event, or any a costs, losses, expenses, damages, or delay costs incurred by the Consultant due to a force majeure event. CONSULTANT SERVICES AGREEMENT - 2 (Over$20,000) Packet Pg. 242 4.D.a Performance that is more costly due to a force majeure event is not included within the scope of this Force Majeure provision. If a force majeure event occurs, the City may direct the Consultant to restart any work or ZE performance that may have ceased, to change the work, or to take other action to secure the work or the project site during the force majeure event. The cost to restart, change, or secure the work or project site arising from a direction by the City under this clause will be dealt with as a change order, except to the extent that the loss or damage has been caused or exacerbated by the failure of the Consultant to fulfill its obligations under this Agreement. Except as expressly contemplated by this section, all other costs will be borne by the Consultant. c L d VII. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any subcontract, the Consultant, its subcontractors, or any person acting on behalf of the 0 N Consultant or subcontractor shall not by reason of race religion, color, sex age, sexual orientation national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who N is qualified and available to perform the work to which the employment relates. The Consultant shall execute the attached City of Kent Non-Discrimination Policy Declaration and comply with City Administrative c Policy 1.2. y VIII. INDEMNIFICATION. The Consultant shall defend, indemnify and hold the City, its officers, N officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Consultant's .02 performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. Cn 21 The City's inspection or acceptance of any of the Consultant's work when completed shall not be E cc grounds to avoid any of these covenants of indemnification. U- c Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, z then, in the event of liability for damages arising out of bodily injury to persons or damages to property o caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, >0 employees, agents and volunteers, the Consultant's duty to defend, indemnify, and hold the City harmless, c and the Consultant's liability accruing from that obligation shall be only to the extent of the Consultant's Y negligence. eo N O IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONSULTANT'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES E FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. L In the event the Consultant refuses tender of defense in any suit or any claim, if that tender was a z made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Consultant's part, then = the Consultant shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys'fees, plus the City's legal costs and fees incurred because there was a wrongful refusal c on the Consultant's part. The provisions of this section shall survive the expiration or termination of this Agreement. 0 D IX. INSURANCE. The Consultant shall procure and maintain for the duration of the Agreement, U) insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. u- Y X. EXCHANGE OF INFORMATION. The City will provide its best efforts to provide reasonable accuracy of any information supplied by it to the Consultant for the purpose of completion of the work under this Agreement. E c� XI. OWNERSHIP AND USE OF RECORDS AND DOCUMENTS. Original documents, drawings, a designs, reports, or any other records developed or created under this Agreement shall belong to and CONSULTANT SERVICES AGREEMENT - 3 (Over$20,000) Packet Pg. 243 4.D.a become the property of the City. All records submitted by the City to the Consultant will be safeguarded by the Consultant. The Consultant shall make such data, documents, and files available to the City upon the City's request. The Consultant acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington. As such, the Consultant agrees to ZE cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. The a City's use or reuse of any of the documents, data, and files created by the Consultant for this project by anyone other than the Consultant on any other project shall be without liability or legal exposure to the Consultant. XII. CITY'S RIGHT OF INSPECTION. Even though the Consultant is an independent contractor c with the authority to control and direct the performance and details of the work authorized under this `m Agreement, the work must meet the approval of the City and shall be subject to the City's general right of c inspection to secure satisfactory completion. N 0 m XIII. WORK PERFORMED AT CONSULTANT'S RISK. The Consultant shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the a� performance of the contract work and shall utilize all protection necessary for that purpose. All work shall c be done at the Consultant's own risk, and the Consultant shall be responsible for any loss of or damage to y materials, tools, or other articles used or held for use in connection with the work. XIV. MISCELLANEOUS PROVISIONS. w m A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price U) preference may be available for any designated recycled product. 2' B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the '- covenants and agreements contained in this Agreement, or to exercise any option conferred by this r- Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those z covenants, agreements or options, and the same shall be and remain in full force and effect. o C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any 1 dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means " 00 of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules cm and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the c parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or a award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's a right to indemnification under Section VIII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at x the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or c certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. c� E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, u) the terms of this Agreement shall continue in full force and effect and no further assignment shall be made U_ without additional written consent. Y F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement a shall be binding unless in writing and signed by a duly authorized representative of the City and the E Consultant. c� a CONSULTANT SERVICES AGREEMENT - 4 (Over$20,000) Packet Pg. 244 4.D.a G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this R Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. �a c H. Compliance with Laws. The Consultant agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to the Consultant's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of c the performance of those operations. L 0 I. Public Records Act. The Consultant acknowledges that the City is a public agency subject to n the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, m emails, and other records prepared or gathered by the Consultant in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent. As such, the Consultant agrees to cooperate fully with the City in satisfying the City's duties c and obligations under the Public Records Act. y r J. City Business License Required. Prior to commencing the tasks described in Section I, N Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. m 21 U- c z 0 c m Y 00 N O r+ C d E N N L Q Y 2 r C� C D co N U- Y c a� E t v c� Q CONSULTANT SERVICES AGREEMENT - 5 (Over$20,000) Packet Pg. 245 4.D.a K. Counterparts and Signatures by Fax or Email. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. Further, upon executing this Agreement, either party may deliver the signature page r to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. R c IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. All acts consistent with the authority of this Agreement and prior to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have applied. a, L 0 CONSULTANT: CITY OF KENT: 0 aD D (D By: By: N Print Name: Print Name: Dana Ralph U) Its Its Mayor DATE: DATE: m Cn NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: tv a_ CONSULTANT: CITY OF KENT: r- Brenda Rodgers Lori Guilfoyle 0 Kent Youth and Family Serivices City of Kent >- 232 2nd Avenue S 220 Fourth Avenue South Kent, WA, 98032 Kent, WA 98032 Y w (253) 856-5061 (telephone) 253-859-0300 (telephone) Iguilfoyle@kentwa.gov (email) brendar@kyfs.or (email) c m E APPROVED AS TO FORM: L Q Kent Law Department = r ATTEST: m c R Kent City Clerk D U) a_ Y r c a� E t v Q CONSULTANT SERVICES AGREEMENT - 6 (Over$20,000) Packet Pg. 246 4.D.a DECLARATION CITY OF KENT NON-DISCRIMINATION POLICY a� 7a The City of Kent (City) is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors, consultants, vendors, and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. L O The City of Kent and its contractors are subject to and will comply with the following: o a� • Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); c • 49 C.F.R. Part 21 (entitled Non-discrimination In Federally-Assisted Programs Of The Department Of Transportation-Effectuation Of Title VI Of The Civil in Rights Act Of 1964); a� • 28 C.F.R. section 50.3 (U.S. Department of Justice Guidelines for Enforcement of Title VI of the Civil Rights Act of 1964). 21 • Ch. 49.60 RCW (Washington Law Against Discrimination) The preceding statutory and regulatory cites hereinafter are referred to as "the Acts and Regulations". 0 c The following statements specifically identify the requirements the City deems necessary for any Y contractor, subcontractor, or supplier on this specific Agreement to adhere to. An affirmation of 00 all of the following is required for this Agreement to be valid and binding. If any contractor, subcontractor, or supplier willfully misrepresents themselves with regard to the directives outlined below, it will be considered a breach of contract and it will be at the City's sole determination 5 regarding suspension or termination for all or part of the Agreement. E aD L The statements are as follows: a 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. c 3. During the time of this Agreement I, the prime contractor, will provide a written statement o to all new employees and subcontractors indicating commitment as an equal opportunity employer. N U_ 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and Y promotion of women and minorities. E 5. During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees as follows: a EEO COMPLIANCE DOCUMENTS - 1 Packet Pg. 247 4.D.a A. Compliance with Regulations: The contractor, subcontractor, consultant, vendor, and supplier (hereinafter "Contractor") will comply with all Acts and the Regulations relative to non-discrimination, including those applicable to Federally- assisted programs of the U.S. Department of Transportation, State-assisted programs through the Washington State Department of Transportation, and = generally under Washington's Law Against Discrimination, Ch. 49.60 RCW, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. B. Non-discrimination: The contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national `o origin in the selection and retention of subcontractors, including procurements of o materials and leases of equipment. The contractor will not participate directly or N indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR Part 21. N 7 C. Solicitations for Subcontracts, Including Procurements of Materials and N Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the contractor of the contractor's obligations under this Cn ;, contract and the Acts and the Regulations relative to non-discrimination on the cc grounds of race, color, or national origin. U_ D. Information and Reports: The contractor will provide all information and reports required by the Acts and Regulations and directives issued pursuant thereto and will o permit access to its books, records, accounts, other sources of information, and its >- facilities as may be determined applicable to contractor's contract by the City or the Washington State Department of Transportation to be pertinent to ascertain Y compliance with such Acts and Regulations and instructions. Where any information N required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the contractor will so certify to the City or the Washington State Department of Transportation, as appropriate, and will set forth what efforts it has made to obtain the information. L E. Sanctions for Noncompliance: In the event of a contractor's noncompliance with the non-discrimination provisions of this contract, the City will impose such contract sanctions as it or the Washington State Department of Transportation may = determine to be appropriate, including, but not limited to: a� a. withholding payments to the contractor under the contract until the contractor complies; and/or b. cancelling, terminating, or suspending a contract, in whole or in part. D Cn F. Incorporation of Provisions: The contractor will include the provisions of paragraphs (A) through (F) above in every subcontract, including procurements of Y materials and leases of equipment, unless exempt by the Acts and Regulations and directives issued pursuant thereto. The contractor will take action with respect to E any subcontract or procurement as the City or the Washington State Department of Transportation may direct as a means of enforcing such provisions including a sanctions for noncompliance. Provided, that if the contractor becomes involved in, EEO COMPLIANCE DOCUMENTS - 2 Packet Pg. 248 4.D.a or is threatened with litigation by a subcontractor, or supplier because of such direction, the contractor may request the City to enter into any litigation to protect the interests of the City. In addition, the contractor may request the United States to enter into the litigation to protect the interests of the United States. aD 6. During the performance of this contract, the contractor, for itself, its assignees, and E successors in interest agrees to comply with the following non-discrimination statutes and ZD authorities; including but not limited to: L d Pertinent Non-Discrimination Authorities: c i. Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), o (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part D aD 21. ii. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, y (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and y projects); U iii. Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination �W on the basis of sex); ;, iv. Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; U_ V. The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); vi. Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as 0 amended, (prohibits discrimination based on race, creed, color, national origin, or sex); Y vii. The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, co coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by a expanding the definition of the terms "programs or activities" to include all of the E programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); a viii. Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability in the operation of public entities, public and private = transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131-12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38; ix. The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) o (prohibits discrimination on the basis of race, color, national origin, and sex); X. Executive Order 12898, Federal Actions to Address Environmental Justice in Minority U) Populations and Low-Income Populations, which ensures Non-discrimination against Y minority populations by discouraging programs, policies, and activities with a disproportionately high and adverse human health or environmental effects on E minority and low-income populations; Q EEO COMPLIANCE DOCUMENTS - 3 Packet Pg. 249 4.D.a xi. Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of Limited English proficiency (LEP). To ensure r compliance with Title VI, you must take reasonable steps to ensure that LEP persons a have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); xii. Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). xiii. Washington Law Against Discrimination (Ch. 49.60 RCW) L 0 7. The submission of the final invoice for this contract will constitute a reaffirmation that the o preceding statements were complied with during the course of the contract's performance. N D By signing below, I agree to fulfill the five requirements referenced above. r N 3 By: U) y For: a� Title: Cn Date: a_ c 0 c aD Y w N O r C d E d L Q 2 C� C R 0 D /(n v) U- Y r c a� E t v Q EEO COMPLIANCE DOCUMENTS - 4 Packet Pg. 250 4.D.a CITY OF KENT ADMINISTRATIVE POLICY a� x NUMBER: 1.2 EFFECTIVE DATE: October 20, 2022 c as c L d SUBJECT: INCLUSIVE CONTRACTING SUPERSEDES: January 1, 1998 0 0 APPROVED BY Dana Ralph, Mayor N POLICY: c r Equal employment opportunity and non-discrimination in contracting requirements for the City of 04 Kent will conform to federal and state laws. All contractors, subcontractors, consultants, and N suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating E commitment as an equal opportunity employer. ,M 2. Actively consider for promotion and advancement available minorities and women. Further, all contractors, subcontractors, consultants, suppliers, grantees, or subgrantees of the >0- City, regardless of the value of the Agreement, are required to sign the City's Non-Discrimination a Policy Declaration, prior to commencing performance. Y 00 Any contractor, subcontractor, consultant or supplier who willfully disregards the City's v nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. E Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to coordinate with the City's Title VI coordinator, and perform the following Q duties for their respective departments. a� x 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. c 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. o Cn U) U_ Y c a� E t v c� Q EEO COMPLIANCE DOCUMENTS - 5 Packet Pg. 251 4.D.a 4^* ,0 Exhibit A KENT W4SH NGTON Scope and Schedule of Work PARKS, RECREATION S +�+ COMMUNITY SERVICES Consultant Services Agreement d Agency: Kent Youth and Family Services c m Program: Substance Use Disorder (SUD) and Mental Health Services c L Contact: Name: Brenda Rogers brendar@kyfs.org 0 0 Program The program will provide an array of services focused on school based SUD and N Description: mental health services, and group services in Kent School District. m c r Term: August 2024—August 2025 Total Funds Awarded: $122,500 N fn N V d Cn Pursuant to Section I. of the Consultant Services Agreement(CSA), Consultant shall provide the approximate number of City 2, of Kent clients with the following services: U_ c Unduplicated Kent Residents, Service Unit Descriptions and Deliverables Units for Kent Residents Contracted to Serve 0 Unduplicated Kent Clients Contracted to Serve 100 Individuals Y Service Unit 1: In-school Services 00 Description: Individual, Family and Group counseling sessions, case 500 units v management, assessments and SUD education provided for mental health r and substance use services in Kent School District. as E as as L The above services shall be provided by August 31, 2025 a z Contract Administration x - The Consultant shall notify the City, in writing, within ten (10) days of any changes in agency leadership or program personnel. - The Consultant shall provide the City with a current list of its board of directors, general or limited partners, as applicable. - In addition to monthly and annual reporting, staff may perform desktop or onsite monitoring to 0 ensure contract compliance. Any onsite monitoring will be scheduled with adequate time to prepare for the visit. The Contractor can request a copy of the monitoring form at any time by contacting y City of Kent staff. - All records related to the CSA must be retained for six (6) years plus the current year. Y c a� E c� a Performance Measures Packet Pg. 252 4.D.a The consultant will be expected to meet 100% of the performance measures as set forth within this Exhibit A. Exceptions may be made only in accordance with Section III.C. of the CSA. If the performance measures are not fulfilled, payment for services rendered will be reduced in accordance with Section III.0 of the CSA. m Reporting Requirements and Timeline = �a All data and required forms shall be submitted electronically. Service Unit Report - Data from this form will be used to track each program's progress toward meeting C the goals stipulated in the Scope of Work. It shall be submitted monthly, no later than the 15th of the month following the end of the month along with the Reimbursement Request. 2 0 Reimbursement Request - This form will be filled out electronically and serve as the invoicing mechanism o for payment to your agency/program. It shall be submitted monthly, no later than the 15th of the month N following the end of the month unless otherwise specified. m Demographic Data Report - The agency shall collect and retain the data requested on this form from C the persons served through this contract. Data should be tracked in an ongoing manner and submitted 0 annually. in N N V Report Due Date Cn Service Unit Report and Reimbursement 151h day following each month 21 Request U- Final Reimbursement Request September 15, 2025 C 0 Demographic Data Report September 30, 2025 0 C m Y 00 N O r+ C d E N N L Q Y 2 r C� C C V/ N LL Y C a) E t v c� Q Packet Pg. 253 4.D.a Exhibit B Insurance Requirements = Insurance The Contractor shall procure and maintain for the duration of the L Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the N work hereunder by the Contractor, their agents, representatives, employees, o or subcontractors. A. Minimum Scope of Insurance N Contractor shall obtain insurance of the types described below: cn Commercial General Liability insurance shall be written on Insurance Services Office (ISO) occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, Cn ,, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial U_ General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an insured under the Contractor's Commercial General 0 Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a Y substitute endorsement providing equivalent coverage. If a general aggregate limit applies, either the general aggregate limit shall apply CD separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. The Contractor may use Umbrella or Excess Policies to provide the a liability limits as required in this Agreement. This form of insurance will be acceptable if all the Primary and Umbrella or Excess Policies shall provide all the insurance coverages herein required. The Umbrella or = Excess policies shall be provided on a true "following form" or broader coverage basis, with coverage at least as broad as provided on the underlying Commercial General Liability insurance. 0 Automobile Liability insurance providing bodily injury and property Cn damage liability coverage for all autos used in the performance of this U) Agreement. This coverage must be on a primary and non-contributory Y basis only. Coverage shall be written on ISO form CA 00 01, or a substitute form providing equivalent liability coverage. If necessary, E the policy shall be endorsed to provide contractual liability coverage. a Packet Pg. 254 4.D.a r Sexual Abuse or Molestation (SAM) Liability insurance endorsed to a = standard liability policy to include affirmative coverage or obtained on a specially purchased stand-alone policy. Workers' Compensation coverage for the employees of Contractor and L subcontractors as required by the Industrial Insurance laws of the State of Washington. N 0 B. Minimum Amounts of Insurance aD Contractor shall maintain the following insurance limits: r N Commercial General Liability insurance shall be written with limits no cn less than $2,000,000 per occurrence, and $2,000,000 products- completed operations aggregate limit. Stop Gap Liability - $1,000,000/$1,000,000/$1,000,000 Primary Non-Contributory Additional Insured coverage for the City of Cn ,, Kent, et. al. Waiver of Subrogation U_ Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per occurrence. 0 Sexual Abuse or Molestation (SAM) Liability insurance with a limit no Y less than $1,000,000 per occurrence or claim. co N O If the Contractor maintains broader coverage and/or higher limits than the minimums shown above, the City requires and shall be entitled to the broader coverage and/or the higher limits maintained by the Contractor. Any available insurance proceeds in excess of the specified minimum limits of a insurance and coverage shall be available to the City. The above policy limits may be obtained with excess liability (umbrella) insurance. x C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions: o D 1. The Contractor's insurance coverage shall be primary insurance with respect to the City. Any insurance, self-insurance, or Y insurance pool coverage maintained by the City shall be in excess of the Contractor's insurance policies and shall not contribute to the Contractor's insurance policies. a Packet Pg. 255 4.D.a r 2. Contractor's insurer must deliver or mail written notice of = cancellation to the named insured at least forty-five (45) days before the effective date of the cancellation. The Contractor's insurance policy shall include an endorsement that provides the City with written notice of cancellation forty-five (45) days L before the effective date of the cancellation. If Contractor's insurer fails to provide the City with a copy of the notice of N cancellation endorsement, the Contractor must notify the City o and all Additional Insureds of any cancellation, nonrenewal or termination within two (2) business days of their receipt of such notice. r N 3. The City of Kent shall be named as an additional insured on all cn policies (except Professional Liability) with respect to work performed by or on behalf of the Contractor and a copy of the endorsement naming the City as an additional insured shall be attached to the Certificate of Insurance. The City reserves the Cn ,, right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall U_ also contain a clause stating that coverage shall apply separately to each insured against whom claims are made or suit is brought, except with respect to the limits of the insurer's 0 liability. Y D. Acceptability of Insurers CO N O Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. Verification of Coverage a Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the = additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. The City waives no rights, and the Contractor is not excused from performance if Contractor CU fails to provide the City with a copy of the endorsement naming the City as a o Primary Non-Contributory Additional Insured. U) U_ F. Subcontractors Y r c Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. a Packet Pg. 256 4.D.a All coverage for subcontractors shall be subject to all the same insurance requirements as stated herein for the Contractor. _ L d L O V N 3 U) y O V d Cn R LL C R t 7 O C O Y CO N O r C d d L Q 2 C� C R 0 D /(n v) U- Y r c a� E t V Q Packet Pg. 257 �- T 4.D.a Exhibit C PARKS a RECREATION i COMMUNITY SERVICES City of Kent c0 Certification Regarding Debarment and Suspension = a� Kent Youth and Family Services SUD and Mental Health Serivices Agency Name of Program(s) c� L d Certification A: Certification Regarding Debarment Suspension, and Other 9 9 p `o Responsibility Matters - Primary Covered Transactions 0 1. The prospective primary participant certifies to the best of its knowledge and belief that its N principals; m a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal debarment or agency; b) Have not within a three-year period preceding this proposal, been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in N connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification, or destruction of records, making false statements, or receiving stolen property; Cn c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental 2' entity (Federal, State, or local) with commission of any of the offenses enumerated in M paragraph (1)(b) of this certification; and U_ d) Have not within a three-year period preceding this application/ proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. 0 2. Where the prospective primary participant is unable to certify to any of the statements in >_ this certification, such prospective participant shall attach an explanation to this proposal. Y Instructions for Certification (A) N 0 1. By signing and submitting this proposal, the prospective primary participant is providing the certification set out below. c 2. The inability of a person to provide the certification required below will not necessarily E result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The a certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or an explanation shall = disqualify such person from participation in this transaction. 3. The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government/City of Kent, the department or agency may terminate this transaction for cause of default. U) 4. The prospective primary participant shall provide immediate written notice to the U_ department or agency to whom this proposal is submitted if at any time the prospective Y primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 5. The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the a 1 of 3 Packet Pg. 258 4.D.a meanings set out in the Definitions and Coverage sections of the rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is being submitted for assistance in obtaining a copy of these regulations. 6. The prospective primary participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. 7. The prospective primary participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, N Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction," provided by the department or agency entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. c 8. A participant in a covered transaction may rely upon a certification of a prospective y r participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that N the certification is erroneous. A participant may decide the method and frequency by which it determines this eligibility of its principals. Each participant may, but is not required to, check the Non-procurement List. 9. Nothing contained in the foregoing shall be construed to require establishment of a cn system of records in order to render in good faith the certification required by this 2' clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business '_ dealings. 10. Except for transactions authorized under paragraph (6) of these instructions, if a z participant in a covered transaction 11. Knowingly enters into a lower tier covered transaction with a person who is suspended, >_ debarred, ineligible, or voluntarily excluded from participation in this transaction, in m addition to other remedies available to the Federal Government/City of Kent, the 1 department or agency may terminate this transaction for cause of default. eo N O Certification B: Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transactions E a) 1. The prospective lower tier participant certifies, by submission of this proposal, that neither ;v it nor its principals is presently debarred, suspended, proposed for debarment, declared a ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements = in this certification, such prospective participant shall attach an explanation to this r proposal. Instructions for Certification (B) c 1. By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. cn 2. The certification in this clause is a material representation of fact upon which reliance U) was placed when this transaction was entered into. If it is later determined that the Y prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government/City of Kent, the department or agency with which this transaction originated may pursue available E remedies, including suspension and/or debarment. a 2of3 Packet Pg. 259 4.D.a 3. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms covered transaction, debarred, suspended, ineligible, lower tier W covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of these regulations. N 5. The prospective lower tier participant agrees by submitting this proposal that, should a the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared W ineligible, or voluntarily excluded from participation in this covered transaction, unless c authorized by the department or agency with which this transaction originated. y r 6. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, N Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective in participant in a lower tier covered transaction that it is not debarred, suspended, 2' ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by U- which it determines the eligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List. z 8. Nothing contained in the foregoing shall be construed to require establishment of a o system of records in order to render in good faith the certification required by this >- clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business Y dealings. eo 9. Except for transactions authorized under paragraph (5) of these instructions, if a o participant in a lower covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government/City of Kent, the department or agency with which this a transaction originated may pursue available remedies including suspension and/or a debarment. z m x Executive Director (Print) Title c m Signature of Executive Director Date 0 U) U) U- Y Adopted from HUD Form-2992 ++ C 09/04 E t V fC Q 3of3 Packet Pg. 260 4.E PUBLIC WORKS DEPARTMENT Chad Bieren, P.E. 220 Fourth Avenue South KENT Kent, WA 98032 W A S H i N G T O N 253-856-5600 DATE: June 18, 2024 TO: Kent City Council - Committee of the Whole SUBJECT: Goods & Services Maintenance Agreement with Totem Logistics for Litter Clean-up - Authorize MOTION: I move to authorize the Mayor to sign the Goods and Services Maintenance Agreement with Totem Logistics, Inc., subject to final terms and conditions acceptable to the Public Works Director and City Attorney. SUMMARY: Unsightly litter accrual on City right-of-way continues to be of concern in the City. The growing number of encampment and unauthorized dumping cleanups are consuming a large amount of the City's solid waste staff resources and removing them from regular litter cleanup duties. In April, the City advertised a Request for Proposals for a right-of-way litter removal and disposal contractor. After evaluating all proposals received, Totem Logistics, Inc. is recommended to perform the work. This agreement will be in effect until December 31, 2026, for an amount not to exceed $760,000. Hiring a contractor to provide litter removal and disposal of at least ten identified City-owned right-of-way locations twice a month through 2026 will result in a cleaner Kent and allow staff to continue working on other high priority areas. BUDGET IMPACT: The contract will be funded by the American Rescue Plan Act. No budget adjustment is required. SUPPORTS STRATEGIC PLAN GOAL: Innovative Government - Delivering outstanding customer service, developing leaders, and fostering innovation. Thriving City - Creating safe neighborhoods, healthy people, vibrant commercial districts, and inviting parks and recreation. ATTACHMENTS: 1. Agreement with Totem Logistics - ROW Litter Clean-up (PDF) Packet Pg. 261 4.E.a KENT ,0 GOODS & SERVICES MAINTENANCE AGREEMENT between the City of Kent and Totem Logistics, Inc. O THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Totem Logistics, Inc. organized under the laws of the State of Washington, 3 located and doing business at 308 Clay Street NW, Auburn, WA 98001, Phone: (501) 332-1231, Contact: c David Scott Page (hereinafter the "Vendor"). E a� m AGREEMENT Q m I. DESCRIPTION OF WORK. c The Vendor shall provide the following goods and materials and/or perform the following c maintenance services for the City: as U The Vendor shall provide right-of-way (ROW) litter removal and disposal of general garbage and other waste along City-owned ROW routes. For a description, please see the Vendor's U) Scope of Work, attached as Exhibit A and incorporated by this reference. 06 N O O 00 T_ O The Vendor acknowledges and understands that it is not the City's exclusive provider of these goods, materials, or maintenance services and that the City maintains its unqualified right to obtain these goods, materials, and services through other sources. U L II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in r Section I above within 3 working days after the City issues its Notice to Proceed. Upon the effective date —J of this Agreement, all physical work shall thereafter be completed by December 31, 2026. The term of O this Agreement shall continue until all work has been completed, final acceptance has occurred, and all W Contractor obligations have been fulfilled. r III. COMPENSATION. The City shall pay the Vendor an amount not to exceed Seven Hundred Sixty Thousand Dollars ($760,000), including applicable Washington State Sales Tax, for the goods, J materials, and maintenance services contemplated in this Agreement. The City shall pay the Vendor the E following amounts according to the following schedule: o Vendor shall submit a single invoice upon completion of each task order. Invoices shall 3 include date(s) and location(s) of work performed. E a� a� L Q Card Payment Program. The Vendor may elect to participate in automated credit card payments E provided for by the City and its financial institution. This Program is provided as an alternative to payment 5 GOODS & SERVICES MAINTENANCE AGREEMENT - 1 Q (Over$20,000.00, including WSST) Packet Pg. 262 4.E.a by check and is available for the convenience of the Vendor. If the Vendor voluntarily participates in this Program, the Vendor will be solely responsible for any fees imposed by financial institutions or credit card L companies. The Vendor shall not charge those fees back to the City. ,0 If the City objects to all or any portion of an invoice, it shall notify the Vendor and reserves the option to only pay that portion of the invoice not in dispute. In that event, the parties will immediately 'a) make every effort to settle the disputed portion. � E a, A. Defective or Unauthorized Work. The City reserves its right to withhold payment from the o Vendor for any defective or unauthorized goods, materials or services. If the Vendor is ~ unable, for any reason, to complete any part of this Agreement, the City may obtain the goods, materials or services from other sources, and the Vendor shall be liable to the City 3 for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum E Agreement price specified above. The City further reserves its right to deduct these additional costs incurred to complete this Agreement with other sources, from any and all Q amounts due or to become due the Vendor. m U c B. Final Payment: Waiver of Claims. VENDOR'S ACCEPTANCE OF FINAL PAYMENT SHALL CONSTITUTE A WAIVER OF CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE S AND IDENTIFIED BY VENDOR AS UNSETTLED AT THE TIME REQUEST FOR FINAL PAYMENT IS MADE. a� U IV. PREVAILING WAGES. The Vendor shall file a "Statement of Intent to Pay Prevailing Wages," with the State of Washington Department of Labor & Industries prior to commencing the Contract U) work. The Vendor shall pay prevailing wages in effect on the date the bid is accepted or executed by the 6 Vendor, and comply with Chapter 39.12 of the Revised Code of Washington, as well as any other o applicable prevailing wage rate provisions. The latest prevailing wage rate revision issued by the c0 Department of Labor and Industries is attached. 00 V. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in a accordance with Ch. 51.08 RCW, the parties make the following representations: ? c A. The Vendor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. r r B. The Vendor maintains and pays for its own place of business from which the Vendor's -J services under this Agreement will be performed. p W C. The Vendor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City r retained the Vendor's services, or the Vendor is engaged in an independently a, established trade, occupation, profession, or business of the same nature as that 0 involved under this Agreement. E a� r D. The Vendor is responsible for filing as they become due all necessary tax documents �0- with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. 3 c as E. The Vendor has registered its business and established an account with the state E Department of Revenue and other state agencies as may be required by the Vendor's Iv business, and has obtained a Unified Business Identifier (UBI) number from the Q State of Washington. c a� F. The Vendor maintains a set of books dedicated to the expenses and earnings of its E business. �a a GOODS & SERVICES MAINTENANCE AGREEMENT - 2 (Over$20,000.00, including WSST) Packet Pg. 263 4.E.a VI. TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing the other party thirty (30) days written notice at its address set forth on the signature block of L this Agreement. 0 VII. CHANGES. The City may issue a written change order for any change in the goods, materials or services to be provided during the performance of this Agreement. If the Vendor determines, o for any reason, that a change order is necessary, the Vendor must submit a written change order request J to the person listed in the notice provision section of this Agreement, Section XVI(D), within fourteen (14) E calendar days of the date the Vendor knew or should have known of the facts and events giving rise to the o requested change. If the City determines that the change increases or decreases the Vendor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to 3 reach agreement with the Vendor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Vendor shall proceed E with the change order work upon receiving either a written change order from the City or an oral order E from the City before actually receiving the written change order. If the Vendor fails to require a change a� order within the time allowed, the Vendor waives its right to make any claim or submit subsequent change Q order requests for that portion of the contract work. If the Vendor disagrees with the equitable adjustment, the Vendor must complete the change order work; however, the Vendor may elect to protest the adjustment as provided in subsections A through E of Section IX, Claims, below. r c The Vendor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that is accepted by the Vendor as provided in this section shall constitute full payment and final settlement of all claims for .0 contract time and for direct, indirect and consequential costs, including costs of delays related to any � work, either covered or affected by the change. U) 06 0 VIII. FORCE MAJEURE. Neither party shall be liable to the other for breach due to delay or failure in performance resulting from acts of God, acts of war or of the public enemy, riots, pandemic, fire, 00 flood, or other natural disaster or acts of government ("force majeure event"). Performance that is prevented or delayed due to a force majeure event shall not result in liability to the delayed party. Both °r° parties represent to the other that at the time of signing this Agreement, they are able to perform as ' required and their performance will not be prevented, hindered, or delayed by the current COVID-19 0- pandemic, any existing state or national declarations of emergency, or any current social distancing ? restrictions or personal protective equipment requirements that may be required under federal, state, or local law in response to the current pandemic. L W If any future performance is prevented or delayed by a force majeure event, the party whose r performance is prevented or delayed shall promptly notify the other party of the existence and nature of J the force majeure event causing the prevention or delay in performance. Any excuse from liability shall be p effective only to the extent and duration of the force majeure event causing the prevention or delay in performance and, provided, that the party prevented or delayed has not caused such event to occur and continues to use diligent, good faith efforts to avoid the effects of such event and to perform the 2 obligation. 0, 0 J Notwithstanding other provisions of this section, the Vendor shall not be entitled to, and the City E shall not be liable for, the payment of any part of the contract price during a force majeure event, or any o costs, losses, expenses, damages, or delay costs incurred by the Vendor due to a force majeure event. 1�- Performance that is more costly due to a force majeure event is not included within the scope of this Force Majeure provision. 3 c as If a force majeure event occurs, the City may direct the Vendor to restart any work or E performance that may have ceased, to change the work, or to take other action to secure the work or the ;v project site during the force majeure event. The cost to restart, change, or secure the work or project site Q arising from a direction by the City under this clause will be dealt with as a change order, except to the extent that the loss or damage has been caused or exacerbated by the failure of the Vendor to fulfill its obligations under this Agreement. Except as expressly contemplated by this section, all other costs will be E borne by the Vendor. a GOODS & SERVICES MAINTENANCE AGREEMENT - 3 (Over$20,000.00, including WSST) Packet Pg. 264 4.E.a IX. CLAIMS. If the Vendor disagrees with anything required by a change order, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination L by the City, the Vendor may file a claim as provided in this section. The Vendor shall give written notice to 0 the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the 0 claims, or within fourteen (14) calendar days of the date the Vendor knew or should have known of the 0 facts or events giving rise to the claim, whichever occurs first. Any claim for damages, additional payment 'FM for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Vendor unless a timely written claim is made in strict accordance with E the applicable provisions of this Agreement. o At a minimum, a Vendor's written claim shall include the information set forth in subsections A, ' items 1 through 5 below. as FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ;v ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED Q BY THAT DELAY. c A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Vendor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; a� 4. The estimated dollar cost, if any, of the claimed work and how that estimate U) was determined; and 06 N 5. An analysis of the progress schedule showing the schedule change or o disruption if the Vendor is asserting a schedule change or disruption. 0 B. Records. The Vendor shall keep complete records of extra costs and time incurred as a 00 result of the asserted events giving rise to the claim. The City shall have access to any of the Vendor's records needed for evaluating the protest. a The City will evaluate all claims, provided the procedures in this section are followed. If the v City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. r r C. Vendor's Duty to Complete Protested Work. In spite of any claim, the Vendor shall proceed -J promptly to provide the goods, materials and services required by the City under this p Agreement. u� D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Vendor 2 also waives any additional entitlement and accepts from the City any written or oral order •LA a, (including directions, instructions, interpretations, and determination). 0 E E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this o section, the Vendor completely waives any claims for protested work and accepts from the � City any written or oral order (including directions, instructions, interpretations, and determination). 3 c as X. LIMITATION OF ACTIONS. VENDOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING E FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE ;v CONTRACT WORK IS COMPLETE OR VENDOR'S ABILITY TO FILE THAT SUIT SHALL BE FOREVER BARRED. Q THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. c a� XI. WARRANTY. The Vendor warrants that it will faithfully and satisfactorily perform all work E provided under this Agreement in accordance with the provisions of this Agreement. In addition to any other warranty provided for at law or herein, this Agreement is additionally subject to all warranty a GOODS & SERVICES MAINTENANCE AGREEMENT - 4 (Over$20,000.00, including WSST) Packet Pg. 265 4.E.a provisions established under the Uniform Commercial Code, Title 62A, Revised Code of Washington. The Vendor warrants goods are merchantable, are fit for the particular purpose for which they were obtained, L and will perform in accordance with their specifications and Vendor's representations to City. The Vendor ,0- shall promptly correct all defects in workmanship and materials: (1) when the Vendor knows or should 0 have known of the defect, or (2) upon the Vendor's receipt of notification from the City of the existence or discovery of the defect. In the event any part of the goods are repaired, only original replacement parts 'o shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for J that portion of the work shall extend for an additional year beyond the original warranty period applicable E to the overall work. The Vendor shall begin to correct any defects within seven (7) calendar days of its o receipt of notice from the City of the defect. If the Vendor does not accomplish the corrections within a ~ reasonable time as determined by the City, the City may complete the corrections and the Vendor shall 3 pay all costs incurred by the City in order to accomplish the correction. as XII. DISCRIMINATION. In the hiring of employees for the performance of work under this aEi Agreement or any sub-contract, the Vendor, its sub-contractors, or any person acting on behalf of the Vendor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national Q origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who Wu is qualified and available to perform the work to which the employment relates. The Vendor shall execute 'M the attached City of Kent Non-Discrimination Policy Declaration and comply with City Administrative Policy 1.2. XIII. INDEMNIFICATION. The Vendor shall defend, indemnify and hold the City, its officers, a officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or .V suits, including all legal costs and attorney fees, arising out of or in connection with the Vendor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's u) negligence. 06 N The City's inspection or acceptance of any of the Vendor's work when completed shall not be 00 grounds to avoid any of these covenants of indemnification. 00 IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION CD PROVIDED HEREIN CONSTITUTES THE VENDOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL a INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES ? FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. R m U In the event the Vendor refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having r jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Vendor's part, then the -J Vendor shall pay all the City's costs for defense, including all reasonable expert witness fees and 0 reasonable attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Vendor's part. r The provisions of this section shall survive the expiration or termination of this Agreement. a, 0 J XIV. INSURANCE. The Vendor shall procure and maintain for the duration of the Agreement, E insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. 0 XV. WORK PERFORMED AT VENDOR'S RISK. The Vendor shall take all necessary precautions 3 and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at the E Vendor's own risk, and the Vendor shall be responsible for any loss of or damage to materials, tools, or ;v other articles used or held for use in connection with the work. Q c a� E ca Q GOODS & SERVICES MAINTENANCE AGREEMENT - 5 (Over$20,000.00, including WSST) Packet Pg. 266 4.E.a XVI. MISCELLANEOUS PROVISIONS. L A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its 0 contractors and consultants to use recycled and recyclable products whenever practicable. A price 0 preference may be available for any designated recycled product. , 0) B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the _0J covenants and agreements contained in this Agreement, or to exercise any option conferred by this E Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those o covenants, agreements or options, and the same shall be and remain in full force and effect. ~ C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means E of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in a writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the 01 parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or r award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's .a right to indemnification under Section XIII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at .0as the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written a� notice hereunder shall become effective three (3) business days after the date of mailing by registered or U) certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this 6 Agreement or such other address as may be hereafter specified in writing. o 0 E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, °r° the terms of this Agreement shall continue in full force and effect and no further assignment shall be c" made without additional written consent. a 0 F. Modification. No waiver, alteration, or modification of any of the provisions of this v Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and the Vendor. a� r r G. Entire Agreement. The written provisions and terms of this Agreement, together with any J Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative p of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any r language contained in this Agreement, the terms of this Agreement shall prevail. a, 0 J H. Compliance with Laws. The Vendor agrees to comply with all federal, state, and municipal E laws, rules, and regulations that are now effective or in the future become applicable to the Vendor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of 0 the performance of those operations. 3 I. Public Records Act. The Vendor acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, E emails, and other records prepared or gathered by the Vendor in its performance of this Agreement may ;v be subject to public review and disclosure, even if those records are not produced to or possessed by the Q City of Kent. As such, the Vendor agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. ca a GOODS & SERVICES MAINTENANCE AGREEMENT - 6 (Over$20,000.00, including WSST) Packet Pg. 267 4.E.a J. City Business License Required. Prior to commencing the tasks described in Section I, Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of L the Kent City Code. ,0 K. Counterparts and Signatures by Fax or Email. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute o this one Agreement. Further, upon executing this Agreement, either party may deliver the signature page � to the other by fax or email and that signature shall have the same force and effect as if the Agreement aEi bearing the original signature was received in person. o IN WITNESS, the parties below execute this Agreement, which shall become effective on = the last date entered below. All acts consistent with the authority of this Agreement and prior to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed E to have applied. m L VENDOR: CITY OF KENT: Q m U c By: By: Print Name: Print Name: Dana Ralph a� Its Its Mayor a� DATE: DATE: U) 06 N O NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: O VENDOR: CITY OF KENT: °r° 0 David Scott Page Chad Bieren, P.E. a Totem Logistics, Inc. City of Kent ' 308 Clay Street NW 220 Fourth Avenue South Auburn, WA 98001 Kent, WA 98032 v L (501) 332-1231 (telephone) (253) 856-5500 (telephone) J spage@pacbell.net (email) PublicWorks@KentWa.gov (email) -j O APPROVED AS TO FORM: u� r Kent Law Department E a� r ATTEST: t° 3 c as Kent City Clerk E d L Q E V Q GOODS & SERVICES MAINTENANCE AGREEMENT - 7 (Over$20,000.00, including WSST) Packet Pg. 268 4.E.a DECLARATION L CITY OF KENT NON-DISCRIMINATION POLICY ° r The City of Kent (City) is committed to conform to Federal and State laws regarding equal J opportunity. As such all contractors, subcontractors, consultants, vendors, and suppliers who E perform work with relation to this Agreement shall comply with the regulations of the City's o equal employment opportunity policies. The City of Kent and its contractors are subject to and will comply with the following: • Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 0 252), (prohibits discrimination on the basis of race, color, national origin); Q a� • 49 C.F.R. Part 21 (entitled Non-discrimination In Federally-Assisted Programs c Of The Department Of Transportation-Effectuation Of Title VI Of The Civil Rights Act Of 1964); c • 28 C.F.R. section 50.3 (U.S. Department of Justice Guidelines for Enforcement of Title VI of the Civil Rights Act of 1964). W • Ch. 49.60 RCW (Washington Law Against Discrimination) U) 06 N O The preceding statutory and regulatory cites hereinafter are referred to as "the Acts and 0 Regulations". 00 0 The following statements specifically identify the requirements the City deems necessary for any contractor, subcontractor, or supplier on this specific Agreement to adhere to. An affirmation of all of the following is required for this Agreement to be valid and binding. If any contractor, subcontractor, or supplier willfully misrepresents themselves with regard to the directives L) outlined below, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement. J 3-1 The statements are as follows: 0 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of J sex, race, color, national origin, age, or the presence of all sensory, mental or physical E disability. O 3. During the time of this Agreement I, the prime contractor, will provide a written 3 statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. a) N 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and Q promotion of women and minorities. c a� 5. During the performance of this contract, the contractor, for itself, its assignees, and E successors in interest (hereinafter referred to as the "contractor") agrees as follows: a EEO COMPLIANCE DOCUMENTS - 1 of 5 Packet Pg. 269 4.E.a A. Compliance with Regulations: The contractor, subcontractor, consultant, vendor, and supplier (hereinafter "Contractor") will comply with all Acts and the L Regulations relative to non-discrimination, including those applicable to Federally- 4- assisted programs of the U.S. Department of Transportation, State-assisted programs through the Washington State Department of Transportation, and generally under Washington's Law Against Discrimination, Ch. 49.60 RCW, as they J may be amended from time to time, which are herein incorporated by reference E and made a part of this contract. o B. Non-discrimination: The contractor, with regard to the work performed by it 3 during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or CD indirectly in the discrimination prohibited by the Acts and the Regulations, including C employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR Part 21. c as C. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made 2M by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or •2 supplier will be notified by the contractor of the contractor's obligations under this � contract and the Acts and the Regulations relative to non-discrimination on the 06 grounds of race, color, or national origin. a 0 0 D. Information and Reports: The contractor will provide all information and reports required by the Acts and Regulations and directives issued pursuant thereto and will00 permit access to its books, records, accounts, other sources of information, and its facilities as may be determined applicable to contractor's contract by the City or the Washington State Department of Transportation to be pertinent to ascertain compliance with such Acts and Regulations and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or L) L refuses to furnish the information, the contractor will so certify to the City or the Washington State Department of Transportation, as appropriate, and will set forth what efforts it has made to obtain the information. � 0 w E. Sanctions for Noncompliance: In the event of a contractor's noncompliance with the non-discrimination provisions of this contract, the City will impose such contract N sanctions as it or the Washington State Department of Transportation may o determine to be appropriate, including, but not limited to: J E a� a. withholding payments to the contractor under the contract until the 0 contractor complies; and/or b. cancelling, terminating, or suspending a contract, in whole or in part. 3 c a� F. Incorporation of Provisions: The contractor will include the provisions of E paragraphs (A) through (F) above in every subcontract, including procurements of ;v materials and leases of equipment, unless exempt by the Acts and Regulations and Q directives issued pursuant thereto. The contractor will take action with respect to r_ any subcontract or procurement as the City or the Washington State Department of E Transportation may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor becomes involved in, a or is threatened with litigation by a subcontractor, or supplier because of such EEO COMPLIANCE DOCUMENTS - 2 of 5 Packet Pg. 270 4.E.a direction, the contractor may request the City to enter into any litigation to protect the interests of the City. In addition, the contractor may request the United States L to enter into the litigation to protect the interests of the United States. 4° 6. During the performance of this contract, the contractor, for itself, its assignees, and T successors in interest agrees to comply with the following non-discrimination statutes and J authorities; including but not limited to: E a� 0 Pertinent Non-Discrimination Authorities: 3 i. Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR L Part 21. Q ii. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); iii. Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); iv. Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; 06 0 V. The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), o (prohibits discrimination on the basis of age); 0 vi. Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as co amended, (prohibits discrimination based on race, creed, color, national origin, or C11 sex); a vii. The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the J programs or activities of the Federal-aid recipients, sub-recipients and contractors, � whether such programs or activities are Federally funded or not); viii. Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability in the operation of public entities, public and private N transportation systems, places of public accommodation, and certain testing entities c (42 U.S.C. §§ 12131-12189) as implemented by Department of Transportation J regulations at 49 C.F.R. parts 37 and 38; o ix. The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and 3 sex); X. Executive Order 12898, Federal Actions to Address Environmental Justice in E Minority Populations and Low-Income Populations, which ensures Non- discrimination against minority populations by discouraging programs, policies, and Q activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; xi. Executive Order 13166, Improving Access to Services for Persons with Limited 20 English Proficiency, and resulting agency guidance, national origin discrimination a EEO COMPLIANCE DOCUMENTS - 3 of 5 Packet Pg. 271 4.E.a includes discrimination because of Limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP o persons have meaningful access to your programs (70 Fed. Reg. at 74087 to N 74100); N xii. Title IX of the Education Amendments of 1972, as amended, which prohibits you o from discriminating because of sex in education programs or activities (20 U.S.C. ' 1681 et seq). o xiii. Washington Law Against Discrimination (Ch. 49.60 RCW) 7. The submission of the final invoice for this contract will constitute a reaffirmation that the preceding statements were complied with during the course of the contract's performance. O aD By signing below, I agree to fulfill the five requirements referenced above. a By: For: Cn Title: (D Date: U) 0a O O C9 00 r O Q 3 C R d U O r r J 0 N V r N 0 O J E O r O H L r.+ C d E O O L Q f+ d E V R a EEO COMPLIANCE DOCUMENTS - 4 of 5 Packet Pg. 272 4.E.a CITY OF KENT ADMINISTRATIVE POLICY L O 4- r NUMBER: 1.2 EFFECTIVE DATE: October 20, 2022 a� 0 J E N r O H t •3 SUBJECT: INCLUSIVE CONTRACTING SUPERSEDES: January 1, 1998 as E APPROVED BY Dana Ralph, Mayor a L POLICY: U c Equal employment opportunity and non-discrimination in contracting requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants, and c suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: a� 1. Provide a written statement to all new employees and subcontractors indicating 06 commitment as an equal opportunity employer. a O O 2. Actively consider for promotion and advancement available minorities and women. �? 00 Further, all contractors, subcontractors, consultants, suppliers, grantees, or subgrantees of the cD City, regardless of the value of the Agreement, are required to sign the City's Non-Discrimination a Policy Declaration, prior to commencing performance. ' a� Any contractor, subcontractor, consultant or supplier who willfully disregards the City's U nondiscrimination and equal opportunity requirements shall be considered in breach of contract °J and subject to suspension or termination for all or part of the Agreement. 3-1 Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public W Works Departments to coordinate with the City's Title VI coordinator, and perform the following ; duties for their respective departments. N 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these � regulations are familiar with the regulations and the City's equal employment opportunity E policy. 0 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. 3 c a� E a� as L Q E V Q EEO COMPLIANCE DOCUMENTS - 5 of 5 Packet Pg. 273 4.E.a Exhibit A - Scope of Work G Totem logistics Inc.. O CONTRACTOR RESPONSIBILITIES: J E Totem Logistics Inc. (hereinafter "Contractor")will satisfy all responsibility's enumerated below: o A. Provide for enough staff to complete the Work for each Route. Cleanup duties shall include collecting and properly disposing of all garbage, trash, waste, debris and other non-biohazardous materials 3 generally located within 10ft of rights of ways edges along with other identified focus areas located c within each Route a copy of which is attached as Exhibit A to this RFP for reference. Disposal shall be at E a site permitted to accept such materials. L B. Contractor shall be expected to collect and dispose of biohazardous materials and substances when Q and where minimal amounts exist within each Route. Contractor is directed to contact the City c designated representative when in excess of minimal amounts of biohazardous materials and substances exist. Contractor is directed to use their best judgement in determining what constitutes a minimal c amount of biohazardous substances and materials. cv C. Contractor shall supply all labor, material,tools, protective clothing, and gear, and equipment that is N as required or needed to perform the work to handle, remove,transport, and dispose of the waste materials and leave a clean site. U) D. Contractor shall provide all supervision and management of crews and ensure all necessary safety 06 procedures are followed.This individual will serve as the City's contact. All workers will be direct Totem o Logistics Employees. G E. Contractor shall work with the City to establish "billing cycles" which shall consist of no more than two co billing cycles per month and coincide with the City's check-run dates (Ex. Billing cycle#1 = 1st—15th Q working days to be invoiced to the City no later than "x" date).The Contractor will submit invoices reflective of the time and materials expensed for the previous billing cycle.All invoices shall include the total amount of the contract,the remaining balance available against the contract prior to the invoiced billingcycle, and the remaining contract balance after payment of invoiced Pa Period,the billing cycle Y g p Y Y g Y v dates being invoiced for and an itemized breakdown of the hours and expenses being invoiced to the r City. All hours being billed at prevailing wages must first be certified by Washington State Labor and J Industries and receipt copies for all disposal must be attached to the invoice. � O F. Contractor shall notify the City's designated representative in the event that interference from individual(s), road construction, or other obstacles exist that cause interference with the Contractor performing their Work. r G. Contractor shall follow best practices work procedures while performing their Work. o J H. Contractor shall immediately contact appropriate law enforcement and City representative if a aEi weapon is found. o I. Contractor shall always perform work in a timely and efficient manner and in a courteous and business-like manner. 3 c J. Contractor shall pay prevailing wages for all work performed to the extent required by law. E K. Contractor shall properly handle and dispose of solid waste and hazardous waste in accordance with L all applicable laws. °f Q L. Contractor shall comply with any other responsibility imposed by the terms of this RFP. c a� E ca Q Packet Pg. 274 4.E.a Li L 0 .. N Totem logistics Inc. 0 J BID PROPOSAL SECTION E d r 0 Total Bid not to exceed $191,904 for the contract year, allocated as follows: 3 c Route Number}Route Name/Details Distance E 1. Pacific Highway(Pac Hwy) From S 272nd St to(Cent Des Moines Road 2.50 2. S 260th St 1 S 259th Pl From Pacific Highwayto Military Rd S 0.81 a a� 3.Veterans Dr From Military Rd to 54th Ave S 1.06 4. S 212th St From Riverview Blvd S to WinCo Foods driveway 2.47 a 5. S 196th St From E Valley Hwyf 68th Ave S toW Va lley H y184th Ave S 1.00 M 6. E Valley Hwy 184th Ave S f Central Ave N From S 187th St to S 266th St 5.32 7. Hwy 516(Kent Kangley)From Central Ave N to 156th Pl SE 5.41 8. Hwy 515(104th Ave SE f 108th Ave SE) From SE 192nd St to SE 264th St 4.36 in 9. SE 256th St From 104th Ave SE to 116th Ave SE 0.70 N 10. 116th Ave SE From SE 256th St to 108th Ave SE 1.53 0 0 *Total Route Miles 25.16 00 *To be completed 5 miles per day over a period of 5 days a ** Labor and 2 Workers 5 Route Days per Monthly c Wages Overhead HrlyTctal Overhead @ 8 HrslDay 2-Week Period Total v Hazardous Waste Worker(Level)C $ 59.07 $ 40.88 $ 99.95 $ 1,599.20 $ 7,996.00 $ 15,992.00 J Landscape 3: Maintenance $ 40.00 $ 36.00 $ 76.00 $ 1,216.00 $ 680.00 $ 12,160.00 0 **Includes all cost to fully clean each identified route,consecutively,twice per month 0 Maximum Pricing, Hazardous Waste Worker(Level C) - Mont 15,992 J E 12 Months =Annual Maximum $191,904 0 A A * Some workto be billed at the Landscape Maintenance rate,The reby Reducing Total Costs 3 c as E as as L a E M a Packet Pg. 275 4.E.a L O V Litter/Debris Picking Routes o J E Route Route Name Details W 0 Number 3 1. Pacific Highway (Pac Hwy) From S 272nd St to Kent Des Moines Road E a� 2. S 26011 St / S 25911 PI From Pacific Highway to Military Rd S Q 3. Veterans Dr From Military Rd to 541h Ave S a) c 4. S 212th St From Riverview Blvd S to c WinCo Foods driveway as S. S 196th St From E Valley Hwy/68th Ave S to W W Valley Hwy/84th Ave S U) 06 N 6. E Valley Hwy / 84th Ave S / From S 187th St to S 266th St '0 O O Central Ave N 00 7. Hwy 516 (Kent Kangley) From Central Ave N to 156th PI SE a 8. Hwy 515 (1041h Ave SE / From SE 192"d St to SE 264th St ' c R m 108th Ave SE) v L 9. SE 256th St From 104th Ave SE to 1161h Ave SE J 10. 1161h Ave SE From SE 256th St to 108th Ave SE O u� r O J E N r O H t 3 c as E W d L Q E V Q Packet Pg. 276 4.E.a L O Pacific Highway (Pac Hwy) NSA a' `�° �OIr1t�S�RLY O m E � N �? S Kent Des Moines Rd o N 516 Highline College s1 ' 3 v •� ZENITH S240thst MIDWAY Kent 1 L a� Dick's Drive-in 516 Q m Best West( Plaza By Th. c ep Rig c ro 0 Pacific Hwy/Hwy 99 516 N r° D a m leek v N q � N to �D BECU cr -it union N 0 Saltwater n State Pk West o Fenwick Park O T Kaleafa Cannabis9 3 Company- Des Moines ao cc `fie S 2590 Lake a Fenwick Park � c o U L r J WOODMONT BEACH O fY S 272nd St 2 �O ale a, STAR LAKE S 272nd St N O J E N r O H t �3 c as E W d CID Q E V Q Packet Pg. 277 4.E.a L. O S 260t" St / S 259tn PI rn BECU-Insuted byNCUA DuckyDaycare .0v J a ° E s zsam s o � s r iA r° O Rising Star g ~ Home Daycarev S Sam 5 2:bth 5' S 256fh St � Garbage Drop Point 4 N Kalea(a Cannabis E n Com any-Des Moines � at N II f 254ih St n N S 259 , El Rinco sito I Feder, rA pt Q way on Pacific �cj ;z' S 260th St 9 Pembrooke Apartment ��" ��'' S 260Ih St S 2eofh In S 260th Sf C 6C3 et a St e K 5 ZGISI PI V �¢ Sergio Sidi g Company4 i Q (D s 262nd St V) N Le Oa 3rd PI a 5 26376�'� n O O 00 r O Q 3 C R d U L O r r J 0 to V r to O J E O r O H L r.+ C d E O O L Q f+ d E V R a Packet Pg. 278 4.E.a L O Veterans Drive O P, J n E Bin(4 Lipe Corporation r Seattle Office v 0 � I � a Grandview Opensquare +�- w Off-Leash Kent Warehouse :,n Dag Park QGrand:eeva Veterans Dr yeferansOr Q �e�QtacSO` Garbage Drop Point Woods Pak 3-1z81 hSr — C ay Chirop act!• �t National A o Collision I - � U�)( y 7Atth St KJ O Balance Massage Q O a d Bodvwork (� 00 r O Q 3 C R d U O r r J 0 rn V r to O J E O r O H L r.+ C d E O O L Q f+ d V R a Packet Pg. 279 4.E.a L. O S 212t" St r ary c a—, 3R Technologyq Lill Ngrih American - _ J 81-Grigln Center pent „ Mnvrng and Storagev Curfifi Blue Lin¢-Ken+ T �' QServ:a�.1,i',.- r Hb Supply;Faal ih es v a g 212tM1OB mess ParkO _ !f O Mari+tairance ` WInCo�'p'adeQ L A an anon Recruuing Amazon Fulfillment ^ r valley Floor pffce BFl4v �Cen[er nF14 MAIN h Awi=coumenuo=® s ' G`omi�uniry BHC Petes® svmns �r /� ®NatyaKs AdvantageA t bit ctY f(�� ©Amer can Bitteld Pgrid �u a �>,pltle' � ryr+p�dy4 — ig2_J2rh'g[ Inte nat ana Aulovaq Tap R. we GoivYou6' n m vLogist sOAL) a) �T{ F—MI DMA%Corporation 9S s.11 E O v An n Bag drop N QusFoods CHEFSToa` y sz+sin nt , L ylnQ n ity Church S 216Ih S[ s2's.h st -_ Regional Animal s2r6+M1R hue Or: © CMS ReIoGatian Ite vSeryicesaf King County &Logistics Q N z i Greer7'River Natural _ Resources Area Pacific Business ARH a Associatesv S u l a's Home Chittl care enAirenl`...' ,, m Park Nprthv [)WA6v w a hQ Repuh3io 3ervlces n ©Wino Vi sta Mobile) s ! �` Home Estates l Metal Supeutrarkats `,0 Ernie's Fu¢I stop szzarn at °gisQ Athc Protecisv QSeaplei Keni � r SM.inny Kitty Fat s QSara LTL Freight C v 9 nterpriac Truck Renal —___ •(Q -1I - Comfort InnQ (PR me( OA1. dham C ' Kant-Seattle TKent SaPrli,nty'ail Annex _ 06 Brands Erotic MetalsF ng ss2[Ug oan Logistics � sus f (dishiGativn center) tnw 1 Granire a quartz 9 Sil , rings Shaw 1ndu9[ri Ext¢Atl¢d Stay America A.partm¢nts� V _—v 9auus fiv bi9count©Irect17 ® Q -SeattErre'dev fir` _ aNhArv6 I •� Cd� tion paolfc coast Seatle Office Fed Ex Fre:gM --Ravys n Pala ud Com Tractor Supp'.'�- Rerheley i' CD v Q Q ' ooggYBay�aGoogFe vanrQ a 'v Apal ■I 06 N O O 00 T_ O rL 7 C R d U L r r J 0 N V r to O J E N r O H t �3 .r c w E w d L Q �-a C w E V Q Packet Pg. 280 4.E.a L. 0 S 196t" St O E a� va, i O o Beacon Plumbi s i9z�,d st Heating,Electrical F- QWest Valley Business Park o c th st Co Co tv Davis Wire Cor oration19 S 194th PI p y S,Sam 5! D Garbage Drop Polrt m { First Call Plusv Q S 196th St d Manheim beattle O e, 2 Auto Auction S 196th St b QPape Machinery Construction&Forestry Alexander Party Rentals 0 to ?ing Employees y Tennis CJu h ro ro i 'a S 2001h Oa to O Noru 00 r O SZ AXIOM C R d U r ow a ii r LL I° W wnw �; • A ���� 0 - tv t V R a Packet Pg. 281 4.E.a L O E Valley Hwy / 84th Ave S / Central Ave NCn 1 O J E O Urud ra Singh H Sa�1 6a of shington a � t 16 w _ c E r � s i.��• tit": Q 51 V C }i fC 7 � N a+ WinUe Food rn a� lal 5-212th Sl =- >v ity a� 16 In Oa t/1 O ,5. O c� 00 u C � w � 4J n Q 47 3 � C R d U r r EJaw,%S1 EAST HILL J Kent W 1 .Starbu 5 CEHIC HILL to V r S, fn rIV@r'icL SIr, O Office of Ken J SE: E 15 �' O F- The Name Depot eD C � � E L Q r C d t la a Packet Pg. 282 4.E.a L. O Hwy 516 (Kent Kangley) O J E O r e ames sl Fred Meyer SE 240th St SE^_nr,ih Sr SE2010, se 2, SE 24oth 57 n EAST HILL a - � ♦♦ L •� tIt m Cilar' tarke rll C Sty � CENIC HILL E Car n Meridian valley O rD Country Club - (1) - n Mattson Midd L. Battle pr ^ D TJ Maxxv V � N C N ySESbtht�{f Nillcrest Burial Park© se zsam s1 sEzsau,sl � 52591h S, ?' O a CCCu Tne Nome Depot C O (j) I�I Ln Iy i4'' s jjJ 7T > n HIGH 16- V) Y. U) - .yam 4 rn 015 rn 9 � 11 n SE 2741h 5t00 .. a W � N T HOMAS y;-7�%St 277th St a O mComdorTrail v C C Cu d U >r O r r J 0 Cl) V r to O J E O r O H L r.+ C d E O O L Q f+ C d E V I,4 a Packet Pg. 283 4.E.a L O Hwy 515 (104t" Ave SE / 108t" Ave SE) Cn "'The Benson Highway" tm a - i5 E 192nd 5t - SE 192nd St w r = E O aD L Pantera Lago Estates WinCo Food = Top rated r e N i m O Oa N O O CO r O Q 3 C R d U L McLendon Hardware r 0 Luck House E. r HILL 1 N r Kent Clark Lake PkPp O SCENIC MILL rn Merl { r 516 O H t 3 w c sf 255th st minaf Transfer Inc SE 2G4th St The Home Depot ie a Coo E R5 dl f h V Y a Packet Pg. 284 4.E.a L O SE 256t" StCn TfWaterbrook 'a;s,s, O SE 252rd St s E sa.,zP, Kent Seventh-Day a, SE 252 F Vibe Apartments Adventist Church V 5 D m O t F_ 5E:A F, T.J.Maxx m +_ n � � �I 0 SE 254th N a+ m SE 254th PI O Jiffy Lube E �S20 off s nthem Learning Land i O Blendil.� Education Center E$256thT S E 2 5 6t h S t Cherubs Nursery Sch 7 SE 2561h PI I�• °' Q a C n 516 SE iSiSh Pi n �l �I'MA-FA � sSE 25Bth PI SE 258th.g', In p Knol Apartments O S of � pna Bazar C. '" �an9Aeh�a. s� 0) Seven �pth St V n Oaks Park s�ti i QURVASHI y INTERNATIONAL = m fn M ass for Less v m Sequoia Baptist Church The Home Depot m O Target 00 O Q 3 C R d U O r r J 0 to V r to 0 O J E O r O H L r.+ C d E O O L Q r d V (Q a Packet Pg. 285 4.E.a L O 116t" Ave SE Jiffy Lube o0 LLearning Land -j S20 Off SyntheticEducation Center 9 e-% bs Nursery Schc o SE 256th St w ~ to 516 SE 257th PI R 3 a ^cb, a) S. Knol Apartme 's CID Kids Heavei Q 91�h Se, :n URVASHI R Oaks 'arkIV r- 19INTERNATIONAL ir t -ne Depot Iq M rn U U) _ 516 06 SE 264th St Phan Pham Services P to °' o o C) j A 0 °.» yo pl SE ,may ao D �` O M ;t rn ro Salvador Rider �- I l Memorial Garden ca Tudor Square Park Har =y Hearts U q Montess,;ei School L r r J vPacific Northwest Limousine & Luxury... 0 Fi Millennium Elementary School d l r S E 271 st St D V An C O SE272ndP1 m �� 0 9y n IT SE 272nd PI E f9 (b Valley_ ornMUnicat+�^- enter n 9 TL S 3 S 277th St --__ Simply Serene Massage u M (n m m rGo :�jgle � SE 276th St (D d L Q E V Q Packet Pg. 286 4.E.a L 0 Exhibit B Insurance Requirements N 0 J Insurance E 0 Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which 3 may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees, or E subcontractors. Q A. Minimum Scope of Insurance U Contractor shall obtain insurance of the types described below: S Commercial General Liability insurance shall be written on Insurance Services Office (ISO) occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, 06 and liability assumed under an insured contract. The Commercial o General Liability insurance shall be endorsed to provide the Aggregate 0 Per Project Endorsement ISO form CG 25 03 11 85. The City shall be 00 named as an insured under the Contractor's Commercial General o Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 0 The Contractor may use Umbrella or Excess Policies to provide the liability limits as required in this Agreement. This form of insurance will be acceptable if all the Primary and Umbrella or Excess Policies shall N provide all the insurance coverages herein required. The Umbrella or J Excess policies shall be provided on a true "following form" or broader E coverage basis, with coverage at least as broad as provided on the o underlying Commercial General Liability insurance. •3 Automobile Liability insurance providing bodily injury and property damage liability coverage for all automobiles/vehicles used in the performance of this Agreement. This coverage must be on a primary ;v and non-contributory basis only. Coverage shall be written on ISO a form CA 00 01, or a substitute form providing equivalent liability E a Packet Pg. 287 4.E.a L 0 coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. N 0 J Workers' Compensation coverage for the employees of Contractor and E subcontractors as required by the Industrial Insurance laws of the o State of Washington. •3 B. Minimum Amounts of Insurance E W Contractor shall maintain the following insurance limits: a Commercial General Liability insurance shall be written with limits no U less than $2,000,000 per occurrence and in the aggregate, and $2,000,000 products-completed operations aggregate limit. Primary Non-Contributory Additional Insured coverage for the City of Kent, et. al. Stop Gap Liability - $1,000,000/$1,000,000/$1,000,000 Waiver of Subrogation 06 Automobile Liability insurance with a minimum combined single limit o for bodily injury and property damage of $1,000,000 per occurrence. 0 00 If the Contractor maintains broader coverage and/or higher limits than the CD minimums shown above, the City requires and shall be entitled to the broader coverage and/or the higher limits maintained by the Contractor. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. The above policy limits may be obtained with excess liability (umbrella) insurance. J C. Other Insurance Provisions R: 0 The insurance policies are to contain, or be endorsed to contain, the following provisions: N 0 J 1. The Contractor's insurance coverage shall be primary insurance E with respect to the City. Any insurance, self-insurance, or o insurance pool coverage maintained by the City shall be in excess of the Contractor's insurance policies and shall not 3 contribute to the Contractor's insurance policies. E 2. Contractor's insurer must deliver, or mail written notice of L cancellation to the named insured at least forty-five (45) days a before the effective date of the cancellation. The Contractor's insurance policy shall include an endorsement that provides the E a Packet Pg. 288 4.E.a L 0 City with written notice of cancellation forty-five (45) days before the effective date of the cancellation. If Contractor's N insurer fails to provide the City with a copy of the notice of J cancellation endorsement, the Contractor must notify the City of E any cancellation, nonrenewal or termination within two (2) o business days of their receipt of such notice. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) with respect to work E performed by or on behalf of the Contractor and a copy of the aD endorsement naming the City as an additional insured shall be a attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claims are made or suit is brought, except with respect to the limits of the insurer's liability. Oa D. Acceptability of Insurers o 0 0 Insurance is to be placed with insurers with a current A.M. Best rating of not 00 less than A:VII. o E. Verification of Coverage 3 Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the r r additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. The City waives no 0 rights, and the Contractor is not excused from performance if Contractor fails to provide the City with a copy of the endorsement naming the City as a Primary Non-Contributory Additional Insured. N 0 J F. Subcontractors E r 0 Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverage for subcontractors shall be subject to all the same insurance requirements as stated herein for the Contractor. E L Q f+ d V R a Packet Pg. 289 4/5/24,7:50 AM about:blank State of Washington o Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 N PO Box 44540, Olympia, WA 98504-4540 0 J E Washington State Prevailing Wage o The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this 3 total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. E a� a� L Journey Level Prevailing Wage Rates for the Effective Date: 04/22/2024 County Trade Job Classification Wage Holiday Overtime Note *Risk Class King Asbestos Abatement Workers Journey Level $59.07 5D 1 H View King Boilermakers Journey Level $74.29 5N 1C View U King Brick Mason Journey Level $69.07 7E 1 N View U) King Brick Mason Pointer-Caulker-Cleaner $69.07 7E 1 N View oa King Building Service Employees Janitor $29.33 5S 2F View 'a 0 King Building Service Employees Traveling Waxer/Shampooer $29.78 5S 2F View 0 c� King Building Service Employees Window Cleaner (Non-Scaffold) $32.93 5S 2F View co King Building Service Employees Window Cleaner (Scaffold) $33.93 5S 2F View Q King Cabinet Makers (In Shop). Journey Level $22.74 1 View a King Carpenters Acoustical Worker $74.96 15J 4C View 0 King Carpenters Bridge, Dock And Wharf $74.96 15J 4C View Carpenters v L King Carpenters Floor Layer Et Floor Finisher $74.96 15J 4C View r J King Carpenters Journey Level $74.96 15J 4C View King Carpenters Scaffold Erector $74.96 15J 4C View O King Cement Masons Application of all Composition $72.87 15J 41J View N Mastic 2 W King Cement Masons Application of all Epoxy $72.37 15J 41J View Material 0 J King Cement Masons Application of all Plastic $72.87 15J 41J View E Material 0 King Cement Masons Application of Sealing $72.37 15J 41J View Compound 3 King Cement Masons Application of Underlayment $72.87 15J 41J View as King Cement Masons Building General $72.37 15J 41J View E L King Cement Masons Composition or Kalman Floors $72.87 15J 41J View � King Cement Masons Concrete Paving $72.37 15J 41J View Q King Cement Masons Curb Et Gutter Machine $72.87 15J 41J View E King Cement Masons Curb Et Gutter, Sidewalks $72.37 15J 41J View King Cement Masons Curing Concrete $72.37 15J 41J View a King Cement Masons Finish Colored Concrete $72.87 15J 41J View about:blank I Packet Pg. 290 4/5/24,7:50 AM about:blank King Cement Masons Floor Grinding $72.87 15.1 4U view King Cement Masons Floor Grinding/Polisher $72.37 15J 4U View L King Cement Masons Green Concrete Saw, self- $72.87 15.1 4U View ,° powered King Cement Masons Grouting of all Plates $72.37 15J 4U View N King Cement Masons Grouting of all Tilt-up Panels $72.37 15J 4U View J King Cement Masons Gunite Nozzleman $72.87 15.1 41.1 View aEi King Cement Masons Hand Powered Grinder $72.87 15J 4U View King Cement Masons Journey Level $72.37 15J 4U View _ King Cement Masons Patching Concrete $72.37 15.1 41.1 View 3 c King Cement Masons Pneumatic Power Tools $72.87 15J 4U View E King Cement Masons Power Chipping Et Brushing $72.87 15.1 4U View m L King Cement Masons Sand Blasting Architectural $72.87 15.1 4U View °f Q Finish m U King Cement Masons Screed Et Rodding Machine $72.87 15J 4U View c King Cement Masons Spackling or Skim Coat $72.37 15.1 4U View ; Concrete King Cement Masons Troweling Machine Operator $72.87 15J 4U View King Cement Masons Troweling Machine Operator on $72.87 15J 4U View U Colored Slabs a� King Cement Masons Tunnel Workers $72.87 15.1 4U View N King Divers Et Tenders Bell/Vehicle or Submersible $129.71 15J 4C View Operator (Not Under Pressure) °o King Divers Et Tenders Dive Supervisor/Master $93.94 15.1 4C View �? King Divers Et Tenders Diver $129.71 15.1 4C 8V View °ro 0 King Divers Et Tenders Diver On Standby $88.94 15J 4C View King Divers Et Tenders Diver Tender $80.82 15J 4C View King Divers Et Tenders Hyperbaric Worker - $93.26 15J 4C View Compressed Air Worker 0-30.00 PSI v L King Divers Et Tenders Hyperbaric Worker - $98.26 15J 4C View J Compressed Air Worker 30.01 44.00 PSI 0 King Divers Et Tenders Hyperbaric Worker - $102.26 15.1 4C View Compressed Air Worker 44.01 54.00 PSI I �, King Divers Et Tenders Hyperbaric Worker - $107.26 15J 4C View 00) Compressed Air Worker 54.01 60.00 PSI King Divers Et Tenders Hyperbaric Worker - $109.76 15J 4C View 0 Compressed Air Worker 60.01 64.00 PSI 3 King Divers Et Tenders Hyperbaric Worker - $114.76 15.1 4C View E Compressed Air Worker 64.01 68.00 PSI L King Divers Et Tenders Hyperbaric Worker - $116.76 15J 4C View Q Compressed Air Worker 68.01 - c 70.00 PSI E King Divers Et Tenders Hyperbaric Worker - $118.76 15J 4C View Compressed Air Worker 70.01 72.00 PSI Q about:blank Packet Pg. 291 4/5/24,7:50 AM about:blank King Divers Et Tenders Hyperbaric Worker - $120.76 15.1 4C view Compressed Air Worker 72.01 74.00 PSI 0 King Divers Et Tenders Manifold Operator $80.82 15J 4C View King Divers Et Tenders Manifold Operator Mixed Gas $85.82 15.1 4C View �, King Divers Et Tenders Remote Operated Vehicle $80.82 15.1 4C View o Operator/Technician J E King Divers Et Tenders Remote Operated Vehicle $75.41 15J 4C View Tender o 0 z King Dredge Workers Assistant Engineer $79.62 5D 3F View 3 King Dredge Workers Assistant Mate (Deckhand) $79.01 5D 3F View King Dredge Workers Boatmen $79.62 5D 3F View a� King Dredge Workers Engineer Welder $81.15 5D 3F View King Dredge Workers Leverman, Hydraulic $82.77 5D 3F View Q m King Dredge Workers Mates $79.62 5D 3F View c King Dredge Workers Oiler $79.01 5D 3F View King Drywall Applicator Journey Level $75.73 150 11S View King Drywall Tapers Journey Level $75.73 150 11S View King Electrical Fixture Maintenance Journey Level $38.69 5L 1 E View Workers King Electricians - Inside Cable Splicer $109.35 7C 4E View in King Electricians - Inside Cable Splicer (tunnel) $117.52 7C 4E View y King Electricians - Inside Certified Welder $105.63 7C 4E View 0 King Electricians - Inside Certified Welder (tunnel) $113.43 7C 4E View �? King Electricians - Inside Construction Stock Person $51.53 7C 4E View *0 0 King Electricians - Inside Journey Level $101.92 7C 4E View King Electricians - Inside Journey Level (tunnel) $109.35 7C 4E View King Electricians - Motor Shop Journey Level $48.68 5A 1 B View King Electricians - Powerline Cable Splicer $93.00 5A 4D View mv Construction Y King Electricians - Powerline Certified Line Welder $85.42 5A 4D View Construction 3: King Electricians - Powerline Groundperson $55.27 5A 4D View Construction ' King Electricians - Powerline Heavy Line Equipment $85.42 5A 4D View Construction Operator 0 King Electricians - Powerline Journey Level Lineperson $85.42 5A 4D View -J Construction E a� Y King Electricians - Powerline Line Equipment Operator $73.35 5A 4D View 0 Construction z Y King Electricians - Powerline Meter Installer $55.27 5A 4D 8W View 3 Y Construction as King Electricians - Powerline Pole Sprayer $85.42 5A 4D View aEi Construction King Electricians - Powerline Powderperson $63.50 5A 4D View Q Construction a� King Electronic Technicians Journey Level $65.66 7E 1 E View E King Elevator Constructors Mechanic $111.26 7D 4A View Y King Elevator Constructors Mechanic In Charge $120.27 7D 4A View a about:blank I Packet Pg. 292 4/5/24,7:50 AM about:blank King Fabricated Precast Concrete All Classifications - In-Factory $21.34 5B 1 R view Products Work Only King Fence Erectors Fence Erector $50.07 15J 11 P 8Y View ,o King Fence Erectors Fence Laborer $50.07 15J 11 P 8Y View U) King Flaggers Journey Level $50.07 15J lip 8Y View 1N cm King Glaziers Journey Level $79.16 7L 1y View J King Heat Et Frost Insulators And Journey Level $87.15 15H 11C View aEi Asbestos Workers 0 King Heating Equipment Mechanics Journey Level $96.42 7F 1 E View z Y_ King Hod Carriers Et Mason Tenders Journey Level $62.49 15J lip 8Y View 3 .r King Industrial Power Vacuum Journey Level $16.28 1 View Cleaner aEi King Inland Boatmen Boat Operator $61.41 5B 1 K View L King Inland Boatmen Cook $56.48 5B 1 K View Q m King Inland Boatmen Deckhand $57.48 5B 1 K View r_ King Inland Boatmen Deckhand Engineer $58.81 5B 1 K View King Inland Boatmen Launch Operator $58.89 5B 1 K View S King Inland Boatmen Mate $57.31 5B 1 K View King Inspection/Cleaning/Sealing Of Cleaner Operator $49.48 15M 110 View U Sewer Et Water Systems By Remote Control cn King Inspection/Cleaning/Sealing Of Foamer Operator $49.48 15M 110 View y Sewer Et Water Systems By. o Remote Control ° 0 King Inspection/Cleaning/Sealing Of Grout Truck Operator $49.48 15M 110 View 00 Sewer Et Water Systems By c Remote Control 7t King Inspection/Cleaning/Sealing Of Head Operator $47.41 15M 110 View Sewer Et Water Systems By Remote Control U King Inspection/Cleaning/Sealing Of Technician $41.20 15M 110 View Sewer Et Water Systems By Remote Control J King Inspection/Cleaning/Sealing Of TV Truck Operator $44.31 15M 110 View 0 Sewer Et Water Systems By , Remote Control N King Insulation Applicators Journey Level $74.96 15J 4C View 0 King Ironworkers Journeyman $87.80 15K 11 N View J King Laborers Air, Gas Or Electric Vibrating $59.07 15J lip 8Y View E Screed 0 King Laborers Airtrac Drill Operator $60.90 15J lip 8Y View Y King Laborers Ballast Regular Machine $59.07 15J lip 8Y View 3 King Laborers Batch Weighman $50.07 15J lip 8Y View King Laborers Brick Pavers $59.07 15J lip 8Y View aEi d King Laborers Brush Cutter $59.07 15J lip 8Y View `O King Laborers Brush Hog Feeder $59.07 15J lip 8Y View Q King Laborers Burner $59.07 15J lip 8Y View King Laborers Caisson Worker $60.90 15J lip 8Y View King Laborers Carpenter Tender $59.07 15J lip 8Y View a King Laborers Cement Dumper-paving $60.15 15J lip 8Y View about:blank I Packet Pg. 293 4/5/24,7:50 AM about:blank King Laborers Cement Finisher Tender $59.07 15J 11 P 8Y view King Laborers Change House Or Dry Shack $59.07 15J lip 8Y View L King Laborers Chipping Gun (30 Lbs. And $60.15 15J lip 8Y View ,° Over) King Laborers Chipping Gun (Under 30 Lbs.) $59.07 15J 11P 8Y View N King Laborers Choker Setter $59.07 15J lip 8Y View J King Laborers Chuck Tender $59.07 15J lip 8Y View E King Laborers Clary Power Spreader $60.15 15J lip 8Y View King Laborers Clean-up Laborer $59.07 15J lip 8Y View _ King Laborers Concrete Dumper/Chute $60.15 15J lip 8Y View 3 Operator King Laborers Concrete Form Stripper $59.07 15J lip 8Y View m King Laborers Concrete Placement Crew $60.15 15J lip 8Y View Q King Laborers Concrete Saw Operator/Core $60.15 15J lip 8Y View Driller c King Laborers Crusher Feeder $50.07 15J lip 8Y View King Laborers Curing Laborer $59.07 15J lip 8Y View E King Laborers Demolition: Wrecking Et Moving $59.07 15J lip 8Y View (Incl. Charred Material) King Laborers Ditch Digger $59.07 15J lip 8Y View King Laborers Diver $60.90 15J lip 8Y View N o� King Laborers Drill Operator (Hydraulic, $60.15 15J lip 8Y View Diamond) °o King Laborers Dry Stack Walls $59.07 15J lip 8Y View �? King Laborers Dump Person $59.07 15J lip 8Y View °r° 0 King Laborers Epoxy Technician $59.07 15J lip 8Y View King Laborers Erosion Control Worker $59.07 15J lip 8Y View King Laborers Faller Et Bucker Chain Saw $60.15 15J lip 8Y View m King Laborers Fine Graders $59.07 15J lip 8Y View v L King Laborers Firewatch $50.07 15J lip 8Y View r King Laborers Form Setter $60.15 15J lip 8Y View -J King Laborers Gabian Basket Builders $59.07 15J lip 8Y View p King Laborers General Laborer $59.07 15J lip 8Y View King Laborers Grade Checker Et Transit Person $62.49 15J lip 8Y View u King Laborers Grinders $59.07 15J lip 8Y View 0) King Laborers Grout Machine Tender $59.07 15J lip 8Y View King Laborers Groutmen (Pressure) Including $60.15 15J lip 8Y View Post Tension Beams 0 King Laborers Guardrail Erector $59.07 15J lip 8Y View r King Laborers Hazardous Waste Worker (Level $60.90 15J lip 8Y View 3 A) King Laborers Hazardous Waste Worker (Level $60.15 15J lip 8Y View m B) King Laborers Hazardous Waste Worker (Level $59.07 15J lip 8Y View Q C) a� King Laborers High Scaler $60.90 15J lip 8Y View E King Laborers Jackhammer $60.15 15J lip 8Y View King Laborers Laserbeam Operator $60.15 15J lip 8Y View a about:blank I Packet Pg. 294 4/5/24,7:50 AM about:blank King Laborers Maintenance Person $59.07 15J 11 P 8Y view King Laborers Manhole Builder-Mudman $60.15 15J lip 8Y View L King Laborers Material Yard Person $59.07 15J lip 8Y View ,° King Laborers Mold Abatement Worker $59.07 15J lip 8Y View r King Laborers Motorman-Dinky Locomotive $62.59 15J lip 8Y View King Laborers nozzleman (concrete pump, $62.49 15J lip 8Y View green cutter when using aEi combination of high pressure o air Et water on concrete Et rock, sandblast, gunite, shotcrete, water blaster, 3 vacuum blaster) King Laborers Pavement Breaker $60.15 15J lip 8Y View m King Laborers Pilot Car $50.07 15J lip 8Y View Q King Laborers Pipe Layer (Lead) $62.49 15J lip 8Y View King Laborers Pipe Layer/Tailor $60.15 15J lip 8Y View c King Laborers Pipe Pot Tender $60.15 15J lip 8Y View 12 c King Laborers Pipe Reliner $60.15 15J lip 8Y View M King Laborers Pipe Wrapper $60.15 15J lip 8Y View U) King Laborers Pot Tender $59.07 15J lip 8Y View King Laborers Powderman $60.90 15J lip 8Y View 0 U) King Laborers Powderman's Helper $59.07 15J lip 8Y View 06 King Laborers Power Jacks $60.15 15J lip 8Y View o King Laborers Railroad Spike Puller - Power $60.15 15J lip 8Y View 0 King Laborers Raker -Asphalt $62.49 15J lip 8Y View oo King Laborers Re-timberman $60.90 15J lip 8Y View cD King Laborers Remote Equipment Operator $60.15 15J lip 8Y View 0 King Laborers Rigger/Signal Person $60.15 15J lip 8Y View King Laborers Rip Rap Person $59.07 15J lip 8Y View T U King Laborers Rivet Buster $60.15 15J lip 8Y View 0 r King Laborers Rodder $60.15 15J lip 8Y View King Laborers Scaffold Erector $59.07 15J lip 8Y View 3: King Laborers Scale Person $59.07 15J lip 8Y View King Laborers Sloper (Over 20") $60.15 15J lip 8Y View King Laborers Sloper Sprayer $59.07 15J lip 8Y View y King Laborers Spreader (Concrete) $60.15 15J lip 8Y View 0 King Laborers Stake Hopper $59.07 15J lip 8Y View aEi r King Laborers Stock Piler $59.07 15J lip 8Y View O King Laborers Swinging Stage/Boatswain $50.07 15J lip 8Y View r Chair 3 King Laborers Tamper Et Similar Electric, Air $60.15 15J lip 8Y View Et Gas Operated Tools E 0 L King Laborers Tamper (Multiple Et Self- $60.15 15J lip 8Y View � propelled) Q King Laborers Timber Person - Sewer (Lagger, $60.15 15J lip 8Y View W Shorer Et Cribber) E t King Laborers Toolroom Person (at Jobsite) $59.07 15J lip 8Y View Y King Laborers Topper $59.07 15J lip 8Y View a King Laborers Track Laborer $59.07 15J lip 8Y View about:blank Packet Pg. 295 4/5/24,7:50 AM about:blank King Laborers Track Liner (Power) $60.15 15.1 11 P 8Y view King Laborers Traffic Control Laborer $53.54 15J 11 P 9C View L King Laborers Traffic Control Supervisor $56.73 15.1 11 P 9C View ,° King Laborers Truck Spotter $59.07 15J 11 P 8Y View r King Laborers Tugger Operator $60.15 15J lip 8Y View •T King Laborers Tunnel Work-Compressed Air $175.79 15.1 lip 9B View Worker 0-30 psi aEi King Laborers Tunnel Work-Compressed Air $180.82 15J lip 9B View 0 Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $184.50 15J lip 9B View 3 Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $190.20 15.1 lip 9B View aEi Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $192.32 15J lip 9B View Q Worker 60.01-64.00 psi a) c King Laborers Tunnel Work-Compressed Air $197.42 15J lip 9B View Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $199.32 15J lip 9B View 16 Worker 68.01-70.00 psi N King Laborers Tunnel Work-Compressed Air $201.32 15J lip 9B View Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $203.32 15.1 lip 9B View N Worker 72.01-74.00 psi y King Laborers Tunnel Work-Guage and Lock $62.59 15J lip 8Y View c Tender C9 King Laborers Tunnel Work-Miner $62.59 15J lip 8Y View 00 King Laborers Vibrator $60.15 15.1 lip 8Y View King Laborers Vinyl Seamer $59.07 15J lip 8Y View King Laborers Watchman $45.51 15.1 lip 8Y View King Laborers Welder $60.15 15J lip 8Y View U King Laborers Well Point Laborer $60.15 15J lip 8Y View °r r King Laborers Window Washer/Cleaner $45.51 15J lip 8Y View King Laborers - Underground Sewer General Laborer Et Topman $59.07 15J lip 8Y View � Et Water W King Laborers - Underground Sewer Pipe Layer $60.15 15J lip 8Y View Et Water King Landscape Construction Landscape $45.51 15J lip 8Y View c Construction/Landscaping Or J Planting Laborers aEi r King Landscape Construction Landscape Operator $82.25 15J 11 G 8X View 0 King Landscape Maintenance Groundskeeper $17.87 1 View r King Lathers Journey Level $75.73 150 11S View King Marble Setters Journey Level $69.07 7E 1 N View E King Metal Fabrication In Shop). Fitter/Certified Welder $42.17 151 11 E View i King Metal Fabrication (In Shop). General Laborer $30.07 151 11 E View Q King Metal Fabrication In Shop). Mechanic $43.63 151 11 E View c a� King Metal Fabrication (In Shop). Welder/Burner $39.28 151 11 E View E King Millwright Journey Level $76.51 15J 4C View King Modular Buildings Cabinet Assembly $16.28 1 View a King Modular Buildings Electrician $16.28 1 View about:blank Packet Pg. 296 4/5/24,7:50 AM about:blank King Modular Buildings Equipment Maintenance $16.28 1 view King Modular Buildings Plumber $16.28 1 View L King Modular Buildings Production Worker $16.28 1 View ,0 King Modular Buildings Tool Maintenance $16.28 1 View r King Modular Buildings Utility Person $16.28 1 View King Modular Buildings Welder $16.28 1 View King Painters Journey Level $51.71 6Z 11J View E r King Pile Driver Crew Tender $80.82 15J 4C View 0 King Pile Driver Journey Level $75.41 15J 4C View z King Plasterers Journey Level $70.91 7Q 1 R View King Plasterers Nozzleman $74.91 7Q 1 R View E King Playground Et Park Equipment Journey Level $16.28 1 View L Installers °f Q King Plumbers Et Pipefitters Journey Level $103.19 6Z 1G View c King Power Equipment Operators Asphalt Plant Operators $83.62 15J 11G 8X View c King Power Equipment Operators Assistant Engineer $78.65 15J 11G 8X View d King Power Equipment Operators Barrier Machine (zipper) $82.88 15J 11G 8X View King Power Equipment Operators Batch Plant Operator: concrete $82.88 15J 11G 8X View U King Power Equipment Operators Boat Operator $83.95 7A 11 H 8X View King Power Equipment Operators Bobcat $78.65 15J 11G 8X View in King Power Equipment Operators Brokk - Remote Demolition $78.65 15J 11G 8X View y Equipment 0 King Power Equipment Operators Brooms $78.65 15J 11G 8X View 0 King Power Equipment Operators Bump Cutter $82.88 15J 11G 8X View co King Power Equipment Operators Cableways $83.62 15J 11G 8X View cD King Power Equipment Operators Chipper $82.88 15J 11G 8X View 0- 0 King Power Equipment Operators Compressor $78.65 15J 11G 8X View c R King Power Equipment Operators Concrete Finish Machine - $78.65 15J 11G 8X View m Laser Screed v L King Power Equipment Operators Concrete Pump - Mounted Or $82.25 15J 11G 8X View r Trailer High Pressure Line J Pump, Pump High Pressure p King Power Equipment Operators Concrete Pump: Truck Mount $83.62 15J 11G 8X View With Boom Attachment Over 42 M King Power Equipment Operators Concrete Pump: Truck Mount $82.88 15J 11G 8X View J With Boom Attachment Up To J 42 m aD r King Power Equipment Operators Conveyors $82.25 15J 11G 8X View t0 King Power Equipment Operators Cranes Friction: 200 tons and $86.48 7A 11 H 8X View 3 over c King Power Equipment Operators Cranes, A-frame: 10 tons and $78.95 7A 11 H 8X View under d King Power Equipment Operators Cranes: 100 tons through 199 $84.77 7A 11 H 8X View Q tons, or 150' of boom (including jib with attachments) E King Power Equipment Operators Cranes: 20 tons through 44 $83.20 7A 11 H 8X View tons with attachments a about:blank Packet Pg. 297 4/5/24,7:50 AM about:blank King Power Equipment Operators Cranes: 200 tons- 299 tons, or $85.66 7A 11 H 8X view 250' of boom including jib with attachments L 0 King Power Equipment Operators Cranes: 300 tons and over or $86.48 7A 11 H 8X View 300' of boom including jib with r attachments T) 0) King Power Equipment Operators Cranes: 45 tons through 99 $83.95 7A 11 H 8X View � tons, under 150' of E a� boom(including jib with 0 attachments) ~ King Power Equipment Operators Cranes: Friction cranes through $85.66 7A 11 H 8X View 3 199 tons a� King Power Equipment Operators Cranes: through 19 tons with $82.56 7A 11 H 8X View attachments, a-frame over 10 L tons Q King Power Equipment Operators Crusher $82.88 15J 11G 8X View King Power Equipment Operators Deck Engineer/Deck Winches $82.88 15J 11G 8X View (power) r c King Power Equipment Operators Derricks, On Building Work $83.62 15J 11G 8X View King Power Equipment Operators Dozers D-9 & Under $82.25 15J 11G 8X View as King Power Equipment Operators Drill Oilers: Auger Type, Truck $82.25 15J 11G 8X View 2 Or Crane Mount a� King Power Equipment Operators Drilling Machine $84.46 15J 11G 8X View N o� King Power Equipment Operators Elevator and man-lift: $78.65 15J 11G 8X View permanent and shaft type 0 0 King Power Equipment Operators Finishing Machine, Bidwell And $82.88 15J 11G 8X View Gamaco It Similar Equipment 00 King Power Equipment Operators Forklift: 3000 lbs and over with $82.25 15J 11G 8X View attachments a 0 King Power Equipment Operators Forklifts: under 3000 lbs. with $78.65 15J 11G 8X View attachments King Power Equipment Operators Grade Engineer: Using Blue $82.88 15J 11G 8X View v Prints, Cut Sheets, Etc r King Power Equipment Operators Gradechecker/Stakeman $78.65 15J 11G 8X View J King Power Equipment Operators Guardrail Punch $82.88 15J 11G 8X View 0 King Power Equipment Operators Hard Tail End Dump $83.62 15J 11G 8X View Articulating Off- Road U) Equipment 45 Yards. Et Over N King Power Equipment Operators Hard Tail End Dump $82.88 15J 11G 8X View 0 J Articulating Off-road E Equipment Under 45 Yards 0 King Power Equipment Operators Horizontal/Directional Drill $82.25 15J 11G 8X View Locator Y King Power Equipment Operators Horizontal/Directional Drill $82.88 15J 11G 8X View Operator E King Power Equipment Operators Hydralifts/Boom Trucks Over $82.56 7A 11 H 8X View 10 Tons Q King Power Equipment Operators Hydralifts/boom trucks: 10 $78.95 7A 11 H 8X View ; tons and under King Power Equipment Operators Leverman $85.33 15J 11G 8X View King Power Equipment Operators Loader, Overhead, 6 Yards. But $83.62 15J 11G 8X View Not Including 8 Yards Q about:blank Packet Pg. 298 4/5/24,7:50 AM about:blank King Power Equipment Operators Loaders, Overhead Under 6 $82.88 15J 11G 8X view Yards King Power Equipment Operators Loaders, Plant Feed $82.88 15J 11G 8X View ,0 King Power Equipment Operators Loaders: Elevating Type Belt $82.25 15J 11G 8X View King Power Equipment Operators Locomotives, All $82.88 15J 11G 8X View N King Power Equipment Operators Material Transfer Device $82.88 15J 11G 8X View J King Power Equipment Operators Mechanics: All (Leadmen $84.46 15J 11G 8X View $0.50 per hour over mechanic) 0 King Power Equipment Operators Motor Patrol Graders $83.62 15J 11G 8X View z Y King Power Equipment Operators Mucking Machine, Mole, Tunnel $83.62 15J 11G 8X View 3 Drill, Boring, Road Header And/or Shield E a) King Power Equipment Operators Oil Distributors, Blower $78.65 15J 11G 8X View L Distribution E Mulch Seeding Q Operator King Power Equipment Operators Outside Hoists (Elevators and $82.25 15J 11G 8X View Manlifts), Air Tuggers, Strato King Power Equipment Operators Overhead, bridge type Crane: $83.20 7A 11 H 8X View 20 tons through 44 tons King Power Equipment Operators Overhead, bridge type: 100 $84.77 7A 11 H 8X View tons and over 2_1 King Power Equipment Operators Overhead, bridge type: 45 tons $83.95 7A 11 H 8X View in through 99 tons N King Power Equipment Operators Pavement Breaker $78.65 15J 11G 8X View o 0 King Power Equipment Operators Pile Driver (other Than Crane $82.88 15J 11G 8X View a Mount) eo King Power Equipment Operators Plant Oiler -Asphalt, Crusher $82.25 15J 11G 8X View c King Power Equipment Operators Posthole Digger, Mechanical $78.65 15J 11G 8X View a King Power Equipment Operators Power Plant $78.65 15J 11G 8X View 0 R King Power Equipment Operators Pumps - Water $78.65 15J 11G 8X View T King Power Equipment Operators Quad 9, Hd 41, D10And Over $83.62 15J 11G 8X View King Power Equipment Operators Quick Tower: no cab, under $82.88 15J 11G 8X View J 100 feet in height base to 3: boom 00 King Power Equipment Operators Remote Control Operator On $83.62 15J 11G 8X View Rubber Tired Earth Moving Equipment 0 King Power Equipment Operators Rigger and Bellman $78.95 7A 11 H 8X View 00 King Power Equipment Operators Rigger/Signal Person, $82.56 7A 11 H 8X View E Bellman(Certified) 0 King Power Equipment Operators Rollagon $83.62 15J 11G 8X View Y King Power Equipment Operators Roller, Other Than Plant Mix $78.65 15J 11G 8X View 3 King Power Equipment Operators Roller, Plant Mix Or Multi-lift $82.25 15J 11G 8X View as Materials E a� King Power Equipment Operators Roto-mill, Roto-grinder $82.88 15J 11G 8X View King Power Equipment Operators Saws - Concrete $82.25 15J 11G 8X View Q King Power Equipment Operators Scraper, Self Propelled Under $82.88 15J 11G 8X View 45 Yards E King Power Equipment Operators Scrapers - Concrete E Carry All $82.25 15J 11G 8X View King Power Equipment Operators Scrapers, Self-propelled: 45 $83.62 15J 11G 8X View a Yards And Over about:blank I Packet Pg. 299 4/5/24,7:50 AM about:blank King Power Equipment Operators Service Engineers: Equipment $82.25 15J 11G 8X view King Power Equipment Operators Shotcrete/Gunite Equipment $78.65 15J 11G 8X View L King Power Equipment Operators Shovel, Excavator, Backhoe, $82.25 15J 11G 8X View ,° Tractors Under 15 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoe: $83.62 15J 11G 8X View N Over 30 Metric Tons To 50 0 Metric Tons J E King Power Equipment Operators Shovel, Excavator, Backhoes, $82.88 15J 11G 8X View o Tractors: 15 To 30 Metric Tons H King Power Equipment Operators Shovel, Excavator, Backhoes: $84.46 15J 11G 8X View 3 Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $85.33 15J 11G 8X View m Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $83.62 15J 11G 8X View King Power Equipment Operators Spreader, Topsider Et $83.62 15J 11G 8X View Screedman a� King Power Equipment Operators Subgrader Trimmer $82.88 15J 11G 8X View King Power Equipment Operators Tower Bucket Elevators $82.25 15J 11G 8X View King Power Equipment Operators Tower Crane: over 175' through $85.66 7A 11 H 8X View 250' in height, base to boom 2-1 King Power Equipment Operators Tower crane: up to 175' in $84.77 7A 11 H 8X View ca�n height base to boom King Power Equipment Operators Tower Cranes: over 250' in $86.48 7A 11 H 8X View o height from base to boom ° 0 King Power Equipment Operators Transporters, All Track Or Truck $83.62 15J 11G 8X View Type Q King Power Equipment Operators Trenching Machines $82.25 15J 11G 8X View a King Power Equipment Operators Truck Crane Oiler/Driver: 100 $83.20 7A 11 H 8X View ' tons and over R m King Power Equipment Operators Truck crane oiler/driver: under $82.56 7A 11 H 8X View c� 100 tons a� r King Power Equipment Operators Truck Mount Portable Conveyor $82.88 15J 11G 8X View King Power Equipment Operators Vac Truck (Vactor Guzzler, $82.88 15J 11G 8X View 3: Hydro Excavator) King Power Equipment Operators Welder $83.62 15J 11G 8X View N King Power Equipment Operators Wheel Tractors, Farman Type $78.65 15J 11G 8X View 0 King Power Equipment Operators Yo Yo Pay Dozer $82.88 15J 11G 8X View J King Power Equipment Operators- Asphalt Plant Operators $83.62 15J 11G 8X View E Underground Sewer Et Water 0 King Power Equipment Operators- Assistant Engineer $78.65 15J 11G 8X View z Underground Sewer Et Water 3 King Power Equipment Operators- Barrier Machine (zipper) $82.88 15J 11G 8X View Underground Sewer Et Water E E King Power Equipment Operators- Batch Plant Operator, Concrete $82.88 15J 11G 8X View i Underground Sewer Et Water °f Q King Power Equipment Operators- Boat Operator $83.95 7A 11 H 8X View Underground Sewer Et Water E King Power Equipment Operators- Bobcat $78.65 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition $78.65 15J 11G 8X View Q about:blank I Packet Pg. 300 4/5/24,7:50 AM about:blank Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $78.65 15J 11G 8X View Underground Sewer Et Water `o 0 King Power Equipment Operators- Bump Cutter $82.88 15J 11G 8X View Underground Sewer Et Water MA King Power Equipment Operators- Cableways $83.62 15J 11G 8X View a' 0 Underground Sewer Et Water J King Power Equipment Operators- Chipper $82.88 15J 11G 8X View Underground Sewer Et Water 0 King Power Equipment Operators- Compressor $78.65 15J 11G 8X View Underground Sewer Et Water 3 King Power Equipment Operators- Concrete Finish Machine - $78.65 15J 11G 8X View a) Underground Sewer Et Water Laser Screed E m King Power Equipment Operators- Concrete Pump - Mounted Or $82.25 15J 11G 8X View Underground Sewer Et Water Trailer High Pressure Line Q Pump, Pump High Pressure c King Power Equipment Operators- Concrete Pump: Truck Mount $83.62 15J 11G 8X View c Underground Sewer Et Water With Boom Attachment Over 42 c M cv King Power Equipment Operators- Concrete Pump: Truck Mount $82.88 15J 11G 8X View Underground Sewer Et Water With Boom Attachment Up To 42m a� King Power Equipment Operators- Conveyors $82.25 15J 11G 8X View U) Underground Sewer Et Water 6 King Power Equipment Operators- Cranes Friction: 200 tons and $86.48 7A 11 H 8X View 0 Underground Sewer Et Water over King Power Equipment Operators- Cranes, A-frame: 10 tons and $78.95 7A 11 H 8X View oo Underground Sewer Et Water under Q King Power Equipment Operators- Cranes: 100 tons through 199 $84.77 7A 11 H 8X View a Underground Sewer Et Water tons, or 150' of boom ? (including jib with attachments) U King Power Equipment Operators- Cranes: 20 tons through 44 $83.20 7A 11 H 8X View Underground Sewer Et Water tons with attachments J King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $85.66 7A 11 H 8X View 3: Underground Sewer Et Water 250' of boom including jib with 0 attachments King Power Equipment Operators- Cranes: 300 tons and over or $86.48 7A 11 H 8X View Underground Sewer Et Water 300' of boom including jib with A attachments 0 J King Power Equipment Operators- Cranes: 45 tons through 99 $83.95 7A 11 H 8X View E Underground Sewer Et Water tons, under 150' of 0 boom(including jib with attachments) r King Power Equipment Operators- Cranes: Friction cranes through $85.66 7A 11 H 8X View Underground Sewer Et Water 199 tons King Power Equipment Operators- Cranes: through 19 tons with $82.56 7A 11 H 8X View 0 d Underground Sewer Et Water attachments, a-frame over 10 tons Q King Power Equipment Operators- Crusher $82.88 15J 11G 8X View Underground Sewer Et Water t King Power Equipment Operators- Deck Engineer/Deck Winches $82.88 15J 11G 8X View Underground Sewer Et Water (power) a about:blank Packet Pg. 301 4/5/24,7:50 AM about:blank King Power Equipment Operators- Derricks, On Building Work $83.62 15J 11G 8X view Underground Sewer Et Water King Power Equipment Operators- Dozers D-9 Et Under $82.25 15J 11G 8X View ,0 Underground Sewer Et Water U) King Power Equipment Operators- Drill Oilers: Auger Type, Truck $82.25 15J 11G 8X View �, Underground Sewer Et Water Or Crane Mount o King Power Equipment Operators- Drilling Machine $84.46 15J 11G 8X View J Underground Sewer Et Water King Power Equipment Operators- Elevator and man-lift: $78.65 15J 11G 8X View 0 Underground Sewer Et Water permanent and shaft type King Power Equipment Operators- Finishing Machine, Bidwell And $82.88 15J 11G 8X View 3 Underground Sewer Et Water Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 lbs and over with $82.25 15J 11G 8X View m Underground Sewer Et Water attachments King Power Equipment Operators- Forklifts: under 3000 lbs. with $78.65 15J 11G 8X View Underground Sewer Et Water attachments c King Power Equipment Operators- Grade Engineer: Using Blue $82.88 15J 11G 8X View Underground Sewer Et Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/Stakeman $78.65 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch $82.88 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump $83.62 15J 11G 8X View oa Underground Sewer Et Water Articulating Off- Road Equipment 45 Yards. Et Over 0 0 King Power Equipment Operators- Hard Tail End Dump $82.88 15J 11G 8X View Underground Sewer Et Water Articulating Off-road 00 Equipment Under 45 Yards Q King Power Equipment Operators- Horizontal/Directional Drill $82.25 15J 11G 8X View a Underground Sewer Et Water Locator King Power Equipment Operators- Horizontal/Directional Drill $82.88 15J 11G 8X View Underground Sewer Et Water Operator v L King Power Equipment Operators- Hydralifts/boom trucks: 10 $78.95 7A 11 H 8X View AT Underground Sewer Et Water tons and under King Power Equipment Operators- Hydralifts/boom trucks: over $82.56 7A 11 H 8X View 3: Underground Sewer Et Water 10 tons King Power Equipment Operators- Leverman $85.33 15J 11G 8X View Underground Sewer Et Water . , King Power Equipment Operators- Loader, Overhead, 6 Yards. But $83.62 15J 11G 8X View c Underground Sewer Et Water Not Including 8 Yards J E King Power Equipment Operators- Loaders, Overhead Under 6 $82.88 15J 11G 8X View Underground Sewer Et Water Yards H0 z King Power Equipment Operators- Loaders, Plant Feed $82.88 15J 11G 8X View r Underground Sewer Et Water 3 c King Power Equipment Operators- Loaders: Elevating Type Belt $82.25 15J 11G 8X View 0 Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $82.88 15J 11G 8X View Q Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $82.88 15J 11G 8X View Underground Sewer Et Water E King Power Equipment Operators- Mechanics: All (Leadmen - $84.46 15J 11G 8X View Underground Sewer Et Water $0.50 per hour over mechanic) a about:blank Packet Pg. 302 4/5/24,7:50 AM about:blank King Power Equipment Operators- Motor Patrol Graders $83.62 15J 11G 8X view Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel $83.62 15J 11G 8X View ,0 Underground Sewer Et Water Drill, Boring, Road Header And/or Shield r King Power Equipment Operators- Oil Distributors, Blower $78.65 15J 11G 8X View o Underground Sewer Et Water Distribution Et Mulch Seeding Operator E a� r King Power Equipment Operators- Outside Hoists (Elevators and $82.25 15J 11G 8X View 0 Underground Sewer Et Water Manlifts), Air Tuggers, Strato King Power Equipment Operators- Overhead, bridge type Crane: $83.20 7A 11 H 8X View 3 Underground Sewer Et Water 20 tons through 44 tons King Power Equipment Operators- Overhead, bridge type: 100 $84.77 7A 11 H 8X View E a� Underground Sewer Et Water tons and over L King Power Equipment Operators- Overhead, bridge type: 45 tons $83.95 7A 11 H 8X View Q Underground Sewer Et Water through 99 tons c King Power Equipment Operators- Pavement Breaker $78.65 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $82.88 15J 11G 8X View Underground Sewer Et Water Mount) as King Power Equipment Operators- Plant Oiler -Asphalt, Crusher $82.25 15J 11G 8X View 2 Underground Sewer Et Water a� King Power Equipment Operators- Posthole Digger, Mechanical $78.65 15J 11G 8X View U) Underground Sewer Et Water y King Power Equipment Operators- Power Plant $78.65 15J 11G 8X View 0 0 Underground Sewer Et Water c9 King Power Equipment Operators- Pumps - Water $78.65 15J 11G 8X View 00 Underground Sewer Et Water CD King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $83.62 15J 11G 8X View a Underground Sewer Et Water King Power Equipment Operators- Quick Tower: no cab, under $82.88 15J 11G 8X View Underground Sewer Et Water 100 feet in height base to c) boom a� r r King Power Equipment Operators- Remote Control Operator On $83.62 15J 11G 8X View Underground Sewer Et Water Rubber Tired Earth Moving �O Equipment W King Power Equipment Operators- Rigger and Bellman $78.95 7A 11 H 8X View ,n Underground Sewer Et Water r King Power Equipment Operators- Rigger/Signal Person, $82.56 7A 11 H 8X View o Underground Sewer Et Water Bellman(Certified) King Power Equipment Operators- Rollagon $83.62 15J 11G 8X View E r Underground Sewer Et Water 0 King Power Equipment Operators- Roller, Other Than Plant Mix $78.65 15J 11G 8X View r Underground Sewer Et Water 3 King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $82.25 15J 11G 8X View Underground Sewer Et Water Materials E King Power Equipment Operators- Roto-mill, Roto-grinder $82.88 15J 11G 8X View L Underground Sewer Et Water Q King Power Equipment Operators- Saws - Concrete $82.25 15J 11G 8X View 55 Underground Sewer Et Water E t King Power Equipment Operators- Scraper, Self Propelled Under $82.88 15J 11G 8X View Underground Sewer Et Water 45 Yards a about:blank Packet Pg. 303 4/5/24,7:50 AM about:blank King Power Equipment Operators- Scrapers - Concrete Et Carry All $82.25 15.1 11G 8X view Underground Sewer Et Water King Power Equipment Operators- Scrapers, Self-propelled: 45 $83.62 15J 11G 8X View ,0 Underground Sewer Et Water Yards And Over U) King Power Equipment Operators- Shotcrete/Gunite Equipment $78.65 15.1 11G 8X View �, Underground Sewer Et Water o King Power Equipment Operators- Shovel, Excavator, Backhoe, $82.25 15J 11G 8X View J Underground Sewer Et Water Tractors Under 15 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoe: $83.62 15J 11G 8X View 0 Underground Sewer Et Water Over 30 Metric Tons To 50 Metric Tons 3 King Power Equipment Operators- Shovel, Excavator, Backhoes, $82.88 15.1 11G 8X View Underground Sewer Et Water Tractors: 15 To 30 Metric Tons E (D L King Power Equipment Operators- Shovel, Excavator, Backhoes: $84.46 15J 11G 8X View � Underground Sewer Et Water Over 50 Metric Tons To 90 Q Metric Tons U c King Power Equipment Operators- Shovel, Excavator, Backhoes: $85.33 15J 11G 8X View Underground Sewer Et Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $83.62 15.1 11G 8X View Underground Sewer Et Water as King Power Equipment Operators- Spreader, Topsider Et $83.62 15J 11G 8X View 2 Underground Sewer Et Water Screedman a� King Power Equipment Operators- Subgrader Trimmer $82.88 15.1 11G 8X View U) Underground Sewer Et Water y King Power Equipment Operators- Tower Bucket Elevators $82.25 15.1 11G 8X View 0 0 Underground Sewer Et Water c9 King Power Equipment Operators- Tower Crane: over 175' through $85.66 7A 11 H 8X View 00 Underground Sewer Et Water 250' in height, base to boom Q King Power Equipment Operators- Tower crane: up to 175' in $84.77 7A 11 H 8X View a Underground Sewer Et Water height base to boom King Power Equipment Operators- Tower Cranes: over 250' in $86.48 7A 11 H 8X View Underground Sewer Et Water height from base to boom c� L King Power Equipment Operators- Transporters, All Track Or Truck $83.62 15J 11G 8X View r Underground Sewer Et Water Type King Power Equipment Operators- Trenching Machines $82.25 15.1 11G 8X View 3: Underground Sewer Et Water W King Power Equipment Operators- Truck Crane Oiler/Driver: 100 $83.20 7A 11 H 8X View Underground Sewer Et Water tons and over . , King Power Equipment Operators- Truck crane oiler/driver: under $82.56 7A 11 H 8X View c Underground Sewer Et Water 100 tons J E King Power Equipment Operators- Truck Mount Portable Conveyor $82.88 15J 11G 8X View Underground Sewer Et Water 0 z King Power Equipment Operators- Vac Truck (Vactor Guzzler, $82.88 15J 11G 8X View r Underground Sewer Et Water Hydro Excavator) 3 c King Power Equipment Operators- Welder $83.62 15J 11G 8X View 0 Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farmall Type $78.65 15J 11G 8X View Q Underground Sewer Et Water King Power Equipment Operators- Yo Yo Pay Dozer $82.88 15J 11G 8X View Underground Sewer Et Water E King Power Line Clearance Tree Journey Level In Charge $57.22 5A 4A View Trimmers a about:blank Packet Pg. 304 4/5/24,7:50 AM about:blank King Power Line Clearance Tree Spray Person $54.32 5A 4A view Trimmers King Power Line Clearance Tree Tree Equipment Operator $57.22 5A 4A View ,o Trimmers u, King Power Line Clearance Tree Tree Trimmer $51.18 5A 4A View 2 Trimmers o King Power Line Clearance Tree Tree Trimmer Groundperson $38.99 5A 4A View J Trimmers Y King Refrigeration Et Air Conditioning Journey Level $95.89 6Z 1G View H Mechanics King Residential Brick Mason Journey Level $69.07 7E 1 N View 3 c King Residential Carpenters Journey Level $36.44 1 View E King Residential Cement Masons Journey Level $46.64 1 View L King Residential Drywall Applicators Journey Level $74.96 15.1 4C View Q King Residential Drywall Tapers Journey Level $36.36 1 View c King Residential Electricians Journey Level $48.80 1 View King Residential Glaziers Journey Level $28.93 1 View d King Residential Insulation Journey Level $28.18 1 View Applicators King Residential Laborers Journey Level $29.73 1 View King Residential Marble Setters Journey Level $27.38 1 View U) King Residential Painters Journey Level $23.47 1 View 06 N King Residential Plumbers Et Journey Level $45.40 1 View o Pipefitters 0 King Residential Refrigeration Et Air Journey Level $96.42 7F 1 E View 00 Conditioning Mechanics o King Residential Sheet Metal Journey Level $96.42 7F 1 E View Workers C King Residential Soft Floor Lavers Journey Level $57.11 5A 3J View R King Residential Sprinkler Fitters Journey Level $63.61 1 View L) .(Fire Protection), aD Y Y King Residential Stone Masons Journey Level $69.07 7E 1 N View King Residential Terrazzo Workers Journey Level $62.36 7E 1 N View King Residential Terrazzo/Tile Journey Level $24.39 1 View Finishers King Residential Tile Setters Journey Level $21.04 1 View 0 King Roofers Journey Level $64.45 5A 3H View J King Roofers Using Irritable Bituminous $67.39 5A 3H View E Materials °' 0 King Sheet Metal Workers Journey Level (Field or Shop) $96.42 7F 1 E View ~ z Y King Shipbuilding Et Ship Repair New Construction Boilermaker $51.85 7X 4J View 3 King Shipbuilding Et Ship Repair New Construction Carpenter $51.85 7X 4J View as King Shipbuilding Et Ship Repair New Construction Crane $43.16 7V 1 View Operator King Shipbuilding Et Ship Repair New Construction Electrician $51.85 7X 4J View Q King Shipbuilding Et Ship Repair New Construction Heat Et Frost $87.15 15H 11C View Insulator E King Shipbuilding Et Ship Repair New Construction Laborer $51.85 7X 4J View Y King Shipbuilding Et Ship Repair New Construction Machinist $51.85 7X 4J View a about:blank I Packet Pg. 305 4/5/24,7:50 AM about:blank King Shipbuilding Et Ship Repair New Construction Operating $43.16 7V 1 view Engineer King Shipbuilding Et Ship Repair New Construction Painter $51.95 7X 4J View ,0 King Shipbuilding Et Ship Repair New Construction Pipefitter $51.85 7X 4J View U) King Shipbuilding Et Ship Repair New Construction Rigger $51.85 7X 4J View N King Shipbuilding Et Ship Repair New Construction Sheet Metal $51.85 7X 4J View J King Shipbuilding Et Ship Repair New Construction Shipwright $51.85 7X 4J View E King Shipbuilding Et Ship Repair New Construction $43.16 7V 1 View 0 Warehouse/Teamster King Shipbuilding Et Ship Repair New Construction Welder / $51.85 7X 4J View 3 Burner c as King Shipbuilding Et Ship Repair Ship Repair Boilermaker $51.85 7X 4.1 View E King Shipbuilding Et Ship Repair Ship Repair Carpenter $51.85 7X 4J View L a� King Shipbuilding Et Ship Repair Ship Repair Crane Operator $45.06 7Y 4K View Q m King Shipbuilding Et Ship Repair Ship Repair Electrician $51.85 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Heat Et Frost $87.15 15H 11C View Insulator King Shipbuilding Et Ship Repair Ship Repair Laborer $51.85 7X 4J View 2 King Shipbuilding Et Ship Repair Ship Repair Machinist $51.85 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Operating Engineer $45.06 7Y 4K View King Shipbuilding Et Ship Repair Ship Repair Painter $51.95 7X 4.1 View N King Shipbuilding Et Ship Repair Ship Repair Pipefitter $51.85 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Rigger $51.85 7X 4J View 0 a air King Shipbuilding Et Ship Rep Ship Repair Sheet Metal $51.85 7X 4-1 View .. 00 King Shipbuilding Et Ship Repair Ship Repair Shipwright $51.85 7X 4J View c King Shipbuilding Et Ship Repair Ship Repair Warehouse / $45.06 7Y 4K View Teamster Q- King Sign Makers Et Installers Journey Level $58.04 0 1 View .(Electrical). U King Sign Makers Et Installers (Non- Journey Level $37.08 0 1 View Electrical), J King Soft Floor Layers Journey Level $66.32 15.1 4C View King Solar Controls For Windows Journey Level $16.28 1 View King Sprinkler Fitters (Fire Journey Level $95.49 5C 1X View Protection), N King Stage Rigging Mechanics (Non Journey Level $16.28 1 View 0 Structural), -J King Stone Masons Journey Level $69.07 7E 1 N View (D King Street And Parking Lot Sweeper Journey Level $19.09 1 View t0 Workers King Surveyors Assistant Construction Site $82.56 7A 11 H 8X View 3 Surveyor King Surveyors Chainman $78.95 7A 11 H 8X View d King Surveyors Construction Site Surveyor $83.95 7A 11 H 8X View Q King Surveyors Drone Operator (when used in $78.95 7A 11 H 8X View conjunction with survey work only) King Surveyors Ground Penetrating Radar $78.95 7A 11 H 8X View Operator a King Telecommunication Technicians Journey Level $65.66 7E 1 E View about:blank Packet Pg. 306 4/5/24,7:50 AM about:blank King Telephone Line Construction - Cable Splicer $40.36 5A 2B view Outside King Telephone Line Construction - Hole Digger/Ground Person $26.92 5A 2B View ,o Outside u, V King Telephone Line Construction - Telephone Equipment Operator $33.74 5A 2B View Outside (Light) o King Telephone Line Construction - Telephone Lineperson $38.15 5A 2B View J Outside W r King Terrazzo Workers Journey Level $62.36 7E 1 N View H King Tile Setters Journey Level $62.36 7E 1 N View 3 King Tile, Marble Et Terrazzo Finisher $53.19 7E 1 N View Finishers E King Traffic Control Stripers Journey Level $89.54 15L 1K View W L King Truck Drivers Asphalt Mix Over 16 Yards $74.95 15.1 11M 8L View Q King Truck Drivers Asphalt Mix To 16 Yards $74.02 15J 11M 8L View c King Truck Drivers Dump Truck $74.02 15.1 11M 8L View King Truck Drivers Dump Truck Et Trailer $74.95 15J 11M 8L View d King Truck Drivers Other Trucks $74.95 15J 11M 8L View King Truck Drivers - Ready Mix Transit Mix $74.95 15.1 11M 8L View King Well Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1 View 2 Installers U) King Well Drillers Et Irrigation Pump Oiler $16.28 1 View °d Installers -a O King Well Drillers Et Irrigation Pump Well Driller $18.00 1 View O Installers 00 0 a c R m U L r r J 0 N V r N O J E N r O H t 3 c as E a) d L Q E V Q about:blank Packet Pg. 307 4.F PUBLIC WORKS DEPARTMENT Chad Bieren, P.E. 220 Fourth Avenue South KENT Kent, WA 98032 W A S H i N G T O N 253-856-5600 DATE: June 18, 2024 TO: Kent City Council - Committee of the Whole SUBJECT: Goods & Services Maintenance Agreement with Totem Logistics for On-Call Services - Authorize MOTION: I move to authorize the Mayor to sign the Goods and Services Maintenance Agreement with Totem Logistics, Inc., subject to final terms and conditions acceptable to the Public Works Director and City Attorney. SUMMARY: Dumping on City-owned properties (outside of the right-of-way) continues to be a problem for staff and the community. When dumping occurs on a job site, or City property, the City's solid waste removal crews are not always able to assist due to the quantity of the waste or the lack of resources available. An on- call contractor can provide a rapid response to requests to clean up waste from dumping and encampment sites on City-owned property when City staff is unavailable. In April, the City advertised a Request for Proposals for an on-call cleanup contractor to complete this work. After evaluating all proposals received, Totem Logistics, Inc. is recommended to perform the work. This Agreement will be in effect until December 31, 2025, for an amount not to exceed $175,000. BUDGET IMPACT: The contract will be funded by the Drainage Utility Fund, the Department of Ecology's Local Solid Waste Financial Assistance Agreement Grant, the Environmental Solid Waste Fund, and the Spills Coastal Protection Fund. No budget adjustment is required. SUPPORTS STRATEGIC PLAN GOAL: Innovative Government - Delivering outstanding customer service, developing leaders, and fostering innovation. Thriving City - Creating safe neighborhoods, healthy people, vibrant commercial districts, and inviting parks and recreation. ATTACHMENTS: 1. Agreement with Totem Logistics - On Call Clean-up (PDF) Packet Pg. 308 4.F.a KENT O GOODS & SERVICES MAINTENANCE AGREEMENT between the City of Kent and O Totem Logistics, Inc. � THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Totem Logistics, Inc. organized under the laws of the State of Washington, located and doing business at 308 Clay Street NW, Auburn, WA 98001, Phone: (510) 332-1231, Contact: 3 Scott Page (hereinafter the "Vendor"). m E AGREEMENT L I. DESCRIPTION OF WORK. Q m c The Vendor shall provide the following goods and materials and/or perform the following maintenance services for the City: c The Vendor shall provide on-call clean-up and disposal of general garbage and other waste related to illegal dumping and/or homeless encampments at various City-owned properties. For a description and Vendor's proposal, see Exhibit A, which is attached and incorporated by in this reference. oa N O O r O The Vendor acknowledges and understands that it is not the City's exclusive provider of these goods, materials, or maintenance services and that the City maintains its unqualified right to obtain these goods, materials, and services through other sources. a� II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in v Section I above within 3 business days after the City issues its Notice to Proceed. Upon the effective date v of this Agreement, all physical work shall thereafter be completed by December 31, 2025. The term of this a Agreement shall continue until all work has been completed, final acceptance has occurred, and all , Contractor obligations have been fulfilled. r III. COMPENSATION. The City shall pay the Vendor an amount not to exceed One Hundred o Seventy Five Thousand Dollars ($175,000), including applicable Washington State Sales Tax, for the goods, materials, and maintenance services contemplated in this Agreement. The City shall pay the Vendor the E following amounts according to the following schedule: o Vendor shall submit a single invoice upon completion of each task order. Invoices shall include date(s) and location(s) of work performed. CD m L Q Card Payment Program. The Vendor may elect to participate in automated credit card payments E provided for by the City and its financial institution. This Program is provided as an alternative to payment a GOODS & SERVICES MAINTENANCE AGREEMENT - 1 (Over$20,000.00, including WSST) Packet Pg. 309 4.F.a by check and is available for the convenience of the Vendor. If the Vendor voluntarily participates in this Program, the Vendor will be solely responsible for any fees imposed by financial institutions or credit card companies. The Vendor shall not charge those fees back to the City. c 0 If the City objects to all or any portion of an invoice, it shall notify the Vendor and reserves the option w to only pay that portion of the invoice not in dispute. In that event, the parties will immediately make every w effort to settle the disputed portion. a, 0 J A. Defective or Unauthorized Work. The City reserves its right to withhold payment from the E Vendor for any defective or unauthorized goods, materials or services. If the Vendor is unable, o for any reason, to complete any part of this Agreement, the City may obtain the goods, materials or services from other sources, and the Vendor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, 3 including legal costs and attorney fees, incurred by the City beyond the maximum Agreement price specified above. The City further reserves its right to deduct these additional costs E incurred to complete this Agreement with other sources, from any and all amounts due or to ;v become due the Vendor. °1 a m B. Final Payment: Waiver of Claims. VENDOR'S ACCEPTANCE OF FINAL PAYMENT SHALL CONSTITUTE A WAIVER OF CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY VENDOR AS UNSETTLED AT THE TIME REQUEST FOR FINAL PAYMENT IS c MADE. f° IV. PREVAILING WAGES. The Vendor shall file a "Statement of Intent to Pay Prevailing Wages," U with the State of Washington Department of Labor & Industries prior to commencing the Contract work. The Vendor shall pay prevailing wages in effect on the date the bid is accepted or executed by the Vendor, and (0 comply with Chapter 39.12 of the Revised Code of Washington, as well as any other applicable prevailing 08 wage rate provisions. The latest prevailing wage rate revision issued by the Department of Labor and o Industries is attached. 0 0 V. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: a 0 A. The Vendor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. v B. The Vendor maintains and pays for its own place of business from which the Vendor's v services under this Agreement will be performed. r- C. The Vendor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained the Vendor's services, or the Vendor is engaged in an independently established trade, o occupation, profession, or business of the same nature as that involved under this J Agreement. E a� r 0 D. The Vendor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service 3 and the state Department of Revenue. as E. The Vendor has registered its business and established an account with the state 4) Department of Revenue and other state agencies as may be required by the Vendor's a� business, and has obtained a Unified Business Identifier (UBI) number from the State Q of Washington. a� F. The Vendor maintains a set of books dedicated to the expenses and earnings of its business. a GOODS & SERVICES MAINTENANCE AGREEMENT - 2 (Over$20,000.00, including WSST) Packet Pg. 310 4.F.a VI. TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing the other party thirty (30) days written notice at its address set forth on the signature block of this Agreement. c O VII. CHANGES. The City may issue a written change order for any change in the goods, materials 0 or services to be provided during the performance of this Agreement. If the Vendor determines, for any w reason, that a change order is necessary, the Vendor must submit a written change order request to the a, person listed in the notice provision section of this Agreement, Section XVI(D), within fourteen (14) calendar —0i days of the date the Vendor knew or should have known of the facts and events giving rise to the requested E change. If the City determines that the change increases or decreases the Vendor's costs or time for o performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Vendor on all equitable adjustments. However, if the parties are unable to agree, the 3 City will determine the equitable adjustment as it deems appropriate. The Vendor shall proceed with the change order work upon receiving either a written change order from the City or an oral order from the City before actually receiving the written change order. If the Vendor fails to require a change order within the E time allowed, the Vendor waives its right to make any claim or submit subsequent change order requests 14-1 for that portion of the contract work. If the Vendor disagrees with the equitable adjustment, the Vendor a must complete the change order work; however, the Vendor may elect to protest the adjustment as provided 4) in subsections A through E of Section IX, Claims, below. c as The Vendor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate c acceptance, or (3) not protesting in the way this section provides. A change order that is accepted by the Vendor as provided in this section shall constitute full payment and final settlement of all claims for contract N time and for direct, indirect and consequential costs, including costs of delays related to any work, either 0 covered or affected by the change. VIII. FORCE MA)EURE. Neither party shall be liable to the other for breach due to delay or failure 08 in performance resulting from acts of God, acts of war or of the public enemy, riots, pandemic, fire, flood, -a or other natural disaster or acts of government ("force majeure event"). Performance that is prevented or 5 delayed due to a force majeure event shall not result in liability to the delayed party. Both parties represent to the other that at the time of signing this Agreement, they are able to perform as required and their T performance will not be prevented, hindered, or delayed by the current COVID-19 pandemic, any existing state or national declarations of emergency, or any current social distancing restrictions or personal a protective equipment requirements that may be required under federal, state, or local law in response to ? the current pandemic. W If any future performance is prevented or delayed by a force majeure event, the party whose v performance is prevented or delayed shall promptly notify the other party of the existence and nature of v the force majeure event causing the prevention or delay in performance. Any excuse from liability shall be a effective only to the extent and duration of the force majeure event causing the prevention or delay in , performance and, provided, that the party prevented or delayed has not caused such event to occur and continues to use diligent, good faith efforts to avoid the effects of such event and to perform the obligation. �, 0) Notwithstanding other provisions of this section, the Vendor shall not be entitled to, and the City —0i shall not be liable for, the payment of any part of the contract price during a force majeure event, or any E costs, losses, expenses, damages, or delay costs incurred by the Vendor due to a force majeure event. t° Performance that is more costly due to a force majeure event is not included within the scope of this Force Majeure provision. 3 If a force majeure event occurs, the City may direct the Vendor to restart any work or performance a that may have ceased, to change the work, or to take other action to secure the work or the project site during the force majeure event. The cost to restart, change, or secure the work or project site arising from a� a direction by the City under this clause will be dealt with as a change order, except to the extent that the Q loss or damage has been caused or exacerbated by the failure of the Vendor to fulfill its obligations under this Agreement. Except as expressly contemplated by this section, all other costs will be borne by the Vendor. ca a GOODS & SERVICES MAINTENANCE AGREEMENT - 3 (Over$20,000.00, including WSST) Packet Pg. 311 4.F.a IX. CLAIMS. If the Vendor disagrees with anything required by a change order, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Vendor may file a claim as provided in this section. The Vendor shall give written notice to c the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Vendor knew or should have known of the facts to or events giving rise to the claim, whichever occurs first. Any claim for damages, additional payment for w any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed a, to have been waived by the Vendor unless a timely written claim is made in strict accordance with the —0i applicable provisions of this Agreement. E 0 At a minimum, a Vendor's written claim shall include the information set forth in subsections A, items 1 through 5 below. 3 r FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN E m ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY 0 THAT DELAY. Q m A. Notice of Claim. Provide a signed written notice of claim that provides the following information: as c 1. The date of the Vendor's claim; 2. The nature and circumstances that caused the claim; 0 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and cn 5. An analysis of the progress schedule showing the schedule change or disruption 08 if the Vendor is asserting a schedule change or disruption. o 0 B. Records. The Vendor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the T Vendor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. v C. Vendor's Duty to Complete Protested Work. In spite of any claim, the Vendor shall proceed v promptly to provide the goods, materials and services required by the City under this a Agreement. , D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Vendor �, also waives any additional entitlement and accepts from the City any written or oral order o (including directions, instructions, interpretations, and determination). —J E a, E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Vendor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and 3 determination). as X. LIMITATION OF ACTIONS. VENDOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR VENDOR'S ABILITY TO FILE THAT SUIT SHALL BE FOREVER BARRED. Q THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. a� XI. WARRANTY. The Vendor warrants that it will faithfully and satisfactorily perform all work provided under this Agreement in accordance with the provisions of this Agreement. In addition to any other M warranty provided for at law or herein, this Agreement is additionally subject to all warranty provisions a GOODS & SERVICES MAINTENANCE AGREEMENT - 4 (Over$20,000.00, including WSST) Packet Pg. 312 4.F.a established under the Uniform Commercial Code, Title 62A, Revised Code of Washington. The Vendor warrants goods are merchantable, are fit for the particular purpose for which they were obtained, and will perform in accordance with their specifications and Vendor's representations to City. The Vendor shall c promptly correct all defects in workmanship and materials: (1) when the Vendor knows or should have 0 known of the defect, or (2) upon the Vendor's receipt of notification from the City of the existence or w discovery of the defect. In the event any part of the goods are repaired, only original replacement parts w shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for a, that portion of the work shall extend for an additional year beyond the original warranty period applicable _0J to the overall work. The Vendor shall begin to correct any defects within seven (7) calendar days of its E receipt of notice from the City of the defect. If the Vendor does not accomplish the corrections within a o reasonable time as determined by the City, the City may complete the corrections and the Vendor shall pay all costs incurred by the City in order to accomplish the correction. 3 r XII. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Vendor, its sub-contractors, or any person acting on behalf of the E Vendor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who a is qualified and available to perform the work to which the employment relates. The Vendor shall execute the attached City of Kent Non-Discrimination Policy Declaration and comply with City Administrative Policy 1.2. c XIII. INDEMNIFICATION. The Vendor shall defend, indemnify and hold the City, its officers, f° officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or N suits, including all legal costs and attorney fees, arising out of or in connection with the Vendor's 4' performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. cn Ca The City's inspection or acceptance of any of the Vendor's work when completed shall not be grounds -a to avoid any of these covenants of indemnification. 0 IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION T PROVIDED HEREIN CONSTITUTES THE VENDOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER a ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. 3 c In the event the Vendor refuses tender of defense in any suit or any claim, if that tender was made v pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Vendor's part, then the Vendor v shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable a attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Vendor's part. r The provisions of this section shall survive the expiration or termination of this Agreement. o J XIV. INSURANCE. The Vendor shall procure and maintain for the duration of the Agreement, E insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. o XV. WORK PERFORMED AT VENDOR'S RISK. The Vendor shall take all necessary precautions 3 and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of c the contract work and shall utilize all protection necessary for that purpose. All work shall be done at the Vendor's own risk, and the Vendor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. Q c a� E ca Q GOODS & SERVICES MAINTENANCE AGREEMENT - 5 (Over$20,000.00, including WSST) Packet Pg. 313 4.F.a XVI. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its c contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. r N B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the a, covenants and agreements contained in this Agreement, or to exercise any option conferred by this _0J Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those E covenants, agreements or options, and the same shall be and remain in full force and effect. o C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and z construed in accordance with the laws of the State of Washington. If the parties are unable to settle any 3 dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules E and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the a parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section XIII of this Agreement. c D. Written Notice. All communications regarding this Agreement shall be sent to the parties at v, the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this co Agreement or such other address as may be hereafter specified in writing. Ca N E. Assignment. Any assignment of this Agreement by either party without the written consent 00 of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made T without additional written consent. v F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement 3 shall be binding unless in writing and signed by a duly authorized representative of the City and the Vendor. a� G. Entire Agreement. The written provisions and terms of this Agreement, together with any v Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative co of the City, and such statements shall not be effective or be construed as entering into or forming a part of a or altering in any manner this Agreement. All of the above documents are hereby made a part of this , Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. �, m H. Compliance with Laws. The Vendor agrees to comply with all federal, state, and municipal � laws, rules, and regulations that are now effective or in the future become applicable to the Vendor's E business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of t° the performance of those operations. I. Public Records Act. The Vendor acknowledges that the City is a public agency subject to the 3 Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, a emails, and other records prepared or gathered by the Vendor in its performance of this Agreement may be a) subject to public review and disclosure, even if those records are not produced to or possessed by the City a� of Kent. As such, the Vendor agrees to cooperate fully with the City in satisfying the City's duties and Q obligations under the Public Records Act. as J. City Business License Required. Prior to commencing the tasks described in Section I, Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the `u° Kent City Code. a GOODS & SERVICES MAINTENANCE AGREEMENT - 6 (Over$20,000.00, including WSST) Packet Pg. 314 4.F.a K. Counterparts and Signatures by Fax or Email. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one c Agreement. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. w 0 IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. All acts consistent with the authority of this Agreement and prior E to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed o to have applied. z VENDOR: CITY OF KENT: 3 r c m E m By: By: a Print Name: Print Name: Dana Ralph c Its Its Mayor c DATE: DATE: m 2 NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: a� VENDOR: CITY OF KENT: Ca N O David Scott Page Chad Bieren, P.E. 0 Totem Logistics, Inc. City of Kent 308 Clay Street NW 220 Fourth Avenue South r Auburn, WA 98001 Kent, WA 98032 a (510) 332-1231 (telephone) (253) 856-5500 (telephone) ? spage@pacbell.net (email) publicworks@kentwa.gov email a� U APPROVED AS TO FORM: U c O Kent Law Department r ATTEST: E a� r O Kent City Clerk 3 c as E a� m L Q E V Q GOODS & SERVICES MAINTENANCE AGREEMENT - 7 (Over$20,000.00, including WSST) Packet Pg. 315 4.F.a DECLARATION CITY OF KENT NON-DISCRIMINATION POLICY o r The City of Kent (City) is committed to conform to Federal and State laws regarding equal .y opportunity. As such all contractors, subcontractors, consultants, vendors, and suppliers who 0 perform work with relation to this Agreement shall comply with the regulations of the City's equal E employment opportunity policies. o The City of Kent and its contractors are subject to and will comply with the following: 3 • Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); L • 49 C.F.R. Part 21 (entitled Non-discrimination In Federally-Assisted Programs Of The Department Of Transportation-Effectuation Of Title VI Of The Civil Rights Act Of 1964); c • 28 C.F.R. section 50.3 (U.S. Department of Justice Guidelines for Enforcement of Title VI of the Civil Rights Act of 1964). • Ch. 49.60 RCW (Washington Law Against Discrimination) Ca N The preceding statutory and regulatory cites hereinafter are referred to as "the Acts and o Regulations". The following statements specifically identify the requirements the City deems necessary for any contractor, subcontractor, or supplier on this specific Agreement to adhere to. An affirmation of all of the following is required for this Agreement to be valid and binding. If any contractor, 3 subcontractor, or supplier willfully misrepresents themselves with regard to the directives outlined below, it will be considered a breach of contract and it will be at the City's sole determination U regarding suspension or termination for all or part of the Agreement. U The statements are as follows: o 1. I have read the attached City of Kent administrative policy number 1.2. , 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, _0J race, color, national origin, age, or the presence of all sensory, mental or physical disability. E 0 3. During the time of this Agreement I, the prime contractor, will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity 3 employer. E 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and L promotion of women and minorities. Q 5. During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees as follows: ca a EEO COMPLIANCE DOCUMENTS - 1 of 5 Packet Pg. 316 4.F.a A. Compliance with Regulations: The contractor, subcontractor, consultant, vendor, and supplier (hereinafter "Contractor") will comply with all Acts and the Regulations relative to non-discrimination, including those applicable to Federally- o assisted programs of the U.S. Department of Transportation, State-assisted programs through the Washington State Department of Transportation, and generally under Washington's Law Against Discrimination, Ch. 49.60 RCW, as they may be amended from time to time, which are herein incorporated by reference 0 and made a part of this contract. E a� 0 B. Non-discrimination: The contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national 3 origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices when the contract covers any activity, project, or program a set forth in Appendix B of 49 CFR Part 21. as c 0 C. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the contractor of the contractor's obligations under this •2 contract and the Acts and the Regulations relative to non-discrimination on the in grounds of race, color, or national origin. Ca N D. Information and Reports: The contractor will provide all information and reports 00 required by the Acts and Regulations and directives issued pursuant thereto and will c? permit access to its books, records, accounts, other sources of information, and its r facilities as may be determined applicable to contractor's contract by the City or the Washington State Department of Transportation to be pertinent to ascertain a compliance with such Acts and Regulations and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the contractor will so certify to the City or the U Washington State Department of Transportation, as appropriate, and will set forth what efforts it has made to obtain the information. c 0 E. Sanctions for Noncompliance: In the event of a contractor's noncompliance with the non-discrimination provisions of this contract, the City will impose such contract n sanctions as it or the Washington State Department of Transportation may 0 determine to be appropriate, including, but not limited to: E a� a. withholding payments to the contractor under the contract until the 0 contractor complies; and/or b. cancelling, terminating, or suspending a contract, in whole or in part. 3 c F. Incorporation of Provisions: The contractor will include the provisions of paragraphs (A) through (F) above in every subcontract, including procurements of Q materials and leases of equipment, unless exempt by the Acts and Regulations and directives issued pursuant thereto. The contractor will take action with respect to any subcontract or procurement as the City or the Washington State Department of E Transportation may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor becomes involved in, a or is threatened with litigation by a subcontractor, or supplier because of such EEO COMPLIANCE DOCUMENTS - 2 of 5 Packet Pg. 317 4.F.a direction, the contractor may request the City to enter into any litigation to protect the interests of the City. In addition, the contractor may request the United States to enter into the litigation to protect the interests of the United States. o 6. During the performance of this contract, the contractor, for itself, its assignees, and successors in interest agrees to comply with the following non-discrimination statutes and .y authorities; including but not limited to: 0 E a� 0 Pertinent Non-Discrimination Authorities: i. Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21. m L ii. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, a (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); iii. Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); iv. Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, .2 (prohibits discrimination on the basis of disability); and 49 CFR Part 27; in V. The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), 8 (prohibits discrimination on the basis of age); o vi. Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as 00 amended, (prohibits discrimination based on race, creed, color, national origin, or r sex); vii. The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, 3 coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, U whether such programs or activities are Federally funded or not); viii. Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability in the operation of public entities, public and private T transportation systems, places of public accommodation, and certain testing entities 0 (42 U.S.C. §§ 12131-12189) as implemented by Department of Transportation E a� regulations at 49 C.F.R. parts 37 and 38; 0 ix. The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); 3 X. Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures Non-discrimination against W minority populations by discouraging programs, policies, and activities with Q disproportionately high and adverse human health or environmental effects on minority and low-income populations; xi. Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination a includes discrimination because of Limited English proficiency (LEP). To ensure EEO COMPLIANCE DOCUMENTS - 3 of 5 Packet Pg. 318 4.F.a compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); xii. Title IX of the Education Amendments of 1972, as amended, which prohibits you from o discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). y xiii. Washington Law Against Discrimination (Ch. 49.60 RCW) o J 7. The submission of the final invoice for this contract will constitute a reaffirmation that the preceding statements were complied with during the course of the contract's performance. By signing below, I agree to fulfill the five requirements referenced above. r a� E By: a For: c �a c Title: ' c Date: a� L _vY! W y O O ti r O Q 7 C R U is U c O r O J E O r O H L r.+ C d E O O L Q f+ d E V R a EEO COMPLIANCE DOCUMENTS - 4 of 5 Packet Pg. 319 4.F.a CITY OF KENT ADMINISTRATIVE POLICY c 0 r NUMBER: 1.2 EFFECTIVE DATE: October 20, 2022 y 0 O J E O r O H t SUBJECT: INCLUSIVE CONTRACTING SUPERSEDES: January 1, 1998 3 r c APPROVED BY Dana Ralph, Mayor as m POLICY: a as Equal employment opportunity and non-discrimination in contracting requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants, and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating cn commitment as an equal opportunity employer. Ca N 2. Actively consider for promotion and advancement available minorities and women. o 0 Further, all contractors, subcontractors, consultants, suppliers, grantees, or subgrantees of the T City, regardless of the value of the Agreement, are required to sign the City's Non-Discrimination Policy Declaration, prior to commencing performance. a Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract U and subject to suspension or termination for all or part of the Agreement. U c Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public 0 Works Departments to coordinate with the City's Title VI coordinator, and perform the following duties for their respective departments. N M O 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these J regulations are familiar with the regulations and the City's equal employment opportunity policy. 0 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. 3 c E a� a� L Q E V Q EEO COMPLIANCE DOCUMENTS - 5 of 5 Packet Pg. 320 4.F.a Exhibit A - Scope of Work ' Totem logistics Inc. ° N CONTRACTOR RESPONSIBILITIES: a� 0 J Totem Logistics Inc. (hereinafter "Contractor")will satisfy all responsibility's enumerated below: E m A. Provide for enough staff to complete the Work for each Route. Cleanup duties shall include collecting 0 and properly disposing of all garbage,trash, waste, debris and other non-biohazardous materials z generally located within 10ft of rights of ways edges along with other identified focus areas located 3 within each Route a copy of which is attached as Exhibit "A"to this RFP for reference. Disposal shall be at c a site permitted to accept such materials. E m B. Contractor shall be expected to collect and dispose of biohazardous materials and substances when and where minimal amounts exist within each Route. Contractor is directed to contact the City a designated representative when in excess of minimal amounts of biohazardous materials and substances exist. Contractor is directed to use their best judgement in determining what constitutes a minimal amount of biohazardous substances and materials. c C. Contractor shall supply all labor, material, tools, protective clothing, and gear, and equipment that is required or needed to perform the work to handle, remove,transport, and dispose of the waste y m materials and leave a clean site. D. Contractor shall provide all supervision and management of crews and ensure all necessary safety in procedures are followed.This individual will serve as the City's contact. All workers will be direct Totem oa Logistics Employees. o E. Contractor shall work with the City to establish "billing cycles" which shall consist of no more than two billing cycles per month and coincide with the City's check-run dates (Ex. Billing cycle#1 = 1st—15th working days to be invoiced to the City no later than "x" date).The Contractor will submit invoices reflective of the time and materials expensed for the previous billing cycle.All invoices shall include the total amount of the contract,the remaining balance available against the contract prior to the invoiced billing cycle, and the remaining contract balance after payment of invoiced Pay Period,the billing cycle dates beinginvoiced for and an itemized breakdown of the hours and expenses being invoiced to the i p g i C) City. All hours being billed at prevailing wages must first be certified by Washington State Labor and Industries and receipt copies for all disposal must be attached to the invoice. v c F. Contractor shall notify the City's designated representative in the event that interference from individual(s), road construction, or other obstacles exist that cause interference with the Contractor performing their Work. v, G. Contractor shall follow best practices work procedures while performing their Work. J H. Contractor shall immediately contact appropriate law enforcement and City representative if a aEi r weapon is found. 0 I. Contractor shall always perform work in a timely and efficient manner and in a courteous and business-like manner. 3 c J. Contractor shall pay prevailing wages for all work performed to the extent required by law. E M K. Contractor shall properly handle and dispose of solid waste and hazardous waste in accordance with ;v all applicable laws. Q L. Contractor shall comply with any other responsibility imposed by the terms of this RFP. E ca a Packet Pg. 321 4.F.a Totem logistics Inc. ° BID PROPOSAL SECTION a� 0 J E Unit costsforthe following items,which will be used asthe basis 0 for creating estimatesfor specific City-awned properties: i- 4.3.1 Mobilization Included '3 Per hour employee costs—include prevailing wages,attached in Exhibit D, Wage Per HR: $59.07 c 4.2.2 for Haz Waste Worker-C as of 06-01-2024 Billed: $106.32 Per Hr 4.3.3 Dumping fees-non-hazardous waste Per Scale Tag,Actual Cost m 4.3.4 Dumping fees—hazardous waste $150.00 Per 55 Galion Barrel 4.3.5 Equipment Rental,Company Owned,Skid Steer, Excavater,Trailer $250 Each Per Day a m Equipment Rental,Third Party Per Rental Invoice 4.3.6 Supplies and Miscellaneous requirements(i.e.,cones,traffic signs,etc.) Included c 0 4.3.7 Administrative fees Included N m m co 06 y O 0 O 3 C O N U U c O u� 0 J E N r� 0 t— z r .3 rW C O E N d L a a Packet Pg. 322 4.F.a c O Property Addresses N O Property Name Address/Area/Parcel Number J E 228t" Mitigation Site S of 240 and W of 116 Ave SE 8155760130,8155750180,815570170 F- S 277t"St Corridor Property south of S 277t"St Barber 27242 Green River Road S. Kent 98032 3 r c Downey 24955 Frager Road S. Kent 98032 Frankford S 212t"St& Riverview Blvd Green River Road Various city owned property along Green Q River Rd from south boarder to Central Ave S c c� Johnson Sealy 27412 Green River Road S. Kent 98032 m Little N of James St and E of Woodford Ave c Matel ich Parcel: 222204-9029 `° McSorley Creek 25t"Ave S and off SE 272"a St Wetland Milwaukee 3rd Ave to SR 167 (along levee) m co Skyway Towing Site 7641 S 259 St 06 Veteran's Drive Property south of Veteran's Drive -00 Wagers Property West of Washington Ave fronting S 251 St 0 (Signature Point) Others Other cleanup sites that may be c identified are within the jurisdiction of the City of Kent 3 c M d U U c O u� O J E N r� O H z r .3 r� C O E N d L a E a Packet Pg. 323 4.F.a Property Map 0 A O 5E 195th 51 E ro v o # r •3 r c m 'J.vllry Roar S 2n8th 5E 208th St E *nunicy O ro d kirk m O'Brien Q � � v Green River a { Natural c } - cc C C Resourtm Area p - {, `� ,o C 4) C M N d 5 77811 Sc y O w CO) p 2 A06 1�1 c y 'A r ,"L O^ �, N 4 u # } O x+ V A ¢ a r Rlverhend Golf Complex K E r11t �P tZ 3 A 1l M a y w U w k 5E 256th 5t a' MITI[reek U Earthwa rks Park S O e .2 IM Lh m pV O � J c Now E RIVt" 'n 0 r''rrFt St Thomas m Meredith ew w Oppd Esrir 4S,'(NGA,IJSGSr FEMA,King County,WA State Parks GIS,Esri Camada,Esri, HERE,Garmin,SafeGraph, METI/NASA, Q �37rh St NW U5G5,Bureau of Land Management EPA,NIPS,USDA d E t C� r .r Q Packet Pg. 324 4.F.a O Exhibit B , Insurance Requirements N Insurance 0 0 J E Contractor shall procure and maintain for the duration of the Agreement, o insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder 3 by the Contractor, their agents, representatives, employees, or subcontractors. E L A. Minimum Scope of Insurance a a Contractor shall obtain insurance of the types described below: Commercial General Liability insurance shall be written on Insurance Services Office (ISO) occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial Ca General Liability insurance shall be endorsed to provide the Aggregate o Per Project Endorsement ISO form CG 25 03 11 85. The City shall be 0 named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. If a general 3 aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall U be twice the required occurrence limit. r_ The Contractor may use Umbrella or Excess Policies to provide the ° liability limits as required in this Agreement. This form of insurance will be acceptable if all the Primary and Umbrella or Excess Policies shall provide all the insurance coverages herein required. The Umbrella or 0 Excess policies shall be provided on a true 'following form" or broader E coverage basis, with coverage at least as broad as provided on the 0 underlying Commercial General Liability insurance. 3 Automobile Liability insurance providing bodily injury and property damage liability coverage for all automobiles/vehicles used in the E performance of this Agreement. This coverage must be on a primary and non-contributory basis only. Coverage shall be written on ISO Q form CA 00 01, or a substitute form providing equivalent liability E a Packet Pg. 325 4.F.a O coverage. If necessary, the policy shall be endorsed to provide , contractual liability coverage. r Workers' Compensation coverage for the employees of Contractor and J subcontractors as required by the Industrial Insurance laws of the E State of Washington. 0 B. Minimum Amounts of Insurance r a� Contractor shall maintain the following insurance limits: L Commercial General Liability insurance shall be written with limits no a less than $2,000,000 per occurrence and in the aggregate, and $2,000,000 products-completed operations aggregate limit. Primary Non-Contributory Additional Insured coverage for the City of Kent, et. al. Stop Gap Liability - $1,000,000/$1,000,000/$1,000,000 Waiver of Subrogation L Automobile Liability insurance with a minimum combined single limit 06 for bodily injury and property damage of $1,000,000 per occurrence. 0 0 0 If the Contractor maintains broader coverage and/or higher limits than the minimums shown above, the City requires and shall be entitled to the broader coverage and/or the higher limits maintained by the Contractor. Any available insurance proceeds in excess of the specified minimum limits 3 of insurance and coverage shall be available to the City. The above policy limits may be obtained with excess liability (umbrella) insurance. C. Other Insurance Provisions 0 The insurance policies are to contain, or be endorsed to contain, the 2 r following provisions: 0 J 1. The Contractor's insurance coverage shall be primary insurance E with respect to the City. Any insurance, self-insurance, or 0 insurance pool coverage maintained by the City shall be in excess of the Contractor's insurance policies and shall not contribute to the Contractor's insurance policies. E 2. Contractor's insurer must deliver, or mail written notice of cancellation to the named insured at least forty-five (45) days a before the effective date of the cancellation. The Contractor's insurance policy shall include an endorsement that provides the a Packet Pg. 326 4.F.a O City with written notice of cancellation forty-five (45) days , before the effective date of the cancellation. If Contractor's insurer fails to provide the City with a copy of the notice of y cancellation endorsement, the Contractor must notify the City of J any cancellation, nonrenewal or termination within two (2) E business days of their receipt of such notice. o 3. The City of Kent shall be named as an additional insured on all 3 policies (except Professional Liability) with respect to work performed by or on behalf of the Contractor and a copy of the endorsement naming the City as an additional insured shall be attached to the Certificate of Insurance. The City reserves the a right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claims are made or suit is M brought, except with respect to the limits of the insurer's liability. D. Acceptability of Insurers Ca N O Insurance is to be placed with insurers with a current A.M. Best rating of not 0 less than A:VII. r O E. Verification of Coverage a Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the U additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. The City waives no 0 rights, and the Contractor is not excused from performance if Contractor fails to provide the City with a copy of the endorsement naming the City as a 2 Primary Non-Contributory Additional Insured. O J F. Subcontractors E a O Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. 3 All coverage for subcontractors shall be subject to all the same insurance requirements as stated herein for the Contractor. E L Q V Q Packet Pg. 327 4/5/24,7:50 AM about:blank State of Washington , Department of Labor & Industries o Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 y 0 Washington State Prevailing Wage E The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe o benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code 3 Key. E a� Journey Level Prevailing Wage Rates for the Effective Date: 04/22/2024 a County Trade Job Classification Wage Holiday Overtime Note *Risk Class King Asbestos Abatement Workers Journey Level $59.07 5D 1 H View King Boilermakers Journey Level $74.29 5N 1C View m King Brick Mason Journey Level $69.07 7E 1 N View 2 King Brick Mason Pointer-Caulker-Cleaner $69.07 7E 1 N View cn King Building Service Employees Janitor $29.33 5S 2F View od King Building Service Employees Traveling Waxer/Shampooer $29.78 5S 2F View o King Building Service Employees Window Cleaner (Non-Scaffold) $32.93 5S 2F View King Building Service Employees Window Cleaner (Scaffold) $33.93 5S 2F View r King Cabinet Makers (In Shop). Journey Level $22.74 1 View King Carpenters Acoustical Worker $74.96 15J 4C View a 0 King Carpenters Bridge, Dock And Wharf $74.96 15J 4C View c Carpenters King Carpenters Floor Layer Et Floor Finisher $74.96 15J 4C View v King Carpenters Journey Level $74.96 15J 4C View U King Carpenters Scaffold Erector $74.96 15J 4C View O King Cement Masons Application of all Composition $72.87 15J 41J View Mastic W King Cement Masons Application of all Epoxy $72.37 15J 41J View 0 Material _J King Cement Masons Application of all Plastic $72.87 15J 41J View aa)) Material 0 King Cement Masons Application of Sealing $72.37 15J 41J View Compound 3 King Cement Masons Application of Underlayment $72.87 15J 41J View a0i King Cement Masons Building General $72.37 15J 41J View King Cement Masons Composition or Kalman Floors $72.87 15J 41J View Q King Cement Masons Concrete Paving $72.37 15J 41J View King Cement Masons Curb Et Gutter Machine $72.87 15J 41J View E King Cement Masons Curb Et Gutter, Sidewalks $72.37 15J 41J View �a King Cement Masons Curing Concrete $72.37 15J 41J View a King Cement Masons Finish Colored Concrete $72.87 15J 41J View about:blank I Packet Pg. 328 4/5/24,7:50 AM about:blank King Cement Masons Floor Grinding $72.87 15.1 4U view King Cement Masons Floor Grinding/Polisher $72.37 15J 4U View King Cement Masons Green Concrete Saw, self- $72.87 15.1 4U View o powered King Cement Masons Grouting of all Plates $72.37 15J 4U View r King Cement Masons Grouting of all Tilt-up Panels $72.37 15J 4U View A King Cement Masons Gunite Nozzleman $72.87 15.1 41.1 View King Cement Masons Hand Powered Grinder $72.87 15J 4U View E King Cement Masons Journey Level $72.37 15J 4U View �0 King Cement Masons Patching Concrete $72.37 15.1 41.1 View King Cement Masons Pneumatic Power Tools $72.87 15J 4U View King Cement Masons Power Chipping Et Brushing $72.87 15.1 4U View E King Cement Masons Sand Blasting Architectural $72.87 15.1 4U View i Finish Q King Cement Masons Screed Et Rodding Machine $72.87 15J 4U View King Cement Masons Spackling or Skim Coat $72.37 15.1 4U View M Concrete c King Cement Masons Troweling Machine Operator $72.87 15J 4U View King Cement Masons Troweling Machine Operator on $72.87 15J 4U View y Colored Slabs King Cement Masons Tunnel Workers $72.87 15.1 4U View King Divers Et Tenders Bell/Vehicle or Submersible $129.71 15J 4C View co o�S Operator (Not Under Pressure) w King Divers Et Tenders Dive Supervisor/Master $93.94 15.1 4C View 0 King Divers Et Tenders Diver $129.71 15.1 4C 8V View King Divers Et Tenders Diver On Standby $88.94 15J 4C View c King Divers Et Tenders Diver Tender $80.82 15J 4C View King Divers Et Tenders Hyperbaric Worker - $93.26 15J 4C View Compressed Air Worker 0-30.00 PSI v King Divers Et Tenders Hyperbaric Worker - $98.26 15J 4C View Compressed Air Worker 30.01 I c� 44.00 PSI King Divers Et Tenders Hyperbaric Worker - $102.26 15.1 4C I View N Compressed Air Worker 44.01 54.00 PSI I MA King Divers Et Tenders Hyperbaric Worker - $107.26 15J 4C View 0 Compressed Air Worker 54.01 E 60.00 PSI 0 King Divers Et Tenders Hyperbaric Worker - $109.76 15J 4C View ~ Compressed Air Worker 60.01 3 64.00 PSI .� c King Divers Et Tenders Hyperbaric Worker - $114.76 15.1 4C View E Compressed Air Worker 64.01 - 68.00 PSI King Divers Et Tenders Hyperbaric Worker - $116.76 15J 4C View Q Compressed Air Worker 68.01 - 70.00 PSI E King Divers Et Tenders Hyperbaric Worker - $118.76 15J 4C View Compressed Air Worker 70.01 a 72.00 PSI about:blank Packet Pg. 329 4/5/24,7:50 AM about:blank King Divers Et Tenders Hyperbaric Worker - $120.76 15.1 4C view Compressed Air Worker 72.01 74.00 PSI c King Divers Et Tenders Manifold Operator $80.82 15J 4C View O King Divers Et Tenders Manifold Operator Mixed Gas $85.82 15.1 4C View King Divers Et Tenders Remote Operated Vehicle $80.82 15.1 4C View u Operator/Technician c King Divers Et Tenders Remote Operated Vehicle $75.41 15J J 4C View E Tender Y 0 King Dredge Workers Assistant Engineer $79.62 5D 3F View z King Dredge Workers Assistant Mate (Deckhand) $79.01 5D 3F View 3 King Dredge Workers Boatmen $79.62 5D 3F View m King Dredge Workers Engineer Welder $81.15 5D 3F View m King Dredge Workers Leverman, Hydraulic $82.77 5D 3F View King Dredge Workers Mates $79.62 5D 3F View a m King Dredge Workers Oiler $79.01 5D 3F View c R King Drywall Applicator Journey Level $75.73 150 11S View Y King Drywall Tapers Journey Level $75.73 150 11S View King Electrical Fixture Maintenance Journey Level $38.69 5L 1 E View Workers m King Electricians - Inside Cable Splicer $109.35 7C 4E View as King Electricians - Inside Cable Splicer (tunnel) $117.52 7C 4E View co 06 King Electricians - Inside Certified Welder $105.63 7C 4E View w King Electricians - Inside Certified Welder (tunnel) $113.43 7C 4E View 00 King Electricians - Inside Construction Stock Person $51.53 7C 4E View King Electricians - Inside Journey Level $101.92 7C 4E View c King Electricians - Inside Journey Level (tunnel) $109.35 7C 4E View King Electricians - Motor Shop Journey Level $48.68 5A 1 B View a King Electricians - Powerline Cable Splicer $93.00 5A 4D View Construction v King Electricians - Powerline Certified Line Welder $85.42 5A 4D View Construction v c King Electricians - Powerline Groundperson $55.27 5A 4D View O Construction u� King Electricians - Powerline Heavy Line Equipment $85.42 5A 4D View Construction Operator 0 King Electricians - Powerline Journey Level Lineperson $85.42 5A 4D View J Construction aEi Y King Electricians - Powerline Line Equipment Operator $73.35 5A 4D View Construction r King Electricians - Powerline Meter Installer $55.27 5A 4D 8W View 3 Construction King Electricians - Powerline Pole Sprayer $85.42 5A 4D View Construction King Electricians - Powerline Powderperson $63.50 5A 4D View Q Y Construction a� King Electronic Technicians Journey Level $65.66 7E 1 E View E King Elevator Constructors Mechanic $111.26 7D 4A View Y King Elevator Constructors Mechanic In Charge $120.27 7D 4A View a about:blank I Packet Pg. 330 4/5/24,7:50 AM about:blank King Fabricated Precast Concrete All Classifications - In-Factory $21.34 5B 1 R view Products Work Only King Fence Erectors Fence Erector $50.07 15J 11 P 8Y View c King Fence Erectors Fence Laborer $50.07 15J 11 P 8Y View O King Flaggers Journey Level $50.07 15J lip 8Y View r King Glaziers Journey Level $79.16 7L 1y View 1 King Heat Et Frost Insulators And Journey Level $87.15 15H 11C View Asbestos Workers E m King Heating Equipment Mechanics Journey Level $96.42 7F 1 E View 0 King Hod Carriers Et Mason Tenders Journey Level $62.49 15J lip 8Y View King Industrial Power Vacuum Journey Level $16.28 1 View 3 r Cleaner m King Inland Boatmen Boat Operator $61.41 5B 1 K View E L King Inland Boatmen Cook $56.48 5B 1 K View a, King Inland Boatmen Deckhand $57.48 5B 1 K View King Inland Boatmen Deckhand Engineer $58.81 5B 1 K View King Inland Boatmen Launch Operator $58.89 5B 1 K View r c King Inland Boatmen Mate $57.31 5B 1 K View King Inspection/Cleaning/Sealing Of Cleaner Operator $49.48 15M 110 View y Sewer Et Water Systems By Remote Control as King Inspection/Cleaning/Sealing Of Foamer Operator $49.48 15M 110 View co Sewer Et Water Systems By 06 N Remote Control o King Inspection/Cleaning/Sealing Of Grout Truck Operator $49.48 15M 110 View 0 Sewer Et Water Systems By Remote Control 0 King Inspection/Cleaning/Sealing Of Head Operator $47.41 15M 110 View Sewer Et Water Systems By Remote Control c King Inspection/Cleaning/Sealing Of Technician $41.20 15M 110 View Sewer Et Water Systems By v Remote Control I f° v King Inspection/Cleaning/Sealing Of TV Truck Operator $44.31 15M 110 View O Sewer Et Water Systems By Remote Control King Insulation Applicators Journey Level $74.96 15J 4C View King Ironworkers Journeyman $87.80 15K 11 N View King Laborers Air, Gas Or Electric Vibrating $59.07 15J lip 8Y View aEi Screed o King Laborers Airtrac Drill Operator $60.90 15J lip 8Y View r King Laborers Ballast Regular Machine $59.07 15J lip 8Y View 3 King Laborers Batch Weighman $50.07 15J lip 8Y View a) King Laborers Brick Pavers $59.07 15J lip 8Y View L King Laborers Brush Cutter $59.07 15J lip 8Y View Q King Laborers Brush Hog Feeder $59.07 15J lip 8Y View King Laborers Burner $59.07 15J lip 8Y View a) E King Laborers Caisson Worker $60.90 15J lip 8Y View 5 King Laborers Carpenter Tender $59.07 15J lip 8Y View a King Laborers Cement Dumper-paving $60.15 15J lip 8Y View about:blank Packet Pg. 331 4/5/24,7:50 AM about:blank King Laborers Cement Finisher Tender $59.07 15J 11 P 8Y view King Laborers Change House Or Dry Shack $59.07 15J lip 8Y View King Laborers Chipping Gun (30 Lbs. And $60.15 15J lip 8Y View o Over) King Laborers Chipping Gun (Under 30 Lbs.) $59.07 15J 11P 8Y View 0 r King Laborers Choker Setter $59.07 15J lip 8Y View 1 King Laborers Chuck Tender $59.07 15J lip 8Y View King Laborers Clary Power Spreader $60.15 15J lip 8Y View E King Laborers Clean-up Laborer $59.07 15J lip 8Y View �O King Laborers Concrete Dumper/Chute $60.15 15J lip 8Y View _ Operator 3 r King Laborers Concrete Form Stripper $59.07 15J lip 8Y View E King Laborers Concrete Placement Crew $60.15 15J lip 8Y View L King Laborers Concrete Saw Operator/Core $60.15 15J lip 8Y View Driller Q m King Laborers Crusher Feeder $50.07 15J lip 8Y View King Laborers Curing Laborer $59.07 15J lip 8Y View r c King Laborers Demolition: Wrecking Et Moving $59.07 15J lip 8Y View (Incl. Charred Material) M N King Laborers Ditch Digger $59.07 15J lip 8Y View King Laborers Diver $60.90 15J lip 8Y View King Laborers Drill Operator (Hydraulic, $60.15 15J lip 8Y View co 06 Diamond) w King Laborers Dry Stack Walls $59.07 15J lip 8Y View o King Laborers Dump Person $59.07 15J lip 8Y View King Laborers Epoxy Technician $59.07 15J lip 8Y View c King Laborers Erosion Control Worker $59.07 15J lip 8Y View King Laborers Faller Et Bucker Chain Saw $60.15 15J lip 8Y View King Laborers Fine Graders $59.07 15J lip 8Y View King Laborers Firewatch $50.07 15J lip 8Y View v King Laborers Form Setter $60.15 15J lip 8Y View U King Laborers Gabian Basket Builders $59.07 15J lip 8Y View C O King Laborers General Laborer $59.07 15J lip 8Y View N King Laborers Grade Checker Et Transit Person $62.49 15J lip 8Y View 2 King Laborers Grinders $59.07 15J lip 8Y View o King Laborers Grout Machine Tender $59.07 15J lip 8Y View J E King Laborers Groutmen (Pressure) Including $60.15 15J lip 8Y View o Post Tension Beams H z King Laborers Guardrail Erector $59.07 15J lip 8Y View 3 King Laborers Hazardous Waste Worker (Level $60.90 15J lip 8Y View A) a) E King Laborers Hazardous Waste Worker (Level $60.15 15J lip 8Y View B) Q King Laborers Hazardous Waste Worker (Level $59.07 15J lip 8Y View C) E King Laborers High Scaler $60.90 15J lip 8Y View King Laborers Jackhammer $60.15 15J lip 8Y View King Laborers Laserbeam Operator $60.15 15J lip 8Y View Q about:blank I Packet Pg. 332 4/5/24,7:50 AM about:blank King Laborers Maintenance Person $59.07 15J 11 P 8Y view King Laborers Manhole Builder-Mudman $60.15 15J lip 8Y View King Laborers Material Yard Person $59.07 15J lip 8Y View o King Laborers Mold Abatement Worker $59.07 15J lip 8Y View 0 King Laborers Motorman-Dinky Locomotive $62.59 15J lip 8Y View `2 r N King Laborers nozzleman (concrete pump, $62.49 15J lip 8Y View green cutter when using combination of high pressure E air Et water on concrete Et °' 0 rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster) 3 r King Laborers Pavement Breaker $60.15 15J lip 8Y View E King Laborers Pilot Car $50.07 15J lip 8Y View L King Laborers Pipe Layer (Lead) $62.49 15J lip 8Y View a' Q King Laborers Pipe Layer/Tailor $60.15 15J lip 8Y View King Laborers Pipe Pot Tender $60.15 15J lip 8Y View King Laborers Pipe Reliner $60.15 15J lip 8Y View c King Laborers Pipe Wrapper $60.15 15J lip 8Y View f° King Laborers Pot Tender $59.07 15J lip 8Y View King Laborers Powderman $60.90 15J lip 8Y View '2 King Laborers Powderman's Helper $59.07 15J lip 8Y View N King Laborers Power Jacks $60.15 15J lip 8Y View 08 N King Laborers Railroad Spike Puller - Power $60.15 15J lip 8Y View o 0 King Laborers Raker -Asphalt $62.49 15J lip 8Y View King Laborers Re-timberman $60.90 15J lip 8Y View r King Laborers Remote Equipment Operator $60.15 15J lip 8Y View King Laborers Rigger/Signal Person $60.15 15J lip 8Y View 0- 0 King Laborers Rip Rap Person $59.07 15J lip 8Y View a� King Laborers Rivet Buster $60.15 15J lip 8Y View v King Laborers Rodder $60.15 15J lip 8Y View v King Laborers Scaffold Erector $59.07 15J lip 8Y View King Laborers Scale Person $59.07 15J lip 8Y View King Laborers Sloper (Over 20") $60.15 15J lip 8Y View 0 King Laborers Sloper Sprayer $59.07 15J lip 8Y View 0) King Laborers Spreader (Concrete) $60.15 15J lip 8Y View _0j King Laborers Stake Hopper $59.07 15J lip 8Y View aa)) King Laborers Stock Piler $59.07 15J lip 8Y View 0 z King Laborers Swinging Stage/Boatswain $50.07 15J lip 8Y View 3 Chair c King Laborers Tamper Et Similar Electric, Air $60.15 15J lip 8Y View Et Gas Operated Tools King Laborers Tamper (Multiple Et Self- $60.15 15J lip 8Y View Q propelled) King Laborers Timber Person - Sewer (Lagger, $60.15 15J lip 8Y View (D Shorer Et Cribber) E King Laborers Toolroom Person (at Jobsite) $59.07 15J lip 8Y View r King Laborers Topper $59.07 15J lip 8Y View Q King Laborers Track Laborer $59.07 15J lip 8Y View about:blank I Packet Pg. 333 4/5/24,7:50 AM about:blank King Laborers Track Liner (Power) $60.15 15.1 11 P 8Y view King Laborers Traffic Control Laborer $53.54 15J 11 P 9C View King Laborers Traffic Control Supervisor $56.73 15.1 11 P 9C View o King Laborers Truck Spotter $59.07 15J lip 8Y View 0 King Laborers Tugger Operator $60.15 15J lip 8Y View `2 r N King Laborers Tunnel Work-Compressed Air $175.79 15.1 lip 9B View Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $180.82 15J lip 9B View E Worker 30.01-44.00 psi 0 King Laborers Tunnel Work-Compressed Air $184.50 15J lip 9B View Worker 44.01-54.00 psi 3 r King Laborers Tunnel Work-Compressed Air $190.20 15.1 lip 9B View Worker 54.01-60.00 psi E King Laborers Tunnel Work-Compressed Air $192.32 15J lip 9B View Worker 60.01-64.00 psi a King Laborers Tunnel Work-Compressed Air $197.42 15J lip 9B View Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $199.32 15J lip 9B View c Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $201.32 15J lip 9B View Worker 70.01-72.00 psi ci King Laborers Tunnel Work-Compressed Air $203.32 15.1 lip 9B View Worker 72.01-74.00 psi co 06 King Laborers Tunnel Work-Guage and Lock $62.59 15J lip 8Y View -Ua Tender 0 0 King Laborers Tunnel Work-Miner $62.59 15J lip 8Y View King Laborers Vibrator $60.15 15.1 lip 8Y View King Laborers Vinyl Seamer $59.07 15J 11 P 8Y View 0 King Laborers Watchman $45.51 15.1 lip 8Y View King Laborers Welder $60.15 15J lip 8Y View C a� King Laborers Well Point Laborer $60.15 15J lip 8Y View U King Laborers Window Washer/Cleaner $45.51 15J lip 8Y View 'E U King Laborers - Underground Sewer General Laborer Et Topman $59.07 15J lip 8Y View c Et Water 0 King Laborers - Underground Sewer Pipe Layer $60.15 15J lip 8Y View Et Water v, King Landscape Construction Landscape $45.51 15J lip 8Y View J Construction/Landscaping Or Planting Laborers King Landscape Construction Landscape Operator $82.25 15J 11 G 8X View z King Landscape Maintenance Groundskeeper $17.87 1 View 3 King Lathers Journey Level $75.73 150 11S View a� King Marble Setters Journey Level $69.07 7E 1 N View E a� King Metal Fabrication In Shop). Fitter/Certified Welder $42.17 151 11 E View a� King Metal Fabrication (In Shop). General Laborer $30.07 151 11 E View Q King Metal Fabrication (In Shop). Mechanic $43.63 151 11 E View C a� King Metal Fabrication (In Shop). Welder/Burner $39.28 151 11 E View King Millwright Journey Level $76.51 15J 4C View King Modular Buildings Cabinet Assembly $16.28 1 View a King Modular Buildings Electrician $16.28 1 View about:blank Packet Pg. 334 4/5/24,7:50 AM about:blank King Modular Buildings Equipment Maintenance $16.28 1 view King Modular Buildings Plumber $16.28 1 View King Modular Buildings Production Worker $16.28 1 View King Modular Buildings Tool Maintenance $16.28 1 View King Modular Buildings Utility Person $16.28 1 View r King Modular Buildings Welder $16.28 1 View 0 King Painters Journey Level $51.71 6Z 11J View -J King Pile Driver Crew Tender $80.82 15J 4C View m King Pile Driver Journey Level $75.41 15J 4C View �0_ z King Plasterers Journey Level $70.91 7Q 1 R View 3 King Plasterers Nozzleman $74.91 7Q 1 R View m King Playground Et Park Equipment Journey Level $16.28 1 View E Installers m L King Plumbers Et Pipefitters Journey Level $103.19 6Z 1G View a King Power Equipment Operators Asphalt Plant Operators $83.62 15J 11G 8X View c King Power Equipment Operators Assistant Engineer $78.65 15J 11G 8X View a� King Power Equipment Operators Barrier Machine (zipper) $82.88 15J 11G 8X View c King Power Equipment Operators Batch Plant Operator: concrete $82.88 15J 11G 8X View King Power Equipment Operators Boat Operator $83.95 7A 11 H 8X View King Power Equipment Operators Bobcat $78.65 15J 11G 8X View .2 as King Power Equipment Operators Brokk - Remote Demolition $78.65 15J 11G 8X View W Equipment N King Power Equipment Operators Brooms $78.65 15J 11G 8X View o 0 King Power Equipment Operators Bump Cutter $82.88 15J 11G 8X View 0 King Power Equipment Operators Cableways $83.62 15J 11G 8X View r King Power Equipment Operators Chipper $82.88 15J 11G 8X View King Power Equipment Operators Compressor $78.65 15J 11G 8X View Q- 0 King Power Equipment Operators Concrete Finish Machine - $78.65 15J 11G 8X View = ca Laser Screed 2 U King Power Equipment Operators Concrete Pump - Mounted Or $82.25 15J 11G 8X View - Trailer High Pressure Line U Pump, Pump High Pressure = O King Power Equipment Operators Concrete Pump: Truck Mount $83.62 15J 11G 8X View N With Boom Attachment Over 42 2 r M N King Power Equipment Operators Concrete Pump: Truck Mount $82.88 15J 11G 8X View 0 With Boom Attachment Up To E 42m 0 King Power Equipment Operators Conveyors $82.25 15J 11G 8X View ~ King Power Equipment Operators Cranes Friction: 200 tons and $86.48 7A 11 H 8X View 3 over .r c as King Power Equipment Operators Cranes, A-frame: 10 tons and $78.95 7A 11 H 8X View E under L King Power Equipment Operators Cranes: 100 tons through 199 $84.77 7A 11 H 8X View Q tons, or 150' of boom (including jib with attachments) King Power Equipment Operators Cranes: 20 tons through 44 $83.20 7A 11 H 8X View tons with attachments a about:blank Packet Pg. 335 4/5/24,7:50 AM about:blank King Power Equipment Operators Cranes: 200 tons- 299 tons, or $85.66 7A 11 H 8X view 250' of boom including jib with attachments c King Power Equipment Operators Cranes: 300 tons and over or $86.48 7A 11 H 8X View O 300' of boom including jib with attachments r N King Power Equipment Operators Cranes: 45 tons through 99 $83.95 7A 11 H 8X View o tons, under 150' of _J boom(including jib with E attachments) c King Power Equipment Operators Cranes: Friction cranes through $85.66 7A 11 H 8X View z 199 tons 3 King Power Equipment Operators Cranes: through 19 tons with $82.56 7A 11 H 8X View c attachments, a-frame over 10 E E tons m L King Power Equipment Operators Crusher $82.88 15J 11G 8X View a' Q King Power Equipment Operators Deck Engineer/Deck Winches $82.88 15J 11G 8X View (power) c King Power Equipment Operators Derricks, On Building Work $83.62 15J 11G 8X View ? c King Power Equipment Operators Dozers D-9 & Under $82.25 15J 11G 8X View King Power Equipment Operators Drill Oilers: Auger Type, Truck $82.25 15J 11G 8X View v, Or Crane Mount King Power Equipment Operators Drilling Machine $84.46 15J 11G 8X View co King Power Equipment Operators Elevator and man-lift: $78.65 15J 11G 8X View 06 permanent and shaft type King Power Equipment Operators Finishing Machine, Bidwell And $82.88 15J 11G 8X View °o Gamaco It Similar Equipment King Power Equipment Operators Forklift: 3000 lbs and over with $82.25 15J 11G 8X View attachments 7t King Power Equipment Operators Forklifts: under 3000 lbs. with $78.65 15J 11G 8X View a- attachments ' c King Power Equipment Operators Grade Engineer: Using Blue $82.88 15J 11G 8X View Prints, Cut Sheets, Etc v King Power Equipment Operators Gradechecker/Stakeman $78.65 15J 11G 8X View King Power Equipment Operators Guardrail Punch $82.88 15J 11G 8X View O King Power Equipment Operators Hard Tail End Dump $83.62 15J 11G 8X View Articulating Off- Road r Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump $82.88 15J 11G 8X View � Articulating Off-road aEi Equipment Under 45 Yards o King Power Equipment Operators Horizontal/Directional Drill $82.25 15J 11G 8X View z Locator 3 King Power Equipment Operators Horizontal/Directional Drill $82.88 15J 11G 8X View c Operator E King Power Equipment Operators Hydralifts/Boom Trucks Over $82.56 7A 11 H 8X View L 10 Tons °f Q King Power Equipment Operators Hydralifts/boom trucks: 10 $78.95 7A 11 H 8X View tons and under E King Power Equipment Operators Leverman $85.33 15J 11G 8X View ca King Power Equipment Operators Loader, Overhead, 6 Yards. But $83.62 15J 11G 8X View a Not Including 8 Yards about:blank Packet Pg. 336 4/5/24,7:50 AM about:blank King Power Equipment Operators Loaders, Overhead Under 6 $82.88 15J 11G 8X view Yards King Power Equipment Operators Loaders, Plant Feed $82.88 15J 11G 8X View c King Power Equipment Operators Loaders: Elevating Type Belt $82.25 15J 11G 8X View O King Power Equipment Operators Locomotives, All $82.88 15J 11G 8X View 0 r King Power Equipment Operators Material Transfer Device $82.88 15J 11G 8X View w King Power Equipment Operators Mechanics: All (Leadmen $84.46 15J 11G 8X View $0.50 per hour over mechanic) E m King Power Equipment Operators Motor Patrol Graders $83.62 15J 11G 8X View 0 King Power Equipment Operators Mucking Machine, Mole, Tunnel $83.62 15J 11G 8X View Drill, Boring, Road Header 3 And/or Shield m King Power Equipment Operators Oil Distributors, Blower $78.65 15J 11G 8X View E Distribution 8t Mulch Seeding m Operator a King Power Equipment Operators Outside Hoists (Elevators and $82.25 15J 11G 8X View Manlifts), Air Tuggers, Strato King Power Equipment Operators Overhead, bridge type Crane: $83.20 7A 11 H 8X View r 20 tons through 44 tons King Power Equipment Operators Overhead, bridge type: 100 $84.77 7A 11 H 8X View tons and over King Power Equipment Operators Overhead, bridge type: 45 tons $83.95 7A 11 H 8X View through 99 tons co King Power Equipment Operators Pavement Breaker $78.65 15J 11G 8X View N King Power Equipment Operators Pile Driver (other Than Crane $82.88 15J 11G 8X View o Mount) O King Power Equipment Operators Plant Oiler -Asphalt, Crusher $82.25 15J 11G 8X View r� King Power Equipment Operators Posthole Digger, Mechanical $78.65 15J 11G 8X View King Power Equipment Operators Power Plant $78.65 15J 11G 8X View King Power Equipment Operators Pumps - Water $78.65 15J 11G 8X View c King Power Equipment Operators Quad 9, Hd 41, D10And Over $83.62 15J 11G 8X View U King Power Equipment Operators Quick Tower: no cab, under $82.88 15J 11G 8X View 100 feet in height base to c) boom O King Power Equipment Operators Remote Control Operator On $83.62 15J 11G 8X View Rubber Tired Earth Moving 2 Equipment King Power Equipment Operators Rigger and Bellman $78.95 7A 11 H 8X View King Power Equipment Operators Rigger/Signal Person, $82.56 7A 11 H 8X View Bellman(Certified) 0 King Power Equipment Operators Rollagon $83.62 15J 11G 8X View r King Power Equipment Operators Roller, Other Than Plant Mix $78.65 15J 11G 8X View 3 King Power Equipment Operators Roller, Plant Mix Or Multi-lift $82.25 15J 11G 8X View a) Materials m King Power Equipment Operators Roto-mill, Roto-grinder $82.88 15J 11G 8X View King Power Equipment Operators Saws - Concrete $82.25 15J 11G 8X View Q King Power Equipment Operators Scraper, Self Propelled Under $82.88 15J 11G 8X View 45 Yards King Power Equipment Operators Scrapers - Concrete Et Carry All $82.25 15J 11G 8X View King Power Equipment Operators Scrapers, Self-propelled: 45 $83.62 15J 11G 8X View a Yards And Over about:blank I Packet Pg. 337 4/5/24,7:50 AM about:blank King Power Equipment Operators Service Engineers: Equipment $82.25 15J 11G 8X view King Power Equipment Operators Shotcrete/Gunite Equipment $78.65 15J 11G 8X View King Power Equipment Operators Shovel, Excavator, Backhoe, $82.25 15J 11G 8X View o Tractors Under 15 Metric Tons , King Power Equipment Operators Shovel, Excavator, Backhoe: $83.62 15J 11G 8X View Over 30 Metric Tons To 50 w Metric Tons 0 King Power Equipment Operators Shovel, Excavator, Backhoes, $82.88 15J 11G 8X View JE Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $84.46 15J 11G 8X View 0 0 Over 50 Metric Tons To 90 z Y Metric Tons 3 Y King Power Equipment Operators Shovel, Excavator, Backhoes: $85.33 15J 11G 8X View Over 90 Metric Tons m King Power Equipment Operators Slipform Pavers $83.62 15J 11G 8X View a, King Power Equipment Operators Spreader, Topsider Et $83.62 15J 11G 8X View Screedman c King Power Equipment Operators Subgrader Trimmer $82.88 15J 11G 8X View Y King Power Equipment Operators Tower Bucket Elevators $82.25 15J 11G 8X View King Power Equipment Operators Tower Crane: over 175' through $85.66 7A 11 H 8X View 250' in height, base to boom King Power Equipment Operators Tower crane: up to 175' in $84.77 7A 11 H 8X View height base to boom co King Power Equipment Operators Tower Cranes: over 250' in $86.48 7A 11 H 8X View 06 N height from base to boom 0 King Power Equipment Operators Transporters, All Track Or Truck $83.62 15J 11G 8X View ° Type King Power Equipment Operators Trenching Machines $82.25 15J 11G 8X View King Power Equipment Operators Truck Crane Oiler/Driver: 100 $83.20 7A 11 H 8X View a tons and over 0 c King Power Equipment Operators Truck crane oiler/driver: under $82.56 7A 11 H 8X View a� 100 tons v King Power Equipment Operators Truck Mount Portable Conveyor $82.88 15J 11G 8X View v King Power Equipment Operators Vac Truck (Vactor Guzzler, $82.88 15J 11G 8X View � Hydro Excavator) , King Power Equipment Operators Welder $83.62 15J 11G 8X View U King Power Equipment Operators Wheel Tractors, Farman Type $78.65 15J 11G 8X View King Power Equipment Operators Yo Yo Pay Dozer $82.88 15J 11G 8X View King Power Equipment Operators- Asphalt Plant Operators $83.62 15J 11G 8X View Underground Sewer Et Water 0 King Power Equipment Operators- Assistant Engineer $78.65 15J 11G 8X View r Underground Sewer Et Water 3 King Power Equipment Operators- Barrier Machine (zipper) $82.88 15J 11G 8X View Underground Sewer Et Water E King Power Equipment Operators- Batch Plant Operator, Concrete $82.88 15J 11G 8X View Underground Sewer Et Water Q King Power Equipment Operators- Boat Operator $83.95 7A 11 H 8X View c Underground Sewer Et Water E King Power Equipment Operators- Bobcat $78.65 15J 11G 8X View Underground Sewer Et Water a King Power Equipment Operators- Brokk - Remote Demolition $78.65 15J 11G 8X View about:blank I Packet Pg. 338 4/5/24,7:50 AM about:blank Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $78.65 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Bump Cutter $82.88 15J 11G 8X View 0 Underground Sewer Et Water King Power Equipment Operators- Cableways $83.62 15J 11G 8X View w Underground Sewer Et Water o King Power Equipment Operators- Chipper $82.88 15J 11G 8X View J Underground Sewer Et Water King Power Equipment Operators- Compressor $78.65 15J 11G 8X View 0 Underground Sewer Et Water King Power Equipment Operators- Concrete Finish Machine - $78.65 15J 11G 8X View 3 Underground Sewer Et Water Laser Screed King Power Equipment Operators- Concrete Pump - Mounted Or $82.25 15J 11G 8X View m Underground Sewer Et Water Trailer High Pressure Line a, Pump, Pump High Pressure a m King Power Equipment Operators- Concrete Pump: Truck Mount $83.62 15J 11G 8X View Underground Sewer Et Water With Boom Attachment Over 42 M c King Power Equipment Operators- Concrete Pump: Truck Mount $82.88 15J 11G 8X View Underground Sewer Et Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $82.25 15J 11G 8X View as Underground Sewer Et Water N King Power Equipment Operators- Cranes Friction: 200 tons and $86.48 7A 11 H 8X View o�S 8 Underground Sewer Et Water over 0 0 King Power Equipment Operators- Cranes, A-frame: 10 tons and $78.95 7A 11 H 8X View 0 Underground Sewer Et Water under r King Power Equipment Operators- Cranes: 100 tons through 199 $84.77 7A 11 H 8X View Underground Sewer Et Water tons, or 150' of boom v (including jib with attachments) a� King Power Equipment Operators- Cranes: 20 tons through 44 $83.20 7A 11 H 8X View v Underground Sewer Et Water tons with attachments King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $85.66 7A 11 H 8X View v Underground Sewer Et Water 250' of boom including jib with p attachments ' King Power Equipment Operators- Cranes: 300 tons and over or $86.48 7A 11 H 8X View t Underground Sewer Et Water 300' of boom including jib with attachments 0 King Power Equipment Operators- Cranes: 45 tons through 99 $83.95 7A 11 H 8X View E a� Underground Sewer Et Water tons, under 150' of 0 boom(including jib with z attachments) 3 King Power Equipment Operators- Cranes: Friction cranes through $85.66 7A 11 H 8X View c Underground Sewer Et Water 199 tons E King Power Equipment Operators- Cranes: through 19 tons with $82.56 7A 11 H 8X View L Underground Sewer Et Water attachments, a-frame over 10 tons Q King Power Equipment Operators- Crusher $82.88 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/Deck Winches $82.88 15J 11G 8X View Underground Sewer Et Water (power) a about:blank Packet Pg. 339 4/5/24,7:50 AM about:blank King Power Equipment Operators- Derricks, On Building Work $83.62 15J 11G 8X view Underground Sewer Et Water King Power Equipment Operators- Dozers D-9 Et Under $82.25 15J 11G 8X View c Underground Sewer Et Water O King Power Equipment Operators- Drill Oilers: Auger Type, Truck $82.25 15J 11G 8X View N Underground Sewer Et Water Or Crane Mount King Power Equipment Operators- Drilling Machine $84.46 15J 11G 8X View c Underground Sewer Et Water J E King Power Equipment Operators- Elevator and man-lift: $78.65 15J 11G 8X View Underground Sewer Et Water permanent and shaft type 0 King Power Equipment Operators- Finishing Machine, Bidwell And $82.88 15J 11G 8X View Underground Sewer Et Water Gamaco Et Similar Equipment 3 r King Power Equipment Operators- Forklift: 3000 lbs and over with $82.25 15J 11G 8X View Underground Sewer Et Water attachments m King Power Equipment Operators- Forklifts: under 3000 lbs. with $78.65 15J 11G 8X View a, Underground Sewer Et Water attachments Q m King Power Equipment Operators- Grade Engineer: Using Blue $82.88 15J 11G 8X View c Underground Sewer Et Water Prints, Cut Sheets, Etc c as King Power Equipment Operators- Gradechecker/Stakeman $78.65 15J 11G 8X View c Underground Sewer Et Water f° King Power Equipment Operators- Guardrail Punch $82.88 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump $83.62 15J 11G 8X View Underground Sewer Et Water Articulating Off- Road Ca Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump $82.88 15J 11G 8X View o Underground Sewer Et Water Articulating Off-road O Equipment Under 45 Yards r King Power Equipment Operators- Horizontal/Directional Drill $82.25 15J 11G 8X View Underground Sewer Et Water Locator a King Power Equipment Operators- Horizontal/Directional Drill $82.88 15J 11G 8X View Underground Sewer Et Water Operator King Power Equipment Operators- Hydralifts/boom trucks: 10 $78.95 7A 11 H 8X View v Underground Sewer Et Water tons and under v King Power Equipment Operators- Hydralifts/boom trucks: over $82.56 7A 11 H 8X View Underground Sewer Et Water 10 tons , King Power Equipment Operators- Leverman $85.33 15J 11G 8X View Underground Sewer Et WaterMA 0) King Power Equipment Operators- Loader, Overhead, 6 Yards. But $83.62 15J 11G 8X View G J Underground Sewer Et Water Not Including 8 Yards E Kin Power E ui ment 0 erators- Loaders Overhead Under 6 $82.88 15J 11G 8X View °' g q_P p o Underground Sewer Et Water Yards z King Power Equipment Operators- Loaders, Plant Feed $82.88 15J 11G 8X View 3 Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $82.25 15J 11G 8X View Underground Sewer Et Water m L King Power Equipment Operators- Locomotives, All $82.88 15J 11G 8X View °f Q Underground Sewer Et Water c King Power Equipment Operators- Material Transfer Device $82.88 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Mechanics: All (Leadmen - $84.46 15J 11G 8X View Underground Sewer Et Water $0.50 per hour over mechanic) Q about:blank I Packet Pg. 340 4/5/24,7:50 AM about:blank King Power Equipment Operators- Motor Patrol Graders $83.62 15J 11G 8X view Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel $83.62 15J 11G 8X View c Underground Sewer Et Water Drill, Boring, Road Header O And/or Shield King Power Equipment Operators- Oil Distributors, Blower $78.65 15J 11G 8X View r N Underground Sewer Et Water Distribution Et Mulch Seeding o Operator King Power Equipment Operators- Outside Hoists (Elevators and $82.25 15J 11G 8X View E Underground Sewer Et Water Manlifts), Air Tuggers, Strato 0 King Power Equipment Operators- Overhead, bridge type Crane: $83.20 7A 11 H 8X View _ Underground Sewer Et Water 20 tons through 44 tons 3 r King Power Equipment Operators- Overhead, bridge type: 100 $84.77 7A 11 H 8X View Underground Sewer Et Water tons and over E King Power Equipment Operators- Overhead, bridge type: 45 tons $83.95 7A 11 H 8X View T Underground Sewer Et Water through 99 tons a King Power Equipment Operators- Pavement Breaker $78.65 15J 11G 8X View Underground Sewer Et Water c King Power Equipment Operators- Pile Driver (other Than Crane $82.88 15J 11G 8X View Underground Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler -Asphalt, Crusher $82.25 15J 11G 8X View v, Underground Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $78.65 15J 11G 8X View Underground Sewer Et Water N 08 King Power Equipment Operators- Power Plant $78.65 15J 11G 8X View Underground Sewer Et Water °o King Power Equipment Operators- Pumps - Water $78.65 15J 11G 8X View O Underground Sewer Et Water r King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $83.62 15J 11G 8X View Underground Sewer Et Water a King Power Equipment Operators- Quick Tower: no cab, under $82.88 15J 11G 8X View c Underground Sewer Et Water 100 feet in height base to boom c� King Power Equipment Operators- Remote Control Operator On $83.62 15J 11G 8X View v Underground Sewer Et Water Rubber Tired Earth Moving Equipment O King Power Equipment Operators- Rigger and Bellman $78.95 7A 11 H 8X View Underground Sewer Et Water . , King Power Equipment Operators- Rigger/Signal Person, $82.56 7A 11 H 8X View c Underground Sewer Et Water Bellman(Certified) J E King Power Equipment Operators- Rollagon $83.62 15J 11G 8X View Underground Sewer Et Water 0 King Power Equipment Operators- Roller, Other Than Plant Mix $78.65 15J 11G 8X View Underground Sewer Et Water 3 c King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $82.25 15J 11G 8X View Underground Sewer Et Water Materials m King Power Equipment Operators- Roto-mill, Roto-grinder $82.88 15J 11G 8X View Q Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $82.25 15J 11G 8X View Underground Sewer Et Water E King Power Equipment Operators- Scraper, Self Propelled Under $82.88 15J 11G 8X View r Underground Sewer Et Water 45 Yards a about:blank Packet Pg. 341 4/5/24,7:50 AM about:blank King Power Equipment Operators- Scrapers - Concrete Et Carry All $82.25 15.1 11G 8X view Underground Sewer Et Water King Power Equipment Operators- Scrapers, Self-propelled: 45 $83.62 15J 11G 8X View c Underground Sewer Et Water Yards And Over O King Power Equipment Operators- Shotcrete/Gunite Equipment $78.65 15.1 11G 8X View N Underground Sewer Et Water King Power Equipment Operators- Shovel, Excavator, Backhoe, $82.25 15J 11G 8X View c Underground Sewer Et Water Tractors Under 15 Metric Tons J King Power Equipment Operators- Shovel, Excavator, Backhoe: $83.62 15J 11G 8X View Underground Sewer Et Water Over 30 Metric Tons To 50 0 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $82.88 15.1 11G 8X View 3 r Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $84.46 15J 11G 8X View m Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons Q King Power Equipment Operators- Shovel, Excavator, Backhoes: $85.33 15J 11G 8X View Underground Sewer Et Water Over 90 Metric Tons c King Power Equipment Operators- Slipform Pavers $83.62 15.1 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et $83.62 15J 11G 8X View v, Underground Sewer Et Water Screedman King Power Equipment Operators- Subgrader Trimmer $82.88 15.1 11G 8X View Underground Sewer Et Water N Ca King Power Equipment Operators- Tower Bucket Elevators $82.25 15.1 11G 8X View Underground Sewer Et Water °o King Power Equipment Operators- Tower Crane: over 175' through $85.66 7A 11 H 8X View O Underground Sewer Et Water 250' in height, base to boom r King Power Equipment Operators- Tower crane: up to 175' in $84.77 7A 11 H 8X View Underground Sewer Et Water height base to boom a King Power Equipment Operators- Tower Cranes: over 250' in $86.48 7A 11 H 8X View Underground Sewer Et Water height from base to boom King Power Equipment Operators- Transporters, All Track Or Truck $83.62 15J 11G 8X View v Underground Sewer Et Water Type v King Power Equipment Operators- Trenching Machines $82.25 15.1 11G 8X View Underground Sewer Et Water , King Power Equipment Operators- Truck Crane Oiler/Driver: 100 $83.20 7A 11 H 8X View Underground Sewer Et Water tons and overMA 0) King Power Equipment Operators- Truck crane oiler/driver: under $82.56 7A 11 H 8X View G J Underground Sewer Et Water 100 tons E Kin Power E ui ment 0 erators- Truck Mount Portable Conveyor $82.88 15J 11G 8X View °' g q_p p Y o Underground Sewer Et Water z King Power Equipment Operators- Vac Truck (Vactor Guzzler, $82.88 15J 11G 8X View 3 Underground Sewer Et Water Hydro Excavator) King Power Equipment Operators- Welder $83.62 15J 11G 8X View Underground Sewer Et Water L King Power Equipment Operators- Wheel Tractors, Farmall Type $78.65 15J 11G 8X View °f Q Underground Sewer Et Water c King Power Equipment Operators- Yo Yo Pay Dozer $82.88 15J 11G 8X View Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $57.22 5A 4A View Trimmers Q about:blank Packet Pg. 342 4/5/24,7:50 AM about:blank King Power Line Clearance Tree Spray Person $54.32 5A 4A view Trimmers King Power Line Clearance Tree Tree Equipment Operator $57.22 5A 4A View c Trimmers O King Power Line Clearance Tree Tree Trimmer $51.18 5A 4A View Trimmers r N King Power Line Clearance Tree Tree Trimmer Groundperson $38.99 5A 4A View c Trimmers J E King Refrigeration Et Air Conditioning Journey Level $95.89 6Z 1G View Mechanics King Residential Brick Mason Journey Level $69.07 7E 1 N View King Residential Carpenters Journey Level $36.44 1 View King Residential Cement Masons Journey Level $46.64 1 View E King Residential Drywall Applicators Journey Level $74.96 15J 4C View i King Residential Drywall Tapers Journey Level $36.36 1 View a King Residential Electricians Journey Level $48.80 1 View King Residential Glaziers Journey Level $28.93 1 View c a� King Residential Insulation Journey Level $28.18 1 View c_ Applicators f° King Residential Laborers Journey Level $29.73 1 View King Residential Marble Setters Journey Level $27.38 1 View King Residential Painters Journey Level $23.47 1 View N King Residential Plumbers Et Journey Level $45.40 1 View °a N Pipefitters o King Residential Refrigeration Et Air Journey Level $96.42 7F 1 E View 0 Conditioning Mechanics King Residential Sheet Metal Journey Level $96.42 7F 1 E View o Workers King Residential Soft Floor Lavers Journey Level $57.11 5A 3J View 3 King Residential Sprinkler Fitters Journey Level $63.61 1 View .(Fire Protection), v King Residential Stone Masons Journey Level $69.07 7E 1 N View 'E U King Residential Terrazzo Workers Journey Level $62.36 7E 1 N View c O King Residential Terrazzo/Tile Journey Level $24.39 1 View Finishers King Residential Tile Setters Journey Level $21.04 1 View An King Roofers Journey Level $64.45 5A 3H View 0 King Roofers Using Irritable Bituminous $67.39 5A 3H View E a� Materials o King Sheet Metal Workers Journey Level (Field or Shop) $96.42 7F 1 E View r King Shipbuilding Et Ship Repair New Construction Boilermaker $51.85 7X 4J View 3 King Shipbuilding Et Ship Repair New Construction Carpenter $51.85 7X 4-1View King Shipbuilding Et Ship Repair New Construction Crane $43.16 7V 1 View m Operator King Shipbuilding Et Ship Repair New Construction Electrician $51.85 7X 4J View Q King Shipbuilding Et Ship Repair New Construction Heat Et Frost $87.15 15H 11C View Insulator King Shipbuilding Et Ship Repair New Construction Laborer $51.85 7X 4J View King Shipbuilding Et Ship Repair New Construction Machinist $51.85 7X 4J View a about:blank I Packet Pg. 343 4/5/24,7:50 AM about:blank King Shipbuilding Et Ship Repair New Construction Operating $43.16 7V 1 view Engineer King Shipbuilding Et Ship Repair New Construction Painter $51.95 7X 4J View c King Shipbuilding Et Ship Repair New Construction Pipefitter $51.85 7X 4J View 0 King Shipbuilding Et Ship Repair New Construction Rigger $51.85 7X 4J View 0 r King Shipbuilding Et Ship Repair New Construction Sheet Metal $51.85 7X 4J View 1 King Shipbuilding Et Ship Repair New Construction Shipwright $51.85 7X 4J View � King Shipbuilding Et Ship Repair New Construction $43.16 7V 1 View E Warehouse/Teamster o King Shipbuilding Et Ship Repair New Construction Welder / $51.85 7X 4J View Burner 3 Y King Shipbuilding Et Ship Repair Ship Repair Boilermaker $51.85 7X 4.1 View King Shipbuilding Et Ship Repair Ship Repair Carpenter $51.85 7X 4J View E L King Shipbuilding Et Ship Repair Ship Repair Crane Operator $45.06 7Y 4K View a, a King Shipbuilding Et Ship Repair Ship Repair Electrician $51.85 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Heat Et Frost $87.15 15H 11C View Insulator as Y King Shipbuilding Et Ship Repair Ship Repair Laborer $51.85 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Machinist $51.85 7X 4J View N King Shipbuilding Et Ship Repair Ship Repair Operating Engineer $45.06 7Y 4K View King Shipbuilding Et Ship Repair Ship Repair Painter $51.95 7X 4.1 View King Shipbuilding Et Ship Repair Ship Repair Pipefitter $51.85 7X 4J View co o�S King Shipbuilding Et Ship Repair Ship Repair Rigger $51.85 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Sheet Metal $51.85 7X 4J View 0 King Shipbuilding Et Ship Repair Ship Repair Shipwright $51.85 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Warehouse / $45.06 7Y 4K View c Teamster King Sign Makers Et Installers Journey Level $58.04 0 1 View .(Electrical). a� King Sign Makers Et Installers (Non- Journey Level $37.08 0 1 View v Electrical), - �a King Soft Floor Layers Journey Level $66.32 15.1 4C View v c King Solar Controls For Windows Journey Level $16.28 1 View 0 King Sprinkler Fitters (Fire Journey Level $95.49 5C 1X View Protection), v, King Stage Rigging Mechanics (Non Journey Level $16.28 1 View J Structural), E King Stone Masons Journey Level $69.07 7E 1 N View o King Street And Parking Lot Sweeper Journey Level $19.09 1 View ~ Workers += 3 King Surveyors Assistant Construction Site $82.56 7A 11 H 8X View Surveyor E King Surveyors Chainman $78.95 7A 11 H 8X View L King Surveyors Construction Site Surveyor $83.95 7A 11 H 8X View Q King Surveyors Drone Operator (when used in $78.95 7A 11 H 8X View conjunction with survey work only) King Surveyors Ground Penetrating Radar $78.95 7A 11 H 8X View a Operator King Telecommunication Technicians Journey Level $65.66 7E 1 E View about:blank Packet Pg. 344 4/5/24,7:50 AM about:blank King Telephone Line Construction - Cable Splicer $40.36 5A 2B view Outside King Telephone Line Construction - Hole Digger/Ground Person $26.92 5A 2B View c Outside O King Telephone Line Construction - Telephone Equipment Operator $33.74 5A 2B View Outside (Light) w King Telephone Line Construction - Telephone Lineperson $38.15 5A 2B View c Outside J King Terrazzo Workers Journey Level $62.36 7E 1 N View m O King Tile Setters Journey Level $62.36 7E 1 N View z King Tile, Marble Et Terrazzo Finisher $53.19 7E 1 N View 3 Finishers r c King Traffic Control Stripers Journey Level $89.54 15L 1K View E King Truck Drivers Asphalt Mix Over 16 Yards $74.95 15.1 11M 8L View i King Truck Drivers Asphalt Mix To 16 Yards $74.02 15J 11M 8L View a King Truck Drivers Dump Truck $74.02 15.1 11M 8L View King Truck Drivers Dump Truck Et Trailer $74.95 15J 11M 8L View c a� King Truck Drivers Other Trucks $74.95 15J 11M 8L View c King Truck Drivers - Ready Mix Transit Mix $74.95 15.1 11M 8L View King Well Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1 View a) Installers King Well Drillers Et Irrigation Pump Oiler $16.28 1 View in Installers 08 King Well Drillers Et Irrigation Pump Well Driller $18.00 1 View o Installers 0 r O Q 7 C fC N U �a U c O r O J E N r O H t 3 c as E CD m L Q E V Q about:blank Packet Pg. 345