Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
070218_ca03
Department of Public Works O Consent Agenda Page 1 of 1 Jefferson County Board of Commissioners Agenda Request To: Board of Commissioners Philip Morley, County Administrator From: Monte Reinders, Public Works Director/County Engineer 4 Agenda Date: July 2, 2018 Subject: Execution of Contract for Construction for Memorial Field Lighting Replacement Project# 30120350 Statement of Issue: Execution of a Contract for Construction with KCDA (King County Director's Association) and MUSCO Sports Lighting LLC, of Muscatine, Iowa. This is for design and construction services for the replacement of sports field lighting at the Jefferson County Memorial Field. The existing sports field lighting, poles, and distribution wiring will be removed. Analysis/Strategic Goals/Pro's Et Con's: This procurement has been sourced via KCDA, which holds the original contract with the contractor/vendor. The scope and price were negotiated with MUSCO Sports Lighting, in accordance with the original contract. KCDA has checked the proposal for conformance with the original contract. Fiscal Impact/Cost Benefit Analysis: This project is funded by an RCO grant, donations, and County Funds. The Contract Amount is $272,760 plus tax. Grants and Donations provide approximately 75% of the cost of this project. The County share for this Contract is approximately 25% or $68,190. Grants and donations will be paid to the County on a reimbursable basis, following payments to the Contractor/Vendor. Recommendation: We recommend that this Contract (four originals) for Construction be signed by the Board. Please sign and return (3) originals to Public Works, retaining one original for your records. Department Contact: Gordon D. Ramstrom, Architectural Projects Planner, 385-9380 Reviewed By: 2 Z-- ' Philp Morley, Courttyy ministrator � Date ,,‘,5‹ AGREEMENT BETWEEN Jefferson County Department of Public Works ("CLIENT"), KING COUNTY DIRECTOR'S ASSOCIATION AND CONTRACTOR This AGREEMENT is made as of the day of_May_, 20_18_, between the public entity Jefferson County Department of Public Works _("Client"), 623 Sheridan Street, Port Townsend, WA 98368 King County Directors Association(KCDA), Street Address: 18639 - 80th Ave S, Kent, WA 98032 and the Contractor: _Musco Lighting_ This Agreement supplements the King County Directors' Association("KCDA") Purchase Order Number 4111783_("Purchase Order") for the Client. A general description of the Project is: Provide Athletic Field Lighting For the Fields at Memorial Park in Jefferson County. The Architect/Engineer ("A/E"), if any, is: /V The Client, KCDA, and Contractor agree as set forth below. ARTICLE 1 THE WORK 1.1 This Agreement provides supplemental terms and conditions to the Purchase Order and is incorporated by reference into the Purchase Order as if set forth in full therein. This Agreement shall be completed and executed for all KCDA projects that include any on-site construction activities. The Contractor shall fully execute and complete the entire Work described in the Contract Documents. ARTICLE 2 DATES OF COMMENCEMENT AND SUBSTANTIAL AND FINAL COMPLETION 2.1 The date of commencement of the Work(the date from which the Contract Time is measured) shall be the date established in a notice to proceed issued by the Client, unless a different date is stated below: 2.2 The Contractor shall achieve Substantial Completion of the entire Work no later than August 17th, 2018 and Final Completion no later than August 24th, 2018, subject to adjustments of the Contract Time as provided in the Contract Documents. 2.3 Liquidated damages, if any, shall be $ 0 . 0 0, not applicable per day for each calendar day after the Contract Time that Substantial Completion is not attained, and shall be paid to the Client. Agreement between Client,KCDA and Contractor-Washington REV 03072018mp 201221 15_1.DOC Page 1 ARTICLE 3 CONTRACT SUM 3.1 KCDA shall pay the Contractor for the Contractor's performance of the Contract the Contract Sum of Two Hundred Seventy Two Thousand, Seven Hundred Sixty Dollars ($_272,760.00_), subject to additions and deductions as provided in the Contract Documents. Sales tax is not included in the Contract Sum and shall be added to the invoice between the Contractor and KCDA and to the invoice between KCDA and the Client. The contract sum has been derived from the contractor's bid to KCDA directly, or to KCDA through the Association of Educational Purchasing Agencies (AEPA) dated_February 20, 2015_, and is made up of the following components: KCDA Bid and Award Letter/Acceptance 3.2 The Contract Sum is based upon and includes the following alternates, if any, which are described in the Contract Documents and are hereby accepted by the Client: 3.3 Unit prices beyond those listed in the Contractor's Bid to KCDA, if any, are as follows: 3.4 Allowances, if any, are as follows: 3.5 If this Agreement is for a Project for the Contract Sum of one million dollars or more, complete below the names of the following subcontractors with whom the Contractor will subcontract for performance of the work: 1\i /4- HVAC (heating, ventilation, and air conditioning) N A Plumbing as described in chapter 18.106 RCW t' A _ Electrical as described in chapter 19.28 RCW. ARTICLE 4 PAYMENT 4.1 Whenever this Agreement states that KCDA will make payments, the parties agree that payment from the Client to KCDA is a condition precedent to payment from KCDA to the Contractor and that KCDA will use such payments from the Client to pay Contractor. KCDA will make payments to the Contractor as provided below and elsewhere in the Contract Documents based upon Application(s) for Payment submitted by the Contractor and per Article 15. KCDA will schedule final payment, constituting the entire unpaid balance of the Contract Sum except statutory retainage,to the Contractor when the Work has achieved Final Completion, the Agreement has been fully performed, the Client's Board of Directors has accepted the Work, and the Client has agreed to receive billing from KCDA. The retainage shall be paid pursuant to RCW 60.28 and the Contract Documents. 4.2 Payments due and unpaid under the Agreement shall bear interest as specified by RCW 39.76, not to exceed the Bank of America prime rate plus 2%. Agreement between Client,KCDA and Contractor-Washington REV 03072018mp 20122115_1.DOC Page 2 ARTICLE 5 PERMITS AND FEES 5.1 The Client will secure and pay for the cost of any required building permit. The Client shall secure and pay for necessary approvals, easements, assessments and charges required for the use or occupancy of permanent structures or permanent changes in existing facilities. 5.2 The Contractor shall secure and pay, as a part of the Contract Sum, for all other permits and governmental fees, licenses and inspections necessary for proper execution and completion of the construction of the Work. ARTICLE 6 PROPERTY INSURANCE 6.1 The Client shall insure the property in the amount of its insurable replacement cost, including additions and alterations, against"all risks"of physical loss. The policies may inure to the benefit of the Client only. The Contractor is at risk for all material and equipment not a permanent part of the structure. If the Client requires in writing that the Contractor procure property insurance it shall be paid for by a Change Order. The Contractor's insurance requirements are described in Article 17. 6.2 Upon the occurrence of an insured loss, the Client shall have the power to adjust and settle any loss with the insurers. ARTICLE 7 ENUMERATION OF CONTRACT DOCUMENTS The Contract Documents are enumerated as follows, except for modifications issued after execution of this Agreement: 7.1 KCDA Invitation to Bid Number . 15-406_or AEPA Invitation to Bid Number AEPA and all of the terms and conditions incorporated therein. 7.2 For AEPA bids, Washington, King County Directors' Association(KCDA) Additional Agency Terms and Conditions as listed in the AEPA Invitation to Bid. 7.3 KCDA Purchase Order Number 4111783 7.4 This executed Agreement between the Client and Contractor, including the attached General Conditions. 7.5 Any Supplementary and other Conditions of the Agreement, including the following requirements: Agreement between Client,KCDA and Contractor- Washington REV 03072018m 20122115_1.DOC Page 3 7.6 The Specifications as follows: Section Title Pages 12v SC,O LiF2- (4 / 1 771R___ 7.7 The Drawings as follows: Number Title Date The lighting layout (included in Exhibit A) shall serve as the drawings, which includes locations of poles and the photometric evaluations . r A,1 US CO S cila,A4 7.8 The Addenda(if any) as follows: TWLNuP Al U S(0 SL /Mil-- Number mber Date Pages 7.9 Department of Labor and Industries Prevailing Wage Rates: County: Effective Date: 7.10 Any other documents forming part of the Contract Documents and listed below: This Agreement entered into as of the day and year first written above. KING COUNTY DIRECTORS' ASSOCIATION CONTRACTO By I .. By (Signature) (Sig ature) DAVID MAHALKO, Executive Director James M. Hansen, Secretary (Printed name and title) (Printed name and title) CLIENT Ap ved rm: Date: By Philip C. Hunsucker,Chief Civil Deputy Prose ting ttorney (Signature) Jefferson County Prosecuting Attorney's Office Agreement between Client, KCDA and Contractor- Washington REV 03072018mp 20122115_1.DOC Page 4 GENERAL CONDITIONS ARTICLE 8 ARTICLE 9 THE CONTRACT DOCUMENTS ADMINISTRATION OF THE AGREEMENT 8.1 The intent of the Contract Documents is to 9.1 The Client, with assistance from the A/E, include all items necessary for the proper execution and will provide administration of the Agreement. The Client completion of the Work by the Contractor. The Contract must approve in writing all changes in the Contract Sum or Documents are complementary, and what is required by one is Time and all Change Orders, Construction Change Directives, as binding as if required by all. Performance by the and payments to the Contractor. Contractor is required to the extent consistent with the Contract Documents and reasonably inferable from them as 9.2 No representative of KCDA, the Client, or being necessary to produce the intended results. the A/E is authorized to revoke, alter, enlarge,relax or release any requirements of the Contract Documents, nor to approve 8.2 The Contract Documents shall not be or accept any portion of the Work whether or not executed in construed to create a contractual relationship of any kind accordance with, nor to issue instructions contrary to the between either the Client or KCDA and a Subcontractor of Contract Documents. All warranties, guarantees, and any tier, or between any persons or entities other than the certificates shall inure to the benefit of the Client. Client,KCDA,and Contractor. 9.3 The Client or the A/E may disapprove, 8.3 The term "Work" means the construction condemn or reject work when, in its opinion, the Work does and services required by the Contract Documents, whether not conform to the Contract Documents. The Client or the completed or partially completed, and includes all other labor, A/E may require special inspection or testing of any Work in materials, equipment and services provided or to be provided accordance with the provisions of the Contract Documents by the Contractor to fulfill the Contractor's obligations. The whether or not such Work is then fabricated, installed or Work may constitute the whole or a part of the Project. completed. 8.4 The term "A/E" means the entity listed as 9.4 The Client or the A/E may call, schedule such on the first page of this Agreement, if any. The A/E may and conduct job meetings, which the Contractor and be an architect, engineering or similar company, or consultant, representatives of its Subcontractors shall attend, to discuss and is not necessarily a licensed architect or engineer. If such matters as procedures, progress, problems and "None" or "N/A" is listed for the A/E, then the Client or its scheduling. designated representative will perform all of the functions of the A/E described herein. The A/E is not an agent of the 9.5 The Client, KCDA, and the A/E may visit Client or KCDA,and is not authorized to speak on behalf of or the site at intervals each considers appropriate to the stage of bind the Client or KCDA. the Work to become generally familiar with the progress and 8.5 The Contractor's execution of the quality of the completed Work. However, none of them will Agreement is a representation and acknowledgement that the be required to make exhaustive or continuous on-site Contractor has visited the site and become familiar with the inspections to check the quality or quantity of the Work. local conditions under which the Work is to be performed,that the Contract Sum is reasonable compensation for all the Work, ARTICLE 10 and that the Contract Time is adequate for the performance of THE CONTRACTOR the Work. The Contractor's execution of the Agreement is a further representation and acknowledgement that the 10.1 The Contractor shall perform, supervise and Contractor has carefully checked and verified all pertinent direct the Work,using the Contractor's best skill and attention. figures and examined the Contract Documents and the Project The Contractor shall be solely responsible for and have control site, including any existing structures, and that it has satisfied over construction means, methods, techniques, sequences, itself as to the nature, location, character, quality and quantity personnel and procedures, for safety, and for coordinating all of the Work, the labor, materials, equipment, goods, supplies, portions of the Work under the Agreement. The Contractor work, services and other items to be furnished, and all other shall be an independent contractor in the performance of the requirements of the Contract Documents, as well as the Work and shall have complete control over and responsibility surface conditions and other matters that may be encountered for all personnel performing the Work. The Contractor is not at the Project site or affect performance of the Work or the cost or difficulty thereof. authorized to enter into any agreements or undertakings for or on behalf of KCDA or the Client or to act as or be an agent or 8.6 KCDA is an intended third-party beneficiary employee of KCDA or the Client. of this Agreement and may enforce all of its terms directly against the Contractor. Contractor hereby assigns to the Client 10.2 The Contractor shall provide and pay for all all manufacturers'warranties. labor,materials, equipment, tools, construction equipment and machinery, water, heat, utilities, transportation, and other facilities and services necessary for the proper execution and Agreement between Client and Contractor-Washington 20122115_1.DOC Page 5 completion of the Work, whether temporary or permanent and similar submittals required by the Contract Documents. The whether or not incorporated or to be incorporated in the Work. Work shall be in accordance with approved submittals. 10.3 Workers. The Contractor shall enforce 10.8 Progress Schedule. Within seven days of strict discipline and good order among the Contractor's execution of this Agreement, the Contractor shall submit a employees and other persons carrying out the Work. The preliminary schedule of the Work to the Client. Failure to do Contractor shall not permit employment of unfit persons or so shall constitute a material breach of the Contract and a persons not skilled in tasks assigned to them. The Contractor material breach of the conditions of the bid bond. Within shall be responsible to KCDA and the Client for the acts and thirty days after execution of the Agreement, and before any omissions of the Contractor's employees, Subcontractors of progress payment need be made, the Contractor, after any tier and their agents and employees,and other persons consultations with its Subcontractors, shall submit a Progress performing portions of the Work under a contract with the Schedule to the Client. Neither the Client nor the A/E will, Contractor. At no change to the Contract Sum or Contract however, be required to review or approve the substance or Time,the Client may provide written notice requiring the sequence of the Progress Schedule, which are the Contractor's Contractor to remove from the Work any employee or other sole responsibility. The Contractor will be responsible for person carrying out the Work that the Client considers planning, scheduling, managing, and reporting the progress of objectionable. If the Work is being performed at a site in the Work in accordance with all of the specific methods and active school use or where there is a likelihood of contact with submittals described in the Contract Documents. The children, a person shall be unfit and removed from the site if Contractor shall use the Contract Schedule to plan,coordinate, he or she has pled guilty to or has been convicted of any and prosecute the Work in an orderly and expeditious manner. felony crime involving the physical injury or death of a child (RCW 9A.32 or RCW 9A.36 but not RCW 46.61--motor 10.9 Clean-Up. The Contractor shall keep the vehicle violation),the physical neglect of a child(RCW premises and surrounding area free from accumulation of 9A.42),sexual offenses against a minor(RCW 9A.44),sexual waste materials or rubbish caused by operations under the exploitation of a child(RCW 9.68A),the sale or purchase of a Agreement. Upon completion of Work or at the Client's minor child(RCW 9A.64.030),promoting prostitution of a request, the Contractor shall remove from and about the child(RCW 9A.88),or violation of similar laws of another Project waste materials, rubbish, the Contractor's tools, jurisdiction. Failure to comply with this section shall be construction equipment, machinery and surplus materials. If grounds for the immediate termination of this Agreement. the Contractor fails to do so, the Client may do so and charge to the Contractor all costs incurred. 10.4 Warranty. The Contractor warrants that materials and equipment furnished under the Agreement will 10.10 Access. The Contractor shall provide be of good quality and new, that the Work will be performed KCDA, the Client, and the A/E access to the Work wherever in a workmanlike manner, free from defects not inherent in the located. quality required or permitted, and that the Work will conform to the requirements of the Contract Documents. Work not 10.11 Royalties and Patents. The Contractor conforming to these requirements, including substitutions not shall pay all royalties and license fees, shall defend suits or properly approved and authorized, is defective. The claims for infringement of patent rights and shall hold KCDA, Contractor's warranty excludes remedy for damage or defect the Client, and the A/E harmless from loss on account thereof, caused by abuse, modifications not executed by the unless the Contract Documents require the particular design, Contractor, improper or insufficient maintenance, improper process or product of a particular manufacturer or operation,or normal wear and tear under normal usage. manufacturers. 10.5 Taxes and Fees. In accordance with 10.12 Indemnification. Subject to the following Article 3, KCDA shall invoice the Client and pay all sales tax. conditions and to the fullest extent permitted by law, the The Contractor shall pay all other consumer, use, B & 0, and Contractor shall defend, indemnify,and hold harmless KCDA, other similar taxes that are legally enacted when bids are the Client,and the A/E and their respective agents,employees, received, whether or not yet effective or merely scheduled to consultants, successors and assigns ("Indemnified Parties") go into effect. from and against all claims, damages, losses and expenses, direct and indirect, or consequential, including but not limited 10.6 Legal Compliance. The Contractor shall to costs and attorneys' fees incurred on such claims and in comply with and give notices required by laws, ordinances, proving the right to indemnification, arising out of or resulting rules, regulations, and lawful orders of public authorities from performance of the Work, any act or omission of the bearing on performance of the Work. The Contractor shall Contractor, its agents, any of its Subcontractors of any tier, promptly notify KCDA, the Client, and A/E in writing if the and anyone directly or indirectly employed by the Contractor Contractor observes the Drawings and Specifications to be at or Subcontractors of any tier ("Indemnitor"). The Contractor variance with them. will fully indemnify the Indemnified Parties for the sole negligence of the Indemnitor. The Contractor will indemnify 10.7 Submittals. The Contractor shall review, the Indemnified Parties for the concurrent negligence of the approve and submit to the Client or A/E with reasonable Indemnitor to the extent of the Indemnitor's negligence. The promptness Shop Drawings, Product Data, Samples and Contractor agrees to being added by KCDA or the Client as a Agreement between Client and Contractor- Washington 20122115_1 DOC Page 6 party to any mediation, arbitration, or litigation with third 10.16 Contractor shall maintain and preserve for at parties in which KCDA or the Client alleges indemnification least three years from the date of final payment books,ledgers, or contribution from an Indemnitor. The Contractor agrees records, documents, estimates, correspondence, logs, that all of its Subcontractors of any tier will, in the schedules, electronic data and other evidence pertaining to the subcontracts, similarly stipulate; in the event any does not,the costs incurred by the Contractor in connection with or related Contractor shall be liable in place of such Subcontractor(s). to the Agreement("records")to such extent and in such detail To the extent a court or arbitrator strikes any portion of this as will properly reflect and fully support all costs,charges and indemnification provision for any reason, all remaining other amounts of whatever nature for which reimbursement or provisions shall retain their vitality and effect. payment is or may be claimed under the Contract. Contractor agrees to make available at all reasonable times at the office of 10.13 Prevailing Wages. the Contractor all such records for inspection, audit and reproduction (including electronic reproduction) by KCDA 10.13.1 Pursuant to RCW 39.12,no worker, laborer, and the Client and their representatives. These requirements or mechanic employed in the performance of any part of this shall be applicable to each Subcontractor of any tier and Agreement shall be paid less than the "prevailing rate of included in each Subcontract and purchase order issued with wage"(in effect as of the date that bids are due)as determined respect to the Work. The Contractor agrees, on behalf of by the Industrial Statistician of the Department of Labor and itself, its representatives, and Subcontractors of any tier and Industries, ESAC Division, PO Box 44540, Olympia, WA their representatives, that any rights under RCW 42.56.070 98504-4540, Telephone (360) 902-5335. The schedule of the will commence at Final Acceptance,and that the invocation of prevailing wage rates for the locality or localities where this such rights at any time by the Contractor or a Subcontractor of Work will be performed are determined as of the Bid Date for any tier or their representatives shall initiate an equivalent the county in which the Project is located and are available at right to disclosures from the Contractor and Subcontractors of http://www.lni.wa.gov/TradesLicensing/PrevWage/Wage any tier for the benefit of KCDA and the Client. Rates/default.asp and are made a part of this Agreement by reference as though fully set forth herein. A copy is available ARTICLE 11 for viewing at the Client's office, and a hard copy will be SUBCONTRACTORS mailed upon request. To the extent that there is any discrepancy between the referenced schedule of prevailing 11.1 A "Subcontractor" is a person or entity that wage rates and the published rates as are applicable under has a direct contract with the Contractor to perform a portion WAC 296-127-011, the published rates shall apply at no of the Work at the site or to supply materials or equipment. A increase to the Contract Sum. The Contractor shall provide "Subcontractor of any tier" includes Subcontractors as well as the respective Subcontractors with a schedule of the applicable all direct and lower level sub-subcontractors and suppliers. prevailing wage rates. The Industrial Statistician will answer questions relating to prevailing wage data upon request. 11.2 As soon as practicable after award of the Agreement, the Contractor shall confirm in writing to KCDA 10.13.2 Pursuant to RCW 39.12.060, in case any and the Client the names of the Subcontractors for each dispute arises as to what are the prevailing rates of wages for portion of the Work. The Contractor shall not contract with work of a similar nature, and such dispute cannot be adjusted any Subcontractor to whom the Client has made reasonable by the parties in interest, including labor and management and timely objection or different from the one listed in representatives, the matter shall be referred for arbitration to conjunction with the bid. Contracts between the Contractor the director of the Department of Labor and Industries, whose and Subcontractors shall (1) require each Subcontractor to be decision therein shall be final and conclusive and binding on bound to the Contractor by the terms of the Contract all parties involved in the dispute. Documents to the extent of the Work to be performed by the Subcontractor and to assume toward the Contractor all the 10.13.3 The Contractor shall defend, indemnify,and obligations and responsibilities which the Contractor, by the hold KCDA and the Client harmless, including attorneys' fees, Contract Documents, assumes toward KCDA and the Client, from any violation or alleged violation of RCW 39.12 and (2) allow to the Subcontractor the benefit of all rights, ("Prevailing Wages on Public Works") or RCW 51 remedies and redress afforded to the Contractor by these ("Industrial Insurance"), including without limitation RCW Contract Documents. 51.12.050,by the Contractor or any Subcontractor of any tier. 11.3 The Contractor shall promptly pay (and 10.14 The Contractor shall comply with all secure the discharge of any liens asserted by) all persons applicable provisions of RCW 49.28. properly furnishing labor, equipment, materials or other items in connection with the performance of the Work (including, 10.15 Pursuant to RCW 49.70 and WAC 296-62- but not limited to, any Subcontractors). The Contractor shall 054 et seq., the Contractor shall provide KCDA and the Client furnish to KCDA and the Client such releases of liens and copies of and have available at the Project Site a workplace claims and other documents as KCDA or the Client may survey or material safety data sheets for all "hazardous" request from time to time to evidence such payment (and chemicals under the control or use of Contractor or any discharge). KCDA may, at its option, withhold payment, in Subcontractor at the Project Site. whole or in part,to the Contractor until such documents are so furnished. The Contractor shall defend, indemnify, and hold Agreement between Client and Contractor-Washington 20122115_1.DOC Page 7 harmless KCDA and the Client from any liens, including all 13.2 Changes in the Work shall be priced using expenses and attorneys' fees. Nothing in the Contract the Contractor's unit prices and/or R.S. Means pricing as Documents shall create any obligation on the part of KCDA, submitted in its Bid to KCDA or AEPA. If no such unit prices the Client, or A/E to pay or to see to the payment of any are listed for the Changes in the Work, and if the parties moneys due any Subcontractor of any tier or other person or cannot agree on the cost or credit to KCDA and the Client entity, except as may otherwise be required by laws and from a Change in the Work, the Contractor shall keep and regulations. present, in such form as KCDA or the Client may prescribe,an itemized accounting together with supporting data. The total ARTICLE 12 cost of any Change or Claim shall be limited to the reasonable CONSTRUCTION BY CLIENT OR BY value of the following: SEPARATE CONTRACTORS 13.2.1 Direct labor costs: The effective 12.1 The Client reserves the right to perform W.D.O.L.&I. prevailing hourly wage for the laborers, construction or operations related to the Project with the journeymen, and foremen performing and/or directly Client's own forces and to award separate contracts in supervising the Changed Work on the site. The premium connection with other portions of the Project or other portion of overtime wages may not be included unless pre- construction or operations on the site under conditions of the approved in writing by the Client. The hourly cost shall be contract identical or substantially similar to those of the based upon basic wages and mandatory fringe benefits and Contract Documents. workers'insurances. 12.2 The Contractor shall afford the Client and 13.2.2 Direct material costs: An itemization of the separate contractors reasonable opportunity for the quantity of materials necessary to perform the Change in the introduction and storage of their materials and equipment and Work and the net cost therefor. performance of their activities, and shall connect and coordinate the Contractor's construction and operations as 13.2.3 Construction equipment usage costs: An required by the Contract Documents. itemization of the actual length of time construction equipment appropriate for the Work will be used solely on the ARTICLE 13 Change in the Work at the Site times the lower of the actual CHANGES IN THE WORK rental receipt or applicable current state, NECA, Data Quest, or MCA rental cost. Actual,reasonable mobilization costs are 13.1 The Client, without invalidating the permitted if the equipment is brought to the Site solely for the Agreement, may order changes in the Work consisting of Change in the Work. The rate for equipment necessarily additions, deletions or modifications ("Changes"), and the standing by for future use on the Work shall be 50% of the Contract Sum and Contract Time will be adjusted accordingly. rate established above. Changes in the Work, the Contract Sum and/or the Contract Time shall be authorized only by written Change Order signed 13.2.4 Cost of any change in insurance or bond by KCDA,the Client,the A/E and the Contractor or by written premium. Upon request, the Contractor shall provide KCDA Construction Change Directive signed by the Client and the and the Client with supporting documentation. A/E. 13.2.5 Subcontractor costs: Payments the 13.1.1 Change Orders. A Change Order is a Contractor makes to Subcontractors for Changed Work written instrument signed by KCDA, the Client, and the performed by Subcontractors of any tier. The cost of Work Contractor stating their agreement upon a change in the Work; for Subcontractors of any tier shall be determined in the same the amount of the adjustment in the Contract Sum, if any; and manner as prescribed in this Section 13.2. the extent of the adjustment in the Contract Time,if any. 13.2.6 Fee: The allowance for all combined 13.1.2 Construction Change Directives. A overhead, profit, and other costs, including all office, home Construction Change Directive is a written order prepared and office, extended and site overhead(including project manager, signed by the Client and the A/E that directs a change in the project engineer, superintendent and general foreman time), Work and states a proposed basis for adjustment, if any, in the and all delay and including impact costs of any kind, added to Contract Sum or Contract Time, or both. It shall be used in the total cost to the Client of any Change Order or any Claim the absence of total agreement on the terms of a Change for additional work or extra payment of any kind on this Order. The Contractor shall promptly proceed with the Project shall be calculated consistent with the provisions of the change in the Work described in the Construction Change KCDA contract. The change order must be signed by both the Directive. As soon as possible, and within seven days of Client and Contractor. receipt, the Contractor shall advise KCDA and the Client in writing of the Contractor's agreement or disagreement with the 13.3 Dispute Resolution. All claims, disputes cost or the method, if any, provided in the Construction and other matters in question of the Contractor, direct or Change Directive for determining the proposed adjustment in indirect, arising out of, or relating to,the Contract Documents the Contract Sum or Contract Time. or the breach thereof("Claims"), except Claims which have been waived under the terms of the Contract Documents, shall Agreement between Client and Contractor-Washington 20122115_1.DOC Page 8 be decided exclusively by the following dispute resolution procedure; claims that have been waived under the terms of 13.3.5 Litigation. The Contractor may bring no the Contract Documents are not permitted to be brought in any litigation on Claims unless such Claims have been properly forum. The Contractor shall diligently carry on the Work and raised and considered in the dispute resolution procedures of maintain the progress schedule during the dispute resolution Subparagraphs 13.3.1 through 13.3.4 above. All unresolved procedure, including any litigation proceedings, unless the Claims of the Contractor shall be waived and released unless parties mutually agree in writing otherwise. the Contractor has strictly complied with the time limits of the Contract Documents, and litigation is served and filed within 13.3.1 Notice of Claim. The Contractor shall the earlier of (a) 120 days after the Date of Substantial submit notice of all Claims to both KCDA and the Client in Completion as designated in writing by the Client or (b)60 writing within seven days of the event giving rise to them and days after Final Acceptance. This requirement cannot be shall include a clear description of the event and its probable waived except by an explicit written waiver signed by KCDA, effect. the Client, and the Contractor. The pendency of a mediation (calculated as the period from the written request for 13.3.2 Claim Submission. Within 21 days of the mediation through the day following the mediation Notice of Claim,the Contractor shall provide both KCDA and proceeding)shall toll these filing requirements. the Client in writing with a Claim, which shall include a clear description of the Claim, all changes in cost and in time 13.4 Notices and Claims. All notices and (direct, indirect, impact, and otherwise) to which the Claims shall be made in writing as required by the Agreement. Contractor and Subcontractors of any tier are entitled,and data supporting the Claim. The claim of a Subcontractor may be 13.4.1 Any notice of a Claim of the Contractor brought only through the Contractor and only after the against KCDA or the Client and any Claim of the Contractor, Contractor notifies KCDA and the Client in writing that the whether under the Agreement or otherwise, must be made Contractor has reviewed and agrees with the Claim. pursuant to and in strict accordance with the applicable provisions of the Contract Documents. Failure to comply with 13.3.3 Informal Resolution. KCDA and the Client these requirements shall constitute waiver of the Claim. No will make a determination of the Claim. If the Contractor act,omission,or knowledge, actual or constructive,of KCDA, disagrees with KCDA and the Client's determination and the Client, or the A/E shall in any way be deemed to be a wishes to pursue the Claim further, the Contractor must, waiver of the requirement for timely written notice and a within fourteen days of receipt of the determination, provide timely written Claim unless KCDA, the Client, and the KCDA and the Client with a written request that a Contractor sign an explicit, unequivocal written waiver representative of the Contractor, KCDA, and the Client meet, approved by KCDA and the Client's Board of Directors. confer, and attempt to resolve the Claim. This meeting will then take place at a mutually convenient time within thirty 13.4.2 The fact that KCDA, the Client, and the days of the request, unless the Client elects to proceed directly Contractor may continue to discuss or negotiate a Claim that to mediation. has or may have been defective or untimely under the Contract shall not constitute waiver of the provisions of the Contract 13.3.4 Mediation. The Contractor may bring no Documents unless KCDA, the Client, and Contractor sign an litigation against the Client or KCDA unless the Claim is first explicit, unequivocal written waiver approved by the Client's subject to non-binding mediation under the Construction board of directors. Mediation Rules of the American Arbitration Association ("AAA"). The Contractor is responsible for initiating the 13.4.3 The Contractor expressly acknowledges and mediation process. This requirement cannot be waived except agrees that the Contractor's failure to timely submit required by an explicit written waiver signed by KCDA,the Client, and notices or timely submit Claims has a substantial impact upon the Contractor. To initiate the mediation process, the and prejudices KCDA and the Client, including but not limited Contractor shall submit a written mediation request to KCDA to the inability to fully investigate or verify the Claim, and the Client within thirty days of the meeting undertaken in mitigate damages, choose alternative options, adjust the Subparagraph 13.3.3. If the parties are unable to agree to a budget, delete or modify the impacted Work, and/or monitor mediator within thirty days after KCDA and the Client's time, cost and quantities. For these and other reasons, the receipt of the written request for mediation, any party may parties stipulate that KCDA and the Client are prejudiced by submit a request for mediation to the AAA. An officer of the the Contractor's failure to timely submit notices or Claims as Contractor and of KCDA and the Superintendent or designee required by the Contract Documents. of the Client, all having full authority to settle the Claim, must attend the mediation session. To the extent there are other 13.5 Claims for Concealed or Unknown parties in interest, such as Subcontractors, their Conditions. If conditions unknown to the Contractor are representatives, with full authority to settle the Claim, shall encountered at the site which are (1) concealed physical also attend the mediation session. Unless KCDA, the Client, conditions that differ materially from those indicated in the and Contractor mutually agree in writing otherwise, all Contract Documents or(2)unknown physical conditions of an unresolved Claims in the Project shall be considered at a unusual nature, which differ materially from those ordinarily single mediation session which shall occur prior to Final found and generally recognized as inherent in activities of the Acceptance by the Client. character provided for in the Contract Documents, then the Agreement between Client and Contractor-Washington 20122115_1.DOC Page 9 Contractor shall give written notice to KCDA and the Client Subparagraph 2.3, only where KCDA or the Client's own promptly before conditions are disturbed and in no event later actions or inactions were the actual, substantial cause of the than seven days after the first observance on the conditions. delay and where the Contractor could not have reasonably The Contractor shall make any Claim arising from such avoided the delay by the exercise of due diligence. If a delay condition in accordance with the dispute resolution procedure was caused by the Contractor, a Subcontractor of any tier, or in Subparagraph 13.3. anyone acting on behalf of any of them, the Contractor is not entitled to an increase in the Contract Time or in the Contract 13.6 Claims for Consequential Damages. The Sum. Contractor, the Client, and KCDA waive Claims against each other for consequential damages arising out of or relating to 14.3 THE TIMELY COMPLETION OF THIS this Contract. This mutual waiver includes without limitation: PROJECT IS ESSENTIAL TO KCDA AND THE CLIENT. KCDA and the Client will incur serious and substantial .1 damages incurred by KCDA or the Client damages if Substantial Completion of the Work does not occur for rental expenses, for losses of use, income, profit, within the Contract Time; however, it may be difficult if not financing, business and reputation, and for loss of impossible to determine the amount of such damages. management or employee productivity or of the Consequently, this Agreement may include provisions for services of such persons;and liquidated damages. KCDA and the Client's right to liquidated damages is not affected by partial completion, .2 damages incurred by the Contractor for occupancy, or beneficial occupancy. If this Agreement does principal and home office overhead and expenses not contain an agreed amount for liquidated damages, KCDA including without limitation the compensation of and the Client may prove their actual damages. personnel stationed there, for losses of financing, business and reputation, for losses on other projects, ARTICLE 15 for loss of profit,and for interest or financing costs. PAYMENTS AND COMPLETION This mutual waiver is applicable to all consequential damages 15.1 Progress Payments. Payments shall of any cause, including without limitation due to either party's be made as provided in Articles 3 and 4 of this Agreement. If termination in accordance with Article 20. Nothing contained Progress payments are specified, they will be made monthly in this Section 13.6 shall be deemed to preclude an award of for Work duly approved and performed during the calendar liquidated damages, when applicable, in accordance with the month preceding the application according to the following requirements of the Contract Documents. procedure. 13.7 The Contractor (including Subcontractors) 15.1.1 Draft Application. Within the first five days shall not in any event be entitled to damages arising out of of each month, the Contractor shall submit to KCDA and the actual or alleged loss of efficiency; morale,fatigue,attitude,or Client, for the Client's approval, a report on the current status labor rhythm; constructive acceleration; home office of the Work as compared to the Progress Schedule and a draft overhead; expectant underrun; trade stacking; reassignment of itemized AIA Application for Payment for Work performed workers; concurrent operations; dilution of supervision; during the prior calendar month. This shall not constitute a learning curve; beneficial or joint occupancy; logistics; ripple; payment request. KCDA or the Client may request the season change; extended overhead; profit upon damages for Contractor to provide data substantiating the Contractor's right delay;impact damages;or similar damages. to payment, such as copies of requisitions or invoices from Subcontractors. ARTICLE 14 TIME 15.1.2 Payment Request. The Client shall review and approve the draft Application for Payment, or state its 14.1 Within seven days of executing the reasons for disapproval. Upon the Client's approval, and after Agreement, the Contractor shall deliver any required bond to the Contractor has furnished all data requested,the Contractor the Client with a copy to KCDA; no Progress Payments shall may submit to KCDA a payment request in the agreed-upon be due until the bond is delivered. amount, in the form of a notarized, itemized AIA Application for Payment for Work performed during the prior calendar 14.2 If the Contractor is delayed at any time in month. KCDA shall re-verify the amounts with the Client progress of the Work by changes ordered in the Work, by and,once verified and approved by the Client, will invoice the unanticipated general labor disputes, fire, unusual delay in Client, and KCDA shall make payment to Contractor from deliveries, abnormal adverse weather conditions not funds received from the Client. Payment from the Client to reasonably anticipatable, unavoidable casualties, delays KCDA is a condition precedent to payment from KCDA to the caused by the Client or its separate contractors, or any causes Contractor. Among other things, the Application shall state beyond the Contractor's control,or by other causes which may that prevailing wages have been paid in accordance with the justify delay, then the Contract Time shall be extended by prefiled statement(s) of intent to pay prevailing wages on file Change Order to the extent the critical path is affected. The with KCDA and the Client and that all payments due Contractor (including Subcontractors) shall be entitled to Subcontractors from KCDA's prior payments have been damages for delay, the total limited to the liquidated rate of made. The submission of this Application constitutes a Agreement between Client and Contractor- Washington 20122115_1 DOC Page 10 certification that the Work is current on the progress schedule, foregoing reasons, KCDA will provide the Contractor, within unless otherwise noted on the Application. If the Contractor eight working days after KCDA's receipt of the Application believes it is entitled to payment for Work performed during for Payment, written notification of the reasons that all or part the prior calendar month in addition to the agreed-upon of the payment is being withheld and what remedial actions amount, the Contractor may submit to KCDA a separate the Contractor must take to receive the withheld amount. written payment request specifying the exact additional amount due, the category in the Schedule of Values in which 15.5 Substantial Completion. the payment is due,the specific Work for which the additional amount is due,and why the additional payment is due. 15.5.1 When the Contractor believes that the Work is Substantially Complete, it shall notify KCDA and the Client 15.1.3 Payments to Subcontractors. No payment in writing. When the Client agrees, the Client will issue a request shall include amounts the Contractor does not intend Certificate of Substantial Completion. Substantial Completion to pay to a Subcontractor. If, after making a request for is the stage in the progress of the Work when the construction payment but before paying a Subcontractor for its is sufficiently complete, in accordance with the Contract performance covered by the payment request, the Contractor Documents, so the Client can fully utilize the Work (or the discovers that part or all of the payment otherwise due to the designated portion thereof)for the use for which it is intended. Subcontractor is subject to withholding from the All Work other than incidental corrective or punchlist work Subcontractor for unsatisfactory performance, the Contractor and final cleaning shall have been completed. The Work is may withhold the amount as allowed under the subcontract, not Substantially Complete if all systems and parts affected by but it shall give the Subcontractor and KCDA and the Client the Work are not usable or if utilities affected by the Work are written notice of the remedial actions that must be taken as not connected and operating normally. The fact that the Client soon as practicable after determining the cause for the may use or occupy the Work or designated portion thereof withholding but before the due date for the Subcontractor does not indicate that the Work is Substantially Complete, nor payment,and pay the Subcontractor within eight working days does such occupation toll or change any liquidated damages after the Subcontractor satisfactorily completes the remedial due KCDA. action identified in the notice. 15.5.2 Immediately before partial or complete 15.2 Prevailing Wages. Pursuant to RCW occupancy, the Client will schedule an inspection tour of the 39.12, the Contractor will not receive any payment until the area to be occupied. A representative of KCDA and/or the Contractor and all Subcontractors have submitted a"Statement Client,A/E and Contractor will jointly tour the area and record of Intent to Pay Prevailing Wage" to KCDA and the Client. items still remaining to be finished and/or corrected. The The statement must have the approval of the Industrial Contractor shall supply and install any items missed by the Statistician of the Department of Labor and Industries before it inspection but required or necessary for Final Completion as a is submitted to KCDA and the Client. The Contractor and the part of the Contract Sum, notwithstanding their not being respective Subcontractors shall pay all fees required by the recorded during the inspection tour. Department of Labor and Industries, including fees for the approval of the "Statement of Intent to Pay Prevailing 15.6 Final Payment. Pursuant to RCW 60.28, Wages." Approved copies of the "Statement of Intent to Pay completion of the Contract Work shall occur after the Prevailing Wages" must be posted where workers can easily Contractor has notified KCDA and the Client in writing that read them. the Work has been concluded and submits the items listed below to KCDA and the Client, any required occupancy 15.3 Progress payments. Unless the Client permit has been issued, and the Client's Board formally informs the Contractor that a payment will be withheld as accepts the Project("Final Acceptance"). Final Payment shall provided in Section 15.4, KCDA shall make progress not become due until after Final Acceptance. payments within 30 days of approval of the payment request by the Client. .1 An affidavit that all payrolls, bills for materials and equipment, and other indebtedness connected 15.4 Withheld Payments. Payments may be with the Work for which the Client or its property withheld on account of(1) defective Work not remedied, (2) might in any way be responsible or encumbered,have claims filed by third parties, (3) failure of the Contractor to been paid or otherwise satisfied, make payments properly to Subcontractors or for labor, materials or equipment or provide releases under .2 consent of surety to final payment, Section 11.3.1, (4) reasonable evidence that the Work cannot be completed for the unpaid balance of the Contract Sum, (5) .3 a certificate evidencing that insurance required by damage to KCDA, the Client, or another contractor, (6) the Contract Documents to remain in force after final reasonable evidence that the Work will not be completed payment is currently in effect and will not be within the Contract Time and that the unpaid balance would canceled or allowed to expire until at least 30 days' not be adequate to cover actual or liquidated damages for the prior written notice has been given to KCDA and the anticipated delay, or (7) failure to carry out the Work in Client, accordance with the Contract Documents. When KCDA intends to withhold all or part of a payment for any of the Agreement between Client and Contractor-Washington 20122115_1 DOC Page 11 .4 a written statement that the Contractor knows of no substantial reason why the insurance will not be 15.7.2 Final Payment to Contractor. Acceptance of renewable to cover the period required by the final payment by the Contractor shall constitute a waiver of Contract Documents, Claims except those previously made in writing and identified in writing as unsettled on the final Application for Payment. .5 other data establishing payment or satisfaction of or protection (satisfactory to KCDA and the Client) 15.7.3 Change Orders. The execution of a Change against all obligations, such as receipts, releases and Order shall constitute a waiver of Claims by the Contractor waivers of liens arising out of the Agreement, arising out of the Work to be performed or deleted pursuant to satisfactorily demonstrating to KCDA and the Client the Change Order, except as specifically described in the that the claims of Subcontractors and laborers who Change Order. If the Contractor adds to a Change Order or have filed claims have been paid, any other document a reservation of rights that has not been initialed by KCDA and the Client, all the amounts previously .6 pursuant to RCW 39.12.040, an "Affidavit of agreed shall be considered disputed and not yet payable unless Wages Paid" from the Contractor and from each the costs are re-negotiated or the reservation is withdrawn or Subcontractor certified by the Industrial Statistician changed in a manner satisfactory to and initialed by KCDA of the Department of Labor and Industries, with fees and the Client. If KCDA makes payment for a Change Order paid by the Contractor or Subcontractor, or an Application for Payment that contains a reservation of rights not initialed by KCDA and the Client to indicate .7 a certified statement that the Contractor has closed agreement with the reservation, and if the Contractor all necessary permits or otherwise met the negotiates the check for such payment, then the reservation of requirements of all governing jurisdictions related to rights shall be deemed waived,withdrawn,and of no effect. this Project(including,without limitation,city/county building departments, health districts and utility 15.8 Retainage. districts; attach a copy of each of these closed or signed-off permits), 15.8.1 Progress Payments: .8 all warranties,guarantees, certificates, spare parts, .1 Pursuant to RCW 60.28, KCDA will reserve 5% specified excess material, and other documents or from the moneys the Contractor earns on estimates items required by the Contract Documents,and during the progress of the Work, to be retained as a trust fund for the protection and payment of the .9 a hard copy of the "record" drawings and claims of any person arising under the Agreement specifications, delivered in a clear, clean and legible and the state with respect to taxes imposed pursuant condition. to Title 82 RCW which may be due from the Contractor. If any Subcontractor of any tier refuses to furnish a release or waiver required by KCDA of the Client, KCDA .2 The moneys reserved may, at the option of the may retain in the fund, account, or escrow funds such amount Contractor, be (1) retained in a fund by KCDA until as to defray the cost of foreclosing the liens of such claims and 45 days following Final Acceptance; or(2)deposited to pay attorneys' fees, the total of which shall be no less than by KCDA in an interest-bearing account in a bank, 150% of the claimed amount. If any such lien remains mutual savings bank, or savings and loan association, unsatisfied after all payments are made, the Contractor shall not subject to withdrawal until 45 days following refund to KCDA all moneys that the latter or the Client may Final Acceptance, with interest to the Contractor; or be compelled to pay in discharging such lien, including all (3) placed in escrow with a bank or trust company costs and reasonable attorneys' fees. until 45 days following the Final Acceptance, by KCDA's joint check to the bank or trust company Final payment shall be made pursuant to RCW 60.28 and the Contractor, to be converted into bonds and after the Contractor has properly submitted certificates from securities chosen by the Contractor, approved by the Department of Revenue, the Department of Labor and KCDA, and held in escrow, with interest on the Industries and, pursuant to RCW 50.24, a certificate from the bonds and securities paid to the Contractor as it Department of Employment Security. accrues. 15.7 Waivers. .3 If moneys are retained from the Contractor, it may retain payment of not more than 5%from the moneys 15.7.1 Final Payment by KCDA. The making of earned by any Subcontractor, provided that the final payment shall constitute a waiver of claims by KCDA Contractor pays interest to the Subcontractor at the and the Client except those arising from (1) liens, claims, same interest rate it receives from its reserved funds. security interests, or encumbrances arising out of the Agreement and unsettled; (2) failure of the Work to comply 15.9 Warranty of Title. The Contractor with the requirements of the Contract Documents; or(3)terms warrants and guarantees that title to Work, materials and of warranties required by the Contract Documents or law. equipment covered by an Application for Payment, whether Agreement between Client and Contractor-Washington 20122115_1.DOC Page 12 incorporated in the Project or not, will pass to the Client no the Contractor may subcontract or sublet to others; and on the later than the time of payment,free and clear of liens. indemnity provisions of this Agreement. This insurance will name KCDA and the Client and their employees as additional ARTICLE 16 insureds per Additional Insured Owner's (Form B) for Work PROTECTION OF PERSONS AND PROPERTY performed under this Agreement. The Contractor's policy shall be designated primary coverage for both defense and 16.1 The Contractor shall be solely responsible indemnity, and any KCDA or Client policies excess. Such for, and neither KCDA, the Client, nor the A/E shall have limits of liability insurance shall have per project general responsibility for, all aspects of safety, including initiating, aggregate provisions and shall not be less than the following: maintaining, and supervising all safety precautions and programs in connection with the performance of the .1 $1,000,000 Combined Single Limit protection for Agreement. The Contractor shall take reasonable precautions both bodily injury and property damage liability per for safety of, and shall provide reasonable protection to occurrence and$2,000,000 general aggregate; prevent damage, injury or loss to (1) employees on the Work and other persons who may be affected thereby; (2)the Work .2 $1,000,000 per accident for bodily injury liability and materials and equipment to be incorporated therein; and including sickness, disease or death and property (3)other property at the site or adjacent thereto. damage liability because of damage to or destruction of property of others, including loss of use thereof 16.2 The Contractor shall give notices and arising out of the operation of automobiles. comply with applicable laws, ordinances, rules, regulations and lawful orders of public authorities bearing on safety of .3 $1,000,000 for personal injury liability coverage persons and property and their protection from damage, injury, included and defined in the Commercial General or loss. The Contractor shall promptly remedy damage and Liability insurance policy for damages which are loss to property at the site caused in whole or in part by the sustained by (1) a person as a result of an offense Contractor, a Subcontractor of any tier, or anyone directly or directly or indirectly related to employment of such indirectly employed by any of them, or by anyone for whose person by the Contractor,or(2)by another person. acts they may be liable and for which the Contractor is responsible, except for damage or loss attributable to acts or .4 $1,000,000 for claims involving blanket omissions of KCDA, the Client, or A/E or by anyone for contractual liability insurance (included and defined whose acts any of them may be liable, and not attributable to in the Commercial General Liability Insurance the fault or negligence of the Contractor. The foregoing Policy) applicable to the Contractor's obligations obligations of the Contractor are in addition to the under Paragraph 10.12. Contractor's obligations under Paragraph 10.12. .5 In addition, the Contractor shall maintain a true 16.3 The Contractor shall not be required to umbrella policy that provides excess limits over the perform without consent any Work relating to asbestos or primary layer,in an amount not less than$2,000,000. polychlorinated biphenyl ("PCB") unless specifically required by the Contract Documents. 17.1.2 The insurance described above shall include coverage for underground,collapse and explosion exposures. 16.4 The Contractor shall bear the risk of any loss, damage or destruction of its own property, including 17.1.3 In addition, the Contractor shall purchase without limitation its tools, trailers and equipment, whether and maintain insurance for claims under workers' rented or owned, to the extent that they will not be compensation (industrial insurance), disability benefit and incorporated in the Work. Any insurance provided by the other similar employee benefit acts in the State statutory Client will not cover any such loss,damage or destruction. amount and Employer's Liability with coverage of at least $250,000/$500,000. ARTICLE 17 INSURANCE AND BONDS 17.1.4 Before commencing the Work or exposure to loss can occur, and, in any event, within ten days after 17.1 Contractor's Liability Insurance. KCDA has issued its notice of intent to award contract, the Contractor shall furnish KCDA and the Client with 17.1.1 The Contractor shall purchase from and Certificates of Insurance, in duplicate, as evidence of all maintain during the life of this Agreement, at its own cost in a insurance required by the Contract Documents. company or companies admitted to do business in the State of 17.1.5 Coverage shall be maintained without Washington, possessing a Best's policy holder's rating of A- interruption from the date of commencement of the Work until or better and a financial rating of no less than VII, and the date of Final Acceptance,except for any coverage required reasonably acceptable to KCDA and the Client,an occurrence- to be maintained after Final Acceptance. Completed based Commercial General Liability Insurance Policy which operations coverage shall remain in force for three years after shall provide bodily injury and property damage liability on Final Acceptance. the Contractor's operations, including its Subcontractors of any tier; owned, non-owned and hired vehicles; and on work Agreement between Client and Contractor-Washington 20122115_1 DOC Page 13 17.1.6. If KCDA or the Client is damaged by the ARTICLE 18 failure of the Contractor to maintain any of the above CORRECTION OF WORK insurance or to so notify KCDA and the Client, than the Contractor shall bear all costs properly attributable thereto. 18.1 The Contractor shall promptly and within at KCDA MAY WITHHOLD PAYMENT PENDING RECEIPT least fourteen (14) days of notice from the Client or KCDA OF ALL CERTIFICATES OF INSURANCE. Failure to correct Work rejected or failing to conform to the withhold payment shall not constitute a waiver. requirements of the Contract Documents at any time through a period of one year from the date of Substantial Completion of 17.1.7 KCDA's specification or approval of the the Agreement or by terms of a longer manufacturer's insurance in this Agreement or of its amount shall not relieve warranty or an applicable special warranty required by the or decrease the liability of the Contractor under the Contract Contract Documents. The provisions of this Article apply to Documents or otherwise. Coverages are the minimum to be Work done by Subcontractors of any tier as well as to Work provided and are not limitations of liability under the Contract, done by direct employees of the Contractor. indemnification, or applicable law provisions. The Contractor may, at its expense, purchase larger coverage amounts or 18.2 If the Contractor fails to correct Work that is additional insurance. not in accordance with the requirements of the Contract Documents or fails to carry out the Work in accordance with 17.2 Property Insurance. the Contract Documents, KCDA and/or the Client, by a written order, may order the Contractor to stop the Work, or 17.2.1 The requirements for property insurance are any portion thereof, until the cause for such order has been addressed in Article 6 above. eliminated. 17.3 Waivers of Subrogation. 18.3 Nothing contained in this Article shall be construed to establish a period of limitation with respect to 17.3.1 KCDA,the Client,and the Contractor waive other obligations which the Contractor might have under the all rights against each other and any of their subcontractors of Contract Documents. Establishment of the time period of one any tier, the A/E, their consultants, separate contractors year as described above relates only to the specific obligation described in Article 12 (if any), and any of their respective of the Contractor to correct the Work and has no relationship agents and employees, for damages caused by fire or other to the time within which the obligation to comply with the causes of loss to the extent covered by property insurance Contract Documents may be sought to be enforced, nor to the obtained pursuant to Articles 6 and 17.2 or other property time within which proceedings may be commenced to insurance applicable to the Work, except such rights as they establish the Contractor's liability with respect to the have to proceeds of such insurance held by the Client as Contractor's obligations other than specifically to correct the fiduciary. KCDA and the Client do not waive their Work. subrogation rights to the extent of the Client's property insurance on structures or portions of structures that do not ARTICLE 19 comprise the Work. A waiver of subrogation shall be MISCELLANEOUS PROVISIONS effective as to a person or entity even though that person or entity would otherwise have a duty of indemnification, 19.1 Applicable Law. The Agreement shall be contractual or otherwise, did not pay the insurance premium governed by the laws of the State of Washington, without directly or indirectly, and whether or not the person or entity regard to its choice of law provisions. had an insurable interest in the property damaged. 19.2 Statutes. The Contractor shall abide by the 17.4 Payment and Performance Bond. provisions of all applicable Washington statutes. The statutes referenced in the Contract Documents are not meant to be a 17.4.1 The Contractor is required to submit a bond complete list and should not be relied upon as such. secured from a surety company licensed to do business in the State of Washington. The Contractor shall pay for a surety 19.3 Contractor Registration and Related bond in the full amount of the Contract Sum plus sales tax, Requirements. Pursuant to RCW 39.06, the Contractor shall pursuant to RCW 39.08. Within seven days of entering into be registered or licensed as required by the laws of the State of the Agreement, the Contractor shall deliver two copies of the Washington, including but not limited to RCW 18.27. The bond to KCDA and one copy each to the Client and the A/E. Contractor shall: have a current state unified business The price of the bond will be added to the total contract identifier number; have industrial insurance coverage for the amount to be paid by the Client. KCDA MAY DECLINE TO Contractor's employees working in Washington as required in ENTER INTO THE CONTRACT IF EVIDENCE OF Title 51 RCW; have an employment security department BONDABILITY IS NOT RECEIVED, AND THE CLIENT number as required in Title 50 RCW; have a state excise tax MAY WITHHOLD ITS NOTICE TO PROCEED AND/OR registration number as required in Title 82 RCW, and; not be WITHHOLD PAYMENT TO THE CONTRACTOR UNTIL disqualified from bidding on any public works contract under SUCH SURETY BOND IS RECEIVED. RCW 39.06.010 (unregistered or unlicensed contractors) or RCW 39.12.065(3)(prevailing wage violations). Agreement between Client and Contractor- Washington 20122115_I.DOC Page 14 19.4 Law Against Discrimination. Contractor .1 the Contractor fails to prosecute the Work or any shall comply with pertinent statutory provisions relating to portion thereof with sufficient diligence to ensure the public works of RCW 49.60. Completion of the Work within the Contract Time; 19.5 Provisions for Aged and Handicapped .2 the Contractor is in material default of or Persons. Contractor shall comply with pertinent statutory materially breaches any provisions of this provisions relating to public works of RCW 70.92. Agreement; 19.6 Safety Standards. Contractor shall comply .3 the Contractor is adjudged bankrupt, makes a with pertinent provisions of Chapter 296-155 WAC, "Safety general assignment for the benefit of its creditors, or Standards for Construction Work." if a receiver is appointed on account of its insolvency; 19.7 Unemployment Compensation. Pursuant to RCW 50.24 in general and RCW 50.24.130 in particular, .4 the Contractor fails to supply a sufficient number the Contractor shall pay contributions for wages for personal of properly skilled workers or proper materials; services performed under this Agreement or arrange for a bond acceptable to the commissioner. .5 the Contractor fails to make prompt payment to Subcontractors or for materials or labor; 19.8 Drug-Free Workplace. The Contractor and all Subcontractors shall fully comply with all applicable .6 the Contractor materially disregards laws, federal, state, and local laws and regulations regarding drug- ordinances, rules, regulations or orders of any public free workplace, including the Drug-Free Workplace Act of authority having jurisdiction; or 1988. Any person not fit for duty for any reason, including the use of alcohol, controlled substances, or drugs, shall .7 the Contractor fails to comply with the provisions immediately be removed from the Work. of RCW 28A.400.330 by permitting a worker on the Project having contact with children who has been 19.9 Tobacco-Free Environment. Smoking or convicted of or pled guilty to a felony crime use of any kind of lighted pipe, cigar, cigarette or any other involving children as described in Paragraph 10.3. lighted smoking equipment, material or smokeless tobacco products is prohibited on all Client property. 20.3 Termination for Convenience by Client. The Client may, at any time upon seven days'written notice to the 19.10 Asbestos Removal. To the extent this Contractor, terminate (without prejudice to any right or Project involves asbestos removal, the Contractor shall remedy of the Client or KCDA) the whole or any portion of comply with RCW 49.26 and any provisions of the the Work for the convenience of KCDA and the Client. The Washington Administrative Code promulgated thereunder. Client shall be liable to Contractor only for those costs reimbursable to Contractor in accordance with the following: 19.11 Assignment. The Contractor shall not let, delegate duties under, assign or transfer this Agreement, or .1 The amount due under Articles 4 of this any interest in it or part of it, without the prior written consent Agreement for the performance of the Work of KCDA and the Client. terminated; ARTICLE 20 .2 Other pre-approved costs, consistent with TERMINATION OF THE CONTRACT Paragraph 13.2, necessary and reasonably incurred in connection with the termination of Work. 20.1 Termination for Cause by Contractor. If KCDA fails to make payment for a period of 60 days through The total sum to be paid to the Contractor under this no fault of the Contractor and has been given approval by the Paragraph 20.3 shall not exceed the Contract Sum as reduced Client, the Contractor may, upon seven additional days' by the amount of payments otherwise made. written notice to KCDA,terminate the Agreement and recover from KCDA payment for all Work properly executed and for 20.4 Effects of Termination. proven loss with respect to materials, equipment, tools, and construction equipment and machinery, including Fees 20.4.1 Unless the Client directs otherwise, after applicable thereto. receipt of a Notice of Termination from the Client pursuant to Paragraph 20.2 or 20.3,the Contractor shall promptly: 20.2 Termination for Cause by Client. The Client may, upon seven days'written notice to the Contractor, .1 stop Work under the Agreement on the date and as terminate (without prejudice to any right or remedy of KCDA specified in the Notice of Termination; or the Client)the whole or any portion of the Work for cause, including but not limited to the following circumstances: .2 place no further orders or subcontracts for materials, equipment, services or facilities, except as Agreement between Client and Contractor-Washington 20122115_1.DOC Page 15 may be necessary for completion of any portion of the Work that is not terminated; .4 the agreed price for or the proceeds of sale of any materials, supplies or other things acquired by the .3 procure cancellation of all orders and Contractor or sold, pursuant to the provisions of subcontracts, upon terms acceptable to the Client, to Subparagraph 20.4.1.7, and not otherwise recovered the extent that they relate to the performance of Work by or credited to KCDA. terminated; 20.4.3 If(and only if) the termination pursuant to .4 assign to the Client all of the right, title and Paragraph 20.3 is partial, the Contractor may file a Claim for interest of the Contractor under all orders and an equitable adjustment of the price or prices specified in the subcontracts, in which case the Client shall have the Agreement relating to the continued portion of the Agreement. right, in its discretion, to settle or pay any or all The Contractor must assert any Claim for an equitable claims arising out of the termination of such orders adjustment under this subparagraph within twenty-one days and subcontracts; from the effective date of the Termination. .5 with the Client's approval, settle all outstanding 20.4.4 The Contractor shall refund to KCDA any liabilities and all claims arising out of such amounts KCDA paid to the Contractor in excess of costs termination of orders and subcontracts not assigned reimbursable under Paragraph 20.3. to the Client; 20.4.5 The damages and relief from termination by .6 transfer title and deliver to the entity or entities the Client specifically provided in Article 20 shall be the designated by the Client the fabricated or Contractor's sole entitlement in the event of termination. unfabricated parts, Work in process, partially completed supplies and equipment, materials, parts, 20.4.6 When this Agreement refers to a tools, dies,jigs and other fixtures, completed Work, termination, it is understood that the termination is of this supplies and other material produced as part of, or Agreement, the Purchase Order, and all related contract acquired in connection with the performance of, the documents. Work terminated, and the completed or partially End of Section completed plans, drawings, information and other property related to the Work; .7 use its best efforts to sell any property of the types referred to in Subparagraph 20.4.1.6. The Contractor may acquire any such property under the conditions prescribed by and at a price or prices approved by the Client, and the proceeds of any such transfer or disposition may be applied in reduction of any payments to be made by the Client to the Contractor; .8 take such action as may be necessary or as directed by the Client to preserve and protect the Work and property related to this Project in the possession of the Contractor in which the Client has an interest;and .9 continue performance only to the extent not terminated. 20.4.2 In arriving at any amount due the Contractor after termination,the following deductions shall be made: .1 all unliquidated advance or other prior payments on account made to the Contractor applicable to the terminated portion of the Agreement; .2 any claim which KCDA or the Client may have against the Contractor; .3 an amount necessary to protect KCDA and the Client against outstanding or potential liens or claims; and Agreement between Client and Contractor- Washington 20122115_1 DOC Page 16 Exhibit A Scope of Work: This scope includes removal of 5 existing wood poles, all existing lighting equipment and associated hardware. Poles will be cut off 2' below grade, backfilled and patched to match existing hardscape/landscape.The lighting mounted on the roof of the stadium will be removed, along with all associated hardware.The existing lighting equipment and associated hardware will be removed from the wood poles,the wood poles, electrical equipment and hardware will be removed from site and disposed of properly. The Musco Lighting System will be unloading upon arrival to the job site,the 4 foundations will be augured, set and backfilled with concrete per the detailed foundation design. The 4 poles will be staged and assembled, the LED luminaires will be mounted, poles erected and luminaires aimed. Wiring for the Lighting System is from the lights/luminaire assemblies down to the remote electrical enclosure at the base of each pole where it will be terminated on the Musco supplied disconnect breaker. All packing material, containers and shipping debris will be removed from site. All electrical work will be completed as per on site pre-bid discussions and will be assessed during construction.All trenching will be fine graded and completed from outside the sports field area to each pole location and conduits will be installed, the trenches will be backfilled and compacted.An in-ground box will be installed near each pole location and conduits will continue from in-ground box location into each to each pole foundation. Conductors will be pulled through the new conduits and all splicing and terminations will be completed. The existing contactors will be removed from the electrical room along with any associated timers and controls.The Musco control and monitoring cabinet will be installed in the same location,will be re-wired to the existing breakers and to the existing conductors out to each pole. New LED luminaires will be installed on the grandstand roof to replace the existing fixtures, one existing bracket will be reused and the unused brackets will be removed. Note: Site will be cleaned up restored to original condition, however, seeding will be by others. We will take all precautions necessary to minimize impacts to the site. Backfilled and compacted areas will be fine graded for seeding by owner. The new lighting system will be energized, commissioned and tested to ensure the entire system is operational. The electrical permit is included, any other required permits will be by others. MUSCO LIGHTING SUBMITTAL FOR PRODUCTION PREPARED FOR: Memorial Field Lighting Project Port Townsend, WA May 25, 2018 Project #150369 Submitted by: Musco Sports Lighting, LLC 2107 Stewart Road Muscatine, Iowa 52761 00 Toll Free: 800-756-1205 �� , Fax: 800-374-6402 //i ye, We Make It Happen.. This information is provided by Musco exclusively for this project.Reproduction or distribution of the enclosed documents or information withough the written permission of Musco Sports Lighting,LLC is prohibited. M-1164-enUS-5 • TABLE OF CONTENTS ilailCO Memorial Field, 150369 Project Submittal: Table of Contents A. SCOPE OF WORK B. BILL OF MATERIALS C. LIGHTING DESIGN D. CONTROLS AND MONITORING E. STRUCTURAL INFORMATION F. WARRANTY G. PRODUCT INFORMATION Memorial Field, 150369 A. SCOPE OF WORK iCO Memorial Field, 150369 Project Submittal: Scope of Work Scope of work: This scope includes removal of 4 existing wood poles,all existing lighting equipment and associated hardware.Poles wilt be cut off 2'below grade,backf7Ned and patched to match existing hardscapellardscape.The lighting mounted on the roof of the stadium will be removed.along with all associated hardware. The existing lighting equipment and associated hardware will be removed from the wood poles,the wood poles,electrical equipment and hardware will be removed from site and properly disposed oF_ The Musco Lrght;ng System wilt be unloading upon arrival to the job site,the 4 foundations w,it be augured.set and backfilled with concrete per the detailed foundation design.The 4 poles wilt be staged and assembled.the LED luminaires will be mounted.poles erected and luminaires aimed. Wiring for the Lighting System is from the rtghtsI7uminaire assemblies down to the remote electrical enclosure at the base of each pole where it wiN be terminated on the Musco supplied disconnect breaker. The Musco pole top assemblies,electrical enclosures and associated hardware will installed on the cell tower and will be wired and aimed.All packing material,containers and shipping debris will be removed from site. Alt electrical work will be completed as per on site pre-bid discussions and will be assessed during construction.AN trenching will be completed from outside the stadium to each pole location and conduits will be installed,the trenches wit be backfilled and compacted.An in-ground box will be installed near each pole location and conduits will continue from in- ground box location into each to each pole foundation.Conductors will be pulled through the new conduits and all splicing and terminations wil be completed.The existing contactors and will be removed from the electrical room along with any associated timers and controls.The Musci control and monitoring cabinet will be installed in the same location,wll be re- wired to the existing breakers and to the existing conductors out to each pole. New LED luminaires will be installed on the roof to replace the existing the existing,the mounting brackets win remain in place to support the new LED lurrinaire assemblies. Note:Site win be cleaned up restored to original condition,however,seeding will be by otters.We will lake all precautions necessary to minimize impacts to the site. The new lighting system will be energized,commissioned and tested to ensure the entire system lis operaticnai. The electrical permit is included,any other required permits will be by others_ . B. BILL OF MATERIALS U O Memorial Field, 150369 Project Submittal: Bill of Materials Equipment Description 22 Light-Structure System TM Total Light ControlTM TLC-LED-1150 luminaires 8 Light-Structure System TM Total Light ControlTM TLC-BT-675 luminaires 2 Light-Structure System TM Total Light ControlTM TLC-LED-400 luminaires 3 SportsCluster®System Total Light ControlTM TLC-LED-1150 luminaires 3 70' galvanized steel poles 1 90' galvanized steel pole 4 Pre-cast concrete foundations (9,500 PSI)with integrated grounding ✓ Factory wired and assembled pole top luminaire assemblies ✓ Factory wired electrical component enclosures ✓ Factory built wire harnesses with plug-in connections ✓ Disconnect Controls 1 24" x 48" Controls and Monitoring cabinet 5 30-amp contactors 1 On-Off-Auto (OOA) switch Warranty Musco's Constant 25TM product assurance and warranty program that ✓ eliminates 100% maintenance costs for 25 years, including labor, materials, monitoring and guaranteed light levels. Memorial Field, Project#150369 C. LIGHTING DESIGN i:AC&CO Memorial Field, 150369 Memorial Field Port Townsend,WA Lighting System From Hometown to Professional Pole/Fixture Summary 'a i' n, ' ' . P® o rou' g Height Fixture Qty Luminaire °' •1• - Ft F4 70' 15' 2 TLC-BT-575 1.15 kW A 70' 5 TLC-LED-1150 5.75 kW A 50' 1 TLC-LED-400 0.40 kW A F2 90' 15' 2 TLC-BT-575 1.15 kW A / t N. 90' 7 TLC-LED-1150 8.05 kW A (,` 1 1 F3 70' 15' 2 TLC-BT-575 1.15 kW A 70' 5 TLC-LED-1150 5.75 kW A P1 40' 40' 3 TLC-LED-1150 3.45 kW A 5 as 34.1'5 kW - - . 1F;T Circuit DescriptionFixture A Football 34.15 kW 35 .. Fixture Type Summary Type Source Wattaie Lumens LIQ Li0 _ L70 Que,tity _ TLC-LED-1150 LED 5700K-75 CRI 1150W 121,000 >51,000 >51,000 >51,000 25 _. — . - TLC-BT-575 LED 5700K-75 GRI 575W 52,000 >51,000 >51,000 >51,000 8 TLC-LED-400 LED 5700K-75 CRI 400W 38,600 >83,500 >83,500 >63,500 2 t, • Light Level Summary ! Calculation Grid Summary '"' `4,".;,- , y Grid Name Calculation Metric I • Mien Circuits Fixture Qty Ave Min Mix Max/Min Ave/Min 150'Spill Horizontal Illuminance 0.06 0 0.81 372.90 A 35 150'Spill Max Vertical Illuminance Metric 0.22 0.01 0.86 75.70 22,10 A 35 1111111111 Football Horizontal Illuminance 33.5 25 47 1.87 1.34 A 35 Soccer Horizontal Illuminance 34.2 26 47 1.77 1.32 A 35 0000 mus al We Make It Happen ENGINEERED DESIGN By: Brad Vonk• file#150369B• 19-Apr-18 Not to be reproduced in whole or part without the written consent of Musco Sports Lighting,LLC.©1981,2018 Musco Sports Lighting,LLC. PROJECT SUMMARY EQUIPMENT LIST FOR AREAS SHOWN Memorial Field Pole Luminaires QTY LOCATION SIZE GRADE MOUIMNG LUSIIHAIRE OTYI THIS -OTHER Port Townsend,WA ELEVATION HEIGHT TYPE POLE GRID GRIDS 2 Fl,F4 70' - 15' TLC-BT-575 2 2 0 GRID SUMMARY 50' TLC-LED-400 1 1 0 70' TLC-LED-1150 5 5 0 Name: Football 1 F2 90' - 15' TLC-BT-575 2 2 0 Size: 360.0'x 160.0' 90' TLC-LED-1150 7 7 0 Spacing: 30.0'x 30.0' 1 F3 70' - 15' TLC-BT-575 2 2 0 70' TLC-LED-1150 5 5 0 Height: 3.0'above grade _ 40' _I TLC-LED-1150 ©©Q max"` 'x � 1 ?1 - _J__ao�L s ®®0 = , ILLUMINATION SUMMARY '` ''` t''''''''':".-' mAiNI41N,, rIt nrl UNTAL FOOTCANDL ES Entire Grid id Guaranteed Average: 30 Scan Average: 33.5 � } L. �. . a,. ,: = ��„.. a ,- Maximum: 47 L7 Minimum: 25 t'1 Avg/Min: 1.34 Guaranteed Max/Min: 2.5 . Max/Min: 1.87 UG(adjacent pts): 1.40 Fl ru' CU: 0.62 � * a .- IAM CV: 0.16 .«dam Application Efficacy: 63.5 `s`:. '0 • s, No.of Points: 72 ,.,. :,:- r - .T7 .31 ;17- ----4- .3u ..0 •"'" ,-- , ...,-..,''' r: LUMINAIREINFCIRMAni.,n: , .,,.=:,..,,,A _ , Color/CRI: 5700K-75 CRI .37 ,39 ;33 ,31 433 .33 ,28 .27 ,27 ,27 30 "'- ' Luminaire Output: 121,000/52,000/38,600 lumens No.of Luminaires: 35 Total Load: 34.15 kW 34 38 36 ,35 ,28 .27 ,27 ,26 ,29 .29 ,31 25 omen waincenarn_ �'.-`.w it Lur-ninalr,Type 190hrs U30hrs 170 hrs e.. VI 31 37 ,36 39 ,29 ,29 ,29 .30 29 I LC LED-1150 >514000 >51,000 � >51,000 t � r ILC•BT-575 >51,000 >51,000 >51,000 ,32 .35 .36 415 440 .35 .35 412 447 ,37 , 37 .33 _` - TLC-LED-400 >63,500 >63,500 I >63,500 ' ..` ,ed per I'M-21-1.1.See m lu ' moire datasheet for der ali, 28 36 411 ,43 34 416 2 .35 343 38 30 :» Guaranteed Performance: The ILLUMINATION described above is guaranteed per your Musco Warranty document and P 1 >� Includes a 0.95 dirt depreciation factor. ,- ,, .�, .<. Field Measurements: Individual field measurements may vary a_n a -�<v. 1 �.i F3 a from computer-calculated predictions and should be taken .120' 120' , in accordance with IESNA RP-6-15. ,1 Electrical System Requirements: Refer to Amperage Draw Chart and/or the"Musco Control System Summary" -;,,,1 for electrical sizing. ". Installation Requirements:Results assume±3% z '.7,,,4r.--,.." -ar'' �., *-_ nominal voltage at line side of the driver and structures , 4 iiii � ',24„; n .e located within: tions. mus • lir"SCALE IN FEET'1 100 Pole beat on(s) dimensions are relative _-' I)' 100' + to 0,0 reference point(s) 0 We Make It Happen,:. 200' ENGINEERED DESIGN By: Brad Vonk• File#150369B •19-Ar 18 Not to be reproduced in whole or part without the written consent of Musco p Sports Lighting,LLC.©1981,2018 Musco Sports Lighting,LLC. ILLUMINATION SUMMARY EQUIPMENT LIST FOR AREAS SHOWN Memorial Field Pole L min it ore LOCATION SIZE G-rt' T• ' r''rt=: �;lL Port Townsend,WA ELEVATION ® G1N08 2 Fl,F4 70 - 15' TLC-BT-575 2 ® 0 GRID SUMMARY 50' TLC-LED-400 1 0 70' TLC-LED-1150 5 0 Name: Soccer 1 F2 90' - 15' TLC-BT-575 2 0 Size: 330.0'x 180.0' 90' TLC-LED-1150 7 a 0 Spacing: 30.0'x 30.0' 1 F3 70' - 15' TLC-8T-575 2 70' TLC-LED-1150 5 11.1._____.°° # Height: 3.0'above grade 1 P1 40' 40 TLC-LED-1150 3 "„r r 310 ;�' 5 TOTALS 35 ®0 R � 'y ILLUMINATION SUMMARY .< �g. MINIONS InPot_Nv 4' a�;rµn;nir Guaranteed Average: Entir30Grid �€' w, 115j GE >v� .. Scan Average: 34.2 Maximum: 47 ` "r Minimum: 26 Avg/Min: 1.29 s •,„"�.. Guaranteed Max/Min: 2.5 If '1 Max/Min: 1.77 ' � � UG(adjacent pts): 1.56 120' CU: 0.58 s r F1 CV: 0.16 Application Efficacy: 59.4 No.of Points: 66 : -_ _k4 .ad__-3 97---.29.-_-•n_-_-,��-- .Tz -'w�. t.UMINNIFIEINFORMATION Color/CRh 5700K-75 CRI .44 34 �2 33 .35 30 $7 27 27 25 39 Luminaire Output; 121,000/52,000/38,600 lumens No.of Luminaires: 35 -NAV' 39 ;36 7 .30 ,2B 27 427 8 .39 ag Total Load 34.15 kW YPr L90 hrs L80 his L70 his . - LurninaireT _.. - .sr 11 36 35 38 33 ,27 .29 ,27 .33 .36 ,33 .33 '' TLC LED-1150 >51,000 >51000 i >51,000 TLC VT 575 >51,000 >51 000 >51,000 ,37 X35 .43 .42 ,29 40. 30 443 444 .36 .38 TLC-LED 400 >63,500 >63500 l >63,500 3 .37 .39 J6 .46 4 „39 E31 439 ,39 Guaranteed Perfor a ;�c lurninaire daia,=ham i ,,., 7 � ,. mance; The ILLUMINATION described above .: "` _ ::y is guaranteed per your-IM usco Warranty document and N -�I P1 includes a 0.95 dirt depreciation factor. ' o Y p Field Measurements: Individual f eld measurements may vary ' F4 ______a_ F3 *y from computer-calculated predictions and should be taken 70 20_ in accordance with IESNAe RP-6-15. r - ,. Electrical System Requirements: Refer to Amperage Draw Chart and/or the"Musco Control System Summary" for electrical sizing. Installation Requirements:Results assume±3% ah "` nominal voltage at line side of the driver and structures i► located within ations. } rr tit ,a mus , SCALE IN FEET 1 : 100 ,' I t,.. }dimensions are relative O,D reference pointls) ® We Make It Happen • 0' 100' 200' ENGINEERED DESIGN By: Brad Vonk• File#1503698. 19-Apr-18 Not to be reproduced in whole or partwithout the written consent of Musco Sports Lighting,LLC.©1981,2018 Musco Sports Lighting,LLC. ILLUMINATION SUMMARY -- Memorial Field a Port Townsend,WA I - GRD SUMMARY Name: 150'Spill _ � ;�� Spacing: 30.0' a .:r Height: 3.0'above grade r e ILLUMINATION SUMMARY - -�" --.,»� MAINTAINED HORIZON1A, r a 2t,2112211 t- 43 00 '0.01 4.00 4.01 41.02 .p 02 p.04 47,04 4.05 4106 p.08 p 28 Y h F22 31 4 01� pop Entire Grid p. 3 Scan Average: 0.059 4 p00 Maximum: 0.81 p.00 p 00 Minimum: 0.00 - .1 ; pot p nt No.of Points: 66 ,06.11 i 1Rt v 8.20, 4 2 p.01 F 1 p 01 Color/CRI: 5700K-75 CRI Luminaire Output: 121,000/52,000/38,600 lumens p,01 4 p-21 No.of Luminaires: 35 Total Load: 34.15 kW J`12 P — 41 oz lumen Mamtenarr-, Luminaire Type 190 hrs L80 hrs L70 hrs t'z TLC-CED-1150 >51,000 >51,000 >51,000 TLC-BT-575 >51,000 >51,000 >51,000 p o1 TLC-LED-400 >63,500 >63,500 >63,500 Nvported pre IV1.2 1.11 See luminaire clatash, i u8r li - - 4.01 Guaranteed Performance: The ILLUMINATION described above p U'1 '"`'F is guaranteed per your Musco Warranty document and includes a 0.95 dirt depreciation factor. 4103 p.01 Field Measurements: Individual field measurements may vary „0 03 us from computer-calculated predictions and should be taken P1 in accordance with IESNA RP-6-15. 4 05 F4 4 07 ,' Electrical System Requirements: Refer to Amperage F3 Draw Chart and/or the"Musco Control System Summary' p 1 p 07 for electrical sizing. ,o 10 p 08 Installation Requirements:Results assume±3% p,o2 `; p 68 nominal voltage at line side of the driver and structures 4 oe -. poo ;>,,;, located within 3 feet(1m)of design locations. 4)00 4)80 p 01 41 02 p 04 41.05 p 08 p 10 4111 4113 4.13 p 12 4)11 p 10 f t. .:4. s't`y , 7 . a t 1 _ 'moi- a t ,, 0000mus • SCALE IN FEET 1 120 f Pole Iocat on(s) dimensions are relative I ( ,20' 240' to 0,0 reference point(s) ® We Make It Happen 0' Not to be reproduced in whole or part without the written consent of Musco ENGINEERED DESIGN By: Brad Vonk • File#150369B • 19-Apr-18 Sports Lighting,LLC.®1981,2018 Musco Sports Lighting,LLC. ILLUMINATION SUMMARY MemoriaI Fi e ,, .A ; , ' Port Townsend,WA : GRID SUMMARY Name: 150'Spill Spacing: 30.0' Height: 3.0'above grade ILLUMINATION SUMMARY MAINTAINED MAX VERTICAL,,. ,vN , 4.03 4.05 4.04 41.07 4.14 4)21 4.32 4.34 4.34 4.35 40.37 11.34 „:r,.F2p.38 11.06 4.04 Entire Grid 11 03 Scan Average: 0.221 4 02 • 4 03 Maximum: 0.86 4)03 4 04 Minimum: 0.01 No.of Points: 66 4.05 - 4 05 LIMINAIRF INFORMATInN 4.07 Fl j 07 LuminaireColor 0 Output: 121 000/52,000/38,600 lumens 4,18 4.08 No.of Luminaires: 35 I Total Load: 34.15 kW yr ,,,1 4 ,,, ib --___-_.. ___..--.-_.. -___ __-._ � 4.09 lumen iNanir> Luminaire Type L90 hrs L80 hrs 170 hrs TLC-LED-1150 >51,000 >51,000 >51,000 TLC-BT-575 >51,000 >51,000 >51,000 4 Os TLC-LED-400 >63,500 >63,500 >63,500 „ i , - irtnu ,;lutasheet tar details 4.08 Guaranteed Performance: The ILLUMINATION described above 4 10 20 is guaranteed per your Musco Warranty document and includes a 0.95 dirt depreciation factor. 4.14 4 25 Field Measurements: Individual field measurements may vary from computer-calculated predictions and should be taken 4.12 � 1,Y ' 4 27 p in accordance with IESNA RP-6-15. 1124 I 4.30 Electrical System Requirements: Refer to Amperage F4 (..': Draw Chart and/or the"Musco Control System Summary" 4 44 4.32 for electrical sizing. 4.39 4.37 Installation Requirements:Results assume±3% 4116 = 441 nominal voltage at line side of the driver and structures "yam located within 3 feet(1m)of design locations. 4.02 4.41 4 01 4.02 4.06 411 4.21 4.29 4 41 4 58 41.58'1047 4.69 4.64 4.57 4050 v. 0000 mus . . . SCALE IN FEET 1 : 120 Pole locations) dimensions are relative " + 240' to 0,0 reference point(s) ® We Make It Happen:. 0' 120' Not to be reproduced in whole or part without the written consent of Musco ENGINEERED DESIGN By: Brad Vonk • File#150369B• 19-Apr-18 Sports Lighting,LLC.©1981,2018 Musco Sports Lighting,LLC, ILLUMINATION SUMMARY Memorial Field Port Townsend,WA EQUIPMENT LAYOUT INCLUDES: Football Soccer F2 Electrical System Requirements:Refer to Amperage Draw Chart and/or the"Musco Control System Summary" for electrical sizing. Installation Requirements:Results assume t 3% nominal voltage at line side of the driver and structures located within 3 feet(1m)of design locations. Fl EQUIPMENT UST FOR AREAS SHOWN • Poe Luminaires QTY LOCATION SIZE GRADE MOUNTING LUMINNRE QyYI ELEVATION HEIGHT TYPE POLE 2 Fl,F4 70' - 15' TLC-BT-575 2 ......__..—_--_._._ _.—.___- 50' TLC-LED-400 1 70' TLC-LED-1150 5 1 F2 90' - 15' TLC-BT-575 2 90' TLC-LED-1150 7 1 F3 70' - 15' TLC-BT-575 2 70' TLC-LED-1150 5 1 P1 40' 40' TLC-LED-1150 3 I 5 IQ17\tS 1 35 SINGLE LUMINAIRE AMPERAGE DRAW CHART Ba ast Spec! cations Line Amperage Per Luminaire I.90 min power actor) Ima.draw) _ -, Single Phase Voltage 208 220 240 277 347 380 480 $t. 150) Paul ii,) 1000) 150) i50) 150) r— ----- -- -- -- " TLC-LED-1150 6.8 6.5 5.9 51 4.1 3.7 3.0 =g$w tt9 TLC-BT-675 3.2 3.0 28 2.4 1.9 17 14 -. �1 TLC-LED-400 2.5 2.3 2.1 1.9 1.5 1.4 11 f r, A . 4 ' 4, ' V .W klls a-yr ° A .404, 0000 :. t_ ham. -...._ _ _ , - WIN, .._ 4 „.,. ill ' �'�7 — SCALE IN FEET 1 : 100 ���`!r P' I Pole locations) +dimensions are relative to 0,0 reference point(s) ® We Make It Happen,.. • 0' 100' 200' Not to be reproduced in whole or part without the written consent of Musco ENGINEERED DESIGN By: Brad Vonk • File#150369B • 19-Apr-18 Sports Lighting,LLC.01981,2018 Musco Sports Lighting,LLC. EQUIPMENT LAYOUT Memorial Field Port Townsend,WA GLARE IMPACT Map indicates the maximum candela an observer would see when facing the brightest light source from any direction. A well-designed lighting system controls light to provide maximum useful on-field illumination 4 k t ti 140 . with minimal destructive off-site glare. — I: e01ip I GLARE rCandela Levels ram.: i.. High Glare:150,000 or more candela 1 / . - Should only occur on or very near the lit area where the light source is in direct view. Care must be taken to minimize high glare zones. a Significant Glare:25,000 to 75,000 candela - —. . ,w%„ ;. Equivalent to high beam headlights of a car. -' -- Minimal to No Glare:500 or less candela Equivalent to 100W incandescent light bulb. r '4 um 71tre 4a .. ....... ... ......,..�,....... _ ...,�.......,.� Candelas: .rhe- 1. 150,000 100,000 75,000 25,000 12,000 1,000 5001 0000 mus . We Make It Happen Not to be reproduced in whole or part without the written consent of Musco ENGINEERED DESIGN By: Brad Vonk• File#150369B • 19-Apr-18 Sports Lighting,LLC.©1981,2018 Musco Sports Lighting,LLC. ENVIRONMENTAL GLARE IMPACT D. CONTROLS AND MONITORING ( "&)SCO Memorial Field, 150369 0000 fl1US • Control System Summary Project Information Project Specific Notes: Project Project N#: 15036d ame: Memorial Field Date: 04/19/18 Project Engineer: BVonk Sales Representative: Tim Butz Control System Type: Control and Monitoring Communication Type: Digital Cellular Scan: 150369B Document ID: 150369P1V4-0419151055 Distribution Panel Location or ID: FB Total#of Distribution Panel Locations for Project: 1 Design Voltage/Hertz/Phase: 480/60/3 Control Voltage: 120 Equipment Listing DESCRIPTION APPROXIMATE SIZE 1.Control and Monitoring Cabinet 24 X 48 QTY SIZE Materials Checklist Total Contactors 5 30 AMP Contractor/Customer Supplied: Total Off/On/Auto Switches: 1 ❑ A single control circuit must be supplied per distribution panel location. —If the control voltage is NOT available, a control transformer is required. ❑ Electrical distribution panel to provide overcurrent protection for circuits —Thermal/Magnetic circuit breaker sized per full load amps on Circuit Summary by Zone Chart ❑ Wiring: —Dedicated control power circuit —Power circuit to and from lighting contactors —Harnesses for cabinets at remote locations —Means of grounding, including lightning ground protection IMPORTANT NOTES ❑ Electrical conduit wireway system 1.Please confirm that the design voltage listed above is accurate for this —Entrance hubs rated NEMA 4: facility. Design voltage/phase is defined as the voltage/phase being connected must be die-east zinc, PVC, or and utilized at each lighting pole's ballast enclosure disconnect. Inaccurate Copper-free die-cast aluminum design voltage/phase can result in additional costs and delays. Contact your Musco sales representative to confirm this item. ❑ Mounting hardware for cabinets 2.In a 3 phase design,all 3 phases are to be run to each pole. When a 3 phase ❑ Control circuit lock-on device to prevent design is used Musco's single phase luminaires come pre-wired to utilize all 3 unauthorized power interruption to control phases across the entire facility. power 3.One contactor is required for each pole. When a pole has multiple circuits,one ❑ Anti-corrosion compound to apply to ends of contactor is required for each circuit. All contactors are UL 100%rated for the wire, if necessary published continuous load. All contactors are 3 pole. 4.If the lighting system will be fed from more than one distribution location, additional equipment may be required. Contact your Musco sales representative. Call Control-Link Central TM operations center 5.A single control circuit must be supplied per control system. at 877/347-3319 to schedule activation of the 6.Size overcurrent devices using the full load amps column of the Circuit Summary control system upon completion of the installation. By Zone chart-Minimum power factor is 0.9. Note:Activation may take up to 1 1/2 hours NOTE: Refer to Installation Instructions for more details on equipment information and the installation requirements ©1999,2018 Musco Sports Lightng,LLC T,5005036001V4-w10151055.am Form.1-5430.1 0000 mu O Control System Summary .._,_/". ,. Memorial Field/150369-150369B FB-Page 2 of 4 r -1 Control•Link.Control and Monitoring System Transformer(provided by x,1 •0 customer for control voltage Digital cellular supply if not available) antenna Off—on—auto r:5 r, keyed switches Electrical distribution panel ,_©,. (provided by customer for overcurrent protection) n eeee i ri Control and monitoring i I h i l r1 cabinet sit' 3 uu —71,,--r.. Equipment ground To lighting circuits P' of Typ.Wire Max.Wire Wire from Wire Description Wires Size(AWG) Length(FT) Musca Notes 1 Line power to contactors.and equipment grounding conductor t Note A Note B 27 I No { A-E 2 , Load power to lighting circuits Note A Note FB N/A No A-D 3 Control power(dedicated.20A) 3 12 NIA No C,D R60-32-00_C Notes: A. Voltage and phasing per the notes on cover page. B. Calculate per load and voltage drop. C. All conduit diameters should be per code. D. Refer to control and monitoring system installation instructions for more details on equipment information and the installation requirements. E. Contact Musco it maximum wire length from circuit breaker to contactor exceeds value in chart. IMPORTANT: Control(3)wires must be in separate conduit from line and load power wiring(1,2). L J T.H 56M 59166p1 V4 W 1915165ipd1 cxxo • MUS • Control System Summary Memorial Field/150369-150369B FB-Page 3 of 4 SWITCHING SCHEDULE Field/Zone Description Zones CONTROL POWER CONSUMPTION Football 1 120V Single Phase VA loading INRUSH: 1813.0 of Musco Supplied SEALED: 220.8 Equipment CIRCUIT SUMMARY BY ZONE POLE CIRCUIT DESCRIPTION #OF #OF *FULL CONTACTOR CONTACTOR ZONE FIXTURES DRIVERS LOAD SIZE(AMPS) ID AMPS Fl Football 8 8 12.4 30 Cl 1 F2 Football 9 9 14.0 30 C2 1 F3 Football 7 7 11.5 30 C3 1 F4 Football 8 8 12.4 30 C4 1 P1 Football 3 3 5.1 30 C5 1 *Full Load Amps based on amps per driver. T:1159159199P1V1-0t19151955.p1f 0000 MUS • Control System Summary __,./ , Memorial Field/150369-150369B FB -Page 4 of 4 PANEL SUMMARY CABINET CONTROL CONTACTOR CIRCUIT DESCRIPTION FULL DISTRIBUTION CIRCUIT # MODULE ID LOAD PANEL ID(BY BREAKER LOCATION AMPS OTHERS) POSITION(BY OTHERS) 1 1 Cl Pole Fl 12.38 1 1 C2 Pole F2 14.01 1 1 C3 Pole F3 11.45 1 1 C4 Pole F4 12.38 1 1 C5 Pole P1 5.13 ZONE SCHEDULE CIRCUIT DESCRIPTION ZONE SELECTOR ZONE DESCRIPTION POLE ID CONTACTOR SWITCH ID Zone 1 1 Football Fl Cl F2 C2 F3 C3 F4 C4 P1 C5 T:1150150169P1 VIM 19151055.041 M Datasheet: Control-Link Control and Monitoring System Overview Control-Link.control and monitoring system provides flexible remote on/off control,monitoring,and management of your lighting system. Features (Cr) `6i' `a Control r(i--)1 • Lighting system and auxiliary equipment • Customized onfoff control via phone,website,smartphone application,email,or fax up to 10 years in advance �I • Multi-level user security settings p • Keyactivated on/off/auto switches allow manual or Aautomated control • Seven controllable lighting zones __J''':71:.-Ir Monitoring • Detects lamp outages and other issues that affect light quality Management and Support • Control-Link Central'' service center provides support 24 hours a day,7 days a week for scheduling, 12.66 in monitoring,and reporting (327 mm) 24.000! 11.38in • Luminaire outage notification within the next business day (610 mm) (283 mm) 1at19in MOO in • Customized usage reports through website 0.44 in dia. (457 mm)-1 r(254 mm) (11 mm) 11 , Technical Specifications Ratings UL 508A Listed E204954 FCC Part 15 Class A compliant Operating temperature -4'F to 140'F - — L — - i — (-20'C to 60'C) 72.09 in Weight for 72 inch(1829 mm)cabinet 180 lb(82 kg) (1829 mm) Weight for 48 inch(1219 mm)cabinet 140 lb(64 kg) 73.25 in (1861 mm) Short Circuit Current Rating(SCCR) 49.25 in n ,!, , ,c,, ii with 30 A contactors* 18 kA (1251 mm) i RI I. with 60 or 100 A contactors* 25 kA 48.00 in r 'Minimum circuit breaker interrupt rating must be greater than or equal (1219 mm) 0 to SCCR rating listed above. ru tie. .bid. 0000 C2012,2013 Musco Sports Lighting,LLC • Control-Link„Is a registered trademark of Musco Corporation in the United States. U.S.patents issued and pending. • M-1136-enUS-3 TLSCO, www.musco.com • lightingithmusco.com 1 Datasheet: Control-Link Control and Monitoring System Technical Specifications Construction • NEMA type 4 cabinet • Powder-coated aluminum 5052 H32 cabinet and panel • Lockable,3-point latch • Supports lighting system voltage up to 480 V • Requires 120 V phase-to-neutral control voltage • Protective cover isolates high voltage Internal Details FcTi • Factory wired,programmed,and tested n • Internally fused -' 00 �� -;-,.., 4).... . • Control power terminal blocks provided • One control circuit operates entire cabinet 0°'° 0 •°' - � 0 0 IIS � -Allag800000000 • Plug-in wire harnesses provided to connect multiple cabinets = , I I�s ❑ __I o Control Module 0000 o J . 00 ❑0 Receives and stores schedules from Control-Link Central"" ®o o ❑ service center,operates your equipment,and verifies o0 00 = schedules were carried out. 00 o 0 0� • Stores and executes schedules for up to 7 days • Reboots automatically and executes current schedule ►. 0 0 ==0 ; when power is restored,in case of power interruption '111°oOO I�oJ EJocJ I I I� • Monitoring Modules -F L -1-f ----, Monitors Musco lighting system and reports issues to keep c facilities operating and to help plan routine maintenance. �' f'-inb ', o „,Alerts Control-Link Central service center to schedule 1 t• -�� r al appropriate action or maintenance. ---_ Communication Module �"t ► ,"' '- Aims o1 Integrated communication system providing two-way reliable, high speed communication to Control-Link Central service center ..� r � ] with no additional monthly charges during warranty period. OM . ► y'.' ;i I_ Eciicil ___ IMO 0' �t� '' loc. Contactor Modules i - 11 Switches equipment based on control module schedules. m y, ; ' - o 0 m I21 � o 0 • Tested and UL-listed for continuous operation at 100%of e 1 . rated current D a ' • Contactors rated for 30,60,or 100 A r , , goo c Ground Bar �© © d o Provides integral ground bar for lighting equipment grounding. � ���'I .O © 01 r J �_ r-' w w C2012,2013 Musco Sports Lighting,LLC Control-Link-is a registered trademark of Musco Corporation in the United States. U.S.patents issued and pending. • M-1136-enUS-3 Wu O, www.musco.com • Iightingaumusco.com 2 E. STRUCTURAL INFORMATION 1iiiiscD Memorial Field, 150369 POLE FOUNDATION SCHEDULE DESIGN NOTES FORCES(1.) DRILLED PIER DESIGN PARAMETERS: Q POLE INTERNATIONAL BUILDING CODE,2015 EDITION(ASCE 7-10) DESIGNATION MOMENT(M) SHEAR(V) VERTICAL(P) DIAMETER EMBEDMENT CONCRETE GENERAL: RISK CATEGORY II FT-LBS LBS LBS INCHES DEPTH BACKFILL WIND: V.=110 MPH,V,w,=85 MPH,EXPOSURE C YD (2.) SEISMIC: SITE CLASS D,DESIGN CATEGORY D, JLJ LIGHT STRUCTURE F1 62,093 1,301 1.943 30 1Z-0" 1.5 I.=1.00,S.=1.340g,S1=0.542g,SDs ,n Z =0.894g,SDI=0.542g,R=1.5 Q V Z STEEL POLE BY �Ny MUSCO LIGHTING F2 124,729 2,099 3,704 30 16'-0" 1 7 GEOTECHNICAL PARAMETERS: L.1. 0 z (n (SEE POLE ID) ALLOWABLE END BEARING SOIL PRESSURE 2,000 PSF O J i— Z F3 61,586 1,288 1,898 30 12'-0" 1 5 ALLOWABLE LATERAL SOIL BEARING PRESSURE: w_ �i 0 PSF/FT(GRADE TO-2-0"),2 x 150 PSF/FT.E_., 300 PSF/FT(BELOW-2'-0") III F4 63,061 1,313 1,943 30 12'-0" 1 5 INCLUDES 2x INCREASE ALLOWED FOR MONOPOLES-SEE IBC 1806.3.4 w LL ( O IN ACCORDANCE WITH THE 2015 INTERNATIONAL BUILDING CODE,CHAPTER 18. J 1. ASD LOAD COMBINATION D+0 6W. z0 VERTICAL FORCE IS WEIGHT OF DRESSED POLE(DOES NOT INCLUDE PRECAST BASE WEIGHT). DESIGN SOIL PARAMETERS ARE AS NOTED.ACTUAL ALLOWABLE SOIL PARAMETERS MUST BE VERIFIED ON SITE. REFERENCE SOILS AND FOUNDATION REPORT, CC fo-O 2. MINIMUM CONCRETE BACKFILL VOLUME,SITE CONDITIONS MAY REQUIRE ADDITIONAL BACKFILL. PROJ.#ESC18-0008,PREPARED BY ENVIROSOUND CONSULTING INC.;TRACYTON,WA. 0 -'CO a A GEOTECHNICAL ENGINEER OR REPRESENTATIVE OF IS RECOMMENDED(NOT d~ REQUIRED)TO BE AVAILABLE AT THE TIME OF THE FOUNDATION INSTALLATION TO y'§1 VERIFY THE SOIL DESIGN PARAMETERS AND TO PROVIDE ASSISTANCE IF ANY m PROBLEMS ARISE IN FOUNDATION INSTALLATION. h u. ENCOUNTERING SOIL FORMATIONS THAT WILL REQUIRE SPECIAL DESIGN CONSIDERATIONS OR EXCAVATION PROCEDURES MAY OCCUR. POLE FOUNDATIONS 0 C� B n d y M ;; V PRECAST BASE IDENTIFICATION WILL NEED TO BE ANALYZED ACCORDING TO THE SOIL CONDITIONS THAT EXIST.IF a«$ ANY DISCREPANCIES OR INCONSISTENCIES ARISE,NOTIFY THE ENGINEER OF SUCH , '^o PRECAST PRECAST PRECAST PROJECTION STANDARD OUTSIDE DISCREPANCIES.FOUNDATIONS WILL THEN BE REVISED ACCORDINGLY. REVISIONS 4\- Q N N o BASE TYPE BASE WEIGHT BASE LENGTH ABOVE GRADE EMBEDMENT DIAMETER WILL BE ANALYZED PER RECOMMENDATIONS DIRECTED BY A REGISTERED ENGINEER. �" ^� 3B 2,470 LBS 20'-0" 8'-0" 12'-0" 13.38" ALL EXCAVATIONS MUST BE FREE OF LOOSE SOIL AND DEBRIS PRIOR TO II� w".9 o FOUNDATION INSTALLATION AND CONCRETE BACKFILL PLACEMENT.TEMPORARY E SOIL BACKFILL, 5B 4,580 LBS 23'-11" 7'-11" 16'-0" 18.25" CASINGS OR DRILLERS SLURRY MAY BE USED TO STABILIZE THE EXCAVATION DURING u INSTALLATION.CASINGS MUST BE REMOVED DURING CONCRETE BACKFILL PLACEMENT. 0 =w SEE NOTE BELOW CONCRETE BACKFILL MUST BE PLACED WITH A TREMIE WHEN SLURRY OR WATER IS F PRESENT WITHIN THE EXCAVATION on R WHEN THE FREE DROP EXCEEDS 6'-0". ow U I-U LIGHT STRUCTURE CONTRACTOR MUST BE FAMILIAR WITH THE COMPLETE SOIL INVESTIGATION REPORT • "' z PRECAST BASE BV AND BORINGS,AND CONTACT THE GEOTECHNICAL FIRM(IF NECESSARY)TO -I a $W m o p MUSCO LIGHTING UNDERSTAND THE SOIL CONDITIONS AND THE POSSIBILITY OF GROUND WATER Q ¢ O ww I--' (SEE POLE ID) PUMPING AND EXCAVATION STABILIZATION OR BRACING DURING PRECAST BASE w 3 w o INSTALLATION AND PLACEMENT OF CONCRETE BACKFILL. D uj E Q 3 Ca) W' POLE IDENTIFICATION CONCRETE: ~ W y o w° w O o w CONCRETE CONCRETE SHALL BE AIR-ENTRAINED AND HAVE A MINIMUM COMPRESSIVE DESIGN U Z_ S i O POLE POLE PRECAST FIXTURE FIXTURE AND STRENGTH AT 28 DAYS OF 3,000 PSI. 3,000 PSI CONCRETE SPECIFIED FOR EARLY POLE r�nn 0<z g -'w DESIGNATION TYPE BASE TYPE CONFIGURATION ACCESSORIES ERECTION,ACTUAL REQUIRED MINIMUM ALLOWABLE CONCRETE STRENGTH IS v O x w p y (FIX.PER XARM) EPA(FT') 1,000 PSI.ALL PIERS AND CONCRETE BACKFILL MUST BEAR ON AND AGAINST FIRM Z e p¢ UNDISTURBED SOIL. (n W <a w Fi LSS70B 3B 8(5) 19.5 CNDISTURBED. GENERAL NOTES: IN-SITU SOI=� F2 LSS90A BB 10(4+4) 28.0 FIXTURES MUST BE LOCATED TO MAINTAIN 10,0"MINIMUM HORIZONTAL CLEARANCE FR M ANY OBSTRUCTION. F3 LSS708 3B 7(5) 18.9 ANDY RET INING WAL S ARE NEAR S OR WITHIN/!NEAR ANY SLOPES STEEPER THAN R MUST BE NOTIFIED IF 03H 1V. POLES, 0F' F4 LSS70B 3B 8(5) 20 0 FIXTURES,PRECAST BASES,ELECTRICAL ITEMS AND INSTALLATION PER MUSCO o LIGHTING. z iii p Z m -POLES F1 8 F4 HAVE(1)MUSCO LED FIXTURE AT 50'-0"AGL INCLUDED ABOVE. �w n tO DRILLED PIER DIAMETER -EACH POLE HAS(2)MUSCO LED FIXTURES AT 15'-0"AGL INCLUDED ABOVE. � 0 w o (SEE POLE FNDTN.SCH.) .ivW L z m '" T g w o N Ti �� wgsypc�� o 0- y 10 POLE FOUNDATION ELEV. •y. 9Y-'7 PROJECT NUMBER SCALE: NOT TO SCALE 4 400 SOIL BACKFILL NOTE: 150369 THE TOP TWO FEET OF ANNULUS SHALL BE BACKFILLED WITH DATE SOIL,WITH A CLASSIFICATION OF CLASS 5(TABLE 1806.2)OR 5253�7�p ` BETTER.COMPACTION,95 h FOR COHESIVE SOIL ND 98°6 O.t 1%i-sr 13 APRIL 2018 FOR A COHESIONLESS SOIL BASED UPON STANDARD 01VAL06 DRAWING NUMBER PROCTOR TESTING(ASTM D698). C y_I_.Z4 C l MATTHEW L.PFEIFER'NO.52537 li LICENSE RENEWAL DATE:01-28-2020 OF ONE USE OR REPRODUCTION OF THIS INFORMATION OTHER THAN ITS INTENDED PURPOSE FOR THIS PROJECT IS PROHIBITED WITHOUT WRITTEN CONSENT FROM MUSCO SPORTS LIGHTING.LLC. F. WARRANTY i& cD Memorial Field, 150369 F • `" , K ' 'x . a �+a 'i ..�A. /... a :cam c " -.* fi ,+f.'i.. s;.V4 7, 1..,.. ��'�"r -�a �n�f"r?�. .Y ¢ y� .� `Y, & ...PAA �-.�` ,r 'M > 1" r ti �f t..f`` h,Y <,u �J'" r3�y 3 �.+ y,�; +� � ,fir �,�; ��y yo,' zs �� I'�b Y''[;l,!. Mb7t-( T'4�9, �','�'vri ,.V �. 'r'^ tY,4.,.fy� 1 9t��h , � �.. �•J'r5�`_�.' ; .1'n i8f'" ""Y•ri ,�1 ,�1A ,�,,,.Ip/�t�r: !� •ty' tq 'W' 7'�� '� .rff^.,,.-j� -s) ika'�'siitu'�-itn'�l:k'1n7f�4ti'ru i k =nn 4 ,i,• Udug T= , :%- i"cI 1.Hi -t,= :' :S�'x rn'all U7M716-.11h i iY i�i �"iuh ".,'�., ,' ;F Of _____ ,, .,,,,,,„ mus o .25 _= y „.„.„ 25-Year Product Assurance&Warranty Program k• .__.! Musco Sports Lighting,LLC will provide all materials and labor to maintain operation of your lighting system to original design - ' ;, criteria for 25 years,or until maximum hours of coverage have accumulated,whichever comes first.Musco products and services are guaranteed to perform on your project as detailed in this document. z Light _, ,,- ,.. - Average illumination levels are guaranteed as described in the Project Details on the following page.Musco will electronically monitor "- - luminaire operation and operating hours..and will group re-lamp if applicable. Individual luminaire outages that occur during the warranty and maintenance period are repaired when the usage of any field is materially ' impacted. if actual usage exceeds the maximum hours of coverage,the customer will be required to pay an additional fee in order to ' maintain the warranty to the end of 25 years. . Energy Consumption K ; Average and maximum energy consumptions for your lighting system are guaranteed. { -.4.,,--3. . -3 , .-__ Monitoring, Maintenance and Control Services '' Musco shall monitor the performance of your lighting system. including on/off status. hours of usage and lamp outages.If fixture outages that affect playability are detected, Musco will contact you and proactively dispatch technicians. --,,,,,:$ On-off control of your lighting system is provided via an easy-to-use web site scheduling system. phone.fax.or email.Our trained 4 Control-Link Central-' service center staff is available toll-free 24/7. Regular usage reports are always available on Control-Link Centrals =$Y ;' web site. - <, 3 .NSA Spill Light Control , '' Spill light readings at identified locations are guaranteed to be controlled to the values provided in Musco s design documents for your project. '':* Structural Integrity rt Your project has been designed to IBC 2015, 110 mph,exposure C. - Structural integrity of equipment manufactured by Musco is guaranteed. x F _- _40 H rg; , 4; Musco has a team of people to ensure fulfillment of ourproduct and services warrantyand maintains financial reserves ' P P Sas dedicated to support our fulfillment of this warranty.Please keep this document as your signed contract guaranteeing comNo ) prehensive service for the 25 year period. K- , -Page 1 of 3- r ' ti. ...,,,-q . - 5 r,; 1 '•ir x b .b � • vi A 4 , � n� i, y1is ri; p � i nN 3p , o AWaq� A4 U Uf dA .,� ' � h r_ _ J 4 : i n ,A , A � k 'y J Vi- F �„ . 022005,2017 A0.o ipods Lighting LC, m.u91-e,0S.'0 7 rt :11$1 v, -. f? 4.," =y :5.. '� ?S :.+..ol.Y, l3'.i� '.., ... ,' `�i .;..... ,s • .s,%r ';?y.,L` -.7,`,,i..r � .t,,.'A''''' r-•.- ��3`'�'ii k a '�S� y.�,r�j•�^r',"�� l -•:�%f{�:5's,'tsfi..t r t���'���•",ryt,� r'J� .4" �°r r� ��y a p,, J�,yr{ '� ',,.+ r y?/r i f1.4i.. 'i'fi ei{;Iii tik`A'.iii;s', tti'd;1�: Srt' Y "t�l{s-n'.10:1#60f4144 ki Pd, A£�i' 4titt' SJ. 'fir r'I/ 'dl, :''I ;Q."'�V°'''4 t...; r ; 25TM mus o TM =,,..:2.:•'',,- 44:':„„ // /if 25-Year Product Assurance&Warranty Program : Project Details ,-.--4A Project Name: Memorial Field Project Number: 150369 ~ `"' ��_- Owner Jefferson County City: Port Townsend State: PA t _. '6 ,40 9 Product(s)Covered: Light-Structure System TM Lighting with TLC for LEDTM Technology r , `' ` Date Issued: Date of shipment Expiration: Date of shipment+25 years or maximum hours of coverage noted below,whichever occurs first -. Total Average kW per hour:34.15 r, ti _' Musco products and services are guaranteed to perform on your project as follows: yt F 4 x. Estimated -----_-s,eeA Average Total ' Annual/25- Maximum Fixture Target Uniformity Relamps Year Estimated Hours of t Field/Zone Quantity Lamp Type Light Level Max/Min Included � Usage Hours Coverage 4,4,.. Football/Soccer 35 (25)TLC-LED-1150 30 FC 2.5:1.0 N/A FB:300/7,500 N/A _ (S)TLC-BT-575 SO:400/10,000 _-: '1'i ' (2)TLC-LED-400 7. ,. r ',.'..,:s: ..Jx �~yY 7 A . Yr' - r. ill--t_ i tom ; Page 2 of 3 a.4,yR /Lpi u',US 4Rr a4ti��:i01.g1 '',1,'''':1),!'4'. �;V!it, 'gi.:7p'.+A .u,�. :k�"# 4 1',�Pr`!f< �k'V .1, ''in a��J ..y,,,',-. ;,�'i.."i,� a4iRit j Bti rVl,c.°A',-- 4' '14;.g!�44�F ,4wa t° ;; 4 5 _ N-74,40::,;:'. . }�r {�" rss 5��, tb'.+ F�a'A S As,� r , A,,1,��7,•,yk, Y 1,,.? r4 ' Y ,r; 0 n:... a IX.N 1� � X" ,} n 'y;�; tS tj ..,b ti+�)). �r a �.h t .? ra a?' 012005,2017 Musco Sports Lighting,LLC .M-291enUS-70 e as ..� • �% fie+ �d .,r �;y. �4 4 b jr ":y'` v5 w--v j? ' ,i} '', �? ,;r '.''„Y” T. y 4r �ver i " ''7,'�k ' - '" 2,p ,r, ; ++ ,+,. K r� r Ji11h, '''' ' 0 Y �,p9 1 hr for 1 '+,5140-- 0 'e ,1/.- 1p 4.yr 46'',. r. '?° q w 1 � ,.¢..h�.uPo..itt..GrMih .nflifi_.'�i i .hiAi'.:Yid.�riHtF ATru� ntfn'..rd�t,�e nY'.•ii r'f�>!:'�, i�fi�. _.���sYi1.at'm :�+�Yi+ Mt;.n 1 ��i.__h fdt•..:�Yr +Nn4..vi :.fi, .:d�tt..i 4..'n,t..r86..:4�f r,e .r't,�r,_S1„r.�:0'61^1._-_,,,,,' "k:.. y OOOO MUS O 25 TM :.... '7 h <' 25-Year Product Assurance&Warranty Program Terms and Conditions = Service under this Contract is provided by Musco Sports Lighting,LLC("Musco") 5. Contract Limitations: • m:4. or an authorized servicer approved by Museo. Services performed under this a.EXCLUSIONS FROM COVERAGE: IN NO EVENT WILL MUSCO =-;..�> "x;�' Contract shag consist of furnishing labor and parts necessary to restore the BE LIABLE FOR ANY SPECIAL. INDIRECT; INCIDENTAL OR _r 4' operation of the Covered Product(s) to original design criteria provided such CONSEQUENTIAL DAMAGES WHICH INCLUDE, BUT ARE NOT ; . >, service is necessitated by failure of the Covered Product(s)during normal usage. —LIMITED TO, ANY DELAY IN RENDERING SERVICE OR LOSS OF < This Contract covers Product(s)consisting of Musco`s Total Light Control—TLC for USE DURING THE REPAIR PERIOD OF THE COVERED PRODUCT(S) =.-N_ -,S' f; -"-:1 L.EDTM or Green Generation Lighting,with Control-Linke and any additional Musco OR WHILE OTHERWISE AWAITING PARTS. manufactured product as listed on page 2. �_� b. Limitation of Liability: To the extent permitted by applicable law, the , ; 'We","us"and'our"mean Musco."You"and"your"mean the purchaser of the liability of Musco,if any,for any allegedly defective Covered Product(s) '' rte: <' L,G Covered Product(s).No one has the authority to change this Contract without the or components shall be limited to repair or replacement of the Covered _-_,_;:3„--.„-;;..„ cM_ prior written approval of Musco.Musco shall not assume responsibility for their Product(s)or components at Musco's option.THIS CONTRACT IS YOUR p• 'et, TM agents or assignees other than as described below.If there is a conflict between SOLE EXPRESS WARRANTY WITH RESPECT TO THE COVERED the terms of this Contract and information communicated either orally or in writing PRODUCT(S). ALL IMPLIED WARRANTIES WITH RESPECT TO by one or more of our employees or agents,this Contract shall control. THE COVERED PRODUCT(S) INCLUDING, BUT NOT LIMITED TO, _y IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR , Additional Provisions A PARTICULAR PURPOSE,ARE HEREBY EXPRESSLY EXCLUDED. 1. Availability of Service:Control-Link Central operators shall be available qtr'' 24/1 via web site, phone,fax. or email. Maintenance service specialists c.For the purposes of and by your acceptance of this Contract you shall be available SAM to 5PM Central Time.and services shall be rendered acknowledge and agree that if a surety bond("Bond')is provided the . during these same hours in your local time zone,Monday through Friday warranty and/or maintenance guarantee provided for in this Contract f4 _• _ (with the exception of national holidays).Hours of operation are subject to and a corresponding liability on behalf of the issuing surety under the :y change without notice to you.Musco w�exercise all reasonable efforts to Bond limited to the first twelve(12)months of said warranty and/or y S•, maintenance guarantee coverage period.Any warranty and/or guarantee •'',.', ' ? perform service under this Contract but will not be responsible for delays or -ti' failure in performing such services caused by adverse weather conditions, coverage period in excess of said initial 12 month period does not fall k,, within the scope of the Bondthe soleMusco. and shall be responsibikty of i_-_--,1:::t - acts of any government failure of transportation,accidents,riots,war,labor actions or strikes or other causes beyond its control. d. Musco requires reasonable access fora crane or man lift equipment to . _.i 2. Determination of Repairs:Musco will utilize the field monitoring system service the lighting system.Musco will notbe responsible for damage _ ' _.'i and any information provided by the customer to determine when the fromoperating the vehicle on the property when the equipment is operated in the prescribed manner over the designated access route. usage of the field is materially impacted.From this information,Musco will - . determine needed repair and/or replacement of Covered Product(s) ande.Obsolescence or Environmental Restricts: If during any maintenance parts.Repair will be with products)of like kind and quality. or other work performed under this Warranty, any of the parts of the :,....47_,..,:. 3. Your Requirements Under this Contract You must meet all electrical and Covered Product(s)are found to be either obsolete,no longer available, f ,. installation requirements as specified by the manufacturer.In addition,you or prohibited by any state of federal agency, Musco shall replace ' _ said parts with comparable parts and materials with equal operating 'r�� promise and assure full cooperation with Musco.Masco`s technicians and = 4. authorized servicers during telephone diagnosis and repair of the Covered characteristics solely at Musco s discretion. The cost of replacement of ' 2 Product(s): reasonable accessibility of the Covered Product(s); a non- any obsolete cellular related technology shall be borne by you.Prior to 4 ;, = completing any such wok,Musco shall notify you of the cost(if any)you - ` 4. threatening and safe environment for service will incur in the replacement of such parts under this section. ` You agree to check fuses and to replace fuses as needed.Musco provides f , spare fuses in the lowest alpha-numeric numbered enclosure Musca will 6. Transfer and Assignment: Except to owners, you shall not have the Ak = ' replenish spare fuses used. right to assign or otherwise transfer your rights and obligations under .w. ,; this Contract except with the prior written consent of Musco; however, a a, :4,:::-,,r..: You agree to keep your control system online. This means keeping the successor in interest by merger,operation of law,assignment or purchase E. required control voltage to the control system at all times. Any or otherwise of your entire business shall acquire all of your interests under " deviation from this practice must be discussed with Musco's Warranty this Contract. --$` ` - Department. 7. Governing Law Unless otherwise governed by applicable state law, the 4. Service Limitations - This Contract does not cover: Maintenance, Contract shall be interpreted and enforced according to the laws of the State 0- repair or replacement necessitated by loss or damage resulting from any of Iowa. -,41 ' _-•--_,,,r.......--- 0.!, . 0, external causes such as,but not limited to,theft,environmental conditions. .- negligence,misuse,abuse,improper electrical/power supply.unauthorized 8. Subrogation: In the event Musco repairs or replaces any Covered Product(s),parts or components due to any defect for which the manufacturer �` �� repairs by third parties, attachments, damage to cabinetry, equipment = modifications, vandalism, animal or insect infestation, physical damage or its agents or suppliers may be legally responsible,you agree to assign —_= ' ` to Covered Products parts or components, failure of existing structures, your rights of recovery to Musco.You will be reimbursed for any reasonable supporting electrical systems or any non-Musca equipment,or acts of God/ costs and expenses you may incur in connection with the assignment of nature(including,but not limited to:earthquake.flood,tornadoes,typhoons, your rights.You will be made whole before Musco retains any amounts it .,e,z v may recover. - '5. hurricanes or lightning). x : Signature: Vice President of Sales : Page3 of 3 �'-x•?.a�♦.V.r2 ��S2s`µ'� r " . ^�r. .� 4A r JA A s r V+ ,. , Tr1 N i f ('S +vur t F +hJf5 i ',: n> uqa%u a;^� u 4^� U '1':;.e.': ''::','''''i'':':;;;“4 + ' + 4 52005.2017 Musco Sports Ligh@ng,LLC ,u-291s+JS-10 G. PRODUCT INFORMATION 1& CD Memorial Field, 150369 Datasheet: Light-Structure System • TLC for LED" Gil Poletop Luminaire 5 Assembly TM 5 EasyPieces 1 Complete System from Foundation to Poletop Factory wired,aimed,and tested Fast,trouble-free installation Comprehensive corrosion package 4 Wire Harness integrated lightning ground Electrical Components Enclosure 3 I, A 5, 2 Galvanized Steel Pole Precast Concrete Base 2015,2016 Musco Sports Lighting,LLC U.S.and foreign patent(s)issued and pending. M-2214-en04-1 UO www.musco.com • Iightingrwmusco.com 1 Datasheet: Light-Structure System' 111111111111 5 Easy Pieces„ TLC for LED'"- Precast Concrete Base Overview The precast concrete base is set directly into the ground and backfilled with concrete.The base includes an integrated lightning ground system. Features Base • Set pole on base in 24 hours • Tapered upper section for slip-fit steel pole • Access holes for wire entry • Epoxy-coated ends prevent water intrusion • Lifting hole accepts load-rated steel rod provided C,,,,+ , by Musco 7 •i n FI Integrated Lightning Ground System t • Complies with NEPA 780,UL 96A,and EN 62305 standards i-' when installed per Musco installation instructions ji • UL Listed,Class II Lightning Protection, file number E337467 • Tested up to 100 kA by independent laboratory il • Steel pole interfaces with integrated grounding system by means of the pole grounding connector l • 2/0 AWG(crossectional area of 67.4 mm2)grounding { electrode conductor • Concrete-encased grounding electrode,20 feet(6.1 m) total length,' inch(12.7 mm)diameter 4 Technical Specifications Base dimensions vary.For measurements refer to project-specific Foundation and Pole Assembly drawing. Construction • Spun concrete construction • Prestressed steel vertical strands and coil spiral for strength throughout base • Minimum design strength is 9500 lb/int(65.5 MPa)at 28 days • Meets ASTM C1804 design requirements Quality Assurance Tests • 28-day compressive strength • Bending moment capacity • Grounding system continuity 02012,2016 Musco Sports Lighting,LLC U.5patents issued. M-2215-en04-1 uCO www.musco.com • lighting amusco.com 1 Datasheet: Light-Structure System-A 1111111111111 5 Easy Pieces- TLC for LED "- Precast Concrete Base Wireway - _ Pole grounding connector K• n Pole ID ; Fl1,1 Steel Tapered upper reinforcement section for slip-fit steel pole i` Handhole Lifting hole ;r Grounding electrode conductor Compacted dirt fill top2ftf0-6mL I a Conduit adapter plate mt Were access hole Concrete backfill" Integrated grounding electrode • *Standard pier foundation shown.Foundation and/or backfill may vary per alternate foundation design. 02012,2016 Musco Sports Lighting.LLC - U.S.patents issued. - M-2215-en04-1 UO www.musco.com • lighting,amusco.com 2 • Datasheet: Light-Structure System' 1111:1111111111 - 5 Easy Pieces„ TLC for LED`"- Galvanized Steel Pole Overview \\\\ The galvanized steel pole is designed to slip-fit together with R riithe precast concrete base and the poletop luminaire assembly. �, Features \\\\ 4.00,0000000„ l� • Slipfit connection allows pole assembly with come alongs II • Built-in hardware for attaching electrical components - .. • enclosure • Wire access from inside the pole(no exposed wiring or 9 conduit) • Shipped in sections for easier handling • Labeled with pole identification for location on field Technical Specifications Pole dimensions vary.For measurements refer to project specific pole configuration drawing. Construction • Pole designs comply with all major building codes • High strength,low alloy,tapered,round steel pole • Hot-dip galvanizing inside and outside after fabrication meets ASTM-A123 and EN 1461 standards • Conforms to AASHTO stress standards and BS EN 40-3-1 • Grounding lug—rated for aluminum(AL)or copper(CU)wiring • Pole shipped in sections • Stainless steel fasteners passivated and coated • Material certifications are available I Quality Assurance Tests • Bending stress • Minimum galvanizing thickness • Straightness measurement F ....._, 212005,2016 Musco Sports Lighting,LLC M-2216-en04-1 muCo.: www.musco.com • lighting amusco.com 1 Datasheet: Light-Structure System" ,CIIII 5 Easy Pieces" TLC for LED '- Galvanized Steel Pole Weld mark to identify field side orientation Jacking ear Wire harness strain relief or - provided on poles 80 ft(24.5 m) and taller per NEC Electrical components enclosure attachment bracket Electrical components enclosure hub with stainless t� Wire access handhole steel screw threads Grounding lug (inside handhole) Slip-tit attachment to precast concrete base Weld mark to identify field side orientation `!000 102005,2016 Musco Sports Lighting,LLC • M-2216-en041 MUSCOwww.musco.com • lighting.musco.com 2 Datasheet: Light-Structure System. 1111111©1111■ 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. • ,, \ IV Features �• i • Factory-built and tested as a unit 4.-,: • Quick connect plug for easy field wiring �A `k • Mounted 10 ft(3 m)above grade for servicing with ladder • Labeled with pole identification and electrical information I1, • Drivers individually fused and spare fuses supplied 1, lI' • Wire access from inside the pole(no exposed wiring tl or conduit) It it • Disconnect per circuit t Il r^ T.-J. 11 I1: Technical Specifications Il 15l 4tI Il ; .M For amperage draws and circuitry refer to project i, , T Jt ll t stt specific document. -e r0 gal I `,-' Construction _, per: • 0.08 inch(2 mm)thick,powder-coated aluminum ( • Enclosure ratings:NEMA 3R,1P54 • Designed to operate in up to 50'C(12T F)ambient temperature • Full length stainless steel hinge • All stainless steel fasteners passivated and coated i [ • Meets touchsafe standards • Up to four drivers per enclosure • Approximate weight 65 lb(29 kg) } ! • Lower enclosure size 14.25 in(362 mm)wide I ; x 8 in(203 mm)deep x 52.5 in(1334 mm)high • Upper enclosure size 14.25 in(362 mm)wide x 8 in(203 mm)deep x 40.5 in(1029 mm)high Quality Assurance Tests • Grounding continuity I • High potential dielectric withstand • Full functionality test 00 \./ 02015,2016 Musco Sports Lighting,LLC ECE 9 M-2217-en04-1 m(SCO www.musco.com • lighting omusco.com 1 Datasheet: Light-Structure System- 111111©111111 5 Easy Pieces TLC for LED' - Electrical Components Enclosure fki, • it 1 lit tl , , i1 .. •'� 1 ' Controller 1 I I , Wiring F1 L schematics j 40,1�= :tuses j i� - Fuses 011 A* NIN et' ► - EE!,GUYilflir z.% \A` i -si' Surge protection ir � :'Ri `- ' `;�hIe�' , Terminal blocks \ i 14111111111.7 Disconnect(CU only)* t_ "Aluminum(AL) Copper(CU) 0000 02015,2016 Musco Sports Lighting,LLC ECE 9 M-2217-en04-1 MUSCOwww.musco.com • lighting amusco.com 2 Datasheet: Light-Structure System IIIIIII 4 III 5 Easy Pieces. TLC for LED'"-Wire Harness ; � Overview fat# ���� The factory-built wire hamess connects the �,V electrical components enclosure to the poletop luminaire assembly. 1 .,„,,,,, IF � \�� Features • Quick connect plugs for easy field wiring • Factory-assembled support gripalleviates strain on connections I. I • Spiral wound cable eliminates slippage • Protective sleeve prevents wire damage • All internal wiring,no exposed wires • Labels identify pole and luminaires Technical Specifications i i ii Construction ..• _ • Spiral wound,wrapped cable,14 AWG (cross-sectional area of 2.08 mm2)copper wire • Integral cable support grip • Two wires per driver • Each harness supports up to four drivers • Multiple top connectors may be present if required for number of luminaires Quality Assurance Tests 1 • Connector/load resistance ii • High potential dielectric withstand , • Grounding continuity ✓ • Termination crimp A I 0000 122005,2016 Musco Sports Lighting,LLC M-2218-en04-1 MUSCOwww.musco.com • lightingo:musco.com • Datasheet: Light-Structure System' S111111 5 Easy Pieces TLC for LED'"-Wire Harness GPTop quick connector a Wire tie — ik Bar harness —, ` Top cable support grip quick connector \ - Wire harness top quick connector === - irmlleilliA Cable support grip Spiral wound cable consisting iiri and snap hook of 14 AWG(cross-sectional area of 2.08 mm2)copper wire a i 1 =s g I S 'I.: Cable support grip and snap hook Mid-point cable support grip = (if required) for poles 80 ft(24.5 m)and taller IIIIIIP C a B A 17 - -t �� - Enclosure harness .�a quick connector Flexible protective sleeved '""1� Wire harness bottom quick connector I a Bottom quick connector '1...4, it P200S,2016 Musco Sports Lighting,LLC - M-221&en0M1 �� O.; www.musco.com • lighting. musco.com • Datasheet: Light-Structure Systema IIIIIIIIII© 5 Easy Pieces' TLC for LED '- Poletop Luminaire Assembly, Weld On ��a Overview The factory-aimed poletop luminaire assembly is the upper section of the pole and slip-fits together with the galvanized ./���, �lN: steel pole. `i%� Features • Each luminaire is factory-built,tested,and ships as a unit `r' • Luminaires are factory-aimed to two-tenths degree of accuracy • Luminaire mounts and connects in a single step • Slip-fit connection allows assembly with come-alongs • All luminaires are factory-wired to a quick connect harness for easy installation • Labels identify pole and luminaire location • No exposed wiring or conduit • Factory-set pole alignment beam allows easy field alignment Technical Specifications Construction • Crossarms and pole shaft hot-dip galvanizing inside and outside after fabrication meets ASTM-A123 and EN 1461 standards • All aluminum components are powder-coated or anodized to mil-A-8625F and BS 5599 • Luminaire and knuckle are powder-coated die-cast aluminum • All stainless steel fasteners are passivated and coated • Crossarms are constructed of rectangular steel tubing • Polecap is attached with stainless steel lanyard and securing bolt Quality Assurance Tests • Galvanizing thickness • High potential dielectric withstand • Electrical continuity CCOO`✓ b2015,2016 Musco Sports Lighting,LLC U.5.and foreign patent(s)issued and pending. M-2219-en04-1 t'TIUSCO www.musco.com • lighting amusco.com 1 • Datasheet: Light-Structure System'" 1111111111111111 5 Easy Pieces" TLC for LED"- Poletop Luminaire Assembly, Weld On Polecap `• • 1 • Lanyard /1 �• i • Wire harness quick connector ` Bar harness quick connector " +C` Crossarm ` i Die-cast aluminum `• �� , 0 luminaire mounting plate '% ` . `• t�� )�� ,' Die-cast aluminum knuckle • • ;;: ! i �'!'' Aluminum housing — ,z 4 %` 4� i ilipV Aluminum spill light and m �� glare light control visor Crossarm Diode light source—LED wiring Pole shaft11 -- . tIr .0 Jacking ears a Pole alignment beam tilil Set screw -- °COO002015,2016 Musco Sports Lighting,LLC • U.S.and foreign patent(s)issued and pending. • M-2219-en04t rT1USC0www.musco.com • lighting amusco.com THE AMERICAN INSTITUTE OF ARCHITECTS Bond 106906973 AIA Document A312 Performance Bond Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): SURETY Musco Sports Lighting, LLC Travelers Casualty and Surety Company of America 100 1st Avenue, West One Tower Square Oskaloosa, IA 52577 2SHS OWNER (Name and Address): Hartford, CT 06183 Jefferson County Public Works Dept 623 Sheridan St. . Port Townsend, WA 983680 CONSTRUCTION CONTRACT :Purchase Order-4111783 Date: May 8,2018 Amount: $272,760.00 Description (Name and Location):Memorial Field, Project No. 150369 BOND Date (Not earlier than Construction Contract Uate): May 23,2018 Amount: $272,760.00 Modifications to this Bond: 0 None in See Page 3 CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) (Corporate Seal) Musco Sports Li.• in. L Travel a8. alty and Surety Comp ny of America Signature: ar Signa e• Name and Title" Name and Title: Diane M. Vanderpool, Attorney-in-Fact (Any additional signatures appear on page 3) (FOR INFORMATION ONLY—Name, Address and Telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or Reynolds and Reynolds, Inc. other party): 300 Walnut, Suite 200 Des Moines, IA 50309 AIA DOCUMENT A312•PERFORMANCE BOND AND PAYMENT BOND•DECEMBER 1984 ED.•AlA THE AMERICAN INSTITUTE OF ARCHITECTS,1735 NEW YORK AVE.,N.W.,WASHINGTON,D.C.24006 THIRD PRINTING•MARCH 1987 F889 Rev.6/87 1 The Contractor and the Surety, jointly and severally, which it may be liable to the Owner and, as bind themselves, their heirs, executors, administrators, soon as practicable after the amount is deter- successors and assigns to the Owner for the performance mined, tender payment therefor to the of the Construction Contract,which is incorporated herein Owner; or by reference. .2 Deny liability in whole or in part and notify the 2 If the Contractor performs the Construction Contract, Owner citing reasons therefor. the Surety and the Contractor shall have no obligation 5 If the Surety does not proceed as provided in Paragraph under this Bond, except to participate in conferences as 4 with reasonable promptness,the Surety shall be deemed provided in Subparagraph 3.1. to be in default on this Bond fifteen days after receipt of an 3 If there is no Owner Default, the Surety's obligation additional written notice from the Owner to the Surety under this Bond shall arise after: demanding that the Surety perform its obligations under 3.1 The Owner has notified the Contractor and the this Bond,and the Owner shall be entitled to enforce any remedy available to the Owner. If the Surety proceeds as Surety at its address described in Paragraph 10 below provided in Subparagraph 4.4,and the Owner refuses the that the Owner is considering declaring a Contractor payment tendered or the Surety has denied liability, in Default and hasrequested and attempted to arrange a whole or in part,without further notice the Owner shall be conference with the Contractor and the Surety to be entitled to enforce any remedy available to the Owner. held not later than fifteen days after receipt of such notice to discuss methods of performing the Construc- 6 After the Owner has terminated the Contractor's right tion Contract. If the Owner, the Contractor and the to complete the Construction Contract, and if the Surety Surety agree,the Contractor shall be allowed a reason- elects to act under Subparagraph 4.1, 4.2, or 4.3 above, able time to perform the Construction Contract, but then the responsibilities of the Surety to the Owner shall such an agreement shall not waive the Owner's right,if not be greater than those of the Contractor under the any,subsequently to declare a Contractor Default;and Construction Contract, and the responsibilities of the 3.2 The Owner has declared a Contractor Default and Owner to the Surety shall not be greater than those of the formally terminated the Contractor's right to Owner under the Construction Contract.To the limit othe the Such Contractor Default shall not be completede- amount of this Bond, but subject to commitment by the daredearliercontract. than twentyCdays Default Contractor be and Owner of the Balance of the Contract Price to mitigation of X costs and damages on the Construction Contract,the Sure- the Surety have received notice as provided in Sub- ty is obligated without duplication for: paragraph 3.1; and 6.1 The responsibilities of the Contractor for correc- 3.3 The Owner has agreed to pay the Balance of the tion Contract Price to the Surety in accordance with the C defectiveontrr Cwork and completion of the Construe- terms of the Construction Contract or to a contractor tion ail; selected to perform the Construction Contract in actor- 6.2 Additional legal, design professional and delay dance with the terms of the contract with the Owner. costs resulting from the Contractor's Default, and re- 4 When the Owner has satisfied the conditions of Para- sulting from the actions or failure to act of the Surety . under Paragraph 4; and graph 3, the Surety shall promptly and at the Surety's ex- pense take one of the following actions: 6.3 Liquidated damages,or if no liquidated damages Arrange for the Contractor, with consent of the are specified in the Construction Contract,actual dam- 4.1non-perfor- Owner, to perform and complete the Construction ages�e of theed by delayedtrperformance or p mance of Contractor. Contract; or 7 The Surety shall not be liable to the Owner or others for 4.2 Undertake to perform and complete the Construc- obligations of the Contractor that are unrelated to the Con- tion Contract itself,through its agents or through inde- struction Contract, and the Balance of the Contract Price pendent contractors; or shall not be reduced or set off on account of any such 4.3 Obtain bids or negotiated proposals from unrelated obligations. No right of action shall accrue on qualified contractors acceptable to the Owner for a this Bond to any person or entity other than the Owner or contract for performance and completion of the Con- its heirs, executors, administrators or successors. struction Contract, arrange for a contract to be pre- 8 The Surety hereby waives notice of any change,includ- pared for execution by the Owner and the contractor ing changes of time, to the Construction Contract or to selected with the Owner's concurrence,to be secured related subcontracts, purchase orders and other obliga- with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the tions. Construction Contract, and pay to the Owner the 9 Any proceeding, legal or equitable, under this Bond amount of damages as described in Paragraph 6 in ex- may be instituted in any court of competent jurisdiction in cess of the Balance of the Contract Price incurred by the the location in which the work or part of the work is located Owner resulting from the Contractor's default; or and shall be instituted within two years after Contractor 4.4 Waive its right to perform and complete,arrange Default or within two years after the Contractor ceased for completion, or obtain a new contractor and with working or within two years after the Surety refuses or fails reasonable promptness under the circumstances: to perform its obligations under this Bond,whichever oc- curs first. If the provisions of this Paragraph are void or .1 After investigation,determine the amount for prohibited by law,the minimum period of limitation avail- MA pocuaesit vail-AMA,DOCUMENT A312'•PERFORMANCE BOND AND PAYMENT BOND•DECEMBER 1984 ED.•AIA THE AMERICAN INSTRUTE OF ARCHITECTS,1735 NEW YORK AVE.,N.W.,WASHINGTON,D.C.20006 2 THIRD PRINTING•MARCH 1987 able to sureties as a defense in the jurisdiction of the suit tractor of any amounts received or to be received by shall be applicable. the Owner in settlement of insurance or other claims 10 Notice tothe Surety,the Owner orthe Contractor shall for damages to which the Contractor is entitled, re- be mailed or delivered to the address shown on the sig- behalf by all valid andproper payments made to or on Contractor of the Contracctor under the Construction Con- nature page. tract. 11 When this Bond has been furnished to comply with a 12.2 Construction Contract:The agreement between statutory or other legal requirement in the location where the Owner and the Contractor identified on the sig- the construction was to be performed,any provision in this nature page, including ail Contract Documents and Bond conflicting with said statutory or legal requirement changes thereto. shall be deemed deleted herefrom and provisions con- forming to such statutory or other legal requirement shall 12.3 Contractor Default: Failure of the Contractor, be deemed incorporated herein. The intent is that this which has neither been remedied nor waived,to per- Bond shall be construed as a statutory bond and not as a form or otherwise to comply with the terms of the common law bond. Construction Contract. 12 DEFINITIONS 12.4 Owner Default: Failure of the Owner,which has 12.1 Balance of the Contract Price:The total amount neither been remedied nor waived, to pay the Con- payable by the Owner to the Contractor under the tractor as required by the Construction Contract or to Constructionperform and complete or comply with the other terms Contract after all proper adjustments thereof. have been made, including allowance to the Con- MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: SEE LIMITED MAINTENANCE PROVISION RIDER ATTACHED HERETO AND MADE A PART HEREOF tSpace is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) (Corporate Seal) Signature: Signature: Name and Title: Name and Title: Address: Address: AIA DOCUMENT A312•PERFORMANCE BOND AND PAYMENT BOND•DECEMBER 1984 ED.•AIA 29 THE AMERICAN INSTITUTE OF ARCHITECTS,1735 NEW YORK AVE.,N.W.,WASHINGTON,D.C. 20006 3 THIRD PRINTING•MARCH 1987 THE AMERICAN INSTITUTE OF ARCHITECTS MIMI ..:%:),,,,,w,. �� �lt, m. AIA Document A312 Bond 106906973 Payment Bond Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): SURETY(Name and Principal Place of Business): Musco Sports Lighting, LLC Travelers Casualty and Surety Company of America 100 1st Avenue, West One Tower Square Oskaloosa, IA 52577 2SHS OWNER (Name and Address): Hartford, CT 06183 Jefferson County Public Works Dept 623 Sheridan St. Port Townsend,WA 98368 CONSTRUCTION CONTRACT :Purchase Order-4111783 Date: May 8,2018 Amount: $272,760.00 Description (Name and Location): Memorial Field, Project No. 150369 BOND Date (Not earlier than Construction Contract Date): May 23,2018 Amount: $272,760.00 Modifications to this Bond: None YES See Page 6 CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Musco Sports Lightin•44Si nature avele Casualty and Sure Comp " of A a 4 )1'. a l Name a Title: Name and Title: Diane M. Vand' pool, Attorney-in-Fact (Any additional signatures appear on page 6) (FOR INFORMATION ONLY-Name,Address and Telephone) OWNER'S REPRESENTATIVE (Architect Engineer or other AGENT or BROKER: party): Reynolds& Reynolds, Inc. 300 Walnut, Suite 200 Des Moines, IA 50309 AIA DOCUMENT A312•PERFORMANCE BOND AND PAYMENT BOND•DECEMBER 1984 ED.•AIA THE AMERICAN INSTITUTE OF ARCHITECTS,1735 NEW YORK AVE.,N.W.,WASHINGTON,D.C.20006 A312-1984 1 THIRD PRINTING•MARCH 1987 1 The Contractor and the Surety, jointly and severally, 5 If a notice required by Paragraph 4 is given by the bind themselves, their heirs, executors, administrators, Owner to the Contractor or to the Surety, that is sufficient successors and assigns to the Owner to pay for labor, compliance. materials and equipment furnished for use in the 6 When the Claimant has satisfied the conditions of performance of the Construction Contract, which is Paragraph 4, the Surety shall promptly and at the Surety's incorporated herein by reference. expense take the following actions: 2 With respect to the Owner, this obligation shall be null 6.1 Send an answer to the Claimant, with a copy to the and void if the Contractor: Owner, within 45 days after receipt of the claim, stating 2.1 Promptly makes payment, directly or indirectly,for the amounts that are undisputed and the basis for all sums due Claimants,and challenging any amounts that are disputed. 2.2 Defends, indemnifies and holds harmless the 6.2 Pay or arrange for payment of any undisputed Owner from claims, demands, liens or suits by any amounts. person or entity whose claim, demand, lien or suit is for 7 The Surety's total obligation shall not exceed the the payment for labor, materials or equipment furnished amount of this Bond, and the amount of this Bond shall be for use in the performance of the Construction credited for any payments made in good faith by the Contract, provided the Owner has promptly notified the Surety. Contractor and the Surety(at the address described in Paragraph 12) of any claims, demands, liens or suits 8 Amounts owed by the Owner to the Contractor under the and tendered defense of such claims, demands, liens Construction Contract shall be used for the performance of or suits to the Contractor and the Surety, and provided the Construction Contract and to satisfy claims, if any, under there is no Owner Default. any Construction Performance Bond. By the Contractor 3 With respect to Claimants, this obligation shall be null furnishing and the Owner accepting this Bond, they agree and if the Contractor promptlyhis makes pbe null that all funds earned by the Contractor in the performance of directly voidoindirectly,etly,fatr al)sums due. the Construction Contract are dedicated to satisfy obligations of the Contractor and the Surety under this 4. The Surety shall have no obligation to Claimants under Bond, subject to the Owner's priority to use the funds for the this Bond until: completion of the work. 4.1 Claimants who are employed by or have a direct 9 The Surety shall not be liable to the Owner, Claimants or contract with the Contractor have given notice to the others for obligations of the Contractor that are unrelated to Surety(at the address described in Paragraph 12) and the Construction Contract. The Owner shall not be liable for sent a copy, or notice thereof,to the Owner,stating that payment of any costs or expenses of any Claimant under a claim is being made under this Bond and, with this Bond, and shall have under this Bond no obligations to substantial accuracy,the amount of the claim. make payments to, give notices on behalf of, or otherwise have obligations to Claimants under this Bond. 4.2 Claimants who do not have a direct contract with the Contractor: 10 The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to .1 Have furnished written notice to the Contractor related subcontracts, purchase orders and other obligations. and sent a copy, or notice thereof, to the Owner, within 90 days after having last 11 No suit or action shall be commenced by a Claimant performed labor or last furnished materials or under this Bond other than in a court of competent equipment included in the claim stating, with jurisdiction in the location in which the work or part of the substantial accuracy, the amount of the claim work is located or after the expiration of one year from the and the name of the party to whom the date (1) on which the Claimant gave the notice required by materials were furnished or supplied or for Subparagraph 4.1 or Clause 4.2.3, or (2) on which the last whom the labor was done or performed; and labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the .2 Have either received a rejection in whole or in Construction Contract, whichever of(1) or(2)first occurs. If part from the Contractor, or not received within the provisions of this Paragraph are void or prohibited by 30 days of furnishing the above notice any law, the minimum period of limitation available to sureties communication from the Contractor by which as a defense in the jurisdiction of the suit shall be the Contractor has indicated the claim will be applicable. paid directly or indirectly;and 12 Notice to the Surety, the Owner or the Contractor shall .3 Not having been paid within the above 30 be mailed or delivered to the address shown on the days, have sent a written notice to the Surety signature page. Actual receipt of notice by Surety, the (at the address described in Paragraph 12) Owner or the Contractor, however accomplished, shall be and sent a copy, or notice thereof, to the sufficient compliance as of the date received at the address Owner, stating that a claim is being made shown on the signature page. under this Bond and enclosing a copy of the previous written notice furnished to the 13 When this Bond has been furnished to comply with a Contractor. statutory or other legal requirement in the location where the construction was to be performed, any provision in this AIA DOCUMENT A312•PERFORMANCE BOND AND PAYMENT BOND•DECEMBER 1984 ED.•AIA® THE AMERICAN INSTITUTE OF ARCHITECTS,1735 NEW YORK AVE.,N.W.,WASHINGTON,D.C.20006 A312-1984 2 THIRD PRINTING•MARCH 1987 Bond conflicting with said statutory or legal requirement service or rental equipment used in the Construction shall be deemed deleted herefrom and provisions Contract, architectural and engineering services conforming to such statutory or other legal requirement shall required for performance of the work of the Contractor be deemed incorporated herein. The intent is that this Bond and the Contractor's subcontractors, and all other shall be construed as a statutory bond and not as a items for which a mechanic's lien may be asserted in common law bond. the jurisdiction where the labor, materials or equipment were furnished. 14 Upon request by any person or entity appearing to be a potential beneficiary of this Bond, the Contractor shall 15.2 Construction Contract: The agreement promptly furnish a copy of this Bond or shall permit a copy between the Owner and the Contractor identified on to be made. the signature page, including all Contract Documents and changes thereto. 15 DEFINITIONS 15.1 Claimant: An individual or entity having a direct 15.3 Owner Default Failure of the Owner, which contract with the Contractor or with a subcontractor of has neither been remedied nor waived, to pay the the Cocontract r to furnish labor, materialsha r c of Contractor as required by the Construction Contract or to perform and complete or comply with the other for use in the performance of the Contract. The intent of this Bond shall be to include without limitation in terms thereof. the terms "labor, materials or equipment' that part of water, gas, power, light, heat, oil, gasoline, telephone MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: Paragraph 6 above is deleted in its entirety and the following is substituted in its place: 6. When the Claimant has satisfied the conditions of Paragraph 4, and has submitted all supporting documentation and any proof of claim requested by the Surety, the Surety shall, with reasonable promptness, notify the Claimant of the amounts that are undisputed and the basis for challenging any amounts that are disputed, including, but not limited to,the lack of substantiating documentation to support the claim as to entitlement or amount, and the Surety shall, with reasonable promptness, pay or make arrangements for payment of any undisputed amount; provided, however, that the failure of the Surety to timely discharge its obligations under this paragraph or to dispute or identify any specific defense to all or any part of a claim shall not be deemed to be an admission of liability by the Surety as to such claim or otherwise constitute a waiver of the Contractor's or Surety's defenses to, or right to dispute, such claim. Rather, the Claimant shall have the immediate right,without further notice,to bring suit against the Surety to enforce any remedy available to it under this Bond. SEE LIMITED MAINTENANCE PROVISION RIDER ATTACHED HERETO AND MADE A PART HEREOF (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Signature: Signature: Name and Title: Name and Title: Address: Address: AlA DOCUMENT A312•PERFORMANCE BOND AND PAYMENT BOND•DECEMBER 1984 ED.•AIA THE AMERICAN INSTITUTE OF ARCHITECTS,1735 NEW YORK AVE.,N.W.,WASHINGTON,D.C.20006 A312-1984 3 THIRD PRINTING•MARCH 1987 f Limited Maintenance Provision Rider To be attached to and form part of bond 106906973 issued by the Travelers Casualty and Surety Company of America on behalf of Musco Sports Lighting,LLC in the amount Two Hundred Seventy-Two Thousand Seven Hundred Sixty and No/100ths ($272,760.00) and dated May 23,2018 in favor of Jefferson County Public Works Dept for Memorial Field,Project No. 150369 Principal and Surety shall guarantee that the work will be free of defective materials and workmanship for a period of Twelve(12)months following completion of the contract. Any additional warranty or guarantee whether expressed or implied is extended by the Principal or Manufacturer only,and the Surety assumes no liability for such a guarantee. Musco Sports Lighting,LLC By: (2/141;6A--"C--" ' Tray asualty and Surety Company of 'ca By: — k 1— 42,.., Diane M. Vanderpool ,Attorney-i act Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company TRAVELERS St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"),and that the Companies do hereby make,constitute and appoint Diane M.Vanderpool of Des Moines Iowa , their true and lawful Attorney-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 3rd day of February, 2017. 1464'44,11\ 401gi* qa' 9 3 }t �Ct1. 11PATFOi�, '. I�. (p4YaR( � 2_ CONN, o � al State of Connecticut J� By: City of Hartford ss. Robert L.Raney,Se or Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney,who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. T ` C. My Commission expires the 30th day of June, 2021 �TAq o AMA * Marie C.Tetreault, Notary Public `wt This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect,reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or(b) duly executed (under seal, if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect. Dated this 23rd day of May , 2018 • �,p wgnr co.ghos 'U."E HARTFORD, k C�:�J�( - �A1 Kevin E. Hughes,Assistant Secretary To verify the authenticity of this Power of Attorney,please call us at 1-800-421-3880. Please refer to the above-named Attorney-in-Fact and the details of the bond to which the power is attached. ACS® DAT 0( /DY) YY CERTIFICATE OF LIABILITY INSURANCE 5/820B 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 m SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this i certificate does not confer rights to the certificate holder in lieu of such endorsement(s). m PRODUCER CONTACT 17 NAME: Aon Risk Services Central, Inc. PHONE (402) 697-1400 FAX (402) 697-0017 m Omaha NE office (NC.No.Ext): (NC.No.): 13 11213 Davenport E-MAIL o Suite 201 ADDRESS: S Omaha NE 68154 USA INSURER(S)AFFORDING COVERAGE NAIC# INSURED INSURER A: Employers Mutual Casualty CO 21415 MUSCO Sports Lighting. LLC INSURER B: The Continental Insurance Company 35289 c/o Musco Corporation 100 1st Ave W INSURER C: Oskaloosa IA 52577 USA INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 570071203830 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Limits shown are as requested INSR ADDL SUBR POLICY EFF POUCY EXP LTR TYPE OF INSURANCE INSD wvo POUCY NUMBER (MMIDDIYYYYI iMMIDDIYYYYJ UMITS A X COMMERCIAL GENERAL LIABIUTY 2D5362518 07/01/2017 07/01/2018 EACH OCCURRENCE $1,000,000 CLAIMS-MADE n OCCUR DAMAGE TO RENTED $300,000 PREMISES(Ea occurrence) MED EXP(Any one person) $15,000 PERSONAL B ADV INJURY $1,000,000 M m GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: — N POLICY PRO H x (LOC PRODUCTS-COMP/OP AGG $2,000,000 JECT N- 0 OTHER: 0 N- A AUTOMOBILE LIABIUTY 2E5362518 07/01/2017 07/01/2018 COMBINED SINGLE LIMIT $1,000,000 N (Ea accident) .. X ANY AUTO BODILY INJURY(Per person) Z OWNED —SCHEDULED BODILY INJURY(Per accident) G1 AUTOS riAUTOS ONLY X HIRED AUTOS x NON-OWNED PROPERTY DAMAGE 0 ONLY _AUTOS ONLY (Per accident) w t= d B X UMBRELLALIAB X OCCUR CUE6042800716 07/01/2017 07/01/2018 EACH OCCURRENCE $10,000,000 U EXCESSLIAB CLAIMS-MADE AGGREGATE $10,000,000 DED X RETENTION$10,000 A WORKERS COMPENSATION AND 225362518 07101/2017-07/01/2018 x PER STATUTE 0ETTH- EMPLOYERS'LIABILITY Y I N ANY PROPRIETOR/PARTNER/EXECUTIVEE.L.EACH ACCIDENT $500,000 OFFICER/MEMBER EXCLUDED? N N I A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $500,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $500,000— IIIII. g DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached it more space is required) .2I Re: Musco Project 150369 - Memorial Field Additional Insured including Completed operations in favor of Jefferson County Department of Public Works and KCDA applies on "i3 the General Liability policies. Waiver of Subrogation in favor of the certificate holder applies on all policies. U CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE Pili EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE �,a POLICY PROVISIONS. Jefferson County Department of Public Wo AUTHORIZED REPRESENTATIVE ]fJ 623 Sheridan Street Port Townsend wA 98368 USA A i�� ,� -� �/a � M-al e�(�s//a9a �ra�lc� lI- ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016(03) The ACORD name and logo are registered marks of ACORD