HomeMy WebLinkAboutItem No. 07 PWCA Musco Sports Lighting Summerly Park Phse II Z40024Text File
City of Lake Elsinore 130 South Main Street
Lake Elsinore, CA 92530
www.lake-elsinore.org
File Number: ID# 19-564
Agenda Date: 4/28/2020 Status: Approval FinalVersion: 1
File Type: Council Consent
Calendar
In Control: City Council / Successor Agency
Agenda Number: 7)
Page 1 City of Lake Elsinore Printed on 4/23/2020
REPORT TO CITY COUNCIL
To: Honorable Mayor and Members of the City Council
From: Grant Yates, City Manager
Prepared by: Jason Simpson, Assistant City Manager
Date: April 28, 2020
Subject: Public Works Construction Contract Award to Musco Sports Lighting LLC for
Summerly Park Phase II LED Field Lighting (CIP Project # Z40024).
Recommendations
1. Award the Public Works Construction Agreement for the Summerly Park Phase II
LED Field Lighting Retro-Fit to Musco Sports Lighting LLC,
2. Authorize the City Manager to execute the agreement in the amount of $485,425.00
to Musco Sports Lighting LLC, in substantially the form attached and in such final
form as approved by the City Attorney; and,
3. Authorize the City Manager to execute change orders not to exceed t he 10%
contingency amount of $48,542.00.; and,
4. Authorize the City Manager to record the notice of completion once it is determined
the work is completed.
Background
The City is performing various lighting efficiency and lighting improvement projects to Lake
Elsinore sports fields City-wide. The Summerly Park Phase II field-lighting project will add a
completely new lighting system to one baseball field and one softball field. Currently, these two
fields do not have any lighting.
Discussion
The project will include the below list of lighting elements:
(8) Pre-cast concrete bases with integrated lighting grounds
(6) 70’ galvanized steel poles
(2) 60’ galvanized steel poles
Factory wired and tested remote electrical component enclosures
(8) factory wired pole top luminaire assemblies
(56) factory aimed and assembled luminaries, including ball tracker luminaires
Control-link monitoring system
25-year full coverage warranty eliminating 100% maintenance costs
Musco Sports Lighting LLC (Summerly Park Phase II)
April 28, 2020
Page 2
Once purchased, the delivery of this system is estimated at 6 to 8 weeks before the City
receives the materials. The installation of the new lighting system is estimated to take 3 to 6
weeks.
Because field lighting is primarily an equipment purchase that must meet exact City
requirements/specifications and staff preferred the inclusion of a long-term maintenance
component from the vendor, City staff determined to use a cooperative purchase program to
achieve the lowest overall price.
Musco field lighting systems have been competitively bid and priced on Sourcewell, master
project #199030, contract number 071619-MSL, with an expiration date of 8/27/2023.
Sourcewell, formerly National Joint Powers Alliance, was created by state law as a service
cooperative to provide programs and services to members in education and government.
Sourcewell was established with the statutory purpose to assist members in meeting specific
needs which are more efficiently delivered cooperatively than by an entity individually.
Sourcewell is authorized to establish competitively awarded cooperative purchasing contracts
on behalf of itself and its member agencies. Sourcewell follows the competitive contracting
law process to solicit, evaluate, and award cooperative purchasing contracts for goods and
services. Sourcewell cooperative purchasing contracts are made available through the joint
exercise of powers law to member agencies. Member agencies include all eligible
government, education, and non-profit agencies nationwide and in Canada.
The attached proposal from Musco proposes an entirely new LED lighting system purchase
and installation with total light control; technology for the two fields without lights at Summerly
Park. Following the approval of this agenda item, City staff will execute a City an agreement
providing for the purchase and installation for the entire system and place the order for the
material with an estimated installation in June 2020.
Fiscal Impact
Summerly Park Phase II Field Lighting Project (CIP Project # Z40024) is included in the
Fiscal Year 2019/2020 Capital Improvement Plan (CIP) budget.
Exhibits
A - Agreement
B - Proposal
Page 1
Agreement No. __________
AGREEMENT FOR PUBLIC WORKS CONSTRUCTION
SUMMERLY PARK PHASE II FIELD LIGHTING PROJECT
CIP PROJECT NO. Z40024
This Agreement for Public Works Construction (“Agreement”) is made and entered into as
of April 28, 2010 by and between the City of Lake Elsinore, a municipal corporation (‘‘City”) and
Musco Sports Lighting, LLC, an Iowa limited liability company (“Contractor”).
The City and Contractor, in consideration of the mutual promises and covenants set forth
herein, agree as follows:
1. The Project and Project Documents. Contractor agrees to construct the following
public improvements (“work”) identified as:
SUMMERLY PARK PHASE II FIELD LIGHTING
The Project Documents include this Agreement and all of the following: (1) Proposal
Documents including Bidder’s Proposal as submitted by the Contractor, Contract Documents,
General Specifications, Special Provisions, and all attachments and appendices; (2) everything
referenced in such documents, such as specifications, details, standard plans or drawings and
appendices, including all applicable State and Federal requirements; (3) all required bonds,
insurance certificates, permits, notices, and affidavits; and (4) any and all addenda or
supplemental agreements clarifying, amending or extending the work contemplated as may be
required to insure completion in an acceptable manner. All of the provisions of the above -listed
documents are made a part of this Agreement as though fully set forth herein.
2. Compensation.
a. For and in consideration of the payments and agreements to be made and
performed by City, Contractor agrees to construct the Project, including furnishing all materials and
performing all work required for the Project, and to fulfill all other obligations as set forth in the
Bidder’s Proposal, such initial contract price of four hundred eighty five thousand four hundred
twenty fifty dollars and no cents ($485,425).
b. City hereby promises and agrees to employ, and does hereby employ,
Contractor to provide the materials, do the work, and fulfill the obligations according to the terms
and conditions herein contained and referred to, for the prices set forth, and hereby contracts to
pay the same at the time, in the manner, and upon the conditions set forth in the Project
Documents.
c. Contractor agrees to receive and accept the prices set forth in the Bidder’s
Proposal as full compensation for furnishing all materials, performing all work, and fulfilling all
obligations hereunder. Such compensation shall cover all expenses, losses, damages, and
consequences arising out of the nature of work during its progress or prior to its acceptance
including those for well and faithfully completing the work and the whole thereof in the manner and
Page 2
time specified in the Project Documents; and also including those arising from actions of the
elements, unforeseen difficulties or obstructions encountered in the prosecution of the work,
suspension or discontinuance of the work, and all other unknowns or risks of any description
connected with the work.
3. Completion of Work.
a. Contractor shall perform and complete all work within Forty Five (45)
working days from the date of commencement specified in the Notice to Proceed and shall
provide, furnish and pay for all the labor, materials, necessary tools, expendable equipment, and
all taxes, utility and transportation services required for construction of the Project.
b. All work shall be performed and completed in a good workmanlike manner in
strict accordance with the drawings, specifications and all provisions of this Agreement as
hereinabove defined and in accordance with applicable laws, codes, regulations, ordinances and
any other legal requirements governing the Project.
c. Contractor shall not be excused with respect to the failure to so comply by
any act or omission of the City, the Director of Public Works, the City Engineer, a City inspector, or
a representative of any of them, unless such act or omission actually prevents the Contractor from
fully complying with the requirements of the Project Documents, and unless the Contractor protests
at the time of such alleged prevention that the act or omission is preventing the Contractor from
fully complying with the Project Documents. Such protest shall not be effective unless reduced to
writing and filed with the City within three (3) working days of the date of occurrence of the act or
omission preventing the Contractor from fully complying with the Project Documents.
d. City and Contractor recognize that time is of the essence in the performance
of this Agreement and further agree that if the work called for under the Agreement is not
completed within the time hereinabove specified, damages will be sustained by the City and that, it
is and will be impracticable or extremely difficult to ascertain and determine the actual amount of
damages the City will sustain in the event of, and by reason of, such delay. It is, therefore, agreed
that such damages shall be presumed to be in the amount of One Thousand dollars ($1,000) per
calendar day, and that the Contractor will pay to the City, or City may retain from amounts
otherwise payable to Contractor, such amount for each calendar day by which the Contractor fails
to complete the work, including corrective items of work, under this Agreement within the time
hereinabove specified and as adjusted by any changes to the work.
4. Changes to Work. City and Contractor agree that the City may make changes to the
work, or suspend the work, and no matter how many changes, such changes or suspensions are
within the contemplation of the Contractor and City and will not be a basis for a compensable delay
claim against the City nor be the basis for a liquidated damages claims against the Contractor.
Any change to the work shall be by way of a written instrument (“change order”) signed by
the City and the Contractor, stating their agreement to the following:
a. The scope of the change in the work;
b. The amount of the adjustment to the contract price; and
Page 3
c. The extent of the adjustment to the Schedule of Performance.
The City Manager is authorized to sign any change order provided that sufficient
contingency funds are available in the City’s approved budget for the Project. All change in the
work authorized by the change order shall be performed under the applicable conditions of the
Project Documents. City and Contractor shall negotiate in good faith and as expeditiously as
possible the appropriate adjustments for such changes.
5. Bonds. Contractor shall provide, before commencing work, a Faithful Performance
Bond and a Labor and Material Bond, each for one-hundred percent (100%) of the contract price in
the form that complies with the Project Documents and is satisfactory to the City Attorney.
6. Non-Assignability. Neither this Agreement nor any rights, title, interest, duties or
obligations under this Agreement may be assigned, transferred, conveyed or otherwise disposed
of by Contractor without the prior written consent of City.
7. Licenses. Contractor represents and warrants to City that it holds the contractor’s
license or licenses set forth in the Project Documents, is registered with the Department of
Industrial Relations pursuant to Labor Code Section 1725.5, and holds such other licenses,
permits, qualifications, insurance and approvals of whatsoever nature which are legally required of
Contractor. Contractor represents and warrants to City that Contractor shall, at its sole cost and
expense, keep in effect or obtain at all times during the term of this Agreement, any licenses,
permits, insurance and approvals which are legally required of Contractor to practice its profession.
Contractor shall maintain a City of Lake Elsinore business license.
8. Indemnity. Contractor shall indemnify, defend, and hold harmless the City and its
officials, officers, employees, agents, and volunteers from and against any and all losses, liability,
claims, suits, actions, damages, and causes of action arising out of any personal injury, bodily
injury, loss of life, or damage to property, or any violation of any federal, state, or municipal law or
ordinance, to the extent caused, in whole or in part, by the willful misconduct or negligent acts or
omissions of Contractor or its employees, subcontractors, or agents, by acts for which they could
be held strictly liable, or by the quality or character of their work. The foregoing obligation of
Contractor shall not apply when (1) the injury, loss of life, damage to property, or violation of law
arises from the sole negligence or willful misconduct of the City or its officers, employees, agents,
or volunteers and (2) the actions of Contractor or its employees, subcontractor, or agents have
contributed in no part to the injury, loss of life, damage to property, or violation of law. It is
understood that the duty of Contractor to indemnify and hold harmless includes the duty to defend
as set forth in Section 2778 of the California Civil Code. Acceptance by City of insurance
certificates and endorsements required under this Agreement does not relieve Contractor from
liability under this indemnification and hold harmless clause. This indemnification and hold
harmless clause shall apply to any damages or claims for damages whether or not such insurance
policies shall have been determined to apply. By execution of this Agreement, Contractor
acknowledges and agrees to the provisions of this Section and that it is a material element of
consideration.
9. Insurance Requirements.
a. Insurance. Contractor, at Contractor’s own cost and expense, shall procure
and maintain, for the duration of the Agreement, unless modified by the City’s Risk Manager, the
following insurance policies.
Page 4
i. Workers’ Compensation Coverage. Contractor shall maintain
Workers’ Compensation Insurance and Employer’s Liability Insurance for his/her
employees in accordance with the laws of the State of California. In addition, Contractor
shall require each subcontractor to similarly maintain Workers’ Compensation Insurance
and Employer’s Liability Insurance in accordance with the laws of the State of California for
all of the subcontractor’s employees. Any notice of cancellation or non-renewal of all
Workers’ Compensation policies must be received by the City at least thirty (30) days prior
to such change. The insurer shall agree to waive all rights of subrogation against City, its
officers, agents, employees and volunteers for losses arising from work performed by
Contractor for City. In the event that Contractor is exempt from Worker’s Compensation
Insurance and Employer’s Liability Insurance for his/her employees in accordance with the
laws of the State of California, Contractor shall submit to the City a Certificate of Exemption
from Workers Compensation Insurance in a form approved by the City Attorney.
ii. General Liability Coverage. Contractor shall maintain commercial
general liability insurance in an amount not less than one million dollars ($1,000,000) per
occurrence for bodily injury, personal injury and property damage. If a commercial general
liability insurance form or other form with a general aggregate limit is used, either the
general aggregate limit shall apply separately to the work to be performed under this
Agreement or the general aggregate limit shall be at least twice the required occurrence
limit. Required commercial general liability coverage shall be at least as broad as
Insurance Services Office Commercial General Liability occurrence form CG 0001 (ed.
11/88) or Insurance Services Office form number G L 0002 (ed. 1/73) covering
comprehensive General Liability and Insurance Services Office form number GL 0404
covering Broad Form Comprehensive General Liability. No endorsement may be attached
limiting the coverage.
iii. Automobile Liability Coverage. Contractor shall maintain automobile
liability insurance covering bodily injury and property damage for all activities of the
Contractor arising out of or in connection with the work to be performed under this
Agreement, including coverage for owned, hired and non-owned vehicles, in an amount of
not less than one million dollars ($1,000,000) combined single limit for each occurrence.
Automobile liability coverage must be at least as broad as Insurance Services Office
Automobile Liability form CA 0001 (ed. 12/90) Code 1 (“any auto”). No endorsement may
be attached limiting the coverage.
iv. Professional Liability Coverage [if applicable]. Contractor shall
maintain professional errors and omissions liability insurance appropriate for Contractor’s
profession for protection against claims alleging negligent acts, errors or omissions which
may arise from Contractor’s services under this Agreement, whether such services are
provided by the Contractor or by its employees, subcontractors, or subconsultants. The
amount of this insurance shall not be less than one million dollars ($1,000,000) on a claims-
made annual aggregate basis, or a combined single limit per occurrence basis.
b. Endorsements. Each general liability and automobile liability insurance
policy shall be with insurers possessing a Best’s rating of no less than A: VII and shall be
endorsed with the following specific language:
i. The City, its elected or appointed officers, officials, employees,
agents and volunteers are to be covered as additional insured with respect to liability
Page 5
arising out of work performed by or on behalf of the Contractor, including materials, parts or
equipment furnished in connection with such work or operations.
ii. This policy shall be considered primary insurance as respects the
City, its elected or appointed officers, officials, employees, agents and volunteers. Any
insurance maintained by the City, including any self-insured retention the City may have,
shall be considered excess insurance only and shall not contribute with it.
iii. This insurance shall act for each insured and additional insured as
though a separate policy had been written for each, except with respect to the limits of
liability of the insuring company.
iv. The insurer waives all rights of subrogation against the City, its
elected or appointed officers, officials, employees or agents.
v. Any failure to comply with reporting provisions of the policies shall
not affect coverage provided to the City, its elected or appointed officers, officials,
employees, agents or volunteers.
vi. The insurance provided by this Policy shall not be suspended,
voided, canceled, or reduced in coverage or in limits except after thirty (30) days written
notice has been received by the City.
c. Deductibles and Self-Insured Retentions. Any deductibles or self-insured
retentions must be declared to and approved by the City. At the City’s option, Contractor shall
demonstrate financial capability for payment of such deductibles or self-insured retentions.
d. Certificates of Insurance. Contractor shall provide certificates of insurance
with original endorsements to City as evidence of the insurance coverage required herein.
Certificates of such insurance shall be f iled with the City on or before commencement of
performance of this Agreement. Current certification of insurance shall be kept on file with the City
at all times during the term of this Agreement.
10. Notices. Any notice required to be given under this Agreement shall be in writing
and either served personally or sent prepaid, first class mail. Any such notice shall be addressed
to the other party at the address set forth below. Notice shall be deemed communicated within 48
hours from the time of mailing if mailed as provided in this section.
If to City: City of Lake Elsinore
Attn: City Manager
130 South Main Street
Lake Elsinore, CA 92530
With a copy to: City of Lake Elsinore
Attn: City Clerk
130 South Main Street
Lake Elsinore, CA 92530
Page 6
If to Contractor: Musco Sports Lighting LLC
Attn: Karen Anderson
100 1st Avenue W
P.O. Box 808
Oskaloosa, IA 52577
11. Entire Agreement. This Agreement constitutes the complete and exclusive
statement of agreement between the City and Contractor. All prior written and oral
communications, including correspondence, drafts, memoranda, and representations, are
superseded in total by this Agreement.
12. Amendments. This Agreement may be modified or amended only by a written
document executed by both Contractor and City and approved as to form by the City Attorney
13. Assignment and Subcontracting. Contractor shall be fully responsible to City for all
acts or omissions of any subcontractors. Assignments of any or all rights, duties or obligations of
the Contractor under this Agreement will be permitted only with the express consent of the City.
Nothing in this Agreement shall create any contractual relationship between City and any
subcontractor nor shall it create any obligation on the part of the City to pay or to see to the
payment of any monies due to any such subcontractor other than as otherwise is required by law.
14. Waiver. Waiver of a breach or default under this Agreement shall not constitute a
continuing waiver of a subsequent breach of the same or any other provision under this
Agreement.
15. Severability. If any term or portion of this Agreement is held to be invalid, illegal, or
otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this
Agreement shall continue in full force and effect.
16. Controlling Law Venue. This Agreement and all matters relating to it shall be
governed by the laws of the State of California and any action brought relating to this Agreement
shall be held exclusively in a state court in the County of Riverside.
17. Litigation Expenses and Attorneys’ Fees. If either party to this Agreement
commences any legal action against the other party arising out of this Agreement, the prevailing
party shall be entitled to recover its reasonable litigation expenses, including court costs, expert
witness fees, discovery expenses, and attorneys’ fees.
18. Mediation. The parties agree to make a good faith attempt to resolve any disputes
arising out of this Agreement through mediation prior to commencing litigation. The parties shall
mutually agree upon the mediator and share the costs of mediation equally. If the parties are
unable to agree upon a mediator, the dispute shall be submitted to JAMS or its successor in
interest. JAMS shall provide the parties with the names of five qualified mediators. Each party
shall have the option to strike two of the five mediators selected by JAMS and thereafter the
mediator remaining shall hear the dispute. If the dispute remains unresolved after mediation,
either party may commence litigation.
19. Authority to Enter Agreement and Administration. Contractor has all requisite power
and authority to conduct its business and to execute, deliver, and perform the Agreement. Each
party warrants that the individuals who have signed this Agreement have the legal power, right,
and authority to make this Agreement and to bind each respective party. The City Manager is
Page 7
authorized to enter into an amendment or otherwise take action on behalf of the City to make the
following modifications to the Agreement: (a) a name change; (b) grant extensions of time; (c) non-
monetary changes in the scope of services; and/or (d) suspend or terminate the Agreement. The
Director of Public Works shall act as the Project administrator on behalf of the City.
20. Prohibited Interests. Contractor maintains and warrants that it has not employed
nor retained any company or person, other than a bona fide employee working solely for
Contractor, to solicit or secure this Agreement. Further, Contractor warrants that it has not paid
nor has it agreed to pay any company or person, other than a bona fide employee working solely
for Contractor, any fee, commission, percentage, brokerage fee, gift or other consideration
contingent upon or resulting from the award or making of this Agreement. For breach or violation
of this warranty, City shall have the right to rescind this Agreement without liability. For the term of
this Agreement, no member, officer or employee of City, during the term of his or her service with
City, shall have any direct interest in this Agreement, or obtain any present or anticipated material
benefit arising therefrom.
21. Equal Opportunity Employment. Contractor represents that it is an equal
opportunity employer and it shall not discriminate against any subcontractor, employee or applicant
for employment because of race, religion, color, national origin, handicap, ancestry, sex or age.
Such non-discrimination shall include, but not be limited to, all activities related to initial
employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or
termination.
22. Prevailing Wages.
a. Contractor and all subcontractors shall adhere to the general prevailing rate
of per diem wages as determined and as published by the State Director of the Department of
Industrial Relations pursuant to Labor Code Sections 1770, 1773, and 1773.2. Copies of these
rates and the latest revisions thereto are on file in the office of the City Clerk of the City of Lake
Elsinore and are available for review upon request.
b. Contractor’s attention is directed to the provisions of Labor Code Sections
1774, 1775, 1776, 1777.5 and 1777.6. Contractor shall comply with the provisions of these
Sections. The statutory provisions for penalties for failure to comply with the State’s wage and hour
laws will be enforced.
c. Labor Code Sections 1774 and 1775 require the Contractor and all
subcontractors to pay not less than the prevailing wage rates to all workmen employed in the
execution of the contract and specify forfeitures and penalties for failure to do so. The minimum
wages to be paid are those determined by the State Director of the Department of Industrial
Relations. Labor Code Section 1776 requires the Contractor and all subcontractors to keep
accurate payroll records, specifies the contents thereof, their inspection and duplication
procedures and certain notices required of the Contractor pertaining to their location. The statutory
penalties for failure to pay prevailing wages will be enforced. If the Project has been awarded to
Contractor on or after April 1, 2015, Contractor and its subcontractors must furnish electronic
certified payroll records to the Labor Commissioner. Beginning January 1, 2016, Contractor and
its subcontractors must furnish electronic certified payroll records to the Labor Commissioner
without regard to when the Project was awarded to Contractor.
d. Labor Code Section 1777.5 requires Contractor or subcontractor employing
tradesmen in any apprentice able occupation to apply to the Joint Apprenticeship Committee
Page 8
nearest the site of the public works project, which administers the apprenticeship program in that
trade for a certificate of approval. The certificate will also fix the ratio of apprentices to journeymen
to be used in the performance of the Agreement. The Contractor is required to make contributions
to funds established for the administration of apprenticeship programs if the Contractor employs
registered apprentices or journeymen in any apprentice able trade and if other contractors on the
public works site are making such contributions. Information relative to apprenticeship standards,
contributions, wage schedules and other requirements may be obtained from the State Director of
Industrial Relations or from the Division of Apprenticeship Standards. Labor Code Section 1777.6
provides that it shall be unlawful to refuse to accept otherwise qualified employees as registered
apprentices solely on the grounds of race, religious creed, color, national origin, ancestry, sex, or
age.
e. Eight hours labor constitutes a legal day’s work, as set forth in Labor Code
Section 1810.
23. Execution. This Agreement may be executed in several counterparts, each of
which shall constitute one and the same instrument and shall become binding upon the parties
when at least one copy hereof shall have been signed by both parties hereto. In approving this
Agreement, it shall not be necessary to produce or account for more than one such counterpart.
[Signatures on next page]
Page 9
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed
on the date first written above.
“CITY”
CITY OF LAKE ELSINORE, a municipal
corporation
Grant Yates, City Manager
ATTEST:
City Clerk
APPROVED AS TO FORM:
City Attorney
“CONTRACTOR”
MUSCO SPORTS LIGHTING, LLC, a Iowa
limited liability company
Name:
Title:
Quote
Date: April 13, 2020 Project: Summerly Park Phase 2
To: Mr. Gus Papagolos Lake Elsinore, California
get: 194830
Sourcewell
Master Project: 199030, Contract Number: 071619-MSL, Expiation: 08/27/2023
Category: Sports lighting with related supplies and services
All purchase orders should note the following:
Sourcewell purchase - contact number: 071619-MSL
Quotation Price- Materials delivered to the fobsite and installation
Baseball/Softball- New/Retrofit w/New Controls: $459,300.00
Estimated Sales Tax - (Tax Rate7.75%)r $ 26,125.00
Total with estimated Tax: $495,425.00
Pricing furnished is effective for 90 days unless otherwise noted and is considered confidential.
Pricing includes bonding and full installation per scope ofwork included with this quote..
Light -Structure System with Total light Control - TLC for LED'" Technology_
Guaranteed Lighting Performance: Baseball Field 1, Softball Field 1
• Guaranteed light levels of S0 footcandles Infield, 30 footcandles Outfield and uniformity of 2.0:1 Infield,
2.5:1 Outfield
• BallTracker'"technology - targeted light, optimizing visibility of the ball in play with no glare in the
players typical line -of -sight
System Description [Light -Structure System]
• (8) Pre -cast concrete bases with integrated lightning grounding
• (6) 70' Galvanized steel poles
• (2) 60' Galvanized steel poles
• Factory wired and tested remote electrical component enclosures
• Pole length, Factory assembled wire harnesses
• (8) Factory wired poletop luminaire assemblies
• (56) Factory aimed and assembled luminaires, including BallTracker'"luminaires
• UL Listed assemblies
Note: Pales A21BZ are existing poles between Baseball Field 1 and Baseball Field 2.
Control Systems and Services
• Control -Link® Control and Monitoring system to provide remote on/off and dimming
(high/medium/low) control and performance monitoring with 24/7 customer support
Operation and Warranty Services
• 25 year warranty that covers materials and onsite labor, eliminating 100% of your maintenance costs
• Support from Musco's Lighting Services Team- over 170 Team members dedicated to operating and
maintaining your lighting system- plus a network of 1800+ contractors
Installation Services Provided
[See attached scope of work]
W2016, 2626 Musm 5pohs liB��^9LLC - M�21602nU59
Musco's Credit Department will coordinate payment terms.
Email a copy of the Purchase Order to Musco Sports Lighting, LLC:
Musco Sports Lighting, LLC
Attn: Karin Anderson
Email: karin.anderson@musco.com
All purchase orders should note the following:
Sourcewell purchase - contract number: 071619-MSL
6 - 8 weeks for delivery of materials to the job site from the time of order, submittal approval, and confirmation of
order details including voltage, phase, and pole locations.
Due to the built-in custom light control per luminaire, pole locations need to be confirmed prior to production.
Changes to pole locations after the product is sent to production could result in additional charges.
Notes
Quote is based on:
• Shipment of entire project together to one location.
• 480 Volt, 3 Phase electrical system requirement.
• Structural code and wind speed = 2019 CBC, 95 mi/h, Exposure C, Importance Factor 1.0.
• Delivery and unloading is in the pricing.
Thank you for considering Musco foryour lighting needs. Please contact me with any questions.
Karin Anderson
Sales Representative
Musco Sports Lighting, LLC
Phone: 858-232-1620
E-mail: karin.anderson@musco.com
=16. 2MO Mmco$ MuehXlg LLC .2- M.2166an115.6
Summerly Park Phase 2
Turnkey Scope of Work
4/9/20
Customer Responsibilities:
1. Complete access to the site for construction using standard 2-wheel drive rubber tire equipment
2. Locate existing underground utilities not covered by "One Call" and irrigation systems and sprinkler heads.
Musco or Subcontractor will not be responsible for repairs to unmarked utilities.
3. Locate and mark field reference points per Musco supplied layout
4. Pay for extra costs associated with foundation excavation in non-standard sails (rock, caliche, high water table,
collapsing holes, etc.). Standard soils are defined as soils that can be excavated using standard earth auguring
equipment. Using C sheets dated 4/5/19 with 20' Embedment and reinforcing cage.
S. Owner responsible for any power company fees and requirements. (Ifnecessary).
6. Owner responsible for all permitting fees(payment). Contractor will obtain the required permitting
7. Provide sealed Electrical Plans. (If required)
Musco Responsibilities:
1. Provide required poles, fixtures, foundations and controls.
2. Provide layout of pole locations and aiming diagram.
3. Provide Project Management as required.
4. Provide stamped foundation designs based on Soils Report Prepared by G3 SoilWorks dated November 6, 2014:
G3 SoilWorks Project No. 118 and Addendum report dated December 10, 2014.
S. Musco shall provide Performance and Payment Bonds in an amount equal to the total amount of bid.
Musco Subcontractor Responsibilities:
1. Obtain any required permitting
2. Provide equipment and materials to off load equipment at jobsite per scheduled delivery.
3. Provide storage containers for material, (including electrical components enclosures), as necessary and waste
disposal.
4. Provide adequate security to protect Musco delivered products from theft, vandalism or damage during the
installation.
S. Provide materials and equipment to install or upgrade electrical service panels as required or necessary.
6. Provide materials and equipment to install all underground conduit, wiring pull boxes etc. and terminate wiring
as required per electrical design.
7. Confirm the existing underground utilities and irrigation systems have been located and are clearly marked so as
to avoid damage from construction equipment Repair any such damage during construction.
S. Provide materials and equipment to install (8) LSS foundations as specified on Stamped Foundation Design, C
Sheets Dated 4/5/19. Embedment depths of 20', rebar cages and suspended bases. Soils Report Prepared by G3
SoilWorks dated November 6, 2014: G3 SoilWorks Project No. 118 and Addendum report dated December 10,
2014.
9. Remove spoils and dispose ofoffsite.
10. Provide materials and equipment to assemble Musco TLC -LED fixtures and terminate all necessary wiring.
11. Provide equipment and materials to assemble and erect (8) LSS Pales.
12. Install Musco electrical enclosures and wiring harnesses. Terminate all necessary wiring.
13. Poles A2 and B2 will require new pole top fitters. Demo old pole tap fitter saving the Musco HID fixtures. Install
new pole top fitters with New Musco TLC -LED Fixtures one side and re -install the Musco HID fixtures on the
opposite side on new, pre -aimed mounting plates. Dispose of old pole taps.
2.. MuxoS .uii,".LLn -s- M$166-Bnus-8
14, Poles A2 and B2 will need Ball Tracker mounting brackets strapped onto the pole at 16' with supplied equipment.
Install Musco fixtures on brackets.
15. Poles A2 and B2 provide materials to install Musco supplied Ball Tracker fixture wiring harnesses to the electrical
enclosure on the pales. Terminate all necessary wiring
16. Poles A2 and BZ hanger brackets will need to be moved. Add new strap on hangers to accommodate the new
electrical enclosure configurations.
17. Provide equipment and materials to install(1) Lighting Contactor Cabinet and terminate all necessary wiring.
18. Provide step down transformer for 120v control circuit if not available.
19. Check all Zones to make sure they work in both auto and manual mode.
20. Contractor will commission Control Link by contacting Control Link Central at (877-3 47-3 319).
21. Keep all heavy equipment off of playing fields when possible. Repair damage to grounds which exceedsthat
which would be expected. Indentations caused by heavy equipment traveling over dry ground would be an
example of expected damage. Ruts and sod damage caused by equipment traveling over wet grounds would be an
example of damage requiting repair.
22. Provide startup and aiming as required to provide complete and operating sports lighting system.
23. Provide as built drawings on completion of installation.
24. Protect the fields during construction of the sports lighting
® 016, 2028 Musm $pens Gghling, LLC 0-
M2188enU59