Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC22-163 Musco Sports LightingAGREEMENT FOR PROCUREMENT
AND INSTALLATION SERVICES BETWEEN
EAGLE COUNTY, COLORADO
AND
MUSCO SPORTS LIGHTING, LLC
THIS AGREEMENT (“Agreement”) is effective as of ____________________by and between Musco Sports
Lighting, LLC a foreign limited liability company (hereinafter “Contractor”) Eagle County, Colorado, a body
corporate and politic (hereinafter “County”).
RECITALS
WHEREAS, County desires to utilize Contractor for the purchase and installation of the LED SportsCluster system
with Total Light Control and Control-Link (the “Project”) at the Grandstands, Practice and Vendor Areas and
Walkway located at 426 Fairgrounds Road, Eagle, CO 81631 (the “Property”); and
WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and
experience necessary to provide the equipment, materials and installation services as set forth below in paragraph 1
hereof; and
WHEREAS, this Agreement shall govern the relationship between Contractor and County in connection with the
procurement of equipment, materials and services.
AGREEMENT
NOW, THEREFORE, in consideration of the foregoing and the following promises Contractor and County agree as
follows:
1. Services or Work. Contractor agrees to procure the materials, equipment and/or products (“Equipment”)
necessary for the Project and agrees to diligently provide all services, labor, personnel and materials necessary to
perform and complete the procurement and installation services described in Exhibit A and B (“Services” or
“Work”) which is attached hereto and incorporated herein by reference. The Services shall be performed in
accordance with the provisions and conditions of this Agreement.
a. Contractor agrees to furnish the Services in a timely and expeditious manner consistent with the
applicable standard of care. Materials will be delivered to 426 Fairgrounds Road, Eagle, CO 81631 mid-June 2022.
The lighting system will be operational by July 15, 2022 for the Eagle County Fair and Rodeo. The controls may be
delayed due to supply chain issues and will be installed by August 15, 2022. By signing below Contractor
represents that it has the expertise and personnel necessary to properly and timely perform the Services.
b. In the event of any conflict or inconsistency between the terms and conditions set forth in Exhibit
A and the terms and conditions set forth in this Agreement, the terms and conditions set forth in this Agreement
shall prevail.
c. County shall have the right to inspect all Equipment. Inspection and acceptance shall not be
unreasonably delayed or refused. In the event County does not accept the Equipment for any reason in its sole
discretion, then Contractor shall upon County’s request and at no charge to County:
i. take the Equipment back;
DocuSign Envelope ID: 91E133CD-65CD-44E0-9CF4-F9EA72E6994B
4/26/2022
2
ii. exchange the Equipment; or
iii. repair the Equipment.
2. County’s Representative. The Facilities Management Department’s designee shall be Contractor’s contact
with respect to this Agreement and performance of the Services.
3. Term of the Agreement. This Agreement shall commence upon the date first written above, and subject to
the provisions of paragraph 11 hereof, shall continue in full force and effect until the Project is deemed complete by
the Facilities Management Department’s designee.
4. Extension or Modification. Any amendments or modifications shall be in writing signed by both parties.
No additional services or work performed by Contractor shall be the basis for additional compensation unless and
until Contractor has obtained written authorization and acknowledgement by County for such additional services in
accordance with County’s internal policies. Accordingly, no course of conduct or dealings between the parties, nor
verbal change orders, express or implied acceptance of alterations or additions to the Services, and no claim that
County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust
enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written
authorization and acknowledgment by County for such additional services is not timely executed and issued in strict
accordance with this Agreement, Contractor’s rights with respect to such additional services shall be deemed waived
and such failure shall result in non-payment for such additional services or work performed.
5. Compensation. County shall compensate Contractor for the Equipment and performance of the Services in
a sum computed and payable as set forth in Exhibit A. The Equipment and performance of the Services under this
Agreement shall not exceed two hundred eighty-nine thousand three hundred thirty-one dollars ($289,331.00).
Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business
hours unless specifically authorized in writing by County.
a. Payment will be made for Equipment and Services satisfactorily performed within thirty (30) days
of receipt of a proper and accurate invoice from Contractor. All invoices shall include detail regarding the hours
spent, tasks performed, who performed each task and such other detail as County may request.
b. If, at any time during the term or after termination or expiration of this Agreement, County
reasonably determines that any payment made by County to Contractor was improper because the Equipment or
Services for which payment was made were not provided or performed as set forth in this Agreement, then upon
written notice of such determination and request for reimbursement from County, Contractor shall forthwith return
such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by
County, if any, shall forthwith be returned to County.
c. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor
agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made
pursuant to the terms of this Agreement.
d. Notwithstanding anything to the contrary contained in this Agreement, County shall have no
obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after
December 31 of any year, without an appropriation therefor by County in accordance with a budget adopted by the
Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local
Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X,
Sec. 20).
DocuSign Envelope ID: 91E133CD-65CD-44E0-9CF4-F9EA72E6994B
3
6. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the
particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for
the performance of any of the Services or additional services without County’s prior written consent, which may be
withheld in County’s sole discretion. County shall have the right in its reasonable discretion to approve all
personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom
County has an objection, in its reasonable discretion, shall be assigned to the Project. Contractor shall require each
subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be
bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and
responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not
the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and
Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its
agents, employees and subcontractors.
7. Insurance. Contractor agrees to provide and maintain at Contractor’s sole cost and expense, the following
insurance coverage with limits of liability not less than those stated below:
a. Types of Insurance.
i. Workers’ Compensation insurance as required by law.
ii. Auto coverage with limits of liability not less than $1,000,000 each accident combined
bodily injury and property damage liability insurance, including coverage for owned, hired, and non-owned
vehicles.
iii. Commercial General Liability coverage to include premises and operations,
personal/advertising injury, products/completed operations, broad form property damage with limits of liability not
less than $1,000,000 per occurrence and $1,000,000 aggregate limits.
iv. Professional Liability (Errors and Omissions) including Cyber Liability with prior acts
coverage for all deliverables, Services and additional services required hereunder, in a form and with insurer or
insurers satisfactory to County, with limits of liability of not less than $3,000,000 per claim and $3,000,000 in the
aggregate. The insurance shall provide coverage for (i) liability arising from theft, dissemination and/or use of
confidential information stored or transmitted in electronic form; (ii) Network Security Liability arising from
unauthorized access to, use of or tampering with computer systems including hacker attacks, inability of an authorized
third party to gain access to your Software or Services including denial of access or Services unless caused by a
mechanical or electrical failure; (iii) liability arising from the introduction of a computer virus into, or otherwise
causing damage to, County or a third person’s computer, computer system, network or similar computer related
property and the data, software and programs thereon.
v. Crime Coverage shall include employee dishonesty, forgery or alteration and computer
fraud. If Consultant is physically located on County premises, third party fidelity coverage extension shall apply. The
policy shall include coverage for all directors, officers and employees of the Consultant. The bond or policy shall
include coverage for extended theft and mysterious disappearance. The bond or policy shall not contain a condition
requiring an arrest or conversion. Limits shall be a minimum of $1,000,000 per loss.
b. Other Requirements.
i. The automobile and commercial general liability coverage shall be endorsed to include
Eagle County, its associated or affiliated entities, its successors and assigns, elected officials, employees, agents and
volunteers as additional insureds. A certificate of insurance consistent with the foregoing requirements is attached
hereto as Exhibit C.
DocuSign Envelope ID: 91E133CD-65CD-44E0-9CF4-F9EA72E6994B
4
ii. Contractor’s certificates of insurance shall include subcontractors, if any as additional
insureds under its policies or Contractor shall furnish to County separate certificates and endorsements for each
subcontractor.
iii. The insurance provisions of this Agreement shall survive expiration or
termination hereof.
iv. The parties hereto understand and agree that the County is relying on, and does
not waive or intend to waive by any provision of this Agreement, the monetary limitations or rights, immunities and
protections provided by the Colorado Governmental Immunity Act, as from time to time amended, or otherwise
available to County, its affiliated entities, successors or assigns, its elected officials, employees, agents and
volunteers.
v. Contractor is not entitled to workers’ compensation benefits except as
provided by the Contractor, nor to unemployment insurance benefits unless unemployment compensation coverage
is provided by Contractor or some other entity. The Contractor is obligated to pay all federal and state income tax
on any moneys paid pursuant to this Agreement.
8. Indemnification. The Contractor shall indemnify and hold harmless County, and any of its officers, agents
and employees against any losses, claims, damages or liabilities for which County may become subject to insofar as
any such losses, claims, damages or liabilities arise out of, directly or indirectly, this Agreement, or are based upon
any performance or nonperformance by Contractor or any of its subcontractors hereunder; and Contractor shall
reimburse County for reasonable attorney fees and costs, legal and other expenses incurred by County in connection
with investigating or defending any such loss, claim, damage, liability or action. This indemnification shall not
apply to claims by third parties against the County to the extent that County is liable to such third party for such
claims without regard to the involvement of the Contractor. This paragraph shall survive expiration or termination
hereof.
9. Ownership of Documents. All documents (including electronic files) and materials obtained during,
purchased or prepared in the performance of the Services shall remain the property of the County and are to be
delivered to County before final payment is made to Contractor or upon earlier termination of this Agreement.
Further, Contractor shall execute any bill of sale or other documents required by County to transfer title of the
Equipment to County. Contractor shall provide copies of any instruction or operations or care manuals and shall
further provide copies of any manufacturers warranties associated with the Equipment.
10. Notice. Any notice required by this Agreement shall be deemed properly delivered when (i) personally
delivered, or (ii) when mailed in the United States mail, first class postage prepaid, or (iii) when delivered by FedEx
or other comparable courier service, charges prepaid, to the parties at their respective addresses listed below, or (iv)
when sent via facsimile so long as the sending party can provide facsimile machine or other confirmation showing
the date, time and receiving facsimile number for the transmission, or (v) when transmitted via e-mail with
confirmation of receipt. Either party may change its address for purposes of this paragraph by giving five (5) days
prior written notice of such change to the other party.
COUNTY:
Eagle County, Colorado
Attention: Ron Siebert
Post Office Box 850
Eagle, CO 81631
DocuSign Envelope ID: 91E133CD-65CD-44E0-9CF4-F9EA72E6994B
5
Telephone: 970-328-8881
E-Mail: ron.siebert@eaglecounty.us
With a copy to:
Eagle County Attorney
500 Broadway
Post Office Box 850
Eagle, Co 81631
Telephone: 970-328-8685
E-Mail: atty@eaglecounty.us
CONTRACTOR:
Musco Sports Lighting LLC
Jim Hansen
100 1st Avenue W
P.O. Box 808
Oskaloosa, IA 52577
Telephone: 800-825-6030
E-Mail: Jim.hansen@musco.com
11. Termination. County may terminate this Agreement, in whole or in part, at any time and for any reason,
with or without cause, and without penalty therefor with seven (7) calendar days’ prior written notice to the
Contractor. Upon termination of this Agreement, Contractor shall immediately provide County with all documents
as defined in paragraph 9 hereof, in such format as County shall direct and shall return all County owned materials
and documents. County shall pay Contractor for Services satisfactorily performed to the date of termination.
12. Venue, Jurisdiction and Applicable Law. Any and all claims, disputes or controversies related to this
Agreement, or breach thereof, shall be litigated in the District Court for Eagle County, Colorado, which shall be the
sole and exclusive forum for such litigation. This Agreement shall be construed and interpreted under and shall be
governed by the laws of the State of Colorado.
13. Execution by Counterparts; Electronic Signatures. This Agreement may be executed in two or more
counterparts, each of which shall be deemed an original, but all of which shall constitute one and the same
instrument. The parties approve the use of electronic signatures for execution of this Agreement. Only the following
two forms of electronic signatures shall be permitted to bind the parties to this Agreement: (i) Electronic or
facsimile delivery of a fully executed copy of the signature page; (ii) the image of the signature of an authorized
signer inserted onto PDF format documents. All documents must be properly notarized, if applicable. All use of
electronic signatures shall be governed by the Uniform Electronic Transactions Act, C.R.S. 24-71.3-101 to 121.
14. Other Contract Requirements and Contractor Representations.
a. Contractor has familiarized itself with the intended purpose and use of the Equipment, nature and
extent of the Services to be provided hereunder and the Property, and with all local conditions, federal, state and
local laws, ordinances, rules and regulations that in any manner affect cost, progress, or performance of the Services.
b. Contractor will make, or cause to be made, examinations, investigations, and tests as he deems
necessary for the performance of the Services.
DocuSign Envelope ID: 91E133CD-65CD-44E0-9CF4-F9EA72E6994B
6
c. To the extent possible, Contractor has correlated the results of such observations, examinations,
investigations, tests, reports, and data with the terms and conditions of this Agreement.
d. To the extent possible, Contractor has given County written notice of all conflicts, errors, or
discrepancies.
e. Contractor shall be responsible for completeness and accuracy of the Services and shall correct, at
its sole expense, all significant errors and omissions in performance of the Services. The fact that the County has
accepted or approved the Equipment and/or Services shall not relieve Contractor of any of its responsibilities.
Contractor shall perform the Services in a skillful, professional and competent manner and in accordance with the
standard of care, skill and diligence applicable to contractors performing similar services. Contractor represents and
warrants that it has the expertise and personnel necessary to properly perform the Services and shall comply with the
highest standards of customer service to the public. Contractor shall provide appropriate supervision to its
employees to ensure the Services are performed in accordance with this Agreement. This paragraph shall survive
termination of this Agreement.
f. Contractor hereby represents and warrants that the Equipment will be new and will perform the
Services in a good and workmanlike manner and guarantees all Work against defects in materials or workmanship
for a period of one (1) year from the date the Work is accepted by County, or such longer period as may be provided
by the law or as otherwise agreed to by the parties.
g. All guarantees and warranties of Equipment furnished to Contractor or any subcontractor by any
manufacturer or supplier are for the benefit of County. If any manufacturer or supplier of any Equipment furnishes
a guarantee or warrantee for a period longer than one (1) year, then Contractor’s guarantee or warrantee shall extend
for a like period as to such Equipment.
h. Contractor warrants that title to all Work and Equipment shall pass to County either by
incorporation into the Property or upon receipt by Contractor of payment from County (whichever occurs first) free
and clear of all liens, claims, security interests or encumbrances. Contractor further warrants that Contractor (or any
other person performing Work) purchased all Equipment free and clear of all liens, claims, security interests or
encumbrances. Notwithstanding the foregoing, Contractor assumes all risk of loss with respect to the Equipment
until the Equipment is installed and County has inspected and approved the same.
i. Within a reasonable time after receipt of written notice, Contractor shall correct at its own
expense, without cost to County, and without interruption to County:
i. Any defects in Equipment or Services which existed prior to or during the period of any
guarantee or warranty provided in this Agreement; and
ii. Any damage to any other Work or property caused by such defects or the repairing of
such defects.
j. Guarantees and warranties shall not be construed to modify or limit any rights or actions County
may otherwise have against Contractor in law or in equity.
k. Contractor agrees to work in an expeditious manner, within the sound exercise of its judgment and
professional standards, in the performance of this Agreement. Time is of the essence with respect to this
Agreement.
DocuSign Envelope ID: 91E133CD-65CD-44E0-9CF4-F9EA72E6994B
7
l. This Agreement constitutes an agreement for performance of the Services by Contractor as an
independent contractor and not as an employee of County. Nothing contained in this Agreement shall be deemed to
create a relationship of employer-employee, master-servant, partnership, joint venture or any other relationship
between County and Contractor except that of independent contractor. Contractor shall have no authority to bind
County.
m. Contractor represents and warrants that at all times in the performance of the Services, Contractor
shall comply with any and all applicable laws, codes, rules and regulations.
n. This Agreement contains the entire agreement between the parties with respect to the subject
matter hereof and supersedes all other agreements or understanding between the parties with respect thereto.
o. Contractor shall not assign any portion of this Agreement without the prior written consent of the
County. Any attempt to assign this Agreement without such consent shall be void.
p. This Agreement shall be binding upon and shall inure to the benefit of the parties hereto and their
respective permitted assigns and successors in interest. Enforcement of this Agreement and all rights and obligations
hereunder are reserved solely for the parties, and not to any third party.
q. No failure or delay by either party in the exercise of any right hereunder shall constitute a waiver
thereof. No waiver of any breach shall be deemed a waiver of any preceding or succeeding breach.
r. The invalidity, illegality or unenforceability of any provision of this Agreement shall not affect the
validity or enforceability of any other provision hereof.
s. The signatories to this Agreement aver to their knowledge no employee of the County has any
personal or beneficial interest whatsoever in the Services or Property described in this Agreement. The Contractor
has no beneficial interest, direct or indirect, that would conflict in any manner or degree with the performance of the
Services and Contractor shall not employ any person having such known interests.
t. The Contractor, if a natural person eighteen (18) years of age or older, hereby swears and affirms
under penalty of perjury that he or she (i) is a citizen or otherwise lawfully present in the United States pursuant to
federal law, (ii) to the extent applicable shall comply with C.R.S. 24-76.5-103 prior to the effective date of this
Agreement.
[REST OF PAGE INTENTIONALLY LEFT BLANK]
DocuSign Envelope ID: 91E133CD-65CD-44E0-9CF4-F9EA72E6994B
8
IN WITNESS WHEREOF, the parties have executed this Agreement the day and year first set forth above.
COUNTY OF EAGLE, STATE OF COLORADO, By and
Through Its BOARD OF COUNTY COMMISSIONERS
By: ______________________________
Jeanne McQueeney, Chair
Attest:
By: _________________________________
Regina O’Brien, Clerk to the Board
CONTRACTOR:
Musco Sports Lighting, LLC
By:________________________________
Print Name: _________________________
Title: ______________________________
DocuSign Envelope ID: 91E133CD-65CD-44E0-9CF4-F9EA72E6994B
Secretary
Jim Hanson
EXHIBIT A
DocuSign Envelope ID: 91E133CD-65CD-44E0-9CF4-F9EA72E6994B
2016, 2021 Musco Sports Lighting, LLC - 1 - M-2168-enUS-10
Quote Quote
Date: 3/24/22 Project: Eagle County Fair and Rodeo
To: John Chilton Eagle, CO
Facilities Manager Ref: 217996
Sourcewell
Master Project: 199030, Contract Number: 071619-MSL, Expiration: 08/27/2023
Category: Sports lighting with related supplies and services
All purchase orders should note the following:
Sourcewell purchase – contract number: 071619-MSL
Quotation Price – Materials Delivered to Job Site and Installation
Grandstand (Poles P1-4) – 270’x130’ .......................................................................................... $ 131,740
Practice Area/Walkway (Poles P5-8) – 200’x70’ ........................................................................ $ 163,702
Grandstand/Practice Area/Walkway – 270’x130’ ..................................................................... $ 289,331
Sales tax and bonding are not included.
Pricing furnished is effective for 60 days unless otherwise noted and is considered confidential.
SportsCluster® system with Total Light Control – TLC for LED™ technology
System Description
• Factory wired poletop luminaire assemblies
• Factory aimed and assembled luminaires
• 4 OSQ area luminaires
• Factory wired and tested remote electrical component enclosures
• Pole length, factory assembled wire harnesses
• Mounting hardware for poletop luminaire assemblies and electrical components enclosures
• Disconnects
• UL Listed assemblies
Light-Structure System™ with Total Light Control – TLC for LED™ technology
System Description
• 4 Pre-cast concrete bases with integrated lighting grounding
• 4 Galvanized steel poles
• Factory wired and tested remote electrical component enclosures
• Pole length, factory assembled wire harnesses
• Factory wired poletop luminaire assemblies
• Factory aimed and assembled luminaires
• UL Listed assemblies
Environmental Light Control
• Spill light minimized
• Off-site glare light minimized
Control Systems and Services
• Control-Link® control and monitoring system with Show-Light® entertainment package to provide 6 pre-programmed
theatrical shows, onsite dimming, and custom color accent lighting control.
• 1 Touchscreen interface(s) to provide pre-programmed theatrical effects
Operation and Warranty Services
• Product assurance and warranty program that covers materials and onsite labor, eliminating 100% of your maintenance
costs for 10 years (Only for Poles P1-4)
DocuSign Envelope ID: 91E133CD-65CD-44E0-9CF4-F9EA72E6994B
2016, 2021 Musco Sports Lighting, LLC - 2 - M-2168-enUS-10
Quote Quote
• Product assurance and warranty program that covers materials and onsite labor, eliminating 100% of your maintenance
costs for 25 years (Only for Poles P5-8)
• 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]
Payment Terms
Musco’s Credit Department will provide payment terms.
Email or fax a copy of the Purchase Order to Musco Sports Lighting, LLC:
Musco Sports Lighting, LLC
Attn: Amanda Hudnut
Fax: 800-374-6402
Email: musco.contracts@musco.com
All purchase orders should note the following:
Sourcewell purchase – contract number: 071619-MSL
Delivery Timing
8 - 12 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 confir med 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 = 2018 IBC, 115 mi/h, Exposure C, Importance Factor 1.
• Owner is responsible for getting electrical power to the site, coordination with the utility, and any power company fees.
• Includes supply and installation of Musco system.
• Standard soil conditions – rock, bottomless, wet or unsuitable soil may require additional engineering, special installation methods
and additional cost.
• Confirmation of pole locations prior to production.
• Product assurance and warranty program is contingent upon site review and compatibility with Musco’s lighting system
• The owner of the field is responsible for the structural integrity of the existing poles.
Thank you for considering Musco for your lighting needs. Please contact me with any questions or if you need additional
details.
Stephen Baker
Sales Representative
Musco Sports Lighting, LLC
Phone: 720-614-1115
E-mail: stephen.baker@musco.com
DocuSign Envelope ID: 91E133CD-65CD-44E0-9CF4-F9EA72E6994B
2016, 2021 Musco Sports Lighting, LLC - 3 - M-2168-enUS-10
Quote Quote
Eagle County Fair and Rodeo
Eagle, CO
Turnkey Scope of Work
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 your local utilities. (i.e. water lines, electrical lines,
irrigation systems and sprinkler heads). Musco or Subcontractor will not be responsible for repairs to
unmarked utilities.
3. Locate and mark site and arena reference points per Musco supplied layout in order assist with correct
pole and fixture alignment.
4. Pay for extra costs associated with foundation excavation in non-standard soils with high water table,
collapsing holes, etc. Rock drilling has been assumed and included in price. Steel casing and dewatering
has not been included in base price.
5. Any necessary power company fees and requirements.
6. All permitting fee cost, if necessary. Musco subcontractor will obtain the required permitting as
required.
7. Provide area on site for disposal of spoils from foundation excavation.
8. Provide adequate staging area for materials and equipment.
Musco Responsibilities:
1. Provide required foundations, poles, electrical enclosures, luminaires, pole harnesses and control
cabinets as required per base bid and alternate if desired.
2. Provide layout of pole locations and aiming diagram.
3. Provide Project Management as required.
4. Provide stamped foundation designs based on 2500psf soils.
5. Assist our installing subcontractor and assure our responsibilities are satisfied.
Musco Subcontractor Responsibilities
General:
1. Provide labor, equipment and materials to off load equipment at jobsite per scheduled delivery.
2. Provide storage containers for material, (including electrical components enclosures), as needed.
3. Provide necessary waste disposal and daily clean up.
4. Provide adequate security to protect Musco delivered products from theft, vandalism or damage during
the installation.
5. Obtain any required permitting.
6. Confirm the existing underground utilities and irrigation systems have been located and are clearly
marked in order to avoid damage from construction equipment. Repair any such damage during
construction.
DocuSign Envelope ID: 91E133CD-65CD-44E0-9CF4-F9EA72E6994B
2016, 2021 Musco Sports Lighting, LLC - 4 - M-2168-enUS-10
Quote Quote
7. Keep all heavy equipment off sensitive areas when possible. Repair damage to grounds which exceeds
that 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 requiring repair.
8. Provide startup and aiming as required to provide complete and operating sports lighting system.
9. Installation to commence upon delivery and proceed without interruption until complete. Musco to be
immediately notified of any breaks in schedule or delays.
Demolition(Base Bid)
1. Remove and properly dispose of the existing lighting equipment on Roof Mount structures in locations
P1 and P2 and on Poles P3 and P4. This will include the recycling of lamps, aluminum reflectors, ballast
and steel as necessary. in Base Bid.
2. Demolition of existing wood poles to 18-24” below grade if possible. Location P8 will have a portion of
the existing pole remain above grade. A total of (5) wood poles will be removed in Adder 1.
3. Leave existing power feed in place for connection to new sports lighting and walkway lighting
equipment.
Demolition(Adder 1):
1. Remove and properly dispose of the lighting equipment on (5) existing wood poles.
2. Demolition of existing wood poles to 18-24” below grade if possible. Location P8 will have a portion of
the existing pole remain above grade. A total of (5) wood poles will be removed.
Retrofit(Base Bid):
1. Install new sports lighting equipment to existing I beam roof structure at locations P1 and P2. This will
include installation of remote driver enclosure at each location and associated power feed that is to be
extended from existing electrical feed.
2. Provide labor materials and equipment to install new lighting equipment on existing steel poles in
locations P3 and P4. This will include walkway lighting fixtures at 20’ above grade.
Foundations, Poles and Luminaires(Adder 1):
1. Mark and confirm pole locations per the aiming diagram provided as required.
2. Provide labor, materials and equipment to install (4) Light Structure System foundations as specified on
Layout and per the stamped foundation drawings, if applicable.
3. Remove spoils to owner designated location at jobsite.
4. Provide labor, materials and equipment to assemble Musco TLC-LED luminaires, electrical component
enclosures, poles, and pole harnesses.
5. Provide labor, equipment and materials to erect (4) assembled Light Structure System poles and aim
utilizing the pole alignment beam.
Electrical(Base Bid):
1. Provide labor, materials and equipment to reuse existing electrical service panels as required.
2. Provide labor, materials and equipment to reuse existing electrical wiring as permitted.
DocuSign Envelope ID: 91E133CD-65CD-44E0-9CF4-F9EA72E6994B
2016, 2021 Musco Sports Lighting, LLC - 5 - M-2168-enUS-10
Quote Quote
3. Extend existing circuits to roof mount locations from existing junction boxes to new Musco electrical
enclosures.
4. Provide as-built drawings on completion of installation as required.
Electrical(Adder 1):
1. Provide labor, materials and equipment to reuse existing electrical service panels as required.
2. Provide labor, materials and equipment to reuse existing electrical wiring as permitted.
3. Extend existing circuits for Practice and Walkway area to accommodate new lighting equipment on
Poles P5 and P6.
4. Extend existing circuit for Pole P7.
5. Install (2) new circuits for Pole P8 location to accommodate new lighting for the Walkway and Bridge
areas.
Show-Light™ Entertainment Package(Base Bid):
1. Provide labor, equipment and materials to install (1) Lighting Contactor Cabinet, (1) Communication
Cabinet and terminate all necessary wiring. Controls and Monitoring cabinet for base bid will be utilized
for new lighting equipment at locations P1, P2, P3 and P4. Controls will also be added for existing
lighting equipment at (3) existing locations near Practice Area and associated Walkway.
2. Area fixtures on Poles P3 and P4 to be controlled by separate timer or photo cell.
3. Provide a dedicated 120 V 20 A controls circuit or a stepdown transformer for 120 V control circuit if not
available.
4. Provide 24 AWG twisted wire pair cable. Recommended Belden 79Cable should be underground rated
(working distance 1,500 ft). Cabling to be installed from Controls and Monitoring cabinet location to
Communication cabinet/Touch Screen location.
5. Cable is terminated on surge protection device in both communication cabinet and control and
monitoring cabinet. Drain wire is landed at surge device on control and monitoring cabinet.
Communication cabinet requires earth ground.
6. Plug provided ethernet cable into port on the side of communication cabinet and bottom of touch
screen.
7. Connect provided touch screen power supply. Requires 120 V outlet for Touch Screen and
Communication Cabinet.
8. Check all zones to make sure they work in both auto and manual mode.
9. Contractor will commission Control-Link® by contacting Control Link Central™ at 877-347-3319.
Control System(Adder 1):
1. Provide labor, equipment and materials to install (1) lighting contactor cabinet and terminate all
necessary wiring for pole locations P7 and P8.
2. Provide a dedicated 120 V 20 A controls circuit or a stepdown transformer for 120 V control circuit if not
available.
DocuSign Envelope ID: 91E133CD-65CD-44E0-9CF4-F9EA72E6994B
2016, 2021 Musco Sports Lighting, LLC - 6 - M-2168-enUS-10
Quote Quote
CODE OF CONDUCT
In order to maintain a high-quality jobsite and installation, Subcontractor represents to Musco that it has the
supervision necessary to, and shall train, manage, supervise, monitor, and inspect the activities of its employees
for the purpose of enforcing compliance with these safety requirements. Subcontractor acknowledges that
Musco does not undertake any duty toward Subcontractor’s employees to train, manage, supervise, monitor
and inspect their work activities for the purpose of enforcing compliance with these safety requirements, but
Subcontractor agrees to abide by any reasonable recommendations made by Musco or Musco representatives
with respect to safety.
Subcontractor agrees that it is or will be familiar with and shall abide by the safety rules and regulations of
Musco and the Owner, including, but not limited to the Occupational Safety and Health Act of 1970 (OSHA), all
rules and regulations established pursuant thereto, and all amendments and supplements thereto.
Subcontractor further agrees to require all of its employees, subcontractors and suppliers to comply with these
requirements. Subcontractor shall also observe and comply with all laws with respect to environmental
protection applicable to the Project.
Subcontractor shall require all of its subcontractors, employees, visitors, suppliers and agents under its direction
to comply with the following:
1. GENERAL JOBSITE SAFETY AND CLEANLINESS.
a. Subcontractor’s employees and agents shall be required to wear appropriate personal protective
equipment including, but not limited to, safety glasses with side shields, work shoes, fall protection
devices, and hard hats.
b. Where a walking or working surface has an unprotected side or edge which is six feet or more above a
lower level, Subcontractor shall use guardrail systems, safety net systems, or personal fall arrest
systems.
c. Jobsite shall be kept free of debris including, but not limited to, cardboards and packing materials which
can become windborne.
d. Construction equipment shall be parked during non-use in an orderly fashion so as not to create
inconvenience to others using the jobsite.
e. Subcontractor shall provide for and ensure the use of safety equipment for the Project in accordance
with Musco’s and Owner’s safety requirements, to the extent these may be stricter than federal, state,
or local standards, or generally recognized industry applicable standards.
f. Subcontractor shall provide the Musco project manager with an “Emergency List” showing
Subcontractor’s designated medical doctor, hospital, insurance company, and any other health service
providers, such list to be updated within 24 hours of any change in the information provided.
DocuSign Envelope ID: 91E133CD-65CD-44E0-9CF4-F9EA72E6994B
2016, 2021 Musco Sports Lighting, LLC - 7 - M-2168-enUS-10
Quote Quote
g. Within eight (8) hours from the time of an accident (or such shorter period as laws may require),
Subcontractor shall advise Musco of any accident resulting in injury to any person or damage to any
equipment or facility. Upon request, Subcontractor shall promptly furnish Musco with a written report
of any such accident as well as a copy of all insurance and worker’s compensation claims involving the
Project.
h. Subcontractor shall maintain and inspect all construction equipment, including cranes and other lifting
equipment, prior to each use. Subcontractor warrants that all equipment operators shall be qualified
for each piece of construction equipment they intend to operate. Documentation of specific training is
the responsibility of the Subcontractor.
i. Jobsite shall be policed on a daily basis for compliance to the above conditions.
j. Subcontractor’s employees and agents are prohibited from using drugs and alcohol on the Project
property or being under the influence of alcohol or drugs while performing work on the Project. Anyone
observed participating in or observed under the influence will be removed from the Project immediately
and prohibited from returning, with no exceptions.
2. CONFORMANCE TO STANDARD MUSCO INSTALLATION GUIDELINES.
a. Review and understand installation instructions are provided with every product installation.
b. Education of installation personnel to allow for highest efficiency and lowest possibility of failure.
c. Verify that components have been assembled per Musco installation instructions.
d. Verify plumb of concrete foundations prior to standing of poles.
3. PROVIDING A QUALITY INSTALLATION TEAM.
a. Subcontractor’s work directly reflects the quality of the installation and may indirectly relate to the
quality of the product upon which Musco’s reputation is built.
b. Provide and maintain quality installation equipment. Records of maintenance and/or calibration shall be
provided upon request.
c. Personnel shall be knowledgeable in operation of equipment as well as installation of Musco product.
d. All personnel provided by Subcontractor shall understand the relationship developed by and between
Subcontractor and Musco, also by and between Musco and the customer; and act accordingly.
DocuSign Envelope ID: 91E133CD-65CD-44E0-9CF4-F9EA72E6994B
EXHIBIT B
DocuSign Envelope ID: 91E133CD-65CD-44E0-9CF4-F9EA72E6994B
PROJECT SUMMARY
Not to be reproduced in whole or part without the written consent of Musco
Sports Lighting, LLC. ©1981, 2022 Musco Sports Lighting, LLC.ENGINEERED DESIGN By: P.Diemer · File #217996B · 22-Feb-22
217996A
LighƟng System
Pole / Fixture Summary
Pole ID Pole Height Mtg Height Fixture Qty Luminaire Type Load Circuit
P1-P2 35'35'3 TLC-LED-900 2.67 kW A
P3-P4 50'50'3 TLC-LED-900 2.67 kW A
20'2 CREE OSQ 0.21 kW A
P5 50'50'2 TLC-LED-1200 2.34 kW B
50'2 TLC-LED-900 1.78 kW B
P6 50'50'2 TLC-LED-900 1.78 kW B
P7 50'50'3 TLC-LED-900 2.67 kW C
P8 50'50'4 TLC-LED-900 3.56 kW C
8 29 23.23 kW
Circuit Summary
Circuit Description Load Fixture Qty
A Rodeo 11.1 kW 16
B Practice Area 5.9 kW 6
C Pathway lighting 6.23 kW 7
Fixture Type Summary
Type Source Wattage Lumens L90 L80 L70 Quantity
TLC-LED-900 LED 5700K - 75 CRI 890W 89,600 >120,000 >120,000 >120,000 23
TLC-LED-1200 LED 5700K - 75 CRI 1170W 136,000 >120,000 >120,000 >120,000 2
CREE OSQ LED 5700K - 70 CRI 104W 15,939 ------4
Light Level Summary
Calculation Grid Summary
IlluminationGrid Name Calculation Metric Ave Min Max Max/Min Ave/Min Circuits Fixture Qty
Blanket Grid Spill1 Horizontal Illuminance 0 0 0 0.00 A,B,C 29
Blanket Grid Spill1 Max Candela Metric 1249 8.53 4086 479.15 146.46 A,B,C 29
Blanket Grid Spill1 Max Vertical Illuminance Metric 0.01 0 0.03 0.00 A,B,C 29
Blanket Grid Horizontal Illuminance 7.65 0 64 0.00 A,B,C 29
Practice Area Horizontal Illuminance 16.8 7 27 3.94 2.40 B 6
Rodeo Horizontal Illuminance 30.4 14 56 3.93 2.17 A 16
B
EXHIBIT
DocuSign Envelope ID: 91E133CD-65CD-44E0-9CF4-F9EA72E6994B
ILLUMINATION SUMMARY
Not to be reproduced in whole or part without the written consent of Musco
Sports Lighting, LLC. ©1981, 2022 Musco Sports Lighting, LLC.ENGINEERED DESIGN By: P.Diemer · File #217996B · 22-Feb-22
16
17
15
18
26
30
22
23
32
29
43
32
23
16
27
49
41
31
26
30
48
56
29
33
24
28
46
53
19
26
25
23
31
36
19
28
27
21
21
23
38
36
26
20
20
20
49
37
28
19
23
29
47
34
27
27
31
42
38
40
26
32
48
55
26
25
31
48
49
14
16
22
31
P3P4
P2 P1
66'90'71'80'73'33'67'65'
SCALE IN FEET 1 : 30
0'30'60'
EQUIPMENT LIST FOR AREAS SHOWN
Pole Luminaires
QTY LOCATION SIZE GRADE
ELEVATION
MOUNTING
HEIGHT
LUMINAIRE
TYPE
QTY /
POLE
THIS
GRID
OTHER
GRIDS2P1-P2 35'-35'TLC-LED-900 3 3 0
2 P3-P4 50'-20'
50'
CREE OSQ
TLC-LED-900
2
3
2
3
0
0
4 TOTALS 16 16 0
Pole locaƟon(s)dimensions are relaƟve
to 0,0 reference point(s)
217996A
GRID SUMMARY
Name: Rodeo
Size: 270' x 130'
Spacing: 20.0' x 20.0'
Height: 3.0' above grade
ILLUMINATION SUMMARY
MAINTAINED HORIZONTAL FOOTCANDLES
EnƟre Grid
Scan Average:30.41
Maximum:56
Minimum:14
Avg / Min:2.14
Max / Min:3.93
UG (adjacent pts):1.96
CU:0.80
No. of Points:73
LUMINAIRE INFORMATION
Applied Circuits: A
No. of Luminaires: 16
Total Load: 11.1 kW
Guaranteed Performance:The ILLUMINATION described above
is guaranteed per your Musco Warranty document and
includes a 0.95 dirt depreciaƟon factor.
Field Measurements:Individual Įeld measurements may vary
from computer-calculated predicƟons and should be taken
in accordance with IESNA RP-6-15.
Electrical System Requirements:Refer to Amperage
Draw Chart and/or the "Musco Control System Summary"
for electrical sizing.
InstallaƟon Requirements:Results assume ± 3%
nominal voltage at line side of the driver and structures
located within 3 feet (1m) of design locaƟons.
DocuSign Envelope ID: 91E133CD-65CD-44E0-9CF4-F9EA72E6994B
ILLUMINATION SUMMARY
Not to be reproduced in whole or part without the written consent of Musco
Sports Lighting, LLC. ©1981, 2022 Musco Sports Lighting, LLC.ENGINEERED DESIGN By: P.Diemer · File #217996B · 22-Feb-22
10
16
15
8
12
20
25
23
10
15
18
20
7
12
18
20
10
18
24
18
13
21
27
21
8
15
24
26
7
12
21
25
10
20
26
25
9
15
19
8
P5
P6
50'65'50'50'
SCALE IN FEET 1 : 20
0'20'40'
EQUIPMENT LIST FOR AREAS SHOWN
Pole Luminaires
QTY LOCATION SIZE GRADE
ELEVATION
MOUNTING
HEIGHT
LUMINAIRE
TYPE
QTY /
POLE
THIS
GRID
OTHER
GRIDS1P550'-50'
50'
TLC-LED-1200
TLC-LED-900
2*
2
2
2
0
0
1 P6 50'-50'TLC-LED-900 2 2 0
2 TOTALS 6 6 0
* This structure uƟlizes a back-to-back mounƟng conĮguraƟon
Pole locaƟon(s)dimensions are relaƟve
to 0,0 reference point(s)
217996A
GRID SUMMARY
Name:PracƟce Area
Size: 200' x 70'
Spacing: 20.0' x 20.0'
Height: 3.0' above grade
ILLUMINATION SUMMARY
MAINTAINED HORIZONTAL FOOTCANDLES
EnƟre Grid
Scan Average:16.79
Maximum:27
Minimum:7
Avg / Min:2.45
Max / Min:3.94
UG (adjacent pts):3.23
CU:0.43
No. of Points:40
LUMINAIRE INFORMATION
Applied Circuits: B
No. of Luminaires: 6
Total Load: 5.9 kW
Guaranteed Performance:The ILLUMINATION described above
is guaranteed per your Musco Warranty document and
includes a 0.95 dirt depreciaƟon factor.
Field Measurements:Individual Įeld measurements may vary
from computer-calculated predicƟons and should be taken
in accordance with IESNA RP-6-15.
Electrical System Requirements:Refer to Amperage
Draw Chart and/or the "Musco Control System Summary"
for electrical sizing.
InstallaƟon Requirements:Results assume ± 3%
nominal voltage at line side of the driver and structures
located within 3 feet (1m) of design locaƟons.
DocuSign Envelope ID: 91E133CD-65CD-44E0-9CF4-F9EA72E6994B
ILLUMINATION SUMMARY
Not to be reproduced in whole or part without the written consent of Musco
Sports Lighting, LLC. ©1981, 2022 Musco Sports Lighting, LLC.ENGINEERED DESIGN By: P.Diemer · File #217996B · 22-Feb-22
P7
P8
0
0
0
1
1
1
1
1
1
1
1
1
0
0
0
0
0
0
0
1
1
1
1
2
2
3
3
3
3
2
2
2
1
1
1
1
0
0
0
0
0
0
1
1
1
1
2
2
3
3
2
2
1
1
1
0
0
0
1
1
1
2
2
2
3
3
3
3
3
3
2
2
1
1
1
1
0
0
0
0
0
0
1
1
1
2
3
4
5
6
7
6
5
4
3
1
1
1
1
1
1
2
2
3
4
4
4
4
4
3
2
2
1
1
1
1
0
0
0
0
0
1
1
1
2
2
4
5
7
10
13
14
14
12
10
6
2
1
1
1
2
3
3
4
5
5
5
5
4
3
3
2
1
1
1
1
0
0
0
0
0
1
1
1
2
3
4
6
9
13
17
21
22
22
22
15
6
2
1
2
3
3
4
5
6
6
6
5
5
4
3
2
2
1
1
1
0
0
0
0
0
1
1
1
2
3
4
6
9
13
17
21
24
25
26
20
10
3
2
2
3
5
6
7
8
8
7
6
5
4
3
2
2
1
1
1
0
0
0
0
0
1
1
1
2
3
4
7
10
13
18
22
24
24
25
20
11
5
2
3
5
6
8
9
10
9
8
7
5
4
3
2
2
1
1
1
0
0
0
0
0
1
1
1
2
3
4
6
9
12
15
18
18
19
21
19
13
7
3
4
6
8
10
12
12
11
9
8
6
5
3
3
2
1
1
1
0
0
0
0
0
1
1
1
2
3
4
6
8
10
12
13
13
16
19
20
17
9
5
5
8
11
14
15
15
13
11
9
7
5
4
3
2
1
1
1
0
0
0
0
0
1
1
1
2
3
3
5
6
8
9
11
14
17
19
20
17
10
6
7
11
14
17
19
18
16
14
11
8
6
4
3
2
2
1
1
0
0
0
0
0
1
1
1
2
2
3
4
5
7
9
13
17
21
21
19
15
9
6
8
13
18
22
22
21
19
16
13
10
7
5
3
2
2
1
1
0
0
0
0
0
1
1
1
2
2
3
4
5
8
11
15
21
23
23
20
14
9
6
9
15
22
26
27
27
23
19
15
11
8
5
4
2
2
1
1
0
0
0
0
0
0
1
1
1
2
3
4
6
9
13
17
21
25
26
23
16
9
7
9
16
25
29
33
32
27
22
17
13
9
6
4
3
2
1
1
0
0
0
0
0
0
1
1
1
2
3
5
7
10
14
18
21
24
28
26
21
13
8
10
17
25
33
39
38
30
23
17
13
9
6
4
2
2
1
1
0
0
0
0
0
0
1
1
1
2
3
4
6
9
13
17
21
24
27
28
26
17
10
10
16
28
41
44
40
31
23
17
12
8
5
3
2
1
1
1
0
0
0
0
0
0
0
1
1
2
3
4
5
8
10
13
17
21
24
27
26
19
11
9
14
26
39
40
33
26
20
14
10
7
4
3
2
1
1
0
0
0
0
0
0
0
0
1
1
1
2
3
4
5
7
9
12
15
20
25
25
18
11
8
10
16
23
23
20
16
12
9
6
4
3
2
1
1
0
0
0
0
0
0
0
0
0
1
1
1
2
3
3
4
6
7
10
14
19
25
27
21
11
6
5
8
11
11
9
7
6
5
3
2
2
1
1
0
0
0
0
0
0
0
0
0
0
1
1
1
2
2
3
5
7
10
14
19
23
27
28
22
11
4
3
3
4
4
4
3
2
2
1
1
1
1
0
0
0
0
0
0
0
0
0
0
0
1
1
1
2
2
4
5
8
12
17
22
25
27
26
20
8
2
1
1
2
2
1
1
1
1
1
1
0
0
0
0
0
0
0
0
0
0
0
0
0
1
1
1
2
3
4
5
8
12
16
19
23
24
19
12
4
1
1
1
1
1
1
1
1
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
1
1
1
2
2
3
5
7
10
13
16
20
18
12
5
2
1
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
1
1
1
2
2
3
4
6
8
10
13
14
11
6
2
1
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
1
1
1
1
2
2
3
4
6
8
9
9
6
3
1
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
1
1
1
1
2
3
3
4
5
6
5
3
2
1
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
1
1
1
2
2
3
3
3
3
3
2
1
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
1
1
1
1
2
2
2
2
2
1
1
1
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
1
1
1
2
2
2
2
1
1
1
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
1
1
1
2
2
2
2
1
1
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
1
2
2
3
3
3
3
2
1
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
1
2
3
4
5
5
5
5
3
1
1
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
1
2
4
6
8
9
9
9
8
7
3
1
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
1
1
1
1
2
4
9
13
14
14
13
13
14
13
8
2
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
1
2
2
3
6
12
18
22
21
19
18
18
20
22
16
5
1
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
6
5
7
10
17
22
28
28
23
21
21
24
26
32
30
13
2
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
7
14
15
23
29
31
31
29
26
22
22
26
33
39
42
28
7
1
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
6
14
23
29
38
38
34
31
26
21
18
20
27
39
46
44
15
1
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
7
14
25
32
43
40
34
29
25
21
18
17
20
28
43
43
18
2
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
7
16
21
33
41
38
32
29
26
24
24
29
35
40
50
43
19
3
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
6
8
18
29
38
39
34
29
27
27
30
36
45
52
61
59
26
5
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
2
4
12
23
31
35
36
31
25
25
27
32
43
54
60
57
34
6
1
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
1
3
9
17
24
29
32
31
27
23
25
31
38
45
48
45
29
6
1
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
1
2
7
14
20
22
27
28
26
24
23
26
32
37
39
39
21
5
1
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
1
2
6
12
17
19
22
26
26
24
23
23
26
29
30
31
16
4
1
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
1
3
5
10
16
19
23
28
28
25
23
21
23
22
25
23
13
5
1
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
4
5
8
13
20
26
31
32
30
25
22
20
20
20
21
19
12
5
1
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
9
12
17
24
31
34
36
33
28
24
21
19
19
20
20
18
13
6
2
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
8
17
23
32
41
40
39
35
30
25
20
19
19
22
21
22
16
7
2
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
8
17
28
40
50
46
40
36
31
25
20
18
20
24
26
28
21
8
2
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
8
17
26
41
48
43
38
35
30
26
22
20
20
27
33
35
27
9
2
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
8
10
23
40
49
44
37
32
29
26
25
26
27
28
37
40
31
10
1
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
2
5
15
31
43
47
41
30
26
25
26
31
37
37
42
48
38
10
1
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
1
2
9
23
36
44
44
36
27
25
28
33
40
48
52
52
30
7
1
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
1
6
18
31
38
40
36
30
26
29
37
47
54
61
47
19
4
1
1
1
1
1
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
1
4
14
25
28
30
30
28
27
30
37
46
55
64
43
14
2
1
1
1
1
1
1
1
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
2
10
18
21
21
23
23
24
28
34
42
47
48
32
8
2
1
2
2
2
2
1
1
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
2
7
13
16
16
17
19
20
22
27
36
38
27
11
3
2
2
2
3
3
4
3
2
1
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
1
5
9
11
12
13
14
15
19
23
25
20
9
3
2
2
3
3
4
6
7
7
5
3
1
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
1
3
6
8
8
9
10
12
13
15
13
8
4
3
3
3
3
4
6
8
10
12
11
6
3
1
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
2
4
5
6
6
7
8
9
9
6
5
4
3
3
4
5
6
8
11
14
18
18
13
7
3
1
0
0
0
0
0
0
0
0
0
0
0
0
0
0
1
2
3
3
4
4
5
6
6
5
5
5
4
5
5
6
8
10
13
17
22
25
22
16
8
2
1
0
0
0
0
0
0
0
0
0
0
0
0
0
1
1
2
2
2
3
3
4
6
6
6
6
6
6
7
8
10
13
18
23
27
29
30
26
16
5
1
1
1
1
1
1
1
1
0
0
0
0
0
0
0
1
1
1
1
2
3
5
7
8
8
7
7
8
9
10
12
16
21
26
32
36
37
34
22
9
4
4
4
4
3
3
2
2
1
1
0
0
0
0
0
0
1
1
1
1
3
6
9
11
10
9
10
10
10
11
13
17
21
26
30
35
41
37
22
13
13
16
16
13
11
9
6
4
2
1
1
0
0
0
0
0
0
0
1
1
4
8
12
14
12
12
12
12
12
12
13
15
19
22
26
30
36
32
21
15
21
27
26
25
21
16
10
6
4
2
1
0
0
0
0
0
0
0
1
2
5
11
16
16
16
16
15
14
13
12
13
14
18
22
26
31
35
32
19
14
21
28
29
28
24
19
12
7
4
2
1
0
0
0
0
0
0
0
1
2
7
14
19
20
20
20
18
15
14
13
13
16
19
24
27
29
31
27
18
10
13
20
26
27
21
16
11
7
4
2
1
0
0
0
0
0
0
0
1
3
10
18
22
24
25
23
20
17
15
14
15
17
19
23
25
25
24
22
14
6
5
10
16
21
19
14
9
6
4
2
1
0
0
0
0
0
0
0
1
3
12
23
29
31
28
25
21
17
15
14
15
16
18
20
20
20
19
15
9
3
2
3
7
12
12
10
7
5
3
2
1
0
0
0
0
0
0
0
0
3
11
24
35
35
30
25
21
19
16
15
15
15
16
16
16
17
15
11
5
2
1
1
3
5
7
6
5
3
2
1
1
0
0
0
0
0
0
0
0
2
9
21
34
37
32
29
26
23
20
17
15
14
13
13
14
14
11
7
3
1
0
0
1
2
3
3
3
2
1
1
0
0
0
0
0
0
0
0
0
1
7
18
35
41
36
32
29
25
20
16
14
12
11
11
11
10
8
4
2
1
0
0
0
1
1
1
1
1
1
1
0
0
0
0
0
0
0
0
0
1
5
15
28
34
32
30
27
22
18
14
12
10
9
9
8
7
5
3
1
0
0
0
0
0
0
1
1
1
1
0
0
0
0
0
0
0
0
0
0
0
3
10
20
25
25
24
20
17
14
11
9
8
7
7
6
5
3
2
1
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
1
4
10
15
18
20
18
14
11
9
8
6
6
5
4
3
2
1
1
0
0
0
0
0
0
0
0
0
0
0
0
71'394'66'90'185'190'5'265'88'281'71'80'73'33'67'65'P6 P1
P5
P4 P3
P2
SCALE IN FEET 1 : 80
0'80'160'
EQUIPMENT LIST FOR AREAS SHOWN
Pole Luminaires
QTY LOCATION SIZE GRADE
ELEVATION
MOUNTING
HEIGHT
LUMINAIRE
TYPE
QTY /
POLE
THIS
GRID
OTHER
GRIDS2P1-P2 35'-35'TLC-LED-900 3 3 0
2 P3-P4 50'-20'
50'
CREE OSQ
TLC-LED-900
2
3
2
3
0
0
1 P5 50'-50'
50'
TLC-LED-1200
TLC-LED-900
2*
2
2
2
0
0
1 P6 50'-50'TLC-LED-900 2 2 0
1 P7 50'-50'TLC-LED-900 3 3 0
1 P8 50'-50'TLC-LED-900 4 4 0
8 TOTALS 29 29 0
* This structure uƟlizes a back-to-back mounƟng conĮguraƟon
Pole locaƟon(s)dimensions are relaƟve
to 0,0 reference point(s)
217996A
GRID SUMMARY
Name: Blanket Grid
Size: 750' x 400'
Spacing: 10.0' x 10.0'
Height: 3.0' above grade
ILLUMINATION SUMMARY
MAINTAINED HORIZONTAL FOOTCANDLES
EnƟre Grid
Scan Average:7.65
Maximum:64
Minimum:0
Avg / Min:-
Max / Min:-
UG (adjacent pts):12.53
CU:0.97
No. of Points:3000
LUMINAIRE INFORMATION
Applied Circuits: A, B, C
No. of Luminaires: 29
Total Load: 23.23 kW
Guaranteed Performance:The ILLUMINATION described above
is guaranteed per your Musco Warranty document and
includes a 0.95 dirt depreciaƟon factor.
Field Measurements:Individual Įeld measurements may vary
from computer-calculated predicƟons and should be taken
in accordance with IESNA RP-6-15.
Electrical System Requirements:Refer to Amperage
Draw Chart and/or the "Musco Control System Summary"
for electrical sizing.
InstallaƟon Requirements:Results assume ± 3%
nominal voltage at line side of the driver and structures
located within 3 feet (1m) of design locaƟons.
DocuSign Envelope ID: 91E133CD-65CD-44E0-9CF4-F9EA72E6994B
ILLUMINATION SUMMARY
Not to be reproduced in whole or part without the written consent of Musco
Sports Lighting, LLC. ©1981, 2022 Musco Sports Lighting, LLC.ENGINEERED DESIGN By: P.Diemer · File #217996B · 22-Feb-22
P1
P4 P3
P2P6
P5
P7
P8
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
SCALE IN FEET 1 : 80
0'80'160'
EQUIPMENT LIST FOR AREAS SHOWN
Pole Luminaires
QTY LOCATION SIZE GRADE
ELEVATION
MOUNTING
HEIGHT
LUMINAIRE
TYPE
QTY /
POLE
THIS
GRID
OTHER
GRIDS2P1-P2 35'-35'TLC-LED-900 3 3 0
2 P3-P4 50'-20'
50'
CREE OSQ
TLC-LED-900
2
3
2
3
0
0
1 P5 50'-50'
50'
TLC-LED-1200
TLC-LED-900
2*
2
2
2
0
0
1 P6 50'-50'TLC-LED-900 2 2 0
1 P7 50'-50'TLC-LED-900 3 3 0
1 P8 50'-50'TLC-LED-900 4 4 0
8 TOTALS 29 29 0
* This structure uƟlizes a back-to-back mounƟng conĮguraƟon
Pole locaƟon(s)dimensions are relaƟve
to 0,0 reference point(s)
217996A
GRID SUMMARY
Name: Blanket Grid Spill1
Spacing: 30.0'
Height: 23.0' above grade
ILLUMINATION SUMMARY
HORIZONTAL FOOTCANDLES
EnƟre Grid
Scan Average:0.0005
Maximum:0.00
Minimum:0.00
No. of Points:23
LUMINAIRE INFORMATION
Applied Circuits: A, B, C
No. of Luminaires: 29
Total Load: 23.23 kW
Guaranteed Performance:The ILLUMINATION described
above is guaranteed per your Musco Warranty
document.
Field Measurements:Individual Įeld measurements may vary
from computer-calculated predicƟons and should be taken
in accordance with IESNA RP-6-15.
Electrical System Requirements:Refer to Amperage
Draw Chart and/or the "Musco Control System Summary"
for electrical sizing.
InstallaƟon Requirements:Results assume ± 3%
nominal voltage at line side of the driver and structures
located within 3 feet (1m) of design locaƟons.
DocuSign Envelope ID: 91E133CD-65CD-44E0-9CF4-F9EA72E6994B
ILLUMINATION SUMMARY
Not to be reproduced in whole or part without the written consent of Musco
Sports Lighting, LLC. ©1981, 2022 Musco Sports Lighting, LLC.ENGINEERED DESIGN By: P.Diemer · File #217996B · 22-Feb-22
P1
P4 P3
P2P6
P5
P7
P8
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.01
0.02
0.02
0.02
0.03
0.03
0.03
0.02
0.01
SCALE IN FEET 1 : 80
0'80'160'
EQUIPMENT LIST FOR AREAS SHOWN
Pole Luminaires
QTY LOCATION SIZE GRADE
ELEVATION
MOUNTING
HEIGHT
LUMINAIRE
TYPE
QTY /
POLE
THIS
GRID
OTHER
GRIDS2P1-P2 35'-35'TLC-LED-900 3 3 0
2 P3-P4 50'-20'
50'
CREE OSQ
TLC-LED-900
2
3
2
3
0
0
1 P5 50'-50'
50'
TLC-LED-1200
TLC-LED-900
2*
2
2
2
0
0
1 P6 50'-50'TLC-LED-900 2 2 0
1 P7 50'-50'TLC-LED-900 3 3 0
1 P8 50'-50'TLC-LED-900 4 4 0
8 TOTALS 29 29 0
* This structure uƟlizes a back-to-back mounƟng conĮguraƟon
Pole locaƟon(s)dimensions are relaƟve
to 0,0 reference point(s)
217996A
GRID SUMMARY
Name: Blanket Grid Spill1
Spacing: 30.0'
Height: 23.0' above grade
ILLUMINATION SUMMARY
MAX VERTICAL FOOTCANDLES
EnƟre Grid
Scan Average:0.0081
Maximum:0.03
Minimum:0.00
No. of Points:23
LUMINAIRE INFORMATION
Applied Circuits: A, B, C
No. of Luminaires: 29
Total Load: 23.23 kW
Guaranteed Performance:The ILLUMINATION described
above is guaranteed per your Musco Warranty
document.
Field Measurements:Individual Įeld measurements may vary
from computer-calculated predicƟons and should be taken
in accordance with IESNA RP-6-15.
Electrical System Requirements:Refer to Amperage
Draw Chart and/or the "Musco Control System Summary"
for electrical sizing.
InstallaƟon Requirements:Results assume ± 3%
nominal voltage at line side of the driver and structures
located within 3 feet (1m) of design locaƟons.
DocuSign Envelope ID: 91E133CD-65CD-44E0-9CF4-F9EA72E6994B
ILLUMINATION SUMMARY
Not to be reproduced in whole or part without the written consent of Musco
Sports Lighting, LLC. ©1981, 2022 Musco Sports Lighting, LLC.ENGINEERED DESIGN By: P.Diemer · File #217996B · 22-Feb-22
P1
P4 P3
P2P6
P5
P7
P8
41.19
54.01
42.26
24.37
8.53
17.67
80.29
102.98
50.89
75.41
579.06
152.45
1134.92
385.00
1419.69
3357.58
3448.68
3697.08
4086.33
3784.21
3594.02
1829.37
767.14
SCALE IN FEET 1 : 80
0'80'160'
EQUIPMENT LIST FOR AREAS SHOWN
Pole Luminaires
QTY LOCATION SIZE GRADE
ELEVATION
MOUNTING
HEIGHT
LUMINAIRE
TYPE
QTY /
POLE
THIS
GRID
OTHER
GRIDS2P1-P2 35'-35'TLC-LED-900 3 3 0
2 P3-P4 50'-20'
50'
CREE OSQ
TLC-LED-900
2
3
2
3
0
0
1 P5 50'-50'
50'
TLC-LED-1200
TLC-LED-900
2*
2
2
2
0
0
1 P6 50'-50'TLC-LED-900 2 2 0
1 P7 50'-50'TLC-LED-900 3 3 0
1 P8 50'-50'TLC-LED-900 4 4 0
8 TOTALS 29 29 0
* This structure uƟlizes a back-to-back mounƟng conĮguraƟon
Pole locaƟon(s)dimensions are relaƟve
to 0,0 reference point(s)
217996A
GRID SUMMARY
Name: Blanket Grid Spill1
Spacing: 30.0'
Height: 23.0' above grade
ILLUMINATION SUMMARY
CANDELA (PER FIXTURE)
EnƟre Grid
Scan Average: 1249.2664
Maximum: 4086.33
Minimum:8.53
No. of Points:23
LUMINAIRE INFORMATION
Applied Circuits: A, B, C
No. of Luminaires: 29
Total Load: 23.23 kW
Guaranteed Performance:The ILLUMINATION described
above is guaranteed per your Musco Warranty
document.
Field Measurements:Individual Įeld measurements may vary
from computer-calculated predicƟons and should be taken
in accordance with IESNA RP-6-15.
Electrical System Requirements:Refer to Amperage
Draw Chart and/or the "Musco Control System Summary"
for electrical sizing.
InstallaƟon Requirements:Results assume ± 3%
nominal voltage at line side of the driver and structures
located within 3 feet (1m) of design locaƟons.
DocuSign Envelope ID: 91E133CD-65CD-44E0-9CF4-F9EA72E6994B
EQUIPMENT LAYOUT
Not to be reproduced in whole or part without the written consent of Musco
Sports Lighting, LLC. ©1981, 2022 Musco Sports Lighting, LLC.ENGINEERED DESIGN By: P.Diemer · File #217996B · 22-Feb-22
Rodeo
270' x 130'
P1
P4 P3
P2
Practice Area
200' x 70'
P6
P5
Blanket Grid
750' x 400'P7
P8
SCALE IN FEET 1 : 80
0'80'160'
Pole locaƟon(s)dimensions are relaƟve
to 0,0 reference point(s)
217996A
EQUIPMENT LAYOUT
INCLUDES:
· Blanket Grid
· PracƟce Area
· Rodeo
Electrical System Requirements:Refer to Amperage
Draw Chart and/or the "Musco Control System Summary"
for electrical sizing.
InstallaƟon Requirements:Results assume ± 3%
nominal voltage at line side of the driver and structures
located within 3 feet (1m) of design locaƟons.
EQUIPMENT LIST FOR AREAS SHOWN
Pole Luminaires
QTY LOCATION SIZE GRADE
ELEVATION
MOUNTING
HEIGHT
LUMINAIRE
TYPE
QTY /
POLE
2 P1-P2 35'-35'TLC-LED-900 3
2 P3-P4 50'-20'
50'
CREE OSQ
TLC-LED-900
2
3
1 P5 50'-50'
50'
TLC-LED-1200
TLC-LED-900
2*
2
1 P6 50'-50'TLC-LED-900 2
1 P7 50'-50'TLC-LED-900 3
1 P8 50'-50'TLC-LED-900 4
8 TOTALS 29
* This structure uƟlizes a back-to-back mounƟng conĮguraƟon
SINGLE LUMINAIRE AMPERAGE DRAW CHART
Ballast SpeciĮcaƟons
(.90 min power factor)
Line Amperage Per Luminaire
(max draw)
Single Phase Voltage 208
(60)
220
(60)
240
(60)
277
(60)
347
(60)
380
(60)
480
(60)
TLC-LED-900 5.3 5.0 4.6 4.0 3.2 2.9 2.3
TLC-LED-1200 7.0 6.6 6.1 5.2 4.2 4.0 3.0
Cree OSQ ----0.3 -0.2
DocuSign Envelope ID: 91E133CD-65CD-44E0-9CF4-F9EA72E6994B
EXHIBIT C
Certificate of Insurance
DocuSign Envelope ID: 91E133CD-65CD-44E0-9CF4-F9EA72E6994B
NRHolder Identifier : 7777777707070700077763616065553330760715576205545607762317570516310071470467277113200752637202256333107662540466107757077614100315374600726332066610255707340031552234512077727252025773110777777707000707007 6666666606060600062606466204446200622022404226202206222006260262020062220042402600220622202624026202006222206242040002062220042400620220622200406206202006022004262260200066646062240664440666666606000606006Certificate No :570092548270CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY)
04/05/2022
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If
SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this
certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
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.
PRODUCER
Aon Risk Services Central, Inc.
Omaha NE Office
17807 Burke Street
Suite 401
Omaha NE 68118 USA
PHONE
(A/C. No. Ext):
E-MAIL
ADDRESS:
INSURER(S) AFFORDING COVERAGE NAIC #
(402) 697-1400
INSURED 24988Sentry Insurance CompanyINSURER A:
28460Sentry Casualty CompanyINSURER B:
25674Travelers Property Cas Co of AmericaINSURER C:
36940Indian Harbor Insurance CompanyINSURER D:
INSURER E:
INSURER F:
FAX
(A/C. No.):(402) 697-0017
CONTACT
NAME:
Musco Sports Lighting, LLC
c/o Musco Corporation
100 1st Ave W
Oskaloosa IA 52577 USA
COVERAGES CERTIFICATE NUMBER:570092548270 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
POLICY EXP
(MM/DD/YYYY)
POLICY EFF
(MM/DD/YYYY)
SUBR
WVD
INSR
LTR
ADDL
INSD POLICY NUMBER TYPE OF INSURANCE LIMITS
COMMERCIAL GENERAL LIABILITY
CLAIMS-MADE OCCUR
POLICY LOC
EACH OCCURRENCE
DAMAGE TO RENTED
PREMISES (Ea occurrence)
MED EXP (Any one person)
PERSONAL & ADV INJURY
GENERAL AGGREGATE
PRODUCTS - COMP/OP AGG
X
X
X X
GEN'L AGGREGATE LIMIT APPLIES PER:
$1,000,000
$300,000
$10,000
$1,000,000
$2,000,000
$2,000,000
A 07/01/2021 07/01/20229016877004
PRO-
JECT
OTHER:
AUTOMOBILE LIABILITY
ANY AUTO
OWNED
AUTOS ONLY
SCHEDULED
AUTOS
HIRED AUTOS
ONLY
NON-OWNED
AUTOS ONLY
BODILY INJURY ( Per person)
PROPERTY DAMAGE
(Per accident)
X
X X
BODILY INJURY (Per accident)
$1,000,000A07/01/2021 07/01/2022 COMBINED SINGLE LIMIT
(Ea accident)
90-16877-003
EXCESS LIAB
X OCCUR
CLAIMS-MADE AGGREGATE
EACH OCCURRENCE
DED
$10,000,000
$10,000,000
$10,000
07/01/2021UMBRELLA LIABC 07/01/2022CUP3S63336021NF
RETENTIONX
X
E.L. DISEASE-EA EMPLOYEE
E.L. DISEASE-POLICY LIMIT
E.L. EACH ACCIDENT $1,000,000
X OTH-
ER
PER STATUTEB07/01/2021 07/01/2022
AOS
9016877002B 07/01/2021 07/01/2022
$1,000,000
Y / N
(Mandatory in NH)
ANY PROPRIETOR / PARTNER / EXECUTIVE
OFFICER/MEMBER EXCLUDED?N / AN
AZ, WI
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
If yes, describe under
DESCRIPTION OF OPERATIONS below
$1,000,000
9016877001
AggregateCEO74211390107/01/2021 07/01/2022
Claims-Made $250,000SIR
Each Claim $5,000,000
Archit&Eng ProfD
SIR applies per policy terms & conditions
$5,000,000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
RE: Musco Project 217996 - Eagle County Fair and Rodeo. Eagle County, Colorado along with its associated or affiliated
entities, its successors and assigns, elected officials, employees, agents and volunteers are included as Additional Insured in
accordance with the policy provisions of the General Liability and Automobile Liability policies.
CANCELLATIONCERTIFICATE HOLDER
AUTHORIZED REPRESENTATIVEEagle County, Colorado
PO Box 850
Eagle CO 81631 USA
ACORD 25 (2016/03)
©1988-2015 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE
POLICY PROVISIONS.
EXHIBIT
C
DocuSign Envelope ID: 91E133CD-65CD-44E0-9CF4-F9EA72E6994B
IL 70 58 02 14
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
NOTICE OF CANCELLATION - CERTIFICATE HOLDERS
This endorsement modifies insurance provided under the following:
BUSINESSOWNERS COVERAGE FORM
COMMERCIAL AUTOMOBILE COVERAGE PARTS
COMMERCIAL PROPERTY COVERAGE PART
CRIME AND FIDELITY COVERAGE PART
COMMERCIAL INLAND MARINE COVERAGE PART
COMMERCIAL GENERAL LIABILITY COVERAGE PARTS
COMMERCIAL EXCESS/UMBRELLA LIABILITY COVERAGE FORM
EMPLOYMENT RELATED PRACTICES LIABILITY
POLLUTION LIABILITY COVERAGE
ERRORS AND OMISSIONS COVERAGE FORM
In the event we cancel this policy, we shall endeavor to also mail to the person(s) or organization(s) listed in the
Schedule for this endorsement advance written notice of cancellation.
This notification of cancellation of the policy is intended as a courtesy only. Our failure to provide such
notification to the person(s) or organization(s) shown in the Schedule will not extend any policy cancellation date
nor impact or negate any cancellation of the policy. This endorsement does not entitle the person(s) or
organization(s) listed or described in the Schedule below to any benefit, rights or protection under this policy.
Failure by us to provide this notice of cancellation to the person(s) or organization(s) listed or described in the
Schedule below will not impose liability of any kind upon us.
Any of these provisions that conflict with a law that controls the notice of cancellation of the insurance in this
endorsement is changed by this statement to comply with the law.
Schedule
Person(s) or Organization(s) including mailing address:
All other terms and conditions of this policy remain unchanged.
Per the listing of certificate holders provided by the Broker upon our request.
Page 1 of 1
06/28/2021
IL 70 58 02 14
9016877004
Sentry Insurance Company
00001 0000000000 21179 0 N1 ecc6db1b-e566-4a90-a486-d55ef474254fecc6db1b-e566-4a90-a486-d55ef474254f
DocuSign Envelope ID: 91E133CD-65CD-44E0-9CF4-F9EA72E6994B
NAMED INSURED ENDORSEMENT EFFECTIVE POLICY NUMBER
MUSCO CORPORATION 07-01-19 90-16877-01
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
NOTICE OF CANCELATION-CERTIFICATE HOLDERS
WORKERS COMPENSATION
The person(s) or organization(s) listed or described in the Schedule
below have requested that they receive written notice of cancelation when
this policy is cancelled by us. We will mail or deliver to the Person(s)
or Organization(s) listed or described in the Schedule a copy of the
written notice of cancelation that we sent to you. Such copies of the
notice will be mailed as soon as practicable to the address or addresses
provided by your broker or agent.
This notification of cancelation of the policy is intended as a courtesy
only. Our failure to provide such notification to the person(s) or
organization(s) shown in the Schedule will not extend any policy cancela
tion date nor impact or negate any cancelation of the policy. This
endorsement does not entitle the person(s) or organization(s) listed or
described in the Schedule below to any benefit, rights or protection
under this policy.
Failure by us to provide this notice of cancelation to the person(s) or
organization(s) listed or described in the Schedule below will not impose
liability of any kind upon us.
Any of these provisions that conflict with a law that controls the notice
of cancelation of the insurance in this endorsement is changed by this
statement to comply with the law.
SCHEDULE
Person(s) or Organization s) including mailing address:
PER LIST ON FILE WITH AGENT
30 DAY NOTICE OF CANCELLATION
All other terms and conditions of this policy remain unchanged.
WC 99 06 72 09 11
MUS 90-16877-01 00 191
07-03-19
Page 001
01T180RG .
01364
07-01-21
DocuSign Envelope ID: 91E133CD-65CD-44E0-9CF4-F9EA72E6994B