No preview available
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