PROJECT MANUAL FOR TENNIS COURT LIGHTS

PROJECT MANUAL
FOR
TENNIS COURT LIGHTS
AT
SALEM HIGH SCHOOL
ROCKDALE COUNTY PUBLIC SCHOOLS
BUILDINGS AND GROUNDS DEPARTMENT
1062 NORTH STREET
CONYERS, GEORGIA 30012
(770) 860-4251
DATED: APRIL 14, 2014
TABLE OF CONTENTS - PROJECT MANUAL
Request for Bids
3-4
Bid Instructions
5
Examination of Documents and Site Conditions
5
Owner's Representative
5
Bid Form
6-7
Project Award
8
Execution of the Agreement
8
Commencement Date
8
Completion Date
8
Drug Free & Tobacco Free Policy
8
Performance and Payment Bonds
8
Bid Bond
9
Insurance
9
Work Location
9
Special Project Conditions
10
Scope of Work
10 - 15
List of Drawings
16
Products and Materials
16
Execution of Work
16
Inspection
16
Permits
16
Affidavit
16
E-Verify Affidavit
16
Statutory Affidavit
16
Contractor's Warranty
16
Project Close Out and Payment
17
Affidavit Form
18
E-Verify Affidavit Form
19
Statutory Affidavit Form
20
Contractor's Warranty Form
21
Form of Agreement
22 - 25
Drawings
26 - 34
Page 2 of 34
INVITATION TO BID
TENNIS COURT LIGHTS
AT
SALEM HIGH SCHOOL
3551 UNDERWOOD ROAD
CONYERS, GA 30013
This project consists of the installation of lighting for the four tennis courts at SALEM HIGH
SCHOOL. The scope consists of purchasing and installation of new poles, fixtures, panels, etc.
and all associated wiring.
Sealed proposals will be received by the Rockdale County Board of Education at the Buildings
and Grounds Department Conference Room located at 1062 North Street, Conyers, Georgia
30012 until 11:00 A.M., prevailing time on Monday, June 16, 2014, FAXED BIDS WILL NOT BE
ACCEPTED AND PHONES WILL NOT BE AVAILABLE
At the time and place noted above, the proposals for the project will be publicly opened and read
aloud. The Contractor submitting a Bid is not required to be present at the bid opening for the
Bid to be considered.
All interested Bidders must submit the latest AIA Document A305, Contractor's Qualification
Statement, to be evaluated by the Owner for approval, along with a formal written request for
approval to Bid, in order to be considered a valid Bidder. The formal request and A305 should be
directed to the attention of Bruce Stuart the Rockdale County Board of Education at the Buildings
and Grounds Department located at 1062 North Street, Conyers, Georgia 30012. A305 must
reflect contractor’s current and prior work of similar scope, with references, for a period of 5
years. Potential Bidders will be advised as soon as possible, following review of the AIA A305
document and approval as a pre-qualified Bidder. Note: An AIA A305 document will be
considered "Non-Responsive" if not complete. A305 must be submitted no later than 24 hours
prior to Pre-Bid Conference. Bidders who do not submit A305 will be subject to disqualification.
Qualifying contractor should demonstrate they have a permanent office located within 100 miles of
Rockdale County, Georgia. The Owner reserves the right to waive any portion of requirements for
Contractors with previous experience working for Rockdale County Schools.
AS PART OF THE BID PROCESS, AN INFORMATIONAL PRE-BID CONFERENCE WILL BE
HELD ON THURSDAY JUNE 12, 2014 AT 10:00 AM AT THE FOLLOWING LOCATION:
Rockdale County Board of Education
Buildings and Grounds Department, Conference Room
1062 North Street, Conyers, GA 30012
No new Bidders will be added following the Pre-Bid Conference. Representative at Pre-Bid
should be Project Manager or Estimator directly responsible for the Bidding of this project.
Contract, if awarded, will be on stipulated sum basis. Bids may not be withdrawn for period of
sixty (60) days after the receipt of Bids. Bids shall be accompanied by Bid Bond payable to
Rockdale County Board of Education in an amount equal to five percent of the Base Bid. No
personal, company, or cashier checks will be accepted. The Bond shall be executed by a Surety
Company licensed to do business in the State of Georgia, be listed on "Department of Treasury"
Circular 570, and have an A.M. Best Company rating of Minimum Class "A", with financial size of
VI or better. Bid Bond shall be accompanied by letter stating the company's current rating.
Provide Attorney-In-Fact who executes required Bonds on behalf of surety and attached certified
and current copy of his Power of Attorney.
Page 3 of 34
Performance and Payment Bonds, each in an amount equal to 100 percent of Contract Sum, will
be required of successful Bidder, if the contract sum exceeds $50,000.00, The Owner's standard
bond forms for P&P Bonds will be used and they are to be obtained from the Owner. These
Bonds shall be executed by a Surety Company licensed to do business in the State of Georgia,
be listed on "Department of Treasury" Circular 570, and have an A.M. Best Company rating of
Minimum Class "A", with financial size of VI or better. These Bonds shall also be accompanied
by letter stating the company's current rating. Provide Attorney-In-Fact who executes required
Bonds on behalf of Surety and attach certified and current copy of his Power of Attorney. Bonds
will be verified by Owner prior to final execution of Contract. This project is being Bid and
awarded in compliance with O.C.G.A. Title 36, Chapter 91. Submitted bid is to be accompanied
by the Bid Affidavit included in the bid documents. Any protest of the Bid process must be filed
with the Office of the Executive Director of Facilities & Transportation, 1062 North Street,
Conyers, Georgia 30012 no later than 72 hours prior to the established Bid time. Any protest of
the Bid results must be filed with the Office of the Executive Director of Facilities &
Transportation, 1062 North Street, Conyers, Georgia 30012 no later than 72 hours after the
actual time of the Bid opening.
Copies of Bidding Documents are posted in the Office of Executive Director of Facilities &
Transportation, 1062 North Street, Conyers, Georgia 30012, (770) 860-4251.
Permitting of this project, if necessary, will be completed by the time of the Pre-Construction
Conference, and it would be the responsibility of the successful Contractor to apply to obtain
those Permits from the local jurisdiction. The Owner will be prepared to issue a Notice to Proceed
after the Pre-Construction meeting, provided the low Bidder has submitted all required Bonds,
Insurance Forms and the properly executed Owner/Contractor Agreement, and all are in
compliance with the Contract Document requirements. Successful bidder and subcontractors will
be required to provide all documentation required by O.C.G.A. 13-10-91 (E-Verify).
Fees: The Owner would pay for all Building Impact Fees, Sewer Impact Fees and Water Tap
Fees that would be necessary. Costs for Water Meter Fees, temporary water, gas, telephone,
power services, business licenses, and Permit Inspection Fees shall be paid for by the
Contractor.
The above description is an advertisement for the submission of Bids which are to be considered
as offers for performance of work by the submitting party. The Owner reserves the right to accept
or reject any or all Bids and to waive technicalities.
OWNER: ROCKDALE COUNTY BOARD OF EDUCATION
RICHARD AUTRY
SUPERINTENDENT
Page 4 of 34
BID INSTRUCTIONS:
All Bids must be prepared on the form provided in the Project Manual and in accordance with the
instructions provided.
Mark the outside of the Bid envelope: TENNIS COURT LIGHTS AT
SALEM HIGH SCHOOL
A Bid will be declared invalid if it has not been received at the designated location prior to the time
and date indicated in the Project Manual.
EXAMINATION OF DOCUMENTS AND SITE CONDITIONS:
Before submitting a Bid, the Contractor shall be responsible for reviewing the Project Manual and
visiting the work location. Each Contractor shall fully inform himself, prior to submitting a Bid, as
to all existing conditions and limitations under which the work is to be performed and shall include
in the Bid a total sum to cover all costs of materials and labor to perform the work as set forth in the
Project Manual.
OWNER'S REPRESENTATIVE:
BRUCE STUART
1062 NORTH STREET
CONYERS, GEORGIA 30012
TELEPHONE (770) 860-4251
Page 5 of 34
BID FORM
DATE:
___________________________
TO:
ROCKDALE COUNTY BOARD OF EDUCATION
1062 NORTH STREET
CONYERS, GEORGIA 30012
ATTN: BRUCE STUART
FROM:
_______________________________________
_______________________________________
_______________________________________
Addenda Received: _____________________________________________
BID FOR THE
TENNIS COURT LIGHTS
AT
SALEM HIGH SCHOOL
AS OUTLINED IN PROJECT MANUAL DATED APRIL 14, 2014.
THE UNDERSIGNED HAVING CAREFULLY EXAMINED THE PROJECT MANUAL AND SITE
CONDITIONS, DO PROPOSE TO FURNISH ALL SERVICES, LABOR, AND MATERIAL COVERED
THEREIN TO COMPLETE THE PROJECT FOR THE SUM OF:
FOR A TOTAL SUM OF:
______________________________________________________________________________
_____________________ DOLLARS AND ($_______________________________).
Page 1 0f 2
Page 6 of 34
FIRM NAME:
ADDRESS:
TELEPHONE:
BY:
PRINT NAME AND TITLE
SIGNATURE
Page 2 0f 2
Page 7 of 34
PROJECT AWARD:
Award will be made, at the option of the Owner, on a lump sum basis and within the funds
available, to the lowest responsible Contractor who is able to furnish the satisfactory Insurance
Certificates, Performance and Payment Bonds, as specified in the Project Manual. The Contractor
may be required, before the awarding of the project, to show to the complete satisfaction of the
Owner, that he has the necessary facilities, ability, and financial resources to execute the work in a
satisfactory manner, and within the time specified. A copy of the Form of Agreement to be used is
included in this Project Manual.
EXECUTION OF THE AGREEMENT:
The Contractor who is awarded the project shall receive a Letter of Intent from the Owner and
within seven (7) days after notice of award, agrees to execute a contract as outlined in the Project
Manual. The Contractor shall deliver to the Owner the Insurance Certificates and Performance and
Payment Bonds as specified in the Project Manual. The Owner will issue a Notice to Proceed when
all documents are reviewed and found to be in conformance to the Project Manual.
COMMENCEMENT DATE:
Actual construction may begin upon receipt by the Contractor of Notice to Proceed letter, and an
agreed upon schedule with the owner that allows progression of the work without disruption of the
operation of the school. All required submittals shall be submitted by contractor and approved by
Owner prior to beginning any work.
COMPLETION DATE:
Contractor is to be complete with all work by no later than August 15, 2014.
DRUG FREE AND TOBACCO FREE POLICY:
The Contractor agrees to abide by the requirements of the Drug Free Workplace Act and the
Rockdale County Board of Education policy prohibiting the use of any tobacco products on any
property owned by the Rockdale County Board of Education, and all other governmental applicable
laws, ordinances, and statutes in effect at the time of this agreement.
PERFORMANCE AND PAYMENT BONDS:
A Performance Bond satisfactory to the Owner in the amount of 100% of the Bid amount and a
Payment Bond in the amount of 100% of the Bid amount will be required of the successful
Contractor to guarantee delivery of completed work, if the value of the contract is greater than
$50,000.00. These bonds shall be delivered to the Owner prior to receiving a Notice to Proceed.
The Surety must be licensed to do business in Georgia and qualified by the Insurance
Commissioners to underwrite bonds as required in this Project Manual. The Surety must also have
not less than an “A” financial rating from “Best”. The Surety will use the Owner’s standard
Payment and Performance Bonds.
Page 8 of 34
BID BOND
Contractors will be required to submit, with their Bid, a Bid Bond equal to 5% of the bid amount.
The Surety must be licensed to do business in Georgia and qualified by the Insurance
Commissioners to underwrite bonds as required in this Project Manual. The Surety must also have
not less than an “A” financial rating from “Best”. A Bond only will be accepted; cashier’s checks,
certified checks, etc. will not be accepted in lieu of.
INSURANCE:
The Contractor agrees to comply with the provisions of the Workman’s Compensation laws of the
State of Georgia and to require all subcontractors likewise to comply. The Contractor shall secure
the following insurance at his own expense and shall file Certificates of Insurance with the Owner.
Workmen’s Compensation --------Statutory Limits
Employer’s Liability ------------------$500,000.00
Comprehensive General Liability
a.
Bodily injury:
$1,00,000.00 each occurrence;
$2,000,000.00 aggregate.
b.
Personal injury: $1,00,000.00 each occurrence;
$2,000,000.00 aggregate.
c.
Personal damage: $1,00,000.00 each occurrence;
$2,000,000.00 aggregate.
Comprehensive Automobile Liability
a.
Automobile liability: $100,000.00 each person.
b.
Bodily injury: $300,000.00 each occurrence.
c.
Property damage: $100,000.00 each occurrence.
WORK LOCATIONS:
SALEM HIGH SCHOOL
3551 Underwood Road
Conyers, GA 30013
Page 9 of 34
SPECIAL PROJECT CONDITIONS:

Submittals (product data and/or shop drawings) are required on all materials specified. All
submittals are to be submitted to and will be reviewed by the Owner and then returned to the
Contractor.

Work Area - as designated by the Owner.

Staging Area - The Contractor may stage his materials in an area to be designated by the Owner.

Contractor will clean up the entire area at completion of the project and remove debris from the
school sites and dispose of properly.

Contractor will coordinate with the RCPS representative noted and administrators at each facility
so as not to interrupt a school’s daily operations, and to insure the safety of students and staff.

Contractor is responsible for confirming all measurements of existing facilities relative to the
work to be performed.

Contractor will be responsible for any damage that may occur to existing conditions during the
course of the work.
SCOPE OF WORK
TENNIS COURT LIGHTS AT SALEM HIGH SCHOOL
Salem High School – 4 Tennis Courts
1.
Contractor will purchase and install total lighting system as designed by MUSCO, to
include poles, required bases, wiring, etc.
2.
Contractor will provide and install power/control wiring as needed and sized to meet
electrical code requirements, wiring will be installed back to the control panel
location indicated
4.
RCPS will make arrangements for power to close proximity of the control panel;
contractor will make final connection and power up the system for checkout.
5.
Provide lightning protection on each pole.
***
Contractor will coordinate with MUSCO on all purchasing, delivery, and installation.
LIGHTING SPECIFICATION - Rockdale County Schools - Salem High School
EXTERIOR ATHLETIC LIGHTING
PART 1 – GENERAL
1.1
SUMMARY
Page 10 of 34
A.
Work covered by this section of the specifications shall conform to the contract documents, engineering
plans as well as state and local codes.
B.
The purpose of these specifications is to define the performance and design standards for Rockdale
County Schools Tennis. The manufacturer / contractor shall supply lighting equipment to meet or exceed
the standards set forth in these specifications.
C.
The sports lighting will be for the following fields:
1. Salem High School Tennis
D.
The primary goals of this sports lighting project are:
1. Guaranteed Light Levels: Selection of appropriate light levels impact the safety of the players and the
enjoyment of spectators.
2. Life-cycle Cost: In order to reduce the operating budget, the preferred lighting system shall be energy
efficient and cost effective to operate. All maintenance costs shall be eliminated, and the fields
should be proactively monitored to detect luminaire outage.
3. Control and Monitoring:

1.2
To allow for optimized use of labor resources and avoid unneeded operation of the facility,
customer requires a remote on/off control system for the lighting system at Salem High
School. Field should be proactively monitored to detect luminaire outages over a 25 year lifecycle.
LIGHTING PERFORMANCE
A.
Performance Requirements: Playing surfaces shall be lit to an average constant light level and uniformity
as specified in the chart below. Light levels shall be held constant for 25 years at Salem High School.
Lighting calculations shall be developed and field measurements taken on the grid spacing with the
minimum number of grid points specified below. Average illumination level shall be measured in
accordance with the IESNA LM-5-04. Light levels shall be guaranteed from the first 100 hours of
operation for the maximum warranty period.
Area of Lighting
Average
Constant Light
Levels
Maximum to
Minimum
Uniformity Ratio
Grid Points
Grid Spacing
Salem High School
50 footcandles
2.5:1.0
60
20’ x 20’
Tennis
1. Lumen maintenance control strategy: A constant light system shall use automatic power adjustments
to achieve a lumen maintenance control strategy as described in the IESNA Lighting Handbook 10th
Edition, Lighting Controls Section, page 16-8: "Lumen maintenance involves adjusting lamp output
over time to maintain constant light output as lamps age, and dirt accumulation reduces luminaire
output. With lumen maintenance control, either lamps are dimmed when new, or the lamp's current is
increased as the system ages."
2. Independent Test Report: Musco will provide an independent test report certifying the system meets
the lumen maintenance control strategy above and verifying the field performance of the system for
the duration of the useful life of the lamp based on lamp replacement hours.
1.3
LIFE-CYCLE COSTS
A.
Complete Lamp Replacement: Manufacturer shall include all group lamp replacements required to
provide 25 years of operation based upon 500 usage hours per year at Salem High School.
B.
Preventative and Spot Maintenance: Manufacturer shall provide all preventative and spot maintenance,
including parts and labor for and 25 years at Salem High School from the date of equipment shipment.
Individual lamp outages shall be repaired when the usage of any field is materially impacted. Owner
agrees to check fuses in the event of a luminaire outage.
Page 11 of 34
C.
Remote Monitoring System: System shall monitor lighting performance, including on/off status, hours of
usage and lamp outages. If luminaire outages that affect playability are detected, manufacturer shall
contact owner so that maintenance can be proactively scheduled. The controller shall determine switch
position (Manual or Auto) and contactor status (open or closed).
D.
Remote Lighting Control System: System shall allow owner and users with a security code to schedule
on/off system operation via a web site, phone, fax or email up to ten years in advance. Manufacturer
shall provide and maintain a two-way TCP/IP communication link. Trained staff shall be available 24/7 to
provide scheduling support and assist with reporting needs.
The owner may assign various security levels to schedulers by function and/or fields. This function must
be flexible to allow a range of privileges such as full scheduling capabilities for all fields, to only having
permission to execute “early off” commands by phone.
Controller shall accept and store 7-day schedules, be protected against memory loss during power
outages, and shall reboot once power is regained and execute any commands that would have occurred
during outage.
E.
Management Tools: Manufacturer shall provide a web-based database of actual field usage and provide
reports by facility and user group.
Hours of Usage: Manufacturer shall provide a means of tracking actual hours of usage for the field
lighting system that is readily accessible to the owner.
1.
2.
F.
Cumulative hours: shall be tracked to show the total hours used by the facility
Current lamp hours: shall be tracked separately to reflect the amount of hours on the current set
of lamps being used, so relamping can be scheduled accurately
Communication Costs: Manufacturer shall include communication costs for operating the control and
monitoring systems for a period of 25 years for Salem High School.
1.4
WARRANTY AND GUARANTEE
1.5
25-Year Warranty (Salem High School): Each manufacturer shall supply a signed warranty covering the entire
system for 25 years OR for the maximum hours of coverage based on the estimated annual usage, whichever
occurs first. Warranty shall guarantee light levels; lamp replacements; system energy consumption;
monitoring, maintenance and control services, spill light control, and structural integrity. Manufacturer shall
maintain specifically-funded financial reserves to assure fulfillment of the warranty for the full term. Warranty
may exclude fuses, storm damage, vandalism, abuse and unauthorized repairs or alterations.
DELIVERY TIMING
1.6
Equipment On-Site: The equipment must be on-site 4-6 Weeks from receipt of approved submittals and
receipt of complete order information.
PRE-BID SUBMITTAL REQUIREMENTS
A.
Approved Product: Musco’s Green Generation Lighting® sports lighting system is the approved product.
All substitutions must provide a complete submittal package for approval as outlined in Submittal
Information at the end of this section at least 10 days prior to bid. Special manufacturing to meet the
standards of this specification may be required. An addendum will be issued prior to bid listing any other
approved lighting manufacturers and designs.
B.
Design Approval: The owner / engineer will review pre-bid shop drawings from the manufacturers to
ensure compliance to the specification. If the design meets the design requirements of the
specifications, a letter will be issued to the manufacturer indicating approval for the specific design
submitted.
PART 2 – PRODUCT
2.1
LIGHTING SYSTEM CONSTRUCTION (Salem High School)
A.
System Description: Lighting system shall consist of the following:
Page 12 of 34
1. Galvanized steel poles.
2. Pre-stressed concrete base embedded in concrete backfill allowed to cure for 24 hours before pole
stress is applied. Alternate may be an anchor bolt foundation designed such that the steel pole and
any exposed steel portion of the foundation is located a minimum of 18 inches above final grade. The
concrete for anchor bolt foundations shall be allowed to cure for a minimum of 28 days before the
pole stress is applied, unless shorter cure time is allowed by structural engineer of record.
3. All luminaires shall be constructed with a die-cast aluminum housing or external hail shroud to protect
the luminaire reflector system.
4. All luminaires, visors, and crossarm assemblies shall withstand 150 mph winds and maintain
luminaire aiming alignment.
5. Musco will remote all ballasts and supporting electrical equipment in aluminum enclosures mounted
on pole approximately 10’ above grade. The enclosures shall be touch-safe, and include ballast,
capacitor and fusing, with indicator lights on fuses to indicate when a fuse is to be replaced for each
luminaire.
6. Wire harness complete with an abrasion protection sleeve, strain relief and plug-in connections for
fast, trouble-free installation.
7. Control and Monitoring Cabinet (NEMA Type 4) to provide on-off control and monitoring of the lighting
system, constructed of aluminum. Communication method shall be provided by manufacturer.
Cabinet shall contain custom configured contactor modules for 30, 60, and 100 amps, labeled to
match field diagrams and electrical design. Manual off-on-auto selector switches shall be provided.
B.
Manufacturing Requirements: All components shall be designed and manufactured as a system. All
luminaires, wire harnesses, ballast and other enclosures shall be factory assembled, aimed, wired and
tested.
C.
Durability: All exposed components shall be constructed of corrosion resistant material and/or coated to
help prevent corrosion. All exposed carbon steel shall be hot dip galvanized per ASTM A123. All exposed
aluminum shall be powder coated with high performance polyester or anodized. All exterior reflective
inserts shall be anodized, coated, and protected from direct environmental exposure to prevent reflective
degradation or corrosion. All exposed hardware and fasteners shall be stainless steel of 18-8 grade or
better, passivated and coated with aluminum-based thermosetting epoxy resin for protection against
corrosion and stress corrosion cracking. Structural fasteners may be carbon steel and galvanized
meeting ASTM A153 and ISO/EN 1461 (for hot dipped galvanizing), or ASTM B695 (for mechanical
galvanizing). All wiring shall be enclosed within the crossarms, pole, or electrical components enclosure.
D.
Lightning Protection: Manufacturer shall provide integrated lightning grounding via concrete encased
electrode grounding system as defined by NFPA 780 and be UL Listed per UL 96 and UL 96A.
If grounding is not integrated into the structure, the Manufacturer shall supply grounding electrodes,
copper down conductors and exothermic weld kits. Electrodes and conductors shall be sized as required
by NFPA 780. The grounding electrode shall be not less than 5/8 inch diameter and 8 feet long, with a
minimum of 10 feet embedment. Grounding electrode shall be connected to the structure by a grounding
electrode conductor with a minimum size of 2 AWG for poles with 75 feet mounting height or less, and
2/0 AWG for poles with more than 75 feet mounting height.
E.
Safety: All system components shall be UL Listed for the appropriate application.
F.
Electric Power Requirements for the Sports Lighting Equipment:
2. Electric power: 480 Volt, 3 Phase
3. Maximum total voltage drop: Voltage drop to the disconnect switch located on the poles shall not
exceed three (3) percent of the rated voltage.
2.2 STRUCTURAL PARAMETERS (Salem High School)
A.
Wind Loads: Wind loads shall be based on the 2009 International Building Code. Wind loads to be
calculated using ASCE 7-05, a design wind speed of 90MPH and exposure category C.
Page 13 of 34
B.
C.
Pole Structural Design: The stress analysis and safety factor of the poles shall conform to 2009
AASHTO Standard Specification for Structural Supports for Highway Signs, Luminaires, and Traffic
Signals (LTS-5).
Foundation Design: The foundation design shall be based on soil parameters as outlined in the
geotechnical report.
PART 3 – EXECUTION
3.1
SOIL QUALITY CONTROL
A. It shall be the Contractor’s responsibility to notify the Owner if soil conditions exist other than those on
which the foundation design is based, or if the soil cannot be readily excavated. Contractor may issue a
change order request / estimate for the Owner’s approval / payment for additional costs associated with:
1. Providing engineered foundation embedment design by a registered engineer in the State of Georgia
for soils other than specified soil conditions;
2. Additional materials required to achieve alternate foundation;
3. Excavation and removal of materials other than normal soils, such as rock, caliche, etc.
3.2
FIELD QUALITY CONTROL
A. Illumination Measurements: Upon substantial completion of the project and in the presence of the Contractor,
Project Engineer, Owner's Representative, and Manufacturer's Representative, illumination
measurements shall be taken and verified. The illumination measurements shall be conducted in
accordance with IESNA LM-5-04.
B. Correcting Non-Conformance: If, in the opinion of the Owner or his appointed Representative, the actual
performance levels including footcandles, uniformity ratios, and maximum kilowatt consumptions are not
in conformance with the requirements of the performance specifications and submitted information, the
Manufacturer shall be liable to any or all of the following:
1. Manufacturer shall at his expense provide and install any necessary additional luminaires to meet the
minimum lighting standards. The Manufacturer shall also either replace the existing poles to meet the
new wind load (EPA) requirements or verify by certification by a licensed structural engineer that the
existing poles will withstand the additional wind load.
2. Manufacturer shall minimize the Owner's additional long-term luminaire maintenance and energy
consumption costs created by the additional luminaires by reimbursing the Owner the amount of
$1,000.00 (one thousand dollars) for each additional luminaire required.
3. Manufacturer shall remove the entire unacceptable lighting system and install a new lighting system to
meet the specification.
Page 14 of 34
Page 15 of 34
LIST OF DRAWINGS:
Drawings are as follows:
Attached sheets – MUSCO (8 ½ x 11)
PRODUCTS AND MATERIAL:
Contractor shall review Project Manual and provide all material and work indicated.
EXECUTION OF WORK:
Contractor shall furnish and install the work as indicated in the Project Manual.
INSPECTION:
Upon completion of all areas, the Contractor will notify the Owner that the areas are ready for
inspection. The Owner will have a representative accompany the Contractor on the inspection and
will prepare a punch list which must be completed before final payment is made.
PERMITS:
Contractor to provide all required permits, if any, and is to obtain all required inspections and/or
approvals from all regulatory agencies having jurisdiction over this project.
AFFIDAVIT:
The Contractor shall furnish to the Owner with bid, a non-influence Affidavit on the form provided
in the Project Manual.
E-VERIFY AFFIDAVIT:
The Contractor shall furnish to the Owner with bid, an E-Verity Affidavit on the form provided in
the Project Manual.
STATUTORY AFFIDAVIT:
The Contractor shall furnish to the Owner upon completion of the project a Statutory Affidavit on
the form provided in the Project Manual.
CONTRACTOR'S WARRANTY:
The Contractor shall furnish to the Owner upon completion of the project a one year workmanship
warranty and ten (10) year motor warranty for each building, using the Contractor’s Warranty Form
provided in the Project Manual.
Page 16 of 34
PROJECT CLOSE OUT AND PAYMENT:
One payment in the amount of 100% of the contract sum will be made at the completion of the
project subject to the requirements listed in this section.
Partial payment for materials or labor will not be made.

Completion of all Punch List items

Acceptance of work by Owner

Contractor’s Warranty (included in Project Manual)

Statutory Affidavit (included in Project Manual)
Page 17 of 34
AFFIDAVIT
(This form to be executed in compliance with Official Code of Georgia Annotated Section 36-91-21(e). If the contractor is a partnership, the Affidavit shall be executed by all
of the partners and any officer, agent, or other person who may have represented or acted for them in bidding for or procuring the contract. If the contractor is a corporation, all officers,
agents, or other persons who may have acted for or represented the corporation in bidding for or procuring the contract shall execute the Affidavit.)
State of Georgia
County of ______________________
________________________________________, being duly sworn, hereby deposes and says
(Insert Name of Affiant)
that he/she has read, and is familiar with, the provisions of Official Code of Georgia Annotated
Section 36-91-21(d) which provide as follows:
(d)
Whenever a public works construction contract for any governmental entity subject to the
requirements of this chapter is to be let out by competitive sealed bid or proposal, no person,
by himself or herself or otherwise, shall prevent or attempt to prevent competition in such
bidding or proposals by any means whatever. No person who desires to procure such work
for himself or herself or for another shall prevent or endeavor to prevent anyone from
making a bid or proposal therefore by any means whatever, nor shall such person so desiring
the work cause or induce another to withdraw a bid or proposal for the work.
and that he/she has not directly or indirectly violated said provisions of the law.
Further, Affiant saith not.
This _________________day of ____________, 2014.
Sworn to and subscribed before me this ___________of________,2014.
________________________________________________
Notary Public
TENNIS COURT LIGHTS AT SALEM HIGH SCHOOL
Project Being Bidd for Rockdale County Public Schools
Page 18 of 34
Contractor Affidavit under O.C.G.A. § 13-10-91(b)(1)
By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A. § 1310-91, stating affirmatively that the individual, firm or corporation which is engaged in the physical
performance of services on behalf of Rockdale County Public Schools has registered with, is authorized to
use, and uses the federal work authorization program commonly known as E-Verify, or any subsequent
replacement program, in accordance with the applicable provisions and deadlines established in O.C.G.A.
§ 13-10-91. Furthermore, the undersigned contractor will continue to use the federal work authorization
program throughout the contract period and the undersigned contractor will contract for the physical
performance of services in satisfaction of such contract only with subcontractors who present an affidavit
to the contractor with the information required by O.C.G.A. § 13-10-91(b). Contractor hereby attests that
its federal work authorization user identification number and date of authorization are as follows:
_________________________________
Federal Work Authorization User Identification Number
_________________________________
Date of Authorization
_________________________________
Name of Contractor
_________________________________
Name of Project
Rockdale County Public Schools
Name of Public Employer
I hereby declare under penalty of perjury that the foregoing is true and correct.
Executed on ______, ___, 2014 in __________(city), _____________(state).
_________________________________
Signature of Authorized Officer or Agent
_______________________________
Printed Name and Title of Authorized Officer or Agent
SUBSCRIBED AND SWORN BEFORE ME
ON THIS THE ______ DAY OF ______________,2014.
_________________________________
NOTARY PUBLIC
My Commission Expires:
_________________________________
Page 19 of 34
STATUTORY AFFIDAVIT
TO:
ROCKDALE COUNTY BOARD OF EDUCATION, OWNER
FROM:
_____________________________________________, CONTRACTOR
SUBJECT:
CONTRACT ENTERED INTO THE ____ DAY OF ________, 2014, BETWEEN THE
ABOVE-MENTIONED PARTIES FOR:
TENNIS COURT LIGHTS AT
SALEM HIGH SCHOOL
KNOW ALL MEN BY THESE PRESENTS:
1. The undersigned hereby certifies that all work required under the above contract has been performed in
accordance with the terms thereof, that all materialmen, subcontractors, mechanics, and laborers have
been paid and satisfied in full, and that there are no outstanding claims of any character (including
disputed claims or any claims to which the contractor has or will assert any defense) arising out of the
performance of the contract which have not been paid and satisfied in full.
2. The undersigned further certifies that to the best of his knowledge and belief, there are no unsatisfied
claims for damages resulting from injury or death to any employees, subcontractors, or the public at
large arising out of the performance of the contract, or any suits or claims for any other damage of any
kind, nature, or description which might constitute a lien upon the property of the owner.
3. The undersigned makes this affidavit as provided by law and for the purpose of receiving final payment
in full settlement of all claims against the owner arising under or by virtue of the release of the owner
from any and all claims arising under or by virtue of the contract.
PRINTED NAME AND TITLE
FIRM NAME
NOTARY PUBLIC
THIS
DAY OF
FIRM ADDRESS
, ______.
SIGNATURE
MY COMMISSION EXPIRES:
Page 20 of 34
CONTRACTOR’S WARRANTY
OWNER:
ROCKDALE COUNTY BOARD OF EDUCATION
1062 NORTH STREET
CONYERS, GEORGIA 30012
PROJECT NAME:
TENNIS COURT LIGHTS AT
SALEM HIGH SCHOOL
COUNTY OF:
ROCKDALE
STATE OF:
GEORGIA
DATE:
_________________________
SCHOOL NAME:
____________________________________________________
______________________________, as Contractor on the above job do hereby guarantee that all work
executed under the Project Manual will be free from defects of workmanship for a period of TEN (10)
YEARS, beginning _______________________, and ending _________________________; and free from
defects of materials for a period of TEN (10) YEARS, beginning _______________________, and ending
_________________________; and that all defects occurring within the warranty periods shall be replaced
or repaired at no cost to the Owner.
This guarantee covers all work as shown on the Drawings and called for in the Project Manual.
Nothing in the above shall be deemed to imply that this guarantee shall apply to any work which has been
abused or neglected by the Owner.
LEGAL NAME OF FIRM
BY:
NOTARY PUBLIC
THIS
DAY OF
PRINTED NAME AND TITLE
, ______.
SIGNATURE
MY COMMISSION EXPIRES:
Page 21 of 34
ROCKDALE COUNTY BOARD OF EDUCATION
954 North Main Street, Conyers, Georgia 30012-4480
FORM OF AGREEMENT
BETWEEN OWNER AND CONTRACTOR OR VENDOR
AGREEMENT:
Made as of the 20th day of May in the year of Two Thousand Fourteen.
BETWEEN THE OWNER:
ROCKDALE COUNTY BOARD OF EDUCATION
954 NORTH MAIN STREET
CONYERS, GEORGIA 30012
and
CONTRACTOR:
for
PROJECT NAME:
TENNIS COURT LIGHTS
AT
SALEM HIGH SCHOOL
Page 22 of 34
The Owner and Contractor/Vendor agree as set forth below.
ARTICLE 1
THE CONTRACT DOCUMENTS
The Contract Documents consist of this Agreement, Project Manual, Drawings, Specifications, and
Addenda issued prior to the execution of this Agreement, other documents listed in the Agreement and
Specifications issued after execution of Agreement. These form the Contract, and are as fully a part of the
Contract as if attached to the agreement or repeated herein. This Contract represents the entire and
integrated agreement between the parties hereto and supersedes prior negotiations, representation or
agreement, either written or oral. An enumeration of the Contract Documents, other than Modifications,
appears in Article 6.
ARTICLE 2
THE WORK OF THIS CONTRACT
The Contractor shall execute the entire work described in the Contract Documents, except to the extent
specifically indicated in the Contract Documents to be the responsibility of other, or as follows:
None.
ARTICLE 3
DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION
COMMENCEMENT DATE:
3.1
Actual construction may begin upon receipt by the Contractor of a Notice to Proceed letter
from the Owner. All required submittals shall be submitted by contractor and approved by
Owner prior to beginning any work.
SUBSTANTIAL COMPLETION DATE:
3.2
Contractor is to be complete with all work at Salem High School no later than August 15,
2014.
Page 23 of 34
ARTICLE 4
CONTRACT SUM
4.1
The Owner shall pay the Contractor for the Contractor’s performance of the
Contract, the sum of ----------------------------------- ($--, ---), subject to additions and
deductions provided in the Contract Documents.
4.2
The Contract sum is based upon the following alternates, if any, which are described in the
Contract Documents and are hereby accepted by the Owner:
None.
4.3
Unit prices, if any, are as follows:
None.
ARTICLE 5
FINAL PAYMENT
5.1
Based upon Application for Payment submitted to the Owner by the Contractor, the Owner
will make lump sum payment as provided in the Contract Documents. Partial payment for
material or labor will not be made.
ARTICLE 6
ENUMERATION OF CONTRACT DOCUMENTS
6.1
The Contract Documents, except for Modifications issued after execution of this
Agreement are enumerated as follows:
a.
Project Manual dated APRIL 14, 2014.
6.2
The Agreement is the executed Form of Agreement between Owner and Contractor as
provided in the Project Manual dated APRIL 14, 2014.
6.3
The Supplementary and other Condition of the Contract are those contained in the Project
Manual dated APRIL 14, 2014.
6.4
The Specifications are those contained in the Project Manual dated APRIL 14, 2014.
6.5
The Addenda, if any, are as follows:
None.
Page 24 of 34
6.6
Other documents, if any, forming part of the Contract Documents are as follows:
None.
This Agreement is entered into as of the day and year first written above and is executed in at least two
original copies of which one is to be delivered to the Contractor and the remaining copy to be retained by
the Owner.
OWNER:
(SEAL)
CONTRACTOR:
(SEAL)
ROCKDALE COUNTY
BOARD OF EDUCATION
SIGNED:
BY:
Richard Autry
Superintendent
SIGNED:
BY:
ROCKDALE COUNTY BOARD OF EDUCATION
954 North Main Street, Conyers, Georgia 30012-4480
Page 25 of 34
Control System Summary
Project Information
Project Specific Notes:
Project #:
162529
Project Name:
Salem High School Tennis
Date:
03/28/14
Project Engineer:
MSulliva
Sales Representative:
Jeremy Jordan
Control System Type:
Control and Monitoring
Communication Type:
Digital Cellular
Scan:
162529
Document ID:
162529P1V1-0328100011
Distribution Panel Location or ID:
Tennis
Total # of Distribution Panel Locations for Project:
1
Design Voltage/Hertz/Phase:
480/60/3
Control Voltage:
120
Equipment Listing
DESCRIPTION
1.Control and Monitoring Cabinet
2.Surge Protection Device
Materials Checklist
Contractor/Customer Supplied:
A single control circuit must be
supplied per distribution panel location.
If the control voltage is NOT available,
a control transformer is required.
Electrical distribution panel to provide
overcurrent protection for circuits
Thermal/Magnetic circuit breaker
sized per full load amps on Circuit
Summary by Zone Chart
Wiring:
Dedicated control power circuit
Power circuit to and from lighting
contactors
Monitoring circuit from surge protection
device to Control and Monitoring cabinet 1
Harnesses for cabinets at remote
locations
Means of grounding, including lightning
ground protection
Electrical conduit wireway system
Entrance hubs rated NEMA 4:
must be die-cast zinc, PVC, or
copper-free die-cast aluminum
Mounting hardware for cabinets
Control circuit lock-on device to prevent
unauthorized power interruption to control
power
Anti-corrosion compound to apply to ends of
wire, if necessary
Call Control-Link Central(TM) operations center
at 877/347-3319 to schedule activation of the
control system upon completion of the installation.
Note: Activation may take up to 1 1/2 hours
Total Contactors
Total Off/On/Auto Switches:
APPROXIMATE SIZE
24 X 72
6 X 10
QTY
8
2
SIZE
30 AMP
IMPORTANT NOTES
1. Please confirm that the design voltage listed above is accurate for this
facility. Design voltage/phase is defined as the voltage/phase being connected
and utilized at each lighting pole's ballast enclosure disconnect. Inaccurate
design voltage/phase can result in additional costs and delays. Contact
your Musco sales representative to confirm this item.
2. In a 3 phase design, all 3 phases are to be run to each pole. When a 3 phase
design is used Musco's single phase luminaires come pre-wired to utilize all 3
phases across the entire facility.
3. One contactor is required for each pole. When a pole has multiple circuits, one
contactor is required for each circuit. All contactors are UL 100% rated for the
published continuous load. All contactors are 3 pole.
4. If the lighting system will be fed from more than one distribution location,
additional equipment may be required. Contact your Musco sales representative.
5. A single control circuit must be supplied per control system.
6. Size overcurrent devices using the full load amps column of the Circuit Summary
By Zone chart- Minimum power factor is 0.9.
NOTE: Refer to Installation Instructions for more details on
equipment information and the installation requirements
C 1999,2014 Musco Sports Lighting,LLC
T:\162\162529P1V1-0328100011.pdf
Form: T-5030-1
Control System Summary
C 1999,2014 Musco Sports Lighting,LLC
Form: T-5030-1
T:\162\162529P1V1-0328100011.pdf
Salem High School Tennis / 162529 - 162529
Tennis - Page 2 of 4
Control System Summary
Salem High School Tennis / 162529 - 162529
Tennis - Page 3 of 4
C 1999,2014 Musco Sports Lighting,LLC
Form: T-5030-1
SWITCHING SCHEDULE
Field/Zone Description
Zones
Tennis 1
Tennis 2
1
2
CONTROL POWER CONSUMPTION
120V Single Phase
VA loading
of Musco
Supplied
Equipment
BALLAST SPECIFICATIONS
VOLTAGE: 480v
INRUSH: 2548.0
SEALED: 298.8
THREE PHASE
.90 Minimum Power Factor
BALLAST OPERATING VOLTAGE
208
220
240
277
347
380
480
1500 Watt Metal Halide Lamp
8.6
8.3
7.5
6.5
5.1
4.7
3.7
6.5
6.4
5.8
4.9
4.0
3.6
2.9
Operating line amperage per fixture- maximum
1000 Watt Metal Halide Lamp
Operating line amperage per fixture- maximum
CIRCUIT SUMMARY BY ZONE
POLE
CIRCUIT DESCRIPTION
# OF
FIXTURES
FULL
LOAD
AMPS
T1
T2
T5
T6
T2
T3
T4
T5
Tennis 1
Tennis 1
Tennis 1
Tennis 1
Tennis 2
Tennis 2
Tennis 2
Tennis 2
2
2
2
2
2
2
2
2
7.4
7.4
7.4
7.4
7.4
7.4
7.4
7.4
T:\162\162529P1V1-0328100011.pdf
CONTACTOR CONTACTOR
SIZE (AMPS)
ID
30
30
30
30
30
30
30
30
C1
C2
C3
C4
C5
C6
C7
C8
ZONE
1
1
1
1
2
2
2
2
Control System Summary
Salem High School Tennis / 162529 - 162529
Tennis - Page 4 of 4
C 1999,2014 Musco Sports Lighting,LLC
Form: T-5030-1
PANEL SUMMARY
CABINET
#
1
1
1
1
1
1
1
1
CONTROL CONTACTOR
MODULE
ID
LOCATION
1
1
1
1
1
1
1
1
C1
C2
C3
C4
C5
C6
C7
C8
CIRCUIT DESCRIPTION
FULL
LOAD
AMPS
Pole T1
Pole T2
Pole T5
Pole T6
Pole T2
Pole T3
Pole T4
Pole T5
7.40
7.40
7.40
7.40
7.40
7.40
7.40
7.40
DISTRIBUTION
PANEL ID (BY
OTHERS)
ZONE SCHEDULE
CIRCUIT DESCRIPTION
ZONE
SELECTOR
SWITCH
ZONE DESCRIPTION
POLE ID
CONTACTOR
ID
Zone 1
1
Tennis 1
Zone 2
2
Tennis 2
T1
T2
T5
T6
T2
T3
T4
T5
C1
C2
C3
C4
C5
C6
C7
C8
T:\162\162529P1V1-0328100011.pdf
CIRCUIT
BREAKER
POSITION (BY
OTHERS)
Foundation and Pole Assembly Drawing
Sheet 1 OF 1
WEIGHT
BURIAL
POLE
MTG
HT.
(ft)
NBR
FXT
CONC
BASE
(lbs)
DRESSED
POLE
(lbs)
HOLE
DIA
(in)
HOLE
DPTH
(ft)
BUR
DPTH
(ft)
BACK
FILL
(yd3)
T1
40
2
1090
563
30
8
8
1.3
T2
40
4
1090
743
30
8
8
1.3
T3
40
2
1090
563
30
8
8
1.3
T4
40
2
1090
563
30
8
8
1.3
T5
40
4
1090
743
30
8
8
1.3
T6
40
2
1090
563
30
8
8
1.3
Preliminary Information - Foundation requirements
should be confirmed prior to installation.
Note: Design standard IBC wind zone 90 mph.
Backfill - concrete needed for backfill
is 3000PSI minimum strength.
Foundation design based on UBC
or IBC class 5 strength soils.
Refer to Structural foundation designs or jacking
drawings for final installation details.
Steel shaft weight is the dressed pole weight.
NOTE:
1: Come-a-longs" not supplied by Musco unless
ordered for the Project
Salem High School Tennis
Conyers, GA USA
By:
Rep:
Scale:
J. Jordan
Order:
COPYRIGHT C 1990, 2014 MUSCO SPORTS LIGHTING,LLC
Not to be reproduced in whole or part without the
written consent of Musco Sports Lighting, LLC.
Form Rev Date: 07/21/99
Print Date: 04/16/2014 12:09:32
coversheet/R-ERRPT-PRESALE-JACKING-DRAWING-PS.p
Date:
Nbr:
Rev:
04/16/2014
162529
Datasheet: Precast Concrete Base
Wireway
Pole ID
Pole
grounding
connector
Tapered
upper section
for slip-fit
Lifting hole
Handhole,
above grade
Finished
grade
Top of concrete
backfill
Conduit adapter
plate
Wire access hole,
below grade
Integrated
grounding electrode
©2012 Musco Sports Lighting, LLC · U.S. and foreign patents pending. · UL listing number E337467 · T-2015-1
www.musco.com · [email protected]
1