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
© Copyright 2025