BROOKWOOD ATHLETIC COMPLEX MUlTI-PURPOSE EXTERIOR …

37
1 CLARE PUBLIC SCHOOLS BROOKWOOD ATHLETIC COMPLEX MUlTI-PURPOSE FIELD EXTERIOR STADIUM LIGHTING REPLACEMENT Physical location of project – 688 Ann Arbor Trail Clare, Michigan 48617 REQUEST FOR PROPOSALS ("RFP") SEPTEMBER 1, 2021

Transcript of BROOKWOOD ATHLETIC COMPLEX MUlTI-PURPOSE EXTERIOR …

CLARE PUBLIC SCHOOLS BROOKWOOD ATHLETIC COMPLEX MUlTI-PURPOSE FIELD
EXTERIOR STADIUM LIGHTING REPLACEMENT Physical location of project – 688 Ann Arbor Trail
Clare, Michigan 48617
Brookwood Athletic Complex Exterior Stadium Lighting Project
Date RFP Released: September 1, 2021
Pre-Bid Walk-Through Meeting: Tuesday September 7th, 2021, at 9:00am at Pioneer High School 670 Ann Arbor Trail Clare, MI/Brookwood Athletic Complex 688 Ann Arbor Trail Clare, MI
Proposals Due: September 16th, 2021, 4:00 p.m. at Clare Administration Office 201 E. State St. Clare, MI
Opening of Proposals: Proposals will be publicly opened and read aloud on September 16th, 2021, at 4:00 p.m. at Clare Administration Office 201 E. State St. Clare, MI
Late Proposals: Clare Public Schools will not accept or consider any late bids.
Rejection of Proposals: Clare Public Schools reserves the right to accept or reject any and all proposals submitted. Failure to abide by the conditions outlined in this RFP will result in termination of business with winning vendor. Each bid shall be accompanied by a sworn and notarized affidavit. The district will not accept a bid that does not include a sworn and notarized affidavit of familial relationships as attached to this RFP.
3
Clare Public Schools (CPS) is receiving proposals for the Multi - Purpose Exterior Stadium Lighting Project at Brookwood Athletic Complex.
For more information or to receive a copy of the request for proposal documents, please contact: Jim Walter II, Superintendent 201 E. State St. Clare, Michigan 48617 989-386-9945 [email protected]
Project Overview and Scope Clare Public Schools is accepting proposals for purchase, delivery, and installation of Exterior Stadium Lighting Replacemnt at the Clare High School Soccer/ Track /Football Multi Purpose Field (Brookwood Athletic Complex). The Existing Lighting Fixtures, Poles and Supporting Electrical System shall be removed completing, and Installation of New LED Fixtures, Poles and Supporting Electrical Wiring and Components shall be installed per all applicable codes.
The Bidding Contractor/Installer will be responsible for an all-inclusive, turnkey scope of the exterior stadium lightning replacement, which includes designing, stamping and submitting sealed drawings to the state of Michigan for review and approval. This contractor will be the only contractor under agreement/contract with the district to complete 100 percent of the lightning removal and replacement. The all-inclusive proposal shall be based upon submitting companies design based upon the minimum project requirement below. Please include design within the proposal as both design along with cost will be reviewed to determine the overall lowest qualified responsible contractor with the best design value. Upon completion the site shall be full restored back to original state with black dirt, grass seed, sidewalks, concrete or asphalt including any fence reinstallation. Lay down area and adjacent parking lot shall be cleaned of all debris and loose soils. The project schedule with be based upon starting after last event in November 2021(estimated mid-Nov.), and must be complete with final inspection and occupancy granted by July 1st, 2022.
The objective of this Request for Proposal (RFP) is to identify the lowest responsible bidder that is qualified to remove the existing stadium lights from the site, including designing, supplying, and installing stadium lighting in accordance with all applicable laws, codes, rules, and regulations.
It is strongly recommended that prospective installers / manufactures visit the installation site. Interested bidders can visit the site during the site tour, which will be offered on September 7th, 2021, at 9:00 a.m. at the Brookwood Athletic Complex (meeting at Pioneer High School on site). During the site tour, interested bidders will be shown all building/site areas involved and be able to view and photograph the site.
Minimum Project Requirements That Must Be Included in the Proposal
A. Scope of Project • Complete removal of existing wood poles and light fixtures, poles shall be cut below grade an minimum of 24" and cover with concrete or black dirt and seed, which ever is required to match adjacent surfaces. • Directional Drilling is allowed, Absolute Minimum depth crossing under the track shall be NO less the 10'-0" from the finish elevation of the track. • Any Existing Low Voltage Speakers, Cameras, PA System on existing poles shall be removed and relocated to new poles including all wiring and mounts if still operational. • Meet Foot-candles Requirements per Specifications • Meet Manufacture Warranty per Specifications • Include an $ 5,000.00 Allowance for Project Engineering / Drawing to Submit to State for Review and Approval. Its this contractors responsibility to submit sealed and stamped drawings to the State of Michigan for plan review and permitting, including all applicable fees. • Manufacture Design shall meet or exceed State of Michigan 2015 Building and Electrical Codes, it is the contractor and manufacture responsible to ensure all building and electrical code requirements. • Manufacture shall design pole structures to accept any relocated components or additional lighting other then mount at top of pole. See Sketch for Additional Security Lighting Areas. • Manufacture shall design foundations based upon geological soil boring reports. There will be no additional monies or change orders for poor soil conditions. Direct Burial Poles are acceptable based upon pole treated on both exterior and interior surface minimum 24" Above Grade. • Contractor shall restore site back to original condition upon completion with any required black dirt / seed or asphalt / concrete as required to match adjacent surfaces. That also includes if the contractor damages any surface while installing system shall be replaced at no traditional cost to the owner. • Contractor to Include an $10,000.00 Allowance to remove and replace concrete as required to meet optimal design location of new poles if required. Part of the allowance can be used to over cut concrete around existing poles to replace appropriate size slab. • Existing Electrical Service is 480V. Remove Existing Disconnect, Install New Panel and breakers to control lighting, within Electrical Shed. Feed Underground into Shed. • Each Light Pole shall have its own dedicated home-run circuit within wiring /conduit and breaker sized per manufacture requirements ( Example # 8 wire in 1" Conduit ) • Located Behind each light pole shall have a hand box with heavy duty traffic top, from hand box rigid conduit shall be installed to service remote driver junction box.
• Electrical Receptacles shall be mounted in press box to power connectivity boxes /antenna
• Manufacture design and system functionality including all manufacture specific options will all be reviewed during post bid review. The intent is for each manufacture to put forth the best overall design build system based upon the specification guidelines. There is an budget that must be meet as per all projects, that shall be taken into consideration when designing / submitting recommend layout and system. However the system shouldn't be designed just to be the the lowest or cheapest proposal, rather the best overall value for the systems performance and functionality conjunction with manufacture options. This RFP is written to be open to the three top manufactures and each provided the opportunity to design / bid what is believed to be in the best longterm interest of the district.
B. Installation Requirements • Installer is responsible for complete design and construction in complete compliance with
all applicable laws, codes, rules, and regulations, obtain all required permits and plan 4
5
review fees, and conduct all required inspection fees required for to obtain permanent occupancy.
• The existing field layout along with all existing bleachers or structures will not be relocated or altered, lighting design shall coordinated around all existing fixed features.
• Preventive measures should be taken not to damage any parking lot/track/grounds; any damage done to the existing facilities will be repaired by the installer or deducted from the balance owed.
• All bidders are encouraged to visit the site, and will receive a walk-through with the Director of Operations.
• After completion, a walk-through for district administration is required detailing operation and preventative maintenance procedures, along with reviewing craftsmanship, completion, and site restoration.
• Lighting must be installed and ready for occupancy by July 1, 2022. Desired Installation would be between November 2021 - March 2022 ahead of track season.
C. Code of Standards • Installation should meet or exceed all applicable laws, codes, rules, and regulations.
System installation must conform to Occupational Health and Safety Administration (OSHA) directives.
• Lighting system should adhere to Uniform Building Code (UBC) regulations and Americans with Disabilities Act (ADA).
• Lighting system shall be designed to meet or exceed all 2015 State and International Building Codes for the State of Michigan. Including AASHTO Specifications for Structural Supports for Highway Signs, Luminaries and Traffic Signals.
CI. Warranty and Service Contract Requirements • Copies of manufacturer warranties on all relevant products shall be provided as an
attachment to the bidder’s response to this RFP. • A copy of the installation/workmanship warranty (showing a 25 year minimum) shall be
provided as an attachment to the bidder’s response to this RFP. • The bidder agrees to be bound by the terms of the form agreement attached hereto. The
bidder further acknowledges that the district, in its sole discretion, may negotiate the terms of the attached form agreement.
CII. Complete Scope of Work which includes the following: • Timeline of work beginning with start date and end date; • State approved preliminary engineered drawing and layout; • Description of materials; • Breakdown of cost for project with overall costs; • Proof of Insurance (see attached example requirements); • Warranties on materials and workmanship. • Performance, labor, and material bonds for full project value.
CIII. References • Provide three references with at least one in the general area where the Clare Public
Schools staff may view project.
6
PARKING AND STAGING AREAS • Onsite parking and material staging areas will be provided for contractor by district. • Restrooms are available onsite.
GENERAL RULES No Obligation - This RFP does not obligate the district to enter into any agreements. The district reserves the right to cancel or re-issue this RFP at any time, and to solicit qualifications through any other appropriate method. 1. Rejection of Proposals- The district may reject any response that it deems to be incomplete, unresponsive, and significantly inaccurate in its representation or which is unacceptable. 2. Substitutions- Bidders may substitute or alter their responses subsequent to the submission date only if such changes are approved in writing by the Clare Public Schools Superintendent and not otherwise contrary to law. 3. Cost of Proposal and Non Compensation - Each bidder is solely responsible for all costs associated with responding to this RFP. There is no reimbursement for any costs to the RFP by the Clare Public Schools. 4. Delivery of Proposals - Each bidder is solely responsible for assuring a timely submittal of its response to the Clare Public Schools. Late responses will not be accepted. 5. Withdrawal of Proposal - Responses to this RFP may be withdrawn before the deadline for submission by written request to Jim Walter II, Superintendent, Clare Public Schools. Responses not timely withdrawn must remain in effect for at least ninety (90) days after the deadline for submission. 6. Disposition of Proposals- All submittals and the information therein become the property of the district upon submittal. 7. Affidavit- Each bid shall be accompanied by a sworn and notarized affidavit about familial relationships with the district’s superintendent or any board member. 8. The Proposal shall be deemed to include the cost of any and all applicable federal, state, and local taxes. The district will not be responsible to pay any taxes on this project.
PROPOSAL EVALUATION • Price is only one factor in the decision process; service, past experience with vendor, and
references will also be determining factors. The district will award to the lowest responsible bidder.
• Proposals must be submitted by 4:00 p.m. on September 16th, 2021 addressed to: Jim Walter II, Superintendent, Clare Public Schools, 201 E. State St., Clare Michigan 48617
For questions regarding scope of work, please contact Clare Public School’s Director of Operations Scott Lubs.
AFFIDAVIT OF ______________________________ (insert name of affiant)
STATE OF MICHIGAN ) )ss
(insert name of affiant)
1. I am a/the:
o President o Vice-President o Chief Executive Officer o Member o Partner o Owner o Other (please specify) ________________________
of [insert name of contractor], a bidder for bleacher installation for Clare Public Schools.
2. I have personal knowledge and/or I have personally verified that the following are
all of the familial relationships existing between the owner(s) and the employee(s) of the
aforementioned contractor and the school district's superintendent and/or board members:
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
3. I have authority to bind the aforementioned contractor with the representations
contained herein, and I am fully aware that the school district will rely on my representations in
evaluating bids for the installation of stadium lighting.
8
4. I declare the above information to be true to the best of my knowledge, information
and belief. I could completely and accurately testify regarding the information contained in this
affidavit if requested to do so.
__________________________________________ (signature of affiant)
9
Attachment B – Iran Economic Sanctions Act Certification
I am the _____ _______ of ____________________________, or I am bidding in my individual capacity ("Bidder"), with authority to submit a binding bid for the installation of bleachers for Clare Public Schools. I have personal knowledge of the matters described in this Certification, and I am familiar with the Iran Economic Sanctions Act, MCL 129.311, et seq. ("Act"). I am fully aware that the school district will rely on my representations in evaluating bids.
I certify that Bidder is not an Iran-linked business, as that term is defined in the Act. I understand that submission of a false certification may result in contract termination, ineligibility to bid for three (3) years, and a civil penalty of $250,000 or twice the bid amount, whichever is greater, plus related investigation and legal costs.
_________________________________________ (signature)
_________________________________________ (printed)
_________________________________________ (date)
10
Attachment C – Proposal Form
Proposer shall provide necessary information including but not limited to the information below. Proposer can attach additional pages as necessary to provide additional information or explanation.
Proposer Information: _____________________________________ _____________________________________ _____________________________________ _____________________________________
Pricing Terms:
Base Bid $_____________________________________________
$_____________________________________________
Other Optional Alternates : $_____________________________________________
The Proposer agrees to be bound by all terms and conditions set forth in the RFP and its attachments, except and to the extent stated herein: ____________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________
The Proposer agrees to commence work in November 2021 and to be finally complete with all work by July 1, 2022, except and to the extent stated herein: ____________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________
Required Attachments/Information YES NO Proof of Insurance? Manufacturer’s Warranties? Installation/Workmanship Warranty (min. 5 years)? Timeline of Work? References?
11
Attachment D – Form of Owner/Contractor Agreement
This Agreement (“Agreement”) is made this ____ day of ___________, 20___ by and between Clare Public Schools, a Michigan general powers school district, organized and operated pursuant to the Michigan Revised School Code, whose address is 201 E. State Street, Clare, Michigan (hereinafter referred to as the “District” or "Owner"), and ____________________, a Michigan ________, whose address is __________________________________ (hereinafter referred to as “Contractor”), for services related to the installation of outdoor bleachers, all in accordance with the terms and conditions herein.
RECITALS
WHEREAS, the District desires to purchase and install outdoor bleachers ("Project") and has issued Bidding Documents for such purpose (“Bidding Documents”);
WHEREAS, Contractor is an entity which has represented to have the personnel, expertise, training, capacity and qualifications to perform the Project and has submitted a bid in response to the Bidding Documents;
WHEREAS, the District and Contractor desire to enter into this Agreement to authorize and require the Contractor to perform the Project and any other duties identified herein.
NOW THEREFORE, in consideration of the mutual promises and benefits contained herein, the parties agree as follows:
SECTION 1 – INCORPORATION OF DOCUMENTS
1.1 The Bidding Documents and District-accepted portions of the Contractor’s bid (“Bid”) are incorporated herein by reference as if fully restated herein. In the event of any inconsistency between or among the Bidding Documents, the Bid, this Agreement, or any other contract document (collectively, the "Contract Documents"), the provision that is more beneficial to the Owner (as determined in the Owner's sole discretion) shall be deemed to control.
SECTION 2 – DESCRIPTION OF SERVICES / RELATIONSHIP OF PARTIES
2.1 Contractor shall provide services related to the Project, as described in the Contract Documents identified in Section 1, as required by law, as may otherwise be subsequently agreed to by the parties in writing via amendment (“Services”). Contractor’s Services include those to be performed by Contractor, Contractor’s subcontractors and suppliers, and Contractor’s consultants and agents as enumerated in this Agreement and as reasonably necessary to complete the Project.
2.2 The work to be performed by the Contractor is generally described in the Bidding Documents, as well as all related and incidental services necessary to complete the Project.
2.3 Contractor’s services shall be performed as expeditiously as is consistent with professional skill and care and the orderly progress of the Project. Contractor shall perform its responsibilities and services in a manner consistent with applicable industry standards. Contractor shall submit for the Owner’s approval a schedule for the performance of Contractor’s services which shall
12
not exceed time frames required by the Contract Documents except as such time frames may be properly extended by mutual written agreement of the parties. It is understood and agreed that minimizing disruption to the District’s operations is a critical scheduling consideration.
2.4 Contractor’s employees assigned to provide Services shall be fully certified, licensed and approved as necessary to lawfully perform the Services. Contractor shall at all times comply with applicable federal, state and local laws, rules, regulations and policies, including but not limited to those applicable to public school buildings and construction projects (such as the Revised School Code, the School Building Construction Act, the Occupational Code, the State School Aid Act, etc.), as well as those related to safety, including but not limited to OSHA and MIOSHA as applicable. In the event of any inconsistency between or among code requirements, regulations, and interpretations, Contractor shall be required to comply with the most-stringent obligation(s). Contractor shall obtain and comply with all necessary permits and permissions to perform the work.
2.5 Contractor shall be responsible for all materials and equipment while in transit and until finally and properly installed. Contractor further agrees that any equipment installed pursuant to this Agreement shall be new and of good working order. Contractor shall indemnify and hold the Owner harmless from and against any and all claims of whatever kind or nature for damage to property or for personal injury, including death, and from and against any loss or liability in connection therewith, made by anyone arising out of the negligence or willful misconduct of Contractor under this Agreement, either by Contractor, any subcontractor of Contractor, or by anyone directly engaged or employed by Contractor, provided, however that Contractor shall have no liability hereunder, for any such claims, loss or liability to the extent they arise from or relate to the negligence or willful misconduct of the Owner.
2.6 In the performance of Services under this Agreement, Contractor (its agents, subcontractors and employees) shall be regarded at all times as performing services as an independent contractor of the District. Contractor shall be regarded, designated and considered to be the employer with respect to all individuals whom Contractor may select and assign to provide Services under this Agreement.
2.7 Within the meaning of all applicable federal, state and local laws, including but not limited to, employment taxes, income taxes, labor relations acts, employment discrimination laws, minimum wage and overtime laws, and workers' compensation laws (collectively, the "Employment Laws"), Contractor is and shall be deemed to be the sole employer of all personnel used to provide services on behalf of Contractor pursuant to this Agreement (the "Contractor Personnel"), and its relationship with the Owner shall be deemed to be that of an independent contractor and not that principal and agent, servant, or employer and employee. As the employer of the Contractor Personnel, Contractor shall: (a) have the power to hire, discipline, recruit, train and terminate Contractor Personnel; (b) instruct the Contractor Personnel on when, where and how to perform their duties: (c) determine the amount of frequency of wage, benefit, salary, bonus and other payments to Contractor Personnel; (d) determine and pay the amount, if any, of reimbursement for business and/or traveling expenses of Contractor Personnel; (e) pay and file with all appropriate governmental entities all necessary payroll information, taxes and deductions, including but not limited to, federal, state and local income taxes, social security taxes, and unemployment taxes; (f) comply with the Employment laws; and (g) pay any and all workers' compensation and other insurance costs and premiums applicable to employers.
13
2.8 Contractor is expected to coordinate the timing, location, and performance of Services with the District representative and/or any other District administrator identified to the Contractor in writing. The intent of this paragraph is not to direct the Contractor's work, but only to ensure the efficient and smooth performance of same in light of the District's ongoing operations.
SECTION 3 – FEES, INVOICE AND PAYMENT
3.1 In consideration of Services properly provided by Contractor under this Agreement, the District will pay to Contractor ________________________________ Dollars ($___________). No additional fees, compensation, or costs of any kind shall be paid to Contractor, except and to the extent agreed to by the parties in writing.
3.2 Invoices shall be submitted no more frequently than monthly and shall coincide with the value of work performed. The District will remit payment on undisputed invoices or undisputed portions of invoices within thirty (30) days of receiving the invoice, but in no event shall a payment be made if such payment will result in the Contractor receiving an amount that exceeds the value of services performed to date.
3.3 Without regard to Section 3.2, the District shall be entitled to retain ten percent (10%) of any amounts paid until the Contractor has successfully and finally completed its Services.
SECTION 4 – INDEMNIFICATION AND INSURANCE
4.1 Contractor shall indemnify and hold the District (and its officers, administrators, employees, and agents) harmless from and against all liabilities, damages, fines, penalties, demands, forfeitures, claims, suits, causes of action or any other liabilities or losses, including all costs of defense, settlement and prosecution along with attorney, expert and other professional fees, arising out of or related to any negligence, wrongful act or breach of this Agreement or the obligation of Contractor or any of its employees or others for whom it is responsible in connection with the performance or non- performance of the Agreement.
4.2 Contractor agrees to procure and maintain insurance coverage in types and amounts reasonably required by the District and in no event less than identified in the Bid. Contractor agrees to provide the District certificates of insurance evidencing such coverage prior to commencing any Services. Insurance shall be obtained and maintained from an insurance company licensed to sell insurance in the State of Michigan with an A+ A.M. Best rating, or equivalent. Insurance coverage shall not be reduced or eliminated without at least sixty (60) days prior written notice to the District.
4.3 Contractor's insurances shall be obtained prior to the commencement of Services and shall be maintained either: (a) for at least one year following final completion if occurrence-based, and/or (b) for at least six years following final completion if claims-made. The District shall be identified as an additional insured on all applicable insurances.
4.4 If the contract sum identified in Section 3.1 is $50,000 or more, Contractor shall provide performance and payment bonds in an amount equal to 100% of the contract sum. The bonds shall be provided at no additional cost to the District, with the cost thereof deemed included within the Contractor’s bid. If the contract sum identified in Section 3.1 is less than $50,000, the District may still require the Contractor to provide performance and payment bonds, but the cost thereof shall be deemed
14
an additional reimbursable expense. In all other respects, bonds shall minimally comply with MCL 129.201, et seq.
SECTION 5 – EMPLOYEES AND SUBCONTRACTING
5.1 The District reserves the right to approve the identity of project representatives of the Contractor and any subcontractors. No subcontractor shall be used without the District’s prior written approval. The District shall have the right to request removal of any employee of the Contractor or a subcontractor from the project at the District’s direction upon 2 weeks' notice, subject to Contractor's status as employer.
5.2 In the performance of the Agreement it may be necessary for Contractor to subcontract part of the work to others. The Contractor will inform the District as to which subcontractors will be used. Subcontractor use shall be subject to the written approval of the District. The Contractor will be fully responsible to the District for the acts and omissions of subcontractors and of all persons whether directly or indirectly employed by the Contractor. Nothing in this Agreement shall create any contractual relationship between any subcontractor and the District. The Contractor shall not assign, transfer, convey, or otherwise dispose of the Agreement, or any part thereof, or the Contractor’s right, title, or interest in same without the prior written consent of the District. The Contractor shall not assign any of the monies due or to become due and payable under the Agreement without prior written consent of the District.
SECTION 6 – NONDISCRIMINATION
6.1 Contractor shall not discriminate against an employee or applicant for employment with respect to hire, tenure, terms, conditions, or privileges of employment, or a matter directly or indirectly related to employment, because of race, color, religion, national origin, age, sex, weight, or marital status and other employment matters described by Title VII of the Civil Rights Act of 1964 (Pub. L. 88-352. Breach of this covenant may be regarded as a material breach of the agreement.
SECTION 7 – OWNER’S RIGHT TO CORRECT DEFICIENCIES
7.1 If the Contractor shall neglect to perform the work properly, or should it refuse to remedy any defects in the work due to inferior quality or installation, or should it in any manner fail to perform any provision of the Agreement, the District, after 7 days' notice to the Contractor, may correct such deficiencies at Contractor’s cost and may deduct the cost thereof from any payment due the Contractor. The remedy described in this section is not exclusive and shall have no effect on the Owner’s ability to seek recovery for, among others, breach of contract, breach of warranty, and/or performance bond claims.
SECTION 8 – TIME FOR PERFORMANCE
8.1 Time is of the essence of this Agreement. The Contractor acknowledges and agrees that the performance of Services shall commence on _______________, 20___ and shall be finally and sufficiently completed on or before _________________, 20___. The District reserves the right to seek damages for any Contractor delays. For any delays caused to the Contractor, the Contractor's sole remedy shall be an extension in the deadline for performance.
SECTION 9 – DISPUTE RESOLUTION
15
9.1 The parties shall first attempt to resolve disputes informally and, if unsuccessful, through non-binding mediation. Mediation will be conducted in accordance with the Construction Industry Mediation Rules of the American Arbitration Association then in effect. Any claim or dispute not resolved by binding mediation shall be subject to litigation (or, if the parties agree in writing, arbitration).
9.2 A demand for mediation may be filed along with a complaint in litigation or a demand for arbitration, as applicable, but the process of non-binding mediation shall proceed first (so long as permitted by the applicable court or arbitrator). Any demand for mediation filed prior to a complaint in litigation or a demand for arbitration shall toll the statute of limitations for all applicable claims until the mediation process has been completed, successfully or unsuccessfully.
9.3 In the event of any mediation, arbitration or litigation arising out of or relating to this Agreement, Owner reserves the right to require that the mediation, arbitration or litigation, as applicable, be conducted in the general area where the Owner’s principal place of business is located. Any mediation with respect to this Agreement shall be non-binding. Any agreements reached in mediation shall be binding in accordance with law.
9.4 The Owner reserves the right in its discretion to require consolidation or joinder of any dispute arising out of or relating to this Agreement which another mediation, arbitration or litigation involving a person or entity not a party to this Agreement, in the event the Owner believes in its sole discretion that such consolidation or joinder is necessary in order to resolve a dispute or avoid duplication of time, expense or effort.
9.5 The Contractor shall include similar dispute resolution provisions in all agreements with subcontractors, sub-consultants, suppliers, or fabricators so retained, thereby providing for a consistent method of dispute resolution between and among the parties to those agreements.
9.6 As a condition precedent to any claim, mediation, arbitration, litigation or other cause of action being brought by the Contractor against the District, the Contractor shall notify the District in writing of any contractual or other dispute within 21 days of the circumstances giving rise to same. The failure to timely provide such notice shall be an irrevocable waiver of any claim or cause of action. Claims and causes of action by the District shall be subject to the applicable statute of limitations under Michigan law, but in no event shall a claim by the District be deemed untimely if filed within six (6) years of final completion of the Services.
SECTION 10 – TAXES
10.1 The Contractor acknowledges that the District is a tax-exempt entity and any taxes incurred pursuant to performance of this Agreement, including but not necessarily limited to sales and use taxes, shall be the sole responsibility of Contractor.
SECTION 11 – WARRANTIES
11.1 The Contractor shall provide the following warranties at no additional cost to the Owner: ______________________________________________________________.
16
11.2 In addition to, and not in substitution of, Section 11.1, the Contractor shall assign and forward to the Owner all applicable manufacturers' warranties for any equipment, software or materials relevant to the Project and Services.
SECTION 12 – TERMINATION
12.1 The Owner may terminate this Agreement upon seven (7) calendar days' prior written notice to the Contractor. If the Agreement is terminated prior to completion of the Services, Contractor shall provide a final report based on the value of the Services reasonably and properly performed as of the date of termination, and the Owner shall make payment for all services properly performed prior to termination, but in no event shall such sum exceed the fee described in Section 3.1.
SECTION 13 – CONFIDENTIALITY
13.1 If Contractor receives information of the Owner that is "confidential" or "business proprietary," Contractor shall keep such information strictly confidential and shall not disclose it to any other person except to its employees, those who need to know the content of such information in order to perform services solely for this Project, or its consultants whose contracts include similar restrictions. The parties acknowledge that the Owner cannot provide similar confidentiality protection due to the applicable of the Michigan Freedom of Information Act and the Michigan Open Meetings Act, among others.
SECTION 14 -- MISCELLANEOUS
14.1 Neither party shall assign this Agreement nor its rights and duties hereunder nor any interest herein without prior written consent from the other.
14.2 This Agreement, including all attachments and documents incorporated herein by reference, constitutes the entire agreement between the parties regarding its subject matter and supersedes any prior or contemporaneous understandings or agreements with respect to the services contemplated.
14.3 None of the terms and provisions of this Agreement may be modified, waived, or amended in any way except by written amendment, change order, or construction change directive.
14.4 Failure by either party at any time to require performance by the other party or to claim breach of any provision of this Agreement shall not be construed as a waiver of any subsequent breach nor affect the validity and operation of this Agreement, nor prejudice either party with regard to any subsequent action to enforce the terms of this Agreement.
14.5 This Agreement shall be interpreted and enforced under the laws of the State of Michigan.
14.6 If any provision of this Agreement should be invalid, illegal or unenforceable in any respect, the validity, legality and enforceability of the remaining provisions of this Agreement shall not in any way be affected, impaired or prejudiced thereby.
14.7 This Agreement may be executed in one or more counterparts, each of which shall be deemed to be an original, but all of which constitute one and the same agreement.
17
14.8 As a part of its services, the Contractor shall provide correction period services for twelve (12) months following completion of the Project, meaning the prompt and complete correction of any issues or problems in any manner related to Contractor’s services, materials, or performance.
14.9 Notwithstanding any provisions within the Contract Documents, nothing shall be deemed a waiver of any immunity granted to Owner by law or statute, including but not necessarily limited to, governmental immunity under MCL 691.1407.
14.10 Contractor shall not be entitled to additional compensation in the event it is necessary to extend the Project completion date because the Project is delayed due to conditions beyond the control of the Owner, such as strikes, weather, material shortages, site conditions, etc.
14.11 Contractor agrees to retain permanent records relating to the services performed for a period of at least six (6) years following submission of the construction documents, during which period the records will be made available to the Owner upon request.
SECTION 15 – AUTHORIZATION
15.1 The Agreement has been duly authorized, executed and delivered by the parties and constitutes a legal, valid and binding obligation upon each of them, enforceable in accordance with its terms. Each person placing his/her signature below represents and warrants that he/she is the signatory duly authorized to execute this Agreement on behalf of the District or Contractor, as is respectively applicable.
CLARE PUBLIC SCHOOLS,
18
19
20
21
22
PART 1 – GENERAL
1.1 SUMMARY
A. Work covered by this section of the specifications shall conform to the contract documents, engineering plans as well as all state and local codes.
B. The purpose of these specifications is to define the performance and design standards for Brookwood Athletic Complex-Clare High School in Clare, Michigan. The manufacturer / contractor shall supply lighting equipment to meet or exceed the standards set forth by the criteria set forth in these specifications.
C. The sports lighting will be for the following fields: 1. Multi-Purpose Field Football/Soccer – 360’x180’ 2. Track (inc. Long Jump area to north)
3. Security lighting of same approved manufacture shall be utilized to light parking lots to west and east of Field.
D. The primary goals of this sports lighting project are:
1. Life Cycle Cost: In order to reduce the operating budget, the preferred lighting system shall be LED and be energy efficient and cost effective to operate.
2. Highest Quality Lighting: It is a goal of this project to assure the Football Field and Track are lighted to the highest quality. All illuminance averages, minimums, critical minimums, and uniformities must be met.
3. Guaranteed Light Levels: Selection of appropriate light levels impact the safety of the players and the enjoyment of spectators. Therefore, the lighting system shall be designed such that the light levels specified are guaranteed for a period of 25 years.
ADDITIONAL Responsibilities:
1. Existing six (6) wooden sports lighting poles and lighting equipment must be de-commissioned and removed from property as part of this project.
1.2 LIGHTING PERFORMANCE
A. Performance Requirements: Playing surfaces shall be lit to a target average illuminance and target minimum illuminance levels and uniformities as specified in the chart below. Horizontal lighting calculations shall be developed, and field measurements taken on the grid spacing with the minimum number of grid points specified below. Measured average illumination level shall be in accordance with IESNA RP-6-01.
Area of Lighting
72
Section 26-56-68
Figure 1: Football Critical Minimum Zones (minimum 42 FC within the shadowed area below)
1. The required system will utilize 1200w LED sports lighting fixtures.
A. Luminaire Mounting Heights: To ensure proper aiming angles for reduced glare and to provide better playability, the fixture mounting height on all new poles shall be 80-90’ as shown on plans regardless of elevation.
# of Poles Pole Designation Pole Height MH
2 F1, F2 90'
2 F3, F4 80'
1.3 EVIRONMENTAL LIGHT CONTROL
A. Light Control Luminaires: All luminaires shall utilize spill light and glare control devices including, but not limited to, internal shields, louvers and external shields. No symmetrical beam patterns are accepted. B. Spill Light and Glare Control: To minimize impact on adjacent properties, spill light and
candela values must not exceed the following levels taken at 3 feet above grade. • Horizontal Footcandles .5 FC ( West Property Line )
C. Spill Scans: Spill scans must be submitted indicating the amount of horizontal and vertical footcandles along the specified lines. Light levels shall be taken at 30-foot intervals along the boundary line. Readings shall be taken with the meter orientation at both horizontal and aimed towards the most intense bank of lights. Illumination level shall be measured in accordance with the IESNA LM-5-04 after 1 hour warm up. D. The first page of a photometric report for all luminaire types proposed showing horizontal and vertical axial candle power shall be provided to demonstrate the capability of achieving the specified performance. Reports shall be certified by a qualified testing laboratory with a minimum of five years’ experience or by a manufacturer’s laboratory with a current accreditation under the National Voluntary Laboratory Accreditation Program for Energy Efficient Lighting Products. A summary of the horizontal and vertical aiming angles for each
luminaire shall be included with the photometric report.
Section 26-56-68
1.4 COST OF OWNERSHIP / LIFE CYCLE COSTS
A. Energy Consumption: The MAX kWh consumption for the entire field lighting system shall be 65 KW or less.
1.5 25-YEAR TOTAL COVERAGE WARRANTY
Manufacturer shall provide a 25-year “total coverage warranty” to the owner for complete peace of mind at no out-of-pocket cost.
Warranty shall cover and include:
• Total system coverage, lights, drivers, etc.
• Poles and foundations
• Lifts, crane other equipment required for repair
• All parts will be supplied by manufacturer at no cost to owner
• Light levels are guaranteed for full 25-year period
• Fixture aiming and mounting is guaranteed for full 25-year period
1.6 DELIVERY TIMING
A. Equipment On-Site: The equipment must be on-site 8-10 weeks from receipt of approved submittals and receipt of complete order information.
1.7 APPROVED LIGHTING MANUFACTURER
product. Manufacturers also pre-approved:
• Cooper/Ephesus Sports Lighting
PART 2 – PRODUCT
1. Direct embedded, concrete encased galvanized steel poles
allowed. Or galvanized Steel poles w/concrete stub allowed.
Or galvanized Steel poles w/pour in place anchor bases allowed.
Or Concrete poles allowed (Round spun concrete poles only, No square static).
2. Galvanized steel light stanchion or crossarm assemblies with enclosed wireways. No exposed wiring will be allowed.
3. All poles shall have Safety Disconnects in pole mounted cabinets for maintenance purposes
4. All Luminaires shall utilize TIR lenses to improve efficiency and control unwanted glare
Section 26-56-68
and shall all be pre-aimed and pre-mounted on the light stanchion or crossarm.
5. All luminaire wire connections shall be terminated prior to shipment.
6. CRI shall be greater than 80
7. CCT shall be 5700K
8. Driver/Distribution Cabinet to be located approximately 10’ above pole base. Manufacturer will remote all other supporting electrical equipment in NEMA 3R enclosures galvanized, powder coated and mounted approximately 10’ above grade. The enclosures shall include distribution and fusing for each luminaire. Safety disconnect per circuit for each pole structure will be located within the enclosure assembly
9. Wire harness complete with an abrasion protection sleeve, strain relief and plug- in connections for fast, trouble-free installation
MANUFACTURING REQUIREMENTS;
All components shall be designed, manufactured and UL or ETL approved as a system. All luminaires, wire harnesses, ballast and other enclosures shall be factory assembled, aimed, wired and tested.
A. Durability: All exposed components shall be constructed of corrosion resistant material and/or coated to help prevent corrosion. All exposed steel shall be hot dip galvanized per ASTM A123. All exposed hardware and fasteners shall be stainless steel of at least 18-8 grade, passivated and polymer coated to prevent possible galvanic corrosion to adjoining metals. All wiring shall be enclosed within the crossarms, pole, or electrical components enclosure.
B. Safety: All system components shall be UL or ETL Listed for the appropriate application.
C. Electric Power Requirements for the Sports Lighting Equipment:
1. Electric power: 480 Volts, 3 Phase.
2. 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 CONTROL SYSTEM
Mobile and remote controls; providing the following functions, integrated into a control station with multiple presets and individual light zone control. Control system shall include the following features:
A. System shall be remotely controlled via computer or mobile device through the use of a downloadable app with cellular connectivity.
B. Shall be capable of scheduling simple on and off times and dimmed scene control.
C. Network shall not require internet access for on-site control and shall allow for system setup and configuration through a mobile friendly Wi-Fi interface.
D. Shall utilize a user-friendly Dashboard
E. Shall utilize a user-friendly Scheduling Calendar
F. Multi-zone, behaviors, events, scheduling capabilities
G. Include sunrise and sunset scheduling capability driven by latitude and longitude
H. Shall include Standard 25%, 50%, 75%, and 100% dim presets, AND continuous dimming capability
I. Site controller shall be composite constructed and NEMA 3R rated
Section 26-56-68
2.3 STRUCTURAL PARAMETERS
A. Support Structure Wind Load Strength: Poles and other support structures, brackets, arms, bases, anchorages and foundations shall be determined based on 2015 International Building Code and AASHTO 2013 which every is stricter, wind speed of 90 MPH. Luminaire and crossarm assembly shall withstand 150 mph winds and maintain luminaire aiming alignment.
B. Structural Design: The stress analysis and safety factor of the poles shall conform to AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals.
C. Soil Conditions: The design criteria for these specifications are based on soil design parameters as outlined in the owner’s Geotechnical report. If a geotechnical report is not provided by the owner, the foundation design shall be based on soils that meet or exceed those of a Class 5 material as defined by 2007 CBC, Table 1804.2. There will be NO change orders issued for additional finically compensation for poos soils unless differ significantly from provided reports. Foundation Drawings: Project specific foundation drawings stamped by a registered engineer in the State of Michigan are required for this project. The foundation drawings must list the moment, shear (horizontal) force, and axial (vertical) force at ground level for each pole.
PART 3 – EXECUTION
3.1 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 RP-6-01, Appendix B.
B. Correcting Non-Conformance: If the actual performance levels including average footcandles,
critical minimum 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 fixtures 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 fixture maintenance and
energy consumption costs created by the additional fixtures by reimbursing the Owner the amount of $1,000.00 (one thousand dollars) for each additional fixture required.
Section 26-56-68
SUBMITTAL INFORMATION
Include d
Checklist
Listing of all information being submitted must be included on the table of contents. List the name of the manufacturer’s local representative and his/her phone number. Signed submittal checklist to be included.
B On Field Lighting Design
Lighting design drawing(s) showing: a. Field Name, date, file number, prepared by, and other pertinent data
b. Outline of field(s) being lighted, as well as pole locations referenced to the center of the field (x & y). Illuminance levels at grid spacing specified
c. Pole height, number of fixtures per pole, as well as luminaire information including wattage, lumens and optics
d. Height of meter above field surface
e. Summary table showing the number and spacing of grid points; average, minimum and maximum illuminance levels in foot candles (fc); uniformity including maximum to minimum ratio, coefficient of variance and uniformity gradient; number of luminaries, total kilowatts, average tilt factor; light loss factor.
C Off Field Lighting Design
Lighting design drawings showing spill light levels in footcandles as specified
D Critical
Minimum Levels
E Life Cycle
Cost calculation
Document life cycle cost calculations as defined in the specification. Identify energy costs for operating the luminaires, maintenance cost for the system including spot lamp replacement, and group re-lamping costs. All costs should be based on 25 Years.
F
Summary
Document showing each luminaire’s aiming angle and the poles on which the luminaries are mounted. Each aiming point shall identify the type of luminaire.
G TIR Lensing Fixture utilizes TIR lensing technology to improve fixture efficiency and control unwanted glare
H Performance Guarantee
Provide performance guarantee including a written commitment to undertake all corrections required to meet the performance requirements noted in these specifications at no expense to the owner. Per warranty section.
I Warranty Provide written warranty information including all terms and conditions.
J Product
Information Complete set of product brochures for all components, including a complete parts list and UL Listings.
K Non-
Compliance Manufacturer shall list all items that do not comply with the specifications.
L Compliance Manufacturer shall sign off that all requirements of the specifications have been met at that the manufacturer will be responsible for any future costs incurred to bring their equipment into compliance for all items not meeting specifications and not listed in item N – Non-Compliance
Manufacturer: Signature:
Typewritten Text
Provide Parking Lot / Security Lighting From Sports Lighting Pole to Cover Red Clouded Area.
Aaron
Typewritten Text
Provide Parking Lot / Security Lighting From Sports Lighting Pole to Cover Red Clouded Area without Spilling Light Pollution onto Adjoining Property.
Aaron
Line
Aaron
Line
Aaron
Aaron
Aaron
Typewritten Text
Design to Ensure Light Pollution from East Poles Does Not Spill Onto Adjacent Property
Aaron
Typewritten Text
THIS INFORMATION IS CONFIDENTIAL AND PROPRIETARY TO QUALITE SPORTS LIGHTING INC. AND IS NOT TO BE REVEALED OR DISTRIBUTED TO OTHERS WITHOUT THE PERMISSION OF QUALITE SPORTS LIGHTING, INC. OR USED IN ANY MANNER DETRIMENTAL TO THE INTEREST OF QUALITE SPORTS LIGHTING, INC.
215 MECHANIC RD
HILLSDALE, MI 49242
RQualite SPORTS LIGHTING, LLC
LOCATIONS. WITHIN 4 FEET OF SPECIFIED +/- 3 FEET, AND POLES PLACED VOLTAGES, MOUNTING HEIGHT INSTALLATION, MINIMUM INPUT GUARANTEE IS BASED ON PROPER
WWW.QUALITE.COM
CLARE, MI
QL-21651D1-A
THIS DESIGN WAS DONE IN ACCORDANCE WITH ILLUMINATING SOCIETY OF NORTH AMERICA STANDARDS
600W VISORED SECURITY LIGHTING
AutoCAD SHX Text
AutoCAD SHX Text
63.1
TOUCHSCREEN AND SMART SWITCH TALK DIRECTLY TO POLE IN THE EVENT THE GATEWAY SHOULD FALL OFFLINE. EITHER OPTION CAN BE USED AS A REDUNDANT BACK UP CONTROL OPTION OR EASY ACCESS ONSITE CONTROL WITHOUT THE USE OF CELLULAR GATEWAY OR PHONE. EITHER UNIT COMMUNICATES DIRECTLY TO POLE DRIVER ENCLOSURE.
REDUNDANT ONSITE CONTROL OPTION
CONTROL AND SWITCHING OPTIONS
CELLULAR RF SIGNAL SIGNAL
CELLULAR CONNECTION LIGHTING THROUGH SITE GATEWAY SYSTEM
ONSITE SMART SWITCH TOUCHSCREEN W/ DIMMABILITY
AVAILABLE IN
LOCKABLE ENCLOSURE
QUALITE.COM 215 West Mechanic Street • Hillsdale, MI 49242 800-933-9741
Remove East and West Light Disconnects Install New Sub Panel and Breakers to Support New Lighting with Spares. Core Drill Any New Penetrations. All New Penetrations Underground Seal New Penetrations along with Any Existing if Not Reused. Existing Service 3 Phase 480 V Provide Home Run to Each Pole with Independent Breaker.
Professional Service Industries, Inc. 3120 Sovereign Drive, Suite C
Lansing, Michigan 48911 Phone: (517)-394-5700
March 11, 2020 Mr. Jim Walter II, Superintendent Clare Public Schools 201 East State Street Clare, Michigan 48617
RE: Report for Limited Subsurface Investigation Clare High School Track 670 Ann Arbor Trail Clare, Michigan 48617 PSI Project Number: 0406516
Dear Mr. Walter II,
Thank you for your interest in Professional Service Industries, Inc. (PSI), an Intertek company. The information you requested is provided below. In compliance with your instructions, PSI has conducted a subsurface investigation exploration for the referenced project. This work was performed in accordance with PSI Proposal No. 300115, dated January 30, 2020. Authorization to perform this exploration and analysis was in the form of an acceptance of PSI’s proposal by Jim Walter II, Superintendent of Clare Public Schools, on January 31, 2020.
The purpose of this exploration was to obtain a general overview of the surface conditions that can be anticipated at the project location. The scope of the field exploration included completion of two (2) hand augers. The hand auger locations were established by Clare Public Schools and located in the field by PSI. The approximate hand auger locations are indicated on the attached hand auger Location Diagram. Prior to final design and construction, an actual field measurement at the hand auger locations should be made by a professional land surveyor registered in the State of Michigan.
PSI warrants that the findings, recommendations, specifications, or professional advice contained herein have been made in accordance with generally accepted professional geotechnical engineering practices in the local area. No other warranties are implied or expressed. PSI appreciates the opportunity to have been of service to you. Pursuant to your instructions, no conclusions or analyses have been made, but if we can be of further service, please feel free to contact this office at your convenience.
Respectfully submitted, Professional Service Industries, Inc.
Attachments: Figure 1 – Site Location Diagram Figures 2 – Hand Auger Location Diagrams Hand Auger Logs (HA-01 and HA-02)
Musana Nabil Branch Manager
[email protected]
Clare Stadium Lighting Bid
Clare Stadium Lighting Bid
0406516 - Clare High School - Geotechnical Report
Field Notes