R-2018-5476 - 5/24/2018 RESOLUTION NO. R-2018-5476
WHEREAS, the City of Round Rock ("City") desires to purchase certain services, field
lighting and installation services for Phase II of the field lighting project at the Clay Madsen
Recreation Center, and
WHEREAS, the City is a member of the Buy Board Cooperative Purchasing Program ("Buy
Board"), and
WHEREAS, Musco Sports Lighting, LLC is an approved vendor of the Buy Board, and
WHEREAS, the City desires to purchase certain goods and services from Musco Sports
Lighting, LLC through Buy Board, Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the Mayor is hereby authorized and directed to execute on behalf of the City an
Agreement for Purchase and Installation Services for Phase II of Field Lighting Project at Clay
Madsen Recreation Center with Musco Sports Lighting, LLC, a copy of said Agreement being attached
hereto as Exhibit"A" and incorporated herein.
The City Council hereby finds and declares that written notice of the date, hour, place and
subject of the meeting at which this Resolution was adopted was posted and that such meeting was
open to the public as required by law at all times during which this Resolution and the subject matter
hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act,
Chapter 551, Texas Government Code, as amended.
RESOLVED this 24th day of May, 2018.
CRAIMOR , Mayor
City o Round ock, Texas
ATTEST:
SARA L. WHITE, City C erk
0112.1804;00401094
EXHIBIT
„A„
CITY OF ROUND ROCK AGREEMENT FOR
PURCHASE AND INSTALLATION SERVICES FOR PHASE II
OF FIELD LIGHTING PROJECT AT
CLAY MADSEN RECREATION CENTER
WITH
MUSCO SPORTS LIGHTING, LLC
THE STATE OF TEXAS §
CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS:
COUNTY OF WILLIAMSON §
COUNTY OF TRAVIS §
THAT THIS AGREEMENT for the purchase of field lighting and installation services for
Phase II of the field lighting project at Clay Madsen Recreation Center located in Round Rock,
Texas, and for related goods and services (referred to herein as the "Agreement"), is made and
entered into on this the day of the month of May, 2018 by and between the CITY OF
ROUND ROCK, a Texas home-rule municipality, whose offices are located at 221 East Main
Street, Round Rock, Texas 78664-5299 (referred to herein as the "City"), and MUSCO SPORTS
LIGHTING, LLC, whose offices are located at 100 1" Avenue West, P.O. Box 806, Oskaloosa,
Iowa 52577 (referred to herein as "Vendor").
RECITALS:
WHEREAS, City desires to purchase certain services, field lighting and installation
services for Phase II of the field lighting project at the Clay Madsen Recreation Center, and City
desires to procure same from Vendor; and
WHEREAS, City is a member of the Buy Board Cooperative Purchasing Program ("Buy
Board") and Vendor is an approved Buy Board vendor through Buy Board Contract # 512-16;
and
WHEREAS, City desires to purchase certain goods and services from Vendor through
Buy Board as set forth herein; and
WHEREAS, the parties desire to enter into this Agreement to set forth in writing their
respective rights, dirties, and obligations;
NOW, THEREFORE, WITNESSETH:
That for and in consideration of the mutual promises contained herein and other good and
valuable consideration, the sufficiency and receipt of which are hereby acknowledged, it is
mutually agreed between the parties as follow:
00399703:ss2
1.01 DEFINITIONS
A. Agreement means the binding legal contract between City and Vendor whereby
City is obligated to buy specified services and Vendor is obligated to provide said services. The
Agreement includes Vendor's Proposal dated April 17, 2018 (attached as Exhibit"A").
B. City means the City of Round Rock, Williamson and Travis Counties,Texas.
C. Effective Date means the date upon which the binding signatures of both parties
to this Agreement are affixed.
D. Force Majeure means acts of God, strikes, lockouts, or other industrial
disturbances, acts of the public enemy, orders of any kind frorn the government of the United
States or the State of Texas or any civil or military authority, insurrections, riots, epidemics,
landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government
and the people, civil disturbances, explosions, or other causes not reasonably within the control
of the party claiming such inability.
E. Goods mean the specified supplies, materials, commodities, or equipment.
F. Services mean work perfonned to meet a demand or effort by Vendor to comply
with promised delivery dates, specifications, and technical assistance specified.
2.01 EFFECTIVE DATE,TERM,ALLOWABLE RENEWALS, PRICES FIRM
A. 'Phis Agreement shall be effective on the date this Agreement has been signed by
each party hereto, and shall remain in frill force and effect unless and until it expires by operation
of the term indicated herein,or is terminated or extended as provided herein.
B. This Agreement shall terminate upon the purchase and installation of all goods
and services as described in Exhibit"A."
C. Prices shall be firm for the duration of this Agreement. No separate line item
charges shall be permitted for invoicing purposes, including but not limited to equipment rental,
demurrage,costs associated with obtaining permits,or any other extraneous charges.
D. City reserves the right to review the relationship with Vendor at any time, and
may elect to terminate this Agreement with or without cause or may elect to continue.
3.01 CONTRACT DOCUMENTS AND EXDIBITS
The goods and services which are the subject matter of this Agreement are described in
Exhibit "A" and, together with this Agreement, comprise the Contract Documents. Any
1)
inconsistencies or conflicts in the contract documents shall be resolved by giving preference to
the terms and conditions set forth in pages one (1) through nine (9)of this Agreement.
4.01 SCOPE OF WORK
Vendor shall satisfactorily complete all services described in Vendor's Proposal, Exhibit
"A,"attached hereto and incorporated herein.
This Agreement shall evidence the entire understanding and agreement between the
parties and shall supersede any prior proposals,correspondence or discussions.
Vendor shall satisfactorily provide all deliverables and services described in Exhibit "A"
within the contract term specified. A change in the Scope of Services or any tenn of this
Agreement, including bonding requirements, must be negotiated and agreed to in all relevant
details, and must be embodied in a valid Supplemental Agreement as described herein.
5.01 CONTRACT AMOUNT
In consideration for the deliverables and services related to the deliverables, the City
agrees to pay Vendor Ninety-Two Thousand and No/100 Dollars ($92,000.00) for the goods
and services set forth in Exhibit"A."
6.01 INVOICES
All invoices shall include, at a minimum, the following information:
A. Name and address of Vendor;
B. Purchase Order Number;
C. Description and quantity of items received or services provided; and
D. Delivery or performance dates.
7.01 NON-APPROPRIATION AND FISCAL FUNDING
This Agreement is a commitment of City's current revenues only. It is understood and
agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year
if the governing body of City does not appropriate funds sufficient to purchase the services as
determined by City's budget for the fiscal year in question. City may effect such termination by
giving Vendor a written notice of termination at the end of its then current fiscal year.
8.01 PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to
Vendor will be made within thirty (30) days of the day on which City receives the performance,
supplies, materials,equipment, and/or deliverables, or within thirty(30)days of the day on which
the performance of services was complete, or within thirty (30) days of the day on which City
receives a correct invoice for the performance and/or deliverables or services, whichever is later.
Vendor may charge interest on an overdue payment at the "rate in effect" on September 1 of the
fiscal year in which the payment becomes overdue, in accordance with V.T.C.A., Texas
Government Code, Section 2251.025(b); however, this Policy does not apply to payments rnade
by City in the event:
A. "There is a bona fide dispute between City and Vendor, a contractor, subcontractor
or supplier about the goods delivered or the service performed that cause the
payment to be late; or
B. The terms of a federal contract, grant, regulation, or statute prevent City from
making a timely payment with federal funds; or
C. There is a bona fide dispute between Vendor and a subcontractor or between a
subcontractor and its supplier about the goods delivered or the service performed
that causes the payment to be late; or
D. Invoices are not mailed to City in strict accordance with instructions, if any, on the
purchase order or the Agreement or other such contractual agreement.
9.01 GRATUITIES AND BRIBES
City may, by written notice to Vendor, cancel this Agreement without liability to Vendor
if it is determined by City that gratuities or bribes in the form of entertainment, gifts, or otherwise
were offered or given by Vendor or its agents or representatives to any City officer, employee or
elected representative with respect to the performance of this Agreement. In addition, Vendor
may be subject to penalties stated in Title 8 of the Texas Penal Code.
10.01 TAXES
City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
included in Vendor's charges.
11.01 ORDERS PLACED WITH ALTERNATE SERVICES PROVIDERS
If Vendor cannot provide the goods as specified, City reserves the right and option to
obtain the products from another supplier or suppliers
4
12.01 CITY'S REPRESENTATIVE
City hereby designates the following representative authorized to act in its behalf with
regard to this Agreement:
Katie Baker
Park Development Specialist
Parks and Recreation Department
301 West Bagdad Avenue, Suite 250
Round Rock, Texas 78664
(512) 341-3355
13.01 INSURANCE
Vendor shall meet all City of Round Rock Insurance Requirements as set forth at:
littp://w«�v.roundrocktexas.gov/wp-content/uploads.r2014'12 corr insurance 07.201 12.pdf.
14.01 RIGHT TO ASSURANCE
Whenever either party to this Agreement, in good faith, has reason to question the other
party's intent to perform hereunder, then demand may be made to the other party for written
assurance of the intent to perform. In the event that no written assurance is given within the
reasonable tirne specified when demand is made, then and in that event the demanding party may
treat such failure as an anticipatory repudiation of this Agreement.
15.01 DEFAULT
If Vendor abandons or defaults under this Agreement and is a cause of City purchasing
the specified goods elsewhere, Vendor agrees that it may be charged the difference in cost, if any,
and that it will not be considered in the re-advertisement of the service and that it may not be
considered in future bids for the same type of work unless the scope of work is significantly
changed.
Vendor shall be declared in default of this Agreement if it does any of the following:
A. Fails to fully, timely and faithfully perform any of its material obligations
under this Agreement;
B. Fails to provide adequate assurance of performance under the "Right to
Assurance" section herein; or
C. Becomes insolvent or seeks relief under the bankruptcy laws of the United
States.
5
16.01 TERMINATION AND SUSPENSION
A. City has the right to terminate this Agreement, in whole or in part, for
convenience and without cause, at any time upon thirty(30)days' written notice to Vendor.
B. In the event of any default by Vendor, City has the right to terminate this
Agreement for cause, upon ten (10)days' written notice to Vendor.
C. Vendor has the right to terminate this Agreement only for cause, that being in the
event of a material and substantial breach by City, or by mutual agreement to terminate
evidenced in writing by and between the parties.
D. In the event City terminates under subsections (A) or (B) of this section, the
following shall apply: Upon City's delivery of the referenced notice to Vendor, Vendor shall
discontinue all services in connection with the performance of this Agreement and shall proceed
to cancel promptly all existing orders and contracts insofar as such orders and contracts are
chargeable to this Agreement. Within thirty (30) days after such notice of termination, Vendor
shall submit a statement showing in detail the goods and/or services satisfactorily performed
under this Agreement to the date of termination. City shall then pay Vendor that portion of the
charges, if undisputed. The parties agree that Vendor is not entitled to compensation for services
it would have performed under the remaining term of the Agreement except as provided herein.
17.01 INDEMNIFICATION
Vendor shall defend (at the option of City), indemnify, and hold City, its successors,
assigns, officers, employees and elected officials harmless from and against all suits, actions,
legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any and all
other costs or fees arising out of, or incident to, concerning or resulting from the fault of Vendor,
or Vendor's agents, employees or subcontractors, in the performance of Vendor's obligations
under this Agreement, no matter how, or to whom, such loss may occur. Nothing herein shall be
deemed to limit the rights of City or Vendor (including, but not limited to the right to seek
contribution) against any third party who may be liable for an indemnified claim.
18.41 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES
A. Vendor, its agents, employees and subcontractors shall use best efforts to comply
with all applicable federal and state laws, the Charter and Ordinances of the City of Round Rock,
as amended, and with all applicable rules and regulations promulgated by local, state and national
boards, bureaus and agencies.
B. Vendor acknowledges and understands that City has adopted a Storm Water
Management Program (SWMP) and an Illicit Discharge Ordinance, Sections 14-139 through 14-
6
152 of the City's Code of Ordinances, to manage the quality of the discharges from its Municipal
Separate Storm Sewer System (MS4) and to be in compliance with the requirements of the Texas
Commission on Environmental Quality (TCEQ) and the Texas Pollutant Discharge Elimination
System (TPDES). The Vendor agrees to perform all operations on City-owned facilities in
compliance with the City's Illicit Discharge Ordinance to minimize the release of pollutants into
the MS4. The Vendor agrees to comply with of the City's stormwater control measures, good
housekeeping practices and any facility specific stormwater management operating procedures
specific to a certain City facility. In addition, the Vendor agrees to comply with any applicable
TCEQ Total Maximum Daily Load(TMDL) requirements and/or I-Plan requirements.
C. In accordance with Chapter 2270, Texas Government Code, a governmental entity
may not enter into a contract with a company for goods or services unless the contract contains
written verification from the company that it: (1)does not boycott Israel; and (2)will not boycott
Israel and will not boycott Israel during the term of this contract. The signatory executing this
Agreement on behalf of Vendor verifies Vendor does not boycott Israel and will not boycott
Israel during the term of this Agreement.
19.01 ASSIGNMENT AND DELEGATION
The parties each hereby bind themselves, their successors, assigns and legal
representatives to each other with respect to the terms of this Agreement. Neither party shall
assign, sublet or transfer any interest in this Agreement without prior written authorization of the
other party.
20.01 NOTICES
All notices and other communications in connection with this Agreement shall be in
writing and shall be considered given as follows:
1. When delivered personally to the recipient's address as stated in this Agreement;
or
2. Three (3) days after being deposited in the United States mail, with postage
prepaid to the recipient's address as stated in this Agreement.
Notice to Vendor:
Musco Sports Lighting, LLC
100 151 Avenge West
P.O. Box 808
Oskaloosa, IA 52577
7
Notice to City:
City Manager Stephan L. Sheets, City Attorney
221 East Main Street AND TO: 309 East Main Street
Round Rock,TX 78664 Round Rock,TX 78664
Nothing contained herein shall be construed to restrict the transmission of routine
communications between representatives of City and Vendor.
21.01 APPLICABLE LAW; ENFORCEMENT AND VENUE
This Agreement shall be enforceable in Round Rock, Texas, and if legal action is
necessary by either party with respect to the enforcement of any or all of the terms or conditions
herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be
governed by and construed in accordance with the laws and court decisions of the State of Texas.
22.01 EXCLUSIVE AGREEMENT
This document, and all appended documents, constitutes the entire Agreement between
Vendor and City. This Agreement may only be amended or supplemented by mutual agreement
of the parties hereto in writing, duly authorized by action of the City Manager or City Council.
23.01 DISPUTE RESOLUTION
City and Vendor hereby expressly agree that no claims or disputes between the parties
arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration
proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9
USC Section 1-14) or any applicable state arbitration statute.
24.0.1 SEVERABILITY
The invalidity, illegality, or unenforceability of any provision of this Agreement or the
occurrence of any event rendering any portion or provision of this Agreement void shall in no
way affect the validity or enforceability of any other portion or provision of this Agreement. Any
void provision shall be deemed severed from this Agreement, and the balance of this Agreement
shall be construed and enforced as if this Agreement did not contain the particular portion or
provision held to be void. The parties further agree to amend this Agreement to replace any
stricken provision with a valid provision that comes as close as possible to the intent of the
stricken provision. The provisions of this section shall not prevent this entire Agreement from
being void should a provision which is of the essence of this Agreement be determined void.
8
25.01 MISCELLANEOUS PROVISIONS
Standard of Care. Vendor represents that it employs trained, experienced and
competent persons to perform all of the services, responsibilities and duties specified herein and
that such services, responsibilities and duties shall be performed in a manner according to
generally accepted industry practices.
Time is of the Essence. Vendor understands and agrees that time is of the essence and
that any failure of Vendor to fulfill obligations for each portion of this Agreement within the
agreed timeframes will constitute a material breach of this Agreement. Vendor shall be fully
responsible for its delays or for failures to use best efforts in accordance with the terms of this
Agreement. Where damage is caused to City due to Vendor's failure to perform in these
circumstances, City may pursue any remedy available without waiver of any of City's additional
legal rights or remedies.
Force Majeure. Neither City nor Vendor shall be deemed in violation of this Agreement
if it is prevented from performing any of its obligations hereunder by reasons for which it is not
responsible as defined herein. However, notice of such impediment or delay in performance must
be timely given and all reasonable efforts undertaken to mitigate its effects.
Multiple Counterparts. This Agreement may be executed in multiple counterparts, any
one of which shall be considered an original of this document; and all of which, when taken
together, shall constitute one and the same instrument.
[Signatures appear on the following page.]
IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates
indicated.
City of Round Rock,Texas Musca SporO: james
ting, LLC
By By
Printed Name: Print Nam M. Hansen
..
Title Title: Secretary
Date Signed: ...__ Date Signed: A April 24, 2018
Attest:
By:
Sara L. White,City Clerk
For City,Approved as to Form:
By:
Stephan L. Sheets,City Attorney
Project: Clay Madsen Soccer Fields
Round Rock,TX
Ref: 184608
Date: April 17,2018
BuyBoard
Master Project:146396,Contract Number:512-16,Expiration:09/30/2019
Commodity:Parks/Rec&Field Lighting
Quotation Price—Materials Delivered to Job Site and Installation
�=Second Soccer Field $ 92,000.00
Sales and Use tax(if applicable)is not included.
Pricing furnished is effective for 60 days unless otherwise noted and is considered confidential.
Light-Structure System with Total Light Control—TLC for LED""technology
Guaranteed Lighting Performance
i Guaranteed light levels of 20 footcandles
System Description—Second Field
• (2)Pre-cast concrete bases with integrated lightning grounding
0 (2)70'Galvanized steel poles
• Factory wired and tested remote electrical component enclosures
• Pole length,factory assembled wire harnesses
A Factory wired pole-top luminaire assemblies
+ (20)Factory aimed and assembled luminaries
• UL Listed as a complete system
Vontrol Systems and Services
Control-Link'System for remote on/off control and performance monitoring with 24/7 customer support
Operation and Warranty Services
• Reduction of energy and maintenance costs by 50%to 85%over typical 150OW metal halide equipment
* Product assurance and warranty program that covers materials and onsite labor,eliminating 100%of your
maintenance costs for 25 years
• Support from Musco's Lighting Services Team—over 170 Team members dedicated to operating and
maintaining your lighting system—plus a network of 1800+contractors
Installation Services Provided
See attached Scope of Work
Payment Terms
Payment terms to be determined by Musco's Credit Department.
Email or fax a copy of the Purchase Order to Musco Sports Lighting,LLC&BuyBoard:
Musco Sports Lighting,LLC BuyBoard Cooperative Purchasing
Attn:Ryan Tighe Attn:Sharon McAfee
Fax:800-374-6402 Fax:800-211-5454
OaD
°2016 2017 MUSCO sports Ughtng,LLC �
Exhibit "Ar T
Q •
Email:musco.contracts@musco.com Email:info@buyboard.com
All purchase orders should note the following:
BuyBoard purchase—Contract Number:512-16
Delivery Timing
6-8 weeks for delivery of materials to the job site from the time of order,submittal approval,and confirmation of order
details including voltage,phase,and pole locations.
Due to the built-in custom light control per luminaire,pole locations need to be confirmed prior to production.Changes to
pole locations after the product is sent to production could result in additional charges.
Notes
Quote is based on:
+ Shipment of entire project together to one location.
+ Voltage and phasing to be confirmed prior to production.
+ Structural code and wind speed=2015 IBC,115 MPH,Importance Factor 1.0.
+ Owner is responsible for getting electrical power to the site,coordination with the utility,and any power company
fees.
+ Includes supply and installation of Musco system including underground wiring and conduit,service entrance panel
board,and controls by a licensed contractor.
* Standard soil conditions—rock,bottomless,wet or unsuitable soil may require additional engineering,special
installation methods and additional cost.
+ Quote for this soccer field is based on the purchase of the first soccer field at this facility for$173,000 on March 23,
2018 that included accommodations for this field.
+ Confirmation of pole locations prior to production.
Thank you for considering Musco for your lighting needs.Please contact me with any questions or need additional details.
Brant Troutman
Senior Sales Representative
Musca Sports lighting,LLC
Phone: 512-914-9500
E-mail: brant.troutman@musco.com
Clay Madsen Soccer Fields-Project#184608
Round Rock,TX
Turnkey Scope of Work
Customer Responsibilities:
1. Complete access to the site for construction using standard 2 wheel drive rubber tire equipment.
2. Locate existing underground utilities not covered by"One Call"and irrigation systems and sprinkler heads. Musca or
Subcontractor will not be responsible for repairs to unmarked utilities.
t
02016,2017 Musco Sports Lighting,LLC ,,.-.._..�.,.y.,..._.H,..k....,a. ,.,,��_.,,�_,.,..,,�. ,_�,..,..,..,..,..�..a...,m_,�.m,,.�nm...a.,.,o.,.,,....,.�..,___�,a..�.._.,�..�....,e...,,,
..�„�...�.�,.�m.».�..�... <.....,....,�
-2
EX
lid I!l
ibitA
_ � s
1F
3. Locate and mark field reference points per Musco supplied layout.
4. Pay for extra costs associated with foundation excavation in non-standard soils(rock,caliche, high water table,
collapsing holes,etc.). Standard soils are defined as soils that can be excavated using standard earth auguring
equipment.
5. Owner responsible for any power company fees and requirements. (If necessary).
6. Owner responsible for all permitting fees(payment). Contractor will obtain the required permitting.
7. Provide area on site for disposal of spoils from foundation excavation.
8. Provide sealed Electrical Plans.
Musco Responsibilities:
1. Provide required poles,fixtures,and foundations.
2. Provide layout of pole locations and aiming diagram.
3. Provide Project Management as required.
4. Provide stamped foundation designs based on provided soils report.
5. Musco shall provide Performance and Payment Bonds in an amount equal to the total amount of bid.(Only if Required,
Not included in quote)
Musco Subcontractor Responsibilities:
1. Provide equipment and materials to off load equipment at jobsite per scheduled delivery.
2. Provide storage containers for material,(including electrical components enclosures),as necessary and waste disposal.
3. Provide adequate security to protect Musco delivered products from theft,vandalism or damage during the installation.
4. Obtain any required permitting.
5. Provide materials and equipment to build and install a 200 amp 277/480 volt 3 phase electrical service panel as
required and to be installed on a pipe rack with strut
6. Provide materials and equipment to install all underground conduit,wiring,pull boxes etc.and terminate wiring as
required per electrical design. Runs will include 1 circuit per each"outside pole"and 3 circuits on the"common poles"
(one circuit for field 1 fixtures,one circuit for field 2 fixtures and one circuit for security fixtures).
7. Confirm the existing underground utilities and irrigation systems have been located and are clearly marked so as to
avoid damage from construction equipment. Repair any such damage during construction.
8. Provide materials and equipment to install(6) LSS foundations as specified on Layout.
9. Remove spoils to owner designated location at jobsite.
10. Provide materials and equipment to assemble and install the'I'LC-LED-1150 fixtures and terminate all necessary wiring.
11. Provide equipment and materials to assemble and erect(6)LSS Poles.
12. Provide equipment and materials to install(1)Lighting Contactor Cabinet and terminate all necessary wiring.
13. Provide step down transformer for 120v control circuit if not available.
14. Contractor will commission Control Link by contacting Control Link Central at(877-347-3319).
15. Check all Zones to make sure they work in both auto and manual mode.
16. 1 hour comprehensive burn of all lights on each zone.
17. Set base line for the DAS(Diagnostic Acquisition System).
18. Keep all heavy equipment off of playing fields when possible. Repair damage to grounds which exceeds that which
would be expected. Indentations caused by heavy equipment traveling over dry ground would be an example of
expected damage. Ruts and sod damage caused by equipment traveling over wet grounds would be an example of
damage requiring repair.
19. Provide startup and aiming as required to provide complete and operating sports lighting system.
20. Provide as built drawings on completion of installation.
C
02016.2017 Musco sports Lighting LLC 3..
Exhibit "A"