Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2007-016Temp. Reso. #11131 January 12, 2007 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2007- A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO APPROVE THE PURCHASE OF UPGRADED LIGHTING FOR THE TAMARAC SPORTS COMPLEX FIELDS 7 AND 8 AT A COST NOT TO EXCEED $185,565, FROM MUSCO SPORTS LIGHTING, LLC, UTILIZING THE CITY OF JACKSONVILLE, FLORIDA BID #SC-0511-06 PRICE AGREEMENT CONTRACT FOR PARK AND PLAYGROUND EQUIPMENT; APPROVING FUNDING FROM THE APPROPRIATE CAPITAL IMPROVEMENT AND GRANT ACCOUNTS; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the purchase of upgraded lighting for the Tamarac Sports Complex Fields 7 and 8 was approved in the Capital Improvement Plan budget and there are available funds for this purpose; and WHEREAS, City Code Section 6-155 allows the Purchasing and Contracts Manager the authority to procure supplies, material and equipment, which are the subject of contracts with other governmental agencies without following purchasing procedures, as set forth in Section 6-149; and WHEREAS, the Parks and Recreation Director and Purchasing and Contracts Manager recommend the purchase of upgraded lighting for the Tamarac Sports Complex Fields 7 and 8 for a price not to exceed, $185,565, from Musco Sports Lighting, LLC, utilizing the City of Jacksonville, Florida Bid #SC-0511-06 Price Agreement Contract for Temp. Reso. #11131 January 12, 2007 Page 2 Park and Playground Equipment; and WHEREAS, the City Commission of the City of Tamarac, Florida, deems it to be in the best interest of the citizens and residents of the City of Tamarac to approve the purchase of upgraded lighting for the Tamarac Sports Complex Fields 7 and 8 for a price not to exceed $185,565, from Musco Sports Lighting, LLC, utilizing the City of Jacksonville, Florida Bid #SC-0511-06 Price Agreement Contract for Park and Playground Equipment. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: SECTION 1 That the foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution. SECTION 2: The purchase of upgraded lighting for the Tamarac Sports Complex Fields 7 and 8 for a price not to exceed $185,565, from Musco Sports Lighting, LLC, said quote attached hereto as Exhibit 1, utilizing the City of Jacksonville, Florida Bid #SC-0511- 06 Price Agreement Contract for Park and Playground Equipment, attached hereto as Exhibit 2, is hereby approved. SECTION 3: Funding for this purchase will be from the appropriate Capital Improvement and Grant Accounts. 1 1 n Temp. Reso. #11131 January 12, 2007 Page 3 SECTION 4: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 5: If any clause, section, other part or application of this Resolution is held by any courtof competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. SECTION 6: This Resolution shall become effective immediately upon adoption. PASSED, ADOPTED AND APPROVED this .9_8_�h day of F;—Ib. , 2007. r_r1111111*35 r' t ..MARION SWE SON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. SAMUEL S. GOREN CITY ATTORNEY A :A . 1 . MAYOR RECORD OF COMMISSION VOTE: MAYOR FLANSBAUM-TALABISCO DIST 1: V/M PORTNER DIST 2: COMM ATKINS-GRAD AfE DIST 3: COMM. SULTANOF DIST 4: COMM. DRESSLER -��,, .,• Temp. Reso. #11131 - Exhi bit ]. Tamarac Sports Complex Tamarac, FL Date: 1 /31 /2007 To: Lance Moll Pricing per City of Jacksonville Bid SC-0511-06 Equipment Description Sportscluster Green TM System delivered to your site • Factory aimed and assembled pole top luminaire assemblies • 1500-watt metal halide fixtures • UL Listed remote electrical component enclosures • Mounting hardware for the pole top units and electrical component enclosures • Pole wire harnesses • Disconnects Also includes: • Energy savings of more than 50% over standard lighting system 50% less spill and glare light than Musco's prior industry leading technology • Guaranteed constant light level of 30 fc for 25 years, +/- 10% per IESNA RP-06-01 Musco Constant 25TM warranty and maintenance program that eliminates 100% of your maintenance costs for 25 years, including labor and materials on Musco manufactured product. • Control Link, Control & Monitoring System for flexible control and solid management of your lighting system Field Description Soccer Field (360' x 160') Installation of fixtures on ng poles price/pole )val & disposal of fixtures -ols & Monitoring e Survey Deduct/Adders: sight variables, differences in building code and wind speed, design parameters d hours of operation. Quantity Pricing Per Jacksonville Extended Price SCG Price Based upon 400 hours usage 2 $44,177.00 +w $88,354.00 V 12 $4,500.00 1 0/ $54,000, 12 $4,000.00 J/W $48,000. 1 $6,500.00 $6,500. 1 $2,500.00 a/ $2,500. `i Poles, sales tax are not included as part of this quote. (13,789.00)1 185 tamaracsportscomplexquoteupdated2 (2) Page 1 of 3 Pricing furnished is effective for 90 days unless otherwise noted and is considered confidential. Divulging technical or pricing information to competitive vendors will result in removal from the bid list. Payment Terms Payment of 25% of the contract price is required with order. The contract balance is due no later than 30 days after invoice date. Late payment will be subject to service charges of 1 '/x% per month (18% APR). Musco will attempt to coordinate shipment so that delivery corresponds with the customer's payment schedule. It will be the responsibility of the wholesaler to ensure that Musco is aware of this delivery timeframe. We will expect payment within the terms described above unless there is a written statement from Musco's corporate headquarters stating the acceptance of different terms. Delivery to the job site from the time of order, submittal approval, and confirmation of order details including voltage and phase, pole locations is approximately 30-45 days. 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. Scope of Work Jacksonville Piggyback SCR to SCG Conversion with Controls Owner Responsibilities: ♦ Total access to the site and pole locations for construction. Must be able to move from location to location on standard rubber tires — no towing required. ♦ Survey in pole locations. ♦ Removal of any trees, limbs, etc. for total access to pole locations. ♦ Removal and replacing of all fencing as necessary. ♦ Repair and replacement of any field turf, asphalt, and /or concrete damage. ♦ Locate existing underground utilities including irrigation systems. ♦ Pay for all permitting costs. ♦ Extra costs associated with foundation excavation and construction in non-standard soils (rock, caliche, high water table, collapsing holes, alluvial soils, etc.). Standard soils are defined as Class 5 soils in Table 1804.2 in the 2004 edition of the Florida Building Code and can be excavated using standard earth auguring equipment. ♦ Provide primary transformer to within 150' of site. ♦ Provide a source of water (I.E. Fire Hydrant or 1" water line). ♦ Provide adequate trash container for cardboard waste. ♦ Provide electrical design by Electrical Engineer. (Only if required) Musco Responsibilities: ♦ Provide required Musco Sports Cluster Green equipment. ♦ Provide layout of pole locations and aiming diagram. ♦ Provide light test upon owner supplied electrical system. ♦ Provide Project Management assistance as needed. ♦ Provide bonding per the state of Florida requirements. ♦ Provide review of electrical design as provided by Electrical Contractor or Electrical Engineer. Musco Subcontractor Responsibilities: ♦ Provide equipment and materials to off load equipment at jobsite per scheduled delivery. ♦ Provide storage containers for material as necessary. ♦ Provide adequate security to protect Musco delivered products from theft, vandalism or damage during the installation. ♦ Secure required permits, owner to pay cost of permits. ♦ 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. tamaracsportscomplexquoteupdated2 (2) Page 2 of 3 ♦ Remove and dispose of existing lighting fixtures and electrical enclosures on 12 poles. This will include the recycling of lamps, aluminum reflectors, ballast and steel as necessary. ♦ Leave the existing grounding wires and power feed in place for reattachment to the new SCG product. ♦ Ground the new product on poles per the NFPA 780 code. This will include grounding of the electrical enclosures and remote light fixture crossarms. ♦ Provide equipment and materials to remove spoils from jobsite. ♦ Install Musco electrical enclosures and fixtures on existing poles and terminate power feed. Power feed may need reworked to adapt to the new Musco lighting equipment. ♦ Provide materials and equipment to wire and terminate ballast to SCG Fixtures. ♦ Provide equipment and materials to install the new LCC and terminate all necessary wiring. ♦ Contractor will commission Control Link by contacting Control Link Central at (877-347-3319) and going through the following steps: ♦ Check all Zones to make sure they work in both auto and manual mode. ♦ 1 hour comprehensive burn of all lights on each zone. ♦ Set base line for the DAS (Diagnostic Acquisition System) ♦ 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. ♦ Provide startup and aiming as required to provide complete and operating sports lighting system. Notes Quote is based on: • Shipment of entire project together to one location • Existing poles are the responsibility of the owner. Musco assumes no responsibility for the existing poles or their structural integrity. • Musco assumes that all existing electrical meets current NEC/Local Codes • Confirmation of pole locations and voltage and phase prior to production Thank you for considering Musco for your sports -lighting needs. Please contact me with any questions. Karl Severance Sales Representative Musco Sports Lighting, LLC Phone: 954-727-8444 E-mail: karl.severance@musco.com Fax: 954-727-8445 tamaracsportscomplexquoteupdated2 (2) Page 3 of 3 Temp. Reso. #I 1131 — Exhibit 2 ])A IV611412006 ADORESS; MU CO SPORTS LIGHTING, LLC ATTN, DOUG YATES 2107 STEWART RD MUSCATINE, IA 52761 BtD# SC-051 1-06 TJTLF. PRICE ARE. M C,EENTCONMACT FOR PARK AND PLAYGROUND EQUIPMENT Ladio!Gelidenlen: V. you alea hidjeroll 11wilhove -ekro'l.ccd hid. slid Isceepted suh,jcet to the ttviris, conditions and stipuk1lions in our spccifivation, Perfionnance Bolid in the atnollill of tas ruquired. in the wigiou'a hidpockage) inasthe rettimedwilbin, 10 6ys %;n receipt of th bs rloti-,kation. (Pkase inetu& bill number, nit jwftwlsoytre bondnsliklance) co v uu.:'r om%vAIIENTS 01t:PURCHASH O"IER T0A1QLt,0W. i his' T IS, NOT� ,IA'OR04&- A.vurded 4vs fblk)iVpl. AS PER ATTACHI90 AWARD 00CUMIENTATION. PLEASE MOVIDE UPDATED COPY OF 11451JRANCE CERTIFICATE AS REWIRED IN BID PACKAGE. S Sincerely, 'SANDY AV&ELL You Eyre riot a successIbI Itidder. Bids ale aviliklifle for +llsveokvl it) Itle Atriouat St. JA0103 City 110,117 West DuVAIStrM, Suite 33-5 VORM 6#4 10, 14109ed 121200.3 SUBJECT: PRICE ,A! CONTRACT FOR PARK AND PLAYGROUND EQUIPMENT RID# SC-0511-06 OPEN DATE, 412612006 GENERAL GOYERNMENT AWARP—S COMMITTEE KIND AND 6ASt$ OF CON'TRACT, SUPPLY CONTRACT- EPFECTIVE JUNE. 1, 2006 THROUG" MAY 31,2007 WITH TWO (2) ONF.(I.) YEAR RENEWAL OPTIONS FOR: RECREATION BASIS OF AWARD, MULTIPLE AWARD TO ALL QUALIFIgqiggRS NUMBER 01" BIDS INVITED 35 NUMBER RECEIVED 3s OTHER 0 §"ARY OF AN_D RPQMMeNDED-ACTTQ, RECOMMEND APPROVAL TO AMEND P4E CONTRACT TO fl"UbE COOMAATIVE, POkCHASING I-ANGUASE WHICtRWILL ALLOW 0'THERCOVERNW.NTAL AGENCIES TO Ul-tLtZf THE WNTRAC't UPON CONCURRENCE FROM THE VENDOR, ALL PRODUCTS AND/OR SERVICES UNDER THIS CONTRACT SHALL BE MAD L AVAILABLE10 ANY MUNICIPALITY, COUN'TY OR STATE, GOVERNMENT- PUSLIC UT'ILITY; NON-PROFIT HOSPITAJ...; FrxjcKnONAL INSTITI.I'm..; ()R8PFclAI_ (31OVPRNMFNTAL AGENCY, UNDER I_HESAME TE RMS, CONDIIIONS, AND PRICING. Al IACAIMENT-. ORIGINAL AvVARL) lei RESPECTFULLYSUBMI , SANDY 4VERELL Urvin J, Pwqdb , i VOr C(,)N(,',L)RRF-NCE BY, ROBERT WICKER CONTRACT COMPLIANCE (ALL AWARD ACTIONS SUBJECTTO AVAILABILITY OF FUND8)"' ACTION OF AWAfW$,COMMlTTE,-E ON RECOMMENDAT I ::ABOVE MEMBERS APPROVING MtWERS 01"SAPPROVING. T E: .. .. .. . ... . (OTHER'.1 .... .. . ... ... .............. .. .......... ............ ......... .. ......... . ACTION OF AWARDING AUTHORITY APPROVED OlHtk, SIGNATURE <-,)r- AUTHFNICATION DISAPPROVED Roslyn M. philops f Deputy chief opersong offiew fvr: Mayor John PsytDA Undpr Aijthoty of: Fxecutive Order No. 06-03 DATE:, - _L_ / V FORM 8 8-109, Revtsed 1212003 r., t,mc, c 1 f , R r v N! 11 N T (-.'()N "IR A (.,."r r,,oR 1 0 A R K A N 1) fl, A 1 (.'RO(,l N 1.) RI 1-06 OPEN DATV 412612006 KIND,ANI.) aASIS OF ("ON'TRACT., ("ONTRAC V, UTFECTIVEJUNE 1, 200,6 T11R.OUG)i MAI 31, 2007 WITH "l"WO (2) ONE (T) YEAR.ktNPWAI,, OPTIONS ON t.).�-PAjl T�"K.I A)NARW -MULTIPLE AWARD , 14 1 ....... ....... . . . ....... ................... Vvii . NUNIRLROPOIDS OLDSINA5 NU' OER RCCFIVFD.- 35 OTHEW -()- s N X,-Q —IF jttp.,`� RECOPMNn APPROVAL TO AWARI,) ALL VFNDoR.s LISTE-D ON THE ATTACHED TABvLATION SifEBT(RXHIBIT 1) FOR A SOURCE OP SUPPLY TO PUPNISH, DEL EWR, AM TH8 1148TAIsLATICIN OF' PARK AND PLAYGROLMD FQUTWENT AS LISTXD IN TIM CATALOGS SUPPLIED PY TRV, VEW)oRs AT ra!7,CoTjNf-rs vkovjL)E0 ON p,r)s, '�'QITAI, ESTIN.MTED �:,MOTJNT OF EXPF�Xt)jfjt�MR $1.,,,' o o o 00 ATTACHMENTS SANDY VURCIA.., 1) T`cPD�0"INU1'iTION 2) scom f TAB 411,MX-L I�rtlnJ, CO3,V(:'VRAFN(:V BVP.1111,11 jl,ljjm� I) - R!i-p—cy r �jgm--t1 3, up pip! .. ........ (ALL A'WARIPS A(,.'l(;I0NS W&HC"r TO AVAIL,,.:' RILITV OF ACTION OF AW,,kfAj)$ .OM MITT rx ON CN) IlFk'OMMf,;N'-()ATj0NS` AwAf, ME M-OCONAWIROVING MEMBERS DISAPPROVINC ......... At I -ION 4,-)F ANVAIWIN4,; AUT1,40141TY .A PPROY, Ft), SICNATUR.,f] (-)ir Al-;TIII;-NTWATt0N 01,11EIt . . .. .............. DATE: . . . ............ 2 R,asNn M, MOPS . FORM GS-10,8, RevK,0012120,03 Deputy NO Operating Off'cer For: Mayor John Peyton Ullder Authority d 1 11 . — ne M SUBMIT ORIGINAL AND ONE (1) COPY BID SPECIFICATIONS f if•7:7 PRICE AGREEMENT CONTRACT FOR PARK AND PLAYGROUND EQUIPMENT Parks, Recreation and Entertainment Department BID NO: SC-0511-06 OPEN DATE: 04/20/2006 TIME: 2:00 P.M. PLACE: CONFERENCE ROOM C, 3RD FLOOR, CITY HALL 117 WEST DWAL STREET JACKSONVILLE, FL 32202 PRE -BID CONFERENCE DATE: n/a TIME: n/a LOCATION: n/a CITY OF JACKSONVILLE DEPARTMENT OF PROCUREMENT JOHNi PEYTON DEVIN J. REED MAYOR DIRECTOR VORM G91-181. —low i1R"N BID N SC-0511-06 Table of Contents PRICE AGREEMENT CONTRACT FOR PARK AND PLAYGROUND EQUIPMENT EQUAL BUSINESS OPPORTUNITY PROGRAM..........................................................................................................3 BIDFORM .............................................. GENERALCONDITIONS ................. .......................... ............................................................................._.............. ...6 SUPPLEMENTALCONDITIONS....................................................................................................................................7 CONFLICT OF INTEREST CERTIFICATE...................................................................................................................8 INSURANCE AND INDEMNIFICATION............................................................ 1. BIDDER CATALOG: FIXED PERCENTAGE DISCOUNT ................................... ....................... 9 DISQUALIFIEDVENDORS LIST...................................................................................................................................19 PROCUREMENT PROTEs'r PROCEDURES ................................. _....................... ................. .......... I.. .................... 20 NO BID FORM ............................................... EQUAL BUSINESS OPPORTUNITY PROGRAM Encouragement Plan It is an official policy of the City of Jacksonville to encourage the maximum participation of Jacksonville Small Emerging Business / Minority Business Enterprises (JSEA/MBEs) in its contract awards based upon availability. This project has been designated to be under the Equal Business Opportunity Program and has been selected to utilize the following method for achieving JSEB/MBE utilization and goals under the Equal Business Opportunity Program: The Encouragement Plan. Under the encouragement plan, vendors are required to make all efforts reasonably necessary to ensure that City certified .TSEB/MBEs have a full and fair opportunity to compete for performance on this project. Bidders/Suppliers/Consultants or any entity doing business with the City shall not discriminate on the basis of Trace, ethnicity, national origin or gender in the award and performance of the work under this contract.. Please use the attached form 1 (Schedule of Participation) to submit JSEB/MBE Participation on this Bid. You may contact the City's Equal (Business Opportunity Office for a Cagy of the JSEB/MBE directory or visit our web site at www.coj.net. (REMAINDER OF THIS PAGE HAS BEEN INTENTIONALLY LEFT BLANK) SCHEDULE OF SUBCONTRACTOWSUBCONSULTANT PARTICIPATION NAME OF BIDDER PROJECT" TITLE BID NUMBER TOTAL BASE BID AMOUNT *Please list all MBEs or JSEBs Bust NAME OF SUB ADDRESS OF TYPE TYPE OF TOTAL FIRM FIRM OF SUB WORK TO BE CONTRACT (ircertitkd) PERFORMED VALUE The undersigned acknowledges and agrees that, if any of the above -listed MBEs and/or JSEBs are not, for any reason, properly certified with the City, in accordance with ordinance 2004-602, at the time of bid opening, the same will not be counted toward meeting the participation percentage goal as defined herein. The undersigned will enter into a formal Agreement with the MBE / JSES Suppliers/Consultants/Subcontractors identified herein for work listed in this schedule, as well as any applicable alternates, conditioned upon execution of a contract with the City of Jacksonville. Under penalties of perjury I declare that I have read the fozegoing conditions and instructions and the facts are true to the best of lay knowledge and beliefs. Signature: Tittle Signature of Prima Contrictor Print Name: Attach additiunai list of subcontractors/subconsutianls as needed FORM 1 10/04 Dale: SUPPLEMENTAL CONDITIONS 1 . SUBMISSION OF BIDS: AN bids must be submitted no later thin the designated bid opening date and time as specified In the bid documents. Submit bids to City of Jacksamille Department of Procurement 117 West Duvai street, suite 33s Jacksonville. Florida 32202. Bidders are fully mspOo sable for delivery of bids. Reliance upon mail of public carrier is at the bidders risk. LATE BIDS ARE NOT CONSIDERED. Bid only an the bidding fomh(s) supplied herewith, using ink or typewd6w, Any Charges or alWalions must be initialed by the person signing the bid. Bidders' signature on the Bid Form (Form G8442) signifies that the bidder has larneiarized hirrme7 with all the Terns and Conditions of this bid, and agrees to there all, and that his bid is made and submilted for the ilems as specifdd and detailed herein unless exceptions are clearly noted and Mal the prices quoted herein are firm for the duration of this bid. Failure b submit a signed Bid Form with bid submission wit be grounds for bid rejection. Violations of any of the Terms and Conditions of this bid and delivery firm staled, can result in the Bidders ssspansiOn 6om all bid lists al Me City of Jacksonville and Its Weies and penalties provided for by the t'htrdhasing code of the Cdy of Jacksonville. Please use the green labdl enclosed when subrmittWg your bid, be sure to insert the bid number and the open date on the I", Failure to do so may result in your bid being returned unopened, 2_ §KQWZ3UfflR OETYLRE 4IREMEN1-S AN Bids that may require a bid security or surety in the brm of a CWHad check, cash iers check or bid bond in he amount as prescribed in the bid documents must accompany the bid submission prior to the scheduled bid opening. Ced%d and cashiers checks will he deposited by the City and ref nbursen enl tdhacks will be issued once an award is made. Failure Io aubmN the above Momuation lunely wia be grounds for rejection of bid. 3. B16 20PEE ING AND TAB Due Ie the large nuffto of bids to be opened, and the mirmous k9rms contained in .5 Some bids, such bids will not be labtlaled at Me bid opening, Skis may be reviewed by arrangement with the respeCtve buyer• Bidders desiring a copy of Me tabulation sheet and the award meommendaliah must include a sell addressed, stamped envelope with their bid. If a copy of the labulalfon sheet is desired prior to award. than hue (2) SW addressed. stamped envelopes must be indudad. 00 RESULTS ANA AWARD RECOMMENDATIONS WAL NOT BE GIVEN BY TELEPHONE PROMPT PAYMENT TO SUBGQtffjjj!&'TLORS AND SUPEMS- A. �ralfY - When Contractor receives payment kom CiTY kx labor, services. of materials furnished by subaftadors and suppliers hired by Contractor. Contractor shag remit payment due (less Proper retainage) to those subcaniactors and suppliers wllh n 15 Calendar days alter Cohtrecbr`s rec* of payment from CITY. Nothing herein shall Prohibit Cu*ador tan disputing, pursuant to the terms tiered, all or any porlim df a Payment alkged to be due 10 ills subcadrardors and suPpgers. In fhe evert of such a dispute, Contractor may wBhhdd Mho crmptted portion of any such payment only alter Contrsclor has provided notice to CITY and to the subcontraclnr or suppier whom paprhers Is in disptAe, which nholce shall: (I) be In wAN; (ill slate the amount in dispute: (ail) specifically describe the acorns rEquk d to cute the dispue: and (Iv) be delivered In CITY and said suboonlrador or supplier wit inn to calendar BID # SC-051 Y-06 days after ContraCIDeS receipt of paymeM from CITY. Contractor $half pay aft undisputed amoharts due within Pre time limits imposed by this section. JaBedaernsSdnM to Enterprise fmaki - NntvdMvSIondi tg Chapter 126, Pad 6 or the Jadraonvile Ordinance Code Me *COdel, Contractor elraA pay ON ountrads awarded with certified JSE8 and MBE as ddned therein their pro rala share of Mier earned Ikon of the progress paynnras made by CiTY under the applicable contract within seven (7) hainM days after CorwacWs receipt of payment from CITY (ass Proper teta MW). the prarMO share shah be based on all work compiled, msledata, and squpmert furnished of services performed by the certi"nod JESS or MBE at the ttmo of payment, As a cmdill- Woodard to progress and tuba" Payments 10 Cahtraddr, Crxtkacbr shall Provided to CITY, wilh its ""[on for Paymcnt, downrenied" Thal sufficiently (11emarrstrates Pstt COnbador has made Proper 11"rts to Its cxtfad JSEB or MBE from all prior paymerts that Contractor has received from CITY. Contractor shelf not unreasonably withhold Payments 10 cerdfiad JSEB or MOE t such payments have toon made 10 ithe Contactor, . If Cortrador wiMhdlds payment to its cartifed JSEB or WE. which payment has been made by CITY to Caneardor, Contractor shot return said Payment ld CITY. Contractor shall Provide notice fo CITY and to the ceAified JSEB or MBE whose payment is in disprrto, rtokh notice shall: 0) be in wrlfm9: Cal state the amount in dspuls (q) specifically describe Mho actions required to cure the dbpula; and (tv) be delivered to CITY and said subcontractor ot supplier *thin Ave (5) calendar days after Contractors reoeipt of payment Irom CITY. COnlrador shill pay all undisputed amounts due withn he time "is imposed by Us section. The failure to pay undiapthted amonts to the JSEB or MBE within 7 business days shall be a breach of contract, compertsabfe by 1% of the outstanding invafoe berrnq withheld by the City as liquidated damages. Continued failure to adhere to this clause may be cause for lermhallon. Third -Party LiabiNlhr— The prompt PAyrnenl requirements hereunder shelf, io no way, creole any eentrackhal relationship or obAgalon between CITY and any sr,kmiracbr. suppler, JSEB, MBE, or any tNr4WtY of create any CiTY Wilily for Contractor's (sib" to make fsnety payments hereunder. However, Cvrdractors laihre to a=* wih the Prompt Payment requirements shah canstikrle a material breach of its contractual obligations to CITY. As a result of said breach, CITY, WOW w3iVin9 any otter available femady M may have against Cowacbr, may: (t) issue Mot dmicks; and (g) charge Contractor a 0.2% daily interest penally or ponaNies specified in Chapler 126 of the Conte br JSEB or MBE and Chapter 218. Florida statutes, for non-JSEB or MBE, whichever greater. PUBLIC ENTITY CRMt BIFO TTON: 'A person or aftle who has been placed on the Slate of Florida convicted vendor list following a conviction for o public entity 0*ne may not submit a bid on a contract to pie any goods or services to a public eniy, may not submit a bid on a contract with a public entity ier Me consirKlon or repair of a public building or pubtic work, may eof submit bids On leases of real property la a public ertiyr may not be awarded or Perform work as a rnnrreraor, supplier. subcontractor, of consultant under a Contract with any public erhfily, and may not transad business vrith any pubic enAly for a period Of 36 morphs from the date of being placed on Mlle convicted vendor fist." FORM CiFtttd; (revised IW45) BID # SC-0511-06 GENERAL CONDITIONS I.RESERVATIONS: The City of Jacksonville, Florida reserve the right to reject arty or all bids or arty part Ihereol and/or to waive information if such action is deemed to be in I. PERFORMANCE BONA: The successful bidder on this bid must furnish a performance band as imitated on the bid cover, made suit to One City of Jacksonville Flanda, the best interest of the City of Jaekamvile. The City reserves the right to cancel any contract, it in its opinion, there be a falture prepared on an approved form, as security la the faithful partarrnance of his onntracl within let days of his noli11ca6pn that his bid has been accepted. The suety thereon must be suds surety aE any time 10 perform adequabtiy Ite stipulations of Ibis invitation to bid, and the general condtions and specifications which are attached and mmMe part o1 this hid, orin any case a( any company as are aulhonzed and licensed to Irmsect business in the Slats et Florida. AtoameyS n facts who sign hid bonds must fete with each bond a Certified copy of their power of attorney to attempt to wigfuly imposs upon the City fagtanals or products or workmanship which is, in the sign said bonds, The successful bidder or bidders, upon failure or rilifusal to furnish wkhtr ten opinion of the City, of an unacceptable quality. Any action take" in pursuance of this lamer stipulation coil net effect a impair a rights oldish d the Cityb damages for the breadr 9h days aller his notification the requited performance hands, will pay to the City of Jacksorivilk. Florida, as liquidated damages for such tenure or refusal an amount in cash equal to the seuaity vl an y covenants of the contact by the conl ado- The City also reserves the right to rejeka the bid Of any bidder wtio has prevousy failed Id perform adequately after having once been awarded a deposited with his bid. It PROW-40N FOR OTHER AGENCIES: Ead bidder agrees when submitting prior bid for furnishing immolate similar in nature to these materiels mentioned Nis bid. his bid that he will make available to all City agencies and dopwirrments, bi-CNy agencies, irnCiy fin departit"Is and raun Willies, tk bid prows he submits in accordance wilt the bid lermk Should the Contractor fail to comply with the conditions of this contract or fal to complete the required work or famish the required materials within the lime stipulaled in the and cord tlOM MOW any said department or agerloy wish to buy tinder this bid proposal. 11. GUARANTEE: The WF*AcW wig unconditionally guarantee the matelots and contract, the City reserves the right to purchase in the open market, or to-wrlplere the required wndonanship on all aquipment funished by him for a period of one year from date of acceptance work, at the expense of the contractor or by tecotdse to provisions of the Wrul pemlrxmanee of the Items delivered and installed, wiles Otherwise Specified herein. If, within the guarantee bond if such bonds I required under The condiions of Ibis bid, period, any dahfei8 Or signs of detariorakm are noted, which, in the oplrtion of the City are due to Should the contractor fail to ftanish any kern or items, or to complete Ins required "desgn and nsha WkM workmanship at materials, upon rabficafiah, the curdraetor, at his work included in this mntrect, the City reserves the right to withdraw such items or requited Work from the operauhn OfINN contract without incurring further aabilttes do the part of the City expense, will topair or, adjust the equipment or parts to correct the co ndilbn, or he will replace the part ar WAre unit Ill the CWN* l satisfaction of Iha Cify. Repairs, replecemerds or thereby- adjustments wig be made Only at suoth times as wig be designated by the City as least SHOULD ANY BIDDER HAVE ANY QUESTIONS AS TO THE INTENT OF detrimental Io the Operation of City business - MEANING OF ANY PART OF TWO BID HE SHOULD CONTACT THE OFFICE Of 12. DISCOUNTS; ALL DISCOUNTS OTHER THAN PROMPT PAYMENT TO BE PROCUREMENT AND SUPPLY IN TIME TO RECEIVE A WRITTEN REPLY BEFORE INCLUDED IN IIIC PRICE. PROMPT PAYMENT DISCOUNTS OF LESS THAN 30 DAYS WILL SUBMITTING HIS 81D. NOT BE CONSIDERED iN DETERMINING LOW BID, AN dams Wmished meet be completely new, and Nee ham detects unless specified odlerrnse. No others TAN be accepted under the terms and intent of tffs bid. 13. COLLUSION: THE BIDDER, BY AFFIXING HIS SIGNATURE TO THIS PtTOPOSAL AGREES TO THE FOLLOWING: 'BIDDER CERTIFIES THAT THIS BID M 2. QUOTATIONS: No bidder will be allowed 10 offer more than ate price on each MADE IIliTHOUT ANY PREViOUS UNDERSTANDING, AGREEMENT OR CONNECTION item even though he may feel Thal he has two or more types or styles that will meet WITH ANY PERSON, FIRM, OR CORPORATION MAKING A BID FOR THE SAME ITEMS; specifications. Bidders must deNrnnine W Ihi maelyea which to Offef, 1F SAID BIDDER AND IS IN ALL RESPECTS FAIR, WITHOUT OUTSIDE CONTROL, COLLUMOK FRAUD OR SHOULD SUBMIT MORE THAN ONE PRICE ON ANY ITEM ALL PRICES FOR 114AT ITEM OTMERWNSEILLEGAL ACTION.' WILL BE REJECTEO AT THE DISCRETION OF THE DIRECTOR OF THE DEPARTMENT OF 14, ERRORS IN BIDS: Bidders of their authorized represer iafives am expected to PROCUREMENT. fully inform themselves as to Ile conditions. requinsrnsMs, and specifications before submitting 3. TAXES: The City at Jacksonville. Florida is exempt form the following taxes; a State of Florida Sales Tam by CertlfhcWt No ZS0040737T-54C', Manufacturers bids; fature to do so wig be at the bidders own risk end he cannot secure relief on the plea of error. Neither haw nor regulations (b) Federal Excise Tax Registration No. 59-6000,344. 4. CARTAGE: No charge wil be ra make allowance br ianors either of Omission of commission on the part of bidden. fur case of aumr in extension ofpncos n the bid, The unit price will govern.. 15. DEPARTMENT OF PROCUREMENT allowed cartage or packages uNass by special agreement. -OR AS AGENT: When the Departmentor Procurement is acting as agents kx 'otwr public aclivilles' being defined as acivdies receiving S. EQUAL' INTERPRETATION: Even though a particular manufacturers name of brand is specified, bids will be considered on Other brands or on the products of other financial SuppOn, in part Non the City, but net emdhr the direct governing jurWdion of die Consolidated Government, the name of such public activity WIN be subilituted for the word'CiV marhufecturers. On all such bids The bidder will rJeariy indicate the product (brand and model A the Foregoing paragraphs No's t -14. number) on which he is biddhg, and will supply a sample or sufficient data in detail In enable an intelligent comparison to be made with the particular brand a merwfacture specified. All It ETHICS PROVISION FOR VENDORSISUPPLERS The bidder, by alfis4 its signaWre to the proposal form, ands x Iha acceptance of a purchase order, represents that. has samples wig be submitted in accordance with procedures ouairred in the paragraph 00 SAMPLES. Catalog cuts and tedyucal descriptive data will he attached to the original copy of reviewed the provisions of the Jacksonville Ethics Code Contained in chapter W2, Jacksonville Ordinance Code and the provisions of the Piwdmasing code contained in chapter 126, the bid where applicable- Failure to submit the abwe information may be sufficient ground for Jacksonville Ordfnanee Code. rejac6co, of bid. L DEVIATIONS TO SPECIFICATIONS: In addition to the requirements of 17. NONDISCRIMINATION PROVISIONS: to compliance with Section 4 of Ordinance 69.630�Wr3, the bidder will, upon affixing his signature to the proposal form, and/or paragraph five, all deviations from Ne specifications must be noted in detail by the bidder, in the acceptance of a Purchase order, sight draft, held Order, certifies that his firm malls and aniting, at the time of the Stlbrinal of the format bid. The absence of a Mateo list of specification agrees to fhe following provisions, which will become a part of ids contract deviatons at time time of submittal of the bid Will hold the bidder Wetly accountable to the City to the specihcali ons as wrtten. Any dev ation from the spedfiwiOns as wrimrn nd previously A. The conlns for tepfesarrle that he has adopted and will maintain a policy of nondishairination as deaned by udnance of the City of Jacksonville throughout the loin Of this submiKed, as required by the above. wig be grounds ror rejection of the malenat arldot contract. equipment when delivered, b. The ephbec for agrees that on written request, he wbA permit the reasonable 7. DATA REQUIRED TO BE SUBMITTED WITH access fO his emPIOymenl, employment advertisement, application forma, and other pertinent REFERENCE TO BID: data and rekerds by doe Exeaktive Director of the Corniounity Ref llom Commission of the City of Jacksonville for the purpose Or investigation to ascertain mmpkance with the a. Whenever the specifications indicate a product of a particular manufactur4m model, or brand in the absence of airy statement 10 the contrary by the bidder, the bid will be nation provisions of Ina contract provided howevw, that the contractor wig not be required th produce for hnspirdion arty records covering periods of time more than one year prior Irnerpreted as 1dr the exact brand, model, or a manufacturer specified, together wain all to the data of this contract accessories, qualities, tolerances, compositions. etc. enumeraicd in the delaied specilications. C. The contractor, agrees that t any Of the Obligations of this contract are 14 be b. I no particular Wand model or make is spearied, and afro do Is required to be performed by a subcontractor, then the provisions of a and b of this section wig be incorporated subnited with Ibis bid, the successful contractor, abort award and before rnanutaclurer or irrho and become a part of the suecpntrad, shipment: maybe rfsqufred >4 submit working drawings a deleted descdplNe data smdscisnl to enable the City t0 judge IT each requinemert d the spedlicakns is being complied with. S. SAMPLES: The samples sulluniled by bidders on tents which they have recehwd an award may be retained by Ile City until Ne delivery of contracted items is completed and accepted. Bidders whose samples are retained may remove them after delivery is accepted. Samples on which bidders arc unsuccessful must be removed as soon as ponible after an award has been made On The item or items for which the samples have been submitted. The City will not the responsible for such samples d not removed by the bidder within 30 days after the award has been made. The Coy reserves the right to ct>ns ine any or all samples for Testing purposes. Bidders will make all arrangements got delivery of samples to place designated as well as the fernovat of samples. Cost of delivery and removal of samples will be bane by the bidder. Ail aample packages whl be marked'Sample tux the Department of Procursxhenf• and each sample will bear the name of the bidder, item number, bid number and wig be teary lagged or marked in a Substantial manner. Failure of the bidder 10 doridy identify samples as indicated may be considered sufficient reason for rejection of bid. (FORM GB-103, revised 12M3) INSURANCE AND INDEMNIFICATION BID At SC-0511-06 1.00 INDEMNIFICATION: 1.01 The Contractor, its employees, agents and subcontractors shall indemnify, defend and hold harmless the City and/or it's using agencies named in the contract documents, it's directors, officers, agents, representatives and employees, from and against any damages, liabilities, losses and costs, including but not limited to reasonable attorneys' fees to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor, and other persons employed or utilized by the Contractor in the performance of this contract or the work performed thereunder. 1.02 2.00 2.01 2.02. 2.03 2.04 2.05 This indemnification is separate and apart from, and in no way limited by, any insurance provided pursuant to this contract or otherwise. INSURANCE: GENERAL: The amounts and types of insurance required should be reasonably commensurate with the hazards and magnitude of the undertaking, but in no event of lesser amount nor more restrictive than the limits of liability and schedule of hazards below described. Insurance requirements should be tailored to the type of construction or operations contemplated. Without limiting its liability under the Contract Agreement, the Contractor and it's sub -contractors shall procure and maintain at its expense during the life of this contract, insurance of the types and in the minimum amounts stated below: SCHEDULE Workers Compensation & Employer's liability (including appropriate Federal Acts) om ial General Liabitily — Occurrence Basis Only Including Premises — Operations Products Completed Operations Blanket Contractual Liability Blanket, X, C, U Hazards Independent Contractors Watercraft, if applicable LIMITS Florida Statutory Coverage V 00,000 Each Accident $500,000 Disease/Policy Limit $100,000 Each Employec/Disease S1,000,000 Per Occurrence S2,000,000 Aggregate Automobile J,j b� iiity S 1,00D,000 Combined Single Limit All autos —owned, hired & non -owned (Automobile liability is required when services provide involve automobile use, including the delivery of goods.) Professional Services Contracts require Professional Liability coverage at a minimum limit of $1,0D0,000. (Professional Liability coverage will be provided on an Occurrence Form or a Claims Made Form with a retroactive date equal to at Icast the first date of this contract agreement and continuation of the insurance for claim reporting purposes for a minimum of two years beyond the expiration date of this contract agreement_ Said insurance shall be written by an insurer holding a current certificate of authority pursuant to chapter 624, Florida Statutes. Such Insurance shall be written by an insurer with an A.M. Best Rating of A X or beticr. Such insurance shall be endorsed to provide for a waiver of underwriter's rights of subrogation in favor of the City. The City of Jacksonville and or it's using agencies as identified in the contract documents shall be named as an additional insured under the Commercial General Liability Insurance. 2.06 Prior to commencing any work on the project, Certificates Of Insurance approved by the City's Division of insurance & Risk Management demonstrating the maintenance of said insurance shall be furnished to the City. The certificates shall provide that no material alteration or cancellation, including expiration and non -renewal shall be effective until thirty (30) days after receipt of written notice by the City. 2.07 Anything to the contrary notwithstanding, the liabilities of the Consultant under this Agreement shall survive and not he terminated, reduced or otherwise limited by any expiration or termination of insurance coverage. Neither approval nor failure to disapprove insurance furnished by the consultant shall relieve the consultant or its sub -consultants from responsibility to Provide insurance as required by the contract. 2.08 In the event any part Of the work to be performed hereunder shall require the CONTRACTOR or its Subcontractors to enter, cross or work upon or beneath the property, tracks, or right-of-way of a railroad or railroads, the CONTRACTOR shall, before commencing any such work, at its expense, procure and carry liability or protective insurance coverage in such form and amounts as each railroad shall require. 2.09 The original of such policy shall be delivered go the railroad involved, with copies to the CITY, the ENGINEER and the PROGRAM MANAGEMENT FIRM($), and the CONTRACTOR shall not be permitted to enter upon or perform any work on the railroad's properly until such insurance has been furnished to the satisfaction of the railroad. The insurance herein specified is in addition to any other insurance which may be required by the CITY and shall be kept in effect at all times while work is being performed on or about the properly, tracks, or right-of-way of the railroad. 110 Depending upon the nature of any aspect of this project and its accompanying exposures and liabilities, the CITY may, at its sole option, require additional insurance coverages in amounts responsive to those liabilities which may or may not require That the CITY and other authorized representatives also be named as an additional insured. HAM 68-106,revised 7/2003 BID SPECIFICATIONS FOR PRICE AGREEMENT CONTRACT FOR PARK ANT) PLAYGROUND EQUIPMENT TERMS AND CONDITIONS SCOPE: The purpose of this hid -invitation is to establish a ftrn% fixed pereenwgc discount from manufacturer's and/or bidder's current catalog price list for the purchase of various park and playground equipment requested by the Department of Parks, Recreation, Entertainment and Conservation, City of Jacksonville, Florida. Additionally, this bid invitation shall also establish a firm, fixed Percentage of manufacturer's and/or bidder's current catalog price list, after applying the above requested discount for purchase, for the Installation of various park and playground equipment requested by the Department. It is understood that current catalog price lists are subject to change; however, percentages shall remain fixed. No extra charges or compensation will be allowed for installation. RESPONSIBILITY: Bidder shall be responsible for all labor, materials, equipment, supervision, off-loading, storage, and installation, of all park and playground equipment ordered, unless otherwise specified by the City of Jacksonville, Florida. The City may elect in certain circumstances to purchase only materials and have those materials installed by others (e.g., volunteers). These items will be shipped to a designated location and off-loaded by the bidder m bidder's representative. UALiFICATION OF RIDD RS: If a bidder utilizes a sub -contractor installer(s) for any park or playground cquipment, it must submit a list of its sub -contractor installers) with this bid. Additionally, it shall supply WRITTEN FACTORY/MANUFACTURER CERTIFICATION that it, or its sub -contractor installer, is an authorized installer certified to install playground equipment as required by each manufacturer. Failure to complete this requirement of the bid proposal may result in rejection of its bid. COMPLIANCE WITH SPECIFI ATI0S: Bid only on items that meet specifications, Bid only a single offering for each bid item. Do not bid multiple offerings or "alternates." Bid only on forms supplies, using ink or typewriter. All corrections must be initiated. Did only new, unused material. CATAI*QGS AND MANUFACTURER SU 9ESTED RETAIL PRiCE MSRP LISTS: Each bidder shall submit with this bid al no charge two (2) sets of each currenl catalog as well as current MSRP list for each catalog submitted. All catalogs and/or MSRP lists shall clearly identify the bid number and the bidder's name, address, and telephone number. Additionally, each bidder awarded an option year renewal of this contract will submit at no charge two (2) sets of each (hen current catalog as well as current MSRP list for each catalog submitted, within 30 days of award of an option year renewal. COMPLIANCE WITH LAWS AND CODES: Bidders must strictly comply with Federal, State and local building and safety codes, Equipment must meet all State and Federal safety regulations. The following publications (issue in effect on date of invitation to bid) shall form a part of this specification: A. American Society for Testing and Materials (ASTM): ASTM-F1487 Standards Methods of testing Playground Equipment for Public Use. ASTM-F 1292 Standards Methods for testing various surfacing materials to determine their "critical height" (the fall height below which a life threatening head injury would not be expected to occur). Copies may be obtained from American Society for Testing and Materials, 100 Barr Harbor Drive, West Conshohocken, PA 19428. D- Consumer Product Safety Commission (CPSC) — printed Handbook for Public Playground Safety. Copies may be obtained from U.S. Consumer Product Safety Commission, Washington, D.C. 20207_ C. National Playground Safety Institute (NPSI) — identification of 12 leading causes of injuries on playground. Copies may be obtained from National Recreation and Park Association, 2775 South Quincy Street, Suite 300, Arlington, VA 22206_ D. Americans with Disabilities Act (ADA) Regulations for Title 111, Appendix A, Standards for Accessible Design, issued by the Department of Justice. Copies may be obtained by calling (800) 514-0301. Bidders certify that all products (materials, equipment, processes, age appropriale signage, or other items supplied in response to this bid) contained in its bid meet all Federal and State requirements. Upon completion of Installation of play equipment and/or playground surfacing bidder shall furnish to the City of Jacksonville a certificate so stating the equipment/surfacing and its installation meet all Federal and State requirements as outlined in the above publications. Bidders further certify that if the product(s) delivered and/or installed are subsequently found to be deficient in any of the aforementioned requirements in effect on date of delivery, all costs necessary to bring the product(s) and installation into compliance shall be berme by the bidder. AWARD: Multiple awards will be made to any and all responsive and responsible bidders. There is no guarantee any purchase order will be issued after award. Purchase orders will be issued subject to availability of funds. INVOICING: Invoices will be issued once supplies are shipped and delivered to our using agencies, At a minimum, invoices must include: Purchase Order number, Item Number and Description, date of shipment, quantity ordered, unit price, unit of measure, and a total for all purchases. The vendor will work with the Procurement and Accounts Payable Division to determine mutually agreeable alternatives to invoicing such as: summary Billing Reports or Electronic Data Interchange (ED]). Standard payment terms are Net 30 'Gays. TERMS OF CONTRACT: The Price Agreement Contract for Park and Playground Equipment will be from June 1, 2006 through May 31, 2007, with two (2) one (1) year renewal options. Renewal option(s) are at the discretion of the City based on the successful hidder(s) performance and adherence to the terms, conditions and requirements in maintaining firm percentage(s) for the following year(s), within 30 days of contract expiration. All percentages will remain fin" for the period of each contract year, STATE CONTRACT The City is entitled to purchase from contracts established by the State of Florida. Should the State establish a contract for item or items on this bid, the City reserves the right to cancel Ibis contract in whole or in part and purchase those item(s) from the State contract, if in its best interest. METHOD OF ORDERING: The City of Jacksonville may generate a Request For Quotation (R.FQ), on an "as needed" basis, for park and playground equipment for individual projects, together with a request for additional services required to complete that project (see sample "Requcst For Quotation" sheel attached to these specifications). The City reserves the right to send such RFQ to any or all awarded bidders. The RFQ can define a project exactly (number and specific type of equipment required), or the RFQ can describe a desired cud result, allowing the bidder to design the park or playground site. After generating an RFQ for a project, and before bidder's submission of its quotation in response to the RFQ, the City will require requested bidder(s) to attend a site visit with City personnel to familiarize the bidder(s) with the site and determine additional services that may be required to complete the project, Such services may include, but are not limited to, sidewalk and/or concrete work, borders, site clearing, site work and restoration, till, drainage pipe laying, etc. Bidders will be responsible for the accuracy of all fixed measurements. The bidder's quotation in response to the RFQ must contain each of the following: • A detailed breakdown of the cost for the entire project. All equipment quoted shall be on a component basis, listing each component part number and current component MSRP. Descriptions of additional services required, together with their price, shall also be listed, such as freight charges, sidewalk and/or concrete work, site clearing, site work and restoration, fill, drainage pipe laying, borders, etc. • Names of any and all subcontractors oo the project, together with their designated work and costs. It is understood the bidder remains responsible for project completion and acceptance by the City, The City reserves the right to reject any quotation in response to an RFQ if said quotation names a subcontractor who has, in the soic opinion of the City, previously failed in the proper performance of an award or failed to deliver on time contracts of a similar rwture, or who is not in a position to perform properly under this award. A dale certain by which the project must be completed. Include an updated catalog, if needed, and updated MSRP lists for the park and play equipment specifically quoted. The City will generate purchase orders as a result of approved -Request For Quotations" submitted, at the sole discretion of the City. The City reserves the right to not award to any, or to go outside the contract to award. PROMOTIONAL PRICING: During the contract period, bidders will extend any pricing offered on a "promotional" basis from the manufacturer to the City. It will be The bidder's responsibility to monitor said items and report any that are or will be offered at lower priecs. F.O.B. POINT (FREIGHT): On any Request For Quotation, the City will indicate the exact installation point. The bidder must then set freight charges, offering F.O.B. delivered. This price will be indicated on any purchase order issued. Bidders are responsible for supplying all labor, materials, and equipment required for the of r loading and placement of items as directed at all delivery locations, without the assistance of City of Jacksonville personnel. Additionally, bidder will arrange for and be responsible for any storage of materials and equipment received_ PERMITS, FEES AND NOTiFICATIQ_NS: It shall be the bidder's responsibility to secure and pity for any and all permits that may be required to accomplish the work associated with the performance of thcse Bid Specifications. The City will not honor any request for payment of permits. PAYMENT: Price agreement contracts will be issued only to the vendor/manufacturer who submitted an awarded bid proposal. No split order payments separating equipment vendor payment from installer payment will be issued by the City of Jacksonville. Payment for installation charges will be the responsibility of the bidder. Payment for both equipment and installation will be made only upon completion of the entire scope of work and subsequent acceptance by the City of Jacksonville. WARRANTY: The successful bidder shall fully warrant, in writing within 30 days of final acceptance by City, all furnished or furnishediinstalled equipment to be free of defects in materials and/or workmanship for a period of at least one (1) year from date of installation and acceptance by City of Jacksonville. Successful bidder shall repair and/or replace, at no additional cost to City of Jacksonville, any defects or malfunctions noted during the warranty period, In addition, successful bidder shall transfer any manufacturer's guarantee to the City, in writing within 30 bays of final acceptance by City, for supplier/installer furnished equipment extending beyond this contract period. S, ,,,,_UPERV1510N: A bidder job supervisor/representative will be on the work site at all times and be thoroughly knowledgeable of the materials, job requirements, plans, specifications and 'installation functions. JOB COMPLETION: Bidder/contractor/installer will be responsible for all materials: received and signed for from date of order to completion of job installation. Bidder/installer will be responsible for clean up and removal of all debris resulting in job completion, leaving work site in neat and orderly fashion at the end of each workday. Additionally, bidder/installer will be responsible for restoring the work site to its original condition at the completion of the project. RESPONSIBILITY FOR DAMAGES AND PRESERVATION OF PROPERTY: The bidder shalt use due care to avoid damaging all property associated with, adjacent to, or in any way affected by the work being performed. This applies to private property as well as public property and all utilities which may exist within the work area. Any damage occurring to such items by bidder shall be immediately repaired or replaced to a condition at least equal to that which existed prior to the damage. All costs incurred for repair or replacement shall be borne by bidder, Any damages not repaired or replaced by the bidder within ten (10) calendar days from notification will be fixed by the City or its contractor, and the cost shall be paid by the bidder or deducted from their invoice. VIOLATIONS/DEFAULT: In the event the awarded bidder(s) should violate any provisions of this bid, such bidder will be given written notice stating the deficiencies and given ten (10) days to correct deficiencies found. The City reserves the right to lerminate any contract at any time due to any violation. In the event the awarded biddcr(s) should breach this contract, the City reserves the right to seek all remedies in law and/or in equity. Failure of an awarded bidder to adhere to completion dates defined in its Request for Quotation may result in no further awards being made to such bidder under this Price Agreement Contract. CORRECTIONS MADE BY BIDDER: Bidders are cautioned not to obliterate, erase, or strike over any printed material as set forth in this bid invitation. in quoting prices, whether unit prices or total price, wherever bidders have made an error, or has corrected it, any and all such corrections should be initialed by the person signing the bid cover sheet. Failure to comply with this provision may result in rejection of bid_ CENERAL CONDuri N Signature on bid form verifies that the bidder is aeyuninted with the general conditions contained herein and will comply with all specifications, terms and conditions contained in this bid invitation. INSURANCE, WORKER'S COMPENSATION: The contractor shall take out and maintain during the life of this agreement, worker's compensation insurance for all of his employees connected with the work of this project and, in case any work is sublet, the contractor shall require the subcontractor similarly to provide worker's compensation insurance for all of the lattet's employees unless such employees are covered by the protection afforded by the contractor. Such insurance shall comply fully with the Florida worker's compensation law. To case any class of employees engaged in hazardous work under this contract at the site of the project is not protected under the workmen's compensation statute, the contractor shall provide, and cause each sub -contractor to provide, adequate insurance, satisfactory to the purchaser, for the protection of his employees not otherwise protected. The awarded vendor must submit a copy of an insurance certificate naming the City as additional insured no later than ten ( 10) days after the award has been made_ COOPERATIVE PVRC1HASES; This is a cooperative purchase contract. State law allows any government agency and any accredited school in the state to buy off this contract without going to bid, as long as it does not conflict with any ofthcir local regulations. CITY OF JACKSONVILLE, FLOPJDA CONTRACT NO. REQUEST FOR QUOTATION Description: The Department of Parks, Recreation & Entertainment requests a quotation known as Park, located at A site plan (not to scale), along with drawing of proposed amenities, is attached. A mandatory site visit is scheduled for _ at p.m. Additional item Descri ti Freight Charges Delivery Charges Storage Charges Installation Charges Sidewalk Other Concrele Work Borders Site Clearing Fill Dill Drainag!Pipe Pen nits Ocher- — Other: ffLaying Ot hcr: 1_1 Unit Price I Extended Price TOTAL $ inclusive to complete project.) List of Subcontractors: Name Address Telephone No. Contact Name Designated Work` Subcontractor Cost 2. Name Address Telephone No. _ Contact Name Designated Work Subcontractor Cost ► 4 Name Address Telephone No. Contact Name Designated Work Subcontractor Cost Name Address Telephone No. Contact Name Designated Work_ Subcontractor Cost AGGREGATE (NOTE: Must be all- park/playground Disqualified Vendors Ust In accordance with the City's Purchasing Code 126.202-K, the Chief Purchasing Officer and all agencies are advised to cease doing business with disqualified vendors. However, any existing contracts held by the above vendors should be completed. Vendor Able Lumber and Supply Armored Car Services Carolina Paper Mill Concerned Citizens of Developing the Disable Inc. d/bla A.I_C.R. Court Yard Concepts Creed Company Elite Public Safety Fire Defense Centers George Patterson S Associates G K Solutions Tiger Tale Publication Whittle & Sons C & H Construction Vendor # 593191058 45357941 593191058 593035606 59317759 593541756 593216284 Date of Disqualification 07118/97 02/10/00 10/20/80 07/23/98 05/07/97 03/07/90 03/25/00 06/08/87 06/05/98 09/08/99 05/21 /98 07/25/80 03/07/02 * Vendors disqualified from bidding as Prime Contractors Eligibility Reinstatement Date 07/18/98 02/10/01 10/20/81 07123/99 05/07/98 03/07/91 03/25/01 06/08/88 06/05/99 09/08/00 05/21199 07/25/81 03/07/03 * Cleft Landscapes Management 590036843 10/26/2000 10/26/2001 CITY OF .JACKSONVILLE DEPARTMENT OF PROCUREMENT 117 West Duval Street — Suite 335, .laeksonville, Plorida 32202 (904) 630-1184-Ph; (904) 636-7283-Fax; www,col.net PROCUREMENT PROTEST PROCEDURES 126.106(e) PROTEST PROCEDURES 126. 106(e)(1) Purpose and Scope 126.106(ex2) Definitions 126.106(ex3) Timely Notice of Protest 126.106(cx4) Extension Request / Supplemental Protest Documentation 126.1 We)(5) Delivery 126.106(ex6) Process 126.106(ex7) Protest I fearing Rules and Procedures t 26.106(ex8) Independent Agency, Board or Delegated Authority 126.106(e)(1) Purpose and Scope (a) 'these protest procedures are promulgated pursuant to § 126.106(e) of the Jacksonville Ordinance Code (the "Code"), which authorizes the Director of the Department of Procurement (the "Director") to "prepare and publish rules and regulations governing bid protests_" In the event a court of compcteut jurisdiction declares any provision of these Procurement Protest Procedures to be unconstitutional, invalid, or otherwise unenforceable, then all remaining provisions shall be severable, valid and enforceable regardless of the: invalidity of any other provision_ (b) In accordance with the procedures contained herein, any person or entity that is adversely affected by a decision or an intended decision concerning a solicitation, solicitation documents, award, or any other process or procedure prescribed in the Code and who has standing to protest said decision or intended decision under Florida law (the "Protestant'), must timely file a written Notice of Protest seeking to challenge the decision or intended decision. The issue(s) raised and the information contained in the Notice of Protest and any supplemental documentation filed in accordance with § 126_ l We)(4), hereof, must clearly identify and explain the factual and legal basis for any relief sought, and shall be the only issue(s) and information the Protestant may present for consideration before the applicable committee. 126.106(e)(2) Definitions For the purpose of these Bid Protest Procedures, the following definitions are provided. (a) "Competitive solicitation" or "solicitation" shall include without limitation an invitation to bid, competitive sealed bid; multi -step competitive sealed bid, competitive scaled proposal, or a request for proposals and/or qualifications. (b) "Posting" means the notification of solicitations, decisions or intended decision, or other matters relating to procurement on a centralized Internet website, by placing the same on the bulletin board(s) designated by the Department of Procurement for Ibis purpose, or as may be consistent with § 126.102(rrt) of the Code. (c) "Exceptional purchase" means any purchase excepted by law or rule from the requirements for competitive solicitation, including without limitation purchases pursuant to §§ 126.107, 126.206, 126.207, 126.211, 126,307, 126.309, 126.311, 126,312, or 126.313 of the Code. (d) "Electronic transfer" is limited solely to facsimile transmissions that appear legibly on paper at the place of filing. (e) "Final Agency Action" means a final decision that results from a proceeding hereunder, and includes actions which are affirmative, negative, injunctive, or declaratory in form- (f) "Procurement process" has the same meaning as "contract solicitation or award process." 126.106(e)(3) Timely Notice of Protest (a) Recoaerandations of Award and/or Bid RejeCtion. A Protestant: shall have 48 hours after either the posting or written notification of a decision or intended decision, whichever is earlier, in which to file a written Notice of Protest in order to timely r:hall.enge or seek relief .from Department of Procurement recommended aw of an exceptional purchase or an award o recommended conclusion to any bid or proposal solicitation process, including without limitation: G) a recommendation reject a bid or proposal; (ii) a contract award; or (iii) the short -listing of bidders or proposers. At the time of tiling a timely Nulicc of Protest hereunder, a a Protestant may request an extension of three (3) business days and after the date its Notice of Protest is timely received, in which to r provide supplemental protest documentation. Failure to do so or to timely submit the supplemental protest documentation shall constitute a waiver of any right to (fie samc_ to 126.106(e)(5) Delivery (b) Bid/Proposal Specifications and/or Requirements. A Protestant shall have 10 business days after the posting of a solicitation or 48 hours after the posted date and time of a pre -bid or pre --proposal conference, whichever is earlier, or 48 hours after the posting of an addendum, in which to file a written Notice of Protest in order to timely challenge the requirements, terms and/or conditions contained in laid or proposal documents, including without limitation any provisions governing or establishing: (i) the basis for making the award in question; (U) evaluation criteria; (iii) equipment, product, or material sperifications; (iv) proposed project schedules; (v) statements regarding participation goals or other equal opportunity measures; or (vi) other general solicitation or project requirements. (c) Computatiion of Time - The computation of the time limitations or periods contained herein shall be governed by and shall be pursuant to Florida Rule of Civil Procedure 1-090(a)_ Failure to file a written Notice of Protest within the applicable time limitation or period shall constitute a waiver of any right, remedy, or relief available hereunder. (d) Form and Content of the Notice of Protest - A written Notice of Protest shall: (i) be addressed to the Director; (ii) identify the solicitation, decision, or recommended award in question by number and title or any other language sufficient to enable the Director to identify the same; (iii) state the timeliness of the protest; (iv) state Protestant's legal standing to protest; and (v) clearly state with particularity the issue(s), material fact(s) and legal authority upon which the protest is based. 126.106(e)(4) Request for Extension to File Supplemental Protest Documentation The timely filing of a Notice of Protest shall be accomplished when said notice is actually received by the Department of Procurement within the applicable time limitation or period contained herein. Filing a notice may be accomplished by manual transfer via hand -delivery or mail to the Director of Procurement at 117 West Duval Street, Suite 335, Jacksonville, Florida 32202 or by electronic transfer via facsimile to (904) 630-7283. The responsibility and burden of proof that its Notice of Protest has been timely and properly received shall rest with the Protestant, regardless as to the method of delivery employed. 126.106(e)(6) Process (a) Upon receipt of a timely tiled written Noticc of Protest, the Director or his/her designee shall schedule and provide notice of the time, dale and place that the protest will be heard. The protest will be heard before the General Governmental Awards Committee ('"GGAC'I, the Professional Services Evaluation Committee ("PSEC"), or the Competitive Sealed Proposal Evaluation Committee ("CSPEC ), whichever is applicable. The Director or hismer designee shall have the discretion to proceed with the solicitation or contract award process in question or to suspend the same pending the resolution of the protest. To the extent the Director or his/her designee decides to exercise his/her discretion not to suspend the solicitation or contract award process pending the resolution of the protest, the Director or his/her designee shall set forth in writing the particular facts and/or circumstances upon which his/her decision is based. (b) Those persons or entities, other than the Protestant, who will be directly affected by the resolution of the protest shall be given notice of the protest hearing, and the Notice of Protest and any supplemental protest documentation shall be made available to them upon a written request for the same. (c) When a Notice of Protest is filed pursuant to § 126.i06(ex3)(b), hereof, the Director or applicable awards committee chairperson shall have the discretion to direct that the solicitation in question not be opened pending the resolution of the protest. 126.106(e)(7) Protest hearing Rules a•d Procedures (a) Hearings hereunder shall be heard before the applicable committee, and shall begin with a general statement of the rules and procedures prescribed herein by a representative of the committee, followed by a general statement of (he facts by a representative of the Department of Procurement. Representatives of the Protestant, limited solely to its owners, officers, employees and/or legal counsel, will then be required to present its case based solely upon the issuc(s) and information contained in the Notice of Protest and any timely submitted supplemental protest documentation. Those persons or entities, other than the Protestant, who have legal standing and will be directly affected by the resolution of the protest will be given an opportunity to be heard and to present information before the committee, which will be followed by a stalermnt and the presentation of information from the Department of Procurement and other governmental representatives. The Protestant must establish by the preponderance of the evidence that the protest should be granted based upon the law, facts and information presented. The cornmitice is entitled to ask questions of any party at any line during the hearing. (b) For hearings hereunder, the formal rules of evidence pursuant to the Florida Evidence Code may be relaxed at the sole discretion of the presiding chairperson of the applicable committee. Hearsay evidence may be admissible and used to supplement or explain other evidence. (c) Unless otherwise provided by the Code, the burden of proof shall rest with the Protestant. The standard of proof for proceedings hereunder shall be whether a Depattmenl of Procurement recommendation or the decision or intended decision in question was clearly erroneous, arbitrary or Capricious, fraudulent, or otherwise without any basis in fact or law. In any protest proceeding challenging a decision or intended decision to reject all bids, proposals, or replies, the standard of review shall be whether the decision or intended decision is illegal, arbitrary, dishonest, or fraudulent. (d) A majority vote of the members of the applicable committee shall be required to grant a protest, hereunder; otherwise, the protest shall be denied, and, upon execution by the Mayor or his designee, said vote and/or decision of the applicable awards committee shall be posted and shall reprosenl final agency action. 126,106(e)(8) Independent Agency, Board or Delegated Authority If a protest is filed and the solicitation is for the benefit of an independent agency, board, or delegated authority that has its own established procurement procedure and does not use the City's procurement process and/or protest procedures, then the person or entity protesting must follow the protest procedures of that independent agency, board, or delegated authority, CERTIFICATE O ADOPTION AND IMPLEMENTATION The preceding Procurement Protest Procedures are hereby adopted this 27`h day of July, 2005, by the tmdersigned Director of Procurement for immediate implementation, and will remain in full force and effect until such time as they may be formally revised, amended, supplemented, superseded, or abolished. Department of Procurement b. � . ---j Devin J_ Reed, Director City of Jacksonville 117 West Duval Street, Suite 335 Jacksonville, Florida 32202 (904) 630-1184 — Phone (904) 630-7283 Facsimile dree co"_rnt Nerision and 1_rf Wpe Dme: 712712MI Page 23 of 23 NO BID FORM BID# SC-0511-06 UNABLE TO SUBMIT A BID? WE SINCERELY HOPE THIS IS NOT Tilt CASE. If your firm cannot submit a hid at this time, please provide the information requested in the space provided below and return it to: City of Jacksonville Department of Procurement 117 West Duval Street, Suite 335 Jacksonville, Florida 32202 We are unable to submit a bid at this time due to the following reasons: Name of Firm Signature and Title Street Address or P.O. Box CityState Zip Code PLEASE SUBMIT THIS FORM ONLY; ,D© NOT SEND BACK THE BID PACKAGE FORM 6B-107, Revised 1104 Page 24 of 24 Section B Presented to: City of Jacksonville Sports Lighting Contract Jacksonville, Florida LightoStructure Q;eieroA Submitted by: Musco Sports Lighting, LLC 2107 Stewart Road Muscatine, Iowa 52761 Phone: 563/263-2281 Toll Free: 800/756-1205 Fax: 800/374-6402 LSG Spec - Revision Level: 1 © 2005 Musco Lighting, LLC This information is provided by Musco exclusively for this project. Reproduction or distribution of the enclosed documents or information without the written permission of Musco Ughting, LLC is prohibited. City of Jacksonville Sports Lighting Bid Sheet Manufacturer: Musco Sports Lighting, LLC. Address: 2107 Stewart Road City, State, Zip Code: Muscatine, IA 52761 Phone: 3521331-7986 Fax: 800/374-6402 Email: don.iordan0musco.com Fed. ID #: 42-1511754 Contact: Don Jordan Delivery: 45 days F.O.B. Destination MUSCO LIGHTING PRICING - All prices are delivered to the job site — Terms: Net 30 days upon delivery For installed packages, 25% down payment is requested. BASE BID LIGHTING EQUIPMENT DESCRIPTION LIGHT -STRUCTURE GREENTM SYSTEM (LSG) Equipment Pricing includes: Precast Concrete Bases, Galvanized Steel Poles, Fixtures, Pole Top Luminaire Assemblies, Electrical Component Enclosures, and Wire Harnesses. WARRANTY AND GUARANTEE (LSG)* 25-Year Warranty: Manufacturer shall supply a signed warranty covering the entire system for 25 years. 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. SPORTSCLUSTER GREENTM SYSTEM (SCG) Equipment Pricing includes: Fixtures, Luminaire Assemblies, Electrical Component Enclosures, and Wire Harnesses. WARRANTY AND GUARANTEE (SCG)* 10-Year Warranty: Manufacturer shall supply a signed warranty covering the entire system, excluding fuses and lamps, for 10 years from the date of shipment. Labor shall be included for 2 years. Lamps shall be warranted for 2 years for parts, and 1 year for labor. Warranty may exclude fuses, storm damage, vandalism, abuse and unauthorized repairs or alterations. *All warranty and maintenance agreements on all facilities except tennis/roller hockey are based upon 400 hours or less on annual usage. The tennis/roller hockey warranty and maintenance agreement is based upon 1000 hours or less of annual usage. If annual usage exceeds the hours noted above, an extension of the warranty/maintenance agreement will be negotiated with the manufacturer on a project by project basis. LIGHT-PAK SYSTEM TM Equipment Pricing includes: Luminaire Assemblies, Electrical Component Enclosures, WARRANTY AND GUARANTEE (LIGHT-PAK) 10-Year Warranty: Manufacturer shall supply a signed warranty covering the entire system, excluding fuses and lamps, for 10 years from the date of shipment. Labor shall be included for 2 years. Lamps shall be warranted for 2 years for parts, and 1 year for labor. Warranty may exclude fuses, storm damage, vandalism, abuse and unauthorized repairs or alterations. Jacksonville Spec 04-245 1 Created on 4/24/2006 4:46 PM Section I - MUsco Liahting Price List Note: For field sizes and pole locations not covered below, use fixture and pole adjustments found in Adders section of the bid page. Manufacturer shall provide design for actual field, plus the design of the field that most closely relates to actual field, for comparative purposes. Tennis/Roller Hockev - Standard Dole locations are 6' bevond the servina line and 3' outside the fence. Size Light Level LSG 110 Exp B Price LSG 140 Exp C Price SCG Price 2 Ct 50 fc $42 215 $48155 $17 935 3 Ct 50 fc $54,550 65 409 $28,924 4 Ct 50 fc $72,398 $84 757 $39,984 Light -Pak Fixtures Light -Pak Price 8 $6,787 12 $8 789 Baseball (90' Base path) - Standard A -pole locations are 50' down line and 55' off for a 90' base path. Standard B-pole locations are 5' beyond the outfield radius and 10' off the foul line for a 4-pole design and are at a distance down the line of ((Foul Line + Basepath)/2x0.5) and 40' off the foul line for a 6-pole and 8- pole design. Standard C-pole locations are 5' beyond the outfield radius at an angle of 20 degrees from the foul line for a 6-pole design and 10 degrees from the foul line for an 8-pole design. Standard D-pole locations are 5' be and the outfield radius at an angle of 30 de rees from the foul line for an 8-pole design. Size Light Level LSG 110 Exp B Price LSG 140 Exp C Price SCG Price 300' 50/30 fc $113,648 $151 147 $62,740 300' 70/50 fc $165 206 $211 331 $97,658 350' 50/30 fc $136,707 $178 492 $77,199 350' 70/50 fc $213 352 $259 197 $122,339 330'/400'/330' 50/30 fc $144 889 $202 573 $79,340 330'/400'/330' 70/50 fc $234 471 $313 165 $132 958 32073607320' 50/30 fc $136,557 $189,958 $73 559 320'/360'/320' 70/50 fc $216 392 $269 264 $123,202 Softball/T-Ball (60' Base path) - Standard A -pole locations are 35' dawn line and 40' off for a 60' base path. Standard B-pole locations are 5' beyond the outfield radius and 10' off the foul line for a 4-pole design and are at a distance down the line of ((Foul Line + Basepath)/2x0.5) and 40' off the foul line for a 6-pole and 8-pole design. Standard C-pole locations are 5' beyond the outfield radius at an angle of 20 degrees from the foul line for a 6-pole design and 10 degrees from the foul line for an 8-pole design. Standard D- pole locations are 5' beyond the outfield radius at an angle of 30 degrees from the foul line for an 8-pole desian. Size Light Level LSG 110 Exp B Price LSG 140 Exp C Price SCG Price 200' 50/30 fc $69,339 $83 483 $34,258 200' 70/50 fc $81,274 $98 509 P4,468 225' 50/30 fc $74,945 8 160 $38,480 225' 70/50 fc $90 639 $114 412 $50,455 250' 50/30 fc $79,347 195,225 $42,703 250' 70/50 fc $119 646 $151,141 $71,132 275' 50/30 fc 8 862 $109 146 $48,730 275' 70/50 fc $134,585 165 1 fi7 $83,120 300' 50/30 fc $102,117 $132 103 $56 720 300' 70/50 fc $155 73 $195,544 $91 781 320' 50/30 fc $112 625 $152 159 $62 809 320 70/50 fc 167 198 $209 845 $103 996 Jacksonville Spec 04-245 2 Created on 4/24/2006 4:46 PM Soccer - Standard pale locations for a 4-pole design would be located at a distance of (Field Length/2 - ((Field Width/2 + Setback) x 0.40)) from the center line, with setbacks from the field as given above. Standard outside pole locations for a 6-pole design would be located at a distance of (Field Length/2 - Field Width/2 + Setback x 0.28 from the center line with setbacks from the field as qIIV en below. Size Light Level Set- back LSG 110 Exp B Price LSG 140 Exp C Price SCG Price 330'x160' 30 fc 30' 60 609 $75,684 $33 598 330'x160' 50 fc $98,963 $123,297 $62 259 330'x180' 30 fc 30' $78 319 $103,756 $44 098 330'x180' 50 fc $108 556 $132 503 $70,703 330'x210' 30 fc 30' $84,416 $104 141 $48,606 330'x2t 0' 50 fc 119 039 $149 901 $75 057 330'x225' 30 fc 30' $90 213 $108,491 $52 635 330'x225' 50 fc $125 162 $156 046 78 601 360'x 160' 30 fc 30, $78 619 $99,791 $44,177 360'x160' 50 fc $119 039 $149,901 $75,057 360'x 180' 30 fc 30' $78,619 $99,791 $44,177 360'x180' 50 fc $119 039 $149 901 475,057 360'x210' 30 fc 30' $90,213 $108,491 $52 635 360'x210' 50 fc $125 162 $156 046 $78,601 360'x225' 30 fc 30' $95,532 1 20109 $56 370 360'x225' 50 fc $133 039 $163 918 87 058 360'x240" 30 fc 30' $95 532 $120,109 $56,370 360'x240' 50 fc $139 414 $173 861 91 288 Football - Standard pole locations are located at the 15 yard line, with setbacks from the field as given below. Size Light Level Set -back LSG 110 Exp B Price LSG 140 Exp C Price SCG Price No track 30 fc 60' $78 619 $99 791 $44,177 No track 50 fc $122 101 $156 551 $76,829 No track 100 fc $218 386 242 641 $152,364 No track 1 30 fc 80' $90 157 $108 435 $52 607 No track 50 fc $140 280 $178 508 $78 545 No track 100 fc $240 635 $281 107 $161 193 No track 30 fc 100, $113 283 $148,818 54 448 No track 50 fc $151 111 $227 400 $85,235 No track 100 fc $271,577 $332,217 $176,177 No track 30 fc 120' $133 021 $204, 667 $63,040 No track 50 fc I $190,715 $254,730 $98 134 No track 100 fc $316,660 $364 775 $196 565 §ection II - Adders/Deducts A. Purchase of additional lighting for security, special areas, or replacing lights on existing poles and non-standard field sizes or pole locations. $ 2.600 per fixture B. Control and Monitoring Adder for SCG $6.500 per unit C. Additional Control & Monitoring units necessary due to additional electrical services. (Base price includes one unit per project) $3 0 per unit Jacksonville Spec 04-245 3 Created on 4/24/2006 4:46 PM D. ' Osprey Nest Platforms E. Adder for additional spill and glare control F. Freight adder/deduct based off base bid of 1,190 miles Section III - LaborCosts A. Pole Installation (price per pole) Pole Height 110 Exposure B 140 Exposure C 40' $2,420 $2,640 50' $2,640 $2,750 60' $2,860 $3,630 70' $3,300 $3,740 80' $3,850 $5,060 90, $4,730 $5,390 100, $6,160 $6,820 110, $10,560 $11,220 B. Removal of Existing Pales or Structures C. Installation of Fixtures on Existing Poles Section IV — Electrical Costs A. Service Options Option A — 200 Amp Service (Section IV, A, 1) Option B — 400 Amp Service (Section IV, A, 1) Option C — 600 Amp Service(Section IV, A, 1) B. Conduit, Pull Boxes and Conductors 1. Wiring from Panel to Contactors a. Connect wiring from one 3 pole, 30 amp breaker to one 3 pole, 30 amp contactor using 346 conductors, max distance of 10 feet b. Connect wiring from one 3 pole, 60 amp breaker to one 3 pole, 60 amp contactor using 344 conductors, max distance of 10 feet 2. Wiring from Contactors to Poles a. 21/2' PVC with (4) 3/0 b. 4" PVC with (4) 500mcm c. (2) 4" PVC with (4) 300mcm Jacksonville Spec 04-245 4 $2,500 each $2,900 per pole 11 ger fixture/per mil 9,600 eaght $�.900 each $19,500 each 75 each 85 each $ 29 per foot $ 55 per fo—o $ 74 per foot Created on 4/24/2006 4:46 PM d. 2" PVC with (4) #1 THWN conductors $ 22 per foot 3. Pull Boxes a. Brooks 38T pull box with 8" x 8" x 6" PVC box 400 each Inside b. Connect 441 conductors from pull box to sports lighting pole, maximum distance of 10 feet 95 each C. Lightning Protection 1. Surge Arrestor— protection at remote electrical enclosure 900 each 2. Surge Arrestor — protection on line side of panel $ 7.500 each Section V — Engineered Plans A. Electrical Engineering Drawings, sealed by P.E. 3. Adder for 200 amp service $ 5.000 each 4. Adder for 400 amp service $ _7,500 each 5. Adder for 600 amp service 112,000 each B. Structural Engineering Drawings, sealed by P.E. 1. Foundation and pole plans based on assumed soils $1.000 per proiect 2. Foundation and pole plans based on geotech report $2,500 oer ro'ect C. Geotech report $7,500 oer proiect D. Bonding (over $200,000) $1,550 oer $100 000 E. Site survey $2.50.0 per proiect F. Project management $5,000 per proiect S�t_i_on_ VI - YeariY_Adiustments A. During the term of this contract, technical upgrades to these products may periodically become available and will be offered to the owner. Musco reserves the right to supply upgraded technology provided it maintains the on -field lighting performance, enhances benefits and does not exceed the prices bid when applied to a project application under the current contract provisions. B. During the term of this contract if the state of Florida Building Codes/Wind speeds change, Musco reserves the right to adjust pricing accordingly. Jacksonville Spec 04-245 5 Created on 4/24/2006 4:46 PM I. SPORTS LIGHTING - LIGHT -STRUCTURE GREENTM SYSTEM A. BASE BID LIGHTING EQUIPMENT The primary goals of this sports lighting specification are: 1. Life Cycle Costs: 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 fixture outages over a 25 year life cycle. 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. 2. Environmental Liaht Control: It is the primary goal of this project to minimize spill light and glare. 3. Guaran ged 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 are guaranteed for a period of 25 years. B. LIGHTING PERFORMANCE / PLAYABILITY The manufacturer shall supply lighting equipment to meet the following performance and lite cycle cost criteria: 1. Playing surfaces shall be lit to an average constant light level and uniformity as specified per the bid sheet. Light levels shall be held constant for 5000 hours. Lighting calculations shall be developed and field measurements taken on the grid spacing with the minimum number of grid points specified on the bid sheet. Measured average illumination level shall be +/- 10% of predicted mean in accordance with IESNA RP-6-01, and measured at the first 100 hours of operation. 2. Manufacturer shall provide computer models guaranteeing light levels on the field for 25 years with a recoverable light loss factor of .7 in all applications. C. LIFE CYCLE COST 1. Enerav Consumption: The kWh consumption for the field lighting system shall be calculated by the following criteria: # luminaries x kw demand x kw rate of .22/hr x annual usage of 400 hours x 25 years. 2. Complete Lam[placement Manufacturer shall include the appropriate number of group lamp replacements to be completed at end of each 5000 hours of operation. For the purpose of the bid, it is assumed that the field(s) will be operated 400 hours per year or 10,000 hours during a 25 year period. Manufacturer shall warrant the system to meet designed light levels upon completion of these relamps. 3. Preventative and Soot_Maintenamce: Manufacturer shall provide all preventative and spot maintenance, including parts and labor for 25 years on the system from the date of equipment delivery. Lamp outages shall be repaired when they materially impact the usage of any field. Owner agrees to check fuses and maintain as necessary in the event of a fixture outage prior to calling the manufacturer. 4. Remote Monitoring System: System shall monitor lighting performance and notify manufacturer if individual luminaire outage is detected so that appropriate maintenance can be scheduled. The manufacturer shall notify the owner of outages within 24 hours, or the next business day. The controller shall determine switch position (Manual or Auto) and contactor status (open or closed). Jacksonville Spec 04-245 6 Created on 4/24/2006 4:46 PM 5. Remote Lighting_CgntrolSystem: System shall include lighting contactors. 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 using a user code and password 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 or extend the field usage. On site equipment shall include Manual Off -On -Auto Switches to allow for maintenance, and shall accept and store 7-day schedules. The controller shall be protected against power outages / memory loss and shall reboot once power is regained and execute any commands that would have occurred during outage. 6. Management Tools: Manufacturer shall make available a web -based database of actual field usage and provide reports by facility and user group. 7. Communication Costs: Manufacturer shall include communication costs for operating the controls and monitoring system for a period of 25 years. II. SPORTS LIGHTING - SPORTSCLUSTER GREENTM SYSTEM A. BASE BID LIGHTING EQUIPMENT The primary goals of this sports lighting specification are: 1. Life Cycle Costs: In order to reduce the operating budget, the preferred lighting system shall be energy efficient and cost effective to operate. 2. Environmental Liaht, Control: It is the primary goal of this project to minimize spill light and glare. 3. Guaranteed Liaht 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 are guaranteed for a period of 10 years. B. LIGHTING PERFORMANCE / PLAYABILITY The manufacturer shall supply lighting equipment to meet the following performance and life cycle cost criteria: 1. Playing surfaces shall be lit to an average constant light level and uniformity as specified per the bid sheet. Light levels shall be held constant for 5000 hours. Lighting calculations shall be developed and field measurements taken on the grid spacing with the minimum number of grid points specified on the bid sheet. Measured average illumination level shall be +/- 10% of predicted mean in accordance with IESNA RP-6-01, and measured at the first 100 hours of operation. 2. Manufacturer shall provide computer models guaranteeing light levels on the field for 10 years with a recoverable light loss factor of .7 in all applications. C. LIFE CYCLE COST 1. Enerav Consumption: The average kWh consumption shall be calculated by the following criteria: # luminaries x kw demand x kw rate of .22/hr x annual usage of 400 hours x 25 years. Jacksonville Spec 04-24r5 7 Created on 4/24/2006 4:46 PM III. LIGHTING SYSTEM CONSTRUCTION A. SYSTEM DESCRIPTION Lighting system shall consist of the following: 1. Galvanized steel poles and crossarm assembly (LSG Only) 2. Pre -stressed concrete base embedded in concrete backfill (LSG Only) 3. All luminaires shall be constructed with a die-cast aluminum housing to protect the luminaire reflector system. 4. Luminaire, visor, and crossarm shall withstand 150 mph winds and maintain luminaire aiming alignment. 5. Manufacturer will remote all ballasts and supporting electrical equipment in aluminum enclosures mounted approximately 10' above grade. The enclosures shall include ballast, capacitor and fusing for each luminaire. Safety disconnect per circuit for each pole structure will be located in the enclosure. 6. Wire harness complete with an abrasion protection sleeve, strain relief and plug-in connections for fast, trouble free installation, 7. Controls and Monitoring Cabinet to provide on -off control and monitoring of the lighting system, constructed of NEMA Type 4 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. (Standard LSG/Optional SCG) 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 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 exposed aluminum shall be powder coated with high performance polyester. All exterior reflective inserts shall be anodized, coated with a clear, high gloss, durable fluorocarbon, and protected from direct environmental exposure to prevent reflective degradation or corrosion. All wiring shall be enclosed within the crossarms, pole, or electrical components enclosure. D. LIGHTNING PROTECTION All structures shall be equipped with lightning protection meeting NFPA 780 standards. Contractor shall supply and install a ground rod of not less than 5/8" in diameter and 8' in length, with a minimum of 10' embedment. Ground rod should be connected to the structure by a copper main down conductor with a minimum size of #2 for poles with less than 75' mounting height and 2/0 for poles with more than 75' mounting height. E. SAFETY All system components shall be UL Listed for the appropriate application. F. ELECTRIC POWER REQUIREMENTS FOR SPORTS LIGHTING EQUIPMENT Maximum total voltage drop to the disconnect switch located on the poles shall not exceed 3 percent of rated voltage. 1. Voltage/Phase to be determined for each specific site. IV. DELIVERY TIMING The equipment must be on site 4-6 weeks from the receipt of approved submittals and receipt of complete order information. Jacksonville Spec 04-245 8 Created on 4/24/2006 4:46 PM V. STRUCTURAL PARAMETERS A. BUILDING CODE The base bid of the lighting system must comply with Florida Building Code Edition 2004, Exposure B, Importance Factor of 1.0 and a wind speed of 110mph. 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 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 2004 FBC, Table 1804.2. D. FOUNDATION DRAWINGS Project specific foundation drawings stamped by a registered engineer in the state where the project is located are required. The foundation drawings must list the moment, shear (horizontal) force, and axial (vertical) force at ground level for each pole. These drawings must be submitted within 14 days of purchase. VI. 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, 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 fixtures to meet the minimum lighting standards. 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. 3. Manufacturer shall remove the entire unacceptable lighting system and install a new lighting system to meet the specifications. VII. POLE CONSTRUCTION, POLE REMOVAL, AND RELIGHT A. POLE INSTALLATION Provide pricing for labor to install owner furnished poles & fixtures. Price will include unloading of the equipment upon arrival to job site, excavation of holes, assembly of the poles and luminaires, all wiring from the remote electrical enclosure to the luminaires, proper gounding, installation of the pre -stressed foundations with concrete backfill, pole erection and aiming. Installation assumes standard soils of 2000 psf with no rock or abnormal collapsing holes. Jacksonville Spec 04-245 9 Created on 4/24/2006 4:46 PM B. REMOVAL OF EXISTING POLES OR STRUCTURES Provide pricing for labor to take down existing poles, structures and fixtures and remove them to a staging area on the job site designated by the owner. Concrete and steel poles will be completely removed. Poles will be cut at base -- foundations will not be removed but cut and jack -hammered to a foot below grade. Wood poles may be cut off 2 feet below grade, as long as the stumps are covered back with soil. C. INSTALLATION OF FIXTURES ON EXISTING POLES Provide pricing for labor to take down existing fixtures and remove them to a staging area on the job site designated by the owner. The cost will also include labor to install the new fixtures on the existing structure. Installation assumes that the pole structure and wiring will be sufficient to handle the new fixtures. Owner assumes all responsibility of structural integrity of existing poles. D. OWNER AND BIDDER RESPONSIBILITIES 1. Owner's Responsibilities: a. Total access to the site and pole locations for construction. Must be able to move from location to location on standard rubber tires — no towing required. b. Survey in pole locations. c. Removal of any trees, limbs, etc. for total access to pole locations. d. Removal and replacing of all fencing. e. Repair and replacement of any field turf, asphalt, and/or concrete damage. f. Locate existing underground utilities including irrigation systems. g. Pay for all permitting costs. h. Extra costs associated with foundation excavation and construction in non-standard soils (rock, caliche, high water table, collapsing holes, alluvial soils, etc.). Standard soils are defined as Class 5 soils in Table 1804.2 in the 2004 edition of the Florida Building Code and can be excavated using standard earth auguring equipment. i. Provide primary transformer to within 150' of site. j. Provide a source for water (I.E. Fire Hydrant or 1" water line). k. Provide adequate trash container for cardboard waste. a. Provide required poles, fixtures, and foundations and associated designs. b. Provide structural design for poles and foundations, certified by a professional engineer licensed in the State. c. Provide layout of pole locations and aiming diagram. d. Provide light test upon owner supplied electrical system. e. Provide equipment and materials to off load equipment at jobsite per scheduled delivery. f. Secure required permits, owner to pay cost of permits. g. Provide equipment and materials to install poles and foundations as specified on layout. h. Provide and install ground rods (one per pole location) for lightning protection per NFPA 780 Code. Poles 70' and below require a #2 ground wire. Poles 80' and above require 2/0 ground wire. Ground rods to be 3/4" x10' or 5/8"x8' with a 10' embedment. i. Provide materials and equipment to assemble fixtures. j. Provide equipment and materials to assemble and erect poles. k. Provide equipment and materials to remove spoils from jobsite. I. Provide bonding per State of Florida requirements VIII. ELECTRICAL SUPPLY LABOR/EQUIPMENT A. ELECTRICAL SERVICES All services are to be quoted at 277/480 volt three phase. Base all service feeders on a length of 150 feet at a burial depth of 36" with no obstructions in the path. Provide lump sum costs for equipment and labor to install each of the following three options: Jacksonville Spec 04-245 10 Created on 4/24/2006 4:46 PM OiDtionA a. 200 amp three phase meter can b. 200 amp main circuit breaker N3R 42 circuit panel with 8 three pole 30 amp breakers. c. Service feeders. (4) 3/0 conductors in a 21/2" raceway. 150' d. Build Service Rack out of 2" galvanized pipe with galvanized uni-strut to accommodate meter can, electrical panel and one lighting contactor cabinet sized at 72" high, 36" wide and 12" deep. The lighting contactor will be provided by the sports lighting manufacturer and installed. e. Pull necessary permits 2. Option B a. 400 amp three phase meter can b. 400 amp main circuit breaker N3R 42 circuit panel with 8 three pole 60 amp breakers. c. Service feeders. (4) 500 mcm conductors in a 4" raceway. 150' d. Build Service Rack out of 2" galvanized pipe with galvanized uni-strut to accommodate meter can, electrical panel and one lighting contactor cabinet sized at 72" high, 36" wide and 12" deep. The lighting contactor will be provided by the sports lighting manufacturer and installed. e. Pull necessary permits 3. Option C a. 600 amp three phase meter can b. 600 amp main circuit breaker N3R 42 circuit panel with 12 three pole 60 amp breakers. c. Service feeders. (2) 4" raceways with (4) 300 mcm conductors in a 4" raceway. 150' d. Build Service Rack out of 3" galvanized pipe with galvanized uni-strut to accommodate meter can, electrical panel and one lighting contactor cabinet sized at 72" high, 36" wide and 12" deep. The lighting contactor will be provided by the sports lighting manufacturer and installed. e. Pull necessary permits B. CONDUIT, PULL BOXES AND CONDUCTORS Provide equipment and labor to install conduit, pull boxes and conductors. All installations are to be in pvc schedule 40 pipe at a burial depth of 36" with twin conductors. C. LIGHTNING PROTECTION Surge Arrestors: UL labeled and rated for 277/480V, 3 phase, 4 wire, as manufactured by Erico (TDX-50) or equal and shall be attached to the bottom of the remote ballast enclosure and/or on line side of main electrical panel. Jacksonville Spec 04-245 11 Created on 4/24/2006 4:46 PM ection c We Make It Hep eed, DATE; E; Bin FORM City of Jaclwsonville RN Qi)FST TO 811) .N(). SC-01,511-II6 FM.M Mi. S'U RV SJGN 0 AND INCLUDED IN BID SUBMISSION p x (. a y t t .i. Y`, t L L C SUBIl�1.I"T" Olt) IN T1LIIILK..'A"ITF, A T 'T N s L u a n �z Ferreira 7"HN ti10 WILL HC OPTtNFI) ON ° IV2ti06 21 07 5 t F? is e r is R d . 2.110 P,NI. IN CYPN XIRE (h V ROOM (7, "i°tt1KI) FLOOR t i'R"Y 1tAL! M a' e> R t 1 1"9 e, T A 2 "ra 6 1 I��St'C►iwSL(S)TO "ID7VRUSIr 8E: IN INK 0Rt `VPEWRI TTEN L Laemtu9°t V;,F= oircd With Bid BUYER: $njirly Mtrell T'ilONE: (904) 630-1498 Szspp7y Ccrntrrrt (zrnn Ivno I, 20%(TrnaNfay 31" 2007, wtib two (2) one (I) year renewal a7pti4xzs. 1<iasf� 1it;gt,aireri . . . ..... .. . . ..... C7uari6TzLt indks wd Tr,&,d the apprcxintate quantttics to be ptrrclra,ed ziztcurglrctat �unz.rucr Susan 4aitsfwlwer pericni and ve sul? euY Ycz ITu tct titut in ttcc�urwlattc e with acrual rt4ilirt inents. i )630••3505 NC` - Parks, Revvntioa) %inn Enter"taitinient Dep trtnter)t i filC'I'a �t,{t.T Y'viT:AJ"Y" (:.t NI It.iC"I' 't)K I',�RK ANl') E L�aYCiItE7CtT !? EC�1.iiT'ivTT^.Si'I'. A(iRtEFM[iNT WII.I. RF IN ACC;C)RI)AN(F WI•I'H A".T"T.ACI ( D I F:R:MS & CON 1103N.S. SPECIFICATIONS ,AND 810 PRC PO",A1, I"<1RMS- PAST.-S O :AWARD- I++tl•,It'T'TPIA.: AWARD 'I"0 ALL, Ql,AIJYIi FY, USPONSIRLE V]=1+Jt3OR& C7fSt:;"{;N V7i°) h f h "(') d C 1+7 7".l Y1dX d7 f' zkllJC)S of, LE'SS Tu,4.Y Y7, oA YS WILL NOT B CONSIDERED hV XfAaY.hV0 , W, ftlaNtevt t arlirataiiircr Maleri>,I i %.C).1i. Ilwlivtic_tn.yariuu; r,urk 1�c:�Iarrs_lit crrar,w It, T 1... Wivery will be made in 4 5__ business dvyw from receipt of purchase order.. _ .............. ..... _ a� µ VA •tw w.: tx r �,E41�&1 iliprtilwrr igriortarc. of A Ujhczra're 1 Z F(trc, r nt L uz,a Date �m thra a Ft rt tt :i .. .. x.,._ ` P 5. f ss .. u W t • x 4? 94 f3 tl J / 374f. Error Ir'tvultitrt s Name & T We Phone h utrr! rr pax VORM GO-]02, Revised 61t9.98 PROPOSAL FORS PR.1(. F AGREEMENT CONTRACT FOR PARK AND I'LAYGROUNU EQUIPMENT 81.1)NO. ;I —()511-c,r ZIP ('00E III to s,r q t in e, , T A5r.�.! C_'.1DNTA(,T..NAME(S).__ I) L' r ` a rid -i._., 1, RIDDETX CATALOG: Fixed percentage discount Bidder "1.'g-a,..r.,............ d-�U,.3..r-t.s.,..,,.,Lmi... h,h..a,..,n... l )iscount off list price_ a? r µic p- s._a s. . t �,.�.�... � �. % Installation: Fixed percentage of cost (caftt~r discounts) of miLlipment _..........._........._._"1+� . "VtANC, FAC"TURI '11 CAiTA;LOGS Fixed percentaa discount Manufacturer Fixed Percentage Discount off MwSIU) Installation: l axa cl I t r�;�rai;:y�a Gat"ec,�t: (a(%c r c)i. r�arz�ls) aaf �:yuipzncnt ``+� N1anu fiacturer N i A Fixed Percentage Discount off MSR.P Cnoallattiow. Fixed percentage ofcost (a.tter discounts) ofequip ent. .......... ... .... ._........ % 2. MAN CATALOGS: Fixed percentage discount (CONTINUED) Manufacturer, f-'Ixt(J.Percenttige Discount off'MSId' 3"13"."IaYl:atiarl: f' ;�;c1 f7 �:� �z ;c gat �.c,st � .#i r �[i. cc �aratw} c7.f t;c.�Gzi rtn�:nt % ami f `Ye.t:u reT N I' A FiNOPe.rcentage Discount off MSR.P lei tall=attic r� 1 .ixrd f�ea'��arttge c�.t'cost (atk�i discounts) a'>t ec{tiif��n�yttt„ _ °u. 3. ',�'UB-C'ON'.1".RA 'l'OR ,EQtl.tPMt,'N' iNS"1:A'LLL'[tS- 1:isairt Nrrne: 5. t......_....... ........ Tcicphonc Number,__ oii.�r ess 13,tastatm; Name ddrv,ss '1:'eli phone Number Contact Name NOTE. Attach vendor/manufacturer WRITTEN C'ERTI FICATION(S) naming bidder, earl/ar each of its snb--contractor .installer(s), as an authorized installer certified to install park and playground equipment as required by each manufacturer. Failure to comply with this provision may result in rejection of bid. Subcontractors Musco Sports Lighting, LLC 160 1 �' Avenue West Oskaloosa, lA 52577 M Gay Constructors Mike Gay 11802 Industry Drive Jacksonvilie„ FL 32226 904-714.4001 Davco Russ White 4885 Park Ridge Boulevard Boynton Beach, FI 33426 561-732-3434 Southeast Electrical Contractors Timmy Carter 15888 County Road 108 Hilliard., FL 32046 904-879-4226 Electrical Contracting Service Charlie Floyd 2375 West 771" 'Street Hialeah, FL 333016 305-556.0041 Florida Electric Contracting Services Inc Kevin Nuss / Steve Sierras 1491 SW 21�' Avenue Ft,. Lauderdale, FL 33355 9 4-587-6760 Sportslighting Unlimited Jim Bent 4319 Ashton Club Drive Lake Wales, FL 33859 $63-632-2301 Cobblestone Electric Inc' Joe Stone 16171 Reiland Drive lstachatta, FL 34636 352-796-9000 BID# Sad-0511-06 WARRANTY INFORMATION FORM Iran NuinberALL EQUIPMEdT Eijuipn.ienr.:Spe iCie(l MANUFACTURER'S GUARANTEE To THE CITY A,S ,Sp CIpIE0 IN THE SPECIFICATIONS " ALL I;l..,.ANKS i1)!;S"I RE FII.:LCJ) ,AND SUBMITTED WITII'I BID *.x tia.K,NC7:aI:rLf°)1°I:.Cj(i#PMa,NTPROI'OIr):rri,5n.aa..,..s_.rxr.._ .,L..i.ash...a;...a,.n......a..�t..i.aa.r�i... Js there a w°: rru'rtv [rn the rcpuipixtnnt proposed aDd serviceq 9 ? "Yes N,0 I. (WN Wal"'aarl y appl), tip t1.1..1, corn ,crrr r�t:s rrr trn[y putt°'tSl reuxrvir .iih�} % e e warranty attached in submittal packagv '��prt:" �Ytarr:rntr• plr@i'xa S _...._ Lry ce rw;rrratu ircrwd Ne,�,irv;ii so ur (:eFor parts ari&orscryice - ffU9r.� �; art= light 1rr, I (:: NaPt' e and address lr� �ltt}"pf.�N"tJ.,:G:(I :�c:r�:'rc� („{`.i1tCr(S): 7...r.:°..f f K I E:'''1 n ?.,.Sr.C7.7....A.. �FsJE�erse irr�ItoC6e2artrrrrtr, rrrJ��tr.ts: c;rl1..klail�. �#�. rrrr��Jal€��E�rflrnrlr��r•J Name and address of the authordy issuing I.Ili$ W-arranty: {.rr§atisfiactulve. dis0-ibuloT, 'i u c caS p n..:a ....a 3 _I?. �.. r' ...... •� l C _ i i C� 7 5 t c_ u� a r•„ _ a a . #"± U..: t p'�rlr•.axe ieichtdi" nfc7 f:e' .irc/i�t£:w.5, , r{t s?na trp, arrJ plrnrrr rrtlrrrf+ert t01"YOrCIONIP Err' WARRAVrY:s/Arr:��c;�rrrss°U8;V1'1'TL'D MERFWr771. rr-s ;Iva NAR9.f: tik .E3iI)I)' :Mus.....a parrght n t.cC u ) SIGINA (JIV ._ .,t. rt iAii G� 4 CI#i .._. , w.. _ _ _ .. _ _ _ . r '4' arrm ty per oa must me,,eK nr excevd thf w,rrrarzly cntr�ait'sc�r�s ac sha d irr t#re Iacx iliiat x>a�s c'rn die bid. ('ONFt,l(.,,r OF INTERESTCERTIFICATE ERTIF1CATE SECTION 00320 BID 4 SC-051I-06 T thlf,ar angst; CAeCu1e eitfitt secji<taa I ar Scetiun 1C1 hercundtr velsative. to Florida Statute. 112,313f12), Faiftarc to exrctzte wither StctiF>n raaay result in vtjcctiott oftt k bid proposal - SECTION I 11Rmby certt fy ,;. )t no LSM 711 OT G:ir1PIDye of the (7ity fir ltn3 infj!:�$SSl0knit ft�t lil 7tii requiring ',fit,g[ ods f;t yt.rytC4ri tjC".SCrttk it in these gx,'6 1tl",o6(,ll9 har, h tatr as l flstpta tl halvem in tha5 .crtntrsstev_ 6� _.... � '� Cc� PO 1 a� C�tan atttttat ,,_„ _..,, _.. mp°ariy ttinttat _ Nance o t)lil A) {rnwc at prtltr} l.Q() 14 At'�vL''T111E' WG:i t Dtasatat:kh' A,dda'Css SECTION II 577 I ttumby A.ertil`v that the followine,; nauitd Cary raffia ial{v) and/or emp.lovee() hnving m atcrial ftnranci tl uattxt+;i(s} (in exct°iss or i%) ill this t tompaaay haws filed C'uirllkt al I.nwrc ;t Statcn't atq with the Stir '[Sur of Fkctions, 101 Fast Monrpc Stye ..iackwAiville, INvtll Counly r1orid:a, lidor &o bid rrysc:netatr. . ... .. _�� .... — . .w __ ��.._.... ... Nalue 'I" Ile a[" Position Date laffi i.ng _.. _. tf?narstr;- ("tart[ any tv"Ime. Name ar[Official (type orprint) kluainrsk Add msr, Ci±y., Stattc%,;Yip QWC PUBLIC OFFICIAL DISCLOSURE erection I G.11 < of'1tw laurelhasin"! C odc Re fuires that a public plliicial w110 has a final Ici41 increst in a hictor c^dtntract make a dimAosum a the time that 1ht bits or contract is Sclbrtlind d or at the time that the public official oequires at finonrial intema in the Wd or canirtact, 111cast ptovidr distftt iuc, ifapplicahie, with bid Publ'k Official irta4i6oil I f eid PoSititin or Relatimship with 'Biddo room (J R, 105, Tevi5ed t 61999 CERTIFICATE TATE F LIABILITY r Q .. DATE (AII"WYY) 0il19f06 I+RODuC„, ,,E.R -eq0- a7w77sb... THIS CERTIFICATE IS ISSUED A9 A MATTER CIF INF'ORMATI6N H017-III mun, v a Assoc - 'P+m ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE P.v. Box 9207 HOLDER, THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Ves NGiaeai, IA ,i070b-9207 114UPERS AFFORDING COVERAGE musco: sports L.,i,ghtlaag, Lie — fi 19ariaq iaetx�Caeace, C,., as Attut Ataxy:! Thep �N�JaBi R EL(plogeleB iftatsttl casualty CaT ..._...._............. . THE POUC(FS OF INSURANCE' LPSTED BELOW HAVE BEEN sSSUED TO THE INSURED NAMED ANY REQUfREMCNi' Y'ERM OR CONDITION OF ANY CONTRACTOR OTH 1 DOCUMENT WITH ABOVE FOR THE POLICY P„ RIOD INDICATED, NOTWITHSTANDING RESPECT TO WHICH THIS CERTIFICATE MAY MAY PERTAIN TI IE tNSURANCL AI"I"OHOED BY IHE POLICIES DESCRIBED I�t7tII;It"S,. AU�iREGATElIrIl7".� ' HOW N MAY41AVE HEAE'N IS SUBJEC"I'TO BE ISSUED OR ALL THE TERMS. EXCLUSION$ AND CONDITIONS OF SUCII - ...... " 'LI BEEN FIEDUC 713Y PAID ............ CLAIMS. LIR ,,,,_„ E OF Pd3 UiTA E INJL.ICY NUM OCA _ L rvpOLaCY EFI�ECTM15 ....... 1''CIIPIRATIAN.... ...... .......".""". T3 ISI�aIIRALL1att3M.ITY.2L.936.2506 ( 7ANM1 f°ii„.gi.,:;FFaCgALL1gF}ILi)N r � 07/alld9 iltlaTE 07/O1/a6 LAGta0CCW�iENCE Al gfl0'Oq .. ....._ ......_ ...... _...... ...... F!RF(�wAGd'mjRH AY/b1tYC,1�$�J00 aGq .. , LAIAIB i�F (Y>�un i 7C�G"5711��':XYIg�.'t'1;4�t.'i xr.�,.JM1k,t'. aa>rn �xP An mhe�an) � 19, Q00 ! tPERSghYAt1..4AbV.NJUF%Y 91 OO�i d)aA •... .._ .......• QENE-RALAGGft0A C $ 000,000 1wYILPi�,�C.F"EGA E.. ( {TFV'%'LIi PEIi; PW�'sDkjGl� COMPn7PACaC3 A2,000 000 a ( AUTB>tAtCJft1E:ti.)Afltj.WV 2XS39'2606 � ` 07/O1/A9 071gY/OS 1 ANY AUTOt i)WiNPD 5INGLE U-4T j} (C�xaaeac�dent) t ; ., 000, 000 kL f3tNNMD AU OG 1 -_-...... .... .,,.,.,_ ..._......_.....s - --....,......�..... SCH =DULEO *(tOS P.Oufuy INJVI;Y (Per i I y 1S' I k-IDLY 1NaU'iY i FltrtN C]+ArNPI] tt{ s{S.M i , (Aker aCH.k3fmi r"A..RA LIABILM �.. ANY AiP"Q I LESS LAABILITY 'j!0 0sso09 ,0 OL'ts(�iLELE WORKERS COMPFNSATION AND i�603.1&.$�015 h j "PLOYERS'LIAMLITY '1,tA53b2x0i !,OTHER ..... a �"ased/Aa=tmd Xquipment I2CS)J2ag6 PHOPC9n nAMAZ,K AJTC9a3a,(A,Y'• EAl j;�,O1I7EN7 OT14ER THAN AOM ONLY 07101/05 [ 07/01/06 07/01/05 07101/06 x 07/01/05 07/01/06 a, 07/01105 1 07/01/06 EA ,nn Dodua t."10 �� z�oo0 I�aa � 1 0at1 000 k 4. Tkh µ M . ______._,.. 500. 00Id 5 5aG O0q nT ' SGC, Oat! �5a,itgSl �.StYq O aNf�TkON OF 3yPERhilbNi�tIQGA 86 5/ itClUSh1h1 AWW Oy rommonsi7YlEFTCYBPEMOAIL PFRUYVI W90"d ity ni aI A 111a ie wmitiion" inburad oa the general liability pozioy, a araaiwrr of subrowation, is famor of the. iclditfaxxrsl inspurod applies to tbs xorkerso 00awensation policy. "OUL.O ANY Or THE AW]VE DESCRIBED POLO ES BT CANCELLED REpORE THE EXpIRATWN oity, of JYacYksonv,ill'a DATE THE"OF, THE MWIN() INSURER WILL ENDEAVOR TO MAIL 30 [IAYO WRITTEN NOTICE TO THE CERTIFICATE HOLVIER NAMED TO THE W", BUT FAILURE To Do 30 OIAL.I. Srd 710or,, City Hall IMPONX NO t)KZATIi OR LUAftITY OF ANY KIND UPON THE (NSU$Wn, ITS A064TS OR 117 West Duvol street RE ATIvE$. d0.triC:sgY9.tir 7.$pi. T& 7;];2p AUTHORIIZEDR{V"CtENTATIV19 USA ACGfi[} 25-5 { a) 20046 Auu AQACC)RD C:C3idirpRA 'ION 1958 l0i)A 67 IMPORTANT If the certificate holder is ail ADDITIONAL INSURED, tie policy(ies) must be endorted. A statement on this certificate does not confer rights to the certificate holder in lieu of such endwsoment(s). It SUBSIOGAiION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement, A statement on this certificate does not confer rights to the certificate `ioid r it, lieu of such endorsement(s►. DISCLAIMER ba CartificAle of Insurance on the reverse side of this form does not constitute .a contract trtztwraen Vie issuing Asurer(s), authorfzed representative or producer, and the Certificate holder, nor does it sffirmativety or negatively amend, extend or alter the coverage afforded by the policies listed thereon,