Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
2016-16 AGREEMENT FOR
VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND PLAYGROUNDS
THIS AGREEMENT, made and entered into this e day (6p/if/arm 2016,
A D byand between the Cityof Clermont 685 West Montrose lent Flonda
>
(hereinafter referred to as "CITY"), and MUSCO SPORTS LIGHTING, LLC 2107
Stewart Road, Muscatine, IA 52761 (hereinafter referred to as "CONTRACTOR")
WHEREAS, CONTRACTOR in response to a public bid prepared and issued by Clay
County B C C pursuant to`RFP No 13/14-8 submitted a response to provide parks and
playground lighting equipment,
WHEREAS, based on CONTRACTOR's response, Clay County B C C awarded a
contract and entered into an agreement with CONTRACTOR dated February 11, 2014,
WHEREAS, CITY desires to utilize the Clay County B C C contract with
CONTRACTOR and to enter into this Agreement in accordance with CITY's
procurement policy, and
WHEREAS, CONTRACTOR desires to enter into a contract with CITY based on the
terms and conditions of the Clay County B C C Contract dated February 11, 2014
WITNESSETH That the parties hereto, for the consideration hereinafter set forth,
mutually agree as follows
ARTICLE I - SCOPE OF WORK
The CONTRACTOR shall furnish all labor, materials, equipment, machinery, tools,
apparatus and transportation and perform all of the work described in Clay County
B C C RFP No 13/14-8 and contract dated February 11, 2014, which is attached hereto
and incorporated herein as Exhibit "A" and shall do everything required by this
Agreement and the other Agreement Documents contained in the specifications, which
are a part of these Documents To the extent of a conflict between this Agreement and
Exhibit"A", the terms and conditions of this Agreement shall prevail and govern
ARTICLE II - THE CONTRACT SUM
CITY shall pay CONTRACTOR, for the faithful performance of the Agreement as set
forth in the Agreement documents and the Unit Pnce Schedule an amount in accordance
with the compensation schedule set forth in Exhibit 'B', attached hereto and incorporated
herein
ARTICLE III—TERM AND TERMINATION
1 This Agreement is to become effective upon execution by both parties, and
shall remain in effect until February 10, 2017, unless terminated or renewed as
provided by Clay County B C C agreement
1
2 Notwithstanding any other provision of this Agreement, CITY may, upon
written notice to CONTRACTOR, terminate this Agreement if a) without
cause and for convenience upon thirty (30) days written notice to
CONTRACTOR b) CONTRACTOR is adjudged to be bankrupt, c)
CONTRACTOR makes a general assignment for the benefit of its creditors,
d) CONTRACTOR fails to comply with any of the conditions of provisions of
this Agreement, or e) CONTRACTOR is experiencing a labor dispute, which
threatens to have a substantial, adverse impact upon performance of this
Agreement, without prejudice to any other right or remedy CITY may have
under this Agreement In the event of such termination, CITY shall be liable
only for the payment of all unpaid charges, determined in accordance with the
provisions of this Agreement, for work, properly performed and accepted
prior to the effective date of termination
ARTICLE IV—COMMENCEMENT AND COMPLETION OF WORK
1 The CONTRACTOR shall commence work within ten (10) calendar days after
receipt of a purchase order or notice to proceed, and the CONTRACTOR will
complete the same as set forth in the purchase order or notice to proceed
2 The CONTRACTOR shall prosecute the work with faithfulness and diligence
ARTICLE V—PAYMENTS
In accordance with the provisions fully set forth in the General Conditions,
CONTRACTOR shall submit a payment request by the third (3rd) day of each calendar
month for work performed during the preceding calendar month CITY shall make
payment to the CONTRACTOR, within thirty (30) calendar days, on the basis of a duly
certified and approved payment invoice by the CITY for work performed during the
preceding calendar month under the Agreement
ARTICLE VI—DISPUTE RESOLUTION - MEDIATION
1 Any claim, dispute or other matter in question arising out of or related to this
Agreement shall be subject to mediation as a condition precedent to voluntary
arbitration or the institution of legal or equitable proceedings by either party
2 The CITY and CONTRACTOR shall endeavor to resolve claims, disputes and
other matters in question between them by mediation
3 The parties shall share the mediator's fee and any filing fees equally The
mediation shall be held in the place where the Project is located, unless another
location is mutually agreed upon Agreements reached in mediation shall be
enforceable as settlement agreements in any court having jurisdiction thereof
2
ARTICLE VII—INSURANCE AND INDEMNIFICATION RIDER
1 Worker's Compensation Insurance - The CONTRACTOR shall take out
and maintain during the life of this Agreement Worker's Compensation Insurance for all
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 latter's employees unless such employees are
covered by the protection afforded by the CONTRACTOR Such insurance shall comply
with the Florida Worker's Compensation Law In case any class of employees engaged in
hazardous work under this Agreement at the site of the Project is not protected under the
Worker's Compensation statute, the CONTRACTOR shall provide adequate insurance,
satisfactory to the CITY, for the protection of employees not otherwise protected
2 Contractor's Public Liability and Property Damage Insurance - The
Contactor shall take out and maintain during the life of this Agreement Comprehensive
General Liability and Comprehensive Automobile Liability Insurance as shall protect it
from claims for damage for personal injury, including accidental death, as well as claims
for property damages which may arise from operating under this Agreement whether
such operations are by itself or by anyone directly or indirectly employed by it, and the
amount of such insurance shall be minimum limits as follows
(a) Contractor's Comprehensive General, $1,000,000 Each
($2,000,000 aggregate)
Liability Coverages, Bodily Injury Occurrence, & Property Damage
Combined Single Limit
(b) Automobile Liability Coverages, $1,000,000 Each
Bodily Injury&Property Damage Occurrence,
Combined Single Limit
(c) Excess Liability, Umbrella Form $2,000,000
Each Occurrence, Combined Single Limit
Insurance clause for both BODILY INJURY AND PROPERTY
DAMAGE shall be amended to provide coverage on an occurrence basis
3 Subcontractor's Public Liability and Property Damage Insurance - The
CONTRACTOR shall require each of his subcontractors to procure and maintain during
the life of this subcontract, insurance of the type specified above or insure the activities of
his subcontractors in his policy, as specified above
4 Indemnification Rider
(a) To cover to the fullest extent permitted by law, the CONTRACTOR
shall indemnify and hold harmless the CITY and its agents and
employees from and against all claims, damages, losses and expenses,
including but not limited to attorney's fees, arising out of or resulting
from the performance of the Work, provided that any such claim,
damage, loss or expense (1) is attributable to bodily injury, sickness,
3
disease or death, or to injury to or destruction of tangible property
(other than the Work itself) , and (2) is caused in whole or in part by
any negligent act or omission of the CONTRACTOR, any
subcontractor, anyone directly or indirectly employed by any of them
or anyone for whose acts any of them may be liable, regardless of
whether or not it is caused in part by°a party indemnified hereunder
Such obligation shall not be construed to negate, abridge, or otherwise
reduce any other right to obligation of indemnity which would
otherwise exist as to any party or person described in this Article
(b) In any and all claims against the CITY or any of its agents or
employees by any employee of the CONTRACTOR, any
subcontractor, anyone directly or indirectly employed by any of them
or anyone for whose acts any of them may be liable, the
indemnification obligations under this Paragraph shall not be limited
in any way by any limitation on the amount or type of damages,
compensation or benefits payable by or for the CONTRACTOR or any
subcontractor under workers' or workmen's compensation acts,
disability benefit acts or other employee benefit acts
(c) The CONTRACTOR hereby acknowledges receipt of ten dollars and
other good and valuable consideration from the CITY for the
indemnification provided herein
ARTICLE VIII -NOTICES
All notices shall be in writing and sent by United States mail, certified or registered, with
return receipt requested and postage prepaid, or by nationally recognized overnight
courier service to the address of the party set forth below Any such notice shall be
deemed given when received by the party to whom it is intended
CONTRACTOR Musco Sport Lighting, LLC
2107 Stewart Road
Muscatine, IA 52761
CITY City of Clermont
Attn Darren Gray, City Manager
685 W Montrose Street
Clermont, FL 34711
ARTICLE IX—MISCELLANEOUS
1 Attorneys' Fees In the event a suit or action is instituted to enforce or interpret
any provision of this agreement, the prevailing party shall be entitled to recover
such sum as the Court may adjudge reasonable as attorneys' fees at tnal or on any
appeal, in addition to all other sums provided by law
4
2 Waiver The waiver by city of breach of any provision of this agreement shall not
be construed or operate as a waiver of any subsequent breach of such provision or
of such provision itself and shall in no way affect the enforcement of any other
provisions of this agreement
3 Severability If any provision of this agreement or the application thereof to any
person or circumstance is to any extent invalid or unenforceable, such provision,
or part thereof, shall be deleted or modified in such a manner as to make the
agreement valid and enforceable under applicable law, the remainder of this
agreement and the application of such a provision to other persons or
circumstances shall be unaffected, and this agreement shall be valid and
enforceable to the fullest extent permitted by applicable law
4 Amendment Except for as otherwise provided herein, this agreement may not be
modified or amended except by an agreement in writing signed by both parties
5 Entire Agreement This agreement including the documents incorporated by
reference contains the entire understanding of the parties hereto and supersedes all
prior and contemporaneous agreements between the parties with respect to the
performance of services by CONTRACTOR
6 Assignment This agreement is personal to the parties hereto and may not be
assigned by CONTRACTOR, in whole or in part, without the prior written
consent of city
7 Venue The parties agree that the sole and exclusive venue for any cause of
action arising out of this agreement shall be Lake County, Florida
8 Applicable Law This agreement and any amendments hereto are executed and
delivered in the State of Florida and shall be governed, interpreted, construed and
enforced in accordance with the laws of the State of Florida
9 Public Records Contractor expressly understands records associated with this
project are public records and agrees to comply with Florida's Public Records
law, to include, to
(a) Keep and maintain public records that ordinarily and necessarily would be
required by the CITY in order to perform the services contemplated
herein
(b) Provide the public with access to public records on the same terms and
conditions that the CITY would provide the records and at a cost that does
not exceed the cost provided in this Florida's Public Records law or as
otherwise provided by law
5
(c) Ensure that public records that are exempt or confidential and exempt
from public records disclosure requirements are not disclosed except as
authonzed by law
(d) Meet all requirements for retaining public records and transfer, at no cost,
to the CITY all public records in possession of CONSULTANT upon
termination of the contract and destroy any duplicate public records that
are exempt or confidential and exempt from public records disclosure
requirements All records stored electronically must be provided to the
CITY in a format that is compatible with the information technology
systems of the CITY
ARTICLE X - AGREEMENT DOCUMENTS
The Agreement Documents, as listed below are herein made fully a part of this
Agreement as if herein repeated
Document Precedence
1 This Agreement
2 Purchase Order
3 All documents contained in Clay County RFP No 13/14-8 and the agreement of
February 11, 2014
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on
this2,3 day of Ve-brac ,2016
City of ermont
fA , le' %
Gail L Ash, Mayor
Attest
AlI
Tracy Ackroyd Howe, City Clerk
N
6
Musco Sports Lighting, LLC
B L)7
4:417AY
Doug Yates, Vice President
Printed Name and Title
Attes
C rporate a etary
James M. Hansen
(Name Printed or Typed)
7
EXHIBIT A
BOARD OF COUNTY COMMISSIONERS OF CLAY COUNTY, FLORIDA
NOTICE OF INTENT TO AWARD BID
RFP NO 13/14-8,Various Equipment and Amenities for Parks and Playgrounds
In accordance with the provisions of Section 8 N of the Clay County Purchasing Policy, notice is
hereby given and posted of the decision of the Board of County Commissioners of Clay County,
Florida (hereinafter the"Board")with respect to RFP No 13/14-8,Vanous Equipment and Amenities
for Parks and Playgrounds. Responses to RFP No 13/14-8 were opened on January 7, 2014
Dunng its regular meeting on February 11, 2014, the Board rendered its decision to award RFP No
13/14-8 to multiple companies and this notice of intent to award bid is the official notification
regarding said selection The decision of the Board is final Failure to file a protest within the time
prescnbed in Section 8.N of the Clay County Purchasing Policies shall constitute a waiver of
proceedings under Section 8 N Bid Awards and Protests
Stephanie C Kopelousos
County Manager
Date of Posting Date of Removal.
02/12/14 02/18/14
Time of Posting Time of Removal
8:45am. 855am
Initials. Initials
D F DF
�F.C�1 January 29, 2014
• - ; C,
d ' •_ . -j
, MEMO TO Stephanie Kopelousos
1 •
•
County Manager
C00
FROM Karen Thomas
CLAY COUNTY Purchasing Manager
FLORIDA
SUBJECT Budget, Personnel,& Policy Agenda,2/3/14
Purchasing Division ITEM RFP No 13/14-8
P O Box 1366
477 Houston Street
4th Floor,Admin Building
Green Cove Springs, FL Recommend approval to post notice of intent and to award RFP No 13/14-8,
32043-0367
Various Equipment and Amenities for Parks and Playgrounds to multiple
Area Code 904 companies. All bids are based upon the% discount offered for products and
Phone 278-3761 service. This bid is also a means for qualifying vendors for Ball Park lighting
529-3761 q fy g g g
Fax 278-3728 services. Qualifying vendors will be requested to provide pricing on a project
by project basis The qualified vendor providing the lowest responsive quote
County Manager will be awarded the project. This will provide playground equipment,
Stephanie C Kopelousos amenities and lighting for all parks in Clay County and other entities wishing
Commissioners. to utilize this RFP. Approval will be effective after 72 hour bid protest period
Wendell D Davis has expired and assuming no protests are received. Submittals are available
District 1 for review in the Purchasing Department.
Douglas P Conkey Funding Source various
District 2
Diane Hutchings
District 3
Att 1—Staff Recommendation Sheet
T Chereese Stewart 2—Price Sheets
District 4 3—Bid Tabulation Sheet
Ronnie E Robinson
District 5
Switchboard.
GCS (904)284-6300
KH (352)473-3711 /df
KL (904)533-2111
OP/MBG (904)269-6300 Karen Thomas
www claycountygov corn
BID RECOMMENDATION SHEET
January 28,2014
Bid#13/14-8
"Various Equipment&Amenities for Parks&Playgrounds"
BIDDERS Bond Base Bid
Advanced Recreation Concepts NA See Attached
REP Services,Inc. NA See Attached
Southern Recreation NA See Attached
Playmore West,Inc. NA See Attached
J Dungan Assoc..Inc. NA See Attached
Victor Stanley,Inc. NA See Attached
Robertson Industries,Inc. NA See Attached
Recycled Plastic Factory,LLC NA See Attached
No Fault Sports Group,LLC NA See Attached
Greenfields Outdoor Fitness,Inc. NA See Attached
Regal Contractors,Inc. NA See Attached
Gulf Coast Sports,LLC NA See Attached
Bliss Products&Services,Inc. NA See Attached
Apollo Sunguard Systems.Inc. NA See Attached
Robertson Industries.Inc. NA See Attached
Miller Recreation Equip.&Design NA See Attached
Gametime,Inc. NA See Attached
Site Horizons NA See Attached
M Gay Constructors,Inc. NA See Attached
Musco Sports Lighting.Inc. NA See Attached
Staff Assigned to Tabulate Bids&Make Recommendations:
Name Title
Ellen Mattox Admin Program Mgr..Division of Parks&Recreation
RECOMMENDATION:
It is staff's recommendation to accept all bids submitted. All bids are awarded based upon the%
discount offered for products and services.
•
F\BIDS\1314\BID RECOMMENDATION SHEET-1314-8,playground equip docx
CL
O
Q. N N N N N N N N N N N N N
+• �- d d d d d d d as IL w weu CD
C
= >- >- >- >. >. >, ).. }. >• >- >. >. >. >•
'j-
t.)
W Q '7
N N N N N N N N N N N q q N
E 10 CI as d as N as as d eU da. d W m as
CI 0
W V 4-.: 0
x VI
1.
a _ o
c
il
a / C +
= c
- c
H '� 0.1
e a a a a * z� x �`o
ILI U N M m in in 2 2 2 Z e n v m m eenco
n in ea
W ii
v
o >Q', ' '= 0. 9a. > a
or
V
▪ s M N d e^ m M M m H N Mat
m ern M iat
nLU
� � O O2 4 in
l C
0. oD
• I m
a q e0 a a a a c a
C. q CO •a y > > C 5 es a a ee 12"
°
�" 2 7 ye ` la 'O d as 7 V g O` N Nq a 0 a
Q L LL ` d m O OL. O> 9 O eU O Oj .2 ,19:
00
U a d i In 2 T 190 = W W U t ei m ci" LL ' E vi
go el.
Z r N m r 7
E a 3 o a d ce m a
�r i q
111 2
A
W dCC L. 'T+ C y 2O Y N �, O a w
ea to
Q ce
s a in eao y 3 en ' m G Jo °' m EE ` vii
as ce
n.
i-i C '° e"n d m h LL « m m C t0 G " C LL
eCI s N em ea S. 'e 't OC
inCd ea >. IL c 3 A a a.. i� e%
Q. N N = co d y a c
0
C
6.I
▪ o v
O Q. p LL
.oin N-o
u n m
p el c
co
U. .�- c
N o
......
U 41
c 'a,
CL
++ a N N N N N N N N N N N N N 1l�
CtnPi m Mm m w m m m m m m m m 61al
>. >- >- >. ). a a > > ,. >- >. y > >
Ouo
uo
d d N N N N N N N N N N N N
>- ). >. ). ). !as as su as } } ). } >- Y 9'w as as } }
V Oo
0.. 0
V
i
W
-0
.a
O a-. N
C
3 Q Q at aein a� a°crs a° x x at
eZ Z v v a m a o m in in in v a a
C Co
40
cm
1 Ms
E co
a
c c 0. ._
oo 'o cc ae ae ae ae ae x a. a ae ae ae a ae ae ae x C.
Q O H in in m m m m mm m m N NN N N Lu
'0
c
0
4 0
io
ioo
N N a a
° m i. �o = IS as aaial
o?j
a c Y c c W c m I.m In
t . d W tS c c ri i
o A 11 no m E E e� 2 2 m m 2 to
O a0- .c a.t c d Q ell m in m 2 N p N Q QE h DO
LtO. N m a
C. 6 N a.. N G ` i u m m .a O y m - it .�
N IA a d a m as.0 N . . t ley
E F in 3 6 in d d Hrrl
ri
eI
V 112 m C Cra
ri
G d H E C a. d 'E c0 C m
�' « u as J d
RI min 'O + O b.
G d Zto y1 '� s 'a .Q «Go a, v1 Oa. C ? in CC
O 3 .'' 3.. &.. 01 6 c A LL al N CO C C s d
3 c o m — a
q .a i. d C m W y r ; Q LL
C laCC
m as I-
0 so
L. d N
as
o d c
0
en
I
'
i.. a,
O Q
IA Ma,
OQf O LL
d N 'O awi
ci
ti
•
as
111
> u n d c
'a
aU V
u: N
0.CC ?II
,C
a
+• D. N N N N N N N N N N N N N N M
IC m was a, a+ al a, a+ ar w a, a. a. > a+
d7� T a- T T a- a. T > T T T T T T T T T
eo
V '3
oo 13a)
O -U N N N N N N N N N N N N N N N N N
} } } } )- } a. } } ). } >. } } >. } }
x
V I.
0. 0
-D
vi
L.
C!
.D
.D .D .D 72
o w d .0
C D y D 12 y a 13 N
'D
O C 3 L. 3 L 'u I
a g
70 10.1 G Y C Y M 0 8 N N N N N N 4 to
}
N
toD Ai. re a 2 ato
C m e m e m e ao
44 V
m
'D
E
sb
do
..pp ��pp a
V OJ vl N N N N N N N co a N uJ
Y1
C
4 0
. a
ea dt ffb
7. tl T a! a N p, N s N �' N N d
0. to
a = o aNi > >cr ; o d I 3 a 44
I m m e ea
o N D '" D arc d r+ a in
o d = Cl c c z c e L.
13 N � c ,�i d W1 m c 2 a, E. d 2 g a, a, d ��3 Q 'a �o
Q_ L. W W t G m t 7@ N O N t al E N C a A W �+ 0°'WC a
L Yj pp _ Yom. Q W Q u pp Y E co as W 9 T N W C9
D. N T al 7 co.` dA 3 is W CO Y ca CV Y Y _W 7 ye
6 W N d 10 RI
Ic a �j y m 1�c W N CO CO CO .0 co. W m
a d d D. n a d a 3 1�^.1
ti Z.
QJ c > i
d M
e
L. c $ T d a
�a 'D W ar 'a LL
10
s.
aI- 'D C 1� A ayy a a 3 d (w0 o as caNa ;41
CC
= O H •r L T r+ N . D NCc cC
40 = o a 0. x 3 > 5 -, " u
X LL « C N N a m to
7
W
rj N C
C
0
O
`I
0 0 4!
v
O _ e '" a03
al O
I
•� C .0 O N to ,... 'D
03 er U c0
to
yD 44, co10 C
� o
Cd ...v
LL m
H 12,
a NN N N N N N N N N N N
4.• a d CI Cl CI CI Cl d d d d CI Cl
C 7 Y } >. >- y y y > >. >- >- >-
i �
V
ao
O 43
+`. > > IA } CO s > ). >. } Z } a
CI o
V I-
0. c
a
I-
a
a
Z
v
as a
a a
aa m
O = O * •7 O o 4O d m
TN 3 mIi7 .o t0
Ts
to
C 0 C N C 00
.... i
ri
M
r-I
E m
l�
a
C0.
5
HNNNNN NN a+ N 4 Prl
NcrLU
a
4 0
tcOa
to
53 elf N d c a
t'i w a 1° °` as
3 c A co s ia a oISY
d o °' D.'t N C O.'t d i
O s c3 as o 't s•
- N 2 N � 'at i'D IT VI o a N E 0 N �° a
I- p 2 coo 7 •« a al N = c N CI o CI w N N VI
t 00
d I�AI 6 N L121m p, o L = O as C a 3 y cr
o, 1-1
11!01 w ti IY vl 4 d A O d m
a r-i
ri
c = o a ° ri
c in
E co
o y '� �' °o `m d� > m h
CL
I� T d N m N V Zoj' N m b cu a C ti LL
d
7 8 a m h r Uco
aW CC �° ., - 8
N ` H iz t+ C y c h 1" y
C C1 O N X t y u p y, O a� p O '~ a
r U to
N A Cl N a a U.
C 13 IY S Q /
N F. {.! K 19 Q = c
C
__ 0
D
ti I
0 CO O H V p ^ IN � C19 PPi O O
C tas to
O u O
7 0) 3 < 01 rolls O 1.1
U.
42,
01
.12
'o 8 p ^ op �I o 3 2 o0
y U _ N p lb 0 00 � � in o
v v ? v•.... w Of
v ....-
u_
u_
I
ce 'o
VI W
n.
VJ N y�
w Hy•
CP CU
3. 3' }
L N
0
DO a
.e0• > > > z°
co1 a
0
N
1-
a)d
3
O4.41.
��o
=° o a g 6, 4 o gL.
. N o m 3
10 u Z M oo M m m m o0 m 3
C 0 Co
eV-1
M
r-1
'C
Eto
au
u 3 " M o a a a 4 a 4 4 a a ,�
2 2 2 z 2 2 2 2 z In
0 0 C
o
0o
1-
Io
Ct.
IA m $ OS 1:1 c ozs
�' = m a� al I-
C
Gs
1:11 E C " '� M. m m m m m m m m d L N7.
O 10 'D y N d f0 Q u y N v41 CD 4- aye+ ate+ y It k C a
L. Da 101 CO et
Y d C Y p, 41 C C C C C G C C C E
ItF. m
d .-I
V
La
O.
rn u l9 C 'fl. Li d W 7 3 fto
ig 60
dd C 7, C N
us
w ° `t '" N re
C h 7 y 9 F LL _a Cl 0.o
Z• w c LL c C c = 0 1a10 0 or '`s m Iu w 0 LL
dce A d w U. d W pi O y ° E a .° uce
CI a.
Lib. ti e
ae La
6 u O O
0
CI
Li co o of n I
.-I
`1
14 Li-
o
Co 0
M N
til 0
.csC M y ..[ r� rei
O LL ! IA t>�JI -a
N O � ! = N d LPI M C 001 Rti �1co i
�' P E O •I 1°
0 ,/ al
al LL � WN W CO V
1^A C
eg v N S V m ' N O
w co
U. to
a
a -a
92
VS` 0.1
4.• .d a o a a a a C1 a a a a aai O a C
C M } Z y 0- >. 0- 2 y 0- } } > Z 0- 2
✓ J
00 y
RI '0 a o a s a a c a s a m a o a o
VQ >. 2 a• > } )- 2 > > ) � ) 2 } 2 u
'-
a.
0. 0
to
I_
OJ
'o
.0
O .0 C ..0 .0 .0 .0 .0 .0 .0 .0 .0 .0 -a .0 r .0
o., 0 0 .°0 .2. .2. .2. 0 .°0 °. 0. 0 .o.. m
0. 0. 0. 0. I.
c. a.
0. h.
0. Ci. EL OIO. a a o.
�y1.
S o •o m w, v v a •o •o -o •a •o 10 3
;' Y Y Y Y Y Y Y °1 co V m 0
C 0 z z •c T. C z S. C E Co
O. 0. 0. a a a a. a a. 0. a. a. a
crm
I-I
1,
E
C0
0.
O I.
dE a g N X12 N y2 * * * * * X Q
Lu
V 0) in .O Y1 IA N an N N U1 .4 N O� .O
_N 01
•CC IJC
4 d 0
a
CO
C S d a8 S e o_
,ac. °2 NNOa
a w Q O d O. a .0 Q i ` '° �u N to '� m C Y
7 o tit= u a, v •o fin'- E m a o 1.3 s� a 't t ° e CO
.. cCL
c u c •o
Q ate £ d ..°• 'o` u E " = c d , o. u �' $ a� 9E E o0
m 0 2 3 $ a u a, a+ o•a g
•C. m c '° c a a d `° o � N
N Q W 6 COCC A N us m tot to N q 0 lA ti
m
6 y
- tt
1-1N
CL! 1 O awl (Ca nOe • v-I
Lre
C AC N u i N ` O O Q_
d t + LL
a1 o o. o o Q♦ o N '° CC
O C V Y ~ LL m 0. O of O N
L. Oa CO b y 0 2 U c
CC go Q C LI m CO t o C. C 0 U.
o LL
G E u A I' Ix j
Q o at
0
c
o 5)
ci N -o
O 14 N. IO
• 7 I o
_U 7. N
co
0C
y O 0
to v o
LL tO
O.
'
d
N a N N 0 N N N 0 N N N 0 N N N N
41 ++ O. 41 41 wGJ 4, 41 N 41 41 N 4, 41
W. Z C H W. W- Z W. W. W. Z W. W. W- Z W- W- W. }
3
DO
N 0 O `� N N 0 N N N 0 N N N 0 N UI III
N
}
Z 3.- W. Z W. W. W. Z W. } 2 } W. W. W.CI
0
•0
W
-10Q
C a a a s a .o .o a .0 a .o a .0 .0 'O
°. 04-. 0—. °. °• °. .°� .°- .°2. £ £ P, ° £ £ $ ,o— o,
.- *, I I. I s. I. I. 1. s- I L
a ,1O a a a a a a n 0. 0 4' 0. 0. 0. 0 0 to
O 0. a 0. 0.
mm a =N a a a "Cl a a a a a a a a a a a 3
m 41 d 41 m m 41L m 41 41 4, to
U N '_ U U U U U U U U `du' °u' U U a�
• 7: C 0 C , 7 7. •C •c C C 'C a- •C .0 7 7
0. 0. a a a a a 0. a a a a in. a a a►
mtM
'C
E 65
0 a
c
7 4' O. 5
O 8-1 N O O N O O M LUin
•CG -0
C
7
4 °
00
to
D.
.5Q 8 N a c a.
N a,s. "' d 'v d D a o s c c QS
m n a 0a c d `m as0 r « 7 ,E d x
a c 't 7 m't 7 .O T a Q ar N 3 Cr m a L° c c w as
c a -p E A y ` 8 m m m u ` o °' mac c m B �O .c a
Q4a U = 2 a7 al 7 •►
so a, — a E '5 ted, eo °J w .. � , 0 � .. d CO
aG N Q N L d N N d C N ¢ 10 m 3 3 M
Z a I-I
.-I
OJ c u UI c a m 0
T _ !!��! yp,
m .� E 0 A 7 t L C a7 N ... m C al N LO.
L
c m a vI. d vai a e. VI on x
i. m o d B pi i
m « .0 0 a C •= 2 C T a) y C Y CC NJol
t
a a C 10 Z �'' a. �° m a N .p 2 p 0 u io T a
41 W = N m LI g t T C 3L r,, IL '0 C N LL
W WI.
I-
Ca. 7. co
IILL 2 to
2 C
C
0
C
�1
N
a.
O 3 H IO0
_ to
5 c
• O
C
LL N
_ i L
d 'a
ai
Y Y. z •7 Y Z Y Y 0 IA 111 III 111 0 on Y 2 >. Z z > 2 Y ea
Y
v
H
U
J
DO 3
m m O e0 'd m O m m O m 0 m 0 O m O m m
T T z o
v O >. z y T z y z y z z >. a y T
a`
0
-0
CU
v
•0
.0
..00 CO +, a a a a a .0 .0 .0 a a a a .0 10
L 'L = C L L L L L I. L I- L. L L L L
GI
in a a a 6 a a a a a a a a a a a ro
u au "' 1 s m as u u u u u u u d to
/� u u
•C v C {i V v - L V V V L L L L L L
a 0. 0. a a a a a a a a a a a a
vt
'-i
M
v-1
.a
E co
C 0 2. a
`�` 0. L '5
o ae t7 '0 at X ae X a X * 02 oe aE at * uai
r,1 M N Q O N N N N N N •O ti N N N N N N
u C
a 7
a o
m
L
0
'" .3 01! a2. A In
m off as OSS
as -0•o `t ca 7 a 't = c c air .ac A x " ._ d a E 0 cr a c LY
c 7 c E o. 2 � c° m E mr 'c a.
a! 7 N 0 7 N L .. p. m .O •0 N N = G a a7 7 m d
,cn L. « � c ,r, a, a w m r a 7 as m = E ao
> A 41) O. r! a c .0 ,d N '0 a N Q d C x m r
O N A 7 a7 d a M . O C Q7 N T y .••I
a a N z a tr N F. 4 O .a. .en
--1
V'
r-1
w en
N L. 0a m C 'a p.1
co m P a ra L N u C cz
C T. m 2 T d
a L {a L 't al r. al N _13. LL
N c R = le-0 0 y N 2 Y N Q -0 2 7 .� =a.
N
A m 2 a spa w W Q d c d ar = « d 0 c a
C a H a o. a a .a .0 e = m .0 vai ` 1/1 CC
d m en N vii N vs m
s
'^ ea
6 C
N C
0
C
`I
ai
a H LL
.0
CO•,...-
(12 ._
IS
C
i 11y 0
C
LL CO
a ,0
t" 11/
Z• z z° z° ▪ 7 > a Y >. > a y an
a y
I u
V
Coad
o 0 a a � .d d d d d m d d d o d
Z z z 2 40▪ 0 } > y a. )- )- z > x
l.) a." o
a
in
6.
ai
0
'0
XI
.0 .0 .0 .0 C .0 .0 .o .0 .0 .0 .0 .0 .0 .0 'D
.& °, ° —• O C .oma •.o, °, ° $ .° � .°� .°� .°� al
V v I 1 I V I. V I I V 1. V L 17
01 0 d 07 *, ld .7 0/ 01 m 0I 01 CI CI EI d CI f0
a a a a O 0. a a a a a a a a a
6I Y •° e0 N d u W ' X61 'a W d d •° W
tJ u u u Uu u �u u u u
a a d o d a a a d d a a a a 9393
1-1m
E m
.0 O 0.
d III in in a‘l3 IA IA w Cr
IA N in in in IA IA
n 0'O 7
4 co
a
Co
in a In V t d
a C I C u w IA Q ` LY ` ..+ a `C o3
C d L r. y ~ O.o La etd `0 �. '�' a aLa mi Ti 10 w 1SO in � 1. 1 I.. Y
tJ 0 2 C •O u lit
w a r p C LI 2 a I1C 5 C u m S .ID r 0.
N V 'O +� 01 N N d W N 0 01 m.
3
C > > Q O d N. .0 t D' u E a r N M i^
y J _c d D. N 7,W c d .0 d A N al C c C C •I
�- F. 03 a w h O h = Q N to m
0. N W d 11
F.
'-I
y� '-1
01
L L L. -I c rl
O• 0 .0 11/ V C A V C C N
3 E ,o o Io '.IL
d a.
IS 0. vi 'o L" 0
0.
cc
t
a In a In r .. 0
2.
'� on io i on
W e > > > > d 3 x c 3 ac
LL
y LL f0
3 c
0
0
,...j
I-
Co-
1
�
u o
c....
� 0
a 13Ha,
Ti
d a N N N N N N N N
>'• d Z > } y )- } y y y
7 m
V
00 N
le .01 ift 101 in WI in an
y } �> � } y ,. yyO x
V d u
O
e
d
m -o
a. o n
C s+ v, o+ o m 0
O r.` MO °1=0 10
p0 1 ar
-O
Ics in To V d „ - I N N Z 4 T ,N 3
C0 1 -° sp ,an lI K COCO
.... N ry a
ID
N 1-I
Kt
ria
E COG1 . 1 I
en ,
di. a o a.
7 ib L1. •� NGOrfOa, OOffO O, �7
cr
03 0 C ,I CriOOfj'VFnV aV1aO in Ill ug, In N N W
to * Y► N tp 'd
R.
V I, II It 0
m
. (.
,o
N $' d N a
a }r .m 7 ON, V i O di
W d d v im
N G O! W C a d C7 O I.
2 — — —To
'Q� v y — d 'O C V a 7 7 f0
Dom, e e c i ° 't E d C ;, 2 n°' o a
73 al d N Z vs E co
A 0' �; N C T . d A C S Q
N R a T t vs (� fn
N a a N N fI
nt
ei
C A
O V M
1.1
W 'ra O m —O111.. O C —OCD C N N
SSD 10 �' 3 E 40 a
c inP. a$ 3 _o d o o g. 0. 3 i
An• u O uI Y p LL a' E c y N V! .o N
u N -0 d Oeu
• 3 cc in c
C
0
0
o
in
e
a,o
H MN^
43
ll
QNv ..O.0 c
p �; .-1
C et
'GN
a B co
0: wvy Q
• N
• '3 0'CCOtac
V.
0
2
al
W v / o
LL .--I
& )
a
z )- ). 2 t = >- )- >. >. ). ƒ 3 )- )-
k
U
U �
w2
0
2 . a- � J >. 3 )- $ � ƒ )- z x
a o
"0
w
3
.0
9. 0c )
§
§ • I Z § M z Z N N N k
k 2 � 7
4
en
_
E m
cJ0. 7
§ d K § := lc 2 § § & i § § § "0
k
4 °
7
a 5 k _ § 201 I 4
2 } 0- 5 ■2 c al 47; .0
9.
■ 01 ■ ■- ■ 2 um 2 § . §
2 % m to as 2 I 2 £ to f
ul ® - © J > 2z.
E ■ it 2
0. U 01
E
�
■ ( d
` 0 - O ` a
§ 1 a 2 0 o ■ al E k g o7. k Cla.
CC
CO 2 ■ e ■ 2 c CO .c E ® u I _ a. 7
0 III ƒ 7 on C k k Clk ` % k k § S LL
0 k 0 ■ 7 CO 0 10
5 &3 i
a. E §
01
= N Cu
• 2
I.. o
2
o .
2
.0
ICD @co
_ � 5 u.
/ _
u. _
� 'U
; ■ ■ ■ ; ; 41 ; ■ ■ ;
/ 2 )- >- >. )
✓ �
m• 2
IA on In In
in
k IA k z z 03 0 x
0. o
"0
C)
I. 'a
T § 77.c. 0 w
■ e § �t � I P.
K § § k _§ § 2 § K13 eu a s 7
Nin 03
7 0 2V. O. 2 CU O.
V a
40.
1 ILL �
E a) a) i
t 2 0. L.t Ut
§ & i § § § 22 & ■O. 0 ILIn CT
3 � a � O. a.
• 0 2 a 2 C
k r.a a I
�
7 _.. . ' ate k ` ,e ; o ■ E.ea
� ■ � ■ I. 5c t © EE� •E i. In - _
\ 7
-a -a
; Cr� � ` k CCGE 2 } 2 0.
'ems eea $ 22 § 2 § 2 I � � CO
' _ _ .0 2 a ■2 - 5
E J ■ G 2 In a.
, ® ral
1-1�
§ s 7 . c c
1 ■ a o in
/ a in ■ 0 CI j in
I ■ Ti co ■co k 2 s .c . in
a 2 c C ma
o , a.
) X c " C § § 03
2 ■ ■ C
a
,
w ■
C N �
I
§ . , © . $ LL
7 � la .0 § � �2 L. N 2 2
co
S NN 3 © � i2 ° � o C
® �� c o - @ 0
u q
EXHIBIT B
Clay County
1 Sports Lighting Bid Sheet
Manufacturer Musco Sports Lighting, LLC
Address 2107 Stewart Road
City, State,Zip Code Muscatine, IA 52761
Contacts'
Danny Sheldon Email dannv sheldon c(D,musco,com
Phone# 352/665-0578 Fax# 800/374-6402
Bob DeCouto Email bob decouto(a musco corn
Phone# 352/243-9999 Fax# 800/374-6402
Jason Frucht Email Cason fruchtamusco corn
Phone# 954/732-5674 Fax# 800/374-6402
Fed ID# 42-1511754
Delivery 4-6 weeks F 0 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, monitonng, 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 unauthonzed
repairs or alterations
All warranty and maintenance agreements on all facilities except tennis/roller hockey are based upon 600
hours or less on annual usage The tennis, roller hockey, skate park and outdoor basketball courts
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
SPORTSCLUSTER GREENY"' 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
providing all materials and labor to maintain operation of your lighting system to original design covering the
entire system for 10 years from the date of shipment, or until maximum hours of coverage have
accumulated,whichever comes first Warranty may exclude fuses, storm damage,vandalism, abuse and
I unauthorized repairs or alterations The Constant 10 Warranty is contingent upon site review for
compatibility with Musco's lighting system
Clay County 2014 BID PRICING PKG doc 1 Created on 12/31/2013 1 19 00 PM
LIGHT-PAK SYSTEM"'
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
Section I-Musco Lighting 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—Standard pole locations are 6' beyond the serving line and 3'outside the fence Pncing and pole
sizing for tennis courts are also applicable to roller hockey and skate parks
Size Light Level LSG 130 ULT 2010 Price SCG Price
2 Ct 50 fc $48,500 $32,200
3 Ct 50 fc $62,700 $42,600
4 Ct 50 fc $83,300 $53,300
Outdoor Basketball—Standard pole locations are 15' outside the fence on the center line
Size Light Level LSG 130 ULT 2010 Price SCG Price
1 Ct 40 fc $27,000 $20,200
2 Ct 40 fc $35,700 $25,600
Light-Pak
Fixtures Light-Pak Price
8 $8,700
12 $11,300
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' beyond the outfield radius at an angle of 30 degrees from the foul line for an 8-pole design
Light
Size Level LSG 130 ULT 2010 Price SCG Price
300' 50/30 fc $134,300 $93,500
300' 70/50 fc $201,000 $146,200
350' 50/30 fc $156,700 $94,900
350' 70/50 fc $251,200 $152,100
330'/400'/330' 50/30 fc $173,000 $114,500 _
330'/400'/330' 70/50 fc $297,500 $185,200
320'/360'/320' 50/30 fc $163,500 $105,900
320'/360'/320' 70/50 fc $253,100 $167,900
Softball/T-Ball(60' Base path)-Standard A-pole locations are 35'down 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
design
Clay County 2014 BID PRICING PKG doc 2 Created on 12/31/2013 1 19 00 PM
Light
I Size Level LSG 130 ULT 2010 Price SCG Price
150' 30 fc $51,300 $34,900
175' 50/30 fc $61,400 $42,300 _
185' 50/30 fc $65,400 $46,400
200' 50/30 fc $68,300 $48,400
200' 70/50 fc $115,600 $78,000
225' 50/30 fc $87,800 $57,000
225' 70/50 fc $106,400 $74,600
250' 50/30 fc $93,400 $61,700
250' 70/50 fc $141,000 $100,100
275' 50/30 fc $106,200 $70,600
275' 70/50 fc $160,400 $117,800
300' 50/30 fc $117,700 $82,000
300' 70/50 fc $182,700 $127,300
320' 50/30 fc $135,100 $90,900
320 70/50 fc $198,100 $143,500
Soccer-Standard pole 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 given below
Light Set- LSG 130 ULT 2010 SCG
Size Level back Price Price
330'x160' 30 fc 30' $78,600 - $57,700
330'x160' 50 fc $124,600 $97,900
330'x180' 30 fc 30' $96,400 $67,300
330'x180' 50 fc $132,200 $102,500
330'x210' ' 30 fc 30' $99,800 $70,700
330'x210' 50 fc $140,300 $105,800
330'x225' 30 fc 30' $105,800 $75,600
330'x225' 50 fc $152,700 $114,100
360'x160' 30 fc '30' $93,800 $65,900
360'x160' 50 fc $140,300 $105,800
360'x180' 30 fc 30' $93,800 $65,900
360'x180' 50 fc $140,300 $105,800
360'x210' 30 fc 30' $105,800 $75,600
360'x210' 50 fc $152,700 $114,100
360'x225' 30 fc 30' $112,300 $82,300
360'x225' 50 fc $162,200 $123,800
360'x240" 30 fc 30' $112,300 $82,300
360'x240' 50 fc $172,300 $128,600
i
Clay County 2014 BID PRICING PKG doc 3 Created on 12/31/2013 1 19 00 PM
Football—Standard pole locations are located at the 15 yard line,with setbacks from the field as given
below
Light LSG 130 ULT 2010
Size Level Set-back Price SCG Price
No track 30 fc 60' $104,300 $75;000
No track 50 fc $150,500 $112,800
No track '100 fc $299,300 $218,800
No track 30 fc- 80' '$117,000 $85,700
No track 50 fc $185,900 $131,800
No track 100 fc $312,300 $235,700
No track 30 fc 100' $133,900 $95,400
No track 50 fc $194,200 $142,700
No track 100 fc $378,300 $255,000
No track 30 fc 120' $169,900 $114,300
No track 50 fc $251,900 $173,300
No track 100 fc $464,200 $296,500
Section II—Adders/Deducts
A The above pricing is based upon 130 ULT wind zone For each 10 mph increase in wind zone,the
equipment price will increase by 5%
B Florida Building Code, 2010 edition with supplement for public schools will add up to 20%to the
price of the job plus any applicable wind zone increase adder
C Broward County and Miami-Dade County for HVHZ wind zone will add up to 30%to the price of the
job plus any applicable wind zone increase adder
D Purchase of additional lighting for security, special areas, or replacing lights on existing poles and
non-standard field sizes or pole locations $3.000 per fixture
E Control Link Retrofit Adder $7,500 per unit
F Additional Control Link Unit necessary due to additional $5,000 per unit
electrical services
G Osprey Nest Platforms $3.000 each
H Adder for additional spill and glare control $3.500 per pole
Clay County 2014 BID PRICING PKG doc 4 Created on 12/31/2013 1 19 00 PM
Section III—Labor Costs
A Pole Installation (price per pole)
Pole LSG 130 ULT
Height 2010 Price
40' $3,600
50' $3,700
60' $4,000
70' $4,600
80' $5,600
90' $6,500
100' $8,300
110' $13,500
B Sub-Standard Soil Conditions—The above installation price is based upon 130 mph ULT wind
zone installed in standard class 5 soils If sub-standard soil conditions exist, it is understood that
there may be additional costs associated with a sub-standard soil installation and owner agrees to
accept the additional costs In addition, because wind zones sometimes impact pole size, there
may be a 5% increase in the cost of installation for each 10 mph increase in wind zone
C Removal of Existing Concrete Poles $4,000 per pole
D Removal of Existing Wooden Poles $1,500 per pole
E Installation of Fixtures on Existing Poles $5,200 per pole
F Installation of Control Link Retrofit $1,800 per unit
Section IV—Electrical Costs
A Service Options
Option A—200 Amp Service (Section IV,A, 1) $11,000 each
Option B—400 Amp Service(Section IV,A, 1) $18,500 each
Option C—600 Amp Service(Section IV,A, 1) $22,500 each
Option D—800 Amp Service(Section IV,A, 1) $25,000 each
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 3-#6 conductors,
max distance of 10 feet $90 each
b Connect wiring from one 3 pole, 60 amp breaker to
one 3 pole, 60 amp contactor using 3-#4 conductors,
max distance of 10 feet $100 each
Clay County 2014 BID PRICING PKG doc 5 Created on 12/31/2013 1 19 00 PM
2 Wiring from Contactors to Poles
a 2 '/2'PVC with(4)3/0 $35 per foot
b 4"PVC with(4)500mcm $65 per foot
c (2)4" PVC with (4)300mcm $85 per foot
d 2"PVC with (4)#1 THWN conductors $25 per foot
3 Copper Conductors in PVC Conduit pncing is based on a 500'maximum distance After 500'
the per foot pricing will apply
a 10 $4,700 00 $5 00 per foot
b 8 $5,200 00 $7 50 per foot
c 6 $5,400 00 $10 00 per foot
4 Pull Boxes
a Brooks 38T pull box with 8"x 8"x 6" PVC box $500 each
Inside
b Connect 4-#1 conductors from pull box to sports
lighting pole, maximum distance of 10 feet $ 110 each
C Installation of Contactor Cabinets
a 48"Cabinet $5,000 each
b 72"Cabinet $7,500 each
D Lightning Protection
1 Surge Arrestor—protection at remote electrical enclosure $ 1.050 each
2 Surge Arrestor—protection on line side of panel $ 8,600 each
E Pole Grounding
1 Provide and install ground rods for poles 70'and below $750 per pole
2 Provide and install ground rods for poles 80'and above $1,250 per pole
Section V—Engineered Plans
A Electrical Engineering Drawings, sealed by P E
1 Adder for 200 amp service $ 5.750 each
2 Adder for 400 amp service $ 8.625 each
3 Adder for 600 amp service $13.800 each
4 Adder for 800 amp service $23,000 each
B Structural Engineering Drawings, sealed by P E
1 Foundation and pole plans based on assumed soils $1.150 per prolect
2 Foundation and pole plans based on geotech report $2.875 per proiect
C Geotech report $8.625 per project
D Bonding (over$200,000) $1,785 per$100.000
E Site survey $2.875 per prosect
F Project management $5,750 per proiect
Clay County 2014 BID PRICING PKG doc 6 Created on 12/31/2013 1 19 00 PM
Section VI-Yearly Adjustments
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, NEW products with IMPROVED technology may become available
Musco reserves the right whether or not to offer new products to the owner based upon the
application, and it is at the owner's discretion whether or not to accept the associated, increased
costs of the new, improved technology
C During the term of this contract if the state of Florida Building Codes/Wind speeds change, Musco
reserves the right to adjust pricing accordingly
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 twenty-five(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 Light Control It is the primary goal of this project to minimize spill light and
glare
3 Guaranteed Light Levels Selection of appropriate light levels impact the safety of the players
and the enjoyment of spectators Therefore the lighting system shall be designed such that the
light levels are guaranteed for a period of twenty-five(25)years
B LIGHTING PERFORMANCE 1 PLAYABILITY
The manufacturer shall supply lighting equipment to meet the following performance and life
cycle cost critena
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 5,000 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
C LIFE CYCLE COST
1 Energy Consumption The kWh consumption for the field lighting system shall be calculated by
the following criteria
#luminaries x kw demand x kw rate of 11/hr x annual usage of 600 hours x 25 years Tennis
courts, skate parks, roller hockey and outdoor basketball courts will be based on an annual
usage of 1,000 hours
2 Complete Lamp Replacement Manufacturer shall include the appropriate number of group
lamp replacements to be completed at end of each 5,000 hours of operation For the purpose
of the bid, it is assumed that the field(s)will be operated 600 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
Clay County 2014 BID PRICING PKG doc 7 Created on 12/31/2013 1 19 00 PM
3 Preventative and Soot Maintenance 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 appropnate 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)
5 Remote Lighting Control System 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 Light Control It is the primary goal of this project to minimize spill light and
glare
3 Guaranteed Light Levels Selection of appropriate light levels impact the safety of the players
and the enjoyment of spectators Therefore the lighting system shall be designed such that the
light levels are guaranteed for a period of ten (10)years
B LIGHTING PERFORMANCE I PLAYABILITY
The manufacturer shall supply lighting equipment to meet the following performance and life
cycle cost criteria
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 5,000 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
Clay County 2014 BID PRICING PKG doc 8 Created on 12/31/2013 1 19 00 PM
C. LIFE CYCLE COST
1 Energy Consumption The average kWh consumption shall be calculated by the following
i criteria #luminanes x kw demand x kw rate of 11/hr x annual usage of 600 hours x 25 years
Tennis courts, skate parks, roller hockey and outdoor basketball courts will be based on an
annual usage of 1,000 hours
III. LIGHTING SYSTEM CONSTRUCTION
A SYSTEM DESCRIPTION
Lighting system shall consist of the following
1 Galvanized steel poles and crossarm assembly(LSG Only
Enhanced corrosion protection package
a Exposed carbon steel horizontal surfaces on the cross arm assembly shall be
galvanized to a five(5)mil minimum average thickness
b Exposed die cast aluminum components shall be Type II anodized per
MIL-STD-8625 and coated with high performance polyester
c Exposed extruded aluminum components shall be Type II anodized per
MIL-STD-8625 and coated with high performance polyester
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 extenor 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
LSG Integrated lightning grounding via concrete encased electrode grounding system as defined by
NFPA 780 and be UL Listed per UL 96 and UL 96A
Clay County 2014 BID PRICING PKG doc 9 Created on 12/31/2013 1 19 00 PM
SCG or if grounding is not integrated into the structure, the Manufacturer shall supply grounding
electrodes, copper down conductors and exothermic weld kits Electrodes and conductors shall be
sized as required by NFPA 780 The grounding electrode shall be not less than 5/8 inch diameter
and 8 feet long,with a minimum of 10 feet embedment Grounding electrode shall be connected to
the structure by a grounding electrode conductor with a minimum size of 2 AWG for poles with 75
feet mounting height or less, and 2/0 AWG for poles with more than 75 feet mounting height
E SAFETY
All system components shall be UL Listed for the appropriate application
F ELECTRIC POWER REQUIREMENTS FOR SPORTS LIGHTING EQUIPMENT
Maximum total voltage drop to the disconnect switch located on the poles shall not exceed three(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
V. STRUCTURAL PARAMETERS
A BUILDING CODE
The base bid of the lighting system must comply with Florida Building Code Edition 2010, 130 mph
ULT
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 2010 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
LM-5-04
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 grounding, 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
Clay County 2014 BID PRICING PKG doc 10 Created on 12/31/2013 1 19 00 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 Provide total access to the site and pole locations for construction Equipment must be
able to move from location to location on standard rubber tires—no towing required
b Remove any-trees, limbs, shrubs, etc for total access to pole locations
c Survey in pole locations and aiming points(one per field)for sighting in lighting cross-arms
Mark home plate, foul lines, and field boundary lines Final grade elevations will also need
to be marked if necessary
d Removal, replacement, and repair of all fencing necessary for construction
e Repair and replacement of any field turf, asphalt, curbs, and concrete inadvertently
damaged during installation
f Provide area on site for disposal of spoils from foundation excavation
g Locate and mark existing underground utilities not covered by"One Call"and irrigation
systems including sprinkler heads pnor to excavation Bidder will not be responsible for
repairs to unmarked utilities
h Pay for any power company fees and requirements (If necessary)
i Additional charges will apply for 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 the 2010 edition of the Florida Building Code and can be
excavated using standard earth auguring equipment
J
Provide a source of water such as a fire hydrant or 2"water line for foundation excavation
Pay for any and all fees associated with the water access and usage
k Pay for any and all permitting fees
2 Bidder's Responsibilities
a Provide required poles,fixtures,foundations, and associated designs
b Provide structural design for poles and foundations, certified by a professional engineer
licensed in the State of Florida
c Provide layout of pole locations and aiming diagram
d Provide light test upon completion of works once owner supplied electrical system is
energized
e Provide review of electrical design as provided by Electrical Contractor or Electrical
Engineer
f Provide bonding per State of Florida requirements
g Provide equipment and materials to off load equipment at jobsite per scheduled delivery
h Provide storage containers for material, including ballast enclosures
i Provide adequate trash container for cardboard waste and packing debris
J Provide adequate security to protect delivered products from theft, vandalism or damage
during the installation
k Obtain any and all required permits Costs to be paid by Owner
I Make appropriate contact to ensure utility locations have been marked prior to excavation
and trenching Repair any damage to existing utilities made during construction
Clay County 2014 BID PRICING PKG doc 11 Created on 12/31/2013 1 19 00 PM
m Provide materials and equipment to install Light Structure System foundations as specified
on Layout
( n Remove augured spoils to owner-designated location atjobsite
e Provide materials and equipment to assemble and install Light Structure GreenTm fixtures
and terminate all necessary wiring
p Provide equipment and matenals to assemble and erect Light Structure System Poles
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 four options
1 Option A
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 2 %"raceway 150'
d Build Service Rack out of 2"galvanized pipe with galvanized um-strut to accommodate
meter can, electrical panel and one lighting contactor cabinet sized at 72°high, 36"wide
and 12"deep The lighting contactor cabinet 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 cabinet 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
4 Option D
a 800 amp three phase CT enclosure
b 800 amp three phase CT meter can
c 800 amp main circuit breaker N3R 42 circuit panel with 12 three pole 80 amp breakers
d Service feeders(2)4"raceways with(4)500 mcm conductors in each raceway 150'
e Build Service Rack out of 3"galvanized pipe with galvanized uni-strut to accommodate
meter can, CT enclosure,electrical panel and one lighting contactor cabinet sized at 72"
high, 36"wide and 12"deep The lighting contactor cabinet will be provided by the sports
lighting manufacturer and installed
g Grounding per NEC and local building codes
1 f Pull necessary permits
Clay County 2014 BID PRICING PKG doc 12 Created on 12/31/2013 1 19 00 PM
B CONDUIT, PULL BOXES AND CONDUCTORS
Provide equipment and labor to install conduit, pull boxes and conductors All installations are to be
I 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 Enco
(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
I
I
Clay County 2014 BID PRICING PKG doc 13 Created on 12/31/2013 1 19 00 PM
,'::fien�t.?tom^m`_,!�'�•r.. S _.._� r2.` ` :�i a''Y a. 3 - 5s°^ 3'S''sUP�,. ��({ea��?.t�-,s1 }'s.; }x nM fw�m 7�xo-r-r � c•Qi _
J
fik
Tir+ li E • y � Yx ,fini3Fa �ty v " yo v,frAlarranI lfi _
Tr-� , 1r,f •i yc e &3: 3f4
i
1,0
r"
9
10 Year Warranty
Equipment
Musco warrants your lighting system (excluding fuses and lamps) to be free from defects in materials and
workmanship for a period of ten years starting from the date of shipment
Two Years Labor—Musco agrees to provide labor and materials for a period of two years to replace defective
parts or repair defects in workmanship or, at its election, to pay the reasonable cost of labor for such repairs
For the remainder of the warranty period, replacement materials will be provided at no charge Labor costs
will be the owner's expense
Lamps
Lamps are warranted not to fail for two years from the date of shipment Lamps which fail during the first year
of the warranty period will be replaced and installed at no cost to the owner
Lamps which fail during the second year of the warranty period will be replaced by the manufacturer, but
installation will be the owner's responsibility Lamps damaged by physical trauma or electrical surges are not
covered by this warranty
Alignment
Musco warrants accurate alignment of the luminaires on the luminaire assembly for a period of ten years
starting from the date of shipment
Limitations
The following are not covered by this warranty
• Fuses
• Weather condition events such as lightning or hail damage
• Improper installation,vandalism or abuse
i4
• Unauthorized repairs or alterations
Repair and/or replacement are the complete warranty and constitute the exclusive remedy
©2005,2009 Musa,Lighting W 7065 2-5