Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2007-085
n .H Musco Sports Lighting , LLC ("Contractor' ) , an Iowa Limited Liability Company as Contractor under that certain contract for Park and Playground Equipment , Bid SC-0511 - 06 , dated June 14, 2006 with City of Jacksonville, Florida ( " Contract" ) hereby represents and warrants to Indian River County, Florida that: 1 ) the Contract is attached hereto as Exhibit 1 and incorporated herein by this reference ; 2 ) Contractor will perform the services set forth in Exhibit 2 attached hereto and incorporated herein by this reference for Indian River County, Florida under all of the terms and conditions of the Contract; 3) All references to City of Jacksonville , Florida in the Contract shall be deemed to mean Indian River County, Florida ; 4) Contractor will submit payment invoice( s) to Indian River County, inform satisfactory to Indian River County, Florida ; 5 ) Indian River County, Florida , will be named as Owner and beneficiary under the payment and performance bonds set forth in the Contract; and 6 ) Indian River County, Florida , will be named as an additional insured on all of the types of insurance set forth in the Contract . Date : Title Attest: J . K. Barton , Clerk Accepted by INDIAN RIVER COUNTI"F,�LORIDA By: ('C�� - � u-P By G: Deputy Clerk Gay, � .C : Wheeler, Chairman Board''of County. ,Commissioners Date : �01 Approved : r` N ?Je h A. Baird , County Administrator ved as to form and legal sufficiency: Marian E . Fell Assistant County Attorney EXHIBIT 1 Presented to: City of Jacksonville Sports Lighting Contract Jacksonville , Florida Light• Structure� 1i &IzAF�. vTM 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: t © 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 Lighting, 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: 352/331 -7986 Fax: 800/374-6402 Email : don . iordan (aa)musco .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 GREENY'" 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 04-24r5.doc 1 Created on 12/1/20064:32 PM Section I - Musco Liahtina 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 Hockey - Standard ole locations are 6' beyond the servingline and 3' outside the fence. Light LSG 110 Exp B LSG 140 Exp C Size Level Price Price SCG Price 2 Ct 50fc $42 ,215 $48 , 155 $ 17 , 935 3 Ct 50fc $54 , 550 $65,409 $28, 924 4 Ct 50 fc $729398 $84, 757 $39, 984 Light-Pak Fixtures I 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 degrees from the foul line for an 8-pole design . Light LSG 110 Exp B LSG 140 Exp C Size Level Price Price SCG Price 300' 50/30 fc $1139648 $ 151 , 147 $629740 300' 70/50 fc $165,206 $2115331 $97, 658 350' 50/30 fc $ 136,707 $ 1783492 $77, 199 350' 70/50 fc $213 ,352 $259, 197 $ 122 ,339 33074007330 ' 50/30 fc $ 144 ,889 $202, 573 $799340 330'/400'/330' 70/50 fc $234,471 $313, 165 1 132 ,958 32073607320' 50/30 fc $ 136 ,557 $189 ,958 $73 ,559 32073607320' 70/50 fc $216 ,392 $2691264 $ 123 ,202 Softball/T-Ball (60' Base path) - Standard A-pole locations are 35' down line and 40' off for a 60' base path . Standard B-pale 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 LSG 110 Exp B LSG 140 Exp C Size Level Price Price SCG Price 200' 50/30 fc $69,339 $83,483 $34,258 200' 70/50 fc $81 ,274 $98, 509 $44 ,468 225' 50/30 fc $74, 945 $88, 160 $38,480 225' 70/50 fc $90,639 $114,412 $50,455 250 ' 50/30 fc $79, 347 $95,225 $42 ,703 250 ' 70/50fc $119 ,646 $151 , 141 $719132 275' 50/30 fc $88 , 862 $109, 146 $48,730 275' 70/50 fc $134, 585 $165 , 167 $839120 300 ' 50/30 fc $ 102 , 117 $132 , 103 $569720 300 ' 70/50 fc $ 155,738 $ 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 04-24r5.doc 2 Created on 12/1 /2006 4:32 PM 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 giv en below. Light Set- LSG 110 Exp B LSG 140 Exp C SCG Size Level back Price Price 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'x210' 50 fc $ 119,039 $149 ,901 $75, 057 330'x225' 30 fc 30' 1 $90,213 $108 ,491 $52, 635 330'x225' 50 fc $ 125, 162 $156 ,046 $78, 601 360'x160' 30 fc 30' $78, 619 $99,791 $44, 177 360'x160' 50 fc $ 119,039 $149,901 $75, 057 360'x180' 30 fc 30' $78, 619 $99, 791 $44, 177 360'x180' 50 fc $ 119,039 $149,901 $75, 057 360'x210' 30 fc 30' $90,213 $108 ,491 $52, 635 360'x210' 50fc $ 125, 162 $156 ,046 $78,601 360'x225' 30 fc 30' $95, 532 $ 1203109 1 $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. Light LSG 110 Exp B LSG 140 Exp C Size Level Set-back Price Price SCG Price No track 30 fc 60' $78,619 $99,791 $44 , 177 No track 50 fc $ 122 , 101 $156, 551 $763829 No track 100 fc $218,386 $242,641 $152 ,364 No track 30 fc 80' $90, 157 $108,435 $523607 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' 1 $ 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 $ 190, 715 $254, 730 $98, 134 No track 100 fc $316,660 $364, 775 $ 196,565 Section 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. 600 per unit Jacksonville Spec 04-24r5.doc 3 Created on 12/1/2006 4:32 PM D . Osprey Nest Platforms $2 .500 each E. Adder for additional spill and glare control $2 .900 per pole F. Freight adder/deduct based off base bid of 1 , 190 miles $0. 11 per fixture/oer mile Section III — Labor Costs A. Pole Installation (price per pole) Pole 110 Exposure 140 Exposure Height B C 40' $2,420 $22640 50' $2,640 $2 ,750 60' $2,860 $3 ,630 70' $39300 $37740 80' $3,850 $5,060 90' $4,730 $5,390 100 ' $6, 160 $6, 820 110 ' $10, 560 $11 ,220 B . Removal of Existing Poles or Structures $4,000 per pole C. Installation of Fixtures on Existing Poles $4. 500 per Dole Section IV — Electrical Costs A. Service Options Option A — 200 Amp Service (Section IV, A, 1 ) S 9 .600 each Option B — 400 Amp Service (Section IV, A, 1 ) $13 ,900 each Option C — 600 Amp Service(Section IV, A, 1 ) $ 19,500 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 346 conductors, max distance of 10 feet 75 each b . Connect wiring from one 3 pole, 60 amp breaker to one 3 pole , 60 amp contactor using 3-44 conductors, max distance of 10 feet 85 each 2 . Wiring from Contactors to Poles a. 2 '/z' PVC with (4) 3/0 $ 29 per foot b. 4" PVC with (4 ) 500mcm $ 55 per foot c. (2) 4" PVC with (4) 300mcm $ 74 per foot Jacksonville Spec 04-24r5.doc 4 Created on 12/1 /2006 4:32 PM d . 2" PVC with (4) #1 THW N 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 online 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 $ 12 .000 each B . Structural Engineering Drawings, sealed by P . E . 1 . Foundation and pole plans based on assumed soils $1 ,000 per project 2 . Foundation and pole plans based on geotech report $2 .500 per project C. Geotech report $7,500 per project D. Bonding (over $200, 000 ) $ 1 ,550 per $ 100 ,000 E. Site survey $2 , 500 per Proiect F. Project management $5 ,000 per project 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 if the state of Florida Building Codes/Wind speeds change , Musco reserves the right to adjust pricing accordingly. Jacksonville Spec 04-24r5.doc 5 Created on 12/1 /2005 4:32 PM 4 I . SPORTS LIGHTING - LIGHT=STRUCTURE GREEN TM 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 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 25 years . B. LIGHTING PERFORMANCE if 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 25 years with a recoverable light loss factor of .7 in all applications . 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 .22/hr x annual usage of 400 hours x 25 years . 2. Complete Lamp Replacement: 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 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 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 04-24r5.doc 6 Created on 12/1/2006 4:32 PM 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 GREENTIM 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 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 . Energy 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.doc 7 Created on 1211 /2006 4:32 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 Feld 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 Al 23. 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 Ail 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 04-24r5.doc 8 Created on 12/1 /2006 4:32 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 04-24r5.doc 9 Created on 12/1 /2006 4:32 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. 2. Bidder's Responsibilities: 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. 1 . 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 04-24r5.doc 10 Created on 12/1 /2006 4:32 PM I . Option 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 %i' 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. Ootion 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 04-24r5.doc 11 Created on 12/1/2006 4:32 PM DEPARTMENT OF PROCUREMENT *�4cYsow�� NOTIFICATION OF ANVARD AND RELATED ACTIONS DA'rE : 6/14/2006 ADDRESS: MUSCO SPORTS LIGHTING , LLC ATTN : DOUG YATES 2107 STEWART RD MUSCATINE, IA 52761 RID# SC-0511 -06 TITLE : PRICE AGREEMENT CONTRACT FOR PARK AND PLAYGROUND EQUIPMENT I_adieti'(ieoticltlen : t' on are a Suecesstul bidder on the above referenced bid. Bid is accepted subject to the terms. conditions and stipulations in our speciticalions . Performance Bond in the amount of S t aa' reyuire;i in the nn(TIne71 hr(lpacFq pe ) trust be returned within 10 days born receipt of thisnotification - 11'1ea.se include hid number onperfa•rnance bond remitrumvel CONTRACT DOCUMENTS OR PORCHASE ORDER TO FOLLOW , 7'111S !S :NOT AN ORDER. \ warded as followi : AS PER ATTACHED AWARD DOCUMENTATION. PLEASE PROVIDE UPDATED COPY OF INSURANCE CERTIFICATE AS REQUIRED IN BID PACKAGE. you are not a successful bidder. Bids are available for inspection in the Department of Procurement . [lid security is herewith returned: Check # Aniounl Sincerek,. SANDY AV RELL SL .lames CitY Hall, 117 'Vest Ducal Street. Suite 335 .lachsonville. Florida 32202 Phone: (904)630- 1184 Fax : (901 1-ORM t:R- 1111, RCN tsed 11,2011.3 SUBJE;T : PRICE AGREEMENT CONTRACT FOR PARK AND PLAYGROUND EQUIPMENT BID# SC-0511 -06 OPEN DATE: 412612006 GENERAL GOVERNMENT AWARDS COMMITTEE KIND AND BASIS OF CONTRACT: SUPPLY CONTRACT- EFFECTIVE JUNE 1 , 2006 THROUGH MAY 31 , 2007 WITH TWO (2) ONE (1 ) YEAR RENEWAL OPTIONS FOR: RECREATION BASIS OF AWARD: MULTIPLE AWARD TO ALL QUALIFIED BIDDERS NUMBER OF BIDS INVITED 35 NUMBER RECEIVED 35 OTHER 0 SUMMARY OF BIDS AND RECOMMENDED ACTIONS : RECOMMEND APPROVAL TO AMEND THE CONTRACT TO INCLUDE COOPERATIVE PURCHASING LANGUAGE WHICH WILL ALLOW OTHER GOVERNMENTAL AGENCIES TO UTILIZE THE CONTRACT. UPON CONCURRENCE FROM THE VENDOR, ALL PRODUCTS AND/OR SERVICES UNDER THIS CONTRACT SHALL BE MADE AVAILABLE TO ANY MUNICIPALITY, COUNTY OR STATE GOVERNMENT; PUBLIC UTILITY; NON-PROFIT HOSPITAL: EDUCATIONAL INSTITUTE : OR SPECIAL GOVERNMENTAL AGENCY, UNDER THE SAME TERMS , CONDITIONS , AND PRICING. ATTACHMENT: ORIGINAL AWARD BUYER: i1 �4' F/ / _ RESPECTFULLY SUBMITT D: (� SANDY VERELL De� in J. Reed, Director llepirtment of Procurer lei CONCURRENCE BY : ROBERT WICKER , CONTRACT COMPLIANCE (ALL AWARD ACTIONS SUBJECT TO AVAILABILITY OF FUN ACTION OF AWARDS COMMITTEE ON RECOMMENDAT)O ABOVE MEMBERS APPROVING MEMBERS DISAPPROVING TE: ___ ...____ OTHER . ---- -------- ACTION OF AWARDING AUTHORITY DATE: APPROVEDDISAPPROVED OTHER SIGNATURE OF AUTHENICATION Rosiyn M . Phillips / FARM GB-708, Revised 12 2003 Deputy Chief Operating Officer For: Mayor John Peyton Under Authority of Executive order No. 06-03 } EXHIBIT 2 t 11 # t Gifford Park Soccer Vero Beach , FL Date : 11 /28/06 To: Cliff Suthard Pricing per City of Jacksonville Bid SC -0511 -06 Equipment Description Light Structure Green ' System delivered to your site in Five Easy PiecesTM Pre-cast concrete bases • Galvanized steel poles • UL Listed remote electrical component enclosures • Pole length wire harness • Factory-aimed and assembled luminaires Also Includes: • Energy savings of more than 50% over a standard lighting system 50% less spill and glare light than Musco's prior industry leading technology Musco Constant 25T warranty and maintenance program that eliminates 100% of your maintenance costs for 25 years, including labor and materials • Guaranteed constant light level of 30 fc for 25 years, +/- 10% per IESNA RP-06-01 One group re-lamp at the end of the lamps' rated life, 5000 hours Control Link® Control & Monitoring System for flexible control and solid management of your lighting system • Lighting Contactors sized for 480 Volt three phase • FBC, 2004 130 MPH building Code exposure C. Field Description Quantity Pricing Per Jacksonville Extended Price Soccer (360' x 220') 1 $120,109.00 $120, 109.00 Installation Price per Pole 0' poles 4 $5,060.00 $20,240.0 Option S 400 Amp Service 1 $ 13, 900.00 $13,900.00 firing contactors to poles(3300ft) 1 $72, 600.00 $72,600.00 Pullboxes 4 $400.00 $1 ,600. 00 Connection to pole 4 $95.00 $380. 00 firing panels to contactors 4 $75.00 $300.00 firing panels to contactors 2 $85.00 $170. 00 Electrical Drawings- 400amp 1 $7,500.00 $7,500.00 Structural Drawings 1 $2,500.00 $2,500.0 Site survey 1 $2,500.00 $2,500.0 Deduct/Adders: Freight variables, differences in building code and wind speed, design parameters and hours of operation. -$57, 385.00 otal S184,414.0 Pricing furnished is effective for 60 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 net 30. Late payment will be subject to service charges of 1 '/2% 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 Turnkey 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 . ♦ Repair and replacement of any field turf, asphalt, and /or concrete damage. ♦ 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 . Musco Responsibilities : ♦ Provide required poles, fixtures, and foundations and associated designs. ♦ Provide structural design for poles and foundations , certified by a professional engineer licensed in the State. ♦ Provide layout of pole locations and aiming diagram . ♦ Provide light test upon owner supplied electrical system . • Provide Project Management assistance as needed . ♦ Provide soils report and structural designs. (Only if required) ♦ 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. ♦ Secure required permits, owner to pay cost of permits. ♦ Provide electrical design by Electrical Engineer. (Only if required ) ♦ Provide a source of water (I . E. Fire Hydrant or 1 " water line). ♦ Provide materials and equipment to install or upgrade existing electrical service panels as required or necessary. (This needs defined per Electrical design) . ♦ Provide materials and equipment to install all underground conduit, wiring , pull boxes etc. and terminate wiring as required per electrical design . ♦ Locate and 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 . ♦ Provide materials and equipment to install LSS poles and foundations as specified on Layout. ♦ 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. Ground rods must be installed in soil , not in the concrete backfill . ♦ Provide equipment and materials to remove spoils form jobsite. ♦ Provide materials and equipment to assemble LSG fixtures and terminate all necessary wiring . ♦ Provide equipment and materials to assemble and erect LSS Poles . ♦ 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. ♦ Provide startup and aiming as required to provide complete and operating sports lighting system . Thank you for considering Musco for your sports-lighting needs. Please contact me with any questions . Karl Severance Sales Representative Musco Sports Lighting, LLC 954-727-8374 (phone) karl.severanceCa)m usco.com 954-727-8445 (fax) t Clifford Suthard From : Jim Davis Sent: Thursday, November 30, 2006 8 :40 AM To: Clifford Suthard Cc: Cliff Crawford Subject: RE: Gifford Park Multi-Purpose Lighting Project Funding Ok---proceed--Jim -----Original Message----- From : Clifford Suthard Sent: Wednesday, November 29, 2006 5: 13 PM To : Jim Davis Cc: Cliff Crawford Subject: FW : Gifford Park Multi-Purpose Lighting Project Funding FYI Cliff S. -----Original Message----- From : Jason Brown Sent Wednesday, November 29, 2006 4:46 PM To: Clifford Suthard Subject: RE: Gifford Park Multi-Purpose Lighting Project Funding Cliff, We can fund this match from park impact fees . Therefore, we can proceed with the recommendation to the BCC . Jason -----Original Message----- From: Clifford Suthard Sent: Tuesday, November 28, 2006 5:22 PM To: Jason Brown Cc: Jim Davis Subject: Gifford Park Multi-Purpose Lighting Project Funding Jason, Please advise status of funds available for the subject project. Recently we received a FRDAP 50% grant (Project No . F07167) for the subject. The cost estimate submitted for the grant application was as follows : Field Lighting $184,000 3- Phase Electrical Service Installation ( By FPL) $ 81500 Labor cost for Planning , Engineering and Construction Engineering and Inspection $ 12,000 Total $204, 500 The grant is for 50% ( $ 102,500 ) . We hope the CEI will be as in-kind services . We received a proposal from Musco for the lighting at $ 184,414 based upon a City of Jacksonville contract that we could "piggy back" . Is funding available to proceed with a recommendation of award to the BCC for the lighting and authority to request the FPL service? Thanks Cliff 1 Typical Light—Structure Green '" System Detail — 8 Luminaires Green Generotionn luminaire Removable Pok Cap 1 . Poletop Luminaire Assembly 2. Wire Harness (inside Pole) Attachment Bracket 3. Electrical Components 5 -9 1/2 Enclosures [1765mm) -Ballasts — Capacitors —Smart Lomplu Control —Fusing —Pdmmy Landing Lugs Wire Access Hub —ane Disconnect Per Circuit Per Light—Shucture Greenm system Hondhale with —Grounding Lug Grounding Lug Access Jacking Ear r1a'—a• 4. Galvanized Steel Pole [304emm] (1, 2, 3 or 4 Sections) Lifting Bar Hole (III 02 Above Ground Access Hole Ground Level [61amm) Customer/Contractor supplies: —Grounding rod andcronnection P1111 underground Access Hole Concrete Backfill to system grounding lug ME 5. Precast Concrete Base -Concrete backfill —Underground wiring Centrifugally Spun, Prestressed I / —Service entrance �- Grounding Rod FRONT VIEW SIDE VIEW Connection FIELD SIDE system Notes: 1. This drawing is not to scale. 2. r This dimension for reference only. variances may occur depending an steel pole tolerances, concrete tolerances, galvanizing thickness, We depth accuracy. 3. Wesco provides a base installation bar, an installation level modified for taper, and installation wedges. 4. Provisions for a i9ary equipment such as speaker or security righting can be incorporated. 5. Copyright 1991, 2005 Wusco Lighting. Patents issued and pending. LSG-08 MUSCO CONTROL SYSTEM SUMMARY Project Number: 68064535 musmuscoProject Name: Gifford Park ContI O l a n d M O n I E O Y l f l g co Prepared by: C7 L g U I p I I E, 1. l�_ ay O U t Sales Rep: Tim Imhoff Date: 05/16/2005 Satellite Antes", (S.e Nos A, s) Scan: 645351sg r Iraernal� Service Location: 1 of 1 CONTROL SYSTEM TYPE: Control and Monitoring Typical Cammanioaaean Modem Cbinet O Z- 3 ono Auto S I I 1 F s EQUIPMENT LISTING 1 m _ � � . e4 r., DESCRIPTION APPROXIMATE SIZE lal 1 . CONTROL AND MONITORING CABINET 24 X 48 DismEle`trcaanel 113 - 5 _ (Provided by Customer) Additional Control and Control and CITY SIZE Monllnrine I Mosic"'s "` • Cori CnFinet(s) TOTAL CONTACTORS: 4 30 AMP (As radiili TOTAL Off/On/Auto SWITCHES: 1 j �]1 - 7-- J Wiring Details WIRE DESCRIPTION VOrTAGE OF WIRES Ton. SIZE SUPPLIER 1 COAX CABLL (250 FT MAX N/A y — MUSCO 2 CONTROL VOLTAGE (120 VAC 20 AMP) 120 } 12 CONTRACTOR 3 COMMUNICATION CATTLE N/A 1 - - SFF NOTE E E 4 CONTROL VOLTAGE FNRNESSES 120 -- - - MUSCO S MONITORING MOUNT COMMUNICATION TINE N/A 1 - - MUSCO 6 POWER i0 UGNIING CONTACTORS (LIN[) 4bo 3 SFF NOTE C CONTRACTOR J POWER FRDM LON1ACi0R6 i0 POLLS (I OAO) 4bo } SFF NOTE C CONTRACTOR Note. A, Musco will provide a recommendation for The satellite nntenno location . The mount will be provided by Musco and installed by the contractor. R. Satellite nntenno assembly and communication hook— up will he completed by o Musco certified technicion. G Colculata per lood , voltage drop. D. For more information on equipment, see abuched drawings. L Musco supplies a five foot long CA15 communication cable. IT distance is COPYRIGHT (C) 1981 , 2005 greater than 5 but less than 300 fact, the contractor must supply the CA15 r MESCO LIGHTING, LLQ - Not to be cable . If distance is greater than 300 feet, the contractor must supply and reproduced In whole or part without the written terminate fiber optic cable. (Musco will supply the termination points.) consent of Musco Lighting LLC. Page 1 of 3 EQUIPMENT Ll I EQR AREAS SHOWN Pole Luminaires_ qry LOCArgx 6� CMOE I.q MNa L4Me grvl rlNs OLH _ _ EfVAMX _ NaeXi f� __ . p �. a GNX 4 51-S4 80' - a0' 1500W MZ 8 6 0 m�Oe 4 TOTALS 32 32 0 OIIEEN 6EMERATION LJONTIN6" GUARANTEED PERFORMANCE Std _ Izs' �I S2 • b Soccer� Gifford Park Vero Beach, FL Soccer Size: 360' x 220' 3 Grid Spacing = 30.0' x 30.0' Values given at 3.0' above grade F6434 436 36 432 431 3 431 31 436 436 434 6 Luminaire Type Green Generation Rated Lamp Life: 5000 hoursAvg Lumens/Lamp: 134,000 11 CONSTANT ILLUMINATION 432 432 430 431 4 431 430 432 432 428 20 HORIZONTAL FOOTCANDLES Statistical Area 20 No. of Target Points: 104 2 431 431 430 429 0 429 430 431 431 42 0 gAverage: 302 Maximum: 37 Minimum: 20 Av [Min: 1 .50 0 2 431 31 430 429 430 430 431 43C 2 0 Maz/Mln: 1 .84 UG (Adjacent Pts): 1 .59 CV: 0. 154 Average Lamp Tilt Factor: 1 .000 0 2 432 431 430 431 34 431 430 432 432 428 20 Number of Luminaires: 32 Avg KM Consumption over 5000 hours: 49.92 6 434 436 435 431 431 33 431 431 436 436 434 26 Guaranteed Performance: The CONSTANT ILLUMINATION described above is guaranteed for the rated 3 437 437 436 430 22 425 430 436 437 437 23 life of the lamp. Field Measurements: Averages shall be +1-10% in accordance with IESNA RP-6-01 . Individual measurements may vary from computer predictions. I Electrical System Requirements: Refer to Amperage Draw Chad and/or the "Musco Control System Summary" $ for electrical sizing. S4 _ Installation Requirements: Results assume +/- 3% 126' 126 S3 nominal voltage at line side of the ballast and structures located within 3 feet of design locations. By: Ryan Purdum Date: 16-May-05 SCALE IN FEET 1 : 60 File #: 64535isg Pole Igcation(s) $dimensions are relative to 0,0 reference point(s) �, Not to be reproduced in whole or part without the written 0' 60' 120' consent of Musco Lighting, ®1981 , 2005 Musco Lighting Print Date (16/May/2005) 8 Time (14:05)