Loading...
HomeMy WebLinkAboutNidy Company Contract for Construction -1998 01 27 ;-, c~ /1)/ CONTRACT FOR CONSTRlJCTIOlS THIS AGREEMENT MADE THIS 27th DAY OF January between the CITY OF WINTER SPRINGS of 1126 East State Road 434, Winter Springs, Florida 32708, Seminole County, State of Florida, herein referred to as Owner and The Nidy Company (contractor) of Sanford, Seminole County, State of Florida, herein referred to as contractor, a person duly licensed as a contractor in the State of Florida, as follows: SECTION ONE DESCRIPTION OF WORK Contractor shall preform the following described work, in accordance with the contract plans and specifications, herein called contract documents, at Torcaso Park on North Moss Road, Winter Springs, Florida for construction of basketball courts lighting complete from power station box, three timers, sensors and switches to five poles with lamps as specified. SECTION TWO CONTRACT PRICE .owner agrees to pay contractor, for the works described, the total price of eleven thousand seven hundred ($11,700.00)dollars. Payment of this amount is subject to additions or deductions in accordance with the provisions of this contract and of the other documents to which this contract is subject. SECTION THREE PROGRESS PAYMENTS Owner shall make progress payments on account of the contract price to contractor, on the basis of application for payments submitted to the City of Winter Springs Finance Department by contractor as the work progresses, and on the completion of project with certificate therefore, in accordance with the contract. Progress payments may be withheld if: (A) Work is found defective and not remedied; (B) Contractor does not make prompt and proper payments to subcontractors; (C) Contractor does not make prompt and proper payments fQr labor, materials, or equipment furnished him; / / f (D) Another contractor is damaged by an act for which contractor is responsible; (E) Claims or liens are filed on the job; or (F) In the opinion of the City of Winter Springs, contractor's work is not progressing satisfactorily. SECTION FOUR FINAL PAYMENT Owner shall make final payment to contractor within thirty (30) days after the work is completed, if the contract be at the time fully performed, and subject to the condition that. final payment shall not be due until contractor has delivered to owner a complete release of aU liens arising out of the contract herein, or receipts in full covering all labor, materials and equipment for which a lien could be filed, or in the alternative a bond satisfactory to owner indemnifying him against such claims. Owner by making payments waives all claims except those arising out of: (A) Faulty work appearing after substantial completion has been granted for one year; (B) Work that does not comply with the contract documents; (C) Outstanding claims of lien; or (D) Failure of contractor to comply with any special guarantees required by the contract documents. Contractor, by accepting final payment, waives all claims except those which he has previously made in writing, and which remain unsettled at the time of acceptance. SECTION FIVE STARTING AND COMPLETION DATES Construction under this contract shall begin by February 1, 1998 and be completed by March 15, 1998. Extensions may be granted in writing only. SECTION SIX CONTRACT DOCUMENTS The contract documents on which the agreement between Owner and Contractor is based, which contain the plans and specifications in accordance with which the work is to be done, and which provide for the method of payment of the contract price as follows: (A) This agreement, with supplementary agreements and conditions attached hereto; (B) The plans and specifications, with addenda attached thereto, issued before execution of this agreement, and any amendments hereafter to be made; (C) Written interpretations of the contract documents and directives to be made from time to time by the City; and (D) Work change orders issued, orto be issued. The contract documents together form the contract for the work herein described. The parties intend that the documents include provisions for all labor, material~, equipment, supplies and other necessary items for the execution and completion of the work, and all terms and conditions of payment. The documents also include all work and procedures not expressly indicated therein necessary for proper execution of this project. The contract documents are to be separate executed in triplicate by the owner and contractor. Contractor, by executing the documents, represents that he has inspected and is familiar with the work site and local conditions under which the work is to be performed. If by inadvertence any of the contract documents are not signed, the City shall identify them. SECTION SEVEN DESIGNA TION OF ARCIDTECT OR ENGINEER; DUTIES AND AUTHORITY The duties and authority of the City are as follows: a. C..eneral Administration of Contract. The primary function of the City to provide the general administration of the contract. In performing these duties Brook Seall, Director of Parks and Recreation, is the City's representative during the entire period of construction~ b. Inspections, Opinions, and Progress Reports. The owner shall.keep familiar with the progress and quality of the work by making periodic visits to the work site. He will make general determinations as to whether the work is proceeding in accordance with the contract. He will keep the owner informed of such progress, and will use his best efforts to protect the owner from defects and deficiencies in the work. He will not be responsible for the means of construction, or for the sequences, methods, and procedures used therein, or for the contractor's failure to perform the work in accordance with the contract documents. c. Access to Work..'iite for Inspections. The owner shall be given free access to the work at all times during its preparation and progress. However, he is not required to make exhaustive or continuous in site inspections to perform his duties of checking and reporting on work progress. . I { .I d. Interpretation/of Contract Documents; Decisions on Disputes. The City will be the initial interpreter of the contract document requirements, and make primary decisions on claims and disputes between contractor and owner. e. Rejection and Stoppage of Work. The City shall have authority to reject work which in its opinion does not conform to the contract documents, and in this connection to stop the work or a portion thereof, when necessary. f. Payment Certificates. The City will determine the amounts owing to contractor as the work progresseS, based on contractor's applications and his inspections and observations, and will issue certificates for progress payments and final payment in accordance with the terms of the contract documents. SECTION EIGHT RESPONSrnaITIES OF OWNER Owner shall give all instructions to contractor through Brook Seall, shall furnish all necessary surveys for the work, and shall secure and pay for easements for permanent structures or permanent changes in existing structures or facilities on the work site, or which are necessary for its proper completion. Owner reserves the right to let other contracts in connection with the project. Contractor shall cooperate with all other contractors to the effect that their work shall not be impeded by his construction, and shall give them access to the work site necessary to perform their contracts. SECTION NINE RESPONSmaITIES OF CONTRACTOR Contractor's duties and rights in connection with the project herein are as follpws: a. Responsibility for Supervision and Construction. Contractor shall be solely . respo~sible for all construction under this contract, including the techniques, sequences, procedures, and means, for the coordination of all work. He shall supervise and direct the work to the best of his ability, and give it all attention necessary for such pro.per supervision and direction. b. . Discipline and Employment. Contractor shall maintain at all times strict discipline among his employees, and he agrees not to employ for work on' the project any person unfit or without sufficient sIGlIto perform thejob for which he was employed. c. Furnishing of Labor, Materials, etc. Contractor shall provide and pay for all labor, materials and equipment, including tools, construction equipment and machinery, utilities, including water, transportation, and ~I other facilities and services necessary for the proper completion of work on the project in accordance with the contract documents. d. ~ment of Taxes; Procurement of Licenses and Permits. Contractor shall secure all licenses and permits necessary for proper completion of the work, paying the fees therefor. In the event that more than one person or entity are listed as Owner, any notice given by Contractor to any of such persons or entities shall constitute notice to all. Any notice or approval under this Contract shall be sent, postage prepaid, to the applicable party at the address shown on the first page of this Contract. Signed, Sealed and delivered the resence of: V%aIa- ;U%; f~~ r NIDY COMPXNY p((),~% ') .3oS4A//i:r' ,70 7rtir Address and Telephone / "d 7~ 7' f? Date ~uJ~ OWNER: cp~~ Ro aId W. McLemore City Manager 1126 East State Road 434 Winter Springs, FL 32708 407327-1800 1', "fJ ,-;-;~~ ~1I] II ;: I .r ' ( I :-f. ' '.;! '-?' I ,: ~: '-~-' ..,..ll \." ! I '. I' .. "'\"'... t:' LEGAL ADVERTISEMENT DEe 1 1 1997 CITY c~ \..'J::'!Tr:~ SPRINGS Ciiy hl::ndg~r NOTICE IS HEREBY GIVEN, that the City of Winter Springs, Florida will receive sealed bids up to 4:00 p.m. on,_Jan, 7, 1998 _ in the City Clerk's Office, for the following items: BID NO.98-0ll TORCASO PARK Basketball Lighting Project All bids shall be addressed as follows: A. For Mail Delivery: SEALED BID NO. 98-011 Purchaisng Dept. 1126 East SR 434 Winter Springs, Fl. 32708 B: For Hand Delivery SEALED BID NO. 98-011 Purchaising Dept. 1126 East SR 434 Winter Springs, Fl. 32708 The sealed bids will be publicly opened later that same day at 4:00 PM in the City Commission Chambers, Winter Springs, City Hall. Late offers will be returned to sender unopened. The City of Winter Springs reserves the right to accept or reject any or all bids, with or without cause, to waive technicalities or to accept the bid which in its judgment best serves the interest of the City. CITY OF WINTER SPRlN"GS ,/;Ju6/~~ ~. Kon~d W. McLemore City Manager Publication Date CITY OF WINTER SPRINGS FLORIDA INVITATION FOR SEALED BID Notice to proposer: Sealed Bid's will be received until the time, and at the place, and for the items listed on the attached city Bid forms. The Bid's will be received in the office of the City Clerk, the City of Winter Springs, 1126 East S. R. 434, Winter Springs FL. 32708 containing quotations for supplying the city with item(s) or service(s) herein listed and as further specified. After tabulation and review, and when required, Bid's will be presented to the City Commission for award of the Bid; such award to be made at a subsequent Commission meeting. How to submit proposal: All Bid's shall be submitted in sealed ,envelopes and mailed,or hand delivered to the City Clerk, the, City of Winter Springs, 1126 East S. R., 434, Winter Springs, FL. 32708, and plainly marked on the outside ill the envelope. the.lli!l ,number, item identification and time and date Q{.lli!l opening. It will be the sole responsibility of the proposer to ensure that the proposal reaches the office of the City Clerk, City of Winter Springs, on or before closing hour and date shown on he enclosed proposal. Purpose of BID: The City of Wint~r Springs intends to secure a source of supply for item(s) or service(s) at the lowest price; early and satisfactory manufacture; and prompt and convenient service and shipment by the proposer to the city. Any failure on the part of the proposer to comply with the ensuring conditions and specifications, shall be reason for termination of contract., The city reserves the right to make an award to the proposer where the product meets the sp'ecifications, terms and conditions, and where,the Bid is considered to serve the City's best interest. /. ~ /J/L-,/ Proposers SIgnature: ~ Lynn Scott Nidy, President (print) Company Name: The Nidy Company I ,/ CITY OF WINTER SPRINGS FLORIDA SEALED BID INDEX Index to Terms and Conditions Paoe b 1. Submission and receipt of Bid. 1 2. Warranties for usage 1 3. Prices to be firm 1 4. Delivery point 1 5. Payments (terms) 2 6. Brand names 2 7. Samples and demonstration 2 8. Quality 2 .9. Signature required 3 10. Acceptance of material 3 11. Variations to the specifications 3 12. Delivery 3 13. Default provision 3 14. Pricing 3 15. Price changes/RE: Contracts 4 16. Copyrights and/or paten 4 17. Safety Standards 4 18. Taxes 4 19. Failure to quote 4 20. Manufacturer's certification 5 21. Signed Bid considered an offer 5 22. Liability, Insurance, Licenses and Permits 5 23. Reservations for rejection and award 5 24. Award 5 25. Protest bond policy 5 26. Specifications 6 27. Bid attachments 6 28. Enclosures & Payments 6 29. Statement Florida Statutes 287.133 7 30. Items Required 8 3 L Notes to proposer 9 32. No Bid Form 10 33. Option of vendor 11 S COP E 0 F WORK ----------------------------------------------------_______ F 0 II 0 ws . Bid No. 98-0 II Page lofl3 Two (2) Site Maps 1. SUBMISSION AND RECEIPT OF BIDS: A. Proposals to receive consideration, must be received on or prior to the specified time and date of opening, as designated in the proposal. B. Unless otherwise specified, proposer must use the proposal formes) furnished by the City, failure to do so may be cause for rejection of the Bid. Removal of any part of the Bid forms may invalidate the Bid. C. Proposal having any erase or corrections must be initialed by the proposer in in~. Bid's shall be signed in ink: all forms shall be typewritten or printed with pen and ink. D. Separate proposals must be submitted on each Bid reference number. 2. WARRANTIES FOR USAGE: A. Whenever a Bid is sought, seeking a source of supply for a specified period of time for materials or services, the quantities or usage shown are estimated ONLY. No guarantee or warranty is given or implied by the City as to the total amount that mayor may not be purchased from any resulting contract(s). These quantities are for proposer's information only and will be used for tabulation and presentation of Bid and the City reserves the right to increase or decrease quantities as required. 3. PRICES TO BE FIRM: A. Proposer warrants by virtue of bidding that prices, terms and conditions quoted in the Bid will remain fIrm for acceptance by the City for a period of sixty (60) days from the date of Bid opening, unless otherwise stated by the city. 4. DELIVERY POINT: A. All items shalrbe delivered F.G.B. destination (i.e., at a specific City of Winter Springs address), and delivery cost (if any) will be included in the Bid price. Failure to do so may be cause for rejection of the Bid. 5. PAYMENT (TERMS): A. Payments will be madeIDlb:: after receipt and acceptance of materials/ services. Ntl3.!!.dm.. Bid No. 98-011 Page 2 of 13 Two (2) Site Maps 6. BRAND NAMES: A. If and whenever in the specifications a brand name, make, knave of any manufacturer, trade 'name, or vendor catalog number is mentioned, it is for the purpose of establishing a grade or quality of materials, ONLY. Since the City does not wish to exclude other competition and equal brands or makes, th~ phrase ~ APPROVED EOUAL" is added. However, if product other than that specified in Bid, it is the vendor's responsibility to name such a product within the Bid and to prove to the Citythatsaid product is equal to that specified and to submit brochures, samples, and/or specifications in detail on item(s) Bid. The City shall be the sole judge concerning the merits of Bid's submitted. 7. SAMPLES AN DEMONSTRATION: A Evidence in the form of samples may be requested (when required) if_ brand is other than specified. Such samples are to be furnished after the date of Bid opening only, upon request by the City, unless otherwise stated in the Bid forms. If samples should be requested, such samples must be received by the city no later than seven (7) days after formal request is made. When required, the City may request full demonstrations of any unites) Bid prior to -the award of any contract. Samples, when requested, must be furnished free of expense to the City and if not used in testing or destroyed, upon written request, will within thirty (3) days of Bid sample to be returned at the proposer expense. 8. QUALITY: A. - All materials us;ed for the manufacture,construction, or services of any supplies, -materials, or equipment covered by this Bid must be new. The items must be new, the latest model, of the best quality and highest grade workrnan.?hip: 9. SIGNATURE REQUIRED: A. All numbered City Bidpages must be signed, where indicated, with the company name by an officer or employee having authority to bind the company or firm by signature. Bid No. 98-0 II Page3ofl3 Two (2) Site Maps 10. ACCEPTANCE OF MATERIAL: A. The items(s) delivered under this proposal shall remain the property of the seller until physical inspection and actual usage of the item(s) and/or services are made and thereafter accepted to the satisfaction of the city and must comply with the terms herein, and be fully in accord with the specifications and of the highest quality. In the event the material and/or services supplied to the City is found to be defective or does not conform to the specifications, the City reserves the right to cancel the order upon written notice to the seller and return theproduct(s) to the seller at the seller's expenses. 11. VARIATIONS TO THE SPECIFICATIONS: A. For purposes of evaluation, proposer must indicate any variances from the City specifications, no matter how slight. If variations are not stated in the proposal, it will be assumed that the product or service fully complies with the City specifications, terms and conditions. . 12. DELIVERY: A. Time will be of the essence for any orders placed as result of this Bid. Purchaser reserves the right to cancel such orders, or any part thereof, without obligation, if delivery is not made at the time specified on the Bid proposal form. . 13. DEFAULT PROVISION: A. In case of default by the successful proposer or contractor, the City of Winter Springs may procure the items or services from other sources and hold the proposer or .contractor responsible for any excess cost incurred thereby. 14. PRICING: A. Prices shall be s-tated in units of quantity specified in the Bid specification. In case of a discrepancy in computing the total amOl.ll1t of the Bid, unit price quoted will govern. Bid No. 98-011 Page 5 of] 3 . Two (2) Site Maps If chemicals are involved the proposer must supply the purchaser any M.S.D.S. along with shipment, 21. SIGNED BID CONSIDERED AN OFFER: A. The signed Bid shall be considered an offer on the part of the proposer or contractor, which offer shall be deemed accepted upon approval by the City Conunission of the City of Winter Springs, Florida and in case of default on the part of the successful proposer or contractor, after such acceptance, the City may take such action as it deems appropriate, including legal action, for damages or specific performance. 22. LIABILITY, INSURANCE, LICENSES AND PERMITS: A. Where proposers are required to enter onto City of Winter Springs property to deliver materials or perform work or services, as a result of a Bid award, the proposer will assume full, obligation and expenses obtaining all necessary licenses, permits, inspection and insurance, as required. The proposer shall be liable for any damages or loss to the City occasioned by negligence of the proposer (or agent) or any person the proposer has designated in the completion of a contract as a result of the Bid. 23. RESERVATIONS FOR REJECTION A1'ID AWARD: A. The City of\Vinter Springs, reserves the right to accept or reject any or all Bid's or parts of Bid's, to waive irregularities and technicalities, and to request re-Bid's on the required materials. The City also reserves the right to award the contract on such material the City deems will be serve it's interest. The City further reserves the right to award the contract on a split order basis, lump swn, or individual item basis, or such combinations as shall best serve the interest of the City, unless otherwise stated. The City also reserves the right to waive minor variations to specifications (interpretation of minor variations will be made by applicable Cirx. Department Personnel). In addition, the City reserves the right to cancel any contract by giving thirty (30) days written notice. 24. AWARD: A. After the a\.....ard, the selected vendor will commence work no later than _15_ working days from date of Notice of Proceed. Bid No. 98-011 Page4ofl3 Two (2) Site Maps 15. PRICE CHANGEIRE: CONTRACTS: A. If at any time during the period of a contract, the City of Winter Springs is able to purchase the items and/or services for less that the contract price, the successful proposer shall meet these prices and in the event of failure to do so, the City may seek a new contract on the open market. 16. COPYRIGHTS A.1'lD/OR PATENT RIGHTS: A. Proposer warrants that there has been no violation of copyrights and/or paten rights in the manufacturing, producing or selling the goods, shipped or ordered, as a result of the Bid and the seller agrees to hold the purchaser hannless from any and all liability, loss or expense occasioned by any such violation. 17. SAFETY STANDARDS: A. The proposer warrants that the product supplied to the City conforms in all respects to the standards set forth in the Occupational Safety & Health Act (O.S.H.A.) and its amendments; failure to comply with this condition will be considered a breach of contract. 18. TAXES: A. The City of Winter Springs, Florida is exempt from any tax imposed by the State of Florida and/or Federal Government. State Sales Tax Exemption Certification No. 69-13-035082-45C applies and appears on each City of Winter Springs Purchase Order. Exemption certificates provided on request. . 19. FAILURE TO QUOTE: A. If you do not quote, please return the form, "UNABLE WSUBMIT A B.I11 stating reason thereon and request that your name be retained on the City mailing list. 20. MANUFACTURER'S CERTIFICATION: A. The City of Winter Springs reserves the right to request from the proposer separate manufacturer certification of all statements made in the proposal. / , / Bid No. 98-0 I] Page 6 of 13 Two (2) Site Maps 25. PROTEST BOND POLICY: A. A Protest Bond of 10 percent or one-thousand dollars ($1,000.00), whichever is greater, shall be required from a vendor (within forty eight (48) hours with the protest from), in the event of a protest of the awarding of this bid/proposal. Moines will be submitted in the form of cash or a cashiers/certified check (deposit made with the City). The bond will be required at the time the protest is registered . with the Purchasing Office. In the event the City Commission . determines the bid protest is without merit the bond will be forfeited. All forms may be obtained from the Purchasing Department. 26. SPECIFICATIONS: A. Any omissions of the detailed specifications stated herein, that would render the materials/services from use, as specified, will not relieve the proposer from responsibility. 27. BID ATTACHMENTS: A. A Bid response to an Invitation -for-BID, which has attached a condition of sale or any other attaclunents which alters the specifications, conditions, terms or makes it subordinated, may be cause for rejection. '. 28. ENCLOSURES: A. One complete set of General Instructions, Specifications and Proposal. B. Proposer is to return (_.3._) copies of the BID for evaluation. P A YMRNT: After the BID award and receipt of item(s) and/or services, invoices to the City of Winter Springs will be paid Net 30 Days. Note: Signature and Company Name must be the same as 0 the Invitation to Bid page of this proposal. Proposers Signature Lynn Company Name The Nidy Bid No. 98-011 Page7ofl3 Two (2) Site Maps STATEMENT FOUND IN FLORIDA STATUTES 287.133 A person affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases or real property to a public entity, may not be awarded or perform wOrk as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of36 months from the date of being placed on the convicted vendor list. I Bid No. 98-011 Page 8 of 13 Two (2) Sile Maps Items(s Required: Torcaso Park. Basketball Lighting Proiect Using City Department(s): Parks and Recreation Bid's must be submitted by: January 7. 1998 The Invitation-for-BID, General Conditions, Instruction to Proposer, Special Conditions, Specifications, Addendum's, and/or any other pertinent document, from apart of this proposal and by reference are made a part hereof. ANTI-COLLUSION STATEMENT: The undersigned proposer hand not divulged to, discussed, or compared their BID with other proposers and has not colluded with any of the proposer of parties to this BID what so ever. Company Name: Telephone No: Address : City: Zip Code: 32772 The Nidy Company ( 407 ) 330-9466 P.O. Box 730 . .Sanford State FL #h Authorized Person. Signature Title: Presid~nt Lynn Scott Nidy (print Name) (Sign in Ink) 1-6-98 (Date) Base Bid Amount Eleven Thousand. Seven Hundred and 00/100 dollars Written Base BID Amount $ 11 ,700.00 Proposer's Term if different than BID: PROPOSER'S NOTE: Proposer to state his terms as will apply in evaluations, recommendation and award of this p:ropo,~al. (If request, I tern by Item on the following sheets, please state beside each item on the Bid. If not stated, terms will be considered (NET). Bid No. 98-011 Page 9 of 13 Two (2) Site Maps NOTE: Signature and Company Name must be the same on each of the following sheets of this proposal as they appear on pervious page. Indicate which: Individual: ( ) Partnership: ( ) Corporation: (x) Other: ( ) To the City Commission of the City of Winter Springs, Florida: We(I) the above signed hereby agree to furnish the following item(s) conditions, specifications, and all attachments hereto. We(I) have read all attachments including the specifications and fully understand what is required. Proposer NOTE: Full descriptive literature must accompany you BID to determine approved equal as called for under general conditions to proposer, ikm number .six.(Q1 .; i / ../ Bid No. 98-0 I I Page 10 of 13 Two (2) Site Maps CITY OF WINTER SPRlNGS STATEMENT OF NO BID IF YOU DO NOT INTEND TO BID ON TillS PROPOSAL RETURN THIS FORM TO: CITY OF WINTER SPRlNGS 1126 EAST S.R. 434 WINTER SPRlNGS, FLORlDA 32708 A TTN: PURCHASING AGENT Vwe have declined to bid on your bid proposal Number Bid Description For the Following: "I. Specifications are to "tight", i.e. geared toward one brand of manufacturer only (explain reason below). 2. Insufficient time to respond to bid invitation. 3. We do not offer this commodity/service or equivalent. 4. Our product/service schedule would not permit us to perform. . 5. Unable to meet specifications. 6. Specifications unclear (Explain below). -,-7. Other (Specify below). REMARKS: - Attach additional pages if required. Vwe understand that if the "No Bid" form is not executed and returned, our name may be deleted from the list of qualified bidders for the City of Winter Springs. Company Name: Address: Telephone Number: Fax Nuni.ber: Signature of Proposer: (print) Bid No. 98-011 Page II of 13 Two (2) Site Maps OPTION OF VENDOR "State if you will extend the same prices, terms and conditions to other State of Florida Governmental Agencies." WILL EXTEND SAME PRlCING, TERMS AND CONDITION TO OTHER STATE OF FLORlDA GOVER1'\TMENTAL ENTITIES: x YES NO COMPANY NAlv1E: The Nidy Company ADDRESS: P.O. Box 730 Sanford, Fl 32772 PHONE NUMJ3ER: 407-330-9466 FAX NUMBER: 407-330~ SIGNATURE OF PROPOSER: ~.. -h Lynn Scott Nidy, President (print) Bid No. 98-011 SCOPE: g. Page 12 of 13 Two (2) Site Maps PROJECT TITLE: CITY OF WINTER SPRlNGS FLORIDA TORCASO PARK BASKETBALL COURTS LIGHTING PROJECT SPECIFICA TrONS The successful bidder will be offered contract to install lighting on two basketball courts now under construction at Torcaso Park (see map enclosed) on North Moss Road in \Vinter Springs, Florida to include: a. Five (5) each 35 foot CL II concrete light poles* installed including freight to site and, b. Thirteen (13) each 1,000 watt, M1H, G.E. Sportlighter Flood Light .. Fixtures"', with lamps. c. Five (5) each galvanized steel fabricated crossarm brackets**, 2 lights each plus one (l) each galvanized steel fabricated crossarm** ~racket for two (2) each lights to double on one pole and a single lamp connector added to a second pole*'" (see plans). d. 100 amp, N3R, I8-CrR, MB, Panel with reg. breakers installed on contractor provided box and pole 10 feet from southeast corner of courts. All local codes apply. e. Three (3) each 30 amp, 2 pole lighting contactors with N3R enclosure. f. Six (6) 5/8" x 10 foot copper ground rods with connectors. pve DIG conduit and THHN CD wiring to each pole. h. Labor and eq!lipment to include light sensor unit and timer on master switch inside with secondary switches outside of each court and provision of space for electric meter on panel as in "d" above. NOTE: The City will provide power from source to panel. * All bidders are to state brand names and provide specifications for poles and lights to be included with bid as application for approval equivalent or equal to those specifiedJ Bid No. 98-0 I J Page 13 of 13 Two (2) Site Maps **The successful bidder must provide shop drawings of galvanized crossarm brackets prior to contract approval. NOTE: All items specified may be amended via submission of "as equal" or "equivalent" drawings, specifications, notes or amendments recommended by a bidder. The City retains theright Cj~-o// y--.J ~~f t, ~'~:'1f 1:/,-" \ ~ ' ( " C '-. ~ 7U~~ ,-. .;-:, i ~ I~/" \ \'~~AY~ '. /.' ~ ~1 ~7~, ~"- 7~--~ ~~,' - - ~ ~ ", \ / ,,:. -", \\C'.~ : ).~} . ~.. ',' ~ .1..7'--~ ~\~~H i c\~ ", -', " . . _---~. ~II J...--...1,,"; y_' '--- ~ ~:, r.' ri _ /':;::::..-l-- I' . I I ~''-...l' . ~ / rf............ ~., ....... ""J.)~' I i ~; \-........::::.. =- -.;" SCALE FC""ET fl /r~'J:1. . ~~.~. =J:' . , - ~\-J \l!~y:;~~~~I1~~~~ ~N, ""l~-":Jf~ -_' -'-4-\ ~1;~~rc~6!9~~:~'~ - . . . '0 {\\ .~ .~. ~~) \~ (f 0' -\i ~~D))'~Y \ ~ I~C'" I. ~ ~ .1. ff"rK~s I ~ ~ f;p'o# ,fi!~E.i~Hi~~~ \ ~ ~tz-.' -~~i~~-"'; (1 J~~ I~ ! I ,~~JJJn. '. ~ ,- I ..._~ 'ii~ : . ((I I ;}.X:b;:-- "''''t~'\.\.' ~,,~. ......._-~~, l.l, I r-=-.I.\ ,.;. J:, .~. . .. ~l1" P -., ''''T~.........-:;:;-;>, ,- ~ \ . ~ I ~<, ,__. : ~ ........ \.,....--__.... _..~. ~ ""!) :j'" :r-d~ ~ '....:... ...~ 11;;:..-~:': W.' ~ ~. - ~r---' '\ ~ ."So,. ". .',". - J!l~11J'" ~ /. -;1' rw ~( .'~ ~K ij .:.~ .?j; I H - ~I (/.... ,.: /:'/ . . :; im'~:~; f ~ ~'-+-'-- L~~~'- a l)) t.n SITE ,;/:':'<--:"..!~.~,f/ ;:~~.:~~V~~\_~;= ~..~. ~ y ~ ~ ::~::~~~~~~ ~r:~ " ~i"1"(; ~L~\~" ..... ~~\~ ;:.J ::I%i~:../",""" (~--::.':%~ ~"1'.::J~ _o~ 1:.1 . ~ "-1 ~ .:. ~.: L: ~: \ \ ..#~~ .--::::='""'" 'C.:/t . L" . :d:. _1. 'L_ 0~'!'-' '. i / ..1 /~.~~r~1~~~:~c",.<~ : -1 I '('51. !J~&1~~')~ ~~.... .. \'--,~~:. ~~=~'f~ :..: ...=" ~ J&:"/ ......"C ~"-h r)t ,~~ (ltJ,.r.;'e"~~ ~':~'\'ir'," v :~,!. ij?''f. i ': .:1.' ~r ,0; C-::---. -=- "- ...:S:$" . .... I' \ -- ,...:. , ..... ([ _ ~ ~ [Cf'O), ~~~t; . ...-..... If) ,,".-.~'.'. :; i I ;j'r(. - ;1" r.-S'/ %" /r--............ l~ I f-~ ;-. 'OJ'~ ".1 i~~'; rtv .,:t '.' '.. ", ;"'..: ..' : 7- ..'- ('f ..) I"'" l....,o;-;-. ~ 'f~f,. ~ ....\ I LJ o' '.'-=(.....,;;. ::.=> .. e. '; i ,. '; '-' n _\.60 m~ \ ., l~ ~: ~ :' ~ . -~ '. ..~'1;. ~$~}I ~ ~~ ':t~ '7:':.~~~' ,...:~~';-J.~9_1 I \'\ '--j:::c ~~"l~.. ~; ~~ ~. ~ IJEJ}i; ?~~/:~~: ~'\ "~""'~ ~~;:~~" ~ 0 f) \ ~ c::::::::::' : 1~f ~ ~,Q.~~.};~~~ ~ ~.~.,~,~~,,~..~_. '. I /"............. ~....,,;;;. ~~'r~'AV.;<:. :\~ 'D :~fr:oJ: . , ..~. :':. ,~:~~:.;~r:]; iJi: . Jp - ~.~ ./2"~"1" .f5: ~jN"P~'Q~, I .::.:.~-..:-::.-::::~1\V~ ~t::-J (0;0 '?..: ....: ~ .' ., ~ \~ ~'Hi'" I\~ I /f~~;:;;;:.. .1:.. . . V--. / ~ \ ~ O~'/1:/1Jr--=-~.. ]~'.~k,: \'\\." ~:fff:.~~:.f=-~' ""', .._~.~ ~. 'r:---~~, P/l' 7.....))\ J..I~'~",~~;~ ir-i -kt~~'t.:]... .' 7: "l--~ hi'nS-~. ~ ~ \~ : \''' ~ ~\ E ).~./ =. (;-ri/ .: ~ '. ~l 0 ~~.~/ e'J ......~.l.r ~ . ' I ',' 'I _. . ,... .. . ~ [S'T Y.'~.:,~' ~!~~:- ~.~~ .~~~~:; ~:.,:lB ') ~o .-( ~ I.' ,,:-,'~~~~.JJ'~ -l~ ~ ~'1\!S . fj ;~r /1 ) j. '.""'~~ ~ (J =T.-_-:=.~t~""T'-" )) "'....../1.. tilo<;; .' ~\ V.r:r:r (.">, .'. (" ... . ~~ '" ~ . ' 'I j ~ .......'ip7.~ ~ \ '-= BASE MAP: "CASSELBERFh', FLA." U.S.G.S: QUADRANGLE MAP, PHOTOREvtSEO 1980 -'~ :/ff:\ \)jl'~ f L 'i-.; I~ OCOTCCI ~~ICAL CXf'LORA 110M . . TOACASO. 'F ARK BASKETBALL COURTS A~4D PICMC PA\~WON WINTER SPRINGS, R..OAIDA .\ u:s.cis. SITE LOCA 1l0N MAP t' JUL-16-i997 15:38 4074234410 96% P.01 - ~ .....-: /' r (' ( , JL. ~.,.,d .. '" . f i .' ~l , ,. ."............... . , , ~-- ~ '- ~~~.'~; - " ..... -\ " '( l-fU" , . . ", l.. .... . ~.; .' .,.' ;~J.~?;: ,).=,:"" ... s . ".' ":,:' ~>~~:~ . .' .....;- I~ ..-" \.. , ,:/2 r ". .{" .'j~ ~ ':.-'.4, . [ of 4 '.. " , I{~lIN" l"A>k'::: (--;';'::' (pV' ~'-:.-:.:". ~'..' ~. ,1-'; \ '. . '. ;:. . ~.. .' J . . ~. -. . . '~ ,-;'. :....:...-~:.~ ~:::-:_).:...: .... (. . -.........\-.... .....; --. '- r ~:. ~ . . . , ~-. ~ ~ \Hi : :.: ,/.: _'(, -C:I:')~..~. :y --:.:q : '- .~. ~ -', ~ :: , ('- / ;- (/'-,(~( "f, (.'- .... .L -/ /' --.\._ :.- '\- (. " r " --- .r '- ) .LIS -,.-......, '" >- '- " ........ --- 3''1 ...... 23 ~ lol " IV ./f "; IJ {)O(7W LA,... r!:. rhJ-:.L'SJ,7 ?_lo~ ~(P('?I"D"/~..rS> 2. c.o~r.,....s. (q.~pJ... 'f'.' &-L.f')<, so' 13' Lt'Z'X so' .' ~. ~ (15(?'hQL-r Ac...,-,L'C- {c>l......-- 5'"" orfJ:Jl < '. \. ra:'1 . - .... -- ,('- v- _'; C" --J c.. >-t:.-r-c "" [3"0" f> ,:r.) S Q W c.......1" e ;; c.oo ,...J1v.4-ToC WI' ouc.,...,' .y<Y' ~:I='"v"'orS. " C > I 'i-"" C- 1/1 0;' tJ lJ...Jre r <)(fV/~ 5:> to rc qSD ~,.~ 3~K 2/bl1-(.[ QU r-r:S U 7 h '1/"'/7 r?,~ j cc.f .' -+- - ,'.:_., ,vI A 5(. ~ L~- , " "..... r .r-- JAN- 6-98 TUE 9:40 FEATURES HOUSING -Heavy-glulle, hydroforl1l,d, Iluminum blUnt hOUllr1Q Ia mountvd to intevfI' di,-cel1 monofreme.with horltontIJl degree aiming stille and re- PCSldonln.i locator. Ole,clst .llIt'Ilinum aocket h.ousinll providn verticil ain\- Ino'adjuJtmtnt complete with dellr.. IlminO seale and rlposltlonlng stop. OPTICS - Hllvy.gauIl8, 'nodittd, aluminum r,lIlctora provide I ring. of NEMA b..m,pruds. Opde.' chlmlnr i. "tiled to inhibit entrance 0' eon- U1mlnlftts. Hlngtd I.n. it "IIV'( duty therm.l .~ock and irnplltt-fllllUnt, ttmplrtd gins. Optional "'tvy duty shroud al.o IVllllable. , ElEC'mICAl - An Illctrical componatm Are contalntd In the bllllast hauling that Is menn.Ry 'Ioleted 'rom the lOcket housing Ind optical assembly. This promote. long or blllast life. Bin", II hivhpowlr f,ctot. constant-Wltt'ge .lltOtrlllsform.r. topp,r wound and 100" factory tastld, INSTAlLATION - FiXture Is mounttd by securing th, Inttoral crou-erm mount- ing.brlcket c!irec:~yto the erOIS'lrm. No .ddltionel.dep~fJ requir.d. A 518". l1UNe mOunting bolt il pro\'lded. Expoltd bolt 'ength ,.1,1/2', SOCKET - Adjustable mountin9 bflck,t rt.ndllrd. Porcelain, mogul-base locket wlth copper ahoy, nIckel pl.ted mtw ,h,1I end center ~ontael UL fitted 15OOW,800V, 4KV puis. rllted. LISTING - Ul1572 listed, .ulUlble for wet loc.tions, P.0t TyP6 ....E;;.~"O).t.~...._..__~__.._~_____ CIl.,OO numbtr TY....'-OQ.Q.f~l_~ Ps. T6_LP... Floodll9hd~9 TV Metal Halide . l000W 40 + Ft Mounting ORDERING INFORMATION ChOQ" !to. boldr,co ~""bt no_u'l ilia! be It luits yelj' ""CI. and wri.. ~ on Ih. .gg~ Iin" Qr~" "",wn.... "'"11 emlOD ftUll'lUrs (I/lip,.., ....'.ltl"'. TV1DOOM ~~ ~ ~~~ I Dlstrlbu110n I ~ . TV 1000M aenerar Heavy no purpQll ~ 201 GP2 HDa Z~ GP3 HD3 m m ~ ()P4 HD4 .......... _ 4IC GPS HD5 ~ T1' GP6 HOt rl Dlm.nslon. EPA: NEMA 2,:1: NEMA ..5.e: Ol.m~er: NIMA 2,~: NEMA 4,5.6; l.n91h: NEMA 2,3: NEMA 4.5,8; . Weight 6~ Ib.. 2.9 ''-' 1.27 m'l 2.5 ft.' l.n tn" 23.1/8 (88.7) 2' -1fz 164.6) 30 1711.21 31-112 (80) 24 Kg. !'IOTIS: l Multi-up klllllUO.loa. uc. Hm. I we lIP"" Ill'" .. OI'd,r .d. . M.,,, o/dt"d II 1ft l'UNOt\'. $el /I~ .censorl" IIItl1 f9r"~ ~lIon. Lt Exlmpli: 1V 100UM Grz 12Jl I Options -: SOi,p.d IBdalIId Sf Sln91t fun (110. Z77Yl Ill, re Of Doublt IlIU Im,.t~ 4tOVIN. T8 I't'R HEM-' p~ tt;,pl Qrily, no p/lOtoOll1 QR$Ou.IU flltrike .YllelTl(ltmp net iotludell) CMppd $'~fater,J l$ ump ,upport I'f1 NtMA Iwlst-lock Pl .7Of R.due.d ambient operollon (.w'" P~llWcon~1 for 120-2eay W 2 It or ISoI SED cord pr,-wlr.d PU NEMA lWI$t-loelr. PE ell Zit f 14-3 SEll d -wi d photo control for S47V o cor pr, re P'U NEMA twItt.fO~ PE ClZ Z It ~ 1~-3 SEO ~rd pr.-wlred phlnOConhllor'8(1V . C'V3P I It. Or 1&-~ SED cord pr..wired w{3 prong PEl NEMA ~-Iotlt PE pll/; ~, un"" pre-wItH c.ges and crou- phOlOCOnl101 217V IIml, UV V ~ AH AboVl horizonlll ,Imlng pp.r , DC ArOhlIeOM.1 color. .plcily 10llar eod. PWB ~~~~oItlwwU rtlO\IIl~OI aI Cofrotloll-f'ui",m flnish PMB Pol. l1\ountinO Ilract'l QlY Corrosion-tt"rtlnl rllli$1lu.non) IAI St.., .ngla Ilrtck,i tor TV ef Chlrco.1 mil' (ror un""'" IInvy duty ftAI Right '/!QI. M~kti for TV .hroulf only) . . b . TS Tlnon alipliUer CH 0"-<;,,, .lInt hauslno l'R R 8 " SUI St.inI,.. .ft., leM ring emQf. 1.1f we Wood CrOff arm mountltlg bolllW.tl UriC lJIPond lengUl e.",..., lo~l I.ngth ., ,~ LfTHDNLA LlaHTING - HI.TlK rHDUSTNAL .. ourooo.. UGHTlNQ rw.u 1. , 4 e e DEAM SI'RUD W H X ft.y' Q'H X 4Z'V . 6S'H . X lIS"V 66'H X 86'V '02'H X ,WV III Inltrnll bOftO/ll lower ITl Inlerlllllop IOItYtt leL Internal concen~o /ouver ArHlfUorllS , a~r. U Up.rm GIlIIOO ~,,",lIer. ~'NXt 1 jjo~1 WOOd pol. cron..rrlllp,iITl8 p.intad) ...... TYXJ :! Ugh! wood polr CrosNrm (prime paInted) rvx. & liOIrt wood pol. CrofSo'N!l IptimR p~ltd) TVXZ; 2 Uvh1 wood pol, erm-arm IVI!\1n1rtd) TVXJO J light wood por, crOll-arm IgllYlnil~d) M4Q 4 Uelrt wood polt crOll-arm /gllv'nir,~ ./ TV MZ : .... "'I. lL W~IQtlt 56 105. , . ~ ftt ........,p.... h.... ,: i )1 -'''I ~~"..I' {~r'''1 r-: ..--.. ...........1 "",'.lIOII. "'U'tl CIll~.J SEO CoNS. Two f'~l 01 PT.-mred cord. cq 14-3 SEO Cord. Two leet of p',.wi~td cord. en 12-3 SED Cord. Two ltet 01 pr..wlred COTd. ~C Cmt~itncy C/~1t Factory,lnll.hld doublNOnliOI bayon,t.b'lt qu.rtl loeket with lock.t ludl lor ",e with sellar,l, uttf.hl,m g'n~y powt, system. r. "a ,r- P!A NFMA Twin L ~ R. ~ Photoe..J1 ""OCI .. fdcrPt~cle Cln bl {ot'led 90' for po.itioning. ... nyo. nc "'" ,ShIpped InnaUea. ' P! Phototh1crrlc Ctff. Button type. .~fttShDp~ifi,titj1Y:$~~&::~ Pit NEIM Twitt-LfXk Photo ' PEl J4. Cgrrtro/~ 120, 208. 240V. Ships &s: PEl U and PO NEMA r~'.l()CA- PhorocfJntfol, 347V. ShIp. .s: PEJ U .nd I>E3 J4.. PE4 NfMA TWilt.Lock Photoen",,.,.' aGOII ('~'u ,_. ~~... . FEATURES HOUSING - Heavy-val/ge. hvdroformtd. aluminum b.llesl houslnglt mountvd . to Integrl' dl,.cut monorrsm. with horitontal degree liming scale .nd ft- pacitlonlnD Iotltor. Dii.us1lhlminum IOckvt houling provid" vtr1iol' aim- InU .djll.went complete withdll~r" .iming stale and r8polltlonlng stop. OPTICS - Heavy-glulJI, .nodiltd. aluminum ro!l.ttors provide I ring' of NEMA btlm,pftads. OptlcII chamber I, Stilled to Inhibit entrance of con. tatnin.nts. Hlngtd 1,1'1' i. lIeavy dulY tfI,rm.1 .hoek and irnpact-fui.tlnt, tempered gins. Optional h..vy duty shroud .1$0 avanable, ELEClRICAl. - All .1.~triClI components lire c;ont,tnld In thg baU,1t hOlllill9 that Is thennlUy I,ollted from the loek.t haulIng and optiCI' ,,"mbly, This Jlromottl longer baUast life, Blnllt " highpower fllctor. COl'lttnt-wattage lutotflnlformvr. toppe1 wo~nd Ind 100% factory te~d. INSTALlATION - RxNrvl. mounttd by ncuring the integr,1 crou-arm mount- 1119 brecket directly to 1tIe CnlSNrm. No ,ddWon,ladtPto" r,quirf(!. A 5(B" . nUNC mounlil'lg bolt II provided. Expo'ud Ixtlt ltngth Ir 1.1/2', . soem -Adjustable mOl/mlny bracket ltemfa'~. Poreelain. mogul-base socltet with copper alloy, nickel pleted .crew ,h,U lmlf ctnter COntact UL fISted t5OOW, 8OOV, 4KV pulse rated. . lIST1NO - UL n7~ fISted, suitable for wet IocatiOfl~. I Ty~ ...."E;.~1.':Y..t..e._.._........._..,---~._"_..._.. Cltllo\l ~umbtr T..V.._LQQQ.~....~P.sJJ;_t.i.- Floodlighting TV Metal Halide tOOOW 40 + Ft Mounting ORDERING INFORMATION ixempl.e: tv 1000M GP212Jl . .. ~ o I J .n i~ ~ ~ VI ~ ~ ~~ 9~ o VI .-- iH 1'1 I \ II' \ ' I I I I ~ I I I I 1'1 II .1 I I III I' I ~ I :111 :11 :1' i I :1 I C^ST IN ).x s. II I H/H &. COVER I REINfOOC( 'MTlI III I ('2) 3/4")(20. I CAL V PIPES "-...... ~ I '1':"-; .(: CAST It I I l/t, \ -11 I II00E 0 ~S' II ;1 , H" slRANDED UCI(-) f- -- GROUND WIRE ~ I ;~ 1,1 t <0 I <0 I '0 I it, Outdoor Options/Accessories -~ "OW 1If1~I-- , ' " EPA 3.hq. It. Weight 51 Ills. TfXl/TY.u ~ EPA 1.~ Iq. 1t. Welg~t 20 Ib,. ~ ' f"Uclllj ". . .: ~ . TIP END Y1EW(O fROM eun r I liD' (Ja' r ACI) -I ~d '. . ... ..... + ct .... ' ... 5', "'(\ fa- ..J I . ~ 10., au Tr END \I1E~O tROM. Bun PRESTRESS 2~OK (4) 1/2" 0 2-4,000 lBS : OORMANT / i ~$Qal~~~ltlli..tra~tt~~a~:}&~ ,. TOO Night Wood Pole Crrm;Arm. Use w~ f100dligh~f. , TVX2 ,.Ught Woad Pelt CrOll.Arm, Use with TV. ,. TfIX3 3-light Wood Pcle CrOIS'Atm, U$~ ~ith f1oo\1lighf.. . ~ Tn3 3.UgIit Wood p~" r;r~.Arm, Use with TV, ............. TfX4 Hight Wood Pole Crpn-Arm. Un ~ floodlight.. ............ . ~TVM ,.f.Ught Wood "fI. Cross-Arm, Vn with lV. "',=0, lhfnnllw linlth tdd Q III cetllOV number of Croa"Ann. AII.,rifU wilt ,.,.IIfttIIII...II/t""" .....".afH, .".;,.. C,/tIIth "c,*" f.r ....".~. . IimmiBiiltm~Jri!JBd~1f.h-~4t'-~~J n .8u e . ,i,:m':t I~~~ith"fi~ SF Singlr Mt. 0.. wlttI 120, 217, mv. Not IVlnabl, for Multi.~p B.Uut. In-Iin., tim..delay tittle fusing '.Olstel faulty lumin.lre from circuit ~$inG.lntemafly Il;ceulbfe. , . DF Doubl, Fust, Use with 208. 240, 48DV. NOl '\'aHable 'or Multi.up Il.llul In-lint, Ii,"""e!av typ~ 'ue:ng I'olatila faulty lumin.ire frl!)m t1~ult Ming, Internally 'coesslble. CWA Auro rflnVof'fMr. VI' wit11 iFs. QAS QIIIItl fl'~, $~m. A.cliver.. fUJliIl,ry qUlrtz I.mp wtltn pow.r InterruPtIon e'UJ~ HID 'Imps to drop out O..ctiv.ttl wh'n fIXtUre r..trik... QRS does not en.rgill during cold Nrt of filcture. W,ttlge of Qu.1tZ lamp ahould not he..d that of HID sourel. For 1row .nd btlow, Uti 1!lOW DC beyonlt bue IlImp. CH Di,.c'lf HouJin~. U.. with tv. RHP R"crvr High Power "CfO( B,n"t 150W .nd below for 120\1 only. J(HPR"ctlne, High "owtr Flctor Btllm 1 SOW and bl!ow. CF Chercotl Nlter. Filt" ~onNb of .criv.ted charco.1 or.nules freely .uapend,cr between I,yer, or polyuter filtering mlttrlal, .~ R.due." 10","1.."" n__..... '. f' f