HomeMy WebLinkAbout2002 03 11 Consent B Fireworks Display Contract
COMMISSION AGENDA
ITEM B
CONSENT X
INFORMA TIONAL
PUBLIC HEARING
REGULAR
3/11/2002
Meeting
MGR. R---.r /DEPT c1).
Authorization
REQUEST:
The Parks and Recreation Department is requesting the City
Commission to accept the best bid that meets the needs of the City
And authorize the City Manager to execute a contract with the
approved bidder for a fireworks display on July 4, 2002.
PURPOSE:
The purpose of this agenda item is to obtain commission
approval to accept and execute a contract for a Fireworks
Display on July 4, 2002.
CONSIDERA TIONS:
. Last year Great Show came to Winter Springs and provided a very good Fireworks
Display on very short notice at a cost of $ 13,000.
. Request for proposals for the Winter Springs 4th of July Display 2002 were
advertised in December 2001.
. 2 addendum's were sent out in early January 2002.
1. Allowed racking of fireworks.
2. Required a site visit prior to bidding and allowed deviation from shell count,
size, and amount for safety issues.
. Four Firework Display Companies bid a total of 6 alternate proposals
1
Total Shell Count 3in - 8in Site
Alternative Price Main Grand Racked Trenched Manual Electric Visited Prior
Bidder ProDosal Show Finale Shells Shells Fire Fire Duration To Bidding
862 1,050
Great Show 1 $ 13,500 No Yes Yes No 27 Mins. Yes
Plus
Also Included in Bid
600 1,200
1.5" Cake 1.5" Cake
Melrose 1 $ 20 000 889 620 Yes No No Yes 30 Mins. Yes
1 $ 30,000 1,750 1,241
Zambelli 2 $ 25,000 1,406 982
3 $ 20 000 1,108 794 Yes No No Yes 30 Mins. Yes
Chameleon 1 $ 36 500 1756 1250 No Yes No Yes 30 Mins. No
Last Year
4th of July
By Great $ 13,000 1,146 824 No Yes Yes No 22-25 No
Show Mins.
. Staff recommends acceptance of Great Shows Proposal.
FUNDING:
$ 13,500 from Account # 7240-5480 - Promotional Activities, July 4TH
RECOMMENDA TION:
Authorization of the City Manager to enter into a contract with Great Show/Pyrotechnico
of Florida, L.L.C. to provide fireworks for July 4,2002 at a cost of $ 13,500.
IMPLEMENTATION SCHEDULE:
July 3, 2002
July 4, 2002
Execute Contract.
Great Show checks and marks site and obtains and reviews
sound track.
Initial Setup.
Final setup, Coordination, Display of show, and Removal.
March 2002
June 2002
2
ATTACHMENTS:
Attachment #1
Attachment #2
COMMISSION ACTION:
RFP 006-02/GD Proposal
Great Show/Pyrotechnico of Florida, L.L.C. Proposal and
back up information.
3
ATTACHMENT Iff
....---::---
t~~~'" s
/~ / ~ :.<:L'
a: ~-'"," , '''\1).
t'it,.:(, 'r<\ y~
u( :. ,C/)
. , .'.
\ \lnrcorrOl......ott'ii ", .
'I. IQf\Q L)~
'- "
'---:~:~//
CITY OF WINTER SPRINGS, FLORIDA
1126 EAST STATE ROAD 434
WINTER SPRINGS. FLORIDA 32708-2799
Telephone: (407) 327-1800
Fax: (407) 327-4753
E-mail: contaclus@winterspringsfl.org
REQUEST FOR PROPOSAL NUMBER: RFP-006-02/GD
WINTER SPRINGS 4TII OF .JULY FIREWORKS DISPLAY
PROPOSALS DUE: JANUARY 30, 2002
Proposal Closing Was Called By: Gene DeMarie, General Services/Purchasing Department Director
Proposals Opened: 3:00 p.m.
Proposals Closed: 3: 18 p.m.
Witness:
Chuck Pula, Parks and Recreation Department Director
Debbie Gillespie, Deputy City Clerk
Four (4) Proposals Received:
I. CHAMELEON PRODUCTIONS
AGENT: PAMELA McCORKLE, SALES MANAGER, 7101 PRESIDENTS DRIVE, SUITE 205,
ORLANDO, FLORIDA 32809
TELEPHONE: (407) 859-9300 FACIMILlE: (407) 859-9444
PROPOSAL AMOUNT: $36,500.00
2. ZAMBELLI INTERNATIONALE FIREWORKS
AGENT: GEORGE R. ZAMBELLI, PRESIDENT, 299 NW 52ND TERRACE, SUITE 118, BOCA
RA TON, FLORIDA 33487
TELEPHONE: (800) 860-0955 F ACIMILlE: (561) 395-1799
PROPOSAL AMOUNTS: $30,000.00, $25,000.00, $20,000.00
3. GREA T SHOW / PYROTECNICO OF FLORIDA, L.L.c.
AGENT: RANDY J. PRITCHARD, OPERATIONS DIRECTOR, 324 TA VERNIER DRIVE,
OLDSMAR, FLORIDA 34677
TELEPHONE: (813) 814-9494 FACIMILlE: (813) 854-2249
PROPOSAL AMOUNT: $13,500.00
4. MELROSE PYROTECHNICS, INC.
AGENT: SCOTT FULTON, EVENT PRODUCER, 4652 CAT A WBA RIVER ROAD, PO BOX 209,
CA T A WBA, SOUTH CAROLINA, 29704
TELEPHONE: (800) 771-7976 F ACIMILlE: (800) 775-7976
B OP'ZMOUNTS' $30,000.00, $20,000.00
Holly Pierst ff, Assistant To TI
City of . ter Springs
Copy: Mr. Gene DeMarie, Director, General Services Department
Ms. Nancy Vobornik, Purchasing Department
Mr. Chuck Pula, Parks and Recreation Department Director
S:\dcpt - City Clerk\Docs\ Word\I3IDS\RESULTS\FyO I 02\RFP-006-02 GD.doc
Great
Show
ATTACHMENT 112
Copy
A Division of Pyrolecnico of Florida. L.L.C.
P. O. Box 1736, Oldsmar, FL. 34677
(813) 814-9494 (813) 854-2249 (Fax)
January 27th, 2002
Ronald McLemore
City Manager
City of Winter Springs
1126 East State Road 434
Winter Springs, Fl. 32708
.
. .' .~... ~,;:
.,
Dear Ron,
Thank you for your letter dated January 16th, 2002.
I met with your Parks Director on the 24th of this month. It was ~ productive meeting.
The bottom line is that we were able to map out a plan which will give you a fireworks
shell count close to what you desire without having to compromise safety . We measured
the site and found we can accommodate the shells by using two trenches. 90% of the
show will be buried in the ground. This means safety for the crew firing the show as well
as safety for the spectators. In this plan everybody wins! In our proposal the quantity of
smaller diameter shells has been rearranged to give us a decent quantity of product but
not overcrowding the site. Due to N.F.P.A. Codes, 10" and 12" shells are not permitted.
In addition, I will come over two weeks in advance of July 4th, 2002 and map out the
trench pattern with the Parks and Recreation Department. I am scheduling the crew to
arrive in the area on July 3rd to allow them an early start on the set up. They may end up
dropping some of the fireworks tubes on the evening of July 3rd. Either way the crew will
start setup first thing on the morning of July 4th. I will plan to give this show my special
attention so that everything runs smoothly.
Regarding my comment on our show being the best ever in Winter Springs. I was just
relaying to you what members of the city staff told us, radio station comments, and public
comments. If were ranked # 2 in your mind, then I hope we have the opportunity to move
into that # I spot in 2002.
Thank you for your time and interest in our company. l'lllook forward to hearing many
favorable comments from you about the 2002 show.
Kindest Regards,
M~
v ~y J. Pritchard
Great Show / Pyrotecnico of Florida, L.L.C.
Maior Firework Displav's - Outdoor & Indoor - Special Effects - T.V./ Movies - Celebrations
Licensed - Insured - Certified Technicians - Since 1977
. If..
Great Show / Pyrotecnico of Florida, L.L.C.
Proposal for FIREWORKS DISPLAY
City of Winter Springs, Florida
July 4th, 2002 - Display Cost: $13,500
This PROPOSAL is based upon a site review on 1/24/02. The proposed Fireworks totals
reflect the maximum amount of fireworks that can be place on the site without excessive
risk. The site may utilize some 8~1 shells. Shells above 8" are prohibited by N.F.P.A.
Codes. 8" shells are limited to those that can be angled away from the crowd AND safely
ignited Estimated about 12 - 8" shells maximum.
Main Bodv: Estimated Duration- 22 minutes (suggested duration)
Cakes(l S") 600
2,S" / 3" - 300
4" 225
5" 175
6' 150
8" 12
Total Main Body 1,465 shells
Grand Finale: Estimated Duration - 4-5 minutes (suggested duration)
Cakes (1.5''') 1200
2S' I 3" 700
4" 200
5" 75
6" 75
T ota! Grand Finale 2,250 shells
The crew should arrive in Winter Springs on July 3rd.
The crew may put some tubes in the ground on July 3rd evening.
111is proposal utilizes all in-ground tubes for 4",5",6", and 8". (safest system)
Great Show acknowledges 2 adden.durns received as part of this proposal.
50% deposit to confmn the show. Balance Due July 4th, 2002
Crew cost (labor), set up, display of show, tear down and all materials included.
Great Show will come m'o Winter Springs 2 weeks prior to mark site with flags (trench)
50% deposit forfeited if display cancelled and not rescheduled within 90 days.
Re-scheduled display shall have a 15% charge to reset display on another day if the July
4th show has been set up (part or full) and is rescheduled to another day within 90 days.
This price and Proposal valid Wltil February 281h, 2002.
Insurance provided is minimum $ 5,000,000. General Liability PIIPD
FEB-11-2002 15:24
97%
P.05
!
I
Greatj Show
I
A DiV1s1on of Pyl:olqcnico of Florida. L.L.C.
P. O. Box 1736, Oldsmar, FL. 34677
(813) 814-9494 (813) 854-2249 (Fax)
To: Chuck Pula
City of Winter Springs
I
From: Randy Pritchard I
Great Show Fireworks I Pyrotecnico QfFl. \
I
i
I
i
i
This :is to advise you that we are allowing a ~id extension on the RFP 006-02/GD
to March 31 st, 2002. / !
I
I
Thanks you for your time and considerationlin considering our proposal.
I
I
I
!
Re: Bid Extension
~ ._/J=~f/
~
an; J. Pri~bard
Pyrotecnico of Florida, L.L.C.
DBA Great Show
Ma
oor s' etlI- T.V. I Movies C rations
ertified Technicians - Since 1977
I
Great
Show
A DIVIsion of Pyrotecnlco of Florida. L.L.C.
P. O. Box 1736, Oldsmar, FL. 34677
(813) 814-9494 (813) 854-2249 (Fax)
February 2811\ 2002
To: Chuck Pula
City of Winter Springs
From: Randy Pritchard
Pyrotecnico of FI. I Great Show
Re: July 41h Fireworks
Regarding the Music Soundtrack for this display, This letter acknowledges that you will
provide our company with a music soundtrack to accompany the fireworks show on
th
July 4 , 2002. "
In order to coordinate this music with the show, we must have the music soundtrack in
hand by no later than June 15th, 2002.
Great Show Fireworks I pyrotecnico uses a variety of fireworks from around the world.
The fireworks used in your display will be carefully selected from the attached list.
We thank you fOf your interest in Great Show Fireworks / Pyrotecnico.
tr~
~y J. Pritchard
Director of Operations
Pyrotecnico of Florida / Great Show
Malor F1reworl< DlsDIav's - Outdoor & Indoor - SDeclal Effects - T .V.I Movlel- Celebrations
Licensed - Insured - Certified Technicians - Since 1977
PYROTECNICO
The Main Body of the Program
The main body of the display will be composed of a large variety of aerial
display shells from the finest manufacturers from America and around
the world. Truly an International selection of Fireworks I
PYROTECNICO "DESIGNER" DISPLA Y SHELLS
3 Inch
4 inch
6 inch
6 inch
Included
Included
included
Included
The varletles Included are:
Glittering Tiger Tall or Spider Web or Silver TwInkler to Ruby
Glittering Tiger Tail or Spider Web or Sliver Twinkler to Emerald
Glittering Tiger Tail or Spider Web or Sliver Twinkler to Sapphire
Glittering Tiger Tall or Spider Web or Sliver Twinkler to Variegated
Glittering Tiger Tail or Spider Web or Sliver Twinkler to Sunflower
Glittering Tiger Tall or Spider Web or Sliver TwInkler to Tangerine
Glittering Tiger Tail or Spider Web or Sliver Twinkler to Gold Strobe
Glittering Tiger Tall or Spider Web or Silver Twinkler to Silver
Twinkling Snow Flake
TwInkling Snow Flake With Ruby, Emerald or Sapphire
Gold Strobe
Gold Strobe with Ruby, Sapphire, Amethyst or Emerald
Tourbllllons and Whistles with Ruby, Blue or Emerald
White Magnesium Stroblng Willows
Red Magnesium Stroblng Willows
Green Magnesium Strobing Willows
Yellow Magnesium Stroblng Willows
Red Magnesium Willows
Blue Magnesium Willow
Green Magnesium Willows
Orange Magnesium Willow
Three Color Change
Three Color Combinations
Treasure Chest
Glittering Gold Hour Glass with Blue Ring
Glittering Gold Hour Glass with Red Ring
Glittering Gold Hour Glass with Green Ring
Glittering Gold Hour Glass with Purple Ring
PYROTECNICO
PYROTECNICO PERFORMANCE CLASS
3 Inch
4 Inch
5 Inch
6 inch
included
included
included
Included
The varieties included are:
Red and Blue Peony
Green and Purple Peony
Gold and Green Peony
Sliver and Red Peony
Red and Green Chrysanthemum
Green and Purple Chrysanthemum
Sliver and Red Chrysanthemum
Half & Half, Red and Blue
Half & Half, Red and Green
Half & Half, Blue and Green
Blue to Red Peony
Red to Silver Chrysanthemum
Blue to Green Chrysanthemum
Purple to Green Chrysanthemum
Red Chrysanthemum
Purple Chrysanthemum
Blue Chrysanthemum
Red, Silver and Blue Peony
Purple to Green Peony
Gold Willow to Red
Gold Willow to Green
Red to Sliver Peony
Blue to Green Peony
Red, Silver and Green Peony
Yellow, Purple and Green Peony
Gold Crackling Willow
Glittering Silver Willow to Red
Glittering Sliver Willow
Silver Crackling Willow
Glittering Gold Willow
Glittering Gold Willow to Green
Glittering Gold Willow to Crackling
Red Peony with Sliver Pistil
Blue Peony with Silver Pistil
Red Peony with Crackling Pistil
Sliver Chrysanthemum
Sliver Comets
Blue Peony with Green Pistil
Purple Comets
Green Comets
Blue Peony with Red Pistil
Gold Strobe and Green Peony
Green Chrysanthemum
Gold Comets
Green to Gold with Sliver Pistil
Gold Strobe and Blue Peony
Purple Peony
Purple Peony with Sliver Pistil
Red and Blue Comets
Red and Silver Comets
PYROTECNICO
PYROTECNICO "CUSTOM"
PA TTERN AND SPECIAL EFFECTS
3 Inch
Included
4 Inch
Included
6 Inch
Included
6 Inch
Included
The varieties Included are:
Brocade Diadem Willow
Brocade Diadem Willow with Flowers
Brocade Diadem Willow with Reports
Brocade Diadem to Glittering Silver
Brocade Diadem Willow
Brocade Diadem Willow
Golden KamurO
Golden Kamuro to Silver
Golden Kamuro to Red
Golden Kamuro with Palm Core
Golden Kamuro with Stroblng Core
Golden Kamuro with Flowers
Golden Kamuro with Titanium Reports
Variegated Bees
Red Single Ring
Blue Single Ring
Green Single Ring
Yellow Single Ring
Silver Wave Ring
Purple Single Ring
Red and Blue Double Ring
Red and Green Double Ring
Purple and Green Double Ring
Red and Sliver Double Ring
Red, Sliver and !;slue Triple Ring
Red, Green and Silver Triple Ring
Golden Palm Tree with Large Tall
Sliver Palm Tree with Large Tall
Sliver Palm Tree Shell of Shells wI Tall
Purple Peony with Flowers (Shell of Shells)
Red Peony with Flowers (Shell of Shells)
Blue Peony with Flowers (Shell of Shells)
Red and Blue Peony with Flowers
Variegated Peony with Flowers
Thousand Flash Reports (Shell of Shells)
Brocade Diadem Willow to Gold Strobe
Glittering Silver Crossette
Glittering Gold Crossette
Red and Blue Bees
Red and Silver Bees
Red and Blue Crossettes
Green and Red Crossettes
Three Concentric Rings
Red Magnesium Go-Getters
Green Magnesium Go-Getters
Sliver Magnesium Go-Getters
Variegated Magnesium Go-Getters
Purple Magnesium Go-Getters
Sliver Comets to Reports
Parachutes with Red Flares
Parachutes with Green Flare
Parachutes with Red & Green Flare
PYROTECNICO
PYROTECNICO COMPETITION GRADE
3 Inch
Included
4 Inch
Included
& Inch
Included
6 Inch
Included
The varieties Included are:
Red Peony with Sliver Pistil
Blue Peony with Red Pistil
Green and Red Peony
Green and Purple Peony
Red Peony Enlaced with Silver
Blue Peony Enlaced with Sliver
Purple Peony Enlaced with Sliver
Gold Waves
Silver Waves
Green Waves
Yellow Waves
Gold Strobes
Red Strobes
Green Strobes
Variegated Strobes
Humming Bees
Five Timed Reports
Variegated with Silver Rain
Red with Silver Rain
Blue with Silver Rain
Blue to Red wI Rising Tails
Green & Glittering Gold wI Rising Tall
Purple & Gold with I Rising tall
Green With Serpents
Blue with Serpents
Bees and Whistles
Fish and Whistles
Thunder and Rainbow
Hummers
Chrysanthemum with Palm Center
Gold to Green wlth Crackling Center
Blue to Sliver with Crackling Center
Palm Tree with Silver Tall
Palm Tree with Golden Tall
Half Red, Half Blue
Gold Wave Chrysanthemum wi Blue
Gold Wave Chrysanthemum To Red
Willow with Reports In Center
Blue Shell of Shells
Red Shell of Shells
Assorted Color Shell of Shells
Variegated Color Shell of Shells
Red, White & Blue Shell of Shells
Thousand Flash Reports
Variegated with Sliver Rain
Golden Kamuro Chrysanthemum
PYROTECNICO
PYROTECNICO AMERICAN DESIGN
LARGE DIAMETER D/SPLA Y SHELLS
8 Inch Included
10 Inch nla
12 Inch nla
The varieties Included are:
Golden Dahlia Willow (The Glitter Drifts to Ground. Only Used over Water)
Sliver TwInkler to RUby to Sliver
TwInkling Snow Flake
TwInkling Snow Flake to Ruby to TwInkling Snow Flake
Glittering Tiger Tall to Ruby to Sliver
Sliver TwInkler to Blue to Ruby
Glittering Tiger Tall to Ruby to Silver TwInkler
Willow Diadem to Sapphire to Ruby to Silver Twinkler
Willow Diadem to Sapphire to RUby to TwInkling Snow Flake
Sapphire to Yellow Sunflower
Emerald to Sapphire to Ruby
TIger Tall to Sapphire to Emerald
Glittering Tiger Tall to Purple to Silver TwInkler
Sliver TwInkler to Emerald
Sliver TwInkler to Ruby
Sliver TwInkler to Bille
Sliver Twinkler to Willow Diadem to Ruby
Tiger Tall to Emerald to Lilac
Golden Dahlia Willow to Ruby
Golden Dahlia WIllow to Emerald
Sapphire to Willow Diadem to Sapphire
Emerald to Willow Diadem to Ruby
Willow Diadem to Gold Strobe
Golden Dahlia to Mint Green with Gold Strobes
Golden Dahlia to Ruby with Gold Strobes
PYROTECNICO
PYROTECNICO INTERNA TIONAL DESIGN
LARGE DIAMETER DISPLA Y SHELLS
8 Inch included
10 Inch nla
12 Inch nla
The v8rl9ties Included 8re:
Brocade Diadem Willow with Flowers
Four Color Change Peony with Double Pistil and Rising Tall
Brocade Diadem Willow to Purple with Rising Tall
Brocade Diadem Willow to Red with Coconut Pistil
Brocade Crown Chrysanthemum with Large Tall
Giant Glittering Gold Willow With Large Golden Tall
Four Color Change Peony with Color Change Pistil and Rising Tall
Giant Glittering Gold Willow to Crackling with Red PIstil and Large Golden Tall
Silver Willow to Red with Large Silver Tall
Golden Kamuro with Golden Tall
Brocade Diadem Willow with Palm Flower Core with Rising Tall
Brocade Diadem Willow to Green with Rising Tall
Brocade Diadem Willow with Thousand Reports Core
Giant Glittering Sliver Willow With Large Silver Tall
Silver Willow to Blue with Large Sliver Tall
Thousand of Thunder and Lightning with Coconut PiaU!
Brocade Diadem Willow with Palm Flower Core and Rising Tall
Thousand of Red, Sliver and Blue Chrysanthemums (Shell of Shells)
Giant Sliver Crossettes
Giant Gold Crossettes
Thousand of Blue Chrysanthemums (Shell of Shells)
Thousand of Red Chrysanthemums (Shell of Shells)
Half Red, Half Blue Peony
Half Red, Half Green Peony
Thousand of Purple Chrysanthemums (Shell of Shells)
Thousand of Variegated Chrysanthemums (Shell of Shells)
Sent By: BROWN,WARD,SALZMAN&WEISS,P.A.; 407 425 959B;
Jun-4-02 5:07PM;
Page 4
"
CITY OF WJNTER SPRINGS
4lb of JULY FlREWORKS DISPLAY CONTRACT
THIS AGREEMENT is made this.9-t,day of :rUiUt ,2002 by and
between tlle CITY OF WI1'ITER SPRINGS, FLORIDA, a Florida Municipal Corporation, whose
address is 1126 East State Road 414, Winter Springs, Florida ("City"), and PYROTECNICO of
FLORIDA, L.L.C., d/b/a GREA T SHOW, whose address is P.O. Box 1736, Oldsmar, Florida
34677. ("Contractor").
RECITALS:
WHEREAS, the Contractor desires to provide to the City certain service~ under the t~rms
and conditions set fonh in this Agreement.
IN CONSIDERATION of the mutual covenants and provisions hereof, and other good, and
valuable considerations, the receipt and sufficiency all or which is h.ereby acknowledged, the parties
desiring to be legally bound do hereby agree as follows:
ARTICLE I
GENERAL PROVISIONS
1.1 Definitions, For purposes of this Agreement, the following terms and words shall have
the meaning ascribed to them, unless the context clearly indicates otherwise.
(a) ,; Agreement" or "Contract" shall be used interchangeably and shall refer to
this Agreement, a~ amended from time to time, which shall constitute
authorization for the Contractor to provide the services state.d herein to the
City.
(b) "City" is tbe City ofWint.er Springs, Florida, a Florida Municipal Corporation.
(c) "Contractor" shall mean PYROTECNICO of FLORIDA, L.L.c., d/b/a
GREA T SHOW and any employees, contractors, or agents thereof
(d) "Effective Date" shall be the date on which the last signatory hereto shall
execute this Agreement, and it shall be the dale on which this Agreement shall
go into effect. The Agreement shall not be effective against any party until said
date.
(e) "Public Record" is as described in Section 119.0 1'1 (I), Flor;da Statutes.
Page I of 11
.
Sent 8y: 8AOWN,WAAD,SALZMAN&WEISS,P.A.; 407 425 9596;
Jun-4-02 5:08PM;
Page 5114
..,
(t) "Services" shall include the performance of the Services outlined in Article 2
of this Agreemt:nt.
1.2 Engll&:em.ent. The City herehy engages the Contractor and the Contractor agH~es to
perform the Services outlined in this Agreement for the stated fee arrang~ment. No prior or present
agreements or representations shall be hindtng upon any of the parties hereto unIe~s incorporated in
this Agreement.
1.3 Due Dilil:ence. The Contract.or acknowledges that it has investigated prior to execution
of this Agreement and satisfied itself all to t.he conditions affecting the Services, the availability of
materia1~ and labor, the cost thereof, the requirements to obtain necessary insurance aod coordinate
with utilities as set forth herein, and the steps necessary to complete the Services within the time set
forth herein. The Contractor warrants unto the City that it has the competence and abilities to
carefully and faithfully complete the Services within the time set furth. The Contracror will perform
its Services with due and reasonable diligence consistent with sound professional practices
A RTlCLE 2
DESCRIPTION OF SERVICES TO .6E PE.RFORM ED
2.1 Scope of Services. The Servi(;C:l to be performed under this Agreement are as follows:
(a) Contractor agr~~s to furnish the City an outdoor public exhibition of
pyrotechnics (a/k/a fireworks display) in a manner which is t.raditionally seen
throughout the United States of America on the 41h of July. The exhibition
shall be at Cenlral Winds Park on the lake front on the evening of July 4,2001
at. 9:00 P.M. The specific areas for staging shall be at location~ designated by
the City and reasonably approved by Contractor.
(b) Contractor agrees to furnish a duly qualified and experienced pyrotechnist and
all labor necessary for exhibition of pyrotechnics The exhibition shall Ill~t
approximately thirty (30) minutes and shall contain a minimum of J.. 7 I 5
fireworks shells and effects. The exhihition shall be coordinated with a musical
score which shall be played simultaneously with the exhibition of pyrotechnics.
The score will be suitable for a traditiona14th of July fireworks event.
(e) C<.mtractor agrees to pay all freight, expenses and cartage charges.
(d) Contractor agrees to pay all traveling and other expenses of pyrotechnist and
assistants, which may be necessary for exhibition of pyr<.Jtechnics.
Page 2 of 11
.
Sent By: BROWN,WARD,SALZMAN&WEISS,P.A.; 407 425 9596;
Jun.4.02 5:08PM;
(e) Contractor agrees to meet with II City Representative at Central Winds Park
approximately one (l) week before the schedule display, at which time
Contractor will mark the location of the fireworks trench line. On the morning
of July 3,2002 the City will obtain a :i to 4" trenching machine, at it~ sole cost
and expense, and a City employee will dig a trench along the marked line, with
the supervision of an employee of the Contractor. Contractor will then provide
a crew of workers, at its sole cost and expense, to dig the trench line out to the
appropriate width.
(I) Contractor agree$ that. in the event of rain 01' inclement weather, a
postponement may be made by the City, at its discretion, to It date to be
detennilled by City, provided such date will not be more than twenty-one (21)
days fiJllowing July 4, 2002. Any additional reasonable and actual out~of.
pocket expenses that are incurred by the Contractor due to [he postponement
may be added to the original contract price, provided, however. such expenses
!;hilll not exceed twenty (20%) percent of contract price.
(a) Contractor may cancel or delay the start or completiOrt of the fireworks display
ifin its professional opinion, to continue the di$play would violate any laws of
any governing bodit:s or pose any threat to human life, limb, or property, sllch
as high winds, hazards in the firing area, and unauthorized persons entering the
firing area. lfContractor cancels the display, in its professional judgment, the
display shall be shown at a later date as provided in subparagraph (e) above.
(n) City agrees to furnish and set up rope lines and other reasonable crowd control
safeguards for the protection of the public- and property.
(i) City agrees to furnish ample police presence to provide crowd control for tht:
protection of the public and Contractor.
(j) Contractor agrees, at its eJl:pense, to procure any and all p~rmits or licenses
which may be required by governmental authorities.
2,2 Professionalism. The Contractor shall do, perform and carry oulin a professional
manner all Services required to be performed by this Agreement.
2.3 SlIbmittal ot Progress Reports. Upon request by the City, Contractor shall submit a
written progress report as to the status of all Services set forth in this Agreement. The report shall
in a sufficient manner demonstrate what services were performed under this Agreement. If the detail
is not sufficient in tho City Manager's reasonabll: discretion to permit the City to determine the
Page 3 of I]
Page 6/14
.
Sent By: BROWN,WARD,SALZMAN&WEISS,P.A.j 407 425 9596;
Jun-4-02 5:09PMj
Page 7/14
Services pertormed or the manner in which ir i~ heing perfonned; the City may seek more detail from
rhe Contractor.
2.4 Warrllotv of Pr()f~~~io"al St'rvices. The Contractor hereby warrants unto the City that
it has sufficient experience to properly complete the Services specified herein or as may be performed
pursuant to this Agreement. Tn pursuit of any Services, the Contractor shall supervise and direct the
Services. using its best skill and attention and shall enforce strict discipline and good order among its
empk)yees and agents. The Contractor shall comply with all laws, ordinances. rules, regulations. and
lawful orders orany public authority hearing on the performance of the Services. The Contractor shall
pay all taxes, fees, license fees required by law, including but not limited to occupational fees and
withholding taxes and assume aU costs incident to the Servic~lS. ~xcept as provided herein.
ARTICLE 3
COMPENSATION. PAYMENT TERMS
3.' Com.pensation. For the performance and full completion of the Services specit'ied herein,
City agree3 to pay Contractor a total amount of$13,500.00. Full payment shaJl be made by the City
to the Contractor prior to the display upon receipt ofa proper written invoice. There shall be no other
cnmpensation due Contractor tor the Services provided under this Agreement. unless specifically
agreed to by the City in writing.
3.2 IdvC)ices and Pavment Terms. Contractor shall submit to the City detailed invoices for
all Services perlbrrll~d and rdmbursablc expenses incurred under this Agreement.
ARTICLE 4
GENERAL CONDITIONS OF SERVICES
4.1 City Inspection. Subject to a right of appeal to the City Commission of the City of
Winter Springs, the City Manager shalt have authQrity to reject Services as not conforming to this
Agreement. Prior to the commencement ofthe exhibition of the pyrotechnics, the City shall have t.he
right to inspect the fireworks to determine that the display is ready for public exhibition as required
hereunder.
4.2 Services is a Private Undertaking With regard to any and all Services performed
hereunder, it is speci/lcally understood and agreed to by and bet'ween the parties hereto that the
contractual relationship between the City and the Contractor is such that the Contractor is an
independent contractor IUld 110t an agent of the City. The Contractor is an independent contractor and
not an employee of the City. Nothing in this Agreement shall be interpreted to establish any
relationship other than that of an independent contractor, between the City, on one hand, and the
Contractor, during or after the performance of the Services under this Agreement.
Page 4 of t t
.
Sent By: BROWN,WARD,SALZMAN&WEISS,P.A.j 407 425 9596j
Jun.4.02 5:09PMj
4.3 City's Res.(!.onsibilities. The City shall cooperate witn t.he Contractor by:
(a) Designating a person with authority to act on the City's behalf on all matters
concerning the Services being provided hereunder;
(b) Arrange for access to public and private property by the ContrRCtor a~
necessitated hy the Services.
(c) To provide, with the assistance of Contractor, the location of an area at Central
Wind$ Park which can be considered a "Safe firing Site",
(d) To coordinate with the Contractor to pro-.ide for a Fireworks Trench a~
provided in Section 2.1 of this Agreement.
(e) Providing a musical score, produced by event contractor, Cox Radio, Inc., no
later than June 15, 2002.
ARTICLE 5
SUBCONTRACTS: ASSIGNMENT
5. t AssJgnmtnt and Sub(:oJttractiDl~. Unless otherwise specifically required by this
Agreement. the Contractor shall not assign, sublet, or transfer any rights or Services under or interest
in (including, but without limitations, moneys that may become due) this Agreement without the
written consent. of the City, exc.ept to the e.xtent that any assignment, sublet, or transfer is mandated
by law or the effect of this limitation may be restricted by law. Unless specitically stated (0 lht::
cuntrary in any written cOnsent to any assignment, no assignment will release or discharge the assignor
from any duty or responsibility under this Agreement. Furth.er, the Contractor shall not subcontract
any portion or all of the Service:'.! without thc written consent of the City. Nothing under thi~
Agreement shall be construed to give any rights or benefits in this Agreement to anyone other than the
City and the Contractor, and all duties and responsibilities undertaken pursuant to this Agreement will
be for the sole and exclusive benefit of the City and the Contractor and nut for the benefit of any other
party.
5.2 Any costll caused by defective or ill-tinled Services shall be borne by the party responsible
therefor.
ARTICLE 6
MISCELLAl''EOUS pj,tOVISJONS
6.1 Governin~ Lnw; Vemle. This Contract shall be governed by the law of the State of
Florida. Venue of all disputes shall be properly placed in Seminole County, Florida. The parties agree
Page 5 or 1 J
PagB 8/14
..
Sent By: BROWN,WARD,SAlZMAN&WEISS,P.A.j 407 425 9596j
Jun.4.02 5:10PM;
that the Agreement was consummated in Seminole County. and the site of the Services is Seminole
County. If any dispute concerning this CI..)ntract arises under Federal law, the venue will be Orlando,
Florida.
6.2 L'D.ntractor's Representative. The Contractor shall designate an individual to act as a
rcpre~entative for the Contractor under this Agreement with the authority to transmit instructions,
receive information, and make or interpret the Contractor's decisions. This person shall be the
Contractor's contract administrator. The Contractor may from time to time dellignate other
individuals or delete individuals with the authority to act for the Contractor under this Agreement with
the authority to transmit instructions. receive infonnation, and make or interpret the Contractor's
decisions. All deletions or designation of individuals to serve as a n:presentative shall be given by
written notice.
6.3 Notices. All projects hereunder, all notices, demands, requests, instructions, approvals,
and claims shall be in writing. All notices of any type hereunder shall be given by U, S. mail or by hand
ddivcry to an individual authorized to receive mail tor the below listed individuals, all to the following
individuals at the following locations;
TO THE ClTY:
Mr. Runald W. McLemore
City Manger
City of Winter Springs
1126 East State Road 434
Winter Springs, FI, 32708-2799
407-327~5957 (phone)
407-327-6686 (Fax)
TO THE CONTRACTOR:
Randy J, Pritchard
Pyrotecnico of Florida L.L.C. d/b/a Great Show
P.O. Box 1736
Oldsmar, FL 34677
813-8J4-9494 (phone)
813-854-2249 (fax)
Notice shall be deemed to have been given and received on the date the notice is physically received
if given by hand delivery, or ifnotice i~ given by first class U.S. mail, postage prepaid, then notice shall
be deemed to have been given upon the date said notice was deposited ill the U.S. Mail addressed in
the manner set forth above.. Any party hereto by giving notice in the manner set forth herein may
Page 6 of 11
Page 9/14
.
Sent By: BAOWN,WAAD,SALZMAN&WEISS,P.A.j 407 425 9596j
Jun-4.02 5:10PMj
unilaterally change the name of the person to whom not.ice is to be given or the address at which notice
is to be received.
6.4 Public Record. It is hereby specifically agreed that any record. document. computerized
information and program, audio or video tape, photograph. or other writing of the Contractor related,
directly or indirectly, to this Agreement, may be deemed to be a Public Record whether in the
possession or control of the City or the Contractor. Said record, document, computerized information
and program, audio or video t.ape. photograph, or other writing of the Contractor is subject to the
provi~ions of Chapter 119, Florida Statutes, and may not be destroyed without the specific written
approval of the City. Upon request by the City, the Contractor shall promptly supply copies of said
public records to the City. AJI books, cards, registers, receipts, documents, and other papers in
connection with thi~ Agreement shall at any and all reasonable times dUling the normal working hours
oflhe Contractor be open and freely exhibited to the City tor the purpose of examination and/or audit.
6.5 lnteroretation. Both the City IUld the Contractor have participated in the drafting of aU
parts of this Agreement. As a result, it is the intent of the parties that no portion of this Agreement
shall he interpreted more harshly against either of the parties as the drafter,
6.6 Amendment of Agreement. Modifications or changes in this Agreement must be in
writing and executed by the parties bound to this Agreement.
6.7 Severability. If a word, sentence, or paragraph herein shall be declared illegal,
unenfiJrceable, or unconstitutional, the said word, sentence, or paragraph shall be severed from thi~
Contract, and this Contract shall be read as if said illegal, unenforceable, or unt.:o.n:;titutional \vord,
sentence, or paragraph did not exist.
6.8 Addi(iQII~1 A~~...rRnces. The Contractor cenifies that:
(a) No principal (which includes officers, directors, or executive) or individual
hulding a profcssionalliccmsc and pertbrming Services under this Agreement
is presently debarred. suspended, proposed for debarment, declared ineligible
or voluntarily excluded from participation in any Services required by this
Agreement by any Federal, State, or local governmental commission,
department, corporation. subdivision, or agency:
(b) No principal (which includes officers, directors, or executive), individual
holding a professiOflalllcense atld performing Services under this Agreement.
employee, or agent has employed or otherwise provided compensation to, any
employee or officer of the City; and
Page 7 of II
Page 10/14
.
Sent By: BAOWN,WAAD,SALZMAN&WEISS,P.A.; 407425 9596;
Jun-4-02 5:11PM;
(c) No principal (which includes officers. director!;, or executive), individual
holding a professional license Rnd performing Services under this Agreement,
employee or agent has willfully offered an employee or officer of the City any
pecuniary or other benefit with the intent to influence t he employee or officer's
official action or judgment.
6.9 Attomev's Fees, Should any litigation arise concerning this Agreement hetwecn the
patties hereto, the parties agree to bear their own costs and attorney's fees
6.10 Entire Agreement. This Agreement represents the entire and integrated Agreement
bet ween the part.ies and supersedes all prior negotiations. representations, or Agreements, either oral
or written, and all such matters shall be deemed merged into this Agreement.
6.11 S~:l\'ereig.n lnununity. Nothing contained in this Agreement shall be construed as a
waiver of the City's right to sovereign immunity under Section 768.28, Norida StatU/es, or other
limitations imposed regarding the City':; potential liability under state or federal law.
ARTICLE 7
TIME
7.1 Time of the Essence. The Contractor acknowledges and agrees that time is of the
e.s.sence t'()r the completion of the Service~ to be performed under this Agreement.
ARTICLE 8
PROTECTION OF PERSONS AND PROPERTY: INSIJRANC[
8.1 Worker's Comoellsatioll, Upon the effective date of this Agreement, Contractor shall
provide proof of worker'~ compensation insurance in the minimum amount required by law (if
required).
8.2 Profes.sio1U!.1 Liabilitv!Malpractic~ ftud GflJer;J1 Liability. Upon the effective date of
this Agreement, Contractor shall submit proof of general liability insurance to cover claims for general
liability because of bodily injury or death of any person or property damage arising out of this
Agreement or any Services provided hereunder:, The insurance shall have minimum limits of coverage
of$l,OOO,OOO,OO per (lccurrence,
8.3 Insurance Requirements. This parah'TRph shall be applicableto Sect.ions8. I and 8.2 The
insurance required by this Article shall include the liability and coverage provided herein, or as
required by law, whic.hever requirements afford greater coverage. All of the policies of insurance so
required to be purchased and maintained for the certificates (or other evidence thereot) shall contain
II provi:;ion <)1' endor:iement that the coverage afforded will not be canceled, materially changed or
Page 8 of II
Page 11/14
.
Sent By: BRffiVN,WARD,SAlZMAN&WEISS,P.A.j 407 425 9596j
Jun.4.02 5:11PM;
renewal refuged until at least thirty (30) days' prior written notice has been given to the City and the
Contractor by certified mail, retum receipt requested. All such insura.nce shall remain in effect until
fmal payment. Unless agreed to by the City to the contrary, the City shall be named on the foregoing
insurance policies as "additional insured. tt The Contractor shall cause its insurance carrier~ to filmish
insurance certificates specifying the types and amounts of coverage in effeet pursuant hereto, the
~xpiration dates of such policies, and a statement that no insurance under such policies will be canceled
without thirty (30) days' prior written notice to the City in compliance with other provisions of this
Agreement. For all Services performed pursuant to this Agreement, the Contractor shall continuously
mwntain such insurance in the amounts, type, and quality as required by Sections 81 and 8.2. In the
event Contractor fails to maintain said insurance, City, at its option, may elect to terminate this
Agreement without penalty by written notice to Contractor.
8.4 lndemnifkation And Hold Harmless. For all Services performed pursuant to thi~
Agreement, the Contractor agrees to tile fullest extent permitted by law, to indemnify and hold
harmless the City and its employees, officers, and attorneys from and against all claims, losses,
damages, personal injuries (includir\g but not limited to death), or liability (including reasonable
attorney's fees), directly or indirectly arising from the negligent acts.. errors, omissions, intentional or
otherwise, arising out of or resulting from Contractor's performance of any Services provided pursuant
to this Agreement.
The indemnification provided above shaH obligate the Contractor to defend at its own expense
or to provide for such defense.. at the option of the City, as the case may be, of any and all c,laims of
liability and all suits ~r.f l!ction1; of every name and description that may be brought again5t the City
or its employees, ofticers, and attorneys which may result from the Services under this Agreement
whether the Services be performed by the Contractor or anyone directly or indirectly employed by
them. in all events the City :;hall be permitted to choose legal counsel of its sole choice, the fees for
which shall be reasonable and subject to and included with this indemnification provided herein, This
paragraph 8.4 shall survive termination of this Agreement.
8.5 Standard of Care. In performing its Services hereunder, the Contractor will use that
degree of care and skill ordinarily exercised, under similar circumstances by reputable members of its
profession practicing in the same or similar locality.
ARTICLE 9
TERMINA TlON OF THE CONTRACT
9.l Te..mination By Cih. The City may terminate this Agreement for convenience, at any
time, without penalty, by providing written notice of termination to Contractor. However, to the
extent Services have been performed by Contractor, the City shall pay the Contractor, as rull payment
for all Services performed and all expen~!l incurred, the sums that are actually due and owing to the
Contractor for payment of all Services completed to the City's satisfaction through the termination
date, along with reimbursable expenses (if any) as provided in this Agreement, provided the amount
Page 9 of 1 1
Page 12/14
.
Sent By: BR~NN,WARD,SALZMAN&WEISS,P.A.; 407 425 9596;
Jun-4-02 5:12PM;
will not exceed the contract price as provided in paragraph}.l above. Any payment due shall be
subject to lht'l Contraclor supplying the City with detailed invoices as described in this Agreement
Upon notice of termination, the Contractor shall cease all Services being provided hereunder unless
otherwise directed by City in writ.ing.
9.2 Termination by Contractor. With at least five (5) days written notice to the City,
Contractor may terminate this Agreement if the City fails to make any payment of compensation due
Contractor under this Agreement
9.3 Waiver. Failure of the City to insist upon performance within any time period or upon
a proper level or quality of performance shall not act as a waiver of the City's right to later claim a
failure to perform on the part of the Contractor.
ARTICLE 10
TERM OF AGREEMENT
10.1 Tenn. The term of this Agreement shall commence upon nlll execution of this
Agreement by the parties and end at such time Contractor has fully performed all the Services required
by this Agreement to the complete satisfaction of the City.
[Signatures and Witnesses next page.]
Page 10 of I I
~.~
Page 13/14
.
Sent By: BROWN,WARD,SALZMAN&WEISS,P.A.; 407 425 9596;
~. .,
Jun-4-02 5:13PM;
IN WITNESS WHEREOF, the parties hereto caused this Agreement to be executed by
their duly authorized representatives as of the date first written above.
Witnesses
CITY:
CITY OF WINTER Sr~GS; FWRlDA
Pl"lht Name:
By:
Print Name:
Title: City Manager
( - J { - o'J.
Dated :
I' "
d : ',::' ';
/ ,I ",. ,
// ~ (4'~, 11:1/ / /~
Ronald W. 'IMcL~tnoie" \
. I
CONTRACTOR:
"
PYROTECNICO
d/b/a GREAT SHOW
AlJ
Print Name;
C'CtlE'1t. lbtu:y
Print me:~' y1\. Unl/t,
BY~~.
-- . ndy J. Pritchard ~
Title:
Dated :
..,II.....,.ct\l.trbl(;,ly nrwi>>t.. Sprin~~......onlll4lh July fI'i......tla .\gr ~.ol...""
Page Jl of ]2
Mil-tV A6t-R.
6/$/ o~
,
Page 14/14
.