Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Item 06 Approval to Piggyback the Clay County Contract for the Bob Sorenson Park Ballfield Lights
City of Ocoee ▪ 1 N. Bluford Avenue ▪ Ocoee, Florida 34761 Phone: (407) 905-3100 ▪ www.ocoee.org STAFF REPORT Meeting Date: October 21, 2025 Item #: 6 Contact Name: Mark Johnson Department Director: Mark Johnson Contact Number: Ext. 5002 City Manager: Craig Shadrix Subject: Approval to Piggyback the Clay County Contract for the Bob Sorenson Park Ballfield Lights. (Parks and Leisure Services Director Johnson) Background Summary: As part of our ongoing efforts to keep our city facilities up to date and equipment replaced with durability and maintenance in mind, the Parks and Leisure Services Department has selected Musco Lighting as the preferred equipment and installation vendor to update our Bob Sorenson Senior League Field lights to LED luminaires. As part of Capital Improvements for the Bob Sorenson ball fields, the Parks and Leisure Services Department has budgeted $200,000.00 in Fiscal Year 25/26 for ball field light improvements. Staff is requesting approval to waive the bid process and piggyback off of Clay County bid # 23/24-284, expiring July 23, 2027, for the installation of new LED luminaires by Musco Lighting for these services. Musco Lighting has submitted a proposal to supply and install the LED luminaires in accordance to the plans, with unit pricing in the amount of $199,729.00, based upon the aforementioned contract. Issue: Should the Honorable Mayor and Commissioners approve piggybacking off the Clay County bid # 23/24-284 and award the supply and installation of the LED luminaires with Musco Lighting in the amount of $199,729.00? Recommendations: Staff recommends the Honorable Mayor and City Commissioners proceed with piggybacking on the Clay County bid # 23/24-284 and award supplying and installation of the LED luminaires to Musco Lighting in the amount of $199,729.00 and authorize the Mayor, City Clerk, and Staff to execute the required contract documents once the required bonds and insurance are received. Staff also recommends that the City Manager be authorized to approve change orders to this contract up to the limit of his purchasing authority for each change order, and up to the budgeted amount for this project for all change orders. Attachments: 1. Clay CountyContract 2023_2024-284 2. Sorenson Park - 115656A 3. Sorenson Retrofit Quote 2025 City of Ocoee ▪ 1 N. Bluford Avenue ▪ Ocoee, Florida 34761 Phone: (407) 905-3100 ▪ www.ocoee.org Financial Impacts: Funds have been appropriated in the Parks and Recreation Department Capital Budget, under Job# P000459 GL 317-572-10-6302, for ball field lighting improvements at Bob Sorenson Park. Type of Item: Consent Table of Contents Contract of Award Agreement No. 2023/2024-284 2 Attachment A – Bid Scope of Work 21 Attachment B – Proposal 32 Clay County Contract Clay County Agreement/Contract No. 2023/2024 – ______ AGREEMENT TO PROVIDE VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND RECREATION This Agreement to Provide Various Equipment and Amenities for Parks and Recreation (“Agreement”) is entered into and shall be deemed effective as of July 24, 2024, and is between Rep Services, Inc., a Florida Profit Corporation (“Contractor”), and Clay County, a political subdivision of the State of Florida (the “County”). RECITALS WHEREAS, the County issued an Invitation for Bid, Bid No.: 23/24-074 (“Bid”), to establish a firm, fixed percentage discount from manufacturer’s and/or bidder’s current catalog/supply/product information price list for the purchase and installation of various equipment and amenities for parks and playgrounds to include a means for qualifying suppliers and establishing pricing for ballpark lighting services and court surfacing ; and WHEREAS, the Contractor responded to the Bid with a proposal that included Contractor’s products and discount pricing and pricing details for such products and services (“Proposal”); and WHEREAS, the County evaluated the proposals submitted, and on July 23, 2024, the Clay County Board of County Commissioners of Clay County, Florida (the “Board”) accepted staff’s evaluation and awarded the Bid to the 23 companies that responded to the Bid; and WHEREAS, the awarded Bids will be utilized on an as needed and as requested basis; and WHEREAS, to the extent permitted by applicable law, the Contractor agrees to offer and extend this Agreement and pricing to any states, municipalities, local governments, school districts, higher educational institutions, public utilities, hospitals, and any other governmental agencies or non-profit organizations; and WHEREAS, the parties hereby acknowledge and expressly agree that the terms and conditions of the Bid, including any addendums and attachments thereto, as well as the Proposal apply to this Agreement and are incorporated herein by reference; and WHEREAS, the parties desire to enter into this Agreement in accordance with the terms and conditions set forth herein. NOW THEREFORE, in consideration of the foregoing recitals, the mutual covenants and promises set forth herein, and for other good and valuable consideration, the receipt of which is hereby acknowledged and all objections to the sufficiency and adequacy of which are hereby waived, the parties agree as follows: 284 2 1. EQUPIMENT, PRODUCTS, OR SERVICES (a) The above recitals are true and correct and are incorporated herein by reference. (b) For purposes of this Agreement, the County Representative shall be Howard Wanamaker, County Manager, and the Project Manager shall be Donna Fish, Buyer 1 with Clay County Purchasing, or designee. (c) The Contractor agrees to provide the Products and Services in accordance with the Bid Scope of Work attached hereto as Attachment A, its Proposal attached hereto as Attachment B, and the terms and conditions of this Agreement when ordered and/or requested from time to time by the County. As used herein, “Products” shall mean all equipment, amenities, materials, and/or products that the Contractor agrees to provide as stated in its Proposal. As used herein, “Services” shall mean any services that the Contractor agrees to provide as stated in its Proposal or as requested under this Agreement, including, but not limited to, installation of Products for parks and playgrounds , ballpark/field lighting services, court surfacing, and other related services. (d) Products and/or Services will be ordered and/or requested by personnel designated by the County on an as needed basis for the quantity requested during the term of the Agreement. Such orders/requests will be made in accordance with the method of ordering section of Attachment A. The County at its sole discretion will generate purchase orders as a result of approved quotations submitted in response to a request. Depending on the Services ordered, the Contractor may be required to enter into a separate agreement or task order with the County addressing such Services. (e) No later than 30 days prior to the anniversary date of this Agreement throughout the Agreement term, the Contractor may submit an updated Proposal to the Project Manager reflecting any changes to manufacturers and/or Products. Upon receipt, the Project Manager shall review and approve or reject the updated Proposal in writing. If the Project Manager approves the updated Proposal, it shall automatically be deemed to be incorporated into this Agreement and shall replace and/or modify Attachment B, in whole or in part, as applicable, as of the date of approval, without the need for a formal amendment or further action by either party. If the Project Manager does not approve the updated Proposal, the original Proposal shall continue without modification. (f) In providing the Products and Services, the Contractor shall: 1. Be familiar with the ordered/requested Products and/or Services, deadlines, requirements, and the conditions under which the Products and/or Services are to be provided; 2. Conduct business in a manner that reflects favorably at all times on the services and the goodwill and reputation of the County; 3. Avoid deceptive, misleading or unethical practices that are or might be detrimental to the County; and 3 4. Not use any false, deceptive or misleading trade practices in the performance of the Services. (g) In entering into this Agreement, the Contractor represents that it now has or will secure all equipment and personnel required to provide all Products and Services as may be requested under this Agreement. The Contractor shall assign such personnel as are necessary to assure faithful prosecution and timely delivery of the Products and/or Services pursuant to the requirements of this Agreement. The Contractor shall ensure that the personnel assigned to provide the Products and/or Services comply with the terms of this Agreement, have current licenses and permits required to provide the Products and/or Services, and are fully qualified and capable to perform their assigned tasks. (h) The Contractor represents and warrants to the County that Contractor is experienced with providing the Products and Services described in this Agreement and is qualified and competent to provide such Products and perform such Services. The Contractor shall provide any and all Products and perform any and all Services requested in a timely, efficient, workmanlike, and cost-effective manner that comports with professional industry standards, applicable federal, state and local laws and regulations, and in accordance with the applicable professional standards. (i) The Contractor shall provide the Products and Services using the degree of care and skill ordinarily exercised by similarly practicing professionals performing similar services under similar conditions in the same or similar geographic area and in compliance with all applicable laws (“Standard of Care”). (j) In performance of this Agreement, the Contractor is bound by and shall comply with all terms and conditions of this Agreement and all federal, state, and local laws and regulations applicable to the Products and/or Services. Any reference in this Agreement to a particular law, rule, or regulation in no way implies that no other law, rule, or regulation applies. Any violation of these laws, rules, and regulations shall constitute a material breach of this Agreement and shall entitle the County to terminate this Agreement upon delivery of written notice of termination to the Contractor as outlined herein. (k) The County may elect, in certain circumstances, to purchase only Products and have such Products installed by others (e.g., volunteers, County staff, etc.). If such election is made, the Products will be shipped to a designated location and off-loaded by the Contractor. (l) Non-Exclusive. The parties acknowledge and agree that this Agreement is non-exclusive. Nothing in this Agreement shall be construed to prevent either party from entering into similar agreements with other third parties, or from engaging in any other business activities for such products and/or services, including, but limited to the use of other available bids or contracts. (m) The County gives the Contractor no guarantee of any Products or Services or any specific amount or quantity of Products or Services that may be accomplished or performed by the Contractor during the term of this Agreement. Additionally, the County makes no guarantee of usage by other users or Contracting Entities of this Agreement. 4 (n) The County may conduct performance evaluations at any time during the term of this Agreement to ensure the Contractor’s compliance with the Agreement. One or more evaluations may be conducted solely at the discretion of the County. 2. ADDITIONAL PRODUCTS OR SERVICES (a) If the County identifies or the Contractor recommends any additional products or services to be provided by the Contractor that are not covered under the Agreement but are beneficial to the County, such additional products and/or services, including scope, timing, and fees, as applicable, must be mutually agreeable between the County and the Contractor and authorized in writing by the County. 3. TERM (a) The term shall begin on July 24, 2024 (“Effective Date”) and shall remain in effect for a period of three years continuing through July 23, 2027, unless sooner terminated as provided herein. The Agreement may be renewed for two additional one year periods upon subsequent written agreement of the parties. (b) The parties hereto mutually understand and agree that time is of the essence in the performance of this Agreement. The Contractor agrees to timely provide the requested Products and/or Services in accordance with the Agreement and the deadlines that may be established for such Products and/or Services. (c) Notwithstanding the termination or expiration of this Agreement, this Agreement will survive as to any and all pending purchase orders, contracts, etc., until all of the rights and obligations of both parties thereunder have been fulfilled or the purchase orders, contracts, etc. have been terminated. 4. WARRANTIES AND REPRESENTATIONS (a) The Products and Services shall comply with all rules, regulations, and requirements set forth in this Agreement and the Attachments to this Agreement. (b) Warranties related to the Products and/or Services provided under this Agreement shall be established and confirmed at the time of each individual order. For each order, the Contractor shall provide a warranty statement specifying the duration, scope, and terms of the warranty applicable to the specific Products and/or Services being purchased. Depending on the Services ordered, the warranty may be set forth in a separate agreement or task order with the County addressing such Services. (c) Neither the Services, nor any Products provided by the Contractor under this Agreement will infringe or misappropriate any patent, copyright, trademark or trade secret rights of any third party. (d) The Contractor certifies that all Products meet all federal and state requirements. Upon 5 completion of installation of play equipment and/or playground surfacing, the Contractor shall furnish to the County’s Purchasing Department a certificate stating the Products/equipment/surfacing and its installation meet all federal and state requirements as outlined in the publications set forth in Attachment A under the Compliance with Laws and Codes section. The Contractor further certifies that if the Product(s) delivered and/or installed are subsequently found to be deficient in any of the aforementioned requirements in effect on date of delivery, all costs necessary to bring the Product(s) and installation into compliance shall be borne by the Contractor. (e) The Contractor warrants that all Products and Services furnished are free from liens and encumbrances, and are free from defects in design, materials, and workmanship. In addition, the Contractor warrants the Products and Services are suitable for and will perform in accordance with the ordinary use for which they are intended. (f) All material, equipment, manufacturer, or other special warranties required by the Agreement or applicable to the Products and/or Services shall be transferable to, or issued in the name of the County, and provide the warranty period. The period of manufacturer’s warranty shall begin to run at the time the Products are received and accepted by a representative of the County. 5. PIGGYBACKING, SALES REPORTS, AND ADMNISTRATIVE FEE (a) To the extent permitted by law, the Contractor agrees to offer and extend this Agreement and pricing to any states, municipalities, local governments, school districts, higher educational institutions, public utilities, hospitals, and any other governmental agencies or non-profit organizations (collectively “Contracting Entities”). (b) The County as the lead agency for the Bid shall not be liable or responsible for any costs, damages, liability, or other obligations incurred by any Contracting Entities. The Contractor including its subsidiaries shall deal directly with each Contracting Entity concerning the placement of orders, issuance of purchase orders, issuance of contracts, contractual disputes, invoicing, payment, and all other matters relating or referring to such Contracting Entities access or use of the Agreement and/or pricing. Accordingly, any Contracting Entity wishing to use this Agreement will be responsible for placing its own orders, issuing its own purchase order/documents/price agreements/contracts, providing for its own acceptance, making any subsequent payments, addressing any contractual disputes, and handling all other matters relating or referring to its access or use of the Agreement and/or pricing. The Contracting Entities are responsible for obtaining all certificates of insurance and bonds as may be required. (c) Volume Sales Report. Throughout the term of this Agreement, the Contractor shall submit a quarterly volume sales report (“Sales Report”) to the County’s Purchasing Department by email at purchasing@claycountygov.com or U.S. mail to the Clay County Board of Commissioners, Attn: Purchasing Department, PO Box 1366, Green Cove Springs, Florida 32043. Quarterly Sales Report dates are as follows: December 31, March 31, June 30, and September 30. Sales Reports must be delivered to the County’s Purchasing Department no later than the 15th day of the following month. Initiation and submission of the Sales Reports are the 6 responsibility of the Contractor without prompting or notification by the County. The Sales Report must be provided regardless of whether or not any sales have been conducted during such quarter (i.e., if there are no sales, Contractor must submit a Sales Report indicating that no sales were made during that particular quarter). The Sales Report must include the following: • Contracting Entity’s name and contact information; • Detail of any Products sold/purchased including description, quantity, and price; • Detail of any Services sold/purchased and/or performed; and • All transactions pertaining to sales for Products and/or Services and pricing for that quarter to include the date the purchase was invoiced/sale was recognized as revenue by Contractor. (d) Administrative Fee. The Contractor agrees to pay to the County an administrative fee equal to 1.5% of the eligible revenues generated from the sale of Products or Services to Contracting Entities utilizing this Agreement and/or pricing under this Agreement. For purposes of this Agreement, “eligible revenues” shall mean the gross amount actually received by the Contractor from the sale of Products purchased and/or installed utilizing this Agreement, excluding any amounts attributable to shipping, freight, handling charges, taxes, mandatory fees, or any other expenses not directly related to the core sale or installation transaction. (e) The County will review the Sales Report and will prepare an invoice to the Contractor for payment of the administrative fee based on the Sales Report submitted for that quarter. Such invoices will be submitted to the Contractor at its email address provided to the County’s Purchasing Department. Upon receipt of an invoice submitted under this paragraph, the Contractor shall submit payment pursuant to the instructions on the invoice within 30 calendar days of the invoice date. (f) Failure of the Contractor to provide the quarterly Sales Reports and payment of administrative fees in accordance with an invoice, shall be considered a breach of the Agreement. A late penalty of 15 percent on the value of the administrative fee may be assessed to the Contractor for each month the payment of such fee is not received. (g) The Contractor agrees to cooperate with the County in auditing transactions under this Agreement to ensure that the administrative fee is paid on all Products and/or Services purchased under this Agreement. 6. PRICING AND PAYMENT (a) All Products and Services under this Agreement will be priced and/or discounted as stated in Contractor’s Proposal. It is understood that Contractor’s current catalog/supply/product information price list are subject to change throughout the term of this Agreement. However, percent discount shall remain fixed for the entire term of this Agreement including any renewals or extensions thereto. (b) Freight must be pre-paid and added to the Invoice and the quote. The County will pay actual freight charges. 7 (c) Sales Promotion/Price Reduction. The parties acknowledge that sales promotions may occur during the term of the Agreement which will lower prices of Products and Services for the period of such sales promotion. The Contractor acknowledges and agrees that the County shall receive the full benefit of such reductions if lower than the discount established by this Agreement. The County must be notified of these sales promotions in writing, specifying the beginning and ending dates of the sales promotions. (d) The County shall pay the Contractor for the Products and Services provided under this Agreement in compliance with the specifications at the prices in accordance with Attachment B upon presentation of an Invoice submitted to the Paying Agent in accordance with paragraph 7. 7. PAYMENT PROCEDURES (a) As used herein, the term “Act” means the Local Government Prompt Payment Act set forth in Part VII of Chapter 218, Florida Statutes; the term “Invoice” means a statement, invoice, bill, draw request or payment request submitted by the Contractor under this Agreement; and the term “Submittal Date” means, with respect to an Invoice, the submittal date thereof to the Paying Agent. Invoices shall be submitted to Clay County Comptroller’s office (“Paying Agent”) by Email at invoices@clayclerk.com or U.S. Mail at Clay County BOCC, PO Box 988, Green Cove Springs, FL 32043 ATTN: Accounts Payable. All payments will be governed by the Act. (b) Invoices shall be signed by the Contractor and must include the following information and items: 1. The Contractor’s name, address and phone number, including payment remittance address. 2. The Invoice number and date. 3. Reference to the Agreement by its title and number as designated by the County and Purchase Order number. 4. Identify the Products and/or Services covered by the Invoice. 5. The total amount of payment requested, the total amount previously requested, and the total amount paid to date for such Products and/or Services covered by the Invoice. 6. Supporting documentation necessary to satisfy auditing requirements (both preaudits and post-audits), for cost and Services completion. 7. The Contractor must provide any additional documents, certificates, or information as needed to support or document the Invoice as may be requested by the County. (c) Upon receipt of an Invoice submitted under this paragraph, the Paying Agent and/or Project Manager shall date stamp the Invoice as received. Thereafter, the Paying Agent and/or 8 Project Manager shall review the Invoice and may also review the Products and/or Services as delivered, installed, or performed to determine whether the quantity and quality of the Products and/or Services is as represented in the Invoice and is as required by this Agreement. If the Paying Agent and/or Project Manager determines that the Invoice does not conform with the applicable requirements of this Agreement or that the Products and/or Services within the scope of the Invoice have not been properly delivered, installed, or performed in full accordance with this Agreement, the Paying Agent and/or Project Manager shall notify the Contractor in writing within 10 business days after the improper Invoice is received that the Invoice is improper and indicate what corrective action on the part of the Contractor is needed to make the Invoice proper. (d) By the submittal of an Invoice hereunder, the Contractor shall have been deemed to have warranted to the County that all Products and/or Services for which payments have been previously received from the County shall be free and clear of liens, claims, security interests or other encumbrances in favor of the Contractor or any other person or entity for failure to make payment. (e) The parties will attempt to settle any payment dispute arising under this paragraph through consultation and a spirit of mutual cooperation. The dispute will be escalated to appropriate higher-level managers of the parties, if necessary. If the dispute concerning payment of an Invoice remains unresolved within 30 days following the Submittal Date, then the Project Manager shall schedule a meeting between the Contractor’s representative and the Project Manager with the County Manager, to be held no later than 43 calendar days following the Submittal Date, and shall provide written notice to the Contractor regarding the date, time and place of the meeting no less than 5 calendar days prior thereto. At the meeting, the Contractor’s representative and the Project Manager shall submit to the County Manager their respective positions regarding the dispute, including any testimony and documents in support thereof. The County Manager shall issue a written decision resolving the dispute within 45 calendar days following the Submittal Date, and serve copies thereof on the Contractor’s representative and the Project Manager. (f) The County’s review, approval, acceptance of, or payment for the Products and/or Services provided under this Agreement may not be construed or deemed to operate as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement, and the Contractor will be and remain liable to the County in accordance with applicable law for damages suffered by the County caused by the Contractor’s negligent performance of any of the Products and/or Services furnished under this Agreement 8. INDEMNIFICATION (a) To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the County including its officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney’s fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of the Contractor and persons employed or utilized by the Contractor in the performance of this Agreement. 9 (b) The County does not agree to and shall not indemnify the Contractor or any other person or entity, for any purpose whatsoever. To the extent any indemnification by the County may be construed under this Agreement, any such indemnification shall be subject to and within the limitations set forth in Section 768.28, Florida Statutes, and to any other limitations, restrictions and prohibitions that may be provided by law, and shall not be deemed to operate as a waiver of, or modification to, the County’s sovereign immunity protections. (c) This paragraph shall survive the expiration or termination of this Agreement. 9. INSURANCE (a) The Contractor shall maintain throughout the term of this Agreement and completion of any Services and during any renewal or extension term(s) of this Agreement or as required herein insurance of the following types and with such terms and limits: 1. Commercial General Liability Coverage must be afforded under a Commercial General Liability policy with limits not less than: • $1,000,000 each occurrence and $2,000,000 aggregate for Bodily Injury, Property Damage, and Personal and Advertising Injury • $1,000,000 each occurrence and $2,000,000 aggregate for Products and Completed Operations • $50,000 each occurrence for Damage to Rented Premises • $5,000 Medical Expenses (any one person) Commercial and General Liability policy must include coverage for contractual liability and independent contractors. 2. Business Automobile Liability Coverage must be afforded for all Owned, Hired, Scheduled, and Non-Owned vehicles for Bodily Injury and Property Damage in an amount not less than $1,000,000 combined single limit each accident. If the Contractor does not own vehicles, the Contractor shall maintain coverage for Hired and Non-Owned Auto Liability, which may be satisfied by way of endorsement to the Commercial General Liability policy or separate Business Auto Liability policy. 3. Workers’ Compensation and Employer’s Liability Any person or entity performing work for or on behalf of the County must provide Workers’ Compensation and Employer’s Liability insurance in limits not less than: • Workers Compensation Statutory limits • Employers Liability $100,000 Each Accident $500,000 Disease Policy $100,000 Disease-Each Employee Exceptions and exemptions may be allowed by the County Manager, if they are in accordance with Florida Statutes. 10 The Contractor waives, and the Contractor shall ensure that its insurance carrier waives, all subrogation rights against the County, its employees, agents, boards, and commissions, for all losses or damages. The County requires the policy to be endorsed with WC 00 03 13 Waiver of our Right to Recover from Others or equivalent. The Contractor must be in compliance with all applicable State and federal workers’ compensation laws, including the U.S. Longshore Harbor Workers’ Act and the Jones Act, if applicable. For any Contractor who has exempt status as an individual, the County requires proof of Workers’ Compensation insurance coverage for that Contractor’s employees, leased employees, volunteers, and any workers performing work. 4. Umbrella/Excess Insurance If the Contractor’s primary insurance policy/policies do not meet the minimum requirements, the Contractor may provide an Umbrella/Excess insurance policy to comply with the insurance requirements. (b) Providing and maintaining adequate insurance coverage is a material obligation of the Contractor. Prior to any work or services being performed under this Agreement, the Contractor must deliver valid certificates of insurance for the required insurance coverage to the County’s Purchasing Department. (c) The certificates of insurance for the required coverages, with the exception of Workers’ Compensation and Employer’s Liability shall name “Clay County, a political subdivision of the State of Florida, and The Board of County Commissioners, Clay County, Florida, its employees, agents, boards and commissions, as their interests may appear” as “Additional Insureds.” The coverage shall contain no special limitation on the scope of protection afforded to the County, its employees, agents, officials, boards, and commissions. The certificates of insurance shall indicate if coverage is provided under a claims-made or occurrence form. If any coverage is provided on a claims-made form, the certificates of insurance will show a retroactive date, which should be the same date of the initial Agreement or prior. The Agreement number, and/or other identifying reference must be listed on the certificates of insurance. (d) The Certificate Holder on the certificates of insurance should read as follows: “Clay County Board of County Commissioners, P.O. Box 1366, Green Cove Springs, FL 32043” or as otherwise designated by the County’s Purchasing Department. (e) The certificates of insurance shall be provided to the County with a thirty (30) day notice of cancellation; ten (10) days’ notice if cancellation is for nonpayment of premium. In the event that the insurer is unable to accommodate the cancellation notice requirement, it shall be the responsibility of the Contractor to provide the proper notice. Such notification will be in writing by registered mail, return receipt requested, and addressed to the Certificate Holder. In the event the Agreement term goes beyond the expiration date of any insurance policy, the Contractor shall provide the County’s Purchasing Department with an updated certificate of insurance no later 11 than ten (10) days prior to the expiration of the insurance currently in effect. The County reserves the right to suspend the Agreement until this requirement is met. If any required insurance coverage is canceled, terminated, or revoked, the Contractor agrees to immediately suspend its operations until replacement insurance is obtained and verified. (f) These insurance requirements may be modified and/or waived, in whole or in part, upon written approval by the County Manager or designee, without the need for a formal amendment to the Agreement. 10. BONDS (a) A Performance Bond and Payment Bond may be required for specific projects and/or Services provided under this Agreement as security for the faithful performance and payment of the Contractor’s obligations. Whether such Bonds will be required, will be based upon the size and price of each particular project and/or purchase under this Agreement. If such Bonds are required, the Contractor understands, acknowledges, and agrees that the Contractor shall cause the Bonds to be recorded in the public records of the County with the Clay County Clerk of Court and Comptroller at the Contractor’s sole expense, and shall deliver a certified copy of the recorded Bonds to the County’s Purchasing Department prior to receiving a purchase order for the project. 11. DEFAULT AND TERMINATION (a) Default. If the Contractor breaches any covenant made by it hereunder; fails to satisfactorily perform any condition, provision, or obligation of this Agreement; fails to make progress so as to endanger performance under the terms and conditions of the Agreement; fails to perform on time or timely deliver any requested Products; provides false or inaccurate information; fails to address and/or correct any deficiencies identified by the County during a performance evaluation; fails to timely submit reports as required herein; fails to pay the administrative fee; fails to comply with applicable rules, laws and regulations; or whenever the Contractor ceases operation, dissolves its corporation, or otherwise no longer provides the Products and/or Services under the terms of this Agreement, the County may consider the Contractor to be in default and may assert a default claim by giving the Contractor a written notice of default. Except for a default by the Contractor for failing to comply with applicable laws, rules, and regulations or for no longer providing the services contemplated under this Agreement which must be cured immediately or is otherwise subject to automatic termination for cause, the Contractor shall have 10 calendar days after receipt of the notice of default to either cure the default or, if the default is not curable within 10 calendar days, provide a written cure plan to the County describing how and when the default will be cured, which the County in its sole discretion may approve or disapprove. The Contractor will begin implementing the cure plan immediately after receipt of notice by the County that it approves the plan. If the Contractor fails to cure or the County does not approve the cure plan, then the County may terminate this Agreement for cause. (b) Termination for Cause. Upon the failure or inability of the Contractor to cure the default as provided above, unless otherwise agreed in writing, the County may, at its option, without 12 releasing or waiving its rights and remedies against the Contractor and without prejudice to any other right or remedy it may be entitled to hereunder or by law, terminate this Agreement, in whole or in part, for cause immediately upon written notice of termination by the County Representative to the Contractor. In the event the County terminates the Agreement, in whole or in part, because of default by Contractor, the County may procure goods, services, materials, and/or work similar to those terminated, and the Contractor shall be liable for any damages, costs, and any other expenses incurred due to this action. If it is determined that the Contractor was not in default or that the default was excusable (e.g. failure due to causes beyond the control of, or without the fault or negligence of the Contractor), the rights and obligations of the parties shall be those as provided in the provision for Termination for Convenience. (c) Termination for Convenience. The County may whenever the interests of the County so require, terminate the Agreement, in whole or in part, for the convenience of the County. The County Representative shall give 30 calendar days prior written notice of termination to the Contractor, specifying when the termination is to become effective. In the event of any such termination, the Contractor shall be paid by the County for all Products and/or Services satisfactorily provided up to receipt of the notice of termination, and thereafter until the date of termination, the Contractor shall be paid only for such Services as are specifically authorized in writing by the County. The Contractor may terminate this Agreement for the convenience of the Contractor by giving the County 180 calendar days advance written notice. (d) Unless directed differently in the notice of termination, the Contractor shall incur no further obligations in connection with the terminated Products and/or Services and shall stop any work to the extent specified and on the date given in the notice of termination. Additionally, unless directed differently, the Contractor shall terminate outstanding orders and/or subcontractor agreements related to the terminated Products and/or Services and shall transfer all Services in progress, completed Services, and other materials related to the terminated Services to the County. The Contractor agrees to refund to the County all pre-paid sums for Products and/or Services that have been cancelled and will not be delivered. (d) Termination of this Agreement or a portion hereof under the provisions incorporated herein shall not relieve the Contractor of its responsibilities for the completed portion or concerning any just claims arising out of the Products provided and/or Services performed. 12. TAXES (a) In that the County is a governmental agency exempt from sales and use taxes, the County shall pay no such taxes, any other provisions of this Agreement to the contrary notwithstanding. The County shall provide proof of its exempt status upon reasonable request. 13. APPROPRIATED FUNDS (a) The Contractor acknowledges that in the budget for each fiscal year of the County during which the term of the Agreement is in effect a limited amount of funds are appropriated which are available to make payments arising under the Agreement. Any other provisions of the Agreement to the contrary notwithstanding, and pursuant to the provisions of Section 129.07, 13 Florida Statutes, the maximum payment that the County is obligated to make under the Agreement from the budget of any fiscal year shall not exceed the appropriation for said fiscal year. 14. PUBLIC RECORDS (a) The Contractor acknowledges the County’s obligation under Art. 1, Section 24, Florida Constitution, and Chapter 119, Florida Statutes, as from time to time amended (together, the Public Records Laws), to release public records to members of the public upon request. The Contractor acknowledges that the County is required to comply with the Public Records Laws in the handling of the materials created under the Agreement and that the Public Records Laws control over any contrary terms in the Agreement. In accordance with the requirements of Section 119.0701, Florida Statutes, the Contractor covenants to comply with the Public Records Laws, and in particular to: 1. Keep and maintain public records required by the County to provide the Products and Services requested under the Agreement; 2. Upon request from the County’s custodian of public records, provide the County with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law; 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the Agreement term and following completion of the Agreement if the Contractor does not transfer the records to the County; and 4. Upon completion of the Agreement, transfer, at no cost, to the County all public records in possession of the Contractor or keep and maintain public records required by the County to perform the Services. If the Contractor transfers all public records to the County upon completion of the Agreement, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the Agreement, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the County, upon request from the County’s custodian of public records, in a format that is compatible with the information technology systems of the County. (b) The Contractor’s failure to comply with the requirements of this paragraph shall be deemed a material breach of this Agreement, for which the County may terminate the Agreement immediately upon written notice to the Contractor. (c) The Contractor acknowledges the provisions of Section 119.0701(3)(a), Florida Statutes, which, as applicable to the County and the Contractor, require as follows: 1. A request to inspect or copy public records relating to the Agreement must be made directly to the County. If the County does not possess the requested records, the County shall immediately notify the Contractor of the request, and the 14 Contractor must provide the records to the County or allow the records to be inspected or copied within a reasonable time. 2. If the Contractor does not comply with the County’s request for records, the County shall enforce the Agreement provisions in accordance with the Agreement. 3. If the Contractor fails to provide the public records to the County within a reasonable time, the Contractor may be subject to penalties under Section 119.10, Florida Statutes. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THE AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (904) 529-3604, publicrecords@claycountygov.com, POST OFFICE BOX 1366, GREEN COVE SPRINGS, FLORIDA 32043. 15. AUDIT (a) The Contractor shall retain all records relating to this Agreement for a period of at least five (5) years after the Agreement ends or terminates, whichever occurs first. All records shall be kept in such a way as will permit their inspection pursuant to Chapter 119, Florida Statutes. The County reserves the right to examine and/or audit such records. This provision shall survive the termination or expiration of this Agreement. 16. SCRUTINIZED COMPANIES CERTIFICATION (a) In compliance with Section 287.135(5), Florida Statutes, the undersigned hereby certifies that the Contractor is not participating in a boycott of Israel as defined in Section 287.135(1), Florida Statutes; is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List as referred to in Section 287.135(2), Florida Statutes; and does not have business operations in Cuba or Syria as defined in Section 287.135(1), Florida Statutes. In accordance with Section 287.135(3), Florida Statutes, the County shall have the option of terminating this Agreement if the Contractor is found to have submitted a false certification as provided under Section 287.135(5), Florida Statutes, or been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or been engaged in business operations in Cuba or Syria, or to have been placed on the Scrutinized Companies that Boycott Israel List or is engaged in a boycott of Israel as defined in Section 287.135(1), Florida Statutes. 17. E-VERIFY REQUIREMENT (a) Pursuant to Section 448.095, Florida Statutes, the Contractor shall register with and utilize the U.S. Department of Homeland Security’s E-Verify system to verify the work authorization status of all new employees hired by the Contractor during the term of the 15 Agreement, and shall expressly require any subcontractors performing work or providing services pursuant to the Agreement to likewise register with and utilize the U.S. Department of Homeland Security’s E -Verify system to verify the work authorization status of all new employees hired by the subcontractor during the term of the subcontractor agreement. Subcontractors shall provide the Contractor with an affidavit stating that the subcontractor does not employ, contract with, or subcontract with an unauthorized alien, as set forth in Section 448.095(2)(b)1, Florida Statutes. Upon request, the Contractor must provide evidence of compliance with this provision. Failure to comply with this provision is a material breach of the Agreement, and the County shall have the option of terminating this Agreement at its discretion. 18. HUMAN TRAFFICKING ATTESTATION (a) In compliance with Section 787.06 (13), Florida Statutes, the undersigned, on behalf of the Contractor, a nongovernmental entity, hereby attests under penalty of perjury as follows: 1. The Contractor does not use coercion for labor or services, as such italicized terms are defined in Section 787.06, Florida Statutes, as may be amended from time to time. 2. If, at any time in the future, the Contractor does use coercion for labor or services, the Contractor will immediately notify the County and no contracts may be executed, renewed, or extended between the parties. 3. By execution of this Agreement, the undersigned represents that undersigned has read the foregoing statements and confirms that the facts stated in it are true and are made for the benefit of, and reliance by the County. 19. PUBLIC ENTITIES CRIMES (a) A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity, may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids, proposals, or replies on leases of 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 of the Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. (b) By signing this Agreement, the Contractor represents that the execution of this Agreement will not violate the Public Entity Crimes Act (Section 287.133, Florida Statutes). Violation of this Section shall result in termination of this Agreement and recovery of all monies paid hereto and may result in debarment from the County’s competitive procurement activities. (c) In addition to the foregoing, the Contractor further represents that there has been no determination, based on an audit, that it or any subcontractor has committed an act defined by Section 287.133, Florida Statutes, as a “public entity crime” and that it has not been formally charged with committing an act defined as a “public entity crime” regardless of the amount of money involved or whether the Contractor has been placed on the convicted vendor list. 16 (d) The Contractor will promptly notify the County if it or any subcontractor of the Contractor is formally charged with an act defined as a “public entity crime” or has been placed on the convicted vendor list. 20. SUSPENSION AND DEBARMENT (a) By execution of this Agreement, the Contractor certifies that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any state or federal department or agency. 21. INDEPENDENT CONTRACTOR (a) The parties to this Agreement are independent contractors. Neither party is an agent, representative, or partner of the other party. This Agreement shall not be interpreted or construed to create an association, agency, joint venture, or partnership between the parties or to impose any liability attributable to such a relationship upon either party. 22. NO ASSIGNMENT (a) The Contractor shall not assign any of its rights or duties under this Agreement to any other party without the prior written consent of the County, which consent may be withheld by the County for any or no reason. Any such assignment attempted by the Contractor without such prior written consent shall be null and void. If the Contractor attempts to assign any such rights or duties without securing such prior written consent, this Agreement may be declared in default and terminated by the County. 23. SUBCONTRACTORS (a) The Contractor shall provide the names of all subcontractors performing any work or services under this Agreement to the Project Manager. The County reserves the right to approve the utilization of any subcontractors in connection with this Agreement. Such written authorization may be obtained from the Project Manager on behalf of the County. The County further reserves the right to reject any quotation in response to a request for quotation if such quotation names a subcontractor who has, in the sole opinion of the County, previously failed in the proper performance of an award, failed to deliver on time contracts of a similar nature, or is not in a position to perform properly under this Agreement. (b) Any subcontractor utilized by the Contractor shall be supervised and compensated by the Contractor. (c) The Contractor shall be fully responsible to the County for the (i) acts and omissions (ii) satisfactory performance and (iii) timeliness of the Services of its subcontractors and of persons directly or indirectly employed by them. 17 (d) The Contractor shall cause appropriate provisions to be inserted in all subcontractor agreements relative to the Services giving the Contractor the same powers that the County may exercise over the Contractor under any provision of this Agreement. (e) Nothing in the Agreement shall be construed as providing any subcontractor with any rights or remedies against the County or any of its employees, principals, officers, or agents for nonpayment or otherwise. 24. NO THIRD-PARTY BENEFICIARIES (a) Any other provisions of this Agreement to the contrary notwithstanding, no third-party beneficiaries are intended or contemplated under this Agreement, and no third-party shall be deemed to have rights or remedies arising under this Agreement against either party to this Agreement. 25. CONFLICT OF INTEREST (a) Throughout the term of this Agreement, the Contractor must not accept nor perform any other employment, assignments of contracts nor obligations that would conflict with the Contractor’s duties and obligations provided under this Agreement. 26. AMENDMENT OR MODIFICATION OF AGREEMENT (a) The Agreement may only be modified or amended upon mutual written agreement of the County and the Contractor. No oral agreements or representation shall be valid or binding upon either party. The Contractor may not unilaterally modify the terms of the Agreement by affixing additional terms to or by incorporating such terms onto the Contractor’s documents forwarded by the Contractor to the County. 27. FURTHER ASSURANCES (a) Each of the parties shall cooperate with one another, shall do and perform such actions and things, and shall execute and deliver such agreements, documents and instruments, as may be reasonable and necessary to effectuate the purposes and intents of this Agreement. 28. REMEDIES (a) The parties will attempt to settle any dispute arising from this Agreement through negotiation and a spirit of mutual cooperation. The Contractor and the Project Manager will use reasonable efforts to arrange meetings as needed, at mutually convenient times and places, to address and work toward resolution of issues that arise in the performance of this Agreement. The dispute will be escalated to appropriate higher-level managers of the parties, if necessary. Each party shall have the right to seek the judicial enforcement and interpretation of this Agreement. 18 29. GOVERNING LAW AND VENUE (a) This Agreement shall be governed by and construed in accordance with the laws of the State of Florida. Venue for any litigation, mediation, or other action proceeding between the parties arising out of this Agreement lies in Clay County, Florida. 30. ATTORNEYS’ FEES (a) In the event either party shall retain an attorney to litigate on its behalf against the other party regarding the enforcement or interpretation of this Agreement or regarding the rights, remedies, or obligations of the parties arising under this Agreement, the party prevailing on the majority of its claims, or which successfully defends against a majority of the other party’s claims, shall be entitled to an award of reasonable attorney’s fees, court costs, and any other expenses against the other party, including fees, court costs, and any other expenses incurred from the date of referral of the dispute to the prevailing party’s attorney through the conclusion of litigation, or incurred in bankruptcy or on appeal. Nothing contained herein is intended to serve as a waiver of sovereign immunity and extend the County’s liability beyond the limits established in Section 768.28, Florida Statutes. 31. WAIVER (a) No waiver by either party of any term or condition of this Agreement will be deemed or construed as a waiver of any other term or condition, nor shall a waiver of any breach be deemed to constitute a waiver of any subsequent breach, whether of the same or of a different section, subsection, paragraph, subparagraph, clause, phrase, or other provision of this Agreement. 32. SEVERABILITY (a) If any provision of this Agreement shall for any reason be held to be invalid or unenforceable, the invalidity or unenforceability of such provision shall not affect any of the remaining provisions of this Agreement, and this Agreement shall be enforced as if such invalid and unenforceable provision had not been contained herein. 33. HEADINGS (a) The headings contained in this Agreement are for reference purposes only and shall not affect in any way the meaning or interpretation of any or all of the provisions hereof. 34. ENTIRE AGREEMENT (a) This Agreement represents the entire understanding between the parties regarding the subject matter herein and supersedes all previous agreements, whether oral or written. 19 35. COUNTERPARTS (a) The Agreement may be executed in any number of counterparts and by the separate parties in separate counterparts, each of which shall be deemed to constitute an original and all of which shall be deemed to constitute the one and the same agreement. 36. ATTACHMENTS (a) The Attachments listed below are incorporated herein by reference and made a part of this Agreement as if set out fully herein. Attachment A: Bid Scope of Work Attachment B: Proposal 37. AUTHORITY (a) The parties agree to utilize electronic signatures and that the digital signatures of the parties set forth below are intended to authenticate this Agreement and have the same force and effect as manual written signatures. Each person signing on behalf of the parties represents and warrants that he/she has full authority to execute this Agreement on behalf of such party and that the Agreement will constitute a legal and binding obligation of such party. IN WITNESS WHEREOF, the parties have executed this Agreement as of the date stated in the introductory paragraph. CONTRACTOR By: Print Name: ______________________________ Print Title: ________________________________ CLAY COUNTY, a political subdivision of the State of Florida By: Howard Wanamaker County Manager on behalf of the Board of County Commissioners F:\Contract\Purchasing\Various Equipment and Amenities for Parks Agreement.doc Howard Wanamaker (Sep 16, 2024 10:22 EDT) Bill Geary (Sep 17, 2024 08:30 EDT) Bill Geary Bill Geary Vice President BACK TO TOP ATTACHMENT A BID SCOPE OF WORK INVITATION FOR BID 23/24-074 VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND RECREATION Clay County 477 Houston Street Green Cove Springs, FL 32043 RELEASE DATE: May 16, 2024 LAST DATE FOR INQUIRIES: May 31, 2024, 4:00 pm BID DUE: June 13, 2024, 4:00 pm RESPONSES MUST BE SUBMITTED ELECTRONICALLY TO: https://secure.procurenow.com/portal/claycounty BACK TO TOP 1. Scope of Work 1.1. Purpose The purpose of this bid is to establish a firm, fixed percentage discount off manufacturer’s and/or supplier's current catalog/supply/product information price list for the purchase and installation of various equipment and amenities for parks and playgrounds. The bid is also a means for qualifying vendors and establishing pricing for ball park lighting services and court surfacing. 1.2. Scope 1. The bid will establish a firm, fixed percentage discount off manufacturer’s and/or supplier’s current catalog/supply/product information price list for the purchase of various equipment and amenities for parks and playgrounds as requested by Clay County Parks and Recreation. Additionally, this bid will also establish a firm, fixed percentage off manufacturer’s and/or bidder’s current catalog/supply/product information price list, after applying the above requested discount for purchase, for the installation of various equipment and amenities for parks and playgrounds as needed. The County reserves the right to award to multiple bidders. 2. It is understood that bidder’s current catalog/supply/product information price list are subject to change; however, percent discount shall remain fixed. No extra charges or compensation will be allowed for installation above and beyond what has already been presented in the bid. If the bidder offers specialized catalogs, the catalogs must be submitted separately from any other catalog offered by the bidder throughout the duration of the contract. 3. This bid is also a means for qualifying bidders for ball park lighting services and court surfacing. Qualifying bidders will be requested to provide pricing on a project by project basis as defined in the method of ordering section of this bid. The qualified bidder(s) providing the lowest responsive quote based on contracted pricing will be awarded the project. 4. Freight must be pre-paid and added to the invoice and the quote. The County will pay actual freight charges. 5. Performance and payment bonds may be required for specific projects. This requirement is driven by the size and price of each particular job. Bidders will be required to meet this requirement before receiving a purchase order for the project. 6. The County reserves the right to purchase from other agreements when in the best interest of the County. Responsibility: Bidder shall be responsible for all labor, materials, equipment, supervision, off-loading, storage, and installation, of various equipment and amenities for parks and playground equipment or amenities ordered, unless otherwise specified by the County. The County may elect, in certain circumstances, to purchase only materials and have those materials installed by others (e.g., volunteers. County staff). These items will be shipped to a designed location and off-loaded by the bidder or bidder’s representative. 1.3. Method of Ordering The County may generate a Request for Quotation, on an “as needed” basis, for park and playground equipment and/or ball field lighting, lighting installation, and court surfacing together with a request for additional services required to complete that project (see attached Quote sample sheet). The County reserves the right to send such Request for Quotation to any or all awarded bidders. The Request for Quotation can define the project exactly or the Request for Quotation can describe a desired end result, allowing the bidder to design the park or playground site. After generating a Request for Quotation for a project, and before bidder’s submission of its quotation in response to the Request for Quotation, the County may require requested bidder (s) to attend a site visit with County personnel to familiarize the bidder(s) with the site and determine additional services that may be required to complete the project. Bidders will be responsible for the accuracy of all fixed measurements. The bidder’s quotation in response to the Request for Quotation must contain each of the following: • A detailed breakdown of the cost for the entire project. Descriptions of additional services related to the project, together with their price, shall also be listed. • Include Catalog Name, Number and associated discount. When quoting projects where freight would be charged, those costs must be included in quote so freight charges can appear on the purchase order. Freight charges for equipment must be pre-paid and added to the invoice. • Names of any and all subcontractors on the project. It is understood the bidder remains responsible for project completion and acceptance by the County. The County reserves the right to reject any quotation in response to a Request for Quotation if said quotation names a subcontractor who has, in the sole opinion of the County, previously failed in the proper performance of an award or failed to deliver on time contracts of a similar nature, or who is not in a position to perform properly under this award. • Project Completion Date. • Include an updated catalog, if needed and updated MSRP lists for the park and play equipment specifically quoted. The County will generate purchase orders as a result of approved “Request for Quotations” submitted, at the sole discretion of the County. The County reserves the right to not award to any, or to use other available bids or contracts when in the best interest of the County. 1.4. Administrative Fee (Piggybacking) Cooperative Contract: The Bidder agrees to extend provisions and pricing of this contract to any Municipal, County, Public Utility, Educational Institution, Hospital, or any other non-profit or governmental organization. Governmental entities wishing to use this contract will be responsible for issuing their own purchase documents / price agreements, providing for their own acceptance, and making any subsequent payments. The cooperative entities are responsible for obtaining all certificates of insurance and bonds required. Clay County makes no guarantee of usage by other users of this contract. A 1.5 percent administrative fee on Eligible Revenues will be paid to the County for any contracts/purchase orders the Bidder receives or agrees to enter into with other entities under the provisions and pricing of the County's contract. The Bidder shall provide quarterly Volume Sales Reports to the County about additional sales to other entities under the provisions and pricing of the Contract. The Reports shall include the ordering agency, detail of items sold including description, quantity, and price; and shall include all transactions pertaining to sales under the contract provisions and pricing for that Reporting Period. Bidder shall provide the Volume Sales Reports regardless of whether or not any sales have been conducted. Failure of the Bidder to provide quarterly reports as required, may be deemed breach of the contract. All payments of administrative fees are due 30 calendar days after the closing of each quarter. A late penalty of 15 percent on the value of the Administrative Fee may be assessed to the Bidder for each month the payments are not received. All sales shall include the 1.5 percent administrative fee. Volume Sales Reports and Administrative fees will be mailed to the Clay County Board of Commissioners, Attn: Purchasing Department, PO Box 1366, Green Cove Springs, Florida 32043. 1.5. Qualification of Installers If a bidder utilizes a sub-contracted installer for any park or playground equipment, lighting, or court surfacing a list of sub-contracted installers must be included with this bid. Additionally, upon request the bidder must supply WRITTEN FACTORY/MANUFACTURER CERTIFICATION that its installer, or its sub- contracted installer, is an authorized installer, certified to install various equipment and amenities for parks and playground equipment as required by each manufacturer. 1.6. Catalogs and Manufacturer Suggested Retail Price (MSRP) Lists Each bidder shall submit with this bid, a website link of each catalog and current catalog/supply/product price list for each catalog submitted. All catalogs and price lists shall clearly identify the bidder’s name, address and telephone number. If digital catalogs are not available on website, catalogs must be mailed or delivered to the Clay County Purchasing Department, Fourth Floor, 477 Houston Street, Green Cove Springs, FL 32043 prior to bid opening. Annually Bidder may request that new manufacturers be added. The County reserves the right to approve or deny this request. SALES PROMOTION/PRICE REDUCTION: It is understood that sales promotions occur during the course of the contract that will lower prices of products for the period of the sales promotion. The County shall receive the full benefit of such reductions if lower than the discount established by this bid. The County must be notified of these promotions in writing, specifying the beginning and ending dates of the sales promotions. 1.7. Compliance With Laws and Codes Bidders must strictly comply with Federal, State and local building and safety codes. Equipment must meet all State and Federal safety regulations. The following publications (issue in effect on date of invitation to bid) shall form a part of this specification: A. American Society for Testing and Materials (ASTM) ASTM-F1487 Standards – Methods of testing Playground Equipment for Public Use ASTM-F1292 Standards - Method for testing various surfacing materials to determine their “critical height” (the fall height below which a life-threatening head injury would not be expected to occur) Copies may be obtained from the: American Society for Testing and Materials 100 Barr Harbor Drive West Conshohocken, PA 19428 B. Consumer Product Safety Commission (CPSC) – printed Handbook for Public Playground Safety. Copies may be obtained from the: US Consumer Product Safety Commission 4330 East West Highway Bethesda, MD 20814 (301) 504-7923 C. National Playground Safety Institute (NPSI) – identification of 12 leading causes of injuries on playgrounds. Copies may be obtained from the: National Recreation and Park Association 22377 Belmont Ridge Road Ashburn, VA 20148-4150 (703) 858-0784 D. Americans with Disabilities Act (ADA) Regulations for Title III, Appendix A, Standards for Accessible Design, issued by the Department of Justice. Copies may be obtained by calling: (800) 514-0301 Bidders certify that all products (materials, equipment, processes, age appropriate signage, or other items supplied in response to this bid) contained in its bid meet all Federal and State requirements, Upon completion of installation of play equipment and/or playground surfacing, bidder shall furnish to the County a certificate so stating the equipment /surfacing and its installation meet all Federal and State requirements as outlined in the above publications. Bidders further certify that if the product(s) delivered and/or installed are subsequently found to be deficient in any if the aforementioned requirements in effect on date of delivery, all costs necessary to bring the product(s) and installation into compliance shall be borne by the bidder. 1.8. Award The County reserves the right to award to multiple bidders. There is no guarantee any purchase order will be issued after award. Purchase orders will be issued subject to availability of funds. 1.9. Site Inspections It is incumbent upon all bidders to examine the site and insure that they are aware of all conditions that may affect the contract work. The County will not be responsible for conclusions made by the Bidder. No claims for additional compensation will be considered on behalf of any Contractor, Sub-Contractor, materials suppliers or others on account of that person’s failure to be fully informed of all requirements of all parts of this bid. 1.10. Work Hours Workdays and hours – Normal work hours of Monday through Friday, 7:30 a.m. to 5:00 p.m. unless approved by the County Project Manager or designee. Any work performed outside of the normal County business hours will require prior County approval and payment to the County for all expenses incurred by the County may be required. 1.11. Permit & Fees The Bidder shall comply with all applicable State and local laws, ordinances, codes, and regulations. The Bidder is required to familiarize themselves with all permits required for each individual project. If a County permit is required, this project is not exempt from permit fees and permit fees must be paid to the County Building Department by the Contractor. For questions about permitting please contact: Clay County Building Department Phone: (904) 269-6307 Email: permits@claycountygov.com Website: https://www.claycountygov.com/government/building All other permits, assessments, fees, bonds, and other charges as necessary to perform and complete the work of the individual project is the responsibility of and will be paid for by the Contractor, including any related inspection fees. 1.12. Clean up & Restoration of Site The Bidder is responsible for anything damaged due to the direct result of installation or construction. Remove all debris from site and dispose of appropriately at Contractor expense. Bidder shall maintain work site in a safe manner, and daily clear construction debris. BACK TO TOP 1.13. Bidder and Subcontractor Requirements 1. The Bidder shall be licensed to perform all work listed in the Scope of Work provided. 2. The Bidder shall own or have full access to the appropriate personnel and equipment to complete the project requested. 1.14. Subcontractors and Major Material Suppliers Contractor shall submit names of subcontractors and major material suppliers that they anticipate utilizing for any portion of the Work required within this RFB. The County reserves the right to approve all Sub-Contractors. If Sub-Contractors are to be utilized, their names must be included within this Bid. The County may request references of the Sub-Contractors prior to approval. Responsibility for the performance of the Contract remains with the main Contractor exclusively. After the commencement of the project, Sub-Contractors may be added or modified during the Contract period only with prior written permission from the County, and only for reasonable cause, as judged by the County. If any Subcontractor or Major Material Supplier is found to be incompetent, careless, or neglectful, or unduly delays progress of work, they shall be dismissed. Another shall then be employed in its place, as approved the County. 1.15. Damage to Public or Private Property If property (public or private) is damaged while Contractor is performing work specified or is removed for the convenience of the work, it shall be repaired or replaced at the expense of the Contractor in a manner acceptable to the County prior to the final acceptance of the work. Contractor will be responsible for applying and securing any permits that may be required to complete such repairs. Contractor must provide protection necessary to prevent damage to property being repaired or replaced. If the work site has any pre-existing damage, the Contractor shall notify the County Project Manager in writing. Failure to do so shall obligate the Contractor to make repairs per the above section. Any damage to property (public or private) caused by the action of the Contractor shall be repaired or replaced at the expense of the Contractor to the satisfaction of the County. Failure to restore said property within five (5) working days following notification will result in a deduction from the final payment invoice. All damage which occurs as a result of the Contractor’s application of materials shall be remedied by the Contractor at no additional cost to the County. Repairs made as a result of damage must be guaranteed for a period of thirty (30) days. Should the replacement be damaged within the 30- day period the Contractor shall replace the materials continually until the area is re-established. Should the County have any expenses incurred due to the Contractor not restoring the property/damage within said time, any appropriate labor, material, and/or equipment use or rental to restore damaged property to its original condition will be deducted from the final Invoice prior to a payment being made. 1.16. Compliance with Occupation Safety and Health Act The Bidder warrants that the product(s) and/or service(s) supplied to Clay County shall conform in all respects to the standards set forth in the Occupational Safety and Health Act (OSHA) of 1970 as amended and the failure to comply will be considered a breach of contract. Clay County shall be held harmless against any unsafe conditions and contractor employee incidents. Bidder certifies that all material, equipment, services, etc., furnished in this bid meets all OSHA requirements for the applicable Sectors. Bidder further certifies that, if the successful bidder, and the material, equipment, service, etc., delivered or provided is subsequently found to be deficient in any OSHA requirement in effect on date of delivery or service fulfillment date, all costs necessary to bring the material, equipment, service, etc., into compliance with the aforementioned requirements shall be borne by the bidder. All Personal Protective Equipment used by the Contractor and their employees shall be ANSI certified and meet OSHA standards. 1.17. Unsatisfactory Equipment and/or Services The County will discuss all instances of unacceptable equipment and/or services with the awarded Bidder. This shall be immediately rectified by the Bidder at no charge to the County, to include any labor and materials as it may apply. During this time, the County may suspend service with the Bidder until the problem(s) are corrected or may elect to use another company on an emergency basis. A record of failure to perform or of an unsatisfactory performance may result in supplier debarment. 1.18. Payment The Contractor may request payment no more than once monthly, based on the amount of work completed. All partial estimates and payments found to be in error shall be subject to correction in the estimates and payments subsequent thereto, and in the final estimate and payment. Payments will be made in accordance with the Florida Local Government Prompt Payment Act. The amount of such payments shall be the total value of the project work completed to the date of the estimate, based on the quantities and the Contract unit and/or lump sum prices, less an amount retained and less payments previously made. The amount retained shall be determined in accordance with Section 255.078, Florida Statutes. 1.19. Warranty The Contractor shall provide a warranty for equipment and parts. Warranty will begin from the date of final acceptance. 1.20. Term The term of bid award for various equipment and amenities for parks and playgrounds will be three (3) years, with two (2) one (1) year renewal options. Discounts from this solicitation shall prevail for the full duration of the contract and including subsequent extensions. The County reserves the right to use other available bids or contracts when in the best interest of the County. 1.21. Performance Evaluation A work performance evaluation will be conducted periodically to ensure compliance with the Contract. 1.22. Cancellation of Contract If the awarded Bidder fails to maintain acceptable product quality or to perform adequately in accordance with the terms, conditions and specifications established in this Request for Bid, the County reserves the right to cancel the contract upon thirty (30) days written notice to the Contractor. 1.23. Additional Services If the County and/or awarded Bidder identifies any additional services to be provided by Bidder that are not covered under the Agreement but are beneficial to the County, such additional services shall be mutually negotiated between the County and the Bidder. Example Request for Quotation Various Equipment and Amenities for Parks and Playgrounds Description of Project: Price Quotation: Manufacturer Item and Page Number Quantity MSRP Unit Price Contract Discount Extended Price *When quoting projects where freight would be charged, include those costs so freight charges can appear on the purchase order. Freight charges for equipment must be pre-paid and added to the invoice. Additional Services Required: Description Quantity Unit Price Extended Price Total: $ List any Subcontractors: 1.Name 2. Address 3. Telephone Number 4. Contact Name 5.Designated Work 6. Subcontractor Cost BACK TO TOP ATTACHMENT B PROPOSAL Clay County Purchasing / Administrative and Contractual Services 477 Houston Street, Green Cove Springs, FL 32043 RFB No. 23/24-074 Various Equipment and Amenities for Parks and Recreation RESPONSE DEADLINE: June 13, 2024 at 4:00 pm Rep Services, Inc. sales@repservices.com Nathan Almon 165 West Jessup Ave Longwood, FL 32750-4146 (407) 831-9658 https://repservices.com/ Jun 11, 2024 2:33 PM BACK TO TOP SUB-CONTRACTOR EQUIPMENT INSTALLERS: Business Name: Address: Phone Number: Contact Name: Business Name: Address: Phone Number: Contact Name: Business Name: Address: Phone Number: Contact Name: Note: Upon request bidders must supply WRITTEN CERTIFICATION (s) naming bidder, and/or each of its sub-contractor installer(s), as an authorized installer certified to install park and playground equipment as required by each manufacturer. Installers shall have a Certified National Playground Safety Inspector (NPSI) present during installations and repairs. (MULTIPLE SHEETS CAN BE USED) Johnny Pitts Construction, Inc. 4124 Pace Ln, Milton, FL 32571 850-232-1615 Johnny Pitts D.W. Recreation Services, Inc. 9951 Equus Circle, Boyton Beach, FL 33472 561-289-7658 Donald West Al Bosgraaf & Sons, Inc. 240 Rebel Run, Osteen, fL 32764 407-402-8497 Gerald Bosgraaf BACK TO TOP Sorenson East Field Relight Ocoee,FL Sales Representative: Bob DeCouto · Designed By: · Design No.: 115656A · September 19, 2025 Not to be reproduced in whole or part without the written consent of Musco Lighting. ©1981, 2025 Musco Sports Lighting, LLC. Sports Illustrated Stadium, Harrison, New Jersey, USA UBS Arena, Elmont, New York, USA Tottenham Hotspur FC Training Ground, Tottenham, London, UKIowa Women of Achievement Bridge, Des Moines, Iowa, USA PROJECT SUMMARY Not to be reproduced in whole or part without the wriƩen consent of Musco Sports LighƟng, LLC. ©1981, 2025 Musco Sports LighƟng, LLC.ENGINEERED DESIGN By: • File #115656A • 19-Sep-25 Sorenson East Field Relight Ocoee,FL LIGHTING SYSTEM Structure/Fixture Summary Structure ID Structure Height Fixt. Attachment Ht.Fixture Qty Fixture Type Load Circuit A1 70'70'1 TLC-LED-550 0.54 kW A 70'4 TLC-LED-1200 4.68 kW A 16'1 TLC-BT-575 0.57 kW A A2 70'70'4 TLC-LED-1200 4.68 kW A 16'1 TLC-BT-575 0.57 kW A B1 70'70'1 TLC-LED-550 0.54 kW A 70'2 TLC-LED-1200 2.34 kW A 70'3 TLC-LED-1500 4.23 kW A 16'1 TLC-BT-575 0.57 kW A B2 70'70'2 TLC-LED-1200 2.34 kW A 70'3 TLC-LED-1500 4.23 kW A 16'1 TLC-BT-575 0.57 kW A C1-C2 70'70'3 TLC-LED-1200 3.51 kW A 16'2 TLC-BT-575 1.15 kW A D1-D2 70'70'4 TLC-LED-1200 4.68 kW A 16'1 TLC-BT-575 0.57 kW A 8 44 45.71 kW Circuit Summary Circuit Description Load Fixture Qty A Baseball 45.71 kW 44 Fixture Type Summary Type Circuit Source Wattage Lumens L90 L80 L70 Quantity TLC-BT-575 A LED 5700K - 75 CRI 575W 52,000 >120,000 >120,000 >120,000 10 TLC-LED-1200 A LED 5700K - 75 CRI 1170W 150,000 >120,000 >120,000 >120,000 26 TLC-LED-1500 A LED 5700K - 75 CRI 1410W 181,000 >120,000 >120,000 >120,000 6 TLC-LED-550 A LED 5700K - 75 CRI 540W 67,000 >120,000 >120,000 >120,000 2 Single Fixture Amperage Draw Chart Driver SpeciĮcaƟons (.90 min power factor) Line Amperage Per Fixture (max draw) Single Phase Voltage 208 (60) 220 (60) 240 (60) 277 (60) 347 (60) 380 (60) 480 (60) TLC-LED-1500 8.4 7.9 7.3 6.3 5.0 4.6 3.6 TLC-LED-1200 6.9 6.5 6.0 5.2 4.2 3.8 3.0 TLC-BT-575 3.3 3.2 2.9 2.5 2.0 1.8 1.5 TLC-LED-550 3.2 3.0 2.8 2.4 1.9 1.8 1.4 Light Level Summary Calculation Grid Summary Grid Name Calculation Metric Illumination Ave Circuits Fixture QtyAveMinMaxMax/Min Ave/Min Baseball (Infield)Horizontal Illuminance 51.85 34.95 59.62 1.71 1.48 A 44 Baseball (Outfield)Horizontal Illuminance 31.18 21.54 45.08 2.09 1.45 A 44 Baseball Spill @ 3ft.Horizontal Illuminance 0.0915 0.0029 0.5859 203.967 31.863 A 44 Baseball Spill @ 5ft.Max Candela Metric 3473.7795 525.3616 12537.6318 23.865 6.612 A 44 Baseball Spill @ 5ft.Max Vertical Illuminance Metric 0.1744 0.0080 1.0439 131.178 21.919 A 44 Bullpen Horizontal 25.15 11.52 39.24 3.41 2.18 A 44 Guaranteed Performance:The ILLUMINATION described aboveis guaranteed per your Musco Warranty document. Field Measurements:Individual field measurements may varyfrom computer-calculated predictions. Electrical System Requirements:Refer to AmperageDraw Chart and/or the "Musco Control System Summary"for electrical sizing. Installation Requirements:Results assume ± 3%nominal voltage at line side of the driver and structureslocated within 3 feet (1m) of design locations. ILLUMINATION SUMMARY Not to be reproduced in whole or part without the wriƩen consent of Musco Sports LighƟng, LLC. ©1981, 2025 Musco Sports LighƟng, LLC.ENGINEERED DESIGN By: • File #115656A • 19-Sep-25 C1 C2 D1 D2 A1 A2 60 53 59 59 52 45 38 31 29 26 24 52 54 59 55 49 44 34 31 29 28 32 24 57 58 57 48 46 39 33 29 30 30 32 27 59 56 49 44 41 35 29 26 29 31 33 28 53 50 47 42 35 28 26 25 28 33 35 25 44 45 41 36 29 23 24 27 36 38 35 36 33 33 30 27 24 25 29 36 39 32 32 31 29 27 26 28 31 31 33 32 32 30 30 29 31 28 35 38 35 31 32 25 24 28 29 33 33 37 41 36 32 32 24 28 30 34 34 34 29 30 26 22 29 B1 B2 31 2 ' 175' 85 ' 325' 32 5 ' 67' 19 3 ' 300' 13 0 ' 65' 60 ' 25' 60 ' 135' 23 ' 60' SCALE IN FEET 1 : 60 0'60'120' Equipment List For Areas Shown Structure Fixtures QTY STRUCTURE ID SIZE GRADE ELEVATION ABOVE FIELD LEVEL FIXTURE TYPE QTY/POLE THIS GRID OTHER GRIDS 1 A1 70'-70'TLC-LED-1200 4 4 0 70'TLC-LED-550 1 1 0 15.5'TLC-BT-575 1 1 0 3 A2 D1-D2 70'-70'TLC-LED-1200 4 4 0 15.5'TLC-BT-575 1 1 0 1 B1 70'-70'TLC-LED-1200 2 2 0 70'TLC-LED-1500 3 3 0 70'TLC-LED-550 1 1 0 15.5'TLC-BT-575 1 1 0 1 B2 70'-70'TLC-LED-1200 2 2 0 70'TLC-LED-1500 3 3 0 15.5'TLC-BT-575 1 1 0 2 C1-C2 70'-70'TLC-LED-1200 3 3 0 15.5'TLC-BT-575 2 2 0 8 Totals 44 44 0 Above Field Level is height of fixtures above area shown Sorenson East Field Relight Ocoee,FL Grid Summary Name:Baseball Size:Irregular 320'/387'/311' Spacing:30.0' x 30.0' Height:3.0' above grade Illumination Summary MAINTAINED HORIZONTAL FOOTCANDLES Infield Outfield Guaranteed Average: 50 30 Scan Average:51.85 31.18 Maximum:59.62 45.08 Minimum:34.95 21.54 Avg/Min:1.48 1.45 Guaranteed Max/Min:2 2.5 Max/Min:1.71 2.09 UG (adjacent pts):1.21 1.50 CU:0.69 No. of Points:25 99 FIXTURE INFORMATION Applied Circuits:A No. of Fixtures:44 Total Load:45.71 kW Pole location(s)dimensions are relative to 0,0 reference point(s) Guaranteed Performance:The ILLUMINATION described aboveis guaranteed per your Musco Warranty document. Field Measurements:Individual field measurements may varyfrom computer-calculated predictions. Electrical System Requirements:Refer to AmperageDraw Chart and/or the "Musco Control System Summary"for electrical sizing. Installation Requirements:Results assume ± 3%nominal voltage at line side of the driver and structureslocated within 3 feet (1m) of design locations. ILLUMINATION SUMMARY Not to be reproduced in whole or part without the wriƩen consent of Musco Sports LighƟng, LLC. ©1981, 2025 Musco Sports LighƟng, LLC.ENGINEERED DESIGN By: • File #115656A • 19-Sep-25 A1 B1 15 19 21 22 23 24 18 12 19 25 29 30 30 26 20 14 22 29 35 37 35 27 21 15 26 31 38 39 36 30 22 16 13 0 ' 65' 23 ' 60' SCALE IN FEET 1 : 30 0'30'60' Equipment List For Areas Shown Structure Fixtures QTY STRUCTURE ID SIZE GRADE ELEVATION ABOVE FIELD LEVEL FIXTURE TYPE QTY/POLE THIS GRID OTHER GRIDS 1 A1 70'-70'TLC-LED-1200 4 4 0 70'TLC-LED-550 1 1 0 15.5'TLC-BT-575 1 1 0 3 A2 D1-D2 70'-70'TLC-LED-1200 4 4 0 15.5'TLC-BT-575 1 1 0 1 B1 70'-70'TLC-LED-1200 2 2 0 70'TLC-LED-1500 3 3 0 70'TLC-LED-550 1 1 0 15.5'TLC-BT-575 1 1 0 1 B2 70'-70'TLC-LED-1200 2 2 0 70'TLC-LED-1500 3 3 0 15.5'TLC-BT-575 1 1 0 2 C1-C2 70'-70'TLC-LED-1200 3 3 0 15.5'TLC-BT-575 2 2 0 8 Totals 44 44 0 Above Field Level is height of fixtures above area shown Sorenson East Field Relight Ocoee,FL Grid Summary Name:Bullpen Size:Irregular 320'/387'/311' Spacing:10.0' x 10.0' Height:3.0' above grade Illumination Summary MAINTAINED HORIZONTAL FOOTCANDLES Entire Grid Scan Average: 25.15 Maximum:39.24 Minimum:11.52 Avg/Min:2.18 Max/Min: 3.41 UG (adjacent pts):1.58 CU:0.01 No. of Points:32 FIXTURE INFORMATION Applied Circuits:A No. of Fixtures:44 Total Load:45.71 kW Pole location(s)dimensions are relative to 0,0 reference point(s) Guaranteed Performance:The ILLUMINATION described aboveis guaranteed per your Musco Warranty document. Field Measurements:Individual field measurements may varyfrom computer-calculated predictions. Electrical System Requirements:Refer to AmperageDraw Chart and/or the "Musco Control System Summary"for electrical sizing. Installation Requirements:Results assume ± 3%nominal voltage at line side of the driver and structureslocated within 3 feet (1m) of design locations. ILLUMINATION SUMMARY Not to be reproduced in whole or part without the wriƩen consent of Musco Sports LighƟng, LLC. ©1981, 2025 Musco Sports LighƟng, LLC.ENGINEERED DESIGN By: • File #115656A • 19-Sep-25 C1 C2 D1 D2 A1 A2 B1 B2 0.07 0.10 0.10 0.09 0.08 0.05 0.09 0.13 0.14 0.14 0.12 0.07 0.04 0.02 0.02 0.02 0.02 0.02 0.03 0.04 0.06 0.07 0.07 0.05 0.02 0.01 0.01 0.01 0.02 0.02 0.02 0.02 0.02 0.02 0.02 0.030.020.020.010.000.010.040.050.040.030.010.01 0.01 0.01 0.01 0.01 0.02 0.03 0.05 0.07 0.12 0.16 0.17 0.21 0.28 0.08 0.46 0.43 0.22 0.12 0.16 0.43 0.59 0.52 0.22 0.07 0.07 SCALE IN FEET 1 : 80 0'80'160' Sorenson East Field Relight Ocoee,FL Grid Summary Name:Baseball Spill @ 3ft. Spacing:30.0' Height:3.0' above grade Illumination Summary INITIAL HORIZONTAL FOOTCANDLES Entire Grid Scan Average: 0.0915 Maximum:0.5859 Minimum:0.0029 CU:0.00 No. of Points:72 FIXTURE INFORMATION Applied Circuits:A No. of Fixtures:44 Total Load:45.71 kW Pole location(s)dimensions are relative to 0,0 reference point(s) Guaranteed Performance:The ILLUMINATION described aboveis guaranteed per your Musco Warranty document. Field Measurements:Individual field measurements may varyfrom computer-calculated predictions. Electrical System Requirements:Refer to AmperageDraw Chart and/or the "Musco Control System Summary"for electrical sizing. Installation Requirements:Results assume ± 3%nominal voltage at line side of the driver and structureslocated within 3 feet (1m) of design locations. ILLUMINATION SUMMARY Not to be reproduced in whole or part without the wriƩen consent of Musco Sports LighƟng, LLC. ©1981, 2025 Musco Sports LighƟng, LLC.ENGINEERED DESIGN By: • File #115656A • 19-Sep-25 C1 C2 D1 D2 A1 A2 B1 B2 3939 3826 2361 1997 2970 2535 1817 3665 4162 10064 12278 6998 3942 2583 2045 1823 1684 1428 2891 5316 7743 6611 5796 5289 3344 945 726 1240 1154 1325 1440 1243 1421 2283 2425 22382165170082752596124784238414738751855800 1040 1003 942 887 1417 2067 3032 3950 4516 4058 1949 2754 2986 2034 6058 6157 3758 3395 3401 10709 12538 11517 5438 3500 3887 SCALE IN FEET 1 : 80 0'80'160' Sorenson East Field Relight Ocoee,FL Grid Summary Name:Baseball Spill @ 5ft. Spacing:30.0' Height:5.0' above grade Illumination Summary INITIAL CANDELA (PER FIXTURE) Entire Grid Scan Average: 3473.7795 Maximum:12537.6318 Minimum:525.3616 CU:0.00 No. of Points:72 FIXTURE INFORMATION Applied Circuits:A No. of Fixtures:44 Total Load:45.71 kW Pole location(s)dimensions are relative to 0,0 reference point(s) Guaranteed Performance:The ILLUMINATION described aboveis guaranteed per your Musco Warranty document. Field Measurements:Individual field measurements may varyfrom computer-calculated predictions. Electrical System Requirements:Refer to AmperageDraw Chart and/or the "Musco Control System Summary"for electrical sizing. Installation Requirements:Results assume ± 3%nominal voltage at line side of the driver and structureslocated within 3 feet (1m) of design locations. ILLUMINATION SUMMARY Not to be reproduced in whole or part without the wriƩen consent of Musco Sports LighƟng, LLC. ©1981, 2025 Musco Sports LighƟng, LLC.ENGINEERED DESIGN By: • File #115656A • 19-Sep-25 C1 C2 D1 D2 A1 A2 B1 B2 0.15 0.19 0.18 0.17 0.17 0.12 0.18 0.25 0.24 0.27 0.27 0.16 0.09 0.06 0.05 0.05 0.05 0.06 0.08 0.11 0.18 0.19 0.19 0.14 0.04 0.02 0.02 0.03 0.05 0.06 0.06 0.05 0.06 0.07 0.07 0.070.060.040.030.010.030.090.120.100.080.040.03 0.03 0.03 0.03 0.03 0.04 0.07 0.11 0.17 0.25 0.32 0.31 0.33 0.34 0.15 0.57 0.65 0.38 0.23 0.28 0.77 1.04 0.95 0.38 0.13 0.14 SCALE IN FEET 1 : 80 0'80'160' Sorenson East Field Relight Ocoee,FL Grid Summary Name:Baseball Spill @ 5ft. Spacing:30.0' Height:5.0' above grade Illumination Summary INITIAL MAX VERTICAL FOOTCANDLES Entire Grid Scan Average: 0.1744 Maximum:1.0439 Minimum:0.0080 CU:0.00 No. of Points:72 FIXTURE INFORMATION Applied Circuits:A No. of Fixtures:44 Total Load:45.71 kW Pole location(s)dimensions are relative to 0,0 reference point(s) Guaranteed Performance:The ILLUMINATION described aboveis guaranteed per your Musco Warranty document. Field Measurements:Individual field measurements may varyfrom computer-calculated predictions. Electrical System Requirements:Refer to AmperageDraw Chart and/or the "Musco Control System Summary"for electrical sizing. Installation Requirements:Results assume ± 3%nominal voltage at line side of the driver and structureslocated within 3 feet (1m) of design locations. EQUIPMENT LAYOUT Not to be reproduced in whole or part without the wriƩen consent of Musco Sports LighƟng, LLC. ©1981, 2025 Musco Sports LighƟng, LLC.ENGINEERED DESIGN By: • File #115656A • 19-Sep-25 Sorenson East Field Relight Ocoee,FL Baseball Irregular 14 16 15 C1 17 18 29 31 30 C232 33 19 22 20 21 D1 23 24 27 25 26 D2 28 1 5 2 4 3 A1 6 40 43 41 42 A2 44 7 12 8 11 9 10 B1 13 34 38 35 37 36 B2 39 (0.00', 0.00', 0.00') SCALE IN FEET 1 : 60 0'60'120' Pole location(s)dimensions are relative to 0,0 reference point(s) Equipment Layout INCLUDES:· Baseball Electrical System Requirements:Refer to AmperageDraw Chart and/or the "Musco Control System Summary"for electrical sizing. Installation Requirements:Results assume ± 3%nominal voltage at line side of the driver and structureslocated within 3 feet (1m) of design locations. Equipment List For Areas Shown Structure Fixtures QTY STRUCTURE ID SIZE GLOBAL ELEVATION ABOVE GLOBAL LEVEL FIXTURE TYPE QTY/POLE 1 A1 70'- 70' 70' 15.5' TLC-LED-1200 TLC-LED-550 TLC-BT-575 4 1 1 3 A2 D1-D2 70'-70' 15.5' TLC-LED-1200 TLC-BT-575 4 1 1 B1 70'- 70' 70' 70' 15.5' TLC-LED-1200 TLC-LED-1500 TLC-LED-550 TLC-BT-575 2 3 1 1 1 B2 70'- 70' 70' 15.5' TLC-LED-1200 TLC-LED-1500 TLC-BT-575 2 3 1 2 C1-C2 70'-70' 15.5' TLC-LED-1200 TLC-BT-575 3 2 8 Totals 44 Single Fixture Amperage Draw Chart Driver SpeciĮcaƟons (.90 min power factor) Line Amperage Per Fixture (max draw) Single Phase Voltage 208 (60) 220 (60) 240 (60) 277 (60) 347 (60) 380 (60) 480 (60) TLC-LED-1500 8.4 7.9 7.3 6.3 5.0 4.6 3.6 TLC-LED-1200 6.9 6.5 6.0 5.2 4.2 3.8 3.0 TLC-BT-575 3.3 3.2 2.9 2.5 2.0 1.8 1.5 TLC-LED-550 3.2 3.0 2.8 2.4 1.9 1.8 1.4 Above Global Level is height of fixtures above design (0,0,0) Musco Sports Lighting * 2220 Cluster Oak Dr. #H * Clermont, FL 34711 Telephone (352) 243-9999 * Fax (352) 243-2791 SORENSON PARK Prepared for: City of Ocoee Date: October 1, 2025 Field Description: Pricing for: 320/355/310 Baseball Light Structure Green™ System delivered to your site in Five Easy Pieces™  Galvanized steel pole top luminaire assembly’s  UL Listed remote electrical component enclosure & Pole length wire harness  44 x Factory-aimed and assembled LED luminaires Also Includes:  10 Year warranty and maintenance program that includes all materials, labor  Guaranteed of a constant light for 10 years.  Control Link® System for flexible control and facility management of your lighting system.  Lighting Contactor Cabinet  10 year proactive monitoring  80% less glare light than other open faced LED technology Materials Only Pricing listed below is based on Clay County bid # 23/24-284 Field Description QTY $ Per Total 320/360/320 Baseball (50/30fc) 1 176,229$ 176,229$ Installation of fixturees to existing poles 8 8,000$ 64,000$ Deduct for Ocoee 1 (40,500)$ (40,500)$ TOTAL 199,729$  Sales tax is NOT included as part of this budget estimate. Retrofit installation  Reasonable access to the pole locations must be provided  No field reparations are included in quote. Pricing furnished is considered confidential. Divulging technical or pricing information to competitive vendors will result in removal from the bid list. Robert A. DeCouto