Loading...
Res No 144-23-16077RESOLUTION NO. 144-23-16077 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, APPROVING THE PURCHASE AND INSTALLATION OF SPORTS LED LIGHTING FROM MUSCO SPORTS LIGHTING, LLC FOR MURRAY PARK, USING THE CLAY COUNTY CONTRACT COMPETIVELY AWARDED PURSUANT TO REQUEST FOR PROPOSALS (RFP) NO. 18/19-2; AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT FOR THE PURCHASE AND INSTALLATION OF THE LIGHTING IN AN AMOUNT NOT TO EXCEED $165,000; PROVIDNG FOR AUTHORIZATION TO EXPEND FUNDS; PROVIDING FOR IMPLEMENTATION; CORRECTIONS, SEVERABILITY, AND AN EFFECTIVE DATE. WHEREAS, the purpose of this project is to convert the current sports field lights from metal halide lamp to LED technology on existing poles at Murray Park (the "Project"); and WHEREAS, the cu1Tent metal halide field lights need to be replaced every 12-to 16-months, since their brightness declines quickly; and WHEREAS, the proposed lighting system (the "Lights") is significantly more energy-efficient and provides better illumination than the current light system. Other benefits include longer lifespan, estimated between 50,000 to 100,000 hours (32 to 64 years) which means less frequent replacement and maintenance, reducing maintenance costs and inconvenience; and WHEREAS, Clay County, competitively procured Musco Sports Lighting, LLC (the ~'Contractor") and awarded an agreement for the purchase and installation of sports lighting pursuant to Request for Proposals No. 18/19-2 (the "Clay County Contract"); and WHEREAS, pursuant to Article III, Section 5 of the City Charter, the City may make purchases through other govemmental agencies that have followed similar bidding procedures; and WHEREAS, in accordance with Article III, Section 5 of the City Charter, the City Manager recommends approving an agreement with the Contractor for the purchase and installation of sports lighting fixtures on existing poles at Murray Park, in accordance with the Contractor's proposal attached here to as Exhibit "A" in the amount of$153,000; and WHEREAS, the City Commission finds that this Resolution is in the best interest and welfare of the City and its residents. NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AS FOLLOWS: Section 1. Recitals Adopted. The foregoing recitals are hereby ratified and confirmed as being tme and correct and are hereby made a specific part of this resolution upon adoption hereof. Page 1 of2 Res. No. 144-23-16077 Section 2. Approval of Purchase and Installation of Sports LED Lights for the Project from Contractor Pm·s ua1lt To Clay County Contract; Authorization to City Manager to Enter into an Agreement with Contractor. Th e Cit y Com mi ssion hereby approves the purchase aud installatiou of th e Li ght s fo r the Proj ec t fr om th e Con tract or, in accordance with the proposal of th e Co ntra ctor attached hereto as Exhibit "A" in th e amount of$ l53,000 and pursuant to the Clay County Co ntract. Th e City Co mmi ss ion here by authorizes th e City Manager to ne go ti ate and enter into an agreement with th e Con tra c to r, subj ec t to final approval of th e ag reement by the City Manager and City Attorney as to fo rm and legal suffic iency. Section 4. Authorization to Expend Funds. The Ci ty Manager is hereby authorized to expend fund s in an a mount not to exceed S 165 ,000 for the Lights of the Project, including the purchase and installa tion of the Lights from Co ntracto r in th e amo unt ofSl53,000 and a $12,000 contingency. The cost shall be funded and charged to th e Park Fac ilit y Impa c t Fund (PFIF), acco unt number I l 7- 2 000-572-6440 , which ha s a current fund ba lance of$966,453. Section 5 . Implementation. The City Manager is here by authorized to take any an d all necessa ry acti on to implement th e purp oses of thi s Resolution. Section 6 . Corrections. Confo rming language or te c hnical sc rivener-typ e correc tion s ma y be mad e by the City Attorney fo r any confonning amendm ent s to be incorporated into the final resolution for signature . Section 7. Severability. If any section, c lau se, se ntence, or phrase of tb is Reso lution is for any reaso n held invalid or unc onsti tutional by a court of competent jurisd iction, the holdin g shnll not affect th e validity of the remainin g portions of thi s Re solution . Section 8. adoption. Effective Date. This Resolution shall become effective imm ed iately upon PA SSED AND ADOPTED thi s 7i1t day of November. 2023. ATTEST: READ AND APPROVED AS TO FORM, LANGUAGE, LEGALITY AND EXEC~ WEISS SEROT A HELFMAN COLE & BIERMAN, P.L. CITY ATTORNEY APPROVED: COMM ISSION VOTE: Mayor Fem,111dez: Vice Mayor Bonich: Co mmi ssio ne r Ca lle: Commi ss ioner Liebman : Co mmi ssioner Co rey: Page 2 of2 5-0 Yea Yea Yea Yea Yea Agenda Item No:3. City Commission Agenda Item Report Meeting Date: November 7, 2023 Submitted by: Quentin Pough Submitting Department: Parks & Recreation Item Type: Resolution Agenda Section: Subject: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, APPROVING THE PURCHASE AND INSTALLATION OF SPORTS LED LIGHTING FROM MUSCO SPORTS LIGHTING, LLC FOR MURRAY PARK, USING THE CLAY COUNTY CONTRACT COMPETIVELY AWARDED PURSUANT TO REQUEST FOR PROPOSALS (RFP) NO. 18/19-2; AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT FOR THE PURCHASE AND INSTALLATION OF THE LIGHTING IN AN AMOUNT NOT TO EXCEED $165,000; PROVIDNG FOR AUTHORIZATION TO EXPEND FUNDS; PROVIDING FOR IMPLEMENTATION; CORRECTIONS, SEVERABILITY, AND AN EFFECTIVE DATE. 3/5 (CITY MANAGER-PARKS & RECREATION DEPT.) Suggested Action: Attachments: Memo-Sports_Field_Lighting__4_ (1).docx Resolution_Re_Murray_Park_Lighting_-_CAv3-2.docx Exhibit A-Proposal.pdf Murray Park Relight Design.pdf Clay County Bid Sheet 11-14-18.pdf 1st Renewal Backup piggyback.pdf Clay County Contract Minutes_2023_5_23_Meeting(1227) - 2nd & Final Renewal.pdf Notice of Intent RFP 1819-2.pdf 1819-2 Equip & Amenities Parks & Playgrounds.pdf 1 CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM TO:The Honorable Mayor, Vice Mayor, and Members of the City Commission FROM:Genaro “Chip” Iglesias,City Manager DATE:November 7, 2023 SUBJECT:Convert sports field lights to LED technology at Muray Park. RECOMMENDATION:Approval of the purchase and installation of LED lighting from Musco Sports Lighting, LLC for Murray Park in an amount not to exceed $165,000. BACKGROUND:The purpose of this project is to convert the current sports field lights from metal halide lamp to LED technology on existing poles at Murray Park. The current metal halide field lights need to be replaced every 12-to 16 months, since their brightness declines quickly.In the past two (2) years, the City has spent roughly $22,438 (or $11,219 each year)for field light repairs and/or replacement.Said pricing includes repairs to fixtures, light bulb changes, ballast and capacitor replacements, 80’ boom lift rental,professional labor workers (i.e. electrician, journeymen), and site restoration.For safety purposes, all field activities are suspended for weeks while repairs are conducted, thus creating a disruption in program services. The proposed LED lighting system further standardizes our lighting control and monitoring system throughout the city’s park system. Said lighting system is significantly more energy-efficient and provides better illumination than the current light system. Other benefits include longer lifespan—estimated between 50,000 to 100,000 hours (32 to 64 years) which means less frequent replacement and maintenance, reduced maintenance costs and inconvenience,—instant illumination, more eco- friendly, and mobile app remote control access.Musco Sports Lighting’s product assurance and warranty program includes 10 years on parts and labor. There is no invasive fieldwork required for this project. The Contractor will provide all labor, equipment, and materials including control and 2 CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM monitoring cabinet, necessary wiring, and control circuit pertaining to the connection and activation of the proposed LED sports lighting. Clay County competitively procured Musco Sports Lighting, LLC and awarded an agreement for the purchase and installation of sports lighting pursuant to Request for Proposals No. 18/19-2. By way of this piggyback agreement, the City saves time and benefits from the combined buying power of multiple agencies, thereby reducing costs. The current pricing provided to the City, per the Clay County Contract #18/19-2, was accepted in 2019 before the COVID-19 pandemic and supply chain issues. The contract did not include any price increases or escalators. The Capital Improvement Plan for FY 24 was approved including a $300,000 allocation for this project. VENDOR &EXPENSE:Musco Sports Lighting, LLC Proposal/contract amount shall not to exceed $153,000. A $12,000 contingency will be added to the contract amount for any unforeseen construction-related activity. FUND ACCOUNT:Park Facility Impact Fund (PFIF), account number 117-2000-572-6440, which has a current fund balance of $966,453. ATTACHMENTS:Resolution Quotation – Musco Sports Lighting, LLC Murray Park Relight Design Clay County Bid Sheet Musco Bid Submittal Clay County 1st Renewal Backup Piggyback Clay County 2nd Renewal Notice of Intent RFP 1819-2 1819-2 Equipment & Amenities for Parks & Playgrounds 3 EXHIBIT A MUSCO SPORTS LIGHTING PROPOSAL LOCATION: MURRAY PARK 6 2016, 2021 Musco Sports Lighting, LLC - 1 - M-2038-enUS-10 Quote Quote Date: October 20, 2023 Project: Murray Park To: City of South Miami South Miami, FL Clay County RFP 18/19-2 Quotation Price – Materials Delivered to Job Site and Installation (2) Basketball Courts, Multipurpose Fields, & Playground ........................................................................................................................ $153,000.00 Sales tax, bonding, and permit fees are not included. Pricing furnished is effective for 60 days unless otherwise noted and is considered confidential. Field Description Quantity Pricing Per Clay County Extended Price (Section I) Soccer – 330’ by 200’ – 30 Footcandles – SportsCluster 1 $90,600.00 $90,600.00 (Section I) Basketball – Outdoor – 2 Courts - 50 Footcandles – SportsCluster 1 $44,300.00 $44,300.00 (Section III G) Installation of Fixtures on Existing Poles 5 $6,000.00 $30,000.00 (Section IV C a) Installation of Contactor Cabinet 1 $5,750.00 $5,750.00 (Section IV D 1) Lightning Protection – Surge Protection 5 $1,200.00 $6,000.00 (Section IV E 1) Pole Grounding 5 $900.00 $4,500.00 (Section V F) Project Management 1 $6,000.00 $6,000.00 Deduct / Design Parameters / Labor -34,150.00 Total $153,000.00 7 2016, 2021 Musco Sports Lighting, LLC - 2 - M-2038-enUS-10 Quote Quote SportsCluster® system with Total Light Control – TLC for LED™ technology Guaranteed Lighting Performance • Guaranteed light levels of 30fc – per design • UL Listed assemblies System Description • Factory wired poletop luminaire assemblies • Factory aimed and assembled luminaires, including BallTracker® luminaires • Factory wired and tested remote electrical component enclosures • Pole length, factory assembled wire harnesses • Mounting hardware for poletop luminaire assemblies and electrical components enclosures • Disconnects • UL Listed assemblies Environmental Light Control • Spill light minimized • Off-site glare light minimized Control Systems and Services • Control-Link® control and monitoring system to provide remote on/off and dimming (high/medium/low) control and performance monitoring with 24/7 customer support Operation and Warranty Services • Product assurance and warranty program that covers materials and onsite labor, eliminating 100% of your maintenance costs for 10 years • Support from Musco’s Lighting Services Team – over 170 Team members dedicated to operating and maintaining your lighting system – plus a network of 1800+ contractors Installation Services Provided Customer Responsibilities: 1. Complete access to the site for construction using standard 2-wheel drive rubber tire equipment. 2. Locate existing underground utilities not covered by your local utilities. (i.e. water lines, electrical lines, irrigation systems, and sprinkler heads). Musco or Subcontractor will not be responsible for repairs to unmarked utilities. 3. Locate and mark field reference points per Musco supplied layout. (i.e. home plate, center of FB field). 4. Ensure existing poles are structurally adequate to handle new fixture lo ading. 5. Ensure usability of existing underground wiring. 6. Pay any necessary power company fees and requirements. 7. Pay all permitting fees. 8. Provide any existing as-built documents or drawings. 9. Provide sealed Electrical Plans. (If required) Musco Responsibilities: 1. Provide required fixtures, electrical enclosures, mounts, hardware, wire harnesses, and control cabinets. 2. Provide fixture layout and aiming diagram. 3. Provide Contract Management as required. 4. Assist our installing subcontractor and ensure our responsibilities are satisfied. 8 2016, 2021 Musco Sports Lighting, LLC - 3 - M-2038-enUS-10 Quote Quote Musco Subcontractor Responsibilities General: 1. Obtain any required permitting. 2. Contact local utilities for locating public utilities and confirm they have been clearly marked. 3. Contact the facility owner/manager to confirm the existing private underground utilities and irrigation systems have been located and are clearly marked to avoid damage from construction equipment. Repair any such damage during construction. 4. Provide labor, equipment, and materials to off load equipment at jobsite per scheduled delivery. 5. Provide storage containers for material, (including electrical components enclosures), as needed. 6. Provide necessary waste disposal and daily cleanup. 7. Provide security to protect Musco products from theft, vandalism, or damage during the installation. 8. Keep all heavy equipment off playing fields when possible. Repair damage to grounds which exceeds that which would be expected. Indentations caused by heavy equipment traveling over dry ground would be an example of expected damage. Ruts and sod damage caused by equipment traveling over wet grounds would be an example of damage requiring repair. 9. Provide startup and aiming as required to provide complete and operating sports lighting system. 10. Installation to commence upon delivery and proceed without interruption until complete. Musco to be immediately notified of any breaks in schedule or delays. Demolition: 1. Remove and dispose of the existing fixtures, and electrical enclosures. This will include the recycling of lamps, aluminum reflectors, ballast, and steel, as necessary. 2. Leave existing ground wires and power feed in place for connection to new lighting equipment. Retrofit Musco Equipment to Existing Poles: 1. Provide labor, materials, and equipment to assemble and install Musco TLC for LED® equipment on 5 existing poles and terminate grounding and power feed. Power feed may need to be reworked to adapt to the new Musco equipment. 2. Ensure grounding components meet minimum standards required by NEC and NFPA780. 3. Provide new ground rod and pole bonding conductor per NFPA Annex A.1.6. 4. Down conductor shall be converter to copper wire for any underground runs and bonded to ground rod(s). 5. Ensure all Musco components are bonded to both equipment and lightning grounds. No upward sweeps allowed for lightning down conductor or bonding jumper(s). See installation instructions for further information. 6. Test ground resistance with 3-point megger and confirm 25 ohms or less for each pole. Install additional ground rods or create grounding grid until resistance of 25 ohms or less is achieved. Electrical: 1. Provide materials and equipment to reuse existing electrical service panels as required. 2. Provide materials and equipment to reuse existing electrical wiring as permitted. 3. Provide as built drawings on completion of installation, (if required). Control System: 1. Provide labor, equipment, and materials to terminate all necessary wiring at existing controls cabinet. 2. Check all zones to make sure they work in both auto and manual mode. 3. Commission Control-Link® by contacting Control-Link Central™ at 877-347-3319. 9 2016, 2021 Musco Sports Lighting, LLC - 4 - M-2038-enUS-10 Quote Quote Payment Terms Net 30 days for materials and progressive payments for labor. Delivery Timing 8-10 weeks for delivery of materials to the job site from the time of order, submittal approval, and confirmation of order details including voltage, phase, and pole locations. Due to the built-in custom light control per luminaire, pole locations need to be confirmed prior to production. Changes to pole locations after the product is sent to production could result in additional charges. Notes Quote is based on: • Shipment of entire project together to one location. • 480 Volt, 3 Phase electrical system requirement. • Owner is responsible for getting electrical power to the site, coordination with the utility, and any power company fees. • Product assurance and warranty program is contingent upon site review and compatibility with Musco’s lighting system Thank you for considering Musco for your lighting needs. Please contact me with any questions or if you need additional details. Jason Frucht Sales Representative Musco Sports Lighting, LLC Phone: 954-732-5674 E-mail: jason.frucht@musco.com 10 PROJECT SUMMARY Not to be reproduced in whole or part without the written consent of Musco Sports Lighting, LLC. ©1981, 2023 Musco Sports Lighting, LLC.ENGINEERED DESIGN By: Noah Bix · File #149717A · 16-Oct-23 Murray Park Relight South Miami, FL LighƟng System Pole / Fixture Summary Pole ID Pole Height Mtg Height Fixture Qty Luminaire Type Load Circuit P1-P2 80'80'2 TLC-LED-1200 2.34 kW B 40'4 TLC-LED-550 2.16 kW A P3 80'80'4 TLC-LED-1200 4.68 kW B P4 80'80'4 TLC-LED-550 2.16 kW C 80'1 TLC-LED-900 0.88 kW C P5 80'80'2 TLC-LED-550 1.08 kW C 80'1 TLC-LED-900 0.88 kW C 5 24 18.68 kW Circuit Summary Circuit Description Load Fixture Qty A Basketball 4.32 kW 8 B South Field 9.36 kW 8 C North Field 5.0 kW 8 Fixture Type Summary Type Source Wattage Lumens L90 L80 L70 Quantity TLC-LED-550 LED 5700K - 75 CRI 540W 67,000 >120,000 >120,000 >120,000 14 TLC-LED-900 LED 5700K - 75 CRI 880W 104,000 >120,000 >120,000 >120,000 2 TLC-LED-1200 LED 5700K - 75 CRI 1170W 150,000 >120,000 >120,000 >120,000 8 Single Luminaire Amperage Draw Chart Driver (.90 min power factor)Max Line Amperage Per Luminaire Single Phase Voltage 208 (60) 220 (60) 240 (60) 277 (60) 347 (60) 380 (60) 480 (60) TLC-LED-550 3.2 3.0 2.8 2.4 1.9 1.8 1.4 TLC-LED-900 5.2 4.9 4.5 3.9 3.1 2.9 2.3 TLC-LED-1200 6.9 6.5 6.0 5.2 4.2 3.8 3.0 Light Level Summary Calculation Grid Summary IlluminationGrid Name Calculation Metric Ave Min Max Max/Min Ave/Min Circuits Fixture Qty Basketball 1 Horizontal Illuminance 38.2 21 48 2.34 1.82 A 8 Basketball 2 Horizontal Illuminance 37.8 21 48 2.33 1.80 A 8 North Field Horizontal Illuminance 34.7 19 44 2.28 1.83 C 8 Playground Horizontal 15.6 3 28 8.75 5.18 C 8 South Field Horizontal Illuminance 30.3 18 42 2.31 1.68 B 8 Spill/Glare - Residential Horizontal 0.09 0 0.35 239.81 A,B,C 24 Spill/Glare - Residential Max Candela (by Fixture)3155 207 12473 60.12 15.21 A,B,C 24 Spill/Glare - Residential Max Vertical Illuminance Metric 0.21 0.01 0.90 162.68 20.79 A,B,C 24 11 ILLUMINATION SUMMARY Not to be reproduced in whole or part without the written consent of Musco Sports Lighting, LLC. ©1981, 2023 Musco Sports Lighting, LLC.ENGINEERED DESIGN By: Noah Bix · File #149717A · 16-Oct-23 21 23 25 24 21 26 30 35 35 31 29 35 43 46 42 31 37 44 47 46 32 39 43 47 45 38 41 44 48 48 42 44 48 48 46 37 41 41 42 41 33'34'P1 SCALE IN FEET 1 : 20 0'20'40' EQUIPMENT LIST FOR AREAS SHOWN Pole Luminaires QTY LOCATION SIZE GRADE ELEVATION MOUNTING HEIGHT LUMINAIRE TYPE QTY / POLE THIS GRID OTHER GRIDS2P1-P2 80'-40' 80' TLC-LED-550 TLC-LED-1200 4 2 4 0 0 2 2 TOTALS 12 8 4 Pole locaƟon(s)dimensions are relaƟve to 0,0 reference point(s) Murray Park Relight South Miami, FL GRID SUMMARY Name: Basketball 1 Size: 84' x 50' Spacing: 10.0' x 10.0' Height: 3.0' above grade ILLUMINATION SUMMARY MAINTAINED HORIZONTAL FOOTCANDLES EnƟre Grid Guaranteed Average:30 Scan Average:38.18 Maximum:48 Minimum:21 Avg / Min:1.85 Guaranteed Max / Min:2.5 Max / Min:2.34 UG (adjacent pts):1.47 CU:0.28 No. of Points:40 LUMINAIRE INFORMATION Applied Circuits: A No. of Luminaires: 8 Total Load: 4.32 kW Guaranteed Performance:The ILLUMINATION described above is guaranteed per your Musco Warranty document and includes a 0.95 dirt depreciaƟon factor. Field Measurements:Individual Įeld measurements may vary from computer-calculated predicƟons and should be taken in accordance with IESNA RP-6-15. Electrical System Requirements:Refer to Amperage Draw Chart and/or the "Musco Control System Summary" for electrical sizing. InstallaƟon Requirements:Results assume ± 3% nominal voltage at line side of the driver and structures located within 3 feet (1m) of design locaƟons. 12 ILLUMINATION SUMMARY Not to be reproduced in whole or part without the written consent of Musco Sports Lighting, LLC. ©1981, 2023 Musco Sports Lighting, LLC.ENGINEERED DESIGN By: Noah Bix · File #149717A · 16-Oct-23 22 25 25 23 21 32 36 35 31 27 43 45 43 36 30 44 45 43 37 32 44 45 43 39 33 48 47 45 42 39 48 48 48 45 42 37 37 38 37 35 35'29'P2 SCALE IN FEET 1 : 20 0'20'40' EQUIPMENT LIST FOR AREAS SHOWN Pole Luminaires QTY LOCATION SIZE GRADE ELEVATION MOUNTING HEIGHT LUMINAIRE TYPE QTY / POLE THIS GRID OTHER GRIDS2P1-P2 80'-40' 80' TLC-LED-550 TLC-LED-1200 4 2 4 0 0 2 2 TOTALS 12 8 4 Pole locaƟon(s)dimensions are relaƟve to 0,0 reference point(s) Murray Park Relight South Miami, FL GRID SUMMARY Name: Basketball 2 Size: 84' x 50' Spacing: 10.0' x 10.0' Height: 3.0' above grade ILLUMINATION SUMMARY MAINTAINED HORIZONTAL FOOTCANDLES EnƟre Grid Guaranteed Average:30 Scan Average:37.84 Maximum:48 Minimum:21 Avg / Min:1.82 Guaranteed Max / Min:2.5 Max / Min:2.33 UG (adjacent pts):1.44 CU:0.28 No. of Points:40 LUMINAIRE INFORMATION Applied Circuits: A No. of Luminaires: 8 Total Load: 4.32 kW Guaranteed Performance:The ILLUMINATION described above is guaranteed per your Musco Warranty document and includes a 0.95 dirt depreciaƟon factor. Field Measurements:Individual Įeld measurements may vary from computer-calculated predicƟons and should be taken in accordance with IESNA RP-6-15. Electrical System Requirements:Refer to Amperage Draw Chart and/or the "Musco Control System Summary" for electrical sizing. InstallaƟon Requirements:Results assume ± 3% nominal voltage at line side of the driver and structures located within 3 feet (1m) of design locaƟons. 13 ILLUMINATION SUMMARY Not to be reproduced in whole or part without the written consent of Musco Sports Lighting, LLC. ©1981, 2023 Musco Sports Lighting, LLC.ENGINEERED DESIGN By: Noah Bix · File #149717A · 16-Oct-23 21 26 36 40 35 26 20 25 28 37 42 39 31 25 25 30 38 39 36 33 27 26 35 40 39 35 33 28 26 37 39 36 34 31 26 23 34 35 32 30 27 22 20 32 35 30 29 25 20 21 34 36 33 32 27 20 35 36 34 31 22 28 25 22 18 P3 74'28'58'126'74'132' P1 P2 SCALE IN FEET 1 : 30 0'30'60' EQUIPMENT LIST FOR AREAS SHOWN Pole Luminaires QTY LOCATION SIZE GRADE ELEVATION MOUNTING HEIGHT LUMINAIRE TYPE QTY / POLE THIS GRID OTHER GRIDS2P1-P2 80'-40' 80' TLC-LED-550 TLC-LED-1200 4 2 0 2 4 0 1 P3 80'-80'TLC-LED-1200 4 4 0 3 TOTALS 16 8 8 Pole locaƟon(s)dimensions are relaƟve to 0,0 reference point(s) Murray Park Relight South Miami, FL GRID SUMMARY Name: South Field Size: 190' x 130' Spacing: 20.0' x 20.0' Height: 3.0' above grade ILLUMINATION SUMMARY MAINTAINED HORIZONTAL FOOTCANDLES EnƟre Grid Guaranteed Average:30 Scan Average:30.30 Maximum:42 Minimum:18 Avg / Min:1.68 Guaranteed Max / Min:2.5 Max / Min:2.31 UG (adjacent pts):1.62 CU:0.64 No. of Points:65 LUMINAIRE INFORMATION Applied Circuits: B No. of Luminaires: 8 Total Load: 9.36 kW Guaranteed Performance:The ILLUMINATION described above is guaranteed per your Musco Warranty document and includes a 0.95 dirt depreciaƟon factor. Field Measurements:Individual Įeld measurements may vary from computer-calculated predicƟons and should be taken in accordance with IESNA RP-6-15. Electrical System Requirements:Refer to Amperage Draw Chart and/or the "Musco Control System Summary" for electrical sizing. InstallaƟon Requirements:Results assume ± 3% nominal voltage at line side of the driver and structures located within 3 feet (1m) of design locaƟons. 14 ILLUMINATION SUMMARY Not to be reproduced in whole or part without the written consent of Musco Sports Lighting, LLC. ©1981, 2023 Musco Sports Lighting, LLC.ENGINEERED DESIGN By: Noah Bix · File #149717A · 16-Oct-23 21 26 30 32 33 34 36 35 35 33 26 33 37 36 36 37 39 40 38 35 31 37 41 42 40 39 40 41 41 37 31 37 42 44 43 40 41 42 42 37 28 34 39 42 42 40 38 38 38 33 24 30 34 37 38 38 35 34 31 27 19 24 28 31 33 32 30 28 24 21 P4 P5 13'60'67'2' SCALE IN FEET 1 : 20 0'20'40' EQUIPMENT LIST FOR AREAS SHOWN Pole Luminaires QTY LOCATION SIZE GRADE ELEVATION MOUNTING HEIGHT LUMINAIRE TYPE QTY / POLE THIS GRID OTHER GRIDS1P480'-80' 80' TLC-LED-900 TLC-LED-550 1 2/2* 1 4 0 0 1 P5 80'-80' 80' TLC-LED-900 TLC-LED-550 1 2 1 2 0 0 2 TOTALS 8 8 0 * This structure uƟlizes a back-to-back mounƟng conĮguraƟon Pole locaƟon(s)dimensions are relaƟve to 0,0 reference point(s) Murray Park Relight South Miami, FL GRID SUMMARY Name: North Field Size: 70' x 105' Spacing: 10.0' x 10.0' Height: 3.0' above grade ILLUMINATION SUMMARY MAINTAINED HORIZONTAL FOOTCANDLES EnƟre Grid Guaranteed Average:30 Scan Average:34.70 Maximum:44 Minimum:19 Avg / Min:1.80 Guaranteed Max / Min:2.5 Max / Min:2.28 UG (adjacent pts):1.29 CU:0.40 No. of Points:70 LUMINAIRE INFORMATION Applied Circuits: C No. of Luminaires: 8 Total Load: 5.0 kW Guaranteed Performance:The ILLUMINATION described above is guaranteed per your Musco Warranty document and includes a 0.95 dirt depreciaƟon factor. Field Measurements:Individual Įeld measurements may vary from computer-calculated predicƟons and should be taken in accordance with IESNA RP-6-15. Electrical System Requirements:Refer to Amperage Draw Chart and/or the "Musco Control System Summary" for electrical sizing. InstallaƟon Requirements:Results assume ± 3% nominal voltage at line side of the driver and structures located within 3 feet (1m) of design locaƟons. 15 ILLUMINATION SUMMARY Not to be reproduced in whole or part without the written consent of Musco Sports Lighting, LLC. ©1981, 2023 Musco Sports Lighting, LLC.ENGINEERED DESIGN By: Noah Bix · File #149717A · 16-Oct-23 P4 P5 11 11 11 10 8 6 3 13 14 14 14 12 9 6 14 15 16 17 15 12 9 13 15 17 18 17 14 11 13 15 17 18 18 16 12 15 18 19 19 18 16 13 18 22 24 23 20 17 13 23 26 28 28 24 19 14 13'60'67'2' SCALE IN FEET 1 : 20 0'20'40' EQUIPMENT LIST FOR AREAS SHOWN Pole Luminaires QTY LOCATION SIZE GRADE ELEVATION MOUNTING HEIGHT LUMINAIRE TYPE QTY / POLE THIS GRID OTHER GRIDS1P480'-80' 80' TLC-LED-900 TLC-LED-550 1 2/2* 1 4 0 0 1 P5 80'-80' 80' TLC-LED-900 TLC-LED-550 1 2 1 2 0 0 2 TOTALS 8 8 0 * This structure uƟlizes a back-to-back mounƟng conĮguraƟon Pole locaƟon(s)dimensions are relaƟve to 0,0 reference point(s) Murray Park Relight South Miami, FL GRID SUMMARY Name: Playground Size: 70' x 105' Spacing: 10.0' x 10.0' Height: 3.0' above grade ILLUMINATION SUMMARY MAINTAINED HORIZONTAL FOOTCANDLES EnƟre Grid Scan Average:15.55 Maximum:28 Minimum:3 Avg / Min:4.83 Max / Min:8.75 UG (adjacent pts):1.86 CU:0.14 No. of Points:56 LUMINAIRE INFORMATION Applied Circuits: C No. of Luminaires: 8 Total Load: 5.0 kW Guaranteed Performance:The ILLUMINATION described above is guaranteed per your Musco Warranty document and includes a 0.95 dirt depreciaƟon factor. Field Measurements:Individual Įeld measurements may vary from computer-calculated predicƟons and should be taken in accordance with IESNA RP-6-15. Electrical System Requirements:Refer to Amperage Draw Chart and/or the "Musco Control System Summary" for electrical sizing. InstallaƟon Requirements:Results assume ± 3% nominal voltage at line side of the driver and structures located within 3 feet (1m) of design locaƟons. 16 ILLUMINATION SUMMARY Not to be reproduced in whole or part without the written consent of Musco Sports Lighting, LLC. ©1981, 2023 Musco Sports Lighting, LLC.ENGINEERED DESIGN By: Noah Bix · File #149717A · 16-Oct-23 P3 P1 P2 P4 P5 0.010.010.030.050.040.030.080.200.200.060.020.01 0.00 0.00 0.00 0.13 0.35 0.22 0.10 0.07 0.13 0.26 0.26 0.13 0.07 0.02 0.01 0.00 0.00 SCALE IN FEET 1 : 80 0'80'160' Pole locaƟon(s)dimensions are relaƟve to 0,0 reference point(s) Murray Park Relight South Miami, FL GRID SUMMARY Name:Spill/Glare - ResidenƟal Spacing: 30.0' Height: 3.0' above grade ILLUMINATION SUMMARY HORIZONTAL FOOTCANDLES EnƟre Grid Scan Average:0.0861 Maximum:0.35 Minimum:0.00 No. of Points:29 LUMINAIRE INFORMATION Applied Circuits: A, B, C No. of Luminaires: 24 Total Load: 18.68 kW Guaranteed Performance:The ILLUMINATION described above is guaranteed per your Musco Warranty document. Field Measurements:Individual Įeld measurements may vary from computer-calculated predicƟons and should be taken in accordance with IESNA RP-6-15. Electrical System Requirements:Refer to Amperage Draw Chart and/or the "Musco Control System Summary" for electrical sizing. InstallaƟon Requirements:Results assume ± 3% nominal voltage at line side of the driver and structures located within 3 feet (1m) of design locaƟons. 17 ILLUMINATION SUMMARY Not to be reproduced in whole or part without the written consent of Musco Sports Lighting, LLC. ©1981, 2023 Musco Sports Lighting, LLC.ENGINEERED DESIGN By: Noah Bix · File #149717A · 16-Oct-23 P3 P1 P2 P4 P5 0.020.040.070.090.070.060.170.380.380.120.050.02 0.01 0.01 0.01 0.25 0.64 0.41 0.18 0.16 0.39 0.86 0.90 0.43 0.23 0.06 0.02 0.01 0.01 SCALE IN FEET 1 : 80 0'80'160' Pole locaƟon(s)dimensions are relaƟve to 0,0 reference point(s) Murray Park Relight South Miami, FL GRID SUMMARY Name:Spill/Glare - ResidenƟal Spacing: 30.0' Height: 3.0' above grade ILLUMINATION SUMMARY MAX VERTICAL FOOTCANDLES EnƟre Grid Scan Average:0.2079 Maximum:0.90 Minimum:0.01 No. of Points:29 LUMINAIRE INFORMATION Applied Circuits: A, B, C No. of Luminaires: 24 Total Load: 18.68 kW Guaranteed Performance:The ILLUMINATION described above is guaranteed per your Musco Warranty document. Field Measurements:Individual Įeld measurements may vary from computer-calculated predicƟons and should be taken in accordance with IESNA RP-6-15. Electrical System Requirements:Refer to Amperage Draw Chart and/or the "Musco Control System Summary" for electrical sizing. InstallaƟon Requirements:Results assume ± 3% nominal voltage at line side of the driver and structures located within 3 feet (1m) of design locaƟons. 18 ILLUMINATION SUMMARY Not to be reproduced in whole or part without the written consent of Musco Sports Lighting, LLC. ©1981, 2023 Musco Sports Lighting, LLC.ENGINEERED DESIGN By: Noah Bix · File #149717A · 16-Oct-23 P3 P1 P2 P4 P5 394808110910796107513083596855981211765369 207 494 949 4809 12473 8287 3492 3102 4245 12214 9498 4627 1528 1429 1176 785 446 SCALE IN FEET 1 : 80 0'80'160' Pole locaƟon(s)dimensions are relaƟve to 0,0 reference point(s) Murray Park Relight South Miami, FL GRID SUMMARY Name:Spill/Glare - ResidenƟal Spacing: 30.0' Height: 3.0' above grade ILLUMINATION SUMMARY CANDELA (PER FIXTURE) EnƟre Grid Scan Average: 3155.4546 Maximum: 12472.79 Minimum:207.46 No. of Points:29 LUMINAIRE INFORMATION Applied Circuits: A, B, C No. of Luminaires: 24 Total Load: 18.68 kW Guaranteed Performance:The ILLUMINATION described above is guaranteed per your Musco Warranty document. Field Measurements:Individual Įeld measurements may vary from computer-calculated predicƟons and should be taken in accordance with IESNA RP-6-15. Electrical System Requirements:Refer to Amperage Draw Chart and/or the "Musco Control System Summary" for electrical sizing. InstallaƟon Requirements:Results assume ± 3% nominal voltage at line side of the driver and structures located within 3 feet (1m) of design locaƟons. 19 EQUIPMENT LAYOUT Not to be reproduced in whole or part without the written consent of Musco Sports Lighting, LLC. ©1981, 2023 Musco Sports Lighting, LLC.ENGINEERED DESIGN By: Noah Bix · File #149717A · 16-Oct-23 Basketball 1 84' x 50' Basketball 2 84' x 50' South Field 190' x 130' 15 18 16 17 P3 9 10 P1 11 14 12 13 19 20 P2 21 24 22 23 North Field 70' x 105' 1 3 2 P4 4 5 6 8 7 P5 SCALE IN FEET 1 : 80 0'80'160' Pole locaƟon(s)dimensions are relaƟve to 0,0 reference point(s) Murray Park Relight South Miami, FL EQUIPMENT LAYOUT INCLUDES: · Basketball 1 · Basketball 2 · North Field · South Field Electrical System Requirements:Refer to Amperage Draw Chart and/or the "Musco Control System Summary" for electrical sizing. InstallaƟon Requirements:Results assume ± 3% nominal voltage at line side of the driver and structures located within 3 feet (1m) of design locaƟons. EQUIPMENT LIST FOR AREAS SHOWN Pole Luminaires QTY LOCATION CLASS GRADE ELEVATION MOUNTING HEIGHT LUMINAIRE TYPE QTY / POLE 2 P1-P2 -40' 80' TLC-LED-550 TLC-LED-1200 4 2 1 P3 -80'TLC-LED-1200 4 1 P4 -80' 80' TLC-LED-900 TLC-LED-550 1 2/2* 1 P5 -80' 80' TLC-LED-900 TLC-LED-550 1 2 5 TOTALS 24 * This structure uƟlizes a back-to-back mounƟng conĮguraƟon SINGLE LUMINAIRE AMPERAGE DRAW CHART Driver (.90 min power factor) Line Amperage Per Luminaire (max draw) Single Phase Voltage 208 (60) 220 (60) 240 (60) 277 (60) 347 (60) 380 (60) 480 (60) TLC-LED-550 3.2 3.0 2.8 2.4 1.9 1.8 1.4 TLC-LED-900 5.2 4.9 4.5 3.9 3.1 2.9 2.3 TLC-LED-1200 6.9 6.5 6.0 5.2 4.2 3.8 3.0 20 Clay County Sports Lighting Bid Sheet Manufacturer: Musco Sports Lighting, LLC Address: 100 1st Ave West, PO Box 808 City, State, Zip Code: Oskaloosa, IA 52577 Contact: Ryan Tighe Phone: 800-825-6030 Fax: 641-673-1996 Email: musco.contracts@musco.com Federal ID#: 42-1511754 Terms: 25% of contract price required with order. Balance due Net 30 days upon delivery. All prices include delivery within Clay County, FL to the job site and are for the lighting system materials only. Section 1: Musco Sports Lighting Price List A. Light-Structure System with Total Light Control – TLC for LED™ & SportsCluster System with Total Light Control – TLC for LED™ Light-Structure System with Total Light Control – TLC for LED™ The Light-Structure System with TLC for LED™ includes precast concrete bases, galvanized steel poles, electrical components enclosures, wire harnesses, luminaire assemblies and the Control- Link® control system. Installation is NOT included in pricing for the items listed in Section 1. WARRANTY AND GUARANTEE: Musco will provide all materials and labor to maintain operation of the Light-Structure System™ to original design criteria for 25 years. Musco products and services are guaranteed to perform for the customer as detailed in the “Musco Constant 25™” document. SportsCluster System with Total Light Control – TLC for LED™ SportsCluster System with TLC for LED™ includes electrical components enclosures, wire harnesses, luminaire assemblies and the Control-Link® control system (does not include poles or concrete bases). Utilizes existing sports lighting poles that are compatible with Musco’s lighting system. Installation is NOT included in the pricing for the items listed in Section 1. WARRANTY AND GUARANTEE: Musco will provide all materials and labor to maintain operation of the SportsCluster System® to original design criteria for 10 years. Musco products and services are guaranteed to perform for the customer as detailed in the “Musco Constant 10™” document. The Constant 10™ warranty is contingent upon a site inspection. FOOTBALL Field Size Pole Setback Average Maintained Light Level Price for Light- Structure TLC-LED Materials Price for SportsCluster TLC-LED Materials Average Maintained Light Level Price for Light- Structure TLC-LED Materials Price for SportsCluster TLC-LED Materials 360’ x 160’ 50’ 30 FC $153,700 $106,100 50 FC $234,100 $156,100 360’ x 160’ 70’ 30 FC $187,300 $118,400 50 FC $266,700 $168,600 360’ x 160’ 100’ 30 FC $219,100 $118,700 50 FC $319,500 $169,100 360’ x 160’ 120’ 30 FC $237,800 $130,700 50 FC $331,800 $187,300 21 SOCCER Field Size Pole Setback Average Maintained Light Level Price for Light- Structure TLC-LED Materials Price for SportsCluster TLC-LED Materials Average Maintained Light Level Price for Light- Structure TLC-LED Materials Price for SportsCluster TLC-LED Materials 330x200 30’ 30 FC $166,000 $90,600 50 FC $211,800 $131,700 330x200 50’ 30 FC $166,000 $90,600 50 FC $224,400 $143,800 360x210 30’ 30 FC $166,000 $90,600 50 FC $224,400 $143,800 360x210 50’ 30 FC $177,700 $106,100 50 FC $257,100 $164,500 360x225 30’ 30 FC $178,600 $105,800 50 FC $237,000 $155,800 360x225 50’ 30 FC $179,500 $106,100 50 FC $271,500 $170,200 TENNIS # Courts Average Maintained Light Level Price for Light-Structure TLC-LED Materials Price for SportsCluster TLC-LED Materials 2 50 FC $69,500 $49,400 3 50 FC $81,500 $52,600 4 50 FC $81,500 $52,600 6 50 FC $162,400 $102,300 BASKETBALL - OUTDOOR # Courts Average Maintained Light Level Price for Light-Structure TLC-LED Materials Price for SportsCluster TLC-LED Materials 2 50 FC $61,100 $44,300 BASEBALL / SOFTBALL Field Type Field Size Average Maintained Light Level Price for Light- Structure TLC-LED Materials Price for SportsCluster TLC-LED Materials Average Maintained Light Level Price for Light- Structure TLC-LED Materials Price for SportsCluster TLC-LED Materials (Inf/Out) (Inf/Out) 60’ Base Path 200’ 30/20 $107,400 $70,300 50/30 $119,200 $78,800 60’ Base Path 225’ 30/20 $122,100 $80,500 50/30 $134,000 $92,100 60’ Base Path 250' 30/20 $127,200 $80,500 50/30 $149,900 $103,000 60’ Base Path 300’ 30/20 $173,300 $119,800 50/30 $205,500 $134,300 60’ Base Path 320' 30/20 $177,800 $124,300 50/30 $226,800 $146,300 90' Base Path 300' 50/30 $235,900 $147,400 70/50 $325,300 $208,500 90' Base Path 325' 50/30 $259,600 $159,500 70/50 $352,300 $228,400 90' Base Path 350' 50/30 $273,100 $172,500 70/50 $403,800 $252,600 90’ Base Path 320/360/320 50/30 $261,200 $160,800 70/50 $413,600 $255,300 90’ Base Path 330/400/330 50/30 $366,200 $212,600 70/50 $464,600 $281,000 22 BASKETBALL - INDOOR - 10 year parts and labor warranty # Courts Light Level Price for LED Material 1 – 94 x 50 80 FC $25,500 PARKING LOT - 10 year parts and labor warranty Parking Lot Area Light Level Price for LED Material Price per Square foot (to be used for alternate size areas) 320’ x 200’ 1 FC $28,600 $0.45/sq ft 1. This pricing is based on using Musco’s typical 5700 Kelvin/75 CRI LED fixtures. Other Kelvin & CRI LED fixtures combinations are available and may add additional cost. 2. Sales tax, labor and unloading of the equipment is not included as part of the materials only pricing. 3. Pricing is based on shipment of entire project together to one location. Delivery time of order, submittal approval, and confirmation of order details include voltage and phase and pole location is approximately 4-6 weeks standard shipping. 4. This pricing list should not be considered complete and exhaustive due to the nature of each project being unique, design-build situation. B. Light-Structure System with Green Generation Lighting® metal halide technology or SportsCluster System with Green Generation Lighting® metal halide technology will be reduced by 15% on all field pricing packages on the bid form. This pricing list should not be considered complete and exhaustive due to the nature of each project being unique, design-build situation. Example: 360’ x 160’ Football @ 30FC (50’ SETBACK) $153,700 X 15% = $23,055 $153,700 - $23,055 Metal Halide Technology Pricing = $130,645 Includes precast concrete bases, galvanized steel poles, electrical components enclosures, wire harnesses, luminaire assemblies and the Control-Link® control system (does not include poles with SportsCluster®). Installation is NOT included in pricing for the items listed in Section 1. WARRANTY AND GUARANTEE: Musco will provide all materials and labor to maintain operation of its lighting system to original design criteria for 10 years. Musco products and services are guaranteed to perform for the customer as detailed in the “Musco Constant 10™” document. C. Other Applications Cost Additional lighting for security, special areas, replacing fixtures on existing poles or non-standard field sizes & pole locations $3,500 per fixture Control-Link Retrofit Unit (material only) $8,500 per unit Control-Link Unit - Multiple Services (material only) $6,700 per unit Osprey Nest Platforms $3,000 each LED Security Fixture (mount on Musco pole) $1,850 per fixture LED Pathway Lighting (8' pole with LED fixture) $2,300 per pole LED Area Lighting (15' pole with LED fixture) $2,250 per pole LED Roadway Lighting (30' pole with LED fixture) $2,550 per pole LED Bollard Lighting (42" pole with LED fixture) $800 per pole LED Controls - Multi-Watt™ Dimming $100 per fixture 23 Section II: Adders/Deducts A. The above pricing is based upon 2017 FBC 130 mph. For each 10 mph increase in wind zone, the equipment price will increase by 10%. B. Florida Building Code, 2017 edition with supplement for public schools will add up to 20% to the price of the job plus any applicable wind zone increase adder. C. Broward County and Miami-Dade County for HVHZ wind zone will add up to 30% to the price of the job plus any applicable wind zone increase adder. Section III: Labor Costs A. Pole Installation (price per pole) Pole Height LS 2017 FBC 130 mph Price 40’ $4,150 50’ $4,300 60’ $4,600 70’ $5,300 80’ $6,450 90’ $9,500 100’ $11,550 110’ $17,550 B. Sub-Standard Soil Conditions – The above installation price is based upon 130 mph wind zone installed in standard class 5 soils. If sub-standard soil conditions exist, it is understood that there may be additional costs associated with a sub-standard soil installation and owner agrees to accept the additional costs. In addition, because wind zones sometimes impact pole size, there maybe a 10% increase in the cost of installation for each 10 mph increase in wind zone. C. Removal of Existing Concrete Poles $4,600 per pole D. Removal of Existing Wooden Poles $1,750 per pole E. Straighten Concrete Pole $5,000 per pole F. Patching Concrete Poles $4,000 per pole G. Installation of Fixtures on Existing Poles $6,000 per pole H. Installation of Control Link Retrofit $2,100 per unit I. Retrofit existing Gymnasium with LED $750 per fixture J. Site Inspection – Evaluation of existing lighting system $2,500 per project 24 Section IV: Electrical Costs A. Service Options Option A – 200 Amp Service (Section IV, A, 1) $12,650 each Option B – 400 Amp Service (Section IV, A, 1) $21,300 each Option C – 600 Amp Service (Section IV, A, 1) $25,900 each Option D – 800 Amp Service (Section IV, A, 1) $28,750 each B. Conduit, Pull Boxes and Conductors 1. Wiring from Panel to Contactors a. Connect wiring from one 3 pole, 30 amp breaker to one 3 pole, 30 amp contactor using 3-#6 conductors, max distance of 10 feet $100 each b. Connect wiring from one 3 pole, 60 amp breaker to one 3 pole, 60 amp contactor using 3-#4 conductors, max distance of 10 feet $110 each 2. Wiring from Contactors to Poles a. 2” PVC with (4) #1 THWN conductors $30 per foot b. 2 ½” PVC with (4) 3/0 $40 per foot c. 4” PVC with (4) 500mcm $75 per foot d. (2) 4” PVC with (4) 300mcm $98 per foot 3. Copper Conductors in PVC Conduit pricing is based on a 500' maximum distance. After 500’ the per foot pricing will apply. a 10 $5,400 $5.75 per foot b 8 $5,980 $8.65 per foot c 6 $6,210 $11.50 per foot 4. Pull Boxes a. Brooks 38T pull box with 8” x 8” x 6” PVC box $600 each Inside b. Connect 4-#1 conductors from pull box to sports lighting pole, maximum distance of 10 feet $150 each C. Installation of Contactor Cabinets a. 48” Cabinet $5,750 each b. 72” Cabinet $8,650 each D. Lightning Protection 1. Surge Arrestor – protection at remote electrical enclosure $1,200 each 2. Surge Arrestor – protection on line side of panel $9,900 each E. Pole Grounding 1. Provide and install ground rods for poles 70’ and below $900 per pole 2. Provide and install ground rods for poles 80’ and above $1,450 per pole 25 Section V: Engineered Plans A. Electrical Engineering Drawings, sealed by P.E. 1. Adder for 200 amp service $6,600 each 2. Adder for 400 amp service $9,950 each 3. Adder for 600 amp service $15,900 each 4. Adder for 800 amp service $26,450 each B. Structural Engineering Drawings, sealed by P.E. 1. Foundation and pole plans based on assumed soils $1,350 per project 2. Foundation and pole plans based on geotech report $3,300 per project C. Geotech report $9,950 per project D. Bonding (over $200,000) $2,000 per $100,000 E. Site survey $3,300 per project F. Project management $6,000 per project Section VI: Yearly Adjustments A. During the term of this contract, technical upgrades to these products may periodically become available and will be offered to the owner. Musco reserves the right to supply upgraded technology provided it maintains the on-field lighting performance, enhances benefits and does not exceed the prices bid when applied to a project application under the current contract provisions. B. During the term of this contract, new products with improved technology may become available. Musco reserves the right whether or not to offer new products to the owner based upon the application, and it is at the owner’s discretion whether or not to accept the associated, increased costs of the new, improved technology. C. During the term of this contract if the State of Florida Building Code and/or wind speeds change, Musco reserves the right to adjust pricing accordingly. 26 Sports Lighting - Base Bid Lighting Equipment Part 1 - General A. The project goals are as follows: i. Guaranteed Light Levels: Selection of the appropriate light levels impact the safety of the players and the enjoyment of the spectators. Therefore, the lighting system shall be designed such that the light levels are guaranteed for a period of 25 years. ii. Environmental Light Control: Provide precise control of light with engineered optic systems using proven spill and glare reduction methods. The lighting system manufacturer needs to certify that they can meet or exceed all local lighting ordinances, offsite spill and glare. If required, lighting manufacturer will meet Dark Skies requirements. iii. Life Cycle Costs: In order to reduce the operating budget, the preferred lighting system shall be energy efficient and cost effective to operate. All maintenance costs shall be eliminated, and the field(s) should be proactively monitored to detect luminaire outages over a 25 year life cycle. iv. Control and Monitoring: To allow for optimized use of labor resources and to avoid unneeded operation of the facility, a remote on/off control system for the lighting system must be included. Fields should be proactively monitored to detect luminaire outages over the 25 years life cycle. All communication and monitoring costs for the 25 year period shall be included in the pricing. B. Sports Lighting Performance i. The performance shall be in accordance with IES RP-6-15, which states maintained average illuminance levels are values which the lighting system should always meet or exceed. ii. Uniformity Ratio: The foot-candle level shall have a uniformity ratio of maximum ratio of not greater than the following: 1. The manufacturer guarantees field light intensity levels and uniformity ratios at initial start-up and throughout rated life of the lamp and shall be maintained for the warranty life. Football – Standard 4-pole layout, with poles located at the 15-yard line, with setbacks from the field as given below with two options for lighting levels to be submitted and quoted. Field Size Pole Setback Target Light Level Target Light Level Uniformity Grid Spacing Grid Points 360’ x 160’ 50’ 30 fc 50 fc 2.0:1 30’ x 30’ 72 360’ x 160’ 70’ 30 fc 50 fc 2.0:1 30’ x 30’ 72 360’ x 160’ 100’ 30 fc 50 fc 2.0:1 30’ x 30’ 72 360’ x 160’ 120’ 30 fc 50 fc 2.0:1 30’ x 30’ 72 27 Soccer – Standard 4-pole layout, with poles located at a distance of (Field Length/2 – ((Field Width/2 + Setback) x 0.40)) from the centerline, with setbacks from the field as given above. Standard outside pole locations for a 6-pole design would be located at a distance of (Field Length/2 – ((Field Width/2 + Setback) x 0.28) from the center line, with setbacks from the field as given below with two options for lighting levels to be submitted and quoted. Field Size Pole Setback Target Light Level Target Light Level Uniformity Grid Spacing Grid Points 330x200 30’ 30 fc 50 fc 2.0:1 30’ x 30’ 77 330x200 50’ 30 fc 50 fc 2.0:1 30’ x 30’ 77 360x210 30’ 30 fc 50 fc 2.0:1 30’ x 30’ 84 360x210 50’ 30 fc 50 fc 2.0:1 30’ x 30’ 84 360x225 30’ 30 fc 50 fc 2.0:1 30’ x 30’ 96 360x225 50’ 30 fc 50 fc 2.0:1 30’ x 30’ 96 Baseball (90’ Base path) – Standard A-pole locations are 50’ down line and 55’ off for a 90’ base path. Standard B-pole locations are 5’ beyond the outfield radius and 10’ off the foul line for a 4-pole design and are at a distance down the line of ((Foul Line + (Base path* 0.5))/2) and 40’ off the foul line for a 6-pole and 8-pole design. Standard C-pole locations are 5’ beyond the outfield radius at an angle of 20 degrees from the foul line for a 6-pole design and 10 degrees from the foul line for an 8–pole design. Standard D-pole locations are 5’ beyond the outfield radius at an angle of 30 degrees from the foul line for an 8-pole design. Softball (60’ Base path) – Standard A-pole locations are 35’ down line and 40’ off for a 60’ base path. Standard B-pole locations are 5’ beyond the outfield radius and 10’ off the foul line for a 4-pole design and are at a distance down the line of ((Foul Line + (Base path*0.5)/2) and 40’ off the foul line for a 6-pole and 8-pole design. Standard C-pole locations are 5’ beyond the outfield radius at an angle of 20 degrees from the foul line for a 6-pole design and 10 degrees from the foul line for an 8–pole design. Field Type Field Size Target Light Level (Inf/Out) Target Light Level (Inf/Out) Uniformity Infield Uniformity Outfield Grid Spacing Grid Points (Infield / Outfield) 60’ Base Path 200’ 30/20 fc 50/30 fc 2.0:1 2.5:1 20’ x 20’ 25/73 60’ Base Path 225’ 30/20 fc 50/30 fc 2.0:1 2.5:1 20’ x 20’ 25/96 60’ Base Path 250' 30/20 fc 50/30 fc 2.0:1 2.5:1 20’ x 20’ 25/119 60’ Base Path 300’ 30/20 fc 50/30 fc 2.0:1 2.5:1 20’ x 20’ 25/181 60’ Base Path 320' 30/20 fc 50/30 fc 2.0:1 2.5:1 20’ x 20’ 25/209 90' Base Path 300' 50/30 fc 70/50 fc 2.0:1 2.5:1 30’ x 30’ 25/73 90' Base Path 325' 50/30 fc 70/50 fc 2.0:1 2.5:1 30’ x 30’ 25/90 90' Base Path 350' 50/30 fc 70/50 fc 2.0:1 2.5:1 30’ x 30’ 25/106 90' Base Path 320/360/320 50/30 fc 70/50 fc 2.0:1 2.5:1 30’ x 30’ 25/100 90' Base Path 330/400/330 50/30 fc 70/50 fc 2.0:1 2.5:1 30’ x 30’ 25/121 28 Tennis – Standard pole locations are 6’ beyond the serving line and 3’ outside the fence. # Courts Target Light Level Uniformity 2 50 fc 2.0:1 3 50 fc 2.0:1 4 50 fc 2.0:1 6 50 fc 2.0:1 Basketball - Outdoor - Standard pole locations are 6’ beyond the end line and 6’ beyond the sideline of the outer court. # Courts Target Light Level Uniformity 2 50 fc 2.0:1 Basketball - Indoor - Lighting shall be provided utilizing LED luminaires # Courts Target Light Level Uniformity 94’ x 50’ 80 fc 2.0:1 Parking Lots - Lighting shall be provided utilizing LED luminaires* Parking lot Total Square Feet Target Average Light Level Uniformity 320’ x 200’ 64,000 1 fc N/A *Pricing for alternate size parking lots may be determined by calculating a cost per square foot of the base size parking area and utilizing this cost to a different size area. C. Point by Point Analysis i. Measurements of light shall be demonstrated on computer generated model that consists of a grid of specified number of points covering a stated area on an equally spaced grid. See the below chart for the exact specifications of points, areas, and grid spacing each field. ii. Light Level and Uniformity Ratio shall be calculated and shown on the computer generated model. The Light Levels and Uniformities must meet or exceed the defined criteria. 29 Computer Models - Test Stations Area of Lighting Size of Area to be Covered Grid Spacing Football Entire Field 30’ x 30’ Soccer Entire Field 30’ x 30’ Baseball Entire Field 30’ x 30’ Softball Entire Field 20’ x 20’ Tennis Courts 1 – 6 Entire Court 20’ x 20’ Basketball Courts 2 Entire Court 20’ x 20’ Basketball – indoor Entire Court 10’ x 10’ Parking Lot Entire area (320’x200’) 4’ x 4’ D. Spill/Glare Equipment i. Light Control Luminaires: All luminaires shall utilize spill light and glare control devices including, but no limited to, internal shields, louvers and external shields. No symmetrical beam patterns are accepted. ii. Glare Control: Maximum candela measured at 5’ above grade at a distance of 100’ should be better than that of a comparable HID design. These values are defined for typical sports fields listed below.* Typical Field Type Maximum Candela at 100’ Baseball <7,000 candela Softball <7,000 candela Football <7,000 candela Soccer <7,000 candela Tennis <7,000 candela *If the design of the project requires the pole setback to be greater than 70’ from the edge of the field, the candela value at 100’ may exceed the value stated in the above chart. 30 Part 2 – Product A. Sports Lighting System Construction i. System Description – Light-Structure System™ shall consist of the following: a. Galvanized steel poles and cross-arm assembly. No direct burial steel or inverted base steel poles allowed. 1. The cross-arm mounting plate shall be attached to the cross-arm assembly at the factory. b. Pre-engineered concrete base embedded in concrete backfill. Alternate may be an anchor bolt foundation designed such that the steel pole and any exposed steel portion of the foundation is located a minimum of 18 inches above final grade. The concrete for the anchor bolt foundations shall be allowed to cure for a minimum of 28 days before the pole stress is applied. c. All luminaires shall be constructed with a die cast aluminum housing to protect the luminaire reflector system. If manufacturer cannot provide die cast aluminum housing, external hail shrouds shall be required. Luminaires shall be complete with an external visor. The luminaire and visor should be powder coat painted to match the Electrical Component Enclosure. d. Manufacturer must mount all drivers and supporting electrical equipment in aluminum enclosures mounted approximately 10’ above grade. The enclosures shall be touch safe and include drivers and fusing with indicator lights on fuses to notify when a fuse is to be replaced for each luminaire. Safety disconnect per circuit for each pole structure will be located in the enclosure. e. Manufacturer shall provide surge protection at the pole equal to or greater than 40 kA for each line to ground (common mode) as recommended by IEEE C62.41.2_2002. f. Wire harness complete with an abrasion protection sleeve, strain relief and plug in connections for fast, trouble free installation. g. All luminaires, visors, and cross-arm assemblies shall withstand 150 mph winds and maintain luminaire aiming alignment. h. Control cabinet to provide remote on-off control and monitoring of the lighting system. i. Manufacturer must supply a signed warranty covering the entire system (Light- Structure System™) for 25 years from the date of shipment. ii. System Description – SportsCluster® System (existing structures) shall consist for the following: a. Galvanized cross-arm assembly for attachment to existing structures 1. The cross-arm mounting plate shall be attached to the cross-arm assembly at the factory b. All luminaires shall be constructed with a die cast aluminum housing to protect the luminaire reflector system. If manufacturer cannot provide die cast aluminum housing, external hail shrouds shall be required. Luminaires shall be complete with an external visor. The luminaire and visor should be powder coat painted to match the Electrical Component Enclosure. 31 c. Manufacturer must mount all drivers and supporting electrical equipment in aluminum enclosures mounted approximately 10’ above grade. The enclosures shall be touch safe and include drivers and fusing with indicator lights on fuses to notify when a fuse is to be replaced for each luminaire. Safety disconnect per circuit for each pole structure will be located in the enclosure. d. Wire harness complete with an abrasion protection sleeve, strain relief and plug in connections for fast, trouble free installation. e. All luminaires, visors, and cross-arm assemblies shall withstand 150 mph winds and maintain luminaire aiming alignment. f. Control cabinet to provide remote on-off control and monitoring of the lighting system. g. Product assurance and warranty program is contingent upon site inspection and compatibility with existing structures. h. Manufacturer must supply a signed warranty covering the entire system (SportsCluster® System) for 10 years from the date of shipment. iii. Manufacturing Requirements a. All components shall be designed and manufactured as a system. All luminaires, wire harness, drivers and other enclosures shall be factory assembled, aimed, wired and tested. iv. Durability a. All exposed components shall be constructed of corrosion resistant material and/or coated to help prevent corrosion. All exposed steel shall be hot dip galvanized per ASTM A123. All exposed hardware and fasteners shall be stainless steel of at least 18-8 grade, passivated and polymer coated to prevent possible galvanic corrosion to adjoining metals. All exposed aluminum shall be powder coated with high performance polyester. All exterior reflective inserts shall be anodized, coated with a clear, high gloss, durable fluorocarbon, and protected from direct environmental exposure to prevent reflective degradation or corrosion. All wiring shall be enclosed within the cross-arms, pole, or electrical components enclosure. v. Lightning Protection a. Manufacturer shall supply and equip all structures with lightning protection meeting NFPA 780 standards. Manufacture shall integrate the required grounding electrode into the structure. System shall be UL listed. b. If grounding is NOT integrated into the structure the Manufacturer shall supply an electrode of not less than 5/8” in diameter and 8’ in length, with a minimum of 10’ embedment. Grounding electrode shall be connected to the structure by a grounding electrode conductor with a minimum size of 2 AWG for poles with 75 feet mounting height or less, and 2/0 AWG for poles with more than a 75 feet mounting height. vi. Safety a. All safety components shall be UL listed for the appropriate application. vii. Electric Power Requirements for sports lighting equipment a. Maximum total voltage drop to the disconnect switch located on the poles shall not exceed 3% of rated voltage. Voltage/Phase to be determined for each specific site. 32 viii. Building Code a. The base bid of the lighting system must comply with Florida Building Code Edition 2017, Exposure C, Standard Variation with a wind speed of 130 mph. ix. Structural Design a. The stress analysis and safety factor of the poles shall conform to AASHTO 2013 (LTS-6) Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals. x. Soil Conditions a. The design criteria for these specifications are based on soil design parameters that shall meet or exceed those of a Class 5 material as defined by 2017 FBC, Table 1806.2. It shall be the installing contractor’s (or manufacturer’s) responsibility to notify the owner of soil conditions other than the design criteria. The owner shall then be responsible and absorb the additional costs associated with: 1. Engineered foundation embedment design by a registered engineer in the State of Florida 2. Additional materials and/or services required to achieve alternate foundation 3. Geotechnical report xi. Foundation Drawings a. Project specific foundation drawings stamped by a registered engineer in the State of Florida. The drawings shall be available to the owner at the time of permit. The foundation drawings must list the moment, shear (horizontal) force, and axial (vertical) force at ground level for each pole. B. Control and Monitoring i. Instant On/Off Capabilities a. System shall provide for instant on/off of luminaires. ii. Lighting contactor cabinet(s) a. Constructed of NEMA Type 4 aluminum, designed for easy installation with contactors, labeled to match field diagrams and electrical design. b. Manual off-on-auto selector switches shall be provided iii. Optional Dimming a. System shall provide for “High, Medium, Low” or “High/Low” dimming. b. System shall include key activated switches to allow for automated dimming control or manual override. iv. Remote Lighting Control System a. System shall allow owner and users with a security code to schedule on/off system operation via web site, phone, fax or email up to 10 years in advance. b. Manufacturer shall provide and maintain two-way TCP/IP communication link. c. Trained staff shall be available 24/7 to provide scheduling support and assist with reporting needs. 33 d. The owner may assign various security levels to schedulers by function and/or fields. This function must be flexible to allow a range of privileges such as a full scheduling capabilities for all fields to only having permission to execute “early off” commands by phone. Scheduling tool shall be capable of setting curfew limits. e. Controller shall accept and store 7 day schedules, be protected against memory loss during power outages, and shall reboot once power is regained and execute any commands that would have occurred during power outage. v. Remote Monitoring System a. System shall monitor lighting performance and notify manufacturer if individual luminaire outage is detected so that appropriate maintenance can be scheduled. b. The controller shall determine switch position (manual or auto) and contactor status (open or closed). vi. Management Tools a. Manufacturer shall provide a web based database and dashboard tool of actual field usage and provide reports by facility and user group. 1. Dashboard shall also show current status of luminaire outages, control operation an service 2. Mobile application will be provided suitable for IOS, Android and Blackberry devices. b. Hours of Usage 1. Manufacturer shall provide a means of tracking actual hours of usage for the field lighting system that is readily accessible to the owner. a. Cumulative hours shall be tracked to show the total hours used by the facility. b. Report hours saved by using early off and push buttons by users. c. Communication Cost 1. Manufacturer shall include communication cost for the operating of the control and monitoring system for a period of 25 years. vii. Warranty a. 25 Year Warranty (Light-Structure System™) 1. Manufacturer shall supply a signed warranty covering the entire system for 25 years from the date of shipment. 2. Warranty shall guarantee specified target light levels. 3. Manufacturer shall maintain specifically-funded financial reserves to assure fulfillment of the warranty for the full term. 4. Warranty does not cover weather conditions events such as lightning or hail damage, improper installation, vandalism or abuse, unauthorized repairs or alterations, or product made by other manufacturers b. 10 Year Warranty (SportsCluster® System) 1. Manufacturer shall supply a signed warranty covering the entire system of 10 years from the date of shipment. 2. Warranty shall guarantee specified target light levels. 3. Manufacturer shall maintain specifically-funded financial reserves to assure fulfillment of the warranty for the full term 4. Warranty does not cover weather conditions events such as lightning or hail damage, improper installation, vandalism or abuse, unauthorized repairs or alterations, or product made by other manufacturers 5. Constant 10™ warranty is contingent upon a site inspection 34 c. Maintenance 1. Manufacturer shall monitor the performance of the lighting system, including on/off status, hours of usage and luminaire outage for the life of the warranty (date of equipment shipment). 2. Parts and labor shall be covered such that individual luminaire outages will be repaired when the usage of any field is materially impacted. 3. Owner agrees to check fuses in the event of a luminaire outage. d. Exclusions 1. Maintenance, repair or replacement necessitated by loss or damage resulting from any external causes such as, but not limited to, theft, environmental conditions, negligence, misuse, abuse, improper electrical/power supply, unauthorized repairs by third parties, attachments, damage to cabinetry, equipment modifications, vandalism, animal or insect infestation, physical damage to covered products parts or components, or acts of God/nature (including, but not limited to: earthquake, flood, tornadoes, typhoons, hurricanes and lightning). 2. It is the customer’s responsibility to check and change fusing. e. Manufacturer shall have in place, the personnel, procedures and processes to implement and execute the warranty as detailed in this section of the specification viii. Inspection and Verification a. The lighting manufacturer shall guarantee illumination light levels for the life of the warranty. 1. Field measurements shall be done per IESNA RP-6-15 recommendations. 2. Failure to achieve the required results will require individual luminaire re- aiming and re-measurements at the expense of the manufacturer. 35 Part 3 – Installation (pole construction, pole removal and relight) A. Pole Installation i. Provide pricing for labor to install owner furnished poles & fixtures. Price will include unloading of the equipment upon arrival to job site, excavation of holes, assembly of the poles and luminaires, all wiring from the remote electric enclosures to the luminaires, proper grounding, installation of the pre-stressed foundations with concrete backfill, pole erection and aiming. Installation assumes standard soils of 2000 psf with no rock or abnormal collapsing holes. B. Removal of existing poles or structures i. Provide pricing for labor to take down existing poles, structures and fixtures and remove them to a staging area on the job site designated by the owner. Concrete and steel poles will be completely removed. Any pre-engineered concrete base will be cut – foundations will not be removed but cut and jack hammered to a foot below grade. Wood poles may be cut off 2 feet below grade, as long as the stumps are covered back with soil. C. Installation of fixtures on existing poles i. Provide pricing for labor to take down existing fixtures and remove them to a staging area on the job site designated by the owner. The cost will also include labor to install the new fixtures on the existing structure. Installation assumes that the pole structure and wiring will be sufficient to handle the new fixtures. Owner assumes all responsibility of structural integrity of existing poles. D. Owner and Bidder responsibilities i. Owner’s responsibilities a. Provide total access to the site and poles location for construction. Equipment must be able to move from location to location on standard rubber tires – no towing required. b. Remove any trees, limbs, shrubs, etc. for total access to poles locations. c. Survey in pole locations and aiming points (one per field) for sighting in lighting cross arms. Mark home plate, foul lines, and field boundary lines. Final grade elevations will also need to be marked if necessary. d. Removal, replacement, and repair of all fencing necessary for construction. e. Repair and replacement of any field turf, asphalt, curbs, and concrete inadvertently damaged during installation. f. Provide area on site for disposal of spoils from foundation excavation. g. Locate and mark existing underground utilities not covered by “One Call” and irrigation systems including sprinkler heads prior to excavation. Bidder will not responsible for repairs to unmarked utilities. h. Pay for any power company fees and requirements, if necessary. i. Additional charges will apply for foundation excavation and construction in non- standard soils (rock, caliche, high water table, collapsing holes, alluvial soils, etc.) Standard soils are defined as Class 5 soils in the 2017 Edition of the Florida Building Code and can be excavated using standard earth auguring equipment. j. Provide a source of water such as a fire hydrant or 2” water line for foundation excavation. Pay for any all fees associated with the water access and usage. k. Pay for any and all permitting fees. 36 ii. Bidder’s responsibilities a. Provide required poles, fixtures, foundations and associated designs. b. Provide structural design for poles and foundations, certified by a professional engineer licensed in the State of Florida c. Provide layout of poles locations and aiming diagram d. Provide light test upon completion of works, once owner supplied electrical system is energized. e. Provide review of electrical design as provided by Electrical Contractor or Electrical Engineer. f. Provide bonding per the State of Florida requirements. g. Provide equipment and materials to off load equipment at job site per scheduled delivery. h. Provide storage containers for material, including electrical enclosures i. Provide adequate trash containers for cardboard waste and packing debris. j. Provide adequate security to protect delivered products from theft, vandalism and damage during installation. k. Obtain any and all required permits. Costs to be paid by Owner. l. Make appropriate contact to ensure utility locations have been marked prior to excavation and trenching. Repair any damage to existing utilities made during construction. m. Provide materials and equipment to install Musco’s Light-Structure System™ foundations as specified on layout. n. Remove augured spoils to owner designated location at job site. o. Provide materials and equipment to assemble and install Musco’s TLC for LED™ fixtures and terminate all necessary wiring. p. Provide equipment and materials to assemble and erect Musco’s Light-Structure System™ poles. 37 Part 4 – Electrical Supply labor/equipment A. Electrical Services i. All services are to be quoted at 277/480 volt three phase. Base all service feeders on a length of 150 feet at burial depth of 36” with no obstructions in the path. Provide lump sum costs for equipment and labor to install each of the following four options. a. Option A 1. 200 amp three phase meter can 2. 200 amp main circuit breaker N3R 42 circuit panel with 8 three pole 30 amp breakers 3. Service feeders. (4) 3/0 conductors in a 2 1/2” raceway. 150’ 4. Build service rack out of 2” galvanized pipe with galvanized uni-strut to accommodate meter can, electrical panel and one lighting contractor cabinet sized at 72” high, 36” wide and 12” deep. The lighting contactor cabinet will be provided by the sports lighting manufacturer and installed. 5. Pull necessary permits b. Option B 1. 400 amp three phase meter can 2. 400 amp main circuit breaker N3R 42 circuit panel with 8 three pole 60 amp breakers 3. Service feeders. (4) 500 mcm conductors in a 4” raceway. 150’ 4. Build service rack out of 2” galvanized pipe with galvanized uni-strut to accommodate meter can, electrical panel and one lighting contractor cabinet sized at 72” high, 36” wide and 12” deep. The lighting contactor cabinet will be provided by the sports lighting manufacturer and installed. 5. Pull necessary permits c. Option C 1. 600 amp three phase meter can 2. 600 amp main circuit breaker N3R 42 circuit panel with 12 three pole 60 amp breakers 3. Service feeders. (2) 4” raceways with (4) 300 MCM conductors in a 4” raceway. 150’ 4. Build service rack out of 3” galvanized pipe with galvanized uni-strut to accommodate meter can, electrical panel and one lighting contractor cabinet sized at 72” high, 36” wide and 12” deep. The lighting contactor cabinet will be provided by the sports lighting manufacturer and installed. 5. Pull necessary permits 38 d. Option C 1. 800 amp three phase CT enclosure 2. 800 amp three phase CT meter can 3. 800 amp main circuit breaker N3R 42 circuit panel with 12 three pole 80 amp breakers 4. Service feeders (2) 4” raceways with (4) 500 mcm conductors in each raceway. 150’ 5. Build service rack out of 3” galvanized pipe with galvanized uni-strut to accommodate meter can, CT enclosure, electrical panel and one lighting contractor cabinet sized at 72” high, 36” wide and 12” deep. The lighting contactor cabinet will be provided by the sports lighting manufacturer and installed. 6. Grounding per NEC and local building codes 7. Pull necessary permits ii. Conduit, pull boxes and conductors a. Provide equipment and labor to install conduit, pull boxes and conductors. All installations are to be in PVC schedule 40 pipe at a burial depth of 36” with twin conductors. iii. Lightning protection a. Surge Arrestors: UL labeled and rated for 277/480 V, 3 phase, 4 wire, as manufactured by Erico (TDX-50) or equal and shall be attached to the bottom of the remote electrical enclosure and/or on line side of main electrical panel. 39 40 PUBLIC COMMENTS FINANCE AND AUDIT COMMITTEE MEETING MINUTES May 17 , 2022 Administration Building , 4th Floor, BCC Meeting Room , 4 77 Houston Street, Green Cove Springs, FL 32043 1:00 PM Chairman James Renninger called the meeting to order at 1 :02 pm. Chairman James Renninger opened the floor for the public comment at 1:03 pm. Hearing no comments, Chairman James Renninger closed the public hearing at 1 :03 pm. BUSINESS 1. Award of Bid No. 21/22-36, Right-Of-Way Mowing (North) (RE-BID) and Accompanying Agreement (T.Gardner) 1) Approval to post notice of intent and award Bid No. 21/22~36, Right- of-Way Mowing (North) RE-BID to Greenway Lawn & Landscape, LLC. at the unit prices listed in the bid proposal for litter removal, edging, mowing and trimming. Approval will be effective after the 72 hour period of protest has expired. 2) Additional approval of the accompanying Agreement with Greenway Lawn & Landscape, LLC for the term of 24 months, at the unit prices listed in Attachment C. Funding Source: Transportation Trust Fund -Public Works -Repairs and Maintenance After discussion, Vice-Chairman Kristen Burke recommended the Board place this agenda item on its May 24, 2022, consent agenda. Chairman James Renninger seconded the recommendation, which carried 2-0. 2. Award of Bid No. 21/22-37, Right-Of-Way Mowing (South) (RE-BID) and Approval of Accompanying Agreement (T.Gardner) Page 1 ofS 41 1) Approval to post notice of intent and award Bid No . 21/22-37, Right- of-Way Mowing (South) RE -BID to Greenway Lawn & Landscape, LLC . at the unit prices listed in the bid proposal for litter removal, edging, mowing and trimming. Approval will be effective after the 72 hour period of protest has expired. 2) Additional approval of the accompanying Agreement with Greenway Lawn & Landscape, LLC for the term of 24 months, at the unit prices listed in Attachment C. Funding Source: Transportation Trust Fund -Public Works -Repairs and Maintenance After discussion, Vice -Chairman Kristen Burke recommended the Board place this agenda item on its May 24, 2022, consent agenda. Chairman James Renninger seconded the recommendation, which carried 2-0. 3. Rejection of bid submittals for Bid No. 20/21-45, CR 220 At Town Center Blvd. Intersection Improvement Project (K. Smith) Approval to reject the two bids received for Bid No. 20/21-45, CR 220 At Town Center Blvd. Intersection Improvement Project due to budget concerns. Both bids received are over budget. This project is funded by a Local Agency Program Agreement with FOOT. The project will be re- bid allowing for additional time to secure construction materials and complete the project. After discussion, Vice-Chairman Kristen Burke recommended the Board place this agenda item on its May 24, 2022, consent agenda. Chairman James Renninger seconded the recommendation, which carried 2-0. 4. First Renewal to RFP No. 18/19-2, Various Equipment and Amenities for Parks and Playgrounds (K.Smith/J.Pierce) Approval of first renewal of RFP No. 18/19-2, Various Equipment and Amenities for Parks and Playgrounds for one year. This is an annual RFP for purchase and installation of playground equipment, repair parts and ballfield lighting as needed at parks county wide. The RFP is awarded to multiple Distributors and provides a percentage discount off MSRP pricing as well as an installation discount. After discussion, Chairman James Renninger recommended the Board Page 2 o f S 42 place this agenda item on its May 24, 2022, consent agenda. Vice- Chairman Kristen Burke seconded the recommendation, which carried 2- 0. 5. Memorandum of Understanding with Jacksonville Transportation Authority Re: Transit Study (T.Nagle) Approval of Memorandum of Understanding with Jacksonville Transportation Authority (JTA) agreeing to enter into a cooperative relationship to conduct a Clay County Transit Study to better understand the needs of commuters in the study area. The County will reimburse JTA once the Study is completed. The County and JTA agree to split the cost of the Study equally 50/50. In no event shall the County's nor JTA's portion of the cost exceed $100,000. JTA is responsible for properly procuring the contractor to perform the study. The study shall be completed by January 2023. Funding Source: Capital Improvement Plan (GIP) Projects Fund -Non Capital Improvement Element -Transit Study -Infrastructure After discussion, Vice-Chairman Kristen Burke recommended the Board place this agenda item on its May 24, 2022, consent agenda. Chairman James Renninger seconded the recommendation, which carried 2-0. 6. Budget Resolutions for Grant Awards (M. Mosley) Approval of the following two (2) budget resolutions for grant awards under $50,000: 1. Humanities Grant for Libraries-ARPA: $10,000 awarded by the American Libraries Association (National Endowment for the Humanities) to support humanities public programming. Funding Source: General Fund Grant Revenue/ Federal Grants -Culture and Recreation 2. FOOT Local Agency Program Agreement #G1 R36: $35,000 awarded by the Florida Department of Transportation Local Agency Program to be used for the design of safety improvements on County Road 220 from west of Lakeshore Drive W to east of Old Hard Road. Funding Source: Capital Improvement Plan (GIP) Projects Fund Grant Revenue/ FOOT Safety -LAP Grants After discussion, Chairman James Renninger recommended the Board place this agenda item on its May 24, 2022, consent agenda. Vice- Chairman Kristen Burke seconded the recommendation, which carried 2- 0. Page 3 of 5 43 BO_ARD OF CO UNTY CO MM ISS IO NERS MEETING M INUTES May 24, 2022 Administration Building, 4th Floor, BCC Meeting Room , 4 77 Houston Street, Green Cove Springs , FL 32043 4:00 PM INVOCATION Commissioner Betsy Condon, District 4, gave the Invocation. PL E DG E Retired US Navy Lieutenant Commander Edward E Tucker Ill, Supply Corps, led the Pledge of Allegiance. Chairman Wayne Bolla said that Lieutenant Commander Tucker retired after 26 years of service in the United States Navy. He served as a Supply Corps Officer and completed three tours on ballistic-missile submarines Nebraska and Louisiana and served on guided-missile destroyer Gravely and submarine tender Emory S. Land . LCDR Tucker received various awards and medals during his career including a Joint Service Commendation Medal and Meritorious Service Medal, among others. He currently volunteers as the Committee Chairman for Scouts, BSA, Troop 309. Chairman Bolla thanked LCDR Tucker for his service. LCDR Tucker noted that as Vice-Chairman Condon said this weekend is not easy for military families and asked that everyone pray for those who have lost loved ones that have worn the cloth for this nation. CALL T O ORDER Chairman Wayne Bolla called the meeting to order at 4:02 pm. ROLL CALL Pre se nt: Commis s ione r District 2 Wayne Bolla -Chai rman Commissioner District 4 Betsy Condon -Vice-Chairman Commissioner District 1 Mike Cella Commissioner District 3 James Renninger Commissioner District 5 Dr. Kristen T. Burke Page 1 of27 44 small isolated systems. Mr. Ward reiterated that it only takes one storm to affect ou r community. Mr. Ward noted that they had a great hurricane workshop yesterday. I t wa s the first time they could bring the full EOC group together with all the partners in 2 ye ars APPROVAL OF MINUTES 3. Board of County Commissioner Meeting Minutes, May 10, 2022. 4. Finance and Audit Meeting Minutes, May 17, 2022. Commissioner James Renninger made a motion for approval of the May 10, 2022, BCC meeting minutes and May 17 , 2022 , Finance and Audit meeting minutes, seconded by Commissioner Mike Cella, which carried 5-0. PUBLIC COMMENTS Chairman Wayne Bolla opened the floor for public comment at 4 :30 pm. Richard Klinzman , 1985 Timucua Trail, addressed the Board regarding his concern with the serious problem and what will continue to be a problem is the overgrowth in Clay County and the population increase that we are not ready for. Mr. Klinzman explained that his trip to the Olive Garden took over 90-minutes and should have been a 20-minute drive. On his usual drive today to the county, there are huge swathes of vacant land of what used to be a very nice forest. Three separate developments are going in the area, which looked to be tremendously huge, which would all empty into a two-lane road ; we are not ready. Mr. Klinzman said, after listening to Mr. Ward's discussion about hurricane season, what happens if we have to evacuate. There are no plans to start dumping thousands and thousands of more cars onto an evacuation route to leave the county. Mr. Klinzman said if we had three people put a one-year moratorium in place on growth, and as long as those three were still here, he would beg you to extend it another ten years. Hearing no other comments , Chairman Wayne Bolla closed public comment at 4:33 pm . CONSENT AGENDA 5. Acceptance for Final Plat for Recording Rolling Hills Unit 2A (District 5, Commissioner Burke) 6. Finance Business The Finance Department business is submitted to request approval and ratification by the Board for various warrants and disbursements in order to meet the requirements of Ch. 136.06 (1) FL Statute. Acceptance and disposal of various Board property and various documents are submitted for the Board's information. At times, approval is requested for various Page 6 of 27 45 Administrative & Contractual Services PO Box 1366 Green Cove Spr ings, FL 32 04 3 Physical Address: 477 Hou ston Street Admin. Bldg., 4 th Floor Green Cove Springs, FL 32 043 Phone: 904-278-3766 904-278-3761 904-284-6388 Fax: 904-278-3728 County Manager Howar d Wanamaker Co mmissioner s: Mike Cella District 1 Wayne Bolla District 2 Jim Renninger District 3 Betsy Condon District 4 Kristen Burke, DC District 5 www.cla yco untygov.com May 9, 2022 MEMORANDUM TO: FROM: Howard Wannamaker, County Manager Karen Smith, Purchasing Director SUBJECT: Finance and Audit Committee agenda item for May 17, 2022. First Re newal for RFP No . 18/19-2, Variou s Equipment and Amenities for Park s and Playgrounds for one year. RFP provides purchas e and in sta llation of playground equipment and ballfield lighting as needed at parks county wide. The percent discount remains the same for all distributors as received in their bid and they are allowed to add manufacturers with this renewal. The companies acknowledged their renewal with memos. 1. The following companie s did not choose to renew: Custom Canopies, Playworx Playsets, Wausau Tile, and Robertson Industries . 2. Bliss Product s and Services, Inc. added the following manufacturers: Cedar Fore st Products, East Coast Mulch, and Madrax. 3 . Greenfields Outdoor Fitness, Inc. added m anufacturer Shade Sy stems, Inc. 4. Top Line Recreation, Inc . added the following manufacturers: Yalp Playgrounds, Percu ss ion Play, and Dog On It Parks . 5. Rep Services, Inc. added manufacturer Han over Specialties Poured in Plac e Surfacing - EPDM, Bondflex & Granuflex . 6. Swartz Associate s, Inc . added the followin g m anufacturers: Sports Play Equipment, Inc . and Ultra Site. 46 Manufacturer: Address City State , Zip Code: Contact Pho ne: Fax : Email : Federal ID#: Clay County Sports Lighting Bid Sheet Musco Sports Lighting, LLC 100 1st Ave West. PO Box 808 Oskploosa , IA 52577 Amanda Hudnut 800-825-6030 641-672-1996 mus co .c ontra ct s@ rn usco .co m 42-1511754 --Term s · 25% of contract price requi red with order. Balance due Net 30 days·upon delivery-. ---• --• • All pri ces in clude delivery within Clay County, FL to the job site a nd are for the lighting system materials only . Section 1: Musco Sports Lighting Price List A Lig ht-Structure System TM with Total Light Control -TLC for LED :3, &. SportsCluster® System with Total Light Control -TLC for LED ® Light-Structure System rn with Total Light Control -TLC for LED ® The Light-Structure System TM with TLC for LED ® in cludes precast concrete bases, galvanized steel poles, electrical components enclosures , wire harnesses , luminaire assemblies and Control-Link® Control & Monitoring package. Installation is NOT included in pricing for th e it ems listed in Section 1. WARRANTY AND GUARANTEE : Musco will provide all materials and labor to maintain operation of the Light-Structure System rn with Total Ligh t Control -TLC for LED ® to original design criteria for 25 years. Musco products and services are guaranteed to perform for the customer as detailed in the "Musco Constant 251M" document SportsCluster® System with Total Light Control -TLC for LED ® FOOTBALL Fie ld Size 360 •. , l(l o· ]6(f X 160" 360 ', 16 ()' .,60" x 160' SportsCluster@ System with TLC for LED @ includes electrical components enclosures, wire harnesses, lum inaire assemblies and Control-Link® Control & Monitoring package (does not includ e po les or concrete bases). Utiliz es existing sports lighting poles that are compatible with Mus co 's lighting system . In sta llation is NOT included in the pricing for the items listed in Section 1. WARRANTY AND GUARANTEE: Musco will provide all materials and lab or to maintain operation of the SportsCluster® System with Total Light Control -TLC for LED ® to original design criteria for 10 y ears. Musco products and services are guaranteed to perfo rm for the customer as detailed in the "Musco Constant 1QTM '' document. The Constant 10w warranty is cont in gent upon a s it e insp ection . Pri ce fo r Pri ce fo r l ,i ght -Pri ce fo r A\'eragc Li ght -Pri ce fo r .-\ vcra ge ivlainta ined Light Po le Set bach Stru ctu re S port sC'lu stcr i\faintain ed Strn ctur c S po rt sC lu st<.:r Le\'el TLC-LE D TLC-L ED Li ght Leve l TL C-L ED TLC-L ED i\latcri rds ivlat cr ia Is Materi als 1vl atcri als 50" 30 FC S153,700 SI 06 , 100 50 FC S234,100 S156 ,100 70" 30F C S187 ,300 ! SI 18,400 50 FC S266,700 SI 68 ,600 100· 30FC S219,100 I S118,700 50 FC S3 19 ,500 S169,100 120· 30FC S23 7,800 I S 130 ,7 00 50 FC S331,800 S187,300 ~co. 47 SOCCER Price for Average Price for Fie ld S iz e Po le Se tb ack Average Mai nt ained Lig ht Li ght -Price for tvlai ntain ed Ligh t- Leve l Structure Spor tsC luster Light Level Structu re TLC-LED TLC -LED TLC-LED Mater ials Mate ria ls Mater ials 330x200 30 · 30 Fe $166 ,000 $9 0,600 so re $211,800 330x200 50' 30 FC $166 ,000 $9 0,600 50 re $224,4 00 360x2 10 30· 30 FC $166 ,000 S90,600 so re $224,4 00 360:-;2 10 so· 30 FC S I 77,700 $106 ,100 so re $257,IO0 360x225 30· 30 FC $178,600 S I06 ,I00 50 FC $237,0 00 360:-;225 so · 30 FC $179 ,50 0 $106 ,100 50 re $271 ,5 00 -UXSEBXt.C-r SOFTlrAC L Ave ra ge Mai nt ai ned Pri ce fo r Pr ice fo r Average Pri ce for Light -ivlai nta ined Lig ht- Field Type Fie ld S ize Li g ht Le ve l Stru c tur e S portsC lu ster Light Level Stru cture T LC-LE D T LC-LE D T LC-LE D Mate ri a ls (In f/O ut) Ma te ri a ls ( In f/Out) Ma te ri a ls 60. Base Path 200· 30 /20 $107 ,4 00 S7 0 ,300 50 /30 S I 19 ,200 Go · Bas e Path 225· 30/20 $122,100 $8 0,500 50 /30 S l34 ,000 60 ' Ba se Path 25 0' 30 120 $12 7,20 0 $80,500 50/30 $149,900 60. Ba se Path 300· 30 /20 S l73 ,300 S I 19,800 50 /30 S205 ,5 00 60-Ba se Path 320 ' 30 /20 S I 77,800 $124 ,300 50 /3 0 S226,8 00 90 ' Ba se Path 300' 50/30 $235,9 00 $147,4 00 70 /50 $325,300 90 ' Ba se Path 3~5' 50 130 $259,600 $159 ,500 70 /50 $352 ,300 90' Base Path 350' 50/30 $273,100 $172 ,500 70 /50 $403 ,800 90 · Ba se Path 320 /360 /3 20 50/30 $26 1,200 $160 ,800 70 150 $4 13,600 90 ' Ba se Path 330 /400 /330 50130 $366 ,200 $2 12 ,600 70 /50 S464,600 TENNIS Average fl Co urt s Ma intai ned Pri ce fo r Li g ht -S tru cture Price fo r Spor tsC lu ster T LC-LED Lig ht T LC-LE D Materi a ls 1Vlatc ri als Leve l 2 50 re $69,500 S49 ,400 3 so re $81 ,500 $52,600 4 50 re $8 1,500 $52 ,600 6 so re $162 ,400 $102 ,300 BASKETBALL-OUTDOOR # Co urt s 2 CXXX) musco. A vera ge :-v lainrninecl Lig ht Leve l 50 re Pri ce fo r Li g ht -S tru ctur e Pri ce for Spo rtsC lu ster TLC-LE D TLC-LE D Mate ri a ls Ma ter ia ls SG l ,100 S44 ,300 Price for Spor tsC luster TLC-LED Ma te ria ls $131 ,700 S l43 ,800 $143 ,8 00 $164 ,5 00 S ISS ,800 $170 ,2 00 -- Pr ice fo r S por tsC lu ster T LC-L ED Mat e ri a ls S78,800 S92,I00 S 103 ,000 S 134 ,300 $146 ,300 $208,500 $228,400 $252,60 0 $255,300 $28 1,000 48 BASKETBALL -INDOOR -JO year parts and labor warranty # Court s Light Le v el Pri ce for LED 1vlater ial I -94 :-.: 50 80 FC S25 ,500 PARKING LOT -10 year parts and labor warranty l'arKI11 g Lor t\rea LIgI11 Ce vel Price for LED Mate r ia l Pri ce per Square foot (to be used fo r alternate size areas) 320" X 200" I FC $28 ,600 S0.45/sq ft 1. This pricing is based on using Musco's typical 5700 Kelvin/75 CRI LED fixtures . Other Kelvin & CRI LED fjxtures combinations are ava~a~~and may add additional cost. 2. Sales tax , labor and unloading of the equipment is not includ ed as part of the materials only pricing. --------------------------------------- --- 3. Pricing is based on shipment of entire project together to one location . Delivery time of order, submittal approval, and confirmation of order details include voltage and phase and pole location is approximately 4-6 weeks standard sh ipping. 4. This pricing list should not be considered complete and exhaustive due to the nature of each project being unique, design-build situation. B. Light-Structure System ™ with Green Generation Lighting ® metal halide technology or SportsCluster® System with Green Generation Lighting ® metal halide technology will be reduced by 15% on all field pricing packages on the bid form . This pricing list should not be considered complete and exhaustive due to the nature of each project being unique , design-build situation . Example: 360 ' x 160' Football@ 30FC (50 ' SETBACK) $153,700 X 15% = $23 ,055 $153,700 -$23,055 Metal Halide Technology Pricing= $130,645 Includes precast concrete bases , galvanized steel poles , electrical components enclosures , wire harnesses , lum ina ire assemblies and Control-Link® Control & Monitoring package (does not include poles with SportsCluster®). Installation is NOT included in pricing for th e items listed in Sect ion 1. WARRANTY AND GUARANTEE : Musco will provide all materials and labor to mainta in operation of the Light-Structu re System n., with Green Generation Lighting ® metal halide technology or SportsCluster® System with Green Generation Light ing ® meta l halide technology to orig i nal design cri teria for 10 years . Musco prod uc ts and services are guaranteed to perform for the customer as deta iled in the "Musco Constant 1on.1 " document. C . Other Applications 1\ddi1io nal li ght ing fo r sccuri1~. s pec ial areas. repl aci ng li~1ures o n exi s t ing po les o r no n-sta ndard (icl cl s izes & po le loca ti o n s Co ntro l-Lin k Retro fit U nit (irnllL'rial 0 111)) Co nt ro l-Lin k U nit -M ultiple Sm ices (materi al o nl)) Os prey Nest Pl aI fr1 n11s TLC-RGl3\\. Fi \t un: LE D Scc urit~ Fi .\l ure(111ou11t on i'vlu sco po le) LED Palil\rn ~ Li ghtin g (8' p o le 11 ·ith I .E D li \t urc) LED A rca Light ing (15' po le 11i1h L ED lh1 urc ) LED Ro acl wa~ Lig htin g (30' po le 11·ith L ED lh tu rc) LED Bo ll ard Lig ht in g (42 '' p ole 11ith LED li.\l urc J CJ:XX) musco. Cost $3 ,500 per folurc S8,500 p er unil S6 ,700 p er un it S3,000 eac h S4 ,500 p er li.\lure S l ,850 pe r li.\l ure S2 ,300 pe r po le S2 ,250 pe r po le S2 ,550 pe r po le S800 pe r po le 49 -, Section II : Adders A . B C . D. E . The above pricing is based upon 2017 FBC 130 mph. For each 10 mph increase in wind zone , the equipment price will increase by 10 %. Florida Building Code, 2017 edition with supplement for public schools will add up to 20% to the price of the job plus any applicable wind zone increase adder. Broward County and Miami-Dade County for HVHZ wind zone will add up to 30 % to the price of the job plus any applicable wind zone increase adder. Control-Link® Entertainment package will increase the equipment price by 5%. Control-Link® Entertainment+ package will increase the equipment price by 12%. Musco is not responsible for obtaining or any cost associated with music licenses . Section Ill: Labor Costs A . B . C . D . E. F. G . H . I. J . Pole Instal lation (price per pole) Pole LS 2017 FBC Height 130 mph Price 40 ' $4,150 50 ' $4,300 60 ' $4,600 70 ' $5,300 80 ' $6,450 90 ' $9,500 100' $11,550 110 ' $17,550 Sub-Standard Soil Conditions -The above installation price is based upon 130 mph wind zone instal led in standard class 5 soils . If sub-standard soil conditions exist , it is understood that there may be additional costs associated with a sub-standard soil installation and owner agrees to accept the additional costs . In addition , because wind zones sometimes impact po le size , there maybe a 10% increase in the cost of instal lation for each 10 mph increase in wind zone . Removal of Existing Concrete Poles $4,600 per pole Removal of Existing Wooden Poles Straighten Concrete Pole Patching Concrete Poles Installation of Fixtures on Existing Poles Installation of Control Link Retrofit Retrofit existing Gymnasium with LED Site Inspection -Evaluat io n of existing lighting system $1,750 per pole $5,000 per pole $4,000 per pole $6,000 per pole $2,100 per unit $750 per fixture $2,500 per project ~co. 50 Section IV: Electrical Costs A . Service Options $12,650 each Option A -200 Amp Service (Section IV , A , 1) Option B -400 Amp Service (Section IV , A , 1) -------Option -C--=-6 00)lmP--Se1'.-Vice (Section IV , A , 1) Option D -800 Amp Service (Section IV , A, 1) $21,300 each ---------<1'25,900 -each---------- $28,750 each B. Conduit, Pull Boxes and Conductors 1. Wiring from Panel to G_ontactors a. b. Connect wiring from one 3 pole , 30 amp breaker to _Qrre _3_p_ole , 30 amp contactor using 3..:#_6_c.ond u_c.to.rs , max distance of 10 feet Connect wiring from one 3 pole , 60 amp breaker to one 3 pole , 60 amp contactor using 3-#4 conductors , max distance of 10 feet 2. Wiring from Contactors to Poles a. 2" PVC with (4) #1 THWN conductors b. 2 ½" PVC with (4) 3/0 c. 4 " PVC with (4) 500mcm d. (2) 4" PVC with (4) 300mcm $100 each $110each $30 per foot $40 per foot $75 per foot $98 per foot 3. Copper Conductors in PVC Conduit pricing is based on a 500 ' maximum distance . After 500 ' the per foot pricing will apply . C. D. E. a 10 $5,400 b 8 $5 ,980 C 6 $6 ,210 4. Pull Boxes a. Brooks 38T pull box with 8" x 8" x 6" PVC box Inside b. Connect 4-#1 conductors from pull box to sports lighting pole , maximum distance of 10 feet Installation of Contactor Cabinets a. 48 " Cabinet b. 72 " Cabinet Lightning Protection 1. Surge Arresto r -protection at remote electrical enclosure 2. Surge Arrestor -protection on line side of pane l Pole Grounding 1. Provide and install ground rods for poles 70 ' and below 2. Provide and install ground rods for poles 80 ' and above CXXX) musco. $5.75 per foot $8.65 per foot $11.50 per foot $600 each $150 each $5,750 each $8,650 each $1,200 each $9,900 each $900 per pole $1,450 per pole 51 Section V: Engineered Plans A. Electrical Engineering Drawings , sealed by P.E. 1. Adder for 200 amp service 2. Adder for 400 amp service 3. Adder for 600 amp service 4. Adder for 800 amp service B . Structural Engineering Drawings , sealed by P.E . C. D. E. F . 1. Foundation and pole plans based on assumed soils 2. Foundation and po le plans based on geotech report Geotecl_:i__ re~p_o_rt __ Bonding (over $200 ,000) Site survey Project management Section VI: Yearly Adjustments $6,600 each $9,950 each $15,900 each $26,450 each $1,350 per project $3 ;--300 per project $9,950 per projec! $2,000 per $100,000 $3,300 per project $6,000 per project A . During the term of this contract , technical upgrades to these products may periodically become available and will be offered to the owner. Musco reserves the right to supply upgraded technology provided it maintains the on-fie ld li ghting performance , enhances benefits and does not exceed the prices bid when applied to a project application under the current contract provisions . B. Ou ring the term of this contract , new products with improved technology may become available. Musco reserves the right whether or not to offer new products to the owner based upon the application , and it is at the owne r's discretion whether or not to accept the associated , increased costs of the new , improved technology . C. During the term of this contract if the State of Florida Building Code and/or wind speeds change , Musco reserves the right to adjust pricing accordingly . CXXX) musco. 52 M. GAY CONSTRUCTORS, INC. BID FORM ATTACHMENT OF UNIT PRJCEES CLAY COUNTY FLORIDA VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND PLAYGROUND November 11, 2020 Request to RFP NO. 18/19-2 M. Gay Constructors, Inc. is properly licensed in accordance with Florida Statute 4 71.003 to perform design build projects. Our Florida Licenses are CGCI 512259 and EC000I 098 . 1. Install Owner Furnished Sports Lighting Poles and Fixtures Our price includes unloading, assembling, and installing the metal or concrete poles with standard foundations. Metal poles are installed on the concrete stud foundation supplied by Musco. Price does not include any special foundations such as, suspended bases, rebar or any hole diameter larger than 36" in diameter. No electrical field wiring or ground rods are included. Install: Mount Heights 40' (IO' Maximum inbed) 50' (IO' Maximum inbed) 60' (1 O' Maximum inbed) 70' (1 0' Maximum inbed) 1 to 13 Fixtures 70' (15' Maximum inbed) 14 to 27 Fixtures 80' (15' Maximum inbed) 1 to 19 Fixtures 80' (15' Maximum inbed) 20 to 33 Fixtures 90' (15' Maximum inbed) 1 to 12 Fixtures 90' (15 ' Maximum inbed) 13 to 40 Fixtures 100' (20 Maximum inbed) l to 15 Fixtures 110' 120' Metal $3,500.00 $3,600.00 $3,700.00 $3,800.00 $3,900.00 $4,900.00 $5,000.00 $6,500.00 $7,000.00 $12,000.00 $19,000.00 $27,000.00 Concrete $5,600.00 $5,700.00 $5,800.00 $5,900.00 $6,900.00 $8,900.00 $9,000.00 $15,000.00 $16,000.00 $17,000.00 $24,000.00 $28,000.00 2. Install owner furnished fixtures on existing poles and wire to box bottom of of the pole. $990.00 per fixture 3. Osprey Platform to be installed on new pole or existing pole. (New pole not included in price) New Pole Exiting Pole $3,000.00 each $4 ,500 .00 each 53 4. Field Electrical Wiring Copper Conductors in PVC Conduit pricing is based on a 500' maximum distance. After 500' the per foot pricing wi ll apply. Circuit Size #12 #10 #8 #6 #4 #3 #2 #1 #1/0 #2/0 #3/0 #4/0 #250 mcm #350 mcm #500 mcm Single Phase $5,200.00 $4,025.00 $4,400.00 $4,600.00 $5,000.00 $5,200.00 $6,200.00 $6,800 .00 $7 ,800.00 $8,200.00 $9,400.00 $9,800.00 $11 ,500.00 $12,500 .00 $21,000.00 Per Ft $2 .84 $3.04 $4.52 $6.20 $8 .82 $10 .72 $11 .52 $16.33 $20.04 $24.13 $30.09 $36.30 $44 .79 $60.37 $81.05 Three Phase Per ft Price $4,150.00 $3.56 $4 ,175.00 $3.71 $4,600.00 $5 .65 $4,800.00 $7 .74 $5 ,200.00 $11.04 $5,400 .00 $13.40 $6,400 .00 $14.40 $7,000.00 $20.40 $8 ,000.00 $25.05 $8,300.00 $30.16 $9,700.00 $37 .61 $10,300.00 $45.38 $11,800.00 $56.00 $13,000.00 $75.57 $27 ,000.00 $101.29 5. Service Amps Single Phase Three Phase 100 $ 8,200.00 $ 9,400.00 150 $ 8,300 .00 $ 9,500.00 200 $ 8,700.00 $ 9,800.00 250 $14,000.00 $15,000.00 400 $18,000.00 $19,000.00 600 $24 ,000.00 $25 ,000.00 800 $29 ,000.00 $30 ,000.00 1000 $33 ,000.00 $34 ,000 .00 1200 $39,000.00 $40,000 .00 1600 $45 ,000 .00 Pricing is based upon the maximwn Service Feeder length to be no more than 50' from the power source to the service. 6. Lighting Contactors Furnished and Installed Contactor 30Amp 60Amp 100 Amp 200Amp 400 Amp Price $ 1,500 .00 $ 1,700 .00 $ 2,200.00 $ 5,100.00 $14,000.00 54 7. Install Owner Furnished Lighting Contactors Contactor 30Amp 60Amp 100 Amp 200Amp 400 Amp 8. Provide Hourly Equipment and Labor 45' Bucket Truck 30 Ton Crane 8 hr minimum 50 Ton Crane 8 hr minimum 70 Ton Crane 8 hr minimum 100 Ton Crane 8 hr minimum (Mob in $4,500.00 and Mob out $4,500.00) 200 Ton Crane 8 hr minimum (Mob in $4,500.00 and Mob out $4,500.00) Auger Truck 4 hr minimum Production Digger 8 hr minimum (Max auger 60" and 25' depth) Flat Bed Truck 4 hr minimum Water Truck 4 hr minimum Backhoe Trencher Directional Boring Directional Boring Directional Boring Electrician Foreman Rigger Helper High Lift Up to 2" 2 ½" to 4" 4 ½" to 8" Tractor Trailer (Oversized loads) Pick up Truck 9. Mark up on Material 10. Per Diem rates outside of Clay County 11. Dumpster Fee 12. Pole Demolition Wood Poles Concrete Poles Price includes taking the poles down. Price $ 600.00 $ 900.00 $ 1,100.00 $ 1,700.00 $ 2,400.00 $ 110. 00 per hour $ 225 .00 per hour $ 300.00 per hour $ 375.00 per hour $ 250.00 per hour $ 550.00 per hour $ 175.00 per hour $ 650.00 per hour $ 150 .00 per hour $ 150.00 per hour $2,200.00 per day $1,500.00 per day $ 30.00 per foot $ 45.00 per foot $ 65.00 per foot $ 95.00 per hour $ 95.00 per hour $ 75.00 per hour $ 65.00 per hour $9,500.00 per day $ 750.00 per hr. (plus permits) $ 35.00 per hr. 20% Plus Tax $ 650.00 per crew $2,000.00 per dumpster $1,200.00 per pole $3,500.00 per pole Price does not include transporting, disposing or relocating poles. All fixtures to be removed per this pricing. 55 13. Fill Dirt 14. Storage Container 15. Provide Water Meter $1,200.00 per 18 yd load $1,500.00 per month per container $2,800.00 16. Provide Electrical Engineering-14% of the total cost of the project. Total cost includes all owner furnished material. GENERAL NOTES • All Projects outside Clay Cow1ty are subject to a fuel surcharge 5% of the total cost of the project. • Access to all pole locations to be provided by others. • No repair of sod, sidewalk, concrete, asphalt, curbing, landscaping or utilities • This pricing is based upon NORMAL drilling conditions. Any deviation from these conditions shall result in additional cost. • No removal of dirt, debris or drilling spoils is included in this price. • Pole locations shall be surveyed by others showing the location of grade • Pole aiming points to be surveyed by others. • A water source (such as a hydrant) shall be provided by others • No permit or impact fees included • A disposal area to place drilling spoils and drilling fluids is to be provided by others • Pricing is based upon a one time mobilization for complete project. All additional mobilizations are to be priced accordingly. • Pricing does not include and performance or payment bonds. • Pricing does not include removal, disposal or remediation of hazardous waste • We reserve the right to increase pricing on materials due to excessive market volatility BOARD OF COUNTY CO MMISSIONERS MEETING MINUTES May 23, 2023 Administration Building, 4th Floor, BCC Meeting Room, 477 Houston Street, Green Cove Springs, FL 32043 4:00 PM INVOCATION Commissioner Kristen Burke, District 5, gave the Invocation. PLEDGE U.S. Navy Petty Officer Jason Clark led the Pledge of Allegiance. Chairman Betsy Condon said Petty Officer Clark served our country for ten years in the United States Navy. He served as a Ship's Serviceman on active duty for eight of those years, and for two years, he served on Reserve Duty. Throughout his time in the Navy, Petty Officer Clark received several awards, including the Navy Achievement Medal - Joint Meritorious Unit Award - and Iraqi Campaign Medal. Additionally, he was recognized twice as the Command Junior Sailor of the Quarter. Today Petty Officer Clark resides in Orange Park and works as the Volunteer Coordinator for the Clay County Board of County Commissioners. Petty Officer Clark said it has been a pleasure to join the Clay County Community Services Team and thanked the Board for the opportunity. CALL TO ORDER Chairman Betsy Condon called the meeting to order at 4:03 pm. ROLL CALL Present:Commissioner District 4 Betsy Condon, Chairman Commissioner District 1 Mike Cella Commissioner District 2 Alexandra Compere Commissioner District 5 Dr. Kristen T. Burke Absent:Commissioner District 3 James Renninger, Vice-Chairman Staff Present:County Manager Howard Wanamaker County Attorney Courtney K. Grimm Commission Auditor Heather Boucher Page 1 of 20 56 PET ADOPTIONS Teresa Capo, Executive Assistant, presented a PowerPoint presentation of pets available for adoption - Twizzler (dog) - Maisey (dog) - Opal (cat) - O'Mally (cat). See Attachment A. If you are interested in adopting a pet, contact clayadoptions@claycountygov.com or call (904) 269-6342. Ms. Capo stated that Clay County Animal Services also offers community rabies and microchip clinic on the first Thursday every month from 3:00 pm to 5:00 pm. The "Kitten Crew" is always looking for fosters. If you are interested, please contact clayfosters@claycountygov.com. Ms. Capo said if you are interested in helping our furry friends but cannot take one home, please look at our Amazon wish list. (Amazon.com) We always need items for our foster kittens and shelter animals. SPECIAL STAFF RECOGNITION B uilding and Zo ning Staff The Special Staff Recognition for the Building and Zoning Department can be seen at www.claycountygov.com/government/clay-county-tv-and-video- archive/BCCAgenda/May 23,-2023, beginning at 6:03 and ending at 9:05. Below is a summary of the discussion. Chairman Betsy Condon said that our Chief Building Official, Steve Schoeff, is here to help us recognize ten staff members for providing outstanding customer service during the rollout of the new Tyler permitting system. Steve Schoeff, Chief Building Inspector, introduced the staff members and recognized them for their outstanding customer service and hard work. Staff Recognized: Robin Stroich - Building Division Program Manager Mary Glisson - Lead Permit Tech Pansy Hudson - Permit Tech Lisa Mitchell - Permit Tech Robbin Fuller - Permit Tech Nicky Wilson - Permit Tech Theresa Jude - Cashier Ruth Lewis - Zoning Tech Christie Johnson - Zoning Tech Laura Hanson - Zoning Tech Page 2 of 20 57 PROCLAMATIONS/RESOLUTIONS 1. National Safe Boating Week (May 20-26, 2023) The presentation for the National Safe Boating Week Proclamation can be seen at www.claycountygov.com/government/clay-county-tv-and-video-archive/BCC- Agenda/May-23,-2023, beginning at 9:28 and ending at 14:25. Below is a summary of the discussion and the vote. Chairman Betsy Condon said National Safe Boating Week is May 20-26, 2023, marking the beginning of the summer boating season. It is the perfect time to remind boaters that safe boating takes preparation. Chuck Whipple introduced the below individuals and explained their duties. Present to accept the Proclamation: Chuck Whipple - US Coast Guard Auxiliary Nancy Brown - Flotilla Commander Dan Hess - Vessel Examiner Commissioner Mike Cella read the Proclamation for National Safe Boating Week (May 20 through 26, 2023). Chairman Betsy Condon made a motion for approval of the Proclamation, seconded by Commissioner Kristen Burke, which carried 4-0. Mr. Hess gave an overview of the day to day duties of the US Coast Guard Auxiliary. 2. Military Service Day/Memorial Day (May 29, 2023) The presentation of the Military Service Day/Memorial Day Proclamation (May 29, 2023) can be seen at www.claycountygov.com/government/clay-county-tv-and-video- archive/BCC-Agenda/May-23-2023, beginning at 14:27 and ending at 20:37. Below is a summary of the discussion and the vote. Chairman Betsy Condon said May 29, 2023, is Memorial Day and Military Service Day in Clay County and the 35th annual Green Cove Springs RiverFest. It is held every year on Memorial Day to pay tribute to our courageous men and women of the United States Armed Forces, past and present. Present to accept the Proclamation: Petty Officer 2nd Class John D. Ruark - Vice President of the Veteran’s Council of Clay County and has 40 years of combined service with the US Navy and Government. Command Master Chief Mack Ellis - Served his Country for more than 30 years Page 3 of 20 58 in the US Navy at NAS JAX as a Southeast Region Master Chief and NAS Mayport as a Fourth Fleet Master Chief. Green Cove Springs Mayor Connie Butler Various Military Service Members Commissioner Alexandra Compere read the Proclamation for Military Service Day/Memorial Day. Chairman Betsy Condon made a motion for approval of the Proclamation, seconded by Commissioner Mike Cella, which carried 4-0. Mayor Connie Butler thanked the Board for the Proclamation. She also thanked the men and women that serve in our military. Mayor Butler said all are invited to the RiverFest on Monday, May 29, 2023, at 10:00 am and gave information for events and vendors. Master Chief Mack Ellis thanked the Board for always supporting our military and said getting support has to come from the top, and no matter what happens, everything runs smoother. 3.FHSAA Boys Weightlifting State Championship The presentation of the FHSAA Boys Weightlifting State Championship Proclamation can be seen at www.claycountygov.com/government/clay-county-tv- and-video-archive/BCC-Agenda/May-23-2023, beginning at 21:25 and ending at 33:25. Below is a summary of the discussion and the vote. Chairman Betsy Condon said we would like to recognize and congratulate the Fleming Island and Keystone Heights Boys Weightlifting Teams for their recent wins at the FHSAA Boys Weightlifting State Championships. Chairman Condon said they would recognize each team separately. Fleming Island: Travis Cunningham - Fleming Island Golden Eagles Head Coach Austin Smenda - Assistant Coach Jordan Herff - Assistant Coach Nicholas Cruz Austin Allred Isaiah Ramos Mason Donahue Shekaeb Wallizada Joshua Pereira Dylan Peterson Zach Davis Conner Russell Ben Hollinger Tyler Beverly Tyler Williams Page 4 of 20 59 Murrphy Ballard Tabari Tucker Pierre Solorzano Aidan Rucker Jered Rhodes Haeddon Compton Ladarius Jackson Josh Langston Ethan Wilger Gage Isbell Keven Reyes Braden Cunningham Commissioner Kristen Burke read the FHSAA Boys Weightlifting State Championship Proclamation for Fleming Island Boys Weightlifting Team. Commissioner Alexandra Compere made a motion for approval of the Proclamation, seconded by Commissioner Chairman Betsy Condon, which carried 4-0. Chairman Betsy Condon recognized School Superintendent David Broskie and Clay County District Athletic Director John Sgromolo. Keystone Heights: Lantz Lowery - Keystone Heights Indians Head Coach Brian Overton Larry Jeffries III Colton Hollingsworth Jed Tisdale Declan Shine Reid Begue Wyatt VanZant Sam Ulsch Davin Adams Landon Hovsepian Bryar Schenck Dakota Roper Bryson Wester Jaydon Goodman Tyeler Rozier Jackson Herman Brayden Wester Tyler Duncan Coach Lowery acknowledged the team's accomplishment of winning a "Three-Peat." Mr. Sgromolo said that since starting back athletics in the Summer of 2020, Clay County had been the standard in weightlifting in the state of Florida. He also recognized Coach Lowery for being Coach of the Year. The support that the Community has for the student-athletes as a whole is truly like no other in the state. Mr. Sgromolo thanked the Page 5 of 20 60 Community and the Commission for always supporting the athletes. Chairman Betsy Condon recognized Principal Laurie Burke, Athletic Director Chuck Dickinson, and Football Coach Steve Reynolds. Commissioner Kristen Burke read the FHSAA Boys Weightlifting State Championship Proclamation for Keystone Heights Boys Weightlifting Team. Commissioner Mike Cella made a motion for approval of the Proclamation, seconded by Commissioner Chairman Betsy Condon, which carried 4-0. Keystone Heights Principal Laurie Burke said these guys are great athletes but are even better young men led by an amazing coach. Thank you all for your hard work and representing the school so well, and thank you to the Commission for the recognition. DECLARATIONS 4.Lupus Awareness Month (May 2023) Chairman Betsy Condon said Lupus is a chronic disease that affects the immune system and can be difficult to diagnose. Lupus Awareness Month occurs each May to help raise awareness about the disease, its symptoms, and treatments. We are declaring May 2023 as Lupus Awareness Month in Clay County. If you would like to read the Declaration, it is on this meeting’s online agenda. 5.Mental Health Awareness Month (May 2023) Chairman Betsy Condon said we also declare May as Mental Health Awareness Month. Many people of all ages live with mental health illnesses in the United States. There are many resources available to help. If you know someone struggling with mental health issues, please help connect them with life-saving organizations like Clay Behavioral Health or the 9-8-8 Suicide and Crisis Lifeline. We have declared May as Mental Health Awareness Month in Clay County. If you would like to read the Declaration, it is on this meeting’s online agenda. CONSTITUTIONAL OFFICERS There were no comments by Constitutional Officers. APPROVAL OF MINUTES 6.Board of County Commissioners Meeting, May 9, 2023. Commissioner Mike Cella made a motion for approval of the May 9, 2023, BCC Meeting minutes, seconded by Commissioner Kristen Burke, which carried 4-0. Page 6 of 20 61 PUBLIC COMMENTS Chairman Betsy Condon opened the floor for public comment at 4:37 pm. James Otto, Blanding Boulevard, Middleburg, Florida, asked for the votes to be called out and has concerns regarding having an attorney, red light cameras, and police report written during an accident he was involved in. Hearing no other comments, Chairman Betsy Condon closed public comment at 4:40 pm. CONSENT AGENDA 7.Finance Business The Finance Department business is submitted to request approval and ratification by the Board for various warrants and disbursements in order to meet the requirements of Ch. 136.06 (1) FL Statute. Acceptance and disposal of various Board property and various documents are submitted for the Board's information. At times, approval is requested for various finance related issues. 8.SHIP Down Payment Assistance Funding Agreement between the County and Housing Finance Authority (T. Sumner) Approval of the SHIP Down Payment Assistance Funding Agreement between the County and Housing Finance Authority of Clay County. Funding Source: SHIP Program Fund - SHIP Program Activities - Program Services 9.First Amendment to Agreement No. 2021/2022-182 with Mercy Support Services, Inc. for Homeless Stabilization Program Strategy (T. Sumner) A) Approval of the First Amendment to Agreement No. 2021/2022-182 with Mercy Support Services, Inc. as the Sponsor/Developer for the Homeless Stabilization Program Strategy for the County's SHIP Program, increasing the grant funding for years two and three of the Agreement from $100,000.00 per year to $300,000.00 per year. B) Additional approval of advanced payment is requested. Funding Source: SHIP Program Fund - SHIP Program Activities - Program Services 10.Satisfaction of Mortgage for Duncan, Bryant and Hayward (T. Page 7 of 20 62 Sumner/C. Stewart) 11.Second Renewal of RFP No. 18/19-2, Various Equipment and Amenities for Parks and Playgrounds (K. Smith) Approval of second renewal of RFP No. 18/19-2, Various Equipment and Amenities for Parks and Playgrounds for one year. This is an annual RFP for purchase and installation of playground equipment, repair parts and ballfield lighting as needed at parks county wide. The RFP is awarded to multiple Distributors and provides a percentage discount off MSRP pricing as well as an installation discount. Funding Source: General Fund - Parks and Recreation Administration - Machinery and Equipment - Capitalized Various 12.Bid No. 22/23-45, Junk and Debris Removal (K. Smith) Approval to reject bid received from J Dog Junk Removal for Bid No. 22/23-45, Junk and Debris Removal. Services are funded through the Community Development Block Grant (CDBG) Entitlement Program. Staff is re-evaluating alternate methods to procure services based upon the needs of individual applications. This effort should result in better pricing for the removal and disposal fees. 13.Interlocal Agreement with Clay County Utility Authority regarding Road Work and Utility Work for the Improvements of County Road 315 related to the Bonded Transportation Program Construction Management At Risk Group #2 (E. Dendor) Approval of Interlocal Agreement with Clay County Utility Authority regarding Road Work and Utility Work for the Improvements of County Road 315 related to the Bonded Transportation Program Construction Management At Risk Group #2 (E. Dendor) 14.Tenth Amendment to Agreement No. 2020/2021-213 with Jacobs Engineering Group, Inc. for Professional Engineering Design Consultant Services for the Bonded Transportation Program Construction Management At Risk Group #2 regarding Project 6A (E. Dendor) Approval of the Tenth Amendment to Agreement No. 2020/2021-213 with Jacobs Engineering Group, Inc. for Professional Engineering Design Consultant Services for the Bonded Transportation Program Construction Management At Risk Group #2 to include design and post- design Services necessary to construct the Utility Work in relation to Project 6A in accordance with the Interlocal Agreement between the Page 8 of 20 63 County and Clay County Utility Authority (CCUA) Re: Road Work and Utility Work for the Improvement of CR 315 in the amount of $265,390.34. Funding Source: 2020 Bond Construction Fund - First Coast Connector from US17 to CR315 - Infrastructure 15.Acceptance for Final Plat for Recording - Kindlewood Townhomes (District 2, Comm. Compere)(R. Smith) 16.Acceptance for Final Plat for Recording - Cathedral Oak Parkway Phase 3 (District 5, Comm. Burke)(R. Smith) Staff has reviewed and recommends that the Board accept and approve the final plat of Cathedral Oak Parkway Phase 3 for recording. 17.Acceptance of Assignment and Assumption of Agreement for Permanent Easement for Drainage between the Shadowlawn Community Development District and Clay County (C. Grimm) 18.Approval of Amendment to Roadway Construction Impact Fee Credit Agreement between Clay County and Shadowlawn Community Development District, Agreement No. 2017/2018-70, related to the construction and dedication of CR 218 Extension (now known as a portion of Cathedral Oak Parkway) 19.First Amendment to Agreement No. 2020/2021-216 with Replay Systems, Inc. for the Purchase and Installation of the E911 Logging Recorder Replacement System (D. Hane) Approval of the First Amendment to Agreement No. 2020/2021-216 with Replay Systems, Inc. for the Purchase and Installation of the E911 Logging Recorder Replacement Systems in the amount of $124,710.60. Funding Source: 911 Wireless Fund - All Grants Organization - Computer Software - E911 Logging Recorder Replacement Project 911 Wireless Fund - All Grants Organization - Machinery and Equipment - Capitalized - E911 Logging Recorder Replacement Project 911 Wireless Fund - 911 Wireless - Machinery and Equipment - Capitalized 911 Wireless Fund - 911 Wireless - Professional Services 20.Request to use alternative procedure to notice public hearings for the consideration of potential purchase and sales agreements for the Page 9 of 20 64 County's purchase of real properties in connection with Public Safety projects (A. Chapman) Courtney Grimm, County Attorney, said items do not need to be pulled but need the record to reflect item number 8; the agreement will be revised to reflect that this is a continuing program and moving forward. Additionally, item 16 has some revisions to the plat to tie easement bearings and distances to the easement plat line. Commissioner Mike Cella made a motion for approval of the Consent Agenda as presented, seconded by Commissioner Kristen Burke, which carried 4-0. DISCUSSION/UPDATES 21.Northeast Florida Regional Council Board's upcoming leadership The discussion for the Northeast Florida Regional Council Board can be seen at www.claycountygov.com/clay-county-tv-and-video-archive/BCC-Agenda-May-23,- 2023,-beginning at 41:23 and ending at 45:54. Below is a summary of the discussion. Eric Anderson, Deputy CEO, and Emergency Manager, addressed the Board regarding the leadership for NEFRC. Mr. Anderson gave an overview of the makeup for leadership for NEFRC. Mr. Anderson said 2019; the Board approved a restructuring and a rotation of counties into leadership positions. They returned to the rotation when Clay County re- entered the Regional Council in 2021/2022. They are slated in Clay County due to having a person nominated in the first Vice-President position for the next year, and then the person would be the board chair the next year. Commissioner James Renninger has been discussed as a potential nominee. He understands that Commissioner Renninger wanted a discussion with the Board to develop some consensus on who the nominee would be for the county. There were questions and discussions regarding the timeline and leadership change. Commissioner Mike Cella expressed his concern with Commissioner Renninger's absence and making a decision regarding the position. Following the discussion, the Board gave consensus with the recommendation for Commissioner Renninger, and when he returns, he can give his thoughts, and they would move forward after the discussion. Chairman Betsy Condon agreed and said Commissioner Renninger would serve the Council well. NEW BUSINESS 22.Bid No. 22/23-50, Sidewalk Replacement for the Community Disaster Block Grant Entitlement Program (K. Smith) Approval to Post Notice to Intent to award Bid No. 22/23-50, Sidewalk Replacement for the Community Disaster Block Grant Entitlement Page 10 of 20 65 Program to CGC, Inc. in the amount of $306,850.00 (At the following locations: Parkwood Drive, Glendening Road, Gwinnett Road, Dunwoodie Road, Tocca Road, Edson Drive, and Sonora Drive). Approval will be effective after the 72 hour protest period has expired. Funding Source: Community Development Block Grant Fund - All Grants Organization - Community Development Block Grant FY21-27 - Infrastructure The discussion for BID Number 22/23-50 - Sidewalk Replacement can be seen at www.claycountygov.com/government/clay-county-tv-and-video-archive/BCC-Agenda- May-23,-2023,-beginning at 45:59 and ending at 47:03. Below is a summary of the discussion and the vote. Karen Smith, Director of Administrative and Contractual Services, addressed the Board regarding BID number 22/23-50, sidewalk replacement for the Community Disaster Block Grant Entitlement Program. The request is for approval to post a Notice of Intent to award CGC, Inc. for the following locations: Parkwood Drive, Glendening Road, Gwinnett Road, Dunwoodie Road, Tocca Road, Edson Drive, and Sonora Drive Commissioner Kristen Burke made a motion for approval, seconded by Commissioner Alexandra Compere, which carried 4-0. 23.RFP No. 22/23-52, Design-Build of Signal Light at County Road 315 and Spring Park Elementary (K. Smith) A.) Approval to accept staff's evaluation for RFP No. 22/23-52, Design- Build of Signal Light on County Road 315 at Spring Park Elementary and award to Traffic Control Devices, LLC. Approval will be effective after the 72 hour period for protest has expired. 1. Traffic Control Devices, LLC - 91.00 One proposal was received from Traffic Control Devices, LLC. The County's Design Criteria Professional (T. Abernathy) evaluated this proposal along with additional County staff. B.) Request approval for the County Manager to execute the Agreement. Funding Source: Impact Fee District 2 Fund - Capital Improvement Element - CR315 Road Widening Willow Spring - Infrastructure The discussion for RFP Number 22/23-52 - Design-Build of Signal Light can be seen at www.claycountygov.com/clay-county-tv-and-video-archive/BCC-Agenda-May-23,- Page 11 of 20 66 2023, beginning at 47:04 and ending at 49:00. Below is a summary of the discussion and the vote. Karen Smith, Director of Administrative and Contractual Services, addressed the Board regarding RFP Number 22/23-52, Design-Build of Signal Light at County Road 315 and Spring Park Elementary. The request is to award Traffic Control Devices, LLC. and approval for the County Manager to execute the agreement. There were questions and discussions regarding the budget and the funding source. Commissioner Mike Cella made a motion for approval, seconded by Commissioner Kristen Burke, which carried 4-0. TIME CERTAIN - 5:00 p.m. or as soon thereafter as can be heard. 24.Public Hearing on Ordinance and Resolution to Amend the Capital Improvement Plan (R. Kantor) A) Public Hearing to consider approval of Ordinance amending the Capital Improvement Element (CIE) portion of the Clay County Capital Improvement Plan. B)Approval of Resolution amending the Non-CIE portion of the Clay County Capital Improvement Plan. C)Approval of Resolution amending the FY22/23 budget, to include establishment of the Impact Fee Funds. Funding Sources: Various The public hearing on an Ordinance and Resolution to amend the Capital Improvement Plan can be seen at www.claycountygov.com/clay-county-tv-and- videoarchive/BCC-Agenda-May-23,-2023,-beginning at 59:01 and ending at 1:02:39. Below is a summary of the discussion and the vote. Reginald Kantor, Budget Manager, addressed the Board regarding the public hearing for the Ordinance and Resolution to amend the CIP. A. Public Hearing to consider approval of Ordinance amending the Capital Improvement element (CIE) portion of Clay County CIP - Request a transfer from CIP Reserves for the CIE project - SR23 frontage at Trailridge aka Oakleaf Plantation Parkway for a study by the Florida Turnpike Enterprise (Interchange Modification Report) There were questions and discussions regarding funding for the study. Page 12 of 20 67 Chairman Betsy Condon opened the floor for the public hearing at 5:01 pm. Hearing no comments, Chairman Betsy Condon closed the public hearing at 5:01 pm. Commissioner Alexandra Compere made a motion for approval of A, seconded by Commissioner Mike Cella, which carried 4-0. B.Approval of Resolution amending the Non-CIE portion of Clay County CIP - The Non-CIE project is the Regional Sports Complex - They want to move ahead with a turn lane project which will be reimbursed by the state come the new FY for the state. Commissioner Alexandra Compere made a motion for approval of B, seconded by Commissioner Kristen Burke, which carried 4-0. C . Approval of Resolution amending the FY 22/23 Budget to include establishment of the Impact Fee Funds. Commissioner Kristen Burke made a motion for approval of C, seconded by Commissioner Mike Cella, which carried 4-0. 25.Public Hearing for the purpose of considering the entry into a Purchase and Sale Agreement for the purchase by the County of real property necessary for the Bonded Transportation Program, more particularly described as Tax Parcel No. 39-05-26-015164-001-01 and authorization for County Manager to execute all documents necessary to close the acquisition (E. Dendor) The public hearing to consider entering into a Purchase and Sale Agreement can be seen at www.claycountygov.com/government/clay-county-tv-and-video-archive/BCC- Agenda/May-23,-2023-beginning at 1:02:47 and ending at 1:04:19. Below is a summary of the discussion and vote. Ed Dendor, Bonded Transportation Program Manager, addressed the Board regarding the public hearing for the purpose of considering the entry into a Purchase and Sale Agreement for the purchase by the County of real property necessary for the Bonded Transportation Program, more particularly described as Tax Parcel Number: 39-05-26- 015164-001-01 and authorization for County Manager to execute all documents necessary to close the acquisition. Chairman Betsy Condon opened the floor for the public hearing at 5:04 pm. Hearing no comments, Chairman Betsy Condon closed the public hearing at 5:04 pm. Commissioner Mike Cella made a motion for approval, seconded by Commissioner Alexandra Compere, which carried 4-0. Page 13 of 20 68 26.Public Hearing for the purpose of considering the entry into a Purchase and Sale Agreement for the purchase by the County of real property necessary for the Bonded Transportation Program, more particularly described as a portion of Tax Parcel No. 46-05-26-010226-000-00 and authorization for County Manager to execute all documents necessary to close the acquisition (E. Dendor) The public hearing to consider entering into a Purchase and Sale Agreement can be seen at www.claycountygov.com/government/clay-county-tv-and-video-archive/BCC- Agenda/May-23,-2023-beginning at 1:04:21 and ending at 1:07:00. Below is a summary of the discussion and vote. Ed Dendor, Bonded Transportation Program Manager, addressed the Board regarding the public hearing for the purpose of considering the entry into a Purchase and Sale Agreement for the purchase by the County of real property necessary for the Bonded Transportation Program, more particularly described as Tax Parcel Number 46-05-26- 010226-000-00 - Project number 3 - along CR 209 and authorization for County Manager to execute all documents necessary to close the acquisition. Chairman Betsy Condon opened the floor for the public hearing at 5:06 pm. Dan Rutovic, 2612 Ridgecrest Avenue, Orange Park, Florida, had concerns regarding the cost for the purchase. Hearing no other comments, Chairman Betsy Condon closed the public hearing at 5:07 pm. Commissioner Kristen Burke made a motion for approval, seconded by Commissioner Alexandra Compere, which carried 4-0. 27.Public Hearing to consider ZON-0123-00002. (District 1, Comm. Cella) (M. Brown) Continued from April 25, 2023. A rezoning of 9.56 acres from Agricultural Residential (AR) to Private Services (PS-3). The public hearing to consider ZON-0123-00002 can be seen at www.claycountygov.com/clay county-tv-and-video-archive/BCC-Agenda-May-23,- 2023,-beginning at 1:07:03 and ending at 1:11:05. Below is a summary of the discussion and the vote. Mike Brown, Zoning Chief, said this item was continued from the April 25, 2023, BCC meeting. There has been a staff presentation already, if it pleases the Board he would turn it over to the agent for the applicant. Mark Scruby, 1 Independent Drive, addressed the Board to request a continuance and gave an overview of the request. Page 14 of 20 69 Chairman Betsy Condon opened the floor for the public hearing at 5:10 pm. James Otto, 2908 Blanding Boulevard, Middleburg, Florida, requested the Board not to continue this item. Hearing no other comments, Chairman Betsy Condon closed the public hearing at 5:11 pm. Commissioner Mike Cella made a motion for approval of a continuance to the August 22, 2023, BCC meeting as requested, seconded by Commissioner Alexandra Compere, which carried 4-0. 28.Public Hearing to consider ZON-0223-00008. (District 5, Comm. Burke) (M. Brown) Application to rezone 0.64 acres from BB-2 (Community Business) to BB-3 (Specialty Business). The public hearing to consider ZON-0223-00008 can be seen at www.claycountygov.com/clay-county-tv-and-video-archive/BCC-Agenda-May-23,- 2023,-beginning at 1:11:07 and ending at 1:15:02. Below is a summary of the discussion and the vote. Mike Brown, Zoning Chief, presented a PowerPoint presentation to the Board for the public hearing to consider ZON-0223-00008, rezoning of 0.64 acres from BB-2 (Community Business) to BB-3 (Specialty Business). See Attachment B. Troy Carter, 2600 Cypress Ridge, Wesley Chapel, Florida, was available for questions as the engineer of record for the project. Commissioner Kristen Burke asked for clarification on the type or name of business. Mr. Carter stated that it would be Take 5 Oil Change. Commissioner Mike Cella said he is a customer at the Take 5 location on Blanding Boulevard and if the operation in Green Cove is run as smoothly and as well as the one in Orange Park it will boom to the residents in the area. Chairman Betsy Condon opened the floor for the public hearing at 5:15 pm. Hearing no comments, Chairman Betsy Condon closed the public hearing at 5:15 pm. Commissioner Kristen Burke made a motion for approval seconded by Commissioner Alexandra Compere, which carried 4-0. 29.Final Public Hearing to consider adoption of COMP0323-00002 and PUD- 0323-00003. (District 5, Comm. Burke) (M. Brown) Page 15 of 20 70 A.) COMP0323-00002 This application is a Small-Scale Comprehensive Plan Amendment to the 2040 Future Land Use Map (FLUM). The application would change the Future Land Use (FLU) designation of two (2) parcels of land from Rural Residential to Commercial. B.) PUD- 0323-00003 This application is a Rezoning of two (2) parcels from AR (Agricultural/Residential District) to PCD (Planned Commercial Development District). The public hearing to consider COMP-0323-0002 and PUD-0323-00003 can be seen at www.claycountygov.com/clay-county-tv-and-video-archive/BCC-Agenda-May-23,- 2023, beginning at 1:15:04 and ending at 1:37:21. Below is a summary of the discussion and the vote. Mike Brown, Zoning Chief, presented a PowerPoint presentation to the Board for the public hearing to consider adoption of COMP-0323-00002 and PUD-0323-00003. See Attachment C. COMP-0323-00002 - Small-Scale Comprehensive Plan Amendment to the 2040 Future Land Use Map (FLUM). The application would change the Future Land Use (FLU) designation of two (2) parcels from Rural Residential to Commercial. PUD-0323-00003 - Rezoning of two (2) parcels from AR (Agricultural/Residential District) to PCD (Planned Commercial Development District). All those that wish to speak were sworn in. Chairman Betsy Condon opened the floor for the public hearing at 5:25 pm. James Otto, 2908 Blanding Boulevard, Middleburg, Florida, addressed the Board with concerns regarding location of the development and keeping trees. Frank Miller, 1 Independent Drive, Jacksonville, Florida, addressed the Board to give an overview of the requested changes. There were questions and discussions regarding the signage and concerns presented by the Planning Commission. Hearing no other comments, Chairman Betsy Condon closed the public hearing at 5:37 pm. Commissioner Kristen Burke made a motion for approval of COMP-0323-00002, seconded by Commissioner Mike Cella, which carried 4-0. Commissioner Kristen Burke made a motion for approval of PUD-0323-00003, with the caveat for signage as discussed, seconded by Commissioner Mike Cella, which carried 4-0. Page 16 of 20 71 LETTERS OF DOCUMENTATION 30.Bid Opening Tabulations (K. Smith) Bid Opening Tabulations for May 12, 2023: A. RFQ No. 22/23-53, Construction Manager at Risk (CMAR) for the Clay County Building / Economic Development Services Facility B. RFP No. 22/23-52, Design-Build of Signal Light at County Road 315 and Spring Park Elementary Chairman Betsy Condon acknowledged the Letters of Documentation. PUBLIC COMMENTS Chairman Betsy Condon opened the floor for public comment at 5:38 pm. Thomas Riddle, 3536 Westover Road, addressed the Board regarding the tree damage, trash on the road, and ditches. He also has concerns regarding sewer and water lines. James Otto, 2908 Blanding Boulevard, Middleburg, Florida, addressed the Board with concerns about impact fees, body cameras for CCSO, and semi-truck parking on the road. Dan Rutovic, Ridgecrest Avenue, Orange Park, addressed the Board regarding a code enforcement complaint he filed previously about parking in a residential area and having a business in a residential home. Hearing no other comments, Chairman Betsy Condon closed public comment at 5:48 pm. COMMISSION AUDITOR Heather Boucher, Commission Auditor, had no comment. COUNTY ATTORNEY The discussion of PACE Program can be seen at www.claycountygov.com/clay- county-tv-and-video-archive/BCC-Agenda-May-23,-2023,-beginning at 49:19 and ending at 58:36. Below is a summary of the discussion. Courtney Grimm, County Attorney, addressed the Board to discuss the agreement entered into during the Summer of 2019 called Florida PACE Funding Agency. County Attorney Grimm gave an overview of the agreement and what the program provides. She also gave an update on current proceedings regarding the program and actions Page 17 of 20 72 regarding non-renewal letters. County Attorney Grimm said they would follow those cases and report to the Board. Staff is currently preparing a response to the non-renewal letter. Commissioner Mike Cella said the PACE designation is not the same as PACE School for Girls; in this case, it is Property Assessed Clean Energy. There are several problems with the PACE Program recognized in 2020, which is why the residential component was dropped, and they went with commercial only. Commissioner Cella gave more details about the issues with the program. He has spoken with the Tax Collector, Diane Hutchings, and she indicated that she would not accept those liens in Clay County until there is a resolution. County Attorney Comment can be seen at www.claycountygov.com/clay-county-tv- and-video-archive/BCC-Agenda-May-23,-2023,-beginning at 1:54:55 and ending at 1:55:20. Below is a summary of the discussion. County Attorney Grimm reminded the Board that on June 6, 2023, there is a workshop at 10:00 am for the Land Development Code. COUNTY MANAGER County Manager Comments can be seen at www.claycountygov.com/clay-county-tv- and-video-archive/BCC-Agenda-May-23,-2023,-beginning at 1:55:22 and ending at 1:57:05. Below is a summary of the discussion. Howard Wanamaker, County Manager, addressed the comment about grants. Staff will research with the grants team with regards to septic to sewer. Ms. Stewart is watching, and her team is also addressing Westover and the code enforcement issue. County Manager Wanamaker said there had been two meetings regarding the strategic plan and community engagements. There has been great participation from the community and capturing where they would like to see Clay County 20 years from now. The next meeting is at the Middleburg-Clay Hill Library tomorrow, Wednesday, May 24, 2023, at 6:00 pm. County Manager Wanamaker said the First Coast Expressway Summit is at Thrasher- Horne from 9:00 am to 11:00 am this Thursday, May 25, 2023. COMMISSIONERS' COMMENTS Commissioners Comments can be seen at www.claycountygov.com/clay-county-tv- and-video-archive/BCC-Agenda-May-23,-2023,-beginning at 1:57:08 and ending at 2:11:47. Below is a summary of the discussion. Commissioner Alexandra Compere spoke about touring the county and wrapping up visits to the fire stations that will be replaced. Our firefighters' attitudes are amazing Page 18 of 20 73 despite how few resources they have to work with as it relates to certain things. They are the most gracious people you will ever meet. They have been very open with sharing their ideas with the county, and she appreciates that staff has been incorporating their ideas and moving forward with plans that would accommodate them. Commissioner Compere said she especially enjoyed her visit to Fleming Island Library. She was impressed with the space where multi-faceted agenda could be accomplished. Commissioner Compere gave an overview of her visit and how the spaces are used. Her favorite space was the business section rented out to develop yourself professionally and the resources provided. Commissioner Compere thanked the staff for the experience. Commissioner Kristen Burke said she was honored to attend the Lake Lot Owners Association of Lake Asbury. She received a ton of questions regarding traffic lights and the development at 218 and Henley and wanted to direct those concerns to Mr. Smith and meet with him to get a resolution. Commissioner Burke said there had been a lot of angry citizens regarding the exit being cut off at the old liquor store at 209 at 17. There have been discussions with DOT, and they are interested in finding a solution for the unsafe intersection. Commissioner Burke said she is excited about RiverFest and invited everyone to come out at 10:00 am on Monday, May 29, 2023. Commissioner Burke mentioned attending the AMIKids Luncheon. It is an outstanding organization that helps young boys expelled from school. They go through a program that has a 97% success graduation rate. Commissioner Mike Cella mentioned how involved the issue with the PACE Financing got and gave kudos to the County Attorney, and thanked the Board for their continued support. The program was started with high hopes that it would be able to fund these improvements for people; unfortunately, the ones getting hurt the worst are the poorest of our homeowners. It could have been a good program, but it has fallen prey to unscrupulous operators that prey on the very people they are here to protect. Commissioner Cella mentioned attending the very nice AMIKids Luncheon, and it was a great function helping them with their fundraising. Commissioner Cella thanked Mayor Connie Butler for attending the meeting. He mentioned one of the more moving events at the RiveFest is when they call up all the veterans present and hand them a small American Flag, and they can introduce themselves and tell about their service. It is a great way to start Memorial Day and remember those who gave their lives for us in battle or in some way in the service. Commissioner Cella said our various strategic planning meetings would hopefully continue to go well. Residents seem very pleased to give us their input on shaping the county. We had an opportunity to address some of their questions afterward. If you have an opportunity and have not had a chance to go to one of these sessions, please do so. Chairman Betsy Condon mentioned attending the TPO meeting. They have monies to add to projects to ensure they continue. They have added money for the project at US17 at Water Oak that continues down to just North of Eagle Harbor Parkway. A book on her desk lists the amounts they added so that project can continue, which is an important project in the Fleming Island area. Chairman Condon commended the Public Works team for their hard work fixing the Black Creek Drive sinkhole to ensure the community's safety. Chairman Condon discussed the issue with the dirt roads in all the districts due to the weather. The complaints are being addressed as quickly as possible. Use the Clay Connected app or email your commissioner to report issues. They are also watching the Page 19 of 20 74 water levels in Black Creek. Chairman Condon said she and Commissioner Compere were contacted by the County Attorney and the Supervisor of Elections regarding the function of the job for the BCC. One is to be the Canvasing Board for the county in the county elections and gave details of the requirements. In 2024, by virtue of the fact that she nor Commissioner Compere are not eligible to be on the ballot because they were elected last year, they are, by default, the Canvasing Board for the upcoming elections. They have been counseled by the county attorney on the rules and laws they have to follow. They can not attend a political event, have political signs in their yard, they can not endorse any candidate on the ballot, they can give a donation. Chairman Betsy Condon said, please have a safe Memorial Day and remember why we celebrate. We do not really celebrate; we actually memorialize those that gave the ultimate sacrifice. She invited everyone to attend the RiverFest event. She thanked Mayor Butler for her attendance and congratulated her again. Hearing no further business, Chairman Betsy Condon adjourned the meeting at 6:13 pm. Attest: _____________________________________ _____________________________________ Tara S. Green Clay County Clerk of Court and Comptroller Ex Officio Clerk of the Board Chairman or Vice-Chairman Page 20 of 20 75 Acronym Definitions AR – Agricultural/Residential BB-2 – Community Business BB-3 – Specialty Business BCC – Board of County Commissioners BTP – Bonded Transportation Program CCSO – Clay County Sheriff’s Office CIE – Capital Improvement Element CIP – Capital Improvement Plan COMP – Comprehensive Plan Amendment CR – County Road DOT – Department of Transportation FLUM – Future Land Use Map FY – Fiscal Year LDC – Land Development Code NEFRC – Northeast Florida Regional Council PACE – Property Assessed Clean Energy PCD – Planned Commercial Development PUD – Planned Unit Development RFP – Request for Proposal TPO – Transportation Planning Organization 76 Attachment “A” Pet Adoptions 77 Twizzler ANIMAL ID: CLAY-A-5137 SEX: Spayed Female BREED: Mix Breed, 6 Years Old, 23lbs LOCATION: CCACC Main Shelter in Green Cove Springs ABOUT: This pint sized girl is perfect for a calm family. She likes to be where you are and she would be just fine snuggling on the couch with you. Twizzler seems dog friendly but she would rather have a calm friend or just someone that doesn’t expect too much activity from her. Who knows, maybe she will surprise us all and become a playful pup. Twizzler is up to date on her vaccines, microchipped and heartworm negative. claycountygov.com/adopt 78 Maisey ANIMAL ID: CLAY-A-5196 SEX: Spayed Female BREED: Husky Mix, 6 Years Old, 73 lbs LOCATION: CCACC Main Shelter in Green Cove Springs ABOUT: Where are our foofy dog lovers!? Maisey is the sweetest girl that loves everyone she meets, including other dogs. If you are looking to add this beautiful girl to your home please come down to the shelter so we can introduce you. Maisey is up to date on her vaccines, microchipped and heartworm negative. claycountygov.com/adopt 79 Opal ANIMAL ID: CLAY-A-4545 SEX: Spayed Female BREED: Domestic Short Hair, 1 Years Old LOCATION: CCACC Main Shelter in Green Cove Springs ABOUT: Opal is a lovely lady that just wants a calm, quiet home to rest her head. Now that her kittens found their forever homes, it is her turn. She loves lounging around, but she also enjoys some snuggle time with her human. Opal is up to date on her vaccines and microchipped. claycountygov.com/adopt 80 O’Mally ANIMAL ID: CLAY-A-5225 SEX: Neutered Male BREED: Domestic short Hair, 6 Years Old LOCATION: CCACC Main Shelter in Green Cove Springs ABOUT: O’Mally is the sweetest boy and he is ready to make your acquaintance. He struts around like the distinguished gentlemen that he is, and he is ready to check out his new home. O’Mally meets no strangers and is ready to nose boop anyone willing. O’Mally is up to date on his vaccines and microchipped. claycountygov.com/adopt 81 KITTEN SEASON HAS OFFICIALLY STARTED (EARLY) Join our “Kitten Crew” We need fosters, if interested please contact clayfosters@claycountygov.com claycountygov.com/adopt 82 If you are interested in helping our furry friends but can’t bring one home, please take a look at our Amazon wish list. We are always in need of items for our foster kittens and our shelter animals. Amazon.com claycountygov.com/adopt 83 Attachment “B” ZON-0223-00008 84 BOARD OF COUNTY COMMISSIONERS ZON 0223-00008 Public Hearing May 23, 2023 85 APPLICATION INFORMATION Applicant:Your Cream Properties Agent:Troy Carter Request:Zoning change of 0.64 acres from (BB-2) Community Business to (BB-3) Specialty Business Location:1747 Verdad Street Planning Dist.Green Cove Spring Comm. Dist. 1 Commissioner Burke PC Hearing May 2, 2023. Vote 4-0 to recommend approval 86 BACKGROUND The parcel is designated Commercial on the FLUM Located within the Green Cove North commercial development area. The properties immediately north, east and south of the property are zoned BB-2 (w/in Green Cove Springs North commercial area. West across US. Hwy. 17 are commercially zoned properties Utilities for Green Cove Springs. Facilitate the development of a quick lube service station which the existing BB-2 zoning will not allow 87 ZONING & AERIAL 88 FINDINGS and RECOMMENDATION The applicant is requesting a change in zoning from BB-2 to BB-3 for 0.64 acres. Staff has reviewed the application and determined that the request is compatible with the surrounding area. The requested BB-3 zoning is allowed in Commercial future land use designation. Staff recommends approval of application ZON 0223-00008. 89 QUESTIONS 90 Attachment “C” COMP-0323-00002 PUD/PCN-0323-00003 91 BOARD OF COUNTY COMMISSIONERS COMP 0323-00002 PCN 0323-00003 Public Hearing May 23, 2023 92 APPLICATION INFORMATION Applicants:Charles R. Taylor BFMS, LLC. Agent:Frank Miller & Rick Wood Request:Small-scale land use amendment from (RR) Rural Residential to (COM) Commercial Zoning map amendment from (AR) Agricultural/Residential to (PCD) Planned Commercial Development Planning Dist.Green Cove Springs Comm. Dist. 5 Commissioner Burke PC Hearing May 2, 2023. Voted 4-0 recommend approval of COMP0323-00002 & Voted 2-2 on PCD0323-00003 93 BACKGROUND Two adjacent parcels totaling 7.5(+/-) acres. Parcels have approx. 450 frontage on C.R. 315 C.R. 315 is process of being widened under the bonded transportation program renamed Cathedral Oaks Parkway East of parcels is property zoned for industrial uses. The parcels are bordered by CSX rail line to the west and south. West of the parcels, fronting CR 315 there will remain an parcel zoned AR which has an existing residential dwelling. The stated intent of the proposed land use amendment and companion zoning change is to facilitate development of commercial/flex-space warehouse project. 94 LAND USE & ZONING 95 Analysis Max. intensity of 40% FAR = 130,680 sf. commercial & flex warehouse space Trip generation: Ind. Park (ITE 130) = 111 PM Peak Hour trips Central water & sewer from Green Cove Springs has available capacity. Solid waste from Clay County has available capacity Schools no impact No impact to regional significant habitats Parcels are not located in the Noise Land Use Impact Area associated with Camp Blanding 96 Conceptual Site Plan 97CR•·IISComm«rei,.ISJt. G•l~Gloy _,.,,t h , .. , Written Statement Amendment Changes based on comments at PC hearing In section 9 e) the max. height of the building was reduced from 40 feet to 35 feet; In section 9 m) the max. height of the sign from 40 feet to 30 feet; In the introductory paragraph of section 9, add the statement that; The number of buildings shown on the Site Plan is descriptive and may be modified by the Applicant subject to the terms of this PCD In section 9 n) we added that the lighting plan would include down lighting. Applicant shall submit a lighting plan prior to commencement of development indicating the location, intensity, down lighting and method of shielding lighting from adjacent properties and CR 315. 98 FINDINGS and RECOMMENDATION The applicant is requesting a change in land use from RR to COM and a change in zoning from AR to PCD for 7.5(+/-) acres. Adequate utilities provided by Green Cove Springs Direct access to C.R. 315 which is being widened by the County. Logical extension of the existing industrial and commercial development to the east and bordered on the west and south by CSX rail line. Staff has reviewed the application and determined that the request is compatible with the surrounding area. The requested PCD zoning is allowed in the proposed COM future land use designation. Staff recommend approval of COMP 0323-00002 to amend FLUM of 7.5 acres from RR to COM Staff recommends approval of ZON-0323-00003 to amend zoning map of 7.5 acres from AR to PCD contingent on approval of the land use change COMP 0323-00002 and with the adoption of the amendments to the PCD Written Statement (number of building and down lighting) as described previously. 99 QUESTIONS 100 BOARD OF COUNTY COMMISSIONERS OF CLAY COUNTY, FLORIDA NOTICE OF INTENT TO AWARD BID RFP NO 18/19-2, Various Equipment and Amenities for Parks and Playgrounds In accordance with the provisions of Section 8.N of the Clay County Purchasing Policy, notice is hereby given and posted of the decision of the Board of County Commissioners of Clay County, Florida (hereinafter the “Board”) with respect to RFP No. 18/19-2, Various Equipment and Amenities for Parks and Playgrounds. Responses to RFP No. 18/19-2 were opened on March 19, 2019. During its regular meeting on May 28, 2019, the Board rendered its decision to award RFP No. 18/19-2 to multiple companies. This notice of intent to award bid is the official notification regarding said selection. The decision of the Board is final subject to 72 hour period for protest. Failure to file a protest within the time prescribed in Section 8.N of the Clay County Purchasing Policies shall constitute a waiver of proceedings under Section 8.N Bid Awards and Protests. Lorin L. Mock Acting County Manager Date of Posting: Date of Removal: 5/29/19 6/3/19 Time of Posting: Time of Removal: 8:45 a.m. 8:47 a.m. Initials: Initials: D F D F 101 BOARD OF COUNTY COMMISSIONERS CLAY COUNTY, FLORIDA RFP NO. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND PLAYGROUNDS DUE DATE: Monday, March 18, 2019- 4:00 p.m. OPEN DATE: Tuesday, March 19, 2019 -1:00 p.m. Issued By: Clay County Board of County Commissioners Purchasing Department 102 TABLE OF CONTENTS RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND PLAYGROUNDS Request for Proposal Advertisement .................................................................................... 3-5 Request for Proposal Instructions ....................................................................................... 6-12 Specifications ..................................................................................................................... 13-17 Bid Forms .......................................................................................................................... 18-20 Sample Quote Sheet ................................................................................................................. 21 Corporate Details ..................................................................................................................... 22 Certification Regarding Debarment ......................................................................................... 23 Scrutinized Companies Certification ....................................................................................... 24 No Bid Statement ..................................................................................................................... 25 Procedures for Bid Opening .............................................................................................. 26-37 Attachments: Form W-9 2 103 REQUEST FOR PROPOSAL NOTICE NOTICE IS HEREBY GIVEN that sealed proposals will be received until 4:00 P.M., Monday, March 18, 2019, at the Clay County Administration Building, Fourth Floor, Reception Area, 477 Houston Street, Green Cove Springs, Florida 32043, for the following: RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND PLAYGROUNDS Proposals will be opened at 1:00 P.M., or as soon thereafter as possible, on Tuesday, March 19, 2019 in the Clay County Administration Building, Conference Room “B”, Fourth Floor, 477 Houston Street, Green Cove Springs, Florida, in the presence of the Purchasing Department staff and all other interested persons. The opened Proposals will be read aloud, examined for conformance to specifications, tabulated, and preserved in the custody of the Purchasing Department. Proposals submitted will be evaluated by the Finance and Audit Committee. The Finance and Audit Committee of the Board will present its recommendation to the Board of County Commissioners as soon thereafter as possible. At the discretion of the Board of County Commissioners or the Finance and Audit Committee, companies submitting proposals may be requested to make oral presentations as part of the evaluation process. Proposals will not be valid unless received by the proposal deadline and in a sealed envelope marked “RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND PLAYGROUNDS” to be received until 4:00 P.M., Monday, March 18, 2019. Envelopes are to be submitted in person or delivered by courier to the above address. No postal mail will be accepted. During the bidding process, all prospective proposers are hereby prohibited from contacting (i) any member of the Board of County Commissioners, the County Manager or any County employee or agent regarding the solicitation in any respect during the solicitation period, and (ii) the County Manager or any County employee or agent regarding the solicitation in any respect during the evaluation period. The violation of this rule shall result in the automatic disqualification of any response to a bid solicitation submitted by the violator (as specified in Section P of Chapter 8 of the Purchasing Manual attached hereto). The no-contact rule set forth shall not apply to inquiries submitted to County employees or agents in the manner specifically provided in the bid solicitation package regarding the distribution thereof, or to communications seeking clarification regarding instructions or specifications submitted to County employees or agents in the manner specifically provided for in the bid solicitation package, or to pre-bid conferences provided for in the bid solicitation package, or to formal presentations by finalists to the Board of County Commissioners or any committee thereof specifically contemplated in the bid solicitation package. For information concerning procedures for responding to this Bid, contact the Purchasing Department, Donna Fish by email purchasing@claycountygov.com or at (904) 278-3761. The County reserves the right to waive formalities in any response, to reject any or all responses with or without cause, to waive technical and non-technical or non-material defects in the solicitation or submittal of any responses, including the lack of availability of adequate funds, regulatory agency requirements, to make award in part or completely, and/or to accept the response that, in its judgment, will be in the best interest of the County of Clay. Bid proposals in which the prices obviously are unbalanced will be rejected. 3 104 FOLLOWING THE BID OPENING AND TABULATION, A “NOTICE OF INTENT TO AWARD BID” OR A “NOTICE OF REJECTION OF ALL BIDS” WILL BE POSTED ON THE INTERNET AT: http://www.claycountygov.com/departments/purchasing-division/bcc-bid-tabs-current-bids-intent- bids-rejection-bids. THIS WEB PAGE CAN ALSO BE ACCESSED FROM THE HOMEPAGE OF THE COUNTY’S WEBSITE AT: www.claycountygov.com BY FOLLOWING THE “NOTICE OF INTENT BIDS” LINK UNDER THE “BUSINESS” ROLLOVER BUTTON ON THE COUNTY’S HOMEPAGE. NO OTHER NOTICE WILL BE POSTED. PROSPECTIVE BIDDERS ARE NOTIFIED THAT THE FAILURE TO INCLUDE WITHIN THE SEALED BID ENVELOPE A PROPER BID BOND OR OTHER SECURITY APPROVED UNDER THE COUNTY’S PURCHASING POLICY, OR THE FAILURE TO FILE A WRITTEN PETITION INITIATING A FORMAL PROTEST PROCEEDING WITHIN THE TIMES AND IN THE MANNER PRESCRIBED IN SECTION 8. (N), OF SAID POLICY, SHALL CONSTITUTE A WAIVER OF THE RIGHT TO PROTEST THE BID SOLICITATION, ANY ADDENDUM THERETO, OR THE BID DECISION, AS APPLICABLE, AND TO INITIATE A FORMAL PROTEST PROCEEDING UNDER SAID POLICY. THE COUNTY’S PURCHASING POLICY CAN BE VIEWED AT THE COUNTY’S WEBSITE BY FOLLOWING THE APPROPRIATE LINKS FROM THE HOMEPAGE ADDRESS SET FORTH ABOVE. A person or affiliate who has been placed on the convicted bidder list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases 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, Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted bidder list. --------------------------------------------END OF NOTICE----------------------------------------- 4 105 106 BID ADVERTISEMENTS SCHEDULE RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND PLAYGROUNDS (CLAY TODAY) For publication on: February 14, 2019 (CLAY COUNTY WEBSITE) For: February 14, 2019 PLEASE SEND ORIG!. AL INVOICE AND PROOF OF PUBLICATION TO: Clay County Board of County Commissioners Purchasing Department 4 77 Hou ston Street Green Cove Springs, Florida 32043 ATTENTION: Donna Fish Lorin L. Mock Acting Co un ty Manager 5 REQUEST FOR PROPOSAL INSTRUCTIONS RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND PLAYGROUNDS 1. Delivery and Receipt of Bids: All sealed Proposals submitted shall be received by the Purchasing Department of Clay County, Florida. Proposals submitted in person or by courier services will be received at: Clay County Administrative Building Fourth Floor, Reception Area 477 Houston Street, Green Cove Springs, Florida 32043 Three copies of the Proposal must be received in a sealed envelope. Proof of liability insurance, form W-9 taxpayer identification number, and bid information shall be included with all responses submitted. The words “RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND PLAYGROUNDS” shall be clearly marked on the front and back of the envelope containing the Proposal. 2. Due Date and Opening Date: Proposals will be received by carrier or in person until Monday, March 18, 2019 at 4:00 p.m. and will be opened on Tuesday, March 19, 2019 at 1:00 p.m. or soon thereafter, in the Clay County Administration Building, 477 Houston Street, Conference Room “B”, Fourth Floor, Green Cove Springs, Florida. Bids will be reviewed by Clay County as soon thereafter as possible. A. All Proposals will be “clocked” at the time they are received to indicate the time and date of receipt. B. Proposals WILL NOT be accepted in person after the time and date specified. C. Proposals received by carrier WILL NOT be accepted if they are received after the time and date specified regardless of the circumstances. D. No postal mail will be accepted. 3. Withdrawal of RFP: Proposals may be withdrawn by a written or faxed request by the Bidder and received by the Purchasing Department before the date and time for receiving Proposals has expired. Negligence on the part of the Bidder in preparing a Proposal is not grounds for withdrawal or modification of a Proposal after such Proposal has been opened by the County. Bidders may not withdraw or modify a Proposal after the appointed Bid Opening. Bidders may not assign or otherwise transfer their Proposals. 4. Inquiries/Questions: Any questions regarding this RFP must be directed to Donna Fish (the authorized contact person) via email at purchasing@claycountygov.com (preferred method) or by calling (904) 278-3761. Written inquiries/questions must be received by March 6, 2019. Responses to questions, clarifications, and addenda will be distributed to potential Bidders by email. It is the responsibility of interested Bidders to verify if this information has been issued prior to submitting a Bid. 6 107 5. No Contact Period: During the Bidding process, all prospective Bidders are hereby prohibited from contacting (1) any member of the Board of County Commissioners, the County Manager or any County employee or agent regarding the solicitation in any respect during the solicitation period, and (2) the County Manager or any County employee or agent regarding the solicitation in any respect during the evaluation period. The violation of this rule shall result in the automatic disqualification of any Bid submitted by the violator, as specified in Section P of Chapter 8 of the Clay County Purchasing Manual. Exceptions: The no-contact rule set forth shall not apply to inquiries submitted to the authorized contact person, the pre-bid conference, or to formal presentations by finalists to the Board of County Commissioners or to the County’s evaluation committee. 6. Additional Evaluation: The County reserves the right to request any additional information from Bidders after Bid Opening and before award as may be necessary to assist in review and evaluation of any Bid prior to submittal of a recommendation for award to the Board of County Commissioners. 7. Award: The Bid will be awarded to the responsible Bidder(s) submitting a Bid determined to provide the best value to the County with price, technical, and other applicable factors considered. The County reserves the right to award to multiple bidders. 8. Waiver of Formalities/Rejection of Bids: The County reserves the right to waive formalities in any Bid, to reject any or all Bids with or without cause, to waive irregularities/technicalities, and waive technical and non-technical or non-material defects in the Bid document or submittal of any Bid. The County reserves the right to make award either in part or completely, and/or to accept the Bid that, in its judgment, will be in the best interest of the County. Bids in which the prices obviously are unbalanced will be rejected. The County reserves the right to reject any and all Bids and to re-advertise for all or any part of this solicitation as deemed in its best interest. 9. Cancellation of Bid: Clay County reserves the right to cancel a solicitation at any time prior to approval of the award. The decision to cancel a solicitation cannot be the basis for a protest under the formal protest process as referenced herein. 10. No Bid: Each company not intending to respond to this Bid should reply with a written “No Bid Statement”. Such action will maintain the company on the appropriate active Bidder solicitation list. Three (3) failures to respond to solicitations may result in deletion from the Bidder solicitation list. 11. Bid Errors: Where Bid forms have erasures or corrections, each erasure or correction must be initialed in ink by the Bidder. In case of unit price Bid items, if an error is committed in the extension of an item, the unit price as shown in the Bid response will govern. Errors between any sum, computed by the Bidder, and the correct sum thereof will be resolved in favor of the correct sum. Any discrepancy between words and numbers will be resolved in favor of the written words. 12. Deviations: Bidders are hereby advised the County will only consider Bids that meet the specifications and other requirements imposed upon them by this Bid document. In instances where a deviation is stated in the Bid Form, said Bid will be subject to rejection by the County in recognition of the fact that said Bid does not meet the exact requirements imposed upon the Bidder by the Bid or Contract documents. 7 108 13. Bid Protests: Any company affected adversely by the County’s decision may file with the County Purchasing Department a “Notice of Protest” in writing within 72 hours after the posting of the recommended award. Failure to file a written Notice of Protest shall constitute a waiver of proceedings under Chapter 8 (N) of the Clay County Purchasing Policies. Failure to file a written petition initiating a formal protest proceeding within the time frame and in the manner prescribed in Section 8 (N) of said policy shall constitute a waiver of the right to protest the Bid solicitation, any addendum thereto, or the Bid award recommendation or decision, and to initiate a formal protest proceeding under said policy. The County’s Purchasing Policy may be viewed at the County’s website by following the appropriate links from the Homepage. 14. Public Entity Crimes: Pursuant to Section 287.133(2)(a) of the Florida Statutes, a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Bid for a Contract to provide any goods or services to a public entity, may not submit a Bid for a Contract with a public entity for the construction or repair of a public building or public work, may not submit Bids 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. By submitting a Bid, Bidder attests that they have not been placed on the “Convicted Vendor List”. 15. Debarment: By submitting a Proposal, the Bidder certifies that it is not currently debarred from submitting proposals for contracts issued by any political subdivision or agency of the State of Florida and that it is not an agent of a person or entity that is currently debarred from submitting proposals for contracts issued by any subdivision or agency of the State of Florida. 16. Laws and Regulations: The Bidder shall comply with all laws and regulations applicable to provide the goods and/or services specified in this solicitation. The Bidder shall be familiar with all federal, state and local laws that may affect the goods and/or services offered. All applicable Federal and State laws, municipal and Clay County ordinances, and the rules and regulations of all authorities having jurisdiction over any part of the project shall apply to the entire project and Contract. 17.Scrutinized Companies Certification: In compliance with subsection (5) of Section 287.135(5), Florida Statutes the Bidder certifies that the company is not participating in a boycott of Israel as defined in subsection (1) of the Statute; 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 subsection (2) of the Statute; and does not have business operations in Cuba or Syria as defined in subsection (1) of the Statute. The included Scrutinized Companies Certification Form must be completed and returned as part of the bid submittal. 18. Laws and Regulations: The Bidder shall comply with all laws and regulations applicable to provide the goods and/or services specified in this solicitation. The Bidder shall be familiar with all federal, state and local laws that may affect the goods and/or services offered. All applicable Federal and State laws, municipal and Clay County ordinances, and the rules and regulations of all authorities having jurisdiction over any part of the project shall apply to the entire project and Contract. 8 109 19. Copyright Restrictions: Both the County seal and the County logo are being registered for a copyright. Neither the Clay County seal nor the logo may be used or provided to non-Clay County government users for use on company Bids, presentations, etc. 20. Indemnification: The awarded Bidder shall indemnify and hold harmless the County, and its officers and employees, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the company and other persons employed or utilized by the company in the performance of the Contract. The provisions of Florida Statute 768.28 applicable to Clay County, Florida apply in full to this Contract. Any legal actions to recover monetary damages in tort for injury or loss of property, personal injury, or death caused by the negligent or wrongful act or omission of any employee of the County acting within the scope of his/her office or employment are subject to the limitations specified in this statute. No officer, employee or agent of the County acting within the scope of his/her employment or function shall be held personally liable in tort or named as a defendant in any action for any or damage suffered as a result of any act, event, or failure to act. The County shall not be liable in tort for the acts or omissions of an officer, employee, or agent committed while acting outside the course and scope of his/her employment. This exclusion includes actions committed in bad faith or with malicious purpose, or in a manner exhibiting wanton and willful disregard of human rights, safety, or property. 21. Insurance Requirements: Prior to commencement of the project, the awarded Bidder shall provide the County Purchasing Department with proof of the following insurance: a. Commercial General Liability 1. General Aggregate $1,000,000 2. Products and Completed Operations Aggregate $1,000,000 3. Personal and Advertising Injury $1,000,000 4. Each Occurrence $1,000,000 5. Fire Damage (any one fire) $ 50,000 6. Medical Expense (any one person) $ 5,000 b. Automobile Liability 1. Any automobile-Combined bodily injury/property damage, $1,000,000 with minimum limits for all additional coverages as required by Florida law c. Workers Compensation/Employers Liability 1. Workers Compensation statutory limits 2. Employers Liability a. Each Accident $ 100,000 b. Disease-Policy $ 500,000 c. Disease-Each Employee $ 100,000 d. Professional Liability 1. When required by Contract-per occurrence $ 1,000,000 9 110 The awarded Bidder must maintain insurance coverage at the above-prescribed levels through the date of completion of the project and such coverage must include all independent Contractors and Subcontractors. Either prior to, or simultaneously with the execution of the Contract, the awarded Bidder must deliver certificates of insurance for the required insurance coverage to the County naming “Clay County, a political subdivision of the State of Florida, the Board of County Commissioners, Clay County, Florida; and all public agencies of Clay County, as their interests may appear” as “Additional Insured.” Said certificates of insurance shall also include a thirty- day prior written notice of cancellation, modification or non-renewal to be provided to the County. 22. Performance and Payment Bond Requirements: Performance and Payment Bonds are not required for projects of $200,000.00 or less. Prior to commencement of a project exceeding $200,000.00, the awarded Bidder shall file a 100% Performance Bond and Payment Bond (using Clay County’s Standard Form) in the Public Record of Clay County, Florida, Recording Dept./Room 130, 825 North Orange Avenue, Green Cove Springs, Florida 32043. The recorded Performance and Payment Bonds shall be provided prior to the commencement of construction to Clay County Purchasing Department, PO Box 1366, Green Cove Springs, Florida 32043. Performance and Payment Bonds must be increased in accordance with any change order increases on the project. 23. Bid Preparation Costs: By submission of a Bid, the Bidder agrees that all costs associated with the preparation of his/her Bid will be the sole responsibility of the Bidder and shall not be borne by the County. The Bidder also agrees that the County bears no responsibility for any costs associated with the preparation of their Bid and/or any administrative or judicial proceedings resulting from the solicitation process. 24. Business Registration Requirement: In accordance with Chapters 605-623, Florida Statutes, in order to do business in the State of Florida, corporations (and other business designations) are required to be registered and in good standing with the Department of State, Division of Corporations. To be eligible to receive a contract and/or purchase order registration must be accomplished prior to the initial posting indicating intent to award to that vendor. Failure to be registered may be cause for disqualification. Contact the Division of Corporations at (850) 245- 6000. Online-filing is available at: http://dos.myflorida.com/sunbiz 25. Contractor Qualifications and Requirements: At the time of Bid Opening, all Bidders must be certified or registered pursuant to Chapter 489, Florida Statutes, or hold a Clay County certification under Article III of Chapter 7 of the Clay County Code, as applicable, at the time of submitting a Bid. All Bidders must submit evidence of current state certification or registration, or County certification, as applicable, prior to award of this Bid. The following licensing requirements shall apply when the applicable Florida statute mandates specific licensing for Contractors engaged in the type of work covered by this solicitation. a. State of Florida, Department of Professional Regulation, Construction Industries Licensing Board and licensed by other federal, state, regional, county or municipal agencies having jurisdiction over the specified construction work. b. Said licenses shall be in the Bidder's name as it appears on the Bid Form. Bidder shall supply a copy of each applicable license showing the appropriate license numbers, with expiration 10 111 dates as required by the County. Failure to hold and provide proof of proper licensing, certification and registration may be grounds for rejection of the Bid and/or termination of the Contract. c. Subcontractors Contracted by the Prime Contractor shall be licensed in their respective fields to obtain construction permits from the County. Said license must be in the name of the subcontractor. The following licensing requirements shall apply when applicable (Contractor Prequalification): Florida Law and Rules of the State of Florida, Department of Transportation, require contractors to be prequalified with the Department in order to bid for the performance of road, bridge, or public transportation construction contracts greater than $250,000.00. The Contractor Prequalification process results in the issuance of a Certificate of Qualification for each successful applicant which lists the approved work classes and the Maximum Capacity Rating in dollars. It is the responsibility of potential bidders to review the requirement and meet the qualifications listed at: http://www.dot.state.fl.us/cc- admin/PreQual_Info/prequalified.shtm. Contractors not meeting the applicable work types associated with the scope of the work may utilize subcontractors to assist with meeting the requirement of all necessary prequalification work classes. 26. Qualification: The County shall have the right to review the references, experience of assigned personnel, and qualifications of the Contractor in order to make the final determination of acceptability of the Contractor to be awarded the Contract and construct the work. The Board of County Commissioners may reject, at its sole discretion, any Bidder the Commission finds to lack, or who’s present or former executive employees, officers, directors, stockholders, partners or owners are found by the Commission to lack honesty, integrity, or moral responsibility. The Commission's finding may be based on any of the following factors: the disclosure required herein, the County's own investigation, public records, or any other reliable source of information. The Commission may also reject any Bidder failing to make the disclosure required herein. By submitting a Bid, Bidder recognizes and accepts that the Board of County Commissioners may reject any Bid at its sole discretion and the Bidder waives any claim it might have for damages or other relief arising from the rejection of its Bid or resulting directly or indirectly from the rejection of its Bid based on these grounds or from the disclosure of any pertinent information relating to the reasons for rejection of its Bid. 27. Subcontractors: The County reserves the right to approve all Subcontractors for this Contract. If Subcontractors are to be utilized, their names and references must be included within this Bid. Responsibility for the performance of the Contract remains with the main Contractor exclusively. After the commencement of the project, subcontractors 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. 28. Interpretation of Plans and Specifications: No interpretation of the meaning of the plans, specifications, or other Contract documents will be made to any Bidder orally. Every request for interpretation should be in writing addressed to the Purchasing Department. To be given consideration, such requests must be received no later than March 6, 2019. 11 112 Any and all such interpretations and any supplemental instructions will be in the form of a written addendum. All Addenda issued shall become part of the Bid and Contract documents, and receipt must be acknowledged on the Bid Form, by completion of the applicable information on the Addendum, and submitting it with the Bid. Failure to acknowledge Addenda which have no effect on the competitive nature of the bidding process may be a waiveable deviation at the County’s sole discretion. 29. Conflict of Interest: The award hereunder is subject to Chapter 112, Florida Statutes. All proposers must disclose with their Proposal, any personal or organizational conflicts of interest pursuant to Section 112.313, Florida Statutes, the name of any officer, director, or agent who is also an employee of the Clay County Board of County Commissioners. Further, all proposers must disclose the name of any Clay County Board of County Commissioners employee who owns, directly or indirectly, an interest of the proposer’s firm or any of its branches. 30. Use of Contract by Other Government Agencies: At the option of the Bidder, the use of the Contract resulting from this solicitation may be extended to other governmental agencies, including the State of Florida, its agencies, political subdivisions, counties, and cities. Each governmental agency allowed by the Bidder to use this Contract shall do so independent of any other governmental entity. Each agency shall be responsible for its own purchases and shall be liable only for goods or services ordered, received and accepted. No agency receives any liability by virtue of this bid and subsequent contract award. 31. Execution of Contract and Notice to Proceed: The awarded Bidder may be required to sign a written Contract. Said Contract will evidence in written form the agreement between the parties. 32. All payments made under this Bid will be made in accordance with the Local Government Prompt Payment Act; in effect, not later than 45 days from receipt of proper invoice. 33. At the discretion of the Board of County Commissioners any Committee contemplated herein, Vendors submitting proposals may be requested to make oral presentations as part of the evaluation process. 12 113 RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND PLAYGROUNDS – SCOPE OF SERVICES (Provided by Parks and Recreation Department) SCOPE: The purpose of this bid invitation: 1. Establish a firm, fixed percentage discount from manufacturer’s and/or bidder’s current catalog/supply/product information price list for the purchase of various equipment and amenities for parks and playgrounds as requested by the Clay County Division of Parks and Recreation. The County reserves the right to award to multiple bidders. 2. Establish a firm, fixed percentage of 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. It is understood that bidder’s current catalog/supply/product information price list are subject to change; however, percentages shall remain fixed. No extra charges or compensation will be allowed for installation above and beyond what has already been presented in your bid. If the bidder offers specialized catalogs, the catalogs must be submitted separately from any other catalog offered by the bidder. 3. This bid is also a means for qualifying vendors for ball park lighting services. Qualifying vendors will be requested to provide pricing on a project by project basis as defined in the method of ordering section of this bid utilizing prices provided in bid response. The qualified vendor(s) providing the lowest responsive quote will be awarded the project. 4. There is no guarantee any purchases will be made after award. Purchase orders will be issued subject to availability of funds. 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 designated location and off-loaded by the bidder or bidder’s representative. QUALIFICATION OF INSTALLERS: If a bidder utilizes a sub-contracted installer for any park or playground equipment, a list of sub- contracted installers must be included with their bid. Additionally, 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. CATALOGS AND MANUFACTURER SUGGESTED RETAIL PRICE (MSRP) LISTS: Each bidder shall submit with this bid, at no charge, two (2) sets of each current catalog/supply/product information price list as well as current MSRP list for each catalog 13 114 submitted. All catalogs and/or MSRP lists shall clearly identify bidder’s name, address and telephone number. The vendor shall supply at no charge, two (2) sets of each then current catalog/supply/product information price list as well as current MSRP list for each catalog submitted upon price changes. At renewal time Vendor may request that new manufacturers be added. County reserves the right to approve or deny this request. 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. 14 115 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 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 bidder. INVOICING: Invoices may be issued once equipment, materials, and supplies are delivered and/or installed to the county’s satisfaction. At a minimum, invoices must include: Purchase Order Number, Item Number and Description, Date of Shipment, Quantity Ordered, Unit Price, Unit of Measure, and a total for all purchases. Standard payment terms are Net 45 days per the Local Government Prompt Payment Act. TERMS OF CONTRACT: 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. County reserves the right to use other available bids or contracts when in the best interest of the County. 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 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: 15 116 • 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. PROMOTIONAL PRICING: During the contract period, bidders shall extend any pricing offered on a “promotional” basis from the manufacturer to the county. It will be the bidder’s responsibility to monitor said items and report any that are or will be offered at lower prices. SUPERVISION: A bidder’s job supervisor/representative shall be on the work site at all times and be thoroughly knowledgeable of the materials, job requirements, plans, specifications and installation functions. Contractors shall be responsible for the appearance of all working personnel assigned to the project (clean and appropriately dressed at all times). JOB COMPLETION: Bidder/installer shall be responsible for all materials received and signed for from date of order to completion of job installation. Bidder/installer shall be responsible for cleanup and removal of all debris resulting in job completion. Bidder/installer shall be responsible for restoring the work site to its original condition at the completion of the project. This shall include re-sodding of the area affected by their work with sod which is of the same variety and quality as the surrounding sod. Where no sod exists prior to installation, the contractor shall restore grade to a level consistent with the surrounding grade. 16 117 RESPONSIBILITY FOR DAMAGES AND PRESERVATION OF PROPERTY: The bidder shall use due care to avoid damaging all property associated with, adjacent to, or in any way affected by the work being performed. The bidder shall be responsible for the protection of all buildings, structures, and utilities that are underground, above ground, or on the surface from their operations that may be hazardous and/or damaging to said facilities. Bidder shall leave work site in a neat and orderly fashion at the end of each work day. Any damage occurring to such items by bidder shall be immediately repaired or replaced to a condition at least equal to that which existed prior to the damage. All costs incurred for repair or replacement shall be borne by the successful bidder. Any damages not repaired or replaced by the bidder within ten (10) calendar days from notification will be fixed by the County or its contractor and the cost shall be paid by the bidder or deducted from their invoice. VIOLATIONS/DEFAULT: In the event the awarded bidder(s) should violate any provisions of this bid, such bidder will be given written notice stating the deficiencies and given ten (10) days to correct deficiencies found. The County reserves the right to terminate any bid, contract, or purchase order at any time due to any violation. In the event the awarded bidder(s) should breach this contract, the County reserves the right to seek all remedies in law and/or in equity. Failure of an awarded bidder to adhere to completion dates defined by bidder and County may result in no further purchase being made with such bidder under this Bid. 17 118 BID FORM RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND PLAYGROUNDS Bidder: Address: City, State and Zip: Phone: Email: Contact Name(s): Signature of Bidder *Bidder can provide additional price information related to Ball Field Lighting MANUFACTURER CATALOGS: Manufacturer: Fixed Percentage Discount off MSRP: Installation (Fixed Percentage of cost after discounts of equipment): Manufacturer: Fixed Percentage Discount off MSRP: Installation (Fixed Percentage of cost after discounts of equipment): Manufacturer: Fixed Percentage Discount off MSRP: Installation (Fixed Percentage of cost after discounts of equipment): Manufacturer: Fixed Percentage Discount off MSRP: Installation (Fixed Percentage of cost after discounts of equipment): (MULTIPLE SHEETS CAN BE USED) 18 119 RFP #18-19-2, Various Equipment And Amenities For Parks And Playgrounds 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) 19 120 WARRANTY INFORMATION FORM MAKE AND MODEL OF EQUIPMENT PROPOSED: Is there a warranty on the equipment proposed? Yes No Does the warranty apply to ALL components or only part? (State Explicitly) Parts Warranty Period: Service Warranty Period: Nearest source for parts and/or service center (s): Name, address and phone number of the authorized service center (s): 1) 2) 3) Name, address and phone number of the authority issuing this warranty: (Manufacturer, Distributor, etc.) COPY OF COMPLETE WARRANTY STATEMENT IS SUBMITTED HEREWITH: Yes No Name of Bidder: Signature Title Phone Number (MULTIPLE SHEETS CAN BE USED) 20 121 Example Request for Quotation Various Equipment and Amenities for Parks and Playgrounds Description of Project: A site plan (not to scale), along with drawing of proposed amenities, is attached. A mandatory site visit is scheduled for at . 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 21 122 RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND PLAYGROUNDS CORPORATE DETAIL Failure to complete all fields may result in your bid being rejected as non-responsive. COMPANY NAME: ____________________________________________________ ADDRESS: ____________________________________________________ ____________________________________________________ ____________________________________________________ TELEPHONE: ____________________________________________________ FAX #: ____________________________________________________ E-MAIL: ____________________________________________________ Name of Person submitting Bid: ___________________________________________ Title: ___________________________________________ Signature: ___________________________________________ Date: __________________________________________ ADDENDA ACKNOWLEDGMENT: Bidder acknowledges receipt of the following addendum: Addendum No. _____ Date: __________ Acknowledged by: _________________________ Addendum No. _____ Date: __________ Acknowledged by: _________________________ Addendum No. _____ Date: __________ Acknowledged by: _________________________ 22 123 Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Form RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND PLAYGROUNDS (1) The prospective Vendor, ________________________________, certifies, by submission of this document, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal Department or Agency. (2) Where the Vendor is unable to certify to the above statement, the prospective Vendor shall attach an explanation to this form. Vendor: ______________________________________________ By: ___________________________________________ Signature _______________________________________________ Name and Title _______________________________________________ Street Address _______________________________________________ City, State, Zip ________________________________ Date 23 124 Scrutinized Companies Certification [Clay County RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND PLAYGROUNDS] Name of Company:1 _______________________________________________ In compliance with subsection (5) of Section 287.135(5), Florida Statutes (the Statute), the undersigned hereby certifies that the company named above is not participating in a boycott of Israel as defined in subsection (1) of the Statute; 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 subsection (2) of the Statute; and does not have business operations in Cuba or Syria as defined in subsection (1) of the Statute. (Seal) Insert Name of Company: By: Its 1 “Company” means a sole proprietorship, organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, limited liability company, or other entity or business association, including all wholly owned subsidiaries, majority-owned subsidiaries, parent companies, or affiliates of such entities or business associations, that exists for the purpose of making profit. 24 125 “NO BID” Statement RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND PLAYGROUNDS If your company does not intend to bid on this procurement, please complete and return this form prior to the date shown for receipt of Bids to: Clay County Purchasing Department, Attn: Donna Fish, 477 Houston Street, Green Cove Springs, FL 32043 We, the undersigned, decline to bid on the above referenced invitation to bid for the following reasons: Specifications are too restrictive (please explain below or attach separately) Unable to meet specifications Specifications were unclear (please explain below or attach separately) Insufficient time to respond We do not offer this product or service Our schedule would not permit us to perform at this time Unable to meet bond requirements Other (please explain below or attach separately) Remarks: _________________________________________________________________________ ______________________________________________________________________ Company Name: Telephone #:_____________________ Signature: Fax #: ________________________ Print Name: Title: __________________________ Address: _________________________________________________________________ City: Zip: _______________________________________ 25 126 CHAPTER 8: PROCEDURES FOR PUBLIC BID OPENINGS (A) Purpose: The purpose of this chapter is to specify procedures for the submittal, receipt, opening and recording of all formal bids required by all of the various laws, ordinances, and other procedures and manuals governing the solicitation and awarding of public bids in Clay County, Florida, including but not limited to: a. Section 336.44, Florida Statues (2001). b. Applicable Provisions of Clay County Code. c. Florida Department of Transportation Standard Specifications, most recent edition. (B) Time of Opening: All bids shall be submitted to the Purchasing department, 4th Floor, Clay County Administration Building, 477 Houston Street, Green Cove Springs, Florida, which shall record receipt thereof by date and time on the bid envelope. Upon receipt, the Purchasing department will maintain custody and control of all bid submittals until after they have been opened. The deadline for a particular bid submittal shall be 4:00 P.M., of the Monday immediately preceding the Tuesday upon which the bid is to be opened. No bid shall be opened unless and until proof by publisher's affidavit of publication of the bid solicitation is received and filed by the Purchasing department. Bidders and the public are welcomed to attend the opening and all subsequent committee and commission meetings related to the bids. (C) Form of Bid Submittal: All bids shall be submitted in triplicate, (and if applicable only on the forms provided by the County or its staff). Each bid and its accompanying materials shall be submitted in a single, sealed and opaque envelope. The following items shall be prominently marked on the cover of the envelope by the party making the submittal prior thereto: a. The number assigned to the particular bid solicitation. b. The title of the bid exactly as it appeared in the published solicitation. c. The date of the bid opening. (D) Bid Receipt Procedure: The County Manager shall, in cooperation with his or her Department heads and the Purchasing department, assign a specific and discrete number and title to each bid solicitation, which shall be contained in the Request for Bids, the newspaper publication, specifications and the Bid Form thereof. Three copies of each request for bid shall be submitted to the Purchasing department for distribution as provided in Section F hereof, and the "Request For Bids" shall be signed prior to publication. (E) Place of Opening: All bids properly submitted shall be opened in a public location so designated in the bid solicitation. (F) Distribution of Copies: Upon the opening of a bid, one copy shall be distributed to the head of the originating department. Purchasing shall submit to the Finance committee of the Board a tabulated list of all bidders and their bids, including bid number, name, staff assigned, a recommendation to include but not be limited to the lowest responsive and responsible bid, or in a proper circumstance the best bid, budget information and alternatives. All staff assigned to evaluate bid and RFP responses shall do so observing all requirements of the Sunshine Law and 26 127 in meetings noticed at least 72 hours in advance thereof. The Purchasing department shall serve as the permanent record holder for the County Manager. (G) Committee Review, Report and Recommendations: Bids shall be reviewed by the Board’s Finance committee following the bid opening. The Committee should, in the absence of unusual circumstances, report its recommendation to the Board at the Board's next regularly scheduled meeting, which shall include a tabulated list of all bidders and their bids. In all events, the County Manager shall cause to be spread upon the minutes of the regular meeting of the Board next following the opening of a particular bid, a list of all bidders and their bids. Upon being awarded a bid, and if a contract is entered into with the successful bidder then the County’s Standard Addendum and IRS Form W-9, Request for Taxpayer Identification and Certification must be completed. (H) Ineligible Bid: Any bid that does not meet the foregoing requirements for form, time of submittal, number of copies or the specifications advertised will be rejected and the reasons stated therefor; provided that the Purchasing department shall reject and return unopened all bids which do not meet the foregoing requirements for time of submittal, or envelope markings. Bids that do not meet requirements for form will be rejected and declared "No Bid". The Board reserves the power to reject all bids and in its discretion to re-advertise the solicitation. (I) Bid Withdrawal Period: Any bid submitted requires a five (5) percent bond unless waived by the Board prior to solicitation, which cannot be withdrawn for a period of 30 days subsequent to the date of the bid opening, notice of which shall be incorporated in all requests for bids. As used herein, the term bond shall include cashier or certified checks payable to the County. All such checks shall be held by the Finance department for safekeeping immediately upon acceptance of the bid (but not deposited). The Finance department is hereby authorized to return each bond to the submitting party, as soon as practicable, upon written request to the Finance department, but only after a bid and contract have been awarded and executed between the County and the successful bidder for a particular project, or in the event that all bids have been rejected by the Board, or in the event the time provided that the bid shall remain in effect shall have expired and the bid submitter requests its return in writing. (1) Vendors bidding on SHIP rehabilitation projects are exempt from the bid bond requirements delineated in 8(I) above or as may be otherwise stated elsewhere in this policy document. (2) Vendors bidding on commodities price contracts, or any other type of contract that does not commit the Board to an actual exchange transaction (purchase) but rather seeks only a fixed unit price commitment from a vendor in the event a future purchase decision is made, shall be exempt from the bid bond requirements delineated in 8(I) above or as may be otherwise stated elsewhere in this policy document. (J) Bid Addenda: All addenda distributed subsequent to the initial distribution of specifications shall be sent by certified mail/return receipt requested, said return receipt to be returned to the Purchasing department identified by bid number. Prior to mailing, a copy of each addendum shall be received by the Purchasing department, provided that no addendum shall be mailed later than five (5) working days prior to the scheduled bid opening date. 27 128 (K) Bid Tabulation Form: The bid Tabulation Form used at bid openings shall include a place thereon for three witnesses to sign. This procedure will eliminate the need for signing each individual bid at the time of opening, thus requiring the three witnesses to sign only once for each bid number submitted. (L) Authority to Delay Bid Openings: The County Manager is hereby authorized, without seeking prior approval of the Board in any particular case, to order a delay of any bid opening from its scheduled date and time to a time certain on the agenda of the next regularly scheduled meeting of the Board, or such special meeting called for such purpose. The delay may be ordered at any time prior to the time of the scheduled opening, provided that such order be in writing, addressed and delivered to the Purchasing department with a copy delivered to the County Manager, and that copies thereof be mailed by certified mail, return receipt requested to all responding bidders as soon thereafter as is reasonably practicable. Upon receipt of the order, the Purchasing department shall immediately record the date and time thereof. The Purchasing department shall continue to accept sealed bids up until the applicable deadline. At the date and time originally scheduled for the bid opening, the Purchasing department shall announce the delay order to all in attendance and shall continue to maintain in its custody all properly submitted sealed bids until further order of the Board. At the time certain scheduled before the Board, the County Manager shall present his reason or reasons for the delay order and his recommendation for disposition of bids submitted. The Board may order the bids to be opened then and there, or at some other time and date certain; it may cancel the bid and order the return of all bids unopened; it may order a further delay of the bid opening; or it may make any other order appropriate to the circumstances. If the bids are ultimately opened, they shall be reviewed as provided elsewhere herein. If a delay occurs as provided herein, then the 30 day withdrawal period as provided in 8(I) shall commence upon the date of the actual bid opening, provided such date is not more than 60 days subsequent to the originally scheduled date. No delay shall be ordered beyond such 60 day period, unless the parties submitting timely bids consent to such delay in writing. In no event is the County Manager authorized to extend the deadline for bid submittals for any particular project, only the bid opening date. (M) Contractor's Insurance Requirement: 1. Any Contractor submitting a bid for any public works project must include, within its initial bid response, proof of the following insurance, in effect continuously from the date of submittal through the 60 days subsequent to the scheduled bid opening date: a. Commercial General Liability 1. General Aggregate $1,000,000 2. Products and Completed Operations Aggregate $1,000,000 3. Personal and Advertising Injury $1,000,000 4. Each Occurrence $1,000,000 5. Fire Damage (any one fire) $ 50,000 6. Medical Expense (any one person) $ 5,000 b. Automobile Liability 1. Any automobile-Combined bodily injury/property damage, $1,000,000 with minimum limits for all additional coverage as required by Florida law 28 129 c. Workers Compensation/Employers Liability 1. Workers Compensation statutory limits 2. Employers Liability a. Each Accident $ 100,000 b. Disease-Policy $ 500,000 c. Disease-Each Employee $ 100,000 d. Professional Liability 1. When required by contract-per occurrence $1,000,000 2. Upon being awarded the bid, the contractor must provide proof that such insurance will be in effect from the date of commencement of the project. The contractor will maintain insurance coverage at the above-prescribed levels through the date of completion of the project and that coverage will include all independent contractors and subcontractors. Either prior to or simultaneously with the execution of the contract, the successful bidder must deliver certificates of insurance for the required insurance coverages to the County naming “Clay County, a political subdivision of the State of Florida; The Board of County Commissioners, Clay County, Florida; and all public agencies of Clay County, as their interests may appear” as “Additional Insureds.” Said certificates of insurance shall also include a thirty day prior written notice of cancellation, modification or non-renewal to be provided to the County. 3. The Board reserves the right to waive, raise or lower the minimum coverages required for particular projects prior to bid solicitation by affirmative action. The Board will not waive any defects in a bid submittal pertaining to matters under this subsection. (N) Bid Awards and Protests: 1. Both the INSTRUCTIONS and the PUBLISHED NOTICE for every sealed bid solicitation shall include conspicuously the following statements: FOLLOWING THE BID OPENING AND TABULATION, A “NOTICE OF INTENT TO AWARD BID” OR A “NOTICE OF REJECTION OF ALL BIDS” WILL BE POSTED ON THE INTERNET AT: [insert bid notice web address1]. THIS WEBPAGE CAN ALSO BE ACCESSED FROM THE HOMEPAGE OF THE COUNTY’S WEBSITE AT: [insert County’s homepage address2] BY [insert suitable directions3]. NO OTHER NOTICE WILL BE POSTED. 1 As of the date on which this Purchasing Policy was adopted, the bid notice web address was: http://www.claycountygov.com/departments/purchasing-division/bcc-bid-tabs-current-bids-intent-bids-rejection- bids 2 As of the date on which this Purchasing Policy was adopted, the County’s homepage address was: http://www.claycountygov.com/. 3 As of the date on which this Purchasing Policy was adopted, suitable directions would be: “FOLLOWING THE “Notice of Intent Bids” LINK UNDER THE “Business” ROLLOVER BUTTON”. 29 130 PROSPECTIVE BIDDERS ARE NOTIFIED THAT THE FAILURE TO INCLUDE WITHIN THE SEALED BID ENVELOPE A PROPER BID BOND OR OTHER SECURITY APPROVED UNDER THE COUNTY’S PURCHASING POLICY, IF REQUIRED FOR THIS SOLICITATION, OR THE FAILURE TO FILE A WRITTEN NOTICE OF PROTEST AND TO FILE A WRITTEN PETITION INITIATING A FORMAL PROTEST PROCEEDING WITHIN THE TIMES AND IN THE MANNER PRESCRIBED IN SECTION 8.N. OF SAID POLICY, SHALL CONSTITUTE A WAIVER OF THE RIGHT TO PROTEST THE BID SOLICITATION, ANY ADDENDUM THERETO, OR THE BID DECISION, AS APPLICABLE, AND TO INITIATE A FORMAL PROTEST PROCEEDING UNDER SAID POLICY. THE COUNTY’S PURCHASING POLICY CAN BE VIEWED AT THE COUNTY’S WEBSITE BY FOLLOWING THE APPROPRIATE LINKS FROM THE HOMEPAGE ADDRESS SET FORTH ABOVE. IF A PROSPECTIVE BIDDER IS IN DOUBT WHETHER THIS SOLICITATION REQUIRES A BID BOND, SUCH PROSPECTIVE BIDDER IS SOLELY RESPONSIBLE FOR MAKING APPROPRIATE INQUIRY. 2. Unless otherwise expressly directed by the Board in its decision on a bid award, immediately following such decision the County Manager shall cause a “Notice of Intent to Award Bid” or a “Notice of Rejection of All Bids” to be posted on the County’s website, with the time and date of posting appearing thereon. Notice shall not be posted elsewhere. The notice shall be posted in portable document format or other secure format. 3. The failure on the part of a prospective bidder to include within the sealed bid envelope a proper bid bond or other security approved under this policy, if required for the particular bid solicitation, or the failure by a prospective bidder to file a written notice of protest and to file a written petition initiating a formal protest proceeding within the times and in the manner prescribed in this section shall constitute a waiver of the prospective bidder’s right to protest the bid solicitation, any addendum thereto, the Board’s bid decision, as applicable, and to initiate a formal protest proceeding hereunder. 4. A prospective bidder is solely responsible for determining whether a particular bid solicitation requires a bid bond, and for resolving any doubt by making appropriate inquiry. 5. The County Manager shall cause a copy of this policy to be posted on the County’s website in portable document format or other secure format. The County Manager shall cause to be established conspicuous and easy-to-follow links to the policy from the homepage. 6. Any person who is adversely affected by a bid solicitation, by any addendum thereto, or by a bid decision may file with the County Manager a written notice of protest no later than 4:30 p.m. on the third business day immediately following the date notice is published, with respect to a bid solicitation; no later than 4:30 p.m. on the third business day immediately following the date of issuance, with respect to a bid addendum; and within 72 hours after the posting of the notice, exclusive of hours occurring during days that are other than business days, with respect to a bid decision. 30 131 7. A formal protest proceeding shall be deemed commenced upon the timely filing of a written petition initiating the same. A written petition initiating a formal protest proceeding must be filed with the County Manager no later than 4:30 p.m. on the tenth calendar day immediately following the date on which the written notice of protest was filed; provided, if the tenth calendar day is not a business day, then the petition must be filed no later than 4:30 p.m. on the first business day immediately following said tenth calendar day. The petition must set forth with particularity the facts and law upon which the protest is based. The petition must conform substantially with the requirements for petitions set forth in Rule 28-106.201, Florida Administrative Code. References in this section to a petition shall mean a written petition initiating a formal protest proceeding filed in accordance with this subsection. 8. Any protest of a bid solicitation or bid addendum shall pertain exclusively to the terms, conditions, and specifications contained in a bid solicitation or bid addendum, including any provisions governing the methods for ranking bids, proposals, or replies, awarding contracts, reserving rights of further negotiation, or modifying or amending any contract. 9. Upon receipt of a formal written notice of protest that has been timely filed, the County Manager shall suspend the bid solicitation or bid award process until the subject of the protest is resolved by final action as specified in this section, unless the County Manager sets forth in writing particular facts and circumstances which require the continuance of the solicitation or award process without delay in order to avoid an immediate and serious danger to the public health, safety, or welfare. Such suspension shall be lifted immediately in the event the protesting party shall have failed to timely file a petition. 10. Intervenors shall be permitted to participate in the formal protest proceeding in accordance with the procedures governing intervenor practice set forth in Rule Chapter 28-106, Florida Administrative Code, and shall be subject to all limitations provided therein applicable to intervenors. 11. In his or her discretion, the County Manager may provide an opportunity to resolve the protest by mutual agreement between the County Manager and the protesting party within 7 calendar days after receipt of a timely petition. Such agreement must be reduced to writing, signed by the County Manager and the protesting party or such party’s authorized agent, and submitted to the Board at the earliest opportunity. The agreement shall not be deemed effective unless ratified by the Board. If the Board shall fail to ratify the agreement, then the protest shall proceed to resolution as hereinafter provided. 12. Within 10 business days following the timely filing of a petition, or, if the Board shall have considered but failed to ratify an agreement submitted to it under subsection 11, then within 10 business days thereafter, a hearing shall be conducted pursuant to subsection 13 before a hearing officer, who shall be the County Manager or his or her designee. The County Manager may designate any department head as the hearing officer; provided, a department head who is substantially involved in or connected with the bid solicitation or bid award process shall be deemed disqualified from serving as the hearing officer, unless such involvement or connection is purely ministerial in nature. 31 132 13. All hearings shall be conducted pursuant to written notice to the protesting party, the County Attorney’s Office and all intervenors by the hearing officer specifying the time, date and place of the hearing. Particular rules and procedures governing each such hearing are as follows: a. The audio thereof shall be recorded electronically. b. Prior to the hearing only, motion practice may be permitted by the hearing officer in his or her discretion in accordance with the rules governing the same set forth in Rule Chapter 28-106, Florida Administrative Code. All motions shall be ruled upon prior to or at the start of the hearing, except that rulings on motions in limine may be deferred to an appropriate time during or after the hearing. c. Prior to the hearing, the protesting party, the County and all intervenors must confer and endeavor to stipulate to as many relevant and undisputed facts upon which the decision is to be based as may be practicable. Such stipulation must also identify those issues of material fact, if any, that remain in dispute. The stipulation must be reduced to a writing signed by or on behalf of the protesting party, the County and all intervenors, and be submitted to the hearing officer at least two business days prior to the hearing. The stipulation may include an appendix comprising documents that shall be deemed admitted and considered as evidence for purposes of the hearing, or referring to tangible items deemed admitted and considered as evidence for purposes of the hearing, which items shall either be presented at the hearing or, if such presentation is impractical, submitted to the hearing officer by graphic, descriptive, representational, photographic, videotape or similar medium properly depicting or characterizing the items. d. The protesting party and all intervenors shall have the right to appear before the hearing officer at the hearing in proper person or through counsel and, as to those issues of material fact, if any, that remain in dispute, as identified in the stipulation, to present relevant testimonial, documentary and tangible evidence, and to be heard on the substantive issues bearing on the protest. The County shall be deemed a party to the proceeding, and the County Attorney or any assistant county attorney may participate in the protest proceeding, appear before the hearing officer, present evidence and be heard on behalf of the County. e. All witnesses shall be placed under oath by the hearing officer prior to testifying, and shall be subject to cross-examination by any hearing participant. f. Hearsay evidence shall be admissible unless the hearing officer shall determine the same to be redundant, unreliable or prejudicial. g. At the hearing any hearing participant may offer appropriate argument and summation, and submit a written brief and a proposed order, but only after the conclusion of the evidentiary portion of the hearing, if any. 32 133 h. Immediately following the hearing, the County Manager shall cause a written transcript of all testimonial evidence introduced at the hearing to be prepared expeditiously based upon the audio recording, and shall provide copies of the same to all of the hearing participants. i. Within 7 business days following the hearing, the hearing officer shall submit a recommended order to the County Manager and serve copies on all hearing participants; provided, if the County Manager is the hearing officer, then within 7 business days following the hearing, the County Manager shall issue a recommended order and serve copies on all hearing participants. The recommended order shall contain findings of fact and, based upon such facts, a disposition of the protest; provided, no finding of fact may be predicated solely upon the basis of hearsay. j. The recommended order shall thereafter be submitted to the Board along with the transcript of the hearing testimony and the entire written and tangible record of the protest proceedings at the earliest opportunity to be considered at a time certain, with notice thereof served upon the hearing participants. Each of the hearing participants shall be allowed 3 minutes to address the Board regarding the recommended order, unless the Chairman in his or her discretion shall allow additional time. If a hearing participant intends to challenge any finding of fact in a recommended order that was based upon testimonial evidence, such participant shall be allowed 2 additional minutes for such purpose, and may direct the attention of the Board members to any portion of the transcript relevant to the challenge. The other hearing participants shall each have the right to offer argument in rebuttal to the challenge, and to direct the attention of the Board members to any portion of the transcript relevant to the rebuttal. No testimony or other evidence beyond the record and the transcript shall be presented to the Board. Thereafter the Board shall render its decision on the protest. In so doing the Board shall be bound by the findings of fact in the recommended order that are based upon testimonial evidence, except those for which it upholds a challenge. A challenge shall be upheld only if the finding of fact is not supported by competent, substantial evidence in the record or in the transcript. Otherwise, the Board shall not be bound by any of the provisions of the recommended order. The decision of the Board shall be reduced to a written order signed by the Chairman, and shall constitute final action of the County on the protest. k. The date, type and substance of all ex parte communications between any Board member and a hearing participant, including counsel therefor or any agent thereof, and between any Board member and third party, must be publicly disclosed by the Board member prior to the rendering of the Board’s decision. All such communications that are written or received electronically must be filed for the record, and copies thereof provided to each Board member and hearing participant. 14. All proceedings before the hearing officer shall be informal, and customary rules of evidence shall be relaxed. In all respects both the hearing officer and the Board shall observe the requirements of procedural and substantive due process that are the minimum necessary for accomplishing a fair, just and expeditious resolution of the protest. 33 134 15. Ex parte communications between a hearing participant and the hearing officer are forbidden. The hearing officer may take such steps as he or she may deem just and appropriate to prevent or sanction attempted ex parte communications, including promptly disclosing the attempted communication, or requiring the offending hearing participant to disclose promptly the attempted communication, to the other hearing participants. Where necessary, the hearing officer may recuse himself or herself, and the subsequently designated hearing officer may order the offending participant to pay for all or any portion of the costs incurred by the County and any other hearing participant strictly as a consequence of the ex parte communication or attempted ex parte communication, else be excluded from further participation. Neither the County Attorney nor any assistant county attorney shall be subject to this subsection or prohibited from engaging in ex parte communications with the hearing officer. 16. The purpose of this policy is to promote fairness and public confidence in the competitive bidding process. To further such end, and except as otherwise specifically provided herein, the substantive law governing the resolution of bid protests found in the decisions of the Florida appellate courts, as well as any statutes or agency rules that may be applicable to the particular bid solicitation, shall guide the hearing officer and the Board in rendering a decision on a bid protest under this section. The significant principles of law governing the bid protest and the resolution thereof, which shall prevail to the extent not otherwise in conflict with any governing statutes or agency rules, are as follows: a. The burden is on the party protesting the award of the bid to establish a ground for invalidating the award. b. The standard of proof for the protest proceeding shall be whether the proposed award was clearly erroneous, contrary to competition, arbitrary, or capricious. c. The proposed award shall be deemed arbitrary or capricious if it is contrary in a material way to any governing statutes, the County’s rules or policies, or the bid or proposal instructions or specifications. d. The scope of the inquiry is limited initially to whether the proposed award is improper under the foregoing standard of proof. If and only if the hearing officer first determines on the basis of competent and substantial evidence that the proposed award is improper, then the hearing officer may recommend, in accordance with the law and this policy, an alternate disposition for the proposed award. Such disposition may include, but shall not be limited to, rejecting all bids, or awarding all or a portion of the bid to the protesting party. e. A bid protest proceeding may not serve as a vehicle for the Board to revisit the proposed award absent a determination of impropriety as set forth above. 17. By written agreement amongst the protesting party, the County, and all then-existing intervenors, any provision of this section pertaining to the procedures for resolving a protest for which a petition has been timely filed may be modified or waived so long as such modification 34 135 or waiver shall not hinder or thwart the proper and expeditious resolution of the protest, or otherwise operate to undermine the salutary purposes of competitive, public bidding. 18. Only to the extent necessary to avoid a miscarriage of justice or to prevent a manifest violation of a hearing participant’s procedural or substantive due process rights, a hearing officer may modify or suspend the applicability of any of the provisions or requirements of this section in the course of conducting a protest proceeding hereunder; provided, a hearing officer may not modify or suspend any of the provisions or requirements of subsections 3, 4, 6, 7, 8, 16, 20, 21 and 22 hereof. 19. Except and to the extent specifically provided in this section, and except and to the extent otherwise specified provided by written agreement amongst the protesting party, the County, and all then-existing intervenors, no provisions of Rule Chapter 28-106, Florida Administrative Code, shall be deemed applicable to the resolution of protests under this section. 20. For purposes of this section, the filing with the County Manager of a written notice of protest or of a written petition initiating a formal protest proceeding shall be deemed accomplished only when the original written notice or original written petition has been physically received by the County Manager or his or her designee. A notice or petition shall be deemed original only if it bears the original signature of the protesting party or such party’s authorized agent. No notice or petition may be filed by facsimile transmission or by e-mail, and any notice or petition received in such manner shall be deemed unfiled and ineffective. The use of an overnight delivery service or of the United States Postal Service to file a notice or petition shall be entirely at the risk of the person submitting the same, and any such notice or petition so received after the applicable deadline shall be deemed untimely. 21. For purposes of this section, a business day shall mean any 24-hour day that is not a Saturday, a Sunday, or a holiday observed by the County. 22. For purposes of this section, counsel shall mean an attorney who is a member of the Florida Bar in good standing. 23. For purposes of this section, all notices of protest and petitions initiating formal protest proceedings, and all stipulations, briefs, proposed findings of fact, written motions and proposed orders submitted to a hearing officer shall be on white, opaque paper 8 ½ by 11 inches in size. The pages of all such documents shall have margins on all sides of not less than 1 inch; shall be in Times New Roman or Courier New font no smaller than 12 in size, including footnotes and endnotes; shall have standard double-spacing between lines, excluding quotations, footnotes and endnotes; and shall be numbered at the bottom. All quotations shall be indented. Briefs shall not exceed 15 pages in length, and may not include any appendices. A digital copy of all written stipulations, briefs, proposed findings of fact, written motions and proposed orders submitted to the hearing officer must be simultaneously provided to the hearing officer in Word format, version 2000 or later, on compact disc or 3 ½” diskette. 24. For purposes of this section, a hearing participant shall mean and include the protesting party, the County and any intervenor. 35 136 25. This section shall be construed and implemented so as to secure the just, speedy, and inexpensive resolution of bid protests. (O) UTILITY RELOCATION AGREEMENTS: Prior to soliciting bids for right of way improvements and other public works projects that require the removal or relocation of utilities, agreements with the affected utilities must be entered into providing for the terms, scheduling and conditions of such relocation and removal. The County Manager may develop and maintain such form of agreement as may be appropriate for accomplishing the requirements of this section. (Resolution No. 09/10-65) (P) NO-CONTACT RULE: (Resolution No. 09/10-81) 1. As used in this section and unless the context clearly requires otherwise, the following terms and phrases shall have the meanings herein ascribed: a. Contacting shall mean communicating or attempting to communicate by any means, whether orally, telephonically, electronically or in writing. b. Bidder shall mean any person or entity submitting a response to a bid solicitation, and shall include all owners, shareholders, principals, officers, employees and agents thereof. c. Bid shall mean any bid, request for proposals and request for qualifications. d. Solicitation period shall mean the time between the publication of the notice of the bid and the opening of the bid. e. Evaluation period shall mean the time between the opening of the bid and the award thereof by the Board of County Commissioners. 2. The instructions for all solicitations of bids to be submitted under seal shall include provisions prohibiting bidders from contacting (i) any member of the Board of County Commissioners, the County Manager or any County employee or agent regarding the solicitation in any respect during the solicitation period, and (ii) the County Manager or any County employee or agent regarding the solicitation in any respect during the evaluation period. The violation of this rule shall result in the automatic disqualification of any response to a bid solicitation submitted by the violator, and the foregoing instructions shall so state. 3. The no-contact rule set forth in subsection 2 shall not apply to inquiries submitted to County employees or agents in the manner specifically provided in the bid solicitation package regarding the distribution thereof, or to communications seeking clarification regarding instructions or specifications submitted to County employees or agents in the manner specifically provided in the bid solicitation package, or to pre-bid conferences provided for in the bid solicitation package, or to formal presentations by finalists to the Board of County Commissioners or any committee thereof specifically contemplated in the bid solicitation package. 36 137 4. The purpose of the no-contact rule set forth in subsection 2 is to prevent any one bidder from gaining an advantage over other bidders through lobbying or otherwise attempting to influence the procurement decision through discussions or the presentation of information or materials outside of the process contemplated in the bid solicitation package and this purchasing policy, and also to ensure that the dissemination of information from the County entity to bidders regarding the bid solicitation is equal and uniform. 37 138 139 Form W-9 Request for Taxpayer Give Form to the (Rev. October 2018) Identification Number and Certification requester. Do not Department of the Treasury send to the IRS. lntemal Revenue Service ► Go to www.irs.gov/FormW9 for instructions and the latest information. 1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. 2 Business name/disregarded entity name, if different from above C') (I) 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the 4 Exemptions (codes apply only to Cl) following seven boxes. certain entitles, not individuals; see <ti a. instructions on page 3): C: D Individual/sole proprietor or D C Corporation D S Corporation □ Partnership D Trust/estate 0 ,0 single-member LLC Exempt payee code Of any) (I) C: C. 0 D Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ► ~:;:: ... CJ 0 2 Note: Check the appropriate box in the line above for the tax classification of the single-member owner. Do not check Exemption from FATCA reporting 1: ; LLC if the LLC is classified as a single-member LLC that Is disregarded from the owner unless the owner of the LLC is code Qf any) -C: another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single-member LLC that --ll. CJ is disregarded from the owner should check the appropriate box for the tax classification of its owner. ;: u D Other {see instructions) ► (Applk,s to account> malnmirod oul$kJo tho IJ.S.) (I) C. 5 Address {number, street, and apt. or suite no.) See instructions. Requester's name and address (optionaij U) (I) (I) U) 6 City, state, and ZIP code 7 List account number{s) here {optionaij . . Taxpayer Identification Number (TIN) I Social security number I Enter you~ TIN in_ the app_ro~ri~te box. :ti.e TIN provided must_ match t~e name given on line 1 to avoid backup w1thhold1ng. For ind1v1duals, this 1s generally your social secunty number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. [II] -DJ -I I I I I or Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. ! Employer Identification number Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form Of any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part 11, later. Sign Here I Signature of U.S. person ► General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. Purpose of Form An Individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer Identification number (TIN) which may be your social security number (SSN), Individual taxpayer identification number OTIN), adoption taxpayer identification number (A TIN), or employer identification number lEN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (Interest earned or paid) Cat. No. 10231X Date ► • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1 098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (Including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Form W-9 (Rev. 10-2018) 140 FonnW-9 lReV-10-2018) By signing the fiRed-out form, you: 1. Certify that the TIN you are giving is correct (or you are waiting for a number to be Issued), 2. Certify that you are not subject to backup withholding, or 3. Claim exemption from backup withholding if you are a U.S. exempt payee. If applicable, you are also certifying that as a U.S. person, your allocable share of any partnership income from a U.S. trade or business is not subject to the withholding tax on foreign partners' share of effectively connected income, and • 4. Certify that FATCA code{s) entered on this form ftf any) indicating that you are exempt from the FATCA reporting, is correct. See What is FATCA reporting, later, for further information. Note: If you are a U.S. person and a requester gives you a form other than Form W-9 to request your TIN, you must use the requester's form if it Is substantially similar to this Form W-9. Definition of a U.S. person. For federal tax purposes, you are considered a U.S. person if you are: • An individual who is a U.S. citizen or U.S. resident alien; • A partnership, corporation, company, or association created or organized in the United States or under the laws of the United States; • An estate (other than a foreign estate); or • A domestic trust (as defined In Regulations section 301.n01-7). Special rules for partnerships. Partnerships that conduct a trade or business in the United States are generally required to pay a withholding tax under section 1446 on any foreign partners• share of effectively connected taxable income from such business. Further, in certain cases where a Form W-9 has not been received, the rules under section 1446 require a partnership to presume that a partner Is a foreign person, and pay the section 1446 withholding tax. Therefore, if you are a U.S. person that Is a partner in a partnership conducting a trade or business In the United States, provide Form W-9 to the partnership to establish your U.S. status and avoid section 1446 withholding on your share of partnership income. • In the cases balow, the following person must give Form W-9 to the partnership for purposes of establishing Its U.S. status and avoiding withholding on Its allocable share of net income from the partnership conducting a trade or business in the United States. • In the case of a disregarded entity with a U.S. owner, the U.S. owner of the disregarded entity and not the entity; • In the case of a grantor trust with a U.S. grantor or other U.S. owner, generally, the U.S. grantor or other U.S. owner of the grantor trust and not the trust; and • In the case of a U.S. trust (other than a grantor trust), the U.S. trust {other than a grantor trust) and not the beneficiaries of the trust. Foreign person. If you are a foreign person or the U.S. branch of a foreign bank that has elected to be treated as a U.S. person, do not use Form W-9. Instead, use the appropriate Form W-8 or Form 8233 (see Pub. 515, Withholding of Tax on Nonresident Allens and Foreign Entities). Nonresident alien who becomes a resident aHen, Generally, only a nonresident alien individual may use the terms of a tax treaty to reduce or eliminate U.S. tax on certain types of Income. However, most tax treaties contain a provision known as a "saving clause. JI Exceptions specified in the saving clause may permit an exemption from tax to continue for certain types of Income even after the payee has otherwise become a U.S. resident alien for tax purposes. If you are a U.S. resident alien who Is relying on an exception contained In the saving clause of a tax treaty to claim an exemption from U.S. tax on certain types of income, you must attach a statement to Form W-9 that specifies the following five items. 1. The treaty country. Generally, this must be the same treaty under which you clafmed exemption from tax as a nonresident alien. 2. The treaty article addressing the Income. 3. The article number (or location) In the tax treaty that contains the saving clause and Its exceptions. 4. The type and amount of income that qual"lfies for the exemption from tax. 5. Sufficient facts to justify the exemption from tax under the terms of the treaty article. Page2 • Example. Article 20 of the U.S.-China income tax treaty allows an exemption from tax for scholarship income received by a Chinese student temporarily present in the United States. Under U.S. law, this student will become a resident alien for tax purposes If his or her stay in the United States exceeds 5 calendar years. However, paragraph 2 of the first Protocol to the U.S.-China treaty (dated April 30, 1984) allows the provisions of Article 20 to continue to apply even after the Chinese student becomes a resident alien of the United States. A Chinese student who qualifies for this exception (under paragraph 2 of the first protocoO and Is relying on this exception to claim an exemption from tax on his or her scholarship or fellowship income would attach to Form W-9 a statement that includes the information described above to support ~t exemption. If you are a nonresident alien or a foreign entity, give the requester ~ appropriate completed Form W-8 or Form 8233. Backup Withholding What Is backup withholding? Persons making certain payments to you must under certain conditions withhold and pay to the IRS 24% of such payments. This is called •backup withholding. JI Payments that may be subject to backup withholding include interest, tax-exempt interest, dividends, broker and barter exchange transactions, rents, royalties, nonemployee pay, payments made in settlement of payment card and third party network transactions, and certain payments from fishing boat operators. Real estate transactions are not subject to backup withholding. You will not be subject to backup withholding on payments you receive If you give the requester your correct TIN, make the proper certifications, and report all your taxable interest and dividends on your taxretum. Payments you receive will be subject t(! backup withholding If: 1. You do not furnish your TIN to the requester, 2. You do not certify your TIN when required (see the Instructions for Part II for details), 3. The IRS tells the requester that you furnished an Incorrect TIN, 4. The IRS tells you that you are subject to backup withholding because you did not report all your Interest and dividends on your tax return (for reportable Interest and dividends only), or 5. You do not certify to the requester that you are not subject to backup withholding under 4 above {for reportable interest and dividend accounts opened after 1983 only). Certain payees and payments are exempt from backup withholding. See Exempt payee code, later, and the separate Instructions for the Requester of Form W-9 for more Information. Also see Special rules for partnerships, earner. What is FATCA Reporting? The Foreign Account Tax Compliance Act (FATCA) requires a participating foreign financial institution to report all United States account holders that are specified United States persons. Certain payees are exempt from FATCA reporting. See Exemption from FATCA reporting code, later, and the Instructions for the Requester of Form W-9 for more Information. Updating Your Information You must provide updated Information to any person to whom you claimed to be an exempt payee If you are no longer an exempt payee and anticipate receiving reportable payments In the future from this person. For example, you may need to provide updated Information if you are a C corporation that elects to be an S corporation, or if you no longer are tax exempt. In addition, you must furnish a new Form W-9 if the name or TIN changes for the account; for example, If the granter of a grantor trust dies. Penalties FaDure to furnish TIN. If you fail to furnish your correct TIN to a requester, you are subject to a penalty of $50 for each such failure unless your failure Is due to reasonable cause and not to willful neglect Civil penalty for false Information with respect to withholding. If you make a false statement with no reasonable basis that results In no backup withholding, you are subject to a $500 penalty. 141 Form W-9 (Rev. 10-2018) Criminal penalty for falsifying information. Willfully falsifying certifications or affirmations may subject you to criminal penalties including fines and/or imprisonment. Misuse of TINs. If the requester discloses or uses TINs in violation of federal law, the requester may be subject to civil and criminal penalties. Specific Instructions Line 1 You must enter one of the following on this line; do not leave this line blank. The name should match the name on your tax return. If this Form W-9 is for a joint account (othl$r than an account maintained by a foreign financial institution (FFI)), list first, and then circle, the name of the person or entity whose number you entered in Part I of Form W-9. If you are providing Form W-9 to an FFI to document a joint account, each holder of the account that is a U.S. person must provide a Form W-9. a Individual. Generally, enter the name shown on your tax return. If you have changed your last name without informing the Social Security Administration (SSA) of the name change, enter your first name, the last name as shown on your social security card, and your new last name. Note: ITIN applicant: Enter your individual name as it was entered on your Form W-7 application, line 1a. This should also be the same as the name you entered on the Form 1040/1040A/1040EZ you filed with your application. b. Sole proprietor or single-member LLC. Enter your individual name as shown on your 1040/1040A/1040EZ on line 1. You may enter your business, trade, or "doing business as" (OBA) name on line 2. c. Partnership, LLC that is not a single-member LLC, C corporation, or S corporation. Enter the entity's name as shown on the entity's tax return on line 1 and any business, trade, or OBA name on line 2. d. Other entities. Enter your name as shown on required U.S. federal tax documents on line 1. This name should match the name shown on the charter or other legal document creating the entity. You may enter any business, trade, or OBA name on line 2. e. Disregarded entity. For U.S. federal tax purposes, an entity that is disregarded as an entity separate from its owner is treated as a "disregarded entity." See Regulations section 301.7701-2(c}(2)Qii). Enter the owner's name on line 1. The name of the entity entered on line 1 should never be a disregarded entity. The name on line 1 should be the name shown on the income tax return on which the income should be reported. For example, if a foreign LLC that is treated as a disregarded entity for U.S. federal tax purposes has a single owner that is a U.S. person, the U.S. owner's name is required to be provided on line 1. If the direct owner of the entity is also a disregarded entity, enter the first owner that is not. disregarded for federal tax purposes. Enter the disregarded entity's name on line 2, "Business name/disregarded entity name." If the owner of the disregarded entity is a foreign person, the owner must complete an appropriate Form W-8 instead of a Form W-9. This is the case even if the foreign person has a U.S. TIN. Line2 If you have a business name, trade name, OBA name, or disregarded entity name, you may enter it on line 2. Line 3 Check the appropriate box on line 3 for the U.S. federal tax classification of the person whose name is entered on fine 1. Check only one box on line 3. Page3 IF the entity/person on line 1 is THEN check the box for ... a(n) ... • Corporation Corporation • Individual Individual/sole proprietor or single- • Sole proprietorship, or memberLLC • Single-member limited liability company (LLC} owned by an individual and disregarded for U.S. federal tax purposes. • LLC treated as a partnership for Limited liability company and enter U.S. federal tax purposes, the appropriate tax classification. • LLC that has filed Form 8832 or (P= Partnership; C= C corporation; 2553 to be taxed as a corporation, or S= S corporation) or • LLC that is disregarded as an entity separate from its owner but the owner is another LLC that is not disregarded for U.S. federal tax purposes. • Partnership Partnership • Trust/estate Trust/estate Line 4, Exemptions If you are exempt from backup withholding and/or FATCA reporting, enter in the appropriate space on line 4 any code(s) that may apply to you. Exempt payee code. • Generally, individuals (including sole proprietors) are not exempt from backup withholding. • Except as provided below, corporations are exempt from backup withholding for certain payments, including interest and dividends. • Corporations are not exempt from backup withholding for payments made in settlement of payment card or third party network transactions. • Corporations are not exempt from backup withholding with respect to attorneys' fees or gross proceeds paid to attorneys, and corporations that provide medical or health care services are not exempt with respect to payments reportable on Form 1099-MISC. The following codes identify payees that are exempt from backup withholding. Enter the appropriate code in the space in line 4. 1-An organization exempt from tax under section 501 (a), any IRA, or a custodial account under section 403(b)(7) if the account satisfies the requirements of section 401 (1)(2) 2-The United States or any of its agencies or instrumentalities 3-A state, the District of Columbia, a U.S. commonwealth or possession, or any of their political subdivisions or instrumentalities 4-A foreign government or any of its political subdivisions, agencies, or instrumentalities 5-A corporation 6-A dealer in securities or commodities required to register in the United States, the District of Columbia, or a U.S. commonwealth or possession 7-A futures commission merchant registered with the Commodity Futures Trading Commission 8-A real estate investment trust 9-An entity registered at all times during the tax year under the Investment Company Act of 1940 10-A common trust fund operated by a bank under section 584(a) 11-A financial institution 12-A middleman known in the investment community as a nominee or custodian 13-A trust exempt from tax under section 664 or described in section 4947 142 Fenn W-9 (Rev. 10-2018) The following chart shows types of payments that may be exempt from backup withholding. The chart applies to the exempt payees listed above, 1 through 13. IF the payment is for ... Interest and dividend payments Broker transactions Barter exchange transactions and patronage dividends Payments over $600 required to be reported and direct sales over $5,0001 THEN the payment is exempt for ... All exempt payees except for7 Exempt payees 1 through 4 and 6 through 11 and all C corporations. S corporations must not enter an exempt payee code because they are exempt only for sales of noncovered securities acquired prior to 2012. Exempt payees 1 through 4 Generally, exempt payees 1 through 52 Payments made in settlement of Exempt payees 1 through 4 payment card or third party network transactions 1 See Form 1099-MISC, Miscellaneous Income, and Its instructions. 2 However, the following payments made to a corporation and reportable on Form 1099-MISC are not exempt from backup withholding: medical and health care payments, attomeys' fees, gross proceeds paid to an attorney reportable under section 6045(1}, and payments for services paid by a federal executive agency. Exemption from FATCA reporting code. The following codes identify payees that are exempt from reporting under FATCA. These codes apply to persons submitting this form for accounts maintained outside of the United States by certain foreign financial institutions. Therefore, if you are only submitting this form for an account you hold in the United States, you may leave this field blank. Consult with the person requesting this form if you are uncertain if the financial institution is subject to these requirements. A requester may indicate that a code is not required by providing you with a Form W-9 with "Not Applicablen (or any similar Indication) written or printed on the line for a FATCA exemption code. A-An organization exempt from tax under section 501 (a) or any individual retirement plan as defined in section 7701(a)(37) B-The United States or any of its agencies or Instrumentalities C-A state, the District of Columbia, a U.S. commonwealth or possession, or any of their political subdivisions or instrumentalities D-A corporation the stock of which Is regularly traded on one or more established securities markets, as described in Regulations section 1.1472-1 (c)(l)(i) E-A corporation that Is a member of the same expanded affiliated group as a corporation described In Regulations section 1.1472-1(c)(1)(i) F-A dealer In securities, commodities, or derivative financial instruments Oncluding notional principal contracts, futures, forwards, and options) that is registered as such under the laws of the United States or any state G-A real estate Investment trust H-A regulated Investment company as defined In section 851 or an entity registered at all times during the tax year under the Investment Company Act of 1940 1-A common trust fund as defined In section 584(a) J-A bank as defined In section 581 K-Abroker L-A trust exempt from tax under section 664 or described in section 4947(a)(1) Page4 M-A tax exempt trust under a section 403(b) plan or section 457(g) plan Note: You may wish to consult with the financial institution requesting this form to determine whether the FATCA code and/or exempt payee code should be completed. Line5 Enter your address {number, street, and apartment or suite number). This is where the requester of this Form W-9 will mail your information returns. If this address differs from the one the requester already has on file, write NEW at the top. If a new address is provided, there is still a chance the old address will be used until the payor changes your address in their records. Line6 Enter your city, state, and ZIP code. Part I. Taxpayer Identification Number (TIN) Enter your TIN In the appropriate box. If you are a resident alien and you do not have and are not eligible to get an SSN, your TIN is your IRS individual taxpayer identification number (ITIN). Enter it in the social security number box. If you do not have an ITIN, see How to get a TIN below. If you are a sole proprietor and you have an EIN, you may enter either your SSN or EIN. If you are a single-member LLC that is disregarded as an entity separate from its owner, enter the owner's SSN {or EIN, if the owner has one). Do not enter the disregarded entity's EIN. If the LLC is classified as a corporation or partnership, enter the entity"s EIN. Note: See What Name and Number To Give the Requester, later, for further clarification of name and TIN combinations. How to get a TIN. If you do not have a TIN, apply for one immediately. To apply for an SSN, get Form SS-5, Application for a Social Security Card, from your local SSA office or get this form online at www.SSAgov. You may also get this form by calling 1-800-772-1213. Use Form W-7, Application for IRS Individual Taxpayer Identification Number, to apply for an ITIN, or Form SS-4, Application for Employer Identification Number, to apply for an EIN. You can apply for an EIN online by accessing the IRS website at www.irs.gov/Businesses and clicking on Employer Identification Number (EIN) under Starting a Business. Go to www.irs.gov/Forms to view, download, or print Form W-7 and/or Form S$-4. Or, you can go to www.lrs.gov/OrderForms to place an order and have Form W-7 and/or Ss-4 malled to you within 10 business days. If you are asked to complete Form W-9 but do not have a TIN, apply for a TIN and write "Applied For" in the space for the TIN, sign and date the form, and give it to the requester. For interest and dividend payments, and certain payments made with respect to readily tradable instruments, generally you will have 60 days to get a TIN and give it to the requester before you are subject to backup withholding on payments. The 6D-day rule does not apply to other types of payments. You will be subject to backup withholding on all such payments until you provide your TIN to the requester. Note: Entering "Applied For" means that you have already applied for a TIN or that you intend to apply for one soon. Caution: A disregarded U.S. entity that has a foreign owner must use the appropriate Form W-8. Part II. Certification To establish to the withholding agent that you are a U.S. person, or resident alien, sign Form W-9. You may be requested to sign by the withholding agent even if item 1, 4, or 5 below Indicates otherwise. For a joint account, only the person whose TIN ls shown In Part I should sign (when required). In the case of a disregarded entity, the person identified on line 1 must sign. Exempt payees, see Exempt payee code, earlier. Signature requirements. Complete the certification as indicated in items 1 through 5 below. 143 Form W-9 (Rev. 10-2018) 1. Interest, dividend, and barter exchange accounts opened before 1984 and broker accounts considered active during 1983. You must give your correct TIN, but you do not have to sign the certification. 2. Interest, dividend, broker, and barter exchange accounts opened after 1983 and broker accounts considered inactive during 1983. You must sign the certification or backup withholding will apply. If you are subject to backup withholding and you are merely providing your correct TIN to the requester, you must cross out item 2 in the certification before signing the form. 3. Real estate transactions. You must sign the certification. You may cross out item 2 of the certification. 4. Other payments. You must give your correct TIN, but you do not have to sign the certification unless you have been notified that you have previously given an incorrect TIN. "Other payments" include payments made in the course of the requester's trade or business for rents, royalties, goods (other than bills for merchandise), medical and health care services Qncluding payments to corporations), payments to a nonemployee for services, payments made in settlement of payment card and third party network transactions, payments to certain fishing boat crew members and fishermen, and gross proceeds paid to attorneys Qncluding payments to corporations). 5. Mortgage interest paid by you, acquisition or abandonment of secured property, cancellation of debt, qualified tuition program payments (under section 529}, ABLE accounts (under section 529A}, IRA, Coverdell ESA, Archer MSA or HSA contributions or distributions, and pension distributions. You must give your correct TIN, but you do not have to sign the certification. What Name and Number To Give the Requester For this type of account 1. Individual 2. Two or more individuals ijoint account) other than an account maintained by an FFI 3. Two or more U.S. persons Ooint account maintained by an FFI) 4. Custodial account of a minor (Uniform Gift to Minors Act) 5. a The usual revocable savings trust (granter is also trustee) b. So-called trust account that is not a legal or valid trust under state law 6. Sole proprietorship or disregarded entity owned by an individual 7. Granter trust fmng under Optional Form 1099 Filing Method 1 (see Regulations section 1.671-4(b)(2)(i} (A)) For this type of account 8. Disregarded entity not owned by an individual 9. A valid trust, estate, or pension trust 10. Corporation or LLC electing corporate status on Form 8832 or Form2553 11. Association, club, religious, charitable, educational, or other tax- exempt organization 12. Partnership or multi-member LLC 13. A broker or registered nominee Give name and SSN of: The individual The actual owner of the account or, if combined funds, the first individual on the account 1 Each holder of the account Theminor2 The grantor-trustee 1 The actual owner1 Theowner3 The grantor- Give name and EIN of: The owner Legal entity 4 The corporation The organization The partnership The broker or nominee Page5 For this type of account: Give name and EIN of: 14. Account with the Department of The public entity Agriculture in the name of a public entity (such as a state or local government, school district, or prison) that receives agricultural program payments 15. Granter trust filing under the Form The trust 1 041 Filing Method or the Optional Form 1099 Filing Method 2 (see Regulations section 1.671-4(b)(2)(i)(B)) 1 List first and circle the name of the person whose number you furnish. If only one person on a joint account has an SSN, that person's number must be furnished. 2 Circle the minor's name and furnish the minor's SSN. 3 You must show your individual name and you may also enter your business or OBA name on the "Business name/disregarded entity" name line. You may use either your SSN or EIN Qf you have one), but the IRS encourages you to use your SSN. 4 List first and circle the name of the trust, estate, or pension trust. (Do not furnish the TIN of the personal representative or trustee unless the legal entity itself is not designated in the account title.) Also see Special rules for partnerships, earlier. *Note: The granter also must provide a Form W-9 to trustee of trust. Note: If no name is circled when more than one name is listed, the number will be considered to be that of the first name listed. Secure Your Tax Records From Identity Theft Identity theft occurs when someone uses your personal information such as your name, SSN, or other identifying information, without your permission, to commit fraud or other crimes. An identity thief may use your SSN to get a job or may file a tax return using your SSN to receive a refund. To reduce your risk: • Protect your SSN, • Ensure your employer is protecting your SSN, and • Be careful when choosing a tax preparer. If your tax records are affected by identity theft and you receive a notice from the IRS, respond right away to the name and phone number printed on the IRS notice or letter. If your tax records are not currently affected by identity theft but you think you are at risk due to a lost or stolen purse or wallet, questionable credit card activity or credit report, contact the IRS Identity Theft Hotline at 1-800-908-4490 or submit Form 14039. For more information, see Pub. 5027, Identity Theft Information for Taxpayers. Victims of identity theft who are experiencing economic harrn or a systemic problem, or are seeking help in resolving tax problems that have not been resolved through normal channels, may be eligible for Taxpayer Advocate Service (TAS) assistance. You can reach TAS by calling the TAS toll-free case intake line at 1-877-777-4778 or TTY/TDD 1-800-829-4059. Protect yourself from suspicious emails or phishing schemes. Phishing is the creation and use of email and websites designed to mimic legitimate business emails and websites. The most common act is sending an email to a user falsely claiming to be an established legitimate enterprise In an attempt to scam the user into surrendering private information that will be used for Identity theft. 144 Fonn W-9 (Rev. 10-2018) The IRS does not initiate contacts with taxpayers via emails. Also, the IRS does not request personal detailed information through email or ask taxpayers for the PIN numbers, passwords, or similar secret access information for their credit card, bank, or other financial accounts. If you receive an unsolicited email claiming to be from the IRS, forward this message to phishing@irs.gov. You may also report misuse of the IRS name, logo, or other IRS property to the Treasury Inspector General for Tax Administration (TIGTA) at 1-800-366-4484. You can forward suspicious emails to the Federal Trade Commission at spam@uce.gov or report them at www.ftc.gov/complaint. You can contact the FTC at www.ftc.gov/idtheft or STT-IDTHEFT (877-438-4338}. If you have been the victim of identity theft, see www.ldentityTheft.gov and Pub. 5027. Visit www.irs.gov/ldentityTheft to learn more about identity theft and how to reduce your risk. Page6 Privacy Act Notice Section 6109 of the Internal Revenue Code requires you to provide your correct TIN to persons Qncluding federal agencies} ~ho are required to file information returns with the IRS to report interest; dividends, or certain other income paid to you; mortgage interest you paid; the acquisition or abandonment of secured property; the cancellation of debt; or contributions you made to an IRA, Archer MSA, or HSA. The person collecting this form uses the inf?rrnation on the form t? file information returns with the IRS, reporting the above information. Routine uses of this information include giving it to the Department of Justice for civil and criminal litigation and to cities, states, the District of Columbia, and U.S. commonwealths and possessions for use in • administering their laws. The information also may be disclosed to other countries under a treaty, to federal and state agencies to enforce civil and criminal laws, or to federal law enforcement and intelligence agencies to combat terrorism. You must provide your TIN whether or not you are required to file a tax return. Under section 3406, payers must generally withhold a percentage of taxable interest, dividend, and certain other payments to a payee who does not give a TIN to the payer. Certain penalties may also apply for providing false or fraudulent information.