Loading...
HomeMy WebLinkAboutBID - 5886 TENNIS COURT LIGHTING AT CITY PARKCity of Fort Collins Administrative Services Purchasing Division CITY OF FORT COLLINS INVITATION TO BID BID #5886 TENNIS COURT LIGHTING AT CITY PARK BID OPENING: DECEMBER 1, 2004, 3:OOP.M. (Our Clock) Sealed bids will be received and publicly opened at the office of the Director Of Purchasing and Risk Management, PO Box 580, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80522, at the time and date noted on the bid proposal and/or contract documents. If delivered, they are to be sent to 215 North Mason Street, 2nd Floor, Fort Collins, Colorado 80524. If mailed, the address is P.O. Box 580, Fort Collins, 80522-0580. Bids must be received at the Purchasing Office prior to 3:00p.m. (Our Clock), December 1, 2004. A copy of the Bid may be obtained as follows: Download the Bid from the Purchasing Webpage, Current Bids page, at: www.fcgov.com/purchasing. 2. Come by Purchasing at 215 North Mason St., 2nd floor, Fort Collins, and request a copy of the Bid. Special Instructions All bids must be properly signed by an authorized representative of the company with the legal capacity to bind the company to the agreement. Bids may be withdrawn up to the date and hour set for closing. Once bids have been accepted by the City and closing has occurred, failure to enter into contract or honor the purchase order will be cause for removal of supplier's name from the City of Fort Collins' bidders list for a period of twelve months from the date of the opening. The City may also pursue any remedies available at law or in equity. Bid prices must be held firm for a period of forty-five (45) days after bid openings. Submission of a bid is deemed as acceptance of all terms, conditions and specifications contained in the City's specifications initially provided to the bidder. Any proposed modification must be accepted in writing by the City prior to award of the bid. Only bids properly received by the Purchasing Office will be accepted. All bids should be clearly identified by the bid number and bid name contained in the bid proposal. No proposal will be accepted from, or any purchase order awarded, to any person, firm or corporation in default on any obligation to the City. Bids must be furnished exclusive of any federal excise tax, wherever applicable. 215 North Mason Street • 2nd Floor • P.O. Box 580 • Fort Collins, CO 80522-0580 • (970) 221-6775 • FAX (970) 221-6707 CONDUIT TRENCHING Trenching depth will be determined by City code. Trenches will be backfilled with flow fill. Asphalt patch will match depth of existing asphalt. Color coat surface will be done by others. The asphalt will be sawcut prior to trenching to minimize damage to tennis surface. Maximum sawcut width will be 6". Trenching will follow trenching diagram. See Attachment "B". Conduit size is marked on trenching diagram. GENERAL ELECTRICAL General Requirements A. Codes and Regulations: Comply with all applicable state and local codes, regulations and ordinances and the latest applicable requirements of the National Electrical Code as interpreted by the local inspection authority who shall have final jurisdiction. B. Permits and Fees: Secure and pay for all permits, fees, taxes, royalties, licenses and inspections in connection with the electrical work. Upon completion of work, furnish to the Project Manager a Certificate of Inspection indicating final approval by the local inspection authority. C. Examination of Premises: Examine the premises prior to bidding and become fully familiar with existing conditions. Materials 2.0 GENERAL A. All materials and equipment shall be manufactured, tested and installed in accordance with the following: 1. National Electrical Code (NEC). 2. Underwriters' Laboratory (UL). 3. National Electrical Manufacturer's Association (NEMA). 4. American National Standards Institute (ANSI). 5. Illuminating Engineering Society (1ES). B. The Contractor shall submit proof, if requested by the Project Manager, that the materials, equipment or devices that he installs under this contract meet the requirements of the Underwriters' Laboratories, Inc. in regard to fire and casualty hazards. C. All electrical material shall display a UL label. 2.1 RACEWAYS - ACCEPTABLE CLASSES A. Description of System. 1. Provide raceways as required below for raceway systems. 2. Conduit sizes not noted on Drawings shall be in accordance with NEC requirements for the quantities and size of wire installed therein. SA 10/2004 10 3. Where nonmetallic raceways are utilized, size as required to conform with the grounding conductor considered as an insulated additional conductor. 4. Where metallic raceways are used, they must establish positive low -resistance paths to ground and effectively isolate conductors so that any short-circuit arcs will be confined. 5. Reference Section 16450, Grounding. B. Acceptable Classes. 1. Electrical Metallic Tubing (EMT). a. Install 2" and smaller for all exposed branch circuit wiring. b. Fittings. 1) Compression connectors. C. Comply with Underwriters' Laboratories Standard UL 797 and USA Standards Institute C80-3. 2. Poly -Vinyl Chloride (PVC) Plastic Conduit. a. Provide in the following locations. 1) In or below slabs on grade. 2) In earth or gravel. b. Schedule 80 Heavy Wall, 90 degrees Celsius, UL listed for above ground use and Schedule 40 PVC per electrical code for underground use. c. Conform to NEMA TC-2 and UL-651 standards. d. UL listed in conformity with Article 347 of the Nation Electric Code. e. 1-1/2" and larger shall conform to NEMA Publications No. TC-1-1965. 3. Surface Metal Wireway. a. Provide surface metal wireway of a dimension permitting the number of conductors and splices installed. NEMA 1 enclosure. b. The raceway shall meet all NEW Article 352A requirements and shall be UL listed. c. Provide with appropriate boxes and fittings by same manufacturer. 2.2 WIRES AND CABLES A. Description of System. 1. Provide a complete system of conductors in raceway systems with minimum wire size to be No. 12, unless shown otherwise on Drawings. 2. Unless otherwise indicated, wire sizes noted on Drawings are to be extended for the entire length of a circuit including taps and risers. 3. 120-volt branch circuits shall be No. 10 or larger where the distance to the first outlet exceeds 75 feet. B. Conductor Material. 1. Copper conductors shall be high conductivity tin coated annealed copper in accordance with ASTM B-33. a. Use copper conductors for all wiring. SA 1012004 11 C. Insulation 1. THHN Cu conductors - Use for all branch circuit conductors installed in conduit. a. UL Type THHN, suitable for operation at 600 volts in wet or dry locations at conductor temperatures not to exceed 750 C. b. Poly -vinyl chloride insulation that is UL defined as heat, abrasion, moisture and oil resistant. 2.3 JUNCTION BOXES A. General Requirements. 1. Provide all covers of same gauge metal and include screws. B. Concealed Junction Boxes. 1. Provide code gauge sheet metal boxes located and sized as required with suitable covers and trims. a. Make of material resistant to corrosion or suitably protected, both internally and externally, by galvanizing. b. Boxes installed in damp or wet locations shall be UL approved for the purpose. c. Comply with UL Standard 50. d. Metal boxes to meet NEC construction specifications. C. Exposed Junction Boxes. 1. Boxes exposed or surface mounted shall be die-cast or permanent -mold cast aluminum body with threaded external hub and cast over. 2.4 WIRE CONNECTORS AND DEVICES A. Description of System. 1. Provide wire connectors, crimp terminals, splice connectors, mechanical lugs, compression lugs, pin connectors, split bolt connectors and associated insulating devices for a complete wiring connection system suitable for specified cables furnished. 2. Connectors shall be in accordance with NEC, state and local requirements for size and color installed therein. 3. Connectors and devices shall be installed in accordance with manufacturers and U.L. standard requirements for tightening torques. Use proper torquing tools to achieve accurate values. SA 10/2004 12 OTHER COMPONENTS Individual in line fuses shall be installed at base of pole. All components shall be UL Approved. j _ ?eralaty for {sass— II 5T HE LIGHTI{ C� 8tty Faclory Oir�ecf b ..W T% E3tjF i If .�j9 =tU3ry£4in..ilj Product Product f .®._.__.�.v._..._.�... Information ) tuber: 11 Swara Ama nt %` a x w5tkdc F,°£ ei and 1011X: IES Ffles: 3G 6ncm9adj L}Oit e � N SA 10/2004 13 SA 101004 SML ''35W A 4NE L 0 - PO J! .1— --woF. ". Square Steel Poles -- APT 11111. ad psi? od Oak- to K 0 x 0 A 30, ?6,? ;611 1 60013 41 x :1 ; 3 wn psny. Uz TWO In 51 .75 ,' 10 4 k 0 is 3 112 "1 ^x. F, 'j" Po4S250 a)07 25x 4 0 12� lC.i12 c3 PSAM7i4lo7� r,'e x 102 3t 30%. D 11"A 91 x 1-V !i PSIiS2bSfL E7 25 r J x o ps5sSr"Zi,;97 511 x 5r 5.1de q, 1 1 iJ Y. I"? Non Issred MOV on es am sop to wan WATTIOd tahe AM bowr 'Mr g..Ilwlwcp an no, bolls wimme mourimg temmme aw a pois cle Fenioitaal of, mould) W bw 4 9w,aw 'VAI' wo IF, loiu'(S and two rics. Saa! pole ba al, Anet, l'oles, Per lilivittia: Pictr Cor- 'FIMADIMS"Fo pale Es star0ant W111' a 2' 16 �5, 1 - 52 Wro- 'Wrld Ilse, locaiec 12 (305 rin) ale bOdOrt a'. pom ham A flVF32 ain� An SFM S 0 Wit grot siwng lug is oao-s We on onnswe and NW a AW No nlohd old slopea optuattay For FoP "Ad IFIFF, '," "'Adrdloutn' sreal. V113,21MIZZ MEMMERN Swe tau own 1 my opotmcmwIi 14. A imare a, tapered pclOacoa gm wwv NOI U A MR wh a nomw v y ad FwVwv ATIO P..& lhalu;u 'a a onnFc. carto I soij one AN wo a nownw, Ad st,Ft�t!') 01 ExOrFivn fauL!mS,8; C t: pt pit olaiiij ,,, g,g,qy, MWIFf Muist, proildn; exoelmis!cttoca o err 'S:Cri aiidalsslori Tn, vF (,&,erad a, uar in, . rod Fatty, ff"n"W"Mmumn mo"my memo Did moo, Li� �,Jbrl Sili'lu" po'p,�n no; oi, jivaFicv,s, It fat ric 51 �oaa; am co", CA. ofo,l ofljl;Igsod SAariqvt FIVISSYS11,2'r I winT, Catalog 0 FIESOF101 JO 619=1 AFt.mary RUM: PHCNF Q?) 8NO QaTO i',.X (�'62) 85,1 04 C Od W UPQ bw IF , wa MA K! ITINU 14 A R THE "UMQuality for BEST Buys 11-IGHTING,l buy jFactO0irecttY Catalog 9 4p-- C), tr, PV2A4(180) Product Product Information Catalog Number: PD-2,44(1801. SquFre Internal Mount Horizorila e"O" Inadi of Alurrm.k,rr `o!, Mounting 2 fixture 4" Squwc, PO J� �,q;lv sp pS P A - IA, � Product Productinformation Catalog Number: I PA-1 A4 Square Internal Mount Vertical lencr n;ade of Cast Aluminum mounting 1 fixtures - onV'Square Pole SA 10/2004 15 Attachment A-1 18'0 PIER 4-#4 WELDED HCRI=. TIES b-- # GRADE 6D-- FULL HT. 18F CONCRETE PIER 3/4'x 18' ANCHOR BOL 4,-#4 WELDTI3 Til ANCHOR BOLTS GRADE fiG FULL HT. 3-#4 (WELDED 'TIES .8'o FIER ANCHOR BOLT PATTERN DETAit, SEE HASEPLA?E TEMPI ATL SIZE i'OR RGUD IS SMU, t,3UWN-VELD POLES tr9- Hl&% PiSS!S::SmST _ \ A,"RJX. a !VIr:v!1 18,0 PIER CCWC, PIER BEARING 1 ON UNDISTURBED ;iUIL i i JJ - { i i+ IER.__SEC T InN a ac, , rnirco �., A,..,..,vr, srmc 1 2. a roar aww. oan..+m mass r,:rr Iu:x TENMS cov;trs CiaY OF FOiCI' COLLINS .Roxu (aeal xxe •asu r�sz (oro) faz-na+l voter cZU1.36CoIAMDn PARKA DIVISION a .. n�. bvm p R P SA 1012004 16 Attachment A-2 GENERAL FOUNDATION NOTES: 1. All foundation concrete to be 3,0D0 psi m6.imum compressive strength ct 28 days (type 1-11 cement, 2. Ail reinforcing to be No. 4, deformed typio grade 60 steel ar No. S, deformed type Tacit 40 sled. Minimum splice length l'-£". 3. Foundation design is based upon light post spa6ficntions provided by the City at Fort C,tini and anchor halt recw,ements for 91.01,0 PS Seriev crown -weld {roles (i8high) PS3S19C'(o)1)Z provided by Accurate Lighting. Subsequent abanges shcaid be brought to the ottention of Shoos Engineering Corporation for possible ravisions to this foundation plan. 4, Concrete coal minfcrefng steel shall be placed to accordance wim all applicable buiiding codes. 5. Pactings and foundations hove been designed by Shear Engineering Cnrparai3on based or. the geoteconiccl investigation report prepared specifically for the City Park tennis court lighting replacement project by CTL t Thompson Inc. tiled 'Geotechnical lnvestigat;en ;.igtet Standards of Ciiy Park Tennis Courts CTL J Thompson Project No: FC03321, repert acted October 1, 2001- 6, All pier footings were designed briny a ;:Maximum allowable soil bxorinq pressure of 1,503 .aunds per square loot (dead load plus full live laad). 7, Anchor bolts noled grophieaily an t:'!t foundation details shall be 3/4' diameter, 16' Ic m! anchor bolts placed according to the base prate tempiste size for the RUUD PS Series crown,"d pates (tg' high) PS3519C(e)37..Aaohor bolts are Provided by the manufoaturer. F, finished top of foundatian pier shall be placed 2" above finished grade. 9. Excavation observations shall be performed by Shear Engineering CorporcNon prior to start of `.ouadation construction in order to verify sail condi6ants present. Contractor shall notify Shear Engineering Corporation of :east 48 hours prior to scheduled foundation ccrostruatlun. Over-excevotion veil' be directed for ;hose pc,ilors of the excavotlrn which do not allow footing bearing on odequate and % ar undisi.,berl hearing soils. 10. All soma+msrsdaHens included in t':e geotechnical invaeii9nticn repert refc-ecced above shall ba considered a port cf these specificannns and shol be followed during constr.ct!cr Contractor shoji familiarize himself with d! recancr!endairns presented in tun geeteehnim 1;!vostigation report 11. Tile foundation, design is not to be reproduced, modified or used to any other project excert far' the 2W,1-2005 City Park tennis court ;iq; ling replarement project, Fort Collins, Colorado- leaLGN U1A0S 7957 UBC with Lncoi Amendments 100 N=t1 sx o JB Dea bead Laad b0 p. ;,•r � ':p 19' high PS3S74 (o)5I x ! 7 r seismic q zclo. r ,e Soil becei capacity see rote 6 above (1 SRYJAR ENGINEERING CORPORATION T. cextnw. rotrunATfov pores sm +eu W. eau" Ax, sent IT, roof couxm, cOMMio Weis C Vj PARK TENNIS COURTS MY OF PORT 00},I,pgS vxa�: (aro) xsA- M. to: (are) Revell rroxr cou.cus cow.wo PARRS DMSION LLVISCKt ma___➢GIPek.t• '1<i:s aan�.. e.a a. rsc+rsx »z sKn xo, w, d SA 1012004 17 Attachment B Wiring between service Service and junction boxes by f others. Poles w/ GFI outif GFI outlet; Lonseparat uits City Park tennis trenching diagram (not to scale) SA 1012004 18 Junction boxes 1 N 1" conduit between box and pole. Wire sizes # 8 THHN copper from junction box to pole # 12 THHN copper up pole to fixture ATTACHMENT C-1 INITIAL LIGHT LEVELS 573 3as SU 34A 39.e me $1.3 546 90.E 36.4 36.0 388 41.0 WA 42.0 3a0 336 SE.5 37.1 407 02 393 3E.3 311 U.3 37.7 ME 41.7 41.e 37.7 Ms 17.3 37.9 4" 441 "a 4aa SEA 17A 3" 414 a" sas 413 372 A ME 44.2 eat Sae 41.1 37.7 NoAD Us 442 as aa0 02 372 FFA 399 44.2 a6A s40 40A 30.9 17.8 As 43A gag 41.7 371 36d 3 37.9 409 4a1 428 377 36.7 W.4 37.0 40.6 46.2 $4.0 31R0 35.2 3" 394 41.5 *3 E6.4 30.3 343 344 ale 4" 012 sts 41.0 3a7 302 3a7 420 as m0' 42A V.7 37.9 37.6 420 m7 4" 41A Sa4 Sao 3a3 41.6 no 42.4 36.9 300 MR3 Me Sag 424 4" 42.0 3&4 las 30.4 42.1 40.1 aw 446 gas imlo ME 442 61.3 Oal 46.3 408 107 40.2 46,7 07.6 042 45.1 400 no 40A 4" aa2 491 413 412 lQ7 4D.2 45,7 67.6 a03 446 as Gas 3" 44.9 01.3 4aa 41.0 R4 W5 304 42.1 A01 40.9 41.0 Sao Sao Sao 41A Sao 99.9 424 37.7 37.9 37A 426 as 01.7 41.6 35.7 332 3a7 42.0 a" 3a6 30.o MO 312 317 391 sai Wo 30.0 3a7 317 347 397 E3.7 47.0 30.6 me 31L1 Sa3 37A 423 41.0 37.8 37.3 7A 390 MS 36.1 NO 40.0 37.6 .1 3a2 37A 41.a as 41.e $70 A 30.0 407 6a4 6aa 42A 9a3 A 36A 41A aa4 Sal 42.a Ml g7A 41.3 a04 gas 42A 3a3 A Us 41A 40.4 we 414 A.s 17A 3e.0 49.0 at4 N7 400 Wig 17.1 31L2 37A 411 17.9 36.a 317 3a2 aa4 37.7 410 60.1 30.9 Ms 3a7 Me K2 542 SEA 301 35.2 342 3" 30.6 $7.0 Bidders must be properly licensed and secure necessary permits wherever applicable. Bidders not responding to this bid will be removed from our automated vendor listing for the subject commodities. The City may elect where applicable, to award bids on an individual item/group basis or on a total bid basis, whichever is most beneficial to the City. The City reserves the right to accept or reject any and all bids, and to waive any irregularities or informalities. Sales prohibited/conflict of interest: no officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision - making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity, favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited. Freight terms: unless otherwise noted, all freight is F.O.B. Destination, Freight Prepaid. All freight charges must be included in prices submitted on proposal. Discounts: any discounts allowed for prompt payment, etc., must be reflected in bid figures and not entered as separate pricing on the proposal form. Purchasing restrictions: your authorized signature of this bid assures your firm's compliance with the City's purchasing restrictions. A copy of the resolutions are available for review in the Purchasing Office or the City Clerk's Office. Request Resolution 91-121 for cement restrictions. Collusive or sham bids: any bid deemed to be collusive or a sham bid will be rejected and reported to authorities as such. Your authorized signature of this bid assures that such bid is genuine and is not a collusive or sham bid. Bid results: for information regarding results for individual bids send a self-addressed, self -stamped envelope and a bid tally will be mailed to you. Bid results will be posted in our o ' e 7 days after the bid opening. a es B. O'Neill Il, CPPO, FNIGP ctor of Purchasing and Risk Management sa 1012004 2 ATTACHMENT C-2 MAINTAINED LIGHT LEVELS 46.0 31.1 27.5 27e 2" s.7 Q.0 437 31.0 293 255 2" 333 47.5 34.3 30.4 20.7 292 2W7 320 314 299 a 3a1 3a5 33.4 20.2 9 3D.4 3" a.6 7A6 30.7 31A QA 29.a s1.1 a4 $23 302 12923M3 .3 31.4 35.5 sm 29a 0 31.1 35.4 a" 29A .3 3a6 34.7 47.9 292 .9 3a3 3.7 39A 34.3 302 215 212 20.6 326 30.4 4a2 312 212 295 212 392 47.6 45.1 30.7 27.4 27.6 2a5 a" 410 NA 33.3 20A 29a 213 33,8 50.3 4a0 34.0 3D2 30.3 50.2 34.3 1 45A 39.0 Sal 30.7 30.6 30.7 33.4 40.0 39.0 31.6 313 t.5 312 31.6 33.9 all 32.0 31.e IA 31.5 $3.7 39.3 495 35A 31.0 0 31.9 35-0 40.0 a29 362 322 .6 M2 35.e 54.1 61.4 L.3 32.5 A 323 3a.3 53.0 U9 302 322 t.a 32.2 30.a 54.1 43.6 36.0 31.9 0 31.9 36.0 49.0 30.1 AA 31.6 A 31.5 397 30.3 30.0 3" 30.7 3D.a 30.7 3a5 40.0 41L0 330 30.2 3D.3 302 34.3 48A 40.4 33.3 29A 23.0 29.4 354 a" 45.3 312 no 27.4 V..0 3a6 449 44.9 31A We 2" 27A A.0 490 3a3 31.7 20.3 2" 20.2 =a 34A 32.9 302 95 27A 2a1 37.3 32o 0 30.1 W 45A 335 .3 no 43.6 4a4 34.1 .5 332 46A 40.5 943 L2&9 9 331 4l4 494 34.1 5 35.2 4944" 395 3 32.7 43537.3 32.0 0 30.1 33.3 394 31.7 203 210 298 3D2 34.1 4" 31.9 257 ]l6 23D 31.A 414 493 313 252 21.4 27.1 3a9 497 all I N C O N• O N i T N G GEOTECHNICAL INVESTIGATION LIGHT STANDARDS AT CITY PARK TENNIS COURTS FORT COLLINS, COLORADO Prepared For: CITY OF FORT COLLINS PARKS DIVISION 413 South Bryan Avenue Fort Collins, Colorado 80521 Attention: Ms. Eileen Scholl Project No. FC03321 October 1, 2004 375 E. Horsetooth Road I The Shores Office Park I Building 3, Suite 100 1 Ft. Collins, Colorado 80525 Telephone:970-206-9455 Fax:970-206-9441 TABLE OF CONTENTS SCOPE 1 SUMMARY OF CONCLUSIONS 1 SITE CONDITIONS 2 PROPOSED CONSTRUCTION 2 SUBSURFACE CONDITIONS 2 LIGHT STANDARD FOUNDATIONS 3 Footings 4 Slab -on -Grade Construction 5 Ground Water 6 ADDITIONAL CONSTRUCTION CONSIDERATIONS 6 Fill 6 Excavations 7 CONCRETE 8 LIMITATIONS 8 FIGURE 1 - LOCATIONS OF EXPLORATORY BORINGS FIGURE 2 - SUMMARY LOGS OF EXPLORATORY BORINGS FIGURES 3 THROUGH 5 - LABORATORY TEST RESULTS TABLE I - SUMMARY OF LABORATORY TEST RESULTS CITY OF FORT COLLINS LIGHT STANDARDS AT CITY PARK TENNIS COURTS CTL I T PROJECT NO. FC03321 SCOPE This report presents the results of our geotechnical investigation for the light standards at the City Park tennis courts. The City Park tennis courts are located southwest of the intersection of Roosevelt Street and Oak Street in Fort Collins, Colorado. The existing tennis court facility Is lighted by six light standards located at the east and west ends and middle of the courts (Fig. 1). The City of Fort Collins Park Division Is planning to remove the existing light standards and replace them with new light standards to Improve the lighting at the facility. We Investigated the subsurface conditions In the vicinity of the tennis courts to provide geotechnical design criteria and construction recommendations for the new light standards. This report presents the results of our field and laboratory studies and our conclusions, opinions and recommendations regarding the proposed improvements. Our conclusions are summarized below. SUMMARY OF CONCLUSIONS 1. The soils we encountered generally consisted of medium stiff to stiff sandy clay fill over soft to stiff natural sandy clay and medium dense silty sand. 2. Ground water was measured In our borings at depths of approximately 7 feet to 17 feet below the existing ground surface. 3. Based on past performance of existing light standard foundations and the subsurface conditions encountered, we believe the new light standards may be founded on footings or pads bearing on well. compacted fill or natural soil. Geotechnical design criteria for footing foundations are presented in the report. 4. Excavations deeper than 5 feet will likely encounter soft or saturated soil andlor ground water. Where ground water Is encountered In excavations, dewatering may be necessary. Methods for dewatering excavations are presented in the report. CITY OF FORT COLL1I3 1 LIGHT STANDARDS AT CITY PARK TENNIS COURTS CTLITPROJECT NO.FC03321 SITE CONDITIONS The City Park tennis courts are located southwest of the intersection of Roosevelt Street and Oak Street in Fort Collins, Colorado (Fig. 1). The existing tennis courts are located on the north portion of City Park. A trolley rail line is adjacent to the east of the tennis courts. A 3-feet high concrete retaining wall is located adjacent south and west of the tennis court fence. The ground surface slopes down to the north toward Oak Street. A residential neighborhood bounds the site to the north. City Park property bounds the site to the east, west and south. The existing tennis courts consist of a slab -on -grade court and chain -link fence that encompasses three playing courts. A narrow strip of asphalt paving (1 to 2 feet wide) surrounds the outside of the fence. Existing light standards are located along the east and west fence lines (Inside the fence) and between each of the three courts (Fig. 1). The existing light standards appear to be founded on a footing or shallow pier. The City of Fort Collins Parks Department was not able to provide us with specific Information regarding the existing light standard foundations. The existing light standards appear to have performed well since their construction. PROPOSED CONSTRUCTION We understand the City Intends to remove the existing light standards and their foundations without entirely removing the existing slab -on -grade and concrete retaining walls. New light standards will then be constructed to provide better lighting for the tennis courts. At the time or our investigation, the City had not determined the exact locations of the new light standards. SUBSURFACE CONDITIONS We drilled one boring at each of the four comers of the tennis court facility for a total of four (4) borings. The borings were drilled outside of the fence in the CITY OF FORT COLLINS LIGHT STANDARDS AT CITY PARK TENNIS COURTS CTL I T PROJECT NO. FC03321 2 A Ila Irrigated lawn that surrounds the facility. The approximate boring locations are shown on Fig. 1. Our borings were drilled with a 4-Inch diameter, continuous flight auger and a truck -mounted drill rig. The drilling operations were observed by our field engineer who logged the soils and obtained samples for laboratory testing. Graphic logs of the soils found in our borings including results of field penetration resistance tests are shown on Figure 2. Results of our laboratory tests are presented on Figs. 3 through 5 and are summarized in Table 1. Our borings penetrated 2 to 6 feet of medium stiff to stiff, moist sandy clay fill over soft to medium stiff natural sandy clay and medium dense silty sand (TH-1 and TH-3) to the maximum depth drilled of 20 feet. Ground water was encountered at depths ranging from 7 to 17 feet In each of the borings during drilling. When the borings were checked several days after drilling, ground water was measured In two borings (TH-1 and TH-3) at depths of 13 and 14 feet. Ground water will likely affect construction of the light standards if foundations extend to elevation 97 or deeper. Further discussion Is presented below. The clay fill and natural sandy clays tested for swell/consolidation exhibited slight compression to low swell (-0.1 to 0.0 percent). The clay fill and sandy clays exhibited low plasticity and had 59 to 95 percent clay and silt size particles (passing the —200 sieve). One sample of silty sand tested had 12 percent silt sized particles. The silty sands are considered to be non -swelling. LIGHT STANDARD FOUNDATIONS Ground conditions and characteristics In the area of planned Improvements consist of medium stiff to stiff sandy clay fill and soft to stiff natural sandy clay in the near surface deposits. We do not know the depth of the existing light standard foundations. We did not see evidence of movement or distress to the existing structures. It appears that the existing foundations have performed well over the life of the structures. CITY OF FORT COLLINS 3 LIGHT STANDARDS AT CITY PART( TENNIS COURTS CTL I T PROJECT NO. FC03321 IF We considered foundation alternatives for the light standards that included conventional footing foundations; shallow, drilled footings; and drilled friction piers. A deep foundation system will encounter soft soils and ground water that will make construction of piers difficult or Impractical. Design criteria and construction recommendations for conventional footings and drilled footings are presented below. Footings. Based on the subsurface conditions encountered, we believe the planned light standards can be founded with footings or footing pads bearing on the natural near surface soils. Footings or footing pads bearing on the near surface clays and sands can be designed for a maximum soil bearing pressure of 1,500 psf. Footing bearing elevation should be a minimum of 30 inches below lowest adjacent grade for frost protection. Footings or pads should have a minimum size of 16 inches by 16 inches. These are minimum dimensions and larger footings may be required to support foundation and wind loads. Alternatively, the light standards could be founded using drilled footings or short piers that are at least 18 inches in diameter and 30 inches deep. Concrete could be poured "neat" into the drilled excavations. Drilled footings would require less removal of the existing slab -on -grade than conventional "form and pour" techniques. The project structural engineer should design steel reinforcement for footings. Soft, unstable soils and ground water may be encountered during construction if excavations are made deeper than 5 feet below the ground surface. Our recommendations for mitigating these conditions are included below In the Ground Water section. Prior to the placement of reinforcing steel or concrete, the base and sides of the excavation should be clear of debris, trash, and loose soil. Loose soil should be removed to expose firm natural soil or compacted in place to a minimum 95 percent of the maximum dry density as determined in accordance with ASTM D 698. Excavations should not remain open for more than 2 days. Soil CITY OF FORT COLLINS 4 LIGHT STANDARDS AT CITY PARK TENNIS COURTS CTL I T PROJECT NO. FC03321 within the excavation should remain in a moist condition. Moisture conditioning may be required prior to the placement of concrete. A representative of CTL I Thompson should observe the completed foundation excavations prior to placing the forms to verify subsurface conditions are as anticipated from our borings. Lateral loads applied to footings or pads can be resisted by friction between the concrete at the base of the footing or pad and the ground and by the passive pressure of densely compacted backfill and/or undisturbed ground against the sides of a footing or pad provided that soil will not be removed over the life of the structure. A friction coefficient of 0.35 can be used between the foundation concrete and the natural soil or backfill. The passive earth pressure against a footing or mat can be calculated using an equivalent fluid density of 2T0 pcf for undisturbed soil or engineered fill. Slab -on -Grade Construction. We understand removal of the existing light standards may require partial removal of the existing slabs -on -grade and construction of new concrete slabs in some areas. Where new slabs are constructed, some differential movement between existing slabs and new slabs should be anticipated. The designer may wish to consider dowelled connections of the new slab and existing slab interface. The potential for differential movement can also be reduced by extending the slab removal area a distance (typically on the order of two feet) beyond the excavation edges so that expected and normal settlement of backfill is partially bridged by undisturbed material. Backfill settlement can be reduced by compaction to 98 percent of standard Proctor maximum dry density (ASTM D 698) at a moisture content within 2 percent of optimum. We do not recommend rigid connections between foundation elements and slabs -on -grade. For new slabs -on -grade we recommend the following additional precautions be observed. These precautions will not eliminate slab -on -grade movement but will reduce the potential for damage due to movement of slabs: CITY OF FORT COLLINS LIGHT STANDARDS AT 5 CITY PARK TENNIS COURTS CTL I T PROJECT NO. FC03321 Ma 1. Slabs should be Isolated from retaining walls, columns or other slab penetrations. 2. New slabs -on -grade should generally be constructed in a manner similar to the existing construction. For example, If a 64nch gravel section underlies the existing slab, a similar section with the new stabs will reduce the potential for differential movement between the two slabs. A gravel layer is typically recommended where ground water is within about 3 to 5 feet below the slab. 3. Frequent control joints should be provided in conventional slabs -on - grade to reduce problems associated with shrinkage cracking and curling. Panels that are approximately square generally perform better than rectangular areas. We advocate an additional joint about 3 feet away from and parallel to the retaining walls. Ground Water. Our borings encountered water at depths as shallow as 7 feet. If excavations are to be deeper than 5 feet below grade, we recommend the contractor anticipate soft soils and wet conditions that will result from water seeping into excavations for the foundations. Soft soils or unstable excavations caused by localized seepage can be stabilized by crowding coarse aggregate (such as CDOT No. 4 or No. 57) Into the excavation using conventional construction equipment. For excavations that will penetrate the ground water surface, dewatering prior to excavation Is recommended. Dewatering Is discussed in more detail below In the Excavations section. ADDITIONAL CONSTRUCTION CONSIDERATIONS Fill. We anticipated that minor amounts of fill might be necessary in areas where existing grades have been disturbed by removal of the existing light standards. The area to receive fill should be scarified, moisture-conditloned to within two percent of optimum moisture content and compacted to at least 95 percent of standard Proctor maximum dry density (ASTM D 698). The near surface, on -site soils can be used as engineered fill providing they are free from organics, trash, or other deleterious materials. If imported fill Is needed, the soils should be low swelling, sandy clays similar to the on -site soils, or granular soils. Highly plastic and swelling clays and claystone are not desirable as imported fill because they may cause problems associated with expansive soils. A sample of soils proposed CITY OF FORT COLLINS 6 LIGHT STANDARDS AT CITY PARK TENNIS COURTS CTL I T PROJECT NO. FC03221 0 for import for fill should be submitted to our office for classification and approval prior to hauling them to the site. We believe Imported clay fill should be placed at high moisture content to reduce the swell potential. Imported clay fills should be moisture -treated to between optimum and 3 percent above optimum moisture content, and sand fill or on -site soils within 22 percent of optimum moisture content. Fills should be compacted to at least 95 percent of standard Proctor maximum dry density (ASTM D 698). The placement and compaction of engineered fill should be observed and tested by our representative. Excavations. Footing excavations in the near surface soils can be performed with conventional trenchers or backhoss. Shallow ground water was encountered below the site. We anticipate ground water will impact the proposed construction If excavations are 5 feet or more below the current ground surface. Medium stiff to stiff clay fill and soft to medium stiff sandy clays will likely be the predominant soils encountered during construction. According to the Occupational Safety and Health Administration (OSHA) criteria, the fill and sandy clay we encountered will classify as Type B soil, allowing excavation slopes of 1:1 (horizontal to vertical). The contractor's "Competent Person" on site should Identify the soils encountered in excavations and refer to OSHA standards to determine appropriate slopes. Spoils piles should not be placed Immediately adjacent to the excavations. We recommend a distance back from the edge of the trench at least as great as the depth of the trench. Ground water was measured at depths of 7 to 17 feet below the existing ground surface. Any excavations deeper than 5 feet will likely encounter soft or saturated soil and/or ground water. Where ground water is encountered in excavations, dewatering may be possible by sloping excavations to one or more sumps where water can be removed by pumping. The sumps should be several feet below the bottom of the excavations to pump water down through the soil rather than up through the bottom of the excavation. Pumping water up through CITY OF FORT COLLINS LIGHT STANDARDS AT 7 CITY PARK TENNIS COURTS CTL I T PROJECT NO. FC03341 BID PROPOSAL BID #5886 TENNIS COURT LIGHTING AT CITY PARK BID OPENING: December 1 2004 3.00p m (our clock) WE NEARBY ENTER OUR BID FOR THE CITY OF FORT COLLINS REQUIREMENTS FOR TENNIS COURT LIGHTING AT CITY PARK PER THE BID INVITATION AND ANY REFERENCED SPECIFICATIONS: The City of Fort Collins Parks Department is requesting bids for the tennis court lighting at City Park. The work will consist of installing new poles, lights, conduit, wires and electrical connections for a complete job. Work between the service and the junction boxes at the edge of the courts will be done by others. Old poles and lights will be removed by the Parks Department. Contract must be completed 90 days after notice to proceed is issued. Substantial completions must be completed by March 25, 2005, with final completion by April 1, 2005. The successful bidder must enter into the attached services agreement (sample) and supply proof of insurance "Exhibit B" as requested. Substantial completion means all poles, lights, wiring, and other components must be installed. Final completion means everything must be energized and working and the site is cleaned of any debris. Any technical questions should be directed to Eileen Scholl, Project Manager at (970) 416-2062. Any purchasing questions should be directed to John Stephen, CPPO, CPPB, Senior Buyer at (970) 221-6775. A prebid meeting will be held at City Park tennis courts, located at the intersection of Oak & Roosevelt, Ft. Collins at 10:00 am on November 18, 2004. BID SCHEDULE LUMP SUM $ FIRM NAME, Are you a Corporation, Partnership, DBA, LLC, or PC SIGNATU ADDRESS PHONE/FAX # SA 10/2004 3 IF the base of the excavation will likely result in destabilization of the base of the excavation. The ground surface surrounding the excavation should be sloped to direct runoff away from the excavation. We recommend excavation backfill be placed in thin, loose lifts, moisture conditioned to within 2 percent of optimum moisture content and compacted to at least 98 percent of standard Proctor maximum dry density (ASTM D 698) In areas below the slab. In unpaved, undeveloped areas excavation backfill should be compacted to at least 90 percent of standard Proctor maximum dry density (ASTM D 698). The placement and compaction of fill and backflll should be observed and tested by a representative of our firm during construction. CONCRETE Concrete that comes Into contact with soils can be subject to sulfate attack. We measured water-soluble sulfate concentrations in one sample from this site. The concentration measured was 0.023 percent. Sulfate concentrations less than 0.1 percent indicate Class 0 exposure to sulfate attack for concrete that comes into contact with the subsoils, according to the American Concrete Institute (ACI). For this level of sulfate concentration, ACI Indicates any type of cement can be used for concrete that comes into contact with the subsoils. In our experience, superficial damage may occur to the exposed surfaces of highly permeable concrete, even though sulfate levels are relatively low. To control this risk and to resist freeze -thaw deterioration, the water-to-cementitlous material ratio should not exceed 0.50 for concrete in contact with soils that are likely to stay moist due to surface drainage or high water tables. Concrete should be air entrained. LIMITATIONS We based the discussions in this report on our understanding of the proposed construction and planned structures; conditions disclosed by exploratory drilling; review of maps, plans, and aerial photographs; site CITY OF FORT COLLINS UG"T STANDARDS AT 8 CITY PARK TENNIS COURTS CTL I T PROJECT NO. FC03327 IF observation; results of our laboratory tests; engineering analysis of field and laboratory data; and our experience. Our borings were located to provide us the needed picture of the underground based on plans known at the time of our Investigation. Variations between the borings will occur. A representative of our firm should be present during construction to observe and test fill and backfill placement and foundation excavations. We believe this Investigation was conducted in a manner consistent with that level of care and skill ordinarily used by geotechnical engineers practicing in this area at this time. No warranty, express or Implied, Is made. If we can be of further service in discussing the contents of this report or analyses of the influence of subsurface conditions on the design of the proposed development, utilities, structures and streets, please call. CTL I THOMPSON, INC RevieW.A. 33 48 =mot �0 Gary Diewald Thomas A. Staff Engineer Associate/Div %trl�iUl GD:TAC/bly (6 copies sent) CITY OF FORT COLLINS LIGHT STANDARDS AT - 9 CITY PARK TENNIS COURTS CTL I T PROJECT NO. FC03321 TBM 0 SCALE: 1 "=W ROOSEVELT ST. TH-1 TH-4 TH-3 City of Fort Collins Light Standards at City Park Tennis Courts PROJECT NO. FC03321 :ND: VICINITY MAP NO SCALE INDICATES LOCATION OF EXPLORATORY BORING INDICATES APPROXIMATE LOCATION OF EXISTING LIGHT STANDARDS INDICATES APPROXIMATE LOCATION OF TEMPORARY BENCHMARK (STORM SEWER MANHOLE, ASSUMED ELEVATION 100.0 FEET) High Retaining all Locations of Exploratory Borings FIGURE 1 ti w t 0 TH-1 TH-2 TH-3 TH-4 EI.102 EI.102 EI.106 El.103 SUMMARY LOGS OF EXPLORATORY BORINGS Cm PARK TENNS COURTS JOB NO. FC03121 LEGEND: ® FILL, CLAY, SANDY, MEDIUM STIFF TO STIFF, MOIST, BROWN (FILL). © CLAY, SANDY, SOFT TO MEDIUM STIFF, MOIST, BROWN (CL). 2 SAND, SILTY WITH GRAVEL, MEDIUM DENSE, WET, BROWN (SM). DRIVE SAMPLE.THE SYMBOL 6112 INDICATES THAT 6 BLOWS OF A 140•POUND HAMMER FALLING 30 INCHES WERE REQUIRED TO DRIVE A 2.5-INCH O.D. SAMPLER 12 INCHES. $Z WATER LEVEL MEASURED AT TIME OF DRILLING. -1 WATER LEVEL MEASURED SEVERAL DAYS AFTER DRILLING. NOTES: 1. THE BORINGS WERE DRILLED ON AUGUST 30TH 2O04, USING 4-INCH DIAMETER CONTINUOUS -FLIGHT AUGER AND A TRUCK -MOUNTED DRILL RIG. 2. BORING LOCATIONS AND ELEVATIONS WERE SURVEYED BY A REPRESENTATIVE OF OUR FIRM REFERENCING THE TEMPORARY BENCHMARK SHOWN ON FIGURE 1. 3. THESE LOGS ARE SUBJECT TO THE EXPLANATIONS, LIMITATIONS AND CONCLUSIONS IN THIS REPORT. FIG. 2 3 2 U.1 1.0 10 APPLIED PRESSURE -KSF Sample of CLAY, SANDY (CL) DRY UNIT WEIGHT= From TH-2 AT 9 FEET MOISTURE CONTENT= 3- z O 0 N z a X -t at z O -2 a cc W -3 O V U.1 1.0 APPLIED PRESSURE - KSF Sample of CLAY, SANDY (CL) From TH-3 AT 4 FEET 10 100 111 PCF 17 % t00 DRY UNIT WEIGHT= 111 PCF MOISTURE CONTENT= 16 % Swell Consolidation Test Results FIG. 3 PROJECT NO. FC03321 7 5 s 4 3 2 1 0 _I _2 -3 Z O UN Z a -5 Z 0 I ,e fY d a 0 7 0.1 1.0 APPLIED PRESSURE - KSF Sample of FILL, CLAY, SANDY From TH-d AT d FFFT 10 100 DRY UNIT WEIGHT= 102 PCF MOISTURE CONTENT= 22 96 Swell Consolidation Test Results FIG.4 IF PROJECT NO. FC03321 mom= M =11111�2111111== ��"'Wfwul 0PJ4U,;WL1T(bM) GRAVEL 44 % SAND 44% From TH-1 AT 14 FEET SILT & CLAY 12 % LIQUID LIMIT - % PLASTICITY INDEX - % From PROJECT NO. FC03321 W%AVr-L '/b SAND % SILT & CLAY % LIQUID I-II&T % PLASTICITY INDEX( % Gradation Test Results FIG. 5 iW TABLE SUMMARY OF LABORATORY TEST RESULTS BORING DEPTH (FEET) NATURAL MOISTURE (%) NATURAL DRY DENSITY (PCF) SWELL TEST DATA PASSING NO.200 SIEVE (%) ATTERBERG LIMITS UNCONFINED COMPRESSIVE STRENGTH (PSF) WATER SOLUBLE SULFATES (%) SOIL TYPE SWELL (%) APPLIED PRESSURE (PSF) SWELL PRESSURE (PSF) LIQUID LIMIT (%) PLASTICITY INDEX (%) TH-1 TH-1 TH-2 4 14 4 26.8 9.5 24.9 93 124 97 95 12 37 21 1,360 CLAY, SANDY CL SAND, SILTY SM CLAY, SANDY CL TH-2 9 16.9 111 -0.1 1,000 CLAY, SANDY CL TH-3 2 18.5 105 83 41 25 3,540 FILL, CLAY, SANDY TH-3 4 15.9 111 0.0 1,000 CLAY SANDY CL TH-3 9 22.9 104 59 CLAY SANDY CL TH-4 4 22.2 102 0.0 00 1,0 0.023 FILL, CLAY, SANDY TH 4 9 28.9 63 CLAY, SANDY CL CITY OF FORT COLLINS LIGHT STANDARDS AT CITY PARK TENNIS COURTS PROJECT NO. FC03321 Page 1 Of 1 SERVICES AGREEMENT THIS AGREEMENT made and entered into the day and year set forth below by and between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter referred to as the "City" and "Service Provider'. W ITNESSETH: hereinafter referred to as In consideration of the mutual covenants and obligations herein expressed, it is agreed by and between the parties hereto as follows: 1. Scope of Services. The Service Provider agrees to provide services in accordance with the scope of services attached hereto as Exhibit "A", consisting of (_) page[s], and incorporated herein by this reference. 2. The Work Schedule. [Optional] The services to be performed pursuant to this Agreement shall be performed in accordance with the Work Schedule attached hereto as Exhibit "B", consisting of ( ) page[s], and incorporated herein by this reference. 3. Time of Commencement and Completion of Services The services to be performed pursuant to this Agreement shall be initiated within ( ) days following execution of this Agreement. Services shall be completed no later than Time is of the essence. Any extensions of the time limit set forth above must be agreed upon in a writing signed by the parties. 4. Contract Period. [Option 1] This Agreement shall commence upon the date of execution shown on the signature page of this Agreement and shall continue in full force and effect for one (1) year, unless sooner terminated as herein provided. In addition, at the option of the City, the Agreement may be extended for an additional period of one (1) year at the rates provided with written notice to the Professional mailed no later than ninety (90) days prior to contract end. SA 10/2004 19 Qualifications of Bidder: A. Qualified bidder must be doing business under the present business name for the past three consecutive years. B. Qualified bidder will supply with bid, 3 references specific to tennis type lighting installation. References must include contact name, date when work was completed and type of work. C. Qualified bidder shall have sufficient manpower and equipment to accomplish said work in required time. This includes the ability to bore holes and trench through asphalt or frost. D. The Owner may make such investigation as it deems necessary to determine the ability of the bidder to perform the work and the bidder shall furnish to the Owner all such information and data as is reasonably required for this purpose. The Owner reserves the right to disqualify any bid if the evidence resulting from the Owners investigation shows, in the opinion of the Owner, that the bidder is not properly qualified to prosecute the work described herein. E. Failure to meet the agreed upon milestones, place order for light system within 5 days, or fully complete the work by April 1, 2005 shall result in damages assessed against the Contractor. Since this tennis complex is one of five lighted tennis complexes, the work needs to be completed in a timely manner. At the City's option, liquidated damages in the amount of $100.00 per day may be retained from any monies due the Contractor, or the City may retain an additional contractor(s) to complete the work, or portion thereof, and retain any costs incurred above and beyond the bid prices of the Contractor from any monies due the Contractor in lieu of liquidated damages. SCOPE OF WORK A. The contractor shall place the order for the light system within five (5) working days after receiving notice to proceed by the Project Manager or as approved by the Project Manager. Written notification of placement of the order from the light manufacturer shall be given to the Project Manager. Work must commence within 7 days after receipt of light system. Mutually acceptable milestones indicating working days shall be determined by the City and the Contractor. Any extensions of the time limits set forth above must be agreed upon in writing by the parties hereto. B. The Contractor shall be solely responsible for cleaning the job site at the end of each working day and at work completion. C. The Contractor shall be solely responsible for making sure the work area is left in a safe condition or fenced to keep the area safe. D. The City may order changes within the scope of the work without invalidating this agreement. If such changes alter the amount due under the contract documents or the time required for the performance of the work, such alteration shall be approved by the parties in writing in the form of a change order. SA 10/2004 4 4. Contract Period. [Option 2] This Agreement shall commence 200 , and shall continue in full force and effect until 200_, unless sooner terminated as herein provided. In addition, at the option of the City, the Agreement may be extended for additional one year periods not to exceed _ (_) additional one year periods. Renewals and pricing changes shall be negotiated by and agreed to by both parties. The Denver Boulder Greeley CPIU published by the Colorado State Planning and Budget Office will be used as a guide. Written notice of renewal shall be provided to the Service Provider and mailed no later than ninety (90) days prior to contract end. 5. Delay. If either party is prevented in whole or in part from performing its obligations by unforeseeable causes beyond its reasonable control and without its fault or negligence, then the party so prevented shall be excused from whatever performance is prevented by such cause. To the extent that the performance is actually prevented, the Service Provider must provide written notice to the City of such condition within fifteen (15) days from the onset of such condition. [Early Termination clause here as an option. 6. Early Termination by City/Notice. Notwithstanding the time periods contained herein, the City may terminate this Agreement at any time without cause by providing written notice of termination to the Service Provider. Such notice shall be delivered at least fifteen (15) days prior to the termination date contained in said notice unless otherwise agreed in writing by the parties. All notices provided under this Agreement shall be effective when mailed, postage prepaid and sent to the following addresses: City: Copy to: Service Provider: SA 1012004 20 In the event of early termination by the City, the Service Provider shall be paid for services rendered to the date of termination, subject only to the satisfactory performance of the Service Provider's obligations under this Agreement. Such payment shall be the Service Provider's sole right and remedy for such termination. 7. Contract Sum. The City shall pay the Service provider for the performance of this Contract, subject to additions and deletions provided herein, the sum of Dollars ($ ) [Option Cost Breakdown is attached Exhibit "C"] 8. City Representative. The City will designate, prior to commencement of the work, its representative who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the services provided under this agreement. All requests concerning this agreement shall be directed to the City Representative. 9. Independent Service provider. The services to be performed by Service Provider are those of an independent service provider and not of an employee of the City of Fort Collins. The City shall not be responsible for withholding any portion of Service Provider's compensation hereunder for the payment of FICA, Workmen's Compensation or other taxes or benefits or for any other purpose. 10. Personal Services. It is understood that the City enters into the Agreement based on the special abilities of the Service Provider and that this Agreement shall be considered as an agreement for personal services. Accordingly, the Service Provider shall neither assign any responsibilities nor delegate any duties arising under the Agreement without the prior written consent of the City. 11. Acceptance Not Waiver. The City's approval or acceptance of, or payment for any of the services shall not be construed to operate as a waiver of any rights or benefits provided to the City under this Agreement or cause of action arising out of performance of this Agreement. SA 102004 21 12. Warranty. (a) Service Provider warrants that all work performed hereunder shall be performed with the highest degree of competence and care in accordance with accepted standards for work of a similar nature. (b) Unless otherwise provided in the Agreement, all materials and equipment incorporated into any work shall be new and, where not specified, of the most suitable grade of their respective kinds for their intended use, and all workmanship shall be acceptable to City. (c) Service Provider warrants all equipment, materials, labor and other work, provided under this Agreement, except City -furnished materials, equipment and labor, against defects and nonconformances in design, materials and workmanship/workwomanship for a period beginning with the start of the work and ending twelve (12) months from and after final acceptance under the Agreement, regardless whether the same were furnished or performed by Service Provider or by any of its subcontractors of any tier. Upon receipt of written notice from City of any such defect or nonconformances, the affected item or part thereof shall be redesigned, repaired or replaced by Service Provider in a manner and at a time acceptable to City. 13. Default. Each and every term and condition hereof shall be deemed to be a material element of this Agreement. In the event either party should fail or refuse to perform according to the terms of this agreement, such party may be declared in default thereof. 14. Remedies. In the event a party has been declared in default, such defaulting party shall be allowed a period of ten (10) days within which to cure said default. In the event the default remains uncorrected, the party declaring default may elect to (a) terminate the Agreement and seek damages; (b) treat the Agreement as continuing and require specific performance; or (c) avail himself of any other remedy at law or equity. If the non -defaulting party commences legal or equitable actions against the defaulting party, the defaulting party shall be liable to the non -defaulting party for the non -defaulting party's reasonable attorney fees and costs incurred because of the default. 15. Binding Effect. This writing, together with the exhibits hereto, constitutes the entire agreement between the parties and shall be binding upon said parties, their officers, SA 10/2004 22 employees, agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal representatives, successors and assigns of said parties. 16. Indemnity/Insurance. a. The Service Provider agrees to indemnify and save harmless the City, its officers, agents and employees against and from any and all actions, suits, claims, demands or liability of any character whatsoever brought or asserted for injuries to or death of any person or persons, or damages to property arising out of, result from or occurring in connection with the performance of any service hereunder. b. The Service Provider shall take all necessary precautions in performing the work hereunder to prevent injury to persons and property. c. Without limiting any of the Service Provider's obligations hereunder, the Service Provider shall provide and maintain insurance coverage naming the City as an additional insured under this Agreement of the type and with the limits specified within Exhibit _, consisting of (_) pages[s], attached hereto and incorporated herein by this reference. The Service Provider before commencing services hereunder, shall deliver to the City's Director of Purchasing and Risk Management, P. O. Box 580 Fort Collins, Colorado 80522 one copy of a certificate evidencing the insurance coverage required from an insurance company acceptable to the City. 17. Entire Agreement. This Agreement, along with all Exhibits and other documents incorporated herein, shall constitute the entire Agreement of the parties. Covenants or representations not contained in this Agreement shall not be binding on the parties. 18. Law/Severability. The laws of the State of Colorado shall govern the construction interpretation, execution and enforcement of this Agreement. In the event any provision of this Agreement shall be held invalid or unenforceable by any court of competent jurisdiction, such holding shall not invalidate or render unenforceable any other provision of this Agreement. SA 10/2004 23 19. Special Provisions. [Optional] Special provisions or conditions relating to the services to be performed pursuant to this Agreement are set forth in Exhibit _, consisting of ( ) page[s], attached hereto and incorporated herein by this reference. CITY OF FORT COLLINS, COLORADO a municipal corporation By: James B. O'Neill II, CPPO, FNIGP Director of Purchasing and Risk Management Date: ATTEST: City Clerk APPROVED AS TO FORM: Assistant City Attorney [Insert Corporation's name] or [Insert Partnership name] or [Insert individual's name] Doing business as [insert name of business] By: PRINT NAME CORPORATE PRESIDENT OR VICE PRESIDENT Date: ATTEST: CORPORATE SECRETARY (Corporate Seal) SA 1012004 24 EXHIBIT B INSURANCE REQUIREMENTS 1. The Service Provider will provide, from insurance companies acceptable to the City, the insurance coverage designated hereinafter and pay all costs. Before commencing work under this bid, the Service Provider shall furnish the City with certificates of insurance showing the type, amount, class of operations covered, effective dates and date of expiration of policies, and containing substantially the following statement: "The insurance evidenced by this Certificate will not be cancelled or materially altered, except after ten (10) days written notice has been received by the City of Fort Collins." In case of the breach of any provision of the Insurance Requirements, the City, at its option, may take out and maintain, at the expense of the Service Provider, such insurance as the City may deem proper and may deduct the cost of such insurance from any monies which may be due or become due the Service Provider under this Agreement. The City, its officers, agents and employees shall be named as additional insureds on the Service Provider's general liability and automobile liability insurance policies for any claims arising out of work performed under this Agreement. 2. Insurance coverages shall be as follows: A. Workers' Compensation & Employer's Liability. The Service Provider shall maintain during the life of this Agreement for all of the Service Provider's employees engaged in work performed under this agreement: 1. Workers' Compensation insurance with statutory limits as required by Colorado law. 2. Employer's Liability insurance with limits of $100,000 per accident, $500,000 disease aggregate, and $100,000 disease each employee. B. Commercial General & Vehicle Liability. The Service Provider shall maintain during the life of this Agreement such commercial general liability and automobile liability insurance as will provide coverage for damage claims of personal injury, including accidental death, as well as for claims for property damage, which may arise directly or indirectly from the performance of work under this Agreement. Coverage for property damage shall be on a "broad form" basis. The amount of insurance for each coverage, Commercial General and Vehicle, shall not be less than $500,000 combined single limits for bodily injury and property damage. In the event any work is performed by a subcontractor, the Service Provider shall be responsible for any liability directly or indirectly arising out of the work performed under this Agreement by a subcontractor, which liability is not covered by the subcontractor's insurance. 25 UNIT WORK ITEMS: A. Receiving and unloading shipment. B. Setting of light poles. C. Trenching for conduit. D. Electrical hookup. SA 10/2004 SPECIFICATIONS: Lighting system to be installed is by Ruud Lighting. It will consist of six single fixture assemblies and six double fixture assemblies. They will be 19' square straight steel poles with tenon mount. Luminaires Scharf des 18 - Ruud Lighting AC3499-M (Luminaire) 12 - Rudd Lighting PS4S19TBZ (Steel Pole) 2 of which will have GFI outlets 6 - Rudd Lighting PA-1A4 (Single Tenon) 6 - Ruud Lighting PD-2A4(180) (Double Tenon) The performance criteria shall be 43.0 footcandles initial and 34.4 footcandles maintained. New conduit and wiring will need to be trenched in to new poles from the junction boxes at the edge of the courts. Wire sizes and conduit sizes are noted on drawing Attachment B. Contractor will be responsible for receiving and unloading shipment. Care must be taken not to damage court surface, with plans to use plywood and tarps if necessary. All asphalt cutting will be with a saw, not a trencher. All trenches shall be flow filled. No cement trucks will be allowed on the courts. LIGHT STRUCTURE SYSTEM SPECIFICATIONS A. Playability Specifications A.1. *Initial Light Levels The average initial levels for the entire court area shall be 43.0 footcandles. A.2. *Target Light Levels The average target (maintained) light levels for the entire court area shall be 34.4 footcandles. A.3. *Light Loss Factor The light loss factor used to determine the target light levels shall be a maintenance factor of .80. A.4. *Uniformities The uniformities of the playing field shall be measured by comparing the maximum reading to the minimum reading. The ratio shall not exceed 1.86:1 maximum to minimum for the entire court area. A.S. *Structural Strength To prevent misalignment of any luminaires or damage to the crossarms or its components, the crossarm, reflector, and its attachment to the pole shall be able to structurally withstand winds of 100 mph with a 1.3 gust factor. A.6. *Mounting Heights To ensure proper aiming angles for reduced glare and to provide better playability, the pole mounting heights from the playing field surface shall be 19 feet. B. Maintenance Ease B.1. Electrical Enclosure Fusing To prevent multiple failures, an individual fuse shall be provided for each ballast conductor except neutral conductors. C. Durability SA 1012004 6 C.1. Enclosed Wiring To protect from deterioration from exposure to the elements, all wiring shall be contained inside the crossarms or pole. C.2. Materials and Coatings To facilitate adequate heat dissipation from the ballasts, the electrical enclosure shall be fabricated of heavy gauge aluminum. The electrical enclosure shall be further coated with a TGIF thermoset polyester powder paint finish to provide protection from oxidation of the aluminum. C.3. Internal Wire Rating To ensure longer durability, internal wiring shall be routed away from ballast cores, rated for at least 90 degrees C, suitable for the voltage and amperage involved. Luminaire manufacturer shall supply U.L. temperature test of electrical enclosure. CA Weather Proof Enclosure To provide protection against weather -related elements, it shall be UL and CSA rated to wet locations. C.5. Pole Material For added durability, the poles shall be high strength low alloy tapered tubular steel meeting ASTM-A595 standards, and shall have a TGIC thermoset polyester powder paint finish. D. Safety DA . UL Listing To provide independent assessment of equipment and system safety, the lighting and electrical equipment shall have a U.L. listing. This listing shall be based upon U.L. testing and evaluation of the compatibility of the structures, enclosures and the components for use in combination with this application in addition to the individual components being U.L. listed or recognized. D.2. Grounding Lug within Electrical Enclosure For the safety of personnel and protection of the equipment, one grounding lug shall be supplied within the electrical enclosure, which is rigidly fastened to the enclosure, sized to accept up to a 1/0 conductor. D.3. Enclosed Wiring Because the additional structures often required to support overhead wiring systems can present safety hazards for players and spectators, all wiring shall be contained inside the crossarms or the pole. Since the overhead is exposed to wind, lightning, and other elements causing deterioration over time, underground wiring, supplied by the installer, shall be enclosed within the pole and concrete base. DA Compliance to Specified Codes The lightning equipment shall comply with the codes as specified including, but not limited to: National Fire Protection Asso (NFPA) 780 Lightning SA 10/2004 Protection National Electrical Codes Underwriter's Laboratory (UL) National Electrical Manufacturers Asso (NEMA) Standard 250-1991 Enclosures for Electrical Equipment D.5. Lightning Protection Meeting NFPA 780 Code For added protection against lightning, all structures shall be equipped with lightning protection meeting standards established by NFPA 780 (National Fire Protection Asso.) At each structure, the contractor shall provide at least one copper -clad steel ground rod of not less than 5/8 inches in diameter and not less than 10 feet in length. The ground rods shall be connected to the structure by a copper main down conductor. This conductor shall be not less than a #2 conductor. For steel poles, the main down conductor shall extend from the base of the steel pole to the ground rods and shall be bonded to the steel pole and the equipment ground. All metal components on the pole shall be bonded to the pole All main down conductors and all bonding conductors shall maintain a horizontal or downward coursing path, free from "U" or W" (down and back up) pockets. Such pockets, often formed by metal components mounted below the pole top bond location, shall be provided with a down conductor from the base of the component to ground or to an adjacent main down conductor. No bend of any conductor shall form an included angle of less than 90 degrees nor shall it have a radius bend of less than 8 inches. E. Energy Usage E.1. Lamp Type Lamps shall be 1000 watt metal halide and shall meet ANSI standards. E.2. Lumens per Lamp Manufacturers shall supply computer generated point -by -point light scans based on 107,800 lumens per lamp. E.3. Meeting Specifications To ensure compliance with the specifications, at the completion of the project, actual light performance meter reading shall be taken and verified. Inspection and Testing Procedures FA.1. All testing will be done with the entire facility illuminated. F.4.2. Horizontal footcandle readings shall be taken with the meter positioned horizontal 36 inches above grade. F.4.3. Testing equipment for measurement of footcandle levels shall be a calibrated Gossen Panalux Electronic 2 or an approved equal. F.4.4. For final approval of the project, the manufacturer shall provide a final report from the test results that shall provide the following items: a. Identification and location of test stations. b. Actual horizontal footcandle readings taken at each test station SA 10/2004 8 c. Number of hours of operation. Point by Point Analysis Measurements of light shall be demonstrated on a grid of a 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 for each court. # of Points 45 Size of Area to be Covered 36' x 78' Grid Spacing 10' x 10' E.S. Beam Control Fixtures In order to turn wasted spill light into useable light on the field resulting in lower energy consumption, that the reflector system design of the approved lighting fixture shall place more than 60% of the total light output below the maximum candlepower point and thereby onto the field to be illuminated. F. Accountability F.7. Delivery Timeframe for Sports Lighting Equipment The equipment must be on -site 4-6 weeks from the receipt of signed purchase order, acceptance of order and receipt of complete order information. F.B. Pole Strength To ensure proper pole stress allowance, the pole analysis and design will be based on the American Association of State Highway and Transportation Officials (AASHTO) design criteria. F.10. Manufacturer Name and Model Number The approved lighting/pole manufacturer is Ruud Lighting. Approval must be obtained 10 days prior to bid date for all substitutions. F.11. 10 Day Prior Approval for all Manufacturers All bidders must use an approved product. Approval must be obtained by each equipment manufacturer 10 days prior to the bid date. FOUNDATION SPECIFICATIONS The foundation pier shall be 18" in diameter and 5' in length. See Attachment "A" for all specifications. The geotechnical engineering report is from CTL Thompson and is included in this bid specification. Soil profiles are included in the report. Contractor may need to use dewatering procedures. Cement trucks will not be allowed on tennis court surface due potential damage to court. SA 1012004 9