Loading...
HomeMy WebLinkAbout1997 06 23 Consent Item B COMMISSION AGENDA ITEM B REGULAR CONSENT X INFORMATIONAL 6-23-97 Meeting MGR. 'ifttJ~ IDEPT ~y Authorization 1 REQUEST: The Parks and Recreation Department requests that the City Commission accept the low bid of $22,649.00 from Advantage Courts, Inc. for the reconstruction of two (2) tennis courts at Trotwood Park and authorize the City Manager to enter into contract for said services. PURPOSE: The purpose of this item is to recognize the low bid, i.e., City of Winter Springs bid number 97-019 and to provide authorization to proceed to contract to complete the reconstruction of Trotwood Park tennis courts. See attached bid summary and Advantage Court, Inc.' s bid response package. CONSIDERATIONS: . Bid was properly advertised and responses from five (5) contractors were received. . References for Advantage Courts, Inc. were contacted and the company was found to be responsible. . Advantage Courts, Inc. was the contractor for resurfacing of Sunshine Park tennis courts several months ago and performed properly and timely. FUNDING: $25,000.00 has been budgeted and appropriated in Line Code 7200-56310 Capital Improvements for this purpose. Remainder of funds will be used for benches and associated walkways. Page 2 Agenda Item- Trotwood Tennis Courts June 23,1997 RECOMMENDATION: The Parks and Recreation Department recommends that the City Commission accept the low bid of $22,649.00 from Advantage Courts, Inc. for reconstruction of two (2) tennis courts at Trotwood Park and authorize the City Manager to enter into a contract for said services. IMPLEMENTATION SCHEDULE: Contract Immediately Begin Construction by July 15, 1997 Completion by August 30, 1997 ATTACHMENTS: Bid Summary Bid Response Package COMMISSION ACTION: AGENDA41A CITY OF WINTER SPRINGS, FLORIDA 1126 EAST STATE ROAD 434 WINTER SPRINGS, FLORIDA 32708-2799 Telephone (407) 327-1800 Project Title: TENNIS COURTS REPLACEMENT, TROlWOOD PARK Bid Number: 97-019 Bid Opening Date: JUNE 4, 1997 The bid opening was called by: J.P. PETRENCSIK Bid Opened: Bid Closed: 2:05 P.M. 2:10 P.M. Present as witness: TOM GRIMMS, COMMUNITY DEVELOPMENT COORDINATOR NANCY YOBORNIK, PURCHASING SECRETARY Bid Bond Required: NO Performance Bond Required: NO five Bids Received: I. A-I-A BUilDERS, 380 S. S.R. 434, #142, ALTAMONTE SPRINGS, Fl32714 IN THE AMOUNT OF $29,950.00. 2. THE NIDY COMPANY, P.O. BOX 730, SANFORD, Fl32n2 IN THE AMOUNT OF $29,021.00. - 3. ADVANTAGE COURTS, INC., P.O. BOX 300008, FERN PARK, Fl32730 IN THE AMOUNT OF $22,649.00. 4. D & B TENNIS, 3003 WATERWOOD DRIVE, SEBRING, FL 33872 IN THE AMOUNT OF $24,810.00. S. VARSITY COURTS, INC., 1970 SUITE A CORPORATE SQUARE, lONGWOOD, Fl32750 IN THE AMOUNT OF $23,750.00. cc: Purchasing Department City Manager Parks and Recreation Dept. . ~. "",,, BID NO. 97-019 Page l of~ '"\ (3) Improvement Plans CITY OF WINTER SPRINGS FLORIDA INVITATION TO BID NOTICE TO BIDDERS: SEALED BIDS WILL BE RECEIVED UNTIL THE TIME, AND AT THE PLACE, AND FOR THE ITEMS LISTED ON THE ATTACHED CITY BID FORMS. THE BIDS WILL BE RECEIVED IN THE OFFICE OF THE CITY CLERK, CITY HALL, 1126 EAST S.R. 434, CONTAINING QUOTATIONS FOR SUPPLYING THE CITY WITH ITEM(S) OR SERVICES HEREIN LISTED AND AS FURTHER SPECIFIED. THESE BIDS WILL BE PUBLICLY OPENED IN THE PRESENCE OF BIDDERS AND CITY OFFICIALS. ALL BIDDERS AND THE PUBLIC ARE INVITED AND ENCOURAGED TO ATTEND BID OPENING. AFTER TABULATION AND REVIEW, AND WHEN REQUIRED, BIDS WILL BE PRESENTED TO THE CITY COMMISSION FOR AWARD OF BID; SUCH AWARD TO BE MADE AT A SUBSEQUENT COMMISSION MEETING. HOW TO SUBMIT PROPOSAL: ALL BIDS SHALL BE SUBMITTED IN SEALED ENVELOPES AND MAILED OR HAND DELIVERED TO THE CITY CLERK, CITY HALL, 1126 EAST S.R. 434, WINTER SPRINGS, FLORIDA 32708, AND PLAINLY MARKED ON THE OUTSIDE OF THE ENVELOPE, THE BID NUMBER, ITEM IDENTIFICATION AND TIME AND DATE OF BID OPENING. IT WILL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO ENSURE THAT THE PROPOSAL REACHES THE OFFICE OF THE CITY CLERK, CITY OF WINTER SPRINGS ON OR BEFORE CLOSING HOUR AND DATE SHOWN ON THE PROPOSAL FORM, ATTACHED. PURPOSE OF BID: THE CITY OF WINTER SPRINGS INTENDS TO SECURE A SOURCE OF SUPPLY FOR ITEM(S) OR SERVICE(S) AT THE LOWEST PRICE; EARLY AND SATISFACTORY MANUFACTURE AND PROMPT AND CONVENIENT SERVICE AND SHIPMENT BY THE SUPPLIER TO THE CITY. ANY FAILURE ON THE PART OF THE SUPPLIER TO COMPLY WITH THE ENSUING CONDITIONS AND SPECIFICATIONS, SHALL BE REASON FOR TERMINATION OF CONTRACT. THE CITY RESERVES THE RIGHT TO MAKE AN AWARD TO THE SUPPLIER WHERE THE PRODUCT MEETS THE SPECIFICATIONS, TERMS AND CONDITIONS, AND WHERE THE BID IS CONSIDERED TO BEST SERVE THE CITY'S INTERESTS. / BIDDERS SIGNATURE 4 ~ U~ . COMPANY NAME A c1v A,.)1..../d, 9 f CJl.! r;t;;' ~c " 1. SUBMISSION AND RECEIPT OF BIDS: A. Proposal to receive consideration, must be received on or prior to the specified time and date on openning, as designated in the proposal Adopted 6/29/93 BID NO. 97-019 Page L of..-U... ~., . , 1. SUBMISSION AND RECEIPT OF BIDS (CONTINUED) B. Unless otherwise specified, bidders MUST use the proposal form(s) furnished by the City, failure to do so may be cause for rejection of bid. Removal of any part of the bid forms may invalidate the bid. C. Proposal having any erasure or corrections MUST be initialed by the bidder in INK. Bids shall be signed in INK; all forms shall be typewritten or printed with pen and ink. D. Separate proposals MUST be submitted on each bid reference number. 2. WARRANTIES FOR USAGE: A. Whenever a bid is sought, seeking a source of supply for a specified period of time for materials or services, the quantities or usage shown are estimated ONLY. No guarantee or warranty is given or implied by the City as to the total amount that MAY or MAY NOT be purchased from any resulting contract(s). These quantities are for bidders information ONLY and will be used for tabulation and presentation of bid and the City reserves the right to increase or decrease quantities as required. 3. PRICES TO BE FIRM: A. Bidder warrants by virtue of bidding that prices, terms and conditions quoted in the bid will remain firm for acceptance by the City for a period of sixty (60) days from the date of bid opening, unless otherwise stated by the City. 4. DELIVERY POINT: A. All items shall be delivered F.O.B. destination (i.e., at a specific City of Winter Springs address), and delivery costs (if any) will be included in the bid price. Failure to do so may be C3use for rejection of bid. 5. PAYMENT (TERMS): A. Payment will be made ONLY after receipt and acceptance of materials/services. 6. BRAND NAMES: A. If and whenever in the specifications a brand name, make, name of any manufacturer, trade name, or vendor catalog number is mentioned, it is for the purpose of establishing a grade or quality of materials ONLY. Since the City does not wish to exclude other competition and equal brands or makes, the phrases "OR APPROVED EQUAL" is added. BID NO. 97-019 Page L of..li However, if a product other than that specified is bid, it is the vendor's responsibility to name such a product within the bid and"oo prove to the City that said product is equal to that specified and to submit brochures, samples, and/or specifications in detail on item(s) bid. The City shall be the sole judge concerning the merits of bids submitted. 7. SAMPLES AND DEMONSTRATION: A. Evidence in the form of samples may be requested (when required) if brand is other than specified. Such samples are to be furnished after the date of bid opening only, upon request by the City, unless otherwise stated in bid forms. If samples should be requested, such samples must be received by the City no later than seven (7) days after formal request is made. When required, the City may request full demonstrations of any unit(s) bid prior to the award of any contract. Samples, when requested, must be furnished free of expense to the City and if not used in testing or destroyed, upon written request will within thirty (30) days of bid award be returned at the bidders expense. 8. QUALITY: A. All materials used for the manufacture or construction of any supplies, materials, or equipment covered by this bid shall be NEW. The items bid must be new, the latest model, of the best quality and highest grade workmanship. 9. SIGNATURE REQUIRED: A. All numbered City bid pages MUST be signed with the company name by an officer or employee having authority to bind the company or firm by signature. 10. ACCEPTANCE OF MATERIAL: A. The items(s) delivered under this proposal shall remain the property of the seller until physical inspection and actual usage of the item(s) and/or service are made and thereafter accepted to the satisfaction of the City and must comply with the terms herein, and be fully in accord with the specifications and of the highest quality. In the event the material and/or services supplied to the City is found to be defective or does not conform to the specifications, the City reserves the right to cancel the order upon written notice to the seller and return the product(s) to the seller at the seller's expenses. 11. VARIATIONS TO THE SPECIFICATIONS: A. For purposes of evaluation, bidder MUST indicate any variances from the City specifications, no matter how slight. If variations are not stated in proposal, it will be assumed that the product or service fully complies BID NO. 97-019 Page ~ of~ with City specifications, terms and conditions. , 12. DELIVERY: A. Time will be of essence for any orders placed as a result of this bid. Purchaser reserves the right to cancel such orders, or any part thereof, without obligation, if delivery is not made at the. time specified on the bid proposal form. 13. DEFAULT PROVISION: A. In case of default by the successful bidder or contractor, the City of Winter Springs may procure the items or services from other sources and hold the bidder or contractor responsible for any excess cost occasioned or incurred thereby. 14. PRICING: A. Prices shall be stated in units of quantity specified in the bid specification. In case of a discrepancy in computing the total amount of bid, UNIT PRICE quoted will govern. 15. PRICE CHANGES/RE: CONTRACTS: A. If at any time during the period of a contract, the City of Winter Springs is able to purchase the items and/or services for less than the contract price, the successful bidder shall meet these prices and in the event of failure to do so, the City may seek a new contract on the open market. 16. COPYRIGHTS AND/OR PATENT RIGHTS: A. Bidder Warrants that there has been no violation of copyrights and/or patent rights in the manufacturing, producing or selling the goods, shipped or ordered, as a result of this bid and the seller agrees to hold the purchaser harmless from any and all liability, loss, or expense occasioned by any such violation. 17. SAFETY STANDARDS: A. The bidder warrants that the product supplied to the City conforms in all respects to the standards set forth in the Occupational Safety & Health Act (O.S.H.A.) and its amendments; failure to comply with this condition will be considered a breach of contract. 18. TAXES: A. The City of Winter Springs, Florida is exempt from any taxes imposed by the State of Florida and/or Federal Government. State Sales Tax Exemption Certification No. 69-13-035082-54C applies and appears on BID NO. 97-019 Page ~ of-L1- each City of Winter Springs Purchase Order. Exemption certificates certified on request. 19. FAILURE TO QUOTE: A. If you do not quote, please return the form, "UNABLE TO SUBMIT A BID", stating reason thereon and request that your name be retained on the City mailing list, otherwise, your name may be removed from the City bid mailing list. 20. MANUFACTURER'S CERTIFICATION: A. The City of Winter Springs reserves the right to request from bidder, separate manufacturer certification of all statements made in the proposal. 21. SIGNED BID CONSIDERED AN OFFER: A. The signed bid shall be considered an offer on the part of the bidder or contractor, which offer shall be deemed accepted upon approval by the City Commission of the City of Winter Springs, Florida and in case of default on the part of the successful bidder or contractor, after such acceptance, the City may take such action as it deems appropriate, including legal action, for damages or specific performance. 22. LIABILITY, INSURANCE, LICENSES AND PERMITS: A. Where bidders are required to enter onto City of Winter Springs property to deliver materials or perform work or services, as a result of bid award, the bidder will assume full duty, obligation and expense of obtaining all necessary licenses, permits, inspections and insurance, as required. The bidder shall be liable for any damages or loss to the City occasioned by negligence of the bidder (or agent) or any person the bidder has designated in the completion of a contract as a result of the bid. 23. RESERVATIONS FOR REJECTION AND AWARD: A. The City of Winter Springs, reserves the right to accept or reject any or all bids or parts of bids, to waive irregularities and technicalities, and to request re-bids on the required materials. The City also the right to award the contract on such material the City deems will best serve it interests. The City further reserves the right to award the contract on a split order basis, lump sum, or individual item basis, or such combination as shall best serve the interest of the City, unless otherwise stated. The City also reserves the right to waive minor variations to specifications (interpretation of minor variations will be made by applicable City Department personnel). In addition, the City reserves the right to cancel any contract by giving thirty (30) days written notice. BID NO. 97-019 Page L of~ 24. AWARD: A. After the award, the selected vendor will comm~ce work no later than 21 working days from date of the Notice to Proceed. 25. SPECIFICATION'S: A. Any omissions of the detailed specifications stated herein, that would render the materials/services from use, as specified, will not relieve the bidder from responsibility. 26. BID ATTACHMENTS: A. A bid response to an Invitation-To-Bid, which has attached a condition of sale or any other attachments, which alters the specifications, conditions, terms or makes it subordinated, may be cause for rejection. 27. ENCLOSURES: A. Two (1) complete sets of General Instruction, Specifications and Proposal Forms. B. Two (2) complete sets to be returned to the City Clerk, City of Winter Springs. PAYMENT: AFTER BID AWARD AND RECEIPT OF ITEM(S) AND/OR SERVICES, INVOICES TO THE CITY OF WINTER SPRINGS WILL BE PAID WITHIN THIRTY (30) DAYS/ iJ BIDDERS SIGNATURE ~.A {)1.A-U' COMPANY NAME /l rI v.a..'I\.. 0f' f. C v 1-1 r:Z;;; ;t:; c-_ SIGNATURE AND COMPANY NAME MUST BE THE SAME AS ON PAGE 1 OF THIS PROPOSAL. NOTE: STATEMENT FOUND IN FLORIDA STATUTES 287.133 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 on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases or real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. CITY OF WINTER SPRINGS BID NO. 97-019 Page L of~ FLORIDA , INVITATION TO BID ITEM(S) REQUIRED Tennis Courts Reolacement. Trowood pard USING CITY DEPARTMENT(S) Parks & Recreation SUBMITTED BY OR BEFORE: Mav 28. 1997 2:00 P.M. . BIDS MUST BE The Invitation-To-Bid, General Conditions, Instructions to Bidders, Special Conditions, Specifications, Addendums, and/or any other pertinent document, from a part of this proposal and by reference are made a part hereof. ANTI-COLLUSION STATEMENT: The undersigned bidder had not divulged to, discussed, or compared his bid with other bidders and has not colluded with any other bidder or parties to this bid whatever. THIS PROPOSAL SUBMITTED BY: COMPANY NAME Ad t/ 1AV\. 70:-? e Co LJ,-v ~I Znc. / TELEPHONE NO. ~d 7339 -' 5'ylJO AREA CODE ADDRESS 'p 0 ~ c> x 3 t> 0 0 c> Y CITY Fe r I"\.. ? .a.. .- )::': ST A TE rL NAME & TITLE OF SIGNER 20 .' zd C1!A>>~ 1.;//-/9 7 / .~ ~ n... (PRINTED) (TO BE SIGNED IN INK) ZIP CODE BY: DATE SIGNED t: €- C /a..)'( ) L'> 'LV Jr2 if. r '30/,e )...#V>,.,-",..~ ~() ::'c Fell c..< BIDDER'S TERMS 3c;J,h ",",-sJ'I..~"'.I.r 2..lJ /J' c-I:'....rftn;". BIDDER'S NOTE: Bidder to state his terms as will apply in evaluation, recommendation and award of this proposal. (If requested, Item by Item on the following sheets, please stc;te beside each Item bid. If not stated, terms will be considered NET). T LAJ e.n. r,'y (WRITTEN) lWeI ,}, ,) ''''''5 a. '^' J .5 / ':>( ^"v.v.. ~ q-07. /)/11-(" BASE BID NOTE: SIGNATURE AND COMPANY NAME MUST BE THE SAME ON EACH OF BID NO. 97-019 Page .JL of~ THE FOLLOWING SHEETS OF THIS PROPOSAL AS THEY APPEAR ABOVE. Indicate Which: Individual: () Partnership: ( Corporation:v(' Other: (.) TO THE CITY COMMISSION OF THE CITY OF WINTER SPRINGS, FLORIDA: WE (I) THE ABOVE SIGNED HEREBY AGREE TO FURNISH THE FOLLOWING ITEM(S) CONDITIONS, SPECIFICATIONS, AND ALL ATTACHMENTS HERETO. WE (I) HAVE READ ALL ATTACHMENTS INCLUDING THE SPECIFICATIONS AND FULLY UNDERSTAND WHAT IS REQUIRED. BIDDERS NOTE: FULL DESCRIPTIVE LITERATURE MUST ACCOMPANY YOUR BID, IF BIDDING ON OTHER THAN BRAND(S) AND/OR MODEL(S) SPECIFIED, TO DETERMINE APPROVED EQUAL AS CALLED FOR UNDER GENERAL CONDITIONS TO BIDDER, ITEM NUMBER SIX (6). CITY OF WINTER SPRINGS BID NO. 97-019 Page L of..l;L STATEMENT OF NO BID ~~ IF YOU DO NOT INTEND TO BID ON THIS PROPOSAL RETURN THIS FORM TO: CITY OF WINTER SPRINGS 1126 EAST S.R. 434 WINTER SPRINGS, FLORIDA 32708 ATTN: PURCHASING AGENT I/we have declined to bid on your bid proposal No._ Bid Description For the following: 1. _2. _3. _4. _5. _6. _7. _8. REMARKS: Specifications are too "tight", i.e. geared toward one brand of manufacturer only (Explain reason below). Insufficient time to respond to bid invitation. We do not offer this commodity/service or equivalent. Our product/service schedule would not permit us to perform. Unable to meet specifications. Unable to meet bonding requirements. Specifications unclear (Explain below). Other (Specify below). Attach additional pages if required. I/We understand that if the "No BID" form is not executed and returned, our name may be deleted from the list of qualified bidders for the City of Winter Springs. COMPANY NAME: ADDRESS: TELEPHONE NUMBER: SIGNATURE OF BIDDER: BID NO. 97-019 Page.JlL of~ OPTION OF VENDOij "State if you will extend the same prices, terms, and conditions to other State of Florida governmental agencies." WILL EXTEND SAME PRICING, TERMS, AND CONDITIONS TO OTHER STATE OF FLORIDA GOVERNMENTAL ENTITIES: YES 1/' NO COMPANY NAME: A dVAr'o.. )a,9 e / C r> l.l.V-~, ~c- ' ADDRESS: .17 D r:3 o:?< :300C)O~ SIGNATURE OF BIDDER: ~ . . BID NO. 97-019 ::1"7'" .~....- Page ...1.L of~ CITY OF WINTER SPRINGS "'\ TECHNICAL SPECIFICATIONS 't n tiJ" CITY OF WINTER SPRINGS PARKS AND RECREATION DEPARTMENT SPECIFICATIONS FOR LIMEROCK AND ASPHALT BASE CONSTRUCTION OF TENNIS COURTS. SUBGRADE: (Owner responsible for site preparation and fill, if necessary, to + or -1" of final subgrade which should slope 1" in 10'). The subgrade shall be compacted to 95% of maximum density by the lines so as to assure a uniform thickness of the base course required under paved areas. SLOPE REQUIREMENTS: All excavating, filling, compacting and leveling work required hereunder shall be performed so that the finished grade slopes 1" in 10' on a true plane. BASE CONSTRUCTION: 4" Iimerock base shall be constructed on the prepared subgrade. The base material shall be compacted to 95% of the maximum density by rolling with a powered steel or rubber wheel roller weighing not less than 2 nor more than 8 tons, or by other equipment producing equivalent density. Surface of the base course shall not vary from the specified grade more than 1/4" in 10' when measured in any direction. Limerock edges shall be sterilized prior to paving. ASPHALT: Hot mix leveling course shall consist of 1" compacted thickness of type III asphaltic concrete. The mix as thus spread shall be thoroughly compacted by rolling with a powered steel wheel roller weighing not less than 2 nor more than 6 tons. The finished surface of the leveling course shall not vary from the specified grade more than 1/4" in 10' when measured in any direction. Asphalt shall be sawed as necessary to produce straight lines on all sides. SURFACE PREPARATION: The surface to be coated shall be sound, smooth and free from loose dirt or oily materials, the entire surface shall be checked for minor depressions or irregularities. If it is determined that minor corrections are necessary, the following mixtures shall be used: Resurfacer shall be mixed with sand and water according to manufacturer's specifications to make a patching mix. After patching is completed, the patched area shall not vary more that 1/16" in 10' when measured in any direction. Bidder to provide City with full description of resurfacer and acrylic color system as comparable to Plexi-Pave system. FINISH COURSE ACRYLIC SYSTEM: In order to provide a smooth dense underlayment for the sand-filled finish course, one application of resurfacer shall be applied to the underlying surface. No application shall be covered by a succeeding application until thoroughly cured. BID NO. 97-019 Page -1L of~ FINISH COATINGS: Shall be diluted with filler according to manufacturer's specifications to obtain proper application consistency. The diluted material shall be homogenous and shall not segregate before or during the application. Dilution rate should not exceed 1 part acrylic to one part filler. Material shall be applied with a rubber-edged squeegee. A minimum of 2 coats is necessary. The total quantity of material for each 1000 square feet shall be a minimum of 15 gallons of undiluted material. PLAYING LINES: After completion of the surfacing, 2" wide playing lines shall be delineated by tape and hand painted. Lines shall be accurately located and marked in accordance with the United States Tennis Association specifications. The painting shall be done in a workmanlike manner in accordance with standard specifications for application of compatible Line Paint. FENCING: Shall be full weight tennis mesh only, schedule 40. (See diagrams for fence designs.) All exposed galvanized surfaces shall be prime and finish painted with paint to match fabric as to color (green.) TERMINALS AND LINE POSTS: All terminal posts shall be 3" with line posts 2 1/2" OD with a minimum weight of 3.65 pounds per linear foot. Line posts shall be set in 30" of concrete with at least a 10" diameter hole. All terminals and gate posts shall be set in 3' of concrete with a 12" diameter hole. All posts shall be set 6" on the asphalt and concrete shall be finished by hand troweling to asphalt level. TOP RAIL: (10' only) The top rail shall be 15/8" OD with a weight of .065 pounds per square inch. Terminals shall be braced at 90 degrees using top rail material. FABRIC: (10' only) All fabric shall be 10' high, 9 gauge, 13/4" mesh and hot dipped galvanized and vinyl coated. All fabric shall be knuckled at top and bottom. All corner and gate terminals shall be banded off with 1" tension bands. Fabric shall be leveled and tied in 16" apart with 9 gauge aluminum tie wires. Nine gauge tension wire shall be stretched in at the bottom of fabric and pig ringed into fabric every 2 W. A mid level 1 5/8" rail should be provided. Six (6') foot green wind screen, type approved by City, will be installed on all but side 4' fences. MISCELLANEOUS: All material used in fence construction whether painted or vinyl coated shall be hot dipped galvanized. All nuts and bolts are to be tightened and all fabric raked for appearance. Scrap material shall be cleaned up after completion of fence installation. COLOR: Surface color shall be green (dark) in doubles court and green (light) on perimeter. Sample colors must be approved in advance by City. NETS & POSTS: Bidder will provide field drawings of parts and installation with bid and specify nets as to manufacturer and model. Posts to be green, crank green and center strap anchor installed according to UST A standards. Note #l-Bidder will specify in bid the length of time from notice to proceed to guarantee of \ .BID NO. 97-019 Page ...1L of~ completion. (Not to be considered in selection process) Note #2-Bidder will provide a list of previous projects with phone numbers and names of owner for work done in last two years. Note #3-Bidder will provide surface sealer manufacturers guarantees and provide written guarantee for all work for one year after project completion approval. J / / I I I I \ \ \ \ '"'......... \ '\.. -,..:.,. t,.-:'. J '\ \") "" I ", 1 " ~\ '\ ~{ ~, II ( --~ - "' I I I I I I I 0 0 0 \0 SlAl~ J:l:Q '!' \J ~'J ;: \ " z i? .. " q...._~OAO o '----' " . , .. -C- C) . aaE~ _ .. ,it ,1.,1'" ... '6-" , C- '~ L ~ ~ .~ ~ <:::> . '. , "'- ~~~ "~ .. / " · ,-'...:...- 0 ';'''", --, -I'll . .- . -. - . . . . -, " .' /\" -N- \ ,/ D h?Rt<-, f !<mvJC>o /~ -------~ ( -<J /'>A.JI tz/'T '"' ./ v....,- \ '1~ 1',0 " 7 ,-7 C _'1/. /'. , 7-17 (J,J .' So / I :: _ 5<:~L ~ ~ - . , . 11' "'l "" 1Y fJ f., le..' ~~ {!&IY! rJ , , / 2/J x. I 2.0 . r:-- a DouhLe '/ .('A./A//5 au.,."... .I. r.:.. c ~~'l , ~ I -;It::1 -:> 4'~ "'/ //1 ...;..... .'... ';;/.// ",'..' /.:'.' CONTRACT FOR CONSTRUCTION THIS AGREEMENT MADE THIS 31 st DAY OF July, 1997 between the CITY OF WINTER SPRINGS of 1126 East State Road 434, Winter Springs, Florida 32708, Seminole County, State of Florida, herein referred to as Owner and Advantage Courts, Inc. (contractor) of P. O. Box 30088 Fern Park, Seminole County, State of Florida, herein referred to as contractor, a corporation duly licensed as a contractor in the State of Florida, as follows: SECTION ONE DESCRIPTION OF WORK Contractor shall preform the following described work, in accordance with the contract plans and specifications, herein called contract documents, at Trotwood Park in Winter Springs, Florida for construction of two (2) tennis courts complete with base rock, asphalt, color coating, lines, nets, posts and fencing. SECTION TWO CONTRACT PRICE Owner agrees to pay contractor, for the works described, the total price of twenty two thousand six hundred and forty nine ($22,649.00) dollars. Payment of this amount is subject to additions or deductions in accordance with the provisions of this contract and of the other documents to which this contract is subject. SECTION THREE PROGRESS PAYMENTS Owner shall make progress payments on account of the contract price to contractor, on the basis of application for payments submitted to the City's Finance Director by contractor as the work progresses, and on the approval of the Parks and Recreation Director certificate therefore, in accordance with the contract. Progress payments may be withheld if: (a) Work is found defective and not remedied; (b) Contractor does not make prompt and proper payments to subcontractors; (c) Contractor does not make prompt and proper payments for labor, materials, or equipment furnished him; (d) Another contractor is damaged by an act for which contractor is responsible; (e) Claims or liens are filed on the job; or (f) In the opinion of the City of Winter Springs, contractor's work is not progressing satisfactoril y. SECTION FOUR FINAL PAYMENT Owner shall make final payment to contractor within thirty (30) days after the work is completed, if the contract be at the time fully performed, and subject to the condition that final payment shall not be due until contractor has delivered to owner a complete release of all liens arising out of the contract herein, or receipts in full covering all labor , materials and equipment for which a lien could be filed, or in the alternative a bond satisfactory to owner indemnifying him against such claims. Owner by making payments waives all claims except those arising out of: (a) Faulty work appearing after substantial completion has been granted for one year; (b) Work that does not comply with the contract documents; (c) Outstanding claims of Hen; or (d) Failure of contractor to comply with any special guarantees required by the contract documents. Contractor, by accepting final payment, waives all claims except those which he has previously made in writing, and which remain unsettled at the time of acceptance. SECTION FIVE STARTING AND COMPLETION DATES Construction under this contract shall begin by two (2) weeks after Notice to Proceed and be completed by sixty (60) days hence. Extensions may be granted in writing only. SECTION SIX CONTRACT DOCUMENTS The contract documents on which the agreement between Owner and Contractor is based, which contain the plans and specifications in accordance with which the work is to be done, and which provide for the method of payment of the contract price as follows: (a) This agreement, with supplementary agreements and conditions attached hereto; Bid Advertisement documents including contractor payment schedule, page 7. (b) The plans and specifications, with addenda attached thereto, issued before execution of this agreement, and any amendments hereafter to be made; (c) Written interpretations of the contract documents and directives to be made from time to time by the City; and (d) Work change orders issued, or to be issued. The contract documents together form the contract for the work herein described. The parties intend that the documents include provisions for all labor, materials, equipment, supplies and other necessary items for the execution and completion of the work, and all terms and conditions of payment. The documents also include all work and procedures not expressly indicated therein necessary for proper execution of this project. The contract documents are to be separate executed in triplicate by the owner and contractor. Contractor, by executing the documents, represents that he has inspected and is familiar with the work site and local conditions under which the work is to be performed. If by inadvertence any of the contract documents are not signed, the City shall identify them. SECTION SEVEN DESIGNATION OF ARCHITECT OR ENGINEER; DUTIES AND AUTHORITY The duties and authority of the City are as follows: a. General Administration of Contract. The primary function of the City to provide the general administration of the contract. In performing these duties Brook Seall, Parks and Recreation Director, is the City's representative during the entire period of construction. b. Inspections, Opinions, and Progress Reports. The owner shall keep familiar with the progress and quality of the work by making periodic visits to the work site. He will make general determinations as to whether the work is proceeding in accordance with the contract. He will keep the owner informed of such progress, and will use his best efforts to protect the owner from defects and deficiencies in the work. He will not be responsible for the means of construction, or for the sequences, methods, and procedures used therein, or for the contractor's failure to perform the work in accordance with the contract documents. c. Access to Worksite for Inspections. The owner shall be given free access to the work at all times during its preparation and progress. However, he is not required to make exhaustive or continuous in site inspections to perform his duties of checking and reporting on work progress. d. Interpretation of Contract Documents; Decisions on Disputes. The City will be the initial interpreter of the contract document requirements, and make primary decisions on claims and disputes between contractor and owner. e. Rejection and Stoppage of Work. The City shall have authority to reject work which in its opinion does not conform to the contract documents, and in this connection to stop the work or a portion thereof, when necessary. f. Payment Certificates. The City will determine the amounts owing to contractor as the work progresses, based on contractor's applications and his inspections and observations, and will issue certificates for progress payments and final payment in accordance with the terms of the contract documents. (See page 7, "Bidders Terms") SECTION EIGHT RESPONSIBILITIES OF OWNER Owner shall give all instructions to contractor through Parks and Recreation Director, shall furnish all necessary surveys for the work, and shall secure and pay for easements for permanent structures or permanent changes in existing structures or facilities on the work site, or which are necessary for its proper completion. Owner reserves the right to let other contracts in connection with the project. Contractor shall cooperate with all other contractors to the effect that their work shall not be impeded by his construction, and shall give them access to the work site necessary to perform their contracts. SECTION NINE RESPONSIBILITIES OF CONTRACTOR Contractor's duties and rights in connection with the project herein are as follows: a. Responsibility for Supervision and Construction. Contractor shall be solely responsible for all construction under this contract, including the techniques, sequences, procedures, and means, for the coordination of all work. He shall supervise and direct the work to the best of his ability, and give it all attention necessary for such proper supervision and direction. b. Discipline and Employment. Contractor shall maintain at all times strict discipline among his employees, and he agrees not to employ for work on the project any person unfit or without sufficient skill to perform the job for which he was employed. c. Furnishing of Labor, Materials, etc. Contractor shall provide and pay for all labor, materials and equipment, including tools, construction equipment and machinery, utilities, including water, transportation, and all other facilities and services necessary for the proper completion of work on the project in accordance with the contract documents. d. Payment of Taxes; Procurement of Licenses and Permits. Contractor shall secure all licenses and permits necessary for proper completion of the work, paying the fees therefor. In the event that more than one person or entity are listed as Owner, any notice given by Contractor to any of such persons or entities shall constitute notice to all. Any notice or approval under this Contract shall be sent, postage prepaid, to the applicable party at the address shown on the first page of this Contract. Signed, Sealed and delivered in the presence of: Susette M. Burney Jennifer Schemenauer ADVANTAGE COURTS, INC. CONTRACTOR NAME By: Ron Le Clair P.O. Box 30088 Fern Park, FL 32730 407-339-5400 Date OWNER: CITY OF WIINTER SPRINGS By: Ronald W. McLemore City Manager TITLE 1126 East State Road 434 Winter Springs, FL 32708 407-327-1800 BID NO. 97-019 Page l of-13 (3) Improvement Plans CITY OF WINTER SPRINGS FLORIDA INVITATION TO BID NOTICE TO BIDDERS: SEALED BIDS WILL BE RECEIVED UNTIL THE TIME, AND AT THE PLACE, AND FOR THE ITEMS LISTED ON THE ATTACHED CITY BID FORMS. THE BIDS WILL BE RECEIVED IN THE OFFICE OF THE CITY CLERK, CITY HALL, 1126 EAST S.R. 434, CONTAINING QUOTATIONS FOR SUPPLYING THE CITY WITH ITEM(S) OR SERVICES HEREIN LISTED AND AS FURTHER SPECIFIED. THESE BIDS WILL BE PUBLICLY OPENED IN THE PRESENCE OF BIDDERS AND CITY OFFICIALS. ALL BIDDERS AND THE PUBLIC ARE INVITED AND ENCOURAGED TO ATTEND BID OPENING. AFTER TABULATION AND REVIEW, AND WHEN REQUIRED, BIDS WILL BE PRESENTED TO THE CITY COMMISSION FOR AWARD OF BID; SUCH AWARD TO BE MADE AT A SUBSEQUENT COMMISSION MEETING. HOW TO SUBMIT PROPOSAL: ALL BIDS SHALL BE SUBMITTED IN SEALED ENVELOPES AND MAILED OR HAND DELIVERED TO THE CITY CLERK, CITY HALL, 1126 EAST S.R. 434, WINTER SPRINGS, FLORIDA 32708, AND PLAINLY MARKED ON THE OUTSIDE OF THE ENVELOPE, THE BID NUMBER, ITEM IDENTIFICATION AND TIME AND DATE OF BID OPENING. IT WILL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO ENSURE THAT THE PROPOSAL REACHES THE OFFICE OF THE CITY CLERK, CITY OF WINTER SPRINGS ON OR BEFORE CLOSING HOUR AND DATE SHOWN ON THE PROPOSAL FORM, ATTACHED. PURPOSE OF BID: THE CITY OF WINTER SPRINGS INTENDS TO SECURE A SOURCE OF SUPPLY FOR ITEM(S) OR SERVICE(S) AT THE LOWEST PRICE; EARLY AND SATISFACTORY MANUFACTURE AND PROMPT AND CONVENIENT SERVICE AND SHIPMENT BY THE SUPPLIER TO THE CITY. ANY FAILURE ON THE PART OF THE SUPPLIER TO COMPLY WITH THE ENSUING CONDITIONS AND SPECIFICATIONS, SHALL BE REASON FOR TERMINATION OF CONTRACT. THE CITY RESERVES THE RIGHT TO MAKE AN AWARD TO THE SUPPLIER WHERE THE PRODUCT MEETS THE SPECIFICATIONS, TERMS AND CONDITIONS, AND WHERE THE BID IS CONSIDERED TO BEST SERVE THE CITY'S INTERESTS. / BIDDERS SIGNATURE Ron LeClair COMPANY NAME Advantage Courts, Inc. , 1. SUBMISSION AND RECEIPT OF BIDS: A. Proposal to receive consideration, must be received on or prior to the specified time and date on openning, as designated in the proposal Adopted 6/29/93 BID NO. 97-019 Page 2 of-13 1. SUBMISSION AND RECEIPT OF BIDS (CONTINUED) , B. Unless otherwise specified, bidders MUST use the proposal form(s) furnished by the City, failure to do so may be cause for rejection of bid. Removal of any part of the bid forms-may invalidate the bid. C. Proposal having any erasure or corrections MUST be initialed by the bidder in INK. Bids shall be signed in INK; all forms shall be typewritten or printed with pen and ink. D. Separate proposals MUST be submitted on each bid reference number. 2. WARRANTIES FOR USAGE: A. Whenever a bid is sought, seeking a source of supply for a specified period of time for materials or services, the quantities or usage shown are estimated ONLY. No guarantee or warranty is given or implied by the City as to the total amount that MAY or MAY NOT be purchased from any resulting contract(s). These quantities are for. bidders information ONLY and will be used for tabulation and presentation of bid and the City reserves the right to increase or decrease quantities as required. 3. PRICES TO BE FIRM: A. Bidder warrants by virtue of bidding that prices, terms and conditions quoted in the bid will remain firm for acceptance by the City for a period of sixty (60) days from the date of bid opening, unless otherwise stated by the City. 4. DELIVERY POINT: A. All items shall be delivered F.O.B. destination (i.e., at a specific City of Winter Springs address), and delivery costs (if any) will be included in the bid price. Failure to do so may be cause for rejection of bid. 5. PAYMENT (TERMS): A. Payment will be made ONLY after receipt and acceptance of materials/services. 6. BRAND NAMES: A. If and whenever in the specifications a brand name, make, name of any manufacturer, trade name, or vendor catalog number is mentioned, it is for the purpose of establishing a grade or quality of materials ONLY. Since the City does not wish to exclude other competition and equal brands or makes, the phrases "OR APPROVED EQUAL" is added. BID NO. 97-019 Page -3- of 13 However, if a product other than that specified is bid, it is the vendor's responsibility to name such a product within the bid and 00 prove to the City that said product is equal to that specified and to submit brochures, samples, and/or specifications in detail on item(s) bid. The City shall be the sole judge concerning the merits of bids submitted. 7. SAMPLES AND DEMONSTRATION: A. Evidence in the form of samples may be requested (when required) if brand is other than specified. Such samples are to be furnished after the date of bid opening only, upon request by the City, unless otherwise stated in bid forms. If samples should be requested, such samples must be received by the City no later than seven (7) days after formal request is made. When required, the City may request full demonstrations of any unit(s) bid prior to the award of any contract. Samples, when requested, must be furnished free of expense to the City and if not used in testing or destroyed, upon written request will within thirty (30) days of bid award be returned at the bidders expense. 8. QUALITY: A. All materials used for the manufacture or construction of any supplies, materials, or equipment covered by this bid shall be NEW. The items bid must be new, the latest model, of the best quality and highest grade workmanship. 9. SIGNATURE REQUIRED: A. All numbered City bid pages MUST be signed with the company name by an officer or employee having authority to bind the company or firm by signature. 10. ACCEPTANCE OF MATERIAL: A. The items(s) delivered under this proposal shall remain the property of the seller until physical inspection and actual usage of the item(s) and/or service are made and thereafter accepted to the satisfaction of the City and must comply with the terms herein, and be fully in accord with the specifications and of the highest quality. In the event the material and/or services supplied to the City is found to be defective or does not conform to the specifications, the City reserves the right to cancel the order upon written notice to the seller and return the product(s) to the seller at the seller's expenses. 11. VARIATIONS TO THE SPECIFICATIONS: A. For purposes of evaluation, bidder MUST indicate any variances from the City specifications, no matter how slight. If variations are not stated in proposal, it will be assumed that the product or service fully complies BID NO. 97-019 pAGE 4 OF 13 with City specifications, terms and conditions. 12. DELIVERY: A. Time will be of essence for any orders placed as a result of this bid. Purchaser reserves the right to cancel such orders, or any part thereof, without obligation, if delivery is not made at the time specified on the bid proposal form. 13. DEFAULT PROVISION: A. In case of default by the successful bidder or contractor, the City of Winter Springs may procure the items or services from other sources and hold the bidder or contractor responsible for any excess cost occasioned or incurred thereby. 14. PRICING: A. Prices shall be stated in units of quantity specified in the bid specification. In case of a discrepancy in computing the total amount of bid, UNIT PRICE quoted will govern. 15. PRICE CHANGES/RE: CONTRACTS: A. If at any time during the period of a contract, the City of Winter Springs is able to purchase the items and/or services for less than the contract price, the successful bidder shall meet these prices and in the event of failure to do so, the City may seek a new contract on the open market. 16. COPYRIGHTS AND/OR PATENT RIGHTS: A. Bidder Warrants that there has been no violation of copyrights and/or patent rights in the manufacturing, producing or selling the goods, shipped or ordered, as a result of this bid arid the seller agrees to hold the purchaser harmless from any and all liability, loss, or expense occasioned by any such violation. 17. SAFETY STANDARDS: A. The bidder warrants that the product supplied to the City conforms in all respects to the standards set forth in the Occupational Safety & Health Act (O.S.H.A.) and its amendments; failure to comply with this condition will be considered a breach of contract. 18. TAXES: A. The City of Winter Springs, Florida is exempt from any taxes imposed by the State of Florida and/or Federal Government. State Sales Tax Exemption Certification No. 69-13-035082-54C applies and appears on BID NO. 97-019 Page - 5 OF 13 each City of Winter Springs Purchase Order. Exemption certificates certified on request. 19. FAILURE TO QUOTE: A. If you do not quote, please return the form, "UNABLE TO SUBMIT A BID", stating reason thereon and req"uest that your name be retained on the City mailing list, otherwise, your name may be removed from the City bid mailing list. 20. MANUFACTURER'S CERTIFICATION: A. The City of Winter Springs reserves the right to request from bidder, separate manufacturer certification of all statements made in the proposal. 21. SIGNED BID CONSIDERED AN OFFER: A. The signed bid shall be considered an offer on the part of the bidder or contractor, which offer shall be deemed accepted upon approval by the City Commission of the City of Winter Springs, Florida and in case of default on the part of the successful bidder or contractor, after such acceptance, the City may take such action as it deems appropriate, including legal action, for damages or specific performance. 22. LIABILITY, INSURANCE, LICENSES AND PERMITS: A. Where bidders are required to enter onto City of Winter Springs property to deliver materials or perform work or services, as a result of bid award, the bidder will assume full duty, obligation and expense of obtaining all necessary licenses, permits, inspections and insurance, as required. The bidder shall be liable for any damages or loss to the City occasioned by negligence of the bidder (or agent) or. any person the bidder has designated in the completion of a contract as a result of the bid. 23. RESERVATIONS FOR REJECTION AND AWARD: A. The City of Winter Springs, reserves the right to accept or reject any or all bids or parts of bids, to waive irregularities and technicalities, and to request re-bids on the required materials. The City also the right to award the contract on such material the City deems will best serve it interests. The City further reserves the right to award the contract on a split order basis, lump sum, or individual item basis, or such combination as shall best serve the interest of the City, unless otherwise stated. The City also reserves the right to waive minor variations to specifications (interpretation of minor variations will be made by applicable City Department personnel). In addition, the City reserves the right to cancel any contract by giving thirty (30) days written notice. BID NO. 97-019 Page 6 of 13 24. AWARD: A. After the award, the selected vendor will comm~ce work no later than 21 working days from date of the Notice to Proceed. 25. SPECIFICATION'S: A. Any omissions of the detailed specifications stated herein, that would render the materials/services from use, as specified, will not relieve the bidder from responsibility. 26. BID ATTACHMENTS: A. A bid response to an Invitation-To-Bid, which has attached a condition of sale or any other attachments, which alters the specifications, conditions, terms or makes it subordinated, may be cause for rejection. 27. ENCLOSURES: A. Two (1) complete sets of General Instruction, Specifications and Proposal Forms. B. Two (2) complete sets to be returned to the City Clerk, City of Winter Springs. PAYMENT: AFTER BID AWARD AND RECEIPT OF ITEM(S) AND/OR SERVICES, INVOICES TO THE CITY OF WINTER SPRINGS WILL BE PAID WITHIN THIRTY (30) DAYS. BIDDERS SIGNATURE Ron Le Clair COMPANY NAME Advantage Courts, Inc. NOTE: SIGNATURE AND COMPANY NAME MUST BE THE SAME AS ON PAGE 1 OF THIS PROPOSAL. STATEMENT FOUND IN FLORIDA STATUTES 287.133 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 on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases or real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. CITY OF WINTER SPRINGS BID NO. 97-019 Page 7 of 13 FLORIDA INVITATION TO BID ITEM(S) REQUIRED Tennis Courts Replacement. Trotwood pard park USING CITY DEPARTMENT(S) Parks & Recreation BIDS MUST BE SUBMITTED BY OR BEFORE: Mav 28. 1997 2:00 P.M. The Invitation- To-Bid, General Conditions, Instructions to Bidders, Special Conditions, Specifications, Addendums, and/or any other pertinent document, from a part of this proposal and by reference are made a part hereof. ANTI-COLLUSION STATEMENT: The undersigned bidder had not divulged to, discussed, or compared his bid with other bid~ers and has not colluded with any other bidder or parties to this bid whatever. THIS PROPOSAL SUBMITTED BY: COMPANY NAME Advantage Courts, Inc. TELEPHONE NO. 407-339-5400 AREA CODE ADDRESS P O Box 300008 CITY Fern Park STATE FL ZIP CODE 32730 BY: Ron LeClair DATE SIGNED 6/2/1997 (PRINTED) (TO BE SIGNED IN INK) Ron Le Clair, Owner NAME & TITLE OF SIGNER BASE BID Twenty two thousand six hundred forty nine (WRITTEN) BIDDER'S TERMS BIDDER'S NOTE: Bidder to state his terms as will apply in evaluation, recommendation and award of this proposal. (If requested, Item by Item on the following sheets, please stc;te beside each Item bid. If not stated, terms will be considered NET). NOTE: SIGNATURE AND COMPANY NAME MUST BE THE SAME ON EACH OF BID NO. 97-019 Page 8 of 13 THE FOLLOWING SHEETS OF THIS PROPOSAL AS THEY APPEAR ABOVE. Indicate Which: Corporation TO THE CITY COMMISSION OF THE CITY OF WINTER SPRINGS, FLORIDA: WE (I) THE ABOVE SIGNED HEREBY AGREE TO FURNISH THE FOLLOWING ITEM(S) CONDITIONS, SPECIFICATIONS, AND ALL ATTACHMENTS HERETO. WE (I) HAVE READ ALL ATTACHMENTS INCLUDING THE SPECIFICATIONS AND FULLY UNDERSTAND WHAT IS REQUIRED. BIDDERS NOTE: FULL DESCRIPTIVE LITERATURE MUST ACCOMPANY YOUR BID, IF BIDDING ON OTHER THAN BRAND(S) AND/OR MODEL(S) SPECIFIED, TO DETERMINE APPROVED EQUAL AS CALLED FOR UNDER GENERAL CONDITIONS TO BIDDER, ITEM NUMBER SIX (6). CITY OF WINTER SPRINGS BID NO. 97-019 Page 10 of 13 OPTION OF VENDOR "State if you will extend the same prices, terms, and conditions to other State of Florida governmental agencies." WILL EXTEND SAME PRICING, TERMS, AND CONDITIONS TO OTHER STATE OF FLORIDA GOVERNMENTAL ENTITIES: NO COMPANY NAME: Advantage Courts, Inc. ADDRESS: P O Box 300008 Fern Park, FL 32730 PHONE NUMBER: 407-339-5400 SIGNATURE OF BIDDER: Ron LeClair BID NO. 97-019 Page 11 of 13 CITY OF WINTER SPRINGS TECHNICAL SPECIFICATIONS CITY OF WINTER SPRINGS PARKS AND RECREATION DEPARTMENT SPECIFICATIONS FOR LIMEROCK AND ASPHALT BASE CONSTRUCTION OF TENNIS COURTS. SUBGRADE: (Owner responsible for site preparation and fill, if necessary, to + or -1" of final subgrade which should slope 1" in 10'). The subgrade shall be compacted to 950/0 of maximum density by the lines so as to assure a uniform thickness of the base course required under paved areas. SLOPE REQUIREMENTS: All excavating, filling, compacting and .leveling work required hereunder shall be performed so that the finished grade slopes 1" in 10' on a true plane. BASE CONSTRUCTION: 4" limerock base shall be constructed on the prepared subgrade. The base material shall be compacted to 95% of the maximum density by rolling with a powered steel or rubber wheel roller weighing not less than 2 nor more than 8 tons, or by other equipment producing equivalent density. Surface of the base course shall not vary from the specified grade more than 1/4" in 10' when measured in any direction. Limerock edges shall be sterilized prior to paving. ASPHALT: Hot mix leveling course shall consist of 1" compacted thickness of type III asphaltic concrete. The mix as thus spread shall be thoroughly compacted by rolling with a powered steel wheel roller weighing not less than 2 nor more than 6 tons. The finished surface of the leveling course shall not vary from the specified grade more than 1/4" in 10' when measured in any direction. Asphalt shall be sawed as necessary to produce straight lines on all sides. SURFACE PREPARATION: The surface to be coated shall be sound, smooth and free from loose dirt or oily materials, the entire surface shall be checked for minor depressions or irregularities. If it is determined that minor corrections are necessary, the following mixtures shall be used: Resurfacer shall be mixed with sand and water according to manufacturer's specifications to make a patching mix. After patching is completed, the patched area shall not vary more that 1/16" in 10' when measured in any direction. Bidder to provide City with full description of resurfacer and acrylic color system as comparable to Plexi-Pave system. FINISH COURSE ACRYLIC SYSTEM: In order to provide a smooth dense underlayment for the sand-filled finish course, one application of resurfacer shall be applied to the underlying surface. No application shall be covered by a succeeding application until thoroughly cured. BID NO. 97-019 Page 12 of 13 FINISH COATINGS: Shall be diluted with filler according to manufacturer's specifications to obtain proper application consistency. The diluted material shall be homogenous and shall not segregate before or during the application. Dilution rate should not exceed 1 part acrylic to one part filler. Material shall be applied with a rubber-edged squeegee. A minimum of2 coats is necessary. The total quantity of material for each 1000 squar'e feet shall be a minimum of 15 gallons of undil~ted material. PLA YING LINES: After completion of the surfacing, 2" wide playing lines shall be delineated by tape and hand painted. Lines shall be accurately located and marked in accordance with the United States Tennis Association specifications. The painting shall be done in a workmanlike manner in accordance with standard specifications for application of compatible Line Paint. FENCING: Shall be full weight tennis mesh only, schedule 40. (See diagrams for fence designs.) All exposed galvanized surfaces shall be prime and finish painted with paint to match fabric as to color (green.) TERMINALS AND LINE POSTS: All terminal posts shall be 3" with line posts 2 1/2" OD with a minimum weight of 3.65 pounds per linear foot. Line posts shall be set in 30" of concrete with at least a 10" diameter hole. All terminals and gate posts shall be set in 3' of concrete with a 12" diameter hole. All posts shall be set 6" on the asphalt and concrete shall be finished by hand troweling to asphalt level. TOP RAIL: (10' only) The top rail shall be 15/8" OD with a weight of .065 pounds per square inch. Terminals shall be braced at 90 degrees using top rail material. FABRIC: (10' only) All fabric shall be 10' high, 9 gauge, 13/4" mesh and hot dipped galvanized and vinyl coated. All fabric shall be knuckled at top and bottom. All corner and gate terminals shall be banded off with 1" tension bands. Fabric shall be leveled and tied in 16" apart with 9 gauge aluminum tie wires. Nine gauge tension wire shall be stretched in at the bottom of fabric and pig ringed into fabric every 2 ~'. A mid level 1 5/8" rail should be provided. Six (6') foot green wind screen, type approved by City, will be installed on all but side 4' fences. MISCELLANEOUS: All material used in fence construction whether painted or vinyl coated shall be hot dipped galvanized. All nuts and bolts are to be tightened and all fabric raked for appearance. Scrap material shall be cleaned up after completion of fence installation. COLOR: Surface color shall be green (dark) in doubles court and green (light) on perimeter. Sample colors must be approved in advance by City. NETS & POSTS: Bidder will provide field drawings of parts and installation with bid and specify nets as to manufacturer and model. Posts to be green, crank green and center strap anchor installed according to UST A standards. Note #l-Bidder will specify in bid the length of time from notice to proceed to guarantee of BID NO. 97-019 Page13 of 13 completion. (Not to be considered in selection process) Note #2-Bidder will provide a list of previous projects with phone numbers and names of owner for work done in last two years. Note #3-Didder will provide surface sealer manufactur:ers guarantees and provide written guarantee for all work for one year after project completion approval. Site Trotwood Park Trotwood Park Improvement Plan Project Type 'C; 120' x 120' Double Tennis Court