HomeMy WebLinkAboutAdvantage Courts, Inc. Contract for Construction -1997 07 31
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