Loading...
HomeMy WebLinkAbout101359 EVERGREEN TENNIS COURTS INC - CONTRACT - RFP - 663 TENNIS COURT MAINTENANCE ANNUALP663 SERVICES AGREEMENT WORK ORDER TYPE 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 Evergreen Tennis Courts, Inc., hereinafter referred to as "Service Provider'. WITNESSETH: In consideration of the mutual covenants and obligations herein expressed, it is agreed by and between the parties hereto as follows: 1. Services to be Performed a. This Agreement shall constitute the basic agreement between the parties for services for Tennis Court Maintenance. The conditions set forth herein shall apply to all services performed by the Service Provider on behalf of the City and particularly described in Work Orders agreed upon in writing by the parties from time to time. Such Work Orders, a sample of which is attached hereto as Exhibit "A", consisting of one (1 ) page, and incorporated herein by this reference, shall include a description of the services to be performed, the location and time for performance, the amount of payment, any materials to be supplied by the City and any other special circumstances relating to the performance of services. No workorder shall exceed $50,000.00. The only services authorized under this agreement are those which are performed after receipt of such Work Order, except in emergency circumstances where oral work requests may be issued. Oral requests for emergency actions will be confirmed by issuance of a written Work Order within two (2) working days. b. The City may, at any time during the term of a particular Work Order and without invalidating the Agreement, make changes within the general scope of the particular services WOSA 10/97 1 EXHIBIT C Section 1.4 - Description/Methods METHOD # 1, RESURFACING WITH PETROMAT SYSTEM Work to proceed as follows: 1. Remove all chain link from fence frame 2. Pull necessary posts to allow access of paving equipment 3. Remove tennis nets and tennis net posts 4 Fill all cracks 5. Apply Petrotac over all structual cracks 6. Tack entire tennis court area 7. Apply petromat over entire tennis court area 8. Apply 2" thick hot mixed asphalt over entire court area 9. Re -install existing chain link, using new bottom tension wire and new ties 10. Clean entire court area to be surfaced 11. Flood and patch all areas holding more than 1116" of water 12. Apply two coats of Hawker Laykold Resurfacer 13. Apply two coats of Hawker Colorcoat Concentrate (slow surface) 14. Paint 2" white lines to meet USTA specifications 15. Courts to be dark green playing area, mad. green out of bounds 16. Sand and paint existing tennis net posts METHOD # 2, STANDARD RESURFACING Work to proceed as follows: 1. Clean off entire tennis court area using 3500 psi power washer 2. Clean, sterilize and fill all cracks 3. Flood and patch all areas holding more than 1/16" of water 4. Apply two coats of Hawker Acrylic Resurfacer 5. Apply two coats of Hawker Colorcoat Concentrate (slow surface) 6. Paint 2" white lines to meet USTA specifications 7. Courts to be dark green playing area, mad. green out of bounds 8. Cut and knuckle all chain link fence that is touching surface 9. Sand and paint existing tennis net posts METHOD # 3, CRACK FILL Work to proceed as follows: 1. Clean out entire crack area 2. Fill with sand to within 1" of top of crack 3. Sterilize with weed killer before filling with crack fill material 4. Fill with California products Court Patch binder mix (on cracks less than 1/4"wide use California crack filler) 5. Grind smooth and re -fill as necessary 6. Color and stripe to best match existing colors METHOD # 4, TENNIS NET POST REPLACEMENT Work to proceed as follows: 1. Remove existing tennis net posts 2. Enlarge tennis net footing to meet required specifications 3. Fumish and install new Douglas 3" Sq. Premier tennis net post in sleeves set in concrete Section 1.4 - Description, Specifications & Warranties TECHNICAL SPECIFICATIONS TENNIS COURT RESURFACING. PART 1: CHAIN LINK FENCE ADJUSTMENTS All chain link fence shall be inspected and adjusted so that the fabric is between 1" and 1 1/2" above the final court surface. The fence shall be adjusted in height by cutting off of the bottom a uniform amount. The chain link fabric will then be reknuckled to attain required height. Where the tension wire is existing, it shall be loosened and restrung following the cutting and reknuckling. Where the bottom tension wire is broken or missing, it shall be replaced with new bottom tension wire. The wire shall be hog ringed to the existing chin link fabric using 9 gauge galvanized hog rings. If it is necessary to remove portions of the chain link fabric to permit use of equipment, it shall be done in a professional manner and replaced to original condition. PART 2: MATERIALS AND COLORS Tennis courts shall have a dark green interior surface and a Med green exterior surface with 2" white lines (base lines to be 3"). Lines shall be primed to seal voids between masking tape and court surface to prevent " bleed under'. All dimensions to meet USTA specifications. Approved manufacturers of materials: Hawker Manufacturing, Inc. 308 S. LeBaron Mesa, AZ. 85210 Submit manufacturers product data for each type of coating including finish indicated. All requests for substitutions of materials shall be made no less than 10 days prior to bid opening. All bids submitted without written approval of substituted materials will not be considered. PART 3: GENERAL 3.1 Description of Work The contract work performed under this section consists of furnishing all required labor, materials, equipment, implements, parts and supplies necessary for, or appurtenant to, the surfacing of tennis courts in accordance with these specifications. 3.2 Quality Assurance The work shall be done in a thorough manner and shall conform to the standards for tennis court construction of the United States Tennis Court & Track Builders Association. 3.3 Guarantee Evergreen Tennis Courts, Inc., shall guarantee their respective work against defective materials or faulty workmanship for a period of one year following acceptance of the project by the owner. The finished colorcoating shall have an extended warranty of three years. This pertains to surface wear only. There is no guarantee as to when existing cracks will start to reappear. PART 4: SPECIFICATIONS AND EXECUTION 4.1 Surface preparation ,y The entire surface shall be washed with a pressure washer with at least 3500 PSI tip pressure. Courts will be scraped with floor scrapers to remove any foreign objects or burrs from the surface. Cracks in the surface shall routed out with high pressure water and scrapped or ground flat in preparation for filling. 4.2 General repairs a. All coatings in the area that are loose or chipped shall be removed, cleaned and then filled with Hawker Acrylic Deep Patch or Hawker Neutral Crack filler. The patches must have a uniform appearance to where it blends with the surrounding surface. ow b. After flooding the entire area with large amounts of clean water and waiting 4) 30 minutes to allow natural drainage, locate and mark all birdbaths deeper than one sixteenth inch (1/16"). Fill all birdbaths using Hawker Walktop or Hawker Acrylic Deep Patch mix. Repeat patching operation as necessary until all birdbaths meet the required depth specifications. 4 c. Clean, sterilize and fill cracks with Hawker Acrylic Deep Patch or Hawker Acrylic Crack filler, making sure to blend all edges with the surrounding surface. 4.3 TACK COAT, (Optional) a. After the surface has been thoroughly cleaned, apply a tack coat consisting of one part Hawker SS 1 H binder and four parts water. After material is applied over the entire court area, sweep out any standing puddles to prevent black fatty spots. 4.4 RESURFACER COATS a. After the tack coat has thoroughly dried, apply a minimum of two coats of Hawker Acrylic Resurfacer with clean bagged Silica Sand (50-70 mesh). The coats shall be uniform with no ridges or lumpy bits of dried material. b. Hawker Acrylic Resurtacer shall be applied in strict accordance with the manufacturer's printed instructions unless modified in writing by the owner. c. The mixture will be agitated in a one hundred (100) gallon paddled mortar mixer so as to provide a consistent homogeneous solution. Segregation before or during application will not be permitted. 4.5 COLORCOATING, TENNIS COURTS a. After the application of Hawker Acrylic Resurtacer, two (2) coats of Hawker Color Coat Concentrate shall be applied. The two coats shall contain clean Silica Sand (30-50 mesh) at a rate of 6 to S lbs. per gallon of color coat concentrate. (Slow Surface) b. Hawker Color Coat Concentrate shall be applied in strict accordance with the manufacturer's printed instructions unless herein modified. c. The mixture will be agitated in a one hundred (100) gallon paddled mortar mixer so as to provide a consistent homogeneous solution. Segregation before or during application will not be permitted. d. The Color Coating system shall be applied in two-tone combinations, a dark green playing area and a medium green out of bounds area. Care shall be taken to protect adjacent areas and structures. Wood and or tarps shall be used to protect surfaces including turf and walkways outside the courts from any staining or spills of materials used. 4.6 LINE MARKINGS a. Upon completion of the tennis court surface , the contractor shall prepare i and paint lines for play. i b. The lines shall be masked on both sides with an acceptable tape. Each measurement shall be accurately set within the prescribed tolerances of the i United States Tennis Association. Playing lines shall be painted using a prime coat, allowed to dry and then painted with white latex acrylic line paint. The lines shall have a clean solid white definition. Ragged lines will not be accepted. c. All areas that have overlapping colors shall be corrected. 4.7 CLEANUP The contractor is responsible for all job site cleanup and repair of facilities damaged or affected during this course of work. Special attention shall be made to the surrounding landscape and structures. Stained and or dirty grass areas will need to be replaced with new sod. Other surfaces that are stained or soiled, will be cleaned or repaired to match original condition. 9 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS L. A. Olson Agency, Inc. NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, I EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. ___________________________ -_________--____________________- j 200 E. 7th St. Suite 120 I I 80537-nd,CO 1 COMPANIES AFFORDING COVERAGE 80537- ----------------------------------------------------- ------------------------------------------- Inc. 6- P y-------------11 ---------- INsvRED 1 coMPANY LETTEx A Union Insuran "' oM an Evergreen Tennis Courts, ---- COMPANY LETTER B ------------------ 2332 Fountain Dr. -------------------------- - --- ---- COMPANY LETTER C Loveland,CO 8 O 5 3 8- --- --------- COMPANY LETTER D ________________________________________________ COVERAGES = COMPANY LETTER E o-...._�......................................................:.......................____.-.........._____ THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY = PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO 1 ALL TERMS, EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES. ------------------------------------------------------------------------------------------------------------------------ COl TYPE OF INSURANCE POLICY NUMBER POLICY EFF POLICY EXP ALL LIMITS IN THOUSANDS LTAIDATE DATE ________________________________ ____________________________ I__________________ I GENERAL LIABILITY l I I GENERAL AccxecATe 1 1000 I z, ]-------------------------------- l All X] COMMERCIAL GEN LIABILITY 1 SC04817474 07/15/97 07/15/98 1 PRODS-COMP/OPS AGG. 1000 1 _____________________1___________1 I 1 [ ] CLAIMS MADE [X OCC. / / / / PERE. & ADVG. INJURY] 1000 [ ] OWNER'S & CONTRACTORS / / / / EACH OCCURRENCE 1000 PROTECTIVE I I FIRE DAMAGE____________________ (ANY ONE FIRE) 50 _________-1 MEDICAL EXPENSE ] (ANY ONE PERSON) S _____1________ ______I____________________ AUTOMOBILE LIAB I CSL 1000 1 [ ] ANY Auxo I--------------- I SC04817474 07/15/971 07/15/981 BODILY INJURY I [ ] ALL OWNED AUTOS / / / / (PER PERSON) ] AlX1 SCHEDULED AUTOS / / / / _______________ 1___________ Al X] HIRED AUTOS / / BODILY INJURY Al (X1 NON -OWNED AUTOS / / / / (PER ACCIDENT) I ] GARAGE LIABILITY --------------------- / PROPERTY------- ----I I 1 EXCESS LIABILITY EACH OCC AGGREGATE j __ __I I ] UMBRELLA FORM C I OTHER THAN UMBRELLA FORM j All WORKERS' COMP STATUTORY AND SCP4817474 07/15/971 07/15/981 100 EACH ACC 50 0 DISEASE -POLICY LIMIT I Al EMPLOYERS' LIAB I SCP4817474 1 07/15/97 1107/15/9811 100 DISEASE -EACH EMPLOYEE] ------------------------------- --------------------------- -------------- ------------ OTHER I I � --------------------------------------------------------------------------------------------------------------------------------- DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS I I I 11 CERTIFICATE HOLDER <.' ..............:..............> CANCELLATION<.'.........................-.....-...--...e....a==-.e. _..="` = SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX - City of Fort Collins PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 10 = DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT P . 0. BOX 580 = FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF 50522I Fort CO111n8, C0 ., REPRESENTATIVES. ANY IND UPON THE COMPANY, 2 0 L�, A P � �, ------------------------ AUTHORIZEDI RE PRESENTATI ]ACORD 25-S (11/85) �- assigned and the Service Provider agrees to perform such changed services. 2. Changes in the Work The City reserves the right to independently bid any services rather than issuing work to the Service Provider pursuant to this Agreement. Nothing within this Agreement shall obligate the City to have any particular service performed by the Service Provider. 3. Time of Commencement and Completion of Services The services to be performed pursuant to this Agreement shall be initiated as specified by each written Work Order or oral emergency service request. Oral emergency service requests will be acted upon without waiting for a written Work Order. Time is of the essence. 4. Contr ct Period. This Agreement shall commence upon signing, and shall continue in full force and effect until May 1, 1999, 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 four (4) additional one year periods. Pricing changes shall be negotiated by and agreed to by both parties and may not exceed the Denver - Boulder CPI-U as published by the Colorado State Planning and Budget Office. Written notice of renewal shall be provided to the Service Provider and mailed no later than 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 is 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. 6. Early Termination by City/Notices 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 mailed at least fifteen (15) days prior to the termination date contained in said notice unless otherwise agreed in writing by the parties. WOSA 10/97 2 All notices provided under this Agreement shall be effective when mailed, postage prepaid and sent to the following address: City City of Fort Collins, Purchasing 256 W. Mountain Ave. Ft. Collins, CO 80521 Service Provider Evergreen Tennis Courts, Inc. 2332 Fountain Dr. Loveland, CO 80538 In the event of early termination by the City, the Service Provider shall be paid for services rendered to the termination date, 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. This is an open-end indefinite quantity Agreement with no fixed price. The actual amount of work to be performed will be stated on the individual Work Orders. The City makes no guarantee as to the number of Work Orders that may be issued or the actual amount of services which will in fact be requested. No Work Order of $50,000.00 or more shall be issued. 8. Payments. a. The City agrees to pay and the Service Provider agrees to accept as full payment for all work done and all materials furnished and for all costs and expenses incurred in performance of the work the sums set forth for the hourly labor rate and material costs, with markups, stated within the Bid Schedule Proposal Form, attached hereto as Exhibit "B", consisting of one (1) page, and incorporated herein by this reference. b. Payment shall be made by the City only upon acceptance of the work by the City and upon the Service Provider furnishing satisfactory evidence of payment of all wages, taxes, supplies and materials, and other costs incurred in connection with the performance of such work. 9. City Reore_ sentative The City's representative will be shown on the specific Work Order and shall make, within the scope of his or her authority, all necessary and proper decisions WOSA 10/97 with reference to the work requested. All requests concerning this Agreement shall be directed to the City Representative. 10. Independent Contractor. It is agreed that in the performance of any services hereunder, the Service Provider is an independent contractor responsible to the City only as to the results to be obtained in the particular work assignment and to the extend that the work shall be done in accordance with the terms, plans and specifications furnished by the City. 11. 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. 12. 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 under the Agreement or of any cause of action arising out of the performance of this Agreement. 13. 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 WOSA 10/97 4 affected item or part thereof shall be redesigned, repaired or replaced by Service Provider in a manner and at a time acceptable to City. 14. 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. 15. Remedies. In the event a party has been declared in default, such defaulting party shall be allowed a period often (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 parry for the non -defaulting parry's reasonable attorney fees and costs incurred because of the default. 16. 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, employees, agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal representative, successors and assigns of said parties. 17. 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. WOSA 10/97 5 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 "D", consisting of one (1) page, 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, 256 West Mountain Avenue, Fort Collins, Colorado 80521 one copy of a certificate evidencing the insurance coverage required from an insurance company acceptable to the city. 18. 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. 19. Law/Severabilitk This Agreement shall be governed in all respect by the laws of the State of Colorado. 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. 20. Special Provisions. Scope of work is set forth in Exhibit C, consisting of six (6) pages, attached hereto and incorporated herein by this reference. WOSA 10/97 6 CITY OF FORT COLLINS, COLORADO a municipal corporation By: l allG' 1 ` 1U lL JoM F. Fischbach City Manager By: Ja V.—O'Neill II, CPPO Dire6ty of Purchasing and Risk Management Date3' Q k Evergreen Tennis Courts, Inc. .. PRINT / /D CORPORATE ? T OR VICE PRESIDENT `\ Date: 4I 13, 9 z ATTEST: / (Corporate Sea]) - O RATE SECRETA/RY( WOSA 10/97 7 EXHIBIT'W' WORK ORDER FORM PURSUANT TO AN AGREEMENT BETWEEN THE CITY OF FORT COLLINS AND DATED: Work Order Number: Purchase Order Number: Project Title: Commencement Date: Completion Date: Maximum Fee: (time and reimbursable direct costs): Project Description: Scope of Services: Acceptance _ User Service Provider agrees to perform the services identified above and on the attached forms in accordance with the terms and conditions contained herein and in the Services Agreement between the parties. In the event of a conflict between or ambiguity in the terms of the Services Agreement and this work order (including the attached forms) the Services Agreement shall control. Service Provider By: WOSA 10/97 The attached forms consisting of _ (_) pages are hereby accepted and incorporated herein by this reference, and Notice to Proceed is hereby given. City of Fort Collins By: James B. O'Neill Il, CPPO Director of Purchasing and Risk Management Date: EXHIBIT B Section 3.0 Unit Pricing 1. Crack fill = 2. Fence cutting & reknuckling = 3. Colorcoating = 4. Tennis net post replacement = 5. Asphalt lifts = 6. Asphalt lifts with Petromat = 7. Slip sheet = S. Post tension = 9. Premier = $ 2.75 per linear foot $ 1.50 per linear foot $ 3,500.00 per court $ 750.00 per court $ 4,800.00 per court $ 5,680.00 per court $11,500.00 per court $27,500.00 per court $17,500.00 per court