Loading...
HomeMy WebLinkAboutBID - 5924 SMALL LANDSCAPE AND IRRIGATIONCITY OF FORT COLLINS INVITATION TO BID BID 5924 Small Landscape & Irrigation Annual BID OPENING: July 7, 2005, 3:00pm (our clock) Sealed bids will be received and publicly opened at the office of the Director of Purchasing and Risk Management, PO Box 580, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80522, at the time and date noted on the bid proposal and/or contract documents. If delivered, they are to be sent to 215 North Mason Street, 2nd Floor, Fort Collins, Colorado 80524. If mailed, the address is P.O. Box 580, Fort Collins, 80522-0580. Bids must be received at the Purchasing Office prior to 3:00 p.m. (our clock), July 7, 2005. A copy of the Bid may be obtained as follows: 1. Download the Bid from the Purchasing Webpage, Current Bids page, at: https://secure2.fcqov.com/bso/login.'sp. 2. Come by Purchasing at 215 North Mason St., 2nd floor, Fort Collins, and request a copy of the Bid. Special Instructions All bids must be properly signed by an authorized representative of the company with the legal capacity to bind the company to the agreement. Bids may be withdrawn up to the date and hour set for closing. Once bids have been accepted by the City and closing has occurred, failure to enter into contract or honor the purchase order will be cause for removal of supplier's name from the City of Fort Collins' bidders list for a period of twelve months from the date of the opening. The City may also pursue any remedies available at law or in equity. Bid prices must be held firm for a period of forty-five (45) days after bid openings. Submission of a bid is deemed as acceptance of all terms, conditions and specifications contained in the City's specifications initially provided to the bidder. Any proposed modification must be accepted in writing by the City prior to award of the bid. Only bids properly received by the Purchasing Office will be accepted. All bids should be clearly identified by the bid number and bid name contained in the bid proposal. No proposal will be accepted from, or any purchase order awarded, to any person, firm or corporation in default on any obligation to the City. Bids must be furnished exclusive of any federal excise tax, wherever applicable. Bidders must be properly licensed and secure necessary permits wherever applicable. Bidders not responding to this bid will be removed from our automated vendor listing for the subject commodities. 09/12/01 and must adhere to the design objectives, spacing, location, and other requirements of the City Forestry Standards and Specifications. 6.2. Specific Standards. 6.2.1. Existing healthy street trees shall be preserved wherever possible. If a tree is removed, mitigation trees shall be provided of at least equal value as that of the removed tree. 6.2.2. New street trees that are part of a new development project shall be at least two (2) inch caliper on arterial and collector streets and one and a quarter (1.25) inch caliper on residential local streets. There is not a minimum tree size requirement for infill plantings. 6.2.3. Except in residential areas, automatic irrigation shall be provided to all trees, shrubs, and turf per City standards. 6.2.4.A continuous gentle two percent (2%) slope from curb to sidewalk shall be used to achieve a carpet of turf within the parkway. 6.3. Size, Type, and Distribution of Tree Species. 6.3.1. Public tree planting can be by the balled and burlapped, tree spade, or container method. Bare root plantings are not permitted without written permission of the City Forester. 6.3.2. No single species shall make up more than 15% of the total City tree population. The following requirements are for tree species at any one site: Number of Trees at Site Maximum % of any 1 Species at Site 10 to 19 50 20 to 39 33 40 to 59 25 60 or more 15 IM 6.3.3. The plant palette in the appendix of this document constitutes the official tree species for Fort Collins. No species other than those included in this list shall be planted as street trees without written permission of the City Forester. City does reserve the right to select trees not on the bid list. 6.4. Soil Preparation Requirements. 6.4.1.AII utilities shall be located prior to trenching and shall be protected from damage. Locate all utilities and protect from damage. Required calls shall include, but are not limited to the following: City Parks Division, for Irrigation, pipe, and wire locates................221-6660 Utility Locates...................................................................... 1-800-922-1987 For: City of Fort Collins Utilities (Light & Power, Stormwater, Wastewater, & Water) Public Service US West Communication AT&T Cable Services 6.5. Placement of Trees in Parkway. 6.5.1. At the intersection of roadways or vehicular access points, no plant material with a mature height greater than two and a half (2.5) feet shall be planted within a sight triangle measuring 30 feet along the boundary of each of the intersecting roadways, measured from the point of intersecting curblines, except where engineering standards indicate otherwise. 6.5.2. No tree planting is permitted where the distance between a curb and a detached sidewalk is less than four (4) feet. 6.5.3.Trees must be planted in the center of the planting strip measured from the front of the sidewalk and back of the curb. 6.5.4. Where the sidewalk is attached to the curb as a continuous element (such as near turn lanes), the street tree planting must be at least three (3) feet and no more than seven (7) feet in back of the walk. The tree must be located on the public right-of-way. 6.5.5. No street tree shall be planted closer to the street than two and a half (2.5) feet from the face of the curb. 6.5.6. Residential streets, which may use the option of rollover rather than vertical curbs, must center the tree within the landscaping area of the parkway rather than from the flowline to the edge of the sidewalk. 11 6.5.7. Larger maturing trees should be placed 40 feet apart and smaller maturing trees (such as in the Variety/Combination style) may be placed 20 feet apart. The City Forester may require wider spacings if it is necessary for development of the tree or for safe use of the street or sidewalk. When space is limited or to achieve certain design effect, closer spacings may be considered. 6.5.8. No tree shall be planted closer than eight (8) feet from any driveway or alley nor shall a tree be planted in such a manner than its eventual growth cannot be reasonably controlled so as to avert interference with or obstruction to any improvements installed for public benefit. 6.5.9.Tree plantings made in a sidewalk must have a minimum of 16 square feet cutout area. 6.6. Tree inspection and Warranty City Forestry department must inspect trees prior to planting and must accept the trees after planting. Contractor must schedule this with the Forestry Department. The warranty for all trees is for two full growing seasons after planting acceptance. Section 7. Irrigation Standards. 7.1. General. 7.1.1.Irrigation design shall be done by a certified irrigation designer or someone approved by the City Parks Division. 7.1.2.Irrigation system design and installation shall be monitored, inspected, and approved by the City Parks Division. Irrigation systems shall be installed and maintained so that no heads spray onto any streets in such a way that they spray passing motorists or pedestrians. Heads should be adjusted wherever possible so that they do not overspray sidewalks. 7.1.3. The irrigation system must comply with the Uniform Plumbing Code and with the City of Fort Collins Electrical Code. 7.1.4. Any deviation in taps from the approved construction plans must be approved by City of Fort Collins Utilities prior to installation. Any water service line shall be coordinated with City of Fort Collins Utilities, 221-6700. 7.1.5.Any deviation in layout of the irrigation system from the approved construction plans must be reviewed and approved by the City Parks Division prior to installation. 7.1.6. The irrigation system must be designed to provide full coverage and matched precipitation rates. Lateral piping shall be sized based on flow demands 12 (gpm's); velocities shall not exceed five and a half (5.5) feet per second. Principles of xeriscape shall be utilized in the design of the irrigation system. Some design considerations will include: shrub and perennial beds are to be zoned separately from turf areas; sloped areas to have separate zoning for heads at the higher elevations from those at the lower elevation and areas with different exposures are to be zoned separately. Check valves -in -head are to be used for all areas adjacent to walkways and at the bottom of berms and pond areas. 7.2. Materials. 7.2.1. Contractor is responsible for supplying saddle for the PVC or AC pipe. 7.2.2. Backflow device and water meter per the City of Fort Collins standards and the flow meter to be Data Industrial. 7.2.3. Copper is to be type K rigid conforming to ASTM Standard B88. 7.2.4. Mainline. Class 200 PVC, NSF approved. If three (3) inches or larger use ringtite pipe. 7.2.5. Laterals. 7.2.5.a.Two (2) inches or larger: Class 200 PVC, NSF approved. 7.2.5.b.One and a half (1.5) inches or one (1) inch: Class 200 PVC, NSF approved. 7.2.5.c.No laterals smaller than one (1) inch. 7.2.5.d.Trickle tubing shall be weather and UV resistant material. 7.2.5.e.Polyethylene Drip Pipe: NSF approved, SDR pressure rated pipe, only as approved for drip applications. 7.2.6. Pipe Fittings. 7.2.6.a.Funny pipe (pop-up heads only): to be compatible to the elbows needed for the sprinkler heads. 7.2.6.b.Lateral fittings: Schedule 40, Type 1, PVC solvent weld with ASTM Standards D2466 and D1784. 7.2.6.c.Copper or cast bronze fittings, soldered or threaded per installation details for all copper pipe. 13 7.2.7. Mainline fittings. Ductile iron for three (3) inches and larger, PVC Schedule 80 for two and a half (2.5) inches and under. 7.2.8. Sleeving. Ductile iron pipe or PVC under all paved surfaces. 7.2.8.a.Sizes to be a minimum of two sizes larger than the pipe being sleeved. Minimum two (2) inches in diameter, or larger where appropriate, for irrigation lines. 7.2.8.b.Wires to be in separate sleeve from pipe, two (2) inch minimum size pipe for control wire sleeves. 7.2.8.c.Shall have marker tape on upper side and both ends for future locates. 7.2.9. Valves. 7.2.9.a.Remote Control Zone Valves: Electrically operated, appropriate for the water supply, with manual bleed device and flow control stem. Shall have a slow -opening and slow -closing action for protection against surge pressure. Brand and model to be Rainbird PE Series Remote Control Valves, scrubber option with self cleaning screen unless City specifies other brand and model. 7.2.9.b.Isolation Gate Valves: Kennedy 1571X or Matco #100M, able to withstand a continuous operating pressure of 150 psi. Clear waterway equal to full diameter of pipe. Shall be opened by turning square nut to the left (wheel opening is unacceptable). 7.2.9.c.Manual Drain Valve: Three-quarter (0.75) inch ball valve with tee handle. Watts, #B-6000, or approved equal. 7.2.9.d.Quick Couple Valves: One (1) inch brass, Rainbird #5RC units with rubber cover. Supply one (1) inch brass key for Rainbird 55K. 7.2.10 Valve Boxes. House valves in valve box with matching locking cover: Carson, Ametek or approved equal. Only one (1) valve per box. Install in box sizes as specified. 7.2.11. Control System. 7.2.11.a.Controller: Irritrol MC Plus Series controller or approved equal. Number of stations shall include two (2) extra stations for possible future use. Controller box shall be weather tight and vandal resistant with locking exterior disconnect. One (1) Eicon pigtail for each 12 stations. 7.2.11.b.Control System Enclosure: Hoffman Model A242408LP with A- 24P24 steel panel, Model A-FK1208 floor stand kit and AL-2BR lock kit, or approved equal. 7.2.11.c.Surge Protection: Eight (8) foot copper grounding rod, #4 solid copperwire, grounding buss receptacle, ground terminal strip and Irritrol SPD-587 surge protector per details. 14 7.2.12. Electric Control Wiring: #14 solid copper direct burial OF or PE cable, UL approved, or larger, per system design and manufacturer's recommendations. 7.2.12.a.Five (5) wires with consistent color scheme throughout: Red = live; White = ground; Black, Blue and Green = extra 7.2.12.b. Snaptite connecters and water -proofing sealant to be used to join control wires to remote control valves. 7.2.12.c.All sprinkler heads shall be of the same manufacturer as specified on the plans, marked with the manufacturer's name and model in such a way that materials can be identified without removal from the system. City will specify brands and models to match other equipment in use in public systems in the vicinity. Gear driven rotor heads are to be Hunter or approved equal. Pop-up spray heads are to be Hunter, Rainbird, or approved equal. 7.3. Inspection. 7.3.1. Locate all utilities prior to trenching and protect from damage. Required calls shall include, but are not limited to the following: City Parks Division, 221-6660, for locates and 1-800-922-1987 for utility locates within the City of Fort Collins. Contact other utilities as required. 7.3.2. Inspect tap or other existing irrigation system, as applicable, prior to work. 7.4. Execution. 7.4.1. Water Service Connections (Taps): 48 hours prior to connection, contact the City of Fort Collins Utilities (Water), at 221-6700 to schedule the work for water taps and inspections. Minimum two (2) weeks prior notice is to be given to the Water Meter Shop, 221-6759, for installations which will require meters and / or backflow devices larger than two (2) inches. 7.4.1.a.Contractor is responsible for excavation, connection to corporation stop at the water main, providing the saddle for the PVC or A.C. pipe, making the connection to the existing water service, backfill and compaction, and pavement / shoulder / surface treatment replacement as needed. Soldered joints or fittings are permissible above grade or inside a vault. No solder, sealants, fluxes, pipe dope, and other materials shall contain any lead. All taps and installations are subject to approval and inspection by the City of Fort Collins Utilities (Water). Install meter as specified in precast vault. Inspection of service line (where appropriate), vault, water meter and backflow is to be coordinated with the City of Fort Collins Utilities (Water). 7.4.1.b.install winterization assembly downstream of meter vault on copper a minimum of six (6) feet away from the outside of the meter vault on the copper pipe. 15 7.4.1.c.Copper pipe to be soldered so that a continuous bead shows around the joint circumference. Insert a dielectric union wherever a copper - based metal (copper, brass, bronze) and an iron -based metal (iron, galvanized steel, stainless steel) are joined. 7.4.2. Pipe trenching. 7.4.2.a. Install pipe in open cut trenches of sufficient width to facilitate thorough tamping / puddling of suitable backfill material under and over pipe. 7.4.2.b. Trench depths: • Mainline — Minimum of 24 inches deep from top of pipe to finished grade. • Lateral — Minimum of 16 inches deep from top of pipe to finished grade. • Sleeves — Install sleeving at a depth which permits the encased pipe or wiring to remain at the specified burial depth. 7.4.3. Sleeving. Boring shall not be permitted unless obstruction in pipe path cannot be moved, or pipe cannot be re-routed. 7.4.3.a. Mainline installed in existing sleeves at greater depth than adjacent pipe, shall have a manual drain valve at each end if the sleeve is longer than 20 feet, or at one end if the sleeve is less than 20 feet. 7.4.3.b. Install sleeve so ends extend past edge of curb, gutter, sidewalk, bikepath or other obstruction, a minimum of two (2) feet. 7.4.3.c. Mark all sleeves with an 'Y' chiseled in walk (or other surface) directly over sleeve location. 7.4.3.d. Shall be laid to drain at minimum grade of five (5) inches per 100 feet. 7.4.3.e. Shall be bedded in two (2) inches of fill sand and covered by six (6) inches of fill sand. 7.4.3.f. Sleeves installed for future use shall be capped at both ends. 16 7.4.3.g. Separate sleeve (two (2) inch minimum size) shall be used for all wiring. 7.4.3.h. Sleeving shall not have joints unless necessary due to length of sleeving run. If joints are necessary, only solvent welded joints are allowed. 7.4.3.i. Compaction of backfill for sleeves shall be 95% of Standard Proctor Density, ASTM D698-78. Use of water (puddling) around sleeves for compaction, will not be allowed. 7.4.4. Pipe Installation. 7.4.4.a. Use Teflon tape on all threaded joints; only Schedule 80 pipe may be threaded. 7.4.4.b. Reducing pipe size shall be with reducing insert couplings, at least six (6) inches beyond last tee of the larger pipe. 7.4.4.c. Snake PVC lateral pipe from side to side within trench. 7.4.4.d. Cut pipe ends square and deburr. Clean pipe ends before using primer and solvent cement. Join in manner recommended by manufacturer and in accordance with accepted industry practices. Cure for 30 minutes before handling and 24 hours before allowing water in pipe. 7.4.4.e. Backfill shall be free from rubbish, stones larger than two (2) inch diameter, frozen material and vegetative matter. Do not backfill in freezing weather. If backfill material is rocky, the pipe shall be bedded in two (2) inches of fill sand covered by six (6) inches of fill sand. 7.4.4.f. After puddling or tamping, leave all trenches slightly mounded to allow for settling. 7.4.4.g. Compact to proper densities depending on whether surface area over the line will be paved or landscaped. 7.4.5. Thrust blocks. 7.4.5.a. Shall be installed where PVC mainline two and a half (2.5) inches or larger changes direction over 20 degrees. 7.4.5.b. Minimum of one (1) cubic foot of concrete. 7.4.5.c. Keep pipe joint clean of concrete. Do not encase. 7.4.5.d. Place wiring away from thrust block to avoid contact with concrete. 7.4.6. Valve Installation. Install at least 12 inches from and align with adjacent walls or paved edges. 7.4.6.a. Automatic Remote Valves: Install in such a way that valves are accessible for repairs. Make electrical connection to allow pigtail so solenoid can be removed from valve with 24 inches (minimum) slack to allow ends to be pulled 12 inches above ground. • Flush completely before installing valve. Thoroughly flush piping system under full head of water for three (3) minutes through 17 furthest valve, before installing heads. • Valve assembly to include ball valve and union per detail for ease of maintenance and repair. • Install in valve box per details. 7.4.6.b. Quick Couple Valve. Install in ten (10) inch round locking valve box. Flush completely before installing valve. Thoroughly flush piping system under full head of water for three (3) minutes through furthest valve. 7.4.6.c. Isolation Gate Valves. Install in valve box. 7.4.6.d. Valve Boxes. • Brand all valve boxes with the following codes: "SV" and the controller valve number per As -built plans for all remote control valves; "DV" for all drain valves; "GV" for all isolation valves; "DRGV" for all drip system isolation valves; "QC for all quick coupling valves; "WK for all winterization assemblies; "FM" for all flow meter assemblies; and "MV" for all master valve assemblies. Use a branding iron stamp with three (3) inch high letters. • Valve box shall NOT rest on mainline, use brick or other non - compressible material per detail. Top of valve box to be flush with finish grade. • Install valves in box with adequate space to access valves with ease. Valves shall not be too deep to be inaccessible for repairs. A three (3) inch depth of three-quarter (0.75) inch washed gravel to be placed in the bottom of each valve box with enough space to fully turn valve for removal (see detail). 7.4.7. Head Installation. 7.4.7.a. Set heads plumb and level with finish grade. In sloped area, heads to be tilted as necessary to provide full radius spray pattern. 7.4.7.b. Flush lateral lines before installing heads. Thoroughly flush piping system under full head of water for three (3) minutes through furthest head, before installing heads. Cap risers if delay of head installation occurs. 7.4.7.c. Pop-up heads along walks and bikeways: bed heads in a six (6) inch layer of sand under the base of the head. 7.4.7.d. Nozzles: Supply appropriate nozzle for best performance. 7.4.7.e. Adjustment: Adjust nozzles and radius of throw to minimize overspray onto hard surfaces. 7.4.8. Electrical Connections. New connections to be approved through City of Fort Collins Utilities (Light & Power), call 221-6700 to obtain power information and request connection. Actual connection to transformer or other power source to be done by City of Fort Collins Utilities (Light & Power). Work to be coordinated and scheduled with them by calling 221- 6700. All work other than actual connection, including access to the transformer box where applicable, to be supplied by the contractor. All materials to be provided by the contractor. When working near any City 18 Electric facility, prior coordination and approval is required. 7.4.9. Controller Installation. 7.4.9.a. To be installed in an above ground location suitable to prevent vandalism and provide protection from adverse weather conditions, and per City direction. All exposed wiring to and from the controller shall be encased in galvanized metal conduit. Exterior controllers to be installed on a six (6) inch thick concrete pad. 7.4.9.b. Install Controller per City direction and in accordance with manufacturers specifications. Install surge protection, grounding rods and other accessory components as specified. 7.4.9.c. Attach wire markers to the ends of control wires inside the controller unit. Label wires with the identification number of the remote control valve activated by the wire. 7.4.10 Wiring. 7.4.10.a. Comply with City of Fort Collins Electrical Code. 7.4.10.1b. Power source brought to controller to a ground fault receptacle installed within controller casing. 7.4.10.c. String control wires as close as possible to mainline, consistently along and slightly below one side of the pipe. 7.4.10.d. Leave minimum loop of 24 inches at each valve and controller and at each splice, at the ends of each sleeve, at 100 foot intervals along continuous runs of wiring, and change of direction of 90 degrees or more. Band wires together at ten (10) foot intervals with pipe wrapping tape. 7.4.10.e. Install common ground wire and one control wire for each remote control valve. Multiple valves on a single control wire are not permitted. Install three (3) extra wires, as specified, to the furthest valve on the system and / or each branch of the system. 7.5. Testing. All tests to be run in the presence of staff from the City Parks Division. Schedule all tests a minimum of 48 hours in advance. Repeat any failed tests until full acceptance is obtained. Operational Test: Activate each remote control valve from the controller in the presence of staff from the City Parks Division. Replace, adjust or move heads and nozzles as needed to obtain acceptable performance of system as directed by that staff member. Replace defective valves, wiring or other appurtenances to correct operational deficiencies. 7.6. Completion Services. 7.6.1. When project construction is complete, request a punchlist inspection for Construction Acceptance from the City Parks Division. 7.6.1.a. Demonstrate system to staff from the City Parks Division. 19 The City may elect where applicable, to award bids on an individual item/group basis or on a total bid basis, whichever is most beneficial to the City. The City reserves the right to accept or reject any and all bids, and to waive any irregularities or informalities. Sales prohibited/conflict of interest: no officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision - making authority concerning such sale or any supervisory authorityover the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity, favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited. Freight terms: unless otherwise noted, all freight is F.O.B. Destination, Freight Prepaid. All freight charges must be included in prices submitted on proposal. Discounts: any discounts allowed for prompt payment, etc., must be reflected in bid figures and not entered as separate pricing on the proposal form. Purchasing restrictions: your authorized signature of this bid assures your firm's compliance with the City's purchasing restrictions. A copy of the resolutions is available for review in the Purchasing Office or the City Clerk's Office. Request Resolution 91-121 for cement restrictions. Collusive or sham bids: any bid deemed to be collusive or a sham bid will be rejected and reported to authorities as such. Your authorized signature of this bid assures that such bid is genuine and is not a collusive or sham bid. Bid results: for information regarding results for individual bids send a self-addressed, self -stamped envelope and a bid tally will be mailed to you. Bid results will be posted in our office 7 days after the bid opening. James B. O'Neill II, CPPO, FNIGP Director of Purchasing and Risk Management 2 7.6.1.b. Provide staff from the City Parks Division with ordering information including model numbers, size and style for all components. 7.6.1.c. Provide two (2) sets of As -built drawings per below, showing system as installed with each sheet clearly marked "As -built Drawings", the name of the project and all information clearly provided. • One set of reproducible mylars, no larger than 24" x 36". • One set of all sheets reduced to 11" x 17", with each station color coded, and each sheet plastic laminated. 7.6.1.d. Clean Up. Remove all excess materials, tools, rubbish and debris from site. 7.6.2. Once Construction Acceptance is obtained, begin warranty and maintenance period by contractor. Maintain irrigation system in optimal working condition for duration of period between Construction Acceptance and Final Acceptance. Make periodic adjustments to system to achieve most desirable application of water. 7.6.3. Request Final Acceptance inspection from the City Parks Division at least 30 days before the end of the one year maintenance period. Provide the City Parks Division with operating keys, servicing tools, test equipment, warranties / guarantees, maintenance manuals, and contractor's affidavit of release of liens. Submittal of all these items must be accompanied by a transmittal letter and delivered to the City Parks Division offices, delivery at the project site is not acceptable. 7.7. Guarantee/ Warranty and Replacement. For the period following Construction Acceptance notice by City of Fort Collins, and prior to Final Acceptance, all irrigation materials, equipment, workmanship and other appurtenances are to be guaranteed / warranted against defects. Settling of trenches or other depressions, damages to structures or landscaping caused by settling and other defects to be corrected by the contractor at no cost to the City of Fort Collins. Make repairs within seven (7) days of notification by the City Parks Division. Guarantee / Warranty applies to all originally installed materials and equipment, and to replacements made during the guarantee / warranty period. Section 8. Turf Seeding Standards. 8.1. General. 8.1.1. Seed Mix. Shall be approved by the City Parks Division based on the activity to take place, planned irrigation method and maintenance to be performed in the area being seeded. In all cases, a drought tolerant seed mix shall be used that does not contain more than five percent (5%) bluegrass. 20 8.1.1.a. Pre -approved Dryland Mix (for temporary or permanent unmowed and non -irrigated areas): 50% Lincoln Smooth Brome 20% Perennial Ryegrass 10% Sideoats Grama 9% Blue Grama 5% Buffalograss (treated) 5% Little Bluestem 1 % Sand Dropseed 8.1.1.b. Pre -approved Irrigated Seed Mix (for mowed applications): 90% Eldorado, Silverado and Monarch Turf type Tall Fescue 10% Bluegrass mix (drought tolerant blends) 8.1.2. Seeded Areas. Seeding is allowed in Parkways where approved by City, on side slopes of detention ponds to be maintained by the City, and in some temporary dryland applications. No seeding is allowed in medians. All proposed seeded areas are to be specifically approved by the City Parks Division. 8.2. Submittals. Certificates showing State, Federal or other inspection showing source and origin. 8.3. Materials. 8.3.1. Seed. Shall be of fresh, clean, new crop seed composed of the varieties approved by the City with tested minimum percentages of purity and germination clearly labeled on the package. All seed shall be free of Poa annua and all noxious objectionable weeds with a maximum crop of .10% and maximum weeds of. 10% weeds. 8.3.2. Mulch. 8.3.2.a.For slopes 30% and less: Native grass straw without weed seed and consisting of grasses as specified for seeded application. 8.3.2.b.For slopes 30% and greater, and inaccessible areas: Hydromulch using Weyerhauser "Silva -Fiber" mulch or approved equal. The wood cellulose fiber for hydraulic mulching shall not contain any substance or factor which might inhibit germination or growth of grass seed. It shall be dyed a green color to allow metering of its application. 8.3.2.c.Tackafier use Teratack lll, or approved equal. 8.3.3. Netting. For slopes greater than 30%, use Soil Saver jute netting, or approved equal. Netting to be stapled with No. 11 gauge steel wire forged into a six (6) inch long U-shape, and painted for visibility in mowed areas. 8.3.4. Fertilizer. Use a fertilizer with a formula of 18-46-0 on all areas to be seeded. 21 8.3.5. Inspection. Inspect finish grade and trim where needed to obtain finish grades of one (1) inch below adjacent pavements. Verify positive drainage away from all structures. Verify or complete removal of rock and debris larger than one (1) inch from all areas to be seeded. 8.4. Execution. 8.4.1. Fertilizer. Apply eight (8) pounds per 1,000 square foot of seeded area and rake lightly into top one -eighth (0.12) inch of soil just prior to seeding operation. 8.4.2 Seeding. 8.4.2.a.Do not sow seed in windy weather or when ground is frozen or otherwise untillable. 8.4.2.b.Use brillion type drill or hydraulic seeding methods. Drill seed in manner such that after surface is raked and rolled, seed has one -quarter (0.25) inch of cover. 8.4.2.c.Hydraulic seeding will be used in areas that are not accessible for machine methods. Hydraulic pump capable of being operated at 100 gallons per minute and at 100 pounds per square inch pressure to be used. The equipment shall have an acceptable pressure gauge and a nozzle adaptable to hydraulic seeding requirements. Storage tanks shall have a means of agitation and a means of estimating the volume used or remaining in the tank. Do not seed and mulch in the same operation. 8.4.2.d.Rates: • Dryland Mix — 12 pounds pure live seed per acre. • Irrigated Mix — 12 pounds pure live seed per acre. 8.4.3. Mulching. 8.4.3.a. Native Grass Mulch: Apply at a rate of two (2) tons per acre. Mulch seed beds within 24 hours after seeding. 8.4.3.b. Hydromulching: Wood cellulose fibers must become evenly dispersed when agitated in water. When sprayed uniformly on the soil surface, the fibers shall form a blotter like ground cover which readily absorbs water and allows infiltration to the underlying soil. Cellulose fiber mulch shall be added with the proportionate quantities of water and other approved materials in the slurry tank. All ingredients shall be mixed to form a homogenous slurry. Using the color of the mulch as a metering agent, spray apply the slurry mixture uniformly over the seeded area. Apply with tackafier used at a rate of 120 pounds per acre. Unless otherwise ordered for specific areas, fiber mulch shall be applied at the rate of 2,000 pounds per acre. Hydraulic mulching shall not be performed in the presence of free surface water resulting from rains, melting snow or other causes. 22 8.4.4. Netting. Net areas over 30% slope. If contractor fails to net and subsequent soil erosion occurs, contractor shall re-establish finish grade, soil preparation, seed bed and apply netting at no cost to the City of Fort Collins. 8.4.5. Watering. Immediately after seeding and mulching, water seeded area slightly to a depth of two (2) inches, but with care so that no erosion takes place and no gullies are formed. Water lightly two (2) times per day and keep seeded area moist until turf is established. Sloped areas should be hand watered until turf is established to prevent erosion; water these areas more often but for shorter periods of time. 8.4.6. Clean Up. Remove all hydromulch and other mulch materials from all plant materials, fences, concrete and other areas except for seed bed. 8.4.7. Protection. Provide and install barriers as required to protect seeded areas from pedestrian and vehicular damage. Provide signage if needed. 8.5. Guarantee / Warranty. Warrant seeded areas for consistency and completion of coverage. Re -seed as needed to ensure a successful stand of grass that is acceptable to the City. Once a vigorously growing stand of grass is achieved, the request for Construction Acceptance may be made. Section 9. Fine Grading and Soil Preparation Standards. 9.1. General. 9.1.1. Soils tests conducted by the CSU Soils Lab must be completed and submitted to the City for review; recommendations in the lab reports shall be followed in all cases. Generally this will include soil amendment and fertilizer recommendations; in some cases, all new topsoil will be required. 9.1.2. If site is undisturbed, topsoil is to be stripped to a six (6) inch depth, or to topsoil depth as determined by field inspection. Stockpile and respread stripped topsoil over landscape areas after rough grades are established. If site has been disturbed, or sufficient topsoil is not available, topsoil is to be imported to achieve six (6) inch depth in all landscaped areas. 9.2. Submittals. 9.2.1. Soil Amendment. Submit sample and written confirmation from supplier of material composition including: percent organic matter, salts, nutrient composition and trademark. Sample is to be representative. 9.2.2. Topsoil. Submit sample and written confirmation from supplier of material 23 composition including: percent organic matter, salts, and nutrient composition. Sample is to be representative. 9.3. Materials. 9.3.1. Soil Amendment. Premium 3, by A-1 Organics, or approved equal. A high quality composted material containing a minimum of 50% organic matter. The mixture shall be free from clay subsoil, stones, lumps, plants or roots, sticks, weed stolons, seeds, high salt content and other materials harmful to plant life. The compost shall be coarsely ground with an even composition and have an acidity in the range of pH 5.5 to pH 7.0. All material shall be sufficiently composted such that no material used is recognizable. 9.3.2. Topsoil. Must be taken from a well drained, arable site and shall be reasonably free of subsoil, stones, clods, sticks, roots and other objectionable extraneous matter or debris. No stones or other materials over two (2) inches in size shall be allowed. Topsoil shall contain no toxic materials and have an acidity in the range of pH 5.5 to pH 8.5. 9.3.3. Fertilizer. Triple superphosphate with a chemical analysis of 0-46-0. 9.4. Inspection. 9.4.1. Locate all utilities prior to trenching and protect from damage. Required calls shall include, but are not limited to the following: 221-6660 for Parks Division locates and 1-800-922-1987 for utility locates. 9.4.2. Accept rough grading from other contractors per approved plans. Rough grade inspection is to allow for six (6) inch minimum depth of topsoil and specified soil amendments as part of the fine grading work. 9.5. Execution. 9.5.1. Grub and remove unsuitable woody and rock material present in the surface grade. 9.5.2. Take precautions to accommodate proper drainage and flow during and after grading and soil preparation. 9.5.3. Apply herbicide to areas where noxious weed beds have been established and / or where seed mix is to be planted. Herbicide must be applied by certified contractors at the rate recommended by the manufacturer after proper notification has been done in accordance with chemical applicator's standards. Precautions must be taken to avoid drifting of spray onto other properties and shall not be done in breezy conditions. Harm to plant material not designated for herbicide application shall be replaced by the contractor. 24 9.5.4. Rip to six (6) inch depth with agriculture subsoiler in all areas to receive plantings. Remove all objects greater than two (2) inches in diameter. 9.6. Application. 9.6.1. Spread six (6) inches topsoil over entire landscaped area and grade to smooth and even lines. Establish swales and drainage as required per plans. 9.6.2. Evenly distribute soil amendment at rate of three (3) cubic yards per 1,000 square feet of area, or one (1) inch depth over the entire area to be prepared; alter rate if soils test recommends otherwise. Till amendments into top six (6) inches of soil. Compact to a firm, but not hard (80% of Standard Proctor Density at 2% optimum moisture). Evenly distribute triple superphosphate fertilizer at the rate of 15 pounds per 1,000 square feet; modify type and rate if soils test recommends otherwise. 9.6.3. Trim finish grade elevations adjacent to paved areas to one (1) inch below pavement finish grade. 25 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 , hereinafter referred to as "Service Provider". W ITNESSETH: 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 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 (_ ) page[s], 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 $ . 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 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 SA WO January 2005 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. Contract Period. [Option 11 This Agreement shall commence upon the date of execution shown on the signature page of this Agreement and shall continue in full force and effect for one (1) year, unless sooner terminated as herein provided. In addition, at the option of the City, the Agreement may be extended for an additional period of one (1) year at the rates provided with written notice to the professional mailed no later than 90 days prior to contract end. 4. Contract Period. [Option 21 This Agreement shall commence 199_, and shall continue in full force and effect until , 199_, unless sooner terminated as herein provided. In addition, at the option of the City, the Agreement may be extended for additional one year periods not to exceed _ (_) additional one year periods. Renewals and pricing changes shall be negotiated by and agreed to by both parties. The Denver Boulder Greeley CPIU published by the Colorado State Planning and Budget Office will be used as a guide. Written notice of renewal shall be provided to the Service Provider and mailed no later than 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 bV City/Notices. Notwithstanding the time periods contained SA WO January 2005 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. All notices provided under this Agreement shall be effective when mailed, postage prepaid and sent to the following address: City Service Provider 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 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 (_) page[s], 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 Representative. The City's representative will be shown on the specific Work SA WO January 2005 Order and shall make, within the scope of his or her authority, all necessary and proper decisions 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 affected SA WO January 2005 BID PROPOSAL BID #5924 Small Landscape & Irrigation Annual BID OPENING: July 7, 2005, 3:00pm (our clock) We hereby enter our bid for the City of Fort Collins' requirements for Small Landscape & Irrigation Annual per the bid invitation and any referenced specifications: General Description: The City of Fort Collins is soliciting bids from contractors to provide small project landscaping and irrigation services. The City will enter into a Work Order Service Agreement with one or more vendors under this bid. Work Orders will be issued for projects as needed. There is no guarantee of any minimum amount of work which will be done under such Work Orders. Projects will not exceed $50,000 and the City reserves the right to bid any project separately. Permits, Licenses, and Fees: All licenses, permits, and fees associated with any projects are the responsibility of the Service Provider unless otherwise specified in the Work Order issued for that project. Bidder Qualification: Bidder's must have a minimum of five years irrigation and landscape contracting experience. Method of Award: Since projects under the Work Order Service Agreement will vary widely in materials and labor requirements, bidders shall provide prices to the City for items specified in the Bid Proposal. Material prices shall include no more than a 10% markup over contractor's cost. Award will be made to the responsible bidder or bidders whose bid pricing is estimated to offer the lowest overall cost for small projects. Such bid pricing shall be included in the Service Agreement. Specifications: The City's Guidelines and Standards for Planting, Irrigation, Turf Seeding, and Fine Grading & Soil Preparation are attached as Exhibit "A". Service Provider must comply with current City Standards for any projects done under the Work Order Service Agreement. For Small Landscape and Irrigation work orders, the Project Manager may provide detail drawings as needed for each project. Work Order Procedure: • All job estimates must be submitted on a unit price basis consistent with the prices established in the Service Agreement. Material prices shall include no more than a 10% markup on materials. Service Provider must have a signed Work Order prior to starting any work. • Service Provider will invoice for all completed projects on a unit price basis using prices established in the Service Agreement. Material invoices from suppliers must be included with billing invoices submitted to the City for payment. The appropriate project Work Order number must be included in all billing invoices. • Service Provider may be required by the Project Manager to submit for review a breakdown of hours worked per man/day for personnel assigned to any project. Response Time: Service Provider shall begin work on a project within 30 days after a Work Order is issued for the project, unless the Project Manager agrees to a longer period. R1 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 party for the non -defaulting party'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. c. Without limiting any of the Service Provider's obligations hereunder, the Service Provider SA WO January 2005 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 ( ) page[s], attached hereto and incorporated herein by this reference. The Service Provider before commencing services hereunder, shall deliver to the City's Director of Purchasing and Risk Management, 215 N. Mason, PO Box 580, Fort Collins, Colorado 80522 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/Severability. 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. [Optional] Special provisions or conditions relating to the services to be performed pursuant to this Agreement are set forth in Exhibit, consisting of ( ) page[s], attached hereto and incorporated herein by this reference. SA WO January 2005 CITY OF FORT COLLINS, COLORADO a municipal corporation By: James B. O'Neill II, CPPO Director of Purchasing and Risk Management ATTEST: City Clerk APPROVED AS TO FORM: Assistant City Attorney [INSERT CORPORATIONS NAME] or [Insert Partnership name] or [Insert individual's name] Doing business as [Insert name of business] M PRINT NAME CORPORATE PRESIDENT OR VICE PRESIDENT Date: ATTEST: CORPORATE SECRETARY SA WO January 2005 (Corporate Seal) EXHIBIT "A" 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: 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: SA WO January 2W5 Acceptance _ User 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: Date: Bid Proposal: Bid #5924 Small Landscape and Irrigation Annual Landscape Materials - Description Unit Price Soil Prep/Fine Grade SF $ Top Soil — 6" SF $ Fabric Underlayment SF $ Wood mulch — 3" SF $ Turf Sod, Bluegrass SF $ Turf Sod, Fescue SF $ Turf Sod, Buffalo Grass SF $ Turf Seed SF $ Steel Edging LF $ Landscape Gravel (1" — 1-1/2") Ton $ Landscaping Large Boulder Desert Hue Granite, 1-ton Each $ Landscape Materials Total $ Plant Materials Scientific Name Common Name Spacing Size Price Crataegus rivularis River Hawthorne Loose clusters 5 gal $ Cercocarpus montanus Mountain Mahogany 4-6' 5 gal $ Rhus trilobata Smooth Sumac 5-10, 5 gal $ Cornus stolonifera Redtwig Dogwood 10-15, 5 gal $ Prunus virgiana Green Chokecherry 10-15' 5 gal $ Shepherdia argentea Silver Buffaloberry 7-15' 5 gal $ Prunus Americana American Plum 5' 5 gal $ Amelanchier alnifolia Saskatoon Serviceberry 10-15, 5 gal $ Sambucus caefulea Blueberry Elder 5-8' 5 gal $ Forestiera neomexicana New Mexico Privet 7-15' 5 gal $ Acer Grandidentatum Wasatch Maple 8-10, 5 gal $ Populus angustofolia Narrowleaf Cottonwood As staked 2" $ Pinus ponderosa Ponderosa Pine As staked 5' $ Picea pungens Blue Spruce As staked 5' $ Juniperus scopulorum 'Cologreen' Cologreen Juniper As staked 4' $ Salix niobe Niobe Willow As staked 2" $ Pinus edulis Pinion Pine As staked 5' $ Populus sargentii Plains Cottonwood As staked 2" $ Quercus macrocarpa Burr Oak As staked 2" $ Fraxinus pennsylvanica Green Ash As staked 2" $ Celtis occidentalis Hackberry As staked 2" $ Populus accuminata Lanceleaf Cottonwood As staked 2" $ Tilia cordata'Greenspire' Greenspire Linden As staked 2" $ Tilia americana American Linden As staked 2" $ Quercus muehlenbergii Chinkapin Oak As staked 2" $ Gleditsia triacanthos Honeylocust As staked 2" $ Pinus nigra Austrian Pine As staked 5' $ Plant Materials Total $ Irrigation Parts — Description Unit Price Mainline Pipe, 1-1/2" Class 200 PVC LF $ Lateral Pipe, 1" Class 200 PVC LF $ Isolation Gate Valve, Red & White, 267 (1-112") Each $ Quick Coupling Valve Assy, Rainbird 5LRC Each $ 4" Popup Rotor Sprinklers, Hunter PGM-06-A-V Each $ 4" Popup Strip Spray Sprinklers, Rainbird 1804-PRS-15EST Each $ 4" Popup Spray Sprinklers, Rainbird 1804-PRS-10H Q Each $ Remote Control Valve Assy, Rainbird 100-PEB-PRS-B Each $ Irrigation Controller, Irritrol MC-24-B Each $ 1" Backflow Prevention Device, FEBCO 825YA Each $ Valve Box with Cover, Carson 1419-13 Each $ Valve Box with Cover, Carson 910-12 Each $ Electric Control Wiring, #14 solid copper direct burial OF or PE cable, UL Approved, 5-wire, with consistent color scheme LF $ Irrigation Parts Total $ Labor and Mobilization Cost Mobilization charges, as a percentage of project cost Labor charges for landscape operations, per hour $ Labor charges for irrigation operations, per hour $ Supplemental Bid Prices: Enter additional equipment descriptions or labor operations which would be used in landscape or irrigation projects and are not accounted for in the bid proposal. You may attach a list with cost per hour. These charges will be entered into any Work Order Service Agreement covering Small Landscape and Irrigation Annual, but are not part of the bid evaluation for award purposes. Equipment Description or Labor Operation Cost, per hour Watering of Plant Material Watering, paid for on an hourly basis, shall be performed at intervals that insure plant material survival and self establishment at the end of the maintenance period. Watering schedules shall be submitted to the appropriate City Department immediately following plant material installation. The watering schedule shall remain in effect for two (2) years or as directed by City Staff. The City shall approve the watering schedule prior to commencement of the first watering. Hourly rate for watering, as specified above: $ Contract Limits: Work Orders shall not be issued for more than $50,000 for any single project. Subsequent change orders to a project may not exceed 15% of the original Work Order cost. Contract Minimums: If you have a minimum charge for mobilization or if you don't want to work on projects under a certain size, enter those minimums below: Minimum mobilization charge: $ Minimum project size, in dollars: $ Contractor Experience: • How many years have you been engaged in irrigation and landscape contracting under your present firm name? • What irrigation and landscaping contracts do you have on hand? Show name of contract, anticipated date of completion, and contract amount. • List irrigation and landscaping contracts completed by your firm within the last three years. For questions concerning this bid, contact John Stephen, CPPO, Senior Buyer at 970-221-6777. 7 .4 ol Bidder company organization. Check one: Sole Proprietorship Partnership Corporation Signature: Title: Company: Date: Name: Street: Phone #: City: Fax #: State/Zip: Email: Exhibit A: Guidelines and Standards Section 5. Planting Guidelines. 5.1. Weather, Climate, Soils. Planting guidelines suggest design considerations for successful implementation of streetscape styles. Due to severe climate conditions in Fort Collins, consideration of long term maintenance is an important element of the initial design of any streetscape. Fort Collins is located in a transitional zone between the High Plains and the Great American Desert. Precipitation is limited to 15 inches per year on average, with extreme temperatures in the 90's in the summer and as low as -20 in the winter. As much as one third of the rain comes in April and May as heavy downpours. Heavy snows in spring and fall may break tree limbs, coming when trees are in leaf. Mild spring and fall weather is broken by sudden frosts. Soil is naturally alkaline and production of organic matter and humus is low. Soils are often heavy clay. 5.2. General Planting Considerations. These severe conditions require careful design and selection of vegetation. Adaptable plants that have proven hardy are recommended wherever possible. Xeriscape methods are advisable, such as grouping plants with similar water demands together and watering higher demand plants on a different sprinkler schedule while drought -tolerant plants may be watered by rain or bubbler irrigation. Soil preparation is a critical step in all xeriscape. General planting considerations include the following: 5.2.1. Coordinated tree planting sets a rhythm and pattern for the street. By alternating tree types, a sense of enclosure can be achieved while slower growing trees are established. 5.2.2. Gardens of perennials and annuals should be restricted to high priority areas for maintenance and safety reasons. 5.3. Contact the City. The City Parks Division shall be contacted before work in any City maintained streetscape is commenced. Section 6. Planting Standards. 6.1. Projects Governed by City Planting Standards. 6.1.1. Public projects such as parks, streets, medians, substations, treatment plants, plazas and public buildings shall provide for tree planting as a part of the development process. The landscape plan for such projects shall be approved by the City and must adhere to the City Forestry Standards and Specifications. 6.1.2. Private projects shall provide for street tree planting as part of the development process. Street trees shall be located on the public right-of-way Q]