Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutV&S; KORBY; WATERWISE - CONTRACT - BID - 7150 SMALL LANDSCAPE AND IRRIGATION ANNUALSERVICES 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 V& S.Landscaping & Sprinkler Systems, Inc. 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
7150 Small Landscape and Irrigation Annual. 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(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 work order shall exceed $75,000.00.
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
assigned and the Service Provider agrees to perform such changed services.
STD SA WO rev03/10
EXHIBIT "A"
WORK ORDER FORM
PURSUANT TO AN AGREEMENT BETWEEN
THE CITY OF FORT COLLINS
AND
V & S Landscaping & Sprinkler Systems, Inc.
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:
Professional agrees to perform the services
identified above and on the attached forms in
accordance with the terms and conditions
contained herein and in the Professional
Services Agreement between the parties. In the
event of a conflict between or ambiguity in the
terms of the Professional Services Agreement
and this work order (including the attached
forms) the Professional Services Agreement
shall control.
The attached forms consisting of _ U pages
are hereby accepted and incorporated herein, by
this reference, and Notice to Proceed is hereby
given.
User Acceptance
City of Fort Collins
By:
Date:
By:
Director of Purchasing and Risk Management
(over $60,000.00)
Date:
EXHIBIT B
BID SCHEDULE
V&S rMMCAPING & SPRIiWER SYS, 1W,
Bid Schedule Addendum 1
7150 Small Landscape and Irrigation Annual
For base bid, additions and deletions to the Contract, the following bid prices shall be applicable for the specific
items listed. Bid Prices shall be complete, in place including required labor, materials, permits, equipment,
implements, testing, parts and supplies necessary for, and incidental to proper installation, as indicated in the
Standard Specifications and Details.
1. The Contractor agrees that for the base bid, requested and/or required changes in the scope of work, the
Contract Sum shall be adjusted in accordance with the following bid prices, where the Owner elects to use
this method of determining costs.'
2. The Contractor agrees that for the base bid and requested and/or required changes in the scope of work
for items not listed in the bid items shall be priced according to agreed upon time and materials costs.
3. The Contractor is advised that the bid prices will enter into the determination of the successful bidder.
Unreasonable prices may result in rejection of the entire bid proposal.
DEMOLITION
ITEM QUANTITY UNIT PRICE ITEM COST
Protection Fence- 4' Snow Fence with T' posts 100 LF $ 5. 7Y /LF $ 3 7S
EARTHWORK AND UTILITIES
ITEM
QUANTITY
UNIT PRICE
ITEM COST
Topsoil Stripping and Stockpiling
25 CY
$ e2./ /CY
$ —5-23.75
Topsoil Spreading and Placement
25 CY
$ 2.1 /CY
$ 54, xS
Erosion Control Fabric — NAG C350
100 SF
$ L 2d /SF
$ 1 Z eD
Erosion Control Fabric— NAG 120
100 SF
$ 5'� /SF
$ r°
Erosion Control - Silt Fence
1000 LF
$—J /LF
$ S06 G0
Erosion Control — Bales
4 EA
$ 50 /EA
Erosion Control — Gutter Wattle
1 EA
$ 7b p0 /EA
$
Erosion Control — Inlet Wattle
1 EA
/EA
Erosion Control — Ditch Wattle
1 EA
$ /EA
$ 3 �ao
Straw Mulch
1000 SF
$ d IS
$ Sd '
Hydromulching
1000 SF
Hydroseeding — Seed Mix B Fescue Mix
1000 SF—
Hydroseeding — Seed Mix C Low Water Mix
1000 SF
$ O /SF
Vf s ur�sc fi"5 E .'f6nl,(ei 5 IhC
IRRIGATION
ITEM
QUANTITY
UNIT
PRICE
ITEM
COST
Electric control valves
Weathermatic
8200CR-1 OD
1
$_ 2&- /EA
$��0
Electric control valves
Weathermatic
6200CR-15D
1
$_2Z- /EA
Electric control valves
Weathermatic
8200CR-20D
1
$ 3LS /EA
$ 3/
Electric control valves
Weathermatic
8200CR-25D
1
$ Y7 - /EA
$LLO
Electric control valves
Weathermatic
8200CR-30D
1
$-556 - /EA
$ SSO
Electric control valves
Griswold
2000L
1
$QQ_/EA
$Q=
Electric control valves
Griswold
2000M
1
$ 4 6 - /EA
$ L{q0 -
Electric control valves
Rainbird
075 DV
1
$ - - /EA
$ 7U
Electric control valves
Rainbird
100 DV
1
$�� /EA
$ 76-
Electric control valves
Rainbird
100 DVF
1
$. -Z ' /EA
$ 7d
Electric control valves
Rainbird
XCZ-075-PRF
1
$ /EA
Electric control valves
Rainbird
XCZ-075-PRF-BF
1
$/EA
$_/�0
Electric control valves
Rainbird
XCZ LF-100 PRF
1
$��/EA
$ /a6
Electric control valves
Rainbird
1" PESB-PRS
1
$ /EA
$
Electric control valves
Rainbird
1 1/2" PESB-PRS
/EA
$��
Electric control valves
Rainbird
2" PESB-PRS
i
$ / 56 -/EA
$
Electric control valves
Rainbird
300 BPES
1
Quids coupler valve
Rainbird
5-RC
1
$ / 0 " /EA
Spray heads
Rainbird
1806-SAM-PRS
12
$^/EA
$ l8d
Spray heads
Rainbird
1804-SAM-PRS
12
$ i0 - /EA
$ /.?r)=
Spray heads
Rainbird
1804
12
$ /0 _ /EA
$/06-�
Rotors
Rainbird
Falcon 6504 FC SS
12
$-3S-_/EA
$ d ,-
Rotors
Rainbird
Falcon 6504 PC Ss
12
$ .3s - /EA
$_
Rotors
Rainbird
5505-SS
12
$ as. /EA
$, a_
Rotors
Rainbird
800"S
12
$_ LLS7- /EA
$ 5(L -_
Rotors
Hunter
1-20-04-SS
12
$ a2S- /EA
$ 30a "
Rotors
Hunter
1-25-04-SS
12
$ 3.1' - /EA
$ �f�n
Rotors
Hunter
1-40-04-SS-ON
12
$ 5:0 EA
$�
Rotors
Hunter
1-40-04-SS
12
$ /EA
5.�
$ 0�
Controllers
Irritrol
MC-12
1
$_5_�- /EA
$ 555-
Controllers
Irritrol
MC-18
1
$ "7 7t . /EA
Controllers
Irritrol
MC-24
1
$_qa5- ./EA
$�=
Controllers
Irritrol
MC-36
1
$ JL5_L/EA
Controllers
Aqua Conserve
ET-6
1
$_ /EA
$=
Controllers
Aqua Conserve
ET-9
1
$ a2S /EA
$ �_
Controllers
Aqua Conserve
ET-14
1
$ 335�JEA
Fabricated swing joints
PVC
w/marlex street elbows
Cost assembled
1
$ 2,5E /EA
2
V&S T,ANDSCAPIM & SP?MWR SYS, IW.
LANDSCAPE
Finish Grading
100 SF
$ , 5S /SF
$
Organic Amendment
100 CY
/CY
$-00
Seed Mix A -- Bluegrass Mix
3000 SF
$ . b 3 /SF
$ 90'"
Seed Mix 6 — Fescue Mix
3000 SF
$ .03 /SF
$ 9Q '
Seed Mix C — Low water Mix
3000 SF
$ .03 /SF
Seed Mix D — Native Mix
3000 SF
$ . 03.. /SF
$ 90
Seed Mix E — Riparian Mix
3000 SF
$ .63 /SF
Seed Mix F — Wildflower Mix
3000 SF
$ • /SF
Bluegrass Sod over 5000 sf
7000 SF
$_, _/SF
$ 3/ Sa '
Bluegrass sod under 4999 sf
3000 SF
$ . SSA /SF
$ D
Fescue Sod over 5000 sf
7000 SF
$ . 50 ISF
$ 35�00 -
Fescue Sod under 4999 sf
3000 SF
$ . % S� /SF
$ /950-
Buffalo Grass Sod
1000 SF
$ I• ISF
$ / 0
Evergreen Tree - #15 container
1 EA
/EA
Evergreen Tree— 6' height
1 EA
/EA
$
Evergreen Tree — 8' height
1 EA
$ 06 ' /EA
$0
Evergreen Tree —10' height
1 EA
$ �S(j - /EA
Deciduous Canopy Tree — 2"caliper
1 EA
$_ 225: _/EA
$
Deciduous Canopy Tree — 2 ,b " caliper
1 EA
$S" /EA
Deciduous Canopy Tree — 2 1/4 " caliper
1 EA
JEA-
Deciduous Canopy Tree — 3" caliper
1 EA
$ 3 i6' /EA
$ 70 "
Deciduous Ornamental Tree —1 1/2 "caliper
1 EA
3 a 0 - /EA
$ a00 -
Deciduous Ornamental Tree — 1 3/4 " caliper
1 EA
/EA
$
Deciduous Ornamental Tree — 2" caliper
1 EA
/EA
Deciduous Ornamental Tree — 2 '/4 "caliper
1 EA
$ 2S' /EA
$
Deciduous Ornamental Tree -- 2'/2 " caliper
1 EA
Deciduous Shrub - #1 container
1 EA
$ q /EA
Deciduous Shrub - #5 container
1 EA
$ 2!' /EA
$ ail'
Evergreen Shrub - #1 container
1 EA
$_/EA
$ I D '
Evergreen Shrub - #5 container
1 EA
/EA
Perennial — 4" pot
1 EA
$_L�:_/EA
Perennial - #1 container
1 EA
$� /EA
Ornamental Grass - #1 container
1 EA
$ / /�r JEA
$__q_�_
Deciduous Tree Staking Assembly Wood
1 EA
$ &V ,EA
$ /o. V
Deciduous Tree Staking Assembly T-post
1 EA
$ 1 f— /EA
3
Evergreen Tree Staking Assembly Wood
1 EA
$ !D /EA
$_ /0 -0
Evergreen Tree Staking Assembly T-post
1 EA
$ /EA
$ L�E—
Crusher Fines Buff
1000 CY
$ O6'
Crusher Fines Red
1000 CY
/CY
$ 2X6
Weed Barter
1000 SF
$ /o2 /SF
$ �0
Organic Mulch
1000 CY
$_6S - /CY
$ 600-
3/a Rock Mulch
1000 CY
$—!U--/GY
$ _ X J06 —
Labor Charges
Landscape supervisor
50 HOURS
$ a6 - /Hour
$ i30 0 /Hr
uour
Labor for landscape operations
50 HOURS
$ /_` /Hour
$ 706 /Ho
Labor for watering of plant material
50 HOURS
$ %V— Hour
$ 706 /Hour
Irrigation supervisor
50 HOURS
$ ;26 /Hour
$ 1300 /Hyyo��,ur
Labor for irrigation operations
50 HOURS
$ % �' /Hour
$ 00 /Flour
Labor for irrigation operations after hours
50 HOURS
/Hour
$ %y00 /I -Tour
TOTAL COST $`ro
out
TOTAL -Costs For All Items ACiudin y lobar W/o L460/'
Total Cost $ � 3G�p Soo 13o5o6, 00
Total Cost In Writing llP hun r8c T�jrr* & Sik TAOUS6, cd Sri hung,-ed �iv� «
4
V&S LX"MSCAPZ£r, , & SPFMT=R SYS, M..
Attach hourly Equipment/operator rates to be used for Force Account work
Riding mower
Push mower
String trimmer
Skidsteer
Backhoe
Dump truck
Trencher
Aerator
Plant material
Landscape material
Irrigation parts/pipe
HOUR
$
-
HOUR
-$
a --
HOUR
$
—
HOUR
$
HOUR
$
HOUR
$
% -
HOUR
$
HOUR
$
:�d -
HOUR
$
3 —
mark mark up
up over
under $500
$500
0
/D
Signature:
Print Name: UO'I de-mQLr IreV i z o
(maximum
markup; is 10%
under $500 and
8% over $500)
Title: )" ,esi en i
Date: 10 h q 4 o
Company: V F S Lond!; apchq F SPOI)Idee- lnc. Phone: 70 46 / • 835
� =--�
Address: 12q 58 W ` q "` Sf
Address:
City, State, Zip Code: LO t/e l an Gl • C6 W 3 8
Qa(r�du,»ti Z ahmowke��
Email: _USIa 6ASLqln4 r. Comtasf, rl +
1
EXHIBIT C
INSURANCE REQUIREMENTS
1. The Service Provider will provide, from insurance companies acceptable to the City, the
insurance coverage designated hereinafter and pay all costs. Before commencing work under this
bid, the Service Provider shall furnish the City with certificates of insurance showing the type,
amount, class of operations covered, effective dates and date of expiration of policies, and
containing substantially the following statement:
"The insurance evidenced by this Certificate will not be cancelled or materially altered, except after
ten (10) days written notice has been received by the City of Fort Collins."
In case of the breach of any provision of the Insurance Requirements, the City, at its option, may
take out and maintain, at the expense of the Service Provider, such insurance as the City may deem
proper and may deduct the cost of such insurance from any monies which may be due or become
due the Service Provider under this Agreement. The City, its officers, agents and employees shall
be named as additional insureds on the Service Provider's general liability and automobile liability
insurance policies for any claims arising out of work performed under this Agreement.
2. Insurance coverages shall be as follows:
A. Workers' Compensation & Employer's Liability. The Service Provider shall
maintain during the life of this Agreement for all of the Service Provider's employees
engaged in work performed under this agreement:
1. , Workers' Compensation insurance with statutory limits as required by
Colorado law.
2. Employer's Liability insurance with limits of $100,000 per accident,
$500,000 disease aggregate, and $100,000 disease each employee.
B. Commercial General & Vehicle Liability. The Service Provider shall maintain
during the life of this Agreement such commercial general liability and automobile
liability insurance as will provide coverage for damage claims of personal injury,
including accidental death, as well as for claims for property damage, which may
arise directly or indirectly from the performance of work under this Agreement.
Coverage for property damage shall be on a'"broad form" basis. The amount of
insurance for each coverage, Commercial General and Vehicle, shall not be less
than $500,000 combined single limits for bodily injury and property damage.
In the event any work is performed by a subcontractor, the Service Provider shall be responsible for
any liability directly or indirectly arising out of the work performed under this Agreement by a
subcontractor, which liability is not covered by the subcontractor's insurance.
EXHIBIT D
SCOPE OF SERVICES
IRRIGATION
PART 1: GENERAL
1.01 SCOPE:
Furnish all labor, materials, supplies, equipment, tools, and transportation, and perform all
operations in connection with and reasonably incidental to the complete installation of the
irrigation system, and guarantee/warranty as shown on the drawings, the installation details, and
as specified herein. Items of work specifically included are:
A. Procurement of all applicable licenses, permits, and fees.
B. Coordination of Utility Locates ("Call Before You Dig").
C. Connection of electrical power supply to the irrigation control system.
D. Maintenance period.
E. Sleeving for irrigation pipe and wire.
1.02 WORK NOT INCLUDED:
Items of work specifically excluded or covered under other sections are:
A. Provision of electrical power supply to the irrigation control system.
1.03 SUBMITTALS:
A. Deliver four (4) copies of all submittals to the Owner's Representative within 10 working days
from the date of Notice to Proceed. Provide information in a 3-ring binder with table of contents
and index sheet. Provide sections that are indexed for different components and labeled with the
specification section number and the name of the component. Submittals must be made for all
the components on the material list. Indicate which items are being supplied on the catalog cut
sheets when multiple items are shown on one sheet. Submittal package must be complete prior
to being reviewed by the Owner's Representative. Incomplete submittals will be returned without
review.
B. Materials List: Include sleeving, pipe, fittings, mainline components, sprinkler, drip irrigation
components, control system components, shop drawings and all other components shown on
the drawings and installation details or described herein. Components such as pipe sealant,
wire, wire connectors, ID tags, etc. must be
included. Quantities of materials need not be included.
C. Manufacturers' Data: Submit manufacturers' catalog cuts, specifications, and operating
instructions for equipment shown on the materials list.
D.. Shop Drawings: Submit shop drawings called for in the installation details. Show products
required for proper installation, their relative locations, and critical dimensions. Note
modifications to the installation detail.
1.04 RULES AND REGULATIONS:
A. Work and materials shall be in accordance with the latest edition of the National Electric
Code, the International Plumbing Code 2009 and applicable laws and regulations of the
governing authorities.
B. When the contract documents call for materials or construction of a better quality or larger
size than required by the above -mentioned rules and regulations, provide the quality and size
required by the contract documents.
C. If quantities are provided either in these specifications or on the drawings, these quantities
are provided for information only. It is the Contractor's responsibility to determine the actual
quantities of all material, equipment, and supplies required by the project and to complete an
independent estimate of quantities and wastage.
1.05 TESTING:
A. Notify the Owner's Representative three days in advance of testing.
B. Pipelines jointed with rubber gaskets or threaded connections may be subjected to a pressure
test at any time after partial completion of backfill. Pipelines jointed with solvent -welded PVC
joints shall be allowed to cure at least 24 hours before testing.
C. Subsections of mainline pipe may be tested independently, subject to the review of the
Owner's Representative.
D. Furnish clean, clear water, pumps, labor, fittings, and equipment necessary to conduct tests
or retests.
E. All costs, including travel expenses for site visits by the Engineer, for any reinspection that
may be required due to non-compliance with the Construction Documents shall be the sole
responsibility of the Contractor.
F. Hydrostatic Pressure Test (Solvent Weld Mainline Pipe):
1. Subject mainline pipe to a hydrostatic pressure equal to 120 PSI for two hours. Test
with mainline components installed. A 2 PSI pressure variation is allowed.
2. Subject lateral pipe to a hydrostatic pressure equal to the anticipated operating
pressure of 50 PSI. Test with risers for sprinklers capped.
3. Backfill to prevent pipe from moving under pressure. Expose couplings and fittings.
4. Expose all remote control valves their riser pipe and service tee fittings.
5. Leakage will be detected by visual inspection. Replace defective pipe, fitting, joint,
valve, or appurtenance. Repeat the test until the pipe passes test.
6. Cement or caulking to seal leaks is prohibited.
G. Volumetric Leakage Test (Gasketed Mainline Pipe):
1. Backfill to prevent pipe from moving under pressure. Expose couplings and fitting.
2. Expose all remote control valves their riser pipe and service tee fittings.
3. Purge all air from the pipeline before test.
4. Subject mainline pipe to 120 PSI for two hours. Maintain constant pressure. The
amount of additional water pumped in during the test shall not exceed 0.96 gallons per
100 joints of 3-inch diameter pipe and 1.28 gallons per 100 joints of 4-inch diameter pipe.
Replace defective pipe, fitting, joint, valve, or appurtenance. Repeat the test until the pipe
passes test.
5. Cement or caulking to seal leaks is prohibited.
H. Operational Test:
1. Activate each remote control valve in sequence from controller. The Owner's
Representative will visually observe operation, water application patterns, and leakage.
2. Replace defective remote control valve, solenoid, wiring, or appurtenance to correct
operational deficiencies.
3. Replace, adjust, or move water emission devices to correct operational or coverage
deficiencies.
4. Replace defective pipe, fitting, joint, valve, sprinkler, or appurtenance to correct
leakage problems.
Cement or caulking to seal leaks is prohibited.
5. Repeat test(s) until each lateral passes all tests. Repeat tests, replace components,
and correct deficiencies at no additional cost to the Owner.
Control System Grounding:
1. Test for proper grounding of control system per manufacturer's recommendations.
Test results must meet or exceed manufacturer's guidelines for acceptance.
2. Replace defective wire, grounding plate, or appurtenances. Repeat the test until the
manufacturer's guidelines are met.
1.06 CONSTRUCTION REVIEW:
The purpose of on -site reviews by the Owner's Representative is to periodically observe the
work in progress, the Contractor's interpretation of the construction documents, and to address
questions with regard to the installation.
A. Scheduled reviews such as those for irrigation system layout or testing must be scheduled
with the Owner's Representative as required by these specifications.
B. Impromptu reviews may occur at any time during the project.
C. A final review will occur at the completion of the irrigation system installation and Project
Record (As -Built) Drawing submittal.
1.07 GUARANTEE/WARRANTY AND REPLACEMENT:
The purpose of this guarantee/warranty is to insure that the Owner receives irrigation materials
of prime quality, installed and maintained in a thorough and careful manner.
A. For a period of two year from commencement of the formal maintenance period,
guarantee/warranty irrigation materials, equipment, and workmanship against defects. Fill and
repair depressions. Restore landscape or structural features damaged by the settlement of
irrigation trenches or excavations. Repair damage to the premises caused by a defective item.
Make repairs within seven days of notification from the Owner's Representative.
B. Contract documents govern replacements identically as with new work. Make replacements at
no additional cost to the contract price.
C. Guarantee/warranty applies to originally installed materials and equipment and replacements
made during the guarantee/warranty period.
1.08 LEED REQUIREMENTS IF REQUESTED
A. The materials utilized in this project will contribute toward achieving the LEED credit for
recycled content in the overall project. The Subcontractor shall submit information indicating the
recycled content (by weight) of the materials to be used on this project with the Shop Drawings.
Indicate how much of the recycled content is preconsumer and how much is post consumer.
B. The products utilized in this project will contribute toward achieving the LEED credit for
regional materials. To the greatest extent possible, products shall be extracted, processed, and
manufactured regionally (reference Section 01351 — Sustainable Project Requirements for the
definition of a material that is extracted, processed, and
manufactured regionally). At Substantial Completion, the Accessories Supplier shall report to the
General Contractor the total cost of the products used on the project (not including labor or
equipment) and the cost of the products that meet the LEED definition of a regional material (not
including labor or equipment.
C. The system utilized in this project will contribute toward achieving the LEED credit for water
conservation/efficiency. The Subcontractor shall submit information to assist in supporting
documentation .for this credit, as well as assist the Irrigation Engineer in commissioning the
system.
PART 2: MATERIALS
2.01 QUALITY:
Use materials that are new and without flaws or defects of any type, and which are the best of
their class and kind.
2.02 SUBSTITUTIONS:
A. Alternative equipment must be approved by the Owner and the Engineer prior to bidding. The
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. Contract Period. This Agreement shall commence December 1.,201.0 and shall
continue in full force and effect until November- 30,-201.1, 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 vperiods. :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 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. All
notices provided under this Agreement shall be effective when mailed, postage prepaid and sent to
the following address:
STD SA WO rev03/10 2
Contractor is responsible for making any changes to the design to accommodate alternative
equipment.
B. Pipe sizes referenced in the construction documents are minimum sizes, and may be
increased at the option of the Contractor.
2.03 SLEEVING:
A. Install separate sleeve beneath paved areas to route each run of irrigation pipe or wiring
bundle.
B. Sleeving material beneath pedestrian pavements shall be PVC Class 200 pipe with solvent
welded joints.
C. Sleeving beneath drives and streets shall be PVC Class 200 pipe with solvent welded joints.
D. Sleeving diameter: as indicated on the drawings and installation details or equal to twice that
of the pipe or wiring bundle.
2.04 PIPE AND FITTINGS:
A. Mainline Pipe and Fittings:
1. Use rigid, unplasticized polyvinyl chloride (PVC) 1120, 1220 National Sanitation
Foundation (NSF) approved pipe, extruded from material meeting the requirements of
Cell Classification 12454-A or 12454-B, ASTM Standard D1784, with an integral belled
end.
2. Use Class 200, SDR-21, rated at 200 PSI, conforming to the dimensions and
tolerances established by ASTM Standard D2241. Use PVC pipe rated at higher
pressures than Class 200 in the case of small nominal diameters that are not
manufactured in Class 200.
3. Use rubber-gasketed pipe equipped with factory installed reinforced gaskets for
mainline pipe with a nominal diameter greater than or equal to 3-inches. Use lubricant
approved by the pipe manufacturer. Use gasketed pipe equipped with Reiber Gasket
System. Pipe fittings may use standard gaskets
4. Use solvent weld pipe for mainline pipe with a nominal diameter less than 3-inches or
where a pipe connection occurs in a sleeve. Use Schedule 40, Type 1, PVC solvent weld
fittings conforming to ASTM Standards D2466 and D1784. Use primer approved by the
pipe manufacturer. Solvent cement to conform to ASTM Standard D2564.
B. Lateral Pipe and Fittings:
1. Use rigid, unplasticized polyvinyl chloride (PVC) 1120, 1220 National Sanitation
Foundation (NSF) approved pipe, extruded from material meeting the requirements of
Cell Classification 12454-A or 12454-B, ASTM Standard D1784, with an integral belled
end suitable for solvent welding.
2. Use Class 200, SDR-21, rated at 200 PSI, conforming to the dimensions and
tolerances established by ASTM Standard D2241. Use PVC pipe rated at higher
pressures than Class 200 in the case of small nominal diameters which are not
manufactured in Class 200.
Use UV radiation resistant Schedule 40, Type 1, PVC solvent weld fittings conforming to
ASTM Standards D2466 and D1784 for PVC pipe.
3. Use primer approved by the pipe manufacturer. Solvent cement to conform to ASTM
Standard D2564, of a type approved by the pipe manufacturer.
4. For drip irrigation laterals downstream of zone control valves, use UV radiation
resistant polyethylene pipe manufactured from Prime Union Carbide G-resin 7510
Natural 7 manufactured by Union Carbide or a Union Carbide Licensee with a minimum
of 2% carbon black, and minimum nominal pipe ID dimension of 0.810" for 3/4 inch pipe.
Use PVC /compression line fittings compatible with the drip lateral pipe. Use tubing
stakes to hold above -ground pipe in place.
C. Specialized Pipe and Fittings:
1. Copper pipe: Use Type "K" rigid pipe conforming to ASTM Standard B88. Use Type
"M" soft tubing conforming to ASTM Standard B88. Use wrought copper or cast bronze
fittings, soldered, flared mechanical, or threaded joint per installation details or local
code. Use a 95-percent tin and 5-percent antimony solder.
2. Galvanized steel pipe: Use Schedule 40 conforming to ASTM Standard A120. Use
galvanized, threaded, standard weight, malleable iron fittings.
3. Ductile iron pipe: Use Class 50 conforming to ASTM Standard. Use Class 50 ductile
iron fittings.
4. Low Density Polyethylene Hose:
a. Use pipe specifically intended for use as a flexible swing joint.
Inside diameter: 0.490+0.010 inch.
Wall thickness: 0.100+0.010 inch.
Color: Black.
b. Use spiral barb fittings supplied by the same manufacturer as the hose.
5. Use dielectric union wherever copper -based metal (copper, brass, bronze) is joined to
ironbased metal (iron, galvanized steel, stainless steel).
6. Assemblies calling for flanged connections shall utilize stainless steel studs and nuts
and rubber gaskets.
7. Assemblies calling for threaded pipe connections shall utilize PVC Schedule 80
nipples and PVC Schedule 40 threaded fittings.
8. Joint sealant: Use only Teflon -type tape pipe joint sealant on plastic threads. Use
nonhardening, nontoxic pipe joint sealant formulated for use on water -carrying pipes on
metal threaded connections.
9. Swing joints shall be rated at 315 psi, and use O-ring and Marlex street elbows and
Sch 80 PVC nipple construction
D. Marking Tape:
1. Mainline Pipe - Christy underground I.D. tape TA-DT-3-P-NPW. (DESIGNER NOTE:
Non Potable detectable marking tape is called out; see pg 16 in Christy catalog for spec
designations }.
E. Thrust Blocks:
1. Use thrust blocks for fittings on pipe greater than or equal to 3-inch diameter or any
diameter rubber gasketed pipe.
2. Use 3,000-PSI concrete.
3. Use 2-mil plastic.
4. Use No. 4 Rebar wrapped or painted with asphalt tar based mastic coating.
E. Joint Restraint Harness:
1. Use a joint restraint harness wherever joints are not positively restrained by flanged
fittings, threaded fittings, and/or thrust blocks.
2. Use a joint restraint harness with transition fittings between metal and PVC pipe,
where weak trench banks do not allow the use of thrust blocks, or where extra support is
required to retain a fitting or joint.
3. Use bolts, nuts, retaining clamps, all=thread, or other joint restraint harness materials
that are stainless steel.
4. Use on pipe greater than or equal to 3-inch diameter or any diameter rubber gasketed
pipe.
2.05 MAINLINE COMPONENTS:
A. Backflow Assembly: As per local practice and in compliance with local code.
B. Irrigation Winterization Assembly: As per local practice and in compliance with local code.
C. Master Valve/Flow Sensor Assembly: as presented in the details.
D. Isolation Gate Valve Assembly: as presented in the installation details.
E. Quick Coupling Valve Assembly: as presented in the installation details.
F. Air -Vacuum Relief Valve Assembly: as presented in drawings and installation details.
G. Manual Drain Valve Assembly: As presented in the installation details. Install a separate
sump consisting of three cubic feet of 3/4-inch gravel for each drain valve
2.06 SPRINKLER IRRIGATION COMPONENTS:
A. Remote Control Valve (RCV) Assembly for Sprinkler Laterals: as presented in the installation
details. Use wire connectors and waterproofing sealant to join control wires to solenoid valves.
Use standard Christy I.D. tags with hot -stamped black letters on a yellow background or cow ear
tags. Install a separate valve box over a 3-inch depth of 3/4-inch gravel for each assembly.
Provide pressure regulators on all spray sprinkler remote control valves.
B. Sprinkler Assembly: as presented in the drawings and installation details.
C. Sprinkler Analyzer Kit: provide kit for use in pressure adjustment for spray sprinklers and pitot
tube gauge for use in pressure adjustment for rotors.
2.07 DRIP IRRIGATION COMPONENTS
A. Remote Control Valve (RCV) Assembly for Drip Laterals: As presented in the installation
details. Use wire connectors and waterproofing sealant to join control wires to solenoid valves.
Use standard Christy I.D. tags with hot -stamped black letters on a yellow background. Install a
separate valve box over a 3-inch depth of 3/4-inch gravel for each assembly. Adjust flow control
per manufacturer's recommendations prior to use.
B. Drip Emitter Assembly:
1. Barb -mounted, vortex and/or pressure compensating emitter device as presented in
the installation details. The device shall be Rain Bird Xeri-bug XB-10pc series.
2. Install emitter types and quantities on the following schedule:
a. Ground cover plant: 1 single outlet emitter each or 1 single outlet emitter per
square foot of planting area, whichever is less.
b. Shrub: 2 single outlet emitters each.
c. Tree: 4 single outlet emitters each or 1 multi -outlet emitter each (with 4 outlets
open).
3. Use 1/4-inch diameter flexible plastic tubing to direct water from emitter outlet to
emission point. Length of emitter outlet tubing shall not exceed five feet. Secure emitter
outlet tubing with tubing stakes.
4. Install an access sleeve for each multiple -outlet emitter located in a turf area.
C. Flush Cap Assembly: as presented in the installation details. Locate at the end of each drip
irrigation lateral pipe. Install a separate valve box over a 3-inch depth of 3/4-inch gravel for each
assembly.
2.08 CONTROL SYSTEM COMPONENTS:
A. Irrigation Controller Unit:
1. As specified by Owner.
2. Primary surge protection arrestors as required by control system manufacturer.
3. Valve output surge protection arrestors as required by control system manufacturer.
4. Lightning protection: 4" x 96" x 0.0625" copper -clad grounding plate.
5. Wire markers: Pre -numbered or labeled with indelible non -fading ink, made of
permanent, non -fading material.
B. Control Wire:
1. Use American Wire Gauge (AWG) No. 14 solid copper, Type OF or PE cable, UL
approved for direct underground burial from the controller unit to each remote control
valve.
2. Common Wire: Use American Wire Gauge (AWG) No. 12 solid copper, Type OF or
PE cable, UL approved for direct underground burial from the controller unit to each
remote control valve.
3. Color: Wire color shall be continuous over its entire length. Use red for control wire,
white for common wire, and blue for spare wires.
4. Splices: Use 3M DBY-6 or 3M-DBR-6.
5. Warning tape: Inert plastic film highly resistant to alkalis, acids, or other destructive
chemical components likely to be encountered in soils. Three inches wide, colored red,
and imprinted with "CAUTION: BURIED ELECTRIC LINE BELOW."
C. Sensor Cable:
1. Use wire designed for direct burial, as recommended by central control system
manufacturer.
2. Splices: Use approved connectors as recommended by central control system
manufacturer.
3. Electrical conduit: Use PVC Schedule 40 conduit conforming to dimensions and
tolerances established by ASTM Standard D-1785. Use Schedule 40, Type 1, PVC
solvent weld sweep fittings for PVC conduit conforming to ASTM Standards D2466 and
D1784 for buried installations. Use rigid metallic conduit with sweep elbows for above
grade installations.
4. Warning tape: Inert plastic film highly resistant to alkalis, acids, or other destructive
chemical components likely to be encountered in soils. Three inches wide, colored red,
and imprinted with "CAUTION: BURIED ELECTRIC LINE BELOW."
D. 2-Wire Control Wire:
1. Use Toro jacketed decoder cable (2414 AWG wires), direct burial, solid copper, for
power to decoders. Install per Toro specifications.
2. Spare control wires shall be of a color different from that of the active control wire.
Wire color shall be continuous over its entire length.
3. Splices: Use wire connector with waterproof sealant. Wire connector to be of plastic
construction consisting of two (2) pieces, one piece which snap locks into the other. A
copper crimp sleeve to be provided with connector. Utilize DBR6-300 splices.
4. Encase wiring not located near PVC irrigation pipe in PVC Schedule 40 electrical
conduit.
E. Tracer Wire: Asper installation details when specified.
2.09 OTHER COMPONENTS:
A. Tools and Spare Parts: Provide operating keys, servicing tools, spare parts and other items
indicated in the General Notes of the drawings.
B. Other Materials: Provide other materials or equipment shown on the drawings or installation
details that are part of the irrigation system, even though such items may not have been
referenced in these specifications.
PART 3: EXECUTION
3.01 INSPECTIONS AND REVIEWS:
A. Site Inspections:
1. Verify construction site conditions and note irregularities affecting work of this section.
Report irregularities to the Owner's Representative prior to beginning work.
2. Beginning work of this section implies acceptance of existing conditions.
B. Utility Locates ("Call Before You Dig"):
1. Arrange for and coordinate with local authorities the location of all underground
utilities.
2. Repair any underground utilities damaged during construction. Make repairs at no
additional cost to the contract price.
C. Irrigation System Layout Review: Irrigation system layout review will occur after the staking
has been completed. Notify the Owner's Representative one week in advance of. review.
Modifications will be identified by the Owner's Representative at this review.
3.02 LAYOUT OF WORK:
A. Stake out the irrigation system. Items staked include: sprinklers, pipe, control valves,
controller, and isolation valves.
B. Install all mainline pipe and mainline components inside of project property lines.
3.03 EXCAVATION, TRENCHING, AND BACKFILLING:
A. Excavate to permit the pipes to be laid at the intended elevations and to permit work space for
installing connections and fittings.
B. Minimum cover (distance from top of pipe or control wire to finish grade):
1. 24-inches over mainline pipe and over electrical conduit.
2. Control wire under mainline.
3. 16-inches over lateral pipe to sprinklers and over mainifold pipe to drip system zone
control valves.
4. 8-inch over drip lateral pipe in turf or paved areas downstream of drip system zone
control valves.
5. 3-inch minimum mulch cover over drip lateral pipe in planting beds downstream of
drip system zone control valves. PVC UV radiation resistant lateral pipe shall be installed
directly on the soil surface under landscape fabric.
C. Maintain at least 15-feet clearance from the centerline of any tree.
D. PVC lateral pipes must be installed in open trench. Minimum burial depths equal minimum
cover listed above.
E. Backfill only after lines have been reviewed and tested.
F. Excavated material is generally satisfactory for backfill. Backfill must be free from rubbish,
vegetable matter, and stones larger than 2-inches in maximum dimension. Remove material not
suitable for backfill. Backfill placed next to pipe shall be free of sharp objects that may damage
the pipe. Stones larger than 1-inch maximum dimension are not permitted in first (deepest) 6-
inches of backfill.
G. Backfill unsleeved pipe in either of the following manners:
1. Backfill and puddle the lower half of the trench. Allow to dry 24 hours. Backfill the
remainder of the trench in 6-inch layers. Compact to density of surrounding soil.
2. Backfill the trench by depositing the backfill material equally on both sides of the pipe
in 6-inch layers and compacting to the density of surrounding soil.
H. Enclose pipe and wiring beneath roadways, walks, curbs, etc. in sleeves. Minimum
compaction of backfill for sleeves shall be 95% Standard Proctor Density, ASTM D698-78.
Conduct one compaction test for each sleeved crossing less than 50 feet long. Conduct two
compaction tests for each sleeved crossing greater than 50 feet long. Costs for such testing and
any necessary retesting shall be borne by the Contractor. Use of water for compaction around
sleeves, "puddling", will not be permitted.
I. Dress backfilled areas to original grade. Incorporate excess backfill into existing site grades.
Dispose of excess backfill off site.
J. Where utilities conflict with irrigation trenching and pipe work, contact the Owner's
Representative for trench depth adjustments.
3.04 SLEEVING AND BORING:
A. Install sleeving at a depth that permits the encased pipe or wiring to remain at the specified
burial depth.
B. Extend sleeve ends six inches beyond the edge of the paved surface. Cover pipe ends and
mark with stakes. Mark concrete with a chiseled 'Y' at sleeve end locations.
C. Bore for sleeves under obstructions that cannot be removed. Employ equipment and methods
designed for horizontal boring.
3.05 ASSEMBLING PIPE AND FITTINGS:
A. General:
1. Keep pipe free from dirt and pipe scale. Cut pipe ends square and debur. Clean pipe
ends.
2. Keep ends of assembled pipe capped. Remove caps only when necessary to continue
assembly.
3. Trenches may be curved to change direction or avoid obstructions within the limits of
the curvature of the pipe. Minimum radius of curvature and offset per 20-foot length of
pipe by pipe size are shown in the following table. All curvature results from the bending
of the pipe lengths. No deflection will be allowed at a pipe joint.
SIZE RADIUS OFFSET PER 20'
LENGTH
2" 25' 7'8"
2 1/2' 100' 1'-11"
3" 100' V-11 "
4" 100' V-11"
B. Mainline Pipe and Fittings:
1. Use only strap -type friction wrenches for threaded plastic pipe.
2. PVC Rubber-Gasketed Pipe:
a. Use pipe lubricant. Join pipe in the manner recommended by manufacturer
and in accordance with accepted industry practices.
b. Ductile iron fittings shall not be struck with a metallic tool. Cushion blows with a
wood block or similar shock absorber.
3. PVC Solvent Weld Pipe:
a. Use primer and solvent cement. Join pipe in a manner recommended by the
manufacturer and in accordance with accepted industry practices.
b. Cure for 30 minutes before handling and 24 hours before allowing water in
pipe.
c. Snake pipe from side to side within the trench.
4. Fittings: The use of cross type fittings is not permitted.
C. Lateral Pipe and Fittings:
1. Use only strap -type friction wrenches for threaded plastic pipe.
2. PVC Solvent Weld Pipe:
a. Use primer and solvent cement. Join pipe in the manner recommended by the
manufacturer and in accordance with accepted industry practices.
b. Cure for 30 minutes before handling and 24 hours before allowing water in the
pipe.
c. Snake pipe from side to side within the trench.
3. UV Radiation Resistant Polyethylene Pipe:
a. Join pipe in the manner recommended by manufacturer and in accordance
with accepted industry practices
b. Snake pipe from side to side within the trench, on the soil surface, and hold in
place with tubing stakes spaced every five feet.
3. Fittings: The use of cross type fittings is not permitted.
D. Specialized Pipe and Fittings:
1. Copper Pipe:
a. Use flux and solder. Join pipe in manner recommended by manufacturer and in
accordance with local codes and accepted industry practices.
b. Solder so that continuous bead shows around the joint circumference.
2. Galvanized Steel Pipe:
a. Join pipe in the manner recommended by manufacturer and in accordance
with accepted industry practices.
b. Use factory -made. threads whenever possible. Field -cut threads will be
permitted only where absolutely necessary. Cut threads on axis using clean,
sharp dies.
c. Apply Teflon -type tape or pipe joint compound to the male threads only.
3. Ductile Iron Pipe:
a. Use push -on joints whenever possible. Use pipe lubricant. Join pipe in the
manner recommended by manufacturer and in accordance with accepted
industry practices.
4. Insert dielectric union or flange wherever copper -based metal (copper, brass, bronze)
and iron -based metal (iron, galvanized steel, stainless steel) are joined.
5. Low Density Polyethylene Hose: Install per manufacturer's recommendations.
6. Flanged connections: Install stainless steel studs and nuts and rubber gaskets per
manufacturer's recommendations.
7. PVC Threaded Connections:
a. Use only factory -formed threads. Field -cut threads are not permitted.
b. Use only Teflon -type tape.
c. When connection is plastic -to -metal, the plastic component shall have male
threads and the metal component shall have female threads.
8. Make metal -to -metal, threaded connections with Teflon -type tape or pipe joint
compound applied to the male threads only.
9. Pre -fabricated double swing joints: Install per City of Fort Collins standards and
details.
E. Thrust Blocks:
1. Use cast -in -place concrete bearing against undisturbed soil.
2. Size, orientation and placement shall be as shown on the installation details.
3. Wrap fitting with plastic to protect bolts, joint, and fitting from concrete.
4. Install rebar with mastic coating as shown on the installation details.
F. Joint Restraint Harness:
1. Install harness in the manner recommended by the manufacturer and in accordance
with accepted industry practices.
2..Install self -restraining casing spacers at all pipe bell joints and every 10-feet along the
mainline pipe routing through sleeving. Provide correct number and type of restraint per
manufacturer's requirements
10
3.06 INSTALLATION OF MAINLINE COMPONENTS:
A. Backflow Winterization Assembly: Install where indicated on the drawings.
B. Backflow Assembly: Install where indicated on the drawings.
C. Irrigation Winterization Assembly: Install where indicated on the drawings.
D. Master Valve/Flow Sensor Assembly: Install where indicated on the drawings.
1. Brand valve box lid with MV. Branding device must create letters a minimum of 2!
inches in height and 0.2-inches deep in lid.
E. Isolation Gate Valve Assembly:
1. Install Where indicated on the drawings.
2. Locate at least 12-inches from and align with adjacent walls or edges of paved areas.
3. Brand valve box lid with IGV for each isolation gate valve. Branding device must
create letters a minimum of 2-inches in height and 0.2-inches deep in lid.
F. Quick Coupling Valve Assembly:
1. Install where indicated on the drawings.
2. Brand valve box lid with QCV for each quick coupling valve. Branding device must
create letters a minimum of 2-inches in height and 0.2-inches deep in lid.
G. Air -Vacuum Relief Valve Assembly: Install where indicated on drawings or nearest high point,
not closer than 2-feet from nearest fitting. Brand "AV" on valve box lid in 2-inch high letters.
H. Manual Drain Valve Assembly: Install where indicated on the drawings and at other low
points in the mainline piping
3.07 INSTALLATION OF SPRINKLER IRRIGATION COMPONENTS:
A. Remote Control Valve (RCV) Assembly for Sprinkler Laterals:
1. Flush mainline before installation of RCV assembly.
2. Install where indicated on the drawings. Wire connectors and waterproof sealant shall
be used to connect control wires to remote control valve wires. Install connectors and
sealant per the manufacturer's recommendations.
3. Install only one RCV to a valve box. Locate valve box at least 12-inches from and align
with nearby walls or edges of paved areas. Group RCV assemblies together where
practical. Arrange grouped valve boxes in rectangular patterns. Allow at least 12-inches
between valve boxes.
4. Adjust RCV to regulate the downstream operating pressure
5. Attach ID tag with controller station number to control wiring.
6. Brand valve box lid with appropriate controller number and station number for each
remote control valve, for example 4-12. Branding device must create letters a minimum
of 2-inches in height and 0.2-inches deep in lid.
B. Sprinkler Assembly:
1. Flush lateral pipe before installing sprinkler assembly.
2. Install per the installation details at locations shown on the drawings.
3. Locate rotary sprinklers 12-inches from adjacent walls, fences, or edges of paved
areas.
4. Locate spray sprinklers 3-inches from adjacent walls, fences, or edges of paved areas..
5. Install sprinklers perpendicular to the finish grade.
6. Supply appropriate nozzle or adjust arc of coverage of each sprinkler for best
performance.
7. Adjust the radius of throw of each sprinkler for best performance.
C. Sprinkler Analyzer Kit:
1. Use a pitot tube pressure gauge at the furthest rotor sprinkler assembly from the
11
respective remote control valve. Adjust pressure at each rotor remote control valve to
provide an operating pressure of 60 PSI at the worst -case rotor sprinkler head. Typically
the worst case sprinkler is the sprinkler furthest from the remote control valve. Complete
pressure adjustment for every rotor remote control valve.
2. Turn over pitot tube pressure gauge and kit to the District at completion of
construction.
3.08 INSTALLATION OF DRIP IRRIGATION COMPONENTS
A. Remote Control Valve (RCV) Assembly for Drip Laterals
1. Flush mainline pipe before installing RCV assembly.
2. Locate as shown on the drawings. Wire connectors and waterproof sealant shall be
used to connect control wires to remote control valve wires. Connectors and sealant
shall be installed as per the manufacturer's recommendations.
3. Install only one RCV to valve box. Locate at least 12-inches from and align with
nearby walls or edges of paved areas. Group RCV assemblies together where practical.
4. Arrange grouped valve boxes in rectangular patterns. Set RCV assembly discharge
pressure to 30 PSI.
B. Zone Control Valve Assembly: Install at locations shown on the drawings.
C. Drip Emitter Assembly:
1. Locate as shown on the drawings and installation details>
2. Flush lateral pipe before installing emitter assembly.
3. Cut emitter outlet distribution tubing square.
4. Install an access sleeve as part of each multiple -outlet emitter assembly for emitters
located in turf areas.
5. Use tools and techniques recommended by the manufacturer. Make openings for
barb -mounted emitters with the emitter manufacturer's hole -punching tool.
D. Flush Cap Assembly: Install at the end of each drip irrigation lateral pipe as shown on the
installation details.
E. Pressure Adjustment Procedure:
1. Fully open all zone control valves and energize the RCV assembly.
2. Determine which emitter has the least outlet pressure; this is the critical emitter.
3. Identify zone control valve associated with the critical emitter; this is the critical zone
control valve.
4. Set discharge pressure of RCV such that the critical vortex emitter has a pressure of
15 PSI ± 2 PSI and/or the critical pressure compensating emitter has a pressure of 25
PSI ± 5 PSI. Measure with pressure gauge attached to critical emitter.
5. Identify the critical emitter for remaining zone control valves.
6. Set each zone control valve as described in paragraph 4 above.
3.09 INSTALLATION OF CONTROL SYSTEM COMPONENTS:
A. Irrigation Controller Unit:
1. The location of the controller unit as depicted on the drawings is approximate; the
Owner's Representative will determine the exact site location during sprinkler layout
review.
2. Lightning Protection: A 25-foot continuous length (no splices allowed unless using
exothermic welding process) of 6 AWG solid bare copper wire is to be attached to the
plate by the manufacturer using an approved welding process. Install grounding plate to
meet minimum requirements of Article 250-52 (d) of the 199 National Electric Code.
Plate must be made of a copper alloy. Wire is to be connected to the electric equipment
ground lug as shown in the detail of page 1. The ground plate is to be installed to a
minimum depth of 30", or below the frost line if it is lower than 30", at a location 8 feet
12
from the electronic equipment and underground wires and cables.
Two (2) 50-pound bags of PowerSet® [Paige Electric part number 1820058]
earth contact material must be spread so that it surrounds the copper plate evenly
along its length within a 6" wide trench. Salts, fertilizers, bentonite clay, cement,
coke, carbon, and other chemicals are not to be used to improve soil conductivity
because these materials are corrosive and will cause the copper electrodes to
erode and become less effective with time.
3. Lightning protection: Provide on all remote control valve wiring as recommended by
the manufacturer. Provide other components such as ground rod, grounding wire, etc.,
to manufacturer's recommendations.
4. Install primary surge protection arrestors on incoming power lines.
5. Install one valve output surge protection arrestor on each control wire and one for the
common wire.
6. Attach wire markers to the ends of control wires inside the controller unit housing.
Label wires with the identification number (see drawings) of the remote control valve to
which the control wire is connected.
7. Connect control wires to the corresponding controller terminal.
B. Control Wire:
1. Bundle control wires where two or more are in the same trench. Bundle with pipe
wrapping tape spaced at 10-foot intervals.
2. Provide a 24-inch excess length of wire in an 8-inch diameter loop at each 90-degree
change of direction, at both ends of sleeves, and at 100-foot intervals along continuous
runs of wiring. Make wiring loop by turning control wire 5 turns around 1-inch pipe. Coil
24-inch length of wire within each remote control valve box.
3. Install common ground wire and one control wire for each remote control valve.
Multiple valves on a single control wire are not permitted.
4. If a control wire must be spliced, make splice with wire connectors and waterproof
sealant, installed per the manufacturer's instructions. Locate splice in a valve box that
contains an irrigation valve assembly, or in a separate 12-inch standard valve box. Use
same procedure for connection to valves as for in -line splices.
5. Unless noted on plans, install wire parallel with and below PVC mainline pipe.
6. Protect wire not installed with PVC mainline pipe with a continuous run of warning tape
placed in the backfill six inches above the wiring.
C. Sensor Cable:
1. Route cable as directed on plans. Install with minimum number of field splices.
2. Install cable using open trenches. Use of vibratory plow is not permitted.
3. Carefully backfill around cable to avoid damage to wire insulation or wire connectors.
4. If cable must be spliced, make splice with recommended connector, installed per
manufacturer's recommendations. Locate splices in housing afforded by other control
system components or separate 12-inch standard valve box. Coil 3-feet of cable in valve
box.
5. Install cable parallel with and below mainline pipe unless noted otherwise on plans:
6. Provide continuous run of warning tape above cable. Install warning tape six inches
above cable. Encase cable within electrical conduit where not installed in common trench
with PVC mainline pipe.
D. 2-Wire Control Wire:
1. Bundle control wires where two or more are in the same trench. Bundle with pipe
wrapping tape spaced at 10-foot intervals.
2. Provide a 24-inch excess length of -wire in an 8-inch diameter loop at each 90 degree
change of direction, at both ends of sleeves, and at 100-foot intervals along continuous
13
City:
City of Fort Collins
Attn: Purchasing
PO Box 580
Fort Collins, CO 80522
Service Provider:
V & S Landscaping & Sprinkler Systems, Inc.
Attn: Valdemar Trevizo
2458 W 44th Street
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.
8. Payments.
a. The City agrees to pay and the Service Provider agrees to accept asFfull 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 five (5) page[s],
and incorporated herein by this reference.
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. Liquidated Damages. OWNER and CONTRCTOR recognize that time is of the
essence of this Agreement and that OWNER will suffer financial loss if the Work is not
completed within the times specified in the work order, plus any extensions thereof allowed in
STD SA WO rev03/10
runs of wiring. Make wiring loop by turning control wire 5 turns around 1-inch pipe. Coil
24-inch length of wire within each remote control valve box.
3. Install spare two wire Toro jacketed decoder cable along entire length of mainline,
pulled into each valve box and into the controller.
4. Install control wire under mainline.
5. Do not encase control wires in thrust blocks.
6. If a control wire must be spliced, make splice with wire connectors and waterproof
sealant, installed per the manufacturer's instructions. Locate splice in a valve box which
contains an irrigation valve assembly, or in a separate 6-inch round valve box. Use same
procedure for connection to valves as for in -line splices.
7. Unless noted on plans, install wire parallel with and under PVC mainline pipe. If wire
is installed adjacent to section of metal pipe, separate wire from pipe minimum of 6-
inches and install wire in PVC conduit.
8. Encase wire not installed with PVC mainline pipe in electrical conduit.
3.10 INSTALLATION OF OTHER COMPONENTS:
A. Tools and Spare Parts: Prior to the Review at completion of construction, supply to the Owner
operating keys, servicing tools, spare parts, and any other items indicated in the General Notes
on the drawings.
B. Other Materials: Install other materials or equipment shown on the drawings or installation
details that are part of the irrigation system, even though such items may not have been
referenced in these specifications.
3.11 PROJECT RECORD DRAWINGS:
A. The Contractor is responsible for documenting changes to the design. Maintain on -site and
separate from documents used for construction, one complete set of contract documents as
Project Documents. Keep documents current. Do not permanently cover work until as -built
information is recorded.
B. Record pipe and wiring network alterations. Record work that is installed differently than
shown on the construction drawings. Record accurate reference dimensions, measured from at
least two permanent reference points, of each irrigation system valve, each backflow prevention
device, each controller or control unit, each sleeve end, each stub -out for future pipe or wiring
connections, and other irrigation components enclosed within a valve box.
C.. Prior to Final Review, obtain electronic copy of the drawings: Using AutoCAD, duplicate
information contained on the project record drawings maintained on site. Label each sheet
"Record Drawing". Completion of the Record Drawings will be a prerequisite for the Final
Review.
3.12 WINTERIZATION AND SPRING START-UP:
A. Winterize the irrigation system in the first fall after final acceptance and start-up the irrigation
system in the first spring after final acceptance. Repair any damage caused in improper
winterization at no additional cost to the Owner. Coordinate the winterization and start-up with
the landscape maintenance personnel.
3.13 MAINTENANCE:
A. Upon completion of construction and Review by the Owner's Representative, maintain
irrigation system for a duration of 30 calendar days. Make periodic examinations and
adjustments to irrigation system components so as to achieve the most desirable application of
water..
B. Following completion of the Contractor's maintenance period, the Owner will be responsible
for maintaining the system in working order during the remainder of the guarantee/warranty
14
period, for performing necessary minor maintenance, for trimming around sprinklers, for
protecting against vandalism, and for preventing damage after the landscape maintenance
operation.
3.14 CLEANUP:
A. Upon completion of work, remove from the site all machinery, tools, excess materials, and
rubbish.
15
,DIVISION 1 � � y t
SECTION 01270 — BID ITEMS
PART 1 - GENERAL
1.01 Related Documents
Drawings and general provisions of the Contract, including General and
Supplementary Conditions and other Division 1 Specification Sections, apply to
this Section.
1.02 Summary
This Section includes administrative and procedural requirements for bid prices.
Related Sections include the following:
1. Division 1 Section "Allowances" for procedures for using bid prices to adjust
quantity allowances.
1.03 Definitions
A. Bid price is an amount proposed by bidders, stated on the Bid Form, as a price
per Unit of Measurement for materials or services for establishment of base bid
per project and added to or deducted from the Contract Sum by appropriate
modification, if estimated quantities of Work required by the Contract Documents
.are increased or decreased.
1.04 Procedures
A. Bid prices includes acquisition of necessary material, plus cost for delivery,
installation (per City standard specifications), insurance, applicable
taxes, overhead, and profit.
B. Measurement and Payment: Refer to individual Specification Sections for work
that requires establishment of bid prices. Methods of measurement and payment
for bid prices are specified in those Sections.
C. Owner reserves the right to reject Contractor's measurement of work -in -place that
involves use of established bid prices and to have this work measured, at
Owner's expense, by an independent surveyor acceptable to Contractor.
D. List of Bid Prices: A list of bid prices is included in Part 3. Specification Sections
referenced in the schedule contain requirements for materials described under
each bid price.
PART 2 — MATERIALS (Not Used)
PART 3 — EXECUTION
16
3.01 List of Bid Prices
Demolition
Bid Price Item: Protection Fence
1. Description: Installation and/or removal of 4' snow fence and T posts
including all efforts and materials required for a complete item.
2. Unit of Measurement: Linear Foot
Earthwork and Utilities
Bid Price Item: Topsoil stripping and stockpiling
1. Description: Cut and stockpiling of topsoil including all incidental efforts and
materials required for a complete item.
2. Unit of Measurement: Cubic Yard
Bid Price Item: Topsoil spreading and placement
1. Description: Spreading and placement of topsoil including all incidental
efforts and materials required for a complete item.
2. Unit of Measurement: Cubic Yard
Bid Price Item: Erosion Control Fabric— NAG C350
1. Description: North American Green C350 erosion control fabric installation
including all efforts and materials required for a complete item.
2. Unit of Measurement: Square Foot
Bid Price Item: Erosion Control Fabric— NAG 120
1. Description: North American Green 120 erosion control fabric installation
including all efforts and materials required for a complete item.
2. Unit of Measurement: Square Foot
Bid Price Item: Erosion Control— Silt Fence
1. Description: Silt Fence installation including all efforts and materials required
for a complete item.
2. Unit of Measurement: Linear Foot
Bid Price Item: Erosion Control — Bales
1. Description: Straw Bale installation including all efforts and materials required
for a complete item.
2. Unit of Measurement: Each
Bid Price Item: Erosion Control — Gutter Wattle
1. Description: Gutter Wattle installation including all efforts and materials
required for a complete item.
2. Unit of Measurement: Each
17
Bid Price Item: Erosion Control — Inlet Wattle
1. Description: Inlet Wattle installation including all efforts and materials
required for a complete item.
2. Unit of Measurement: Each
Bid Price Item: Erosion Control — Ditch Wattle
1. Description: Ditch Wattle installation including all efforts and materials
required for a complete item.
2. Unit of Measurement: Each
Bid Price Item: Straw Mulch
1. Description: Straw Mulch installation including all efforts and materials
required for a complete item.
2. Unit of Measurement: Square Foot
Bid Price Item: Hydromulching
1. Description: Hydromulching installation including all efforts and materials
required for a complete item.
2. Unit of Measurement: Square Foot
Bid Price Item: Hydroseeding Seed Mix A or B
1. Description: Hydroseeding installation including all efforts and materials
required for a complete item. (See Bid Item Seed Mix A or B)
2. Unit of Measurement: Square Foot
Bid Price Item: Hydroseeding Seed Mix C — Low Water Mix
1. Description: Hydroseeding installation including all efforts and materials
required for a complete item. (See Bid Item Seed Mix C — Low Water Mix)
2. Unit of Measurement: Square Foot
Irrigation
Bid Price Item: Electric control valves Weathermatic 8200CR-1 OD
1. Description: Electric Control valve installation including all efforts and
materials required for a complete item.
2. Unit of Measurement: Each
Bid Price Item: Electric control valves Weathermatic 8200CR-15D
1. Description: Electric Control valve installation including all efforts and
materials required for a complete item.
2. Unit of Measurement: Each
Bid Price Item: Electric control valves Weathermatic 8200CR-20D
1. Description: Electric Control valve installation including all efforts and
materials required for a complete item.
2. Unit of Measurement: Each
18
Bid Price Item: Electric control valves Weathermatic 8200CR-25D
1. Description: Electric Control valve installation including all efforts and
materials required for a complete item.
2. Unit of Measurement: Each
Bid Price Item: Electric control valves Weathermatic 8200CR-30D
1. Description: Electric Control valve installation including all efforts and
materials required for a complete item.
2. Unit of Measurement: Each
Bid Price Item: Electric control valves Griswold 2000L
1. Description: Electric Control valve installation including all efforts and
materials required for a complete item.
2. Unit of Measurement: Each
Bid Price Item: Electric control valves Griswold 2000M
1. Description: Electric Control valve installation including all efforts and
materials required for a complete item.
2. Unit of Measurement: Each
Bid Price Item: Electric control valves Rainbird 075 DV
1. Description: Electric Control valve installation including all efforts and
materials required for a complete item.
2. Unit of Measurement: Each
Bid Price Item: Electric control valves Rainbird 100 DV
1. Description: Electric Control valve installation including all efforts and
materials required for a complete item.
2. Unit of Measurement: Each
Bid Price Item: Electric control valves Rainbird 100 DVF
1. Description: Electric Control valve installation including all efforts and
materials required for a complete item.
2. Unit of Measurement: Each
Bid Price Item: Electric control valves Rainbird XCZ-075-PRF
1. Description: Electric Control valve installation including all efforts and
materials required for a complete item.
2. Unit of Measurement: Each
Bid Price Item: Electric control valves Rainbird XCZ-075-PRF-BF
1. Description: Electric Control valve installation including all efforts and
materials required for a complete item.
2. Unit of Measurement: Each
Bid Price Item: Electric control valves Rainbird XCZ-LF-100-PRF
1. Description: Electric Control valve installation including all efforts and
19
materials required for a complete item.
2. Unit of Measurement: Each
-Bid Price Item: Electric control valves Rainbird 1" PESB-PRS
1. Description: Electric Control valve installation including all efforts and
materials required for a complete item.
2. Unit of Measurement: Each
Bid Price Item: Electric control valves Rainbird 2" PESB-PRS
1. Description: Electric Control valve installation including all efforts and
materials required for a complete item.
2. Unit of Measurement: Each
Bid Price Item: Electric control valves Rainbird 300 BPES
1. Description: Electric Control valve installation including all efforts and
materials required for a complete item.
2. Unit of Measurement: Each
Bid Price Item: Quick coupler valve Rainbird 5-RC
1. Description: Quick coupling valve installation including all efforts and
materials required for a complete item.
2. Unit of Measurement: Each
Bid Price Item: Spray Heads Rainbird 1806-SAM-PRS
1. Description: spray heads installation including all efforts and materials
required for a complete item.
2. Unit of Measurement: Each
Bid Price Item: Spray Heads Rainbird 1804-SAM-PRS
1. Description: spray heads installation including all efforts and materials
required for a complete item.
2. Unit of Measurement: Each
Bid Price Item: Spray Heads Rainbird 1804
1. Description: spray heads installation including all efforts and materials
required for a complete item.
2. Unit of Measurement: Each
Bid Price Item: Rotors Rainbird Falcon 6504 FC SS
1. Description: Rotors installation including all efforts and materials required for
a complete item.
2. Unit of Measurement: Each
Bid Price Item: Rotors Rainbird Falcon 6504 PC SS
1. Description: Rotors installation including all efforts and materials required for
a complete item.
20
2. Unit of Measurement: Each
Bid Price Item: Rotors Rainbird 5505-SS
1. Description: Rotors installation including all efforts and materials required for
a complete item.
2. Unit of Measurement: Each
Bid Price Item: Rotors Rainbird 8005-SS
1. Description: Rotors installation including all efforts and materials required for
a complete item.
2. Unit of Measurement: Each
Bid Price Item: Rotors Hunter 1-20-04-SS
1. Description: Rotors installation including all efforts and materials required for
a complete item.
2. Unit of Measurement: Each
Bid Price Item: Rotors Hunter 1-25-04-SS
1. Description: Rotors installation including all efforts and materials required for
a complete item.
2. Unit of Measurement: Each
Bid Price Item: Rotors Hunter 1-40-04-SS-ON
1. Description: Rotors installation including all efforts and materials required for
a complete item.
2. Unit of Measurement: Each
Bid Price Item: Rotors Hunter 1-40-04-SS
1. Description: Rotors installation including all efforts and materials required for
a complete item.
2. Unit of Measurement: Each
Bid Price Item: Controllers Irritrol MC-12
1. Description: Controller installation including all efforts and materials required
for a complete item.
2. Unit of Measurement: Each
Bid Price Item: Controllers Irritrol MC-18
1. Description: Controller installation including all efforts and materials required
for a complete item.
2. Unit of Measurement: Each
Bid Price Item: Controllers Irritrol MC-24
1. Description: Controller installation including all efforts and materials required
for a complete item.
2. Unit of Measurement: Each
21
Bid Price Item: Controllers Irritrol MC-36
1. Description: Controller installation including all efforts and materials required
for a complete item.
2. Unit of Measurement: Each
Bid Price Item: Controllers Aqua Conserve ET-6
1. Description: Controller installation including all efforts and materials required
for a complete item.
2. Unit of Measurement: Each
Bid Price Item: Controllers Aqua Conserve ET-9
1. Description: Controller installation including all efforts and materials required
for a complete item.
2. Unit of Measurement: Each
Bid Price Item: Controllers Aqua Conserve ET-14
1. Description: Controller installation including all efforts and materials required
for a complete item.
2. Unit of Measurement: Each
Bid Price Item: PVC Fabricated Swing Joint
1. Description: PVC fabricated swing joint w/marlex street elbows assembled
including all efforts and materials required for a complete item.
2. Unit of Measurement: Each
Landscape
Bid Price Item: Finish Grading
1. Description: Finish grading including all efforts and materials required for a
complete item.
2. Unit of Measurement: Square Foot
Bid Price Item: Organic Amendment — Class 2
1. Description: Class 2 Organic amendment including acquisition, incorporation
into soil and all efforts and materials required for a complete item.
2. Unit of Measurement: Cubic Yard
Bid Price Item: Seed Mix A — Bluegrass Mix
1. Description: Irrigated seed mix in which the highest percentage of seed is a
bluegrass, other Ws of mix to be determined by Owner for individual work
orders, planting including transportation, excavation, and incidental efforts
and materials required for a complete installed finished product. Includes first
mowing at Owner direction. Does not include irrigation.
2. Unit of Measurement: Square Foot
Bid Price Item: Seed Mix B - Fescue mix
22
1. Description: Fescue seed mix, in which the highest percentage of seed is a
fescue, other Ws of mix to be determined by Owner for individual work
orders, planting including transportation, excavation, and incidental efforts
and materials required for a complete installed finished product. Includes first
mowing at Owner direction. Does not include irrigation.
2. Unit of Measurement: Square Foot
Bid Price Item: Seed Mix C - Low water mix
Description: Low water use seed mix, seed mix in which the highest
percentage of seed is composed of low water type grasses, actual % of mix to
be determined by Owner for individual work orders, planting including
transportation, excavation, and incidental efforts and materials required for a
complete installed finished product. Includes first mowing at Owner direction.
Does not include irrigation.
2. Unit of Measurement: Square Foot
Bid Price Item: Seed Mix D - Native mix
Description: Native seed mix, seed mix in which the highest percentage of
seed is composed of native grasses, actual % of mix to be determined by
Owner for individual work orders, planting including transportation,
excavation, and incidental efforts and materials required for a complete
installed finished product. Includes first mowing at Owner direction. Does not
include irrigation.
2. Unit of Measurement: Square Foot
Bid Price Item: Seed Mix E - Riparian mix
1. Description: Riparian seed mix in which the highest percentage of seed is
composed of riparian grasses, actual % of mix to be determined by Owner for
individual work orders, planting including transportation, excavation, and
incidental efforts and materials required for a complete installed finished
product. Does not include irrigation.
2. Unit of Measurement: Square Foot
Bid Price Item: Seed Mix F - Wildflower mix
1. Description: wildflower seed mix in which a percentage of seed is composed
of wildflowers or forbs, actual % of mix to be determined by Owner for
individual work orders, planting including transportation, excavation, and
incidental efforts and materials required for a complete installed finished
product. Does not include irrigation.
2. Unit of Measurement: Square Foot
Bid Price Item: Bluegrass Sod Mix
1. Description: Sod planting including transportation, excavation, and incidental
efforts and materials required for a complete installed finished product.
Includes first mowing at Owner direction. Does not include irrigation.
2. Unit of Measurement: Square Foot
Bid Price Item: Fescue Sod Mix
23
accordance with Article 12 of the General conditions. They also recognize the delays, expenses
and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if
the Work is not completed on time. Accordingly instead of requiring any such proof, OWNER
and CONTRACTOR agree that as liquidated damages for delay (but not as penalty)
CONTRACTOR shall pay OWNER the amount set forth in each Work Order.
10. City Representative. 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
with reference to the work requested. All requests concerning this Agreement shall be directed to
the City Representative.
11. 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.
12. 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.
13. 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.
14. Warrant .
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.
STD SA WO rev03/10 4
3. Description: Sod planting including transportation, excavation, and incidental
efforts and materials required for a complete installed finished product.
Includes first mowing at Owner direction. Does not include irrigation.
4. Unit of Measurement: Square Foot
Bid Price Item: Buffalo Sod Mix
5. Description: Sod planting including transportation, excavation, and incidental
efforts and materials required for a complete installed finished product. Does
not include irrigation.
6. Unit of Measurement: Square Foot
Bid Price Item: Evergreen Tree-#15 Container
1. Description: #15 container evergreen tree, including transportation,
excavation, planting soil, soil amendments, fertilizer, mulch, subgrade
removal, installation in place, and incidental efforts and materials required for
complete finished installation. Does not include irrigation system work and
tree staking.
2. Unit of Measurement: Each
Bid Price Item: Evergreen Tree-6' Height
1. Description: 6' evergreen tree, including transportation, excavation, planting
soil, soil amendments, fertilizer, mulch, subgrade removal, installation in
place, and incidental efforts and materials required for complete finished
installation. ,Does not include irrigation system work and tree staking.
2. Unit of Measurement: Each
Bid Price Item: Evergreen Tree-8' Height
1. Description: 8' evergreen tree, including transportation, excavation, planting
soil, soil amendments, fertilizer, mulch, subgrade removal, installation in
place, and incidental efforts and materials required for complete finished
installation. Does not include irrigation system work and tree staking.
2. Unit of Measurement: Each
Bid Price Item: Evergreen Tree-10' Height
1. Description: 10' evergreen tree, including transportation, excavation, planting
soil, soil amendments, fertilizer, mulch, subgrade removal, installation in
place, and incidental efforts and materials required for complete finished
installation. Does not include irrigation system work and tree staking.
2. Unit of Measurement: Each
Bid Price Item: Deciduous Canopy Tree-2" Caliner
1. Description: Two inch caliper deciduous canopy tree, including
transportation, excavation, planting soil, soil amendments, fertilizer, mulch,
subgrade removal, installation in place, and incidental efforts and materials
required for complete finished installation. Does not include irrigation system
work and tree staking.
2. Unit of Measurement: Each
24
Bid Price Item: Deciduous Canopy Tree-2 1/2 " Caliper
1. Description: Two and one half inch caliper deciduous canopy tree, including
transportation, excavation, planting soil, soil amendments, fertilizer, mulch,
subgrade removal, installation in place, and incidental efforts and materials
required for complete finished installation. Does not include irrigation system
work and tree staking.
2. Unit of Measurement: Each
Bid Price Item: Deciduous Canopy Tree-2 3/4 " Caliper
1. Description: Two and three quarter inch caliper deciduous canopy tree,
including transportation, excavation, planting soil, soil amendments, fertilizer,
mulch, subgrade removal, installation in place, and incidental efforts and
materials required for complete finished installation. Does not include
irrigation system work and tree staking.
2. Unit of Measurement: Each
Bid Price Item: Deciduous Canopy Tree-3 " Caliper
1. Description: Three inch caliper deciduous canopy tree, including
transportation, excavation, planting soil, soil amendments, fertilizer, mulch,
subgrade removal, installation in place, and incidental efforts and materials
required for complete finished installation. Does not include irrigation system
work and tree staking.
2. Unit of Measurement: Each
Bid Price Item: Deciduous Ornamental Tree-1 1/2 " Caliper
1. Description: One and one half inch caliper deciduous ornamental tree,
including transportation, excavation, planting soil, soil amendments, fertilizer,
mulch, subgrade removal, installation in place, and incidental efforts and
materials required for complete finished installation. Does not include
irrigation system work and tree staking.
2. Unit of Measurement: Each
Bid Price Item: Deciduous Ornamental Tree-1 3/4 " Caliper
1. Description: One and three quarter inch caliper deciduous ornamental tree,
including transportation, excavation, planting soil, soil amendments, fertilizer,
mulch, subgrade removal, installation in place, and incidental efforts and
materials required for complete finished installation. Does not include
irrigation system work and tree staking.
2. Unit of Measurement: Each
Bid Price Item: Deciduous Ornamental Tree-2 " Caliper
1. Description: Two inch caliper deciduous ornamental tree, including
transportation, excavation, planting soil, soil amendments, fertilizer, mulch,
subgrade removal, installation in place, and incidental efforts and materials
required for complete finished installation. Does not include irrigation system
work and tree staking.
2. Unit of Measurement: Each
Bid Price Item: Deciduous Ornamental Tree-2 1/4 " Caliper
25
1. Description: Two and one quarter inch caliper ornamental canopy tree,
including transportation, excavation, planting soil, soil amendments, fertilizer,
mulch, subgrade removal, installation in place, and incidental efforts and
materials required for complete finished installation. Does not include
irrigation system work and tree staking.
2. Unit of Measurement: Each
Bid Price Item: Deciduous Ornamental Tree-2.1/2 " Caliper
1. Description: Two and one half inch caliper deciduous ornamental tree,
including transportation, excavation, planting soil, soil amendments, fertilizer,
mulch, subgrade removal, installation in place, and incidental efforts and
materials required for complete finished installation. Does not include
irrigation system work and tree staking.
2. Unit of Measurement: Each
Bid Price Item: Deciduous Shrub-#1 Container
1. Description: One gallon container deciduous shrub, including transportation,
excavation, planting soil, soil amendments, fertilizer, mulch, subgrade
removal, installation in place, and incidental efforts and materials required for
complete finished installation. Does not include irrigation system work.
2. Unit of Measurement: Each
Bid Price Item: Deciduous Shrub-#5 Container
1. Description: Five gallon container deciduous shrub, including transportation,
excavation, planting soil, soil amendments, fertilizer, mulch, subgrade
removal, installation in place, and incidental efforts and materials required for
complete finished installation. Does not include irrigation system work.
2. Unit of Measurement: Each
Bid Price Item: Evergreen Shrub-#1 Container
1. Description: One gallon container evergreen shrub, including transportation,
excavation, planting soil, soil amendments, fertilizer, mulch, subgrade
removal, installation in place, and incidental efforts and materials required for
complete finished installation. Does not include irrigation system work.
2. Unit of Measurement: Each
Bid Price Item: Evergreen Shrub-#5 Container
1. Description: Five gallon container evergreen shrub, including transportation,
excavation, planting soil, soil amendments, fertilizer, mulch, subgrade
removal, installation in place, and incidental efforts and materials required for
complete finished installation. Does not include irrigation system work.
2. Unit of Measurement: Each
Bid Price Item: Perennial-4" Pot
1. Description: 4-inch container perennial, including transportation, excavation,
planting soil, soil amendments, fertilizer, mulch, subgrade removal, installation
in place, and incidental efforts and materials required for complete finished
installation. Does not include irrigation system work.
26
2. Unit of Measurement: Each
Bid Price Item: Perennial-#1 Container
1. Description: One gallon perennial, including transportation, excavation,
planting soil, soil amendments, fertilizer, mulch, subgrade removal, installation
in place, and incidental efforts and materials required for complete finished
installation. Does not include irrigation system work.
2. Unit of Measurement: Each
Bid Price Item: Ornamental Grass-#1 Container
1. Description: One gallon ornamental grass, including transportation,
excavation, planting soil, soil amendments, fertilizer, mulch, subgrade
removal, installation in place, and incidental efforts and materials required for
complete finished installation. Does not include irrigation system work.
Unit of Measurement: Each
Bid Price Item: Deciduous Tree Staking Assemblv
1. Description: Tree staking assembly, including transportation, installation in
place, and incidental efforts and materials required for complete finished
installation.
2. Unit of Measurement: Each
Bid Price Item: Evergreen Tree Staking Assemblv
1. Description: Tree staking assembly, including transportation, installation in
place, and incidental efforts and materials required for complete finished
installation.
2. Unit of Measurement: Each
Bid Price Item: Crusher Fines
1. Description: Crusher fines installation including all efforts and materials
required for a complete item.
2. Unit of Measurement: Cubic Yard
Bid Price Item: Weed Barrier
1. Description: Weed barrier installation including all efforts and materials
required for a complete item.
2. Unit of Measurement: Square Foot
Bid Price Item: Organic Mulch
1. Description: Organic mulch installation including all efforts and materials
required for a complete item:
2. Unit of Measurement: Cubic Yard
Bid Price Item: 3/a" Rock Mulch
1. Description: 3/a" Rock mulch installation including transportation, installation in
27
place, and incidental efforts and materials required for a complete item.
2. Unit of Measurement: Cubic Yard
END OF SECTION
SECTION 02950 — PLANTING, SOIL PREPARATION, FINISH GRADING
PART 1-GENERAL
1.01 Scope
A. Bidding Documents and Information, Conditions of the Contract and Division 1 —
General Requirements apply to the Work of this Section of the Specifications
B. Topsoil, soil preparation and soil amendments
C. Finish grading
D. Fertilizer
E. Organic Mulch
F. Weed Barrier
G. Landscape Boulders
H. Tree Stakes, Guys and Tree Wrap
I. Tree Relocation
J. Plant Materials
K. Sod
L. Seeding
1.02 Related Sections
A. Section 01200 - Measurement and Payment: Requirements applicable to unit
prices for the work of this Section.
B. Section 02810 - Irrigation
C. Section 02970 - Planting and Irrigation Maintenance
D. Section 02870 - Site Furnishings
1.03 Unit Price — Measurement and Payment
A. Organic Amendment: By percent complete. Includes supplying amendment.
Provide Delivery Tickets with job name and delivery date from supplier.
B. Soil Preparation: Includes distribution of soil amendment, grading, ripping, roto-
tilling, and finish grading. By the percent complete. Includes all soil preparation,
placing and tilling amendments, mulch bed subgrade establishment and finish
grading.
28
C. Tree, shrub, and groundcover planting: Includes installation of weed barrier,
mulches, planting of trees, relocating trees, shrubs, groundcovers, perennials,
and annuals. Includes fertilization and imported topsoil/backfill. By the percent
complete.
D. Sodding: Includes, installation, and fertilization. By the percent complete.
E. Seeding: Includes furnishing and installation of seed. By the percent complete.
F. Landscape Boulders: Includes furnishing and installation of boulders. By the
percent complete.
1.04 Protection
A. Protect landscaping and other features remaining as final work.
B. Protect existing structures, fences, sidewalks, utilities, paving, and curbs.
1.05 Samples, Submittals and Quality Assurance
A. Crusher Fines: Submit sample in baggie.
B. Organic Amendment: Submit sample in a plastic baggie. Product delivered to site
shall match the submitted sample.
C. Organic Amendment Analysis: Submit copies of amendment analysis from
qualified soil testing laboratory.
D. Organic Amendment: Submit organic amendment delivery receipts to owner's
representative for review.
E. Soil Analysis: Submit copies of soil test results from CSU lab. Submit copies of
CSU cover letter with recommendations that are provided with soil test.
F. Fertilizer:
.1. Submit copy of sod fertilizer composition to be used and supplier source.
2. Submit sample of Osmocote fertilizer in a plastic baggie.
G. Organic Mulch:
1. Wood Mulch: Submit sample of proposed mulch in a plastic baggie. Submit
name of proposed supplier.
2. Straw Mulch: Colorado Department of Agriculture Weed Free Certification
Transit Certificate.
3. Tackifier: Manufacturer's product sheet.
H. Weed barrier: Submit brand name and model number/name of proposed weed
barrier to be used.
I. Tree Stakes, Guys, Webbing, Protective Caps, and Guying cord. Submit sample
of each.
J. Sod: Submit written statement of company to be used for sod supply. Statement
shall include phone number and address of company. Submit sod certification for
29
species.
K. Seed: Submit written statement on supplier's letterhead of Manufacturer's
specifications, tests (within 6 months of application), seed mixes, quantities, and
seed tags from bags on day of seeding operations.
1.06 Inspections
A. Site Inspection:
1. Contractor will inspect existing site conditions and note irregularities affecting
the work of this section. Verify that grading operations have been
satisfactorily completed and that topsoil of adequate quantity and quality has
been placed in areas as specified. Verify that the areas to be revegetated are
protected from concentrated runoff and sediment from adjacent areas. Note
previous treatments to the areas such as temporary seeding or mulching and
discuss with the Owner's Representative how these treatments will affect
permanent revegetation. Report irregularities affecting work of this section to
the Owner's Representative before initiating work. When the Contractor
begins work under this section, it implies acceptance of existing conditions.
2. Contractor shall notify Owner's Representative prior to start of work. Owner's
Representative will be responsible to monitor the work.
B. Pre -planting Inspections:
1. Plant material shall be inspected by an Owner's Representative before
planting. Inspection of materials may be sequenced by major planting areas
to accommodate efficient planting operations. Plants for inspection must be
in a single location preferably on the project site. Rejected materials must be
removed from the site, replaced and re -inspected before planting. If the
supplier is a local nursery, tagged plants may be inspected at the nursery.
Photographs of the plant materials to be obtained from non -local sources may
be submitted to the City's Owner's Representative for preliminary inspection.
This preliminary inspection is subject to final approval of plants at the job site.
The Owner reserves the right to reject plant material at any stage of
construction or guarantee period.
2. Soil amendments, backfill mixes and mulches will be inspected at the site by
the Owner's Representative before they are used in planting operations.
3. Owner's Representatives will inspect staked locations and condition of trees
before digging for those plants occurs. Owner's Representatives will inspect
the location and condition of shrubs in their containers at the proposed
locations before digging commences. Contact Owner's Representative at
least two days in advance. Tree planting permit must be obtained from City
Forestry prior to any planting.
C. Substantial Completion Inspection:
1. As soon as all planting is completed, a review and preliminary inspection to
determine the condition of the vegetation will be held by the Owner's.
Representatives upon request by the Contractor.
2. The inspection will occur only after the following conditions have been met:
a. Landscape areas will be free of weeds and neatly cultivated;
b. Plant basins shall be in good repair;
30
c. Irrigation systems shall be fully operational with heads properly adjusted;
d. Debris and litter shall be cleaned up and walkways and curbs shall be
cleaned of soil and debris left from planting operations.
3. If, after the inspection, the Owner's Representative is of the opinion that the
work has been performed as per the Contract Documents, and that the
vegetation is in satisfactory growing condition, he will give the Contractor
Written Notice of Acceptance and the Guarantee Period shall begin.
4. Work requiring corrective action in the judgment of the City Representative
shall be performed within the first ten (10) days of the guarantee period. Any
work not performed within this time will necessitate an equivalent extension of
the guarantee period. Corrective work and materials replacement shall be in
accordance with the Contract Documents, and shall be made by the
Contractor at no cost to the Owner.
5. Final approval notice will be given when all deficiencies are corrected.
D. End of Guarantee Period Inspection:
1. At the end of the second full growing season the Owner's Representatives will
inspect trees for satisfactory condition. The inspection shall take place in
September and the Owner's Representative shall contact the Contractor
concerning replacements. Replacements may take place the following spring
if deemed proper or necessary.
2. The Contractor is responsible for removal of tree stakes, tree wrap, wire and
webbing at the end of the guarantee period.
1.07 Plant Material Guarantee/Warranty
A. Provide a two growing season warranty (unless noted otherwise) from the date of
Final Approval. Final Approval is hereby defined as the point at which the
Landscape Contractor is 100% complete with installation and is ready for a Final
Approval Review. The Owner's representative will have sole authority to grant
Final Approval. The minimum growing season warranty includes all aspects of
this section including installation, and materials.
B. Guarantee plant material used in this section against defects due to any cause for
a period of two full growing seasons from the date of acceptance of all work.
This guarantee includes insect infestation or infection by disease
organisms.
C. Replace woody vegetation when it is no longer in a satisfactory condition as
determined by the City Representative for the duration of the Warranty Period.
Make replacements within fourteen days of notification from the City
Representative. Replacement planting for trees shall be done in the spring
planting season, except as approved otherwise. If a tree is in marginal condition
at the end of the guarantee period it may be agreeable to both parties to wait until
the end of the growing season before deciding whether to replace that tree. Plant
materials that are replaced during the warranty period shall be replaced one time
at the Contractor's expense. Cost of subsequent replacements, if required, shall
be negotiated with the Owner's Representative. Warranty replacement plant
materials planted within 6 months after Final Approval shall have the same end of
warranty as the original installation. Plants replaced within 6 months of the end of
the warranty shall be warranted an additional 6 months after the date of
completion of the initial warranty period.
31
D. This guarantee will not be enforced should woody vegetation die due to
vandalism; improper maintenance procedures carried out by the Owner involving
over or under watering, lawn mower damage, over -fertilization, fire, flood, or hail
or other similar circumstances beyond the control of the Contractor.
E. It is the responsibility of the Landscape Contractor to monitor ongoing
maintenance of the project during the warranty period. If the Landscape
Contractor finds fault with ongoing maintenance activities of the Maintenance
Contractor, they shall be immediately brought to the attention of the Owner's
Representative. The warranty will in no way be invalidated because of activities of
the Maintenance Contractor unless approved by the Owner's Representative.
F. Replacements shall be of the same kind and size as originally specified and shall
be installed as described in the contract documents unless changes are
approved by City Representatives. Repairs and replacements shall be made at
no expense to the Owner.
G. Replace seeded turf when it is no longer in a satisfactory condition as determined
by the Owner's Representative for the duration of the guarantee period.
H. Areas seeded in the spring shall be inspected for required coverage the following
fall no later than October. Areas seeded in the fall will be inspected October of
the following year.
32
PART 2 - MATERIALS
2.01 Organic Amendment
Organic Amendment shall be specified by the Owner's Representative based on the soils
report information including but not limited to:
1. pH: 6.5 to 7.5
2. Salts: Less than 2.5 mmhos.
3. Less that 40% inorganic matter.
4. Less than 5% soil, dirt, or sand
5. Maximum particle size of 1/2" diameter
6. Eradication of all harmful weed seeds, pathogens, and bacteria.
7. A well decomposed earthy smell (non -offensive)
2.02 Topsoil
A. Import clean topsoil for use as backfill mix. Submit a minimum of 1 sample of soil
to the Colorado State University Soil Testing laboratory for analysis and fertilizer
recommendations.
2.03 Fertilizer:
A. Fertilizer for turf shall be commercial type, of uniform composition, free flowing,
and conforming to applicable state and federal laws. Fertilizer shall be formulated
to meet the suggestions of the CSU soil laboratory for turf fertilization.
B. Fertilizer for trees, shrubs, and perennials shall be Osmocote Sierrablen, 9 month
slow release fertilizer. Apply per manufacturer's recommendations.
C. Bone Meal. Commercially available brand. Submit proposed formulation and
company name.
2.04 Mulch
A. Fibrous Shredded Cedar Mulch (Gorilla hair) shall be used in planting beds.
B. City supplied mulch in tree rings or at Owner direction
2.05 Weed Barrier
A. Weed barrier shall be - Mirafi 140, Typar 3341, or Polyspun 300 or approved
equivalent.
2.06 Tree Stakes, Guys, and Tree Wrap
1. Tree Stakes - 8 Foot long, 2" diameter Lodgepole Pine or metal "T" post with
rubber sleeve safety caps. (Available from Direct Landscape Supply (303) 797-
7733).
2. Guy Anchors - 24" long metal "T" posts or approved equivalent. Ralph
recommends not using these due to safety concerns.
33
b. Unless otherwise provided in the Agreement, all materials and equipment
incorporated into any work shall be new and, where not specified, of the most suitable grade of their
respective kinds for their intended use, and all workmanship shall be acceptable to City.
C. Service Provider warrants all equipment, materials, labor and other work, provided
under this Agreement, except City -furnished materials, equipment and labor, against defects and
nonconformances in design, materials and workmanship/workwomanship for a period beginning
with the start of the work and ending twelve (12) months from and after final acceptance under the
Agreement, regardless whether the same were furnished or performed by Service Provider or by
any of its subcontractors of any tier. Upon receipt of written notice from City of any such defect or
nonconformances, the affected item or part thereof shall be redesigned, repaired or replaced by
Service Provider in a manner and at a time acceptable to City.
15. 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.
16. Remedies. In the event a party has been declared in default, such defaulting party
shall be allowed a period of ten (10) days within which to cure said default. In the event the default
remains uncorrected, the party declaring default may elect to (a) terminate the Agreement and seek
damages; (b) treat the Agreement as continuing and require specific performance; or (c) avail
himself of any other remedy at law or equity. If the non -defaulting party commences legal or
equitable actions against the defaulting party, the defaulting party shall be liable to the non -
defaulting party for the non -defaulting party's reasonable attorney fees and costs incurred because
of the default.
17. 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
STD SA WO rev03/10 5
3. Guying and Staking Cord - 1/4" Diameter yellow nylon rope or 14AWG wire with
1/2" X 12" PVC sleeves.
4. Webbing: 2"nylon webbing or rubberized cloth. No hose permitted.
5. Tree Wrap: 4" minimum width commercial tree wrap. Secure tree wrap with jute
rope or a similar biodegradable material. Install at Owner direction.
2.07 Plant Materials
A. Plant List - A plant list is provided by Owner's Representative. If drawings are
provided, quantities shown on the list are for information only. Contractor shall be
responsible for verifying quantity takeoffs as shown on the drawings. In the event
of a discrepancy between quantities shown on the plant list and quantities
depicted on the plans, the quantities depicted on the plans shall govern.
B. Plant Material Quality - Plants shall meet the American Association of
Nurserymen (AAN) standards for established plants and, the Landscape
Contractors of Colorado standard specifications. The most recent editions shall
govern. Plants shall be well branched and well established in their containers or
balls. Plants that shown signs of being pot-bound with substantial roots circling
the perimeter of the container may be rejected. Trees shall be Colorado grown, or
have been grown at a source with a latitude equal to or north of Colorado and
with a similar climate, or have been acclimated in Colorado for at least 3 growing
seasons. Shrubs and perennials shall be Colorado grown or have been
acclimated to the Colorado climate by being planted early enough in the growing
season to adapt to Colorado conditions and develop adequate rooting to survive
winter. Meeting these standards shall not relieve the contractor of required
conditions of the warranty/guaranty.
C. Diseases and injuries - Plants with disease or insects are not permitted. Plants
with substantial scarring of the trunk may be rejected. Plants with wounds or
broken branches may be rejected
D. Plant Review - All plant material is subject to review by the Owner's
Representative prior to delivery to the site. Review at the nursery does not
constitute final acceptance. All plant material is subject to review at the site prior
to planting, review at final acceptance, review at any time during the warranty
period, and review at the time of the warranty completion. Dead, poor, or
unhealthy specimens shall be replaced within 10 days of notification by the
Owner's Representative. The Owner's representative or his assigned
representative shall be the sole person responsible for deciding whether a plant is
to be replaced.
E. Plants are to be delivered to the site with tags bearing the botanic name.
F. Digging, wrapping and handling - Plants shall be dug and prepared for shipment
in a manner that will not cause damage to branches, shape, and future
development after planting.
G. Balled and burlapped plants shall be nursery grown stock adequately balled with
a firm rootball, and in sizes and ratios conforming to the Colorado Nursery Act
and in conformance with the AAN standards. Balls shall be firmly wrapped in non
treated burlap and bound and secured with wire, nylon, or jute. Broken or heavily
damaged balls will not be accepted. Chicken wire is not acceptable.
34
H. Container grown plants shall have been nursery grown in containers and shall
have sufficient roots to hold the entire soil mass together when the container is
removed.
I. Options: If all other requirements for size are met a container plant may be
substituted for a balled and burlapped plant. A spaded plant may be substituted
for a balled and burlapped plant.
2.10 Plant Protection
A. Plants shall be protected at all times from drying out or other injury. Protect balls
of plants from drying out. Wrap trees with a protective cloth when transporting. Do
not transport trees in a an uncovered moving vehicle when the outside
temperature is above 85 degrees Fahrenheit. Spray trees with water prior to
travel to any destination. Use caution in handling plants to prevent major damage
to roots/ trunk, or branches.
2.11 Sod
1. Sod shall be in healthy, deep green, growing condition free from insects or
disease and in a healthy growing form. Sod shall be a minimum age of 18
months, with root development that will support its own weight without tearing
when suspended vertically by holding the upper two corners.
2. Sod shall be grown by a commercial sod company specializing in sod production
and harvesting with a minimum of 5 years experience.
2.12 Seed
A. General: delivered in original containers, unopened and bearing dealer's
warranty analysis. Maximum crop and weed content shall be 0.10% each.
Noxious weeds (Colorado lists A, B and C) are not permitted. Seed mix shall be
supplied on basis of pure live seed (P.L.S.) in pounds. Formula for determining
quantity of P. L.S. shall be:
Bulk Pounds of Seed Required =
PLS pounds specified / (%Purity* % Germination*)
*Percents expressed as decimal, eg. 10% = .10
B. Bluegrass Seeding (Mix A):
1. Seed mix where the largest percentage of seed is a bluegrass.
2. Seed shall be of the latest crop available and shall meet Colorado Department of
Agriculture Seed Laws, Chapter 35, Article 27. Seed that has become wet; moldy,
or otherwise damaged shall not be used. Seed shall be delivered in sealed bags
showing weight, analysis, and vendor's name.
3. Final Seed mix %'s to be specified by Owner's Representative
C. Fescue Seeding (Mix B):
1. Seed mix where the largest percentage of seed is a fescue.
35
2. Seed shall be of the latest crop available and shall meet Colorado Department of
Agriculture Seed Laws, Chapter 35, Article 27. Seed which has become wet,
moldy, or otherwise damaged shall not be used. Seed shall be delivered in sealed
bags showing weight, analysis, and vendor's name.
3. Final Seed mix %'s to be specified by Owner's Representative
D. Low Water Seeding (Mix C):
1. Seed mix where the largest percentage of seed is made up of low water type
grasses.
2. Seed shall be of the latest crop available and shall meet Colorado Department of
Agriculture Seed Laws, Chapter 35, Article 27. Seed which has become wet,
moldy, or otherwise damaged shall not be used. Seed shall be delivered in sealed
bags showing weight, analysis, and vendor's name.
3. Final Seed mix %'s to be specified by Owner's Representative
E. Native Seeding Mix D):
1. Seed mix where the largest percentage of seed is made up of native grasses.
2. Seed shall be of the latest crop available and shall meet Colorado Department of
Agriculture Seed Laws, Chapter 35, Article 27. Seed which has become wet,
moldy, or otherwise damaged shall not be used. Seed shall be delivered in sealed
bags showing weight, analysis, and vendor's name.
3. Final Seed mix %'s to be specified by Owner's Representative
F. Riparian Seeding (Mix E):
1. Seed mix where the largest percentage of seed is made up of riparian type
grasses.
2. Seed shall be of the latest crop available and shall meet Colorado Department of
Agriculture Seed Laws, Chapter 35, Article 27. Seed which has become wet,
moldy, or otherwise damaged shall not be used. Seed shall be delivered in sealed
bags showing weight, analysis, and vendor's name.
3. Final Seed mix %'s to be specified by Owner's Representative
G. Wildflower Seeding (Mix F):
1. Seed mix where the largest percentage of seed is made up of wildflowers and
forbs.
2. Seed shall be of the latest crop available and shall meet Colorado Department of
Agriculture Seed Laws, Chapter 35, Article 27. Seed which has become wet,
moldy, or otherwise damaged shall not be used. Seed shall be delivered in sealed
bags showing weight, analysis, and vendor's name.
3. Final Seed mix %'s to be specified by Owner's Representative
36
PART 3 - EXECUTION
3.01 EXAMINATION
A. Verify rough grading is within 1 tenth of a foot. Verify site is free from
obstructions, objects, or structures that are not a part of the final site construction.
Verify major drainages are completed and in place. Do not start work until the site
is acceptable. Once landscape grading has commenced, the Landscape
Contractor shall be responsible for bringing all grading to final line and grade and
creating positive drainage.
B. Verify substrate base has been contoured.
3.02 CLEARING
A. Prior to any soil preparation, existing vegetation not to remain and which might
interfere with the specified soil preparation shall be mowed, grubbed, raked, and
the debris removed from the site. Prior to or during grading or tillage operations
the ground surface shall be cleared of materials which might hinder final
operations.
3.03 Soil Preparation and Finish Grading
A. Installation:
1. Install in locations and to depth shown on plans or as directed.
1. Protection- Field locate all buried cables, wires, electrical service, irrigation
lines and any other subsurface element that may be damaged during ripping
operations. Stake and/or paint locations with an easily visible system that will
enable equipment operators to avoid damaging buried utilities.
2. Prepare irrigated and non -irrigated seed, sod, shrub bed , and ground cover
areas as follows:
3. Rip soil to a minimum depth of 12" in two directions using an agricultural
ripper with tines spaced no greater than 12". Areas adjacent to walks, buried
obstructions, structures, curbs etc. where the use of large mechanical
equipment is difficult, shall be worked by hand.
a. If roots of trees are encountered, minimize ripping operations as needed
to avoid cutting roots or damaging plant material.
b. Apply Roundup to areas to be seeded a minimum of 2 weeks after topsoil
has been redistributed and before application of soil amendment. Apply
Roundup only when weeds are growing vigorously. Apply at
manufacturers maximum recommended rate.
37
C. If the following amendments are indicated by the Owner's Representative they
are to be installed as follows:
Spread the following amendments over the entire area to receive
landscaping. Incorporate the amendments into the top 6 inches of soil by
rototilling:
Non Irrigated
General Irrigated
Soccer Field
Shrub Bed,
Seed Areas
Seed and Sod
groundcover, and
Areas
perennial Area
Compost
None
Up to 6 CY/1,000SF.
6CY/1,000SF Per
Up to 6 CY/1,000SF
Per recommendation
recommendation of
Per ecommendation
of soil lab report
soil lab report
of soil lab report
Fertilizer
Per recommendation
Per recommendation
Per recommendation
Per ecommendation
of soil lab report
of soil lab report
of soil lab report
of soil lab report
Bone
NA
NA
NA
20lbs./100SF Per
Meal
recommendation of
soil lab report
D. Incorporate amendments by discing or rototilliing into the top 6 inches of soil.
Obtain a uniform mixture. Work tight areas by hand.
E. Restore fine grade with float drag to remove irregularities resulting from tilling
operations. Float drag in two directions. Use only a hand rake in perennial and
annual beds.
F. Eliminate uneven areas and low spots. Establish a finish grade that provides
positive drainage as indicated on the grading plans.
G. Remove debris, roots, branches, stones, in excess of 1-2" inch diameter in size.
H. Coordinate grading of subgrade to the following depths:
Adjacent to curb s & other
Surfaces
Tolerances within
O en Areas
1. Seeded areas
1 /2" below pavement and curbs
0" - 1 "
2. Sodded areas
1 " below curbs and walks
1 " - 1 /2"
3. Shrub bed areas
2" below curbs and walks
3"- 1"
4. Perennial Beds
4" below curbs and walks
2"
I. Do not plant until finish grade has been reviewed by the Owner's Representative.
This review does not reduce Contractor's responsibility to provide a finished
product that drains.
38
3.04 Weed Barrier
A. Weed barrier shall be placed in shrub and perennial beds and where noted on
the plans and details. At edges of curbs, walls, structures, pavements, and
headers, weed barrier shall be turned down into grade and secured with 11
gauge, 12 inch long staples at 18" inches O.C.
B. Where individual weed barrier sheet abut they shall overlap a minimum of 4
inches and be secured with 11 gauge, 12 inch long staples at 18" inches O.C.
along the joint.
3.05 Mulching
A. Wood Mulch Beds.
1. Place wood mulch in shrub and perennial beds.
2. Place wood mulch to a 4 inch depth.
3. Gently brush wood mulch off of perennials once installed. Take care in
placement not to damage newly planted materials.
4. Prior to placing mulch and planting in mulch beds, apply Roundup herbicide to
weeds and allow beds to sit for 7 days. Apply Roundup at manufacturers
recommended rate for perennials.
5. Place a 4" layer of Owner supplied mulch in tree rings not incorporated into
shrub beds. Do not install weed barrier in tree rings.
3.08 Tree and Shrub Planting
A. Tree Staking: If tree staking is required by Owner's Representative, prior to
planting, stake all proposed tree locations for review by the Owner's
Representative. Any plant material installed prior to this review is subject to
removal or relocation at the expense of the Contractor.
B. A tree planting permit must be obtained from City Forestry.
C. Planting Pits:
1. Dig planting pits twice the diameter of the rootball for container and balled
and burlapped stock. Establish bottom of the planting pit so that the top of
rootballs will be slightly higher than surrounding grade in order to allow for
settlement. Roughen edges of planting pits to provide a rough surface on
edges. Retain excavated material next to planting pit for mixing organic
amendment and fertilizers.
2. For planting trees amend excavated planting pit soil with Bone Meal and
organic amendment using the following mix: Bone Meal at the Rate of 1 cup
per tree. Organic amendment at the rate of 4 shovelfuls (Spade) per tree.
3. Thoroughly combine, organic amendment, and bone meal with imported
topsoil. Mixture should provide an evenly blended mixture for use as backfill.
D. Tree and Shrub Planting:
1. Shrub Planting:
39
a. Remove stock from containers including shrubs in peat pots. Do
not break the rootballs. Do not remove plant materials by pulling on
the stems of the plants. Once removed, slice the perimeter of the
rootballs in several locations using a sharp instrument or butterfly pot-
bound plant materials prior to planting by sticking the shovel into the
bottom of the rootball and splaying the root mass. Roughen side of the
plants to break up circular root growth.
b. Plant shrubs so that the plant, when in the ground, is approximately 2
inches above the surrounding grade. Lightly compact import topsoil
backfill in hole after planting and water thoroughly.
C. Apply Osmocote fertilizer at the base of the plant after backfilling.
Apply at manufacturer's recommended rate. Water lightly to activate
fertilizer.
2. Tree Planting
a. Establish planting pit as specified above.
b. If trees are containerized, remove trees from containers. If trees
are balled and burlapped, leave burlap secured until the tree is firmly
set in hole and then remove or cut burlap back.
C. Handle trees carefully during planting. Avoid excessive shaking
and rapid movements. Protect tree trunks with a soft cloth or
rubberized material when handling by the trunk.
d. Roughen the sides of planting pits.
e. Gently lower tree into planting pit and set plumb. Establish bottom
of pit so that top of tree rootball is approximately 2 inches above
surrounding grade. Protect trunk and tree branches while placing tree.
f. Untie and remove burlap from the top 1/3 of the rootball. Remove
wire basket from the top and 2/3 (or all) of all sides of the rootball.
g. Backfill tree planting pit using the mixture described in section
3.08B. Backfill one-half of pit with backfill mixture and water in
thoroughly before placing any more backfill.
h. Backfill the rest of the planting pit with backfill mixture and water in
thoroughly. Lightly compact backfill. Do not vigorously compact.
i. If requested by Owner's Representative, Stake all trees. Trees
should be plumb. Stake all evergreen trees. Install three stakes per
evergreen tree at even spacing around the tree. Drive stakes into the
ground so that no part of the Y' is above finish grade.
j. If requested by Owner's Representative, Wrap deciduous trees
with specified tree wrap. Wrap from bottom of trunk to the first major
lateral branch. Secure with jute or other biodegradable material. Install
after November 15 and no later than December 15. Remove wrap
approximately March 15 and no later than April 15.
k. In non -irrigated grass areas (if any), build a soil watering ring six
inches larger than the diameter of the rootball and 8 inches high to
form a basin to hold water (not required for conifers). Fill basin with
water, being careful not to break the rim of the ring.
40
3.09 Perennial, Groundcover and Annual Planting
A. Planting Beds Staking. Prior to planting any perennials or annuals, and prior to
installing header or header, stake, flag, or paint proposed beds scaling off the
plans to determine bed configuration and size. Contact the Owner's
Representative for review of extent and configuration. Do not plant or install
header until review has been completed.
B. Establish fine grade and subgrade adjacent to headers as described above.
C. Prepare soil as per section 3.4 under soil preparation.
D. Layout all planting pots prior to planting. Space plants equally within beds to
ensure a uniform appearance. Remove all pots prior to planting including peat
pots.
E. Plant all plant material so that the plants are flush with finish grade (top of mulch)
when complete. This will require slightly mounding each plant. Lightly compact
soil around base of plant to ensure adequate root/ soil contact. Do not vigorously
compact.
F. Reestablish fine grade by hand raking or smoothing grade by hand prior to
placing mulch.
G. Apply specified mulch taking care not to damage plants. Clear excess mulch from
plant foliage.
H. Apply Osmocote slow release fertilizer at the manufacturer's recommended
application rate. Water in thoroughly. Keep plants moist but not saturated each
day for 14 days after planting.
3.10 Sodding
A. After soil preparation, scarify the surface to a depth of 3/8 inch using a chain
drag, chain link, or rake.
B. Do not deliver more sod than can be laid over a 24 hour period.
C. Do not lay sod on frozen ground.
D. Keep soil bed slightly moist during laying of sod.
E. Lay sod smoothly, edge to edge. Establish firm jointing between sod pieces with
no visible soil between. Stagger joints. Lay sod perpendicular to slopes.
F. Water sod lightly as sodding progresses to prevent drying. Roll sod diagonally
with a light roller, leveling irregularities and sealing joints. Do not roll with a
saturated subgrade.
G. In order to facilitate drainage, place sod flush with pavement on the uphill side of
pavement. Place sod slightly below pavement on the downhill side of pavement.
H. Hold sod back from tree trunks in a radius of 18 inches taken from the tree trunk.
I. On sod placed on three to one slopes, secure sod with stakes. Drive stakes flush
with grade.
J. Place signs on all newly laid sod indicating "New Sod, Please stay off." Place
signs at 50' to 100' intervals as appropriate.
3.11 Irrigated and Non -Irrigated Seeding
41
A. Definitions.
Weeds: Include Dandelion, Jimsonweed, Quackgrass, Horsetail, Morning
Glory, Rush Grass, Mustard, Lambsquarter, Chickweed, Cress, Crabgrass,
Canadian Thistle, Nutgrass, Poison Oak, Blackberry, Tansy Ragwort,
Bermuda Grass, Johnson Grass, Poison Ivy, Nut Sedge, Nimble Will,
Bindweed, Bent Grass, Wild Garlic, Perennial Sorrel, and Brome Grass.
B. Seed areas indicated on drawings and areas disturbed by construction.
C. Re -work previously prepared areas that have become compacted or damaged by
rains or traffic.
D. Apply by means of a Brillion mechanical power drawn drill seeder to a maximum
depth of 1/4 inch followed by packer wheels or drag chains to provide smooth
finish. Seed in two passes at right angles to one another. Sow half of the seed in
each pass. Provide markers or other means to assure that the successive seeded
strips will overlap or be separated by a space no greater than the space between
rows planted by the equipment being used.
E. Broadcast or hydro seed in areas that are inaccessible or too steep to drill or as
indicated on plans. Broadcast seed in two opposite directions. Rake in seed after
broadcasting.
F. Restore fine grade after seeding as requested by the owner's representative..
G. Cover seed to depth of 1 /4 inch by raking or dragging.
H. Firm seeded areas with a roller weighing maximum of 100 lbs. per foot of width.
I. Seed application rates shall be as specified.
J. Do not sow immediately following rain, when ground is too dry, when ground is
frozen or untillable, or during windy periods.
K. Selection of the time of seeding shall be Contractor's responsibility, consistent
with germination and erosion control requirements. Optimal seeding time is mid
May through early September.
3.13 Maintenance
A. General
1. Continuously maintain plantings included in the Contract from the
beginning of Contract work and during the progress of work, see Section
02970 Planting Maintenance.
2. The Owner will assume the responsibility of maintenance including
watering, fertilizing, weeding, etc. upon written acceptance of Final approval
from the Owner. The Contractor shall periodically inspect the project during
the two-year guarantee period and immediately notify the Owner's
Representative of any irregularities or deficiencies which will affect the
guarantee.
42
3. Round -Up herbicide may be used in mulched tree rings if grass seed has
sprouted from seeding operations. Care should be taken not to apply to any
part of the tree.
4. The Contractor shall be responsible for resetting of any plants to an
upright position or to proper grade and for the removal and replacement of
any dead plant material.
B. Seed Establishment Period:
1. Water seeded areas as needed, minimum of two times per day, until grass is
established. Water so that no erosion or movement of seed or mulch occurs.
Hand water as necessary to prevent movement of seed.
2. Seed establishment period shall begin upon the notice of "Conditional
Acceptance" given by the Owner's Representative in writing and continue
through the first mowing or until the turf is established.
3. Post "keep off the grass" signs until turf is established.
4. Maintain seeded areas until the grass is established and has been mowed at
least once. Maintenance shall include watering, fertilizing and herbicide weed
control as necessary. Do not apply herbicide before the first mowing; do not
mow before the majority of seedlings have three leaf blades.
5. Required coverage for grass seed areas shall be twenty five (25) viable live
seedlings of the species specified per square foot as measured from five (5)
feet directly overhead for irrigated turf. Required coverage for grass seed
areas shall be ten (10) viable live seedlings of the species specified per
square foot as measured from five (5) feet directly overhead for non -irrigated
turf. Determination of required coverage will be based on a random sampling
of the entire project area, and shall consist of a minimum of five samples,
each two square feet in area. Bare spots are defined as those areas larger
than one square foot which do not meet the required coverage. After the
inspection it is the Contractor's responsibility to perform the required
maintenance within one week to insure a healthy established seeding
condition.
6. The total area occupied by bare spots larger than 0.5 square feet must not
exceed ten percent (10%) of the total seeded area. Maximum single bare
spot size is one square foot. All seeded grass areas which do not meet the
satisfactory stand of growth qualification shall be reseeded and mulched.
7. Once the maintenance periods are completed and seed establishment is
accepted, the City Representative shall issue a written notice of Final
Acceptance. The guarantee period extends for two growing seasons after
Final Acceptance.
3.16 Reseeding and Repair
A. Reseed areas where there is not a satisfactory stand of grass at the end of
establishment period. Scratch the surface to prepare seedbed and over -seed
with drill seeder or hydromulch.
B. Reseed areas that have been damaged or disturbed by the Contractor's
operation according to these specifications.
C. After one growing season, there shall be no visual difference between seed and
healthy sod in irrigated areas.
43
representative, successors and assigns of said parties.
18. Indemnity/Insurance.
a. The Service Provider agrees to indemnify and save harmless the City, its officers, agents
and employees against and from any and all actions, suits, claims, demands or liability of any
character whatsoever, brought or asserted for injuries to or death of any person or persons, or
damages to property arising out of, result from or occurring in connection with the performance of
any service hereunder.
b. The Service Provider shall take all necessary precautions in performing the work
hereunder to prevent injury to persons and property.
c. Without limiting any of the Service Provider's obligations hereunder, the Service Provider
shall provide and maintain insurance coverage naming the City as an additional insured under this
Agreement of the type and with the limits specified within Exhibit "C", consisting of one (1) 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, P. O. Box 580, Fort Collins, Colorado 80522 one copy of a certificate evidencing the
insurance coverage required from an insurance company acceptable to the city.
19. 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.
20. 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.
STD SA WO rev03/10 6
3.17 Project Record (As -Built Drawing)
A. Maintain one complete set of contract documents on site. Keep documents
current. Record changes in location, quantity and species of plant material.
Submit corrected drawings to the Owner's Representative prior to final inspection.
3.18 Tree Stakes
A. If requested by Owner's Representative, Remove tree stakes, tree wrap, guy wire
and webbing at the end of the two -season guarantee period.
END OF SECTION
44
11/29/10 02:41PM PST '8665714676' —> 19702216707
Pg 2/2
ACORD M.CERTIFICATE OF LIABILITY INSURANCE
T
DATE
11 2912010
PRODUCER Phone: (303) 420-4774 Fax: 303-420-2882
MOUNTAIN INSURANCE BROKERS
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
3705 KIPLING ST, #106
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
WHEAT RIDGE CO 80033
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
NAIC #
INSURED
INSURER A: Colorado Casualty Insurance Company
V&S LANDSCAPING AND SPRINKLER SYSTEMS, INC
INSURER B: Colorado Casualty Insurance Company
2458 W 44TH
LOVELAND CO 80538
INSURER C: HARTFORD CASUALTY INSURANCE
29424
INSURER D:
INSURER E:
COVERAGES
THE 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 ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
ADO'L
INSR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE MMIDOrYY
POLICY EXPIRATION
DATE CMWDCVYYI
LIMITS
GENERAL LIABILITY
CBP1983956
12/01/09
12/01/10
EACH OCCURRENCE
$ 1,000,000
X COMMERCIAL GENERAL LIABILITY
CLAIMS MADE FXJ OCCUR
DAMAGE TO RENTED
PREMISES (Ea oc ame)
$ 100,000
MED. EXP (Any one person)
$ 15,000
PERSONAL & ADV INJURY
$ 1,000,000
A
GENERAL AGGREGATE
$ 2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS-COMP/OP AGG.
$ 2,000,000
PRO-
POLICYLl JECT LOC
AUTOMOBILE
LIABILITY
ANYAUTO
BA1985084
12/01 /09
12101/10
COMBINED SINGLE LIMIT
(Ea accident)
$ 1,000,000
ALL OWNED AUTOS
BODILY INJURY
SCHEDULED AUTOS
(Per person)
$
X
B
BODILY INJURY
(Per accident)
$
HIREDAUTOS
NON -OWNED AUTOS
PROPERTY DAMAGE
$
(Per accident)
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
$
OTHER THAN EA ACC
$
ANY AUTO
AUTO ONLY: AGG
$
EXCESS I UMBRELLA LIABILITY
EACH OCCURRENCE
$
OCCUR F�CLAIMSMADE
AGGREGATE
$
DEDUCTIBLE
$
RETENTION $
$
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
34WECRE1849
07/05/10
07/05/11
TCSyTLIMITS OTHER
E.L. EACH ACCIDENT
$ 100,000
`+
ANY PROPRIETOR/PARTNERIEXECUTIVE
OFFICERtMEMBER EXCLUDED?
E.L. DISEASE -EA EMPLOYEE
$ 100,000
If yea, do—lbe under
SPECIAL PROVISIONS below
E.L. DISEASE -POLICY LIMIT
$ 500,000
OTHER:
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/ SPECIAL PROVISIONS
City of Fort Collins, its officers, agents and employees is named as additional insureds
The insurance evidenced by this Certificate will not be cancelled or materially altered, except after ten (10) days written notice has been
received by the City of Fort Collins.
CERTIFICATEHOLDER CANCELLATION
City of Fort Collins
Purchasing Department
PO Box 280
Ft Collins, CO 80522
970-221-6777 Office
970-221-6707 Fax
Attention:
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORETHE
EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVORTO MAIL 10 DAYS
WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE
TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,
ITS AGENTS OR REPRESENTATIVES.
niC�herf�fius
ACORN 25 (2001/08) Certificate # 56345 © ACORD CORPORATION 1988
21. Prohibition Against Employing Illegal Aliens. Pursuant to Section 8-17.5-101,
C.R.S., et. seq., Service Provider represents and agrees that:
a. As of the date of this Agreement:
1. Service Provider does not knowingly employ or contract with an illegal
alien who will perform work under this Agreement; and
2. Service Provider will participate in either the e-Verify program created in
Public Law 208, 104th Congress, as amended, and expanded in Public Law 156,
108th Congress, as amended, administered by the United States Department of
Homeland Security (the "e-Verify Program") or the Department Program (the
"Department Program"), an employment verification program established
pursuant to Section 8-17.5-102(5)(c) C.R.S. in order to confirm the employment
eligibility of all newly hired employees to perform work under this Agreement.
b. Service Provider shall not knowingly employ or contract with an illegal alien to
perform work under this Agreement or knowingly enter into a contract with a
subcontractor that knowingly employs or contracts with an illegal alien to perform work
under this Agreement.
C. Service Provider is prohibited from using the e-Verify Program or Department
Program procedures to undertake pre -employment screening of job applicants while this
Agreement is being performed.
d. If Service Provider obtains actual knowledge that a subcontractor performing
work under this Agreement knowingly employs or contracts with an illegal alien, Service
Provider shall:
1. Notify such subcontractor and the City within three days that Service
Provider has actual knowledge that the subcontractor is employing or contracting
with an illegal alien; and
2. Terminate the subcontract with the subcontractor if within three days of
receiving the notice required pursuant to this section the subcontractor does not
cease employing or contracting with the illegal alien; except that Service Provider
shall not terminate the contract with the subcontractor if during such three days
the subcontractor provides information to establish that the subcontractor has not
knowingly employed or contracted with an illegal alien.
STD SA WO rev03/10 7
e. Service Provider shall comply with any reasonable request by the Colorado
Department of Labor and Employment (the "Department") made in the course of an
investigation that the Department undertakes or is undertaking pursuant to the authority
established in Subsection 8-17.5-102 (5), C.R.S.
If Service Provider violates any provision of this Agreement pertaining to the
duties imposed by Subsection 8-17.5-102, C.R.S. the City may terminate this Agreement.
If this Agreement is so terminated, Service Provider shall be liable for actual and
consequential damages to the City arising out of Service Provider's violation of
Subsection 8-17.5-102, C.R.S.
g. The City will notify the Office of the Secretary of State if Service Provider violates
this provision of this Agreement and the City terminates the Agreement for such breach.
22. Special Provisions Special provisions or conditions relating to the services to be
performed pursuant to this Agreement are set forth in Exhibit D, consisting of forty four (44)
page[s], attached hereto and incorporated herein by this reference.
STD SA WO rev03/10
ATTE
2
o4�orate Secretary
STD SA WO rev03/10
CITY OF FORT COLLINS, COLORADO
a municipal oration
By.ti-
Jam&'B./
O'Neill II, CPPO
T� Director of Purchasing and Risk Management
Date: % - -� 0
V & S LLajndsc .ng & Sprinkler Systems, Inc.
By:
c�4.r Trey'i za
Print Naa e II L
Title Tne s ► en T
Corporate President or Vice President
Date: it IzQ110
(Corporate Seal)
•0 04*N61@# fee
CO
��GoaP°agr�9s�
• �'
_2• SEAL
2001