HomeMy WebLinkAbout480487 RISING SUN FENCE & CONSTRUCTION LLC - CONTRACT - BID - 7186 FENCING OF LR PASTURE AT SOAPSTONE PRAIRIE NASERVICES AGREEMENT
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 Rising Sun Fence and Construction, LLC, hereinafter referred to as
"Service Provider'.
WITNESSETH:
In consideration of the mutual covenants and obligations herein expressed, it is agreed by
and between the parties hereto as follows:
1. Scope of Services. The Service Provider agrees to provide services in accordance
with the scope of services attached hereto as Exhibit "A", consisting of 5 pages and incorporated
herein by this reference.
2. Time of Commencement and Completion of Services. The services to be performed
pursuant to this Agreement shall be initiated within Five (5) days following execution of this
Agreement. Services shall be completed no later than May 1, 2011. Time is of the essence. Any
extensions of the time limit set forth above must be agreed upon in a writing signed by the parties.
3. Delay. If either party is prevented in whole or in part from performing its obligations
by unforeseeable causes beyond its reasonable control and without its 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.
4. Early Termination by City/Notice. 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 delivered 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 addresses:
SA rev03/10
Wire clips or fasteners must be galvanized and similar to strength of fence wire.
Gates: Three (3) twelve foot gates and one 6 foot gate will be constructed at road and
trail crossings respectively. Each gate should be 50" in height with 6 bars. Metal pipe
gates will be constructed with pipe at least 1.5" diameter and a minimum of 14 gauge
steel. All metal components used must be painted with a durable permanent rust
resistant coating or be galvanized.
Approximately 6 wire gates will be constructed within the fence line. Each gate will be
12' in length and consist of 4 strands of wire. The bottom wire will be smooth and set a
minimum of 16-18" above ground, the top wire will be smooth and set no more than 42"
above ground. The remaining 2 wires will be barbed. There will be at least 12" between
the top two wires.. Maximum height above ground level shall be 42 inches. Exact
location and number of gates will be determined prior to and during fence construction.
The bid should include the cost per gate.
Cultural, Archaeological, or Historical Artifacts
In the event that historical, prehistorical, archaeological, palentological, or ancillary resources
are discovered in the course of the construction process, the project proponent(s) shall refrain
from knowingly damaging such resources and shall notify Daylan Figgs, Fort Collins Natural
Areas. This includes all artifacts, funerary objects, and historical resources.
a) To knowingly disturb historical, prehistorical, archaeological, palentological or ancillary
resources on city -owned land is a misdemeanor; to knowingly disturb human remains on city -
owned lands is a misdemeanor.
b) Project proponent(s) should make reasonable efforts to avoid or minimize harm to
newly discovered historical, prehistorical, archeological, palentological, or ancillary resources.
The landowner or project proponent(s) should notify an identified representative of the Fort
Collins City Natural Areas Department as soon as possible after such a discovery. The Fort
Collins City Natural Areas Department's designated representative, along with any other
designated person(s), project proponent(s), and / or City Departments (e.g. the Museum), shall
jointly develop a plan for the evaluation and treatment of the resource.
c) In the event that an adverse effect is anticipated, the City of Fort Collins Natural Areas
Department, project proponent(s), and / or City Departments (e.g. the Museum) will make a
determination on how to mitigate the effect.
Glossary of Terms:
Ancillary: Samples that are considered organic or inorganic specimens, other than human
remains or artifacts, gathered by scientists for the purpose of analysis to provide information on
past environments, diets, chronology, or material source areas. Ancillary samples may include,
but are not limited to, charcoal, wood, soil, coprolites, and floral or faunal specimens.
Archaeological: means all sites, deposits, structures, or objects which are at least 100 years of
age and which provide information pertaining to the historical or prehistorical culture of people.
3
Artifacts: are portable items made, used, or transported by humans.
Funerary Objects: means objects that as part of the death rite or ceremony of a culture, are
reasonably believed to have been placed with individual human remains either at the time of
death or later.
Historical: means older than 50 years of age and during the period that written records have
been used to document events.
Historical Resources: means all sites, deposits, structures, buildings, or objects which provide
information pertaining to the culture of people during the historical period.
Prehistorical: means before the period that written records were used to document events.
Prehistorical resources may be archaeological or palentological.
Palentological: means fossils and other remains of prehistoric animals, plants, insects, and
other objects of natural history within Colorado that do not show evidence of human association.
4
No Text
Project must be complete by May 1, 2011
BID SCHEDULE ADDENDUM 1
FENCING AT SOAPSTONE PRAIRIE NATURAL AREA
Contractor to furnish and install approximately 23,500 linear feet of 2 strand smooth and
2 strand barb wire fencing per specifications for a complete project. Individual items
include installation.
23,500L.F.@. 1./L.F.=
H-BRACE EACH
WIRE GATE EACH
METAL GATE 12' EACH
METAL GATE 6' EACH
,yt;
CORNER/END BRACE EACH
GRAND TOTAL
FIRM NAME
Are you a QDrporatj n; Partnership, DBA, LLC, or PC
BY@ G'--\
Signature Printed
ADDRESS IDo `-I l t-
PHONE/FAX # _---.—"'>
EMAIL:
of
F6rt
Cdlins
+ •
ADDENDUM No. 1
SPECIFICATIONS AND CONTRACT DOCUMENTS
Financial Services
Purchasing Division
215 N. Mason St. 2nd Floor
PO Box 580
Fort Collins, CO 80522
970.221, 6775
970.221.6707
fcgov.com/Purchasing
Description of Bid 7186: Fencing of LR Pasture at Soapstone Prairie Natural Area
OPENING DATE: 3:00 P.M. (Our Clock) December 9, 2010
To all prospective bidders under the specifications and contract documents described
above, the following changes are hereby made.
CHANGE:
Please see attached updated Bid Schedule.
Please contact John D. Stephen, CPPO, LEED AP, Senior Buyer at (970) 221-6777
with any questions regarding this addendum.
RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN
STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM
HAS BEEN RECEIVED.
where renewal is a way of life
WN
sm
Rising Sun Fence & Construction LLC o
- F icy
1274 Cole Rd. Cheyenne WY, 82009
David Birkemeyer, Partner
307-214-4843 _
3;07, 2,14,_ 4843,
risin2sunfence ftahoo.com
To Whom It May Concern:
Rising Sun Fence & Construction LLC, has received and acknowledges the ADDENDUM No
concerning Bid 7186: Fencing of LR Pasture at Soapstone Prairie Natural Area. The attached Bid
schedule has been received.
Thank you, �_..-
David Birkemeyer, partner -owner
Jan 10 11 02:29p STATE FARM INSURANCE ALA 3077783669 p.1
I
/r,7 01 :-G a s i hCERTIFICATE OF INSURANCE
RANCE AS RESPECTS THE INTEREST OF THE CERTIFICATE HOLDER NAMED BELOW WILL NOT BE
OR OTHERWISE TERMINATED WITHOUT GNING 10 DAYS PRIOR WRITTEN NOTICE TO THE
CERTIFICATE HOLDER, BUT IN NO EVENT SHALL THIS CERTIFICATE BE VALID MORE THAN 30 DAYS FROM
THE DATE WRITTEN. THIS CERTIFICATE OF INSURANCE DOES NOT CHANGE THE COVERAGE PROVIDED BY
ANY POLICY DESCRIBED BELOW.
This certifies that: ® STATE FARM MUTUAL AUTOMOBILE INSURANCE COMPANY of Bloomington, Illinois
❑ STATE FARM FIRE AND CASUALTY COMPANY of Bloomington, Illinois
❑ STATE FARM COUNTY MUTUAL INSURANCE COMPANY OF TEXAS of Dallas, Texas
❑ STATE FARM INDEMNITY COMPANY of Bloomington, Illinois, or
❑ STATE FARM GUARANTY INSURANCE COMPANY of Bloomington, Illinois
has coverage in force for the following Named Insured as shown below:
NAMED INSURED: Charles D. &
David Birkerneyer dba Risir_g Sun Fence &
Construction LIC
ADDRESS OF NAMED INSURED: 121
Hwy 85, Cheyenne,
WY 82r,07-9619
POLICY NUMBER
0' 7-0629--Bab-50
EFFECTIVE DATE
OF POLICY
2-C6-06/8-06-1_
DESCRIPTION OF
2007 Dodge Ram
VEHICLE (Including VIN)
2500
LIABILITY COVERAGE
® YES
❑ NO
❑ YES
❑ NO
❑ YES
❑ NO
❑ YES
❑ NO
LIMITS OF LIABILITY
a. Bodily Injury
Each Person
Each Accident
b. Property Damage
Each Accident
c. Bodily Injury &
Property Damage
Single Limit
Each Accident
$1 m° 11icn
PHYSICAL DAMAGE
COVERAGES
® YES
❑ NO
❑ YES
❑ NO
❑ YES
❑ NO
❑ YES
❑ NO
a. Comprehensive
$ 500
Deductible
$
Deductible
$
Deductible
$
Deductible
® YES
❑ NO
❑ YES
❑ NO
❑ YES
❑ NO
❑ YES
❑ NO
b. Collision
$ 500
Deductible
$
Deductible
$
Deductible
$
Deductible
EMPLOYERS NON -OWNED
CAR LIABILITY COVERAGE
® YES
❑ NO
❑ YES
❑ NO
❑ YES
❑ NO
❑ YES
❑ NO
HIREDA
COVE GELIABILITY
® YES
❑ NO
❑ YES
❑ NO
❑ YES
❑ NO
❑ YES
❑ NO
FLEET - COVERAGE FOR
O E LICENSED
MOTOR VEHICLES
MOTOR
El YES
® NO
YES
❑ NO
❑ YES
N
❑ O
El YES
❑ NO
Name and Address of Certificate Holder
City of Fort Collins
Attn: Purchasing
PO sox 580
Fort Collins, CO 60522
INTERNAL STATE FARM USE ONLY:
122429.3 Rev.07-28-2005
nt 50-1069 C1-10-2011
Title
Name and
Alan Ose, Agent
1022 E Pershing 81vd
Cheyenne, W( 82001-3227
Request permanent Certificate of Insurance Bus M7 778 7770 Fax 307 7783664
a lan.ose,h 5gu'Dstateta rm. com
Request Certificate Holderto be added as a;,
ber
2 7-1- ( -70 7
01-12-11;02:38PM;
as
;307-637-4266 # 1/ 1
A� " CERTIFICATE OF LIABILITY INSURANCE
DATE12/2011Y)
01 /12/2011
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the pollcy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the
terms and conditions of the policy, certain policies may require an endorsement. A Btatement on this certificate does not confer rights to the
certificate holder In lieu of such endorsement a .
PRODUCER
Timberline Insurance Agency, Inc.
P. O. Box 20007
Cheyenne, WY 52003
CONTACT Diane E. Martin
NAME`
A/C, No 307.637-4757 FNo), 307-637-4266
ADDRESS demartin@tlmberlineins.com
CUSTOMER ID:
INSURER(o AFFORDING COVERAGE
NAIL A
INSURED
Rising Sun Fence & Construetlon, LLC
1274 Cole Road
INSURERA: Scottsdale Insurance Company
INSURER a:
INSURER C;
Cheyenne, WY 82009 -
INSURERD:
"REVISED'
-
INSURER E;
INSURER F:
COVERAGES CERTIFICATE: NUMBER: R9V!Q!0N NUMSE:R!
THIS IS TO CERTIFY THAT 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. LIMITS MAY HAVE BEEN REOUCED BY PAID CLAIMS.
INSRla
OF INSURANCE
ADDL.TYPE
INSR
SUaKF_SHOWN
WVD
POLICY NUMBER
MMIDDlYYY
MAUDD/YY
LIMITS
GENERAL
LIABILITY
COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE OCCUR
EACH OCCURRENCE
$ 1,000,000
PREMISES Ea ren occurce
$ 100,000
MED EXP (Any one Person)
$ 51000
PERSONAL & ADV INJURY
S 1,000,000
A
X
CPS120B3B4
04/14/2010
04/14/2011
GENERAL AGGREGATE
$ 2,000,000
GEN'LAGGREGATE 41MITAPPLIES PER:
PROD•
POLICY EC LOC
PRODUCTS -COMP/OPAGG
$ 2,000,000
l
AUTOMOBILE
LIABILITY
ANYAUTO
COMBINED SINGLE LIMIT
(Ea accident)
S
BODILY INJURY (Par porwn)
S
ALL OWNED AUTOS
BODILY INJURY(Peraccldent)
S
SCHEDULED AUTOS
PROPERTY DAMAGE
(Par acddenl)
$
HIRED AUTOS
NON -OWNED AUTOS
$
$
UMBRELLA LIAH
_
OCCUR
EACH OCCURRENCE
$
EXCESS LIAH
CLAIMS -MADE
AGGREGATE
$
.-�
DEDUCTIBLE
RETENTION $
$
WORN RS COMPENSATION AND
EMPLO ERS' LIABILITY YIN
WC STATU•
TORY LIMITS
ANY PROPRIETOR/PARTNER/EXECUrIVE❑
OFFICER/MEMBER EXCLUDED?
NIA
E.L. EACH ACCIDENT
$
EL DISEASE. EA EMPLOYEE
$
(Mandatory In NH)
e under
E.L. DISEASE • POLICY LIMIT
$
Dyes,
DESCRIPTIOIPTJON OF OPERATIONS belgw
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more apace U required)
Fence Erection Contractors
SHOULD ANY OF THE ABOVE DESCRIBED POLICIE$ BE CANCELLED USPORE THE
City of Fort Collins EXPIRATION DATE THEREOF, NOTICE WILL SEE, DELIVERED IN ACCORDANCE
P.O.Box 580 WITH THE POLICY PROVISIONS.
Fort Collins, CO, 80522
AUTHORIZED REPRE9 Tr -'E
N
FAX 970 221-6707 ,
Diane E. Martin,
O 1988.2009 ACORD CORPORATION. All rights reserved,
ACORD 25 (2009109) The ACORD name and logo are registered marks of ACORD
City:
Copy to:
Service Provider:
City of Fort Collins
City of Fort Collins
Rising Sun Fence &
Attn: Purchasing
Attn: Daylan Figgs
Construction
PO Box 580
PO Box 580
1274 Cole Rd
Fort Collins, CO 80522
Fort Collins, CO 80522
Cheyenne, WY 82009
In the event of early termination by the City, the Service Provider shall be paid for services rendered
to the date of termination, 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.
5. Contract Sum. The City shall pay the Service provider for the performance of this
Contract, twenty six thousand thirty eight dollars ($26,038.00) subject to additions and deletions
provided herein, per the attached Exhibit "B", consisting of one page, and incorporated herein by
this reference.
6. City Representative. The City will designate, prior to commencement of the work, its
representative who shall make, within the scope of his or her authority, all necessary and proper
decisions with reference to the services provided under this agreement. All requests concerning
this agreement shall be directed to the City Representative.
7. Independent Service provider. The services to be performed by Service Provider are
those of an independent service provider and not of an employee of the City of Fort Collins. The
City shall not be responsible for withholding any portion of Service Provider's compensation
hereunder for the payment of FICA, Workmen's Compensation or other taxes or benefits or for any
other purpose.
8. 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
2
SA rev03/10
consent of the City.
9. 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 or benefits provided to
the City under this Agreement or cause of action arising out of performance of this Agreement.
10. Warranty.
a. Service Provider warrants that all work performed hereunder shall be
performed with the highest degree of competence and care in accordance with accepted standards
for work of a similar nature.
b. Unless otherwise provided in the Agreement, all materials and equipment
incorporated into any work shall be new and, where not specified, of the most suitable grade of their
respective kinds for their intended use, and all workmanship shall be acceptable to City.
C. Service Provider warrants all equipment, materials, labor and other work,
provided under this Agreement, except City -furnished materials, equipment and labor, against
defects and nonconformances in design, materials and workmanship/workwomanship for a period
beginning with the start of the work and ending twelve (12) months from and after final acceptance
under the Agreement, regardless whether the same were furnished or performed by Service
Provider or by any of its subcontractors of any tier. Upon receipt of written notice from City of any
such defect or nonconformances, the affected item or part thereof shall be redesigned, repaired or
replaced by Service Provider in a manner and at a time acceptable to City.
11. 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.
12. Remedies. In the event a party has been declared in default, such defaulting party
shall be allowed a period often (10) days within which to cure said default. In the event the default
remains uncorrected, the party declaring default may elect to (a) terminate the Agreement and seek
damages; (b) treat the Agreement as continuing and require specific performance; or (c) avail
3
SA rev03/10
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.
13. 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
representatives, successors and assigns of said parties.
15. 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 B, consisting of one (1)
page, attached hereto and incorporated herein by this reference. The Service Provider before
commencing services hereunder, shall deliver to the City's Director of Purchasing and Risk
Management, 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.
16. 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.
4
SA rev03/10
17. Law/Severability. The laws of the State of Colorado shall govern the construction
interpretation, execution and enforcement of this Agreement. 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.
18. 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
Ii
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:
5
SA rev03/10
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.
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.
f. 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.
M
SA rev03/10
ATTEST:
c
CORPO & E tECRETARY
SA rev03/10
CITY OF FORT COLLINS., COLORADO
a municipal corporation
By:Jame rNt=eill II, CPPO, FNIGP
Direct r o urchasing and Risk Management
Date: f r
RISING SUN FENCE AND CONSTRUCTION, LLC
By:
GL
PRINT NAME
2,j
CORPORATE PRESIDENT OR VICE PRESIDENT
Date: , G O
(Corpora a Seal)
EXHIBIT A
SCOPE OF WORK
Project Description
Construct approximately 23,500 linear feet or 4.5 miles of 4 strand smooth/barbed wire fence to
establish an interior pasture within Soapstone Prairie Natural Area (see map).
Fence design, gate locations, materials, and construction specifications are outlined below.
Work Hours
Work can occur on site from dawn to dusk. No camping on site is allowed.
Specifications
Specifications for the fence are taken, in part from the Natural Resources Conservation Service
Specification Guide for Fence (Code 382) and Fencing with Wildlife in Mind (Colorado Division
of Wildlife). In some cases the specifications for this fence differ from those in the NRCS
and/or CDOW document. When that occurs, use the specifications contained within the City of
Fort Collins bid.
• Standard Fence: 4-strand wire fence shall be the minimum. Line posts shall alternate 1
wood to 4 metal. The top and bottom wire shall be smooth, and the middle two wires
shall be barbed.
• Wire Spacing: Bottom wire shall be 16-18" above ground and top wire set at 42" above
ground. There should be at least 12 inch spacing between the top two wires. Maximum
wire height above ground level shall be 42 inches.
• Materials: Fencing materials must be new with a life expectancy of 15 years.
• Linejacks/Deadman Anchors: Linejacks or other suitable type of anchoring shall be
used if proper depth of post installation is not achievable. In drainage ways or draws, a
weight or deadman anchor should be fastened to the fence to maintain the required
spacing interval. Additional wires may be needed for these short distances between
anchors. Use the anchor or deadman where the bottom of the drainage or draw is more
than 20 inches below the bottom wire.
Wire: Smooth wire shall be composed of 2 strands of 121/2 guage smooth wire. Barbed
wire shall be composed of two strands of 12 %2 gauge (U.S. wire gauge) with 14 gauge
barbs (barb spacing of 4-5 inch centers). Foreign made 12 % gauge and heavier
malleable steel barbed wire (not high tensile) must equal or exceed 950 pounds (lbs.)
force break strength... Wire must have minimum Class I galvanization, zinc coating of at
least 0.3 ounce of zinc per square foot of wire surface. Refer to federal specifications
RR-F-21 /1 A.
• Staples: Use at least 9 gauge galvanized staples, which are at least 1 %2 inches long for
softwoods (pine) and 1 inch for hardwoods (Juniper, Cedar, Oak, Mulberry, mesquite,
and black locust. Drive staple(s) diagonally and at a slight downward angle which allows
staple to open, so wire can have movement. The fencing shall be fastened to steel or
concrete posts with either two turns of 14 gauge galvanized wire or the post
manufacturer's appropriate wire clip.
Line Posts: Materials must be new with a life expectancy of 15 years. Wood line posts
shall have a minimum top diameter of 3 inches and set approximately 18 inches in the
ground and spaced not more than 15 feet apart. Top wire staple shall be a minimum of 6
inches from the top of the post. Total length of post should accommodate all
measurements for the specific fence.
Pressure treated wood (Pine most commonly available) with a minimum top diameter of
3 inches. Wood preservation treatment shall be in accordance with Federal
Specifications No. TT-W-571 i(A retention). Treatment can be accomplished via
pressure, hot and cold bath, and cold soak. Cold soaked Lodgepole, Ponderosa pine;
Aspen, Cottonwood, and Douglas fir should not be used. Hot and cold bath treated
Aspen and Cottonwood should not be used.
Steel - Standard T, 1 3/8 x 1x3/8 x 1/8 inches or U and Y shaped, 2 x 1 % x 3/32 steel
post with anchor plate (1.25 Ibs/ft excluding plate). Post shall be a minimum of 5.5 to 6
feet long and set into the ground a minimum of 1.5 to 2 feet or to the top of the anchor
plate. Steel post 0.085 gauge, similar in quality to "Staple Grappler," shall also be
acceptable.
H-Brace: All brace post assemblies shall have a minimum of two (2) posts in line to
provide a suitable anchor for the fence. They shall be spaced at a maximum of 80 rods
(1320 feet) or at corners and points of abrupt changes. An abrupt change can be a
change of 15 degrees or more in vertical topography or where the alignment of the fence
varies more than 12 inches from planned fence line between corners or brace posts.
Reasonable deviations shall be permitted where rocky ground or steep slopes exist.
All H-Brace assemblies will consist of posts a minimum of 7 feet in length and set
approximately 3 feet in the ground, spaced 6 feet apart.
Wood - A minimum of 5 inch top diameter (inside of bark) of treated timber or durable
wood listed above for upright post. A 6 inch top diameter (inside of bark) can be used for
the outside upright post. The horizontal post shall be a minimum of 3.5 inches in
diameter or a 4x4 inch timber. A second option is a steel cross post a minimum of 2
inches in diameter (ID). The minimum length shall be 6 feet and shall not exceed 10
feet and mounted 12 inches below the top of the end post or a minimum distance above
the ground being 2/3's of top wire height.
• Corner and End/Gate Post: Wood - (Pressure treated or durable wood) shall have
minimum top diameter of 5 inches, 7 feet in length, and be set firmly 3 feet in the ground.
Cross post will have a minimum 3.5 inch top diameter.
Brace wire shall be No. 9 gauge galvanized smooth wire or 12 Y2 gauge wire. Brace
wires will be composed of two complete loops fastened 4 inches below the top of the
post and 4 inches above the ground. Allow newly installed braces and assemblies to
settle and/or pack dirt sufficiently around all post; do not over -tighten wires.
2