Loading...
HomeMy WebLinkAbout480487 RISING SUN FENCE & CONSTRUCTION LLC - CONTRACT - BID - 7187 RIPARIAN FENCE AT SOAPSTONESERVICES 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 4 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 r~ , X, �r i t a ry _ 4'�zy.. •:fir �,.. Y;f3 ,>Tr` 'f` .. .s� _. s. ,a..-_ - k. L.._ tr- .. _ • .�. �p'ai. �. .- i t 'yt,,a^M �7y � a "a' � {-�€ _ 3 � \ r yy p 1 1 e 3® `✓ i BID PROPOSAL BID 7187 Riparian Fence at Soapstone BID OPENING: December 9, 2010 at 3:15 p.m., (our clock) WE HEREBY ENTER OUR BID FOR THE CITY OF FORT COLLINS' REQUIREMENTS FOR RIPARIAN FENCE AT SOAPSTONE PER THE BID INVITATION AND ANY REFERENCED SPECIFICATIONS AND DRAWINGS: The City of Fort Collins' is requesting bids to construct approximately 3.1 miles (approximately 16,600 feet) of riparian (interior) fencing at Soapstone Prairie Natural Area in northern Larimer with fiberglass posts alternated with wood posts per specification. The project must be completed by May 1, 2011. A pre -bid meeting Is scheduled for November 30, 2010 at 10:00 am. Please meet at the South Parking Lot of Soapstone Natural Area along Rawhide Fiats Road. Bid Schedule Contractor to furnish all labor, materials, equipment, supervision and incidentals necessary to complete the work per attached specifications. Brace and corner assemblies and gates are complete per specifications. Riparian fence will include all line post and all other materials including electrical energizers for a complete turnkey project. Contract will be awarded on Grand Total Riparian fence $ .`�. �j qer linear ft X 16,600 ft = $-_ I , l , viv, total H Braces complete each X 15 = $— �`, 6' total Solar $ Energizer E ' r< vk each x 2 9 �_j v7 total Gates $ "',`ti �`�- each x4 _ $ ��<;;f F E; total GRAND TOTAI. Corner and End/ Gate Post complete $ ~� . ��' each FIRM NAME re you a G rporation,,P nership DBA, LC or PC Signature Printed ADDRESS L" o cl C- L k a -� J PHONE/FAX# EMAIL: '' r - v ,;. i c c . CAI 3 SA rev03/10 Jan 10 11 02:29p STATE FARM INSURANCE ALA 3077783669 p.1 �ravr CERTIFICATE OF INSURANCE RANCE AS RESPECTS THE INTEREST OF THE CERTIFICATE HOLDER NAMED BELOW WILL NOT BE OR OTHERWISE TERMINATED WITHOUT GIVING 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 Birkemeyer dba Risirg Sun Fence & Construction LAC ADDRESS OF NAMED INSURED: 121 Hwy 85, Cheyenne, 'r7_' 62C07-9619 POLICY NUMBER 017-0829-B06-50 EFFECTIVE DATE OF POLICY 2—C6-06/8-06-1= DESCRIPTION OF VEHICLE (Including VIN) 2007 Dodge Ram 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° llicn 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 0 YES ❑ NO ❑ YES ❑ NO ❑ YES ❑ NO ❑ YES ❑ NO HIRED CAR LIABILITY COVERAGE EYES ❑ NO ❑YES ❑ NO [I YES ❑ NO El YES ❑ NO FLEET - COVERAGE FOR ALL OWNED AND LICENSED MOTOR VEHICLES ❑YES ®NO El YES ❑ NO ❑YES ❑ NO ❑YES ❑ NO Agent 50-1069 01-10-2011 Signature IALLtborized �4prese live Title Agent's Code Number Date Name and Address of Certificate Holder Name and Address of Agent City of Fort Collins Attn: Purchasing ,fAf, ,A„ •,+ PC Box 580 Fort Collins, Co 60522 00 i Alan Ose, Agent 1022 E Pershing Blvd Cheyenne,VVY 8200i-3227 INTERNAL STATE FARM USE ONLY: ❑ Request permanent Certificate of Insurance Bus 307 778 7770 Fax3077783689 122429.3 Rev.07-26-2005 q P alanose.b5gu:Pstatelarrnxom ® Request Certificate Holderto be added as at_* �.r 2z1- G-7v7 01-12-11;02:38PM; ;307-637-4266 # 1/ 1 '41 t'� CERTIFICATE OF LIABILITY INSURANCE °01/12/2o� 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 statement on this certificate does not confer rights to the certificate holder in lieu of such endorsements . PRODUCER Tlmberllne Insuraneo Agency, Inc. P. O. Box 20007 CONTACT NAMe:Diane E. Martin PHONE p AC, No 307-63T•4757 , 307-1337-4266 ADDRESS demartln@tlmberlineins,com Cheyenne, WY 82003 CUSTOMER ID: INSURERS AFFORDING COVERAGE NAIC A INSURED INSURERA-. Scottsdale Insurance Company Rising Sun Fence &Construction, LLC INSURER 8: 1274 Cole Road INSURER c: Cheyenne, WY 82009 INSURER0: "REVISED' INSURER e: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER; THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POUCY 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 SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR Type OF INSURANCE MSR WVO POLICY NUMBER MMIDDIYYY MMIDDIYY LIMITS A GENERAL LIABILITY COMMERCIAL tlENERAL Luatury � CLAIMS -MADE C6 OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY EC!� - 7LOC X CPS12053B4 04/14/2010 04/14/2011 EACH OCCURRENCE $ 11000,000 DAMAGF PREMISES Ea occurrence $ 100,000 MED EXP (Any one person) $ 5,000 PERSONAL a ADV INJURY S 1,000,000 GENERAL AGGREGATE $ 21000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 AUTOMOBIL9 LIABILITY ANY AUTO ALL OWNED AUTOSBODILY SCHEDULED AUTOS MIRED AUTOS NON -OWNED AUTOS COMBINED SINGLE LIMB (Ea accident) $ INJURY (Par pormn) S BODILY INJURY (Par accident) S PROPERTY DAMAGE (Per auddent) $ $ $ UMBRELIALIAB EXCESS LIAR OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE S DEDUCTIBLE RETENTION S $ $ WORKETS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETORIPARTNER/EXECUTIVE❑ OFFICERIMEMBER EXCLUDED? (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A WC STATU. OTH TORY LIMITS ER EL EACH ACCIDENT $ E.LDISEU"E- EAEMPLOYEE is E.L. DISEASE - POLICY LIMIT I S TT I ---F I - DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more apace Is required) Fence Erection Contractors CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIE$ BE CANCELLED BhPORE THE City of Fart Collins EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE P.O.Box 580 WITH THE POLICY PROVISIONS. Fort Collins, CO, 80522 AUTHORIZED REPRE9 TIVE s FAX 970 221-6707 Diane E. Martini @ 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, 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 consent of the City. 2 SA rev03/10 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 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 3 SA rev03/10 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. 17. Law/Severability. The laws of the State of Colorado shall govern the construction 4 SA rev03/10 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 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 5 SA rev03/10 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. SA rev03/10 ATTEST: AV t CORPORATE SECRETARY SA rev03/10 CITY OF FORT COLLINS. COLORADO a municipal corporation By: Jam B 'Neill II, C PO, FNIGP Direc r f Purchasing and Risk Management Date: % % r q 11 RIS G SUN FENCE AND CONSTRUCTION, LLC By- PRINT NAME CORPORATE PRE DENT OR VICE PRESIDENT Date:. �U 1(2) ( orporate Seal) EXHIBIT A SCOPE Project Description Construct approximately 3.1 miles (approximately 16,600 feet) of riparian (interior) fencing at Soapstone Prairie Natural Area in northern Larimer County, including locations to provide livestock access to water along a small stream and wetland area(see maps). Topography is generally rolling shortgrass prairie, and soils are generally sandy loams or gravelly loams. Fence design, gate locations, materials, and construction specifications are outlined below. The project must be completed by May 1, 2011. Work Hours Work can occur on site from dawn to dusk. No camping on site is allowed. Specifications • Standard Fence: 3-strand high tensile fence with the following specifications: o Tensile Strength - 200,000 psi minimum o Galvanizing - Type III o Gauge - 12 '/2 o Tension shall be maintained at a minimum of 200 pounds pressure on each wire. o The appropriate springs, fasteners, clips, pins and other materials used during construction must also conform to the product qualities and assembly methods as specified by the manufacturer. • Line Posts: Fiberglass posts shall be alternated with wood posts at a maximum ratio of 8:1. Posts shall be spaced not more than 40 feet apart on level terrain or as needed on inclines or otherwise uneven terrain. Where fence approaches riparian area for livestock access points, closer post spacing should be used (16.5 feet), and all wood posts should be used within 50 feet of the stream channel. Total length of posts should accommodate all measurements for the specific fence. In no circumstance may wire be fastened to trees in place of posts. • Fiberglass Posts: Fiberglass posts shall be a minimum diameter of 1 inch and shall be placed a minimum of 18 inches in the ground. • Wood Posts: Posts shall be pressure treated wood and have a minimum top diameter of 5 inches and set approximately 2 feet in the ground. Top wire shall be a minimum of 8 inches from the top of the post. Wood posts must be ACQ pressure treated. The City will not allow CCA pressure treated wood posts. In areas of high water table, contractor may be required to substitute untreated hardwood posts (redwood, cedar) approved by City Representative. • H Brace: All brace post assemblies shall have a minimum of 2 posts in line to provide a suitable anchor for the fence. They shall be spaced at a maximum of/< mile (1320 feet) intervals 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 post. Reasonable deviations shall be permitted where rocky ground or steep slopes exist. All H-brace assemblies will consist of posts a minimum of 7.5 feet in length and set approximately 3 feet in the ground, spaced 6 feet apart. Wood- A minimum of 6 inch top diameter of treated timber or durable wood for upright post. The horizontal post shall be a minimum of 4 inches in diameter. • Corner and End/ Gate Post: Use a corner post assembly for fence alignment changes of greater than 45 degrees. Sweep corners can be used for alignment changes less than 45 degrees. Sweep corners shall have a maximum post spacing of 8 feet and consist of a minimum of three posts. Wood- (Pressure treated or durable wood) shall have minimum top diameter of 6 inches, 7.5 feet in length, and be set firmly 3 feet in the ground. Cross post will have a minimum 4 inch top diameter. Cedar posts are to be used at locations within 50 feet or less from surface or ground water contact. Wire & Electrical Connections: Bottom wire shall be 18" above ground, middle wire at 28" above ground, and top wire at 40" above ground. Fence will be constructed such that middle and top wire can be energized on a single circuit. All electrical connections should use double insulated wire and mechanical fasteners. Bottom wire will be grounded. Wire should be attached to the side of the post that faces away from the riparian area (wire should not be inserted through pre -drilled holes in fiberglass posts). Wire should be attached to wood posts with high quality plastic insulators, and to fiberglass posts with adjustable pin locking insulators or clips that enable the wires attached to line posts to be lowered to ground level when the fence is not in use (wire attached to H braces or corner posts does not need to be adjustable). Grounding Rods: Lightning arrest location/ grounding rods should be placed at energizer and in 4 additional locations along the fence at stream access points (2 on east side, 2 on west side of fence. Galvanized steel or copper grounding rods 6 feet long should be driven into the soil until only 4-6 inches is sticking out above ground (or as deep as soil conditions allow), in the wettest soil available. Energizers: Fence should be powered with a solar powered electric fence controller. It should be high power, low impedance with a minimum 5,000 volt peak output with a short pulse that is less than 300 mAmps in intensity, finished within 300-millionths of a second (0.0003 seconds) at a rate of 35-65 pulses per minute and a high impact weather resistant case. Energizer should have a minimum output of 5 Joules (on the fence, not stored energy). Battery should be a Group 27 deep cycle battery. Solar panel should be a minimum 40 Watts. Panel must have voltage regulation consistent with battery requirements. Solar panel should be set on a post in a frame and set at least 6 feet above ground level. Wire connecting solar panel to battery must be protected. Energizer should be located internal to fence; energizer and solar panel locations must be approved by City prior to placement. Should have a lightning arrestor and surge protector. Fence chargers and other electric equipment will be used and installed consistent with manufacturer's guidelines. Gates: 4 gates will be constructed, each of 3 expandable, coiled, high tensile, 12.5 gauge wires in line with the fence wires and each attached to an insulated handle. Gate openings should be at least 16 feet wide. Locations will be selected in the field. Materials: Fencing materials must be new with a life expectancy of 15 years. Stream access points: The fence will be constructed to allow livestock access to the stream in 2 locations (see map). Fence should be constructed across the stream and to the opposite bank, but allow livestock access to a strip of ground on the opposite bank no more than 10 feet in width from the opposite stream bank. Locations should allow livestock access to approximately 30 feet of stream length. Two corner post assemblies should be used for each access point. Where fence approaches riparian area for livestock access points, closer post spacing should be used (16.5 feet), and all wood posts should be used within 50 feet of the stream channel. Cedar posts are to be used at locations within 50 feet or less from surface or ground water contact. City will be responsible for providing: • In -stream modifications and construction of hardened surfaces at access points SA rev03/10