HomeMy WebLinkAbout102136 KORBY LANDSCAPING - CONTRACT - RFP - 8731 LANDSCAPE & IRRIGATION MAINTENANCE SERVICESService Agreement – Work Order Type
8731 Landscape & Irrigation Maintenance Services Page 1 of 47
SERVICES AGREEMENT
WORK ORDER TYPE
THIS AGREEMENT made and entered into the day and year set forth below, by and
between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter
referred to as the "City" and KORBY LANDSCAPING, 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. Services to be Performed.
a. This Agreement shall constitute the basic agreement between the parties for services
for 8731 Landscape & Irrigation Maintenance Services. The conditions set forth herein
shall apply to all services performed by the Service Provider on behalf of the City and
particularly described in Work Orders agreed upon in writing by the parties from time to
time. Such Work Orders, a sample of which is attached hereto as Exhibit A, consisting
of one (1) page and incorporated herein by this reference, shall include a description of
the services to be performed, the location and time for performance, the amount of
payment, any materials to be supplied by the City and any other special circumstances
relating to the performance of services. A general scope of services is attached hereto
as Exhibit C, consisting of 33 (thirty-three) pages, and incorporated herein by this
reference.
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. Irrespective of references
in Exhibit A to certain named third parties, Service Provider shall be solely responsible
for performance of all duties hereunder.
b. The City may, at any time during the term of a particular Work Order and without
invalidating such Work Order, make changes to the scope of the particular services.
Such changes shall be agreed upon in writing by the parties by Change Order, a sample
of which is attached hereto as Exhibit B, consisting of one (1) page and incorporated
herein by this reference.
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
DocuSign Envelope ID: 695EFDFE-A68B-40F7-835B-8E25417CC69D
Service Agreement – Work Order Type
8731 Landscape & Irrigation Maintenance Services Page 2 of 47
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 November 1, 2018 and shall continue
in full force and effect until October 31, 2019, unless sooner terminated as herein provided.
In addition, at the option of the City, the Agreement may be extended for additional one year
periods not to exceed four (4) additional one year periods. Renewals and pricing changes
shall be negotiated by and agreed to by both parties. Written notice of renewal shall be
provided to the Service Provider and mailed no later than thirty (30) 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:
Service Provider: City: Copy to:
Korby Landscaping, LLC
Attn: Kyle Korby
2406 East County Rd #60
Wellington, CO 80549
City of Fort Collins
Attn: Jill Wuertz
PO Box 580
Fort Collins, CO 80522
City of Fort Collins
Attn: Purchasing Dept.
PO Box 580
Fort Collins, CO 80522
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 as full payment for all
work done and all materials furnished and for all costs and expenses incurred in
DocuSign Envelope ID: 695EFDFE-A68B-40F7-835B-8E25417CC69D
Service Agreement – Work Order Type
8731 Landscape & Irrigation Maintenance Services Page 3 of 47
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
D, consisting of three (3) pages, and incorporated herein by this reference.
Payment shall be made by the City Net 30 days from date of the invoice and upon
acceptance of the work by the City and upon the Service Provider furnishing satisfactory
evidence of payment of all wages, taxes, supplies and materials, and other costs
incurred in connection with the performance of such work.
9. City Representative. The City's representative will be shown on the specific Work Order
and shall make, within the scope of his or her authority, all necessary and proper decisions
with reference to the work requested. All requests concerning this Agreement shall be
directed to the City Representative.
10. Independent Contractor. It is agreed that in the performance of any services hereunder, the
Service Provider is an independent contractor responsible to the City only as to the results
to be obtained in the particular work assignment and to the extent that the work shall be
done in accordance with the terms, plans and specifications furnished by the City.
11. Subcontractors. Service Provider may not subcontract any of the Work set forth in the
Exhibit A, Statement of Work without the prior written consent of the city, which shall not be
unreasonably withheld. If any of the Work is subcontracted hereunder (with the consent of
the City), then the following provisions shall apply: (a) the subcontractor must be a reputable,
qualified firm with an established record of successful performance in its respective trade
performing identical or substantially similar work, (b) the subcontractor will be required to
comply with all applicable terms of this Agreement, (c) the subcontract will not create any
contractual relationship between any such subcontractor and the City, nor will it obligate the
City to pay or see to the payment of any subcontractor, and (d) the work of the subcontractor
will be subject to inspection by the City to the same extent as the work of the Service
Provider.
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. 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.
DocuSign Envelope ID: 695EFDFE-A68B-40F7-835B-8E25417CC69D
Service Agreement – Work Order Type
8731 Landscape & Irrigation Maintenance Services Page 4 of 47
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 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 E, consisting
of one (1) page, attached hereto and incorporated herein by this reference. The Service
DocuSign Envelope ID: 695EFDFE-A68B-40F7-835B-8E25417CC69D
Service Agreement – Work Order Type
8731 Landscape & Irrigation Maintenance Services Page 5 of 47
Provider before commencing services hereunder shall deliver to the City's Purchasing
Director, 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.
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
DocuSign Envelope ID: 695EFDFE-A68B-40F7-835B-8E25417CC69D
Service Agreement – Work Order Type
8731 Landscape & Irrigation Maintenance Services Page 6 of 47
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.
22. Dust Control. The Service Provider shall abide by the City of Fort Collins “Dust Control and
Prevention Manual,” which is available for public download at
https://www.fcgov.com/airquality/pdf/dust-prevention-and-control-manual.pdf, and is
incorporated herein by this reference. The City of Fort Collins has implemented this manual
for all projects performed for the City of Fort Collins or located within the City of Fort Collins
City limits.
23. Special Provisions. Special provisions or conditions relating to the services to be performed
pursuant to this Agreement are set forth in Exhibit F - Confidentiality, consisting of one (1)
page, attached hereto and incorporated herein by this reference.
DocuSign Envelope ID: 695EFDFE-A68B-40F7-835B-8E25417CC69D
Service Agreement – Work Order Type
8731 Landscape & Irrigation Maintenance Services Page 7 of 47
THE CITY OF FORT COLLINS, COLORADO
By:
Gerry Paul
Purchasing Director
DATE:
ATTEST:
APPROVED AS TO FORM:
KORBY LANDSCAPING, LLC
By:
Printed:
Title:
CORPORATE PRESIDENT OR VICE PRESIDENT
Date:
DocuSign Envelope ID: 695EFDFE-A68B-40F7-835B-8E25417CC69D
Kyle Korby
Member
11/7/2018
Assistant City Attorney ll
11/7/2018
City Clerk
Service Agreement – Work Order Type
8731 Landscape & Irrigation Maintenance Services Page 8 of 47
EXHIBIT A
WORK ORDER FORM
PURSUANT TO A MASTER AGREEMENT BETWEEN
THE CITY OF FORT COLLINS
AND
KORBY LANDSCAPING, LLC
WORK ORDER NUMBER:
PROJECT TITLE:
ORIGINAL BID/RFP NUMBER & NAME: 8731 Landscape & Irrigation Maintenance
Services
MASTER AGREEMENT EFFECTIVE DATE: November 1, 2018
WORK ORDER COMMENCEMENT DATE:
WORK ORDER COMPLETION DATE:
MAXIMUM FEE: (time and reimbursable direct costs):
PROJECT DESCRIPTION/SCOPE OF SERVICES:
Service Provider agrees to perform the services identified above and on the attached forms in
accordance with the terms and conditions contained herein and in the Master Agreement between
the parties. In the event of a conflict between or ambiguity in the terms of the Master Agreement
and this Work Order (including the attached forms) the Master Agreement shall control.
The attached forms consisting of ( ) page(s) are hereby accepted and incorporated
herein, by this reference, and Notice to Proceed is hereby given after all parties have signed this
document.
SERVICE PROVIDER: Date:
Name, Title
ACCEPTANCE: Date:
Name, Project Manager
REVIEWED: Date:
Name, Buyer or Senior Buyer
ACCEPTANCE: Date:
Gerry Paul, Purchasing Director
(if greater than $60,000)
DocuSign Envelope ID: 695EFDFE-A68B-40F7-835B-8E25417CC69D
Service Agreement – Work Order Type
8731 Landscape & Irrigation Maintenance Services Page 9 of 47
EXHIBIT B
CHANGE ORDER
NO.
PROJECT TITLE: 8731 Landscape & Irrigation Maintenance Services
SERVICE PROVIDER: Korby Landscaping, LLC
WORK ORDER NUMBER:
PO NUMBER:
DESCRIPTION:
1. Reason for Change: Why is the change required?
2. Description of Change: Provide details of the changes to the Work
3. Change in Work Order Price:
4. Change in Work Order Time:
ORIGINAL WORK ORDER PRICE $ .00
TOTAL APPROVED CHANGE ORDER .00
TOTAL PENDING CHANGE ORDER .00
TOTAL THIS CHANGE ORDER .00
TOTAL % OF THIS CHANGE ORDER %
TOTAL C.O.% OF ORIGINAL WORK ORDER %
ADJUSTED WORK ORDER COST $ .00
SERVICE PROVIDER: Date:
Name, Title
ACCEPTANCE: Date:
Name, Project Manager
REVIEWED: Date:
Name, Buyer or Senior Buyer
ACCEPTANCE: Date:
Gerry Paul, Purchasing Director
(if greater than $60,000)
DocuSign Envelope ID: 695EFDFE-A68B-40F7-835B-8E25417CC69D
Service Agreement – Work Order Type
8731 Landscape & Irrigation Maintenance Services Page 10 of 47
EXHIBIT C
GENERAL SCOPE OF SERVICES
Scope of Work
The City of Fort Collins is seeking Professional Green Industry Service Providers to assist with
landscape and irrigation maintenance. This RFP will be utilized to select and award contracts to
several landscape Service Providers to be utilize at various locations across the City. Some
specific sites will be solicited through this RFP; additionally, future work orders, for locations not
listed, may be created for sites by various City entities. Service Providers can choose to include
pricing on the Streetscape Maintenance Work Orders, the Police Services Building Work Order,
and/or just submit hourly rates for possible future work orders. Work will be directed by the
work order process as outlined within this document. The Service Provider shall provide all
administrative oversight, equipment, labor, and materials necessary for performing the services
that meet the intent as stated in the attached specifications. During and at the end of the
maintenance period, all plant material shall be in a healthy growing condition and all irrigation
operational. The City does not guarantee work if a Service Provider is selected for future work
based only on hourly rates.
This intent is to award each selected Service Provider a one-year Agreement and at the option
of the City, the Agreement may be extended for additional one-year periods not to exceed four
(4) additional one-year periods. Unit Price adjustments shall be negotiated and agreed upon at
the time of the annual agreement renewal.
Definitions
Green Industry: The environmental horticulture industry which includes products and services,
includes wholesale nursery, water supplies and irrigation services, landscaping services,
nursery and garden center supply stores, nursery and tree production, cemeteries, floriculture
production, golf courses, zoos and botanical gardens, landscape architectural services, and
florists. (Economic Contribution of the Green Industry to Colorado’s Economy: A 2016 Update;
Allison Bauman, Colorado State University, Dawn Thilmany McFadden, Colorado State
University; Jan 2017). Best Management Practices assist with defining industry practices, see
section 1.a.vi below.
Work Order Procedure
As this RFP intends to award contracts to multiple Professional Green Industry Service
Providers, selection of specific Service Providers for individual Work Orders will be made at the
discretion of the City Project Manager. The City reserves the right to request unit-price quotes
by all selected Service Providers for any Work Order. Factors that will influence selection
include, but are not limited to: cost, availability, past performance, expertise and knowledge in
specific landscape maintenance needs.
All job estimates must be submitted on a unit price basis consistent with the prices
established in the Bid Schedule section.
DocuSign Envelope ID: 695EFDFE-A68B-40F7-835B-8E25417CC69D
Service Agreement – Work Order Type
8731 Landscape & Irrigation Maintenance Services Page 11 of 47
Service Provider will invoice for all jobs completed on a unit price basis with the prices
established by the Services Agreement.
Each Work Order shall be signed and returned to the issuing department within 48
hours. Work Orders must be signed by all parties prior to commencement of any work.
Work Order number must be included on the billing invoices.
Items not listed within the established Bid Schedule shall be broken down by material
cost, material mark-up (if applicable) and labor hours.
Work Orders shall include all mandatory site information (table provided below).
A pre-season meeting, at the site, shall be scheduled by the City Project Manager at the
beginning of the contract period to identify any pre-existing conditions that may exist.
Pre-existing conditions may include tree damage, poor turf health, poor pruning
practices, broken concrete etc. Pre- existing conditions, to the extent known, shall be
documented by the Service Provider and verified by the City Representative and any
actions needed shall be agreed upon by both parties, in writing, prior to start of services.
A post-season evaluation shall be completed by the City Project Manager (see
Appendix).
Service Providers are permitted to decline participation in quote process if they deem the
project is not advantageous to their operations (e.g.: size of business, schedule,
expertise). A rationale for not quoting must be provided to City Project Manager.
MANDATORY SITE INFORMATION FOR WORK ORDER
ITEMS INFORMATION NOTES
Year Built
Taps
Water Provider
Contract duration
Maximum Water Budget
Tap Allotments
Irrigation Controller type
Number of Zones/Stations
Irrigation system type (conventional
or 2-wire)
Landscape Drawings (yes/no)
Irrigation Drawings (yes/no)
Are any landscape areas recently
planted within 1-3 years
Inspection
It shall be the Service Provider's responsibility to notify the City Project Manager, or their
representative, that the work is complete and ready for inspection. Every request for
inspection shall be made at least twenty-four (24) hours before inspection is desired,
unless an alternative time frame has been previously agreed upon by the City Project
Manager and Service Provider. Any work completed by the Service Provider and not
inspected and accepted by the City may be required to be removed and replaced at the
Service Provider's expense.
DocuSign Envelope ID: 695EFDFE-A68B-40F7-835B-8E25417CC69D
Service Agreement – Work Order Type
8731 Landscape & Irrigation Maintenance Services Page 12 of 47
City PM completes mandatory site information form
New site
City to solicit 3 quotes (1 must be
from one of the Streetscapes
contractors)
Execute work order based on low
quote and other potential
variables
Issue PO and begin
Work
Existing site
City PM updates maintenance
site scope if necessary
Contractor updates Bid
Schedule/Compensation to
current year
City PM reviews updated
information and past year
performance
City PM either renews with
existing contractor or solicits 3
quotes (follows "New site"
process)
Issue PO and begin
Work
One time
maintenance
work orders
For projects below $10,000, City
PM may proceed with any
contractor under contract
For projects over $10,000, City
PM may solicit 3 quotes and
award based on low quote and
other potential variables
Issue PO and begin
Work
8731: Landscape Maintenance Work Order Guidelines for New and Existing Sites
DocuSign Envelope ID: 695EFDFE-A68B-40F7-835B-8E25417CC69D
Service Agreement – Work Order Type
8731 Landscape & Irrigation Maintenance Services Page 13 of 47
ATTACHMENT 1: MAINTENANCE BID SCHEDULE DESCRIPTIONS, SPECIFICATIONS
AND GUIDELINES
Contents
1. Administrative Oversight ............................................................................................................. 14
a. Objective: Administrative oversight shall be performed to ensure contract compliance
and quality control of work in accordance with best management practices. ......................... 14
b. Objective: The City of Fort Collins has a culture of safety excellence through promoting
and integrating safety and health into all elements of the City's daily operations. Our vision
is to be the safest workplace in America with a mission of safety matters as much as getting
the job done. As a Contractor working on behalf of the City, safety shall be treated the
same. .................................................................................................................................................. 18
2. Landscape Maintenance ............................................................................................................. 18
a. Objective: Plants shall be maintained in accordance with Green Industry best
management practices and local code requirements to in order to sustain healthy, thriving
plant material. When prioritization must occur, trees and long-lived plant materials shall be
given highest priority. Sites should be maintained in a tidy fashion, mainly weed free. ...... 18
3. Water Management & Irrigation Maintenance ......................................................................... 25
a. Objective: Water management goals should support plant health. Irrigation
infrastructure should be maintained in a way that supports water management goals and
promotes water conservation. Response time to issues should reflect the importance of
water conservation. .......................................................................................................................... 25
b. Establishment Water Management & Irrigation Maintenance Objective: More rigorous
maintenance is needed during the first two to three years after planting due to plant stress
from transplanting and plant maturity. Irrigation infrastructure installation must be more
accurate because plant root systems are not established. The objective during this grow-in
period is to ensure plant success by directing the correct amount of water to exactly where
the plant needs it. Monitor landscape quality to identify strengths and weaknesses of
existing management and revise as appropriate. ....................................................................... 29
4. Other Maintenance ....................................................................................................................... 32
a. Objective: Per city code, maintain public right of way in a neat, tidy, methodical,
systematic, clean and orderly condition, permitting no deposit or accumulation of materials
other than those ordinarily attendant upon the use for which the premises are legally
intended. Refuse and rubbish shall be picked up which will prevent it from being carried by
the elements to adjoining premises. .............................................................................................. 32
5. Minor Repairs and Replacements ............................................................................................. 32
a. Objective: Repairs and replacements shall be billed in a format that matches contract
requirements while also allowing for long-term tracking to determine trends and issues on a
site. Minor repairs must be directly related to the maintenance work order. ......................... 32
DocuSign Envelope ID: 695EFDFE-A68B-40F7-835B-8E25417CC69D
Service Agreement – Work Order Type
8731 Landscape & Irrigation Maintenance Services Page 14 of 47
APPENDIX ................................................................................................................................................ 34
1. Administrative Oversight
a. Objective: Administrative oversight shall be performed to ensure contract
compliance and quality control of work in accordance with best management
practices.
i. Personnel: The Contractor shall furnish sufficient supervisory and working
personnel qualified and capable of performing all work required under this
contract. The Contractor and his employees shall always conduct
themselves in a professional and efficient manner. All persons engaged
in the work will be considered employees of the Contractor. The
Contractor shall be held directly responsible for the work of all employees
and subcontractors. The City may require the Contractor to remove any
employee(s) deemed careless, incompetent, or otherwise objectionable
due to improper behavior, whose continued employment on the job is
contrary to the best interests of the City. The Contractor shall always
have competent working supervisors on the job who can is qualified to
discuss matters pertaining to adherence to the contract requirements with
the Project Manager. Each Contractor crew shall have at least one fluent
English-speaking employee able to translate directions to the crew
members if they do not speak English. The employees shall always wear
clothing that identifies them as employees of the Contractor’s company.
Company vehicles shall always have a company-identifying marker
prominently displayed. The contractor shall train employees on best
management practices of the Green Industry.
ii. Damages: The Contractor shall be responsible for all damages, losses or
injuries that occur as a result of the fault or negligence of said Contractor
or his employees in connection with the performance of this work. All
portions of existing structures, facilities, or equipment including irrigation
systems, which are damaged, as a result of the Contractor’s performance
shall be repaired or replaced to a new condition. The Contractor shall
perform all work of this kind at no cost to the City. Repairs shall be made
on the day of damage or alteration, unless otherwise directed by the City.
Damages due to acts of God, vandalism, vehicular damage, theft, or
other mysterious damages that are not a result of the Contractor, shall be
repaired at City expense by the Contractor on a time and materials basis.
Notify City PM of such damages immediately upon discovery.
iii. Schedule. Per City Code, maintenance functions that generate
excessive noise (greater than eighty-five (85) dB(A)) shall only be
performed between 7:00 a.m. and 8:00 p.m. Requirements for working in
the right-of-way with traffic control will vary based on location (see B.ii).
The Contractor shall establish and update a schedule of routine work to
DocuSign Envelope ID: 695EFDFE-A68B-40F7-835B-8E25417CC69D
Service Agreement – Work Order Type
8731 Landscape & Irrigation Maintenance Services Page 15 of 47
be followed in the performance of this contract. Contractor shall schedule
a pre-contract meeting, post contract meeting (early December) as well
as monthly meetings for the duration of the contract. Meeting agendas
shall include updated schedule, water conservation issues, landscape
maintenance issues. Additional communication shall occur outside of
meeting times. It is the expectation that response times shall be:
1. Urgent water leaks, safety issues, etc., communication: 45
minutes or less of receiving during 6 am to 5 pm
2. Non-urgent communication: 48 hours
iv. Quality Control & Reporting
1. Within one week of contract start date, the contractor shall submit
for approval:
a. Integrated Pest Management Plan (IPM) for the control of
pests and weeds through the contract period. Plan shall
include recommendations for preventative, cultural,
chemical and mechanical control in irrigated turf, non-
irrigated turf, native grass turf, basic landscaped areas and
enhanced landscaped areas. Utilize CSU Fact Sheet
“Broadleaf Weed Control in Lawns” for guidance on
irrigated turf weed management.
2. Within the first five days of each contract month, the contractor
shall submit a detailed Maintenance Performance Report (MPR)
for work included in the prior month. The report shall include (but
is not limited to) the following information:
a. Number/location of complete mowings;
b. Number/location of complete irrigation inspections;
c. Irrigation schedule changes;
d. Pruning locations;
e. Inspection log which details communication to staff on
issues found while inspecting, date reported and their
resolution and date of resolution. Weather delays shall be
noted as well. This inspection log shall also include
communication from the City Project Manager to the
Contractor and include issue, date reported, resolution and
date of resolution;
f. Major work to be performed in the coming month;
g. Integrated Pest Management Plan (IPM) with log updates;
i. Using the City of Fort Collins general IPM policy
and five IPM procedures, create an IPM plan that
includes: summary of approach for contract;
schedule and milestone dates; personnel
certifications for spraying; necessary IPM
communications; narrative on safety procedures
used by Contractor; criteria for use of chemical
DocuSign Envelope ID: 695EFDFE-A68B-40F7-835B-8E25417CC69D
Service Agreement – Work Order Type
8731 Landscape & Irrigation Maintenance Services Page 16 of 47
control; guidelines for use of chemical control;
protection of trees; proposed list of chemical control
(which will be evaluated and approved/denied by
City Project Manager); log template that notes date,
time, site conditions (windspeed, temp, rainfall
predicted within 1hr, 4hr, >4hr), chemical
(pesticide, herbicide, fertilizer, etc.) type and name,
location applied, application method, chemical
rate/amount applied, approximate square feet of
application, applicator signature, follow-up
communication; comments (see link 4 below).
1. Samples that show some of the following
information include: example 1, example 2,
example 3, example 4, example 5
ii. Note, a more rigorous IPM approach is needed
during the first two to three years after planting
because soil was recently disturbed and weeds are
more prevalent. Make note of sites where this
applies and adjust IPM plan accordingly.
iii. Spraying herbicide on hardscape areas of medians
shall be included in median cost of maintenance,
this includes hardscape ends, splash block, curb,
and gutter up to joint with asphalt/concrete lane of
traffic.
iv. Acceptable active ingredients include: Glyphosate;
2, 4-Dichlorophenoxyacetic acid
v. Non-acceptable products Include: soil sterilant;
restricted use herbicides
h. any other pertinent information.
v. Payment: The total bid will be divided by the number of months in the
contract. Monthly billing will then be based on the contract amount divided
by the total number of months. The Contractor will be paid monthly for
work performed for the previous month’s work satisfactorily completed.
Payment will be withheld if the Maintenance Performance report (MPR)
and Contract Inspection report (CIR) are not submitted with the billing. If
MPR is not submitted within the first five business days from the previous
month end, the Service Provider will provide a late project completion
discount as specified on each Work Order. The City may withhold
payment to such extent as may be necessary to protect the City from loss
due to work required in the specifications which is defective, inadequate,
incomplete or not performed. See Appendix for work evaluation
standards discount and nonrecovery of discount by contractor.
DocuSign Envelope ID: 695EFDFE-A68B-40F7-835B-8E25417CC69D
Service Agreement – Work Order Type
8731 Landscape & Irrigation Maintenance Services Page 17 of 47
vi. Best Management Practices: Reference sources used shall be reputable,
trusted, and appropriate for the Colorado Front Range. Examples of Best
Management Practices for reference include, but are not limited to:
1. GreenCO BMP’s
a. http://www.greenco.org/best-management-practices.html
2. ALCC Landscape Training Manual for Technicians
a. https://alcc.memberclicks.net/index.php?option=com_mc&
view=mc&mcid=form_227265
3. City of Fort Collins Landscape and Irrigation Standards for Water
Conservation
a. https://www.fcgov.com/utilities/business/builders-and-
developers/development-forms-guidelines-
regulations/water-conservation-standards-for-commercial-
development
4. Sustainable Landscape Conversion Design and Irrigation
a. https://www.denverwater.org/sites/default/files/sustainable-
landscape-conversion3.pdf
5. 2013 Streetscape Standards
a. https://www.fcgov.com/planning/pdf/streetscape-doc.pdf
6. Low Impact Development
a. https://www.fcgov.com/utilities/img/site_specific/uploads/bi
z_edmanaging_stormwater_naturally.pdf
b. https://www.fcgov.com/utilities/what-we-
do/stormwater/stormwater-quality/low-impact-development
7. Landscape Irrigation Best Management Practices
a. https://www.irrigation.org/IA/Advocacy/Standards-Best-
Practices/Landscape-Irrigation-
BMPs/IA/Advocacy/Landscape-Irrigation-
BMPs.aspx?hkey=93b546ad-c87a-41b8-bf70-8c4fd2cff931
8. CSU Extension Fact Sheets
a. http://extension.colostate.edu/publications-2/
9. Tree Care Standards (if applicable)
a. https://tcia.org/TCIA/BUSINESS/ANSI_A300_Standards_/
TCIA/BUSINESS/A300_Standards/A300_Standards.aspx?
hkey=202ff566-4364-4686-b7c1-2a365af59669
10. Native Grass maintenance & maintenance for detention basins,
retention ponds, wetland basins, riparian areas
a. https://udfcd.org/wp-
content/uploads/uploads/vol2%20criteria%20manual/13_R
evegetation.pdf & https://udfcd.org/wp-
content/uploads/2014/07/Chapter-6-BMP-Maintenance.pdf
DocuSign Envelope ID: 695EFDFE-A68B-40F7-835B-8E25417CC69D
Service Agreement – Work Order Type
8731 Landscape & Irrigation Maintenance Services Page 18 of 47
b. Objective: The City of Fort Collins has a culture of safety excellence through
promoting and integrating safety and health into all elements of the City's daily
operations. Our vision is to be the safest workplace in America with a mission of
safety matters as much as getting the job done. As a Contractor working on
behalf of the City, safety shall be treated the same.
i. Safety: All work performed under this contract shall be performed in such
a manner as to provide a safe work environment for employees and a
safe work zone for citizens. All work shall be performed in compliance
with all applicable safety regulations and requirements including but not
limited to the following areas:
1. Proper Personal Protective Equipment (PPE) including high
visibility gear.
2. Proper traffic control and utilization of spotters when necessary,
3. Perform daily safety tailgate talks prior to work commencing.
4. Any hazardous condition noted by the Contractor shall be
immediately reported to the City Project Manager. The Project
Manager reserves the right to stop the Contractor and staff when
unsafe or harmful acts are observed or reported relative to the
performance of work under this contract.
ii. Traffic Control: All work occurring in the public right of way under the
jurisdiction of the City of Fort Collins that affects the traveling public
requires a Work Area Traffic Control permit from the City of Fort Collins
Traffic Operations Department. A permit is required for all work where
traffic moves differently than the normal conditions. Contractor shall
utilize the Work Area Traffic Control Policies and Procedures handbook
for guidance. Note that there may be restrictions on work during peak
traffic hours (7 am - 8:30 am and again 3:30 pm - 6:30 pm). In some
cases, work may be required at night and/or weekends to minimize
delays.
1. If Contractor sets up work area traffic control without City Traffic
department approval, or set up in an unsafe manner or pattern,
Contractor will be asked to stop work and may be subject to fines
by City Traffic.
2. Landscape Maintenance
a. Objective: Plants shall be maintained in accordance with Green Industry best
management practices and local code requirements to in order to sustain
healthy, thriving plant material. When prioritization must occur, trees and long-
lived plant materials shall be given highest priority. Sites should be maintained in
a tidy fashion, mainly weed free.
i. Trees
DocuSign Envelope ID: 695EFDFE-A68B-40F7-835B-8E25417CC69D
Service Agreement – Work Order Type
8731 Landscape & Irrigation Maintenance Services Page 19 of 47
1. Trees are maintained by the City Forestry Department. A
representative from the Forestry Division is available to meet with
the Contractor personnel to discuss turf trimming around trees and
its effects on trees.
2. Tree suckers shall be removed by Contractor by clipping or as
directed by the Forestry Division personnel. Timing of clipping
shall be as encountered. Chemical removal of suckers shall not
be allowed. Tree Sucker definition: shoots originating from the
soil.
3. Tree rings
a. Tree Ring Definition: Mulch ring that is offset 3-feet from
the face of trunk and which leaves 4” space away from
trunk. The mulch ring shall be 4” in depth.
b. Refreshing tree rings – Refreshing tree rings, or topping off
tree rings with mulch, shall be included in this contract.
City mulch shall be used. Contractor is responsible for
transporting and loading. Refreshing tree rings shall be
completed prior to mowing season. Work can be
scheduled on a 2 year rotation for tree rings. Refresh half
of existing trees in year 1 and half of remaining trees in
year 2. Repeat through length of contract.
c. New tree rings – Installing new tree rings, on trees without
tree rings, will be issued as a separate work order process.
d. The use of glyphosate around tree trunks prior to installing
tree ring mulch and annual maintenance of tree rings is
required.
4. Extreme care shall be utilized when mowing/trimming around
trees. Proactive reporting of tree damage shall be reported and a
review of damage shall determine penalty. Any marks, chipped
bark or girdling by devices will result in a penalty assessed by the
Project Manager when not reported.
5. Report trees in decline, dead or impeding signs, pedestrian or
vehicular traffic to the City Project Manager and Forestry Division
contact as they appear.
ii. Irrigated Turf
1. Turf Height: Mowing shall be performed so that turf is maintained
uniformly between a 3-inch to 4-inch height. No more than one-
third (1/3) of the grass blade shall be removed during each
mowing in returning the grass to the accepted height. Edging
should be performed annually along hard edges for the
Streetscape Work Order. Edging shall occur monthly from May-
September for all other work orders. Edging is limited to concrete
areas in order to avoid damage to irregular asphalt, flagstone,
brick, wood walks and decks.
DocuSign Envelope ID: 695EFDFE-A68B-40F7-835B-8E25417CC69D
Service Agreement – Work Order Type
8731 Landscape & Irrigation Maintenance Services Page 20 of 47
2. Mowing frequency: Mowing frequency shall be determined by the
contractor to meet the turf height specifications. Coordinate
mowing schedule with irrigation schedule to prevent turf damage.
The first mowing of the season shall take place no later than April
15th or as determined by City Project Manager. The last mowing
of the season shall be after 90% of leaves have fallen to mulch the
remaining leaves of the season, regardless of turf height.
3. Fertilizer: A properly fertilized lawn requires less water. Applying
more fertilizer than is needed can deplete other nutrients and
cause deficiencies. Excessive quantities of nutrients are often as
detrimental as deficiencies. Adding excess may adversely affect
the availability of other nutrients that were previously in sufficient
supply. (GreenCO BMP p 168).
a. A minimum of one spring and one late fall application
would be needed for irrigated turf.
b. Recommend fertilizer blends for spring and fall are as
followed:
i. Spring: Slow release N20 P5 K10 with 3% Fe
10%S and 50% Sulfur Coated Urea as the Nitrogen
form.
ii. Fall: Slow release N24 P0 K12 with 3% Fe 12%S
and 50% Sulfur Coated Urea as the Nitrogen form.
One lb of nitrogen per 1000 sq ft shall be applied
per application.
c. Sidewalks and other hard surfaced areas are to be
cleaned after fertilizer has been applied to avoid staining
from the iron.
4. Aeration: Contractor shall aerate once per year or as determined
by work order, typically in Spring.
5. Mowing equipment: Contractor shall utilize any equipment to
achieve turf height specifications uniformly (e.g. mowers,
trimmers, etc.). Equipment that mulches turf in place (mulching
mowers) shall be utilized. Mowing equipment shall be well
maintained and blades shall be sharpened frequently.
6. Cleanup: The Contractor shall remove all paper, tree branches
and limbs, rubbish, or other debris from each area prior to
mowing. Mowing over paper and debris is considered an unsafe
and unacceptable practice. Any visible grass clippings left on
sidewalks, streets, or turf areas shall be removed from the hard
surfaces and excess on the turf shall be removed or spread to
eliminate dead spots from heavy turf clippings.
7. Weeds: Follow pre-approved IPM plan to maintain turf that is
mainly weed free using preventative, cultural, chemical and
mechanical control. Carefully inspect the lawn at least weekly for
DocuSign Envelope ID: 695EFDFE-A68B-40F7-835B-8E25417CC69D
Service Agreement – Work Order Type
8731 Landscape & Irrigation Maintenance Services Page 21 of 47
disease and pests, correcting problems as they occur. Early
detection and control of problems is essential.
iii. Non-Irrigated Turf
1. Turf Height: Mowing shall be performed so that turf is maintained
uniformly between a 3-inch to 5-inch height. No more than one-
third (1/3) of the grass blade shall be removed during each
mowing in returning the grass to the accepted height. Edging
should be performed annually along hard edges for the
Streetscape Work Order.
2. Mowing frequency: Mowing frequency shall be determined by the
contractor to meet the turf height specifications uniformly. The
first mowing of the season shall take place no later than April 15th
or as determined by City Project Manager. The last mowing of the
season shall be after 90% of leaves have fallen to mulch the
remaining leaves of the season, regardless of turf height.
3. Mowing equipment: Contractor shall utilize any equipment to
achieve turf height specifications uniformly (e.g. mowers,
trimmers, etc.). Equipment that mulches turf in place shall be
utilized. Mowing equipment shall be well maintained and blades
shall be sharpened frequently.
4. Cleanup: The Contractor shall remove all paper, tree branches
and limbs, rubbish, or other debris from each area prior to
mowing. Mowing over paper and debris is considered an unsafe
and unacceptable practice. Any visible grass clippings left on
sidewalks, streets, or turf areas shall be removed from the hard
surfaces and excess on the turf shall be removed or spread to
eliminate dead spots from heavy turf clippings.
5. Weeds: Follow pre-approved IPM plan to maintain non-irrigated
turf areas by using chemical or mechanical control.
6. In some non-irrigated turf areas, trees may be watered with an
irrigation system. Care of this tree irrigation system shall be part
of maintenance of non-irrigated turf.
iv. Native Grass Turf
1. Turf Height: Native grasses shall be allowed to grow to natural
plant height.
2. Mowing frequency: Mowing in native grass areas shall only be
utilized as it relates to weed management and the IPM plan.
Typically, spot mowing may need to occur 2-3 times per year to
manage weeds. Excessive leaves that collect in native turf areas
shall be removed by contractor through the use of hand blowers.
3. Mowing equipment: Contractor shall utilize any equipment
necessary to meet IPM plan. If mowing is selected, mow height
shall be 6” and above.
DocuSign Envelope ID: 695EFDFE-A68B-40F7-835B-8E25417CC69D
Service Agreement – Work Order Type
8731 Landscape & Irrigation Maintenance Services Page 22 of 47
4. Weeds: Follow pre-approved IPM plan to maintain turf that is
mainly weed free using preventative, cultural, chemical and
mechanical control. Per City Code, weeds shall not be permitted
to grow to a height of more than six (6) inches. Weeds shall be
removed prior to flowering and/or before they reach the height
restriction.
5. Care of irrigation system associated with native grass area shall
be part of maintenance of native turf.
v. Basic Landscape Areas & Enhanced Landscape Areas
1. Shrubs
a. All Shrubs
i. Remove dead or damaged branches with clean,
sharp pruners, as close as possible to the base of
the plant. Remove dead shrubs completely.
ii. Include any shrub work in MPR and list plant and
location.
iii. Proactive pruning should match blooming period
and promote an aesthetic of Colorado native plants.
See below for recommendations based on shrub
type.
iv. Shearing of shrubs is strictly prohibited unless
specifically prescribed by the City Project Manager.
b. Flowering Shrubs
i. Pruning has a major influence on a shrub’s
flowering habit, shape, size and pest problems.
Prune shrubs based on flowering time (spring or
summer) and green industry recommended
practices (https://static.colostate.edu/client-
files/csfs/pdfs/PruningFloweringShrubs_619.pdf
and
http://extension.colostate.edu/docs/pubs/garden/07
415.pdf ).
ii. Prune on a 2 year rotation for flowering shrubs.
Prune half of existing shrubs in year 1 and half of
remaining shrubs in year 2. Repeat through length
of contract.
iii. Notify City Project Manager prior to any
rejuvenation pruning for approval.
c. Evergreen Shrubs
i. Pruning evergreen shrubs should only occur when
they have overgrown their space and are
encroaching into splash block or over a curb
(without splash block) and into the street.
DocuSign Envelope ID: 695EFDFE-A68B-40F7-835B-8E25417CC69D
Service Agreement – Work Order Type
8731 Landscape & Irrigation Maintenance Services Page 23 of 47
ii. When pruning is necessary, utilize Green Industry
recommended practices
(http://www.ext.colostate.edu/mg/gardennotes/617.
pdf).
iii. Notify City Project Manager if severely overgrown
plants should be removed.
d. Native Shrubs
i. Native shrubs
(http://extension.colostate.edu/docs/pubs/garden/0
7422.pdf) should be allowed to grow naturally.
However, due to the urban environment in which
they are placed, rejuvenation pruning may be
beneficial on a regular basis to control size and to
provide an attractive aesthetic. Work with City
Project Manager to determine if native shrubs
should be pruned.
2. Perennials
a. Perennial maintenance is driven by the plant. Identify
perennials and best cultural practices for the species.
b. Perennials, including ornamental grasses
i. Trim and remove old leaves and stems of
perennials in the early spring. Complete work no
later than mid-April.
ii. Cut all dead blades on the ornamental grass clump
4-6 inches, uniformly, from the ground in spring. Let
ornamental grass blades stand in winter unless
material is unsightly or is causing a sight
obstruction.
c. Perennial division
i. Perennial division shall be agreed upon as a work
order process not contained within the Streetscape
Contract. Contractor shall propose work to City
Project Manager each year based on conditions in
the field.
ii. After three to five growing seasons, perennials may
need to be divided to prevent overcrowding. Signs
of overcrowded perennials are poor or no blooming.
Ornamental grasses should be divided when they
become thin or die out in the center. Aggressive
perennials may need to be divided when the side
shoots or runners become crowded by other plants.
iii. Spring and early-summer blooming perennials are
should be divided in the fall or when foliage dies
(mid-September through mid-October). Plants that
DocuSign Envelope ID: 695EFDFE-A68B-40F7-835B-8E25417CC69D
Service Agreement – Work Order Type
8731 Landscape & Irrigation Maintenance Services Page 24 of 47
flower in mid- to late summer and fall should be
divided in the spring before growth begins. Warm
season ornamental grasses should be divided
during early spring, just before new growth starts.
Iris and daylilies usually are divided immediately
after flowering.
iv. Some plants should not be divided. Several types
of perennials are actually small woody shrubs and
should not be divided. These include perennial
Iberis sempervirens, lavender, rosemary, and
several other artemesias. These plants often have
rooted layers (branches that have developed roots
while touching the soil). The layers can be cut off
the parent plant, dug up and replanted as though
they were divisions.
3. Annuals
a. Annual planting, maintenance, fertilization and removal
shall be contracted through separate work orders.
4. Weeds: Follow pre-approved IPM plan to maintain basic
landscape areas that are mainly weed free using preventative,
cultural, chemical and mechanical control.
a. Individual Weeds: Weeds shall not be allowed to reach a
height greater than 2-inches and shall be removed prior to
flowering. Spreading weeds shall be addressed
proactively and shall not be allowed to grow to a size
greater than 6-inches by 6-inches.
b. Weed massings: Weeds shall not exceed 5% of the
plantable area of a basic landscape or enhanced
landscape median, parkway or planting area. Groupings
of weeds shall not exceed a 1-foot by 1-foot area.
c. Weed IPM Schedule: A schedule for weed management
shall be included in the IPM document for approval by the
City Project Manager. The first treatment of weeds shall
take place no later than April 1st or as determined by City
Project Manager.
vi. Mulch
1. Organic
a. Mulch should be maintained in a tidy fashion and should
be free of trash. Monitor mulch to ensure it has not moved.
Mulch shall not be placed within 3”-4” of plant base.
b. Organic mulch top off and/or replacement shall be
contracted through separate work orders. Contractor shall
propose work to City Project Manager each year based on
DocuSign Envelope ID: 695EFDFE-A68B-40F7-835B-8E25417CC69D
Service Agreement – Work Order Type
8731 Landscape & Irrigation Maintenance Services Page 25 of 47
conditions in the field where mulch is less than 2 inches
deep.
2. Inorganic
a. Rock Mulch: Mulch top off and/or replacement shall be
contracted through separate work orders. Contractor shall
propose work to City Project Manager each year based on
conditions in the field where rock mulch is missing or
unsightly.
b. Decorative Hardscapes & Concrete: Report any damage
to decorative hardscapes and decorative concrete to City
Project Manager.
vii. Decorative Features & Streetscape Amenities
1. Functional Concrete: Report any damage to the City Project
Manager so that they can be reported to the Streets Department.
2. Decorative Features & Streetscape Amenities: Report any
damage to the City Project Manager.
3. Water Management & Irrigation Maintenance
a. Objective: Water management goals should support plant health. Irrigation
infrastructure should be maintained in a way that supports water management
goals and promotes water conservation. Response time to issues should reflect
the importance of water conservation.
i. Water Management
1. Annual Water Management goals:
a. Turf: 15 gallons per square foot per season maximum
b. Landscaped areas & Trees only areas: 10 gallons per
square foot per season maximum
c. Trees: 15 gallons per square foot per season maximum
after first 2-3 years of establishment watering
d. Each work order shall include a water management goal
for each tap.
e. Irrigate according to the requirements of the plants, not on
a fixed schedule. Apply only enough irrigation to replace
water loss by evapotranspiration (ET). Match irrigation
application rate to the soil type and root depth. Avoid
applying more water than can be contained in the root
zone.
f. Watering schedules must meet restrictions set forth by the
City of Fort Collins Utilities. Any fines or penalties due to
failure to follow watering restrictions will be the
responsibility of the Contractor. Drought restrictions shall
be followed when necessary. City Project Manager shall
communicate watering restrictions as necessary.
2. Water Management scheduling
DocuSign Envelope ID: 695EFDFE-A68B-40F7-835B-8E25417CC69D
Service Agreement – Work Order Type
8731 Landscape & Irrigation Maintenance Services Page 26 of 47
a. The programming of all irrigation controllers shall be
scheduled by a Certified Irrigation Technician with one or
more of the following certifications: Associated Landscape
Contractors of Colorado (ALCC) CLT-Irrigation, Irrigation
Association (IA) Landscape Water Auditor, or Irrigation
Association (IA) Certified Irrigation Designer, or ASLA
licensed Landscape Architect.
b. Overall schedule changes
i. Sites under Central Control: Daily ET based
changes to watering to meet water management
goals. Program rain gauges to shut off at ½”
precipitation. Utilize rain gauges for active use.
ii. Sites with standalone controllers: Biweekly ET
based changes to watering to meet water
management goals. Utilize rain gauge.
iii. Sites with valves controlled by nodes: Monthly
historical based changes to watering to meet water
management goals. Manually turn off water at the
backflow during rain events over ½”.
c. Frequency of irrigation: all controllers
i. All turf and landscape types: Water shall be
applied so that runoff is avoided and applied to
match the needs of the plant being irrigated. Cycle
and soak irrigation methods should be utilized.
ii. Trees: Trees shall be watered to prevent wilting
and color loss. Most tree roots are in the top 6 to
24 inches of the soil and occupy an area two to four
times the diameter of the tree crown. Trees vary in
water requirements (see Attachment x), adjust for
xeric properties of plant. Use less frequent but
deeper watering to meet the 15 gal/sf requirement
for mature trees
iii. Shrubs: Shrubs shall be watered to prevent wilting
and color loss. Small established shrubs (less than
3 feet tall) should receive 5 gallons monthly
maximum. Large established shrubs (more than 6
feet tall) require 18 gallons per month maximum.
Shrubs vary in water requirements, adjust for xeric
properties of plant.
iv. Turf shall be irrigated to maintain horticulturally
acceptable growth and color while encouraging
deep rooting. Daily watering of one particular zone
shall be avoided, every third day irrigation is
recommended. Water the lawn uniformly until the
DocuSign Envelope ID: 695EFDFE-A68B-40F7-835B-8E25417CC69D
Service Agreement – Work Order Type
8731 Landscape & Irrigation Maintenance Services Page 27 of 47
soil is moist to a depth of 4 to 6 inches to
encourage deep roots. Frequent, light sprinklings
moisten only the surface and may cause shallow-
rooted turf and increase weed seed germination.
Cycle soak scheduling on sloped or poor soil
infiltration areas is required.
d. Hours of operation for irrigation schedule
i. Overhead irrigation shall operate between the
hours of 10:00 p.m. and 7:00 a.m. only.
ii. Drip and subsurface irrigation may operate at any
time.
iii. Newly planted sod or seed may be watered during
the day, with pre-approval of watering times and
locations by City Project Manager. City Project
Manager may request public signs be posted.
iv. During periods of drought, predetermined city
schedules and a permit process may take
precedence.
e. Rain events
i. All sites shall utilize rain sensors.
ii. Contractor shall shut off (central control sites can
be shut off at controller, backflow for all other sites)
irrigation when excessive rain fall (1/2” or greater)
is experienced to reduce water use.
3. Utilization of water reports
a. Within the Fort Collins Utilities boundary, water usage data
is available in hour-increments through the smart meter
system. Contractors shall utilize this information to
troubleshoot irrigation issues as necessary.
b. Continuous consumption reports are generated by Fort
Collins Water Utilities and indicate continuous usage for 3
straight days. If a site appears on the continuous
consumption report, the Contractor shall respond to the
issue within 4 hours.
ii. Maintenance of irrigation infrastructure
1. Routine sprinkler system maintenance: Check, adjust and identify
leaks and identify needed repairs on a regular basis, biweekly and
within 24 hours of mowing, whenever possible. Adjust the amount
of water applied by adjusting irrigation controllers. Ensure rain
sensors are working and connected to controllers. Check the
amount and depth of water infiltration to avoid problems that
develop from clogged heads, etc. Reset or clean heads as
necessary. Replace batteries in appropriate controllers each
DocuSign Envelope ID: 695EFDFE-A68B-40F7-835B-8E25417CC69D
Service Agreement – Work Order Type
8731 Landscape & Irrigation Maintenance Services Page 28 of 47
spring and as needed. No billing or fees associated with routine
maintenance.
2. Repair/Replace broken infrastructure
a. Sprinkler system repair shall consist of those operations
not covered in routine sprinkler system maintenance.
When the Contractor discovers a need for repair; he shall
make repairs immediately. See Section 5: Minor Repairs
and Replacements below.
b. Any replacement equipment or parts must be new, of the
same brand, model number and nozzle size unless
authorized by the Project Manager. The Contractor shall
maintain all sprinkler systems in such a way as to ensure
proper coverage and full working capability. For systems
over the age of 10 years, consult City Project Manager to
determine if an entire zone of heads shall be replaced to
match precipitation rate or meet water conservation
standards.
c. Repair damaged rain sensors and report missing rain
sensors to City Project Manager. Proactively maintain rain
sensor equipment so it is in working order.
d. Utilize Tree Protection specification (see appendix) for all
repairs near trees. Failure to do so will result in fines as
determined by Forestry (e.g. $1,000 per occurrence or
appraised value of tree).
3. Controllers
a. The Contractor shall protect the security of irrigation
controllers by keeping the controller cabinet doors locked
at all times. All padlocks shall be City issued. All lock
cylinders shall be standard irrigation controller locks or
otherwise issued by the City. Any stolen or vandalized
controllers because of unlocked cabinets shall be replaced
at Contractor’s expense. Remote control and hand held
programmers shall be protected from theft and shall be
replaced at Contractor’s expense in case of loss or
damage. Care should be exercised in the operation of
automatic controllers. Any defective or nonfunctioning
controller shall be reported to the Project Manager.
4. Sprinkler System Start-Up and Winterization
a. Spring Start-Up: Contractor is not to turn any curb stop or
street water valve. The Contractor shall turn on each
sprinkler system at the meter. Mainlines shall be filled
slowly and each zone activated while visually inspecting
each head for performance and coverage. Repairs will be
made prior to system being used for irrigation purposes.
DocuSign Envelope ID: 695EFDFE-A68B-40F7-835B-8E25417CC69D
Service Agreement – Work Order Type
8731 Landscape & Irrigation Maintenance Services Page 29 of 47
Visually inspect each backflow device for proper operation.
Notify City Project Manager of any malfunctioning
backflows.
b. Winterization: The Contractor shall turn off the sprinkler
system at the meter. Air shall be forced through the system
via the blow out tubes on the systems. Air shall pass
through each system expelling all water. Care shall be
taken when blowing out, as excessive pressure will
damage the sprinkler system. It is recommended that air
pressure does not exceed normal irrigation system
operation pressures. Backflow device ball valves should
be left in a partial open or partial closed position to prevent
damage from trapped water that will freeze. A second blow
out may be necessary on larger systems. Contractor will
be responsible for any freeze damage. This should be
scheduled no later than October 31 (smaller systems and
backflow devices will freeze rapidly). Do not wrap backflow
devices with insulation. Take care to winterize flow
sensors in irrigation system. Excessive air pressure and
heat from excessive length of time blowing air will damage
the flow sensor. Utilize blowout tubes beyond the flow
sensor whenever possible.
5. NOTE: Early irrigation activation and late season de-activation
may require the contractor to drain and temporarily insulate back
flow devices as weather requires to prevent freeze damage.
b. Establishment Water Management & Irrigation Maintenance Objective: More
rigorous maintenance is needed during the first two to three years after planting
due to plant stress from transplanting and plant maturity. Irrigation infrastructure
installation must be more accurate because plant root systems are not
established. The objective during this grow-in period is to ensure plant success
by directing the correct amount of water to exactly where the plant needs it.
Monitor landscape quality to identify strengths and weaknesses of existing
management and revise as appropriate.
i. Utilize the following information in conjunction with information above.
Where conflicts exist, utilize this section during the first two to three years.
1. Water Management goals:
a. Trees
i. Trees and other woody plants typically require
additional watering for one to three growing
seasons to become established (As a rule of
thumb, trees require one year per inch of caliper to
become established). This includes winter watering
for newly planted trees, particularly evergreens
DocuSign Envelope ID: 695EFDFE-A68B-40F7-835B-8E25417CC69D
Service Agreement – Work Order Type
8731 Landscape & Irrigation Maintenance Services Page 30 of 47
when snow is absent. During prolonged dry
periods (longer than four weeks) in the fall and
winter (October –March), trees may need watering
one to two times per month. Water only when
temperatures are above 40 degrees (indicator for
ground freeze that prevents water infiltration) and
no snow cover exists.
ii. Generally, for small and medium size trees with
moderate water needs, use approximately 10
gallons of water per inch of trunk diameter
(measured 4.5 feet above grade) for each watering.
The frequency of watering for small trees (1-3”) is
once per week throughout the season. For small
trees, use a minimum of 40 gallons per week.
Medium size trees (4”-8”) may require watering
three times per month throughout the season.
Water large trees (10”+) twice per month at a rate
of 15 gallons of water per inch of trunk diameter.
See
http://extension.colostate.edu/docs/pubs/garden/07
418.pdf
http://extension.colostate.edu/docs/pubs/garden/07
419.pdf for tree water requirement
recommendations.
b. Shrubs
i. Apply 5 gallons two times per month for a newly
planted shrub.
c. Native Grasses
i. Utilize the following chart as a guideline for
irrigating native areas. Work with City Project
Manager to customize for specific sites.
ii. Sample irrigation schedule for establishing native
areas from UDFCD Manual Chapter 13
Revegetation.
Time Of Year Frequency Time of Day Soil Moisture Depth
– Utilize cycle &
soak
Mid-April (Cool
Season) Mid-
May (Warm
Season)
1-2 times per day until
temperatures reach 80
degrees
Once in early
morning once in late
evening
Maintain soil
moisture to 2-inch
depth
Early June to
July
Every other day or more
if temperatures are
above 90 degrees
Early morning or late
evening
Maintain to 4 inch-
Service Agreement – Work Order Type
8731 Landscape & Irrigation Maintenance Services Page 31 of 47
July to Mid-
August
One application per
week
Early morning or late
evening
Maintain soil
moisture to 6-inch
depth
Mid-August to
Mid-September
One application every
other week
Early morning or late
evening
Maintain soil
moisture to 6-inch
depth
Mid-September
and on
Withhold watering to
allow plants to harden
for winter
NA NA
2. Water Management scheduling
a. Daytime Watering for Establishment: Contractor shall
notify City Project Manager of any daytime watering of new
plant material.
b. Establishment watering shall take into consideration the
plant root depth of new plant material. Match irrigation
application rate to the soil type and root depth. Avoid
applying more water than can be contained in the root
zone. Excessive water runoff shall be avoided.
c. Plant water requirements during the establishment period
may increase due to plant stress. Monitor landscape
quality to identify strengths and weaknesses of existing
water management and irrigation emitters and revise as
appropriate.
i. Note: Xeriscape plant material may need more
water during the initial establishment period. Work
with City Project Manager to adjust irrigation
infrastructure after plants are established.
3. Maintenance of Irrigation infrastructure
a. Equipment adjustment and locations
i. Monitor landscape quality to determine if plants are
receiving water in the critical root zone.
1. Overhead Irrigation (Rotors, sprays, etc.):
Report any issues with overhead irrigation,
such as improper hydrozones or
malfunctioning infrastructure, to the City
Project Manager. Confirm nozzles were
installed correctly and adjust accordingly to
ensure plants receive adequate water.
2. Subsurface & Drip Irrigation: Adjust location
of drip emitters and tubing, as necessary, to
ensure plants receive adequate water.
DocuSign Envelope ID: 695EFDFE-A68B-40F7-835B-8E25417CC69D
Service Agreement – Work Order Type
8731 Landscape & Irrigation Maintenance Services Page 32 of 47
4. Other Maintenance
a. Objective: Per city code, maintain public right of way in a neat, tidy, methodical,
systematic, clean and orderly condition, permitting no deposit or accumulation of
materials other than those ordinarily attendant upon the use for which the
premises are legally intended. Refuse and rubbish shall be picked up which will
prevent it from being carried by the elements to adjoining premises.
i. Litter, Trash, Debris
5. All areas covered under this contract shall inspected by the
contractor and be kept free of all trash, debris, tree limbs,
branches, and other foreign matter. Contractor shall avoid
mowing and thus shredding debris. Shredded debris is subject to
discount.
6. Contact City Project Manager for large debris removal to
determine scope, fees, etc. This work order is for normal every
day litter, trash and debris removal that is typical to streetscapes.
Acts of vandalism, unanticipated vehicle accidents, and large
weather events shall be handled individually outside this contract.
7. Spring cleanup shall be performed during the first four weeks of
contract on all sites to remove all debris, leaves, paper, branches,
rubbish, etc. from all areas before any other maintenance
activities commence.
8. During the term of this contract, leaves shall be the responsibility
of the Contractor. Removal by hand or mowing shall be the
methods used to control the buildup of falling leaves.
5. Minor Repairs and Replacements
a. Objective: Repairs and replacements shall be billed in a format that matches contract
requirements while also allowing for long-term tracking to determine trends and issues
on a site. Minor repairs must be directly related to the maintenance work order.
i. A repair/replacement allotment shall be given on all work orders. This
amount is not guaranteed to the contractor.
ii. Minor repairs (under $200) shall be billed monthly. The billing shall
include the location (object ID from GIS), cost of materials and labor
hours.
iii. For repairs that range from $200-$5,000, the Contractor shall notify the
City Project Manager for approval. The billing shall include the location
(object ID from GIS), cost of materials and labor hours.
iv. For repairs that exceed $5,000, the Contractor shall notify the City
Project Manager for approval. A quote shall be created that identifies
the location (object ID from GIS), cost of materials, agreed upon
materials markup and proposed labor hours. The quote will be
reviewed by the City Project Manager and then a work order and
purchase requisition will be created.
DocuSign Envelope ID: 695EFDFE-A68B-40F7-835B-8E25417CC69D
Service Agreement – Work Order Type
8731 Landscape & Irrigation Maintenance Services Page 33 of 47
v. Traffic control billings, when appropriate, shall be submitted with invoice
from traffic control company. Coordination of traffic control shall be
considered part of the Administrative Oversight of work orders.
Additional fees as determined by the City of Fort Collins in the Work
Area Traffic Control permit shall be reimbursed by the City at no
additional markup by the contractor.
vi. If zone changes, etc., are being made, follow City of Fort Collins
Landscape and Irrigation Standards for Water Conservation for
guidance. Coordinate all irrigation design changes with City Project
Manager.
DocuSign Envelope ID: 695EFDFE-A68B-40F7-835B-8E25417CC69D
Service Agreement – Work Order Type
8731 Landscape & Irrigation Maintenance Services Page 34 of 47
APPENDIX
WORK EVALUATION STANDARDS
1.0 WORK RATING
The quality of work and performance are important to the City and reflect on the City and
Contractor. An annual rating will be given to the contractor based on the following criteria:
Contractor met requirements related to Quality
Contractor met requirements related to Cost
Contractor met requirements related to Timeliness
Document, briefly, area(s) of non-compliance and steps taken to remedy (see also Penalties
section below).
Document overall rating of contractor by the following categories:
Performance Below
Standard Standard
Above Standard
Document any responses made by Contractor.
1.1 LATE/DEFICIENT PROJECT DELIVERY DISCOUNT
To establish compliance with the specifications found in Exhibit A, the following late/deficient
project delivery discounts shall be used in case of insufficient performance by the Contractor.
A discount shall be invoked when an inspection report reveals a maintenance item (i.e. mowing,
trimming, sprinkler maintenance, weeding, trash pickup, shredding of trash, etc.) was done
unsatisfactorily in accordance with the standards set forth in Attachment 1. The Contractor will
be given a minimum of two working days to correct the deficient work. If the work after two
working days remains unsatisfactory, the following percentage of the total calculated monthly
billing would be deducted as a discount:
Number of Deficient Maintenance Operations
Degree of Penalty
1 5% of monthly billing
2 10% of monthly billing
3 15% of monthly billing
4 20% of monthly billing
5 or more 25% of monthly billing
At the point of more than five (5) deficient
operations, the Contractor may be found in
default of the contract and removed for no
cause.
DocuSign Envelope ID: 695EFDFE-A68B-40F7-835B-8E25417CC69D
Service Agreement – Work Order Type
8731 Landscape & Irrigation Maintenance Services Page 35 of 47
Damage to trees by string trimmers or mowers will be penalized at $50.00 per occurrence if
there are no tree rings, and up to $500.00 when tree rings exist. If the project manager were
notified prior to an inspection notice, the discount would be reduced to $10.00. Any discounts
would be deducted from the next monthly billing. At Forestry’s discretion, in addition to
discounts, they may be charged up to full appraised value of the tree.
1.2 DISCOUNT EXAMPLES
Calculated monthly price = $8,000.00
1. Example Number One: Inspection report for June 8, 2004, shows trimming was missed
or poorly done on College Avenue Frontage Road between Rutgers and Columbia. The
Contractor is given two (2) working days to properly perform the work. If after this time (two
working days), the work is still unsatisfactory, a discount of 5% or $400.00 will be deducted from
the next monthly invoice. If the work is satisfactorily performed within the two-day period, no
discount will be deducted from the monthly invoice for that period.
2. Example Number Two: Inspection report of July 15, 2004 shows that on Mountain
Avenue a drink cup was shredded by a mower and is now part of the landscape. There is a
sprinkler head in the 1000 block that is spraying water into traffic while operating. The tree
furthest west on the median in the 300 block has a gouge in the bark with red paint similar to the
mower generally used by the Contractor on Mountain Avenue and there are mower tracks in the
dirt at the base of the tree.
The Contractor is given two days to correct problems #1 and #2. However the tree damage is
not repairable and a discount of $25 is assessed and unrecoverable. After two days an
inspection shows that the drink cup fragments have been removed but the sprinkler head is still
washing cars. A discount of $425.00 will be deducted from the monthly billing.
If the Contractor notifies the Project Coordinator about the tree damage, prior to the inspection
report being submitted, the discount will only be $10.00. And the $400.00 would still be
assessed for the sprinkler. If none of the work is done then $825.00 will be assessed against
the monthly billing.
3. Example Number Three
In example number two the drink cup was removed and the sprinkler was still washing cars after
two days. The $400.00 discount is assessed. An inspection report on the following week
shows that the sprinkler is still washing cars and now there is a brown spot developing in front of
the sprinkler in the turf. The Contractor is given two working days to correct the problem.
A follow-up inspection shows the sprinkler has been adjusted but the brown spot remains. No
discount is assessed even though the brown spot remains. If the problem is not corrected a
discount of an additional $800.00 is assessed against the monthly billing.
DocuSign Envelope ID: 695EFDFE-A68B-40F7-835B-8E25417CC69D
Service Agreement – Work Order Type
8731 Landscape & Irrigation Maintenance Services Page 36 of 47
1.3 NONRECOVERY OF DISCOUNT BY CONTRACTOR
1. Money withheld as a discount from any monthly payment due the Contractor will be
considered a forfeiture on the part of the Contractor and not recoverable.
2. The intent of this contract is to provide a well maintained landscaped with regard to the
specifications. Adherence to the specifications will make it unnecessary to invoke penalties.
TREE PROTECTION SPECIFICATION
Tree Protection Specifications
1-13-16
1. All tree protection and replacement requirements in LUC 3.2.1.F.G. shall be followed.
Existing trees shall be inventoried. All existing trees in the potential construction impact
zone shall be numbered and identified by species, size, condition, intent to save or
remove and mitigation.
2. All tree pruning, removal and protection shall adhere to the requirements found in the
City of Fort Collins Tree Management Standards and Best Management Practices
manual which was approved by the City Manager March 31, 2010.
3. Existing trees marked for protection and preservation shall not be removed.
4. The critical root zone of each existing tree designated to be preserved shall be protected
so that soil compaction does not occur. This will include restricting equipment use and
material storage in the critical root zone of each tree.
5. Avoid cutting surface roots whenever possible. All grading, sidewalk and paving levels
should be contoured sufficiently to avoid root or trunk damage. At any location where
roots need to be disturbed or cut, contact the City Forestry Division for review prior to
any disturbance or cutting.
6. When root cutting is necessary, the cuts should be made using a sharp saw or
appropriate tool so that extra root tissue is not damaged. Cuts should be smooth, flush
and completed very quickly after root exposure occurs. Once the root cutting is
complete, immediately cover the exposed root tissue with good soil and then water the
area to avoid root dehydration. Root pruning shall be reviewed by the City Forestry
Division and performed by a certified arborist for any roots over 2” in diameter.
7. Tree protection shall be set up and implemented prior to construction. Tree protection
shall incorporate the following criteria:
DocuSign Envelope ID: 695EFDFE-A68B-40F7-835B-8E25417CC69D
Service Agreement – Work Order Type
8731 Landscape & Irrigation Maintenance Services Page 37 of 47
a. All existing trees to be retained in close proximity to any construction activity shall be
protected using a fencing material that meet or exceed the following criteria:
1) Fencing material would have a minimum height of 5 feet.
2) Fencing may consist of orange snow fencing or other suitable material.
3) Protection barrier fencing shall be supported by 1” X 1” metal posts or similar
sturdy stock.
4) Concrete blankets or other suitable material shall be wrapped around the
trunk of trees that are in close proximity to actual construction activities. At a
minimum, the bottom 6 feet of the trunk shall be wrapped.
b. The actual location of tree protection fencing should be determined by an onsite
meeting between the Forestry Division representative and the appropriate contractor
representative.
c. Partial fencing within the protection zone may be required as necessary.
d. There shall be no movement of equipment or storage of equipment, materials,
debris, or fills or cuts within the critical root zone area unless approved by the City
Forestry Division.
e. Modification or removal of tree protection fencing or blanket wrap must be approved
by the Forestry Division prior to the removal of such protection.
8. Within the drip line of any tree marked for retention and preservation, there shall be no
cut, excavation or fill unless a qualified arborist or forester has evaluated and approved
the disturbance. Approved cut, excavation or fill within the drip line of existing trees must
be accomplished using methods approved by a qualified arborist and City Forestry
Division. This may include the required use of hand tools or an air spade when
necessary.
9. In order to protect the critical root zone of each tree, or group of trees, to be retained, the
following criteria must be followed:
a. Equipment or material shall not be washed, cleaned or rinsed within the drip-line
of any trees.
b. Equipment or materials shall not be stored within the drip-line of any trees.
c. Potentially harmful materials such as paints, oils, solvents, asphalt, concrete,
motor oil or any other material harmful to the life of a tree shall be kept out of the
drip-line of any tree.
10. Attachments such as wires, cables, winches, ropes, signs, notices or permits shall not
be fastened to any protected tree.
DocuSign Envelope ID: 695EFDFE-A68B-40F7-835B-8E25417CC69D
Service Agreement – Work Order Type
8731 Landscape & Irrigation Maintenance Services Page 38 of 47
11. All protected existing trees shall be pruned to the City of Fort Collins Forestry Standards.
All required or optional tree removal or pruning shall be performed by a private tree
service holding a current City of Fort Collins Arborist license.
12. Applying thick layers of wood mulch over a portion of the root system of existing trees
may be directed at individual locations to adequately prevent soil compaction during
construction activity.
13. Loss or potential injury to any tree(s) shown to be retained due to contractor neglect or
improper construction activities will result in a penalty of up to full damages for the
assessed value of the tree(s) as determine by the City Forestry Division or qualified
arborist using the Council of Tree an Landscape Appraiser Guide for Plant Appraisal
(most recent edition). Full loss or partial injury value will be assessed to the contractor.
14. A fine of one-thousand dollars may be levied against the contractor for each incident of
unnecessary damage to existing trees by not following the tree protection notes. If a
financial penalty is not imposed for a violation, the City project manager shall document
the incident with an explanation of why a fine was not imposed.
15. The contractor is responsible for scheduling tree inspections with the City Forester or
consulting arborist at critical phases of the project. There shall be daily coordination of
field crews by the contractor during the critical phases of the project to ensure the tree
protection specifications are followed as well as the direction received from the City
Forester or a consulting arborist. Critical phases are defined as work being conducted in
proximity of trees to be protected or transplanted where any form of damage could
occur. Examples could be demolition of existing concrete, root pruning, construction of
retaining walls and construction of new curb.
16. The City Forestry Division shall be notified prior to any trenching, excavation or
construction activity known, or suspected, to involve cutting roots or damaging any of the
above ground portions of a preserved or transplanted tree.
17. When raising the grade around a tree, a dry well is required, when lowering the grade
around a tree, a retaining wall is required. In such instances approval is required by the
City Forester.
18. Irrigation lines or any underground fixture requiring excavation deeper than six inches
shall be accomplished by boring under the root system of protected existing trees at a
minimum depth of twenty-four inches. The auger distance is established from the face of
the tree (outer bark) and is scaled from tree diameter at breast height (see table).
19. Soil cultivation should not exceed 2 inches in depth within the drip line of any existing
protected tree. The grade should also not be raised more than 2 inches within the drip-
line of any existing protected tree.
DocuSign Envelope ID: 695EFDFE-A68B-40F7-835B-8E25417CC69D
Service Agreement – Work Order Type
8731 Landscape & Irrigation Maintenance Services Page 39 of 47
Tree Diameter at Breast Height (inches) Auger Distance From Face of Tree (feet)
0-2 1
3-4 2
5-9 5
10-14 10
15-19 12
Over 19 15
IRRIGATION WATER TARGETS BY WATER ACCOUNT
WATER ACCOUNT IRRIGATION WATER TARGET
(Gallons)
1011 1/2 W Mountain Ave. 236,353.2
102 Columbia Rd. 89,401.8
102 N. College Ave 25,269.5
1022 Fossil Creek Dr. 553,107.3
103 W. Boardwalk Dr. 148,583.9
104 S. Lemay Ave. 364,744.7
1099 Columbia Rd. 214,398.8
1100 W. Drake Rd. 24,715.5
1106 W. Mountain Ave. 174,926.5
1114 W Vine Dr 240,193.5
1162 E Mulberry St 429,760.1
1200 S. College Ave. 21,481.0
1217 W. Mountain Ave. 176,236.2
1227 N College Ave 180,530.6
1238 W. Mountain Ave. 178,711.1
1246 W. Elizabeth St. 22,138.5
125 E. Mountain Ave. 52,688.7
126 Laporte Ave. 152,263.0
1280 W. Drake Rd. 438,863.9
1294 N College Ave 260,919.7
DocuSign Envelope ID: 695EFDFE-A68B-40F7-835B-8E25417CC69D
Service Agreement – Work Order Type
8731 Landscape & Irrigation Maintenance Services Page 40 of 47
1300 S. College Ave. 91,888.6
1301 Hays St. 16,896.5
1309 W Harmony Rd 406,059.0
140 Jefferson St. 104,385.9
1403 W. Mountain Ave. 134,723.3
1413 N. Lemay Ave. 1,586,596.6
1414 W. Mountain Ave. 124,359.1
142 W. Prospect Rd. 15,626.7
1428 W. Harmony Rd. 98,152.9
1507 Longs Peak Dr. 26,729.2
1521 W. Mountain Ave. 179,764.3
1541 W. Mountain Ave. 116,753.8
1628 W. Harmony Rd. 49,075.7
1702 S. College Ave. 7,583.5
1722 W. Mountain Ave 420,873.8
1780 E Harmony Rd 66,294.5
1809 S. Timberline Rd. 142,371.8
1828 S. Shields St. 164,705.9
1831 E. Prospect Rd. 28,116.7
1832 N. College Ave. 27,406.4
190 E. Horsetooth Rd. 28,948.1
1940 E. Prospect Rd. 52,251.1
1947 E Harmony Rd 133,430.6
200 Canyon Ave. 56,806.8
2010 W. Harmony Rd. 50,985.3
2017 W. Drake Rd. 211,534.0
202 E. Laurel St. 54,125.9
202 S COLLEGE AVE 18,221.5
2030 W. Horsetooth Rd. 902,860.4
2060 S. College Ave. 38,454.9
2100 Katahdin Dr. 427,164.4
2101 E. Prospect Rd. 889,445.0
2109 Custer Rd. 169,328.1
2111 E. Drake Rd. 415,301.4
2131 E. Horsetooth Rd. 160,712.8
2210 S. College Ave. 56,736.7
2246 E. Harmony Rd. 245,780.6
2404 S. College Ave. 39,732.7
2406 S. College Ave. 40,388.3
2411 N. County Rd. 11 551,916.1
2526 S. College Ave. 81,766.2
2600 S. Shields St. 16,900.9
DocuSign Envelope ID: 695EFDFE-A68B-40F7-835B-8E25417CC69D
Service Agreement – Work Order Type
8731 Landscape & Irrigation Maintenance Services Page 41 of 47
2620 S. College Ave. 73,434.0
2700 E. Prospect Rd. 352,214.6
2851 S. College Ave. 360,091.1
2902 E Harmony Rd 394,709.1
298 E. Mountain Ave. 64,241.2
2998 S Taft Hill Rd 1,693,129.3
300 Canyon Ave. 30,189.3
300 E. Horsetooth Rd. 82,291.1
3031 Pleasant Valley Rd. 311,312.3
3033 S. Shields St. 371,522.5
3050 Council Tree Dr. 97,469.9
310 N COLLEGE 26,256.8
3113 S. College Ave. 315,034.6
324 E Harmony Road 236,291.3
330 W. Mountain Ave. 164,330.5
3331 S. College Ave. & 3403 S. College
Ave.
314,887.4
3400 S. Shields St. 990,646.8
3596 Ziegler Rd. 20,166.9
3650 S. Lemay Ave. 596,265.1
391 E. Mountain Ave. 118,340.8
3911 S. Shields St. 556,756.9
3916 S. Lemay Ave. 1,042,647.6
400 W. Mountain Ave. 174,742.2
402 N. College Ave. 93,722.0
403 W. Horsetooth Rd. 210,504.2
430 E. Elizabeth St. 67,966.3
4374 S. College Ave. 121,908.8
445 N. College Ave. 34,498.8
4466 S. Timberline Rd. 59,396.0
450 S. College Ave. 31,476.2
4586 E. County Rd. 32 897,626.5
4600 S. Lemay Ave. 76,723.1
4666 Ziegler Rd. 41,429.3
4730 S. Timberline Rd. 188,482.9
505 E. Oak St. 166,293.4
518 S. College Ave. 21,867.9
532 W. Mountain Ave. 165,194.9
600 W. Mountain Ave. 174,137.8
618 S. College Ave. 88,154.9
702 W. Horsetooth Rd. 88,752.4
708 Whalers Way 9,141.3
DocuSign Envelope ID: 695EFDFE-A68B-40F7-835B-8E25417CC69D
Service Agreement – Work Order Type
8731 Landscape & Irrigation Maintenance Services Page 42 of 47
721 E. Pitkin St. 129,623.3
740 W. Mountain Ave. 171,399.4
800 E. Pitkin St. 30,615.0
802 W. Mountain Ave. 176,374.8
806 W. Drake Rd. 233,852.1
809 Strachan Dr. 75,618.5
810 E. Mulberry 24,596.5
824 Foxtail St. 232,925.1
911 1/2 W. Mountain Ave. 154,418.1
942 N. College Ave. 380,190.6
989 W. Horsetooth Rd. 120,374.4
Hwy 14 & Timberline 1,243,838.0
Mason/Harmony 141,682.8
Province Rd/S Lemay 27,448.8
SHARED - CSU WATER 5,275.0
SHARED - FCCP 179,894.9
SHARED - FRCC 88,293.8
SHARED - HOA WATER 35,099.4
SHARED - PRIVATE DISCONNECTED
2017
34,292.5
SHARED - TWIN SILO PARK 25,004.7
Trilby/S Lemay 26,439.9
Grand Total 26,897,949.2
DocuSign Envelope ID: 695EFDFE-A68B-40F7-835B-8E25417CC69D
Service Agreement – Work Order Type
8731 Landscape & Irrigation Maintenance Services Page 43 of 47
EXHIBIT D
BID SCHEDULE/COMPENSATION
KORBY
LANDSCAPE
STREETSCAPE MAINTENANCE SERVICES –
NORTHERN AREA BID SCHEDULE
Unit Cost Total Cost
Administrative Oversight 1 LS $5,000.00 $ 5,000.000
Section A: Irrigated Grass Medians (IGM) 236,608 SF $ 0.088 $ 20,821.504
Section B: Irrigated Grass Parkway (IGP) 697,152 SF $ 0.088 $ 61,349.376
Section C: Irrigated Landscape Medians & Parkways
(ILM, ILM HSE, ILP, IRTP, ITM)
408,570 SF $ 0.088 $ 35,954.160
Section D: Non-Irrigated Grass Medians & Parkways
(NIGM, NIGP)
667,512 SF $ 0.083 $ 5,403.496
Section E: Non-Irrigated Landscape Medians &
Parkways (NILM, NILM HSE, NILP, NITM HSM)
93,501 SF $ 0.083 $ 7,760.583
Section F: Irrigated Native (INM, INP) 194,829 SF $ 0.088 $ 17,144.952
SUBTOTAL (Northern Area -
Streetscape Maintenance)
$ 203,434.071
OTHER SERVICES* Quantity Unit Unit Cost Total Cost
Irrigation System shut down and restart after Rain* 1 LS $1,600.00 $ 1,600.00
Irrigation system repair * 1 LS 1 $ 40,000.00
1 Herbicide application to all Hardscaped Medians not
listed in sections A, B, C, D, E, & F *
74,943 SF $ 0.08 $ 5,995.44
Start-up & Winterization of Tap (Enhanced Medians)* 17 Taps $ 315.00 $ 5,355.00
Spraying Pre-emergent on Enhanced Medians* 100,000 SF $ 0.058 $ 5,800.00
DocuSign Envelope ID: 695EFDFE-A68B-40F7-835B-8E25417CC69D
Service Agreement – Work Order Type
8731 Landscape & Irrigation Maintenance Services Page 44 of 47
Mulching 4” deep (using City mulch; contractor must load
and transport)
1000 SF $ 0.48 $ 480.00
Establishment Maintenance: Irrigated Landscape
Medians & Parkways*
1000 SF $ 0.115 $ 115.00
Establishment Maintenance: Irrigated Grass Parkways* 1000 SF $ 0.12 $ 120.00
Tree Ring spraying and mulching (per tree) 18” from
trunk
10 Trees $ 18.00 $ 180.00
Splitting Perennials 10 Plants $ 11.00 $ 110.00
Tank watering (50 Gallons per Tree) 10 Trees $ 35.00 $ 350.00
*Note: amounts are not guaranteed, may not be used every
year, and may only be partially requested for a lesser area or
quantity.
SUBTOTAL (Other Services)
$ 60,105.44
TOTAL
$ 263,539.511
HOURLY RATES Quantity Unit
Unit Cost
Site Foreman/Crew Chief 1 HOUR
$ 83.50
Irrigation Scheduler (must meet certification requirement
in spec)
1 HOUR
$ 78.00
Irrigation Labor (repairs in the field) 1 HOUR
$ 62.50
General Labor 1 HOUR
$ 54.50
Spraying Labor (under a Qualified Supervisor or as a
Qualified Applicator)
1 HOUR
$ 83.50
Equipment Operator 1 HOUR
$ 62.50
Materials Markup for Minor Repairs %
5%
ADDITIONAL WORK ORDERS - HOURLY RATES Quantity Unit
Unit Cost
Site Foreman/Crew Chief 1 HOUR
$ 83.50
DocuSign Envelope ID: 695EFDFE-A68B-40F7-835B-8E25417CC69D
Service Agreement – Work Order Type
8731 Landscape & Irrigation Maintenance Services Page 45 of 47
Irrigation Scheduler (must meet certification requirement
in spec)
1 HOUR
$ 78.00
Irrigation Labor (repairs in the field) 1 HOUR
$ 62.50
General Labor 1 HOUR
$ 54.50
Spraying Labor (under a Qualified Supervisor or as a
Qualified Applicator)
1 HOUR
$ 83.50
Equipment Operator 1 HOUR
$ 62.50
Materials Markup for Minor Repairs %
5%
DocuSign Envelope ID: 695EFDFE-A68B-40F7-835B-8E25417CC69D
Service Agreement – Work Order Type
8731 Landscape & Irrigation Maintenance Services Page 46 of 47
EXHIBIT E
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 reduce coverage or limits and
will not be cancelled, except after thirty (30) 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 $1,000,000 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.
DocuSign Envelope ID: 695EFDFE-A68B-40F7-835B-8E25417CC69D
Service Agreement – Work Order Type
8731 Landscape & Irrigation Maintenance Services Page 47 of 47
EXHIBIT F
CONFIDENTIALITY
IN CONNECTION WITH SERVICES provided to the City of Fort Collins (the “City”) pursuant to
this Agreement (the “Agreement”), the Service Provider hereby acknowledges that it has been
informed that the City has established policies and procedures with regard to the handling of
confidential information and other sensitive materials.
In consideration of access to certain information, data and material (hereinafter individually and
collectively, regardless of nature, referred to as “information”) that are the property of and/or relate
to the City or its employees, customers or suppliers, which access is related to the performance
of services that the Service Provider has agreed to perform, the Service Provider hereby
acknowledges and agrees as follows:
That information that has or will come into its possession or knowledge in connection with the
performance of services for the City may be confidential and/or proprietary. The Service Provider
agrees to treat as confidential (a) all information that is owned by the City, or that relates to the
business of the City, or that is used by the City in carrying on business, and (b) all information
that is proprietary to a third party (including but not limited to customers and suppliers of the City).
The Service Provider shall not disclose any such information to any person not having a legitimate
need-to-know for purposes authorized by the City. Further, the Service Provider shall not use
such information to obtain any economic or other benefit for itself, or any third party, except as
specifically authorized by the City.
The foregoing to the contrary notwithstanding, the Service Provider understands that it shall have
no obligation under this Agreement with respect to information and material that (a) becomes
generally known to the public by publication or some means other than a breach of duty of this
Agreement, or (b) is required by law, regulation or court order to be disclosed, provided that the
request for such disclosure is proper and the disclosure does not exceed that which is required.
In the event of any disclosure under (b) above, the Service Provider shall furnish a copy of this
Agreement to anyone to whom it is required to make such disclosure and shall promptly advise
the City in writing of each such disclosure.
In the event that the Service Provider ceases to perform services for the City, or the City so
requests for any reason, the Service Provider shall promptly return to the City any and all
information described hereinabove, including all copies, notes and/or summaries (handwritten or
mechanically produced) thereof, in its possession or control or as to which it otherwise has
access.
The Service Provider understands and agrees that the City’s remedies at law for a breach of the
Service Provider’s obligations under this Confidentiality Agreement may be inadequate and that
the City shall, in the event of any such breach, be entitled to seek equitable relief (including without
limitation preliminary and permanent injunctive relief and specific performance) in addition to all
other remedies provided hereunder or available at law.
DocuSign Envelope ID: 695EFDFE-A68B-40F7-835B-8E25417CC69D
DocuSign Envelope ID: 695EFDFE-A68B-40F7-835B-8E25417CC69D
DocuSign Envelope ID: 695EFDFE-A68B-40F7-835B-8E25417CC69D
depth
DocuSign Envelope ID: 695EFDFE-A68B-40F7-835B-8E25417CC69D