No preview available
HomeMy WebLinkAboutBID - 8131 MEDIAN RENOVATION AT HORSETOOTH & S LEMAY (2)SPECIFICATIONS AND CONTRACT DOCUMENTS FOR MEDIAN RENOVATION AT HORSETOOTH & S. LEMAY BID NO. 8131 PURCHASING DIVISION 215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS JUNE 26, 2015 – 3:00 P.M. (OUR CLOCK) Financial Services Purchasing Division 215 N. Mason St. 2nd Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 fcgov.com/purchasing CONTRACT DOCUMENTS TABLE OF CONTENTS Section Pages BID INFORMATION 00020 Notice Inviting Bids 00020-1 - 00020-2 00100 Instruction to Bidders 00100-1 - 00100-9 00300 Bid Form 00300-1 - 00300-3 00400 Supplements to Bid Forms 00400-1 00410 Bid Bond 00410-1 - 00410-2 00420 Statements of Bidders Qualifications 00420-1 - 00420-3 00430 Schedule of Major Subcontractors 00430-1 CONTRACT DOCUMENTS 00500 Agreement Forms 00500-1 00510 Notice of Award 00510-0 00520 Agreement 00520-1 - 00520-6 00530 Notice to Proceed 00530-1 00600 Bonds and Certificates 00600-1 00610 Performance Bond 00610-1 - 00610-2 00615 Payment Bond 00615-1 - 00615-2 00630 Certificate of Insurance 00630-1 00635 Certificate of Substantial Completion 00635-1 00640 Certificate of Final Acceptance 00640-1 00650 Lien Waiver Release (Contractor) 00650-1 - 00650-2 00660 Consent of Surety 00660-1 00670 Application for Exemption Certificate 00670-1 - 00670-2 CONDITIONS OF THE CONTRACT 00700 General Conditions 00700-1 - 00700-34 Exhibit GC-A GC-A1 - GC-A2 00800 Supplementary Conditions 00800-1 - 00800-2 00900 Addenda, Modifications, and Payment 00900-1 00950 Contract Change Order 00950-1 - 00950-2 00960 Application for Payment 00960-1 - 00960-4 SPECIFICATIONS SECTION 00020 INVITATION TO BID SECTION 00020 INVITATION TO BID Date: June 2, 2015 Sealed Bids will be received by the City of Fort Collins (hereinafter referred to as OWNER), at the office of the Purchasing Division, 3:00 P.M., our clock, on June 26, 2015, for the Median Renovation at Horsetooth & S. Lemay; BID NO. 8131. If delivered, they are to be delivered to 215 North Mason Street, 2nd Floor, Fort Collins, Colorado, 80524. If mailed, the mailing address is P. O. Box 580, Fort Collins, CO 80522-0580. At said place and time, and promptly thereafter, all Bids that have been duly received will be publicly opened and read aloud. The Contract Documents provide for the construction of Bid 8131. The Work consists of the following: 1. Horsetooth Road: Two medians West of Lemay to receive landscape renovations including new irrigation system, hardscape treatment and new landscape. 2. South Lemay Avenue: Three medians South of Horsetooth to receive landscape renovations including new irrigation system, hardscape treatment and new landscape. All Bids must be in accordance with the Contract Documents on file with the City of Fort Collins, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80524. The City encourages all disadvantaged business enterprises to submit bid in response to all invitations and will not be discriminated against on the grounds of race, color, national origin. A prebid conference and job walk with representatives of prospective Bidders will be held at 2:00 PM, on June 9, 2015, in Conference Room 2D at 215 N Mason Street, Fort Collins. Prospective Bidders are invited to present their questions relative to this Bid proposal at this meeting. The Contract Documents and Construction Drawings may be examined online at:  Rocky Mountain E-Purchasing System: www.rockymountainbidsystem.com Bids will be received as set forth in the Bidding Documents. The Work is expected to be commenced within the time as required by Section 2.3 of General Conditions. Substantial Completion of the Work is required as specified in the Agreement. The successful Bidder will be required to furnish a Performance Bond and a Payment Bond guaranteeing faithful performance and the payment of all bills and obligations arising from the performance of the Contract. No Bid may be withdrawn within a period of forty-five (45) days after the date fixed for opening Bids. The OWNER reserves the right to reject any and all Bids, and to waive any informalities and irregularities therein. Bid security in the amount of not less than 5% of the total Bid must accompany each Bid in the form specified in the Instructions to Bidders. Sales Prohibited/Conflict of Interest: No officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision- making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited. City of Fort Collins Gerry Paul Purchasing Director SECTION 00100 INSTRUCTIONS TO BIDDERS SECTION 00100 INSTRUCTIONS TO BIDDERS 1.0 DEFINED TERMS Terms used in these Instructions to Bidders which are defined in the Standard General Conditions of the Construction Contract (No. 1910-8, 1990 ed.) have the meanings assigned to them in the General Conditions. The term "Bidder" means one who submits a Bid to OWNER, as distinct from a sub-bidder, who submits a Bid to Bidder. The terms "Successful Bidder" means the lowest, qualified, responsible and responsive Bidder to whom OWNER (on basis of OWNER's evaluation as hereinafter provided) makes an award. The term "Bidding Documents" includes the Advertisement or Invitation to Bid, Instructions to Bidders, the Bid Form, and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). 2.0 COPIES OF BIDDING DOCUMENTS 2.1. Complete sets of Bidding Documents may be obtained as stated in the Invitation to Bid. No partial sets will be issued. The Bidding Documents may be examined at the locations identified in the Invitation to Bid. 2.2. Complete sets of Bidding Documents shall be used in preparing Bids; neither OWNER nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.3. The submitted Bid proposal shall include Sections 00300, 00410, 00420, and 00430 fully executed. 2.4. OWNER and Engineer, in making copies of Bidding Documents available on the above terms, do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant for any other use. 3.0 QUALIFICATION OF BIDDERS 3.1 To demonstrate qualifications to perform the Work, each Bidder must submit at the time of the Bid opening, a written statement of qualifications including financial data, a summary of previous experience, previous commitments and evidence of authority to conduct business in the jurisdiction where the Project is located. Each Bid must contain evidence of Bidder's qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the contract. The Statement of Qualifications shall be prepared on the form provided in Section 00420. 3.2. In accordance with Section 8-160 of the Code of the City of Fort Collins in determining whether a bidder is responsible, the following shall be considered: (1) The ability, capacity and skill of the bidder to perform the contract or provide the services required, (2) whether the bidder can perform the contract or provide the service promptly and within the time specified without delay or interference, (3) the character, integrity, reputation, judgment, experience and efficiency of the bidder, (4) the quality of the bidder's performance of previous contracts or services, (5) the previous and existing compliance by the bidder with laws and ordinances relating to the contract or service, (6) the sufficiency of the financial resources and ability of the bidder to perform the contract or provide the service, (7) the quality, availability and adaptability of the materials and services to the particular use required, (8) the ability of the bidder to provide future maintenance and service for the use of the subject of the contract, and (9) any other circumstances which will affect the bidder's performance of the contract. 3.3. Each Bidder may be required to show that he has handled former Work so that no just claims are pending against such Work. No Bid will be accepted from a Bidder who is engaged on any other Work which would impair his ability to perform or finance this Work. 3.4 No Bidder shall be in default on the performance of any other contract with the City or in the payment of any taxes, licenses or other monies due to the City. 4.0 EXAMINATION OF CONTRACT DOCUMENTS AND SITE 4.1. It is the responsibility of each Bidder, before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to familiarize himself with local conditions that may in any manner affect cost, progress or performance of the Work, (c) familiarize himself with federal, state and local laws, ordinances, rules and regulations that may in any manner affect cost, progress or performance of the Work, (d) study and carefully correlate Bidder's observations with the Contract Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. 4.2. Reference is made to the Supplementary Conditions for identification of: Subsurface and Physical Conditions SC-4.2. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 5.0 INTERPRETATIONS AND ADDENDA. 5.1. All questions about the meaning or intent of the Bidding Documents are to be submitted in writing to the Engineer and the OWNER. Interpretation or clarifications considered necessary in response to such questions will be issued only by Addenda. Questions received less than seven days prior to the date for opening of the Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 5.2. All questions concerning the scope of this project should be directed to the Engineer. Questions regarding submittal of bids should be directed to the City of Fort Collins' Purchasing Division. 5.3. Addenda may also be issued to modify the Bidding Documents as deemed advisable by OWNER or Engineer. 5.4. Addenda will be mailed or delivered to all parties recorded by the OWNER as having received the Bidding documents. 6.0 BID SECURITY 6.1. Each Bid must be accompanied by Bid Security made payable to OWNER in the amount stated in the Invitation to Bid. The required security must be in the form of a certified or bank cashier's check payable to OWNER or a Bid Bond on the form enclosed herewith. The Bid Bond must be executed by a surety meeting the requirements of the General Conditions for surety bonds. 6.2. The Bid Security of the successful Bidder will be retained until such Bidder has executed the Agreement and furnished the required contract security, whereupon Bid Security will be returned. If the successful Bidder fails to execute and deliver the Agreement and furnish the required contract security within 15 days of the Notice of Award, OWNER may annul the Notice of Award and the Bid Security of that Bidder will be forfeited. The Bid Security of other Bidders whom OWNER believes to have reasonable chance receiving the award may be retained by OWNER until the earlier of the seventh day after the effective date of the Agreement or the thirty-first day after the Bid Opening, whereupon Bid Security furnished by such Bidders will be returned. Bid Security with Bids which are not competitive will be returned within seven days after the Bid opening. 7.0 CONTRACT TIME. The number of days within which, or the date by which the Work is to be substantially complete and also completed and ready for Final Payment (the Contract Times) are set forth in the Agreement. 8.0 LIQUIDATED DAMAGES. Provisions for liquidated damages are set forth in the Agreement. 9.0 SUBSTITUTE ("OR EQUAL") MATERIAL AND EQUIPMENT The Contract, if awarded, will be on the basis of material and equipment described on the Drawings or specified in the Specifications without consideration of possible substitute or "or equal" items. Whenever it is indicated on the Drawings or specified in the Specifications that a substitute or "or equal" item of material or equipment may be furnished or used by CONTRACTOR if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the "effective date of the Agreement". The procedure for submittal of any such application by CONTRACTOR and consideration by Engineer is set forth in the General Conditions which may be supplemented in the General Requirements. 10.0 SUBCONTRACTORS, SUPPLIERS AND OTHERS 10.1. Each Bidder shall submit at the Bid opening to OWNER a list of principal subcontractors he proposes to use in the Work. Refer to Section 00430 contained within these Documents. 10.2. If OWNER or Engineer after due investigation has reasonable objection to any proposed Subcontractor, either may, before the Notice of Award is given, request the apparent successful Bidder to submit an acceptable substitute without an increase in Bid price. If the apparent successful Bidder declines to make any substitution, OWNER may award the contract to the next lowest responsive and responsible Bidder that proposes to use acceptable subcontractors. Subcontractors, suppliers, other persons or organization listed and to whom OWNER or Engineer does not make written objection prior to the giving of the Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to revocation of such acceptance after the effective date of the Agreement as provided in the General Conditions. 10.3. CONTRACTOR shall not be required to employ any subcontractor, supplier or other persons or organizations against whom he has reasonable objection. The use of subcontractors listed by the Bidder and accepted by OWNER prior to the Notice of Award will be required in the performance of the Work. 11.0 BID FORM. 11.1. A copy of the Bid Form is bound in the Contract Documents which may be retained by the Bidder. A separate unbound copy is enclosed for submission with the Bid. 11.2. Bid Forms must be complete in ink or typed. All lump sum prices on the form must be stated in words and numerals; in case of conflict, words will take precedence. Unit prices shall govern over extensions of sums. 11.3. Bids by corporations must be executed in the corporate name by the president or a vice-president (or other appropriate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the corporate name. 11.4. Bids by partnerships must be executed in the partnership name and signed by a partner, his title must appear under his signature and the official address of the partnership must be shown below the signature. 11.5. Bids by joint venture shall be signed by each participant in the joint venture or by an authorized agent of each participant. The full name of each person or company interested in the Bid shall be listed on the Bid Form. 11.6. The Bid shall contain an acknowledgement of receipt of all Addenda (the numbers of which must be filled in on the Bid Form). 11.7. No alterations in Bids, or in the printed forms therefore, by erasures, interpolations, or otherwise will be acceptable unless each such alteration is signed or initialed by the Bidder; if initialed, OWNER may require the Bidder to identify any alteration so initialed. 11.8. The address and telephone number for communications regarding the Bid shall be shown. 12.0 BID PRICING. Bids must be priced as set forth in the Bid Schedule or Schedules. 13.0 SUBMISSION OF BIDS. 13.1. Bids shall be submitted at the time and place indicated in the Invitation to Bid and shall be enclosed in an opaque sealed envelope marked with the Project title, Bid No., and name and address of the Bidder and accompanied by the Bid Security, Bid Form, Bid Bond, Statement of Bidders Qualifications, and Schedule of Subcontractors as required in Section 00430. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 13.2. Bids shall be deposited at the designated location prior to the time and date for receipt of Bids indicated in the Invitation to Bid, or any extension thereof made by addendum. Bids received after the time and date for receipt of Bids will be returned unopened. Bidder shall assume full responsibility for timely delivery at the location designated for receipt of Bids. 13.3. Oral, telephonic, telegraphic, or facsimile Bids are invalid and will not receive consideration. 13.4. No Bidder may submit more than one Bid. Multiple Bids under different names will not be accepted from one firm or association. 14.0 MODIFICATION AND WITHDRAWAL OF BIDS. 14.1. Bids may be modified or withdrawn by an appropriate document duly executed (in a manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. 14.2. Bids may also be modified or withdrawn in person by the Bidder or an authorized representative provided he can prove his identity and authority at any time prior to the opening of Bids. 14.3. Withdrawn Bids may be resubmitted up to the time designated for the receipt of Bids provided that they are then fully in conformance with these Instructions to Bidders. 15.0 OPENINGS OF BIDS. Bids will be opened and (unless obviously non-responsive) read aloud publicly as indicated in the Invitation to Bid. An abstract of the amounts of the Base Bids and major alternates (if any) will be made available after the opening of Bids. 16.0 BIDS TO REMAIN OPEN SUBJECT TO ACCEPTANCE. All Bids shall remain open for forty-five (45) days after the day of the Bid Opening, but OWNER may, in his sole discretion, release any Bid and return the Bid Security prior to that date. 17.0 AWARD OF CONTRACT. 17.1. OWNER reserves the right to reject any and all Bids, to waive any and all informalities not involving price, time or changes in the Work, to negotiate contract terms with the Successful Bidder, and the right to disregard all nonconforming, nonresponsive, unbalanced or conditional Bids. Also, OWNER reserves the right to reject the Bid of any Bidder if OWNER believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by OWNER. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 17.2. In evaluating Bids, OWNER will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. 17.3. OWNER may consider the qualification and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations is submitted as requested by OWNER. OWNER also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.4. OWNER may conduct such investigations as OWNER deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of the Bidder's proposed Subcontractors, Suppliers and other persons and organizations to do the Work in accordance with the Contract Documents to OWNER's satisfaction within the prescribed time. 17.5. If the Contract is to be awarded, it will be awarded to the lowest responsive and responsible Bidder whose evaluation by OWNER indicates to OWNER that the award will be in the best interest of the OWNER. Award shall be made on the evaluated lowest base bid excluding alternates. The basis for award shall be the lowest Bid total for the Schedule or, in the case of more than one schedule, for sum of all schedules. Only one contract will be awarded. 17.6. If the Contract is to be awarded, OWNER will give the Successful Bidder a Notice of Award within forty-five (45) days after the date of the Bid opening. 18.0 CONTRACT SECURITY. The General Conditions and the Supplementary Conditions set forth OWNER's requirements as to performance and other Bonds. When the Successful Bidder delivers the executed Agreement to the OWNER, it shall be accompanied by the required Contract Security. 19.0 SIGNING OF AGREEMENT. When OWNER gives a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement with all other written Contract Documents attached. Within fifteen (15) days thereafter, CONTRACTOR shall sign and deliver the required number of counterparts of the Agreement and attached documents to OWNER with the required Bonds. Within ten (10) days thereafter, OWNER hall deliver one fully signed counterpart to CONTRACTOR. Each counterpart is to be accompanied by a complete set of the Drawings with appropriate identification. 20.0 TAXES. OWNER is exempt from Colorado State Sales and Use Taxes on materials and equipment to be incorporated in the Work. Said taxes shall not be included in the Contract Price. Reference is made to the General and Supplementary Conditions. 21.0 RETAINAGE. Provisions concerning retainage are set forth in the Agreement. 22.0 PURCHASING RESTRICTIONS. Purchasing restrictions: The Bidder's authorized signature of this Bid assures the Bidder's compliance with the City's purchasing restrictions. A copy of the resolutions is available for review in the Purchasing and Risk Management Division or the City Clerk's office. A. Cement Restrictions: City of Fort Collins Resolution 91-121 requires that suppliers and producers of cement or products containing cement to certify that the cement was not made in cement kilns that burn hazardous waste as a fuel. 23.0 COLLUSIVE OR SHAM BIDS. Any Bid deemed by the City in its sole discretion to be a collusive or sham Bid will be rejected and reported to authorities as such. Your authorized signature of this Bid assures that such Bid is genuine and is not a collusive or sham Bid. 24.0 BID RESULTS. For information regarding results for individual Bids send a self-addressed, self-stamped envelope and a Bid tally will be mailed to you. Bid results will be posted in the Purchasing office seven (7) days after the Bid Opening. END OF SECTION SECTION 00300 BID FORM SECTION 00300 BID FORM PROJECT: 8131 Median Renovation at Horsetooth & S. Lemay Place: Date: 1. In compliance with your Invitation to Bid dated , 20 and subject to all conditions thereof, the undersigned a (Corporation, Limited Liability Company, Partnership, Joint Venture, or Sole Proprietor) authorized to do business in the State of Colorado hereby proposes to furnish and do everything required by the Contract Documents to which this refers for the construction of all items listed on the following Bid Schedule or Bid Schedules. 2. The undersigned Bidder does hereby declare and stipulate that this proposal is made in good faith, without collusion or connection with any other person or persons Bidding for the same Work, and that it is made in pursuance of and subject to all the terms and conditions of the Invitation to Bid and Instructions to Bidders, the Agreement, the detailed Specifications, and the Drawings pertaining to the Work to be done, all of which have been examined by the undersigned. 3. Accompanying this Bid is a certified or cashier's check or standard Bid bond in the sum of ($ ) in accordance with the Invitation To Bid and Instructions to Bidders. 4. The undersigned Bidder agrees to execute the Agreement and a Performance Bond and a Payment Bond for the amount of the total of this Bid within fifteen (15) calendar days from the date when the written notice of the award of the contract is delivered to him at the address given on this Bid. The name and address of the corporate surety with which the Bidder proposes to furnish the specified performance and payment Bonds is as follows: . 5. All the various phases of Work enumerated in the Contract Documents with their individual jobs and overhead, whether specifically mentioned, included by implication or appurtenant thereto, are to be performed by the CONTRACTOR under one of the items listed in the Bid Schedule, irrespective of whether it is named in said list. 6. Payment for Work performed will be in accordance with the Bid Schedule or Bid Schedules subject to changes as provided in the Contract Documents. 7. The undersigned Bidder hereby acknowledges receipt of Addenda No. through . 8. BID SCHEDULE (Base Bid) ITEM NO. ITEM DESCRIPTION UNIT QUANTITY UNIT COST COST 1 Median #1: Demolition/removal of shrubs, mulch, veg., irr., clearing, etc. LS 1 $ - 2 Median #2: Demolition/removal of shrubs, mulch, veg., irr., clearing, etc. LS 1 $ - 3 Median #3: Demolition/removal of shrubs, mulch, veg., irr., clearing, etc. LS 1 $ - 4 Median #4: Demolition/removal of shrubs, mulch, veg., irr., clearing, etc. LS 1 $ - 5 Median #5: Demolition/removal of shrubs, mulch, veg., irr., clearing, etc. LS 1 $ - 6 Sod and Irrigation demolition/removal at intersection LS 1 $ - 7 Existing Tree Stump Removals (7 ex., 13 stumps from Forestry tree removals) EA 20 $ - 8 Tree Protection LS 1 $ - 9 Fine Grading of (3) berms EA 3 $ - 10 Berm Soil CY 18 $ - 11 Soil Amendment CY 70 $ - 12 Inorganic (Cobble) Mulch SF 3869 $ - 13 Weed Barrier (Under Cobble Mulch Only) SF 3869 $ - 14 Organic (Wood) Mulch SF 18400 $ - 15 Deciduous Canopy Tree - 3" Cal. EA 8 $ - 16 Deciduous Canopy Tree - 2" Cal. EA 9 $ - 17 Ornamental Tree - 2 1/2" Cal. EA 5 $ - 18 Ornamental Tree - 1 1/2" Cal. EA 19 $ - 19 Shrub (1 Gallon Container) EA 181 $ - 20 Shrub (5 Gallon Container) EA 437 $ - 21 Ornamental Grass (1 Gallon Container) EA 168 $ - 22 Perennials & Groundcovers (1 Gallon Container) EA 185 $ - 23 Perennials & Groundcovers (4" Pot) EA 130 $ - 24 Glory of the Snow - Bulbs EA 500 $ - 25 Sod SF 955 $ - 26 Steel Edger LF 225 $ - 27 Boulders EA 77 $ - 28 Boulder Retaining Wall - appx. 15" tall LF 36 $ - 29 Traffic Control (assume 45 days) - Utilizing City Traffic Department EA 45 $ - LANDSCAPE SUBTOTAL $ - LANDSCAPE 30 Backflow Prevention Unit -3/4" ZURN 375B EA 2 $ - 31 Master Valve Assembly EA 2 $ - 32 Flow Sensor Assembly EA 2 $ - 33 Isolation Gate Valve Assembly EA 11 $ - 34 Quick Coupling Valve Assembly EA 14 $ - 35 Remote Control Drive Valve Assembly EA 20 $ - 36 Automatic Drip Valve Assembly EA 2 $ - 37 Flush Cap Assembly EA 26 $ - 38 Drip Indicator Assembly EA 15 $ - 39 Drip Drip Ring (Trees) EA 67 $ - 40 WeatherTRAK Central Pro3-2W48-SWM EA 1 $ - 41 #14 AWG Control Wire LF 3300 $ - 42 #12 AWG Common Wire LF 3300 $ - 43 1" Class 200 PVC Lateral Pipe LF 2400 $ - 44 1-1/4" Class 200 PVC Mainline Pipe LF 3000 $ - 45 3/4" Plyetheline Drip Lateral Pipe LF 6500 $ - 46 6" Pop-up spray heads EA 18 $ - $ - $ - $ - IN WORDS: TOTAL BASE BID IRRIGATION SUBTOTAL LANSCAPE & IRRIGATION SUBTOTAL MOBILIZATION, PERMITS, CONTRACTOR OVERHEAD, ETC. IRRIGATION 9. PRICES The foregoing prices shall include all labor, materials, transportation, shoring, removal, dewatering, overhead, profit, insurance, etc., to cover the complete Work in place of the several kinds called for. Bidder acknowledges that the OWNER has the right to delete items in the Bid or change quantities at his sole discretion without affecting the Agreement or prices of any item so long as the deletion or change does not exceed twenty-five percent (25%) of the total Agreement Price. RESPECTFULLY SUBMITTED: CONTRACTOR BY: Printed Date Title License Number (If Applicable) (Seal - if Bid is by corporation) Attest: Address Telephone Email SECTION 00400 SUPPLEMENTS TO BID FORMS 00410 Bid Bond 00420 Statement of Bidder's Qualifications 00430 Schedule of Subcontractors SECTION 00410 BID BOND KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned as Principal, and , as Surety, are hereby held and firmly bound unto the City of Fort Collins, Colorado, as OWNER, in the sum of $ for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors, and assigns. THE CONDITION of this obligation is such that whereas the Principal has submitted to the City of Fort Collins, Colorado the accompanying Bid and hereby made a part hereof to enter into a Construction Agreement for the construction of Fort Collins Project, 8131 Median Renovation at Horsetooth & S. Lemay. NOW THEREFORE, (a) If said Bid shall be rejected, or (b) If said Bid shall be accepted and the Principal shall execute and deliver a Contract in the form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a BOND for his faithful performance of said Contract, and for payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Agreement created by the acceptance of said Bid, then this obligation shall be void; otherwise the same shall remain in force and effect, it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its BOND shall be in no way impaired or affected by any extension of the time within which the OWNER may accept such Bid; and said Surety does hereby waive notice of any such extension. Surety Companies executing bonds must be authorized to transact business in the State of Colorado and be accepted by the OWNER. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals this day of , 20__, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. PRINCIPAL SURETY Name: Address: By: By: Title: Title: ATTEST: By: (SEAL) (SEAL) SECTION 00420 STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. 1. Name of Bidder: 2. Permanent main office address: 3. When organized: 4. If a corporation, where incorporated: 5. How many years have you been engaged in the contracting business under your present firm or trade name? 6. Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion.) 7. General character of Work performed by your company: 8. Have you ever failed to complete any Work awarded to you? If so, where and why? 9. Have you ever defaulted on a contract? If so, where and why? 10. Are you debarred by any government agency? If yes list agency name. 11. List the more important projects recently completed by your company, stating the approximate cost of each, and the month and year completed, location and type of construction. 12. List your major equipment available for this contract. 13. Experience in construction Work similar in importance to this project: 14. Background and experience of the principal members of your organization, including officers: 15. Credit available: $ 16. Bank Reference: 17. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the OWNER? 18. Are you licensed as a General Contractor? If yes, in what city, county and state? What class, license and numbers? 19. Do you anticipate subcontracting Work under this Contract? If yes, what percent of total contract? And to whom? 20. Are any lawsuits pending against you or your firm at this time? IF yes, DETAIL 21. What are the limits of your public liability? DETAIL What company? 22. What are your company's bonding limitations? 23. The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the OWNER in verification of the recital comprising this Statement of Bidder's Qualifications. Dated at ________________ this ______ day of __________________, 20__. Company: By: Printed: Title: State of County of being duly sworn deposes and says that he is of (Name) (Organization) and that the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to before me this _______ day of____________, 20__. (Seal) Notary Public My commission expires: . SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors performing over 15% of the contract. ITEM SUBCONTRACTOR SECTION 00500 AGREEMENT FORMS 00510 Notice of Award 00520 Agreement 00530 Notice to Proceed SECTION 00510 NOTICE OF AWARD DATE: [Date] TO: [Contractor] PROJECT: 8131 Median Renovation at Horsetooth & S. Lemay OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER") You are hereby notified that your Bid dated [Contractor's Bid Date] for the above project has been considered. You are the apparent successful Bidder and have been awarded an Agreement for 8131 Median Renovation at Horsetooth & S. Lemay. The Price of your Agreement is ($ ). Three (3) copies of each of the proposed Contract Documents (except Drawings) accompany this Notice of Award. Three (3) sets of the Drawings will be delivered separately or otherwise made available to you immediately. You must comply with the following conditions precedent within fifteen (15) days of the date of this Notice of Award, that is by [Date]. 1. You must deliver to the OWNER three (3) fully executed counterparts of the Agreement including all the Contract Documents. Each of the Contract Documents must bear your signature on the cover of the page. 2. You must deliver with the executed Agreement the Contract Security (Bonds) as specified in the Instructions to Bidders, General Conditions (Article 5.1) and Supplementary Conditions. Failure to comply with these conditions within the time specified will entitle OWNER to consider your Bid abandoned, to annul this Notice of Award and to declare your Bid Security forfeited. Within ten (10) days after you comply with those conditions, OWNER will return to you one (1) fully-signed counterpart of the Agreement with the Contract Documents attached. City of Fort Collins OWNER By: Gerry Paul Purchasing Director SECTION 00520 AGREEMENT THIS AGREEMENT is dated as of the [Day] day of [Month] in the year of 20[Year] and shall be effective on the date this AGREEMENT is signed by the City. The City of Fort Collins (hereinafter called OWNER) and [Contractor] (hereinafter called CONTRACTOR) OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. WORK CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Project for which the Work under the Contract Documents may be the whole or only a part is defined as the construction of the 8131 Median Renovation at Horsetooth & S. Lemay. ARTICLE 2. ENGINEER The Project has been designed by BHA Design and Hines Irrigation. The City of Fort Collins Parks Department, who is hereinafter called ENGINEER will assume all duties and responsibilities and will have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3. CONTRACT TIMES 3.1 The Work shall be Substantially Complete within Ninety(90) calendar days after the date when the Contract Times commence to run as provided in the General Conditions and completed and ready for Final Payment and Acceptance in accordance with the General Conditions within Thirty (30) calendar days after the date when the Contract Times commence to run. 3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1. above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expenses and difficulties involved in proving in a legal preceding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as Liquidated damages for delay (but not as penalty) CONTRACTOR shall pay OWNER the amounts set forth hereafter. 1) Substantial Completion: Five Hundred Dollars ($500) for each calendar day or fraction thereof that expires after the Ninety (90) calendar day period for Substantial Completion of the Work until the Work is Substantially Complete. 2) Final Acceptance: After Substantial Completion, Two Hundred Dollars ($200) for each calendar day or fraction thereof that expires after the Thirty (30) calendar day period for Final Payment and Acceptance until the Work is ready for Final Payment and Acceptance. ARTICLE 4. CONTRACT PRICE 4.1 OWNER shall pay CONTRACTOR for performance of the Work in accordance with the Contract Documents in current funds as follows: Dollars ($ ), in accordance with Section 00300, attached and incorporated herein by this reference. ARTICLE 5. PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 5.1. PROGRESS PAYMENTS. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Application for Payment as recommended by ENGINEER, once each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in paragraph 2.6 of the General Conditions and in the case of Unit Price Work based on the number of units completed, and in accordance with the General Requirements concerning Unit Price Work. 5.1.1. Prior to Substantial Completion, Owner will be entitled to withhold as contract retainage five percent (5%) of each progress payment, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with paragraph 14.7 of the General Conditions. If , in the sole discretion of Owner, on recommendation of Engineer, Owner determines that the character and progress of the Work have been satisfactory to OWNER and ENGINEER, OWNER may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of Work completed in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to 100% of the Work completed. 95% of materials and equipment not incorporated in the Work (but delivered, suitably stored and accompanied by documentation satisfactory to OWNER as provided in paragraph 14.2 of the General Conditions) may be included in the application Section 00520 Page 3 for payment. 5.1.2. Upon Substantial Completion payment will be made in an amount sufficient, if necessary, to increase total payments to CONTRACTOR to 95% of the Contract Price, less such amounts as ENGINEER shall determine or OWNER may withhold in accordance with paragraph 14.7 of the General Conditions or as provided by law. 5.2. FINAL PAYMENT. Upon Final Completion and Acceptance of the Work in accordance with paragraph 14.13 of the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said paragraph 14.13. ARTICLE 6. CONTRACTOR'S REPRESENTATION In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 6.1. CONTRACTOR has familiarized himself with the nature and extent of the Contract Documents, Work, site, locality, and with all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. 6.2. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in paragraph 4.2 of the General Conditions. 6.3. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraph 6.2 above) which pertain to the subsurface or physical condition at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraph 4.2 of the General Conditions; and no additional examinations, investigations, explorations, tests, reports, studies or similar information or data are or will be required by CONTRACTOR for such purposes. 6.4. CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provision of paragraph 4.3. of the General Conditions. 6.5. CONTRACTOR has correlated the results of all such observations, examinations, investigations, tests, reports and data with the terms and conditions of the Contract Documents. 6.6. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. ARTICLE 7. CONTRACT DOCUMENTS 7.1 The Contract Documents which comprise the entire Agreement between OWNER and CONTRACTOR concerning the Work consist of the General Conditions, Supplementary Conditions, those items included in the definition of “Contract Documents” in Article 1.10 of the General Conditions, and such other items as are referenced in this Article 7, all of which are incorporated herein by this reference. 7.2 Forms for use by CONTRACTOR in performing the Work and related actions in carrying out the terms of this Agreement are deemed Contract Documents and incorporated herein by this reference, and include, but are not limited to, the following: 7.2.1 Certificate of Substantial Completion 7.2.2 Certificate of Final Acceptance 7.2.3 Lien Waiver Releases 7.2.4 Consent of Surety 7.2.5 Application for Exemption Certificate 7.2.6 Application for Payment 7.3 Drawings, consisting of a cover sheet and sheets numbered as follows: The Contract Drawings shall be stamped "Final for Construction" and dated. Any revisions made shall be clearly identified and dated. 7.4. Addenda Numbers to , inclusive. 7.5. The Contract Documents also include all written amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to paragraphs 3.5 and 3.6 of the General Conditions. 7.6. There are no Contract Documents other than those listed or incorporated by reference in this Article 7. The Contract Documents may only be amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of the General Conditions. ARTICLE 8. MISCELLANEOUS 8.1. Terms used in this Agreement which are defined in Article I of the General Conditions shall have the meanings indicated in the General Conditions. 8.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but not without limitations, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge that assignor from any duty or responsibility under the Contract Document. 8.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect to all covenants, Agreement and obligations contained in the Contract Document. OWNER: CITY OF FORT COLLINS CONTRACTOR: [CONTRACTOR] By: By: DARIN ATTEBERRY, CITY MANAGER PRINTED By: GERRY PAUL Title: PURCHASING DIRECTOR Date: Date: Attest: (CORPORATE SEAL) City Clerk Address for giving notices: P. O. Box 580 Fort Collins, CO 80522 Attest: Approved as to Form Address for giving notices: Assistant City Attorney License No.: SECTION 00530 NOTICE TO PROCEED Description of Work: 8131 Median Renovation at Horsetooth & S. Lemay To: [Contractor] This notice is to advise you: That the contract covering the above described Work has been fully executed by the CONTRACTOR and the OWNER. That the required CONTRACTOR's Performance Bond and Payment Bond have been received by the OWNER. That the OWNER has approved the said Contract Documents. Therefore, as the CONTRACTOR for the above described Work, you are hereby authorized and directed to proceed within ( ) calendar days from receipt of this notice as required by the Agreement. Dated this day of , 20 . The dates for Substantial Completion and Final Acceptance shall be , 20_ and , 20__, respectively. City of Fort Collins OWNER By: Title: ACKNOWLEDGMENT OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged this day of , 20__. CONTRACTOR: [Contractor] By: Title: SECTION 00600 BONDS AND CERTIFICATES 00610 Performance Bond 00615 Payment Bond 00630 Certificate of Insurance 00635 Certificate of Substantial Completion 00640 Certificate of Final Acceptance 00650 Lien Waiver Release (CONTRACTOR) 00660 Consent of Surety 00670 Application for Exemption Certificate SECTION 00610 PERFORMANCE BOND Bond No. KNOW ALL MEN BY THESE PRESENTS: that (firm) (address) (an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal" and (Firm) (Address) hereinafter referred to as "the Surety", are held and firmly bound unto City of Fort Collins, 300 Laporte Ave, Fort Collins, Colorado 80522 a (Municipal Corporation) hereinafter referred to as the "OWNER", in the penal sum of Dollars ($ ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain Agreement with the OWNER, dated the [Day] day of [Month], 20[Year], a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins Project, 8131 Median Renovation at Horsetooth & S. Lemay. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions and agreements of said Agreement during the original term thereof, and any extensions thereof which may be granted by the OWNER, with or without Notice to the Surety and during the life of the guaranty period, and if the Principal shall satisfy all claims and demands incurred under such Agreement, and shall fully indemnify and save harmless the OWNER from all cost and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER may incur in making good any default then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the OWNER. IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this _____ day of _____ ____, 20__. IN PRESENCE OF: Principal (Title) (Title) (Corporate Seal) (Address) IN PRESENCE OF: Other Partners _____________________________ By: _____________________________ By: IN PRESENCE OF: Surety _____________________________ By:_____________________________________ _____________________________ (Address) (Surety Seal) NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond. SECTION 00615 PAYMENT BOND Bond No. KNOW ALL MEN BY THESE PRESENTS: that (firm) (address) (an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal" and (Firm) (Address) hereinafter referred to as "the Surety", are held and firmly bound unto the City of Fort Collins, 300 Laporte Ave., Fort Collins, Colorado 80522 a (Municipal Corporation) hereinafter referred to as "the OWNER", in the penal sum of Dollars ($ ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain Agreement with the OWNER, dated the [Day] day of [Month], 20[Year], a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins Project, 8131 Median Renovation at Horsetooth & S. Lemay. NOW, THEREFORE, if the Principal shall make payment to all persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the Work provided for in such Agreement and any authorized extension or modification thereof, including all amounts due for materials, lubricants, repairs on machinery, equipment and tools, consumed, rented or used in connection with the construction of such Work, and all insurance premiums on said Work, and for all labor, performed in such Work whether by subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the OWNER. IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this day of , 20__. IN PRESENCE OF: Principal (Title) (Title) (Corporate Seal) (Address) IN PRESENCE OF: Other Partners _____________________________ By: _____________________________ By: IN PRESENCE OF: Surety _____________________________ By:_____________________________________ _____________________________ (Address) (Surety Seal) NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond. SECTION 00630 CERTIFICATE OF INSURANCE CONTRACTOR shall insert his own standard form for Certificate of Insurance in accordance with the following requirements: 1. The Contractor 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 Contractor 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 Contractor, 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 Contractor under this Agreement. The City, its officers, agents and employees shall be named as additional insureds on the Contractor '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 Contractor shall maintain during the life of this Agreement for all of the Contractor'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 Contractor 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 Contractor 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 SECTION 00635 CERTIFICATE OF SUBSTANTIAL COMPLETION TO: CITY OF FORT COLLINS (OWNER) DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE: 8131 Median Renovation at Horsetooth & S. Lemay PROJECT OR SPECIFIED PART SHALL LOCATION: Fort Collins, Colorado INCLUDE: OWNER: City of Fort Collins CONTRACTOR: [Contractor] CONTRACT DATE: [Date] The Work performed under this contract has been inspected by authorized representatives of the OWNER, CONTRACTOR, and the ENGINEER and the project or specified part of the project, as indicated above) is hereby declared to be substantially completed on the above date. A tentative list of items to be completed or corrected is appended hereto. This list may not be exhaustive, and the failure to include an item on it does not alter the responsibility of the CONTRACTOR to complete all the Work in accordance with the Contract Documents. ENGINEER AUTHORIZED REPRESENTATIVE DATE The CONTRACTOR accepts the above Certificate of Substantial Completion and agrees to complete and correct the items on the tentative list within the time indicated. CONTRACTOR AUTHORIZED REPRESENTATIVE DATE The OWNER accepts the project or specified area of the project as substantially complete and will assume full possession of the project or specified area of the project at 12:01 a.m., on . The responsibility for heat, utilities, security, and insurance under the Contract Documents shall be as set forth under "Remarks" below. CITY OF FORT COLLINS, COLORADO By: OWNER AUTHORIZED REPRESENTATIVE DATE REMARKS: SECTION 00640 CERTIFICATE OF FINAL ACCEPTANCE , 20__ TO: [Contractor] Gentlemen: You are hereby notified that on the day of , 20__, the City of Fort Collins, Colorado, has accepted the Work completed by [Contractor] for the City of Fort Collins project, 8131 Median Renovation at Horsetooth & S. Lemay. A check is attached hereto in the amount of $ as Final Payment for all Work done, subject to the terms of the Contract Documents which are dated [Contract Date]. In conformance with the Contract Documents for this project, your obligations and guarantees will continue for the specified time from the following date:____________ _, 20__. Sincerely, OWNER: City of Fort Collins By: Title: ATTEST: Title: SECTION 00650 LIEN WAIVER RELEASE (CONTRACTOR) TO: City of Fort Collins, Colorado (OWNER) FROM: [Contractor] (CONTRACTOR) PROJECT: 8131 Median Renovation at Horsetooth & S. Lemay 1. The CONTRACTOR acknowledges having received payment, except retainage from the OWNER for all work, labor, skill and material furnished, delivered and performed by the CONTRACTOR for the OWNER or for anyone in the construction, design, improvement, alteration, addition or repair of the above described project. 2. In consideration of such payment and other good and valuable consideration, the receipt and adequacy of which are hereby acknowledged, the CONTRACTOR voluntarily waives all rights, claims and liens, including but not limited to, mechanic's liens, Miller Act claims (40 U.S.C.A. 270 a and b), stop notices, equitable liens and labor and material bond rights which the CONTRACTOR may now or may afterward have, claim or assert for all and any work, labor, skill or materials furnished, delivered or performed for the construction, design, improvement, alteration, addition or repair of the above described project, against the OWNER or its officers, agents, employees or assigns, against any fund of or in the possession or control of the OWNER, against the project or against all land and the buildings on and appurtenances to the land improved by the project. 3. The CONTRACTOR affirms that all work, labor and materials, furnished, delivered or performed to or for the construction, design, improvement, alteration, addition or repair of the project were furnished, delivered or performed by the CONTRACTOR or its agents, employees, and servants, or by and through the CONTRACTOR by various Subcontractors or materialmen or their agents, employees and servants and further affirms the same have been paid in full and have released in full any and all existing or possible future mechanic's liens or rights or claims against the project or any funds in the OWNER'S possession or control concerning the project or against the OWNER or its officers, agents, employees or assigns arising out of the project. 4. The CONTRACTOR agrees to defend and hold harmless the OWNER, the lender, if any, and the Surety on the project against and from any claim hereinafter made by the CONTRACTOR'S Subcontractors, materialmen, employees, servants, agents or assigns against the project or against the OWNER or its officers, employees, agents or assigns arising out of the project for all loss, damage and costs, including reasonable attorneys fees, incurred as a result of such claims. 5. The parties acknowledge that the description of the project set forth above constitutes and adequate description of the property and improvements to which this Lien Waiver Release pertains. It is further acknowledged that this Lien Waiver Release is for the benefit of and may be relied upon by the OWNER, the lender, if any, and Surety on any labor and material bonds for the project. Signed this day of , 20__. CONTRACTOR: [CONTRACTOR] By: Title: ATTEST: Secretary STATE OF COLORADO ) )ss. COUNTY OF LARIMER ) Subscribed and sworn to before me this day of 20__, by . Witness my hand and official seal. Notary Public My Commission Expires: SECTION 00660 CONSENT OF SURETY TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER") CONTRACTOR: [Contractor] PROJECT: 8131 Median Renovation at Horsetooth & S. Lemay CONTRACT DATE: [Date] In accordance with the provisions of the Contract between the OWNER and the CONTRACTOR as indicated above, for . (Surety) on bond of hereby approves of the Final Payment to the CONTRACTOR, and agrees that Final Payment to the CONTRACTOR shall not relieve the Surety Company of any of its obligations to the OWNER, as set forth in the said Surety Company's Bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this day of , 20____ . (Surety Company) By: ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact. SECTION 00670 APPLICATION FOR EXEMPTION CERTIFICATE Special Notice Contractors who have completed this application in the past, please note the following changes in procedure: The Department will no longer issue individual Certificates of exemption to subcontractors. Only prime contractors will receive a Contractor’s Exemption Certificate on exempt projects. Upon receipt of the Certificate, the prime contractor should make a copy for each subcontractor involved in the project and complete it by filling in the subcontractor’s name and address and signing it. The original Certificate should always be retained by the prime contractor. Copies of all Certificates that the prime contractor issued to subcontractors should be kept at the prime contractor’s place of business for a minimum of three years and be available for inspection in the event of an audit. Once an 89# has been assigned to you, please use the next five numbers following it for any applications submitted for future projects. This should be your permanent number. For instance, if you were assigned 89-12345-0001, every application submitted thereafter should contain 89-12345 on the application. The succeeding numbers will be issued by the Department of Revenue. DO NOT enter what you believe to be the next in sequence as this may delay processing of your application. SECTION 00700 GENERAL CONDITIONS SECTION 00800 SUPPLEMENTARY CONDITIONS SECTION 00800 SUPPLEMENTARY CONDITIONS Conditions of the Contract These Supplementary Conditions amend or supplement the General Conditions of the Construction Contract (EJCDC General Conditions 1910-8, 1990 edition with City of Fort Collins modifications) and other provisions of the Contract Documents as indicated below. SC-5.4.8 Limits of Liability A. Add the following language at the end of paragraph 5.4.8. The limits of liability for the insurance required by the paragraph numbers of the General Conditions listed below are as follows: 5.4.1 and 5.4.2 Coverage A - Statutory Limits Coverage B - $100,000/$100,000/$500,000 5.4.3 and 5.4.5 Commercial General Liability policy will have limits of $1,000,000 combined single limits (CSL). This policy will include coverage for Explosion, Collapse, and Underground coverage unless waived by the Owner. 5.4.6 The Comprehensive Automobile Liability Insurance policy will have limits of $1,000,000 combined single limits (CSL). 5.4.9 This policy will include completed operations coverage/product liability coverage with limits of $1,000,000 combined single limits (CSL). SC-12.3 Add the following language to the end of paragraph 12.3. Contractor will include in the project schedule zero (0) days lost due to abnormal weather conditions. SECTION 00900 ADDENDA, MODIFICATIONS AND PAYMENT 00950 Contract Change Order 00960 Application for Payment SECTION 00950 CHANGE ORDER NO. PROJECT TITLE: 8131 Median Renovation at Horsetooth & S. Lemay CONTRACTOR: [Contractor] PROJECT NUMBER: 8131 DESCRIPTION: 1. Reason for change: 2. Description of Change: 3. Change in Contract Cost: 4. Change in Contract Time: ORIGINAL CONTRACT COST $ .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 ORIGNINAL CONTRACT % ADJUSTED CONTRACT COST $ .00 (Assuming all change orders approved) ACCEPTED BY: DATE: Contractor's Representative ACCEPTED BY: DATE: Project Manager REVIEWED BY: DATE: Title: APPROVED BY: DATE: Title: APPROVED BY: DATE: Purchasing Agent over $30,000 cc: City Clerk Contractor Engineer Project File Architect Purchasing Section 00960 APPLICATION FOR PAYMENT PAGE 1 OF 4 OWNER: City of Fort Collins PROJECT: APPLICATION NUMBER: APPLICATION DATE: PERIOD BEGINNING: ENGINEER: CONTRACTOR: PERIOD ENDING: PROJECT NUMBER: CHANGE ORDERS Application is made for Payment as shown below in connection with Contract NUMBER DATE AMOUNT The present status of the account for this Contract is as follows: 1 2 Original Contract Amount: 3 Net Change by Change Order: Current contract Amount: $0.00 Total Completed and Stored to Date: Less Previous Applications: Amount Due this Application - Before Retainage: $0.00 Less Retainage: Net Change by Change Order $0.00 AMOUNT DUE THIS APPLICATION: $0.00 CERTIFICATION: The undersigned CONTRACTOR certifies that all obligations of CONTRACTOR incurred in connection with the Work have been satisfied as required in Paragraph 14.3. of the General Conditions of the Contract. The above Amount Due This Application is requested by the CONTRACTOR. Date: By: Payment of the above Amount Due This Application is recommended by the ENGINEER. Date: By: Payment of the above Amount Due This Application has been reviewed by the OWNER'S Project Manager. Date: By: Payment of the above Amount Due This Application is approved by the OWNER. Date: By: CONTRACT AMOUNTS APPLICATION FOR PAYMENT PAGE 2 OF 4 Work Completed Work Completed Work Completed Stored Bid This Month Previous Periods To Date Materials Total Item This Earned Percent Number Description Quantity Units Unit Price Amount Qty. Amount Qty. Amount Qty. Amount Period To Date Billed $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTALS $0.00 $0.00 $0.00 $0.00 $0.00 CHANGE ORDERS APPLICATION FOR PAYMENT PAGE 3 OF 4 Work Completed Work Completed Work Completed Stored Bid This Month Previous Periods To Date Materials Total Item This Earned Percent Number Description Quantity Units Unit Price Amount Qty. Amount Qty. Amount Qty. Amount Period To Date Billed $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTALS CHANGE ORDERS $0.00 $0.00 $0.00 $0.00 $0.00 PROJECT TOTALS $0.00 $0.00 $0.00 $0.00 $0.00 STORED MATERIALS SUMMARY PAGE 4 OF 4 On Hand Received Installed On Hand Item Invoice Previous This This This Number Number Description Application Period Period Application $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTALS $0.00 $0.00 $0.00 $0.00 BHA Design Incorporated 1603 Oakridge Drive Fort Collins, CO 80525 Phone: 970.223.7577 Lemay & Horsetooth Medians City of Fort Collins – Parks Division Project Manual May 29, 2015 This Page Left Intentionally Blank CITY OF FORT COLLINS PARKS DIVISION LEMAY & HORSETOOTH MEDIAN RENOVATIONS Fort Collins, Colorado TABLE OF CONTENTS SECTION 00010 - 1 TABLE OF CONTENTS INTRODUCTORY INFORMATION 00010 Table of Contents 1 page DIVISION 2 - SITE CONSTRUCTION 02380 Site Rock Work 2 pages 328400 Landscape Irrigation 15 pages 02920 Lawns and Grasses 7 pages 02930 Exterior Plants 14 pages END OF SECTION This Page Left Intentionally Blank CITY OF FORT COLLINS PARKS DIVISION LEMAY & HORSETOOTH MEDIAN RENOVATIONS Fort Collins, Colorado SITE ROCK WORK 02380-1 SECTION 02380 – SITE ROCK WORK PART 1 - GENERAL 1.01 SECTION INCLUDES A. The work of this section shall include excavation, grading and installation of site boulders placed at the locations shown on the Drawings. The materials to be used for the construction of such structures shall be as specified herein. Site Rock Work includes the following: 1. Landscape Boulders 1.02 RELATED SECTIONS A. Section 02930 – Exterior Plants B. Section 02231 – Tree Protection 1.03 SUBMITTALS AND SHOP DRAWINGS A. Submit three (1) samples of each stone type that represents the full range of colors/staining that can be expected. If stone supplier’s yard is not local, the Contractor shall submit photos of available stones/boulders for review/selection – see drawings. 1.04 SOURCE LIMITATIONS A. Obtain each type of rock material from a single manufacturer. PART 2 - PRODUCTS 2.01 MATERIALS A. Type 1 Boulders: 1. Stone Type: Colorado Buff Sandstone – light tan/beige in color as approved by Owner’s Representative (Dark brown, Brownstone, Cherokee are unacceptable) 2. Approved Suppliers: a. Arkins Park Stone Quarries, 970-663-1920 b. Tribble Stone, 303-444-1840 c. Rock Garden, 970-472-1115 d. Or approved equivalent. CITY OF FORT COLLINS PARKS DIVISION LEMAY & HORSETOOTH MEDIAN RENOVATIONS Fort Collins, Colorado SITE ROCK WORK 02380-2 3. Boulder sizes shall be as indicated on the Drawings. 4. Finish: as indicated on the Drawings. PART 3 - EXECUTION 3.01 SELECTION OF STONE A. Owner’s Representative shall be contacted to participate in selection of boulders/stone at stone supplier’s yard. If stone supplier’s yard is not local, the Contractor shall submit photos of available stones/boulders for Owner’s review/selection, including ruler in photos for scale. 3.02 HANDLING A. Handling of the stone/boulders shall be carried out in such a way that the stones/boulders are not damaged or scarred. Damaged stones/boulders may be rejected by the Owner Representative. 3.03 PLACEMENT A. Placement of Type 1 Boulders: 1. Place stone/boulders with flat side up and most attractive face (as determined by Owner’s Representative) facing activity areas, unless otherwise noted or directed by the Owner’s Representative. 2. Bury stone/boulder per Drawings. 3. Locations and quantity shall be as indicated in the Drawings. Final placement of stone/boulders shall be reviewed and approved on site by the Owner’s Representative prior to placing paving, surfacing and landscaping in abutting areas 3.04 CLEAN UP A. Remove unneeded stone debris from the site. B. Clean dirt, debris, trash and other deleterious material from stone surfaces and surrounding areas. END OF SECTION This Page Left Intentionally Blank SECTION 32 8400 LANDSCAPE IRRIGATION PART 1: GENERAL 1.1 SCOPE Furnish all labor, materials, supplies, equipment, tools and transportation, and perform all operations in connection with and reasonably incidental to the complete installation of the irrigation system, and guarantee/warranty as shown on the drawings, the installation details, and as specified herein. Items of work specifically included are: A. Procurement of all applicable licenses, permits, and fees. B. Coordination of Utility Locates (“Call Before You Dig”). C. Verification of existing static pressure. D. Connection of electrical power supply to the irrigation control system. E. Maintenance period. F. Median sleeving for irrigation pipe and wire. G. Connection to existing irrigation water meter. 1.2 WORK NOT INCLUDED Items of work specifically excluded or covered under other sections are: A. Roadway directional boring and sleeving. 1.3 RELATED WORK A. Division 2 - Site Work: 1) Section 02920 - Fine Grading and Soil Preparation. 2) Section 02931 - Seeding. 3) Section 02932 - Sodding. 4) Section 02950 - Trees, Plants and Ground Cover. 1.4 SUBMITTALS A. Deliver four (4) copies of all required submittals to the Owners’ Representative within 15 days from the date of Notice to Proceed. B. Materials List: Include pipe, fittings, mainline components, water emission components, control system components. Quantities of materials need not be included. C. Manufacturers' Data: Submit manufacturers' catalog cuts, specifications, and operating instructions for equipment shown on the materials list. Landscape Irrigation Effective Date Section – 32 8400 Horsetooth and Lemay Medians 05/19/2015 Page - 2 D. Shop Drawings: Submit shop drawings called for in the installation details. Show products required for proper installation, their relative locations, and critical dimensions. Note modifications to the installation detail. E. Project Record Drawings: Submit project record (as-built) drawings to Owner prior to commencement of maintenance period (refer to specification section 3.10 for specific requirements). 1.5 RULES AND REGULATIONS A. Work and materials shall be in accordance with the latest edition of the National Electric Code, the Uniform Plumbing Code as published by the Western Plumbing Officials Association, and applicable laws and regulations of the governing authorities. B. When the contract documents call for materials or construction of a better quality or larger size than required by the above-mentioned rules and regulations, provide the quality and size required by the contract documents. C. If quantities are provided either in these specifications or on the drawings, these quantities are provided for information only. It is the Contractor's responsibility to determine the actual quantities of all material, equipment, and supplies required by the project and to complete an independent estimate of quantities and wastage. 1.6 TESTING A. Notify the Owner's Representative three days in advance of testing. B. Pipelines jointed with rubber gaskets or threaded connections may be subjected to a pressure test at any time after partial completion of backfill. Pipelines jointed with solvent- welded PVC joints shall be allowed to cure at least 24 hours before testing. C. Subsections of mainline pipe may be tested independently, subject to the review of the Owners’ Representative. D. Furnish clean, clear water, pumps, labor, fittings, and equipment necessary to conduct tests or retests. E. Hydrostatic Pressure Test: 1) Subject mainline pipe to a hydrostatic pressure equal to 120 PSI for two hours. Test with mainline components installed. A 2 PSI pressure variation is allowed. 2) Contractor shall contact Owner's Representative to observe pressure test results. 3) Backfill to prevent pipe from moving under pressure. Expose couplings and fittings. 4) Leakage will be detected by visual inspection. Replace defective pipe, fitting, joint, valve, or appurtenance. Repeat the test until the pipe passes test. a. Cement or caulking to seal leaks is prohibited. F. Operational Test: Landscape Irrigation Effective Date Section – 32 8400 Horsetooth and Lemay Medians 05/19/2015 Page - 3 1) Activate each remote control valve in sequence from controller. The Owners’ Representative will visually observe operation, water application patterns, and leakage. 2) Replace defective remote control valve, solenoid, wiring, or appurtenance to correct operational deficiencies. 3) Replace, adjust, or move water emission devices to correct operational or coverage deficiencies. 4) Replace defective pipe, fitting, joint, valve, sprinkler, or appurtenance to correct leakage problems. Cement or caulking to seal leaks is prohibited. 5) Repeat test(s) until each lateral passes all tests. G. Central Control System Acceptance Test: 1) Upon completion of the centralized control system installation and Substantial Completion, a System Acceptance Test must be passed. Central control acceptance shall occur prior to final irrigation system acceptance and after 30 day evaluation period. 2) Following Substantial Completion, an evaluation period will commence. Upon completion of 30 days of continuous service without major system problems, the system will be accepted and the guarantee/warranty period will begin. If at any time during the 30-day evaluation period, a major system problem occurs, the source of the problem will be determined and corrected and the 30-day evaluation period will start again. Equipment will not be accepted until such time as the System Acceptance Test is passed. 3) If successful completion of the System Acceptance Test is not attained within 90 days following Substantial Completion, the Engineer/Landscape Architect/Owner's Representative has the option to request replacement of equipment, terminate the order, or portions thereof, or continue with the System Acceptance Test. These options will remain in effect until such time as a successful completion of the System Acceptance Test. 4) Final payment will be made after successful completion of the final System Acceptance Test and final irrigation system acceptance. H. Signal Wire: 1) Test for leaks to ground per manufacturer's recommendations. Test results must meet or exceed manufacturer's guidelines for acceptance. 2) Replace defective wire, underground splices, or appurtenances. Repeat the test until the manufacturer's guidelines are met. 1.7 CONSTRUCTION REVIEW The purpose of on-site reviews by the Owners’ Representative is to periodically observe the work in progress and the Contractor's interpretation of the construction documents and to address questions with regards to the installation. A. Scheduled reviews such as those for irrigation system layout or testing should be scheduled with the Owners’ Representative as required by these specifications. Landscape Irrigation Effective Date Section – 32 8400 Horsetooth and Lemay Medians 05/19/2015 Page - 4 B. Impromptu reviews may occur at any time during the project. C. Final review will occur at the completion of the irrigation system installation and Record (As- Built) Drawing submittal. 1.8 GUARANTEE/WARRANTY AND REPLACEMENT The purpose of this guarantee/warranty is to insure that the Owner receives irrigation materials of prime quality, installed and maintained in a thorough and careful manner. A. Provide a two(2) year written warranty for material and installation from date of Substantial Completion. B. Expenses due to vandalism before Final Acceptance shall be the contractors responsibility. C. Any settling of backfilled trenches that occurs during warranty period shall be repaired at no expense to the City, including complete restoration of damaged property. D. Once final acceptance is granted, the City will maintain turf and planting areas during warranty period., unless maintenance by Contractor is specified in the contract. Contractor is responsible to monitor and coordinate controller scheduling and maintenance with Parks maintenance staff and or the irrigation controller factory certified technician for any seeding, sodding or planting areas under Contractor’s warranty. E. The City Parks staff reserves the right to make temporary repairs during the warranty period as necessary to keep systems in operating condition without voiding the Contractor’s warranty, nor relieving the Contractor of his responsibilities. F. Contractor shall make repairs and replacements within three days of notification. If Contractor fails to make repairs within three days, the City will make such repairs at Contractor’s expense. PART 2: MATERIALS 2.1 QUALITY Use materials which are new and without flaws or defects of any type, and which are the best of their class and kind. 2.2 SUBSTITUTIONS Pipe sizes referenced in the construction documents are minimum sizes, and may be increased at the option of the Contractor. 2.3 SLEEVING A. Install separate sleeve beneath paved areas to route each run of irrigation pipe or wiring bundle. B. Sleeving material beneath pedestrian pavements shall be PVC Class 200 pipe with solvent welded joints. Landscape Irrigation Effective Date Section – 32 8400 Horsetooth and Lemay Medians 05/19/2015 Page - 5 C. Sleeving beneath drives and streets shall be PVC Class 200 pipe with solvent welded joints. D. Sleeving diameter: as indicated on the drawings and installation details or equal to twice that of the pipe or wiring bundle. 2.4 PIPE AND FITTINGS A. Mainline Pipe and Fittings: 1) Use rigid, unplasticized polyvinyl chloride (PVC) 1120, 1220 National Sanitation Foundation (NSF) approved pipe, extruded from material meeting the requirements of Cell Classification 12454-A or 12454-B, ASTM Standard D1784, with an integral belled end. 2) Use Class 200, SDR-21, rated at 200 PSI, conforming to the dimensions and tolerances established by ASTM Standard D2241. Use PVC pipe rated at higher pressures than Class 200 in the case of small nominal diameters which are not manufactured in Class 200. a. Use solvent weld pipe for mainline pipe with a nominal diameter less than 3-inches or where a pipe connection occurs in a sleeve. Use Schedule 40, Type 1, PVC solvent weld fittings conforming to ASTM Standards D2466 and D1784. Use primer approved by the pipe manufacturer. Solvent cement to conform to ASTM Standard D2564. B. Drip Lateral Pipe and Fittings: 1) Use rigid, unplasticized polyvinyl chloride (PVC) 1120, 1220 National Sanitation Foundation (NSF) approved pipe, extruded from material meeting the requirements of Cell Classification 12454-A or 12454-B, ASTM Standard D1784, with an integral belled end suitable for solvent welding. 2) Use Class 200, SDR-21, rated at 200 PSI, conforming to the dimensions and tolerances established by ASTM Standard D2241. Use PVC pipe rated at higher pressures than Class 200 in the case of small nominal diameters which are not manufactured in Class 200. 3) Use primer approved by the pipe manufacturer. Solvent cement to conform to ASTM Standard D2564, of a type approved by the pipe manufacturer. 4) For drip irrigation laterals downstream of control valves, use UV radiation resistant polyethylene pipe manufactured from Prime Union Carbide G-resin 7510 Natural 7 manufactured by Union Carbide or a Union Carbide Licensee with a minimum of 2% carbon black, and minimum nominal pipe ID dimension of 0.810" for 3/4 inch pipe. Use PVC/compression line fittings compatible with the drip lateral pipe. Use tubing stakes to hold above-ground pipe in place. C. Specialized Pipe and Fittings: 1) Copper pipe: Use Type "K" rigid conforming to ASTM Standard B88. Use wrought copper or cast bronze fittings, soldered or threaded per the installation details. Use a 95% tin and 5% antimony solder. Landscape Irrigation Effective Date Section – 32 8400 Horsetooth and Lemay Medians 05/19/2015 Page - 6 2) Use a dielectric union wherever a copper-based metal (copper, brass, bronze) is joined to an iron-based metal (iron, galvanized steel, stainless steel). 3) Assemblies calling for pre-fabricated double swing joints shall utilize LASCO Unitized swing joints or approved equal. Swing joints shall be rated at 315 psi, and use O-ring and street elbow construction. 4) Low Density Polyethylene Hose: a. Use pipe specifically intended for use as a flexible swing joint. Inside diameter: 0.490+0.010 inch. Wall thickness: 0.100+0.010 inch. Color: Black. b. Use spiral barb fittings supplied by the same manufacturer as the hose. 5) Assemblies calling for threaded pipe connections shall utilize PVC Schedule 80 nipples and PVC Schedule 40 threaded fittings. 6) Joint sealant: Use only Teflon-type tape pipe joint sealant on plastic threads. Use nonhardening, nontoxic pipe joint sealant formulated for use on water-carrying pipes on metal threaded connections. D. Marking Tape: 1) Mainline Pipe - Christy underground I.D. tape TA-DT-3-P-NPW. 2.5 MAINLINE COMPONENTS A. Main System Shutoff Valve: As per local practice and in compliance with local code. B. Winterization Assembly: As per local practice and in compliance with local code. C. Backflow Prevention Assembly: As presented in the installation details. D. Master Valve Assembly: As presented in the installation details. E. Flow Sensor Assembly: As presented in the installation details. F. Isolation Gate Valve Assembly: As presented in the installation details. Install a separate valve box over a 3-inch depth of 3/4-inch gravel for each assembly. G. Quick Coupling Valve Assembly: Double swing joint arrangement as presented in the installation details. 2.6 SPRINKLER AND TREE RING IRRIGATION COMPONENTS A. Remote Control Valve (RCV) Assembly for Sprinkler and Tree Ring Laterals: Landscape Irrigation Effective Date Section – 32 8400 Horsetooth and Lemay Medians 05/19/2015 Page - 7 As presented in the installation details. Use wire connectors and waterproofing sealant to join control wires to solenoid valves. Install a separate valve box over a 3-inch depth of 3/4- inch gravel for each assembly. Adjust flow control per manufacturer’s recommendations prior to use. I B. Sprinkler Assembly: As presented in the drawings and installation details. C. Tree Ring Assembly: As presented in the drawings and installation details. 2.7 DRIP IRRIGATION COMPONENTS A. Remote Control Valve (RCV) Assembly for Drip Laterals: As presented in the installation details. Use wire connectors and waterproofing sealant to join control wires to solenoid valves. Install a separate valve box over a 3-inch depth of 3/4-inch gravel for each assembly. Adjust flow control per manufacturer’s recommendations prior to use. I B. Drip Emitter Assembly: 1) Barb-mounted, vortex and/or pressure compensating emitter device as presented in the installation details. The device shall be Rain Bird Xeri-bug XB-10pc series. 2) Install emitter types and quantities on the following schedule: a. Ground cover plant: 1 single outlet emitter each or 1 single outlet emitter per square foot of planting area, whichever is less. b. Shrub: 2 single outlet emitters each. c. Tree: 4 single outlet emitters each or 1 multi-outlet emitter each (with 4 outlets open). 3) Use 1/4-inch diameter flexible plastic tubing to direct water from emitter outlet to emission point. Length of emitter outlet tubing shall not exceed five feet. Secure emitter outlet tubing with tubing stakes. C. Flush Cap Assembly: as presented in the installation details. Locate at the end of each drip irrigation lateral pipe. Install a separate valve box over a 3-inch depth of 3/4-inch gravel for each assembly. 2.8 CONTROL SYSTEM COMPONENTS A. Irrigation Controller Unit: 1) As presented in the drawings and installation details. 2) Primary surge protection arrestors: Per Manufacturers recommendations. 3) Valve output surge protection arrestors: Per Manufacturers recommendations. 4) Lightning protection: 8-foot copper-clad grounding rod. 5) Wire markers: Pre-numbered or labeled with indelible non-fading ink, made of permanent, non-fading material. Landscape Irrigation Effective Date Section – 32 8400 Horsetooth and Lemay Medians 05/19/2015 Page - 8 B. Instrumentation: 1) As presented in the drawings and installation details. 2) WeatherTrak ET Pro3 compatible weather sensor 3) Flow Sensor: WeatherTRAK FlowShare. C. Control Wire: 1) Use American Wire Gauge (AWG) No. 14 solid copper, Type UF or PE cable, UL approved for direct underground burial from the controller unit to each remote control valve. Use AWG No. 12 wire for common wire. 2) Color: Use white for common ground wire. Use easily distinguished colors for other control wires. Spare control wires shall be of a color different from that of the active control wire. Wire color shall be continuous over its entire length. 3) Splices: Use wire connector with waterproof sealant. Wire connector to be of plastic construction consisting of two (2) pieces, one piece which snap locks into the other. A copper crimp sleeve to be provided with connector. Utilize DBR6-300 splices. 4) Encase wiring not located near PVC irrigation pipe in PVC Schedule 40 electrical conduit. Warning tape: Inert plastic film highly resistant to alkalis, acids, or other destructive chemical components likely to be encountered in soils. Three inches wide, colored yellow, and imprinted with "CAUTION: BURIED ELECTRIC LINE BELOW." D. Existing Control Wire: 1) It is assumed that existing 24 VAC control wire between existing controller and solenoid valves is in workable condition. Any concerns are to be brought to the attention of the Owner prior to installation of the replacement controller. 2.9 OTHER COMPONENTS A. Tools and Spare Parts: Provide operating keys, servicing tools, test equipment, other items, and spare parts indicated in the General Notes of the drawings. PART 3: EXECUTION 3.1 INSPECTIONS AND REVIEWS A. Site Inspections: 1) Verify site conditions and note irregularities affecting work of this section. Report irregularities to the Owners’ Representative prior to beginning work. 2) Beginning work of this section implies acceptance of existing conditions. 3) Contractor will be held responsible for coordination between landscape and irrigation system installation. Landscape Irrigation Effective Date Section – 32 8400 Horsetooth and Lemay Medians 05/19/2015 Page - 9 4) Landscape material locations shown on the Landscape Plan shall take precedence over the irrigation system equipment locations. If irrigation equipment is installed in conflict with the landscape material locations shown on the Landscape Plan, the Contractor will be required to relocate the irrigation equipment, as necessary, at Contractor’s expense. B. Utility Locates ("Call Before You Dig"): 1) Arrange for and coordinate with local authorities the location of all underground utilities. 2) Repair any underground utilities damaged during construction. Make repairs at no additional cost to the contract price. C. Irrigation System Layout Review: Irrigation system layout review will occur after the staking has been completed. Notify the Owners’ Representative two days in advance of review. Modifications will be identified by the Owners’ Representative at this review. 3.2 LAYOUT OF WORK A. Stake out the irrigation system. Items staked include: sprinklers, pipe, control valves, controller, and isolation valves. B. Install all mainline pipe and mainline components inside of project property lines. 3.3 EXCAVATION, TRENCHING, AND BACKFILLING A. Excavate to permit the pipes to be laid at the intended elevations and to permit work space for installing connections and fittings. B. Minimum cover (distance from top of pipe or control wire to finish grade): 1) 24-inch over mainline pipe and over electrical conduit. 2) 26-inch over control wire. 3) 18-inch over lateral pipe to sprinklers 4) 8-inch over drip lateral pipe in turf or paved areas downstream of drip system zone control valves. 5) 3-inch minimum mulch cover over drip lateral pipe in planting beds downstream of drip system zone control valves. PVC UV radiation resistant lateral pipe shall be installed directly on the soil surface under landscape fabric. C. Backfill only after lines have been reviewed and pressure tested. See section 1.6. D. Excavated material is generally satisfactory for backfill. Backfill shall be free from rubbish, vegetable matter, frozen materials, and stones larger than 2-inches in maximum dimension. Remove material not suitable for backfill. Backfill placed next to pipe shall be free of sharp objects which may damage the pipe. Stones larger than 1-inch maximum dimension are not permitted in first (deepest) 6-inches of backfill. E. Backfill unsleeved pipe and sleeves in either of the following manners: Landscape Irrigation Effective Date Section – 32 8400 Horsetooth and Lemay Medians 05/19/2015 Page - 10 1) Backfill and puddle the lower half of the trench. Allow to dry 24 hours. Backfill the remainder of the trench in 6-inch layers. Compact to density of surrounding soil. 2) Backfill the trench by depositing the backfill material equally on both sides of the pipe in 6-inch layers and compacting to the density of surrounding soil. F. Backfill unsleeved pipe by depositing the backfill material equally on both sides of the pipe in 6-inch layers and compacting each layer to 90% Standard Proctor Density, ASTM D698-78. Costs for such testing and any necessary retesting shall be borne by the Contractor. Use of water for compaction, "puddling", will not be permitted. G. Enclose pipe and wiring beneath roadways, walks, curbs, etc. in sleeves. Minimum compaction of backfill for sleeves shall be 95% Standard Proctor Density, ASTM D698-78. Costs for such testing and any necessary retesting shall be borne by the Contractor. Use of water for compaction around sleeves, "puddling", will not be permitted. H. Dress backfilled areas to original grade. I. Where utilities conflict with irrigation trenching and pipe work, contact the Owners’ Representative for trench depth adjustments. 3.4 SLEEVING AND BORING A. Install sleeving at a depth which permits the encased pipe or wiring to remain at the specified burial depth. B. Extend sleeve ends six inches beyond the edge of the paved surface. Cover pipe ends and mark with stakes. Mark concrete with a chiseled "s" at sleeve end locations. C. Bore for sleeves under obstructions which cannot be removed. Employ equipment and methods designed for horizontal boring. 3.5 ASSEMBLING PIPE AND FITTINGS A. General: 1) Keep pipe free from dirt and pipe scale. Cut pipe ends square and debur. Clean pipe ends. 2) Keep ends of assembled pipe capped. Remove caps only when necessary to continue assembly. B. Mainline Pipe and Fittings: 1) Use only strap-type friction wrenches for threaded plastic pipe. 2) PVC Solvent Weld Pipe: Landscape Irrigation Effective Date Section – 32 8400 Horsetooth and Lemay Medians 05/19/2015 Page - 11 a. Use primer and solvent cement. Join pipe in a manner recommended by the manufacturer and in accordance with accepted industry practices. b. Cure for 30 minutes before handling and 24 hours before allowing water in pipe. c. Snake pipe from side to side within the trench. 3) Fittings: The use of cross type fittings is not permitted. C. Lateral Pipe and Fittings: 1) Use only strap-type friction wrenches for threaded plastic pipe. 2) PVC Solvent Weld Pipe: a. Use primer and solvent cement. Join pipe in the manner recommended by the manufacturer and in accordance with accepted industry practices. b. Cure for 30 minutes before handling and 24 hours before allowing water in the pipe. c. Snake pipe from side to side within the trench. 3) Fittings: The use of cross type fittings is not permitted. D. Specialized Pipe and Fittings: 1) Copper Pipe: a. Buff surfaces to be joined to a bright finish. Coat with solder flux. b. Solder so that a continuous bead shows around the joint circumference. 2) Insert a dielectric union wherever a copper-based metal (copper, brass, bronze) and an iron-based metal (iron, galvanized steel, stainless steel) are joined. 3) Pre-fabricated double swing joints: Install per manufacturer's recommendations. 4) Low Density Polyethylene Hose: Install per manufacturer's recommendations. 5) PVC Threaded Connections: a. Use only factory-formed threads. Field-cut threads are not permitted. b. Use only Teflon-type tape. c. When connection is plastic-to-metal, the plastic component shall have male threads and the metal component shall have female threads. 6) Make metal-to-metal, threaded connections with Teflon-type tape or pipe joint compound applied to the male threads only. Landscape Irrigation Effective Date Section – 32 8400 Horsetooth and Lemay Medians 05/19/2015 Page - 12 3.6 INSTALLATION OF MAINLINE COMPONENTS A. Main System Shut Off Valve: Install where indicated on the drawings. B. Winterization Assembly: Install where indicated on the drawings. C. Backflow Prevention Assembly: Install where indicated on the drawings. Install assembly so that its elevation, orientation, access, and drainage conform to the manufacturer's recommendations and applicable health codes. D. Master Valve Assembly: Install where indicated on the drawings. E. Isolation Gate Valve Assembly: 1) Install where indicated on the drawings. 2) Locate at least 12-inches from and align with adjacent walls or edges of paved areas. F. Quick Coupling Valve Assembly: Install where indicated on the drawings. 3.7 INSTALLATION OF SPRINKLER AND TREE RING IRRIGATION COMPONENTS A. Remote Control Valve (RCV) Assembly for Sprinkler and Tree ring Laterals: 1) Flush mainline before installation of RCV assembly. 2) Install where indicated on the drawings. Wire connectors and waterproof sealant shall be used to connect control wires to remote control valve wires. Install connectors and sealant per the manufacturer's recommendations. 3) Install only one RCV to a valve box. Locate valve box at least 12-inches from and align with nearby walls or edges of paved areas. Group RCV assemblies together where practical. Arrange grouped valve boxes in rectangular patterns. Allow at least 12-inches between valve boxes. 4) Adjust RCV to regulate the downstream operating pressure. 5) Attach ID tag with controller station number to control wiring. B. Sprinkler Assembly: 1) Flush lateral pipe before installing sprinkler assembly. 2) Install per the installation details at locations shown on the drawings. 3) Locate rotary sprinklers 12-inches from adjacent walls, fences, or edges of paved areas. 4) Locate spray sprinklers 3-inches from adjacent walls, fences, or edges of paved areas. 5) Set sprinklers perpendicular to the finish grade. 6) Supply appropriate nozzle or adjust arc of coverage of each sprinkler for best performance. Landscape Irrigation Effective Date Section – 32 8400 Horsetooth and Lemay Medians 05/19/2015 Page - 13 7) Adjust the radius of throw of each sprinkler for best performance. C. Tree Ring Assembly: 1) Flush lateral pipe before installing bubbler assembly. 2) Install bubbler assembly per the installation details at locations shown on the drawings. 3) Adjust the output flow of each Tree Ring for best performance. 3.8 INSTALLATION OF DRIP IRRIGATION COMPONENTS A. Remote Control Valve (RCV) Assembly for Drip Laterals: 1) Flush mainline pipe before installing RCV assembly. 2) Locate as shown on the drawings. Wire connectors and waterproof sealant shall be used to connect control wires to remote control valve wires. Connectors and sealant shall be installed as per the manufacturer's recommendations. 3) Install only one RCV to valve box. Locate at least 12-inches from and align with nearby walls or edges of paved areas. Group RCV assemblies together where practical. 4) Arrange grouped valve boxes in rectangular patterns. Set RCV assembly discharge pressure to 30 PSI. B. Drip Emitter Assembly: 1) Locate as shown on the drawings and installation details. 2) Flush lateral pipe before installing emitter assembly. 3) Cut emitter outlet distribution tubing square. 4) Install an access sleeve as part of each multiple-outlet emitter assembly for emitters located in turf areas. 5) Use tools and techniques recommended by the manufacturer. Make openings for barb-mounted emitters with the emitter manufacturer's hole- punching tool. C. Flush Cap Assembly: Install at the end of each drip irrigation lateral pipe as shown on the installation details. 3.9 INSTALLATION OF CONTROL SYSTEM COMPONENTS A. Irrigation Controller Unit: 1) The location of the controller unit as depicted on the drawings is approximate; the Owners’ Representative will determine the exact site location upon commencement of contract. during sprinkler layout review. Landscape Irrigation Effective Date Section – 32 8400 Horsetooth and Lemay Medians 05/19/2015 Page - 14 2) Lightning protection: Ground rods are to have a minimum diameter of 5/8” and a minimum length of 10 feet. These are to be driven into the ground in a vertical position or an oblique angle not to exceed 45 degrees at a location 10 feet from the electronic equipment, the ground plate, or the wires and cables connected to said equipment, as shown in the irrigation details. The rod is to be stamped with the UL logo. A 6 AWG solid bare copper wire (about 12 feet long) shall be connected to the ground rod by the installer using a Cadweld GR1161G ”One-Shot” welding kit [Paige Electric part number 1820037.] This wire shall be connected to the electronic equipment ground lug as shown in the detail above. 3) Install primary surge protection arrestors on incoming power lines. 4) Install one valve output surge protection arrestor on each control wire and one for the common wire. 5) Attach wire markers to the ends of control wires inside the controller unit housing. Label wires with the identification number (see drawings) of the remote control valve to which the control wire is connected. 6) Install a 120-volt, 15 amp switched and grounded 3-prong receptacle with GFIC inside the controller unit housing. 7) Connect control wires to the corresponding controller terminal. B. Instrumentation: 1) Install sensors per the installation details and manufacturer's recommendations. Install at locations shown on the drawings. 2) Install electrical connections between irrigation controller and sensors per manufacturer's recommendations. C. Control Wire: 1) Bundle control wires where two or more are in the same trench. Bundle with pipe wrapping tape spaced at 10-foot intervals. 2) Provide a 24-inch excess length of wire in an 8-inch diameter loop at each 90 degree change of direction, at both ends of sleeves, and at 100-foot intervals along continuous runs of wiring. Make wiring loop by turning control wire 5 turns around 1-inch pipe. Coil 24-inch length of wire within each remote control valve box. 3) Install common ground wire and one control wire for each remote control valve. Multiple valves on a single control wire are not permitted. 4) If a control wire must be spliced, make splice with wire connectors and waterproof sealant, installed per the manufacturer's instructions. Locate splice in a valve box which contains an irrigation valve assembly, or in a separate 6-inch round valve box. Use same procedure for connection to valves as for in-line splices. 5) Unless noted on plans, install wire parallel with and under PVC mainline pipe. If wire is installed adjacent to section of metal pipe, separate wire from pipe minimum of 6-inches and install wire in PVC conduit. Landscape Irrigation Effective Date Section – 32 8400 Horsetooth and Lemay Medians 05/19/2015 Page - 15 6) Encase wire not installed with PVC mainline pipe in electrical conduit. 3.10 INSTALLATION OF OTHER COMPONENTS A. Tools and Spare Parts: 1) Prior to the Pre-Maintenance Review, supply to the Owner operating keys, servicing tools, test equipment, and any other items indicated on the drawings. 2) Prior to Final Review, supply to the Owner the spare parts indicated in the General Notes on the drawings. B. Other Materials: Install other materials or equipment shown on the drawings or installation details to be part of the irrigation system, even though such items may not have been referenced in these specifications. 3.11 PROJECT RECORD (AS-BUILT) DRAWINGS A. Maintain on-site and separate from documents used for construction, one complete set of contract documents as Project Documents. Keep documents current. Do not permanently cover work until as-built information is recorded. B. Record pipe and wiring network alterations. Record work which is installed differently than shown on the construction drawings. Record accurate reference dimensions, measured from at least two permanent reference points, of each irrigation system valve, each backflow prevention device, each controller or control unit, each sleeve end, each stub-out for future pipe or wiring connections, and other irrigation components enclosed within a valve box. C. Controller Zone Maps and Programming Schedule: 1. Do not prepare zone maps or irrigation controller charts until record drawings have been reviewed and approved by the Project Manager. The Project Manager shall provide an example of Controller Charts and zone map required. 2. Provide one controller zone map for each automatic controller installed. a. Zone Map shall be reproduction of record drawing, one page sized eleven inch by seventeen inch (11” X 17”). b. Zone Map shall be print of actual record drawing of the system, showing the entire area covered by that controller on one sheet. c. Identify controller, all remote valves and lateral lines of each remote control valve, using a distinctly different color for each zone. Include the entire area of the controller’s coverage. Provide a legend. 3. Provide one zone map for the entire project. a. Zone Map shall be reproduction of record drawing, one page maximum thirty-six inch by forty-eight inch (36” X 48”), photo reduced to maximum size and legibility. Landscape Irrigation Effective Date Section – 32 8400 Horsetooth and Lemay Medians 05/19/2015 Page - 16 b. Identify all controllers, remote valves and lateral lines using different colors to distinguish adjacent zones. D. Prior to Final Review, purchase from the Owners’ Representative a reproducible mylar copy of the drawings. Using technical drafting pen, duplicate information contained on the project drawings maintained on site. Label each sheet "Record Drawing". Completion of the Record Drawings will be a prerequisite for the Final Review. 3.12 MAINTENANCE A. Upon completion of Final Review, maintain irrigation system for a duration of 30 calendar days. Make periodic examinations and adjustments to irrigation system components so as to achieve the most desirable application of water. B. Following completion of the Contractor's maintenance period, the Owner will be responsible for maintaining the system in working order during the remainder of the guarantee/warranty period, for performing necessary minor maintenance, for trimming around sprinklers, for protecting against vandalism, and for preventing damage during the landscape maintenance operation. 3.13 CLEAN-UP A. Upon completion of work, remove from the site all machinery, tools, excess materials, and rubbish. End of Section This Page Left Intentionally Blank CITY OF FORT COLLINS PARKS DIVISION LEMAY & HORSETOOTH MEDIAN RENOVATIONS Fort Collins, Colorado LAWNS AND GRASSES 02920 - 1 SECTION 02920 - LAWNS AND GRASSES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Sodding. 2. Lawn renovation. 3. Maintenance. 4. Warranty. 1.3 DEFINITIONS A. Finish Grade: Elevation of finished surface of planting soil. B. Planting Soil: Native or imported topsoil, manufactured topsoil, or surface soil modified to become topsoil; mixed with soil amendments. C. Subgrade: Surface or elevation of subsoil remaining after completing excavation, or top surface of a fill or backfill immediately beneath planting soil. D. Subsoil: All soil beneath the topsoil layer of the soil profile, and typified by the lack of organic matter and soil organisms. 1.4 SUBMITTALS A. Product Data: For each type of product indicated. B. Certification of Grass Seed: From seed vendor for each grass-seed monostand or mixture stating the botanical and common name and percentage by weight of each species and variety, and percentage of purity, germination, and weed seed. Include the year of production and date of packaging. 1. Certification of each seed mixture for turfgrass sod, identifying source, including name and telephone number of supplier. C. Product Certificates: For soil amendments and fertilizers, from manufacturer. CITY OF FORT COLLINS PARKS DIVISION LEMAY & HORSETOOTH MEDIAN RENOVATIONS Fort Collins, Colorado LAWNS AND GRASSES 02920 - 2 D. Certification of Plugging: From seed vendor for each plug type stating the botanical and common name of each species and variety. Include the year of production. Identify source, including name and telephone number of supplier. E. Material Test Reports: For existing surface soil and imported topsoil, if stockpiled topsoil is not sufficient. F. Planting Schedule: Indicating anticipated planting dates for each type of planting. G. Maintenance Instructions: Recommended procedures to be established by Owner for maintenance of lawns during warranty period. Submit before Substantial completion. 1.5 QUALITY ASSURANCE A. Installer Qualifications: A qualified landscape installer whose work has resulted in successful lawn establishment. 1. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on Project site when planting is in progress. B. Soil-Testing Laboratory Qualifications: An independent laboratory, recognized by the State Department of Agriculture, with the experience and capability to conduct the testing indicated and that specializes in types of tests to be performed. C. Topsoil Analysis: Furnish soil analysis by a qualified soil-testing laboratory stating percentages of organic matter; gradation of sand, silt, and clay content; cation exchange capacity; sodium absorption ratio; deleterious material; pH; and mineral and plant-nutrient content of topsoil. 1. Report suitability of topsoil for lawn growth. State-recommended quantities of nitrogen, phosphorus, and potash nutrients and soil amendments to be added to produce satisfactory topsoil. 1.6 DELIVERY, STORAGE, AND HANDLING A. Seed: Deliver seed in original sealed, labeled, and undamaged containers. B. Sod: Harvest, deliver, store, and handle sod according to requirements in TPI's "Specifications for Turfgrass Sod Materials" and "Specifications for Turfgrass Sod Transplanting and Installation" in its "Guideline Specifications to Turfgrass Sodding." Deliver sod in time for planting within 24 hours of harvesting. Protect sod from breakage and drying. 1.7 PROJECT CONDITIONS A. Weather Limitations: Proceed with planting only when existing and forecasted weather conditions permit. CITY OF FORT COLLINS PARKS DIVISION LEMAY & HORSETOOTH MEDIAN RENOVATIONS Fort Collins, Colorado LAWNS AND GRASSES 02920 - 3 1.8 MAINTENANCE SERVICE A. Initial Lawn Maintenance Service: Provide full maintenance by skilled employees of landscape Installer. Maintain as required in Part 3. Begin maintenance immediately after each area is planted and continue through Warranty Period. 1.9 WARRANTY A. Special Warranty: Installer's standard form in which Installer agrees to repair or replace plantings and accessories that fail in materials, workmanship, or growth within specified warranty period. 1. Failures include, but are not limited to, the following: a. Death and unsatisfactory growth, except for defects resulting from lack of adequate maintenance, neglect, abuse by Owner, or incidents that are beyond Contractor's control. b. Structural failures including plantings falling or blowing over. c. Deterioration of metals, metal finishes, and other materials beyond normal weathering. 2. Warranty Periods from date of Substantial Completion: a. Two (2) years. PART 2 - PRODUCTS 2.1 TURFGRASS SOD A. Turfgrass Sod: Certified Approved Number 1 Quality/Premium, including limitations on thatch, weeds, diseases, nematodes, and insects, complying with TPI's "Specifications for Turfgrass Sod Materials" in its "Guideline Specifications to Turfgrass Sodding." Furnish viable sod of uniform density, color, and texture, strongly rooted, and capable of vigorous growth and development when planted. B. Turfgrass Species: Sod of grass species as follows, with not less than 95 percent germination, not less than 85 percent pure seed, and not more than 0.5 percent weed seed: 1. Full Sun: Kentucky bluegrass (Poa pratensis), a minimum of three (3) cultivars. 2.2 TOPSOIL A. Topsoil: ASTM D 5268, pH range of 5.5 to 7, a minimum of four (4) percent organic material content; free of stones 1 inch or larger in any dimension and other extraneous materials harmful to plant growth. CITY OF FORT COLLINS PARKS DIVISION LEMAY & HORSETOOTH MEDIAN RENOVATIONS Fort Collins, Colorado LAWNS AND GRASSES 02920 - 4 1. Topsoil Source: Reuse surface soil stockpiled on-site. Verify suitability of stockpiled surface soil to produce topsoil. Clean surface soil of roots, plants, sod, stones, clay lumps, and other extraneous materials harmful to plant growth. a. If required supplement with imported or manufactured topsoil from off-site sources when quantities are insufficient. 2.3 ORGANIC SOIL AMENDMENTS A. Organic amendment shall be Class 1 compost. 1. Supplier: a. A-1 Organics. b. Approved substitute. Must be approved seven (7) days prior to bidding. 2.4 PLANTING ACCESSORIES A. Selective Herbicides: EPA registered and approved, of type recommended by manufacturer for application. 2.5 FERTILIZER A. Fertilizer for turf shall be commercial type, of uniform composition, free flowing, and conforming to applicable state and federal laws. Fertilizer shall be formulated to meet the suggestions of the soil-testing laboratory for turf fertilization 2.6 MULCHES A. Not Applicable. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas to receive lawns and grass for compliance with requirements and other conditions affecting performance. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities, trees, shrubs, and plantings from damage caused by planting operations. CITY OF FORT COLLINS PARKS DIVISION LEMAY & HORSETOOTH MEDIAN RENOVATIONS Fort Collins, Colorado LAWNS AND GRASSES 02920 - 5 1. Protect adjacent and adjoining areas from hydromulching overspray. 2. Protect grade stakes set by others until directed to remove them. B. Provide erosion-control measures to prevent erosion or displacement of soils and discharge of soil-bearing water runoff or airborne dust to adjacent properties and walkways. 3.3 LAWN PREPARATION A. Limit lawn subgrade preparation to areas to be planted. B. Newly Graded Subgrades: Loosen subgrade to a minimum depth of 12 inches. Remove stones larger than 1 inch in any dimension and sticks, roots, rubbish, and other extraneous matter and legally dispose of them off Owner's property. 1. Apply organic amendments at a rate of 3 CY / 1000 s.f. in Sod areas only. Do not apply organic amendments to native seed/wetland plug areas. Do not spread if organic amendment or subgrade is frozen, muddy, or excessively wet.. a. Reduce elevation of planting soil to allow for soil thickness of sod. C. Finish Grading: Grade planting areas to a smooth, uniform surface plane with loose, uniformly fine texture. Grade to within plus or minus 1/2 inch of finish elevation. Roll and rake, remove ridges, and fill depressions to meet finish grades. Limit finish grading to areas that can be planted in the immediate future. D. Moisten prepared lawn areas before planting if soil is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. E. Before planting, restore areas if eroded or otherwise disturbed after finish grading. 3.4 SODDING A. Lay sod within twenty-four (24) hours of harvesting. Do not lay sod if dormant or if ground is frozen or muddy. B. Lay sod to form a solid mass with tightly fitted joints. Butt ends and sides of sod; do not stretch or overlap. Stagger sod strips or pads to offset joints in adjacent courses. Avoid damage to subgrade or sod during installation. Tamp and roll lightly to ensure contact with subgrade, eliminate air pockets, and form a smooth surface. Work sifted soil or fine sand into minor cracks between pieces of sod; remove excess to avoid smothering sod and adjacent grass. 1. Lay sod across angle of slopes exceeding 1:3. C. Saturate sod with fine water spray within two hours of planting. During first week after planting, water daily or more frequently as necessary to maintain moist soil to a minimum depth of 1-1/2 inches below sod. CITY OF FORT COLLINS PARKS DIVISION LEMAY & HORSETOOTH MEDIAN RENOVATIONS Fort Collins, Colorado LAWNS AND GRASSES 02920 - 6 3.5 LAWN RENOVATION A. Renovate existing lawn areas if disruption occurs beyond the “limit of work” boundary. B. Renovate existing lawn damaged by Contractor's operations, such as storage of materials or equipment and movement of vehicles. 1. Reestablish lawn where settlement or washouts occur or where minor re-grading is required. 2. Provide new topsoil and soil preparation as required. C. Remove sod and vegetation from diseased or unsatisfactory lawn areas; do not bury in soil. D. Remove topsoil containing foreign materials resulting from Contractor's operations, including oil drippings, fuel spills, stone, gravel, and other construction materials, and replace with new topsoil. E. Apply sod as required for new lawns. F. Water newly planted areas and keep moist until new lawn is established (thru Warranty Period). 3.6 LAWN MAINTENANCE A. Maintain and establish lawn by watering, fertilizing, weeding, mowing, trimming, replanting, and other operations as required from initial installation thru Warranty. Roll, regrade, and replant bare or eroded areas and re-mulch to produce a uniformly smooth lawn. Provide materials and installation the same as those used in the original installation. B. Watering: Provide and maintain irrigation to convey water from sources and to keep lawn uniformly moist to a depth of 4 inches. 1. Schedule watering to prevent wilting, puddling, erosion, and displacement of seed or mulch. Lay out temporary watering system to avoid walking over muddy or newly planted areas. 2. Water lawn with fine spray at a minimum rate of one (1) inch per week unless rainfall precipitation is adequate. C. Mow lawn as soon as top growth is tall enough to cut. Repeat mowing to maintain specified height without cutting more than 1/3 of grass height. Remove no more than 1/3 of grass-leaf growth in initial or subsequent mowings. Do not delay mowing until grass blades bend over and become matted. Do not mow when grass is wet. Schedule initial and subsequent mowings to maintain the following grass height: 1. Mow grass to a height of 2 to 3 inches. CITY OF FORT COLLINS PARKS DIVISION LEMAY & HORSETOOTH MEDIAN RENOVATIONS Fort Collins, Colorado LAWNS AND GRASSES 02920 - 7 3.7 CLEANUP AND PROTECTION A. Promptly remove soil and debris, created by lawn work, from paved areas. Clean wheels of vehicles before leaving site to avoid tracking soil onto roads, walks, or other paved areas. B. Erect temporary fencing or barricades and warning signs as required to protect newly planted areas from traffic. Maintain fencing and barricades throughout initial maintenance period and remove after lawn is established. C. Remove non-degradable erosion-control measures after grass establishment period. END OF SECTION 02920 This Page Left Intentionally Blank CITY OF FORT COLLINS PARKS DIVISION LEMAY & HORSETOOTH MEDIAN RENOVATIONS Fort Collins, Colorado EXTERIOR PLANTS 02930 - 1 SECTION 02930 - EXTERIOR PLANTS PART 1 - GENERAL 1.12 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.13 SUMMARY A. Section Includes: 1. Shrubs. 2. Ornamental Grass. 3. Perennials. 4. Organic Mulch. 5. Inorganic (cobble) Mulch 6. Organic Amendment. 7. Weed barrier. 8. Tree Stabilization Materials 9. Edger 10. Fertilizer 11. Planting Mix – topsoil/organic amendment/onsite soils. 12. Warranty. 13. Maintenance. B. Related Sections: 1. Section 02380 – Site Rock Work 2. Section 02231 – Tree Protection 1.14 UNIT PRICES A. Work of this Section is affected by Unit Prices specified in Division 1 Section "Unit Prices." 1. Unit prices apply to authorized work covered by quantity allowances. 2. Unit prices apply to additions to and deletions from Work as authorized by Change Orders. 1.15 DEFINITIONS A. Backfill: The earth used to replace or the act of replacing earth in an excavation. B. Balled and Burlapped Stock: Exterior plants dug with firm, natural balls of earth in which they are grown, with ball size not less than diameter and depth recommended by ANSI Z60.1 for CITY OF FORT COLLINS PARKS DIVISION LEMAY & HORSETOOTH MEDIAN RENOVATIONS Fort Collins, Colorado EXTERIOR PLANTS 02930 - 2 type and size of tree or shrub required; wrapped, tied, rigidly supported, and drum laced as recommended by ANSI Z60.1. C. Balled and Potted Stock: Exterior plants dug with firm, natural balls of earth in which they are grown and placed, unbroken, in a container. Ball size is not less than diameter and depth recommended by ANSI Z60.1 for type and size of exterior plant required. D. Clump: Where three (3) or more young trees were planted in a group and have grown together as a single tree having three (3) or more main stems or trunks. E. Container-Grown Stock: Healthy, vigorous, well-rooted exterior plants grown in a container with well-established root system reaching sides of container and maintaining a firm ball when removed from container. Container shall be rigid enough to hold ball shape and protect root mass during shipping and be sized according to ANSI Z60.1 for type and size of exterior plant required. F. Finish Grade: Elevation of finished surface of planting soil. G. Multi-Stem: Where three or more main stems arise from the ground from a single root crown or at a point right above the root crown. H. Sub-grade: Surface or elevation of subsoil remaining after completing excavation, or top surface of a fill or backfill, before placing planting soil. I. Sub-soil: All soil beneath the topsoil layer of the soil profile, and typified by the lack of organic matter and soil organisms. J. Owner’s Representative: The Project Manager or other City of Fort Collins staff designated by the Project Manager. 1.16 SUBMITTALS A. Product Data: For each type of product indicated. B. Samples for Verification: For each of the following: 1. 1 lb. of in-organic (rock) mulch for each type, color and texture of stone required, in labeled plastic bags. Provide name of Supplier and product name. 2. Samples of proposed organic mulch type NOT required. Material specified shall be provided by the City of Fort Collins Forestry Division. See Mulches, this section for additional information. 3. Imported Topsoil (for planting pits): Submit sample in a plastic baggie, and include topsoil analysis. Provide product type, supplier and phone number. Product delivered to site shall match the submitted sample. Submit delivery receipts to Owner's Representative for review. 4. Organic Amendment: Submit sample in a plastic baggie. Product delivered to site shall match the submitted sample. Submit organic amendment delivery receipts to Owner's Representative for review. CITY OF FORT COLLINS PARKS DIVISION LEMAY & HORSETOOTH MEDIAN RENOVATIONS Fort Collins, Colorado EXTERIOR PLANTS 02930 - 3 5. Organic Amendment Analysis: Submit copies of amendment analysis from qualified soil testing laboratory. 6. Weed barrier: Submit brand name and model number/name of proposed weed barrier to be used. 7. Tree Stakes, Webbing, etc.: Submit sample of each. 8. Edger and stakes 9. Fertilizer product data sheet. 10. Landscape and Irrigation Maintenance Instructions C. Product Certificates: For each type of manufactured product, from Manufacturer, and complying with the following: 1. Manufacturer's certified analysis for standard products. 2. Analysis of other materials by a recognized laboratory made according to methods established by the Association of Official Analytical Chemists, where applicable. D. Planting Schedule: Indicating anticipated planting dates for exterior plants. E. Warranty: Sample of warranty. 1.17 QUALITY ASSURANCE A. Installer Qualifications: A qualified landscape installer whose work has resulted in successful establishment of exterior plants. 1. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on Project site when planting is in progress. B. Topsoil Analysis: Furnish soil analysis by a qualified soil-testing laboratory stating percentages of organic matter; gradation of sand, silt, and clay content; cation exchange capacity; sodium absorption ratio; deleterious material; pH; and mineral and plant-nutrient content of topsoil. C. Provide quality, size, genus, species, and variety of exterior plants indicated, complying with applicable requirements in ANSI Z60.1, "American Standard for Nursery Stock." D. Tree and Shrub Measurements: Measure according to ANSI Z60.1 with branches and trunks or canes in their normal position. Do not prune to obtain required sizes. Take caliper measurements 6 inches above the ground for trees up to four-inch (4”) caliper size, and twelve inches (12”) above the ground for larger sizes. Measure main body of tree or shrub for height and spread; do not measure branches or roots tip-to-tip. E. Observation: The Owner’s Representative will observe trees and shrubs either at place of growth or at site before planting for compliance with requirements for genus, species, variety, size, and quality. Representative retains right to observe trees and shrubs further for size and condition of balls and root systems, insects, injuries, and latent defects and to reject unsatisfactory or defective material at any time during progress of work. Remove rejected trees or shrubs immediately from Project site. CITY OF FORT COLLINS PARKS DIVISION LEMAY & HORSETOOTH MEDIAN RENOVATIONS Fort Collins, Colorado EXTERIOR PLANTS 02930 - 4 1. Notify Owner’s Representative of sources of planting materials seven (7) days in advance of delivery to site. 1.18 DELIVERY, STORAGE, AND HANDLING A. Do not prune trees and shrubs before delivery except as approved by the Owner’s Representative. Protect bark, branches, and root systems from sun scald, drying, sweating, whipping, and other handling and tying damage. Do not bend or bind-tie trees or shrubs in such a manner as to destroy their natural shape. Provide protective covering of exterior plants during delivery. Do not drop exterior plants during delivery and handling. B. Handle planting stock by root ball. C. Deliver exterior plants after preparations for planting have been completed and install immediately. If planting is delayed more than six hours after delivery, set exterior plants and trees in shade, protect from weather and mechanical damage, and keep roots moist. 1. Set balled stock on ground and cover ball with soil, peat moss, sawdust, or other acceptable material. 2. Do not remove container-grown stock from containers before time of planting. 3. Water root systems of exterior plants stored on-site with a fine-mist spray. Water as often as necessary to maintain root systems in a moist condition. 1.19 PROJECT CONDITIONS A. Weather Limitations: Proceed with planting only when existing and forecasted weather conditions permit planting to be performed according to manufacturer's written instructions and warranty requirements. B. Coordination with seeding operations: Plant trees and shrubs after finish grades are established unless otherwise acceptable to Owner’s Representative. 1.20 INSPECTIONS A. Site Inspection: 1. Contact Owner’s Representative seven (7) days in advance. Contractor will inspect existing site conditions and note irregularities affecting the work of this section. Verify that existing grades are satisfactory. Verify that the areas to be re-vegetated are protected from concentrated runoff and sediment from adjacent areas. Note previous treatments to the areas such as temporary seeding or mulching and discuss with the Owner's Representative how these treatments will affect permanent re-vegetation. Report irregularities affecting work of this section to the Owner’s Representative before initiating work. When the Contractor begins work under this section, it implies acceptance of existing conditions. 2. Contractor shall notify Owner's Representative seven (7) days prior to start of work. CITY OF FORT COLLINS PARKS DIVISION LEMAY & HORSETOOTH MEDIAN RENOVATIONS Fort Collins, Colorado EXTERIOR PLANTS 02930 - 5 B. Pre-planting Inspections: 1. Plant material shall be inspected by an Owner's Representative before planting. Inspection of materials may be sequenced by major planting areas to accommodate efficient planting operations. Plants for inspection must be in a single location preferably on the project site. Rejected materials must be removed from the site, replaced and re- inspected before planting. If the supplier is a local nursery, tagged plants may be inspected at the nursery. Photographs of the plant materials to be obtained from non- local sources may be submitted to the Owner's Representative for preliminary inspection. This preliminary inspection is subject to final approval of plants at the job site. The Owner’s Representative reserves the right to reject plant material during construction and the warranty period. 2. Soil amendments, backfill mixes and mulches will be inspected at the site by the Owner's Representative before they are used in planting operations. 3. Obtain Owner Representative’s review of staked locations of trees before digging for those plants occurs. Obtain Owner Representative’s review of the location of shrubs in their containers at the proposed locations before digging commences. Contact Owner's Representative at least two (2) days in advance. C. Substantial Completion Inspection: 1. As soon as planting is completed, a review and preliminary inspection to determine the condition of the vegetation will be held by the Owner's Representative upon request by the Contractor. 2. The inspection will occur only after the following conditions have been met: a. Landscape areas will be free of weeds and neatly cultivated; b. Plant basins shall be in good repair; c. Irrigation systems shall be fully operational with heads properly adjusted; d. Debris and litter shall be cleaned up and walkways and curbs shall be cleaned of soil and debris left from planting operations. 3. If, after the inspection, the Owner's Representative is of the opinion that the work has been performed as per the Contract Documents, and that the vegetation is in satisfactory growing condition, he will give the Contractor Written Notice of Acceptance and the Warranty period shall begin. 4. Work requiring corrective action in the judgment of the Owner's Representative shall be performed within the first ten (10) days of the warranty period. Work not performed within this time will require an equivalent extension of the warranty period. Corrective work and materials replacement shall be in accordance with the Contract Documents, and shall be made by the Contractor at no cost to the Owner. 5. On occasion, cold weather may preclude the opportunity to replace dead plants, or the contractor may request replacement to be delayed to the following spring. The Owner's Representative may grant this extension. In the event an extension is granted, the replacement plants shall be installed no later than May 15th, and the warranty for the replacement plants shall be extended two full years from date of installation. 6. Final approval and Substantial Completion notice will be given when deficiencies are corrected. CITY OF FORT COLLINS PARKS DIVISION LEMAY & HORSETOOTH MEDIAN RENOVATIONS Fort Collins, Colorado EXTERIOR PLANTS 02930 - 6 1.21 WARRANTY A. Warranty: Installer's standard form in which Installer agrees to repair or replace plantings and accessories that fail in materials, workmanship, or growth within specified warranty period. 1. Failures include, but are not limited to, the following: a. Death and unsatisfactory growth, except for defects resulting from lack of adequate maintenance, neglect, abuse by Owner, or incidents that are beyond Contractor's control. b. Structural failures including plantings falling or blowing over. c. Faulty operation of tree stabilization. d. Deterioration of metals, metal finishes, and other materials beyond normal weathering. 2. Warranty Periods from Date of Substantial Completion: a. Trees, Shrubs, Perennials, and Ornamental Grasses: Two (2) years. 3. Include the following remedial actions as a minimum: a. Remove dead exterior plants immediately. Replace immediately unless required to plant in the succeeding planting season. b. Replace exterior plants that are more than twenty-five percent (25%) dead or in an unhealthy condition at end of warranty period. c. Provide extended warranty for replaced plant materials; warranty period equal to original warranty period. 1.22 MAINTENANCE SERVICE A. Maintenance Service for Plant Material: 1. Contractor shall provide full maintenance of landscape, including hand watering as needed, by skilled employees from initial installation for a period of 4 weeks or until irrigation system is fully operational, whichever comes first. City of Fort Collins will accept maintenance responsibility after 4 week hand watering period elapses or after irrigation system is fully operational. Contractor shall provide City of Fort Collins with landscape and irrigation maintenance instructions and set up (1) meeting to discuss maintenance requirements with City of Fort Collins. City of Fort Collins accepting maintenance responsibility does not remove or negate plant warrantee(s). PART 2 - PRODUCTS 2.01 TREE AND SHRUB MATERIAL A. General: Furnish nursery-grown trees and shrubs complying with ANSI Z60.1, with healthy root systems developed by transplanting or root pruning. Provide well-shaped, fully branched, CITY OF FORT COLLINS PARKS DIVISION LEMAY & HORSETOOTH MEDIAN RENOVATIONS Fort Collins, Colorado EXTERIOR PLANTS 02930 - 7 healthy, vigorous stock free of disease, insects, eggs, larvae, and defects such as knots, sun scald, injuries, abrasions, and disfigurement. B. Provide trees and shrubs of sizes, grades, and ball or container sizes complying with ANSI Z60.1 for types and form of trees and shrubs required. Trees and shrubs of a larger size may be used if acceptable to Owners Representative, with a proportionate increase in size of roots or balls. C. Root-Ball Depth: Furnish trees and shrubs with root balls measured from top of root ball, which shall begin at root flare according to ANSI Z60.1 2.02 SHADE AND FLOWERING TREES A. Shade Trees: Single-stem trees with straight trunk, well-balanced crown, and intact leader, of height and caliper indicated, complying with ANSI Z60.1 for type of trees required. 1. Provide balled and burlapped trees as specified on the Plant List on the Drawings. 2.03 DECIDUOUS SHRUBS A. Form and Size: Shrubs with not less than the minimum number of canes required by and measured according to ANSI Z60.1 for type, shape, and height of shrub. 1. Provide container-grown shrubs. 2. Size of plants/containers as specified on the Plant List located on the Drawings. 2.04 ORNAMENTAL GRASSES A. Provide healthy, disease-free plants of species and variety shown or listed, with well-established root systems reaching to sides of the container to maintain a firm ball, but not with excessive root growth encircling the container. Provide only plants that are acclimated to outdoor conditions before delivery. B. Plants: Provide healthy, field-grown plants from a commercial nursery, of species and variety shown or listed, complying with requirements in ANSI Z60.1. 1. Size of plants/containers as specified on the Plant List located on the Drawings. 2.05 PERENNIALS A. Provide healthy, disease-free plants of species and variety shown or listed, with well-established root systems reaching to sides of the container to maintain a firm ball, but not with excessive root growth encircling the container. Provide only plants that are acclimated to outdoor conditions before delivery. B. Plants: Perennials: Provide healthy, field-grown plants from a commercial nursery, of species and variety shown or listed, complying with requirements in ANSI Z60.1. CITY OF FORT COLLINS PARKS DIVISION LEMAY & HORSETOOTH MEDIAN RENOVATIONS Fort Collins, Colorado EXTERIOR PLANTS 02930 - 8 1. Size of plants/containers as specified on the Plant List located on the Drawings. 2.06 PLANTING MIX A. Topsoil: ASTM D 5268, pH range of 5.5 to 7, a minimum of four percent (4%) organic material content; free of stones one inch (1”) or larger in any dimension and other extraneous materials harmful to plant growth. Submit a minimum of two (2) samples of soil to the Colorado State University Soil Testing laboratory for analysis and fertilizer recommendations. Samples shall be taken from widely varying sections of the site. 1. Supplement with imported or manufactured topsoil from off-site sources when quantity is insufficient, or when topsoil does not meet requirements listed above in section 2.06 A. Obtain topsoil displaced from naturally well-drained construction or mining sites where topsoil occurs at least four inches (4”) deep; do not obtain from agricultural land, bogs or marshes. 2. Topsoil shall be incidental to the installation of the plant material. B. Organic Soil Amendment (Compost): 1. Organic Amendment shall be Class 1 Compost, meeting the specifications and guidelines established by the Rocky Mountain Organics Council. Supplier shall be A-1 Organics or approved substitute. Substitute shall be approved (7) seven days min. prior to bidding. C. Planting Pit Backfill Soil Mix for Median Renovations: Two (2) parts topsoil, one (1) part organic soil amendment. D. ‘Berm Soil’ shall be comprised of topsoil, amend per section 3.3 and 3.4 below: See Drawings. 2.07 MULCHES A. Organic Mulch: Free from deleterious materials and suitable as a top dressing of trees and shrubs, consisting of the following. When project is ready to be mulched, Contractor shall coordinate with Steve Lukowski in Parks (416.2063) and Del Bernhardt (Forestry Supervisor) to see if Forestry can supply wood mulch material for the project (see Option B below). 1. OPTION A: Shredded redwood mulch ‘gorilla hair’, 4” depth – no weed barrier required. Price this option. 2. OPTION B: If Forestry can supply wood mulch material for the project, proceed with Option B. Wood Chipper Mulch: Ground or shredded, 4” depth – no weed barrier required. a. Organic Mulch will be supplied by the City of Fort Collins Forestry Division, located at the southwest section of East Prospect and Timberline. Contact the Forestry Supervisor (Del Bernhardt) at 970.221.6306 three days ahead of need to schedule pick up. City will load the material into the Contractors vehicle (free of charge) for transport to the site. Contractor’s responsibilities shall include Contractor pickup at the above location, hauling material to the site and installation. CITY OF FORT COLLINS PARKS DIVISION LEMAY & HORSETOOTH MEDIAN RENOVATIONS Fort Collins, Colorado EXTERIOR PLANTS 02930 - 9 3. Inorganic (cobble) Mulch - weed barrier required. Hard, durable stone, washed free of loam, sand, clay, and other foreign substances, of following type, size range, and color: a. Size Range: 2/3 shall be 2”-4”, 1/3 shall be 5”-12” b. Color: Uniform tan-beige color range acceptable to Owner’s Representative (white, rose, blue will be rejected). c. Depth: 3” minimum d. Location: As shown on drawings e. Installation: Place larger stone first, then place smaller stone. Contractor shall install a 10’ long section of cobble mulch x width of median to be reviewed and approved prior to installing remaining cobble mulch. 2.08 WEED-CONTROL BARRIERS A. Mirafi 140, Typar 3341, or Polyspun 300 or approved equivalent 2.09 TREE STABILIZATION MATERIALS A. Tree Stakes – Eight foot (8’) long, round wood stakes, commercial grade – install (2) stakes parallel to flow of traffic B. Guy Anchors – 24" long metal "t" posts or approved equivalent. Metal “t” posts not allowed on City of Fort Collins project. C. Guying and Staking Cord - 14AWG wire with 1/2" X 12" PVC sleeves. D. Webbing: 2" wide nylon webbing. Hose is not permitted. 2.10 MISCELLANEOUS PRODUCTS A. Trunk-Wrap Tape: Two (2) layers of crinkled paper cemented together with bituminous material, 4-inch wide minimum, with stretch factor of thirty-three percent (33%). 2.11 LANDSCAPE HEADERS Steel Header: Standard commercial-steel header, rolled edge, fabricated in sections of standard lengths, with loops stamped from or welded to face of sections to receive stakes. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Ryerson Steel. b. Approved substitute. CITY OF FORT COLLINS PARKS DIVISION LEMAY & HORSETOOTH MEDIAN RENOVATIONS Fort Collins, Colorado EXTERIOR PLANTS 02930 - 10 2. Header Size: minimum of 1/8 inch wide by 4” inches deep. 3. Stakes: Tapered steel, a minimum of twelve inches (12”). 4. Accessories: Standard tapered ends, corners and splicers. 5. Finish: Standard paint. 2.12 FERTILIZER A. Fertilizer for trees, shrubs, and perennials shall be Osmocote Plus, 9 month slow release fertilizer for northern states. Apply per manufacturer's recommendations. B. Treble superphosphate (for ornamental grasses only). Commercially available brand. Submit proposed formulation and company name. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas to receive exterior plants for compliance with requirements and conditions affecting installation and performance. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Contractor is responsible for contacting the Utility notification Center of Colorado a minimum of 48 hours prior to digging in order to field located underground utilities. B. Protect structures, utilities, sidewalks, pavements, and other facilities, and lawns and existing exterior plants from damage caused by planting operations. C. Provide erosion-control measures to prevent erosion or displacement of soils and discharge of soil-bearing water runoff or airborne dust to adjacent properties and walkways. D. Lay out exterior plants at locations directed by Owner’s Representative. Stake locations of individual trees and shrubs and outline areas for multiple plantings. E. Trunk Wrapping: Inspect tree trunks for injury, improper pruning, and insect infestation; take corrective measures required before wrapping. Wrap all deciduous single trunk trees with trunk-wrap tape. Start at base of trunk and spiral cover trunk to height of first branches. Overlap wrap, exposing half the width, and securely attach without causing girdling. 3.3 TOPSOIL A. Imported Topsoil: Obtain topsoil displaced from naturally well-drained construction or mining sites where topsoil occurs at least 4 inches deep; do not obtain from agricultural land, bogs, or marshes. CITY OF FORT COLLINS PARKS DIVISION LEMAY & HORSETOOTH MEDIAN RENOVATIONS Fort Collins, Colorado EXTERIOR PLANTS 02930 - 11 1. Additional Properties of Imported Topsoil or Manufactured Topsoil: Screened and free of stones 1 inch or larger in any dimension; free of roots, plants, sod, clods, clay lumps, pockets of coarse sand, paint, paint washout, concrete slurry, concrete layers or chunks, cement, plaster, building debris, oils, gasoline, diesel fuel, paint thinner, turpentine, tar, roofing compound, acid, and other extraneous materials harmful to plant growth; free of obnoxious weed and invasive plants including quackgrass, Johnsongrass, poison ivy, nutsdge, nimblewill, Canada thistle, bindweed, bentgrass, wild garlic, ground ivy, perennial sorrel, and bromegrass; not infested with nematodes, grubs, other pests, pest eggs, or other undesirable organisms and disease-causing plant pathogens; friable and with sufficient structure to give good tilth and aeration. Continuous, air-filled, pore-space content on a volume/volume basis shall be at least fifteen (15) percent when moisture is present at field capacity. Soil shall have a field capacity of at least fifteen (15) percent on a dry weight basis. 3.4 PLANTING BED ESTABLISHMENT – Items A-E below apply to planting beds outside drip line of existing trees only. For planting beds inside drip line of existing trees, apply ½” of Soil Amendment on top of existing grade and incorporate by gently raking. A. Excavate areas to be planted a minimum 12”, except within tree protection zones/drip line of tree. Owner’s Representative reserves right to require a greater distance than the drip line if site conditions dictate. B. Remove stones larger than two (2) inches in any dimension and sticks, dirt clods, roots, rubbish, and other extraneous matter and legally dispose of them off Owner's property. 1. Spread topsoil a minimum of 12”. Place topsoil during dry weather and on dry, unfrozen subgrade. Remove vegetative matter and foreign non-organic material from topsoil while spreading. Thoroughly blend topsoil and planting soil mix. C. For planting beds outside drip line of existing trees, Soil Amendment (compost) shall be required at a rate of 3 CY per 1,000 S.F. For planting beds inside drip line of existing trees, see 3.4 above. D. Finish Grading: Grade planting beds to a smooth, uniform surface plane with loose, uniformly fine texture. Grade to within plus or minus one-half (1/2) inch of finish elevation. Roll and rake, remove ridges, and fill depressions to meet finish grades. Limit finish grading to areas that can be planted in the immediate future. E. Before planting, restore planting beds if eroded or otherwise disturbed after finish grading. 3.5 EXCAVATION FOR TREES AND SHRUBS A. Pits and Trenches: Excavate circular pits with sides sloped inward. Trim base leaving center area, raised slightly to support root ball and assist in drainage. Do not further disturb base. Scarify sides of plant pit smeared or smoothed during excavation. 1. For material outside drip line of existing trees, excavate approximately two (2) times as wide as ball diameter for balled and burlapped stock. For material inside drip line of CITY OF FORT COLLINS PARKS DIVISION LEMAY & HORSETOOTH MEDIAN RENOVATIONS Fort Collins, Colorado EXTERIOR PLANTS 02930 - 12 existing trees, holes for 1 gallon material shall be excavated the diameter of container root ball plus 2”. B. Sub-soil removed from excavations may be used as backfill. C. Obstructions: Notify Owner’s Representative if unexpected rock or obstructions detrimental to trees or shrubs are encountered in excavations. D. Drainage: Notify Owner’s Representative if subsoil conditions evidence unexpected water seepage or retention in tree or shrub pits. 1. Fill excavations with water and allow to percolate away before positioning trees and shrubs. 3.6 TREE AND SHRUB PLANTING A. Before planting, verify that root flare is visible at top of root ball according to ANSI Z60.1. See Drawings for planting details. B. Set balled and burlapped stock plumb and in center of pit or trench with top of root ball two inches (2”) adjacent finish grades. 1. Remove burlap, twine, wire basket, etc. from root ball, unless directed otherwise by Owner’s Representative. Remove pallets, if any, before setting. Do not use planting stock if root ball is cracked or broken before or during planting operation. 2. Place planting soil mix around root ball in layers, tamping to settle mix and eliminate voids and air pockets. When pit is approximately one-half backfilled, water thoroughly before placing remainder of backfill. Repeat watering until no more water is absorbed. Water again after placing and tamping final layer of planting soil mix. C. Set container-grown stock plumb and in center of pit or trench with top of root ball two inches (2”) above adjacent finish grades. 1. Carefully remove root ball from container without damaging root ball or plant. 2. Place planting soil mix around root ball in layers, tamping to settle mix and eliminate voids and air pockets. When pit is approximately one-half backfilled, water thoroughly before placing remainder of backfill. Repeat watering until no more water is absorbed. Water again after placing and tamping final layer of planting soil mix. D. Trunk Wrapping: Inspect tree trunks for injury, improper pruning, and insect infestation; take corrective measures required before wrapping. Wrap trees of two-inch (2”) caliper and larger with trunk-wrap tape in the Fall. Start at base of trunk and spiral cover trunk to height of first branches. Overlap wrap, exposing half the width, and securely attach without causing girdling. 3.7 TREE AND SHRUB PRUNING A. Remove only dead, dying, or broken branches only when directed to do so by Owner’s Representative. CITY OF FORT COLLINS PARKS DIVISION LEMAY & HORSETOOTH MEDIAN RENOVATIONS Fort Collins, Colorado EXTERIOR PLANTS 02930 - 13 3.8 ORNAMENTAL GRASS & PERENNIAL PLANTING A. Planting Beds Staking - Prior to planting, stake, flag, or paint proposed beds scaling off the plans to determine bed configuration and size. Contact the Owner's Representative for review of extent and configuration. B. Prepare soil as per Section 3.4 under Planting Bed Establishment. C. Layout planting pots prior to planting. Space plants equally within beds to ensure a uniform appearance. Remove all pots prior to planting including peat pots. D. For material outside drip line of existing trees, excavate approximately two (2) times as wide as ball diameter of stock. For material inside drip line of existing trees, holes for 1 gallon material shall be excavated the diameter of container root ball plus 2”. E. Plant material so that the plants are flush with finish grade (top of mulch) when complete. This will require slightly mounding each plant. Lightly compact soil around base of plant to ensure adequate root/ soil contact. Do not vigorously compact. 1. Place planting soil mix around plant in layers, tamping to settle mix and eliminate voids and air pockets. When pit is approximately one-half backfilled, water thoroughly before placing remainder of backfill. Repeat watering until no more water is absorbed. Water again after placing and tamping final layer of planting soil mix. F. Re-establish fine grade by hand raking or smoothing grade by hand prior to placing mulch. G. Apply specified mulch taking care not to damage plants. Clear excess mulch from plant foliage. 3.9 PLANTING BED MULCHING A. Install weed-control barriers before in-organic (cobble/rock) mulching according to Manufacturer's written instructions. Completely cover area to be mulched (or as described on the Drawings) overlapping edges a minimum of twelve inches (12”). Weed Control Barriers are not required in organic (wood chipper) mulch areas. Weed Control Barriers are required in Inorganic (cobble) mulch areas. 1. Material and Seam Treatment: Non-woven fabric with seams pinned. B. Mulch backfilled surfaces of planting beds and other areas indicated. Provide mulch ring around trees in lawn areas. 1. Organic Mulch: Apply four-inch (4”) average thickness of organic mulch, and finish level with adjacent finish grades. Do not place mulch against plant stems. Install organic mulch as indicated on the Drawings. In cobble mulch areas, install 18” diameter circle of wood mulch around shrubs, see detail on sheet L-3. 2. Inorganic Mulch: In-organic (cobble) Mulch: Apply three-inch (3”) compacted average thickness of rock mulch, and finish level with adjacent finish grades. Weed barrier fabric CITY OF FORT COLLINS PARKS DIVISION LEMAY & HORSETOOTH MEDIAN RENOVATIONS Fort Collins, Colorado EXTERIOR PLANTS 02930 - 14 shall not be visible once cobble mulch is installed. Do not place mulch against plant stems. Install rock mulch as indicated on the Drawings. Landscape fabric is required in in-organic mulch areas. 3.10 PLANT MAINTENANCE A. Tree, Shrub and Ornamental Grass Maintenance: Maintain plantings by pruning, cultivating, water- ing, weeding, fertilizing, restoring planting saucers, adjusting and repairing stakes and guy supports, and resetting to proper grades or vertical position, as required to establish healthy, viable plantings. Spray or treat as required to keep plantings free of insects and disease. Restore or replace damaged tree wrappings. B. Continuously maintain plantings included in the Contract from the beginning of Contract work, dur- ing the progress of work and as described in the provisions stipulated in 1.11, this Section for Maintenance Service above for median work. C. The Contractor shall be responsible for resetting of plants to an upright position or to proper grade in the event of unexpected settlement and for the removal and replacement of dead plant material. D. Warranty: See 1.10, this Section, for explanation of Contractor’s / Installers responsibilities throughout the Warranty period. 3.11 CLEANUP AND PROTECTION A. During planting, keep adjacent paving and construction clean and work area in an orderly condition. B. Protect exterior plants from damage due to landscape operations, operations by other contractors and trades, and others. Maintain protection during installation and maintenance periods. Treat, repair, or replace damaged plantings. 3.12 PROJECT RECORD (As-Built Drawing) A. Maintain one (1) complete set of contract documents on site. Keep documents current. Record changes in location, quantity and species of plant material. Contractor must obtain Owner Rep- resentative’s approval for requested plant substitutions prior to installation. Submit corrected drawings to the Owner’s Representative prior to final inspection. 3.13 DISPOSAL A. Remove surplus soil and waste material, including excess subsoil, unsuitable soil, trash, and debris, and legally dispose of them off Owner’s property. END OF SECTION 02930 1 2 3 4 5 6 7 8 9 M 14 A1 1" F A 1 2 3 LEMAY & HORSETOOTH MEDIANS FORT COLLINS PARKS DIVISION 413 SOUTH BRYAN AVENUE - FORT COLLINS, COLORADO MR IR-1.0 1508 Sheet Date: Sheet Number: Drawing Name: Drawn by: Designed by: Revisions: 1603 Oakridge Drive Fort Collins, CO 80525 (970) 223-7577 fax (970) 223-1827 Landscape Architecture Urban Design Graphic Design Checked by: NORTH SCALE: Project Number: Project: Client: 1 75% CONSTRUCTION DOCUMENTS - 05.01.15 05.29.15 2 90% CONSTRUCTION DOCUMENTS - 05.18.15 3 100% CONSTRUCTION DOCUMENTS - 05.29.15 1" = 20'-0" 0' 10' 20' 40' IRRIGATION LEGEND AND NOTES MR EW 100% CONSTRUCTION DOCUMENTS 1" A4 1.50 1" 1.75 A13 1" A3 1.50 1" 2.5 A5 1" A14 2.50 1" 2.5 A6 1" 1.00 A7 1" A9 1.00 1" 10.0 A1 1" A8 1.00 1" 1.00 A10 1" A2 14.2 9 M 14 A1 1" F A LEMAY & HORSETOOTH MEDIANS FORT COLLINS PARKS DIVISION 413 SOUTH BRYAN AVENUE - FORT COLLINS, COLORADO IR-2.0 1508 Sheet Date: Sheet Number: Drawing Name: Drawn by: Designed by: Revisions: 1603 Oakridge Drive Fort Collins, CO 80525 (970) 223-7577 fax (970) 223-1827 Landscape Architecture Urban Design Graphic Design A 1 3 1" 4.50 A11 1" 5.00 A15 2 6 6 7 1" 2.50 A12 1" 2.50 A16 LEMAY & HORSETOOTH MEDIANS FORT COLLINS PARKS DIVISION 413 SOUTH BRYAN AVENUE - FORT COLLINS, COLORADO 1508 Sheet Date: Sheet Number: Drawing Name: Drawn by: Designed by: Revisions: 1603 Oakridge Drive Fort Collins, CO 80525 (970) 223-7577 fax (970) 223-1827 Landscape Architecture Urban Design Graphic Design Checked by: NORTH SCALE: Project Number: Project: Client: 1 75% CONSTRUCTION DOCUMENTS - 05.01.15 05.29.15 2 90% CONSTRUCTION DOCUMENTS - 05.18.15 3 100% CONSTRUCTION DOCUMENTS - 05.29.15 KEY MAP SCALE: N.T.S MEDIAN 3 1" = 20'-0" 0' 10' 20' 40' MEDIAN 3 HORSETOOTH ROAD S. LEMAY AVE. MATCHLINE, SEE RIGHT MEDIAN 3 CONTINUED MATCHLINE, SEE LEFT MEDIAN 4 MATCHLINE, SEE SHEET IR2.2 MEDIAN 4 MEDIAN 5 IR-2.1 3 1" 5.00 A17 1" 6.50 A21 6 6 8 8 1 3 1" 2.50 A18 6 6 8 8 1" 1.25 A19 1" 1.50 A22 1" 1.25 A20 LEMAY & HORSETOOTH MEDIANS FORT COLLINS PARKS DIVISION 413 SOUTH BRYAN AVENUE - FORT COLLINS, COLORADO 1508 Sheet Date: Sheet Number: Drawing Name: Drawn by: Designed by: Revisions: 1603 Oakridge Drive Fort Collins, CO 80525 (970) 223-7577 fax (970) 223-1827 Landscape Architecture Urban Design Graphic Design Checked by: NORTH SCALE: Project Number: Project: Client: 1 75% CONSTRUCTION DOCUMENTS - 05.01.15 05.29.15 2 90% CONSTRUCTION DOCUMENTS - 05.18.15 3 100% CONSTRUCTION DOCUMENTS - 05.29.15 KEY MAP SCALE: N.T.S MEDIAN 4 CONTINUED 1" = 20'-0" LEMAY & HORSETOOTH MEDIANS FORT COLLINS PARKS DIVISION 413 SOUTH BRYAN AVENUE - FORT COLLINS, COLORADO 1508 Sheet Date: Sheet Number: Drawing Name: Drawn by: Designed by: Revisions: 1603 Oakridge Drive Fort Collins, CO 80525 (970) 223-7577 fax (970) 223-1827 Landscape Architecture Urban Design Graphic Design Checked by: NORTH SCALE: Project Number: Project: Client: 1 75% CONSTRUCTION DOCUMENTS - 05.01.15 05.29.15 2 90% CONSTRUCTION DOCUMENTS - 05.18.15 3 100% CONSTRUCTION DOCUMENTS - 05.29.15 NA 0' 10' 20' 40' 100% CONSTRUCTION DOCUMENTS IR-3.0 IRRIGATION DETAILS MR MR EW BACKFLOW PREVENTION UNIT ISOLATION GATE VALVE ASSEMBLY REMOTE CONTROL TURF VALVE ASSEMBLY 6-INCH POP-UP SPRAY SPRAY ASSEMBLY REMOTE CONTROL DRIP VALVE ASSEMBLY SINGLE OUTLET EMITTER ASSEMBLY INLINE DRIP TREE RING ASSEMBLY FOR TREES IN SHRUB BED LF DRIP FLUSH CAP ASSEMBLY 9 PEDESTAL MOUNT CONTROLLER ASSEMBLY 11 TYPICAL TRENCHING DETAIL 13 TYPICAL SLEEVING DETAIL 24" min. 14 QUICK COUPLING VALVE ASSEMBLY RAIN SENSOR ASSEMBLY 12 MASTER VALVE & FLOW SENSOR ASSEMBLY 0' 10' 20' 40' MEDIAN 3 HORSETOOTH ROAD S. LEMAY AVE. MATCHLINE, SEE SHEET IR 2.1 MEDIAN 5 MATCHLINE, SEE RIGHT MEDIAN 4 MEDIAN 5 MEDIAN 4 CONTINUED MATCHLINE, SEE LEFT IR-2.2 IRRIGATION PLAN MR MR EW 100% CONSTRUCTION DOCUMENTS MATCHLINE, SEE LEFT MATCHLINE, SEE RIGHT IRRIGATION PLAN MR MR EW 100% CONSTRUCTION DOCUMENTS MATCHLINE, SEE IR-2.0 Checked by: NORTH SCALE: Project Number: Project: Client: 1 75% CONSTRUCTION DOCUMENTS - 05.01.15 05.29.15 2 90% CONSTRUCTION DOCUMENTS - 05.18.15 3 100% CONSTRUCTION DOCUMENTS - 05.29.15 KEY MAP SCALE: N.T.S MEDIAN 1 1" = 20'-0" 0' 10' 20' 40' IRRIGATION PLAN MEDIAN 2 INTERSECTION MEDIAN 1 HORSETOOTH ROAD MEDIAN 2 INTERSECTION S. LEMAY AVE. S. LEMAY AVE. ROLLING GREEN DR. MR MR EW 100% CONSTRUCTION DOCUMENTS MATCHLINE, SEE BELOW MATCHLINE, SEE ABOVE MATCHLINE, SEE BELOW MATCHLINE, SEE BELOW MATCHLINE, SEE ABOVE MATCHLINE, SEE IR-2.1