Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout184254 DURAN EXCAVATING - CONTRACT - AGREEMENT MISC - DURAN EXCAVATINGSERVICES AGREEMENT
THIS AGREEMENT made and entered into the day and year set forth below by and
between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter
referred to as the "City" and DURAN EXCAVATING, hereinafter referred to as "Service
Provider".
WITNESSETH:
In consideration of the mutual covenants and obligations herein expressed, it is agreed
by and between the parties hereto as follows:
1. Scope of Services. The Service Provider agrees to provide services in accordance with
the scope of services attached hereto as Exhibit "A", consisting of thirty-one (31) pages
and incorporated herein by this reference. Irrespective of references in Exhibit A to certain
named third parties, Service Provider shall be solely responsible for performance of all
duties hereunder.
2. Time of Commencement and Completion of Services. The services to be performed
pursuant to this Agreement shall be initiated within five (5) days following execution of this
Agreement by all parties. Services shall be completed no later than June 20, 2018. Time
is of the essence. Any extensions of the time limit set forth above must be agreed upon in
a writing signed by the parties.
3. Delay. If either party is prevented in whole or in part from performing its obligations by
unforeseeable causes beyond its reasonable control and without its fault or negligence,
then the party so prevented shall be excused from whatever performance is prevented by
such cause. To the extent that the performance is actually prevented, the Service
Provider must provide written notice to the City of such condition within fifteen (15) days
from the onset of such condition.
4. Early Termination by City/Notice. Notwithstanding the time periods contained herein, the
City may terminate this Agreement at any time without cause by providing written notice of
termination to the Service Provider. Such notice shall be delivered at least fifteen (15)
days prior to the termination date contained in said notice unless otherwise agreed in
writing by the parties. All notices provided under this Agreement shall be effective when
mailed, postage prepaid and sent to the following addresses:
Service Provider: City: Copy to:
Duran Excavating
Attn: Ernest Duran
14332 CR 64
Greeley, CO 80631
City of Fort Collins
Attn: Caleb Feaver
PO Box 580
Fort Collins, CO 80522
City of Fort Collins
Attn: Purchasing Dept.
PO Box 580
Fort Collins, CO 80522
In the event of early termination by the City, the Service Provider shall be paid for services
rendered to the date of termination, subject only to the satisfactory performance of the
Service Provider's obligations under this Agreement. Such payment shall be the Service
DocuSign Envelope ID: 489DBDC9-3DEE-43D9-A9FB-6EC877857B27
Provider's sole right and remedy for such termination.
5. Contract Sum. The City shall pay the Service Provider for the performance of this
Contract, subject to additions and deletions provided herein, Fifteen Thousand Seven
Hundred Fifty Dollars ($15,750) as per the attached Exhibit "A", consisting of thirty-one
(31) pages, and incorporated herein by this reference.
6. City Representative. The City will designate, prior to commencement of the work, its
representative who shall make, within the scope of his or her authority, all necessary and
proper decisions with reference to the services provided under this agreement. All
requests concerning this agreement shall be directed to the City Representative.
7. Independent Service provider. The services to be performed by Service Provider are
those of an independent service provider and not of an employee of the City of Fort
Collins. The City shall not be responsible for withholding any portion of Service Provider's
compensation hereunder for the payment of FICA, Workmen's Compensation or other
taxes or benefits or for any other purpose.
8. Subcontractors. Service Provider may not subcontract any of the Work set forth in the
Exhibit A, Statement of Work without the prior written consent of the city, which shall not
be unreasonably withheld. If any of the Work is subcontracted hereunder (with the
consent of the City), then the following provisions shall apply: (a) the subcontractor must
be a reputable, qualified firm with an established record of successful performance in its
respective trade performing identical or substantially similar work, (b) the subcontractor will
be required to comply with all applicable terms of this Agreement, (c) the subcontract will
not create any contractual relationship between any such subcontractor and the City, nor
will it obligate the City to pay or see to the payment of any subcontractor, and (d) the work
of the subcontractor will be subject to inspection by the City to the same extent as the
work of the Service Provider.
9. Personal Services. It is understood that the City enters into the Agreement based on the
special abilities of the Service Provider and that this Agreement shall be considered as an
agreement for personal services. Accordingly, the Service Provider shall neither assign
any responsibilities nor delegate any duties arising under the Agreement without the prior
written consent of the City.
10. Acceptance Not Waiver. The City's approval or acceptance of, or payment for any of the
services shall not be construed to operate as a waiver of any rights or benefits provided to
the City under this Agreement or cause of action arising out of performance of this
Agreement.
11. Warranty.
a. Service Provider warrants that all work performed hereunder shall be performed with
the highest degree of competence and care in accordance with accepted standards for
work of a similar nature.
DocuSign Envelope ID: 489DBDC9-3DEE-43D9-A9FB-6EC877857B27
b. Unless otherwise provided in the Agreement, all materials and equipment incorporated
into any work shall be new and, where not specified, of the most suitable grade of their
respective kinds for their intended use, and all workmanship shall be acceptable to
City.
c. Service Provider warrants all equipment, materials, labor and other work, provided
under this Agreement, except City-furnished materials, equipment and labor, against
defects and nonconformances in design, materials and workmanship/workwomanship
in accordance with the Scope of Work. Upon receipt of written notice from City of any
such defect or nonconformances, the affected item or part thereof shall be redesigned,
repaired or replaced by Service Provider in a manner and at a time acceptable to City.
12. Default. Each and every term and condition hereof shall be deemed to be a material
element of this Agreement. In the event either party should fail or refuse to perform
according to the terms of this agreement, such party may be declared in default thereof.
13. Remedies. In the event a party has been declared in default, such defaulting party shall
be allowed a period of ten (10) days within which to cure said default. In the event the
default remains uncorrected, the party declaring default may elect to (a) terminate the
Agreement and seek damages; (b) treat the Agreement as continuing and require specific
performance; or (c) avail himself of any other remedy at law or equity. If the non-defaulting
party commences legal or equitable actions against the defaulting party, the defaulting
party shall be liable to the non-defaulting party for the non-defaulting party's reasonable
attorney fees and costs incurred because of the default.
14. Binding Effect. This writing, together with the exhibits hereto, constitutes the entire
agreement between the parties and shall be binding upon said parties, their officers,
employees, agents and assigns and shall inure to the benefit of the respective survivors,
heirs, personal representatives, successors and assigns of said parties.
15. Indemnity/Insurance.
a. The Service Provider agrees to indemnify and save harmless the City, its officers,
agents and employees against and from any and all actions, suits, claims, demands or
liability of any character whatsoever brought or asserted for injuries to or death of any
person or persons, or damages to property arising out of, result from or occurring in
connection with the performance of any service hereunder.
b. The Service Provider shall take all necessary precautions in performing the work
hereunder to prevent injury to persons and property.
c. Without limiting any of the Service Provider's obligations hereunder, the Service
Provider shall provide and maintain insurance coverage naming the City as an
additional insured under this Agreement of the type and with the limits specified within
Exhibit B, consisting of one (1) page, attached hereto and incorporated herein by this
reference. The Service Provider before commencing services hereunder, shall deliver
to the City's Purchasing Director, P. O. Box 580, Fort Collins, Colorado 80522, one
DocuSign Envelope ID: 489DBDC9-3DEE-43D9-A9FB-6EC877857B27
copy of a certificate evidencing the insurance coverage required from an insurance
company acceptable to the City.
16. Entire Agreement. This Agreement, along with all Exhibits and other documents
incorporated herein, shall constitute the entire Agreement of the parties. Covenants or
representations not contained in this Agreement shall not be binding on the parties.
17. Law/Severability. The laws of the State of Colorado shall govern the construction
interpretation, execution and enforcement of this Agreement. In the event any provision of
this Agreement shall be held invalid or unenforceable by any court of competent
jurisdiction, such holding shall not invalidate or render unenforceable any other provision
of this Agreement.
18. Prohibition Against Employing Illegal Aliens. Pursuant to Section 8-17.5-101, C.R.S., et.
seq., Service Provider represents and agrees that:
a. As of the date of this Agreement:
1. Service Provider does not knowingly employ or contract with an illegal alien who
will perform work under this Agreement; and
2. Service Provider will participate in either the e-Verify program created in Public
Law 208, 104th Congress, as amended, and expanded in Public Law 156, 108th
Congress, as amended, administered by the United States Department of
Homeland Security (the “e-Verify Program”) or the Department Program (the
“Department Program”), an employment verification program established pursuant
to Section 8-17.5-102(5)(c) C.R.S. in order to confirm the employment eligibility of
all newly hired employees to perform work under this Agreement.
b. Service Provider shall not knowingly employ or contract with an illegal alien to perform
work under this Agreement or knowingly enter into a contract with a subcontractor that
knowingly employs or contracts with an illegal alien to perform work under this
Agreement.
c. Service Provider is prohibited from using the e-Verify Program or Department Program
procedures to undertake pre-employment screening of job applicants while this
Agreement is being performed.
d. If Service Provider obtains actual knowledge that a subcontractor performing work
under this Agreement knowingly employs or contracts with an illegal alien, Service
Provider shall:
1. Notify such subcontractor and the City within three days that Service Provider has
actual knowledge that the subcontractor is employing or contracting with an illegal
alien; and
2. Terminate the subcontract with the subcontractor if within three days of receiving
the notice required pursuant to this section the subcontractor does not cease
employing or contracting with the illegal alien; except that Service Provider shall
DocuSign Envelope ID: 489DBDC9-3DEE-43D9-A9FB-6EC877857B27
not terminate the contract with the subcontractor if during such three days the
subcontractor provides information to establish that the subcontractor has not
knowingly employed or contracted with an illegal alien.
e. Service Provider shall comply with any reasonable request by the Colorado
Department of Labor and Employment (the “Department”) made in the course of an
investigation that the Department undertakes or is undertaking pursuant to the
authority established in Subsection 8-17.5-102 (5), C.R.S.
f. If Service Provider violates any provision of this Agreement pertaining to the duties
imposed by Subsection 8-17.5-102, C.R.S. the City may terminate this Agreement. If
this Agreement is so terminated, Service Provider shall be liable for actual and
consequential damages to the City arising out of Service Provider’s violation of
Subsection 8-17.5-102, C.R.S.
g. The City will notify the Office of the Secretary of State if Service Provider violates this
provision of this Agreement and the City terminates the Agreement for such breach.
19. Special Provisions. Special provisions or conditions relating to the services to be
performed pursuant to this Agreement are set forth in Exhibit "C" - Confidentiality,
consisting of one (1) page, attached hereto and incorporated herein by this reference.
THE CITY OF FORT COLLINS, COLORADO
By:
Gerry Paul
Purchasing Director
DATE:
DURAN EXCAVATING
By:
Printed:
Title:
CORPORATE PRESIDENT OR VICE PRESIDENT
Date:
DocuSign Envelope ID: 489DBDC9-3DEE-43D9-A9FB-6EC877857B27
Ernest E. Duran
10/4/2016
president
10/4/2016
EXHIBIT A
SCOPE OF WORK & COMPENSATION
SCOPE OF WORK
The project includes maintenance of all landscape and irrigation components installed as part of
the Vine Drive and Shields Street Intersection Improvements Project constructed in 2015-2016.
The project includes: mowing, plant replacement, irrigation blowout, watering, irrigation
troubleshooting and maintenance. A description of requirements can be found in Project Special
Specification 214. Per Project Special Specification 214.04, the Landscape Establishment
period began on June 20, 2016 and will last for a period of 24 months from that date.
COMPENSATION
Monthly invoices may be submitted by the Contractor for payment. Monthly invoices shall not
exceed $656.25 (one twenty-fourth (1/24) of the Lump Sum value). Payment shall not be
processed until all work at the time of the invoice is completed. Total payment of the contract
shall not exceed $15,750 (original bid price) without execution of change order. Maintenance
conducted prior to contract execution may be submitted with the first invoice.
SPECIFICATIONS & PROJECT DRAWINGS
Please refer to the following pages.
DocuSign Envelope ID: 489DBDC9-3DEE-43D9-A9FB-6EC877857B27
L2.1
SHEET L3.1
SHEET KEY AND INDEX
TABULATION OF QUANTITIES
NOTES & SOD AND SEED LEGEND
PLANT LEGEND (PART 1 OF 2)
PLANT LEGEND (PART 2 OF 2)
LANDSCAPE PLAN
LANDSCAPE PLAN
LANDSCAPE PLAN
LANDSCAPE PLAN
LANDSCAPE PLAN
LANDSCAPE PLAN
LANDSCAPE PLAN ENLARGEMENT
LANDSCAPE DETAILS
LANDSCAPE DETAILS
LANDSCAPE DETAILS
LANDSCAPE DETAILS
L1.1
L1.2
L1.3
L1.4
L1.5
L2.1
L2.2
L2.3
L2.4
L2.5
L2.6
L3.1
L4.1
L4.2
L4.3
L4.4
LANDSCAPE SHEET INDEX
L2.5
L2.2
L2.3
L2.6 L2.4
BRITINA DESIGN GROUP, INC.
Landscape Architecture, Urban Design & Planning
7600 Grandview Avenue, Ste. 210
Arvada, Colorado 80002
Tel: 303/456-2887
www.britina.com
CONTACT INFORMATION
68
DocuSign Envelope ID: 489DBDC9-3DEE-43D9-A9FB-6EC877857B27
LANDSCAPE TABULATION OF QUANTITIES
69
DocuSign Envelope ID: 489DBDC9-3DEE-43D9-A9FB-6EC877857B27
Item Number Description Type
212-00050 Sod Turf Type Dwarf Tall Fescue Sod
Blend of five (5) Varieties per
City of Fort Collins Standards
SOD & NATIVE SEED LEGEND
212-00006 Seeding (Native) Dryland Mix per City of Fort
Collins Standards
45% Blue Grama
30% Little Bluestem
25% Buffalograss (treated)
Notes
12 lbs pure live
seed per acre
LANDSCAPE NOTES
Contractor to refer to the 2011 Colorado Department of Transportation Standard Specifications for
Road and Bridge Construction for all landscape related specifications.
Contractor to refer to the 2013 City of Fort Collins Streetscape Standards for all landscape items not
covered by the CDOT Standard Specifications and/or the landscape plans.
The Contractor shall be responsible for making themselves familiar with all underground utilities,
pipes and structures. The Contractor shall be held responsible for contacting all utility companies for
field location of all underground utility lines prior to any excavation. The Contractor shall take sole
responsibility for any cost incurred due to damage of said utilities. Call 811 Before You Dig.
Contractor shall not willfully proceed with construction as designed when it is obvious that unknown
obstructions and/or grade differences exist that may not have been known during design. Such
conditions shall be immediately brought to the attention of the Owner's Representative. The
Contractor shall assume full responsibility for all necessary revisions due to failure to give such
notification.
If conflicts arise between actual size of areas and plan size areas, Contractor to contact Owner's
Representative for resolution. Failure to make such conflicts known to the Owner's Representative
will result in Contractor's liability to relocate materials.
Contractor shall be responsible for any coordination with subcontractors as required to accomplish
landscape operations.
Plant names are abbreviated on the landscape plans. See plant legend for more information.
Final location of all plant material shall be subject to the approval of the Owner's Representative.
Contractor is responsible for restoring all disturbed landscape areas and repairing any damaged
irrigation components due to construction activity.
Regarding soil preparation for sod areas and unless otherwise stated in the plans and specifications,
Contractor to spread approved compost at a rate of 3 cubic yards per 1,000 square feet (after topsoil
has been spread) and till amendments thoroughly into top 6 inches of soil and apply fertilizer as
recommended in the soil test.
Regarding soil preparation for native seed areas and unless otherwise stated in the plans and
specifications, Contractor to spread approved compost at a rate of 2 cubic yards per 1,000 square
feet and till amendments thoroughly into top 4 inches of soil and apply fertilizer as recommended in
the soil test.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
70
DocuSign Envelope ID: 489DBDC9-3DEE-43D9-A9FB-6EC877857B27
Sym. Botanic Name/Common Name Qty. Size Spacing
PLANT LEGEND (PART 1 OF 2)
Sym. Botanic Name/Common Name Qty. Size Spacing
DECIDIOUS TREE (2 INCH CALIPER) - ITEM NUMBER 214-00220
2 2" cal. As Shown
10 2" cal. As Shown
6 2" cal. As Shown
5 2" cal. As Shown
TOTAL 33
2 2" cal. As Shown
4 2" cal. As Shown
Gleditsia triacanthos inermis Imperial
Imperial Honeylocust
GT
Celtis occidentalis
Northern Hackberry
CO
Quercus robur
English Oak
QR
Quercus robur Skymaster
Skymaster English Oak
QRS
Quercus shummardi
Shummard Oak
QS
Tilia cordata Greenspire 4 2" cal. As Shown
Greenspire Linden
TC
Ulmus 'Frontier'
Frontier Elm
UF
DECIDIOUS TREE (1.5 INCH CALIPER) - ITEM NUMBER 214-00215
2 1 1/2" cal. As Shown
2 1 1/2" cal. As Shown
TOTAL
Syringa reticulata 'Ivory Silk'
Ivory Silk Japanese Tree Lilac
SR
Crataegus crus-galli inermis
Thornless Cockspur Hawthorn
CI
Pyrus calleryana Chanticleer 4 1 1/2" cal. As Shown
Chanticleer Pear
PC
8
EVERGREEN TREE (6 FOOT) (BALL AND BURLAP) - ITEM NUMBER 214-00506
1 As Shown
TOTAL 1
Pinus nigra 6' ht.
Austrian Pine
PN
DECIDIOUS SHRUB (5 GALLON CONTAINER) - ITEM NUMBER 214-00350
Amorpha canescens
Leadplant
ACA 10 5 gal. 3' o.c.
Caryopteris x clandonensis 'Dark Knight'
Dark Knight Blue Mist Spirea
CCD 8 5 gal. 4' o.c.
8 5 gal.
Sym. Botanic Name/Common Name Qty. Size Spacing
PLANT LEGEND (PART 2 OF 2)
Sym. Botanic Name/Common Name Qty. Size Spacing
TOTAL 120
EVERGREEN SHRUB (5 GALLON CONTAINER) - ITEM NUMBER 214-00650
14 5 gal.
1 5 gal. 4' o.c.
TOTAL 34
PERENNIALS (1 GALLON CONTAINER) - ITEM NUMBER 214-00910 (CONTINUED)
Liatris spicata 'Kobold'
Kobold Gayfeather
25
LSK
1 gal. 24" o.c.
Penstemon strictus
Rocky Mountain Penstemon
31
PST
1 gal. 24" o.c.
Sedum 'Autumn Joy'
Autumn Joy Stonecrop
40
SAJ
1 gal. 36" o.c.
18 1 gal.
9 1 gal.
14 1 gal.
25 1 gal.
27 1 gal.
20 1 gal.
TOTAL 310
DECIDIOUS SHRUB (5 GALLON CONTAINER) - ITEM NUMBER 214-00350 (CONTINUED)
Bouteloua gracilis 'Blonde Ambition'
Blonde Ambition Blue Grama Grass
BGB
Pennisetum alopecuroides 'Hameln'
Dwarf Fountain Grass
PAH
Calamagrostis x acutiflora 'Karl Foerster'
Feather Reed Grass
CAK
Schizachyrium scoparium 'Prairie Blues'
Prairie Blues Little Bluestem
SCP
Hemerocallis 'Stella de Oro'
Dwarf Gold Daylily
HSO
Lavandula angustifolia 'Munstead'
English Lavender
LAM
Rudibeckia fulgida 'Goldsturm'
Black-Eyed Susan
RFG
Agastache Coronado Red
Coronado Red Hyssop
ACR
28 1 gal.
36 1 gal.
24" o.c.
24" o.c.
LOW IMPACT DEVELOPMENT (LID)
SEE CIVIL PLANS
(18) TYPE D
LANDSCAPE
BOULDER
SEE DTL. 2,
SHEET L4.3
MULCHING
(DECORATIVE)
(31) TYPE E
LANDSCAPE
BOULDER
SEE DTL. 2,
SHEET L4.3
ROCK MULCH
(WEED FREE)
SEEDING (NATIVE)
4" DEPTH TOPSOIL (SPECIAL)
WITH SOD
METAL LANDSCAPE BORDER (1/8 X 4 INCH)
SEE DETAIL 1, SHEET L4.3
1 UF
3 PST
2 JPG
5 SAJ
3 PFD
5 BGB
3 CPY
3 SCP
7 ACR
8 PST
3 QS
5 SCP
3 RFG
3 ARC
3 FGB
3 RAG
3 PFP
6 PAH
3 BGB
6 SAJ
3 ACA
3 FGB
3 RFG
3 SCP
3 CAK
5 BGB
3 CCD
3 CPY
3 ACA
4 SCP
3 PFP
4 QR
4 PST
5 RAG
3 PAH
2 JCA
1 CSB
4 ACR
N. SHIELDS
SEEDING (NATIVE)
4" DEPTH TOPSOIL (SPECIAL)
WITH SOD
3 TC 4 UF
3 GT
1 TC
N. SHIELDS
STREET
Scale: 1" = 20'-0"
0 10 20 40
MATCHLINE - SEE SHEET L2.3
MATCHLINE - SEE SHEET L2.1
74
THREE TREES IN
FRONT OF ADAMS
PARCEL TO REMAIN
AS SHOWN IN PLANS
PER PROPERTY
OWNER AGREEMENT
CHANGE LINDEN TO ESPRESSO
KENTUCKY COFFEE TREE
(GYMNOCLADUS DIOICUS "ESPRESSO"
OR CATALPA
CHANGE FRONTIER
ELM TO ACCOLADE
ELM (ULMUS
"ACCOLADE")
DocuSign Envelope ID: 489DBDC9-3DEE-43D9-A9FB-6EC877857B27
C
C
A
SEEDING (NATIVE)
4" THICK AGGREGATE BASE
COURSE (CLASS 6)
LANDSCAPE BOULDER
SEE DETAIL 2, SHEET L4.3
4" DEPTH TOPSOIL (SPECIAL)
WITH SOD
ROCK MULCH
(WEED FREE)
MULCHING
(DECORATIVE)
1 CI
4 GT
1 RFG
2 CO
3 ACR
2 JPG
N. SHIELDS
STREET
1 PFP
3 ARC
3 CAK
1 CI
1 ACA
Scale: 1" = 20'-0"
0 10 20 40
MATCHLINE - SEE SHEET L2.4
MATCHLINE - SEE SHEET L2.2
75
CHANGE TWO
TREES TO UPRIGHT
ORNAMENTAL (RED
BARON CRABAPPLE
OR TREE LILAC)
DocuSign Envelope ID: 489DBDC9-3DEE-43D9-A9FB-6EC877857B27
C
B C
A
A
B
B
B
B
C
C
C
HARDSCAPE TREATMENT
SEE CIVIL PLANS
PLAN ENLARGEMENT
SEE SHEET L3.1
LANDSCAPE BOULDER
SEE DETAIL 2, SHEET L4.3
4" DEPTH TOPSOIL (SPECIAL)
WITH SOD
MULCHING
(DECORATIVE)
MULCHING
(WOOD CHIP)
MULCHING
(WOOD CHIP)
MULCHING
(DECORATIVE)
ROCK MULCH (WEED FREE)
SEEDING (NATIVE)
2 RFG
2 JCA
3 CAK
1 QRS
4 CCD
3 ACA
2 JCA
4 SCP
5 LAM
3 PST
3 SPM
5 CAK
3 SCP
2 JPG
5 HSO
3 RFG
6 FGB
4 SAJ
4 PAH W. VINE DRIVE
Scale: 1" = 20'-0"
0 10 20 40
MATCHLINE - SEE SHEET L2.3
MATCHLINE - SEE SHEET L2.5
MATCHLINE - SEE SHEET L2.6
76
DocuSign Envelope ID: 489DBDC9-3DEE-43D9-A9FB-6EC877857B27
C
B
A
MULCHING
(WOOD CHIP)
LANDSCAPE BOULDER
SEE DETAIL 2, SHEET L4.3
4" DEPTH TOPSOIL (SPECIAL)
WITH SOD
ROCK MULCH
(WEED FREE)
MULCHING
(DECORATIVE)
HARDSCAPE TREATMENT
SEE CIVIL PLANS
MULCHING
(DECORATIVE)
1 PN
1 QRS
3 ACR
3 JCA
3 CAK
3 PST
2 SR
4 SCP
5 ARC
6 FGB
1 CCD
3 SAJ
2 HSO
4 CAK
3 LSK
3 BGB
1 AAR
ROCK MULCH
(WEED FREE)
N. SHIELDS
STREET
Scale: 1" = 20'-0"
0 10 20 40
MATCHLINE - SEE SHEET L2.4
77
DocuSign Envelope ID: 489DBDC9-3DEE-43D9-A9FB-6EC877857B27
B C C
C B
MULCHING
(DECORATIVE)
METAL LANDSCAPE BORDER (1/8 X 4 INCH)
SEE DETAIL 1, SHEET L4.3
4" DEPTH TOPSOIL
(SPECIAL) WITH SOD
MULCHING
(WOOD CHIP)
SEEDING
(NATIVE)
4" THICK AGGREGATE
BASE COURSE (CLASS 6)
LANDSCAPE BOULDER
SEE DETAIL 2, SHEET L4.3
ROCK MULCH
(WEED FREE)
MULCHING
(DECORATIVE)
MULCHING
(WOOD CHIP)
1 CSB
1 PPW 3 BGB
4 PC
4 SCP
4 LAM
3 CAK
3 QS
4 HSO
2 JPG
11 LVL 16 CSK
4 CAK
3 GT
3 SPM
3 PFD
1 RFC
5 LSK
6 PAH
11 LVL
W. VINE DRIVE
FLOODWAY AND FLOODPLAIN NOTES:
1.
2.
A FLOODPLAIN USE PERMIT MUST BE
APPROVED BEFORE CONSTRUCTION CAN
BEGIN IN THE THE 100-YEAR FLOODPLAIN.
A NO-RISE CERTIFICATION MUST BE
APPROVED BEFORE CONSTRUCTION CAN
BEGIN IN THE FLOODWAY.
100-YEAR CITY
FLOODPLAIN
100-YEAR CITY
FLOODWAY
Scale: 1" = 20'-0"
0 10 20 40
MATCHLINE -
SEE SHEET L2.4
78
CHANGE FOUR
A
A
B
B
B
B
C
C
C
5013
5012
5013
5014 5014
TW 5015.5 1 CPY
4 ACR
3 JCA
TW
5016.5
3 PST
MULCHING
(DECORATIVE)
(12) TYPE D LANDSCAPE BOULDER
SEE DETAIL 2, SHEET L4.3
ROCK MULCH (WEED FREE)
(23) TYPE E LANDSCAPE BOULDER
SEE DETAIL 2, SHEET L4.3
2' DIA. X 8' CONCRETE
FOUNDATION SUPPLIED
BY CONTRACTOR
ART FEATURE SUPPLIED
BY TIM UPHAM
STONE LANDSCAPE WALL
SEE DETAIL 1, SHEET L4.4
TW
5017.5
4 RFG
4 HSO
6 BGB
3 SCP
3 CAK
4 ACR
3 PAL
5 FGB
3 PST
4 JHW 5 SAJ
3 FGB 3 JPG
3 FGB
6 BGB
TW 5017.5
3 JPG
3 CAK
3 LSK
3 LSK
TW 5017
TW 5016.5
3 CAK
5 SAJ
3 PAL
5 FGB
TW 5014.5
DECIDUOUS TREE PLANTING & STAKING
SCALE: 1/4"=1'-0"
1'-0"
LOCATE WIRE
BELOW POINT
OF MAJOR
BRANCHING
2 X ROOT BALL
WIDTH, MIN.
1'-0"
MIN.
MIN.
STAKE TREES ON OPPOSITE SIDES AS SHOWN,
PROVIDE TWO STAKES @ 180 DEGREES FOR
ALL TREES
PRUNE ALL DAMAGED WOOD PRIOR TO DELIVERY
TO SITE, MULTIPLE OR "V"-SHAPED LEADERS
NEED APPROVAL PRIOR TO PURCHASE
DARK GREEN FABRIC STRAPS WITH BRASS
GROMMETS, MIN. 12" LONG
DOUBLE STRAND 12 GAUGE GALV. STEEL WIRE,
TWIST TAUT
WHITE 3/4" PVC PIPE ALL SIDES
PROVIDE 4" HIGH SAUCER IN TURF/NATIVE
APPLICATIONS AND 6" HIGH SAUCER IN PLANTING
BED
REMOVE ALL CORD, TOP 1/3RD BURLAP AND TOP
BASKET
STEEL "T"-POSTS, MIN. 6' LONG DRIVEN MIN. 18"
DEEP
PLANT 2-3" ABOVE EXISTING GRADE
SCARIFY SIDES OF HOLE PRIOR TO
BACK FILLING.
BACK FILL MIX.:
75% NATIVE SOIL EXCAVATED FROM PIT
25% ORGANIC COMPOST
NOTE: IF HOLE IS TOO DEEP, ANY SOIL ADDED
TO RAISE THE ROOT BALL SHOULD BE COMPACTED.
UNDISTURBED SOIL.
PROVIDE TREE WRAP TO SECOND BRANCH (KRAFT
OR EQUAL) WITH DUCT TAPE ANCHORS @ TOP,
BOTTOM AND 2' INTERVALS AFTER SEPT. 15TH
NOTE:
1. COST FOR EXCAVATION, BACKFILL
MATERIAL, MULCH, STAKING AND
TREE WRAP SHALL BE INCLUDED IN
THE COST FOR THE TREE.
4" DEEP MULCHING (WOOD CHIP)
EVERGREEN TREE PLANTING & STAKING
SCALE: 1/4"=1'-0"
2 X ROOT BALL
WIDTH, MIN.
(3) 12" x 1 1/2" NYLON/COTTON WEAVE TIES
WITH 3/4" GROMMETS.
#12 GAUGE WIRE FASTENED W/ (2) ZINC
PLATED CABLE CLAMPS, COVER GUYS W/
3' OF 3/8" DIA. SLIP PLASTIC TUBING.
PLANT 2-3" ABOVE EXISTING GRADE
4" DEEP MULCHING (WOOD CHIP)
PROVIDE 4" HIGH SAUCER IN TURF/NATIVE
TYPICAL SHRUB PLANTING
SCALE: 1/2"=1'-0"
2 X ROOT BALL
WIDTH, MIN.
6"
REMOVE PLANT FROM CONTAINER OR W/ B&B
MATERIAL, REMOVE WIRE BASKET FROM ROOT BALL
AND PEEL BACK BURLAP AFTER 2/3 BURIED IN PIT.
PLANT CROWN AT 2" ABOVE FINISHED GRADE.
4" DEEP MULCHING (WOOD CHIP)
EASE BACK SLOPE ON UPHILL SIDE, WHERE
APPLICABLE.
4" HIGH WATER RETENTION BERM EXCEPT IN
DRIP IRRIGATED AREAS, REMOVE AT END OF
MAINTENANCE PERIOD.
SCARIFY SIDES OF HOLE PRIOR TO PLANTING.
BACK FILL MIX:
75% NATIVE SOIL EXCAVATED FROM PIT
25% ORGANIC COMPOST
FOOT-TAMPED COMPACTED BACK FILL UNDER
ROOT BALL TO ELIMINATE SETTLING.
UNDISTURBED SUBSOIL.
NOTE:
1. COST FOR EXCAVATION, BACKFILL
MATERIAL AND MULCH SHALL BE
INCLUDED IN THE COST FOR THE
SHRUB.
PERENNIAL & ORNAMENTAL GRASS PLANTING
SCALE: 1/2"=1'-0"
NOTE:
1. COST FOR EXCAVATION, BACKFILL
MATERIAL AND MULCHING (WOOD CHIP)
WHERE APPLICABLE SHALL BE INCLUDED
IN THE COST FOR THE PERENNIAL AND
ORNAMENTAL GRASS.
2 X ROOT BALL
6"
WIDTH, MIN.
PLANT LAYOUT PER LANDSCAPE
PLAN AND/OR PER DIRECTION OF
OWNER'S REPRESENTATIVE
PROVIDE 4" DEEP MULCHING (WOOD
CHIP) DIRECTLY AROUND BASE OF
EACH PERENNIAL AND/OR
ORNAMENTAL GRASS WHEN PLANTS
ARE LOCATED IN VARIOUS TYPES OF
ROCK AND COBBLE MULCH
4" DEEP MULCHING
TYPE VARIES - SEE LANDSCAPE PLAN
UNDISTURBED SOIL
PLANT 1" ABOVE EXISTING GRADES
BY MOUNDING SOIL UNDER MULCH
BACK FILL MIX:
75% NATIVE SOIL EXCAVATED
FROM PIT
25% ORGANIC COMPOST
SCARIFY SIDES OF HOLE
PRIOR TO PLANTING
FOOT-TAMPED COMPACTED
BACK FILL UNDER ROOT BALL
METAL LANDSCAPE BORDER (1/8 X 4 INCH)
SCALE: 1"=1'-0"
4" DEEP MULCHING
TYPE VARIES - SEE
LANDSCAPE PLAN
FINISHED GRADE FOR SOD TO BE 1/2" BELOW
TOP OF EDGING.
TAMPER MULCH AT EDGING SO THAT IT DOES
NOT SPILL INTO TURF.
NOTES:
1.
2.
FINISHED GRADE
4"
1
2"
METAL LANDSCAPE
BORDER (1/8 X 4 INCH)
COLOR: DARK GREEN
INSTALL PER
MANUFACTURER'S
RECOMMENDATIONS
LANDSCAPE WEED
BARRIER FABRIER
UNLESS OTHERWISE
NOTED OR SPECIFIED
SOD AND/OR
SEEDING (NATIVE)
LANDSCAPE BOULDER
SCALE: 1/2"=1'-0"
LANDSCAPE BOULDER
SEE CHART
UNDISTURBED SOIL
1/3 BELOW MULCH 2/3 ABOVE MULCH
4" DEEP MULCHING
TYPE VARIES - SEE
LANDSCAPE PLAN
TYPE:
TYPE A
TYPE B
TYPE C
TYPE D
TYPE E
TOTAL:
SIZE:
3.5' x 4' x 4'
3' x 3.5' x 3.5'
2' x 3' x 3'
1.5' x 2' x 2.5'
1' x 1' x 1.5'
SOD AND/OR SEEDING
(NATIVE)
QUANTITY:
4
8
11
40
54
117
TYPE:
NOTES:
1.
2.
3.
4.
FARMERS STONE LANDSCAPE BEAMS SUPPLIED BY PINE'S STONE COMPANY (GLENWOOD SPRINGS) OR
SIMILAR. STONE BEAM SIZES VARY AS FOLLOWS:
x 12" TO 18" HEIGHT
x +/- 24" WIDTH
x 2', 3', 4', 5' OR 6' LENGTHS (AS NECESSARY FOR FIT AND CONFORMITY TO CURVES)
CONTRACTOR TO SHAPE STONE BEAMS TO ENSURE GAPS BETWEEN BEAMS ARE MINIMIZED AND STONE
BEAMS FIT TOGETHER CLOSELY. LIMIT CLEAVING TO SURFACES THAT WILL BE HIDDEN.
IN MOST CASES THE STONE BEAMS RETAIN GRADE. CONTRACTOR TO INSTALL WRAPPED DRAINSTONE
ALONG ENTIRE BACKSIDE OF WALL (AS ILLUSTRATED) TO MINIMIZE EROSION OF SOIL BETWEEN STONE
BEAMS.
COST FOR EXCAVATION, COMPACTED AGGREGATE BASE COURSE, SHAPING/CLEAVING, WRAPPED
DRAINSTONE AND BACKFILL SHALL BE INCLUDED IN THE COST FOR THE STONE LANDSCAPE WALL.
STONE LANDSCAPE WALL
ELEVATIONAL SECTION - SCALE: 1/4"=1'-0"
VARIES - SEE PLAN
FINISHED GRADE OF
MULCH SURFACE
BEHIND WALL
SEE PLAN FOR TOP
OF WALL ELEVATIONS
SEE PLAN FOR
LOCATIONS OF STEPS
VARIES - SEE PLAN
FINISHED GRADE OF
MULCH SURFACE
6" COMPACTED
AGGREGATE BASE
COURSE (CLASS 6)
UTILIZE MULTIPLE SIZES OF
STONE TO ACHIEVE DESIRED
WALL LENGTH AND CURVES
SET BOTTOM LAYER OF
BOULDERS 1'-0" BELOW
FINISHED GRADE OF
MULCH SURFACE, TYP.
6", TYP.
STONE BEAMS, TYP.
SEE NOTES
PROFILE SECTION - SCALE: 1/2"=1'-0"
EXAMPLE OF STONE BEAMS
FINISHED GRADE OF MULCH
SURFACE BEHIND WALL
SEE PLAN FOR TOP OF
WALL ELEVATIONS
WRAP WITH NON-WOVEN
GEOTEXTILE FABRIC TO KEEP
STONE BACKFILL FROM
MIGRATING THROUGH WALL
1" DIA. DRAINSTONE TO
EXTEND AT LEAST 12"
BEHIND WALL
6" COMPACTED AGGREGATE
BASE COURSE (CLASS 6)
STONE BEAMS, TYP.
SEE NOTES
C
C
A
B C C
C B
C
B
A
C
B C
A
A
B
B
B
B
C
C
C
2
1
A
6
6
1"
Drip
A37
1"
Drip
A35
1"
Drip
A36
IR2.1
SHEET KEY AND INDEX
TABULATION OF QUANTITIES
LEGEND AND NOTES
IRRIGATION PLAN
IRRIGATION PLAN
IRRIGATION PLAN
IRRIGATION PLAN
IRRIGATION PLAN
IRRIGATION PLAN
IRRIGATION DETAILS
IRRIGATION DETAILS
IR1.0
IR1.1
IR1.2
IR2.1
IR2.2
IR2.3
IR2.4
IR2.5
IR2.6
IR3.0
IR3.1
IRRIGATION SHEET INDEX
IR2.5
IR2.2
IR2.3
IRRIGATION TABULATION OF QUANTITIES (FOR REFERENCE ONLY-BID AS LUMP SUM)
SEE
LEGEND
ON
SHEET 3
DocuSign Envelope ID: 489DBDC9-3DEE-43D9-A9FB-6EC877857B27
1
2
3
4
5
6
14
A1
1"
F
A
DocuSign Envelope ID: 489DBDC9-3DEE-43D9-A9FB-6EC877857B27
1"
8.00
A14
1"
A38
Drip
1"
Drip
A39
Scale: 1" = 20'-0"
0 10 20 40
MATCHLINE - SEE SHEET IR2.2
DocuSign Envelope ID: 489DBDC9-3DEE-43D9-A9FB-6EC877857B27
A10
1"
A11
8.80
1"
A12
8.80
1"
A13
6.84
1"
A17
9.98
1"
A18
9.68
1"
A19
9.68
1"
A20
9.68
1"
A21
9.40
1"
A22
9.88
1"
8.76
A15
1"
9.87
A16
Scale: 1" = 20'-0"
0 10 20 40
MATCHLINE - SEE SHEET IR2.3
MATCHLINE - SEE SHEET IR2.1
DocuSign Envelope ID: 489DBDC9-3DEE-43D9-A9FB-6EC877857B27
C
C
A
1"
A6
8.46
1"
A7
7.77
1"
A8
8.60
1"
A9
9.48
1"
A10
9.98
1"
A23
9.68
1"
A24
9.48
Scale: 1" = 20'-0"
0 10 20 40
MATCHLINE - SEE SHEET IR2.4
MATCHLINE - SEE SHEET IR2.2
DocuSign Envelope ID: 489DBDC9-3DEE-43D9-A9FB-6EC877857B27
C
B C
A
A
B
B
B
B
C
C
C
6
A25
1"
A33
Drip
1"
Drip
A34
1"
A32
Drip
1"
Drip
A37
1"
Drip
A35
1"
Drip
A36
Scale: 1" = 20'-0"
0 10 20 40
MATCHLINE -
SEE SHEET 2.6
MATCHLINE - SEE SHEET IR2.5
MATCHLINE - SEE SHEET IR2.3
DocuSign Envelope ID: 489DBDC9-3DEE-43D9-A9FB-6EC877857B27
C
B
A
6
1"
8.12
A25
1"
9.63
A26
1"
9.97
A27
1"
9.37
A28
1"
8.64
A29
1"
Drip
A40
Scale: 1" = 20'-0"
0 10 20 40
MATCHLINE - SEE SHEET IR2.4
DocuSign Envelope ID: 489DBDC9-3DEE-43D9-A9FB-6EC877857B27
B C C
C B
2
1
A
1"
A1
9.77
1"
A2
9.75
1"
A3
10.0
1"
9.94
A4
1"
7.52
A5
1"
9.96
A30
1"
A31
9.58
1"
A41
Drip
Scale: 1" = 20'-0"
0 10 20 40
MATCHLINE -
SEE SHEET IR2.4
DocuSign Envelope ID: 489DBDC9-3DEE-43D9-A9FB-6EC877857B27
BACKFLOW PREVENTION
UNIT
1 ISOLATION GATE VALVE
ASSEMBLY
3 QUICK COUPLING VALVE
ASSEMBLY
4
6-INCH POP-UP SPRAY
SPRINKLER ASSEMBLY
REMOTE CONTROL TURF 6
VALVE ASSEMBLY
5 REMOTE CONTROL DRIP
VALVE ASSEMBLY
7
MASTER VALVE & FLOW SENSOR
ASSEMBLY
SINGLE OUTLET EMITTER
ASSEMBLY
8
DocuSign Envelope ID: 489DBDC9-3DEE-43D9-A9FB-6EC877857B27
TYPICAL TRENCHING
DETAIL
14
DRIP FLUSH CAP
ASSEMBLY
12
TYPICAL SLEEVING
DETAIL
10
24" min.
MULTIPLE OUTLET EMITTER
ASSEMBLY FOR TREES IN BEDS
9
PEDESTAL MOUNT CONTROLLER
ASSEMBLY
13
INLINE DRIP PIPE ASSEMBLY
FOR TREES
11
DocuSign Envelope ID: 489DBDC9-3DEE-43D9-A9FB-6EC877857B27
REVISION OF SECTION 214
PLANTING
Section 214 of the Standard Specifications is hereby revised for this project as follows:
DESCRIPTION
Subsection 214.01 shall include the following:
This work also consists of a Landscape Maintenance period.
MATERIALS
Subsection 214.02 shall include the following:
Plant List. A plant list is provided on the plans. Quantities shown on the list are for
information only. Contractor shall be responsible for verifying quantity takeoffs as shown on
the drawings. In the event of a discrepancy between quantities shown on the plant list and
quantities depicted on the plans, the quantities depicted on the plans shall govern.
Guying and Staking. Material includes 14AWG wire with 1/2"x12" PVC sleeves and stake
protection cap per each stake.
CONSTRUCTION REQUIRMENTS
Subsection 214.04
Landscape Establishment.
The duration of the Landscape Establishment period shall be twenty-four (24) months and will
commence upon receipt of Notice of Substantial Completion from the Engineer.
If Notice of Substantial Landscape Completion is issued during the spring planting season, the
Landscape Establishment period begins immediately and lasts for a period of twenty-four (24)
months. If the Notice of Substantial Landscape Completion is issued at any other time, the
Landscape Establishment period begins at the start of the next spring planting season (April 1st)
and lasts for a period of twenty-four (24) months.
After all planting on the project is complete, a plant inspection shall be held including the
Contractor, Engineer, CDOT and the Landscape Architect to determine acceptability of plant
material. During inspection, an inventory of rejected, dead or dying material will be made, and
corrective and necessary cleanup /replacement measures will be determined.
From the time of installation, during construction, and throughout the Landscape Establishment
Period, the Contractor shall maintain plant material, sodded and seeded areas in a healthy and
vigorous growing condition, and ensure the successful establishment of vegetation.
-2-
DocuSign Envelope ID: 489DBDC9-3DEE-43D9-A9FB-6EC877857B27
REVISION OF SECTION 214
PLANTING
During the Landscape Establishment Period, the Contractor shall water, cultivate, and prune the
plants, and repair, replace or re-adjust guy material, stakes and posts. The Contractor will
provide weekly mowings, grass trimming, a minimum of three (3) fertilizations per year (six (6)
total over the source of the 24 month Landscape Establishment Period), and remove grass
clippings from the projects hard surfaces. The Contractor shall also remove weeds from
planting beds and tree area saucers on a monthly basis during the growing season, maintain
specified depths of mulching material annually and fertilize trees via a root feeder during the
spring of each growing season (two (2) times).
Dead, dying or rejected material shall be removed each month during the Landscape
Establishment Period as directed by the Engineer or City Forester. Plant replacement shall be
performed during the spring planting seasons at the beginning and end of the Landscape
Establishment Period. Plant replacement stock shall be planted in accordance with the original
contract specifications and is subject to all requirements specified for the original material.
Plant replacement shall be at the Contractor’s expense.
Subsection 214.04
Delete paragraphs 5 and 6 and replace with the following:
The trees planted by the Contractor shall be watered twice per month at the rate of twenty (20)
gallons per tree per watering for the months May through October during the twenty-four (24)
month Landscape Establishment Period, or as needed, and the trees shall also be watered
once per month at the rate of twenty (20) gallons per tree for the months November through
April during the twenty-four (24) month Landscape Establishment Period, or as needed.
The shrubs planted by the Contractor shall be watered twice per month at the rate of five (5)
gallons per shrub per watering event for the months May through October during the twenty-four
(24) month Landscape Establishment Period, or as needed, and the shrubs shall also be
watered once per month at the rate of five (5) gallons per shrub for the months November
through April during the twenty-four (24) month Landscape Establishment Period, or as needed.
Prior to the beginning of the Landscape Establishment Period, a watering schedule listing the
calendar days chosen to complete the required watering shall be submitted to facilitate
inspections by the City/Engineer.
METHOD OF MEASUREMENT
Subsection 214.05 shall include the following:
Soil material for tree, shrub, ornamental grass and perennial backfill mix, guy, webbing, tree
stakes, protective caps and PVC pipe sleeve and wrap for trees, will not be measured and
paid for separately but shall be included in the work.
-3-
DocuSign Envelope ID: 489DBDC9-3DEE-43D9-A9FB-6EC877857B27
REVISION OF SECTION 214
PLANTING
BASIS OF PAYMENT
Subsection 214.06
Delete the fifth paragraph and replace with the following:
The initial watering during the planting of trees and shrubs will not be paid for separately, but
shall be included in the price of the work.
Watering of trees and shrubs after receipt of the Notice of Substantial Landscape Completion
will not be measured and paid for separately but shall be included in the work.
Water used for the Landscape Establishment Period will not be measured and paid or
separately but shall be included in the work.
Subsection 214.06
Delete the seventh paragraph including item (1) and (2), and the last paragraph of the
subsection.
DocuSign Envelope ID: 489DBDC9-3DEE-43D9-A9FB-6EC877857B27
EXHIBIT B
INSURANCE REQUIREMENTS
1. The Service Provider will provide, from insurance companies acceptable to the City, the
insurance coverage designated hereinafter and pay all costs. Before commencing work
under this bid, the Service Provider shall furnish the City with certificates of insurance
showing the type, amount, class of operations covered, effective dates and date of
expiration of policies, and containing substantially the following statement:
“The insurance evidenced by this Certificate will not reduce coverage or limits and
will not be cancelled, except after thirty (30) days written notice has been received
by the City of Fort Collins.”
In case of the breach of any provision of the Insurance Requirements, the City, at its
option, may take out and maintain, at the expense of the Service Provider, such
insurance as the City may deem proper and may deduct the cost of such insurance from
any monies which may be due or become due the Service Provider under this
Agreement. The City, its officers, agents and employees shall be named as additional
insureds on the Service Provider 's general liability and automobile liability insurance
policies for any claims arising out of work performed under this Agreement.
2. Insurance coverages shall be as follows:
A. Workers' Compensation & Employer's Liability. The Service Provider shall
maintain during the life of this Agreement for all of the Service Provider's
employees engaged in work performed under this agreement:
1. Workers' Compensation insurance with statutory limits as required by
Colorado law.
2. Employer's Liability insurance with limits of $100,000 per accident,
$500,000 disease aggregate, and $100,000 disease each employee.
B. Commercial General & Vehicle Liability. The Service Provider shall maintain
during the life of this Agreement such commercial general liability and automobile
liability insurance as will provide coverage for damage claims of personal injury,
including accidental death, as well as for claims for property damage, which may
arise directly or indirectly from the performance of work under this Agreement.
Coverage for property damage shall be on a "broad form" basis. The amount of
insurance for each coverage, Commercial General and Vehicle, shall not be less
than $1,000,000 combined single limits for bodily injury and property damage.
In the event any work is performed by a subcontractor, the Service Provider shall
be responsible for any liability directly or indirectly arising out of the work
performed under this Agreement by a subcontractor, which liability is not covered
by the subcontractor's insurance.
DocuSign Envelope ID: 489DBDC9-3DEE-43D9-A9FB-6EC877857B27
No new insurance required
EXHIBIT C
CONFIDENTIALITY
IN CONNECTION WITH SERVICES provided to the City of Fort Collins (the “City”) pursuant to
this Agreement (the “Agreement”), the Service Provider hereby acknowledges that it has been
informed that the City has established policies and procedures with regard to the handling of
confidential information and other sensitive materials.
In consideration of access to certain information, data and material (hereinafter individually and
collectively, regardless of nature, referred to as “information”) that are the property of and/or
relate to the City or its employees, customers or suppliers, which access is related to the
performance of services that the Service Provider has agreed to perform, the Service Provider
hereby acknowledges and agrees as follows:
That information that has or will come into its possession or knowledge in connection with the
performance of services for the City may be confidential and/or proprietary. The Service
Provider agrees to treat as confidential (a) all information that is owned by the City, or that
relates to the business of the City, or that is used by the City in carrying on business, and (b) all
information that is proprietary to a third party (including but not limited to customers and
suppliers of the City). The Service Provider shall not disclose any such information to any
person not having a legitimate need-to-know for purposes authorized by the City. Further, the
Service Provider shall not use such information to obtain any economic or other benefit for itself,
or any third party, except as specifically authorized by the City.
The foregoing to the contrary notwithstanding, the Service Provider understands that it shall
have no obligation under this Agreement with respect to information and material that (a)
becomes generally known to the public by publication or some means other than a breach of
duty of this Agreement, or (b) is required by law, regulation or court order to be disclosed,
provided that the request for such disclosure is proper and the disclosure does not exceed that
which is required. In the event of any disclosure under (b) above, the Service Provider shall
furnish a copy of this Agreement to anyone to whom it is required to make such disclosure and
shall promptly advise the City in writing of each such disclosure.
In the event that the Service Provider ceases to perform services for the City, or the City so
requests for any reason, the Service Provider shall promptly return to the City any and all
information described hereinabove, including all copies, notes and/or summaries (handwritten or
mechanically produced) thereof, in its possession or control or as to which it otherwise has
access.
The Service Provider understands and agrees that the City’s remedies at law for a breach of the
Service Provider’s obligations under this Confidentiality Agreement may be inadequate and that
the City shall, in the event of any such breach, be entitled to seek equitable relief (including
without limitation preliminary and permanent injunctive relief and specific performance) in
addition to all other remedies provided hereunder or available at law.
DocuSign Envelope ID: 489DBDC9-3DEE-43D9-A9FB-6EC877857B27
The ACORD name and logo are registered marks of ACORD
CERTIFICATE HOLDER
© 1988-2014 ACORD CORPORATION. All rights reserved.
ACORD 25 (2014/01)
AUTHORIZED REPRESENTATIVE
CANCELLATION
CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY)
JECT LOC
POLICY PRO-
GEN'L AGGREGATE LIMIT APPLIES PER:
CLAIMS-MADE OCCUR
COMMERCIAL GENERAL LIABILITY
PREMISES (Ea occurrence) $
DAMAGE TO RENTED
EACH OCCURRENCE $
MED EXP (Any one person) $
PERSONAL & ADV INJURY $
GENERAL AGGREGATE $
PRODUCTS - COMP/OP AGG $
DED RETENTION $
CLAIMS-MADE
OCCUR
$
AGGREGATE $
UMBRELLA LIAB EACH OCCURRENCE $
EXCESS LIAB
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
INSR
LTR TYPE OF INSURANCE POLICY NUMBER
POLICY EFF
(MM/DD/YYYY)
POLICY EXP
(MM/DD/YYYY) LIMITS
PER
STATUTE
OTH-
ER
E.L. EACH ACCIDENT
E.L. DISEASE - EA EMPLOYEE
E.L. DISEASE - POLICY LIMIT
$
$
$
ANY PROPRIETOR/PARTNER/EXECUTIVE
If yes, describe under
DESCRIPTION OF OPERATIONS below
(Mandatory in NH)
OFFICER/MEMBER EXCLUDED?
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY Y / N
AUTOMOBILE LIABILITY
ANY AUTO
ALL OWNED SCHEDULED
HIRED AUTOS
NON-OWNED
AUTOS AUTOS
AUTOS
COMBINED SINGLE LIMIT
BODILY INJURY (Per person)
BODILY INJURY (Per accident)
PROPERTY DAMAGE $
$
$
$
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSD
ADDL
WVD
SUBR
N / A
$
$
(Ea accident)
(Per accident)
OTHER:
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
INSURED
PHONE
(A/C, No, Ext):
PRODUCER
ADDRESS:
E-MAIL
FAX
(A/C, No):
CONTACT
NAME:
NAIC #
INSURER A :
INSURER B :
INSURER C :
INSURER D :
INSURER E :
INSURER F :
INSURER(S) AFFORDING COVERAGE
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
INS025 (201401)
9/30/2016
Flood and Peterson
PO Box 578
Greeley, CO 80632
Kim Case, CIC, CPSR
(970)506-3213 (970)506-6865
KCase@floodpeterson.com
Duran Excavating Inc.
14332 CR 64
Greeley, CO 80631
Travelers Insurance Co
Pinnacol Assurance
2016-2017
A
X
X
X PD Ded: $2,500
X
X DTCO8077B049PHX16 4/9/2016 4/9/2017
1,000,000
300,000
10,000
1,000,000
2,000,000
2,000,000
A X
X X
X DT8108077B049IND16 4/9/2016 4/9/2017
1,000,000
A
X X
X 10,000 DTSMCUP8077B049TIL16 4/9/2016 4/9/2017
5,000,000
5,000,000
B 4110254 1/1/2016 1/1/2017
X
1,000,000
1,000,000
1,000,000
A Leased/ Rented QT6601423C736TIL16 4/9/2016 4/9/2017 Limit 100,000
Deductible 1,000
City of Fort Collins its officers, agents and employees are included as Additional Insured as required by
written contract with respects to liability arising out of work performed by the named insured.
K Case, CIC, CPSR/APR
City of Fort Collins
Purchasing Director
P. O. Box 580
Fort Collins, CO 80522-0580
DocuSign Envelope ID: 489DBDC9-3DEE-43D9-A9FB-6EC877857B27
IR2.6 IR2.4
CONTACT INFORMATION
DocuSign Envelope ID: 489DBDC9-3DEE-43D9-A9FB-6EC877857B27
FINISHED GRADE OF
MULCH SURFACE
+/- 2'-0"
VARIES - SEE PLAN
6", MIN.
6", TYP.
SET BOTTOM LAYER OF
BOULDERS 1'-0" BELOW
FINISHED GRADE OF
MULCH SURFACE, TYP.
1
83
DocuSign Envelope ID: 489DBDC9-3DEE-43D9-A9FB-6EC877857B27
CHEROKEE SUPPLIED BY THE ROCK GARDEN (FT COLLINS) OR SIMILAR
CHEROKEE SUPPLIED BY THE ROCK GARDEN (FT COLLINS) OR SIMILAR
CHEROKEE SUPPLIED BY THE ROCK GARDEN (FT COLLINS) OR SIMILAR
EARTH TONE COBBLE RIVER ROCK BOULDERS
EARTH TONE COBBLE RIVER ROCK BOULDERS
LANDSCAPE BOULDER CHART:
2 1
82
DocuSign Envelope ID: 489DBDC9-3DEE-43D9-A9FB-6EC877857B27
TO ELIMINATE SETTLING
2 1
81
DocuSign Envelope ID: 489DBDC9-3DEE-43D9-A9FB-6EC877857B27
APPLICATIONS AND 6" HIGH SAUCER IN
PLANTING BED
EASE BACK SLOPE ON UPHILL SIDE, WHERE
APPLICABLE.
(3) 1"x2"x18" STAKES TO ANCHOR GUYS.
REMOVE ALL ROPE, TOP 1/3 OF BURLAP AND
TOP BASKET
SCARIFY SIDES OF HOLE PRIOR TO
BACK FILLING.
BACK FILL MIX.:
75% NATIVE SOIL EXCAVATED FROM PIT
25% ORGANIC COMPOST
NOTE: IF HOLE IS TOO DEEP, ANY SOIL ADDED
TO RAISE THE ROOT BALL SHOULD BE COMPACTED.
UNDISTRUBED SOIL.
NOTE:
1. COST FOR EXCAVATION, BACKFILL
MATERIAL, MULCH AND STAKING SHALL BE
INCLUDED IN THE COST FOR THE TREE.
2 1
80
DocuSign Envelope ID: 489DBDC9-3DEE-43D9-A9FB-6EC877857B27
1 CPY
3 JCA
4 RFG
3 PAH
HARDSCAPE TREATMENT
SEE CIVIL PLANS
3 HS0
3 CAK
3 ARC
3 PAH
3 ARC
3 SCP
Scale: 1" = 10'-0"
0 5 10 20
79
DocuSign Envelope ID: 489DBDC9-3DEE-43D9-A9FB-6EC877857B27
TREES TO COFFEE
TREE OR CATALPA
IF LOCATED UNDER
POWER LINES,
CHANGE TO RED
BARON CRABAPPLE
DocuSign Envelope ID: 489DBDC9-3DEE-43D9-A9FB-6EC877857B27
STREET
3 FGB
2 PFD
Scale: 1" = 20'-0"
0 10 20 40
MATCHLINE - SEE SHEET L2.2
73
CHANGE FRENCH
ELM TO ACCOLADE
ELM (ULMUS
"ACCOLADE")
CHANGE ENGLISH
OAK TREES TO BUR
OAK
DocuSign Envelope ID: 489DBDC9-3DEE-43D9-A9FB-6EC877857B27
24" o.c.
24" o.c.
24" o.c.
24" o.c.
24" o.c.
24" o.c.
Juniperus procumbens 'Green Mound'
Green Mound Juniper
4
JPG
5 gal. 6' o.c.
Picea pungens 'Waldbrunn'
Waldbrunn Spruce
15
PPW
JCA Juniperus communis Alpine Carpet 5 gal. 4' o.c.
Alpine Carpet Juniper
Juniperus horizontalis 'Wiltonii'
Wilton Carpet Juniper
JHW
4' o.c.
Ribes alpinum 'Green Mound'
Green Mound Currant
RAG 8 5 gal. 3' o.c.
Rosa Flower Carpet Amber
Flower Carpet Amber Rose
RFC 1 5 gal. 3' o.c.
Syringa patula 'Miss Kim'
Miss Kim Dwarf Lilac
SPM 6 5 gal. 4' o.c.
Potentilla fruticosa davurica 'Prairie Snow'
Prairie Snow Potentilla
PFP 7 5 gal. 4' o.c.
PERENNIALS (1 GALLON CONTAINER) - ITEM NUMBER 214-00910
Festuca glauca 'Boulder Blue' 37 1 gal. 24" o.c.
Boulder Blue Fescue Grass
FGB
72
DocuSign Envelope ID: 489DBDC9-3DEE-43D9-A9FB-6EC877857B27
Cytisus scoparius 'Burkwoodii'
Burkwoodii Red Broom
CSB 2 5 gal. 5' o.c.
Caragana pygmaea
Pygmy Peashrub
CPY 4' o.c.
Cornus sericea 'Kelseyi' 16 5 gal.
Kelsey Dwarf Dogwood
CSK 3' o.c.
Ligustrum vulgare 'Lodense"
Lodense Privet
LVL 22 5 gal. 4' o.c.
Potentilla fruticosa Dakota Sunspot
Dakota Sunspot Potentilla
PFD 8 5 gal. 3' o.c.
Perovskia atriplicifolia 'Little Spire'
Little Spire Russian Sage
PAL 6 5 gal. 3' o.c.
Amelanchier alnifolia 'Regent'
Regent Serviceberry
AAR 1 5 gal. 6' o.c.
Artemisia cana
Silver Sagebrush
ARC 17 5 gal. 3' o.c.
71
DocuSign Envelope ID: 489DBDC9-3DEE-43D9-A9FB-6EC877857B27