HomeMy WebLinkAbout04-24-17 City Commission Packet Materials - C6. Contract Agreement with Hydro Logistics for City Hall Landscape
Commission Memorandum
REPORT TO: Honorable Mayor and City Commission
FROM: Kyle Mehrens, Stormwater Program Coordinator
Lain Leoniak, Water Resources Manager
Mike Gray, Facilities Superintendent Craig Woolard, Director of Public Works
SUBJECT: Construction Contract with Hydro Logistics Irrigation, LLC for the
City Hall Landscape Improvement Project
MEETING DATE: April 24, 2017
AGENDA ITEM TYPE: Consent
RECOMMENDATION: Authorize the City Manager to sign a construction contract with Hydro Logistics Irrigation, LLC for various landscaping improvements at City Hall.
BACKGROUND: The lawn adjacent to the front doors of City Hall requires significant site
renovations to improve its current condition, including the replacement of aged, inefficient
irrigation equipment, enhancement of pedestrian connectivity, maximization of the public use of the outdoor space, and restoration of degraded vegetation. Further, the lawn’s location and high visibility offers a prime opportunity to display and educate the community on innovative
stormwater and water conservation practices designed to reduce potable water use and improve
local river health.
As a result, the Facilities, Stormwater, and Water Conservation Divisions are working in partnership to complete a landscape improvement project that includes the installation of new high efficiency irrigation equipment, 910 square feet of permeable pavers, and drought tolerant
vegetation.
Staff solicited quotes from three local landscaping companies to meet the City’s purchasing policy for work totaling between $5,000 and $79,999. Hydro Logistics Irrigation, LLC submitted the low quote at $39,966.00, which is in-line with the engineer’s estimate for the project
UNRESOLVED ISSUES: None
ALTERNATIVES: As suggested by the Commission.
FISCAL EFFECTS: The Stormwater, Water Conservation, and Facilities Divisions will contribute funds for this project. Specific allocations include:
1. Stormwater Fund: $20,604 to be paid for with remaining FY17 funds (CIP STRM13).
2. Water Conservation Budget: $10,346 to be paid for with remaining FY17 funds.
3. Facilities Fund: $9,016 to be paid for with remaining FY17 funds (CIP GF130).
Attachments: Attachment A - Construction Contract with Hydro Logistics Irrigation, LLC Attachment B - Project Plan Set Attachment C – Project Quotes
Report compiled on: 4/17/2017
52
CONTRACT AGREEMENT
THIS CONTRACT AGREEMENT is dated as of the___________ day of __________ in the
year 2017 by and between CITY OF BOZEMAN hereinafter called OWNER and Hydro
Logistics Irrigation, LLC., 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. The Project
work is generally described as follows:
1.1 Construction of the following at the City of Bozeman’s City Hall Property:
1.1.1 High-efficiency irrigation equipment
1.1.2 910 square feet of permeable pavers and concrete edging
1.1.3 Drought tolerant vegetation
1.2 Per the project plans and specifications, including:
1.2.1 City Hall Landscape Improvements – Existing Site Conditions
1.2.2 City Hall Landscape Improvements – Permeable Pavers
1.2.3 City Hall Landscape Improvements – Details
1.2.4 Bozeman City Hall – Landscape Planting Plan
1.2.5 City Hall Irrigation – City of Bozeman
1.2.6 City Hall Landscape Improvement Project – Project Notes and Specifications
1.2.7 Underground Sprinkler Specification – Section 042 077
Article 2. CONTRACT TIME.
2.1 Contract Time: The Work will be completed within 30 calendar days after the date the
written notice to proceed is issued. The Owner will withhold final payment until final
completion and acceptance of the work as stipulated in this Agreement.
2.2 Liquidated Damages: OWNER and CONTRACTOR recognize that time is of the essence in
this Contract Agreement and that the OWNER will suffer financial loss if the work is not
substantially complete within the time specified in Article 2.1, plus any extensions thereof
allowed in accordance with the General Conditions. They also recognize the delays, expense,
and difficulties involved in proving, in a legal or arbitration proceeding, the actual loss suffered
by OWNER if the work is not substantially complete 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 one hundred dollars ($100.00) for each day
that expires after the time specified herein until the work is substantially complete.
53
Article 3. CONTRACT PRICE.
3.1 OWNER shall pay CONTRACTOR for the performance of the work in accordance with the
Contract Documents the sum (subject to adjustment as provided in the Contract Documents) of
Thirty-Nine Thousand Nine Hundred Sixty-Six Dollars ($39,966.00).
Article 4. PAYMENT PROCEDURES.
CONTRACTOR shall submit applications for payment in accordance with the Montana Public
Works Standard Specification, Sixth Edition General Conditions. The Owner will process
applications for payment as provided in the General Conditions.
4.1 Payment. Upon satisfactory final completion and acceptance of the Work in accordance
with the General Conditions, OWNER shall pay the full contract price.
4.1.1 Measurement and Payment. Payment for the work satisfactorily completed in accordance
with this contract shall be made in one lump sum payment.
No item that is required by Contract for the proper and successful completion of the Work will
be paid for outside of or in addition to the prices submitted in the contract. All work not
specifically set forth as a pay item herein shall be considered a subsidiary obligation of the
CONTRACTOR and all costs in connection therewith shall be included in the contract price.
Article 5. CONTRACTOR'S REPRESENTATIONS.
In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following
representations:
5.1 CONTRACTOR has familiarized himself with the nature and extent of the Contract
Documents, work, locality, and with all local conditions and federal, state and local laws,
ordinances, rules and regulations that in any manner may affect cost, progress or performance of
the Work.
5.2 CONTRACTOR has studied carefully all reports of investigations and tests of subsurface
and latent physical conditions at the site or otherwise affecting cost, progress or performance of
the Work.
5.3 CONTRACTOR has made or caused to be made examinations, and investigations as he
deems necessary for the performance of the Work at the contract price, within the contract time
and in accordance with the other terms and conditions of the Contract Documents, and no
additional examinations, investigations, tests, reports or similar data are or will be required by
CONTRACTOR for such purposes.
5.4 CONTRACTOR has correlated the results of all such observations, examinations,
investigations, tests, reports and data with the terms and conditions of the Contract Documents.
54
Article 6. CONTRACT DOCUMENTS.
The Contract Documents which comprise the entire agreement between OWNER and
CONTRACTOR as attached to or referenced in this Agreement, are made a part hereof and
consist of the following:
6.1 This Agreement.
6.2 Certificates of Insurance and Performance and Payment Bonds.
6.3 Montana Public Works Standard Specifications (MPWSS), Sixth Edition, and as further
amended by the City of Bozeman Modifications to MPWSS (by reference).
6.4 Notice to Proceed.
6.5 Plans and Specifications detailed in Article 1 of this Contract Agreement.
There are no Contract Documents other than those listed above in this Article 6.
The Contract Documents may only be altered, amended, or repealed by a modification (as
defined in the Montana Public Works Standard Specifications, Sixth Edition, General
Conditions).
Article 7. GENERAL REQUIREMENTS.
7.1 CONTRACTOR Use of Premises. The CONTRACTOR shall confine his operations at site
of the proposed work to within the right-of-way or construction easements provided.
It shall be understood that the responsibility for protection and safekeeping of equipment and
materials on or near the site will be entirely that of the CONTRACTOR and that no claim shall
be made against the OWNER by reason of any act of an employee or trespasser. It shall be
further understood that should any occasion arise necessitating access by the OWNER to the
sites occupied by these stored materials and equipment, the CONTRACTOR owning or
responsible for the stored materials or equipment shall immediately remove same. No materials
or equipment may be placed upon any private property until the property OWNER has agreed in
writing to the location contemplated by the CONTRACTOR to be used for storage.
7.2 Protection of Existing Structures. The CONTRACTOR shall be solely responsible for
locating all existing underground installations, including service connections, in advance of
excavating or trenching, by contacting the OWNERS thereof and prospecting. The
CONTRACTOR shall use his own information and shall not rely solely upon information
shown on the drawings concerning existing underground installations. The CONTRACTOR
shall repair all damage to existing utilities or property at his own expense. The CONTRACTOR
shall, at a minimum, call the "One-Call" utility locate system (Phone: 1-800-424-5555) at least
72 hours in advance of starting construction.
Where excavation will be required adjacent to existing structures, the CONTRACTOR shall be
solely responsible to maintain the structural integrity of the existing structures. The
CONTRACTOR shall take whatever means necessary to insure that the existing structure is not
55
damaged and if necessary shall install sheet piling. The CONTRACTOR shall repair all damage
to the existing structures at his own expense. Any fences destroyed during construction shall be
repaired to the satisfaction of the property owner. Any delay, additional work, or extra cost to
the CONTRACTOR caused by existing underground installations shall not constitute a claim
for extra work, additional payment or damages.
7.3 Protection of Existing Mailboxes, Curbs and Gutters and Driveways, etc. The
CONTRACTOR shall take whatever means necessary to insure that the existing mailboxes,
curbs and gutters and driveways, and other public or private improvements are not damaged
during construction. If it is necessary to remove or disturb mailboxes during construction, the
CONTRACTOR shall repair and restore the mailboxes at his own expense to the satisfaction of
the property owner . Any curb, gutter, or driveways damaged during construction, not noted to
be replaced on the drawings, shall be replaced by the CONTRACTOR at his own expense.
7.4 Surface Drainage: Water from such sources as surface runoff, dewatering and flushing of
water lines during project construction shall not be allowed to enter into drainage ways or open
areas that will cause flooding of existing structures, street intersections, or lawn areas.
7.5 Work Sequence: The CONTRACTOR shall schedule the work to minimize inconvenience
to the OWNER and to adjacent property owners and to minimize interruptions to utility service.
This shall include minimizing obstruction to local traffic especially on dead end streets. Work
shall be scheduled so as to minimize disruptions to local mail delivery. Close coordination will
be required between the CONTRACTOR, OWNER, and COUNTY. The utility service
companies such as power, gas, telephone, and video shall be contacted at least 72 hours in
advance of when locating of services will be required.
7.6 CONTRACTOR shall coordinate plant selection, installation and soil amendments with the
OWNER’S Landscape Designer and in accordance with the Bozeman City Hall Landscape
Planting Plan.
7.7 CONTRACTOR shall install and maintain proper barriers for the protection of all existing
trees on site.
Article 8. Warranty and Guarantee.
8.1 If, within two years after acceptance of the work by the OWNER, any of the work is found to
be defective or not in accordance with the Contract Documents, and upon written notice form the
OWNER, the CONTRACTOR shall correct any work beginning within seven (7) calendar days
of said written notice. Should the CONTRACTOR fail to respond to the written notice within the
designated time, the OWNER may correct the work at the expense of the CONTRACTOR.
8.2 CONTRACTOR warrants and guarantees to OWNER that all Work will be in accordance
with the Contract Documents and will not be defective. Prompt notice of all defects shall be
given to CONTRACTOR. All defective Work, whether or not in place, may be rejected,
corrected or accepted as provided in the Montana Public Works Standard Specification, Sixth
Edition (MPWSS).
56
8.3 CONTRACTOR is exempt from warranty should damage to the installed plant materials
occur due to vandalism, City employees or rodents within the two year warranty period after
acceptance of work by the OWNER.
Article 9. Traffic Control.
9.1 CONTRACTOR shall conduct his work so as to interfere as little as possible with public
travel, whether vehicular or pedestrian. Whenever it is necessary to cross, obstruct, or close
roads and walks, the CONTRACTOR shall obtain approval of such actions from the appropriate
road agency and shall provide and maintain suitable and safe lighted detours or other temporary
expedients for the accommodation of public and private travel in accordance with the current
edition of the Manual on Uniform Control Devices for Streets and Highways (MUTCD). The
CONTRACTOR shall not occupy the work site or initiate construction until all traffic control
provisions are in place and the OWNER has been so notified.
9.2 Safety Provisions. Safety provisions must be entirely adequate and meet with City, County,
State and Federal regulations to protect the public on these streets and roads.
9.3 Barricades and Lights. Prior to the start of construction across roads or walks, all
construction permits shall be obtained, utility companies notified, and traffic patterns, signing,
location of flagmen, barricades and other safety measures arranged. Providing and maintaining
safety barricades, and other work site safety measures shall be the responsibility of the
CONTRACTOR and shall be included in the contract price. The CONTRACTOR shall
cooperate and coordinate his methods with the OWNER'S traffic control plans prior to the
disruption of the normal flow of any traffic.
All open trenches and other excavations shall be provided with suitable barriers, signs, and
lights to the extent that adequate protection is provided to the public. Obstructions, such as
material piles and equipment, shall be provided with similar warning signs and lights.
All barricades and obstructions shall be illuminated by means of warning lights from sunset to
sunrise. Materials stored upon or alongside public streets and highways shall be provided with
similar warning signs and lights.
All barricades, signs, lights and other protective devices shall be installed and maintained in
conformity with applicable statutory requirements and, where within railroad and highway
right-of-way, as required by the authority having jurisdiction thereover.
Work performed within property under the OWNER'S jurisdiction shall have all barricades,
signs, lights and protective devices installed and maintained.
Article 10 STATE LAWS AND REGULATIONS.
10.1 All applicable laws, ordinances and the rules and regulations of all authorities having
jurisdiction over construction of the project shall apply to the contract throughout.
57
10.1.1 MONTANA CONTRACTOR REGISTRATION REQUIREMENTS No bids will be
considered that do not carry the Bidder's Certificate of the CONTRACTOR'S registration
number on the envelope containing the Bid and on the Bid. Information pertaining to the
Montana Contractors registration requirements may be obtained from the Montana State
Department of Revenue, Helena, Montana. (1-800-556-6694)
10.1.2 ADDITIONAL CONTRACTOR LICENSE FEE (MONTANA CONTRACTORS
GROSS RECEIPTS TAX) In accordance with Title 15, Chapter 50, MCA, the OWNER shall
withhold, in addition to other amounts withheld as provided by law or specified herein, 1
percent (1%) of all payments due the Contractor and shall transmit such moneys to the Montana
Department of Revenue.
10.1.3 The CONTRACTOR'S attention is called to the Industrial Accident Insurance laws in
force in Montana and to the responsibility of the OWNER for the collection of premiums
thereunder. The CONTRACTOR'S compliance with said laws is required and shall relieve the
OWNER of any responsibility for payment of premiums thereunder and shall furnish the
OWNER with satisfactory evidence showing that all premiums arising from this contract have
been paid before payment is made on the final estimate.
10.1.4 LOCAL LABOR Contractor shall give preference to the employment of Montana
residents in accordance with applicable portions of Title 18, Chapter 2, Part 4, MCA.
10.1.5 PREVAILING WAGE RATES On all projects and contracts with the Owner in excess
of $25,000.00, Contractor and all subcontractors shall pay for all labor employed the standard
prevailing rate of wages. The standard prevailing rate of wages as used herein means that
standard prevailing rate of wages in the locality where the work is to be performed as
determined by the Montana Commissioner of Labor pursuant to MCA 18-2-402 and as bound
herein. The Contractor and subcontractors are directed to the Montana Commissioner of Labor
for information on the standard prevailing rate of wages applicable to this contract within this
area.
Article 11. PERFORMANCE AND PAYMENT BONDS. The CONTRACTOR shall furnish a
Performance Bond and a Payment Bond in favor of the OWNER each in an amount equal to
one-hundred Percent (100%) of the Agreement amount.
Article 12. INSURANCE. Without limiting any of the other obligations or liabilities of the
CONTRACTOR, CONTRACTOR shall secure and maintain such insurance from an insurance
company (or companies) authorized to write insurance in the State of Montana, with minimum
"A.M. Best Rating" of B+, VI, as will protect himself, his subcontractors, the Owner and their
respective agents and employees from claims for bodily injury, death or property damage which
may arise from operations and completed operations under this Agreement. Such coverage
shall be written for claims arising out of all premises/ operations, sub-contracted operations,
products/completed operations, and all liability assumed by the CONTRACTOR under any
contract or agreement. CONTRACTOR shall not commence work under this Agreement until
such certified copies of the insurance policy shall have been filed with the OWNER. The City
58
of Bozeman shall be named as additional insured on any insurance certificates.
All insurance coverages shall remain in effect throughout the life of the Agreement.
Each insurance policy shall contain a clause providing that it will not be canceled by the
insurance company without 30 days written notice to the OWNER and Engineer of intention to
cancel. The minimum amounts of such insurance coverages being as per Section SC-5.04,
Supplementary Conditions to the General Conditions, Montana Public Works Standard
Specifications, Sixth Edition, and included herein:
SC – 5.04 CONTRACTOR’S LIABILITY INSURANCE
Add the following new paragraphs immediately after Paragraph 5.04.B:
C. The limits of liability for the insurance required by Paragraph 5.04 of the General Conditions
shall provide coverage for not less than the following amounts or greater
where required by Law or Regulations:
1. Workers’ Compensation, etc. under Paragraphs 5.04.1 and 5.04.2 of the General Conditions.
a. State: Statutory
b. Applicable Federal (e.g. Longshoremans): Statutory
c. Employer’s Liability: $500,000.00
2. Contractor’s Liability Insurance under Paragraphs 5.04.A.3 through 5.04. A.6 of the General
Conditions which shall also include completed operations and product liability coverage.
a. GENERAL AGGREGATE: $3,000,000.00
b. Products-Completed Operations Aggregate: $3,000,000.00
c. Personal and Advertising
d. Each Occurrence (Bodily Injury and Property Damage): $1,000,000.00
e. Coverage will include:
1. Premises - Operations
2. Operations of Independent Contractor
3. Contractual Liability
4. Personal Injury
5. Products and Completed Operations
6. Broad Form Property Damage will include explosion, collapse, blasting and
underground where applicable.
7. Per Project Aggregate Endorsement
3. Automobile Liability under Paragraph 5.04.A.6 of the General Conditions:
a. Bodily Injury:
Each Person: $500,000.00
Each Accident: $1,000,000.00
59
Property Damage:
Each Accident: $1,000,000.00
(or)
b. Combined Single Limit: $1,000,000.00
Coverage to Include
1. All Owned
2. Hired
3. Non-Owned
4. Contractor’s Liability Insurance under 5.04.A.3 through 5.04.A.6 may be satisfied by primary
insurance or a combination of primary and excess or umbrella insurance. Primary occurrence
limit cannot be less than $1,000,000.00. Deductible not to exceed $5,000.00 per occurrence on
property damage.
5. Add a new paragraph at the end of Paragraph 5.04.B. 1 of the General Conditions as follows:
The Contractor’s insurance coverage shall name the Owner, and Engineer and Engineer’s
Consultants as an additional insured under Commercial General Liability, Automobile Liability,
Excess or Umbrella policies.
6. The Contractual Liability coverage required by Paragraph 5.04.B.4. of the General
Conditions shall provide coverage for not less than the following amounts:
6.1 Each Occurrence $ 1,000,000.00
6.2 Aggregate $ 3,000,000.00
Article 13. MISCELLANEOUS.
13.1 Terms used in this Agreement which are defined in the General Conditions shall have the
meanings indicated in the General Conditions of the Montana Public Works Standard
Specifications, Sixth Edition.
13.2 This Agreement and all of the covenants hereof shall inure to the benefit of and be binding
upon the OWNER and the CONTRACTOR respectively and his partners, successors, assigns,
and legal representatives. Neither the OWNER nor the CONTRACTOR shall have the right to
assign, transfer or sublet his interest or obligations hereunder without written consent of the
other party. The Owner reserves the right to withdraw at any time from any subcontractor
whose work has proven unsatisfactory the right to be engaged in or employed upon any part of
the Work.
13.3 In the event it becomes necessary for either party to this Agreement to retain an attorney
to enforce any of the terms or conditions of this Agreement or to give any notice required
herein, then the prevailing party or the party given notice shall be entitled to reasonable
60
attorney's fees and costs, including fees, salary, and costs of in-house counsel.
13.4 Any amendment of modifications of this Agreement or any provisions herein shall be
made in writing and executed in the same manner as this original document and shall after
execution become a part of the Agreement.
13.5 CONTRACTOR hereby agrees to indemnify, defend, and hold the OWNER harmless from
all claims and liability due to the activities of CONTRACTOR, their agents, employees, or both,
in performing the work required.
CONTRACTOR is and shall perform this agreement as an independent contractor, and as such,
is responsible to the OWNER only as to the results to be obtained in the work herein specified,
and to the extent that the work shall be done in accordance with the terms, plans and
specifications. The CONTRACTOR shall have and maintain complete control over all of its
employees, subcontractors, agents and operations, being responsible for any required payroll
deductions and providing required benefits, such as, but not limited to, workman's
compensation and unemployment insurance.
13.6 CONTRACTOR agrees not to discriminate in the fulfillment of this Agreement on the
basis of race, color, religion, creed, sex, age, marital status, national origin, or actual or
perceived sexual orientation, gender identity or disability. The Contractor agrees this
requirement shall apply to the hiring and treatment of the Contractor’s employees and to all
subcontracts.
13.7 CITY OF BOZEMAN BUSINESS LICENSE All Contractors conducting work within
the City of Bozeman are required to have a current Business License. Applications for Business
Licenses may be obtained at City Hall, 121 N. Rouse Avenue, Bozeman, Montana.
Article 14. DISPOSAL, EROSION, WATER POLLUTION, AND SILTATION CONTROL
CONTRACTOR is responsible for proper disposal of all waste soils and materials unless
otherwise directed herein. Where waste materials are disposed on private property not owned by
the CONTRACTOR, evidence of property owner's written permission shall be obtained and
provided to the OWNER. CONTRACTOR shall comply with all local, state, and federal laws
and regulations pertaining to erosion control, fill in wet lands, and floodplains. The
CONTRACTOR shall dispose of all refuse and discarded material in an approved location.
CONTRACTOR shall exercise every reasonable precaution throughout the life of the project to
prevent pollution or siltation of rivers, streams or impoundments. Pollutants such as chemicals,
fuels, lubricants, bitumens, raw sewage, and other harmful wastes shall not be discharged into
or alongside of rivers, streams, impoundments or into natural or manmade channels leading
thereto. In addition, the CONTRACTOR shall conduct and schedule his operations to avoid
muddying or silting of rivers, streams or impoundments. The CONTRACTOR shall meet the
requirements of the applicable regulations of the Department of Fish, Wildlife and Parks,
Department of Environmental Quality, City of Bozeman and other local, State, or Federal
regulations relating to the prevention or abatement of water pollution and siltation.
61
CONTRACTORS specific attention is directed to the Montana Water Pollution Control Act and
the Montana Stream Preservation Act. The CONTRACTOR shall be responsible for obtaining
any required discharge permits associated with erosion control and groundwater dewatering
operations. CONTRACTOR'S responsibility shall include all cleanup, restoration, etc., of any
detention or discharge areas.
End of Contract Agreement Excluding Signatures
62
IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year
first above written.
Hydro Logistics Irrigation, LLC.
(Contractor)
By: _______________________________
Title: _____________________________
Montana Contractor Registration Number: ____________
SEAL AND ATTEST:
__________________________________
City of Bozeman
(Owner)
By: _______________________________
Title: City Manager
SEAL AND ATTEST:
By: _______________________________
Title: City Clerk
Owner
161337
63
64
65
66
67
City Hall Irrigation
City Hall IrrigationMike Gray, Director of Facilities Servicesemail: mgray@bozeman.net3.2.2017
1984
Proff
IRRIGATION LEGEND
Zone Valve
MP Rotator
Controller
Isolation Valve
Quick Connect
C
ZONE #
GPMVALVE SIZE ##
#
Lateral Line
Mainline and Wire
Drip Irrigation
Wire
IRRIGATION NOTES
2. Mainline piping and all lateral piping is 1” 100psi PE pipe or Sch40 PVC.
3. Wiring shall be 18ga. multi-strand.
1. The plan is diagrammatic for piping, wiring, and head locations. Adjust all piping and heads when
obvious obstructions or grade changes exist.
4. Sprinkler head spacing and location dictate type of MP Rotator nozzle.
5. All visible existing system components to be removed. All existing valve box locations to be filled in and compacted with topsoil. Sprinkler heads to be removed. Disturbed areas to be reseeded.
7. The Irrigation Controller shall be removed from its current location in the mechanical room and
installed on the outside of the building within a supplied cabinet at the designated location. In the
event that a new alternate controller is desired, contractor shall be notified by owner prior to
project for installation costs.
6. A new mainline and conduit are to be connected to the underside of the existing bridge by
the irrigation contractor. The pipe and conduit shall be fastened securely and placed out of
visible sight lines.
8. Existing wiring currently routed from the mechanical room to the indicated POC shall be utilized
to control valve # 10. It is the responsibility of the irrigation contractor to make all necessary
wire-splices to provide continuity from the controller to the valve.
9. The existing spray heads on zone # 10 shall be retrofitted with MP Rotator nozzles.
10. The only sleeving currently installed lies beneath the east parking lot entrance apron on Lamme St.
12. Irrigation Contractor shall adjust all sprinklers to provide proper radius and to minimize overspray
onto buildings, sidewalks, roads, etc.
13. Irrigation Contractor shall install an automatic rain shut-off sensor. Sensor should not be mounted
under treesor building eaves, in areas affected by sprinkler system, or areas prone to vandalism.
11. Electrical and manual valves to be installed in 12” standard valve boxes.
14. Owner is responsble for new backflow installation, mounting the control cabinet, and routing power to new controller location.
15. All information to be field verified by Irrigation Contractor prior to installation.
14. All plant materials in zones 10 and 11, shall be drip irrigated. Zone #12 is drip rings to existing trees.
1 2
3
4
51
8
31
7
D1
12
D1
10
31
3
151
4
151
5
101
2
91
1
31
3
61
6
31
9
D1
11
C
POC
68
1.6 BID Tab
Contractor______________________________________________
Contractor Signature______________________________________ Date__________________
Bid
Item Description Unit Est.
Quantity Unit Price Total Price
101 Taxes, Bonds, Insurance & Mobilization L.S. 1
102 Mobilization L.S. 1
103 Irrigation Installation L.S. 1
104 Unclassified Excavation to Subgrade L.S. 1
105 2' Concrete Edging & Concrete Pad SF 119
106 6" Concrete Edging LF 167
107 Paver Installation SF 910
108 Landscaping Improvements L.S. 1
109 Site Restoration L.S. 1
110 Erosion and Sediment Control Permit L.S. 1
111 Miscellaneous Work EA 1500 1.00$ $1,500.00
$
General
Irrigation
Hardscape
Landscaping
Other
TOTAL Bid Amount
$5800.00
$350.00
$6300.00
$2100.00
$1071.00
$3340.00
$11375.00
$6630.00
$1000.00
$500.00
$9.00
$20.00
$12.50
$39,966.00
Hydro Logistics Irrigation LLC
69
70
71