Loading...
Cascadian Landscapers ~ C150006 "s F.I City of Tigard June 19, 2018 Cascadian Landscapers, Inc. Attn: Arthur Meisner 21510 NW Farm Park Drive Hillsboro, OR 97124 REF.: Right of Way Maintenance and Improvements Period:July 1, 2018 through June 30, 2019 CONTRACT NOTICE OF AWARD — RENEWAL Contract# C150006 Dear Mr. Meisner The City of Tigard has determined that your company has performed in accordance with the requirements of our Agreement. Therefore, the City of Tigard, pursuant to the renewal/extension clause contained in the terms and conditions of the Agreement, desires to exercise its fourth (4) and final one-year extension to the Contract effective from July 1, 2018 through June 30, 2019. This renewal period shall be governed by the specifications, pricing, and the terms and conditions set forth per the above referenced Contract. Please acknowledge acceptance of this renewal by signing this document in the space provided below and returning it to me within ten (10) days. You may keep a copy for your records. The City looks forward to doing business with Cascadian Landscapers Inc. Sincerely, Jamie Greenberg Purchasing Assistant 503-718-2492 jamie@tigard-or.gov I/We hereby acknowledge acceptance of this Contract renewal, and agree to be bound by all requirements, terms, and conditions as set forth in the above refer ced ntract. Company: Cascadian Landscapers Inc Signed: Date: 6/19/2018 Printed: Arthur Meisner City of Tigard ■ CONTRACT CHANGE ORDER 13125 SW Hall Blvd * AMENDMENT .SUMMARY Tigard,Oregon 97223 Phone-(503)6394171 • FIELD CHANGE ORDER FORM Fax-(503)684-7297 Project Title:ROW Improvements and Maintenance Project Mana : Vance Walker Contractor.Cascadian Landscapers,Inc OrWn2l Contract#: C150006 Effective Dates: 7/24/2014—6/30/2017 Change Order/Amendment Amount:SNA Accounting S . 510-6700 Amendment Percentage Running Total•NA AMENDMENT DETAILS This amendment removes water quality facilities from the scope of work. This work was allocated to payroll staff in the FY 2016-17 ado ted budget. CHANGE ORDER DETAILS UNIT QTY UNIT$ TOTAL$ NA. This amendment only removes scope. xREASONING FOR CHANGE ORDER/AMENDL mqT MI Work was allocated to internal payroll staff in the FY 20106-17 budget. BUDGET IwACT AND REQUnn ACTIONS Water quahty facility portion was budget neutral decision package. The streets ROW maintenance was increased in the FY 2016-17 budget,which is why PW is choosing not to adjust the budget at this time. If resources are needed greater than contract amounts,PW will make the contract adjustments necessary in the future. QUESTING PROMANAGER APPROVD.IQ CITY$TAPE SL-nature 11 — $911ature ate Date Contractor is hereby authorized by the City of Tigard to perform CONTRACTOR the additional work described below in accordance with the terms and conditions detailed in the original contract along with all applicable rules,regulations,and laws that may be in effect for the S. work. The unit pricing in the original contract shall apply to all �atie additional work. A copy of this form, once completed,is to be forwarded to the Purchasing Office to ensure all changes to the encumbrances are met. Remember—the cumulative total of Amendments cannot exceed the ro'ect's FY budget. Date CITY OF TIGARD,OREGON AMENDMENT TO CONTRACT ROW IMPROVEMENT AND MAINTENANCE C150006 AMENDMENT a-"A The Agreement between the City of Tigard,a municipal corporation of the State of Oregon,hereinafter called City, and Cascadian Landscapers,Inc., hereinafter referred to as Contractor, entered into on the 28'day of July 2014,is hereby amended as follows: Page 28 and page 29, EXHIBIT A(CONTINUED) COST TEMPLATE FORM WATER QUALITY FACILITIES-ROW MAINTENANCE Cease work on all Water Quality Facilities no later than August 31",2016. IN WITNESS WHEREOF, City has caused this Amendment to be executed by its duly authorized undersigned officer and Contractor has executed this Amendment upon signature and date listed below. CITY OF TIGARD CAS ' �..ANDSCAPERS,INC. Signature Signature MAr4-ha, Arthur Meisner Printed Name Printed Name g•2q• '9 8/19/2016 Date Date z City of Tigard May 31, 2016 Cascadian Landscapers, Inc. Attn: Arthur Meisner 21510 NW Farm Park Drive Hillsboro, OR 97124 REF.: Right of Way Maintenance and Improvements Period:July 1,2016 through June 30,2017 CONTRACT NOTICE OF AWARD — RENEWAL Contract# C150006 Dear Mr. Meisner The City of Tigard has determined that your company has performed in accordance with the requirements of our Agreement. Therefore, the City of Tigard, pursuant to the renewal/extension clause contained in the terms and conditions of the Agreement, desires to exercise its third (3) one- year extension to the Contract effective from July 1, 2016 through June 30, 2017. This renewal period shall be governed by the specifications, pricing, and the terms and conditions set forth per the above referenced Contract. Please acknowledge acceptance of this renewal by signing this document in the space provided below and returning it to me within ten (10) days. You may keep a copy for your records. The City looks forward to doing business with Cascadian Landscapers Inc. Sincerely, Jamie Greenberg Purchasing Assistant 503-718-2492 jan-iie@tigard-or.gov I/We hereby acknowledge acceptance of this Contract rene a, and a to be bound by all requirements, terms, and conditions as set forth in the above eferenced Co tr c Company: Ga.�t.r4� Signe Date: 65/r Printed: T mal5kiE12 City of Tigard CONTRACT CHANGE ORDER/ 13125 SW Hall Blvd. AMENDMENT SUMMARY T�od,Oregon 97223 Ph - 6394171 • FIELD CHANGE ORDER FORM Fax-(503) 684-7297 Project Title: ROW Improvement and Maint. Project Manager:Vance Walker,B.Wheatley Contractor: Cascadian Landscape Original Contract#: C150006 Effective Dates: 7/23/2014, four 4 extensions Chane Order/Amendment Amount: $7,680 Accounting String: Amendment Percentage Running Total: 5% AMENDMENT DETAILS Adds Water Quality Facilities (WQF) to maintenance scope for years 2 through 5. Total add of approximately $30k this year and the remaining three (3) renewals. CHANGE ORDER DETAILS UNIT QTY UNIT$ TOTAL$ Monthly charge for WQF's $640/month,$7,680/yr, $30,720 $30,720 total over the remainder of the contract if all renewals are executed. REASONING FOR CHANGE ORDER/AMENDMENT Adds additional W F required to be maintained by the City of Tigard to the Cascadian scope. BUDGET IMPACT AND REQUIRED ACTIONS $7,680 is a minimal impact to the current budget year, and will be factored into subsequent budget years. c�..�-_— 'Signature ature'z Date Date Contractor is hereby authorized by the City of Tigard to perform CONTRACTOR the additional work described below in accordance with the terms and conditions detailed in the original contract along with all applicable rules,regulations,and laws that may be in effect for the work. The unit pricing in the original contract shall apply to all Signature additional work. A copy of this form, once completed,is to be forwarded to the Purchasing Office to ensure all changes to the encumbrances are met. Remember— the cumulative total of Amendments cannot exceed the ro'ect°s FY budget. Date CITY OF TIGARD,OREGON AMENDMENT TO CONTRACT RIGHT OF WAY IMPROVEMENT AND MAINTENANCE C150006 AMENDMENT #1 The Agreement between the City of Tigard, a municipal corporation of the State of Oregon, hereinafter called City, and Cascadian Landscapers, Inc, hereinafter referred to as Contractor, entered into on the 23rd day of July, 2014,is hereby amended as follows: Exhibit A Additional Water Quality Facility on SW Main St. Maintenance will be performed according to the attached schedule. Additional monthly fee will be $640.00 with a yearly total of$7,680.00 IN WITNESS WHEREOF, City has caused this Amend4onsi by its duly authorized undersigned officer and Contractor has executed this Amendnd date listed below. CITY OF TIGARD CAR,INC Signature Signature I Printed Name Printed Name I '21. 2016 L4 b Date Date i '0000^ 00 CASCADIAN LANDSCAPERS, INC. (503) 647-9933 21510 NW Farm Park Drive, Hillsboro, OR 97124 Fax No. 647-9922 Brian Wheatley December 16 2015 Environmental Program Coordinator City Of Tigard 131.25 SW Hall Blvd Tigard OR 97223 PROPOSAL MAIN ST WQF MAINTENANCE Based on a site visit and discussions,we have developed the following cost estimate for maintaining the water Quality Facilities on Main St South of SW Burnham St. WQF Maintenance: • Maintenance performed according to the attached City of Tigard Schedule Monthly : $640.00* i Year Maintenance: $7,680.00* *Excludes Bonds&Taxes. Bid valid for 6o-days. If accepted,this clarification shall become part of the contract as an "Attachment". This proposal is conditioned upon the parties executing a subcontract having terms and conditions satisfactory to Cascadian Landscapers Inc. in its sole discretion. Please note escalation costs may be applied on contracts signed afterthe 6o-day acceptance period. Thank you, Arthur Meisner Cascadian Landscapers, Inc. LCB #5185/CCB #51443 artCa)cascadianlandscapers.com \ } � _ x � � ; � @ m � - \ § \ q $ m 7 w ƒ ƒ w § � n � � • � / ƒ ƒ » < m ^ / ® ƒ ƒ w ƒ I ƒ \ w / I / IQ ~ / IQ, N, / / / IQ IQ \ \ / 17P b ' m July 7, 2015 City of Tigard Cascadian Landscapers, Inc. Attn: Arthur Meisner 21510 NW Farm Park Drive Hillsboro, OR 97124 REF.: City of Tigard Right of Way Maintenance and Improvements Period:July 1, 2015 through June 30, 2016 CONTRACT NOTICE OF AWARD — RENEWAL Contract #C150006 Dear Mr. Meisner, The City of Tigard has determined that your company has performed in accordance with the requirements of our Agreement. Therefore, the City of Tigard, pursuant to the renewal/extension clause contained in the terms and conditions of the Agreement, desires to exercise its second (2nd) one-year extension to the Contract effective from July 1, 2015 through June 30, 2016. This renewal period shall be governed by the specifications, pricing, and the terms and conditions set forth per the above referenced Contract. Please acknowledge acceptance of this renewal by signing this document in the space provided below and returning it to me within ten (10) days. You may keep a copy for your records. The City looks forward to doing business with Cascadian Landscapers, Inc. Sincerely, Aaron Rivera Business Manager, Public Works 503-684-2772 acronr&dgaard or.gov I/We hereby acknowledge acceptance of this Contract renewal, and agree to be bound by all requirements, terms, and conditions as set forth in the above referenced Contract. Company: Cascadian Landscapers, Inc Signed: s=� Date: July 7th, 2015 Printed: Art Meisner 13125 SW Hall Blvd. • Tigard, Oregon 97223 • 503.639.4171 TTY Relay: 503.684.2772 0 www.tigard-or.gov z City of Tigard- Contract Summary Form (Form must accompany every contract) Contract Title: ROW Improvement and Maintenance Number: C150006 first year Contractor. Cascadian Landscape Contract Total: $104,498 Summary Overview: The City of Tigard requires the service of contractor to perform landscape maintenance and improvements in the City's right of ways on collector and arterial streets. Initial Risk Level: ❑ Extreme ❑ High ✓ Moderate ❑ Low Risk Reduction Steps: Risk Comments: Risk Approval: Contract Mgt: Vance Walker Ext: 2606 Dept: Streets Type: ❑ Purchase Agreement ❑ Personal Service ✓General Service ❑ Public Improvement ❑ IGA ❑ Other: Start: 1a3/jj.0j!d End: ��30 L 1 Firm Amount/Score Quotes/Bids/Proposals: Cascadian Landscape Only one bid received Account String Fund-Division-Account Work Order-Activity Type Amount Year 1.dww*" 200.6200.54001 95032-200 $ 87,266.00 Year 1 510.6700.54001 $ 17,232.00 Year 2 thru 5 200.6200.54001 95032-200 $100,000.00 Year 2 thru 5 510.6700.54001 $20,000.00 Approvals LCRB Date 7/22/2014 Department Comments: Department Signature: Contracting Comments: Contracting Signature: City Manager Co ents: City Manager Signature: L C 15�6d� City of Tigard FINANCE AND INFORMATION SERVICES Request for Proposal (RFP) RIGHT-OF-WAY (ROW) IMPROVEMENTS AND MAINTENANCE Proposals Due: Thursday,June 19,2014-2:00 pm Submit Proposals To: City of Tigard—Contracts&Purchasing Office Attn: Joe Barrett,Sr. Management Analyst 13125 SW Hall Blvd. Tigard, Oregon 97223 Direct Questions To: Joe Barrett,Sr. Management Analyst Phone: (503) 718-2744 Email: josePh antigard-or.gov PUBLIC NOTICE REQUEST FOR PROPOSAL RIGHT-OF-WAY IMPROVEMENTS AND MAINTENANCE The City of Tigard is seeking sealed proposals from qualified firms to provide improvement and maintenance services for a number of the city's right-of-way locations. Proposals will be received until 2:00 pm local time,Thursday,June 19,2014, at Tigard City Hall's Utility Billing Counter at 13125 SW Hall BIN-d., Tigard,Oregon 97223. No proposal will be considered unless fully completed in a manner provided in the RFP packet. Facsimile and electronic (email) proposals will not be accepted nor will any proposal be accepted after the stated due date and time. Any proposal received after the closing time will be returned to the submitting firm unopened after a contract has been awarded for the required services. RFP packets may be downloaded from htW://www.tigmd-or.,gov or obtained in person at Tigard City Hall's Utility=Billing Counter located at 13125 SW Hall Blvd.,Tigard,Oregon 97223. Proposers are required to certify non-discrimination in employment practices,and identify resident status as defined in ORS 279A.120. Pre-qualification of proposers is not required. All proposers are required to comply with the provisions of Oregon Revised Statutes and Local Contract Review Board (LCRB) Policy. The City- may reject any proposal not in compliance with all prescribed public bidding procedures and requirements, and may reject for good cause any or all proposals upon a finding of the City if it is in the public interest to do so. PUBLISHED: Daily Journal of Commerce DATE: Friday,June 6,2014 2014 RFP—Right-of-Way Improvements and Maintenance 2 1 1' TABLE OF CONTENTS TITIZ A TideP ---------•---------•--------------------------------1 PublicNotice.........................................................----•--------....---.....-----..............2 Table of Contents............. -- ------ -•--------------------..................•---3 SECTIONS 4 Section 1 Introduction.................................................................................. ....................4 Section 2 Proposees Special Instructions ..7 Section3 Backgroun4------------------------------------------------------------------------------------------------------- 10 Section 4 Scope and Schedule of Work Section 5 Proposal Content and Format-----------------------------------------------•----------------------- Section 6 Proposal Evaluation Procedures Section 7 Proposal Certificatiork.......................................... ...-----•------......-----------•------.14 -- Section 8 Signature Page .. ....................................._ .........----.._....................................----15 ATTACHMENTS Attachment A Acknowledgement of Addendum..........--.............--....................................----1 Attachment B Statement of Proposal ........___..............._..................... 17 Attachment C City of Tigard General Services Agreement............ ......................................18 EXHIBITS Exhibit A Cost Template Form Exhibit B Annual Maintenance Calendars Exhibit C City of Tigard Right of Way Landscape Improvement Standards and Types 2014 RFP—Right-of-Way Improvements and Maintenance 3 1 Page a f SECTION 1 INTRODUCTION The City of Tigard is seeking sealed proposals from qualified firms to provide improvement and maintenance services for a number of the city's right-of-way locations. Proposals will be received until 2:00 pm local time, Thursday,June 19, 2014, at Tigard City Hall's Utility Billing Counter at 13125 SW Hall Blvd., Tigard, Oregon 97223. No proposal will be considered unless fully completed in a manner provided in the RFP packet. Facsimile and electronic(email) proposals will not be accepted nor will any,proposal be accepted after the stated due date and time. Any proposal received after the closing time will be returned to the submitting firm unopened after a contract has been awarded for the required services. Proposers are required to certify non-discrimination in employment practices, and identify-resident status as defined in ORS 279A.120. Pre-qualification of proposers is not required. All proposers are required to comply with the provisions of Oregon Revised Statutes and Local Contract Review Board (LCRB) Policy. The City may reject any proposal not in compliance with all prescribed public bidding procedures and requirements, and may reject for good cause any or all proposals upon a finding of the City if it is in the public interest to do so. SECTION 2 PROPOSER'S SPECIAL INSTRUCTIONS A. PROPOSED TIMELINES Friday.Tune 6. 2014 Advertisement and Release of Proposals Thursday, June 19. 2014—2:00 pm Deadline for Submission of Proposals Tuesday,July=22,2014 Award of Contract by LCRB Monday,July 28,2014 Commencement of Services NOTE: The City reserves the right to modify this schedule at the City's discretion B. GENERAL By submitting a proposal, the Proposer certifies that the Proposal has been arrived at independently and has been submitted without any collusion designed to limit competition. C. PROPOSAL SUBMITTAL The Proposal and all amendments must be signed and submitted no later than 2:00 pm, Thursday, June 19, 2014, to the address below. Each proposal must be submitted in a sealed envelope and designated with proposal title. To assure that your proposal receives priority, treatment, please mark as follows. RFP—Right-of-Way Improvements and Maintenance City of Tigard—Utility Billing Counter Attn: Joe Barrett,Sr. Management Analyst 13125 SW Hall Blvd. Tigard, Oregon 97223 Proposer shall put their name and address on the outside of the envelope. It is the Proposer's responsibility to ensure that proposals are received prior to the stated closing time. The City shall not be responsible for the proper identification and handling of any,proposals submitted incorrectly. Late proposals, late modification or late withdrawals shall not be considered accepted after the stated bid 2014 RFP—Right-of-Way Improvements and Maintenance 4 1 P a g e opening date and time and shall be returned unopened. Facsimile and electronic (email) proposals will not be accepted. D. PROTEST OF SCOPE OF WORK OR TERMS A Proposer who believes any details in the scope of work or terms detailed in the proposal packet and sample contract are unnecessarily restrictive or limit competition may submit a protest in writing, to the Purchasing Office. A protest may be submitted via facsimile. Any such protest shall include the reasons for the protest and shall detail any proposed changes to the scope of work or terms. The Purchasing Office shall respond to any protest and, if necessary, shall issue any, appropriate revisions,substitutions,or clarification via addenda to all interested Proposers. To be considered, protests must be received at least five (5) days before the proposal closing date. The Cita-shall not consider any protest against award due to the content of proposal scope of work or contract terms submitted after the established protest deadline. All protests should be directed to the attention of Joe Barrett,Sr. Management Analyst,and be marked as follows: RFP Specification/Term Protest City of Tigard—Contracts and Purchasing Office Attn: Joe Barrett,Sr. Management Analyst 13125 SW Hall Blvd. Tigard, Oregon 97223 If a protest is received in accordance-,with section above, the proposal opening date may be extended if necessary to allow consideration of the protest and issuance of any necessary addenda to the proposal documents. E. PROPOSAL SUBMISSION AND SIGNING All requested forms and attachments (Signature Page, Acknowledgment Addendum, Statement of Proposal, etc.) must be submitted urith the Proposal and in the required format. The submission and signing of a proposal shall indicate the intention of the Finn to adhere to the provisions described in this RFP. F. COST OF PREPARING A PROPOSAL The RFP does not commit the City to paying any costs incurred by Proposer in the submission or presentation of a proposal,or in making the necessary studies for the preparation thereof. G. INTERPRETATIONS AND ADDENDA All questions regarding this project proposal shall be directed to Joe Barrett, Sr. Nlanagetment Analyst If necessary,interpretations or clarifications in response to such questions will be made by issuance of an "Addendum" to all prospective Proposers within a reasonable time prior to proposal closing, but in no case less than 72 hours before the proposal closing. If an addendum is necessary after that time, the City,at its discretion,can extend the closing date. Any Addendum issued,as a result of any change in the RFP, must be acknowledged by submitting the "Acknowledgment of Addendum"with proposal. Only questions answered by formal written addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. H. BUSINESS LICENSE/FEDERAL TAX ID REQUIRED The City of Tigard Business License is required. Chapter 5.4 of the Tigard Municipal Code states any business doing business in the City, of Tigard shall pay a City of Tigard Business License. 2014 RFP—Right-of-Way Improvements and Maintenance 5 1 Page. r � Successful Contract will be required to present a copy of their City, of Tigard Business License at the time of contract execution. Successful Contractor shall also complete a W-9 form for the City at the tune of contract execution. I. CITY'S PROJECT MANAGER The City's Project Manager for this work will be Vance Walker, Streets Supervisor, who can be reached by phone at (503) 718-2606 or by email at vanceQtiggrrd-otgov. J. PROPOSAL VALIDITY PERIOD Each proposal shall be irrevocable for a period of sixty (60) days from the Proposal Opening Date. K. FORM OF CONTRACT A cope of the City's standard general services agreement,which the City expects the successful fine or individual to execute,is included as "Attachment C". The contract will incorporate the tenns and conditions from this RFP document and the successful proposer's response documents. Finns taking exception to any of the contract terms shall submit a protest or request for change .in accordance with Section 2.D "Protest of Scope of Work or Terns" or their exceptions will be deemed immaterial and waived. L._ TERM OF CONTRACT The term of the contract shall begin on July 1, 2014 and shall end on June 30, 2015. The City and Contractor may agree to up to four (4) mutual one (1) year options. The total term of die contract cannot exceed five (5) years. M. TERMINATION The contract may be terminated by mutual consent of both parties or by the City at its discretion ulid7 a 30 days' written notice. If the agreement is so terminated, Contractor shall be paid in accordance with the terms of die agreement. N. INTERGOVERNMENTAL COOPERATIVE PURCHASING The bidder submitting diis proposal agrees to extend identical prices and services under the same terms and conditions to all public agencies in die region. Quantities stated in this solicitation reflect d-ie Cite of Tigard usage only. Each participating agency shall execute its own contract with the lowest responsible/responsive bidder for its requirements. Any bidder(s), by written notification included with dheir bid, may decline to extend the prices and terms of this solicitation to any and/or all other public agencies. O. NON-COLLUSION Proposer certifies that this proposal had been arrived at independently and has been submitted without collusion designed to limit independent bidding or competition. P. PUBLIC RECORD All bid material submitted by bidder shall become the property of the City and is public record unless otherwise specified. A bid that contains any information that is considered trade secret under ORS 1.92.501(2) should be segregated and clearly identified as such. This information-will be kept confidential and shall not be disclosed except in accordance with the Oregon Public Records Law, ORS 192. The above restrictions may not include cost or price information,which must be open to the public. 2014 RFP—Right-of-Way Improvements and Maintenance 6 1 Page r SECTION 3 BACKGROUND The City of Tigard was incorporated in 1961 and today is a clean,livable, and affordable community. Tigard is located in southeast Washington County, 15 minutes from downtown Portland. Tigard's population estimate for 2010 is 47,700 residents. As a community, Tigard strives to blend the amenities of a modern city with the friendliness and community spirit of a small town. SECTION 4 SCOPE AND SCHEDULE OF WORK A. INTRODUCTION The City of Tigard requires the services of a landscape contractor to perform landscape maintenance and improvements in City Right of Ways on collector and arterial streets as identified by City staff. B. RIGHT-OF-WAY MAINTENANCE SCOPE OF SERVICES The major required tasks in the performance of on-going ROW maintenance shall include: 1. General Conditions a. All tools, equipment, and materials necessary to perform the specified work for the City shall be provided by the Contractor. City shall be responsible for all costs associated to water. b. Contractor shall pro,6de trained, qualified staff and shall be responsible for the appearance and conduct of all employees while performing work within City ROW areas. c. Contractor shall make monthly inspection of ROW segments in the current scope of work. If any issues are found Contractor shall discuss the issues with City's Street Supervisor. Contractor shall provide comprehensive written inspection reports to the City at a minimum of four times throughout the year. d. Upon contract execution, Contractor shall provide City with an emergency contact phone number. This number shall provide the City with access to Contractor 24-hours a day, seven days a week in the case of emergency situations. Contractor's maximum response time to any non- emergency communications shall be 24 hours. Response time for an emergency communication shall be one (1) hour. e. Contractor shall remove all landscape debris and litter from the sites and ensure that such debris is disposed of in an appropriate and legal manner unless prior arrangements are made. f. All pesticide applications shall be made by a licensed applicator or supervised trainee. All applications will be recorded and reported to the state as required. Applications of pesticides,fertilizers,or other amendment will be reported to the Street Supervisor. 2. Turf Management a. Fine Lawn Mowing 1) For all turf areas, Contractor will inspect the grounds and pick up litter and debris prior to each mowing and ensure proper disposal. 2) All turf is to be mowed in accordance with the ROW Landscape Annual Maintenance Calendar(LNUL C) (Exhibit A). 3) Mowing height for all irrigated lawn areas will be no less than 11/2" and no more than 2" for a finished cut height Turf will be cut at a uniform height with reel and/or rotary mowers in open areas and rotary mowers in closed areas. Mowing equipment is to be kept sufficiently sharp and properly adjusted through daily servicing to provide a cleanly, cut grass blade. Grass blade bruising, tearing, and shredding are to be prevented. Mowing pattern will be varied where possible to reduce rutting and compaction of grade. 2014 RFP—Right-of-Way Improvements and Maintenance 7 1 Page Any excess clippings will be dispersed and/or collected to prevent damage and unsightly appearance of lawns. 4) At no time will employees operating mowers, or other equipment damage landscape trees or shrubs. b. Edgin All sidewalks, curb lines, concrete slabs, tree circles, and bed edges shall be mechanically edged as needed to maintain a neat, clean appearance approximately every second week during the mowing season. c. String Trimming Trimming shall be performed around all road signs,guard posts, trees, shrubs, utility poles, valve boxes, and other obstacles. The grass will be trimmed to no less than the desired height of cut determined by the mowing operation. Trimming uvill be completed with each mowing. d. Sweep/Blow Walks At the conclusion of each visit, walks adjacent to work areas shall be swept or blown off to provide a clean, safe walkway. C. PLANTER STRIP MAINTENANCE 1. Landscaped areas shall be policed for weeds, litter, and debris in accordance with the LILAC. Particular attention will be paid to entryways, focal points,and high traffic areas. 2. Planter beds shall be groomed an average of four times per year and more frequently in high traffic areas to remove debris and promote an attractive, fresh appearance. 3. Pruning shall be done to enhance natural growth. The Contractor shall remove dead, damaged, and diseased portions of the plant. All cuts shall be flush and clean., leaving no stubs or tearing of bark Major pruning shall be done following flowering or during plant's dormant season. Emergency or minor pruning shall be performed when needed. a. Pruning shall be performed by Contractor staff that have been trained and demonstrate competency in proper pruning techniques. b. Shearing of plants shall occur only where previous practice has been to shear, or as directed by the Street Supervisor. c. Contractor shall provide remedial attention and repair to shrubs and trees as appropriate to season or in response to incidental damage. d. Contractor shall prune shrubbery in order to maintain proper size in relationship to adjacent plantings and intended function. Examples of specific practices include: pruning photinia and pyracantha twice per year, pruning spring-blooming shrubs in June, pruning deciduous shrubs in the winter,etc. e. Contractor shall prune trees as required to remove weak branching patterns and corrective pruning for proper development. Contractor shall further safely remove lower limbs when obstructing vehicular or pedestrian clearances. Remove lower branches of conifer trees when in conflict with growth of plantings beneath. f. Contractor shall prune groundcover as required to contain perimeter growth to within bed areas where adjacent to walks, curbs, and structures. Established groundcover shall be trimmed 4 to 6 inches off hard surfaces with a beveled or rolled edge. Mature groundcover shall be maintained at a consistent,level height to provide a smooth and even appearance. 4. Removal of leaves from lawns, planter beds, and walkways shall be completed in accordance with the LMAC. 2014 RFP—Right-of-Wail Improvements and Maintenance 8 1 Page t } w � 5. Contractor shall monitor trees that are staked or guyed and loosen and/or remove supports when appropriate to prevent girdling of the trunk and encourage root development for support. D. ENVIRONMENTAL WEED AND PEST CONTROL PROGRAM 1. Moles, field mice, gophers, and other rodent activity shall be monitored by Contractor. Notification of problems and recommendations for timely, appropriate control measures are to be made to the Street Supervisor. 2. All applications of herbicides or pesticides shall be performed by an Oregon or Washington State licensed commercial applicator. All safety precautions will be taken in the handling and application of chemicals as stated on manufacturer's labels and in the Ore, on Weed and Pest Control handbooks. 3. Contractor shall provide surveillance of all turf and shrub bed areas for weeds, and will take timely measures to safely treat the same with appropriate chemical. 4. Post-emergent herbicide spraying of all mowed lawn areas shall be conducted by Contractor in the spring and fall with applicable materials. Applications with follow-up applications, as required, shall attain a kill of 98%of broadleaf weeds. 5. All planter beds, tree circles,and sidewalk cracks adjacent to landscaped areas shall be sprayed by Contractor up to twice per month from March through October to control unwanted grasses and broad leaf weeds. Chemical practices will not be a substitute for hand weeding where the latter is required for complete removal. All planter beds may, receive two applications of pre- emergent herbicide per year. Specified products are to be rotated in an effort to prevent soil contaminating levels. G. Contractor shall conduct inspections for insect and disease infestations on a monthly, basis. Appropriate and timely control measures shall be recommended. 7. Prior to their use, Contractor shall provide the City with,in accordance with OSHA regulations, Material Safety Data Sheets (MSDS) for all chemicals that may be used at City locations. 8. Contractor shall be in compliance vcith requirements for hazardous communications programs at all times. Contractor must handle all hazardous chemical in accordance with all EPA, OSHA, DEQ, and ODOT regulations. Contractor shall further be responsible for providing and posting any and all appropriate signage related to the various chemicals that may be used in response to the work under the contract. E. IRRIGATION Any damage caused by Contractor will be repaired by Contractor at no charge. Simple head and lateral line repairs may be made without prior notice in order to ensure rapid repair. Major repairs to mainlines,valves,and time clocks will require pre-approval from the Street Supervisor. F. FERTILIZATION 1. Turf a. Fertilizers shall be applied by Contractor in order to maintain proper nutrient levels and provide a consistent,healthy appearance throughout the year. Water conservation measures may require a "brown appearance", and less fertilizer applications during the summer. 2014 RFP—Right-of-Way Improvements and Maintenance 9 1 1?a ;C Applications of fertilizer will be applied in accordance with the U.L1C or as directed by the Street Supervisor. Contractor will be responsible for cleaning walkways and entliways after application. Care shall be taken to keep fertilizer and other chemicals out of the parking lot catch basins and from areas that may runoff into streams. b. Soil pH shall be monitored periodically and corrective measures will be proposed to the Street Supervisor if needed. e. Deficiencies of sulfur, magnesium, and other micronutrients shall be corrected as needed. Timing of these applications may vary according to need and should be done as part of the fertilization process. 2. Planter Strips Fertilizing of all trees (3" caliper and less)and shrubs shall be completed a minimum of twice per year. All fertilization is to be uniformly applied at the drip line of the plant. Groundcover will be fertilized three times per year with materials broadcast. All fertilizers will be slow-release and balanced. G. SPECIAL PROVISIONS FOR WATER QUALITY FACILITIES The vendor's work will include routine maintenance of public water quality facilities located within public ROW. Those facilities must be maintained in accordance with the following special provisions: 1. No use of fertilizers. 2. No use of chemical weed control,weeds must be hand pulled and removed from site. 3. Prune trees and shrubs in the fall,or as needed for proper health and development of species. 4. Cut grasses back to 12" high in late fall/early winter (December thi-u February), remove all clippings. 5. Pick up trash on every site visit. See annual calendar for frequency. 6. Total monthly labor hours the crew spent at each facility must be recorded and submitted to the city by the 7th business day of the following month. The labor hours for each individual worker do not need to be reported; only the total crew hours need to be reported. H. EXTRA WORK BILLING All extra work will be requested in quote and approved by the Street Supervisor. SECTION 5 PROPOSAL CONTENT AND FORMAT A. FORMAT To provide a degree of consistency in review of the written proposals, firms are requested to prepare their proposals in the standard format specified below. 1. Title Page Proposer should identify the RFP Title, name and title of contact person, address, telephone number, fax number, email address and date of submission. 2. Transmittal Letter The transmittal letter should be not more than two (2) pages long and should include as a minimum the following: a. A brief statement of the Proposer's understanding of the project and services to be performed; 2014 RFP—Right-of-Way Improvements and Maintenance 10 1 Page S � b. A positive commitment to perforin the services within the time period specified, starting and completing the project within the deadlines stated .in this RFP; and the names of persons authorized to represent the Proposer, their title, address and telephone number (if different from the individual who signs the transmittal letter.) 3. Table of Contents The table of contents should include a clear and complete identification by section and page number of the materials submitted. 4. Firm Qualifications and Experience a. Background of the firm. This should include a brief history of the firm and types of services the firm is qualified to perform. b. Provide a description of the company's experience in performing similar services and examples of project perfonned with a focus on right of way work. Additional information provided should include a brief history of the company and the overall types of services the company is qualified to perform. 5. Approach Proposers should provide the City with. information regarding their understanding of the City's needs with regards to the Scope and Schedule of Work. As part of their service understanding documentation, Proposer's should address their availability to meet the City's key dates and overall timeline. 6. Cost Structure Proposer must submit their pricing detail on Exhibit A — "Right-of-Way Improvement and Maintenance - Cost Template Form." The City will not look at pricing submitted in any other format. Failure to include pricing response on Exhibit A shall be deemed a non-responsive proposal. B. ADDITIONAL SERVICES Provide a brief description of any other services that your firnz could provide the City and an approximation of the hourly charge for each service of this type. Such services would be contracted for on an "as needed"basis, to be provided and billed for separately. C. ADDITIONAL INFORMATION Please provide any other information you feel would help the Selection Committee evaluate your firm for this project. D. REFERENCES Contractor must demonstrate successful past performance of the firm's ability to provide services as set forth in this specification. Contractors must detail three (3) references to document experience. References must be detailed in Attachment B "Statement of Proposal" E. DISPUTES Should any doubt or difference of opinion arise between the City and a Proposer as to the items to be furnished hereunder or the interpretation of the provisions of this RFP, the decision of the City shall be final and binding upon all parties. 2014 RFP—Right-of-Way Improvements and Maintenance 11 1 Page F. CITY PERSONNEL No Officer,agent,consultant or employee of the Cite shall be permitted any interest in they contract. SECTION 6 PROPOSAL EVALUATION PROCEDURES A. SELECTION AND EVALUATION PROCESS A Selection Committee assembled by the City will review the written proposals. Proposals will be evaluated to determine which ones best meet the needs of the City. lifter meeting the mandatory requirements, the proposals will be evaluated on both their technical and fee aspects. The Selection Committee will select the Proposer which best meets the City's needs based upon its evaluation of a firms proposal. Proposals will be evaluated in accordance with the following: L Completed Proposal submitted on time Pass Fail 2. An original plus three (3) copies of the complete proposal Pass Fail 3. Transmittal letter Pass Fail 4. Firm and team qualifications 40 points 5. Project understanding and approach 20 points 6. Cost structure 40 points EVALUATION TOTAL 100 POINTS B. INVESTIGATION OF REFERENCES The City reserves the right to investigate references and the past performance of any Proposer with respect to its successful performance of similar projects, compliance with specifications and contractual obligations,its completion or delivery of a project on schedule and its lawful payment of employees and workers. C. CLARIFICATION OF PROPOSALS The City reserves the right to obtain clarification of any point in regards to a proposal or to obtain additional information necessary to properly evaluate or particular proposal. Failure of a Proposer to respond to such a request for additional information or clarification could result in rejection of their proposal. D. RESERVATION IN EVALUATION The Selection Committee reserves the right to either. (a) request "Best and Final Offers" from the two finalist ferns and award to the lowest priced or (b) to reassess the proposals and award to the vendor determined to best meet the overall needs of the City. E. INTENT OF AWARD Upon review of the proposals submitted, the City may negotiate a scope of work and a general services agreement with one firm,or may select one or more fines for fiirther consideration. F. PROTEST OF AWARD In accordance with Tigard Public Contracting Rule 30.135, any adversely affected Proposer has seven (7) calendar days from the date of the written notice of award to file a written protest. G. PROPOSAL REJECTION The City reserves the right to: 2014 RFP—Right-of-Way Improvements and Maintenance 12 1 Page a � v 1. Reject any or all proposals not in compliance with all public procedures and requirements; 2. Reject any proposal not meeting the specifications set forth herein; 3. Waive any or all irregularities in proposals submitted; 4. In the event two or more proposals shall be for the same amount for the same work, the City shall follow the provisions of LCRB 30.095 and Section 137-095 of the Oregon Attorney General's Model Public Contract Manual; 5. Reject all proposals; 6. Award any or all parts of any proposal;and 7. Request references and other data to determine responsiveness. 2014 RFP—Right-of-Way Improvements and Maintenance 1.j' I Page 5 4 SECTION 7 PROPOSAL CERTIFICATIONS Non-discrimination Clause The Contractor agrees not to discriminate against any client, employee or applicant for employment or for services,because of race, color, religion, sex,national origin, handicap or age with regard to, but not limited to, the following: employment upgrading, demotion or transfer; recruitment or recruitment advertising; layoffs or termination; rates of pay or other forms of compensation; selection for training; rendition of services. It is further understood that any contractor who is in violation of this clause shall be barred from receiving awards of any purchase order from the City, unless a satisfactory showing is made that discriminatory practices have terminated and that a recurrence of such acts is unlikely. Agreed by: Firm Name: 5 Address: 0Z f 5-10 Resident Certificate Please Check One: IYI Resident Vendor: Vendor has paid unemployment taxes and income taxes in this state during the last twelve calendar months immediately rec ding the submission of this proposal. Or ❑ Non-resident Vend r:Vendor oes o qualify under requirement stated above.) (Please specify your tate of resi enc Officer's signature: Type or print officer's name: 2014 RFP—Right-of-Way Improvements and Maintenance 14 ( Page SECTION 8 SIGNATURE PAGE The undersigned proposes to perform all work as listed in the Specification section, for the price(s) stated; and that all articles supplied under any resultant contract will conform to the specifications herein, The undersigned agrees to be bound by all applicable laws and regulations, the accompanying specifications and by City policies and regulations. The undersigned,by submitting a proposal,represents that: A) The Proposer has read and understands the specifications. B) Failure to comply with the specifications or any terms of the Request for Proposal may disqualify the Proposer as being non-responsive. The undersigned certifies that the proposal has been arrived at independently and has been submitted without any collusion designed to limit competition. The undersigned certifies that all addenda to the specifications has been received and duly considered and that all costs associated with all addenda have been included in this proposal: Addenda: No.#- through No. inclusive. We therefore offer and make this proposal to furnish services at the price(s) indicated herein in fulfillment of the attached requirements and specifications of the City. Name of firm: / lFSr l T_A-AI e-1- TA-1r ' Address: Z15-10 Telephone Number: Fax:N:umb:er: , 7 'q'f 9 2,2- By: Date: (Signature of Authorized Official. If partnership,signature of one partner.) Typed Name/Title: VICE If corporation,attest: R6 Lly_� )C� (Corporate Officer) corporation ❑ Partnership ❑ Individual Federal Tax Identification Number(TIN): 2014 RFP-Right-of-Wap Improvements and Maintenance 15 Page ATTACHMENT A CITY OF TIGARD, OREGON ACKNOWLEDGMENT OF ADDENDA Project Title: Right-of-Way Improvements and Maintenance Close: Thursday,June 19 2014- 2:00 p m I/WE HAVE RECEIVED THE FOLLOWING ADDENDA (If none received write `None Received'): 1. &A16 ELL 3. 2 4. 1 Da Signature o Proposer SCFC Tide *&EAR �15 $ - orporate Name 2014 RFP—Right-of-Way Improvements and Maintenance 16 Page y ATTACHMENT B CITY OF TIGARD, OREGON STATEMENT OF PROPOSAL Name of Consultant: `S • Mailing Address: Zq Contact Person: Telephone: Fax: Emai1Q � SAnG�IAlI •"'" t accept allthe t s conditions contained in the City of Tigard's Request for Proposal for Right-of-Way Impr vements nd ntenance and the attached services agreement(Attachment C): Signature of authorized representative Date -A9W44-*:Z-A9 !%3•la��•9�33 Typ r print Jame ot autnori;?et representative Telephone Number Type or print name of person(s) authorized to negotiate contracts Telephone Number REFERENCES 5-0 Reference#1 Telephone Number Contact I dividual Project Title -W •z� Referent 2 Telephone Number Project Title Con act Individ al Refere ce#3 Telephone Number Project Title Conta Indio dual 2014 RFP—Right-of-Way Improvements and Maintenance 17 ` Page 3 CITY OF TIGARD,OREGON AGREEMENT FOR SERVICES RELATED TO RIGHT-OF-WAY(ROW) IMPROVEMENTS AND MAINTENANCE THIS AGREEMENT made and entered into this 23d day of July, 2014 by and between the City of Tigard, a municipal corporation of the State of Oregon, hereinafter called "City", and Cascadian Landscapers,Inc,hereinafter called"Contractor",collectively known as the"Parties." RECITALS WHEREAS, Contractor has submitted a bid or proposal to City to provide specific services;and WHEREAS, Contractor is in the business of providing specific services and is aware of the purposes for which City requires the services;and WHEREAS, City and Contractor wish to enter into a contract under which City shall purchase the services described in Contractor's bid or proposal; THEREFORE,The Parties agree as follows: 1. SERVICES TO BE PROVIDED Contractor agrees to provide services related to Right of Way Improvements and Maintenance as detailed in Exhibit A—Scope of Services and by this reference made a part hereof. 2. EFFECTIVE DATE AND DURATION Contractor shall initiate services upon receipt of City's notice to proceed, together with an executed copy of this Agreement This Agreement shall become effective upon the date of execution and shall expire, unless otherwise terminated or extended, on June 30, 2015. All services shall be completed prior to the expiration of this Agreement The City and Contractor may agree to up to four (4)mutual one (1)year options. The total term of the contract may not exceed five(5)years. 3. COMPENSATION City agrees to pay Contractor an amount not exceeding One Hundred Four Thousand Four Hundred Ninety-Eight and No/100 dollars ($104,498.00) for the first year. Work in future option years to be budgeted at One Hundred Twenty Thousand and No/100 Dollars ($120,000.00) with a total spent over lifetime of the contract shall not exceed Six Hundred Thousand and No/100 Dollars ($600,000.00) performance of those services described herein, which payment shall be based upon the following applicable terms: A. Payment will be made in installments based on Contractor's invoice, subject to the approval by the City, and not more frequently than monthly. Payment shall be made only for work actually completed as of the date of invoice. B. Payment by City shall release City from any further obligation for payment to Contractor, for services performed or expenses incurred as of the date of the invoice. Payment shall not be considered acceptance or approval of any work or waiver of any defects therein. C. Contractor shall make payments promptly, as due, to all persons supplying labor or materials for the prosecution of this work. D. Contractor shall not permit any lien or claim to be filed or prosecuted against the City on any account of any labor or material furnished. E. Contractor shall pay to the Department of Revenue all sums withheld from employees pursuant to ORS 316.167. F. If Contractor fails, neglects or refuses to make prompt payment of any claim for labor or services furnished to Contractor or a subcontractor by any person as such claim becomes due, City may pay such claim and charge the amount of the payment against funds due or to become due the Contractor. The payment of the claim in this manner shall not relieve Contractor or their surety from obligation with respect to any unpaid claims. G. Contractor shall pay employees at least time and a half pay for all overtime worked in excess of 40 hours in any one work week except for individuals under the contract who are excluded under ORS 653.010 to 653.261 or under 29 USC sections 201 to 209 from receiving overtime. H. Contractor shall promptly, as due, make payment to any person, co-partnership, association or corporation, furnishing medical, surgical, hospital care or other needed care and attention incident to sickness or injury to the employees of Contractor or all sums which Contractor agrees to pay for such services and all moneys and sums which Contractor collected or deducted from the wages of employees pursuant to any law, contract or agreement for the purpose of providing or paying for such service. I. The City certifies that sufficient funds are available and authorized for expenditure to finance costs of this contract during the current fiscal year. Appropriations for future fiscal years shall be subject to budget approval by the City Council. 4. ASSIGNMENT/DELEGATION Neither party shall assign or transfer any interest in or duty under this Agreement without the written consent of the other and any attempted assignment or transfer without the written consent of the other party shall be invalid. 5. SUBMITTING BILLS AND MAKING PAYMENTS All notices and bills shall be made in writing and may be given by personal delivery,mail or fax. Payments may be made by personal delivery, mail, or electronic transfer. The following addresses shall be used to transmit notices,bills,payments,and other information: CITY OF TIGARp E, : C�sc LANAS. ERS,INC Attn:Vance Walker Attn:Arthur Meisner,CCO Address: 13125 SW Hall Blvd. Address: 21510 NW Farm Park Dr Tigard,Oregon 97223 Hillsboro,OR 97124 Phone: (503) 718-2606 Phone: (503) 647-9933 Fax: (Project Mgr's fax#) Fax: (503) 647-9922 Email: vanceCjgMd-or.eov Email: art(2cascadianlandscapers.com 6. TERMINATION The parties agree that any decision by either party to terminate this Agreement before 30`h of _Lune,2015 shall be accompanied by thirty (30) days written notice to the other party prior to the date termination would take effect. There shall be no penalty for early termination. If City terminates the contract pursuant to this paragraph, it shall pay Contractor for services rendered prorated to the date of termination. 7. ACCESS TO RECORDS City shall have access to such books, documents, papers and records of Contractor as are directly pertinent to this Agreement for the purpose of making audit,examination,excerpts and transcripts. 8. FORCE MA Ej URE Neither City nor Contractor shall be considered in default because of any delays in completion and responsibilities hereunder due to causes beyond the control and without fault or negligence on the part of the parties so disenabled, including but not restricted to, natural disaster, war, civil unrest, volcano, earthquake, fire, flood, epidemic, quarantine restriction, area-wide strike, freight embargo, unusually severe weather or delay of subcontractor or supplies due to such cause; provided that the parties so disenabled shall within ten (10) days from the beginning of such delay,notify the other party in writing of the cause of delay and its probable extent Such notification shall not be the basis for a claim for additional compensation. Each party shall, however,make all reasonable efforts to remove or eliminate such a cause of delay or default and shall, upon cessation of the cause, diligently pursue performance of its obligation under the Agreement. 9. NON-DISCRIMINATION Contractor agrees to comply with all applicable requirements of federal and state civil rights and rehabilitation statues, rules, and regulations. Contractor also shall comply with the Americans with Disabilities Act of 1990, ORS 659A.142, and all regulations and administrative rules established pursuant to those laws. 10. INDEMNITY Contractor agrees to and shall defend, indemnify and hold harmless City, City's officers, employees, agents and representatives from and against all liability, claims, costs, demands, judgments, penalties, and causes of action of any kind or character, or other costs or expenses incidental to the investigation and defense thereof, of whatever nature, resulting from or arising out of the activities of the Contractor or its subcontractors, agents, or employees in performance of this contract, except, however, that the foregoing shall not apply to liability that arises out of the City's, its officers, employees, agents and representatives sole negligence. If any aspect of this indemnity shall be found to be illegal or invalid for any reason whatsoever, such illegality or invalidity shall not affect the remainder of this indemnification. 11. INSURANCE Contractor shall maintain insurance acceptable to City in full force and effect throughout the term of this contract. Such insurance shall cover risks arising directly or indirectly out of Contractor's activities or work hereunder. The policy or policies of insurance maintained by the Contractor shall provide at least the following limits and coverages: A. Commercial General Liability Insurance Contractor shall obtain, at contractor's expense, and keep in effect during the term of this contract, Comprehensive General Liability Insurance covering Bodily Injury and Property Damage on an "occurrence" form (CG 2010 1185 or equivalent). This coverage shall include Contractual Liability insurance for the indemnity provided under this contract. The following insurance will be carried: Coverage Limit General Aggregate 3,000,000 Products-Completed Operations Aggregate 2,000,000 Personal&Advertising Injury 1,000,000 Each Occurrence 2,000,000 Fire Damage (any one fire) 50,000 B. Commercial Automobile Insurance Contractor shall also obtain, at contractor's expense, and keep in effect during the term of the contract, Commercial Automobile Liability coverage including coverage for all owned, hired, and non-owned vehicles on an "occurrence" form. The Combined Single Limit per occurrence shall not be less than$2,000,000. If Contractor uses a personally-owned vehicle for business use under this contract, the Contractor shall obtain, at Contractor's expense, and keep in effect during the term of the contract; business automobile liability coverage for all owned vehicles on an "occurrence" form. The Combined Single Limit per occurrence shall not be less than$2,000,000. C. Workers' Compensation Insurance The contractor, its Subcontractors, if any, and all employers providing work, labor, or materials under this Contract that are subject employers under the Oregon Workers' Compensation Law shall comply with ORS 656.017, which requires them to provide workers' compensation coverage that satisfies Oregon law for all their subject workers. Out-of-state employers must provide Oregon workers' compensation coverage for their workers who work at a single location within Oregon for more than 30 days in a calendar year. Contractors who perform work without the assistance or labor of any V employee need not obtain workers' compensation coverage. All non-exempt employers shall provide Employer's Liability Insurance with coverage limits of not less than $1,000,000 each accident. D. Additional Insured Provision All policies aforementioned, other than Workers' Compensation and Professional Liability, shall include the City its officers, employees, agents and representatives as additional insureds with respect to this contract. E. Insurance Carrier Rating Coverages provided by the Contractor must be underwritten by an insurance company deemed acceptable by the City. All policies of insurance must be written by companies having an A.M. Best rating of "A-VII" or better, or equivalent. The City reserves the right to reject all or any insurance carrier(s)with an unacceptable financial rating. F. Self-Insurance The City understands that some Contractors may self-insure for business risks and the City will consider whether such self-insurance is acceptable if it meets the minimum insurance requirements for the type of coverage required. If the Contractor is self- insured for commercial general liability or automobile liability insurance the Contractor must provide evidence of such self-insurance. The Contractor must provide a Certificate of Insurance showing evidence of the coverage amounts on a form acceptable to the City. The City reserves the right in its sole discretion to determine whether self- insurance is adequate. G. Certificates of Insurance As evidence of the insurance coverage required by the contract, the Contractor shall furnish a Certificate of Insurance to the City. No contract shall be effective until the required Certificates of Insurance have been received and approved by the City. The certificate will specify and document all provisions within this contract and include a copy of Additional Insured Endorsement. A renewal certificate will be sent to the below address prior to coverage expiration. H. Independent Contractor Status The service or services to be rendered under this contract are those of an independent contractor. Contractor is not an officer, employee or agent of the City as those terms are used in ORS 30.265. I. Primary Coverage Clarification The parties agree that Contractor's coverage shall be primary to the extent permitted by law. The parties further agree that other insurance maintained by the City is excess and not contributory insurance with the insurance required in this section. J. Cross-Liability Clause A cross-liability clause or separation of insureds clause will be included in all general liability, professional liability,pollution and errors and omissions policies required by this contract A certificate in form satisfactory to the City certifying to the issuance of such insurance will be forwarded to: City of Tigard Attn: Contracts and Purchasing Office 13125 SW Hall Blvd. Tigard,Oregon 97223 At the discretion of the City, a copy of each insurance policy, certified as a true copy by an authorized representative of the issuing insurance company may be required to be forwarded to the above address. Such policies or certificates must be delivered prior to commencement of the work. The procuring of such required insurance shall not be construed to limit contractor's liability hereunder. Notwithstanding said insurance, Contractor shall be obligated for the total amount of any damage,injury,or loss caused by negligence or neglect connected with this contract. 12. ATTORNEY'S FEES In case suit or action is instituted to enforce the provisions of this contract, the parties agree that the losing party shall pay such sum as the court may adjudge reasonable attorney fees and court costs, including witness fees (expert and non-expert), attorney's fees and court costs on appeaL 13. COMPLIANCE WITH STATE AND FEDERAL LAWS/RULES Contractor shall comply with all applicable federal, state and local laws,rules and regulations, including, but not limited to, the requirements concerning working hours, overtime, medical care, workers compensation insurance, health care payments, payments to employees and subcontractors and income tax withholding contained in ORS Chapters 279A, 279B, and 279C,the provisions of which are hereby made a part of this agreement. 14. CITY OF TIGARD BUSINESS LICENSE Contractor shall obtain,prior to the execution of any performance under this Agreement,a City of Tigard Business License. The Tigard Business License is based on a calendar year with a December 31st expiration date. New businesses operating in Tigard after June 30th of the current year will pay a pro-rated fee though the end of the calendar year. 15. CONFLICT BETWEEN TERMS It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument in the proposal of the contract, this instrument shall control and nothing herein shall be considered as an acceptance of the terms of proposal conflicting herewith. 16. SEVERABILITY In the event any provision or portion of this Agreement is held to be unenforceable or invalid by any court of competent jurisdiction, the validity of the remaining terms and provisions shall not be affected to the extent that it did not materially affect the intent of the parties when they entered into the agreement 17. INDUSTRIAL ACCIDENT FUND PAYMENT Contractor shall pay all contributions or amount due the Industrial Accident Fund form that Contractor or subcontractors incur during the performance of this Agreement. 18. COMPLETE AGREEMENT This Agreement,including the exhibits,is intended both as a final expression of the Agreement between the Parties and as a complete and exclusive statement of the terms. In the event of an inconsistency between a provision in the main body of the Agreement and a provision in the Exhibits, the provision in the main body of the Agreement shall control. In the event of an inconsistency between Exhibit A and Exhibit B,Exhibit A shall control. No waiver,consent,modification,or change of terms of this Agreement shall bind either party unless in writing and signed by both parties. Such waiver, consent,modification, or change if made,shall be effective only in specific instances and for the specific purpose given. There are no understandings, agreements, or representations, oral or written, not specified herein regarding this Agreement. Contractor,by the signature of its authorized representative,hereby acknowledges that he/she has read this Agreement, understands it and agrees to be bound by its terms and conditions. IN WITNESS WHEREOF, City has caused this Agreement t to by its duly authorized undersigned officer and Contractor has executed this Agreem t on a date einabove first written. Awarded by Tigard's Local Contract Review Board at their my 22, 014 CITY OF TIGARD CADERS,INC By: Authorized City Representative By: uthlorized Contractor Representative g•7•aor¢ 7l�g�N Date Date EXHIBIT A COST TEMPLATE FORM RIGHT-OF-WAY IMPROVEMENT AND MAINTENANCE Side Total Nbntlih/ Of LWKP Avg Area Irrproverrierrt Plant ImPv ement imPvmTwt mwrrte� Section Plant List Description Road VUdth Type Pno� Notes � Labor Cast Cost Cost F, 104th-To end of Duham 1 property fra~tage S 230 14 3,220 kbr terianoe 1 at 10363 Keri Ct Frortage of 10267 Durham 2 vise Ct-16030 S 393 14 5,502 NMr>tenanoe 1 Sw 103rd 15 feet 16030103rd- from Durharn 3 VVEA corer of S 810 15 12,150 MMr>tenanoe 1 back of 9630 sideAelk ' From 9720 Duham 4 Duba m To end of S 300 19 5,719 I\Mrtenarce 1 _New devei Durham5 Frontage 16060 S 83 15 1,245 NMnteranoe 1 Copper Creek Dr. �# ;Z 216 15 3,240 8(? 4 320 Durham6 JVV Church-92nd S Nkaintffmce 1 120 14 1,680 177 15 2,655 Du}arn7 Bridge to 76th N 100 10 1,000 NMrterrarae 1 Diham7A 79th-V%QF 90 19 1,710 Nbirkerence 1 N 80 14 1,120 Duham8 Carol Ann—Quail N 385 14 5,390 Mair termce 1 Park Taurhanes Dm� Duhafm 8A uha �' N 280 17 4,760 MMnlenanoe 1 to Hall Side plant TOW Wrilih Section Plant List Description load' ( Wckh 1Mt, Pdo :,kqxv#wnart Plobes Cost (N, 430 14 6,020 298 15 4,470 Durttarn 9 Hall-Aldeb-ock N 658 12 7,896 Nlairtenance 1 45 10 450 76 5 380 413 14 5,782 � Alderbrodk To. Duham 10 edge of dwch N 730 14 1Q220 N nbarrarroe 1 g lrWertY N 309 14 4,326 Durham 11 98th-108th N 1 2063 15 30,945 Du l iom 12 108-to trick well N 770 14 10,780 NUr temnoe 1 210 30 6,300 Caade3 13001 Medd- E 16,500 NUrtenanoe 2 WAr d Gaarde 4 Gare'of Gaarde W 140 35 4,900 hbrrtena m 2 1� and walrxt. Cede 6 Acoass road turn W 890 15 12,900 1 2 f out to 121st H Island rear SW N 135 7 945 Wntienar eGreerlibL9 Coast 2014 RFP—Right-of-Way Improvements and Maintenance 25 Page +Ng '� 7777 ; ;�+'f5, S t.i MEN 1 i 1• � , 'il� no 1 ©®0� =MN : . • v. • �. FS ILII �G /I i :1 1 :11 = c •' 111 __,- I+'• Side Plait Total y Of Awg Area Priority Nates Supply Improvement Section Description Ryas (Ft) 1Mdth l T� Cost Labor Cost Improvementcost Cost w, (N. , Stop 11900 Momrig E 325 10 3,250 Nlainterance 6 work at 135th 6 Fill to 11640 h drart 135th 7 11594 to Brittany E 95 12 1,140 Maintc a-ce 6 135th 8 Brittany to 11381 E 655 12 7,860 Maintenance 6 MOW HavAs Beard toand 135th 9 Sd-dls E 315 20 6,300 Maintenance 6 edge only Comer of Hall and Bonita 1 Bonita,Behind 5 50 20 1,000 Maintenance 7 14599 83rd ct X X 1,665 22 6 132 Burnham 1 Islands and E 8 planters 80 8 640 Maintenanoe 94 8 752 Scoffins to 99 N 365 7 2,555 Mainte Wce 9 J Man 1 Islands 3 185 555 \ �' 4.5 185 8325 2'Z' Halhrrark Terrace 3 150 450 ' BNuA;1 to ScholIs Ferry S Maintenance 10 Rd. 4.5 245 1,1025 4 60 240 6 360 2,160 1 ` 2014 RFP —Right-of-Way Improvements and Maintenance 27 Page i EXHIBIT A(CONTINUED) I COST TEMPLATE FORM WATER QUALITY FACILITIES-ROW MAINTENANCE Sidepwt ,a s F. Of Avg �; Descn =A Road Width Area Irr ovement � Frio* NoWs Y Section Rant list i '{�v W,x"+ ` 1: Q ( /may l Type. Cost 0A w VQF100 12755 S1NPsh PWetary Treatment Planter S 32 8 256 Ave. VQF101 12755 SWAsh Proprietary Treatment Planter S 16 4 64 � Ave. VUF102 12755 SWAsh Proprietary Treatment Planter S 16 4 64 � Ave. VVCaF103 12755 SWPsh Proprietary Treatment planter S 16 4 64 S Ave. Eq MF104 9040 SW Propnetay Treatment Planter S 17 14 238 Burnham St V1QF105 9040 SW proprietary Treatment Planter S 17 14 238 1 Bumham St \ VQF106 9040 SN Proprietary Treatment Planter S 16 4 64 Bumham St VWF107 9040 SW Propnetay Treatment Planter S 16 4 64 Burnham St I K F 108 9110 SW PWetary Treatment Planter S 45 8 360 Burnham St VCF109 9180 5W Reay Treatment Planter S 22 8 176 Burnham St \ V1QF110 9180 SN Proprietary Treatment Planter S9180 16 4 64 Bumhan St V1cfli1 Burnham PgxetayTreatmentPlater S 1G 4 64 Burnam St , V1QF112 9180 SW Proprietary Treatment Planter S 17 14 238 BLIrt am St V1U113 9230"N Proprietary Treatment Planter S 17 14 238Difft VI,C]F114 Burn PmWetay Treatment Pla ter N 17 14 238 Burnham St V1C1F115 9205 SW Propnetay Treatment Planter N 17 14 238 1 Bur t"n St VQF116 9169 SW Proprietary Treatmrent Planter N 16 4 64 >� S BLrriham St V1QF117 9169 n t. TreatPlatter N LEL�LL64] Burr>ham St propnetaly 2014 RFP—Right-of-Way Improvements and Maintenance 28 P a g, c v.. RM 4 Ff { V 118 9169 SW propietary Treakment Planter N 16 4 64 Bunton St St V\C1F119 BunharSUV Proprietary Tre&nent Planter N 16 4 64 ad Burnrr V1rF120 9117 SW. Proprietary Treatrr��t Planter N 16 4 64 Burnlha n St V4QF121 9117 SW Pr opnetary TreabTu t Planter N 16 4 64 Burnham St VQF122 9075 SW Propnetary Treatment Planter N 16 4 64 Burnham St VVQF123 9075 Sw Proprietary Treatment Planter N 17 14 238 Br rnharn St VWF124 9075 SVV Proprietary Treatmient Planter N 17 14 238 s . BLrnharn St V�QF125 9053 SUV Propnetary Treatn ent Planter N 16 4 64 Burnham St VQF125 9053 SW Proprietary Treatnial Planter N 16 4 64 Bunham St 9025 fn A VAC F127 Burnam Proprietary Treahnant Planter E 32 8 256 �J Burnham St V1QF128 121555WNbin Propnetary Treatment Planter W 178 5 890 ; a St. \ VQF129 12155SWNbin Proprietary TreatrientPlanter center 82 5 410 St. VQF130 12155 SVVNbin proprietary Treatment Planter E 92 5 460 St. VUC F131 12155 SVVNbin Proprietary Treatment Planter E 142 5 710 St. VQF132 12155 SVVNbin PropnetaryTreatmmrrt Planter E 100 5 500 St rAmua9Total��„$ 'H' 2014 RFP—Right-of-Way Improvements and Maintenance 29 s4 . EXHIBIT C CITX OF TIGARD RIGHT OF WAY LANDSCAPE IMPROVEMENT STANI}tRDS AND TYPES m mmmff7TMT TFMF rfrm mI I I I I I I I I I I I I I I I I I I I I I I I I I I 11111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111mn1111111111111111111111111111111111111111111111111111 m mmm 111111111111111111111111111111111111111111111111 Flll III III III III III III III III I rrIII III III III III III III III III III III CITY OF TIGAR , OREGON RIGHT OF WAY LANDSCAPE IMPROVEMENT STANDARDS FY 2012-2013 SUBMIT REQUESTS FOR INFORMATION TO: Vance Walker Street Division Supervisor City of Tigard—Public Works Phone: (503) 718-2606 Email: vance@,tt1 arg d_or•gov TABLE OF CONTENTS TITLE ROW LANDSCAPE STANDARDS PAGE I. Background and Overview 1 11. Goals and Objective 1 lll. Codes and Standards 1 IV. General Requirements 2 V. Traffic Control 2 VI. General Landscaping 2 EXHIBITS NO OF PAGES Exhibit`A': ROW Landscape Improvement Type Chart 3 Exhibit`C': Technical Specifications DIVISION 1: GENERAL RE UIREMEN75 01533 Tree and Plant Protection 3 DIVISION 2: SITE WORK 02360 Soil Treatment 3 02920 Soil Preparation 4 02950 Trees, Plants and 6 Groundcovers CITY OF TIGARD ROW LANDSCAPE IMPROVEMENT STANDARDS TABLE OF CONTENTSPAGE 1 FY 2012-2013 ROW Landscape Improvement Standards I. Background and Overview A. The City's Right of Way (ROW) Landscape Standards and Procedures are intended to be used in conjunction with the City's Municipal Code (Titles 15 &18). They are not intended to be used as standalone documents. It is the responsibility of the Contractor to become familiar with the Tigard Landscape Code requirements and comply with the criteria set forth as a whole. B. This standard is intended to provide consistency in design criteria, materials and products for future landscape, and irrigation development within the City of Tigard's ROW landscape. This ROW Landscape Improvement Standards includes the following sections: II. Goals and Objectives III. Codes and Standards IV. General Requirements V. Traffic Control VI. General Landscaping II. Goals and Objective A. Clearly define spaces, articulate use areas, and unify site elements through use of landscape materials: 1. Create a presentable clean landscape within City Right of Ways. 2. Use consistent design and plant material, sustainable with minimal maintenance requirements. B. Use sustainable landscaping practices: 1. Minimize use of non-sustainable fertilizers, herbicides, and pesticides. 2. Use plant material to reduce adverse climatic conditions such as heat, wind, and precipitation, 3. Guide future development toward sustainable and environmentally sound design through use of native and locally available plant material, minimal water irrigation, and other practices. 4. Use plant material sustainable to the Willamette Valley. 5. Consider xeriscape approaches where natural, low maintenance plant material would be desired (i.e. exterior fringes of plant site). III. Codes and Standards A. Contractor shall refer to appropriate jurisdictional standard regarding specific requirements for landscaping of right-of-ways, screening and buffering, and general landscaping. The following is a summary of some applicable requirements and is not intended to replace necessary research. CITY OF TIGARD ROW LANDSCAPE IMPROVEMENT STANDARDS FY 2012-2013 PAGE 1 1. City of Tigard—Codes and Standards: a. Title 15—Streets and Sidewalks 1) 15.04—Work in Right of Way b. Title 18—Tigard Municipal Code. 1) 18.745—Landscaping & Screening. 2) 18.795—Visual Clearance Areas. 3) 18.810—Street Utility and Improvement Standards. c. Comply with the current City of Tigard Street Tree List. 2. Industry standards: Quality definitions, grading tolerances, and caliper to height ratios shall be no less than minimums specified by the American Landscape and Nursery Association, American Standards for Nursery Stock. Standard reference may be obtained from publisher. IV. General Requirements A. Whenever the Contractor's operations create a condition hazardous to traffic or to the public, the Contractor shall, without cost to the City, furnish, erect and maintain such barricades, lights, signs, and other devices and take such other precautions as are necessary to prevent damage or accidents or injury to,the public and the Contractor's employees. The Contractor shall also furnish such flagmen as are necessary to give adequate warning to traffic or to the public of any dangerous conditions to the public. All flagging costs shall be born solely by the Contractor. V. Traffic Control A. Traffic Control will be required as according to the "Manual on Uniform Traffic Control Devises" and "The Oregon Temporary Traffic Control Handbook". 1. Site specific plans are required to be reviewed and approved by the City prior to any construction. VI. General Landscaping A. The Landscape Design Standard, Supplement—Plant Material at the end of this section, shall be used as a guide for selecting trees, shrubs, and groundcover. 2. Landscaping shall be designed to create a low maintenance and sustainability. Plant materials shall be selected to provide buffering and screening, to mitigate harmful effects of sun, wind, rain, noise, and odor. 3. Prior to planting verify soil fertility and amendment needs for the immediate design area. 4. Protect existing site improvements. Verify location of underground utilities prior to performing work. 5. Preserve and protect existing trees and vegetation when possible. CITY OF TIGARD ROW LANDSCAPE IMPROVEMENT STANDARDS PAGE 2 FY 2012-2013 Existing plant material in a healthy condition shall be transplanted or relocated if feasible when displaced by construction or other disruption. B. Soil preparation.- Soil reparation:Soil preparation shall include the addition of fertilizer and soil amendments to establish fertile planting soil, adjust PH, enhance soil texture and moisture content. A soil test may be performed upon request by City's Representative to determine exact amendments necessary for each site. The following is a select list of organic amendments and their uses: 1. Fertilizer: a) Nitrogen—blood meal, fish waste, bat Buono, cottonseed meal. a) Phosphorous—bone meal, rock phosphate. b) Potassium—Green sand. c) Trace minerals (boron, iron, manganese, zinc, etc.)—seaweed or kelp meal. d) Dolomite lime and agricultural lime can be used to adjust PH. 2. Soil amendments: a) Humus. b) Peat. C) Compost. d) Manure. C. Vegetation Control: 1. On-going maintenance shall be required for vegetation control. 2. Initial weed establishment can be deterred with annual mulching of planted areas. Cultivation and hand weeding may also be necessary to prevent weed establishment during the growing season. D. Trimming and Pruning: 1. Pruning of trees and shrubs shall be performed as necessary. 2. Pruning can be used to develop plant form, remove disease and dead wood, and thin branches when desired. Consult a horticultural guide for detailed species requirements regarding time, method, and extent of pruning. E. Tree Protection: 1. Temporary fencing shall be used to protect existing trees and vegetation from construction damage. 2. Fence shall be placed at edge of canopy drip zone to protect roots from backfill, compaction, and noxious materials. 3. Where root disturbance and excavation cannot be avoided in tree protection zones, hand clearing, and excavation may be required to minimize damage. F. Sustainable Practices: CITY OF TIGARD ROW LANDSCAPE IMPROVEMENT STANDARDS FY 2012-2013 PAGE 3 1. Control erosion through management practices that prevent soil loss caused by stormwater run-off or wind erosion of exposed soil. Prevent sediment from leaving site or entering stormwater catch basins. 2. Utilize species that are locally grown and available. 3. Use a high-efficiency, low volume irrigation systems. 4. Provide oed reduce shade percent including goparking lots, ewalks reflected heatt, glare and sto mwaterruff wherpractical, and plazas t cal, G. Plant material: 1. Nursery stock shall be locally grown and obtained within a 100-mile radius of project site. 2. Select plant material that is long lived, requires low maintenance, and is disease and insect infestation resistant. 3. Locate and organize plant material in accordance with species siting needs (i.e. sun or shade, soil type, root depth, growth habit, etc.) 4. Consider plant habit, root depth, and size at maturity in location of plant material to avoid damage to other facilities such as sidewalks, parking lots, and underground pipes. 5. Trees shall be located to provide shade on roadways and sidewalks. 6. Trees shall be selected and placed to prevent leaf litter from entering open basins. 7. Trees shall be located to prevent interference with underground utilities. 8. Specified plant material shall meet the following minimum size criteria: Street Trees 2-inch Caliper. Deciduous Trees 2-inch Caliper. Conifer Trees 6-8 feet height Small Shrubs 1 gallon container —END OF SECTION— CITY OF TIGARD ROW LANDSCAPE IMPROVEMENT STANDARDS PAGE 4 FY 2012-2013 n CITY OF TIGARD, OREGON TIGARD Ll EXHIBIT `fit ROW Landscape Improvement Type Chart FY 2012-2013 ROW Landscape Improvement Standards RIGHT OF wAY LANDSCAPE IMPROVEMENT TYPES DIAGRAM TYPE DESCRIPTION Weed eradication and site preparation for specified bark pOSTINGTREES mulch EXISTING Y' a. Refer to specifications Section 02360 and 02950 (Exhibit C) sHRues _; P:� ppppgsTy LINE b. Refer to City of Tigard Municipal Code requirements. r - ERADICATE WEEDS AND PLACE BARK MULCH AS SPECIFIED 2 Weed eradication and site preparation for specified bark pnsrnaaTrs Y mulch and plant shrubs/ground cover. a. Plant material and amount will be determined by City of Tigard. b. Refer to specifications Sections 02360, 02920 and 02350 (Exhibit C) �i'. �� `'I:. .ii, PROPERTY UNE c. Refer to City of Tigard Municipal Code requirements. �Ya ' d. Shrub and/or ground cover shall provide 75% coverage of the required Right of Way area within five (5) years. r� „ .'l111101CA1'lVf�6111�' pOOUD OVER-REFER TO _ ciRAClM11KMUCHAS' SUGGESTED PLANT '. MATERIAL LIST • CITY OF TIGARD ROW LANDSCAPE IMPROVEMENT STANDARDS PAGE 1 FY 2012-2013 TYPE DESCRIPTION DIAGRAM 3 Weed eradication and sitere arations fors specified bark -PLANT TREES-REFER p p p Jj1AAT- a. ESTED PLANT mulch and plant trees. LST Plant material and amount will be determined by City of Tigard. b. Refer to specifications Sections 02360, 02920 and 02950 (Exhibit C) c. Refer to City of Tigard Municipal Code requirements. d. Trees shall account for a minimum of three (3) per 1000 square feet. PROPERTY UNEe. Refer to City of Tigard Street Tree List. ERADICATE WEEDS AND PLACE BARIC MULCH AS SPECIFIED 4 Weed eradication and site preparations for specified bark mulch and plant shrubs/ground cover and trees. aAKTTREV24AM ,. rosuoaesrr.DnJwr. a. Plant material and amount will be determined by City of Tigard. b. Refer to specifications Sections 02360, 02920 and 02950 (Exhibit C) c. Refer to City of Tigard Municipal Code requirements. d. Shrub and/or ground cover shall provide 75% coverage of the required Right of Way area within five(5) years. e. Trees shall account for a minimum of three (3) per 1000 square feet. .ROPExTV LINE f. Refer to City of Tigard Street Tree List. ERAMATE NEEDS AND PLACE FLNR SNR OCQJEA• SMK WLON AS SYECF60 REFER TO SUCAF3WB PLANT AvaErara un 5 Weed eradication and site preparations for specified bark RANT Ttm• mulch and plant shrubs/ground cover and trees and „„,wtt.w�un automatic irrigation. a. Plant material and amount will be determined by City of Tigard. ¢ b. Refer to specification Section 02360, 02920 and 02950 (Exhibit C) c. Refer to City of Tigard Municipal Code requirements. d. Shrub and/or ground cover shall provide 75% coverage of the PROPERTY UNE required Right of Way area within five (5) years. e. Trees shall account for a minimum of three (3) per 1000 square feet. f. Refer to City of Tigard Street Tree List. -HEM'OCf1YDPTwAio WtpxAsarsaAEc �lowwetaTmrwrr STAM AMS - VATENALusr CITY OF TIGARD ROW LANDSCAPE IMPROVEMENT STANDARDS FY 2012-2013 PAGE 2 TYPE DESCRIPTION 6 Eradication of invasive plants (blackberrylbrush). a. Refer to specification Section 02360 and 02920 (Exhibit C) b. Refer to City of Tigard Municipal Code requirements. 7 Eradication of invasive plantsblace bene lby City) and Tigard. egetation as required. a. Plant material and amount will b. Refer to specification Section 02360,and 02950 (Exhibit C) c. Refer to City of Tigard Municipal Code requirements. d. Shrub and/or ground cover shall provide 75% coverage of the required Right of Way area within five (5)years. e. Refer to City of Tigard Street Tree List. g Plant shrubs andlor trees, ground cover in area already improved. CITY OF TIGARD ROW LANDSCAPE IMPROVEMENT STANDARDS PAGE 3 FY 2012-2013 CITY OF TIGARD, OREGON EXHIBIT `C' TECHNICAL SPECIFICATIONS FY 2012-2013 ROW Landscape Improvement Standards SECTION 01533 TREE AND PLANT PRESERVATION AND PROTECTION PART GENERAL 1.1 SUMMARY: A. General requirements: 1. Preservation, protection, and trimming of existing trees and shrubs, and other vegetation indicated to remain. 2. Make every effort to protect all trees, shrubs, ground cover and other vegetation existing on the Project site with the exception of that indicated to be removed. 3. Meet local jurisdiction requirements for protection of existing trees and vegetation. 4. Contractor will provide temporary fencing, barricades and guards as required to protect trees and other plants, which are to remain, from all damage. 5. Protect all trees from stockpiling, material storage, vehicle parking and driving within the tree drip line or tree protection fence area. 6" NO heavy machinery is allowed within the dripline of.all trees. B. Definitions: 1. Tree Protection Zone: Area defined by the drip line of a single designated tree or the outermost perimeter of the combined drip line areas of a designated group of trees. This area may be extended as deemed necessary by the Owner's Consulting Arborist. PART2 PRODUCTS 2.1 MATERIALS A. As indicated and required elsewhere in this Specification Section, and as may be recommended by Consulting Arborist. B. Fencing: Fencing shall be 5 foot visibility metal on steel posts placed no further than 6' apart extending no less than 4-1/2' above the ground, kept taut at all times. C. Pruning Equipment: 1. Roots and Branches Larger than 1 inch in diameter: Sharp saw. 2. Roots and Branches 1 inch or less in diameter: Pruning sheers. PART 3 EXECUTION 3.1 GENERAL A. Protect all plant growth including root systems of trees and plants from: 1. Dumping of construction related refuse. 2. Chemically injurious materials and liquids used in construction process. 3. Noxious materials in solution caused by run-off and spillage during mixing and placement of construction materials, and drainage from stored materials. 4. Continual puddling of running water as a result of construction. B. Protect root zones from flooding, erosion, excessive wetting and drying resulting from de- watering and other operations. CITY OF TIGARD ROW LANDSCAPE STANDARDS TREE AND PLANT PRESERVAS O T ON 01N AND 533PROTECTION AGE 1 FY 2012-2013 nmTlilU[IITfninnninnIDln III nnfnnnnnnnnIRTIMIIII IIIlnlnllnn In]nlIII nnI I I I I I I I I I I I I I I I I I I I I I I I I IIIIIIiHIMMIM iFFMIInTnrm I I I I I I I I I I I I I I rI I I I I I I I I I 1!1111 1111111111111111111111111111 .1111111!1111] C. Protect all existing plant material to remain against unnecessary cutting, breaking and skinning of roots and branches, skinning or bruising of bark. D. Do not allow fires under and adjacent to trees or other plants which are to remain. E. Where directed by Owner's Representative, extend pruning operations to restore natural shape of trees and other plants impacted by construction activities. F. Cut branches and roots with sharp pruning instruments, as specified. Do not break, chip or mutilate. G. Restrict vehicular and foot traffic, of all construction crews, to prevent compaction of soil over root systems and within tree protection zones. H. Erect fencing around all tree protection zones prior to commencement of clearing and demolition work and remove only after all work potentially injurious to trees and other plants is complete. Fencing shall be placed as far from trees as is practical, but in no instance closer than one foot behind required construction limits. 3.2 EXCAVATION AROUND TREES A. Excavate within root zone of trees only where indicated and acceptable to the Owner's Representative. B. Excavate around tree roots within tree protection zone only under the direction of the Owner's Representative. C. Where trenching for utilities is required within root zones, tunnel under and around roots by hand digging. Do not cut main lateral support roots. Cut smaller roots which interfere with installation of new work; using sharp pruning tools as specified. D. Where excavating for new construction is required within root zones of trees, hand excavate to minimize damage to root systems. Use narrow tine spading forks and comb soil to expose roots. Reposition roots in backfill areas whenever possible. If large, main lateral roots are encountered, expose beyond excavation limits as required to bend and relocate without breaking. E. If roots are encountered within the limits of new construction and the Owner determines that modification of the work is not practical, cut roots in accordance with these specifications approximately 6 inches back from proposed construction. F. Do not allow exposed roots to dry out before permanent backfill is places; provide temporary earth cover, pack with wet peat moss or 4 layers of wet untreated burlap and temporarily support and protect from damage until roots are permanently relocated and covered with backfill. Water to settle backfill to eliminate voids and air pockets. G. All pruning shall be performed to ANSI A-300 Pruning standards by Oregon State registered tree care firms employing Certified Arborists. Other therapeutic care work shall be performed to National Arborist Association standards. 3.3 GRADING AND FILLING AROUND TREES A. Maintain existing grade within root zones of trees unless otherwise indicated or approved by the Owner. B. Lowering Grades: Where existing grade is above new finish grade shown around trees, under direction of Owner's Representative, carefully hand excavate within root zones to new grade. Cut roots exposed by excavation, as specified, to approximately 3 inches below elevation of new finish grade. C. Raising Grades: Permitted only as acceptable to the Owner. 3.4 REPAIR AND REMOVAL OF TREES CITY OF TIGARD ROW LANDSCAPE STANDARDS TREE AND PLANT PRESERVATION AND PROTECTION FY 2012-2013 SECTION 01533, PAGE 2 A. Repair trees damaged by construction operations in a manner acceptable to the Urban Forester. Make repairs promptly after damage occurs to prevent progressive deterioration of damaged trees. B. Remove dead and damaged trees which are determined by the Urban Forester to be incapable of restoration to normal growth pattern. C. Contractor is responsible for payment of all fines for noncompliance with applicable regulations. 3.5 HARD SCAPE INSTALLATION WITHIN TREE PROTECTION ZONES A. Install walkways as close to grade as possible to minimize excavation into the soil where large roots and areas of high root density exist. Backfill with loose dirt to the minimum depth necessary to achieve a natural look. Mulch if appropriate, as directed by the Owner's Representative. 3.6 COMPENSATION TO OWNER FOR TREES A. The Contractor shall pay the Owner the value of existing trees, that were to remain, that died or were damaged and removed because of the Contractor's failure to provide adequate protection and maintenance. B. Liquidated damages shall be assessed against the Contractor for each tree removed due to damage as specified in subparagraph 3.7.A above, at the rate of $72.00 for each deciduous tree and $60.00 for each evergreen tree per square inch of trunk area according to the formula and standards adopted by the "Council of Tree and Landscape Appraisers" in accordance with the evaluation formula set forth in "The Council of Tree and Landscape Evaluation Guide for Plant Appraisers," most current Edition. C. Any wound or damage by construction activities to an existing tree, indicated to remain, constitutes partial injury. These include, but are not limited to: Any cambium tissue damage. Unauthorized cutting, breaking or removing tree branches. Unauthorized cutting or damaging protected root zones. Soil compaction. Toxic run-off into tree preservation areas. D. Partial injury will be calculated by percentage, estimated by the Owner's Representative, of the total value of the damaged tree. Liquidated damages for partial injuries will include the cost to the Owner for loss appraisal by the Consulting Arborist plus the cost for necessary damage repair. END OF SECTION CITY OF TIGARD ROW LANDSCAPE STANDARDS TREE AND PLANT PRESERVATION AND ON 0153PROTECTIONAGE 3 FY 2012-2013 SECTION 02360 SOIL TREATMENT PART GENERAL 1.1 SUMMARY: A. Governance of Pesticide Use: 1. All pesticide applications carried out by personnel other than licensed City of Tigard employees must undergo a special approval process and satisfy established requirements before the work occurs. 2. City of Tigard governs all pesticide use on public right of way.This oversight and control is essential to ensure that all pest management activities occurring on public park lands adhere to established IPM based goals and principles and address essential environmental and safety concerns. B. Definitions: 1. NONE C. Regulatory Agencies, Policies, Agreements & Laws: 1. Pesticide application oversight is vital to keeping public lands functioning in a safe, legal manner and with adherence to agreements and mandates. 2. Federal State and Local agencies oversight is required to ensure that all pest management and activities occurring on public and private lands adhere to established policies, agreements, and laws. 3. Examples of these policies, agreements, and laws include, but are not limited to: • National Marine Fisheries Service Endangered Species Act 4(d) mandates • State Law—Pesticide Licensing application laws • Public notification laws and agreements • Public safety and liability issues • Salmon Safe Certification requirements • Federal and State Pesticide Laws D. TIGARD Requirements for Pesticide Application: 1. Any contractor, company or individual anticipating or desiring to apply pesticides to park property shall submit a completed copy of the Application for Pesticide Use on Park Land Form to the Pest Management Program Coordinator for evaluation before any pesticide application takes place. 2. The required information on this form includes commercial operator and applicator license numbers, materials chosen, methods and equipment used, the purpose of the application, a description of all on-site notification procedures, reporting requirements, as well as other information. 3. Contractors shall include all provisions required of GP&R if pesticides or pest control directives are to be used during the Project. 4. The Contractor must undergo an approval process for all pesticide applications. 5. The Contractor must satisfy all standard city contractual language pertaining to pesticide applications including safety precautions, liability issues, and other responsibilities. 6. GP&R does not exceed state licensing requirements,and contractors should be aware that any person applying any pesticide to public park land must possess a current Oregon Pesticide Applicators license in the state-defined category appropriate for the CITY OF TIGARD ROW LANDSCAPE STANDARDS SOIL TREATMENT FY 2012-2013 SECTION 02360, PAGE 1 particular application.A"Directly Supervised Commercial Pesticide Trainee License"is not sufficient for City of Tigard approvals under most situations. 7. In certain cases, a "Directly Supervised Commercial Pesticide Trainee" may be approved for special projects involving the removal of invasive plants as part of natural lands restoration management. Furthermore, use of"Trainee" licensed applicators for these special projects will be approved only when all of the following conditions are met: • The licensing variance must be specifically approved by GP&R Pest Management. • The work must occur under the direction of a contractor-supplied supervising applicator possessing full licensing. ® There must be direct on-site supervision from a fully licensed GP&R bureau representative during the duration of the application. • Before approval,there must be evidence that all trainee licensed applicators have sufficient previous pesticide application experience and a safety record to satisfy the GP&R approval process. Acceptable application experience may vary, but will be of sufficient assurance to GP&R of their capability and safe work practices. Three to five months is a likely minimum experience interval for approval. Inexperienced trainee licensed applicators will not be allowed to apply pesticides to park land. E. City of Tigard Application Review: 1. Upon receipt of the completed Application for Pesticide Use on public land form, City of Tigard Representative shall review the proposal. 2. The same criteria for determining the best method of pest management for City of Tigard employee applications shall be applied to the evaluation of contractor proposals. 3. Pest management techniques and methodologies will be adhered to. PART2 PRODUCTS 2.1 MATERIALS A. Any materials desired for use by a contractor will be approved on a case by case basis. Contractors may wish to review the current City of Tigard approved pesticide lists in the Pest Management Program, however these materials may, or may not be suitable for a particular site and purpose and will not automatically receive approval. PART 3 EXECUTION 3.1 GENERAL A. General Conditions: 1. Prior to the start of work the Contractor is required to employ a State of Oregon, licensed pesticide applicator.All personnel making pesticide applications on the project must be currently licensed by the state of Oregon. 3.2 SITE CONDITIONS A. Existing Conditions: 1. Meet with Owner's Representative,to conduct on-site inspection of application area and the approved method and products to be used prior to start of Work. 3.3 PESTICIDE APPLICATION A. Application of pesticides CITY OF TIGARD ROW LANDSCAPE STANDARDS SOIL TREATMENT FY 2012-2013 SECTION 02360, PAGE 2 1. All materials used in pesticide application process must be identified and approved prior to use. 2. Protect all plant growth including root systems of trees and plants to remain from application. 3. Prior to the start of work the Contractor is required to employ a State of Oregon, licensed pesticide applicator 4. Notify the Integrated Pest Management Program Coordinator prior to starting work on the site. 3.4 POST APPLICATION PROCESS A. Application of pesticides 1. Copies of all pesticide application records are required to be submitted to the Owner's Representative within 48 hours of the work being done. END OF SECTION CITY OF TIGARD ROW LANDSCAPE STANDARDS SOIL TREATMENT FY 2012-2013 SECTION 02360, PAGE 3 SECTION 02920 SOIL PREPARATION PART1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Soil materials. 2. Preparing planting areas. 3. Preparing lawn areas. 1.2 REFERENCES A. Definitions: 1, Noxious Weed: Includes Blackberry, Canada Thistle, Dandelion, Horsetail, Morning Glory, Nut Sedge, Poison Oak, Rush Grass, Annual Bluegrass, Bermuda Grass, Brome, Crabgrass, Johnson Grass, Nut Grass, Quack Grass, and other plants designated as a noxious weed by authorized State and county officials. 1.3 SUBMITTALS A. Quality Assurance Submittals: 1. Comply with requirements in Section 01400, Quality Control. 2. Submit certification of quantities of topsoil, and soil amendments delivered to the site. 3. Submit one copy of certificates of inspection for soil amendments as required by governmental authorities. 4. Submit one copy of manufacturer's or vender's certified analysis of soil amendments. 1.4 QUALITY ASSURANCE A. Qualifications of Topsoil: 1. Prior to delivery of topsoil, submit written statement giving location of property from which topsoil will be obtained, Owner's Representative will inspect site. 2. Include in written statement, names and addresses of property owners, depth of soil to be stripped and two year history of crops grown from similar soil. B. Regulatory Requirements: 1. Meet State of Oregon licensing requirements for the application of herbicides. C. Packing and Shipping: 1. Deliver commercial fertilizer in original containers with labels indicating weight, chemical analysis and name of manufacturer. D. Storage and Protection: 1. Store fertilizers and lime in dry place and protect from contamination by herbicides. 2. Protect soil materials from deterioration by surface moisture erosion, freezing temperatures, and chemical contamination during storage and handling. 3. Protect existing and new improvements from damage and staining. 4. Provide protective cover and barriers as necessary to prevent damage and staining. CITY OF TIGARD ROW LANDSCAPE STANDARDS SOIL PREPARATION SECTION 02920,PAGE 1 FY 2012-2013 1.5 SITE CONDITIONS A. Environmental Requirements: 1. Prepare soil only when topsoil is not in a wet, mud, and frozen condition. B. Scheduling: 1. Schedule preparation of seeding and sodding areas within 48 hours prior to application of seeding and sodding. PART PRODUCTS 2.1 MANUFACTURERS A. Substitute Manufacturers: 1. Comply with requirements in Section 01600, Material and Equipment. 2.2 MATERIALS A. Existing Topsoil: 1. Verify quantity of existing stockpiled topsoil for use in landscaping. B. New Imported Topsoil: 1. Fertile, friable, natural loam, surface soil, free of subsoil clay lumps, brush, weeds, roots, stones larger than 1 inch in any dimension and other material harmful to plant growth. 2. Free of noxious weeds as designated on State of Oregon Dept.of Agricultures Noxious Weed List. 3. Obtain from well drained site. 4. six inches (6") in turf areas and Twelve inches (12") in shrub areas. 5. Eighteen inches (18°) in rain garden treatment areas C. Textural Bark Mulch: 1. Fir or Hemlock bark screened to 1/4 inch to dust. 2. Free from noxious weed seed, foreign materials, and chemicals and substances harmful to plant life. D. Humus: 1. Compost, as approved by Owner E. Commercial Peat Moss: 1. Dried horticultural peat moss, coarse, shredded, acid reaction pH 4.0-5.0, water absorbing capacity 1100 to 1200 percent moisture content approximately 30 percent, containing no more than 2 percent ash or foreign matter. F. Commercial Planting Fertilizers: 1. Comply with State of Oregon fertilizer laws, uniform in composition, granular or pellet form, dry, free flowing, and bearing guaranteed analysis of manufacturer. 2. PF1: Organic base fertilizer with minimum 10 percent nitrogen, 6 percent phosphoric acid and 4 percent potash, 50 percent nitrogen in slow release form, Webfoot Slow Release 10-6-4 by Pacific Agro Company. 3. PF2: Nitroform 38-0-0. 4. PF3: 16-7-12 (+iron) controlled release. 5. PF4: Superphosphate 0-45-0. CITY OF TIGARD ROW LANDSCAPE STANDARDS SOIL PREPARATION FY 2012-2013 SECTION 02920, PAGE 2 2.3 EQUIPMENT A. Fertilizer Spreading Equipment: 1. Power Operated Spreaders: Rotary or drop distribution equipment. 2. Manual Operated Spreaders: Hand operated distribution equipment. 2.4 SOURCE QUALITY CONTROL A. Laboratory Analysis: 1. Provide imported topsoil analysis by recognized laboratory made in accordance with methods established by the Association of Official Agriculture Chemists. PART 3 EXECUTION 3.1 PERFORMANCE A. Site Verification of Conditions: 1. Examine site for conditions which will adversely affect execution, permanence, quality of work, survival of plant material, and survival of grasses. 2. Verify that grade and slopes of lawn areas are acceptable to Project Manager prior to beginning soil preparation. 3. Report existing conditions detrimental to completion of soil preparation work. 4. Begin Work required in this Section only after conditions are satisfactory. 3.2 PREPARATION A. Protection of Existing Site: 1. Protect utility lines, storm drainage lines, site improvements, and underground utilities. 2. Stake location of underground utilities and avoid excavation in these areas beyond safe limits. 3. Hand excavate where required to avoid utility line damage. B. Stockpiling: 1. Stockpile and protect imported planting soil mix on site in designated location. 2. Stockpile and protect acceptable existing topsoil on site in designated location. C. Preparation of Existing Topsoil: 1. Remove stones, mortar,concrete, asphalt,and debris larger than 1 inch in diameterto a depth of 6 inches below finish grade. 2. Remove branches,wood chips, roots, and material harmful to plant life to a depth of 6 inches below finish grade. 3. Remove or spray as required to eradicate noxious weed growth and roots. 4. Achieve complete removal or kill. 5. Kill achieved by working soil is permissible for annual non-noxious broadleaf weeds. 6. Place three inches of humus. 7. Apply lime at 75 pounds per 200 square feet and lightly rake to incorporate into soil. 8. After raking, apply 16-7-12- fertilizer at 10 pounds per 1000 square feet. 9. Till to a depth of six inches, thoroughly mixing components. D. Preparing Planting Areas: 1. Spread six cubic yards compost and forty pounds of commercial fertilizer for each 1,000 square feet of planting bed area. CITY OF TIGARD ROW LANDSCAPE STANDARDS SOIL PREPARATION FY 2012-2013 SECTION 02920, PAGE 3 2. Till soil amendments into existing topsoil to a minimum depth of 4 inches. 3. Float existing amended topsoil to 2 inches below finish elevations indicated on Drawings. 4. Slope planting beds with 6 inch crown or slope 2 percent minimum. 5. Apply mulch at 3 inch consistent depth. 3.3 COMPLETION A. Adjusting and Cleaning: 1. Restore prepared areas to specified condition where eroded, settled, or compacted after mixing of soil amendments and fine grading prior to landscape planting and seeding. 2. Remove excess topsoil and soil amendments from adjacent paving, curb, and walk surfaces. 3. Provide protective cover and barriers as necessary to prevent damage and staining. 4. Remove debris, topsoil, fertilizer, limestone, textural soil amendment, and soil mixes from curbs, walks, paving, and other improvement surfaces daily. 5. Broom and hose down curb, pavement, and walk areas daily as necessary to maintain clean surfaces. 6. Transport surplus materials to a legal disposal area. END OF SECTION CITY OF TIGARD ROW LANDSCAPE STANDARDS SOIL PREPARATION FY 2012-2013 SECTION 02920, PAGE 4 SECTION 02950 TREES, PLANTS AND GROUND COVERS PART1 GENERAL 1.1 CONDITIONS AND REQUIREMENTS A. Division 1, General Requirements, apply to the work specified in this Section. B. The Landscape Contractor must have an Oregon Landscape Contractor's license (in good standing) and be bonded in the State of Oregon. 1.2 SECTION INCLUDES A. Labor, materials, equipment and supervision necessary to complete all work as specified. 1. Soil preparation 2. Weed eradication 3. Fine-finish grading 4. Planting material 5. Trees, shrubs and groundcover planting 6. Tree staking and guying 1.3 QUALITY CONTROL A. Landscape Contractor to employ competent individual knowledgeable with landscape construction and plant material installation in the project area. Individual to be on-site at all times during installation of plant material. B. Protect stored plant material from sun, wind and freezing conditions. C. Protect all on-site stored plant material from acts of vandalism. D. Contractor shall schedule and conduct planting operations to minimize storage of plant materials on the project site. The location and conditions of storage shall be reviewed for approval by the Owner and the Project Manager. E. Before proceeding with the installation of any section of the landscaping, Contractor shall check and verify the correlation between ground measurements and the drawings. 1.5 DESIGN AND PLAN A. The layout of the landscape plan is schematic -follow as closely as is practical. 1.6 UTILITIES A. Protect active utilities encountered; notify persons owning same. Contractor to verify location of all underground site utilities. CITY OF TIGARD ROW LANDSCAPE STANDARDS TREES, PLANTS AND GROUND COVERS FY 2012-2013 SECTION 02950, PAGE 1 1.7 GUARANTEE AND REPLACEMENT A. Plant Material: Guarantee all plant material after final acceptance for a period of one full year. B. Tree Staking and Wrap: Be responsible for tree staking and tree wrap for one full year after acceptance. Remove all staking and tree wrap after guarantee period. C. Limitations: Replace plant material not surviving or in poor condition; except only loss or damage due to vandalism, or acts and neglects on the part of others. 1.8 SUBMITTALS A. Sources and Delivery Dates: Provide list of sources and dates of estimated delivery of all plant material as specified, 21 days after signing Contract with Owner. B. Herbicide Applicator: Submit license of Herbicide Applicator to the Project Manager prior to application of herbicides. PART 2 PRODUCTS 2.1 TREES, SHRUBS AND GROUNDCOVERS A. General: Genus, species and variety, quantity, size and condition as indicated on the drawings. Plant material shall be healthy nursery stock, well branched, full foliaged when in leaf, free from disease, injury, insects, all weeds, and weed roots. Plant materials must meet requirements of American Standard for Nursery Stock, 1980 Edition, ANSI Z60.1. No cold storage plants. B. Nomenclature: Genus, species and variety as indicated on plant materials listing. Plant names conform to those given in Standardized Plant Names, 1942 Edition; names of varieties accepted in nursery trade. C. Quantities, Sizes and Varieties: Exact quantities of named species and varieties of plant material shall be governed by that shown on the planting plan. Overgrown plants which have been pruned back to the specified sizes will not be accepted. In the event of a discrepancy between material listings or labeling on the plans, the indicated plant spacing or graphic location shall govern the number of items installed. D. Condition: Balled and burlapped (B&B) stock shall have a natural ball sufficient to ensure survival and healthy growth. Potted and container stock well rooted, vigorous enough to ensure survival and healthy growth. Container plans shall have grown herein a minimum of 6 months and a maximum of 2 years, with roots filling the containers but not showing evidence of being or have been root bound nor damaged nor affected by heat, drought or freezing conditions. 2.2 TOPSOIL A. Topsoil: CITY OF TIGARD ROW LANDSCAPE STANDARDS TREES,PLANTS AND GROUND COVERS FY 2012-2013 SECTION 02950, PAGE 2 1. Landscape Contractor is responsible for supplying and installing required topsoil. 2. Topsoil to be representative of the area, fertile, friable, free from rocks, roots, noxious weeds, sticks and other foreign materials harmful to plant growth. Six inches (6") in turf areas, twelve inches (12") in planter areas and eighteen inches (18") in rain garden areas. 2.3 FERTILIZERS A. General: Approved brands meeting requirements or applicable state fertilizer laws. Uniform in composition, dry and free flowing. Deliver to the site in original unopened containers, each bearing the manufacturer's guaranteed analysis. 1. Commercial Mix `B' - 50% Slow Release Nitrogen, Inorganic 16-16-16-5. 2. Commercial Mix 'C' - 10-15-10 Slow Release, as manufactured by Webfoot Fertilizer Company, Portland, Oregon, or equal. 3. Agricultural Gypsum. 4. Best-Paks, 20-10-5, or equal. 2.4 TEXTURAL SOIL AMENDMENTS A. Compost, as approved by Owner. 2.5 TREE GUYING AND STAKING MATERIALS A. Wood Tree Stakes: 2x2 S4S, Douglas Fir, 8' lengths, free of knot holes or grain defects, treated with two liberal coats of Olympic stain number 713 finish preservative (two per deciduous tree, three per conifer). B. Tree Ties: "GardenPlus" tree ties. "chain-lock" tree tie or approved equal. C. Guy Wire and Stakes: 12-gauge steel wire, galvanized, use double strand. D. Tree Wrap: Provide and install as shown on tree planting detail; refer to drawings. E. Additional Requirements: Meet other detail requirements as shown on plan and details. 2.6 ANTI-DESICCANT/ANTI-TRANSPIRING SPRAY A. Wilf-Pruf or Vapo-Guard. 2.7 MULCH MATERIALS A. Free from noxious weed seed and all foreign material harmful to plant life. Fir or Hemlock bark, medium grind, -1/5 + 3/4" sizes; submit sample for approval. PART 3 EXECUTION CITY OF TIGARD ROW LANDSCAPE STANDARDS TREES, PLANTS AND GROUND COVERS FY 2012-2013 SECTION 02950, PAGE 3 7 � 3.1 GENERAL A. Remove from all planting areas, stones, mortar, concrete, asphalt, rubbish, construction debris, and any other materials harmful to plant life. Additional excavation may be required at tree and shrub locations to obtain proper soil depth for root ball. 3.2 WEED ERADICATION AND CONTROL A. Application of Herbicides: Application of herbicides for weed control as may be required, may be made only by approved applicator licensed by the State of Oregon. B. Spray: Spray as required to eradicate all grasses, noxious weed growth and roots (two applications minimum). C. Restrictions: Kill achieved by working soil is not permissible. 3.3 SOIL PREPARATION FOR PLANTING AREAS A. Broadcast the following materials (per 1,000 square feet of area) evenly over topsoil placed in each planting area. Rototill materials into topsoil, 4"to 6" deep, prior to installation of plant material. 1. Amount/1,000 Square Feet: 6 cubic yards Textural Soil Amendment 15 lbs. Commercial Mix 'B' Fertilizer 50 lbs. Agricultural Gypsum 3.4 PLANTING OF TREES AND SHRUBS A. Appearance: Plant trees and shrubs upright and face to give best appearance or relationship to adjacent plants and structures. B. Weather Conditions: Planting operation to begin as soon as weather conditions permit by accepted local practice. C. Layout Approval: Layout of planting areas to be approved by the Project Manager prior to installation. D. Excavation of Holes: All planting holes shall be excavated twice the size of the tree, shrub or groundcover root ball or root system. Trees to be planted on undisturbed subgrade where possible. E. Prior to placement of each tree and shrub, place Best-Pak according to manufacturer's recommendations in the bottom of each hole. F. Balled and Burlapped Materials: Loosen and remove carefully twine binding and CITY OF TIGARD ROW LANDSCAPE STANDARDS TREES, PLANTS AND GROUND COVERS FY 2012-2013 SECTION 02950, PAGE 4 1 burlap from top of root balls. Stake or guy trees immediately after planting each tree. G. Roots: Cut off cleanly all broken or frayed roots. H. Pruning: Prune trees and shrubs to remove damaged branches, improve natural shape and thin not more than 15% of branches. I. Backfilling: Place and compact lightly backfill soil mixture carefully to avoid injury to roots, fill all voids. J. Planting Fertilizer: When hole is three-fourths filled, spread evenly around root ball: Commercial Mix 'C'. Provide the following: 1. All one gallon containers: 1 Teaspoon 2. All two gallon containers: 1 Tablespoon 3. All three to five gallon containers: 2 Tablespoons 4. All evergreen or deciduous trees: 1 Ib. for each caliper inch measured 4" above top of root ball. K. Watering: When hole is filled, completely soak and allow water to soak away. Fill holes to finish grade and prepare for other work indicated. 3.5 PLANTING BED GRADES A. Grades and slopes are to be in accordance with rough finish grades established by others, plus increase resulting from addition of topsoil and mulch. Grades shall be 2" below bordering paving, curbs, walls, etc. before application of mulch. Heights of berms above top of curbs to be approved by Project Manager before planting. 3.6 PRE-EMERGENCE WEED KILLER A. Apply weed killer according to the manufacturer's directions on the planting beds, after planting and before mulching. No weed killer shall be applied to areas of future bulb plantings. Herbicide must be applied by a licensed chemical applicator. The Landscape Contractor shall use his best judgment during application procedures to avoid lateral movement of chemical into lawn areas. The Landscape Contractor may elect to skip certain portions of planting beds if lateral movement of chemical cannot be avoided. Notify the Project Manager of areas that did not receive herbicide. Landscape Contractor is still responsible for weed control through maintenance period. 3.7 MULCHING OF PLANTING BEDS A. Mulch shrub planting areas with 3" layer of specified mulch within two days of planting. Cover entire planting beds, apply evenly. 3.8 WATERING EQUIPMENT A. Hose and other watering equipment required for performance of work to be furnished by Landscape Contractor. CITY OF TIGARD ROW LANDSCAPE STANDARDS TREES, PLANTS AND GROUND COVERS FY 2012-2013 SECTION 02950, PAGE 5 3.9 CLEAN-UP A. Keep premises reasonably free from accumulation of debris, equipment and surplus materials. Leave project site in neat and orderly condition. 3.10 MAINTENANCE A. Begin maintenance immediately after each tree, shrub and groundcover is planted. Continue maintenance as follows, for 30 days after acceptance. Protect and maintain planting until acceptance. Water, weed, cultivate, mulch and reset plants to proper grade or upright position, remove dead wood from plant material as required for best appearance. Irrigate when necessary to avoid drying out of plant materials, and as required to promote healthy growth. Maintain all planters according to the above. Provide for additional "spot" watering of tree stock during maintenance period. END OF SECTION CITY OF TIGARD ROW LANDSCAPE STANDARDS TREES,PLANTS AND GROUND COVERS FY 2012-2013 SECTION 02950,PAGE 6