Loading...
HomeMy WebLinkAboutBID - 7502 LEE MARTINEZ PARK ENTRY SIGNADDENDUM No. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS Description of BID 7502: Lee Martinez Park Entry Sign OPENING DATE: 3:00 PM (Our Clock) May 6, 2013 To all prospective bidders under the specifications and contract documents described above, the following changes/additions are hereby made and detailed in the following sections of this addendum: Exhibit 1 – Sign Construction Documents Please contact Pat Johnson, CPPB, Buyer at (970) 221-6816 with any questions regarding this addendum. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. Financial Services Purchasing Division 215 N. Mason St. 2nd Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 fcgov.com/purchasing SIGN COLUMN CAP ABOVE STONE (TYP) 3-FEB 2-HSD 2-LAM 1-RFG 37' 11'-4" TO INTERSECTION OF SIDEWALK AND MUSEUM ENTRY DRIVE SIDEWALK R5'-5" R4'-6" R5'-10" R3'-11" R3'-3" EXISTING TURF EXISTING TURF STONE 'C' STONE 'A' STONE 'B' 13'-4" 4'-5" 4'-5" COBBLE MIX CITY SUPPLIED WOOD MULCH ABBR. COMMON NAME BOTANICAL NAME QTY. SIZE PERENNIALS & GRASSES RFG Black-Eyed Susan Rudbeckia fulgida 'Goldstrum' 1 gal. STA Autumn Joy Sedum Sedum telephium 'Autumn Joy' 1 gal. HSD Dwarf Daylily Hemerocallis 'Stella d'Oro' 1 gal. CAK Feather Reed Grass Calamagrostis acutiflora 'Karl Foerster' 1 gal. PAH Dwarf Fountain Grass Pennisetum alopecuroides 'Hameln' 1 gal. LAM English Lavendar Lavendula angustifolia 'Munstead' 1 gal. CXC Blue Mist Spirea Caryopteris x clandonensis 'Blue Mist' 1 gal. FEB Elijah Blue Fescue Grass Festuca glauca 'Elijah Blue' 1 gal. TOTAL 31 401 West Mountain Avenue Suite 100 Fort Collins, CO 80521 fax 970/224.1662 phone 970/224.5828 www.ripleydesigninc.com Ŷ land planning Ŷ landscape architecture Ŷ Ŷ urban design Ŷ entitlement Ŷ FORT COLLINS, COLORADO LEE MARTINEZ ENTRY SIGN CD'S PROJECT No.: R12-032 DRAWN BY: BC REVIEWED BY: SEAL: CONSTRUCTION DOCUMENTS ISSUED No. DESCRIPTION DATE 1 CD'S 04.11.13 lee martinez community park SCALE: 1"=1'-0" 4 SIGN ELEVATION- SOUTH MIX CUT STONE AND BRICK AT RATIO: 30% BRICK, 70% CUT STONE 20" 16" 100% BRICK, 6 COURSES 100% CUT STONE 12" MIX CUT STONE AND RIVER ROCK AT RATIO: 50% RIVER ROCK, 50% CUT STONE 28" 100% RIVER ROCK 105" 96" 20" 46" 60" TAPER TOWARDS BOTTOM, SEE DETAIL 1, THIS SHEET. SANDBLAST LETTERING AND FORT COLLINS LOGO, PAINT WITH DARK BROWN LITHOCROME. VECTOR FILE TO BE PROVIDED SANDSTONE BOULDER SET 1 3 INTO GROUND SANDSTONE BOULDER (BEHIND) 22" 3" COLORED PRECAST CONCRETE CAP. DTL 2 AND 3, THIS SHEET 72" 60" 40" START TAPER AT 60" ABOVE GROUND 60" 60" SCALE: 1/2"=1'-0" 1 TAPER DETAIL SCALE: 1"=1'-0" 5 SIGN SECTION- SOUTH 3" 60" 46" 4" GROOVE CAST INTO UNDERSIDE OF CAP MULCH RE: STRUCTURAL DRAWINGS FOR CMU PLACE SANDSTONE BOULDERS AGAINST CMU COLUMN BEFORE APPLYING MASONRY VENEER. FILL JOINTS SOLID WITH MORTAR. SET BOULDERS 1 3 INTO THE GROUND STONE 'A' STONE 'B' STONE 'C' 24" 14" 22" 30" 14" 30" 16" 14" 30" 32" SANDSTONE BOULDERS PLACED AFTER FOOTER IS POURED CMU ABOVE EDGE OF FOOTER 32" 32" 401 West Mountain Avenue Suite 100 Fort Collins, CO 80521 fax 970/224.1662 phone 970/224.5828 www.ripleydesigninc.com Ŷ land planning Ŷ landscape architecture Ŷ Ŷ urban design Ŷ entitlement Ŷ FORT COLLINS, COLORADO LEE MARTINEZ ENTRY SIGN CD'S PROJECT No.: R12-032 DRAWN BY: BC REVIEWED BY: SEAL: CONSTRUCTION DOCUMENTS ISSUED No. DESCRIPTION DATE 1 CD'S 04.11.13 2 REVISIONS No. DESCRIPTION DATE 1 2 OF 3 SHEET SET DRAWING NUMBER: 3 DETAILS NTS 1 STONE 'A' NTS NTS 3 STONE 'C' 2 STONE 'B' NTS 4 STONE PLACEMENT BID Lee Martinez Park Entry Sign Page 1 of 13 INVITATION TO BID 7502 LEE MARTINEZ PARK ENTRY SIGN BID OPENING: 3:00 P.M. (our clock), May 6, 2013 The City of Fort Collins is requesting bids from firms for construction and installation of a new sign for Lee Martinez Park. The sign will be located at the Discover Museum at 408 Mason Court. Sealed bids will be received and publicly opened at the office of the Director of Purchasing and Risk Management, PO Box 580, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80522, at the time and date noted on the bid proposal and/or contract documents. If delivered, they are to be sent to 215 North Mason Street, 2nd Floor, Fort Collins, Colorado 80524. If mailed, the address is P.O. Box 580, Fort Collins, 80522-0580. Bids must be received at the Purchasing Office prior to 3:00 p.m. (our clock), May 6, 2013. The City encourages all disadvantaged business enterprises to submit bid in response to all invitations and will not be discriminated against on the grounds of race, color, national origin. Questions concerning the scope of the bid should be directed to Kathleen Benedict at (970) 416-2260 or kbenedict@fcgov.com. Questions regarding bid submittal or process should be directed to Pat Johnson, CPPB, Buyer at (970) 221-6816 or pjohnson@fcgov.com. A copy of the Bid may be obtained as follows: 1. Download the Bid from the Purchasing Webpage, Current Bids page, at: http://fcgov.com/eprocurement Special Instructions All bids must be properly signed by an authorized representative of the company with the legal capacity to bind the company to the agreement. Bids may be withdrawn up to the date and hour set for closing. Once bids have been accepted by the City and closing has occurred, failure to enter into contract or honor the purchase order will be cause for removal of supplier's name from the City of Fort Collins' bidders list for a period of twelve months from the date of the opening. The City may also pursue any remedies available at law or in equity. Bid prices must be held firm for a period of forty-five (45) days after bid openings. Submission of a bid is deemed as acceptance of all terms, conditions and specifications contained in the City's specifications initially provided to the bidder. Any proposed modification must be accepted in writing by the City prior to award of the bid. Only bids properly received by the Purchasing Office will be accepted. All bids should be clearly identified by the bid number and bid name contained in the bid proposal. Financial Services Purchasing Division 215 N. Mason St. 2nd Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 fcgov.com/purchasing BID Lee Martinez Park Entry Sign Page 2 of 13 No proposal will be accepted from, or any purchase order awarded, to any person, firm or corporation in default on any obligation to the City. Bids must be furnished exclusive of any federal excise tax, wherever applicable. Bidders must be properly licensed and secure necessary permits wherever applicable. Bidders not responding to this bid will be removed from our automated vendor listing for the subject commodities. The City may elect where applicable, to award bids on an individual item/group basis or on a total bid basis, whichever is most beneficial to the City. The City reserves the right to accept or reject any and all bids, and to waive any irregularities or informalities. Sales prohibited/conflict of interest: no officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision- making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity, favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited. Freight terms: unless otherwise noted, all freight is F.O.B. Destination, Freight Prepaid. All freight charges must be included in prices submitted on proposal. Discounts: any discounts allowed for prompt payment, etc., must be reflected in bid figures and not entered as separate pricing on the proposal form. Purchasing restrictions: your authorized signature of this bid assures your firm's compliance with the City's purchasing restrictions. A copy of the resolutions is available for review in the Purchasing Office or the City Clerk's Office. Request Resolution 91-121 for cement restrictions. Collusive or sham bids: any bid deemed to be collusive or a sham bid will be rejected and reported to authorities as such. Your authorized signature of this bid assures that such bid is genuine and is not a collusive or sham bid. Bid results: for information regarding results for individual bids send a self-addressed, self-stamped envelope and a bid tally will be mailed to you. Bid results will be posted in our office 7 days after the bid opening. John D Stephen, CPPO, LEED AP Interim Director of Purchasing and Risk Management BID Lee Martinez Park Entry Sign Page 3 of 13 7502 LEE MARTINEZ PARK ENTRY SIGN SCOPE OF WORK SCOPE OF WORK: The City of Fort Collins' is requesting quotes for construction and installation of a new sign for Lee Martinez Park. The sign will be located at the Discover Museum at 408 Mason Court . 1. Contractor is to prepare site for new sign; landscaping; and irrigation as described on plan. 2. Ensure that the landscape plan is coordinated with the plans done by other consultants so that the proposed grading, storm drainage, or other construction does not conflict nor preclude installation and maintenance of landscape elements on this plan. 3. All landscape areas within the site shall be irrigated with an automatic underground drip irrigation system. Irrigation will be provided via contractor design build coordinated with owner’s rep during installation. 4. The City will supply the mulch to be used. 5. The sign shall be constructed on site and elsewhere as necessary. Contractor shall be responsible for transportation of sign to site. All travel expense is to be included in the base bid price. 6. Contractor shall verify details of project with the Owner’s rep as specified. 7. Prices must include all labor, material, travel, rental, required permits, required traffic control and job-site clean-up as per the scope of services. 8. Project must be complete by August 1, 2013. 9. Award will be made to vendor with the lowest priced responsive and responsible proposal. Awarded contractor must sign the attached Service Agreement and provide insurance per Exhibit “B”. BID Lee Martinez Park Entry Sign Page 4 of 13 7502 LEE MARTINEZ PARK ENTRY SIGN BID SCHEDULE BASE BID (LUMP SUM): $________________ IN WORDS: SUPPLEMENTAL INSTRUCTIONS Prices quoted must remain firm for a 30 day period after the opening date. The City reserves the right to accept or reject any and all quotes. Bid Submitted By: Signature: Printed: Company: Address: Phone: Email: BID Lee Martinez Park Entry Sign Page 5 of 13 SERVICES AGREEMENT THIS AGREEMENT made and entered into the day and year set forth below by and between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter referred to as the "City" and , hereinafter referred to as "Service Provider". WITNESSETH: In consideration of the mutual covenants and obligations herein expressed, it is agreed by and between the parties hereto as follows: 1. Scope of Services. The Service Provider agrees to provide services in accordance with the scope of services attached hereto as Exhibit "A", consisting of ( ) page and incorporated herein by this reference. 2. The Work Schedule. [Optional] The services to be performed pursuant to this Agreement shall be performed in accordance with the Work Schedule attached hereto as Exhibit "B", consisting of ( ) page , and incorporated herein by this reference. 3. Time of Commencement and Completion of Services. The services to be performed pursuant to this Agreement shall be initiated within ( ) days following execution of this Agreement. Services shall be completed no later than . Time is of the essence. Any extensions of the time limit set forth above must be agreed upon in a writing signed by the parties. 4. Contract Period. [Option 1] This Agreement shall commence upon the date of execution shown on the signature page of this Agreement and shall continue in full force and effect for one (1) year, unless sooner terminated as herein provided. In addition, at the option of the City, the Agreement may be extended for an additional period of one (1) year at the rates provided with written notice to the Professional mailed no later than ninety (90) days prior to contract end. 5. Contract Period. [Option 2] This Agreement shall commence , 200 , and shall continue in full force and effect until , 200 , unless sooner terminated as BID Lee Martinez Park Entry Sign Page 6 of 13 herein provided. In addition, at the option of the City, the Agreement may be extended for additional one year periods not to exceed ( ) additional one year periods. Renewals and pricing changes shall be negotiated by and agreed to by both parties. The Denver Boulder Greeley CPIU published by the Colorado State Planning and Budget Office will be used as a guide. Written notice of renewal shall be provided to the Service Provider and mailed no later than ninety (90) days prior to contract end. 6. Delay. If either party is prevented in whole or in part from performing its obligations by unforeseeable causes beyond its reasonable control and without its fault or negligence, then the party so prevented shall be excused from whatever performance is prevented by such cause. To the extent that the performance is actually prevented, the Service Provider must provide written notice to the City of such condition within fifteen (15) days from the onset of such condition. [Early Termination clause here as an option 7. Early Termination by City/Notice. Notwithstanding the time periods contained herein, the City may terminate this Agreement at any time without cause by providing written notice of termination to the Service Provider. Such notice shall be delivered at least fifteen (15) days prior to the termination date contained in said notice unless otherwise agreed in writing by the parties. All notices provided under this Agreement shall be effective when mailed, postage prepaid and sent to the following addresses: City: City of Fort Collins Attn: Purchasing PO Box 580 Fort Collins, CO 80522 Copy to: City of Fort Collins Attn: PO Box 580 Fort Collins, CO 80522 Service Provider: In the event of early termination by the City, the Service Provider shall be paid for services rendered to the date of termination, subject only to the satisfactory performance of the Service Provider's obligations under this Agreement. Such payment shall be the Service Provider's sole right and remedy for such termination. 8. Contract Sum. The City shall pay the Service provider for the performance of this BID Lee Martinez Park Entry Sign Page 7 of 13 Contract, subject to additions and deletions provided herein, per the attached Exhibit " ", consisting of page , and incorporated herein by this reference. 9. City Representative. The City will designate, prior to commencement of the work, its representative who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the services provided under this agreement. All requests concerning this agreement shall be directed to the City Representative. 10. Independent Service provider. The services to be performed by Service Provider are those of an independent service provider and not of an employee of the City of Fort Collins. The City shall not be responsible for withholding any portion of Service Provider's compensation hereunder for the payment of FICA, Workmen's Compensation or other taxes or benefits or for any other purpose. 11. Personal Services. It is understood that the City enters into the Agreement based on the special abilities of the Service Provider and that this Agreement shall be considered as an agreement for personal services. Accordingly, the Service Provider shall neither assign any responsibilities nor delegate any duties arising under the Agreement without the prior written consent of the City. 12. Acceptance Not Waiver. The City's approval or acceptance of, or payment for any of the services shall not be construed to operate as a waiver of any rights or benefits provided to the City under this Agreement or cause of action arising out of performance of this Agreement. 13. Warranty. a. Service Provider warrants that all work performed hereunder shall be performed with the highest degree of competence and care in accordance with accepted standards for work of a similar nature. b. Unless otherwise provided in the Agreement, all materials and equipment incorporated into any work shall be new and, where not specified, of the most suitable grade of BID Lee Martinez Park Entry Sign Page 8 of 13 their respective kinds for their intended use, and all workmanship shall be acceptable to City. c. Service Provider warrants all equipment, materials, labor and other work, provided under this Agreement, except City-furnished materials, equipment and labor, against defects and nonconformances in design, materials and workmanship/workwomanship for a period beginning with the start of the work and ending twelve (12) months from and after final acceptance under the Agreement, regardless whether the same were furnished or performed by Service Provider or by any of its subcontractors of any tier. Upon receipt of written notice from City of any such defect or nonconformances, the affected item or part thereof shall be redesigned, repaired or replaced by Service Provider in a manner and at a time acceptable to City. 14. Default. Each and every term and condition hereof shall be deemed to be a material element of this Agreement. In the event either party should fail or refuse to perform according to the terms of this agreement, such party may be declared in default thereof. 15. Remedies. In the event a party has been declared in default, such defaulting party shall be allowed a period of ten (10) days within which to cure said default. In the event the default remains uncorrected, the party declaring default may elect to (a) terminate the Agreement and seek damages; (b) treat the Agreement as continuing and require specific performance; or (c) avail himself of any other remedy at law or equity. If the non-defaulting party commences legal or equitable actions against the defaulting party, the defaulting party shall be liable to the non-defaulting party for the non-defaulting party's reasonable attorney fees and costs incurred because of the default. 16. Binding Effect. This writing, together with the exhibits hereto, constitutes the entire agreement between the parties and shall be binding upon said parties, their officers, employees, agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal representatives, successors and assigns of said parties. 17. Indemnity/Insurance. BID Lee Martinez Park Entry Sign Page 9 of 13 a. The Service Provider agrees to indemnify and save harmless the City, its officers, agents and employees against and from any and all actions, suits, claims, demands or liability of any character whatsoever brought or asserted for injuries to or death of any person or persons, or damages to property arising out of, result from or occurring in connection with the performance of any service hereunder. b. The Service Provider shall take all necessary precautions in performing the work hereunder to prevent injury to persons and property. c. Without limiting any of the Service Provider's obligations hereunder, the Service Provider shall provide and maintain insurance coverage naming the City as an additional insured under this Agreement of the type and with the limits specified within Exhibit , consisting of one (1) page, attached hereto and incorporated herein by this reference. The Service Provider before commencing services hereunder, shall deliver to the City's Director of Purchasing and Risk Management, P. O. Box 580 Fort Collins, Colorado 80522 one copy of a certificate evidencing the insurance coverage required from an insurance company acceptable to the City. 18. Entire Agreement. This Agreement, along with all Exhibits and other documents incorporated herein, shall constitute the entire Agreement of the parties. Covenants or representations not contained in this Agreement shall not be binding on the parties. 19. Law/Severability. The laws of the State of Colorado shall govern the construction interpretation, execution and enforcement of this Agreement. In the event any provision of this Agreement shall be held invalid or unenforceable by any court of competent jurisdiction, such holding shall not invalidate or render unenforceable any other provision of this Agreement. 20. Prohibition Against Employing Illegal Aliens. Pursuant to Section 8-17.5-101, C.R.S., et. seq., Service Provider represents and agrees that: a. As of the date of this Agreement: 1. Service Provider does not knowingly employ or contract with an illegal BID Lee Martinez Park Entry Sign Page 10 of 13 alien who will perform work under this Agreement; and 2. Service Provider will participate in either the e-Verify program created in Public Law 208, 104th Congress, as amended, and expanded in Public Law 156, 108th Congress, as amended, administered by the United States Department of Homeland Security (the “e-Verify Program”) or the Department Program (the “Department Program”), an employment verification program established pursuant to Section 8-17.5-102(5)(c) C.R.S. in order to confirm the employment eligibility of all newly hired employees to perform work under this Agreement. b. Service Provider shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or knowingly enter into a contract with a subcontractor that knowingly employs or contracts with an illegal alien to perform work under this Agreement. c. Service Provider is prohibited from using the e-Verify Program or Department Program procedures to undertake pre-employment screening of job applicants while this Agreement is being performed. d. If Service Provider obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien, Service Provider shall: 1. Notify such subcontractor and the City within three days that Service Provider has actual knowledge that the subcontractor is employing or contracting with an illegal alien; and 2. Terminate the subcontract with the subcontractor if within three days of receiving the notice required pursuant to this section the subcontractor does not cease employing or contracting with the illegal alien; except that Service Provider shall not terminate the contract with the subcontractor if during such three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with BID Lee Martinez Park Entry Sign Page 11 of 13 an illegal alien. e. Service Provider shall comply with any reasonable request by the Colorado Department of Labor and Employment (the “Department”) made in the course of an investigation that the Department undertakes or is undertaking pursuant to the authority established in Subsection 8-17.5-102 (5), C.R.S. f. If Service Provider violates any provision of this Agreement pertaining to the duties imposed by Subsection 8-17.5-102, C.R.S. the City may terminate this Agreement. If this Agreement is so terminated, Service Provider shall be liable for actual and consequential damages to the City arising out of Service Provider’s violation of Subsection 8-17.5-102, C.R.S. g. The City will notify the Office of the Secretary of State if Service Provider violates this provision of this Agreement and the City terminates the Agreement for such breach. 21. Special Provisions. [Optional] Special provisions or conditions relating to the services to be performed pursuant to this Agreement are set forth in Exhibit " ", consisting of ( ) pages, attached hereto and incorporated herein by this reference. BID Lee Martinez Park Entry Sign Page 12 of 13 CITY OF FORT COLLINS, COLORADO a municipal corporation By:_______________________________ John D. Stephen, CPPO, LEED AP Interim Director of Purchasing and Risk Management Date:_____________________________ ATTEST: _________________________________ City Clerk APPROVED AS TO FORM: ________________________________ Assistant City Attorney By:_______________________________ __________________________________ PRINT NAME __________________________________ CORPORATE PRESIDENT OR VICE PRESIDENT Date:_____________________________ ATTEST: (Corporate Seal) _____________________________ CORPORATE SECRETARY BID Lee Martinez Park Entry Sign Page 13 of 13 EXHIBIT “ ” INSURANCE REQUIREMENTS 1. The Service Provider will provide, from insurance companies acceptable to the City, the insurance coverage designated hereinafter and pay all costs. Before commencing work under this bid, the Service Provider shall furnish the City with certificates of insurance showing the type, amount, class of operations covered, effective dates and date of expiration of policies, and containing substantially the following statement: "The insurance evidenced by this Certificate will not be cancelled or materially altered, except after ten (10) days written notice has been received by the City of Fort Collins." In case of the breach of any provision of the Insurance Requirements, the City, at its option, may take out and maintain, at the expense of the Service Provider, such insurance as the City may deem proper and may deduct the cost of such insurance from any monies which may be due or become due the Service Provider under this Agreement. The City, its officers, agents and employees shall be named as additional insureds on the Service Provider's general liability and automobile liability insurance policies for any claims arising out of work performed under this Agreement. 2. Insurance coverages shall be as follows: A. Workers' Compensation & Employer's Liability. The Service Provider shall maintain during the life of this Agreement for all of the Service Provider's employees engaged in work performed under this agreement: 1. Workers' Compensation insurance with statutory limits as required by Colorado law. 2. Employer's Liability insurance with limits of $100,000 per accident, $500,000 disease aggregate, and $100,000 disease each employee. B. Commercial General & Vehicle Liability. The Service Provider shall maintain during the life of this Agreement such commercial general liability and automobile liability insurance as will provide coverage for damage claims of personal injury, including accidental death, as well as for claims for property damage, which may arise directly or indirectly from the performance of work under this Agreement. Coverage for property damage shall be on a "broad form" basis. The amount of insurance for each coverage, Commercial General and Vehicle, shall not be less than $500,000 combined single limits for bodily injury and property damage. In the event any work is performed by a subcontractor, the Service Provider shall be responsible for any liability directly or indirectly arising out of the work performed under this Agreement by a subcontractor, which liability is not covered by the subcontractor's insurance. SOUTH FACE SOUTH FACE SOUTH FACE SOUTH NORTH APPROXIMATE STONE SIZES (ABOVE GROUND) 1. LARGE STONES 'A', 'B' AND 'C' SHALL BE FIELD SELECTED BY OWNERS REP. 2. STONES TO BE SET 1 3 OF HEIGHT INTO THE GROUND NOTES NTS 5 FOOTER LAYOUT NOTE: DIMENSIONS SHOWN ARE FOR THE PORTION ABOVE GROUND. THERE WILL ALSO BE A PORTION OF THE STONE (1 3 OF OVERALL HEIGHT) SET INTO THE GROUND. MAKE SURE TO ACCOMMODATE FOR THE ADDITIONAL ALL FACES OF HEIGHT WHEN FIELD SELECTING. STONE ARE BROKEN, NOT SMOOTH CUT ALL FACES OF STONE ARE BROKEN, NOT SMOOTH CUT ADDITIONAL INFORMATION ON FOOTER DEPTH AND REINFORCEMENT DESIGN GRADE STONE (BEHIND) 32" NTS 3 PRECAST CAP: PERSPECTIVE SOUTH SCALE: 1/2"=1'-0" 2 PRECAST CAP DETAIL: TOP 46" 46" CLEAR MASONRY SEALER ON EXPOSED SURFACES OF CAP VERTICAL DOWELS 8" 8" 1" WIDE X 3" DEEP GROOVE CAST INTO BOTTOM OF CAP. 11.5" 11.5" CL 30" SOUTH 401 West Mountain Avenue Suite 100 Fort Collins, CO 80521 fax 970/224.1662 phone 970/224.5828 www.ripleydesigninc.com Ŷ land planning Ŷ landscape architecture Ŷ Ŷ urban design Ŷ entitlement Ŷ FORT COLLINS, COLORADO LEE MARTINEZ ENTRY SIGN CD'S PROJECT No.: R12-032 DRAWN BY: BC REVIEWED BY: SEAL: CONSTRUCTION DOCUMENTS ISSUED No. DESCRIPTION DATE 1 CD'S 04.11.13 2 REVISIONS No. DESCRIPTION DATE 1 2 OF 3 SHEET SET DRAWING NUMBER: 2 DETAILS 1. MASONRY MATERIALS SHALL BE SUBMITTED TO OWNERS REP FOR APPROVAL. 2. PRE-CAST CAP SAMPLE (4"X4") TO BE SUBMITTED TO OWNERS REP PRIOR TO CASTING CAP. 3. LARGE STONES 'A', 'B' AND 'C' SHALL BE FIELD SELECTED BY OWNERS REP. 4. MOCK-UP PANEL SHALL BE BUILT ON-SITE TO DEMONSTRATE THE BLENDING OF THE 3 TYPES OF MASONRY ON THE COLUMN. SIZE OF MOCK UP TO BE ATLEAST 36"X36". CONTACT OWNERS REP FOR APPROVAL BEFORE PROCEEDING WITH COLUMN. NOTES 2 REVISIONS No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a. REMOVE STOCK FROM CONTAINERS INCLUDING SHRUBS IN PEAT POTS. DO NOT BREAK THE ROOTBALLS. DO NOT REMOVE PLANT MATERIALS BY PULLING ON THE STEMS OF THE PLANTS. ONCE REMOVED, SLICE THE PERIMETER OF THE ROOTBALLS IN SEVERAL LOCATIONS USING A SHARP INSTRUMENT OR BUTTERFLY POT-BOUND PLANT MATERIALS PRIOR TO PLANTING BY STICKING THE SHOVEL INTO THE BOTTOM OF THE ROOTBALL AND SPLAYING THE ROOT MASS. ROUGHEN SIDE OF THE PLANTS TO BREAK UP CIRCULAR ROOT GROWTH. b. PLANT SHRUBS SO THAT THE PLANT, WHEN IN THE GROUND, IS APPROXIMATELY 2 INCHES ABOVE THE SURROUNDING GRADE. LIGHTLY COMPACT BACKFILL IN HOLE AFTER PLANTING AND WATER THOROUGHLY. c. APPLY OSMOCOTE FERTILIZER AT THE BASE OF THE PLANT AFTER BACKFILLING. APPLY AT MANUFACTURER'S RECOMMENDED RATE. WATER LIGHTLY TO ACTIVATE FERTILIZER. 14. BACKFILL MIX: SHRUB PLANTING PITS SHALL BE BACKFILLED WITH THE FOLLOWING MIX: 80% ON-SITE TOPSOIL BY VOLUME (FROM OWNER'S STOCKPILE). 20% PEAT MOSS BY VOLUME. FIVE (5) POUNDS BONE MEAL PER CUBIC YARD OF BACKFILL. THE SPECIFIED BACKFILL MATERIALS SHALL BE PRE-MIXED, AND THEN TURNED SEVERAL TIMES WITH A FRONT END LOADER TO A UNIFORM, EVENLY BLENDED CONSISTENCY, FREE OF ALL POCKETS OF UNBLENDED MATERIAL AND ANY CLODS OR STONES GREATER THAN TWO (2") INCHES IN DIAMETER. BACKFILL MIX SHALL BE DELIVERED TO EACH PLANTING PIT AFTER MIXING HAS OCCURRED. PRE-MIXED BACKFILL MIX SHALL BE INSPECTED BY OWNERS REP. 15. FERTILIZER FOR SHRUBS SHALL BE OSMOCOTE SIERRABLEN, 9 MONTH SLOW RELEASE FERTILIZER. APPLY PER MANUFACTURER'S RECOMMENDATIONS. 16. VERIFY STAKED LOCATION OF SIGN AND LANDSCAPE BEDS IN FIELD WITH OWNER'S REP PRIOR TO CONSTRUCTION. 2 X BALL DIA. SPECIFIED PLANTING MIX WATER THOROUGHLY TO SETTLE AND REMOVE AIR POCKETS REMOVE ALL WIRE, TWINE, BURLAP MESH AND CONTAINERS (INCLUDING FIBER CONTAINERS) SCARIFY SIDES OF PLANTING PIT APPLY SPECIFIED MULCH SET ROOT BALL ON UNDISTURBED SOIL 4" HIGH WATER SAUCER. LOOSEN SIDES OF OF PLANT PIT PRUNE ALL DAMAGED OR DEAD WOOD IMMEDIATELY PRIOR TO PLANTING SCALE: 1"=1'-0" 1 CONCRETE EDGER SHRUB BED 1" TOOLED RADIUS ADJACENT CONC OR GRASS SHALL BE FLUSH WITH CONC EDGE PREPARED SUBGRADE 6" BASE COURSE, CLASS 6 NOTE: 1. EXPANSION JOINTS SHALL BE 80' OC OR AS DIRECTED BY OWNERS REP. 2. CONTROL JOINTS SHALL BE 5' OC OR AS DIRECTED BY OWNERS REP. NTS 2 SHRUB PLANTING NOTES SITE AND LANDSCAPE PLAN 1