Loading...
HomeMy WebLinkAboutBID - 7544 OLD TOWN PARKING GARAGE CANOPY (3)SPECIFICATIONS AND CONTRACT DOCUMENTS FOR OLD TOWN PARKING GARAGE CANOPY BID NO. 7544 PURCHASING DIVISION 215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS AUGUST 22, 2013 – 3:00 P.M. (OUR CLOCK) Financial Services Purchasing Division 215 N. Mason St. 2nd Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 fcgov.com/purchasing CONTRACT DOCUMENTS TABLE OF CONTENTS Section Pages BID INFORMATION 00020 Notice Inviting Bids 00020-1 - 00020-2 00100 Instruction to Bidders 00100-1 - 00100-9 00300 Bid Form 00300-1 - 00300-3 00400 Supplements to Bid Forms 00400-1 00410 Bid Bond 00410-1 - 00410-2 00420 Statements of Bidders Qualifications 00420-1 - 00420-3 00430 Schedule of Major Subcontractors 00430-1 CONTRACT DOCUMENTS 00500 Agreement Forms 00500-1 00510 Notice of Award 00510-0 00520 Agreement 00520-1 - 00520-6 00530 Notice to Proceed 00530-1 00600 Bonds and Certificates 00600-1 00610 Performance Bond 00610-1 - 00610-2 00615 Payment Bond 00615-1 - 00615-2 00630 Certificate of Insurance 00630-1 00635 Certificate of Substantial Completion 00635-1 00640 Certificate of Final Acceptance 00640-1 00650 Lien Waiver Release (Contractor) 00650-1 - 00650-2 00660 Consent of Surety 00660-1 00670 Application for Exemption Certificate 00670-1 - 00670-2 CONDITIONS OF THE CONTRACT 00700 General Conditions 00700-1 - 00700-34 Exhibit GC-A GC-A1 - GC-A2 00800 Supplementary Conditions 00800-1 - 00800-2 00900 Addenda, Modifications, and Payment 00900-1 00950 Contract Change Order 00950-1 - 00950-2 00960 Application for Payment 00960-1 - 00960-4 SPECIFICATIONS SECTION 00020 INVITATION TO BID SECTION 00020 INVITATION TO BID Date: July 31, 2013 Sealed Bids will be received by the City of Fort Collins (hereinafter referred to as OWNER), at the office of the Purchasing Division, 3:00 P.M., our clock, on August 22, 2013, for the Old Town Parking Garage Canopy; BID NO. 7544. If delivered, they are to be delivered to 215 North Mason Street, 2nd Floor, Fort Collins, Colorado, 80524. If mailed, the mailing address is P. O. Box 580, Fort Collins, CO 80522-0580. At said place and time, and promptly thereafter, all Bids that have been duly received will be publicly opened and read aloud. The Contract Documents provide for the construction of Bid 7544. The Work consists of installing a new 1,409 s.f. steel canopy over the west entrance of the old town parking garage. All Bids must be in accordance with the Contract Documents on file with the City of Fort Collins, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80524. The City encourages all disadvantaged business enterprises to submit bid in response to all invitations and will not be discriminated against on the grounds of race, color, national origin. A prebid conference and job walk with representatives of prospective Bidders will be held at 10:00 AM, on August 14, 2013, at the west entrance of the Old Town Parking Garage, located at Remington & Mountain, Fort Collins. Prospective Bidders are invited to present their questions relative to this Bid proposal at this meeting. The Contract Documents and Construction Drawings may be examined online at:  City of Fort Collins BuySpeed: https://www.fcgov.com/eprocurement Bids will be received as set forth in the Bidding Documents. The Work is expected to be commenced within the time as required by Section 2.3 of General Conditions. Substantial Completion of the Work is required as specified in the Agreement. The successful Bidder will be required to furnish a Performance Bond and a Payment Bond guaranteeing faithful performance and the payment of all bills and obligations arising from the performance of the Contract. No Bid may be withdrawn within a period of forty-five (45) days after the date fixed for opening Bids. The OWNER reserves the right to reject any and all Bids, and to waive any informalities and irregularities therein. Bid security in the amount of not less than 5% of the total Bid must accompany each Bid in the form specified in the Instructions to Bidders. Sales Prohibited/Conflict of Interest: No officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision- making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited. City of Fort Collins Gerry S. Paul Director of Purchasing & Risk Management SECTION 00100 INSTRUCTIONS TO BIDDERS SECTION 00100 INSTRUCTIONS TO BIDDERS 1.0 DEFINED TERMS Terms used in these Instructions to Bidders which are defined in the Standard General Conditions of the Construction Contract (No. 1910-8, 1990 ed.) have the meanings assigned to them in the General Conditions. The term "Bidder" means one who submits a Bid to OWNER, as distinct from a sub-bidder, who submits a Bid to Bidder. The terms "Successful Bidder" means the lowest, qualified, responsible and responsive Bidder to whom OWNER (on basis of OWNER's evaluation as hereinafter provided) makes an award. The term "Bidding Documents" includes the Advertisement or Invitation to Bid, Instructions to Bidders, the Bid Form, and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). 2.0 COPIES OF BIDDING DOCUMENTS 2.1. Complete sets of Bidding Documents may be obtained as stated in the Invitation to Bid. No partial sets will be issued. The Bidding Documents may be examined at the locations identified in the Invitation to Bid. 2.2. Complete sets of Bidding Documents shall be used in preparing Bids; neither OWNER nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.3. The submitted Bid proposal shall include Sections 00300, 00410, 00420, and 00430 fully executed. 2.4. OWNER and Engineer, in making copies of Bidding Documents available on the above terms, do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant for any other use. 3.0 QUALIFICATION OF BIDDERS 3.1 To demonstrate qualifications to perform the Work, each Bidder must submit at the time of the Bid opening, a written statement of qualifications including financial data, a summary of previous experience, previous commitments and evidence of authority to conduct business in the jurisdiction where the Project is located. Each Bid must contain evidence of Bidder's qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the contract. The Statement of Qualifications shall be prepared on the form provided in Section 00420. 3.2. In accordance with Section 8-160 of the Code of the City of Fort Collins in determining whether a bidder is responsible, the following shall be considered: (1) The ability, capacity and skill of the bidder to perform the contract or provide the services required, (2) whether the bidder can perform the contract or provide the service promptly and within the time specified without delay or interference, (3) the character, integrity, reputation, judgment, experience and efficiency of the bidder, (4) the quality of the bidder's performance of previous contracts or services, (5) the previous and existing compliance by the bidder with laws and ordinances relating to the contract or service, (6) the sufficiency of the financial resources and ability of the bidder to perform the contract or provide the service, (7) the quality, availability and adaptability of the materials and services to the particular use required, (8) the ability of the bidder to provide future maintenance and service for the use of the subject of the contract, and (9) any other circumstances which will affect the bidder's performance of the contract. 3.3. Each Bidder may be required to show that he has handled former Work so that no just claims are pending against such Work. No Bid will be accepted from a Bidder who is engaged on any other Work which would impair his ability to perform or finance this Work. 3.4 No Bidder shall be in default on the performance of any other contract with the City or in the payment of any taxes, licenses or other monies due to the City. 4.0 EXAMINATION OF CONTRACT DOCUMENTS AND SITE 4.1. It is the responsibility of each Bidder, before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to familiarize himself with local conditions that may in any manner affect cost, progress or performance of the Work, (c) familiarize himself with federal, state and local laws, ordinances, rules and regulations that may in any manner affect cost, progress or performance of the Work, (d) study and carefully correlate Bidder's observations with the Contract Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. 4.2. Reference is made to the Supplementary Conditions for identification of: Subsurface and Physical Conditions SC-4.2. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 5.0 INTERPRETATIONS AND ADDENDA. 5.1. All questions about the meaning or intent of the Bidding Documents are to be submitted in writing to the Engineer and the OWNER. Interpretation or clarifications considered necessary in response to such questions will be issued only by Addenda. Questions received less than seven days prior to the date for opening of the Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 5.2. All questions concerning the scope of this project should be directed to the Engineer. Questions regarding submittal of bids should be directed to the City of Fort Collins' Purchasing Division. 5.3. Addenda may also be issued to modify the Bidding Documents as deemed advisable by OWNER or Engineer. 5.4. Addenda will be mailed or delivered to all parties recorded by the OWNER as having received the Bidding documents. 6.0 BID SECURITY 6.1. Each Bid must be accompanied by Bid Security made payable to OWNER in the amount stated in the Invitation to Bid. The required security must be in the form of a certified or bank cashier's check payable to OWNER or a Bid Bond on the form enclosed herewith. The Bid Bond must be executed by a surety meeting the requirements of the General Conditions for surety bonds. 6.2. The Bid Security of the successful Bidder will be retained until such Bidder has executed the Agreement and furnished the required contract security, whereupon Bid Security will be returned. If the successful Bidder fails to execute and deliver the Agreement and furnish the required contract security within 15 days of the Notice of Award, OWNER may annul the Notice of Award and the Bid Security of that Bidder will be forfeited. The Bid Security of other Bidders whom OWNER believes to have reasonable chance receiving the award may be retained by OWNER until the earlier of the seventh day after the effective date of the Agreement or the thirty-first day after the Bid Opening, whereupon Bid Security furnished by such Bidders will be returned. Bid Security with Bids which are not competitive will be returned within seven days after the Bid opening. 7.0 CONTRACT TIME. The number of days within which, or the date by which the Work is to be substantially complete and also completed and ready for Final Payment (the Contract Times) are set forth in the Agreement. 8.0 LIQUIDATED DAMAGES. Provisions for liquidated damages are set forth in the Agreement. 9.0 SUBSTITUTE ("OR EQUAL") MATERIAL AND EQUIPMENT The Contract, if awarded, will be on the basis of material and equipment described on the Drawings or specified in the Specifications without consideration of possible substitute or "or equal" items. Whenever it is indicated on the Drawings or specified in the Specifications that a substitute or "or equal" item of material or equipment may be furnished or used by CONTRACTOR if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the "effective date of the Agreement". The procedure for submittal of any such application by CONTRACTOR and consideration by Engineer is set forth in the General Conditions which may be supplemented in the General Requirements. 10.0 SUBCONTRACTORS, SUPPLIERS AND OTHERS 10.1. Each Bidder shall submit at the Bid opening to OWNER a list of principal subcontractors he proposes to use in the Work. Refer to Section 00430 contained within these Documents. 10.2. If OWNER or Engineer after due investigation has reasonable objection to any proposed Subcontractor, either may, before the Notice of Award is given, request the apparent successful Bidder to submit an acceptable substitute without an increase in Bid price. If the apparent successful Bidder declines to make any substitution, OWNER may award the contract to the next lowest responsive and responsible Bidder that proposes to use acceptable subcontractors. Subcontractors, suppliers, other persons or organization listed and to whom OWNER or Engineer does not make written objection prior to the giving of the Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to revocation of such acceptance after the effective date of the Agreement as provided in the General Conditions. 10.3. CONTRACTOR shall not be required to employ any subcontractor, supplier or other persons or organizations against whom he has reasonable objection. The use of subcontractors listed by the Bidder and accepted by OWNER prior to the Notice of Award will be required in the performance of the Work. 11.0 BID FORM. 11.1. A copy of the Bid Form is bound in the Contract Documents which may be retained by the Bidder. A separate unbound copy is enclosed for submission with the Bid. 11.2. Bid Forms must be complete in ink or typed. All lump sum prices on the form must be stated in words and numerals; in case of conflict, words will take precedence. Unit prices shall govern over extensions of sums. 11.3. Bids by corporations must be executed in the corporate name by the president or a vice-president (or other appropriate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the corporate name. 11.4. Bids by partnerships must be executed in the partnership name and signed by a partner, his title must appear under his signature and the official address of the partnership must be shown below the signature. 11.5. Bids by joint venture shall be signed by each participant in the joint venture or by an authorized agent of each participant. The full name of each person or company interested in the Bid shall be listed on the Bid Form. 11.6. The Bid shall contain an acknowledgement of receipt of all Addenda (the numbers of which must be filled in on the Bid Form). 11.7. No alterations in Bids, or in the printed forms therefore, by erasures, interpolations, or otherwise will be acceptable unless each such alteration is signed or initialed by the Bidder; if initialed, OWNER may require the Bidder to identify any alteration so initialed. 11.8. The address and telephone number for communications regarding the Bid shall be shown. 12.0 BID PRICING. Bids must be priced as set forth in the Bid Schedule or Schedules. 13.0 SUBMISSION OF BIDS. 13.1. Bids shall be submitted at the time and place indicated in the Invitation to Bid and shall be enclosed in an opaque sealed envelope marked with the Project title, Bid No., and name and address of the Bidder and accompanied by the Bid Security, Bid Form, Bid Bond, Statement of Bidders Qualifications, and Schedule of Subcontractors as required in Section 00430. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 13.2. Bids shall be deposited at the designated location prior to the time and date for receipt of Bids indicated in the Invitation to Bid, or any extension thereof made by addendum. Bids received after the time and date for receipt of Bids will be returned unopened. Bidder shall assume full responsibility for timely delivery at the location designated for receipt of Bids. 13.3. Oral, telephonic, telegraphic, or facsimile Bids are invalid and will not receive consideration. 13.4. No Bidder may submit more than one Bid. Multiple Bids under different names will not be accepted from one firm or association. 14.0 MODIFICATION AND WITHDRAWAL OF BIDS. 14.1. Bids may be modified or withdrawn by an appropriate document duly executed (in a manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. 14.2. Bids may also be modified or withdrawn in person by the Bidder or an authorized representative provided he can prove his identity and authority at any time prior to the opening of Bids. 14.3. Withdrawn Bids may be resubmitted up to the time designated for the receipt of Bids provided that they are then fully in conformance with these Instructions to Bidders. 15.0 OPENINGS OF BIDS. Bids will be opened and (unless obviously non-responsive) read aloud publicly as indicated in the Invitation to Bid. An abstract of the amounts of the Base Bids and major alternates (if any) will be made available after the opening of Bids. 16.0 BIDS TO REMAIN OPEN SUBJECT TO ACCEPTANCE. All Bids shall remain open for forty-five (45) days after the day of the Bid Opening, but OWNER may, in his sole discretion, release any Bid and return the Bid Security prior to that date. 17.0 AWARD OF CONTRACT. 17.1. OWNER reserves the right to reject any and all Bids, to waive any and all informalities not involving price, time or changes in the Work, to negotiate contract terms with the Successful Bidder, and the right to disregard all nonconforming, nonresponsive, unbalanced or conditional Bids. Also, OWNER reserves the right to reject the Bid of any Bidder if OWNER believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by OWNER. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 17.2. In evaluating Bids, OWNER will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. 17.3. OWNER may consider the qualification and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations is submitted as requested by OWNER. OWNER also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.4. OWNER may conduct such investigations as OWNER deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of the Bidder's proposed Subcontractors, Suppliers and other persons and organizations to do the Work in accordance with the Contract Documents to OWNER's satisfaction within the prescribed time. 17.5. If the Contract is to be awarded, it will be awarded to the lowest responsive and responsible Bidder whose evaluation by OWNER indicates to OWNER that the award will be in the best interest of the OWNER. Award shall be made on the evaluated lowest base bid excluding alternates. The basis for award shall be the lowest Bid total for the Schedule or, in the case of more than one schedule, for sum of all schedules. Only one contract will be awarded. 17.6. If the Contract is to be awarded, OWNER will give the Successful Bidder a Notice of Award within forty-five (45) days after the date of the Bid opening. 17.0 CONTRACT SECURITY. The General Conditions and the Supplementary Conditions set forth OWNER's requirements as to performance and other Bonds. When the Successful Bidder delivers the executed Agreement to the OWNER, it shall be accompanied by the required Contract Security. 18.0 SIGNING OF AGREEMENT. When OWNER gives a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement with all other written Contract Documents attached. Within fifteen (15) days thereafter, CONTRACTOR shall sign and deliver the required number of counterparts of the Agreement and attached documents to OWNER with the required Bonds. Within ten (10) days thereafter, OWNER hall deliver one fully signed counterpart to CONTRACTOR. Each counterpart is to be accompanied by a complete set of the Drawings with appropriate identification. 19.0 TAXES. OWNER is exempt from Colorado State Sales and Use Taxes on materials and equipment to be incorporated in the Work. Said taxes shall not be included in the Contract Price. Reference is made to the General and Supplementary Conditions. 20.0 RETAINAGE. Provisions concerning retainage are set forth in the Agreement. 21.0 PURCHASING RESTRICTIONS. Purchasing restrictions: The Bidder's authorized signature of this Bid assures the Bidder's compliance with the City's purchasing restrictions. A copy of the resolutions is available for review in the Purchasing and Risk Management Division or the City Clerk's office. A. Cement Restrictions: City of Fort Collins Resolution 91-121 requires that suppliers and producers of cement or products containing cement to certify that the cement was not made in cement kilns that burn hazardous waste as a fuel. 22.0 COLLUSIVE OR SHAM BIDS. Any Bid deemed by the City in its sole discretion to be a collusive or sham Bid will be rejected and reported to authorities as such. Your authorized signature of this Bid assures that such Bid is genuine and is not a collusive or sham Bid. 23.0 BID RESULTS. For information regarding results for individual Bids send a self-addressed, self-stamped envelope and a Bid tally will be mailed to you. Bid results will be posted in the Purchasing office seven (7) days after the Bid Opening. END OF SECTION SECTION 00300 BID FORM SECTION 00300 BID FORM PROJECT: 7544 Old Town Parking Garage Canopy Place: Date: 1. In compliance with your Invitation to Bid dated , 20 and subject to all conditions thereof, the undersigned a (Corporation, Limited Liability Company, Partnership, Joint Venture, or Sole Proprietor) authorized to do business in the State of Colorado hereby proposes to furnish and do everything required by the Contract Documents to which this refers for the construction of all items listed on the following Bid Schedule or Bid Schedules. 2. The undersigned Bidder does hereby declare and stipulate that this proposal is made in good faith, without collusion or connection with any other person or persons Bidding for the same Work, and that it is made in pursuance of and subject to all the terms and conditions of the Invitation to Bid and Instructions to Bidders, the Agreement, the detailed Specifications, and the Drawings pertaining to the Work to be done, all of which have been examined by the undersigned. 3. Accompanying this Bid is a certified or cashier's check or standard Bid bond in the sum of ($ ) in accordance with the Invitation To Bid and Instructions to Bidders. 4. The undersigned Bidder agrees to execute the Agreement and a Performance Bond and a Payment Bond for the amount of the total of this Bid within fifteen (15) calendar days from the date when the written notice of the award of the contract is delivered to him at the address given on this Bid. The name and address of the corporate surety with which the Bidder proposes to furnish the specified performance and payment Bonds is as follows: . 5. All the various phases of Work enumerated in the Contract Documents with their individual jobs and overhead, whether specifically mentioned, included by implication or appurtenant thereto, are to be performed by the CONTRACTOR under one of the items listed in the Bid Schedule, irrespective of whether it is named in said list. 6. Payment for Work performed will be in accordance with the Bid Schedule or Bid Schedules subject to changes as provided in the Contract Documents. 7. The undersigned Bidder hereby acknowledges receipt of Addenda No. through . 8. BID SCHEDULE (Base Bid) LUMP SUM BASE BID $ IN WORDS: 9. PRICES The foregoing prices shall include all labor, materials, transportation, shoring, removal, dewatering, overhead, profit, insurance, etc., to cover the complete Work in place of the several kinds called for. Bidder acknowledges that the OWNER has the right to delete items in the Bid or change quantities at his sole discretion without affecting the Agreement or prices of any item so long as the deletion or change does not exceed twenty-five percent (25%) of the total Agreement Price. RESPECTFULLY SUBMITTED: CONTRACTOR BY: Printed Date Title License Number (If Applicable) (Seal - if Bid is by corporation) Attest: Address Telephone Email SECTION 00400 SUPPLEMENTS TO BID FORMS 00410 Bid Bond 00420 Statement of Bidder's Qualifications 00430 Schedule of Subcontractors SECTION 00410 BID BOND KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned as Principal, and as Surety, are hereby held and firmly bound unto the City of Fort Collins, Colorado, as OWNER, in the sum of $ for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors, and assigns. THE CONDITION of this obligation is such that whereas the Principal has submitted to the City of Fort Collins, Colorado the accompanying Bid and hereby made a part hereof to enter into a Construction Agreement for the construction of Fort Collins Project, . NOW THEREFORE, (a) If said Bid shall be rejected, or (b) If said Bid shall be accepted and the Principal shall execute and deliver a Contract in the form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a BOND for his faithful performance of said Contract, and for payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Agreement created by the acceptance of said Bid, then this obligation shall be void; otherwise the same shall remain in force and effect, it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its BOND shall be in no way impaired or affected by any extension of the time within which the OWNER may accept such Bid; and said Surety does hereby waive notice of any such extension. Surety Companies executing bonds must be authorized to transact business in the State of Colorado and be accepted by the OWNER. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals this day of , 20__, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. PRINCIPAL SURETY Name: Address: By: By: Title: Title: ATTEST: By: (SEAL) (SEAL) SECTION 00420 STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. 1. Name of Bidder: 2. Permanent main office address: 3. When organized: 4. If a corporation, where incorporated: 5. How many years have you been engaged in the contracting business under your present firm or trade name? 6. Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion.) 7. General character of Work performed by your company: 8. Have you ever failed to complete any Work awarded to you? If so, where and why? 9. Have you ever defaulted on a contract? If so, where and why? 10. Are you debarred by any government agency? If yes list agency name. 11. List the more important projects recently completed by your company, stating the approximate cost of each, and the month and year completed, location and type of construction. 12. List your major equipment available for this contract. 13. Experience in construction Work similar in importance to this project: 14. Background and experience of the principal members of your organization, including officers: 15. Credit available: $ 16. Bank Reference: 17. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the OWNER? 18. Are you licensed as a General Contractor? If yes, in what city, county and state? What class, license and numbers? 19. Do you anticipate subcontracting Work under this Contract? If yes, what percent of total contract? And to whom? 20. Are any lawsuits pending against you or your firm at this time? IF yes, DETAIL 21. What are the limits of your public liability? DETAIL What company? 22. What are your company's bonding limitations? 23. The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the OWNER in verification of the recital comprising this Statement of Bidder's Qualifications. Dated at ________________ this ______ day of __________________, 20__. Company: By: Printed: Title: State of County of being duly sworn deposes and says that he is of (Name) (Organization) and that the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to before me this _______ day of____________, 20__. (Seal) Notary Public My commission expires: . SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors performing over 20% of the contract. ITEM SUBCONTRACTOR SECTION 00500 AGREEMENT FORMS 00510 Notice of Award 00520 Agreement 00530 Notice to Proceed SECTION 00510 NOTICE OF AWARD DATE: [Date] TO: [Contractor] PROJECT: 7544 Old Town Parking Garage Canopy OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER") You are hereby notified that your Bid dated [Contractor's Bid Date] for the above project has been considered. You are the apparent successful Bidder and have been awarded an Agreement for 7544 Old Town Parking Garage Canopy. The Price of your Agreement is ($ ). Three (3) copies of each of the proposed Contract Documents (except Drawings) accompany this Notice of Award. Three (3) sets of the Drawings will be delivered separately or otherwise made available to you immediately. You must comply with the following conditions precedent within fifteen (15) days of the date of this Notice of Award, that is by [Date]. 1. You must deliver to the OWNER three (3) fully executed counterparts of the Agreement including all the Contract Documents. Each of the Contract Documents must bear your signature on the cover of the page. 2. You must deliver with the executed Agreement the Contract Security (Bonds) as specified in the Instructions to Bidders, General Conditions (Article 5.1) and Supplementary Conditions. Failure to comply with these conditions within the time specified will entitle OWNER to consider your Bid abandoned, to annul this Notice of Award and to declare your Bid Security forfeited. Within ten (10) days after you comply with those conditions, OWNER will return to you one (1) fully-signed counterpart of the Agreement with the Contract Documents attached. City of Fort Collins OWNER By: Gerry S. Paul Director of Purchasing & Risk Management SECTION 00520 AGREEMENT THIS AGREEMENT is dated as of the [Day] day of [Month] in the year of 20[Year] and shall be effective on the date this AGREEMENT is signed by the City. The City of Fort Collins (hereinafter called OWNER) and [Contractor] (hereinafter called CONTRACTOR) OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. WORK CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Project for which the Work under the Contract Documents may be the whole or only a part is defined as the construction of the 7544 Old Town Parking Garage Canopy and is generally described in Section 01010. ARTICLE 2. ENGINEER The Project has been designed by RB+B Architects. City of Ft Collins Operation Services Department who is hereinafter called ENGINEER and who will assume all duties and responsibilities and will have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3. CONTRACT TIMES 3.1 The Work shall be Substantially Complete within Thirty(30) calendar days after the date when the Contract Times commence to run as provided in the General Conditions and completed and ready for Final Payment and Acceptance in accordance with the General Conditions within Forty (40) calendar days after the date when the Contract Times commence to run. 3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1. above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expenses and difficulties involved in proving in a legal preceding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as Liquidated damages for delay (but not as penalty) CONTRACTOR shall pay OWNER the amounts set forth hereafter. 1) Substantial Completion: Five Hundred Dollars ($500) for each calendar day or fraction thereof that expires after the Thirty (30) calendar day period for Substantial Completion of the Work until the Work is Substantially Complete. 2) Final Acceptance: After Substantial Completion, Two Hundred Fifty Dollars ($250) for each calendar day or fraction thereof that expires after the Forty (40) calendar day period for Final Payment and Acceptance until the Work is ready for Final Payment and Acceptance. ARTICLE 4. CONTRACT PRICE 4.1 OWNER shall pay CONTRACTOR for performance of the Work in accordance with the Contract Documents in current funds as follows: Dollars ($ ), in accordance with Section 00300, attached and incorporated herein by this reference. ARTICLE 5. PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 5.1. PROGRESS PAYMENTS. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Application for Payment as recommended by ENGINEER, once each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in paragraph 2.6 of the General Conditions and in the case of Unit Price Work based on the number of units completed, and in accordance with the General Requirements concerning Unit Price Work. 5.1.1. Prior to Substantial Completion, Owner will be entitled to withhold as contract retainage five percent (5%) of each progress payment, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with paragraph 14.7 of the General Conditions. If , in the sole discretion of Owner, on recommendation of Engineer, Owner determines that the character and progress of the Work have been satisfactory to OWNER and ENGINEER, OWNER may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of Work completed in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to 100% of the Work completed. 95% of materials and equipment not incorporated in the Work (but delivered, suitably stored and accompanied by documentation satisfactory to OWNER as provided in paragraph 14.2 of the General Conditions) may be included in the application Section 00520 Page 3 for payment. 5.1.2. Upon Substantial Completion payment will be made in an amount sufficient, if necessary, to increase total payments to CONTRACTOR to 95% of the Contract Price, less such amounts as ENGINEER shall determine or OWNER may withhold in accordance with paragraph 14.7 of the General Conditions or as provided by law. 5.2. FINAL PAYMENT. Upon Final Completion and Acceptance of the Work in accordance with paragraph 14.13 of the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said paragraph 14.13. ARTICLE 6. CONTRACTOR'S REPRESENTATION In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 6.1. CONTRACTOR has familiarized himself with the nature and extent of the Contract Documents, Work, site, locality, and with all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. 6.2. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in paragraph 4.2 of the General Conditions. 6.3. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraph 6.2 above) which pertain to the subsurface or physical condition at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraph 4.2 of the General Conditions; and no additional examinations, investigations, explorations, tests, reports, studies or similar information or data are or will be required by CONTRACTOR for such purposes. 6.4. CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provision of paragraph 4.3. of the General Conditions. 6.5. CONTRACTOR has correlated the results of all such observations, examinations, investigations, tests, reports and data with the terms and conditions of the Contract Documents. 6.6. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. ARTICLE 7. CONTRACT DOCUMENTS 7.1 The Contract Documents which comprise the entire Agreement between OWNER and CONTRACTOR concerning the Work consist of the General Conditions, Supplementary Conditions, those items included in the definition of “Contract Documents” in Article 1.10 of the General Conditions, and such other items as are referenced in this Article 7, all of which are incorporated herein by this reference. 7.2 Forms for use by CONTRACTOR in performing the Work and related actions in carrying out the terms of this Agreement are deemed Contract Documents and incorporated herein by this reference, and include, but are not limited to, the following: 7.2.1 Certificate of Substantial Completion 7.2.2 Certificate of Final Acceptance 7.2.3 Lien Waiver Releases 7.2.4 Consent of Surety 7.2.5 Application for Exemption Certificate 7.2.6 Application for Payment 7.3 Drawings, consisting of a cover sheet and sheets numbered as follows: G000 COVER SHEET C CIVIL C100 CIVIL S STRUCTURAL S100 STRUCTURAL GENERAL NOTES S101 FOUNDATION AND ROOF FRAMING PLAN S102 SECTIONS AS101 DEMOLITION PLAN A ARHITECTURAL A101 SITE PLAN, ROOF PLAN, REFLECTED CEILING PLAN A201 EXTERIOR ELEVATIONS A301 BUILDING SECTIONS A521 DETAILS A522 PROJECT SPECIFICATIONS E ELECTRICAL E0 LEGEND, SPECIFICATIONS, INDEX E1.1 ELECTRICAL LIGHTING AND POWER PLAN The Contract Drawings shall be stamped "Final for Construction" and dated. Any revisions made shall be clearly identified and dated. 7.4. Addenda Numbers to , inclusive. 7.5. The Contract Documents also include all written amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to paragraphs 3.5 and 3.6 of the General Conditions. 7.6. There are no Contract Documents other than those listed or incorporated by reference in this Article 7. The Contract Documents may only be amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of the General Conditions. ARTICLE 8. MISCELLANEOUS 8.1. Terms used in this Agreement which are defined in Article I of the General Conditions shall have the meanings indicated in the General Conditions. 8.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but not without limitations, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge that assignor from any duty or responsibility under the Contract Document. 8.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect to all covenants, Agreement and obligations contained in the Contract Document. OWNER: CITY OF FORT COLLINS CONTRACTOR: [CONTRACTOR] By: By: GERRY S. PAUL DIRECTOR OF PURCHASING AND RISK MANAGEMENT PRINTED Title: Date: Date: Attest: (CORPORATE SEAL) City Clerk Address for giving notices: P. O. Box 580 Fort Collins, CO 80522 Attest: Approved as to Form Address for giving notices: Assistant City Attorney License No.: SECTION 00530 NOTICE TO PROCEED Description of Work: 7544 Old Town Parking Garage Canopy To: [Contractor] This notice is to advise you: That the contract covering the above described Work has been fully executed by the CONTRACTOR and the OWNER. That the required CONTRACTOR's Performance Bond and Payment Bond have been received by the OWNER. That the OWNER has approved the said Contract Documents. Therefore, as the CONTRACTOR for the above described Work, you are hereby authorized and directed to proceed within ( ) calendar days from receipt of this notice as required by the Agreement. Dated this day of , 20 . The dates for Substantial Completion and Final Acceptance shall be , 20_ and , 20__, respectively. City of Fort Collins OWNER By: Title: ACKNOWLEDGMENT OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged this day of , 20__. CONTRACTOR: [Contractor] By: Title: SECTION 00600 BONDS AND CERTIFICATES 00610 Performance Bond 00615 Payment Bond 00630 Certificate of Insurance 00635 Certificate of Substantial Completion 00640 Certificate of Final Acceptance 00650 Lien Waiver Release (CONTRACTOR) 00660 Consent of Surety 00670 Application for Exemption Certificate SECTION 00610 PERFORMANCE BOND Bond No. KNOW ALL MEN BY THESE PRESENTS: that (firm) (address) (an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal" and (Firm) (Address) hereinafter referred to as "the Surety", are held and firmly bound unto City of Fort Collins, 300 Laporte Ave, Fort Collins, Colorado 80522 a (Municipal Corporation) hereinafter referred to as the "OWNER", in the penal sum of Dollars ($ ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain Agreement with the OWNER, dated the [Day] day of [Month], 20[Year], a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins Project, 7544 Old Town Parking Garage Canopy. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions and agreements of said Agreement during the original term thereof, and any extensions thereof which may be granted by the OWNER, with or without Notice to the Surety and during the life of the guaranty period, and if the Principal shall satisfy all claims and demands incurred under such Agreement, and shall fully indemnify and save harmless the OWNER from all cost and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER may incur in making good any default then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the OWNER. IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this _____ day of _____ ____, 20__. IN PRESENCE OF: Principal (Title) (Title) (Corporate Seal) (Address) IN PRESENCE OF: Other Partners _____________________________ By: _____________________________ By: IN PRESENCE OF: Surety _____________________________ By:_____________________________________ _____________________________ (Address) (Surety Seal) NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond. SECTION 00615 PAYMENT BOND Bond No. KNOW ALL MEN BY THESE PRESENTS: that (firm) (address) (an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal" and (Firm) (Address) hereinafter referred to as "the Surety", are held and firmly bound unto the City of Fort Collins, 300 Laporte Ave., Fort Collins, Colorado 80522 a (Municipal Corporation) hereinafter referred to as "the OWNER", in the penal sum of Dollars ($ ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain Agreement with the OWNER, dated the [Day] day of [Month], 20[Year], a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins Project, 7544 Old Town Parking Garage Canopy. NOW, THEREFORE, if the Principal shall make payment to all persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the Work provided for in such Agreement and any authorized extension or modification thereof, including all amounts due for materials, lubricants, repairs on machinery, equipment and tools, consumed, rented or used in connection with the construction of such Work, and all insurance premiums on said Work, and for all labor, performed in such Work whether by subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the OWNER. IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this day of , 20__. IN PRESENCE OF: Principal (Title) (Title) (Corporate Seal) (Address) IN PRESENCE OF: Other Partners _____________________________ By: _____________________________ By: IN PRESENCE OF: Surety _____________________________ By:_____________________________________ _____________________________ (Address) (Surety Seal) NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond. SECTION 00630 CERTIFICATE OF INSURANCE CONTRACTOR shall insert his own standard form for Certificate of Insurance. SECTION 00635 CERTIFICATE OF SUBSTANTIAL COMPLETION TO: CITY OF FORT COLLINS (OWNER) DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE: 7544 Old Town Parking Garage Canopy PROJECT OR SPECIFIED PART SHALL LOCATION: Fort Collins, Colorado INCLUDE: OWNER: City of Fort Collins CONTRACTOR: [Contractor] CONTRACT DATE: [Date] The Work performed under this contract has been inspected by authorized representatives of the OWNER, CONTRACTOR, and the ENGINEER and the project or specified part of the project, as indicated above) is hereby declared to be substantially completed on the above date. A tentative list of items to be completed or corrected is appended hereto. This list may not be exhaustive, and the failure to include an item on it does not alter the responsibility of the CONTRACTOR to complete all the Work in accordance with the Contract Documents. ENGINEER AUTHORIZED REPRESENTATIVE DATE The CONTRACTOR accepts the above Certificate of Substantial Completion and agrees to complete and correct the items on the tentative list within the time indicated. CONTRACTOR AUTHORIZED REPRESENTATIVE DATE The OWNER accepts the project or specified area of the project as substantially complete and will assume full possession of the project or specified area of the project at 12:01 a.m., on . The responsibility for heat, utilities, security, and insurance under the Contract Documents shall be as set forth under "Remarks" below. CITY OF FORT COLLINS, COLORADO By: OWNER AUTHORIZED REPRESENTATIVE DATE REMARKS: SECTION 00640 CERTIFICATE OF FINAL ACCEPTANCE , 20__ TO: [Contractor] Gentlemen: You are hereby notified that on the day of , 20__, the City of Fort Collins, Colorado, has accepted the Work completed by [Contractor] for the City of Fort Collins project, 7544 Old Town Parking Garage Canopy. A check is attached hereto in the amount of $ as Final Payment for all Work done, subject to the terms of the Contract Documents which are dated [Contract Date]. In conformance with the Contract Documents for this project, your obligations and guarantees will continue for the specified time from the following date:____________ _, 20__. Sincerely, OWNER: City of Fort Collins By: Title: ATTEST: Title: SECTION 00650 LIEN WAIVER RELEASE (CONTRACTOR) TO: City of Fort Collins, Colorado (OWNER) FROM: [Contractor] (CONTRACTOR) PROJECT: 7544 Old Town Parking Garage Canopy 1. The CONTRACTOR acknowledges having received payment, except retainage from the OWNER for all work, labor, skill and material furnished, delivered and performed by the CONTRACTOR for the OWNER or for anyone in the construction, design, improvement, alteration, addition or repair of the above described project. 2. In consideration of such payment and other good and valuable consideration, the receipt and adequacy of which are hereby acknowledged, the CONTRACTOR voluntarily waives all rights, claims and liens, including but not limited to, mechanic's liens, Miller Act claims (40 U.S.C.A. 270 a and b), stop notices, equitable liens and labor and material bond rights which the CONTRACTOR may now or may afterward have, claim or assert for all and any work, labor, skill or materials furnished, delivered or performed for the construction, design, improvement, alteration, addition or repair of the above described project, against the OWNER or its officers, agents, employees or assigns, against any fund of or in the possession or control of the OWNER, against the project or against all land and the buildings on and appurtenances to the land improved by the project. 3. The CONTRACTOR affirms that all work, labor and materials, furnished, delivered or performed to or for the construction, design, improvement, alteration, addition or repair of the project were furnished, delivered or performed by the CONTRACTOR or its agents, employees, and servants, or by and through the CONTRACTOR by various Subcontractors or materialmen or their agents, employees and servants and further affirms the same have been paid in full and have released in full any and all existing or possible future mechanic's liens or rights or claims against the project or any funds in the OWNER'S possession or control concerning the project or against the OWNER or its officers, agents, employees or assigns arising out of the project. 4. The CONTRACTOR agrees to defend and hold harmless the OWNER, the lender, if any, and the Surety on the project against and from any claim hereinafter made by the CONTRACTOR'S Subcontractors, materialmen, employees, servants, agents or assigns against the project or against the OWNER or its officers, employees, agents or assigns arising out of the project for all loss, damage and costs, including reasonable attorneys fees, incurred as a result of such claims. 5. The parties acknowledge that the description of the project set forth above constitutes and adequate description of the property and improvements to which this Lien Waiver Release pertains. It is further acknowledged that this Lien Waiver Release is for the benefit of and may be relied upon by the OWNER, the lender, if any, and Surety on any labor and material bonds for the project. Signed this day of , 20__. CONTRACTOR: [CONTRACTOR] By: Title: ATTEST: Secretary STATE OF COLORADO ) )ss. COUNTY OF LARIMER ) Subscribed and sworn to before me this day of 20__, by . Witness my hand and official seal. Notary Public My Commission Expires: SECTION 00660 CONSENT OF SURETY TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER") CONTRACTOR: [Contractor] PROJECT: 7544 Old Town Parking Garage Canopy CONTRACT DATE: [Date] In accordance with the provisions of the Contract between the OWNER and the CONTRACTOR as indicated above, for . (Surety) on bond of hereby approves of the Final Payment to the CONTRACTOR, and agrees that Final Payment to the CONTRACTOR shall not relieve the Surety Company of any of its obligations to the OWNER, as set forth in the said Surety Company's Bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this day of , 20____ . (Surety Company) By: ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact. SECTION 00670 APPLICATION FOR EXEMPTION CERTIFICATE Special Notice Contractors who have completed this application in the past, please note the following changes in procedure: The Department will no longer issue individual Certificates of exemption to subcontractors. Only prime contractors will receive a Contractor’s Exemption Certificate on exempt projects. Upon receipt of the Certificate, the prime contractor should make a copy for each subcontractor involved in the project and complete it by filling in the subcontractor’s name and address and signing it. The original Certificate should always be retained by the prime contractor. Copies of all Certificates that the prime contractor issued to subcontractors should be kept at the prime contractor’s place of business for a minimum of three years and be available for inspection in the event of an audit. Once an 89# has been assigned to you, please use the next five numbers following it for any applications submitted for future projects. This should be your permanent number. For instance, if you were assigned 89-12345-0001, every application submitted thereafter should contain 89-12345 on the application. The succeeding numbers will be issued by the Department of Revenue. DO NOT enter what you believe to be the next in sequence as this may delay processing of your application. SECTION 00700 GENERAL CONDITIONS SECTION 00800 SUPPLEMENTARY CONDITIONS SECTION 00800 SUPPLEMENTARY CONDITIONS Conditions of the Contract These Supplementary Conditions amend or supplement the General Conditions of the Construction Contract (EJCDC General Conditions 1910-8, 1990 edition with City of Fort Collins modifications) and other provisions of the Contract Documents as indicated below. A SC-5.4.8 Limits of Liability A. Add the following language at the end of paragraph 5.4.8. The limits of liability for the insurance required by the paragraph numbers of the General Conditions listed below are as follows: 5.4.1 and 5.4.2 Coverage A - Statutory Limits Coverage B - $100,000/$100,000/$500,000 5.4.3 and 5.4.5 Commercial General Liability policy will have limits of $1,000,000 combined single limits (CSL). This policy will include coverage for Explosion, Collapse, and Underground coverage unless waived by the Owner. 5.4.6 The Comprehensive Automobile Liability Insurance policy will have limits of $1,000,000 combined single limits (CSL). 5.4.9 This policy will include completed operations coverage/product liability coverage with limits of $1,000,000 combined single limits (CSL). SC-8.10 OWNER’s Project Manager A. Add the following language to ARTICLE 8: 8.10. The OWNER will provide a Project Manager. The CONTRACTOR shall direct all questions concerning Contract interpretation, Change Orders, and other requests for clarification or instruction to the Project Manager. 8.10.1 Authority: The Project Manager will be the OWNER's representative during the construction of the project. The Project Manager shall have the authority set forth in the OWNER's Capital Project Procedures Manual. The Project Manager shall have the authority to reject work and materials whenever such rejection may be necessary to ensure the proper performance of the Work in accordance with the Contract Documents. 8.10.2 Duties and Responsibilities: The Project Manager will make periodic visits to the project site to observe the progress and quality of the Work and to determine, in general, if the Work is proceeding in accordance with the Contract Documents. The Project Manager shall not be required to make comprehensive or continuous inspections to check the progress or quality of the Work. The Project Manager shall not be responsible for construction means, methods, techniques, sequences, or procedures, or for safety precautions or programs in connection with the Work, or for any failure of the Contractor to comply with laws and regulation applicable to the performance or furnishing of the Work. Visits and observations made by the Project Manager shall not relieve the CONTRACTOR of his obligation to conduct comprehensive inspections of the Work, to furnish materials and perform acceptable Work, and to provide adequate safety precautions in conformance with the Contract Documents. The Project Manager shall at all times have access to the Work. The CONTRACTOR shall provide facilities for such access so the Project Manager may perform his or her functions under the Contract Documents. 8.10.3 One or more Resident Construction Inspector(s) (RCI) may be assigned to assist the Project Manager in providing observation of the Work, to determine whether or not the Work is proceeding according to the construction documents. CONTRACTOR will receive written notification from the OWNER of any RCI assignments. The RCI shall not supervise, direct or have control or authority over, nor be responsible for, CONTRACTOR's means, methods, techniques, sequences or procedures of construction or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performance of the Work. The RCI will not be responsible for CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents. The RCI's dealings in matters pertaining to the on-site work will be to keep the Project Manager properly apprised about such matters. 8.10.4 Communications: All instructions, approvals, and decisions of the Project Manager shall be in writing. The CONTRACTOR may not rely on instructions, approvals, or decisions of the Project Manager until the same are reduced to writing. SC-12.3 Add the following language to the end of paragraph 12.3. Contractor will include in the project schedule zero (0) days lost due to abnormal weather conditions. SC-13.12 Correction Period: 13.12.1 If within one year after the date of Substantial Completion or such longer period of time as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, an Work is found to be defective, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNER’s written instructions . . . SECTION 00900 ADDENDA, MODIFICATIONS AND PAYMENT 00950 Contract Change Order 00960 Application for Payment SECTION 00950 CHANGE ORDER NO. PROJECT TITLE: Old Town Parking Garage Canopy CONTRACTOR: [Contractor] PROJECT NUMBER: 7544 DESCRIPTION: 1. Reason for change: 2. Description of Change: 3. Change in Contract Cost: 4. Change in Contract Time: ORIGINAL CONTRACT COST $ .00 TOTAL APPROVED CHANGE ORDER .00 TOTAL PENDING CHANGE ORDER .00 TOTAL THIS CHANGE ORDER .00 TOTAL % OF THIS CHANGE ORDER % TOTAL C.O.% OF ORIGNINAL CONTRACT % ADJUSTED CONTRACT COST $ .00 (Assuming all change orders approved) ACCEPTED BY: DATE: Contractor's Representative ACCEPTED BY: DATE: Project Manager REVIEWED BY: DATE: Title: APPROVED BY: DATE: Title: APPROVED BY: DATE: Purchasing Agent over $30,000 cc: City Clerk Contractor Engineer Project File Architect Purchasing Section 00960 Page 1 Section 00960 Section 00970 Page 1 Section 00970 Page 2 Section 00970 Page 3 Section 00970 Page 4 Section 00970 Page 5 B A C D F G H I L M N O P Q R V U W T E S AIR CONDITION AMERICANS WITH DISABILITIES ACT ABOVE FINISHED FLOOR ALTERNATE ALUMINUM A/C ADA AFF ALT AL RADIUS, RISER THERMAL RESISTANCE RETURN AIR REFLECTED CEILING PLAN ROOF DRAIN ROOF DRAIN LEADER REFER TO REVISION ROUGH OPENING ROOF TOP UNIT R R-____ RA RCP RD RDL RE: REV RO RTU BLDG BUR BUILDING BUILT UP ROOFING CB CJ CL CLR CMU STRUCTURAL GENERAL NOTES Project: Old Town Parking Structure Exit Canopy Larsen Structural Design Job Number: 1681 DESIGN LOADS: International Building Code; IBC 2006 Edition, except as noted Occupancy Category, Table 1604.5 II Standard Roofs: Ground Snow, Pg 30 psf (used for drifting calculations) Flat Roof Snow, Pf 30 psf Snow Exposure Factor Ce Table 1608.3.1 1.0 Snow importance Factor, Is Table 1604.5 1.0 Snow Thermal Factor, Ct Table 1608.3.2 1.0 Lateral Wind IBC 1603.1.4, ASCE 7-05 Analytic Method 3 Second Gust Velocity 100 mph Importance Factor 1.0 Building Category and Internal Pressure Coefficient IBC 1609.2, ASCE Figure 6-5 Enclosed GCpi= ±0.18 Exposure B Seismic Importance Factor 1.0 Spectral Response Acceleration Coefficient Short Period Ss 0.199 g SDS 0.212 g One Second S1 0.061 g SD1 0.097 g Soils Site Class Table 1615.1.1 D Design Category Table 1616.3 B Basic Force Resisting System, Table 1617.6.2 Moment resisting frames not detailed for seismic resistance Design Base Shear 1.25 kips Seismic Response Coefficient Cs 0.0606 Response Modification Coefficient R 3.0 Analysis Procedure Equivalent Lateral Force FOUNDATION DESIGN: Refer to soils report no. 20135016 by Terracon, dated June 17, 2013. Soils engineer shall verify soil conditions and types during excavation and prior to concrete placement. --Drilled Piers--- Straight shaft drilled piers are designed for maximum end bearing pressure 30,000 psf allowable side shear 2,500 psf minimum penetration into bedrock 6 feet minimum total length 20 feet See plans for additional penetration and length requirements. See boring logs for indicated variation in bedrock surface. Mushrooming is not permitted. Provide for overrun or underrun in drilling, concrete, and reinforcing. Pier holes shall be thoroughly cleaned and dewatered and shall be inspected by the Soils Engineer prior to concrete placement. REINFORCED CONCRETE: Design is based on "Building Code Requirements for Reinforced Concrete"(ACI 318-05). Concrete work shall conform to "Standard Specifications for Structural Concrete” (ACI 301-05). Structural concrete shall have the following properties: Intended Use f’c, psi MaxW/C Ratio Maximum Aggregate Slump inches Entrained Air Percent ±1.5% Cement Type Admixtures,Comments 28day piers 4,500 .45 ¾” Stone 7 --- I/II Detailing, fabrication, and placement of reinforcing steel shall be in accordance with the Manual of Standard Practice for Detailing Reinforced Concrete Structures (ACI 315-99). Welded wire fabric shall conform to ASTM A185. Reinforcing bars shall conform to ASTM A615, Grade 60, except ties or bars shown to be field-bent, which shall be Grade 40. Bars to be welded shall conform to ASTM 706. At splices, lap bars 50 diameters unless noted otherwise. At corners and intersections, make horizontal bars continuous or provide matching corner bars. 2 2 1 1 A B P24 P24 P24 P24 W 12X65 W12X65 W12X65 W12X65 S101 3 9' - 2" 12' - 0" 9' - 0" 14' - 0 3/8" 14' - 6" 17' - 7 5/8" EXISTING CURB EXISTING CURB EXISTING BUILDING EXISTING BUILDING S101 4 S101 3 Sim S101 4 Sim 2'-6" SQUARE PIER CAP TYP AT EA COL, SEE 3/102. 2 2 1 1 B B A A 12 S102 46' - 4 1/2" VIF 14' - 8 1/2" 14' - 6" 17' - 2" 8' - 10 5/8" 12' - 0" VIF 8' - 6 5/8" 10 S102 9 S102 11 S102 C15X40 C15X40 W18X86 W18X86 W18X86 W18X86 W18X86 W18X86 W18X86 W18X86W18X86W18X86 C15X40 C15X40 W18X86 W18X86 S101 3 EXISTING 3" CLR 1'-0" 3 TIES AT TOP TOP OF APPROVED BEDROCK.SEE SOILS REPORT FOR BORING LOG. ADD ONE TIE CENTER CAGES WITH #2x 4 SIDES, WIRED TO VERTICAL BARS, TOP AND BOT. ROUGHEN SIDES OF PIER WITHIN FIRM BEDROCK PER SOILS ENGINEER. 1' - 0" 0' - 3" 3" HORIZ LEG DRILLED PIER REINF SCHEDULE MARK DIAMETER VERT REINF TIES 0' - 2" CLR VERIFY ELEV WITH EXISTING CURB LOCATION T.O. PIER ELEV BEDROCK PENETRATION 6'-0 MINIMUM P24 24" 6-#6 #3 AT 48" 1 1/2" SHIM TYPICAL ANCHOR BOLTS 20" AT WF COLS BASE PL3/4x14x18 RECESS BASE PLATE 8" TYPICAL AND GROUT 1/4 ** AT BRACE AND WF COLUMNS: 7/8"Ø F1554, GR 55, ANCHOR ROD w HEAVY HEX HEAD NUT AND WASHER. TACK WELD NUTS. TYP BASE PL 2" TYP 18 7' - 7" 6' - 4 1/2" 14 1' - 7 1/2" 1 1/2" 1' - 3 1/4" 2" 1' - 3" TOP OF STEEL 110' - 10" TYP 5" 2' - 1" 9 1/2" 3" ROOF DECK SEE PLAN W12 DECK EDGE 2" DIA PIPE PER ELEV, SLOT FOR KNIFE PL3/8 CENTERED ON BEAM 3/16 4 3/16 4 1 2 A B PROPOSED STRUCTURAL COLUMN, TYP. EXISTING PARKING GARAGE STRUCTURE EXISTING CURB AND RAISED CONCRETE ISLAND REMOVE SLAB ON GRADE IN ISLAND REPLACE WITH INTEGRALLY COLORED CONCRETE TO MATCH EXISTING, CURB SHALL REMAIN, TYP. EXISTING PARKING CONTROL ARM EQUIPMENT TO BE SALVAGED AND PROTECTED BY CONTRACTOR- ALL EQUIPMENT SHALL BE RESET ON NEW CONCRETE SLAB ON GRADE BY OWNERS CONTRACTOR EXISTING UNDERGROUND ELECTRIC UTILITY CONDUIT AND DATA CONDUIT TO BE REROUTED AROUND NEW STRUCTURE AS NECESSARY. REMOVE EXISTING JUNCTION BOXES. COORDINATE LOCATION OF CONDUIT WITH OWNER EXISTING BUILDING- POUDRE FIRE AUTHORITY EXISTING RETAIL BUILDING EXISTING CURB AND AND ACCESSIBLE SIDEWALK RAMP TO REMAIN REMINGTON STREET STORM SEWER (E) DATA (E) ELECT/DATA (E) ELECT (E) ELECT/DATA (E) ELECT/DATA (E) ELECT/DATA (E) ELECT/DATA (E) DATA (E) WATER (E) ELECT (E) EXISTING STL. PIPE OVERHEAD CLEARANCE STRUCTURE AND SIGNAGE TO BE REMOVED- PATCH EXISTING CONCRETE TO MATCH ADJACENT EXISTING STL POST MOUNTED 'FULL' SIGN TO BE REMOVED- REMOVE BELOW GRADE CONDUIT TO SIGN LIMIT OF DEMO OF S.O.G. AT FACE OF EXISTING COLUMN. EXISTING PAY STATION EQUIPMENT TO REMAIN. RESET IN NEW CONCRETE SLAB AS C3 A301 A1 A301 1 2 A B 17'-11 3/8" 14'-6" 17'-11 5/8" NEW STEEL COLUMN, TYP. OF 4- RE: STRUCT DWGS- FACTORY PRIMED- PAINT EXISTING PARKING GARAGE STRUCTURE NEW STEEL CANOPY AND SIGNAGE ABOVE- FACTORY PRIMED- PAINT CLEAR SPACE BETWEEN PROPOSED CANOPY AND EXISTING BUILDING EXISTING BUILDING; POUDRE FIRE AUTHORITY (N.I.C.) EXISTING CURB AND AND ACCESSIBLE SIDEWALK RAMP TO REMAIN REMINGTON STREET C1 A301 2'-11 1/4" EXISTING PROPERTY LINE 12'-0" EXISTING PROPERTY LINE 9'-10" 9'-0" EXISTING PARKING GARAGE EXISTING RETAIL BUILDING (N.I.C.) NEW DOWNSPOUT STORM SEWER SALVAGED BOLLARDS, REPLACED PER OWNER'S DIRECTION, REPAINT- REPLACE DAMAGED BOLLARDS, TYP. EXISTING CURB AND RAISED CONCRETE ISLAND REMOVE SLAB ON GRADE IN ISLAND REPLACE WITH INTEGRALLY COLORED CONCRETE TO MATCH EXISTING, CURB SHALL REMAIN, TYP. REPAIR AND PATCH CONCRETE REMOVED FOR STORM SEWER LINE PER CITY STANDARDS- RE: CIVIL DRAWINGS. ALL NEW CONTRACT SHALL MATCH TEXTURE AND COLOR OF ADJACENT CONCRETE EXISTING PARKING CONTROL ARM EQUIPMENT LEVEL 1 (B.O. CURB AT BUILDING LINE) 100'-0" LEVEL 2 110'-0" GARAGE PARPET 133'-9" LEVEL 3 120'-0" C3 A301 1 2 ROOF 130'-0" C1 A301 1'-3" H INTERNALLY LIT SIGNAGE- INDIVIDUAL LETTERS PAINT ENTIRE STEEL STRUCTURE, TYP- BRONZE COLOR- FACTORY PRIME NEW WELDED WIRE SCREEN IN EXISTING GARAGE OPENINGS AT CANOPY LEVEL BEYOND- DETAIL SIM TO EXISTING SCREEN- FACTORY POWDER COAT TO MATCH EXIST. EXISTING PARKING GARAGE EXISTING ADJACENT BUILDING (POUDRE FIRE AUTHORITY) SALVAGED EXISTING PARKING EQUIPMENT TO BE REPLACED BY OWNER'S CONTRACTOR- COORDINATE REMOVAL, PROTECTION AND REPLACEMENT WITH OWNER, VERIFY LOCATION OF NEW CONDUIT, ETC. WITH OWNER ENTRY AND CLEARANCE SIGNAGE SUSPENDED FROM STRUCTURE. SIGNAGE PROVIDED AND INSTALLED BY OWNER- COORDINATE WORK WITH OWNER'S CONTRACTOR EXISTING ADJACENT BUILDING DO NOT ENTER DO NOT ENTER ENTRANCE MAX CLEARANCE 6'-7" MAX CLEARANCE 6'-7" MAX CLEARANCE 6'-7" B1 A521 FULL T.O.STL. RE: STRUCT. 110'-10" BIRD SCREEN RE: SPECIFICATION SHEET - PLOT DATE A A 1 2 3 4 5 LEVEL 1 (B.O. CURB AT BUILDING LINE) 100'-0" LEVEL 2 110'-0" LEVEL 3 120'-0" A1 A301 A B A521 C1 A521 C3 A521 B5 EXISTING BUILDING BEYOND EXISTING BUILDING BEYOND 9'-6" 12'-0" 8'-10" FACTORY PRIMED STEEL FRAMING, PAINT; RE: STRUCTURAL FOR SIZES EXISTING PARKING GARAGE NEW WELDED WIRE SCREEN IN EXISTING GARAGE OPENINGS- FACTORY POWDER COAT TO MATCH EXIST. SALVAGED PARKING EQUIPMENT REPLACED IN SLAB BY OWNER- VERIFY LOCATION WITH OWNER AND COORDINATE WORK W/ OWNER'S CONTRACTOR 6" ROUND STL SCHED. 40 DOWNSPOUT- WELD FITTINGS WATERTIGHT- GRIND SMOOTH AND PAINT- PROVIDE REDUCER AND COUPLING TO FIT TO STORM SEWER HDPE LINE (RE: CIVIL)- ALL CONNECTIONS AND REDUCER TO STORM SEW. SHALL BE BELOW GRADE AND NOT VISIBLE- SEAL AROUND BASE OF PIPE/CONCRETE- FASTEN PIPE TO COLUMN- ALLOW FOR MOVEMENT IN COUPLING AT BASE OF PIPE A521 C3 Sim T.O.STL. RE: STRUCT. 110'-10" REPAIR/REPLACE EXISTING CONCRETE AT ISLAND AS REQUIRED FOR REROUTE/RECONNECTION OF ELECT/DATA LINES; RE: SITE PLAN- ALL ELECTRICAL AND DATA SUB GRADE BY CONTRACTOR TO EXIST. PANEL- COORDINATE LOCATION WITH OWNER'S CONTRACTOR ANCHOR SYSTEM, RE: STRUCTURAL WIDE FLANGE SUPPORT, RE: STRUCTURAL 1/4" METAL PLATE WELDED BETWEEN I-BEAM FLANGES- RE: B3/A521 RE: STRUCT. T.O. STL. COL. CENTERLINE OF PLATE: RE: STRUCT T.O. OF PLATE: RE: STRUCT- FLASH PER ROOF MANUF. REQ'MTS RE: STRUCT. T.O. STL FLASHING PER ROOF MANUF. REQ'MTS FLASHING 8" MINIMUM 6" 1'-1 1/2" 2 A EQ EQ EQ EQ ANCHOR SYSTEM, RE: STRUCTURAL WIDE FLANGE SUPPORT, RE: STRUCTURAL B3 A521 1/4" METAL PLATE WELDED BETWEEN I-BEAM FLANGES B2 A521 LEVEL 2 110'-0" A 1/4" METAL PLATE WELDED BETWEEN I-BEAM FLANGES 8" min FIELD-WRAPPED PENETRATION FLASHING SYSTEM BY MANUFACTURER TPO ROOFING MEMBRANE 3/8" HIGH DENSITY COVERBOARD TAPERED INSULATION 3" METAL DECKING WIDE FLANGE, RE:STRUCTURAL 1" ANCHOR SYSTEM, RE: STRUCTURAL T.O.STL. 110'-10" TPO ROOFING MEMBRANE 3/8" HIGH DENSITY COVERBOARD C-CHANNEL, RE: STRUCTUAL 01 41 00 REFERENCE STANDARDS AND STATUTORY REQUIREMENTS 1.1 Quality Assurance A. For Products or workmanships specified by association, trade, or Federal Standards, comply with requirements of the standard, except when more rigid requirements are specified or are required by applicable codes. B. Conform to Reference standards by date of issue current on date of Contract Documents unless a date is specified in the product section. C. Should specified reference standards conflict with Contract Documents, request clarification from Owner before proceeding. D. The contractual relationship of the parties to the Contract shall not be altered from the Contract Documents by mention or inference otherwise in a any reference document. 1.2 Statutory Requirements for Construction Contract and Subcontracts A. Each Contractor or Subcontractor shall comply with laws and all applicable standards, orders or regulations pursuant thereto. 01 50 00 TEMPORARY FACILITIES AND CONTROLS 1.1 Addition/Remodel Projects A. Existing Utility services must be maintained and operational at all times. Service interruptions must be scheduled with the Owners Representative at least 72 hours in advance. Disruption of existing services will not be allowed if it results in the closure of school activities. 1.2 Temporary Sanitary Facilities A. Contractors will not have access to facility restrooms. B. Provide and maintain required facilities and enclosures. C. Adequate Barriers are to be provided to protect the building occupants from access, physically and visually. D. Location to be determined with owner and Architect at the Pre-construction conference. E. Weekly cleaning of the facilities is required. 1.3 Barriers A. Provide barriers to prevent unauthorized entry to construction areas and to protect adjacent properties from damage from construction operations and demolition. CONTRACTOR IS RESPONSIBLE FOR PROVIDING TRAFFIC PLAN, BARRICADES, CONES, CLOSURE SIGNAGE, ETC AS REQUIRED B. Provide barricades and covered walkways required by Governing Authorities for public rights-of-way. C. Provide protection for plant life designated to remain. Replace damaged plant life. D. Protect nonowned vehicular traffic, stored materials, site and structures from damage. 1.4 Protection of Installed Work A. Protect installed work and provide special protection where specified in individual specification sections. B. Provide temporary and removable protection for installed products. Control activity in immediate work area to minimize damage. C. Provide protective covering at walls, projections, roof access points, jambs, sills and soffits. D. Protect finished floors, stairs and other surfaces from traffic, dirt, wear, damage, or movement of heavy objects, by protecting with durable sheet material. E. Prohibit traffic or storage upon waterproof or roofed surfaces. If traffic or activity is necessary, obtain recommendations for protection from waterproofing or roofing material manufacturer. F. Prohibit traffic from landscaped areas 1.5 Security A. Provide security and facilities to protect Work and Owner's operations from unauthorized entry, vandalism or theft. 1.6 Parking A. Provide adequate temporary parking areas to accommodate construction personnel. B. When site space is not adequate, provide additional off-site parking. C. Parking on occupied facility sites may be coordinated with the Owner. Not to interrupt or impede the use of the parking area by building occupants. 1.7 Removal of Utilities, Facilities and Controls. A. Remove temporary above grade or buried utilities, equipment, facilities, materials, prior to Substantial Completion. B. Clean and repair damage caused by installation or use of temporary Work. C. Restore permanent facilities used during construction to specified condition. SECTION 07 54 23 THERMOPLASTIC POLYOLEFIN (TPO) ROOFING PART 1 - GENERAL 1.1 PERFORMANCE REQUIREMENTS A. General Performance: Installed membrane roofing and base flashings shall withstand specified uplift pressures, thermally induced movement, and exposure to weather without failure due to defective manufacture, fabrication, installation, or other defects in construction. Membrane roofing and base flashings shall remain watertight. B. Material Compatibility: Provide roofing materials that are compatible with one another under conditions of service and application required, as demonstrated by membrane roofing manufacturer based on testing and field experience. C. Roofing System Design: Provide membrane roofing system that is identical to systems that have been successfully tested by a qualified testing and inspecting agency to resist uplift pressure calculated according to ASCE/SEI 7. D. FM Approvals Listing: Provide membrane roofing, base flashings, and component materials that comply with requirements in FM Approvals 4450 and FM Approvals 4470 as part of a membrane roofing system, and that are listed in FM Approvals' "RoofNav" for Class 1 or noncombustible construction, as applicable. Identify materials with FM Approvals markings. 1.2 ACTION SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: For roofing system. Include plans, elevations, sections, details, and attachments to other work. A A 1 2 3 4 5 1 2 3 4 5 B C D A B C D JULY 29, 2013 6 SHEET INFORMATION PROJECT INFORMATION PROJECT PHASE SEAL ARCHITECT ISSUE DATE: PROJECT #: Architects, Inc. CONSULTANT T - 970.484.0117 F - 970.484.0264 315 East Mountain Ave Suite 100 Fort Collins, CO 80524-2913 ‹ www.rbbarchitects.com APS.502-13 PERMIT SET/ CONSTRUCTION DOCUMENTS 03/05/13 APS, INC. ELECTRICAL ENGINEERS OLD TOWN PARKING GARAGE CANOPY City of Fort Collins, CO Remington Street Entry E0 Legend, Specifications, Drawing Index A A 1 2 3 4 5 1 2 3 4 5 B C D A B C D JULY 29, 2013 6 SHEET INFORMATION PROJECT INFORMATION PROJECT PHASE SEAL ARCHITECT ISSUE DATE: PROJECT #: Architects, Inc. CONSULTANT T - 970.484.0117 F - 970.484.0264 315 East Mountain Ave Suite 100 Fort Collins, CO 80524-2913 ‹ www.rbbarchitects.com APS.502-13 PERMIT SET/ CONSTRUCTION DOCUMENTS 03/05/13 APS, INC. ELECTRICAL ENGINEERS OLD TOWN PARKING GARAGE CANOPY City of Fort Collins, CO Remington Street Entry E1.1 ELECTRICAL LIGHTING AND POWER PLAN 1. Base flashings and membrane terminations. 2. Tapered insulation, including slopes. 3. Roof plan showing orientation of steel roof deck and orientation of membrane roofing and fastening spacings and patterns for mechanically fastened membrane roofing. 4. Insulation fastening patterns for corner, perimeter, and field-of-roof locations. 5. Roof plan confirming positive drainage. C. Samples for Verification: For the following products: 1. Sheet roofing, of color specified, including T-shaped side and end lap seam. 2. Roof insulation. 1.3 INFORMATIONAL SUBMITTALS A. Qualification Data: For qualified Installer and manufacturer. B. Manufacturer Certificates: Signed by roofing manufacturer certifying that roofing system complies with requirements specified in "Performance Requirements" Article. 1. Submit evidence of compliance with performance requirements. 2. Confirm in writing that roofing system is fully warrantable under the terms of these specifications. C. Product Test Reports: Based on evaluation of comprehensive tests performed by manufacturer and witnessed by a qualified testing agency, for components of membrane roofing system. 1. Test Data: Independent laboratory test results shall be submitted for all specified performance criteria, including ASTM E119, ASTM D226 Type 1 and ASTM E84. D. Warranties: Sample of special warranties. 1.4 CLOSEOUT SUBMITTALS A. Maintenance Data: For roofing system to include in maintenance manuals. 1.5 QUALITY ASSURANCE A. Manufacturer Qualifications: A qualified manufacturer that is FM Approvals approvedfor membrane roofing system identical to that used for this Project. B. Installer Qualifications: A qualified firm that is approved, authorized, or licensed by membrane roofing system manufacturer to install manufacturer's product and that is eligible to receive manufacturer's special warranty. C. Fire-Resistance Ratings: Where indicated, provide fire-resistance-rated roof assemblies identical to those of assemblies tested for fire resistance per ASTM E 119 by a qualified testing agency. Identify products with appropriate markings of applicable testing agency. D. Preinstallation Roofing Conference: Conduct conference at Project site 1. Examine deck substrate conditions and finishes for compliance with requirements, including flatness and fastening. 2. Review base flashings, special roofing details, roof drainage, roof penetrations, and condition of other construction that will affect roofing system. E. Perform work in accordance with Architectural Sheet Metal Manual, latest edition, SMACNA. F. Perform work in accordance with NRCA Roof Repair and Maintenance Manual. G. The roofing materials Manufacturer shall provide inspection during the installation and at completion of the work to ascertain and certify that the roofing system has been installed in accordance with the Manufacturer's published specifications and application instructions. 1.6 DELIVERY, STORAGE, AND HANDLING A. Protect roof insulation materials from physical damage and from deterioration by sunlight, moisture, soiling, and other sources. Store in a dry location. Comply with insulation manufacturer's written instructions for handling, storing, and protecting during installation. B. Handle and store roofing materials and place equipment in a manner to avoid permanent deflection of deck. C. Weather Limitations: Proceed with installation only when existing and forecasted weather conditions permit roofing system to be installed according to manufacturer's written instructions and warranty requirements. D. Do not apply roofing membrane during unsuitable weather, including wind over 25 m.p.h. E. Do not apply roofing membrane when ambient temperature is below 45 degrees F. F. Do not apply roofing membrane to damp or frozen deck surface or when precipitation is expected or occurring. G. Do not expose materials vulnerable to water or sun damage in quantities greater than can be weatherproofed the same day. H. Each night, the newly installed system shall be jointed to the previously installed roof system by means of a watertight tie-in. Should any portion of the new system become wet, that amount of the system shall be removed and reinstalled with new, dry materials over a dry deck and insulation substrate. 1.7 WARRANTY A. Special Warranty: Manufacturer's standard or customized form, without monetary limitation, in which manufacturer agrees to repair or replace components of membrane roofing system that fail in materials or workmanship within specified warranty period. 1. Special warranty includes membrane roofing, base flashings, roof insulation, fasteners, cover boards, substrate board, roofing accessories, and other components of membrane roofing system. 2. Warranty Period: [20] years from date of Substantial Completion. PART 2 - PRODUCTS 2.1 TPO MEMBRANE ROOFING A. Fabric-Reinforced Thermoplastic Polyolefin Sheet: ASTM D 6878, internally fabric or scrim reinforced, uniform, flexible TPO sheet. 1. Manufacturers: Subject to compliance with requirements, [provide products by one of the following] [available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following]: a. Carlisle SynTec Incorporated.; "Sure Weld": www.carlisle-syntec.com. b. Custom Seal Roofing. c. Firestone Building Products Company.; "UltraPly": www.firestone.com. d. GAF Materials Corporation.; "EverGuard TPO": www.gaf.com. e. GenFlex Roofing Systems. f. Johns Manville.; "ST6RA-S": www.specjm.com. 2. Thickness: 80 mils nominal. 3. Exposed Face Color: Tan, ALTERNATE: Stone Pattern 2.2 ROOF INSULATION A. General: Preformed roof insulation boards manufactured or approved by TPO membrane roofing manufacturer, selected from manufacturer's standard sizes suitable for application, of thicknesses indicate]. B. Composite Polyisocyanurate Board Insulation: ASTM C 1289, with factory-applied facing board on one major surface, and felt or glass-fiber mat facer on the other. C. Tapered Insulation: Provide factory-tapered insulation boards fabricated to slope of 1/4 inch per 12 inches (1:48) unless otherwise indicated. D. Provide preformed saddles, crickets, tapered edge strips, and other insulation shapes where indicated for sloping to drain. Fabricate to slopes indicated. 2.3 INSULATION ACCESSORIES A. General: Furnish roof insulation accessories recommended by insulation manufacturer for intended use and compatibility with membrane roofing. B. Fasteners: Factory-coated steel fasteners and metal or plastic plates complying with corrosion-resistance provisions in FM Approvals 4470, designed for fastening roof insulation and cover boards to substrate, and acceptable to roofing system manufacturer. C. Bead-Applied Insulation Adhesive: Insulation manufacturer's recommended bead-applied, low-rise, one- or multicomponent urethane adhesive formulated to attach roof insulation to substrate or to another insulation layer. D. Cover Board: As approved by manufacturer for roof foot traffic. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with the following requirements and other conditions affecting performance of roofing system: 1. Verify that roof openings and penetrations are in place and curbs are set and braced and that roof drain bodies are securely clamped in place. 2. Verify that wood blocking, curbs, and nailers are securely anchored to roof deck at penetrations and terminations and that nailers match thicknesses of insulation. 3. Verify that surface plane flatness and fastening of steel roof deck complies with requirements in Section 05 31 00 "Steel Decking." 4. Verify that minimum concrete drying period recommended by roofing system manufacturer has passed. 5. Verify that concrete substrate is visibly dry and free of moisture. Test for capillary moisture by plastic sheet method according to ASTM D 4263. 6. Verify that concrete curing compounds that will impair adhesion of roofing components to roof deck have been removed. 7. Verify deck surfaces are dry and free of snow or ice. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Clean substrate of dust, debris, moisture, and other substances detrimental to roofing installation according to roofing system manufacturer's written instructions. Remove sharp projections. B. Prevent materials from entering and clogging roof drains and conductors and from spilling or migrating onto surfaces of other construction. Remove roof-drain plugs when no work is taking place or when rain is forecast. C. Complete terminations and base flashings and provide temporary seals to prevent water from entering completed sections of roofing system at the end of the workday or when rain is forecast. Remove and discard temporary seals before beginning work on adjoining roofing. D. Install acoustical roof deck rib insulation strips, specified in Section 05 31 00 "Steel Decking," according to acoustical roof deck manufacturer's written instructions, immediately before installation of overlying construction and to remain dry. E. Do not roll carts, stack materials, equipment, etc., so as to cause damage to metal roof deck. Metal deck damaged by roofer shall be replaced at Roofing Installation Contractor's expense. 3.3 INSULATION INSTALLATION A. Coordinate installing membrane roofing system components so insulation is not exposed to precipitation or left exposed at the end of the workday. B. Comply with membrane roofing system and insulation manufacturer's written instructions for installing roof insulation. C. Install tapered insulation under area of roofing to conform to slopes indicated. D. Install insulation under area of roofing to achieve required thickness. Where overall insulation thickness is 2.7 inches (68 mm) or greater, install two or more layers with joints of each succeeding layer staggered from joints of previous layer a minimum of 6 inches (150 mm) in each direction. 1. Where installing composite and noncomposite insulation in two or more layers, install noncomposite board insulation for bottom layer and intermediate layers, if applicable, and install composite board insulation for top layer. E. Trim surface of insulation where necessary at roof drains so completed surface is flush and does not restrict flow of water. F. Install insulation with long joints of insulation in a continuous straight line with end joints staggered between rows, abutting edges and ends between boards. Fill gaps exceeding 1/4 inch (6 mm) with insulation. 1. Cut and fit insulation within 1/4 inch (6 mm) of nailers, projections, and penetrations. 05 00 00 METALS: REFER TO STRUCTURAL DRAWINGS. 09 90 00 PAINTS AND COATINGS: 1.01 QUALITY ASSURANCE A. QUALIFICATIONS 1. Manufacturer: Company specializing in manufacturing products specified with minimum three years experience and with facilities within 100 miles of Project. 2. Installer: Company specializing in performing Work of this section with minimum three years experience approved by manufacturer B. Work shall conform to Type 1 Quality at a minimum. 1.02 Delivery Storage and Handling A. Deliver products in original containers with seals unbroken and labels intact. B. All Containers shall bear manufacturer's name, label, and the following: 1. Product name or title of material. 2. Product description (generic classification or binder type). 3. Manufacturer's stock number and date of manufacture. 4. Contents by volume for pigment and vehicle constituents. 5. Thinning instructions. 6. Application instructions. 7. Color name and number. 8. VOC content. 2.01 Manufacturers A. Mixing and application of paint materials shall be performed only by qualified journeyman painters. B. Obtain block fillers, primers and undercoat materials for each coating system from the same manufacturer as the finish coats. 2.02 Products A. Use low VOC content products, but do not compromise the quality and life cycle of the coatings. B. Quality: All products not specified by name shall be 'best grade' or 'first line' products of acceptable manufacturers. Where possible, materials shall be of a single manufacturer. C. Accessory Materials: all materials necessary to achieve the finishes specified shall be provided. D. All paints and coatings shall be lead and asbestos-free. 3.01 Preparation A. Provide barrier coats over incompatible primers or remove and reprime or sand or wire brush irremovable primer as required to achieve proper bond between primer and finish coat. B. Shop Primed Steel Surfaces: Sand and scrape to remove loose primer and rust. Clean surfaces with solvent. Prime steel surfaces exposed by preparation activities and welding with primer similar to existing. C. Protect other work from damage or paint during the execution of work. Minimize rooftop activity by utilizing Owner Approved staging area off roof. Protect staging area paving as required and instructed by Owner. Any damage due to work or access to work shall be immediately reported to Owner. Contractor shall provide blending of existing work to new work and match finishes to match or exceed quality of original materials and original work. 3.02 Installation A. Workmanship 1. Prime Coats: Recoat primed and sealed surfaces where evidence of suction spots or unsealed areas in first coat appears, to ensure a finish coat with no burn through or other defects due to insufficient sealing 2. Pigmented (Opaque) Finishes: Completely cover surfaces to provide a smooth, opaque surface of the uniform finish, color, appearance, and coverage. Cloudiness, spotting, holidays, laps, brush marks, runs, sags, ropiness, or other surface imperfections will not be acceptable. B. Application 1. Finishing Mechanical and Electrical Equipment: a. Paint shop primed equipment. b. Paint exposed conduit and electrical equipment occurring in finished areas to match surface on which installed. 3.03 Paint Schedule- All new Work shall be painted- Paint at existing steel surfaces shall be touched up if damaged or left unpainted and exposed as a result of connection to the new Work. Contractor shall provide premium color chart for Architect to choose color. Contractor shall submit sample on steel for confirmation of selected color prior to beginning work. A. Exterior Surfaces: 1. Ferrous Metals, including areas on roof not visible from ground. First coat not required on items with prime coat applied by manufacturer. Two finish coats over primer. a. Primer: Synthetic rust-inhibiting primer, total dry film thickness of not less than 1.4 mils. b. First and Second Coats: Acrylic gloss enamel, total dry film thickness of not less than 3.7 mils 3.04 Cleaning and Protection A. Protect other work from damage or paint during the execution of work. Minimize rooftop activity by utilizing Owner Approved staging area off roof. Protect staging area paving as required and instructed by Owner. Any damage due to work or access to work shall be immediately reported to Owner. Contractor shall provide blending of existing work to new work and match finishes to match or exceed quality of original materials and original work. No work shall be below standards called out in PSD Technical Specifications. B. Final Cleanup 1. At the completion of work, remove all surplus materials, staging, rubbish; clean off all paint, varnish, stains from floors, glass, walls, hardware, paving and leave the premises in clean condition. SECTION 07 54 23 THERMOPLASTIC POLYOLEFIN (TPO) ROOFING (continued) G. On metal deck, place boards parallel to flutes with insulation board edges bearing on deck flutes. H. Lay boards with edges in moderate contact without forcing. Cut insulation to fit neatly to perimeter blocking and around penetrations through roof. I. At roof drains, use factory-tapered boards to slope down to roof drains over a distance of [24] inches minimum on all four sides. J. Do not apply more insulation than can be covered with membrane in same day. 1. Locate fasteners in main body of deck, not in flutes. Provide screws that will penetrate deck and leave maximum 3/4 inch visible from floor below. Failure to install correctly will result in removal of damaged roof deck and replacement at no additional cost to Owner. 2. Set each subsequent layer of insulation in a solid mopping of hot roofing asphalt, applied within plus or minus 25 deg F (14 deg C) of equiviscous temperature. 3. Set each subsequent layer of insulation in ribbons of bead-applied insulation adhesive, firmly pressing and maintaining insulation in place. 4. Set each subsequent layer of insulation in a uniform coverage of full-spread insulation adhesive, firmly pressing and maintaining insulation in place. K. Install cover boards over insulation with long joints in continuous straight lines with end joints staggered between rows. Offset joints of insulation below a minimum of 6 inches (150 mm) in each direction. Loosely butt cover boards together and fasten to roof deck. 1. Fasten cover boards according to requirements in FM Approvals' "RoofNav" for specified Windstorm Resistance Classification. 2. Fasten cover boards to resist uplift pressure at corners, perimeter, and field of roof. L. Install slip sheet over cover board and immediately beneath membrane roofing. 3.4 MECHANICALLY FASTENED MEMBRANE ROOFING INSTALLATION A. Mechanically fasten membrane roofing over area to receive roofing and install according to roofing system manufacturer's written instructions. 1. For in-splice attachment, install membranes roofing with long dimension perpendicular to steel roof deck flutes. B. Start installation of membrane roofing in presence of roofing system manufacturer's technical personnel. C. Accurately align membrane roofing and maintain uniform side and end laps of minimum dimensions required by manufacturer. Stagger end laps. D. Mechanically fasten or adhere membrane roofing securely at terminations, penetrations, and perimeter of roofing. E. Apply membrane roofing with side laps shingled with slope of roof deck where possible. F. In-Seam Attachment: Secure one edge of TPO sheet using fastening plates or metal battens centered within membrane seam and mechanically fasten TPO sheet to roof deck. G. Seams: Clean seam areas, overlap membrane roofing, and hot-air weld side and end laps of membrane roofing and sheet flashings according to manufacturer's written instructions to ensure a watertight seam installation. 1. Test lap edges with probe to verify seam weld continuity. Apply lap sealant to seal cut edges of sheet membrane. 2. Verify field strength of seams a minimum of twice daily and repair seam sample areas. 3. Repair tears, voids, and lapped seams in roofing that does not comply with requirements. H. Spread sealant bed over deck drain flange at roof drains and securely seal membrane roofing in place with clamping ring. I. Install membrane roofing and auxiliary materials to tie in to existing roofing to maintain weathertightness of transition and to not void warranty for existing membrane roofing system. 3.5 BASE FLASHING INSTALLATION A. Install sheet flashings and preformed flashing accessories and adhere to substrates according to membrane roofing system manufacturer's written instructions. B. Apply bonding adhesive to substrate and underside of sheet flashing at required rate and allow to partially dry. Do not apply to seam area of flashing. C. Flash penetrations and field-formed inside and outside corners with cured or uncured sheet flashing. D. Clean seam areas, overlap, and firmly roll sheet flashings into the adhesive. Hot-air weld side and end laps to ensure a watertight seam installation. E. Terminate and seal top of sheet flashings[ and mechanically anchor to substrate through termination bars]. 3.6 WALKWAY INSTALLATION A. Flexible Walkways: Install walkway products in locations indicated. Heat weld to substrate or adhere walkway products to substrate with compatible adhesive according to roofing system manufacturer's written instructions. Coordinate and provide locations of desired walkways with Owner. 3.7 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified testing agency to perform tests and inspections. B. Final Roof Inspection: Arrange for roofing system manufacturer's technical personnel to inspect roofing installation on completion. C. Repair or remove and replace components of membrane roofing system where inspections indicate that they do not comply with specified requirements. D. Additional inspections, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. 3.8 PROTECTING AND CLEANING A. Protect membrane roofing system from damage and wear during remainder of construction period. When remaining construction will not affect or endanger roofing, inspect roofing for deterioration and damage, describing its nature and extent in a written report, with copies to Architect and Owner. B. Correct deficiencies in or remove membrane roofing system that does not comply with requirements; repair substrates; and repair or reinstall membrane roofing system to a condition free of damage and deterioration at time of Substantial Completion and according to warranty requirements. C. Clean overspray and spillage from adjacent construction using cleaning agents and procedures recommended by manufacturer of affected construction. D. At completion of work, test drains to ensure system is free running and drains are watertight. SECTION 02 41 19 SELECTIVE DEMOLITION 1.1 PREINSTALLATION MEETINGS A. Predemolition Conference: Conduct conference at Project site 1. Inspect and discuss condition of construction to be selectively demolished. 2. Review requirements of work performed by other trades that rely on substrates exposed by selective demolition operations. 3. Review areas where existing construction is to remain and requires protection. 1.2 INFORMATIONAL SUBMITTALS A. Schedule of Selective Demolition Activities: Indicate the following: 1. Detailed sequence of selective demolition and removal work, with starting and ending dates for each activity. Ensure Owner's on-site operations are uninterrupted. 2. Interruption of utility services. Indicate how long utility services will be interrupted. 3. Coordination for shutoff, capping, and continuation of utility services. 4. Coordination of Owner's continuing occupancy of portions of existing building and of Owner's partial occupancy of completed Work. B. Inventory: Submit a list of items to be removed and salvaged and deliver to Owner prior to start of demolition. C. Predemolition Photographs or Video: Submit before Work begins. D. Warranties: Documentation indicated that existing warranties are still in effect after completion of selective demolition. 1.3 CLOSEOUT SUBMITTALS A. Inventory: Submit a list of items that have been removed and salvaged. B. Landfill Records: Indicate receipt and acceptance of hazardous wastes by a landfill facility licensed to accept hazardous wastes. 1.4 FIELD CONDITIONS A. Owner will occupy portions of building immediately adjacent to selective demolition area. Conduct selective demolition so Owner's operations will not be disrupted. B. Conditions existing at time of inspection for bidding purpose will be maintained by Owner as far as practical. C. Notify Architect of discrepancies between existing conditions and Drawings before proceeding with selective demolition. PART 2 - EXECUTION 2.1 EXAMINATION A. Verify that utilities have been disconnected and capped before starting selective demolition operations. B. Review record documents of existing construction provided by Owner. Owner does not guarantee that existing conditions are same as those indicated in record documents. C. Survey existing conditions and correlate with requirements indicated to determine extent of selective demolition required. D. When unanticipated mechanical, electrical, or structural elements that conflict with intended function or design are encountered, investigate and measure the nature and extent of conflict. Promptly submit a written report to Architect. 2.2 UTILITY SERVICES AND MECHANICAL/ELECTRICAL SYSTEMS A. Existing Services/Systems to Remain: Maintain services/systems indicated to remain and protect them against damage. B. Existing Services/Systems to Be Removed, Relocated, or Abandoned: Locate, identify, disconnect, and seal or cap off indicated utility services and mechanical/electrical systems serving areas to be selectively demolished. 2.3 PREPARATION A. Temporary Facilities: Provide temporary barricades and other protection required to prevent injury to people and damage to adjacent buildings and facilities to remain. 1. Provide protection to ensure safe passage of people around selective demolition area and to and from occupied portions of building. 2. Provide temporary weather protection, during interval between selective demolition of existing construction on exterior surfaces and new construction, to prevent water leakage and damage 3. Protect walls, ceilings, floors, and other existing finish work that are to remain or that are exposed during selective demolition operations. 4. Cover and protect equipment that have not been removed. 5. Dispose of demolished items and materials promptly. 6. Clean salvaged items. 7. Store items in a secure area until delivery to Owner. 8. Protect items from damage during transport and storage. B. Removed and Reinstalled Items: 1. Clean and repair items to functional condition adequate for intended reuse. 2. Reinstall items in locations indicated. Comply with installation requirements for new materials and equipment. Provide connections, supports, and miscellaneous materials necessary to make item functional for use indicated. C. Existing Items to Remain: Protect construction indicated to remain against damage and soiling during selective demolition. When permitted by Architect, items may be removed to a suitable, protected storage location during selective demolition and reinstalled in their original locations after selective demolition operations are complete. 2.4 RECYCLING A. A Minimum of 75% of demolished materials shall be re-purposed or recycled. Contractor shall fill out, and provide, City's Waster Tracking Spreadsheet. 2.5 SELECTIVE DEMOLITION PROCEDURES FOR SPECIFIC MATERIALS A. Concrete Slabs-on-Grade: Saw-cut perimeter of area to be demolished, then break up and remove. 2.6 ELECTRICAL DEMOLITION A. Existing devices and circuiting which are shown are indicated only for informational purposes. Electrical Contractor shall visit the site and shall verify conditions as they exist, and shall remove, relocate and/or rework any electrical equipment and/or circuits affected (whether or not indicated) due to removal or reworking of existing walls, ceilings, etc. Electrical Contractor shall familiarize himself with all work to be done by other trades by studying the Drawings. Lack of knowledge of existing conditions shall not relieve the Electrical Contractor of any responsibility for the successful completion of this project. B. Where remodeling interferes with circuits in areas which are otherwise undisturbed, circuits shall be reworked. C. Electrical Contractor shall remove and replace lighting fixtures and power. Rework, relocate or replace conduit and wiring and do other work required by the installation of new ductwork, piping, walls, ceilings, floors ,etc., above existing ceiling, in existing walls and existing floors. Coordinate with other contractors and verify the extent of the work. D. Electrical Contractor shall check areas of demolition for electrical damage and physical damage If existing electrical equipment and devices do not have electrical power, Electrical Contractor is responsible to provide power from electrical panels as determined by Engineer. 10 00 00 BIRD EXCLUSION NETTING: 1.01 QUALITY ASSURANCE A. QUALIFICATIONS 1. Manufacturer: Company specializing in manufacturing products specified with minimum three years experience and with facilities within 100 miles of Project. 2. Installer: Company specializing in performing Work of this section with minimum three years experience approved by manufacturer B. Work shall conform to Type 1 Quality at a minimum. 2.01 Manufacturers/Product A. Bird Net 2000 by Bird B Gone, Inc- 3/4" Heavy Duty Bird Netting, Black with recommended manuf. hardware as basis of bid - PLOT DATE A A 1 2 3 4 5 1 2 3 4 5 6 SHEET INFORMATION PROJECT INFORMATION PROJECT PHASE SEAL ARCHITECT ISSUE DATE: PROJECT #: Architects, Inc. CONSULTANT B C D A B C D T - 970.484.0117 F - 970.484.0264 315 East Mountain Ave Suite 100 Fort Collins, CO 80524-2913 © 2012 www.rbbarchitects.com 7/29/2013 10:30:56 AM A522 1231.5 PROJECT SPECIFICATIONS OLD TOWN PARKING GARAGE CANOPY City of Fort Collins, CO Remington Street Entry CONSTRUCTION DOCUMENTS CONSTRUCTION DOCUMENTS: 7/29/2013 1/2" PLATE STIFFENER, WELDED INTO C-CHANNEL TPO MEMBRANE, WALL EXPANSION JOINT DETAIL BY MANUFACTURER WOOD BLOCKING BACKER ROD EQ EQ WELDED WIRE WINDOW GUARD- FACTORY POWDER COATED TO MATCH EXIST T.O.STL. 110'-10" CLIP BOLTED INTO CONCRETE 48" O.C. WINDOW GUARD FRAME 1" 1" 1 1/4" 1/2" D2 A521 TPO ROOFING MEMBRANE 3/8" HIGH DENSITY COVERBOARD TAPERED INSULATION 3" METAL DECKING WIDE FLANGE, RE: STRUCTURAL L-ANGLE, RE: STRUCTURAL C-CHANNEL, RE: STRUCTUAL (8) EQ. SPACED 1/2" PLATE STIFFENER, WELDED INTO C- CHANNEL@ WEST CHANNEL ANCHOR SYSTEM, RE: STRUCTURAL TPO COVER TAPE HEATWELD STRIP AND FLASHING SYSTEM BY MANUFACTURER PREFIN. DRIP EDGE- KYNAR COLOR BY ARCHITECT PT WOOD BLOCKING 1 1/2" 4" T.O.STL. 110'-10" NOTES: 1. PAINT ENTIRE UNDERSIDE OF DECK 2. PROVIDE BIRD SCREEN PER SPECIFICATIONS SHEET 3. ENTIRE STRUCTURE SHALL BE PAINTED PER SPECIFICATION SHEET LEVEL 2 110'-0" CLAMP RING STRAINER ROOF DRAIN- INSTALLATION PER MANUFACTURER'S INSTRUCTIONS- FLASH PER ROOF MANUF. INSTRUCTIONS DECK CLAMP- PAINT 6" STL SCHED. 40 ROOF DRAIN- WELD FITTINGS WATERTIGHT, TYP.- PAINT TPO MEMBRANE W/ FLASHING SYSTEM BY MANUFACTURER POLYISO TAPERED INSULATION 3" STL. DECK- PAINT UNDERSIDE OF DECK NOTE: PROVIDE BIRD SCREEN AT ENTIRE UNDERSIDE OF STRUCTURE FIT TIGHT TO BEAMS- RE: SPECIFICATION SHEET TYP. 2 1 1/2" 2" C3 A521 .2500" DIA WELDED WIRE WINDOW GUARD- FACTORY POWDER COATED STEEL CLIP EXPANSION BOLTED INTO CONCRETE 48" O.C. AT SILL, JAMB AND HEAD- MATCH EXISTING DETAIL 1 1/2"X 1 1/2" CHANNEL WINDOW GUARD FRAME- PAINT - PLOT DATE A A 1 2 3 4 5 1 2 3 4 5 6 SHEET INFORMATION PROJECT INFORMATION PROJECT PHASE SEAL ARCHITECT ISSUE DATE: PROJECT #: Architects, Inc. CONSULTANT B C D A B C D T - 970.484.0117 F - 970.484.0264 315 East Mountain Ave Suite 100 Fort Collins, CO 80524-2913 © 2012 www.rbbarchitects.com 7/29/2013 10:30:46 AM A521 1231.5 DETAILS OLD TOWN PARKING GARAGE CANOPY City of Fort Collins, CO Remington Street Entry CONSTRUCTION DOCUMENTS CONSTRUCTION DOCUMENTS: 7/29/2013 B2 1 1/2" = 1'-0" DETAIL AT COLUMN TOP B1 1 1/2" = 1'-0" PLAN DETAIL B3 1 1/2" = 1'-0" DETAIL - WIDE FLANGE C3 1 1/2" = 1'-0" DETAIL - ROOF EAST EDGE C1 1 1/2" = 1'-0" DETAIL - ROOF WEST EDGE B5 1 1/2" = 1'-0" DETAIL - ROOF DRAIN D2 1 1/2" = 1'-0" DETAIL - CONNECTION AT WINDOW GUARD BIRD SCREEN AT ENTIRE UNDERSIDE OF STRUCTURE, TIGHT AND CONFORM TO BEAMS- RE: SPEC. SHT SALVAGE AND REPLACE BOLLARDS AS NECESSARY- PAINT TO MATCH EXIST.- TYP LEVEL 1 (B.O. CURB AT BUILDING LINE) 100'-0" LEVEL 2 110'-0" LEVEL 3 120'-0" C3 A301 1 2 C1 A301 A521 B2 EXISTING PARKING GARAGE BEYOND FACTORY PRIMED STEEL FRAMING, PAINT; RE: STRUCTURAL NEW WELDED WIRE SCREEN IN EXISTING GARAGE OPENINGS AT CANOPY LEVEL BEYOND- FACTORY POWDER COAT TO MATCH EXIST. EXISTING ADJACENT BUILDING (POUDRE FIRE AUTHORITY) EXISTING ADJACENT BUILDING 17'-5 1/2" 14'-6" 15'-0" A521 B2 Sim T.O.STL. RE: 110'-STRUCT. 10" SALVAGED PARKING EQUIPMENT REPLACED IN SLAB BY OWNER'S CONTRACTOR- PROTECT AND REMOVE- COORDINATE REPLACEMENT AND PLACEMENT DATA/ELECT. LINE LOCATIONS WITH OWNER A521 C3 Sim BIRD SCREEN AT ENTIRE UNDERSIDE OF CANOPY- FASTEN TIGHT TO BEAMS- RE: SPEC. SHEET PAINT ALL STEEL INCLUDING ENTIRE UNDERSIDE OF DECK- STEEL SHALL BE PAINTED ALL SIDES REPAIR/REPLACE EXISTING CONCRETE AT ISLAND AS REQUIRED FOR REROUTE/RECONNECTION OF ELECT/DATA LINES; RE: SITE PLAN- ALL ELECTRICAL AND DATA SUB GRADE BY CONTRACTOR TO EXIST. PANEL- COORDINATE LOCATION WITH OWNER'S CONTRACTOR LEVEL 1 (B.O. CURB AT BUILDING LINE) 100'-0" LEVEL 2 110'-0" LEVEL 3 120'-0" A1 A301 B A FACTORY PRIMED STEEL FRAMING, PAINT; RE: STRUCTURAL EXISTING BUILDING BEYOND EXISTING PARKING GARAGE NEW WELDED WIRE SCREEN IN EXISTING GARAGE OPENINGS- FACTORY POWDER COAT TO MATCH EXIST. 12'-1" 7'-5" SALVAGED PARKING EQUIPMENT REPLACED IN SLAB BY OWNER'S CONTRACTOR- PROTECT AND REMOVE- COORDINATE REPLACEMENT AND PLACEMENT OF DATA/ELECT. LINE LOCATIONS WITH OWNER'S PARKING CONTROL CONTRACTOR A521 C3 Sim A521 C3 Sim T.O.STL. RE: STRUCT. 110'-10" REPAIR/REPLACE EXISTING CONCRETE AT ISLAND AS REQUIRED FOR REROUTE/RECONNECTION OF ELECT/DATA LINES; RE: SITE PLAN- ALL ELECTRICAL AND DATA SUB GRADE BY CONTRACTOR TO EXIST. PANEL- COORDINATE LOCATION WITH OWNER'S CONTRACTOR - PLOT DATE A A 1 2 3 4 5 1 2 3 4 5 6 SHEET INFORMATION PROJECT INFORMATION PROJECT PHASE SEAL ARCHITECT ISSUE DATE: PROJECT #: Architects, Inc. CONSULTANT B C D A B C D T - 970.484.0117 F - 970.484.0264 315 East Mountain Ave Suite 100 Fort Collins, CO 80524-2913 © 2012 www.rbbarchitects.com 7/29/2013 10:30:26 AM A301 1231.5 BUILDING SECTIONS OLD TOWN PARKING GARAGE CANOPY City of Fort Collins, CO Remington Street Entry CONSTRUCTION DOCUMENTS CONSTRUCTION DOCUMENTS: 7/29/2013 C3 1/4" = 1'-0" SECTION - EAST/WEST A1 3/8" = 1'-0" SECTION - NORTH/SOUTH C1 1/4" = 1'-0" SECTION - EAST/WEST 1 2 3 4 5 6 SHEET INFORMATION PROJECT INFORMATION PROJECT PHASE SEAL ARCHITECT ISSUE DATE: PROJECT #: Architects, Inc. CONSULTANT B C D A B C D T - 970.484.0117 F - 970.484.0264 315 East Mountain Ave Suite 100 Fort Collins, CO 80524-2913 © 2012 www.rbbarchitects.com 7/29/2013 10:29:51 AM A201 1231.5 EXTERIOR ELEVATIONS OLD TOWN PARKING GARAGE CANOPY City of Fort Collins, CO Remington Street Entry CONSTRUCTION DOCUMENTS CONSTRUCTION DOCUMENTS: 7/29/2013 A1 1/4" = 1'-0" WEST ELEVATION - REMINGTON STREET TO BE SALVAGED AND PROTECTED BY CONTRACTOR- ALL EQUIPMENT SHALL BE RESET ON NEW CONCRETE SLAB ON GRADE BY OWNERS CONTRACTOR EXISTING UNDERGROUND ELECTRIC UTILITY CONDUIT AND DATA CONDUIT TO BE REROUTED AROUND NEW STRUCTURE AS NECESSARY. REMOVE EXISTING JUNCTION BOXES. COORDINATE LOCATION OF CONDUIT WITH OWNER AND OWNER'S PARKING CONTROLS CONTRACTOR ALL EXISTING BOLLARDS TO BE SALVAGED, REUSED AND REPAINTED TO MATCH EXIST. TYP. NOTE: CITY OF FORT COLLINS TO COORDINATE WITH MOUNTAIN PARKING TO REMOVE/REINSTALL EXISTING PARKING EQUIPMENT. CONTRACTOR TO INSTALL CONDUIT ACCORDINGLY C3 A301 A1 A301 1 2 A B C1 A301 A521 B1 5/8" / 12" 5/8" / 12" 15'-0" 14'-6" 17'-5 1/2" 9'-2" 12'-0" 8'-10" EXISTING BUILDING; POUDRE FIRE AUTHORITY (N.I.C.) EXISTING PARKING GARAGE NEW WELDED WIRE WINDOW GUARD SCREEN, TYP. @ (3) OPENINGS- MATCH EXISTING DETAIL AND FACTORY POWDER COAT 46'-11 1/2" 30'-0" EXISTING RETAIL BUILDING (N.I.C.) STEEL FRAMING, FACTORY PRIMED -PAINT; RE: STRUCTURAL FACTORY PRIMED ROOF DRAIN STEEL FRAMING, PAINT; RE: STRUCTURAL FOR MEMBER SIZING PROVIDE ELECTRICAL CONDUIT AND WIRING- RE: ELECT. DWGS- COORD. WITH OWNER'S CONTRACTOR- SIGNAGE AND SIGNAGE INSTALLATION PROVIDED BY OWNER SUPPORT STRUCTURE PENETRATION, TYP- PROVIDE FLASHING BOOT 1 2 A B EXPOSED METAL DECKING- PAINT STEEL FRAMING, PAINT; RE: STRUCTURAL DOWNSPOUT STEEL FRAMING, PAINT; RE: STRUCTURAL ENTRY AND CLEARANCE SIGNAGE (O.F.C.I.) EXISTING BUILDING; POUDRE FIRE AUTHORITY (N.I.C.) EXISTING PARKING GARAGE EXISTING RETAIL BUILDING (N.I.C.) - PLOT DATE A A 1 2 3 4 5 1 2 3 4 5 6 SHEET INFORMATION PROJECT INFORMATION PROJECT PHASE SEAL ARCHITECT ISSUE DATE: PROJECT #: Architects, Inc. CONSULTANT B C D A B C D T - 970.484.0117 F - 970.484.0264 315 East Mountain Ave Suite 100 Fort Collins, CO 80524-2913 © 2012 www.rbbarchitects.com 7/29/2013 10:29:23 AM A101 1231.5 SITE PLAN, ROOF PLAN, REFLECTED CEILING PLAN OLD TOWN PARKING GARAGE CANOPY City of Fort Collins, CO Remington Street Entry CONSTRUCTION DOCUMENTS CONSTRUCTION DOCUMENTS: 7/29/2013 A1 1/4" = 1'-0" SITE PLAN N C4 1/8" = 1'-0" ROOF PLAN A4 1/8" = 1'-0" REFLECTED CEILING PLAN NECESARY ALL EXISTING BOLLARDS TO BE SALVAGED, REUSED AND REPAINTED TO MATCH EXIST. TYP. EXISTING DRIVE AISLE CONCRETE TO REMAIN- PROTECT CONCRETE FROM DAMAGE DURING CONSTRUCTION EXISTING LANDSCAPE AREA- REMOVE EXISTING SHRUBS AND REPLACE WITH ROCK MULCH EXISTING BOLLARD TO REMAIN- REPAINT EXISTING TICKET/PAY STATION EQUIPMENT TO REMAIN EXISTING BOLLARD TO REMAIN EXISTING PROPERTY LINE EXISTING PROPERTY LINE STORM SEWER (E) STORM SEWER (E) ELECT/DATA (E) NEW DOWNSPOUT AND SUBGRADE TIE-IN, RE: CIVIL STORM SEWER MANHOLE (E) EXISTING BIKE RACK AND SIDEWALK RAMP TRUNCATED CONE STRIP TO BE REPLACED IF DAMAGED DURING STORM SEWER EXTENSION - PLOT DATE A A 1 2 3 4 5 1 2 3 4 5 6 SHEET INFORMATION PROJECT INFORMATION PROJECT PHASE SEAL ARCHITECT ISSUE DATE: PROJECT #: Architects, Inc. CONSULTANT B C D A B C D T - 970.484.0117 F - 970.484.0264 315 East Mountain Ave Suite 100 Fort Collins, CO 80524-2913 © 2012 www.rbbarchitects.com 7/29/2013 10:31:00 AM AS101 1231.5 DEMOLITION PLAN OLD TOWN PARKING GARAGE CANOPY City of Fort Collins, CO Remington Street Entry CONSTRUCTION DOCUMENTS CONSTRUCTION DOCUMENTS: 7/29/2013 A1 DEMOLITION 1/4" = 1'-0" PLAN TYP VIF FROM EXISTING 2" 1/4 1/4 TYP, GUSSET PL TO BEAM AND C15 SLOPE KNIFE PL UP TO TOP OF C15 AT PERIMETER, TYPICAL 45.00° TOP OF STEEL 110' - 10" TYP. 5" 1' - 7" EXISTING PARKING STRUCTURE 2" DIA PIPE PER ELEV, SLOT FOR KNIFE PL3/8 CENTERED ON BEAM C15, SEE PLAN W18, RIPPED SIM TO 6/S102 WORK POINT 9 1/2" 1' - 0" V.I.F. FROM EXISTING 2" 3" STEEL DECK TOP OF STEEL 110' - 10" V.I.F. TO EXISTING 2' - 11 3/8" 3/16 TYP PIPE 3/16 TO GUSST PL3/8 WORK POINT C15, SEE PLAN W18, SEE PLAN 2' - 7" 9 1/2" TYP 5" 2" DIA PIPE PER ELEV, SLOT FOR KNIFE PL3/8 CENTERED ON BEAM CONT L4x4x1/4 DECK SUPPORT, TYP TOP OF STEEL 110' - 10" WORK POINT 9 1/2" 2" DIA PIPE PER ELEV, 1' - 7" SLOT FOR KNIFE PL3/8 CENTERED ON BEAM TYP 5" C15, SEE PLAN 1' - 0" CONT L4x4x1/4 DECK SUPPORT, TIGHT TO C15 4" 1 TOP OF STEEL 110' - 10" 2" 3" 3" 2" 3/8 3/8 TYP AT MOMENT PLATES PL3/4x11x10 TOP AND BOT W/ (6) 3/4" DIA BOLTS FOR MOMENT CONNECTION, (TRANSVERSE NOT SHOWN FOR CLARITY) WORK POINT PL3/8 SHEAR TAB W/ 3/4" DIA BOLTS AT 3" TYP, FULL DEPTH, EA BEAM TO COL CONN. 2' - 4 1/2" 10" TYP 5" 3/16 THREE SIDES, 1" RETURN TOP L4x4x1/4x1'-0, TYP AT EA MITRED CORNER MITRE CORNERS TYPICAL C15 PER PLAN A TOP OF STEEL 110' - 10" 10" 3/8 3/8 3 SIDES, TYP FOR TOP AND BOT PL'S PL3/4x11x1'-4 TOP AND BOT W/ (6) 3/4" DIA BOLTS. 3" 3" 2" 5.27° RIPPED W18 W/ PL3/4 BOT FLANGE GUSSET PL3/8 FROM WEB OF COL 2' - 5" 3/8 2-12 3/8 2-12 DETAIL IS SHOWN THROUGH COLUMN WITH FLANGE REMOVED TYP 5" GRID WF COL, PER PLAN SHIM & GROUT TYP, UNO. RE: ARCH FOR COLOR AND TEXTURE REQUIREMENTS (3) #4 TIES TOP TYPICAL ISOLATION JOINT: 18" FIBRE FORM OR 1'-6" DIAMOND V.I.F. 1 1/2" MATCH EXISTING CURB THICKNESS TOP OF CURB WORK POINT 3/16 4 3/16 4 TYP GUSSET PL3/8, SLOT CENTER OF LONG PIPE TO FIT PL AND SLOT ENDS OF CROSS MEMBERS AND COPE TIGHT TO LONG PIPE. PROVIDE 5" OF LAP OVER GUSSET PL. VOID FORM BELOW CAP OUTSIDE PIER VERT BARS 3" TO PIER CLR, TYP 0' - 2" BOT 0' - 3" CLR 0' - 2" #5 AT 8" T&B REINFx EW CLR, TYP 0' - 2" LAP LTE #5 VERTS @ 8” PER SIDE PER SECTION BELOW #5 TIES @ 8” W/ (2) @ 3” @ TOP. TOP OF PIER CAP TOP OF PIER 2' - 0" 2' - 6" 2' - 0" (4) #5 DOWELS WITH STD HOOK INTO PIER CAP. ONE EA CORNER 2' - 6" OUTLINE OF BASE PL, CNTR ON PIER CAP - PLOT DATE A A 1 2 3 4 5 1 2 3 4 5 6 SHEET INFORMATION PROJECT INFORMATION PROJECT PHASE SEAL ARCHITECT ISSUE DATE: PROJECT #: Architects, Inc. CONSULTANT B C D A B C D T - 970.484.0117 F - 970.484.0264 315 East Mountain Ave Suite 100 Fort Collins, CO 80524-2913 © 2012 www.rbbarchitects.com 19 Old Town Square, Suite 238 Fort Collins, CO 80524 tel 970.568.3355 fax 970.482.0251 www.larsensd.com STRUCTURAL DESIGN JOB #: 1681 7/26/2013 3:32:16 PM S102 1231.5 SECTIONS OLD TOWN PARKING GARAGE CANOPY CITY OF FORT COLLINS, CO REMINGTON STREET ENTRY CONSTRUCTION DOCUMENTS 7/26/2013 Minor Amend. 5/20/2013 CONSTRUCTION DOCUMENTS 7/26/2013 3/4" = 1'-0" 1 SECTION 1/8" = 1'-0" 3 BASE PLATES 3/4" = 1'-0" 9 SECTION 3/4" = 1'-0" 10 SECTION 3/4" = 1'-0" 11 SECTION 3/4" = 1'-0" 12 SECTION 3/4" = 1'-0" 5 SECTION 1 1/2" = 1'-0" 7 SECTION 3/4" = 1'-0" 6 SECTION 3/4" = 1'-0" 4 SECTION 3/4" = 1'-0" 8 CROSS PL CONNECTION 3/4" = 1'-0" 2 TYPICAL PIER CAP July 26, 2013 PARKING GARAGE EXISTING PVFA BUILDING EXISTING BUILDING S101 4 S102 7 GROUND 100' - 0" 1 2 TOP OF STEEL 110' - 10" TOP OF COL 119' - 6" Pipe-2" X-Strong Pipe-2" X-Strong Pipe-2" X-Strong Pipe-2" X-Strong S102 5 W18X86 W18X86 W18X86 W12X65 W12X65 S102 5 SIM S102 8 VERIFY ELEVATIONS IN FIELD AND WITH ARCHITECTURAL DRAWINGS S102 4 S102 4 S101 5 S101 5 SIM Pipe-2" X-Strong GROUND 100' - 0" A B TOP OF STEEL 110' - 10" TOP OF COL 119' - 6" S102 12 S102 10 Pipe-2" X-Strong Pipe-2" X-Strong Pipe-2" X-Strong Pipe-2" X-Strong S102 6 S102 8 OH S101 5 SIM S101 5 SIM TYPICAL ROOF DECK: 3"X18 GA STEEL DECK (TYPE 3N) W/ 5/8" DIA PUDDLE WELDS AT 8"(24/4 PATTERN) AND #10 SDST SIDELAP FASTENERS @ 48". CANTILEVER MOMENT CONNECTION MOMENT CONNECTION BRACE LOCATION (SEE ELEV) FRAMING LEGEND PXX ELEV. X' KEY TO PIER NOTES * CENTER PIERS UNDER WALL AND COLUMNS (U.N.O.). * TOP OF PIER ELEVATION SHOULD REFERECE EXISTING CURB LOCATIONS, REFER TO AND LOCATE PER ARCHITECTURAL. * SEE SECTION 1/S200 FOR TYPICAL PIER SECTION * BOTTOM OF PIER ELEVATION TO BE 20-FEET BELOW REFERENCED ARCHITECURAL ELEVATION, OR 6-FT PENETRATION INTO BEDROCK. WHATEVER RESULTS IN A LONGER PIER. PIER TYPE PENETRATION *WHERE PENETRATION IS NOT SHOWN PROVIDE 6 FEET (MINIMUM) PENETRATION TOP OF PIER ELEVATION 1 3" 6" 3" 1' - 0" 1/4 1/4 3/16 4 3/16 4 TYP TYP 5" 2" DIA PIPE, SEE PLAN. CAP ENDS KNIFE PL3/8, TYP IN FOUR DIRECTIONS. UPSET PLATES ON COLUMN WEB AS SHOWN. CL TO CL 6" HORIZ PIPE IS NON STRUCT, PLACE AFTER DIAGONAL IS ALREADY IN PLACE AND WELDED. - PLOT DATE A A 1 2 3 4 5 1 2 3 4 5 6 SHEET INFORMATION PROJECT INFORMATION PROJECT PHASE SEAL ARCHITECT ISSUE DATE: PROJECT #: Architects, Inc. CONSULTANT B C D A B C D T - 970.484.0117 F - 970.484.0264 315 East Mountain Ave Suite 100 Fort Collins, CO 80524-2913 © 2012 www.rbbarchitects.com 19 Old Town Square, Suite 238 Fort Collins, CO 80524 tel 970.568.3355 fax 970.482.0251 www.larsensd.com STRUCTURAL DESIGN JOB #: 1681 7/26/2013 3:32:15 PM S101 1231.5 FOUNDATION AND ROOF FRAMING PLAN OLD TOWN PARKING GARAGE CANOPY CITY OF FORT COLLINS, CO REMINGTON STREET ENTRY CONSTRUCTION DOCUMENTS 7/26/2013 Minor Amend. 5/20/2013 CONSTRUCTION DOCUMENTS 7/26/2013 1/8" = 1'-0" 1 FOUNATION PLAN 1/8" = 1'-0" 2 ROOF FRAMING PLAN 1/4" = 1'-0" 3 FRAME ALONG GRIDS A & B 1/4" = 1'-0" 4 FRAME ALONG GRIDS 1 & 2 3/4" = 1'-0" 5 TOP OF COL CONN July 26, 2013 Around openings in walls and slabs, provide 2-#5, extending 2'-0 beyond edge of opening. In continuous members, splice top bars at mid-span and splice bottom bars over supports. Provide intermittent shear keys at all construction joints and elsewhere as shown on the drawings. Except as noted on the drawings, concrete protection for reinforcement in cast-in-place concrete shall be as follows: a. Cast against and permanently exposed to earth 3" b. Exposed to earth or weather: #6 through #18 bars 2" #5 bar, W31 or D31 wire, and smaller 1-1/2" c. Not exposed to weather or in contact with ground: Slabs, walls, joists: #11 bar and smaller 3/4" Beams, columns: Primary reinforcement 1-1/2" Stirrups, ties, spirals 1-1/2" Anchor bolts and rods for beam and column-bearing plates shall be placed with setting templates. Permanent corrugated steel forms for concrete floor slabs shall be manufactured and erected according to the "Specifications and Code of Standard Practice" of the Steel Deck Institute. All concrete work is subject to inspection by a qualified special inspector employed by the owner in accordance with IBC Section 1704.4. STRUCTURAL STEEL: Structural steel shall be detailed, fabricated, and erected in accordance with the "Specification for Structural Steel Buildings" (AISC 360-05) and the "Code of Standard Practice for Steel Building and Bridges" (AISC 303-05), by the American Institute of Steel Construction (AISC). Structural steel wide flange beams shall conform to ASTM A992. Other rolled shapes, including plates, channels, and angles shall conform to ASTM A36. Hollow structural section (HSS) tube shapes shall conform to ASTM A500, Grade B, 46 ksi yield. Pipe shapes shall conform to ASTM A53 Grade B. Except as noted, framed beam connections shall be bearing-type with 3/4" diameter, snug tight, A325-N bolts, detailed in conformance with the Structural Drawings and the "Steel Construction Manual" by AISC, 13th Edition. Install bolts in accordance with AISC "Specification for Structural Joints Using ASTM A325 or A490 Bolts", 2004. All beams shall have full depth web stiffeners each side of webs above and below columns Anchor rods shall conform to ASTM F1554, Grade 36 (or high strength Gr 55 or Gr 105 as noted), with weldability supplement S1. Headed anchor studs (HAS) shall be attached to structural steel with equipment approved by the stud manufacturer according to the stud manufacturer's recommendations. Welding shall be done by a certified welder in accordance with AISC and AWS specifications and recommendations using E70- electrodes. Where not specifically noted, minimum weld shall be 3/16” fillet by length of contact edge. All post-installed anchors shall have current International Code Council Evaluation Service (ICC-ES) reports and shall be installed in accordance with the manufacturer's requirements. Expansion anchors shall be approved “wedge” type unless specifically noted to be “sleeve” type. Chemical anchors shall be approved epoxy or similar adhesive type and shall have current ICC-ES Report. Where base material is not solid, approved screen tubes shall be used. Grout beneath column base and beam-bearing plates shall be minimum 28-day compressive strength of 7,500 psi, approved non-metallic,non-shrink, when tested in accordance with ASTM C1107 Grade B or C at a flow cone fluid consistency of 20 to 30 seconds. STEEL DECKING: Steel roof and composite floor deck shall be manufactured and erected according to the standard deck specifications and the "Manual of Construction of Steel Deck" (SDI No. MOC1) as prepared by the Steel Deck Institute (SDI). Composite floor deck shall be connected to supporting members and connected as required to satisfy SDI minimum requirements except as noted on the structural drawings. Welding patterns, screw patterns, and details shall be indicated on the supplier's shop drawings. Deck shall be attached to supporting members to develop a diaphragm shear of 408 plf and net uplift due to wind of 15 psf. SHOP DRAWINGS: Construction Documents are copyrighted and shall not be copied for use as erection plans or shop details. Use of Larsen Structural Design's electronic files as base for shop drawings requires prior approval by Larsen Structural Design, signed release of liability by subcontractor, and deletion of Larsen Structural Design’s name and Logo from all sheets so used. The General Contractor and his subcontractors shall submit in writing any requests to modify the plans or specifications. All shop and erection drawings shall be checked and stamped by the General Contractor prior to submission for Engineer's review. Unchecked submittals will be returned without review. Furnish one (1) print and one (1) electronic copy of shop and erection drawings to the Structural Engineer for review prior to fabrication for: concrete mix designs, reinforcing steel, structural steel, metal deck, Submit in a timely manner to permit ten (10)working days for review. Shop drawings submitted for review do not constitute "request for change in writing" unless specific suggested changes are clearly marked. In any event, such changes by means of the shop drawing submittal process become the responsibility of the one initiating such change. FIELD VERIFICATION OF EXISTING CONDITIONS: Contractor shall thoroughly inspect and survey existing structure to verify conditions that affect the work shown on the drawings. Contractor shall report any variations or discrepancies to the Architect before proceeding. Contract documents have been prepared using limited site observations. During construction, the contractor may encounter existing conditions which are not now known or are variance with project documentation (discovery). contractor shall notify the engineer of all conditions not per the contract Documents. examples include: sizes or dimensions other than those shown. damage or deterioration to materials or components. conditions of instability or lack of support. items noted as existing on the drawings but not found in the field include, but are not limited to: Contractor shall prepare dimensional drawings of all discovered items. Contractor shall field verify all existing structural conditions prior to submitting shop drawings. Contractor shall make allowance for the resolution of such discoveries in the construction schedule. STRUCTURAL ERECTION AND BRACING REQUIREMENTS: The structural drawings illustrate the completed structure with elements in their final positions, properly supported and braced. These construction documents contain typical and representative details to assist the contractor. Details shown apply at all similar conditions unless otherwise indicated. Although due diligence has been applied to make the drawings as complete as possible, not every detail is illustrated, nor is every exceptional condition addressed. All proprietary connections shall be installed in accordance with the manufacturers' recommendations. All work shall be accomplished in a workmanlike manner and in accordance with the applicable code and local ordinances. The general contractor is responsible for coordination of all work, including layout and dimension verification, materials coordination, shop drawing review, and the work of subcontractors. Any discrepancies or omissions discovered in the course of the work shall be immediately reported to the architect for resolution. Continuation of work without notification of discrepancies relieves the architect and engineer from all consequences. Unless otherwise specifically indicated, the drawings do not describe methods of construction. The contractor, in the proper sequence, shall perform or supervise all work necessary to achieve the final completed structure, and to protect the structure, workmen, and others during construction. Such work shall include, but not be limited to, bracing, shoring for construction equipment, shoring for excavation, formwork, scaffolding, safety devices and programs of all kinds, support and bracing for cranes and other erection equipment. Do not backfill against basement or retaining walls until supporting slabs and floor framing are in place and securely anchored, unless adequate bracing is provided. Temporary bracing shall remain in place until all floors, walls, roofs and any other supporting elements are in place. The architect and engineer bear no responsibility for the above items, and observation visits to the site do not in any way include inspection of them. Precautionary Notes on Structural Behavior A. Interior finish detailing must accommodate the differentials in relative movement of supporting structures. B. Roof spans are quite long, and applied loading naturally causes substantial deflection. Interior elements hung from the roof will deflect with the roof. C. The floor is a structural slab on steel deck and will have movement during the placement of concrete during construction. The concrete deck may not be uniform accross structure as a result. D. Exterior wall assembly is hung from the edge of the building structure and is directly affected to some degree by changes in external temperature and floor or roof deflection. Finish details should allow for relative movement between elements with different support conditions. - PLOT DATE A A 1 2 3 4 5 1 2 3 4 5 6 SHEET INFORMATION PROJECT INFORMATION PROJECT PHASE SEAL ARCHITECT ISSUE DATE: PROJECT #: Architects, Inc. CONSULTANT B C D A B C D T - 970.484.0117 F - 970.484.0264 315 East Mountain Ave Suite 100 Fort Collins, CO 80524-2913 © 2012 www.rbbarchitects.com 19 Old Town Square, Suite 238 Fort Collins, CO 80524 tel 970.568.3355 fax 970.482.0251 www.larsensd.com STRUCTURAL DESIGN JOB #: 1681 7/26/2013 3:32:14 PM S100 1231.5 STRUCTURAL GENERAL NOTES OLD TOWN PARKING GARAGE CANOPY CITY OF FORT COLLINS, CO REMINGTON STREET ENTRY CONSTRUCTION DOCUMENTS 7/26/2013 Minor Amend. 5/20/2013 CONSTRUCTION DOCUMENTS 7/26/2013 July 26, 2013 3D VIEW IS FOR GRAPHICAL PURPOSES ONLY, REFER TO DETAILS AND ELEVATIONS FOR ACCURATE REPRESENTATION OF CANOPY. COL CONC CONT CPTILE CSWK CT COVE BASE CONTROL JOINT CENTER LINE CLEAR CONCRETE MASONRY UNIT COLUMN CONCRETE CONTINUE, CONTINUOUS CARPET TILE CASEWORK CERAMIC TILE DOUBLE DETAIL DRINKING FOUNTAIN DIAMETER DIMENSION DOWN DISHWASHER DBL DTL DF DIA DIM DN DW EQ EF EXT EQUAL EXHAUST FAN EXTERIOR FACE TO FACE FIRE ALARM FIRE ALARM ANNUNCIATOR PANEL FLOOR CLEAN OUT FLOOR DRAIN FIRE EXTINGUISHER CABINET FINISH FIXTURE FLOOR FIBERGLASS REINFORCED PLASTIC FEET, FOOT F/F FA FAAP FCO FD FEC FIN FIXT FLR FRP FT GAGE GALVANIZED GYPSUM BOARD GA GALV GYP BD HM HORIZ HT HVAC HOLLOW METAL HORIZONTAL HEIGHT HEATING, VENTILATING AND AIR CONDITIONING INSUL INT INSULATION INTERIOR ANGLE, LENGTH LINOLEUM L LINO MATERIAL MECHANICAL MINIMUM MISCELLANEOUS METAL MAT MECH MIN MISC MTL NOT IN CONTRACT NOMINAL NOT TO SCALE NIC NOM NTS ON CENTER OWNER FURNISHED CONTRACTOR INSTALLED OPPOSITE HAND OPPOSITE OVERFLOW ROOF DRAIN OC OFCI OH OPP ORD PLASTIC LAMINATE PAINT POLYVINYL CHLORIDE PLAM PT PVC QTY QUANTITY SPECIFICATION STAINLESS STEEL, SANITARY SEWER STEEL STRUCTURAL SUSPEND SPEC SS STL STRUCT SUSP UNO UNLESS NOTED OTHERWISE VAR VCT VERT VIF VTR VWC VARIES VINYL COMPOSITION TILE VERTICAL VERIFY IN FIELD VENT THROUGH ROOF VINYL WALL COVERING WOOD BASE WATER CLOSET WALL CLEAN OUT WOOD WIDE FLANGE WELDED WIRE FABRIC WB WC WCO WD WF WWF T & G T.O. TYP TONGUE AND GROOVE TYPICAL E EA EJ EL ELEC ELEV EAST EACH EXPANSION JOINT ELEVATION ELECTRIC, ELECTRICAL ELEVATOR SQUARE FOOT, FEET SUPPLY AIR SUSPENDED ACOUSTICAL TILE SIMILAR SLIP JOINT SF SA SAT SIM SJ B.O. BOTTOM OF GB GRAB BAR LAV LAVATORY MAS MASONRY MB MARKER BOARD N NORTH RB RUBBER BASE RT RUBBER TILE/TREAD VB VENTED BASE TOP OF CG CORNER GUARD CPT CARPET CS CLEAR SEALER (E) EXISTING FAF FLUID APPLIED FLOORING FM FLOOR MAT EPT EPOXY PAINT (N) NEW OP OPERABLE PARTITION S SOUTH W WEST TH THICKNESS SCONC SEALED CONCRETE MAX MAXIMUM CONCRETE STEEL WOOD SHIM / BLOCKING WOOD - CONTINUOUS PLYWOOD RIGID INSULATION EARTH GRAVEL GOVERNING CODE: 2009 INTERNATIONAL BUILDING CODE CONSTRUCTION TYPE: II-B NUMBER OF STORIES: ONE OCCUPANCY: ACCESSORY TO PARKING S-3 AREA SEPARATIONS: NONE FIRE PROTECTION: N/A TOTAL COVERED AREA: LEVEL ONE GROSS 1409 SF TOTAL GROSS 1409 SF STAND ALONE WEATHER CANOPY- UNENCLOSED TO ELEMENTS AND NOT STRUCTURALLY ATTACHED TO EXISTING BUILDINGS. SCOPE OF WORK: ELECTRICAL ENGINEER STRUCTURAL ENGINEER CIVIL ENGINEER CITY OF FORT COLLINS 300 LaPorte Avenue PO Box 580 Fort Collins, CO 80522-0580 Phone: 970.221.6273 ARCHITECT OWNER RB+B ARCHITECTS, INC. 315 E. MOUNTAIN AVE., SUITE 100 FORT COLLINS, CO 80524 Phone: 970-484-0117 Fax: 970-4840264 Northern Engineering Services, Inc 200 South College Avenue, Suite #10 Fort Collins, CO 80524 Phone: 970.568.5415 Larsen Structural Design 19 Old Town Square Ste. 238 Fort Collins, CO 80524 Phone: 970.568.3355 Fax: 970.482.0251 APS, Inc. 7726 Park Ridge Circle Fort Collins, CO 80528 Phone: 970.206.0269 Fax: 970.672.3873 PROJECT SITE 1. DO NOT SCALE DRAWINGS. FIELD VERIFY ALL DIMENSIONS. NOTIFY ARCHITECT IMMEDIATELY WHEN DISCREPANCIES ARE DISCOVERED. 2. IT IS THE RESPONSIBILITY OF THE MECHANICAL AND ELECTRICAL SUBCONTRACTORS TO REVIEW ALL OF THE DRAWINGS, INCLUDING ARCHITECTURAL FOR WORK UNDER THEIR RESPECTIVE CONTRACTS. ROOF PLANS AND RCP'S DESCRIBE MECHANICAL AND ELECTRICAL WORK AS DO OTHER ARCHITECTURAL DRAWINGS. NO EXTRAS WILL BE ALLOWED FOR WORK SHOWN IN ANY PART OF THESE DRAWINGS, OR DESCRIBED IN ANY PART OF THE PROJECT MANUAL. 3. ROOM NUMBERS SHOWN ON THE DRAWINGS ARE FOR CONSTRUCTION REFERENCE ONLY. 'FINAL' ROOM NUMBERS FOR SIGNAGE, ALARM SCHEDULES, PANELS SCHEDULES, ETC. WILL BE ISSUED AT LATER DATE. A1 A311 DRAWING NUMBER SHEET NUMBER SECTION MARK DRAWING NUMBER SHEET NUMBER A1 DETAIL MARK A531 DRAWING NUMBER SHEET NUMBER DETAIL CALLOUT OR ENLARGED PLAN A1 A501 A211 A1 DRAWING NUMBER SHEET NUMBER EXTERIOR ELEVATION MARK 3 SHEET KEYNOTE X STRUCTURAL GRID DETAIL A1 1 1/2"=1'-0" DRAWING NUMBER VIEW SCALE DRAWING TITLE PROJECT #: Architects, Inc. T - 970.484.0117 F - 970.484.0264 315 East Mountain Ave Suite 100 Fort Collins, CO 80524-2913 www.rbbarchitects.com © 2012 ISSUED: Remington Street Entry CONSTRUCTION DOCUMENTS 1231.5 OLD TOWN PARKING GARAGE CANOPY 07/29/2013 ABBREVIATIONS MATERIAL LEGEND CODE SUMMARY PROJECT SITE MAP SHEETS G000 COVER SHEET C CIVIL C100 CIVIL S STRUCTURAL S100 STRUCTURAL GENERAL NOTES S101 FOUNDATION AND ROOF FRAMING PLAN S102 SECTIONS AS101 DEMOLITION PLAN A ARHITECTURAL A101 SITE PLAN, ROOF PLAN, REFLECTED CEILING PLAN A201 EXTERIOR ELEVATIONS A301 BUILDING SECTIONS A521 DETAILS A522 PROJECT SPECIFICATIONS E ELECTRICAL E0 LEGEND, SPECIFICATIONS, INDEX E1.1 ELECTRICAL LIGHTING AND POWER PLAN GENERAL NOTES LEGEND REMINGTON STREET VIEW CONSTRUCTION DOCUMENTS