Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutBID - 8136 SENIOR CENTER HVAC RENOVATION PHASE I (3)SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
SENIOR CENTER HVAC RENOVATION PHASE I
BID NO. 8136
PURCHASING DIVISION
215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS
JULY 8, 2015 – 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: June 19, 2015
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 July 8, 2015, for the Senior Center
HVAC Renovation Phase I; BID NO. 8136. 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 8136. The Work consists of the
removal and replacement of the rooftop HVAC unit serving the pool, and the installation of large
ceiling fans at the pool and gymnasium. The work will need to be completed with two
phases. Phase A, The facility will be shut down from August 1-10th and during this period all
interior work will be completed to include new Annex unit supports, ductwork, new walls, fan
installation, etc. Phase B will include installation of the new pool unit. The new Annex unit will
not arrive until October and the pool closure will be coordinated for one or two days for the
installation.
Ceiling fans and Annex units are supplied by owner and contractor installed.
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 June 29, 2015, at the Fort Collins Senior Center, 1200 Raintree Drive,
Fort Collins.
Prospective Bidders are invited to present their questions relative to this Bid proposal at this
meeting.
All questions must be submitted in writing via email to Brian Hergott at
bhergott@fcgov.com , with a copy to John Stephen, at jstgephen@fcgov.com, no later
than 5:00 PM our clock on July 1, 2015. Questions received after this deadline will not be
answered.
The Contract Documents and Construction Drawings may be examined online at:
Rocky Mountain E-Purchasing System: www.rockymountainbidsystem.com
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 Paul
Purchasing Director
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.
18.0 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.
19.0 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.
20.0 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.
21.0 RETAINAGE.
Provisions concerning retainage are set forth in the Agreement.
22.0 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.
23.0 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.
24.0 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: 8136 Senior Center HVAC Renovation Phase I
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 $
(Please note: the new large rooftop unit will be supplied by Owner. Contract is to install
unit with the other remaining Scope of Work)
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, 8136 Senior Center HVAC
Renovation Phase I.
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: 8136 Senior Center HVAC Renovation Phase I
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 8136 Senior Center HVAC Renovation Phase I.
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 Paul
Purchasing Director
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 8136 Senior
Center HVAC Renovation Phase I.
ARTICLE 2. ENGINEER
The Project has been designed by RB+B Architects. The City of Fort Collins
Operation Services Department, who is hereinafter called ENGINEER , 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 twenty(20) 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 thirty (30)
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 twenty (20) 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 ($250) for each
calendar day or fraction thereof that expires after the thirty (30) calendar
day period for Final Payment and Acceptance until the Work is ready for
Final Payment and Acceptance.
ARTICLE 4. CONTRACT PRICE
4.1 OWNER shall pay CONTRACTOR for performance of the Work in
accordance with the Contract Documents in current funds as follows:
Dollars ($ ), 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:
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 PAUL
PURCHASING DIRECTOR
PRINTED
Date:
Title:
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: 8136 Senior Center HVAC Renovation Phase I
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, 8136 Senior Center HVAC Renovation Phase I.
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, 8136 Senior Center HVAC Renovation Phase I.
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 in accordance
with the following requirements:
1. The Contractor will provide, from insurance companies acceptable to the City, the
insurance coverage designated hereinafter and pay all costs. Before commencing work
under this bid, the Contractor shall furnish the City with certificates of insurance showing
the type, amount, class of operations covered, effective dates and date of expiration of
policies, and containing substantially the following statement:
“The insurance evidenced by this Certificate will not reduce coverage or limits and
will not be cancelled, except after thirty (30) days written notice has been received
by the City of Fort Collins.”
In case of the breach of any provision of the Insurance Requirements, the City, at its
option, may take out and maintain, at the expense of the Contractor, such insurance as
the City may deem proper and may deduct the cost of such insurance from any monies
which may be due or become due the Contractor under this Agreement. The City, its
officers, agents and employees shall be named as additional insureds on the
Contractor’s general liability and automobile liability insurance policies for any claims
arising out of work performed under this Agreement.
2. Insurance coverages shall be as follows:
A. Workers' Compensation & Employer's Liability. The Contractor shall maintain
during the life of this Agreement for all of the Contractor's employees engaged in
work performed under this agreement:
1. Workers' Compensation insurance with statutory limits as required by
Colorado law.
2. Employer's Liability insurance with limits of $100,000 per accident,
$500,000 disease aggregate, and $100,000 disease each employee.
B. Commercial General & Vehicle Liability. The Contractor shall maintain during the
life of this Agreement such commercial general liability and automobile liability
insurance as will provide coverage for damage claims of personal injury, including
accidental death, as well as for claims for property damage, which may arise
directly or indirectly from the performance of work under this Agreement.
Coverage for property damage shall be on a "broad form" basis. The amount of
insurance for each coverage, Commercial General and Vehicle, shall not be less
than $1,000,000 combined single limits for bodily injury and property damage.
In the event any work is performed by a subcontractor, the Contractor shall be responsible for
any liability directly or indirectly arising out of the work performed under this Agreement by a
subcontractor, which liability is not covered by the subcontractor's insurance
SECTION 00635
CERTIFICATE OF SUBSTANTIAL COMPLETION
TO: CITY OF FORT COLLINS (OWNER)
DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE: 8136 Senior Center
HVAC Renovation Phase I
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, 8136 Senior Center HVAC Renovation Phase I.
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: 8136 Senior Center HVAC Renovation Phase I
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: 8136 Senior Center HVAC Renovation Phase I
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.
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 . . .
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.
SECTION 00900
ADDENDA, MODIFICATIONS AND PAYMENT
00950 Contract Change Order
00960 Application for Payment
SECTION 00950
CHANGE ORDER NO.
PROJECT TITLE: 8136 Senior Center HVAC Renovation Phase I
CONTRACTOR: [Contractor]
PROJECT NUMBER: 8136
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
APPLICATION FOR PAYMENT
L-14-103-Scope(phasing)-Narrative Page 1 of 2 06/05/2015
Date: June 5, 2015
Re: Fort Collins Senior Center, HVAC renovations
MECHANICAL SYSTEM
SCOPE NARRATIVE
Building Description:
The scope of this work includes the replacement of all existing HVAC systems at the Fort Collins
Senior Center, excluding the work previously done as part of the recent addition unless noted
otherwise. Contractor(s) to review all drawings and supplemental information and provide input
on project phasing of work to provide for the least amount of building shutdown time.
Systems overview:
Refer to supplemental sheets MS.1, MS.2 and MS.3 for color coded systems scope plan.
Additionally, refer to the mechanical plans for detailed scope of work.
Phase 1
Pool & Gym fans: (Sheets MS.2, MS.3 (Red color coding) and drawings M1.2, M1.3, M2.2
and M2.3):
Phase 1 consists of replacement of the pool unit and installation of Big Ass Ceiling fans in the
Pool and Gym. The pool area is currently served by existing Dehumidification unit DHU-1.
Existing unit is to be removed and replaced with a new unit ERV-5. Work associated with this
phase can be completed, and operate independently of the Water Source heat pump
system(s). Note that pool ERV-5 and Big Ass Fans for the pool are provided by the owner,
installed by the Contractor. Big Ass Fans for the Gym are to be provided and installed by the
Contractor.
Phase 2
Multi-Purpose East Half (Sheet MS.1 (Green color coding) and drawings M1.1, M1.3, M2.1,
M2.4 and M3.1):
This area is currently served by existing RTU-2 operating in a VVT configuration. Removal of
existing RTU-2 will render existing VAV/VVT boxes in this area inoperable. New work
associated with this area includes WSHP's for each room as indicated in the mechanical
plans, as well as installation of new cooling tower CT-2 in place of removed RTU-2.
Multi-Purpose West Half (Sheet MS.1 (Yellow color coding) and drawings M1.1, M1.3, M2.1,
M2.4 and M3.1):
This area is currently served by existing RTU-1 operating in a VVT configuration. Removal of
existing RTU-1 will render existing VAV/VVT boxes in this area inoperable. New work
associated with this area includes WSHP's for each room as indicated in the mechanical
plans, as well as installation of new ERV-3 in place of removed RTU-1.
Page 2 of 2
New Mechanical Room (Sheet MS.1 (Cyan color coding) and drawings M1.1, M2.1, M3.1,
M7.1 and M7.2):
This area is to house the new water source heat pump system central plant that serves the
North half of the building. Installation of this room/equipment can be considered a project
phase and installed prior to removal of existing systems.
Phase 2A
Kitchen (Sheet MS.1 (Magenta color coding) and drawings M1.1, M1.3, M2.1, M2.4 and
M8.3):
The existing kitchen cooking and dishwashing hoods and fans are to be removed and
replaced with new. Additionally, a new make-up air unit is to be installed to serve the kitchen.
This work can be completed, and operate independently of the Water Source heat pump
system.
Phase 3
South Wing: (Sheets MS.1, MS.2, MS.3 (Brown color coding) and drawings M1.1, M1.2,
M1.3, M2.1, M2.2, M2.3 and M3.2):
This area is currently served by existing RTU-3 operating in a VVT configuration. Removal of
existing RTU-3 will render existing VAV/VVT boxes in this area inoperable. New work
associated with this area includes WSHP's for each room as indicated in the mechanical
plans, as well as installation of new ERV-4 in place of removed RTU-3.
Gym: (Sheet MS.2, MS.3 (Blue color coding) and drawings M1.2, M1.3, M2.2, M2.3 and
M3.2):
The Gym is currently served by existing RTU-4. This existing unit is to be removed and
replaced with new roof mounted WSHP-42. Additional work required to make this area
operational will be the installation of new heat exchanger, pumps and piping distribution to
the new roof mounted WSHP. New heat exchanger and pumps will be located in the existing
mechanical room.
Thank you and if you have any questions, please call our office.
Respectfully,
Aaron Coy, P.E.
DN
W/D
MULTI-PURPOSE
WEST HALF
PHASE 2
MULTI-PURPOSE
EAST HALF
PHASE 2
EXISTING MULTI-PURPOSE
ADDITION
EXISTING ADMIN
KITCHEN ADDITION
PHASE 2A
NEW MECHANICAL
ROOM PHASE 2
SOUTH
WING
PHASE 3
REFER TO WRITTEN NARRATIVE
AND MECHANICAL PLANS FOR
FURTHER DETAIL AND
EXPLANATION OF SCOPES OF
WORK.
Phone ................... 970-556-0570
E-Mail ................... Front-Desk@Int-Mech.com
Address ................ 223 Linden St., Suite 204
Fort Collins, CO 80524
SHEET NO.
CALCULATED BY:
JOB:
SHEET REFERENCE:
OF
DATE
?
1 3
MS.1
MS.1
AAC
Fort Collins Senior Center HVAC Remodel
06/05/2015
SCALE:
MULTIPURPOSE AREA
SCOPE PLAN NONE
MATCH LINE
MS.2
UP
UP
123
POOL
PHASE 1
GYM
PHASE 3
SOUTH
WING
PHASE 3
REFER TO WRITTEN NARRATIVE
AND MECHANICAL PLANS FOR
FURTHER DETAIL AND
EXPLANATION OF SCOPES OF
WORK.
Phone ................... 970-556-0570
E-Mail ................... Front-Desk@Int-Mech.com
Address ................ 223 Linden St., Suite 204
Fort Collins, CO 80524
SHEET NO.
CALCULATED BY:
JOB:
SHEET REFERENCE:
OF
DATE
?
23
MS.2
MS.2
AAC
Fort Collins Senior Center HVAC Remodel
06/05/2015
MATCH LINE
MS.1
SCALE:
LOWER LEVEL SOUTH
SCOPE PLAN NONE
K L M N P
X1
Q R S T
2
GYM
PHASE 3
SOUTH
WING
PHASE 3
GYM FANS
PHASE 1
REFER TO WRITTEN NARRATIVE
AND MECHANICAL PLANS FOR
FURTHER DETAIL AND
EXPLANATION OF SCOPES OF
WORK.
Phone ................... 970-556-0570
E-Mail ................... Front-Desk@Int-Mech.com
Address ................ 223 Linden St., Suite 204
Fort Collins, CO 80524
SHEET NO.
CALCULATED BY:
JOB:
SHEET REFERENCE:
OF
DATE
?
33
MS.3
MS.3
AAC
Fort Collins Senior Center HVAC Remodel
06/05/2015
SCALE:
UPPER LEVEL SOUTH
SCOPE PLAN NONE
June 5, 2015
Fort Collins Senior Center HVAC Renovations
ARCHITECTURAL SCOPE NARRATIVE
Please refer to mechanical supplemental sheets MS.1, MS.2 and MS.3 for graphic
representation of general phase areas.
Phase 1
Phase 1 consists of adding fans to the gym and pool as well as replacing the mechanical
unit serving the pool. There shall be new 4” cmu walls added to the east end of the gym
near the locker room entries in order to provide new duct chases down to the floor.
These walls shall have new handrails similar to the existing handrails in the same location
and the walls shall be painted. The existing sound baffles above the pool shall be
relocated per the drawings in order to avoid conflicting with the new fans. Patch and
repair roof where new mechanical units do not align with old openings. Finally, all new
exposed ductwork, structural elements and conduit shall be painted to match the existing
ceilings in both rooms.
Phase 2
Phase 2 consists of work in the north wing of the building. Architecturally, the new work
consists of relocating the existing laundry room to a new location, adding walls, doors,
shelving, flooring, and ceilings per the drawings. Patch and repair roof where new
mechanical units do not align with old openings. Extensive removal of ceiling tile and
reinstallation at the end of the work will be necessary.
Phase 2A
There is no architectural work proposed for Phase 2A beyond necessary patch and repair
due to mechanical and electrical changes.
Phase 3
Phase 3 consists of work in the south wing of the building. Architecturally, the work
consists of demolishing areas of the ceiling in the locker rooms and patching those areas
once mechanical and electrical work is complete. In addition, the GC shall add three (3)
roof ladders per the drawings in this phase. Patch and repair roof where new mechanical
units do not align with old openings. Finally, painting all exposed new ductwork,
structural elements and conduit as well as general patching and repairing any damage
caused by construction shall be required.
Date: June 4, 2015
RE: Fort Collins Senior Center, HVAC Renovation Project
STRUCTURAL SYSTEM
SCOPE NARRATIVE
Building Description:
The scope of this work includes the support and modifications to the existing roof structure
to support new and replaced mechanical equipment in the original portion of the building,
excluding the portion of the building that was added as part of the recent addition unless
noted otherwise on plan. Contractor(s) to review all drawings and supplemental
information to provide input on project phasing in order to provide the least amount of
disruption to the general function of the building.
Structural Work Overview:
Refer to mechanical supplemental sheets MS.1, MS.2 and MS.3 for color coded systems
scope plan related to the associated mechanical upgrades and changes. Additionally, refer
to the structural plans for detailed scope of work.
Phase 1
Pool & Gym fans: (Sheets MS.2, MS.3 (Red Color Coding) and drawing S1.0 and S2.3):
Phase 1 consists of replacement of the pool dehumidification unit and installation of Big
Ass Ceiling fans in the pool and gymnasium. The structural modifications associated
with this work include modifying existing roof penetrations, adding new wide flange
framing, channel framing and angle frames. The owner requests that this work be
performed at times of day that will minimize impacts to normal operations of the
facility. The contractor(s) shall coordinate with the owner to have all structural
modifications and infrastructure in place to allow completion of the dehumidification
installation during an approximate 10-day shutdown of the pool and gymnasium area.
It shall be assumed that the pool will remained filled throughout the duration of the
structural work in the pool and that scaffolding and/or lifts will be required to complete
the installation of the structural members and Big Ass fans in the pool area.
Phase 2
Multi-Purpose East Half (Sheet MS.1 (Green Color Coding) and drawings S1.0 and
S2.4):
Phase 2 involves the removal of existing RTU-2 and installation of CT-2. The existing
concrete curb shall remain in place and CT-2 shall be installed over the same footprint
as the existing RTU-2. The existing roof penetrations shall be infilled with metal decking
to match the existing roof decking. Additional work associated with phase 2 is the
installation of the new WSHP for each room. Refer to detail 6/S1.0 for support of
WSHP’s from the existing open web roof joists. Completion of this work shall be
coordinated with the owner to minimize the impacts to the daily operation of the
building and/or to coordinate with the yearly shutdown of this portion of the building.
Multi-Purpose West Half (Sheet MS.1 (Yellow Color Coding) and drawings S1.0 and
S2.4):
Phase 2 also involves the removal of existing RTU-1 and installation of new ERV-3. The
existing concrete curb shall remain in place and ERV-3 shall be installed over the same
footprint as the existing RTU-1 using the existing roof penetrations if possible. Any
abandoned roof penetrations shall be infilled with metal decking to match the existing
roof decking. The structural modifications associated with this work include modifying
existing roof penetrations, adding new channel framing and angle frames. Additional
work associated with phase 2 is the installation of the new WSHP for each room. Refer
to detail 6/S1.0 for support of WSHP’s from the existing open web roof joists.
Completion of this work shall be coordinated with the owner to minimize the impacts to
the daily operation of the building and/or to coordinate with the yearly shutdown of
this portion of the building.
New Mechanical Room (Sheet MS.1 (Cyan Color Coding)):
No structural modifications to the existing structure are associated with this portion of
work.
Phase 2A
Kitchen (Sheet MS.1 (Magenta Color Coding) and drawings S1.0 and S2.4):
A new make-up air unit is to be installed during this phase of work. Structural
modifications associated with this work include modifying existing roof penetrations,
adding new channel framing and angle frames. Completion of this work shall be
coordinated with the owner to minimize the impacts to the daily operation of the
building and/or to coordinate with the yearly shutdown of this portion of the building.
Phase 3
South Wing: (Sheets MS.1, MS.2, MS.3 (Brown Color Coding) and drawings S1.0 and
S2.3 and S2.4):
Phase 3 involves the removal of existing RTU-3 and installation of new ERV-4. ERV-4
shall be installed over the same footprint as the existing RTU-3 using the existing roof
penetrations if possible. Any abandoned roof penetrations shall be infilled with metal
decking to match the existing roof decking. The structural modifications associated with
this work include modifying existing roof penetrations, adding new channel framing
and angle frames. Additional work associated with phase 3 is the installation of the new
WSHP for each room. Refer to detail 6/S1.0 for support of WSHP’s from the existing
open web roof joists. Completion of this work shall be coordinated with the owner to
minimize the impacts to the daily operation of the building and/or to coordinate with
the yearly shutdown of this portion of the building.
Gym: (Sheet MS.2, MS.3 (Blue Color Coding) and drawings S1.0 and S2.3):
Phase 3 also involves the removal of existing RTU-4 and installation of new WSHP-42.
WSHP-42 shall be installed over the same footprint as the existing RTU-4 using the
existing roof penetrations if possible. Any abandoned roof penetrations shall be infilled
with metal decking to match the existing roof decking. The structural modifications
associated with this work include modifying existing roof penetrations, adding new
channel framing and angle frames. Completion of this work shall be coordinated with
the owner to minimize the impacts to the daily operation of the building and/or to
coordinate with the yearly shutdown of this portion of the building.
Please contact our office if you have any questions regarding this information.
Regards,
Eric Richards, P.E.
____________________________________________________________________________________________
1
Memo
DATE:
June 2, 2015
PROJECT: Fort Collins Senior Center, HVAC
Renovations
PROJECT NO: APS..502-15
ELECTRICAL SYSTEM PHASING:
1. Refer to mechanical system narrative which indicates color coded floor plans regarding phasing.
2. The following indicates the proposed electrical phasing for this project, refer to electrical drawings for more
details regarding each phase:
Phase No.1: Pool & Gym Areas (Electrical sheets ED.2 & E2.2 and related schedule sheets)
Provide electrical connection for new ERV-5 pool unit.
Provide electrical connection for new ceiling fans CF -1 thru CF-4.
Electrical demolition for equipment to be removed.
Phase No.2: Multi-Purpose Areas (Electrical sheets ED.1, E1.1 & E2.1 and related schedule sheets)
Replace existing corridor wall sconces with new.
Provide electrical for new ceiling fans.
Provide electrical for relocated laundry equipment.
Provide new panels and mechanical equipment connections at new mechanical equipment
room (numerous pumps and boilers).
Provide electrical connections for new water source heat pumps, ERV-3 & CT-3.
Provide electrical connections for kitchen equipment KEF-1, MAU-1 & hood shutdown system.
Electrical demolition for equipment to be removed.
Phase No.3: South Building Area & Gym Area (Electrical sheets ED.2 & E2.2 and related schedule
sheets)
Provide electrical connections for new water source heat pumps, ERV-4 & pump units at
existing mechanical equipment room.
Electrical demolition for equipment to be removed.
SIGNED: RANDY J. BREMMER
Design Consultant
Adonai Professional Services, Inc. (APS, Inc.)
Electrical Engineers Telephone: (970) 206-0269
BUILDING
SITE
ELECTRICAL ENGINEER
STRUCTURAL ENGINEER
MECHANICAL ENGINEER
CITY OF FORT COLLINS
FORT COLLINS SENIOR CENTER
1200 RAINTREE DRIVE, FORT COLLINS, CO 80526
Contact: BRIAN HERGOTT
Phone: 970.221.6804
ARCHITECT
OWNER
RB+B ARCHITECTS, INC.
315 E. MOUNTAIN AVE., SUITE 100
FORT COLLINS, CO 80524
Phone: 970‐484‐0117
Fax: 970‐4840264
LARSEN STRUCTURAL DESIGN
19 Old Town Square #238
Fort Collins, CO 80524
Phone: 970.568.3355
INTEGRATED MECHANICAL, LLC
223 LINDEN STREET, STE. 204
FORT COLLINS, CO 80524
Phone: 970.556.0570
APS, INC.
7726 PARK RIDGE CIRCLE
FORT COLLINS, CO
80528
Phone: 970.206.0269
PROJECT #:
ARCHITECTS
T ‐ 970.484.0117
F ‐ 970.484.0264
315 East Mountain Ave
Suite 100
Fort Collins, CO 80524‐2913
www.rbbarchitects.com
© 2015
ISSUED:
City of Fort Collins
CONSTRUCTION
DOCUMENTS
1231.31
Fort Collins Senior Center HVAC Remodel
06/05/2015
PROJECT SITE MAP SHEET INDEX
PPLUMBING
P2.2 SOUTH PLUMBING PLANS
P3.1 PLUMBING SCHEDULES, DETAILS AND ISOMETRICS
EELECTRICAL
E0 LEGEND, SPECIFICATIONS, DRAWING INDEX
ED.1 ELECTRICAL LOWER LEVEL NORTH DEMOLITION PLAN
ED.2 ELECTRICAL LOWER LEVEL SOUTH DEMOLITION PLAN
E1.1 ELECTRICAL LOWER LEVEL NORTH LIGHTING PLAN
E2.1 ELECTRICAL LOWER LEVEL NORTH POWER PLAN
E2.2 ELECTRICAL LOWER LEVEL SOUTH POWER PLAN
E3.1 ELECTRICAL ONE‐LINE DIAGRAMS AND SCHEDULES
E3.2 ELECTRICAL SCHEDULES
SP SOLAR PANEL ROOF LOAD DIAGRAMS
STRUCTURAL GENERAL NOTES
Project: City of Fort Collins - Senior Center HVAC Remodel
Larsen Structural Design Job Number: 1922
DESIGN LOADS:
International Building Code; IBC 2012 Edition, except as noted
Risk Category: Table 1604.5 III
Roofs:
Ground Snow: Pg 30 psf (used for drifting calculations)
Flat Roof Snow: Pf 30 psf (Min.)
Snow Exposure Factor: Ce ASCE 7-10 Table 7-2 1.0
Snow importance Factor: Is ASCE 7-10 Table 1.5-1 1.1
Snow Thermal Factor: Ct ASCE 7-10 Table 7.3 1.0
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
BH
BH
MAX DIAGONAL DISTANCE = 89' - 5 9/16"
MAX DIAGONAL DISTANCE = 77' - 1"
PATH EXIT A SEPARATION = 67' - 0"
PATH A
EXIT SEPARATION = 73' - 6"
PATH C
NEW FAN UNIT, MAXIMUM WEIGHT = 300LBS.
INSTALL NEW CHANNEL BETWEEN STEEL
BEAMS IF REQUIRED FOR LOCATION
REMOVE EXISTING RTU AND REPLACE WITH
NEW RTU, MAXIMUM WEIGHT = 6900 LBS.
SEE MECHANICAL PLANS FOR ADDITIONAL
INFORMATION. NO CONCRETE CURB IS TO
BE INSTALLED BELOW UNIT. ALIGN NEW
UNIT AND CURB OVER EXISTING FRAMING
AS SHOWN IN DETAIL 1/S1.0
NEW ROOF DUCT PENETRATION. ADD ANGLE FRAMES AS
REQUIRED PER FIELD CONDITIONS. SEE DETAIL
REMOVE EXISTING UNIT AND REPLACE
WITH NEW ERV, MAXIMUM WEIGHT =
1450 LBS. PLACE NEW UNIT OVER
EXISTING FRAMING WHERE POSSIBLE.
SEE MECHANICAL PLANS FOR
ADDITIONAL INFORMATION. UTILIZE
EXISTING ROOF PENETRATIONS WHERE
POSSIBLE. ADD NEW FRAMING AS
REQURIED. NO CONCRETE CURB IS TO
BE INSTALLED BELOW UNIT
NEW DEHUMIDIFICATION UNIT. MAXIMUM
WEIGHT = 10,500 LBS. SEE MECHANICAL
PLANS FOR ADDITIONAL INFORMATION.
UTILIZE EXISTING ROOF PENETRATIONS
WHERE POSSIBLE. LOCATE CURB WITHIN 6"
OF FRAMING MEMBER. ADD NEW FRAMING
AS REQURIED. NO CONCRETE CURB IS TO BE
INSTALLED BELOW UNIT.
ORIENTATE NEW RTU TO UTILIZE
EXISTING DUCT PENETRATION
WSHP-36
360#
WSHP-37
360#
WSHP-38
360#
WSHP-41
360#
WSHP-40
360#
EXISTING GYM ROOF JOIST
EXISTING GYM ROOF JOIST
EXISTING GYM ROOF JOIST
EXISTING GYM ROOF JOIST
EXISTING GYM ROOF JOIST
EXISTING GYM ROOF JOIST
EXISTING GYM ROOF JOIST
EXISTING GYM ROOF JOIST
EXISTING GYM ROOF JOIST
EXISTING GYM ROOF JOIST
MAX DIAGONAL DISTANCE = 40' - 0"
EXIT SEPARATION = 25' - 8"
MAX DIAGONAL DISTANCE = 68' - 3"
EXIT SEPARATION = 33' - 4"
BH
BH BH
BH
PATH B
S
S
S
S
S
S
S
S
S
S
S
S
S S
J
J J J
J
2
EXISTING RTU TO BE REMOVED AND
REPLACED WITH NEW CHILLER. MAXIMUM
WEIGHT = 2900 LBS. SEE MECHANICAL
PLANS FOR ADDITIONAL INFORAMATION.
EXISTING 6" CONCRETE CURB BELOW
UNIT TO REMAIN. ADD METAL DECKING TO
MATCH EXISTING TO CLOSE ABANDONED
RTU DUCT PENETRATIONS
EXISTING RTU TO BE REMOVED AND
REPLACED WITH ERV. MAXIMUM WEIGHT
= 2750 LBS. SEE MECHANICAL PLANS FOR
ADDITIONAL INFORAMATION. EXISTING 6"
CONCRETE CURB BELOW UNIT TO
REMAIN. MODIFICATIONS TO EXISTING
ROOF PENETRATIONS AS REQUIRED. ADD
NEW C8x11.5 WITHIN 6" OF NEW RTU
CURB AND AT NEW OPENINGS. VERIFY
AND ADD CHANNEL FRAMING ALONG
EDGE OF CONCRETE CURB AS REQUIRED
FOR FULL SUPPORT OF CONCRETE SLAB.
NEW MAKE UP AIR UNIT (MAU) TO BE
INSTALLED. MAXIMUM WEIGHT = 485 LBS.
SEE MECHANICAL PLANS FOR ADDITIONAL
INFORAMATION. ADD ADDITIONAL FRAMING
AS REQUIRED FOR NEW ROOF
PENETRATIONS.
WSHP-35
360#
WSHP-31
500#
WSHP-34
360#
WSHP-33
360#
WSHP-32
W/D
(N) FLOOR DRAIN
(N) 3'0"X7'0" WD DOOR IN (N) HM FRAME, DOOR FINISH
AND HARDWARE TO MATCH (E) ADJACENT DOORS, PAINT
FRAME TO MATCH (E) ADJACENT FRAMES
RELOCATED (E) STACKABLE W/D.
OWNER TO FURNISH AND
INSTALL (E) APPLIANCES WITH
NEW STACKING KIT.
(N) 3 5/8" MTL STUD FRAMING @ 16" O.C.
AND 5/8" GB BOTH SIDES WALL, PAINT BOTH
SIDES TO MATCH (E) ADJACENT WALLS.
PROVIDE RUBBER BASE AND WOOD CHAIR
RAIL TO MATCH ADJACENT WALL.
AREA OF NEW WORK
(N) CT FLOORING, MATCH (E) IN ADJACENT RESTROOMS
LAUNDRY
ROOM
3'‐0"
EQ EQ
CUT FLOOR AS NEEDED TO RUN NEW DRAIN LINE.
RE: MECH. PATCH AND REPLACE CONCRETE AND
REINSTALL FLOORING TO PRECONSTRUCTION
CONDITION TYP.
4'‐0"
RELOCATE AND CUT TO SIZE 5 SHELVES ON
STANDARDS AND BRACKETS FROM (E)
LAUNDRY ROOM.
PAINT ALL NEW CONDUIT,
STRUCTURAL ELEMENTS, DUCTWORK,
AND OTHER EXPOSED NEW MATERIALS
TO MATCH CEILING TYP.
PATCH AND REPAIR CEILING AND ROOF
AT ABANDONED DUCT PENETRATIONS
TYP.
PAINT ALL NEW CONDUIT,
STRUCTURAL ELEMENTS, DUCTWORK,
AND OTHER EXPOSED NEW MATERIALS
TO MATCH CEILING TYP.
1
2
NEW FANS TO BE CENTERED ON BASKETBALL
COURT. FAN BLADES SHALL NOT PASS UNDER
LIGHT FIXTURES AND SHALL BE CLEAR OF
RETRACTED ADJACENT BASKETBALL HOOPS.
RELOCATE (E) SOUND BAFFLES IN
CONFLICT WITH NEW FAN TO
EAST WALL SIM SPACING TO (E)
BAFFLES ALONG SOUTH WALL
RELOCATE (E) SOUND BAFFLES IN
CONFLICT WITH NEW FAN TO
EAST WALL SIM SPACING TO (E)
BAFFLES ALONG SOUTH WALL
PROVIDE ROOF LADDER 2 ABOVE
A101
B5
1. RE: STRUCTURAL, MECHANICAL AND ELECTRICAL DRAWINGS FOR FULL
SCOPE OF DEMOLITION WORK.
2. DRAWINGS INDICATE AN APPROXIMATION OF THE BUILDING
CONSTRUCTION AND DIMENSIONS FOR BIDDING PURPOSES. IT IS THE
S
S
S
S
S
S
S
S
S
S
1
2
1
2
1
2
1
2
1
2
1
2
1
2
1
2
1
2
1
2
1
2
1
2
1
2
3
(N) WALL TO EXTEND 4" MIN ABOVE FINISHED CEILING
1
2
PROVIDE ROOF LADDER 1 ABOVE
1. RE: STRUCTURAL, MECHANICAL AND ELECTRICAL DRAWINGS FOR FULL
SCOPE OF DEMOLITION WORK.
2. DRAWINGS INDICATE AN APPROXIMATION OF THE BUILDING
CONSTRUCTION AND DIMENSIONS FOR BIDDING PURPOSES. IT IS THE
RESPONSIBILITY OF THE CONTRACTOR TO VISIT THE SITE AND VERIFY ALL
EXISTING CONDITIONS, INCLUDING REQUIRED DEMOLITION OF THE BUILDING
& ITS CONTENTS, ACCOMMODATION OF DEMOLITION REMOVAL, AND NEW
CONSTRUCTION SCOPE OF WORK. ADDITIONALLY, THESE DRAWINGS MAY
NOT INCLUDE ALL EXISTING CONDITIONS WHICH MAY AFFECT THE WORK OF
THIS CONTRACT. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO FIELD
VERIFY ALL CONDITIONS BEFORE BEGINNING CONSTRUCTION.
3. PROVIDE INTERIOR AND EXTERIOR SHORING, BRACING, OR SUPPORT AS
NECESSARY TO PREVENT MOVEMENT, SETTLEMENT, OR DAMAGE TO
STRUCTURES TO BE DEMOLISHED AND ADJACENT FACILITIES TO REMAIN.
CONTRACTOR SHALL BE RESPONSIBLE FOR ALL METHODS OF STABILIZATION
OF THE EXISTING AND ADJACENT STRUCTURES DURING AND AFTER
DEMOLITION OF THE BUILDING, INCLUDING ANY ADDITIONAL BRACING NOT
SPECIFICALLY INDICATED ON THE ATTACHED DRAWINGS, AS REQUIRED BY
CONDITIONS IN THE FIELD.
T
S
HVAC LEGEND:
RTU-X
RTU-X
CO2
ROUND DUCT (NEW SHADED/EXISTING UNSHADED)
RECT TAKE-OFF W/ DAMPER FROM ROUND MAIN
RECT TAKE-OFF W/ DAMPER FROM RECT MAIN
ROUND TAKE-OFF W/ DAMPER FROM ROUND MAIN
ROUND TAKE-OFF W/ DAMPER FROM RECT MAIN
DUCT WITH MOTORIZED DAMPER
DUCT WITH COUNTERBALANCED DAMPER
RETURN/EXHAUST GRILLE (DUCTED)
AIRFLOW PATTERNS
THERMOSTAT WITH ZONE TAG
FIRE DAMPER TAG
FIRE/SMOKE DAMPER WITH DUCT DETECTOR
DUCT WITH VOLUME DAMPER
RETURN GRILLE (UNDUCTED)
DIFFUSER WITH FLEX DUCT
F
FS
RECT DUCT SIZE CHANGE
RECT DUCT CHANGE TO ROUND
RECT ELBOW UP (SUPPLY)
RECT ELBOW UP (NON-SUPPLY)
RECT ELBOW DOWN (SUPPLY)
RECT ELBOW DOWN (NON-SUPPLY)
ROUND ELBOW DOWN
ROUND ELBOW UP
ROUND ELBOW
RECT ELBOW W/ TURNING VANES
RECT DUCT (NEW SHADED/EXISTING UNSHADED)
SENSOR WITH ZONE TAG
SD SMOKE DAMPER WITH DUCT DETECTOR
CARBON DIOXIDE SENSOR
RETURN/EXHAUST GRILLE (DUCTED)
PLUMBING LEGEND:
V
LP
G
VAC
CA
F
GRADE CLEANOUT
RD
ORD
W
GW
HWC
HW
TW
CW
CD
PIPE ELBOW UP
PIPE TEE DOWN
PIPE TEE UP
HOT WATER CIRC.
TEMPERED WATER
UP
UP
J
J K
L
L
M
M
N
N
P
P
4 4
3 3
1
XA X1
X2
X2
R
R
S
S
Q
Q
T
T
2
X1.5
XE.5 XF
123 1
FITNESS
126
DANCE
STORAGE
128
(E)EDH-2
2
(E)EDH-1
3
(E)FTU-4
(E)FTU-3
3
(E)FTU-5
7
4
8
9
5
4
10
12
7
7
WORK SHOWN IN THIS
CALLOUT IS ONLY WORK
TO BE INCLUDED IN
THIS SCOPE
K L M N P
X1
Q R S T
A
A
B
B
C
C
D
D
E
E
F
F
G
G
H
H
J
J
K
K
L
L
M N P
13 13
12 12
11 11
10 10
6
5
4
3
1
X6
X4
X3
X1
XE
XA
X5
X2
14 14
15 15
Q R S T
7
2
9 8 9 8
X1.5
X5.5 XE.5
XF
XF.5
XG
XH
XL
(E)KEF-1 (E)RTU-1
(E)EF-3
(E)RTU-2
(E)DHU-1
(E)RTU-3
(E)RTU-4
1
UP
UP
FLAG NOTES:
WATER SOURCE HEAT PUMP ABOVE CEILING. SUSPEND FROM
STRUCTURE WITH VIBRATION ISOLATION HANGERS. PROVIDE FLEXIBLE
DUCT CONNECTIONS ON INLET AND OUTLET OF HEAT PUMP.
RETURN DUCT SIZED TO MATCH UNIT RETURN OPENING. LEAVE END
OF DUCT OPEN TO CEILING PLENUM WITH MANUAL BALANCE DAMPER.
PROVIDE OUTSIDE AIR BRANCH SIZED AS SHOWN WITH MANUAL BALANCE
DAMPER. REFER TO EQUIPMENT SCHEDULES FOR VENTILATION AIRFLOW.
SHADED AREA INDICATES RECENT ADDITION. NOT IN THIS SCOPE OF
WORK UNLESS NOTED OTHERWISE.
NEW 36x28 SUPPLY DUCT DROP FROM POOL ERV ABOVE. CONNECT TO
ERV WITH FLEXIBLE CONNECTOR AND TRANSITION TO ERV OPENING AS
NECESSARY. TAP INTO TOP OF NEW SUPPLY DUCT WITH 45° FITTING.
NEW SUPPLY DUCT CONTINUED FROM EXISTING, SIZED TO MATCH
EXISTING DUCT, APPROXIMATELY 70"X18", FIELD VERIFY. ROUTE NEW
DUCT TO ERV SUPPLY DROP AND CONNECT PER NOTE 4 ABOVE.
NEW 36x34 EXHAUST DUCT DROP FROM POOL ERV ABOVE. CONNECT
TO ERV WITH FLEXIBLE CONNECTOR AND TRANSITION TO ERV OPENING
AS NECESSARY.
ALL NEW EXPOSED DUCT IN POOL AREA TO BE OF STAINLESS STEEL
CONSTRUCTION.
EXISTING 20x10 SUPPLY REGISTER TO REMAIN. BALANCE TO CFM
INDICATED.
EXISTING 24x14 SUPPLY REGISTER TO REMAIN. BALANCE TO CFM
INDICATED.
ROUTE NEW ROUND EXHAUST DUCT THROUGH EXISTING OPENING IN
WALL WHERE EXISTING RETURN AIR GRILLE IS BEING REMOVED.
COORDINATE WITH G.C. FOR PATCHING WALL OPENING AROUND NEW
DUCTS.
EXISTING EXHAUST GRILLE TO REMAIN. BALANCE TO CFM INDICATED.
EXHAUST DUCT DOWN IN NEW CHASE TO GRILLE. BOTTOM OF GRILLE
LOCATED 6" A.F.F.
NEW 30x18 BRANCH DUCT SIZED TO AVOID CONFLICT WITH EXISTING
SUPPLY DUCT, FIELD VERIFY AVAILABLE SPACE. ROUTE DOWN IN NEW
CHASE, AND TRANSITION WITHIN CHASE TO 36x18 AFTER CLEARING THE
EXISTING SUPPLY DUCT. ROUTE DOWN TO GRILLE WITH BOTTOM OF
GRILLE LOCATED 6" A.F.F.
1
2
3
4
5
6
7
8
9
10
11
12
13
J
J
K
K
L
L
M
M
UP
H
J K L M N P
3
1
X3 X1
XA
X2
Q R S T
2
X1.5
XE.5
18"ø
18"ø
18"ø
18"ø
30"x16"
30"x16"
1
T
T
CO2
30"x28" 30"x28"
24"ø 24"ø
24"ø 24"ø
WSHP-40
WSHP-41
WSHP-42
ERV-4
CF-3
CF-4
ERV-5
CF-1
1
T
3
4
5
CF-2
20"ø
20"ø
12"ø 12"ø
20"ø
20"ø
12"ø 12"ø
48"x18" 7 (420 CFM)
48"x18" 36"x18"
(
7 420 CFM)
7 (420 CFM)
7 (420 CFM)
7 (420 CFM)
(420 CFM) 7
7 (420 CFM)
7 (420 CFM)
(420 CFM) 7 7 (420 CFM)
(420 CFM) 7
(420 CFM) 7
(420 CFM) 7
(420 CFM) 7
HWR
HWS
AIRFLOW
HWS
HWR
AIRFLOW
MVD UNLESS
NOTED OTHERWISE
SUPPLY
EXHAUST/RETURN
45°
SCALE:
DUCT TAKE-OFF DETAIL
RECTANGULAR NONE
SCALE:
DUCT TAKE-OFF DETAIL
ROUND NONE
RETURN AIR
DIRECTION
45° LATERAL
TAKE-OFF FITTING
WORM DRIVE
SS CLAMP
FLEX DUCT
WHEN USED
SUPPLY AIR
DIRECTION
FITTING IS TO CONTAIN
MVD WITH HANDLE AND
LOCKNUT UNLESS NOTED
OTHERWISE
SCALE:
DUCT TRANSITION
DETAIL NONE
DIVERGING
AIRFLOW
CONVERGING
AIRFLOW
CONVERGING
AIRFLOW
DIVERGING
AIRFLOW
30° MAX
CONVERGING
AIRFLOW
15° MAX
DIVERGING
AIRFLOW
=
=
30° MAX
CONVERGING
AIRFLOW
15° MAX
DIVERGING
AIRFLOW
=
=
RECTANGULAR OR
ROUND DUCT
FAN SCHEDULE
NUMBER MAKE & MODEL NUMBER CFM FAN
SPEED
EXT
STATIC
DRIVE
TYPE REMARKS
CF-1 BIG ASS FANS POWERFOIL X2.0
16FT DIAMETER
- 1.0 HP 300 DIRECT YES
TYPE DUTY MOTOR
HP/W
ELEC
VOLTAGE
SPEED
CONTROL
GRILLE
TYPE
HOUSING
CONST CONTROL
CEILING
FAN
106
RPM N/A ALUM A 480/3 1
1 WITH BACNET ADAPTOR
A CONTINUOUS OPERATION, CONTROLLED BY SPEED CONTROLLER MOUNTED IN POOL ROOM
CF-3
MIXING -
CEILING MIXING -
FAN - 1.5 HP 320 DIRECT YES
95
RPM N/A ALUM B 480/3
B ON DURING OCCUPIED PERIODS, CONTROLLED BY SPEED CONTROLLER MOUNTED IN GYM
2 WITH FACTORY PROVIDED SAFETY CABLE
2 3
CF-2 BIG ASS FANS POWERFOIL X2.0
16FT DIAMETER
- 1.0 HP 300 DIRECT YES
CEILING
FAN
106
MIXING - RPM N/A ALUM A 480/3
BIG ASS FANS POWERFOIL X2.0
12FT DIAMETER
3
3
CF-4 BIG ASS FANS POWERFOIL X2.0
12FT DIAMETER
CEILING MIXING -
FAN - 1.5 HP 320 DIRECT YES
95
RPM N/A ALUM B 480/3 2 3
1
3 10 AIRFOILS
4
4
MAX
FLA
MAX
BREAKER
GRILLES, REGISTERS AND DIFFUSERS SCHEDULE
NUMBER MAKE & MODEL NUMBER
D-1 TITUS OMNI-3 SUPPLY
DESCRIPTION COLOR FRAME REMARKS
DUTY SIZE
NECK
SIZE
FRAME
TYPE
FRAME
CONST DAMPER
ARCHITECTURAL UNI-FLO
DIFFUSER
WHITE 24/24 LAY-IN STEEL NO
SEE
PLAN
D-2 TITUS OMNI-1 SUPPLY
ARCHITECTURAL UNI-FLO
DIFFUSER
WHITE 24/24 SURFACE STEEL YES
SEE
PLAN
D-3 TITUS OMNI-1 SUPPLY
ARCHITECTURAL UNI-FLO
DIFFUSER
WHITE 12/12 SURFACE STEEL YES
SEE
PLAN
D-4 TITUS 300RL-1 SUPPLY
SIDEWALL SUPPLY
DIFFUSER
WHITE SIDEWALL STEEL YES
SEE
PLAN
D-5 TITUS TDC-3 SUPPLY
DIRECTIONAL
DIFFUSER
WHITE 24/24 LAY-IN STEEL NO
SEE
PLAN
WITH TRIM FRAME
WITH TRIM FRAME
SEE
PLAN
18x18 DUCT SIZE WITH ROUND NECK
D-6 TITUS TDC-1 SUPPLY
DIRECTIONAL
DIFFUSER
WHITE SURFACE STEEL NO
SEE
PLAN
NECK
+ 6"
D-7-2-# TITUS TBD-30 SUPPLY
ADJUST PLENUM SLOT DIFFUSER
0.75" SLOTS
WHITE LAY-IN ALUM NO
SEE
PLAN
48"
TEMPERATURE CONTROL SYSTEM AND SEQUENCE OF CONTROLS: ERV-5 POINTS LIST:
FUTURE PHASE
FUTURE PHASE
223 Linden St., Suite 204
Fort Collins, CO 80524
Phone: 970-556-0570
Front-desk@int-mech.com
‐ PLOT DATE
SHEET INFORMATION PROJECT INFORMATION PROJECT PHASE SEAL ARCHITECT
REVISIONS
ISSUE DATE:
PROJECT #:
ARCHITECTS
CONSULTANT
T ‐ 970.484.0117
F ‐ 970.484.0264
315 East Mountain Ave
Suite 100
Fort Collins, CO 80524‐2913
© 2015 www.rbbarchitects.com
6/4/2015 11:32:10 AM
M9.1
14‐103
HVAC CONTROLS SEQUENCES
Fort Collins Senior Center HVAC
Remodel
1200 Raintree Drive
Fort Collins, CO 80526
City of Fort Collins
Construction
Documents
06/05/2015
06/05/2015
NO DESCRIPTION DATE
UP
UP
FLAG NOTES:
SHADED AREA INDICATES RECENT ADDITION. NOT IN THIS SCOPE OF
WORK UNLESS NOTED OTHERWISE.
CONNECT GAS TO NEW POOL UNIT WITH UNION, GAS COCK, PRV AND
6" DIRT LEG. CONNECT FROM EXISTING GAS LINE ON ROOF. FIELD
VERIFY.
REFER TO EVAPORATIVE COOLING UNIT FILL & DRAIN PIPING DETAIL
ON SHEET P3.1. PROVIDE COLD WATER AND DRAIN LINES PER
DETAIL WITHIN CEILING SPACE BELOW UNIT. FIELD VERIFY LOCATION
OF EXISTING WATER LINE.
1
2
3
J
J K
L
L
M
M
N
N
P
P
4 4
3 3
1
XA X1
X2
X2
R
R
S
S
Q
Q
T
T
2
X1.5
XE.5 XF
123 1
K L M N P
X1
XA
Q R S T
2
ERV-5 2
PRV-3
1"
3
223 Linden St., Suite 204
Fort Collins, CO 80524
Phone: 970-556-0570
Front-desk@int-mech.com
‐ PLOT DATE
SHEET INFORMATION PROJECT INFORMATION PROJECT PHASE SEAL ARCHITECT
REVISIONS
ISSUE DATE:
PLUMBING FIXTURE SCHEDULE:
FLOOR SINK - ZURN Z1930, 8"X4" CAST IRON BODY, ACID RESISTING EPOXY
COATED INTERIOR, BOTTOM DOME STRAINER, 1/2 GRATE - SEE PLAN FOR PIPE
SIZE
FLOOR CLEANOUT - ZURN ZN1400, CAST IRON BODY, NICKEL BRONZE HEAD
ASSEMBLY, ADJUSTABLE HEAD, GAS AND WATERTIGHT ABS TAPERED THREAD PLUG
- SEE PLAN FOR PIPE SIZE
WALL CLEANOUT - ZURN Z-1469 COVER PLATE, POLISHED 304 STAINLESS STEEL,
PVC PIPE CLEANOUT - SEE PLAN FOR PIPE SIZE
AIR ADMITTANCE VALVE - STUDOR MINI VENT 20301, PVC, WITH SCREEN,
LIFETIME WARRANTY - SEE PLAN FOR PIPE SIZE
ACCESS PANEL - STUDOR MULTI-PURPOSE RECESS BOX 20306, 7.75"X7.75",
LOUVERED METAL GRILLE
WASHER BOX - OATEY 38642 BOX WITH INTEGRAL SHOCK ABSORBER, 2" DRAIN,
TOP MOUNTED HOT AND COLD WATER VALVES
GAS PRESSURE REGULATOR - MAXITROL 325-3L - 140 MBH MAXIMUM LARGEST
APPLIANCE, 250 MBH MAXIMUM TOTAL CAPACITY, 2 PSI INLET, 11" WC OUTLET,
WITH 12A09 VENT LIMITER WHEN INSTALLED INDOORS
GAS PRESSURE REGULATOR - MAXITROL 325-5AL - 300 MBH MAXIMUM LARGEST
APPLIANCE, 550 MBH MAXIMUM TOTAL CAPACITY, 2 PSI INLET, 11" WC OUTLET,
WITH 12A39 VENT LIMITER WHEN INSTALLED INDOORS
GAS PRESSURE REGULATOR - MAXITROL 325-7AL - 1250 MBH MAXIMUM
LARGEST APPLIANCE, 1250 MBH MAXIMUM TOTAL CAPACITY, 2 PSI INLET, 11" WC
OUTLET, WITH 12A49 VENT LIMITER WHEN INSTALLED INDOORS
FS-1
FCO-1
WCO-1
AAV-1
AP-1
WB-1
PRV-1
PRV-2
PRV-3
SCALE:
NEW LAUNDRY ROOM
WASTE & VENT ISOMETRIC NONE
V
2" FS-1
2" AAV-1
3" WCO-1
W W
2"
2"
3"
COMBINATION
WASTE &
VENT
WB-1
AP-1
3"
(E)W
2"
FIXTURE ROUGH-IN SCHEDULE:
WATER CLOSET (TANK TYPE):
WATER CLOSET (FLUSH VALVE):
URINAL (FLUSH VALVE):
LAVATORY:
SINK:
DRINKING FOUNTAIN/COOLER:
MOP SERVICE SINK:
- PLOT DATE
SHEET INFORMATION PROJECT INFORMATION PROJECT PHASE SEAL ARCHITECT
REVISIONS
ISSUE DATE:
PROJECT #:
CONSULTANT
T - 970.484.0117
F - 970.484.0264
315 East Mountain Ave
Suite 100
Fort Collins, CO 80524-2913
ΞϮϬϭϱ www.rbbarchitects.com
1231.31
Fort Collins Senior Center HVAC
Remodel
1200 Raintree Drive
Fort Collins, CO 80526
City of Fort Collins
CONSTRUCTION
DOCUMENTS
06/05/2015
NO DESCRIPTION DATE
APS, INC.
ELECTRICAL ENGINEERS
JUNE 5, 2015
E0
LEGEND, SPECIFICATIONS,
DRAWING INDEX
A B C D E F H
3
2
4
X3
X4
X6
X6
XA
XA
XB
XB
XE
XE
XH
XK
XL
X2
X5
XG
XJ
XF
XE.5
XF.5
5
6
7
8
10 9
11
12
13
14
15
G K
X1.5
X5.5
DN
- PLOT DATE
SHEET INFORMATION PROJECT INFORMATION PROJECT PHASE SEAL ARCHITECT
REVISIONS
ISSUE DATE:
PROJECT #:
CONSULTANT
T - 970.484.0117
F - 970.484.0264
315 East Mountain Ave
Suite 100
Fort Collins, CO 80524-2913
ΞϮϬϭϱ www.rbbarchitects.com
1231.31
Fort Collins Senior Center HVAC
Remodel
1200 Raintree Drive
Fort Collins, CO 80526
City of Fort Collins
CONSTRUCTION
DOCUMENTS
06/05/2015
NO DESCRIPTION DATE
1 1
H
3
2 2
4
X3
X1
X4
X6
XA
XB
XE
X2
X5
XF
XE.5
G K
X1.5
X5.5
X0
- PLOT DATE
SHEET INFORMATION PROJECT INFORMATION PROJECT PHASE SEAL ARCHITECT
REVISIONS
ISSUE DATE:
PROJECT #:
CONSULTANT
T - 970.484.0117
F - 970.484.0264
315 East Mountain Ave
Suite 100
Fort Collins, CO 80524-2913
ΞϮϬϭϱ www.rbbarchitects.com
1231.31
Fort Collins Senior Center HVAC
Remodel
1200 Raintree Drive
Fort Collins, CO 80526
City of Fort Collins
CONSTRUCTION
DOCUMENTS
06/05/2015
NO DESCRIPTION DATE
APS, INC.
ELECTRICAL ENGINEERS
JUNE 5, 2015
ED.2
ELECTRICAL LOWER LEVEL
SOUTH DEMOLOTION PLAN
A B C D E F H
H J L M
3
2
4
X3
X4
X6
X6
XA
XA
XB
XB
XE
XE
XH
XK
XL
X2
X5
XG
XJ
XF
XE.5
XE.5
XF.5
5
6
7
8
10 9
11
12
13
14
15
G K
K N P Q
X1.5
X5.5
X5.5
DN
- PLOT DATE
SHEET INFORMATION PROJECT INFORMATION PROJECT PHASE SEAL ARCHITECT
REVISIONS
ISSUE DATE:
PROJECT #:
CONSULTANT
T - 970.484.0117
F - 970.484.0264
315 East Mountain Ave
Suite 100
Fort Collins, CO 80524-2913
ΞϮϬϭϱ www.rbbarchitects.com
1231.31
Fort Collins Senior Center HVAC
Remodel
1200 Raintree Drive
Fort Collins, CO 80526
City of Fort Collins
A B C D E F H
3
2
4
X3
X4
X6
X6
XA
XA
XB
XB
XE
XE
XH
XK
XL
X2
X5
XG
XJ
XF
XE.5
XF.5
5
6
7
8
10 9
11
12
13
14
15
G K
X1.5
X5.5
DN
XA
- PLOT DATE
SHEET INFORMATION PROJECT INFORMATION PROJECT PHASE SEAL ARCHITECT
REVISIONS
ISSUE DATE:
PROJECT #:
CONSULTANT
T - 970.484.0117
F - 970.484.0264
315 East Mountain Ave
Suite 100
Fort Collins, CO 80524-2913
ΞϮϬϭϱ www.rbbarchitects.com
1231.31
Fort Collins Senior Center HVAC
Remodel
1200 Raintree Drive
Fort Collins, CO 80526
City of Fort Collins
CONSTRUCTION
DOCUMENTS
06/05/2015
1 1
H
3
2 2
4
X3
X1
X4
X6
XA
XB
XE
X2
X5
XF
XE.5
G K
X1.5
X5.5
X0
- PLOT DATE
SHEET INFORMATION PROJECT INFORMATION PROJECT PHASE SEAL ARCHITECT
REVISIONS
ISSUE DATE:
PROJECT #:
CONSULTANT
T - 970.484.0117
F - 970.484.0264
315 East Mountain Ave
Suite 100
Fort Collins, CO 80524-2913
ΞϮϬϭϱ www.rbbarchitects.com
1231.31
Fort Collins Senior Center HVAC
Remodel
1200 Raintree Drive
Fort Collins, CO 80526
City of Fort Collins
CONSTRUCTION
DOCUMENTS
06/05/2015
NO DESCRIPTION DATE
APS, INC.
ELECTRICAL ENGINEERS
JUNE 5, 2015
E2.2
ELECTRICAL LOWER LEVEL
SOUTH POWER PLAN
- PLOT DATE
SHEET INFORMATION PROJECT INFORMATION PROJECT PHASE SEAL ARCHITECT
REVISIONS
ISSUE DATE:
PROJECT #:
CONSULTANT
T - 970.484.0117
F - 970.484.0264
315 East Mountain Ave
Suite 100
Fort Collins, CO 80524-2913
ΞϮϬϭϱ www.rbbarchitects.com
1231.31
Fort Collins Senior Center HVAC
Remodel
1200 Raintree Drive
Fort Collins, CO 80526
City of Fort Collins
CONSTRUCTION
DOCUMENTS
06/05/2015
NO DESCRIPTION DATE
APS, INC.
ELECTRICAL ENGINEERS
JUNE 5, 2015
E3.1
ELECTRICAL ONE-LINE
DIAGRAMS AND SCHEDULES
- PLOT DATE
SHEET INFORMATION PROJECT INFORMATION PROJECT PHASE SEAL ARCHITECT
REVISIONS
ISSUE DATE:
PROJECT #:
CONSULTANT
T - 970.484.0117
F - 970.484.0264
315 East Mountain Ave
Suite 100
Fort Collins, CO 80524-2913
ΞϮϬϭϱ www.rbbarchitects.com
1231.31
Fort Collins Senior Center HVAC
Remodel
1200 Raintree Drive
Fort Collins, CO 80526
City of Fort Collins
CONSTRUCTION
DOCUMENTS
06/05/2015
NO DESCRIPTION DATE
APS, INC.
ELECTRICAL ENGINEERS
JUNE 5, 2015
E3.2
ELECTRICAL SCHEDULES
BH
BH
MAX DIAGONAL DISTANCE = 89' - 5 9/16"
MAX DIAGONAL DISTANCE = 77' - 1"
PATH EXIT A SEPARATION = 67' - 0"
PATH A
EXIT SEPARATION = 73' - 6"
PATH C
EXIT SEPARATION = 104' - 2"
DENOTES AREAS THAT FLUSH MOUNTED SOLAR PANELS MAY BE MOUNTED
DENOTES AREAS THAT REQUIRE ADDITIONAL INFORMATION FROM SOLAR PANEL
PROVIDER AND FURTHER STRUCTURAL STUDY FOR VIABILITY FOR INSTALLATION
OF SOLAR PANELS
- PLOT DATE
SHEET INFORMATION PROJECT INFORMATION PROJECT PHASE SEAL ARCHITECT
REVISIONS
ISSUE DATE:
PROJECT #:
ARCHITECTS
CONSULTANT
T - 970.484.0117
F - 970.484.0264
315 East Mountain Ave
Suite 100
Fort Collins, CO 80524-2913
© 2015 www.rbbarchitects.com
6/3/2015 5:25:07 PM
SP1.1
1922
WEST WING SOLAR PANEL
FUTURE EXPANSION
Fort Collins Senior Center HVAC
Remodel
1200 Raintree Drive
Fort Collins, CO 80526
City of Fort Collins
06/05/2015
1 1/8" = 1'-0"
WEST WING SOLAR PANEL FUTURE
EXPANSION
MULTI-
PURPOSE
ADDITION
ADMINISTRATION
ADDITION
ORIGINAL
BUILDING
ORIGINAL
BUILDING
KEY PLAN
NOT FOR CONSTRUCTION.
FOR INFORMATION PURPOSES ONLY
NO DESCRIPTION DATE
BH
MAX DIAGONAL DISTANCE = 40' - 0"
EXIT SEPARATION = 25' - 8"
MAX DIAGONAL DISTANCE = 68' - 3"
EXIT SEPARATION = 33' - 4"
BH
BH BH
BH
EXIT SEPARATION = 104' - 2"
PATH B
DENOTES AREAS THAT FLUSH MOUNTED SOLAR PANELS MAY BE MOUNTED
DENOTES AREAS THAT REQUIRE ADDITIONAL INFORMATION FROM SOLAR PANEL
PROVIDER AND FURTHER STRUCTURAL STUDY FOR VIABILITY FOR INSTALLATION
OF SOLAR PANELS
- PLOT DATE
SHEET INFORMATION PROJECT INFORMATION PROJECT PHASE SEAL ARCHITECT
REVISIONS
ISSUE DATE:
PROJECT #:
ARCHITECTS
CONSULTANT
T - 970.484.0117
F - 970.484.0264
315 East Mountain Ave
Suite 100
Fort Collins, CO 80524-2913
© 2015 www.rbbarchitects.com
6/3/2015 5:25:12 PM
SP1.2
1922
EAST WING SOLAR PANEL
FUTURE EXPANSION
Fort Collins Senior Center HVAC
Remodel
1200 Raintree Drive
Fort Collins, CO 80526
City of Fort Collins
06/05/2015
NO DESCRIPTION DATE
1 1/8" = 1'-0"
EAST WING SOLAR PANEL FUTURE
EXPANSION
MULTI-
PURPOSE
ADDITION
ADMINISTRATION
ADDITION
ORIGINAL
BUILDING
ORIGINAL
BUILDING
KEY PLAN
NOT FOR CONSTRUCTION.
FOR INFORMATION PURPOSES ONLY
NO DESCRIPTION DATE
APS, INC.
ELECTRICAL ENGINEERS
JUNE 5, 2015
E2.1
ELECTRICAL LOWER LEVEL
NORTH POWER PLAN
CONSTRUCTION
DOCUMENTS
06/05/2015
NO DESCRIPTION DATE
APS, INC.
ELECTRICAL ENGINEERS
JUNE 5, 2015
E1.1
ELECTRICAL LOWER LEVEL
NORTH LIGHTING PLAN
APS, INC.
ELECTRICAL ENGINEERS
JUNE 5, 2015
ED.1
ELECTRICAL LOWER LEVEL
NORTH DEMOLITION PLAN
WALL HYDRANT/HOSE BIBB:
SHOWER:
BATH TUB:
DISHWASHER:
LAUNDRY BOX:
ICE MAKER BOX:
COLD WATER HOT WATER
0.5"
1"
0.75"
0.5"
0.75"
0.5"
0.75"
0.75"
0.5"
0.5"
-
0.5"
0.5"
-
-
-
0.5"
0.75"
-
0.75"
-
0.5"
0.5"
0.5"
0.5"
-
NOTE: PROVIDE GAS PIPE SUPPORTS MINIMUM EVERY 8'-0"
GAS PIPE
PIPE CLAMP
COOPER B-LINE DURA-BLOK
DB10, 5" HIGH x 6" WIDE
x 9.6" LONG, OR APPROVED
EQUAL
1" HIGH
GALV. CHANNEL
SCALE:
GAS PIPE
SUPPORT DETAIL NONE
MAKE-UP AIR
UNIT
0.25" COPPER
TUBING
ROOF
BALL VALVE
PRV, SET TO 10
PSI MAX
0.75" DRAIN TO
NEARST FLOOR DRAIN
3-WAY SOLENOID
VALVE
2-WAY SOLENOID
VALVE (N.O)
DRAIN
OVERFLOW DRAIN
DUCT
SCALE:
EVAPORATIVE COOLING UNIT
FILL & DRAIN PIPING DETAIL NONE
CW
0.75"CW FROM NEAREST
LINE OF EQUAL OR LARGER
SIZE. FIELD VERIFY
SCALE:
NEW MECHANICAL ROOM
WASTE & VENT ISOMETRIC NONE
COMBINATION
WASTE &
VENT
V
W W
2" FS-1
2" FS-1
(E)W
(E)MOP SINK
2"
2"
2"
2"
CONNECT NEW 2"W
INTO EXISTING W JUST
AFTER EXISTING MOP SINK
223 Linden St., Suite 204
Fort Collins, CO 80524
Phone: 970-556-0570
Front-desk@int-mech.com
‐ PLOT DATE
SHEET INFORMATION PROJECT INFORMATION PROJECT PHASE SEAL ARCHITECT
REVISIONS
ISSUE DATE:
PROJECT #:
ARCHITECTS
CONSULTANT
T ‐ 970.484.0117
F ‐ 970.484.0264
315 East Mountain Ave
Suite 100
Fort Collins, CO 80524‐2913
© 2015 www.rbbarchitects.com
6/4/2015 9:21:20 AM
P3.1
14‐103
PLUMBING SCHEDULES,
DETAILS AND ISOMETRICS
Fort Collins Senior Center HVAC
Remodel
1200 Raintree Drive
Fort Collins, CO 80526
City of Fort Collins
Construction
Documents
06/05/2015
06/05/2015
NO DESCRIPTION DATE
FUTURE PHASE
FUTURE PHASE
PROJECT #:
ARCHITECTS
CONSULTANT
T ‐ 970.484.0117
F ‐ 970.484.0264
315 East Mountain Ave
Suite 100
Fort Collins, CO 80524‐2913
© 2015 www.rbbarchitects.com
6/4/2015 9:20:19 AM
P2.2
14‐103
SOUTH PLUMBING PLANS
Fort Collins Senior Center HVAC
Remodel
1200 Raintree Drive
Fort Collins, CO 80526
City of Fort Collins
Construction
Documents
06/05/2015
06/05/2015
0'
LOWER LEVEL SOUTH
HVAC PIPING PLAN 8' 16'
MULTI-
PURPOSE
ADDITION
ADMINISTRATION
ADDITION
EXISTING
BUILDING
EXISTING
BUILDING
KEYPLAN
0'
UPPER LEVEL SOUTH
HVAC PIPING PLAN 8' 16'
NO DESCRIPTION DATE
LONG
- # INDICATES NUMBER OF SLOTS
- WITH SUPPLY PLENUM
D-7-3-# TITUS TBD-30 SUPPLY
ADJUST PLENUM SLOT DIFFUSER
1.0" SLOTS
WHITE LAY-IN ALUM NO
SEE
PLAN
48"
LONG
- # INDICATES NUMBER OF SLOTS
- WITH SUPPLY PLENUM
D-8-1-# TITUS TBD-30 SUPPLY
ADJUST LINEAR SLOT DIFFUSER
0.75" SLOTS
WHITE SURFACE ALUM YES
SEE
PLAN
48"
LONG
- # INDICATES NUMBER OF SLOTS
- WITH SUPPLY PLENUM AND T-BAR
D-8-2-# TITUS TBD-30 SUPPLY
ADJUST LINEAR SLOT DIFFUSER
1.0" SLOTS
WHITE SURFACE ALUM YES
SEE
PLAN
48"
LONG
- # INDICATES NUMBER OF SLOTS
- WITH SUPPLY PLENUM AND T-BAR
D-9 TITUS S300FL SUPPLY
DUCT MOUNTED SUPPLY
DIFFUSER
GALV SIDEWALL ALUM YES
SEE
PLAN
NECK
+ 3"
G-1 TITUS PAR-3 RETURN
PERFORATED FACE
GRILLE
WHITE 24/24 22/22 LAY-IN STEEL NO
G-2 TITUS PAR-3 RETURN
PERFORATED FACE
GRILLE
WHITE 24/12 22/10 LAY-IN STEEL NO
G-3 TITUS 355RLF RETURN
LOUVERED FACE
FILTER GRILLE
WHITE SURFACE STEEL NO
G-4 TITUS 8F-1 RETURN
PERFORATED FACE
GRILLE
WHITE 12/12 10/10 SURFACE STEEL NO
G-5 TITUS 350RL-1 RETURN
LOUVERED FACE
GRILLE
WHITE SURFACE STEEL NO
SEE
PLAN
SEE
PLAN
R-1 TITUS PAR-3
RETURN/
EXHAUST
PERFORATED FACE
REGISTER
WHITE 24/24 22/22 LAY-IN STEEL YES
R-2 TITUS PAR-3
PERFORATED FACE
REGISTER
WHITE 24/12 22/10 LAY-IN STEEL YES
RETURN/
EXHAUST
R-3 TITUS 8F-1
PERFORATED FACE
REGISTER
WHITE 24/24 22/22 SURFACE ALUM YES
RETURN/
EXHAUST
R-4 TITUS 8F-1
PERFORATED FACE
REGISTER
WHITE 12/12 10/10 SURFACE ALUM YES
RETURN/
EXHAUST
R-5 TITUS 350FL-1 EXHAUST
LOUVERED FACE
REGISTER
WHITE SURFACE ALUM YES
SEE
PLAN
SEE
PLAN
APPROVED MANUFACTURERS: METALAIRE, KRUEGER
WITH 1" FILTER TO MATCH NECK SIZE
SEE
PLAN
NECK
+ 4"
BUILDING AIR BALANCE SCHEDULE
SYSTEM
(E)ERV-1 +3600
1 EXISTING SYSTEM, LISTED AIRFLOW VALUES ARE ACTUAL MEASURED FLOW RATES
2 KITCHEN EQUIPMENT USE IS INTERMITTENT, ANTICIPATED TO BE OFF FOR A MAJORITY OF TIME
OA CFM
(POSITIVE)
EXHAUST CFM
(NEGATIVE)
-3453
TOTAL PRESSURIZATION
(CFM)
+147
(E)ERV-2 +2285
(E)EF-1
(E)DISHWASHER HOOD
KEF-1 (KITCHEN GREASE FAN)
MAU-1 (KITCHEN)
ERV-3
ERV-4
ERV-5 (POOL)
WSHP-42 (GYM)
-1790
+0 -208
+0 -300
+0 -1500
+1200 -0
+5700 -5200
+2180 -1900
+8550 -10550
+2100 -920
TOTAL +25615 -25821
+495
-208
-300
-1500
+1200
+500
+280
-2000
+1180
-206
MAXIMUM BUILDING AIRFLOW
REMARKS
1
1
1
3
+3600
OA CFM
(POSITIVE)
EXHAUST CFM
(NEGATIVE)
-3453
TOTAL PRESSURIZATION
(CFM)
+147
+2285 -1790
+0 -208
+0 -0
+0 -0
+0 -0
+5700 -5200
+2180 -1950
+8550 -10550
+2100 -920
+24415 -24021
+495
-208
0
0
0
+500
+230
-2000
+1180
+394
TYPICAL OPERATING CONDITIONS
2
2
2
3 OUTSIDE AIR AND EXHAUST RATES WILL MODULATE, BUT MAINTAIN -2000 CFM DIFFERENTIAL
4 TYPICAL OPERATING CONDITIONS ANTICIPATED TO RESULT IN AN OVERALL POSITIVE PRESSURIZED BUILDING
4
223 Linden St., Suite 204
Fort Collins, CO 80524
Phone: 970-556-0570
Front-desk@int-mech.com
‐ PLOT DATE
SHEET INFORMATION PROJECT INFORMATION PROJECT PHASE SEAL ARCHITECT
REVISIONS
ISSUE DATE:
PROJECT #:
ARCHITECTS
CONSULTANT
T ‐ 970.484.0117
F ‐ 970.484.0264
315 East Mountain Ave
Suite 100
Fort Collins, CO 80524‐2913
© 2015 www.rbbarchitects.com
6/4/2015 8:56:13 AM
M8.2
14‐103
HVAC SCHEDULES
Fort Collins Senior Center HVAC
Remodel
1200 Raintree Drive
Fort Collins, CO 80526
City of Fort Collins
Construction
Documents
06/05/2015
06/05/2015
NO DESCRIPTION DATE
FUTURE PHASE
FUTURE PHASE
FUTURE PHASE
FUTURE PHASE
10
10
10
10
1.5
AMPS
1.5
AMPS
2.5
AMPS
2.5
AMPS
4 FAN PROVIDED BY OWNER, INSTALLED BY CONTRACTOR
WEIGHT
(LBS)
1
1
2
2
PUMP SCHEDULE
NUMBER MAKE & MODEL NUMBER REMARKS
1 PUMP FACTORY SUPPLIED WITH BOILER, FIELD INSTALLED. POWERED FROM BOILER CONTROLLER
TYPE SERVICE IMP.
DIA. FLUID GPM
HEAD
(FT.)
%
EFF BHP HP
ELEC
DATA RPM WEIGHT
P-9,10 35
P-11,12
P-13,14
WATER
WATER
WATER
GRUNDFOS UPS80-160/2
GRUNDFOS UPS80-80/4
GRUNDFOS MAGNA3 100-120FN IN-LINE SYSTEM
CT-1
HX-1
460/3
460/3
208/1
3.0
1.5
85 40 3.0
IN-LINE
IN-LINE
85 20
FIXED 85 45% 1.73
FIXED
FIXED
46% 1.01
55% 1.54
2 WITH INTERNAL VFD
75 2
90
85
P-7,8 TACO 0013 IN-LINE B-3,4 1
P-15,16 30%
GLYCOL
GRUNDFOS UPS50-240/2 IN-LINE WSHP-42 FIXED
FIXED WATER 25 12 - - 1/6 120/1 3250 12
3200
1650
3485
60 30 41% 1.56 2.0 460/3 3110 60
BOILER SCHEDULE
NUMBER MAKE & MODEL NUMBER REMARKS
B-3 WEIL-MCLAIN ULTRA 399 CT
1 WITH FACTORY SUPPLIED 30 PSI RELIEF VALVE
399 1
MBH
INPUT
MBH
OUTPUT
364
MBH
OUT@ALT
291
FLUID
WATER
VENT
SIZE
4"Ø
CA
SIZE
4"Ø
%
EFF
91.3%
ELEC
DATA
120/1
MOCP
15
HEIGHT
(IN)
48"
WIDTH
(IN)
23"
DEPTH
(IN)
23"
WEIGHT
300 2 3 4 5 6
2 68°F EWT AND 100°F LWT 3 PVC VENTING
5 LOW WATER CUTOFF WITH LOW WATER ALARM CONTACTS 6 RATED AT 5000FT ELEVATION
B-4 WEIL-MCLAIN ULTRA 399 CT 399 364 291 WATER 4"Ø 4"Ø 91.3% 120/1 15 48" 23" 23" 300
4 WITH FACTORY PROVIDED CIRCULATOR PUMP, TACO 0013
1 2 3 4 5 6
WATER SOURCE HEAT PUMP SCHEDULE (WATER-TO-AIR)
NUMBER MAKE & MODEL NUMBER
WSHP-19 CARRIER 50PTH024 1
ORIEN-
TATION
OA
CFM
EXT
STATIC
HEATING
MBH
SENS MBH
COOLING
SOURCE
GPM
SOURCE
WPD (FT)
HEATING
COP
FILTER
TYPE
MIN CIR
AMPS
MAX
FUSE
ELEC
VOLTAGE LENGTH WIDTH REMARKS
2 3 4 5
WSHP-20 CARRIER 50PTH036
HORIZ
HORIZ 1 2 3 4 5
CFM COOLING
EER
REF
TYPE HEIGHT WEIGHT
WSHP-21
WSHP-22
WSHP-23
WSHP-24
WSHP-25
WSHP-26
WSHP-27
WSHP-28
WSHP-29
WSHP-30
WSHP-31
WSHP-32
WSHP-33 CARRIER 50PTH024 HORIZ 860 300 0.5" 28.0 3.0 1.6 5.4 12.9 R-410A 6.0 15 460/3 19.7" 64.1" 25.1" 360 1 2 3 4
1 2 3 4
TOTAL MBH
COOLING
ENT
DB °F
ENT
WB °F
CARRIER 50PTH024
CARRIER 50PSH018
CARRIER 50PSH018
CARRIER 50PTH024
CARRIER 50PTH036
CARRIER 50PTH024
HORIZ
HORIZ
HORIZ
HORIZ
HORIZ
HORIZ
HORIZ
HORIZ
HORIZ
HORIZ
900
1470
300
540
0.5"
0.5"
27.9
43.9
22.9
35.4
21.4
37.6
77 60
77 60
3.0
4.5
1.6
3.0
5.4
5.9
13.1
15.6
R-410A
R-410A
MERV 8
MERV-8
460/3
460/3
6.0 15
10.0 15
19.7" 64.1" 25.1" 360
22.7" 76.0" 28.0 495
1040 325 0.5" 28.1 22.6 23.5 77 60 3.0 1.6 5.6 13.5 R-410A MERV-8 6.0 15 460/3 19.7" 64.1" 25.1" 360 1 2 3 4 5
680 - 0.5" 20.5 15.6 17.1 75 60 2.3 2.6 4.9 13.5 R-410A MERV-8 10.0 15 277/1 19.8" 45.3" 22.8" 250 1 2 3 4 5
660 - 0.5" 21.0 15.7 17.1 77 60 2.3 2.6 5.3 13.4 R-410A MERV-8 10.0 15 277/1 19.8" 45.3" 22.8" 250 1 2 3 4 5
0.5" 77 60 R-410A MERV-8 11.0 15 460/3 1 2 3 4 5
0.5" 77 60 R-410A MERV-8 11.0 15 460/3 1 2 3 4 5
77 60 R-410A MERV-8 460/3 1 2 3 4 5
77 60 R-410A MERV-8 1 2 3 4 7
900 365 0.5" 28.0 21.6 23.0 77 60 3.0 1.6 5.5 13.1 R-410A MERV-8 6.0 15 460/3 19.7" 64.1" 25.1" 360
1 2 3 4 7
1225 550 0.5" 43.4 33.3 36.3 77 60 4.5 3.0 5.5 15.1 R-410A MERV-8 10.0 15 460/3 22.7" 76.0" 28.0" 495
1 2 3 4 5
860 300 0.5" 28.0 21.1 22.7 77 60 3.0 1.6 5.4 12.9 R-410A MERV-8 6.0 15 460/3 19.7" 64.1" 25.1" 360
1 2 3 4 5
5
21.1 22.7 77 60 MERV-8
1 2 3 4 5
5
5
5
6
6
6
6
6
6
6
6
6
6
6
6
6
8
8
8
8
8
8
8
8
8
8
8
8
8
8
WSHP-34
WSHP-35
CARRIER 50PTH036 HORIZ 1430 125 0.5" 44.0 33.6 36.6 76 60 4.5 3.0 5.7 14.9 R-410A MERV-8 10.0 15 460/3 22.7" 76.0" 28.0" 495 1 2 3 4 5
CARRIER 50PTH036 HORIZ 1040 125 0.5" 43.1 29.1 34.4 76 60 4.5 3.0 5.1 14.1 R-410A MERV-8 10.0 15 460/3 22.7" 76.0" 28.0" 495 1 2 3 4 5 6
7
9
9
9
9
9
9
9
9
9
9
9
9
9
9
9
9
8 9
CARRIER 50PTH048
CARRIER 50PTH048
1860 405 54.9 42.4 45.9 6.0 2.5 5.0 13.2
1860 405 54.9 42.4 45.9 6.0 2.5 5.0 13.2
22.7" 76.0" 28.0" 470
22.7" 76.0" 28.0" 470
CARRIER 50PTH048 1860 440 0.5" 55.0 42.5 46.0 6.0 2.5 5.1 13.2 11.0 15 22.7" 76.0" 28.0" 470
CARRIER 50PTH048 1860 440 0.5" 55.0 42.5 46.0 6.0 2.5 5.1 13.2 11.0 15 460/3 22.7" 76.0" 28.0" 470
CARRIER 50PTH048 HORIZ 1860 400 0.5" 54.9 42.4 45.9 77 60 6.0 2.5 5.0 13.2 R-410A MERV-8 11.0 15 460/3 22.7" 76.0" 28.0" 470
CARRIER 50PTH048 HORIZ 1860 400 0.5" 54.9 42.4 45.9 77 60 6.0 2.5 5.0 13.2 R-410A MERV-8 11.0 15 460/3 22.7" 76.0" 28.0" 470
WSHP-36
WSHP-37
WSHP-38
WSHP-39
WSHP-40
1 RATED AT 5000 FT ELEVATION
5 PROVIDE FLEXIBLE DUCT CONNECTORS AT UNIT INLET AND OUTLET
2 HEATING CAPACITY BASED ON SOURCE EWT 68°F, 70°F EAT 3 COOLING CAPACITY BASED ON SOURCE EWT 86°F
6 ECM MOTOR 7 PSC MOTOR 8 RETURN AIR SMOKE DETECTOR
4 FACTORY INSTALLED NON-FUSED DISCONNECT
9 WATER CONTROL VALVE PROVIDED AND CONTROLLED BY T.C.C.
WSHP-41
10.0 15 460/3
10.0 15 460/3
10.0 15 277/1
10.0 15 277/1
6.0 15 460/3
10.0 15 277/1
CARRIER 50PTH036
CARRIER 50PTH036
CARRIER 50PSH018
CARRIER 50PTH036
CARRIER 50PTH024
CARRIER 50PSH018
R-410A MERV-8
R-410A MERV-8
R-410A MERV-8
R-410A MERV-8
R-410A MERV-8
R-410A MERV-8
22.7" 76.0" 28.0" 495
22.7" 76.0" 28.0" 495
19.8" 45.3" 22.8" 250
19.8" 45.3" 22.8" 250
19.7" 64.1" 25.1" 360
19.8" 45.3" 22.8" 250
1 2 3 4 5 6 8 9
1 2 3 4 5 6 8 9
1 2 3 4 5 6 8 9
1 2 3 4 5 6 8 9
1 2 3 4 5 6 8 9
1 2 3 4 5 6 8 9
HORIZ
HORIZ
HORIZ
HORIZ
HORIZ
HORIZ
705 240 0.5" 20.9 16.6 17.6 77 60 2.3 2.6 5.4 14.0
1075 450 0.5" 21.0 15.7 17.1 77 60 2.3 2.6 5.4 14.0
1475 125 0.5" 43.9 34.3 37.0 76 60 4.5 3.0 5.9 15.3
1185 125 0.5" 43.4 31.0 35.5 76 60 4.5 3.0 5.4 14.8
510 450 0.5" 21.0 15.7 17.1 77 60 2.3 2.6 5.4 14.0
1250 390 0.5" 28.0 20.9 22.7 77 60 3.0 1.6 5.5 13.0
WSHP-43 CARRIER 50PSH012 HORIZ 355 100 0.5" 14.7 9.2 10.4 77 60 1.5 1.0 4.7 11.3 R-410A MERV-8 6.0 15 277/1 19.8" 45.3" 22.8" 205 1 2 3 4 5 6 8 9
ENERGY RECOVERY VENTILATOR SCHEDULE - FIXED PLATE TYPE
NUMBER MAKE & MODEL NUMBER
ERV-3 MICROMETL CWVG 5700 YES 1
1
4 PREMIUM EFFICIENCY MOTORS WITH VFD'S
ORIEN-
TATION
SUPPLY
CFM
OUTSIDE
CFM
EXHAUST
CFM
SUPPLY FAN
ESP HP VFD LAT EFFECTIVENESS
FILTER
TYPE
MIN CIR
AMPS
MAX
FUSE
ELEC
VOLTAGE
HEIGHT
W/CURB LENGTH WIDTH
WEIGHT
W/CURB REMARKS
14" TALL FLAT ROOF CURB (INCLUDED IN UNIT HEIGHT) MOUNTED ON 4" CONCRETE PAD 2 SINGLE POINT POWER CONNECTION WITH NON-FUSED DISCONNECT 3 SMOKE DETECTOR IN RETURN AIR SYSTEM COMPLYING
WITH SECTION 606 OF 2012 IMC
VERT 2 3 4 5 6
ERV-4 MICROMETL CWVB
5700
VERT 2180 2180 1" - YES 0.75" - YES 8.6 15 460/3 1450 1 2 3 4 5 6
5200 1" - YES 0.75" - 60% 21.3 30 460/3 7'-11" 10'-9" 8'-1" 2600
5 SINGLE POINT 24V CONTACTOR CONTROL CONNECTION
1900
6 SCREENED WEATHERHOODS
EXHAUST FAN
ESP HP VFD
SENS RECOVERY PERFORMANCE (DB°F/WB°F)
OAT RAT
MERV 8
MERV 8
-10/-11.5
95/60
-10/-11.5
95/60
70/55
75/60
70/55
75/60
40/34
82/58
41/34
82/58
68%
7 MOTORIZED SUPPLY AND EXHAUST DAMPERS 8 AIRFLOW MONITORS AT UNIT INTAKE OPENING
7 8
7'-11" 10'-9" 3'-4" 7 8
COOLING TOWER SCHEDULE
NUMBER MAKE & MODEL NUMBER
CT-2 BALTIMORE AIRCOIL VTL-066-J 17,500 - 2
1
DESIGN CONDITIONS
GPM EWT (°F) LWT (°F)
MIN CIR
AMPS
MAX
FUSE
ELEC
VOLTAGE HEIGHT LENGTH WIDTH WEIGHT REMARKS
FORCED DRAFT, CENTRIFUGAL FAN, COUNTERFLOW WITH VERTICAL AIR DISCHARGE
66 7.5 85 84 69 66 - - - 460/3 6'-7" 11'-0" 4'-1" 2,900
WB (°F)
TYPE NOM
TONS
FAN
CFM
MOTOR
HP
PUMP
GPM
PUMP
HD (PSI)
PUMP
HP
1 -
2 PROVIDE VFD'S ON FAN MOTOR 3 WITH NON-FUSED DISCONNECT
3
HEAT EXCHANGER SCHEDULE
NUMBER MAKE & MODEL NUMBER
HX-2 ALFA LAVAL TL6-BFG 2
1
HOT SIDE
EWT (°F) LWT (°F)
#
PLATES HEIGHT LENGTH WIDTH WEIGHT REMARKS
GASKETED PLATE & FRAME CONSTRUCTION
634.7 86 71 4.94 91 51" 24" 13" 725
PD (PSI)
TYPE
2 MOUNT ON 4" CONCRETE HOUSEKEEPING PAD
PLATE 3
HEAT
EXCH. (MBH) GPM
85
FLUID
WATER
COLD SIDE
FLUID GPM EWT (°F) LWT (°F) PD (PSI)
WATER 85 69 84 4.98
HX-3 ALFA LAVAL PLATE 30%
GLYCOL
ENERGY RECOVERY VENTILATOR SCHEDULE - POOL
NUMBER MAKE & MODEL NUMBER
ERV-5 ANNEXAIR
ERP-E-12-HE-EW-EC-HG-SS
1
1 5 GAS FIRED HEATING SECTION - HEATCO HMA-400
ORIEN-
TATION
SUPPLY
CFM
OUTSIDE
CFM
EXHAUST
CFM
SUPPLY FAN
ESP LAT
FILTER
TYPE
MIN CIR
AMPS
MAX
FUSE
ELEC
VOLTAGE
HEIGHT
W/CURB LENGTH WIDTH
WEIGHT
W/CURB REMARKS
14" TALL FLAT ROOF CURB (INCLUDED IN UNIT HEIGHT) 2 SINGLE POINT POWER CONNECTION WITH NON-FUSED DISCONNECT 3 WITH EVAP COOLING SECTION - 8" MEDIA
VERT 8550 2" 103 110 460/3 9'-11" 24'-0" 8'-8" 10,500 2 3 4 5
6 2" PLEATED FILTERS - MERV 8
7 OUTSIDE CFM AND EXHAUST CFM TO MODULATE TO CONTROL SPACE HUMIDITY
EXHAUST FAN SENS WHEEL PERFORMANCE (DB°F/WB°F)
OAT RAT
MERV 8
69.6/63.5
93.6/60.5
84/69.2
84/69.2
81.6/67
84.4/57.5
8 40KW EMERGENCY ELECTRIC HEATER
TSP
5"
RPM
2073
BHP
8.0
HP
15
VFD
YES
ESP
1"
TSP
2.4"
RPM
1661
BHP
8.9
HP
10
VFD
YES
EXH LAT
74.2/66.5
90.2/70.8
MAX PD
0.35"
MBH IN
HEATING
400
MBH OUT
ALT
282 80.0
AFUE FUEL
TYPE
NAT
GAS
HEATING
STAGES
7 MOD.
4 DIRECT DRIVE SUPPLY AND EXHAUST FANS WITH VFD'S
7
-10/-10.5 84/69.2 73.9/59.5 33.1/33
9 WHEEL PERFORMANCE LISTED FOR TYPICAL DEHUMIDIFICATION DAY, DRY SUMMER DAY AND WINTER DAY
6 8 9
10 WITH FACTORY MOUNTED JOHNSON CONTROLS
10
11 UNIT PROVIDED BY OWNER, INSTALLED BY CONTRACTOR
11
WATER SOURCE HEAT PUMP ROOFTOP UNIT SCHEDULE (WATER-TO-AIR, WITH ENERGY RECOVERY)
NUMBER MAKE & MODEL NUMBER
WSHP-42 AAON RN-031-3-0-E709-000 11,800 1
1 W/ 100% MODULATING ECONOMIZER
TONS
NOMINAL
ORIEN-
TATION
TOTAL
CFM
OA
CFM
HEATING
MBH
SENS MBH
COOLING
TOTAL MBH
COOLING
SOURCE
GPM
REF
TYPE
FILTER
TYPE
MIN CIR
AMPS
MAX
FUSE
ELEC
VOLTAGE
HEIGHT
W/CURB LENGTH WIDTH
WEIGHT
W/CURB REMARKS
2 NON-POWERED GFI CONVENIENCE OUTLET 3 14" TALL FLAT ROOF CURB (INCLUDED IN UNIT HEIGHT) 4 UNIT MOUNTED DISCONNECT
31 VERT 2100 475.9 262.1 324.5 60 R-410A 72 80 460/3 8'-9" 19'-6" 8'-4" 6900 2 3 4
SUPPLY FAN
ESP BHP/HP RPM
1" 6.1/7.5 1152
EXHAUST FAN
ESP BHP/HP RPM
0.75" 0.95/2.0 759
LAT MAX PD
0.26"
SENS RECOVERY PERFORMANCE (DB°F/WB°F)
OAT RAT
-10/-11.5
95/60
70/55
75/62
40/34
87/58
SOURCE
WPD (FT)
6.4
HEATING
COP
4.4
COOLING
EER
10.5 MERV 8
VFD VFD
YES YES
EXH LAT
40/34
92/67
5 WITH (2) EXHAUST FANS - FAN DATA LISTED IS FOR EACH FAN
5
6 HEATING CAPACITY BASED ON SOURCE EWT 68°F, 75°F EAT
7 COOLING CAPACITY BASED ON SOURCE EWT 86°F, 75°F EAT 8 WATER CONTROL VALVE PROVIDED AND CONTROLLED BY T.C.C.
6 7 8
223 Linden St., Suite 204
Fort Collins, CO 80524
Phone: 970-556-0570
Front-desk@int-mech.com
‐ PLOT DATE
SHEET INFORMATION PROJECT INFORMATION PROJECT PHASE SEAL ARCHITECT
REVISIONS
ISSUE DATE:
PROJECT #:
ARCHITECTS
CONSULTANT
T ‐ 970.484.0117
F ‐ 970.484.0264
315 East Mountain Ave
Suite 100
Fort Collins, CO 80524‐2913
© 2015 www.rbbarchitects.com
6/4/2015 8:54:59 AM
M8.1
14‐103
HVAC SCHEDULES
Fort Collins Senior Center HVAC
Remodel
1200 Raintree Drive
Fort Collins, CO 80526
City of Fort Collins
Construction
Documents
06/05/2015
06/05/2015
NO DESCRIPTION DATE
FUTURE PHASE
FUTURE PHASE
FUTURE PHASE
FUTURE PHASE
FUTURE PHASE
FUTURE PHASE
FUTURE PHASE
RECTANGULAR OR
ROUND DUCT
NOTE: 1) DETAIL APPLIES TO ALL DUCTWORK
ON DUCTWORK TRANSITIONING ON
ALL FOUR SIDES, NONE OF THE
TRANSITION ANGLES MAY EXCEED 15°
2)
SCALE:
SOUND BOOT
DETAIL NONE
24"x24" OR 24"x12"
RETURN AIR GRILLE
PAINT INTERIOR BLACK
WHERE VISIBLE
THRU GRILLE
1" RIGID FIBERGLASS
DUCTBOARD IN
RETURN AIR PLENUM
22"x10" OPEN
ENDED DUCT
22"x22" DUCT FOR
24"X24" GRILLE
OR 22"x10" DUCT FOR
24"x12" GRILLE
SCALE:
HYDRONIC 2-WAY
VALVE DETAIL NONE
HYDRONIC
COIL FACE
2-WAY
CONTROL
VALVE
COMBINATION
BALL/BALANCE
VALVE
DUCT (IF
APPLICABLE)
0.25" FLEXIBLE
SOFT DRAWN
COPPER LINE
COIN
OPERATED
VENT
P/T PORT
TYP OF 2
DIELECTRIC
UNION
TYP OF 2
BALL VALVE
HOSE
CONNECTION
BALL VALVE
SEE PLAN
FOR PIPE SIZE
TYPICAL
SCALE:
HYDRONIC 3-WAY
VALVE DETAIL NONE
HYDRONIC
COIL FACE
3-WAY
CONTROL
VALVE
COMBINATION
BALL/BALANCE
VALVE
DUCT (IF
APPLICABLE)
0.25" FLEXIBLE
SOFT DRAWN
COPPER LINE
COIN
OPERATED
VENT
P/T PORT
TYP OF 2
DIELECTRIC
UNION
TYP OF 2
BALL VALVE
HOSE
CONNECTION
BALL VALVE
SEE PLAN
FOR PIPE SIZE
TYPICAL
SCALE:
IN-LINE PUMP
DETAIL NONE
UNION, TYP
P-T PORT,
TYP
SHUTOFF VALVE,
TYP
FLEXIBLE CONNECTION,
TYP
MASONFLEX NEOPRENE
PIPE CONNECTOR, TYP
CHECK VALVE
BALANCING VALVE
SPRING ISOLATION
HANGER, TYP
THREADED STEEL
HANGER ROD, TYP
IN-LINE PUMP
HWS
SCALE:
BOILER PIPING
DETAIL NONE
HWR
HWS
HWR
G
HWS
HWS
HWR
HWR
B-3 B-4
T&P RELIEF VALVE,
PIPE FULL SIZE TO
MOP SINK, TYP.
UNION,
TYP.
6" DIRT
LEG
CHECK VALVE,
TYP.
P-7
P-8
4" FLUE AND
COMBUSTION AIR
PIPES. ROUTE UP
THROUGH ROOF AND
TERMINATE PER
MANUFACTURER'S
REQUIREMENTS, TYP.
2.5" 2.5"
BALL VALVE,
TYP.
CONNECT GAS
WITH UNION AND
GAS COCK, TYP.
2" 2"
2" 2"
1.5"
1.5"
1"
1"
N
N
3
X1
X1
2
(E)WLS
(E)WLR
(E)SMR
(E)SMS
(E)HWS
(E)HWR
(E)WLS
(E)WLR
(E)SMR
(E)WLS
(E)WLR
(E)WLS
CR
CS
3"
3"
3"
2"
1.25"
2.5"
2.5"
1.25"
3"
2.5"
P-15,16
HX-3
1
2
3
3
G
6
3
3"
COOLING
TOWER
TANK
CS
CR
WLS
WLR
B-3
B-4
P-13,14
EXPANSION
TANK
HX-2
P-11,12
P-9,10
CS
CR
WLS
WLR
CS
CR
1
1
2
3"
FLAG NOTES:
4"Ø FLUE AND COMBUSTION AIR PIPES UP FROM BOILER. TERMINATE
THROUGH ROOF PER MANUFACTURER'S RECOMMENDATIONS.
COOLING TOWER DRAIN DOWN TANK. NORWESCO 40213 OR EQUAL,
VERTICAL POLY PLASTIC TANK WITH A 300 GALLON CAPACITY. 35"
DIAMETER X 79" HIGH. MOUNT TANK ON A 4" CONCRETE
HOUSEKEEPING PAD.
AREA DEDICATED FOR ELECTRICAL PANELS. NO EQUIPMENT OR PIPING
TO BE IN THIS AREA. COORDINATE WITH ELECTRICAL CONTRACTOR.
1
2
3
FLAG NOTES:
EXTEND EXISTING BOILER PIPING AND CONNECT TO LOW PRESSURE
SIDE OF DISTRIBUTION MAIN.
2.5" WLS/WLR TO WSHP-42.
NEW PUMPS AND HEAT EXCHANGER. FIELD VERIFY BEST LOCATION
WITHIN MECHANICAL ROOM FOR NEW EQUIPMENT.
1
2
3
SCALE:
SPIRAL DUCT
SLEEVE JOINT DETAIL NONE
BEADED SLEEVE JOINT
SPIRAL DUCT
SLEEVE
SHEET METAL SCREW
INTERNAL SEALANT
EXTERNAL SEALANT
JOINT SECTION
223 Linden St., Suite 204
Fort Collins, CO 80524
Phone: 970-556-0570
Front-desk@int-mech.com
‐ PLOT DATE
SHEET INFORMATION PROJECT INFORMATION PROJECT PHASE SEAL ARCHITECT
REVISIONS
ISSUE DATE:
PROJECT #:
ARCHITECTS
CONSULTANT
T ‐ 970.484.0117
F ‐ 970.484.0264
315 East Mountain Ave
Suite 100
Fort Collins, CO 80524‐2913
© 2015 www.rbbarchitects.com
6/4/2015 8:32:48 AM
M7.1
14‐103
ENLARGED MECHANICAL
ROOM PLANS AND HVAC
DETAILS
Fort Collins Senior Center HVAC
Remodel
1200 Raintree Drive
Fort Collins, CO 80526
City of Fort Collins
Construction
Documents
06/05/2015
06/05/2015
SCALE:
ENLARGED EXISTING MECHANICAL
ROOM PLAN 1/2" = 1'-0"
SCALE:
ENLARGED NEW MECHANICAL
ROOM PLAN 1/2" = 1'-0"
NO DESCRIPTION DATE
FUTURE PHASE
FUTURE PHASE
FUTURE PHASE
FUTURE PHASE
FUTURE PHASE
FUTURE PHASE
(420 CFM)
7
(420 CFM)
7
8
WORK SHOWN IN
THIS CALLOUT IS ONLY
WORK TO BE INCLUDED
IN THIS SCOPE
WORK SHOWN IN
THIS CALLOUT IS ONLY
WORK TO BE INCLUDED
IN THIS SCOPE
WORK SHOWN IN
THIS CALLOUT IS ONLY
WORK TO BE INCLUDED
IN THIS SCOPE
6
6
6
6
FLAG NOTES:
WATER SOURCE HEAT PUMP ABOVE CEILING. SUSPEND FROM
STRUCTURE WITH VIBRATION ISOLATION HANGERS. PROVIDE FLEXIBLE
DUCT CONNECTIONS ON INLET AND OUTLET OF HEAT PUMP.
RETURN PLENUM SIZED TO MATCH UNIT RETURN OPENING.
SHADED AREA INDICATES RECENT ADDITION. NOT IN THIS SCOPE OF
WORK UNLESS NOTED OTHERWISE.
NEW POOL DEHUMIDIFICATION UNIT ON ROOF IN PLACE OF EXISTING
POOL UNIT TO BE REMOVED. UNIT IS PROVIDED BY OWNER, INSTALLED
BY CONTRACTOR
NEW ROOF MOUNTED WATER SOURCE HEAT PUMP FOR GYM. LOCATE IN
PLACE OF EXISTING RTU TO BE REMOVED. CONNECT EXISTING SUPPLY
AND RETURN DUCTS TO NEW UNIT.
NEW CEILING FAN. SUSPEND FROM STRUCTURE PER MANUFACTURER'S
INSTRUCTIONS/RECOMMENDATIONS. REFER TO EQUIPMENT SCHEDULE ON
SHEET M8.1 FOR DETAIL ON WHICH FANS ARE PROVIDED BY OWNER AND
WHICH ARE PROVIDED BY CONTRACTOR. ALL FANS INSTALLED BY
CONTRACTOR.
EXISTING DUCT MOUNTED SUPPLY REGISTER TO REMAIN. BALANCE TO
CFM INDICATED.
NEW ROOF MOUNTED ERV. LOCATE IN PLACE OF EXISTING RTU TO BE
REMOVED. CONNECT EXISTING SUPPLY AND RETURN DUCTS TO NEW
UNIT.
1
2
3
4
5
6
7
8
GENERAL NOTES:
EXISTING 24X24 CEILING SUPPLY DIFFUSERS ARE TO BE REPLACED
WITH NEW UNLESS NOTED OTHERWISE. WHERE SHOWN TO BE
CONNECTED TO EXISTING BRANCH DUCT, FIELD VERIFY DUCT BRANCH
SIZE.
VERIFY THAT ALL EXISTING DIFFUSERS AND DUCTS HAVE A MEANS
FOR BALANCING. PROVIDE MANUAL BALANCE DAMPERS AS MAY BE
NECESSARY IN ANY BRANCH DUCT NOT ALREADY CONTAINING A
DAMPER.
NEW THERMOSTATS ARE SHOWN TO REPLACE EXISTING THERMOSTATS,
IN EXISTING LOCATIONS. FIELD VERIFY EXISTING THERMOSTAT
LOCATIONS.
ALL EXISTING DUCT BEING RE-USED IS TO BE THOROUGHLY CLEANED
PRIOR TO ANY USE WITH NEW SYSTEMS.
1.
2.
3.
4.
223 Linden St., Suite 204
Fort Collins, CO 80524
Phone: 970-556-0570
Front-desk@int-mech.com
‐ PLOT DATE
SHEET INFORMATION PROJECT INFORMATION PROJECT PHASE SEAL ARCHITECT
REVISIONS
ISSUE DATE:
PROJECT #:
ARCHITECTS
CONSULTANT
T ‐ 970.484.0117
F ‐ 970.484.0264
315 East Mountain Ave
Suite 100
Fort Collins, CO 80524‐2913
© 2015 www.rbbarchitects.com
6/4/2015 8:23:45 AM
M2.3
14‐103
UPPER LEVEL HVAC PLAN
Fort Collins Senior Center HVAC
Remodel
1200 Raintree Drive
Fort Collins, CO 80526
City of Fort Collins
Construction
Documents
06/05/2015
06/05/2015
MULTI-
PURPOSE
ADDITION
ADMINISTRATION
ADDITION
EXISTING
BUILDING
EXISTING
BUILDING
KEYPLAN
0'
UPPER LEVEL
HVAC PLAN 8' 16'
NO DESCRIPTION DATE
FUTURE PHASE
FUTURE PHASE
N
N
P
P
4 4
3 3
1 1
XA X1
X2
X2
R
R
S
S
Q
Q
T
T
2 2
X1.5
XE.5 XF
FITNESS
126
DANCE
STORAGE
127
STORAGE
128
(E)WSHP-3
(E)WSHP-4
(E)WSHP-1
(E)WSHP-2
T T
18"x12"
16"x12"
16"x12"
18"x16"
16"x12"
28"x14"
18"x12"
24"x14"
18"x12"
14"x12"
14"x12"
1
CO2
(E)WSHP-17
T
WSHP-36
WSHP-38 WSHP-37
MEDIA
189
LIBRARY/
LOUNGE
145
LOCKER
134
WOMENS
LOCKER
121
MENS
POOL
117
GYM
101
WSHP-39
3
1
T
1
1
T
4
28"ø 28"ø
R-5- 36"x36"
5275
R-5- 36"x36"
5275
(410 CFM)
26"ø 32"ø 34"ø
22"ø
5
5
6
7
SEE SHEET M2.3
FOR WORK IN
THE GYM
8
8 (410 CFM)
8 (410 CFM)
(410 CFM) 8 (410 CFM) 8
(650 CFM) 9
(650 CFM) 9
(650 CFM) 9
(650 CFM) 9
(650 CFM) 9
(650 CFM) 9
(650 CFM) 9
9 (650 CFM)
(650 CFM) 9 9 (650 CFM)
10
D-1- 8"ø
235
D-1- 8"ø
235
D-1- 8"ø
235
14"x12"
(115 CFM)
(115 CFM)
(115 CFM)
26"x22"
24"x16"
36"x18"
10"ø
10"ø
10"ø
(135 CFM)
11
11
11
11
(135 CFM) 11
13 12
SEE SHEET M2.3
FOR ADDITIONAL
WORK IN THE POOL
2
2
12"ø
2
T
WSHP-42
34"ø
34"ø
36"x18"
30"x18"
D-1- 8"ø
145
D-1- 8"ø
240
D-1- 8"ø
195
16"x14"
16"x14"
8"ø
8"ø
8"ø
D-1- 8"ø
150
D-1- 10"ø
275
D-1- 8"ø
175
D-1- 10"ø
275
D-1- 8"ø
175
D-1- 10"ø
300
D-1- 8"ø
175
D-1- 10"ø
275
D-1- 8"ø
175
WSHP-43
T
1
14"x8"
7
7
WORK SHOWN IN
THIS CALLOUT IS ONLY
WORK TO BE INCLUDED
IN THIS SCOPE
GENERAL NOTES:
EXISTING 24X24 CEILING SUPPLY DIFFUSERS ARE TO BE REPLACED
WITH NEW UNLESS NOTED OTHERWISE. WHERE SHOWN TO BE
CONNECTED TO EXISTING BRANCH DUCT, FIELD VERIFY DUCT BRANCH
SIZE.
VERIFY THAT ALL EXISTING DIFFUSERS AND DUCTS HAVE A MEANS
FOR BALANCING. PROVIDE MANUAL BALANCE DAMPERS AS MAY BE
NECESSARY IN ANY BRANCH DUCT NOT ALREADY CONTAINING A
DAMPER.
NEW THERMOSTATS ARE SHOWN TO REPLACE EXISTING THERMOSTATS,
IN EXISTING LOCATIONS. FIELD VERIFY EXISTING THERMOSTAT
LOCATIONS.
ALL EXISTING DUCT BEING RE-USED IS TO BE THOROUGHLY CLEANED
PRIOR TO ANY USE WITH NEW SYSTEMS.
1.
2.
3.
4.
223 Linden St., Suite 204
Fort Collins, CO 80524
Phone: 970-556-0570
Front-desk@int-mech.com
‐ PLOT DATE
SHEET INFORMATION PROJECT INFORMATION PROJECT PHASE SEAL ARCHITECT
REVISIONS
ISSUE DATE:
PROJECT #:
ARCHITECTS
CONSULTANT
T ‐ 970.484.0117
F ‐ 970.484.0264
315 East Mountain Ave
Suite 100
Fort Collins, CO 80524‐2913
© 2015 www.rbbarchitects.com
6/4/2015 8:16:35 AM
M2.2
14‐103
LOWER LEVEL SOUTH HVAC
PLAN
Fort Collins Senior Center HVAC
Remodel
1200 Raintree Drive
Fort Collins, CO 80526
City of Fort Collins
Construction
Documents
06/05/2015
06/05/2015
0'
LOWER LEVEL SOUTH
HVAC PLAN 8' 16'
MULTI-
PURPOSE
ADDITION
ADMINISTRATION
ADDITION
EXISTING
BUILDING
EXISTING
BUILDING
KEYPLAN
MATCH LINE
M2.1 M2.1
MATCH LINE
NO DESCRIPTION DATE
FUTURE PHASE
FUTURE PHASE
1
2
2
2
3
4
5
5
(E)DEF-1
7
8
8
9
9
9
FLAG NOTES:
SHADED AREA INDICATES RECENT ADDITION. NO DEMO IN THIS AREA
UNLESS NOTED OTHERWISE.
EXISTING ROOFTOP UNIT TO BE REMOVED. NEW UNIT TO BE LOCATED
IN PLACE OF REMOVED UNIT. SEE SHEETS M2.3 AND M2.4 FOR NEW
UNITS. LEAVE EXISTING CURB FOR RE-USE WITH CURB ADAPTOR FOR
NEW UNIT.
EXISTING ROOFTOP UNIT TO BE REMOVED. COORDINATE WITH G.C. TO
PERMANENTLY PATCH AND SEAL ROOF OPENINGS. REMOVED UNIT IS
NOT BEING REPLACED WITH NEW.
EXISTING ROOF MOUNTED POOL DEHUMIDIFICATION UNIT TO BE
REMOVED AND REPLACED WITH NEW. SEE SHEET M2.3 FOR NEW
WORK.
EXISTING ROOF MOUNTED EXHAUST FAN TO BE REMOVED. COORDINATE
WITH G.C. TO PERMANENTLY PATCH AND SEAL ROOF OPENING.
EXISTING ROOF MOUNTED KITCHEN HOOD EXHAUST FAN TO BE
REMOVED AND REPLACED WITH NEW KITCHEN HOOD FAN. SEE SHEET
M2.4 FOR NEW WORK.
EXISTING ROOF MOUNTED KITCHEN DISHWASHER FAN TO BE REMOVED
AND REPLACED WITH NEW. SEE SHEET M2.4 FOR NEW WORK.
DISCONNECT GAS PIPING FROM THIS UNIT, AND LEAVE FOR
CONNECTION TO NEW UNIT. SEE PLUMBING PLANS.
DISCONNECT GAS PIPING FROM THIS UNIT AND CAP. PIPING NOT TO
BE RE-USED.
1
2
3
4
5
6
7
8
9
THE EXISTING HVAC SYSTEM SHOWN ON THE DEMO DRAWINGS IS
BASED ON, AND RE-CREATED FROM, ORIGINAL DRAWINGS DATED
1993, AND HAVE NOT BEEN FULLY VERIFIED FOR ACCURACY.
DEMO DRAWINGS ARE NOT ALL ENCOMPASSING FOR EXISTING
SYSTEMS, AND ARE LIMITED TO ITEMS DIRECTLY RELATED TO THIS
SCOPE OF WORK. CONTRACTOR(S) TO REFERENCE THE FULL SET
OF ORIGINAL DRAWINGS FOR FULL SYSTEMS DETAILS.
223 Linden St., Suite 204
Fort Collins, CO 80524
Phone: 970-556-0570
Front-desk@int-mech.com
‐ PLOT DATE
SHEET INFORMATION PROJECT INFORMATION PROJECT PHASE SEAL ARCHITECT
REVISIONS
ISSUE DATE:
PROJECT #:
ARCHITECTS
CONSULTANT
T ‐ 970.484.0117
F ‐ 970.484.0264
315 East Mountain Ave
Suite 100
Fort Collins, CO 80524‐2913
© 2015 www.rbbarchitects.com
6/4/2015 7:38:28 AM
M1.3
14‐103
ROOF DEMO PLAN
Fort Collins Senior Center HVAC
Remodel
1200 Raintree Drive
Fort Collins, CO 80526
City of Fort Collins
Construction
Documents
06/05/2015
06/05/2015
SCALE:
OVERALL ROOF
DEMO PLAN 1/16" = 1'-0"
NO DESCRIPTION DATE
FUTURE PHASE
FUTURE PHASE
2
6
(E)FTU-7
3 (E)FTU-8
7
4
11
(E)EF-4
12
13
FLAG NOTES:
SHADED AREA INDICATES RECENT ADDITION. NO DEMO IN THIS AREA
UNLESS NOTED OTHERWISE.
EXISTING ELECTRIC DUCT HEATER TO BE REMOVED. DUCT MAIN TO
REMAIN, PATCH DUCT AIRTIGHT AS NECESSARY.
EXISTING FAN TERMINAL UNIT WITH ELECTRIC HEAT TO BE REMOVED.
DOWNSTREAM SUPPLY DUCT TO REMAIN FOR CONNECTION TO NEW
EQUIPMENT. SEE SHEETS M2.2 AND M2.3.
EXISTING ZONE DAMPER TO BE REMOVED. DOWNSTREAM SUPPLY DUCT
TO REMAIN FOR CONNECTION TO NEW EQUIPMENT. SEE SHEETS M2.2
AND M2.3.
EXISTING ZONE DAMPER AND DOWNSTREAM SUPPLY DUCT AND
DIFFUSERS TO BE REMOVED.
EXISTING BYPASS DUCTS AND DAMPERS TO BE REMOVED. SUPPLY AND
RETURN MAINS TO REMAIN. PATCH REMAINING DUCTS AIRTIGHT AS
NECESSARY.
EXISTING 24x24 SUPPLY DIFFUSER TO BE REMOVED. LEAVE BRANCH
DUCT FOR CONNECTION TO NEW DIFFUSER. TYPICAL. SEE SHEETS
M2.2 AND M2.3.
EXISTING POOL SUPPLY DUCT DROP AND PORTION OF MAIN TO BE
REMOVED WHERE SHOWN HATCHED. LEAVE REMAINING DUCT FOR
CONNECTION TO NEW. SEE SHEET M2.2.
1
2
3
4
5
6
7
8
EXISTING POOL RETURN DUCT DROP AND MAIN TO BE REMOVED. SEE
SHEET M2.2 FOR NEW RETURN DUCT.
EXISTING ELECTRIC DUCT HEATER AND ASSOCIATED SUPPLY DUCT AND
DIFFUSERS TO BE REMOVED. PATCH MAIN DUCT AIRTIGHT WHERE
SUPPLY TAKE-OFF IS REMOVED.
EXISTING SIDEWALL MOUNTED EXHAUST FAN ON ROOF TO BE
REMOVED. CAP DUCT AIRTIGHT, AND COORDINATE WITH G.C. FOR
PATCHING EXTERIOR WALL.
EXISTING FAN TERMINAL WITH ELECTRIC HEAT, AND DOWNSTREAM
SUPPLY DUCT AND DIFFUSERS TO BE REMOVED.
EXISTING DUCT RISER AND SIDEWALL RETURN GRILLE IN POOL TO BE
REMOVED. COORDINATE WITH G.C. FOR PATCHING WALL.
9
10
11
12
13
THE EXISTING HVAC SYSTEM SHOWN ON THE DEMO DRAWINGS IS
BASED ON, AND RE-CREATED FROM, ORIGINAL DRAWINGS DATED
1993, AND HAVE NOT BEEN FULLY VERIFIED FOR ACCURACY.
DEMO DRAWINGS ARE NOT ALL ENCOMPASSING FOR EXISTING
SYSTEMS, AND ARE LIMITED TO ITEMS DIRECTLY RELATED TO THIS
SCOPE OF WORK. CONTRACTOR(S) TO REFERENCE THE FULL SET
OF ORIGINAL DRAWINGS FOR FULL SYSTEMS DETAILS.
223 Linden St., Suite 204
Fort Collins, CO 80524
Phone: 970-556-0570
Front-desk@int-mech.com
‐ PLOT DATE
SHEET INFORMATION PROJECT INFORMATION PROJECT PHASE SEAL ARCHITECT
REVISIONS
ISSUE DATE:
PROJECT #:
ARCHITECTS
CONSULTANT
T ‐ 970.484.0117
F ‐ 970.484.0264
315 East Mountain Ave
Suite 100
Fort Collins, CO 80524‐2913
© 2015 www.rbbarchitects.com
6/4/2015 7:33:52 AM
M1.2
14‐103
SOUTH DEMO PLANS
Fort Collins Senior Center HVAC
Remodel
1200 Raintree Drive
Fort Collins, CO 80526
City of Fort Collins
Construction
Documents
06/05/2015
06/05/2015
0'
LOWER LEVEL SOUTH
DEMO PLAN 8' 16'
MULTI-
PURPOSE
ADDITION
ADMINISTRATION
ADDITION
EXISTING
BUILDING
EXISTING
BUILDING
KEYPLAN
0'
UPPER LEVEL SOUTH
DEMO PLAN 8' 16'
MATCH LINE
M1.1 M1.1
MATCH LINE
NO DESCRIPTION DATE
FUTURE PHASE
FUTURE PHASE FUTURE PHASE
PROPANE PIPING
NATURAL GAS PIPING
PIPE ELBOW DOWN
WASTE PIPING
VENT PIPING
HOT WATER PIPING
COLD WATER PIPING
PIPE CONTINUATION
ROOF DRAIN PIPE
OVERFLOW RD PIPE
SOLENOID VALVE
PIPE CAP
UNION
CHECK VALVE
BALANCE VALVE
PRESS. RED. VALVE
GATE VALVE
GAS COCK
BALL VALVE
PIPE TO BE REMOVED
FLOOR CLEANOUT
WALL CLEANOUT
ROOF DRAIN
VACUUM PIPING
COMP AIR PIPING
GREASE WASTE PIPING
I.E. INVERT ELEVATION
(N) NEW
(E) EXISTING
X
SHT #
DETAIL X
SHEET #
101 REFERENCE (R) RELOCATE
DETAIL
OR ISOMETRIC
FIRE PIPING
T & P RELIEF VALVE
CONDENSATE PIPING
HYDRONIC PIPING LEGEND:
HWR
HWS
SMR
SMS
BALANCE VALVE
PIPE TEE UP
PIPE CONTINUATION
PIPE TEE DOWN
CHECK VALVE
PIPE CAP
UNION
HEATING WATER SUPPLY
HEATING WATER RETURN
PIPE ELBOW UP
PIPE ELBOW DOWN
SNOWMELT SUPPLY PIPING
SNOWMELT RETURN PIPING
PUMP (FLOW RIGHT)
SOLENOID 3-WAY VALVE
SOLENOID 2-WAY VALVE
PRESS. RED. VALVE
BALL VALVE
GATE VALVE
WLR
WLS WATER LOOP SUPPLY PIPING
WATER LOOP RETURN PIPING
CS CONDENSER SUPPLY PIPING
CR CONDENSER RETURN PIPING
MECHANICAL DRAWING INDEX
SHEET SHEET NAME
NUMBER
SHEET SHEET NAME
NUMBER
GENERAL MECHANICAL REQUIREMENTS:
CODES AND PERMITS
WORK SHALL BE PERFORMED IN ACCORDANCE WITH ALL APPLICABLE STATE AND LOCAL
CODES, REGULATIONS, AND ORDINANCES. PERMITS NECESSARY FOR PERFORMANCE OF
WORK SHALL BE SECURED AND PAID FOR BY THE CONTRACTOR.
DRAWINGS AND COORDINATION
DRAWINGS FOR MECHANICAL WORK ARE DIAGRAMMATIC IN NATURE, AND ARE NOT
INTENDED TO BE SCALED FOR EXACT MEASUREMENTS NOR TO SERVE AS SHOP DRAWINGS.
CHANGES FROM THE PLANS MADE WITHOUT CONSENT OF THE ENGINEER SHALL RELIEVE
THE ENGINEER OF RESPONSIBILITY FOR ALL CONSEQUENCES ARRIVING OUT OF SUCH
CHANGES. INSTALLATION SHALL BE IN ACCORDANCE WITH MANUFACTURER'S INSTALLATION
INSTRUCTIONS. WHERE CONDITIONS REQUIRE REASONABLE CHANGES TO THOSE INDICATED
ON THE DRAWINGS, MAKE SUCH CHANGES WITHOUT ADDITIONAL COST TO THE OWNER.
COORDINATE ALL WORK WITH OTHER TRADES.
WARRANTY
WORKMANSHIP, MATERIALS, EQUIPMENT AND PROPER OPERATION SHALL BE GUARANTEED
FOR A PERIOD OF ONE YEAR FROM THE DATE OF FINAL ACCEPTANCE FROM THE OWNER.
INITIAL ACCEPTANCE OF WORK SHALL NOT WAIVE THIS GUARANTEE. THIS GUARANTEE
SHALL NOT INCLUDE NORMAL MAINTENANCE REQUIRED BY THE OWNER AS DESCRIBED IN
EQUIPMENT OPERATION AND MAINTENANCE MANUALS.
SUBMITTALS
CONTRACTOR SHALL SUBMIT TO THE ARCHITECT/ENGINEER A MINIMUM OF (5) COPIES OF
SUBMITTAL BROCHURES FOR REVIEW. PROVIDE INFORMATION ON ALL MAJOR EQUIPMENT
AS LISTED ON DRAWING EQUIPMENT SCHEDULES, AS WELL AS VALVES, DUCTWORK
ACCESSORIES AND TEMPERATURE CONTROL DIAGRAMS AS APPLICABLE.
OPERATION AND MAINTENANCE MANUALS
CONTRACTOR SHALL FURNISH AT THE COMPLETION OF THE PROJECT (2) COPIES OF
COMPLETE OPERATION AND MAINTENANCE MANUALS TO THE ARCHITECT/ENGINEER FOR
REVIEW PRIOR TO TURNOVER TO OWNER. MANUALS TO BE BOUND AND INCLUDE
INSTALLATION INSTRUCTIONS, REPLACEMENT PARTS LISTS AND MAINTENANCE INFORMATION
ON ALL EQUIPMENT AS DESCRIBED IN THE SUBMITTALS SECTION. COMPLETED OPERATION
AND MAINTENANCE MANUALS ARE TO BE FORWARDED TO THE OWNER WITHIN 90 DAYS
AFTER OWNER BUILDING
ACCEPTANCE.
PRODUCT SUBSTITUTIONS
MANUFACTURER MODEL NUMBERS LISTED ON THE DRAWINGS AND/OR SPECIFICATIONS ARE
TO BE CONSIDERED AS THE BASIS OF DESIGN. WHERE TWO OR MORE ALTERNATE
MANUFACTURERS OR MATERIALS ARE LISTED, THE CHOICE OF THESE SHALL BE OPTIONAL
WITH THE CONTRACTOR. PRIOR TO THE AWARDING OF THE CONTRACT, CONTRACTOR MAY
REQUEST A PROPOSED SUBSTITUTION OF MATERIALS IN WRITING TO THE
ARCHITECT/ENGINEER NO LATER THAN SEVEN DAYS PRIOR TO THE RECEIPT OF BIDS.
THE COST OF ANY CHANGES REQUIRED BY OTHER TRADES, INCLUDING A/E DESIGN, DUE
TO THE USE OF EQUIPMENT AND/OR MATERIALS OTHER THAN THAT OF THE BASIS OF
DESIGN SHALL BE PAID BY THE CONTRACTOR.
RECORD DRAWINGS
CONTRACTOR SHALL MAINTAIN A COMPLETE AND ACCURATE SET OF MARKED UP DRAWINGS
SHOWING ACTUAL LOCATIONS OF INSTALLED WORK. THESE DRAWINGS ARE TO BE
FORWARDED TO THE OWNER AS PART OF THE OPERATION AND MAINTENANCE MANUALS AT
THE COMPLETION OF THE PROJECT.
ACCESS DOORS
PROVIDE ALL ACCESS DOORS/PANELS AS REQUIRED FOR ACCESS TO VALVES, DAMPERS,
CONTROL DEVICES, FILTERS AND ANY OTHER ITEMS FOR WHICH ACCESS IS REQUIRED FOR
EITHER OPERATION OR SERVICING. WHERE ACCESS DOORS ARE TO BE INSTALLED IN
ASSEMBLIES REQUIRED TO HAVE A SPECIFIC FIRE RATING, ACCESS DOORS SHALL ALSO BE
FIRE RATED.
PIPING AND DUCTWORK SEALANT THROUGH RATED ASSEMBLIES
PENETRATIONS SHALL BE SEALED AS REQUIRED IN ACCORDANCE WITH BUILDING AND
MECHANICAL CODES TO RESIST THE PASSAGE OF FLAME AND PRODUCTS OF COMBUSTION
IN ORDER TO MAINTAIN THE RESISTANCE RATING OF THE CONSTRUCTION BEING
PENETRATED.
PROTECTION OF MATERIALS AND EQUIPMENT
CONTRACTOR SHALL BE RESPONSIBLE FOR PROTECTION OF ALL WORK, MATERIALS AND
EQUIPMENT PROVIDED UNDER THIS SECTION. PIPE OPENINGS SHALL BE CLOSED WITH
CAPS OR PLUGS TO PREVENT THE ENTRANCE OF DEBRIS DURING CONSTRUCTION. ALL
DUCTWORK OPENINGS SHALL BE SEALED CLOSED DURING CONSTRUCTION.
EQUIPMENT AND PIPING IDENTIFICATION
PROVIDE EQUIPMENT LABELS FOR ALL MAJOR EQUIPMENT, INCLUDING BUT NOT LIMITED TO
AIR HANDLING SYSTEMS, FANS, VAV BOXES, CONTROLS, DAMPERS, CONTROL VALVES AND
PUMPS.
PROVIDE PIPE MARKERS ON CW, HW, HWC, HEATING WATER AND CHILLED WATER SYSTEMS.
LABELS TO BE AT MAXIMUM 8 FEET APART, WITH FLOW DIRECTION INDICATED AS
APPLICABLE. ADDITIONALLY, PROVIDE LABELING ON POTABLE WATER MANIFOLDS
INDICATING PLUMBING FIXTURE SERVED BY THE OUTLET AS APPLICABLE. LABELS SHALL
BE AFFIXED OR ADHERED PERMANENTLY TO EQUIPMENT.
EQUIPMENT INSTALLED INDOORS TO BE LABELED WITH EMBOSSING TAPE.
EQUIPMENT INSTALLED OUTDOORS TO BE LABELED WITH ENGRAVED PLASTIC LAMINATE
SIGNS.
PIPE MARKERS TO BE SELF-ADHESIVE, MANUFACTURED FOR SUCH PURPOSE.
STARTERS AND DISCONNECTS
EQUIPMENT STARTERS SHALL BE FURNISHED BY THE MECHANICAL CONTRACTOR AND
INSTALLED BY THE ELECTRICAL CONTRACTOR. EQUIPMENT DISCONNECTS SHALL BE
PROVIDED BY THE ELECTRICAL CONTRACTOR UNLESS NOTED OTHERWISE ON THE
DRAWINGS. STARTERS SHALL BE NEMA TYPE, AND SHALL INCLUDE PHASE MONITORING
FOR MOTORS 5 HP AND LARGER.
TESTING
TESTING SHALL BE PERFORMED ON THE FOLLOWING SYSTEMS SPECIFIED. ALL SYSTEMS
LISTED MAY NOT BE INCLUDED IN PROJECT, REFER TO DRAWINGS FOR APPLICABLE
SYSTEMS.
SOIL, WASTE AND STORM DRAINAGE PIPING SHALL BE TESTED IN ACCORDANCE WITH
APPLICABLE STATE AND LOCAL CODES.
DOMESTIC WATER PIPING SHALL BE TESTED AND PROVEN WATERTIGHT UNDER A PRESSURE
NOT LESS THAN THE WORKING PRESSURE OF THE SYSTEM FOR A 24 HOUR PERIOD.
DOMESTIC WATER PIPING SYSTEM SHALL BE CHLORINATED AND STERILIZED IN
ACCORDANCE WITH REQUIREMENTS OF LOCAL JURISDICTION.
NATURAL GAS PIPING SHALL BE TESTED WITH AN AIR PRESSURE OF MINIMUM TWO TIMES
THE DESIGN SYSTEM PRESSURE, BUT NO LESS THAN 3 PSIG, FOR A PERIOD OF 24
HOURS WITHOUT PRESSURE DROP.
HEATING AND CHILLED WATER PIPING SYSTEMS SHALL BE TESTED WITH A PRESSURE
EQUAL TO 150 PERCENT OF THE NORMAL SYSTEM OPERATING PRESSURE.
REFRIGERANT PIPING SHALL BE TESTED IN ACCORDANCE WITH APPLICABLE STATE AND
LOCAL CODES, AND PER MANUFACTURER'S REQUIREMENTS.
BALANCING
SYSTEM BALANCING SHALL BE PERFORMED BY A CERTIFIED BALANCING CONTRACTOR.
BALANCE ALL SYSTEMS INCLUDING AIRFLOW TO AND FROM ALL OPENINGS, AND PUMPED
WATER SYSTEMS INCLUDING DOMESTIC WATER RECIRCULATION SYSTEMS AS APPLICABLE.
MAKE ANY ADJUSTMENTS NECESSARY TO RESULT IN CONDITIONS INDICATED AND PROVIDE
READJUSTMENTS TO ITEMS IN REPORT AS MAY BE REQUESTED BY ARCHITECT/ENGINEER.
SUBMIT TWO COPIES OF TEST AND BALANCE REPORT FOR APPROVAL. FAN AND PUMP
SYSTEMS TO BE BALANCED WITHIN PLUS OR MINUS 5 PERCENT OF LISTED VALUES. AIR
INLETS AND OUTLETS TO BE BALANCED WITHIN PLUS 10 PERCENT OR MINUS 5 PERCENT
OF LISTED VALUES. BALANCE REPORT TO INCLUDE:
UNIT IDENTIFICATION
MANUFACTURER AND NAMEPLATE DATA
EQUIPMENT NAMEPLATE AMPERAGE AND ACTUAL AMPERAGE
RPM (DESIGN AND ACTUAL)
FAN CFM (DESIGN AND ACTUAL)
FAN STATIC PRESSURE (DESIGN AND ACTUAL)
PUMP GPM (DESIGN AND ACTUAL)
PUMP DISCHARGE AND SUCTION PRESSURE
REGISTER, GRILLE, DIFFUSER REFERENCE NUMBER AND LOCATION
INLET/OUTLET CFM (DESIGN AND ACTUAL)
FLOW DEVICE PRESSURE DROP, CFM OR GPM
A FINAL BALANCING REPORT SHALL BE PROVIDED TO THE OWNER AFTER COMPLETION OF
THE PROJECT.
CLEANING
AT THE COMPLETION OF WORK, ALL FIXTURES AND EQUIPMENT SHALL BE THOROUGHLY
CLEANED AND DELIVERED IN A CONDITION SATISFACTORY TO THE ARCHITECT. ALL
FILTERS SHALL BE REPLACED WITH NEW, AND STRAINERS CLEANED PRIOR TO OWNER
ACCEPTANCE OF THE BUILDING.
GENERAL HVAC NOTES:
MECHANICAL WORK SHALL COMPLY WITH ALL APPLICABLE CODES.
VERIFY ALL REQUIREMENTS PRIOR TO SUBMITTING BID OR
COMMENCING WORK. THE MECHANICAL DESIGN IS BASED ON THE
2012 INTERNATIONAL MECHANICAL CODE.
WHERE CEILING SPACE IS TO BE USED AS A RETURN AIR PLENUM,
COMPLY WITH ALL APPLICABLE CODES. ALL MATERIALS WITHIN THE
CEILING PLENUM SHALL HAVE A FLAME SPREAD INDEX OF NOT MORE
THAN 25 AND A SMOKE DEVELOPED INDEX OF NOT MORE THAN 50.
ALL DUCTWORK SHALL BE CONSTRUCTED OF GALVANIZED SHEET
METAL - CONSTRUCTION AND INSTALLATION SHALL CONFORM TO THE
CURRENT EDITION OF SMACNA OR AS REQUIRED BY ALL APPLICABLE
CODES.
CONSTRUCT ALL SUPPLY AND RETURN DUCTWORK TO SMACNA 2"
PRESSURE CLASS.
CONSTRUCT ALL EXHAUST DUCTWORK TO SMACNA 1" PRESSURE
CLASS.
DIMENSIONS OF DUCTWORK SHOWN INDICATES CLEAR INSIDE
DIMENSIONS - WHERE DUCT LINER IS TO BE ADDED INCREASE THE
SIZE OF SHEET METAL ACCORDINGLY
UNLESS NOTED OTHERWISE, THE SIZE OF THE BRANCH DUCT
SERVING A SINGLE DIFFUSER SHALL BE THE SAME AS THE NECK
SIZE OF THE DIFFUSER SERVED. FLEXIBLE DUCTWORK SHALL BE
UL181 LISTED WITH 50/25 SMOKE/FLAME RATING, CONSISTING OF
POLYESTER FILM ENCAPSULATING AN INNER CORROSION RESISTANT
STEEL WIRE HELIX CORE. FLEXIBLE DUCT SHALL INCLUDE AN
EXTERIOR FIBERGLASS INSULATION WITH FOIL SCRIM FILM VAPOR
BARRIER JACKET, R-6.
MAINTAIN A MINIMUM 10'-0" SEPARATION FROM OUTSIDE AIR
INTAKES TO EXHAUST TERMINATIONS AND PLUMBING VENTS.
MAINTAIN A MINIMUM 3'-0" SEPARATION FROM EXHAUST
TERMINATIONS TO OPERABLE WINDOWS AND DOORS.
WALL MOUNTED THERMOSTATS AND SENSORS SHALL BE INSTALLED
48" ABOVE FINISHED FLOOR UNLESS NOTED OTHERWISE.
THERMOSTATS AND SENSORS LOCATED ON EXTERIOR WALL SURFACES
SHALL BE PROVIDED WITH AN INSULATED SUB-BASE.
TEMPORARY HEATING: THE PERMANENT HVAC SYSTEM MAY NOT BE
UTILIZED FOR HEATING UNTIL ALL GYPSUM WORK IS COMPLETED
AND HAS BEEN PAINTED. IF THE PERMANENT HVAC SYSTEM IS
UTILIZED DURING CONSTRUCTION, ALL DUCT INTAKES SHALL BE
COVERED WITH FILTER MEDIA (MERV-8 RATING). IF EXCESSIVE
DUST OR DEBRIS HAS ENTERED THE SYSTEM THEN ALL COIL AND
DUCT SURFACES SHALL BE CLEANED. NEW FILTERS ARE TO BE
PROVIDED JUST PRIOR TO TURNOVER TO OWNER. TEMPORARY
HEATING OF THE BUILDING PRIOR TO ANY USE OF THE PERMANENT
HVAC SYSTEM SHALL BE THE RESPONSIBILITY OF THE G.C.
PLENUM WRAP: PIPING SYSTEMS LOCATED WITHIN A RETURN PLENUM
SPACE IN WHICH THE PIPING MATERIAL HAS A FLAME SPREAD
INDEX GREATER THAN 25 OR A SMOKE DEVELOPED INDEX OF MORE
THAN 50 WHEN TESTED IN ACCORDANCE WITH ASTM E 84 SHALL BE
PROVIDED WITH PLENUM WRAP LISTED AND LABELED FOR SUCH
APPLICATION. PROVIDE BLANKET WRAP INSULATION WITH A
NOMINAL THICKNESS OF 0.5" WITH A DENSITY OF 4-POUNDS PER
CUBIC FOOT. BLANKET WRAP SHALL BE FULLY ENCAPSULATED WITH
A POLY-ALUMINUM FOIL, FIBERGLASS REINFORCED SCRIM COVERING
AND BE INSTALLED ACCORDING TO MANUFACTURER'S INSTALLATION
INSTRUCTIONS. 3M FIRE BARRIER PLENUM WRAP 5A OR APPROVED.
WATER LOOP PIPING 2" AND SMALLER SHALL BE SCHEDULE 40 WITH
SCREWED FITTINGS. PIPING 2.5" AND LARGER SHALL BE SCHEDULE
40 BLACK STEEL WITH GROOVED VICTAULIC FITTINGS.
PROVIDE ALUMINUM JACKET SEALED WATERTIGHT ON ALL WATER
AND/OR REFRIGERATION PIPING/INSULATION INSTALLED OUTDOORS.
GREASE DUCTWORK (RECTANGULAR): DUCTWORK SHALL BE
CONSTRUCTED OF STEEL OF NOT LESS THAN 16 GAUGE, JOINTS,
SEAMS AND PENETRATIONS SHALL BE MADE WITH A CONTINUOUS
LIQUID-TIGHT WELD OR BRAZE MADE ON THE EXTERNAL SURFACE
OF THE DUCT SYSTEM. JOINTS, DUCT SLOPING AND CLEANOUTS
SHALL BE IN ACCORDANCE WITH THE MECHANICAL CODE. PRIOR TO
CONCEALMENT OF DUCT, A LEAKAGE TEST SHALL BE PERFORMED IN
THE PRESENCE OF A CODE OFFICIAL.
RECTANGULAR GREASE DUCTWORK INSULATION: PROVIDE TWO LAYERS
OF BLANKET WRAP INSULATION WITH A MINIMUM NOMINAL THICKNESS
OF 1.5" EACH, COMPOSED OF MINERAL WOOL FIBERS AND
FIBERGLASS WITH A DENSITY OF 1.4 POUNDS PER SQUARE FOOT.
BLANKET WRAP SHALL BE FULLY ENCAPSULATED WITH A
POLYPROPYLENE/FOIL SCRIM SYSTEM AND INSTALLATION SHALL
COMPLY WITH REQUIREMENTS OF ASTM E 2336, LOCAL BUILDING
CODES AND AUTHORITY HAVING JURISDICTION. 3M FIRE BARRIER
DUCT WRAP 15A OR APPROVED.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
GENERAL PLUMBING NOTES:
PLUMBING WORK SHALL COMPLY WITH ALL APPLICABLE CODES.
VERIFY ALL REQUIREMENTS PRIOR TO SUBMITTING BID OR
COMMENCING WORK. THE PLUMBING DESIGN IS BASED ON THE
2012 INTERNATIONAL PLUMBING CODE.
WASTE AND VENT PIPING BELOW SLAB SHALL BE SCHEDULE 40,
DWV, PVC PLASTIC. FITTINGS SHALL BE PVC.
WASTE AND VENT PIPING ABOVE SLAB (NOT IN RETURN AIR
PLENUM) SHALL BE SCHEDULE 40, DWV, PVC PLASTIC.
FITTINGS SHALL BE PVC.
WASTE AND VENT PIPING ABOVE SLAB (IN RETURN AIR
PLENUM) SHALL BE SERVICE-WEIGHT, HUB-LESS, CAST IRON.
FITTINGS SHALL BE CAST IRON AND CONNECTED USING NO-HUB
FASTENERS WITH STAINLESS STEEL WORM CLAMPS.
POTABLE WATER PIPING BELOW GRADE SHALL BE TYPE K
COPPER WITHOUT JOINTS.
POTABLE WATER PIPING ABOVE GRADE SHALL BE TYPE L
COPPER WITH SOLDERED COPPER FITTINGS AND NO LEAD
SOLDER, UNLESS NOTED OTHERWISE.
POTABLE WATER BRANCH PIPING 2" AND SMALLER MAY BE PEX
TUBING MANUFACTURED BY WIRSBO OR APPROVED EQUAL, AT
CONTRACTOR'S OPTION.
POTABLE WATER VALVES SHALL BE FULL PORT, BALL TYPE.
HANGERS FOR 2" AND SMALLER PIPE SHALL BE BAND TYPE,
2.5" AND LARGER SHALL BE CLEVIS TYPE. USE COPPER
COATED TYPE ON COPPER PIPE.
GAS PIPE 2" AND SMALLER SHALL BE SCHEDULE 40 BLACK
STEEL. FITTINGS SHALL BE MALLEABLE SCREW TYPE.
INSTALL UNION, GAS COCK AND FULL SIZE 6" LONG DIRT LEG
FOR ALL GAS FIRED EQUIPMENT.
INSTALL FULL SIZE CONDENSATE AND TRAP FOR ALL COOLING
COILS. DISCHARGE FULL SIZE DRAIN TO MOP SINK OR
LAVATORY P-TRAP TAILPIECE AND TO ROOF FOR ROOFTOP
UNITS.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
ENERGY CODE/INSULATION NOTES:
THE MECHANICAL DESIGN IS BASED ON ASHRAE 90.1-2010
ALL SUPPLY, RETURN AND EXHAUST DUCTWORK SHALL BE SEALED
AIRTIGHT WITH DUCT SEALANT ALONG ALL SEAMS AND JOINTS.
ALL RECTANGULAR SUPPLY DUCTWORK SHALL BE LINED WITH 1", 1.5
LB DENSITY DUCT LINER.
ALL CONCEALED ROUND SUPPLY DUCTWORK SHALL BE WRAPPED
WITH 1.5" THICK FIBERGLASS INSULATION WITH FOIL SCRIM VAPOR
BARRIER JACKET, MINIMUM R-5.
ALL RECTANGULAR RETURN DUCTWORK SHALL BE LINED WITH 1", 1.5
LB DENSITY DUCT LINER.
RECTANGULAR ERV DUCT RISERS FROM UNIT CONNECTION POINTS
TO FIRST HORIZONTAL TAKEOFF SHALL BE LINED WITH 2", 1.5 LB
DENSITY DUCT LINER.
COLD WATER PIPING SHALL BE INSULATED USING FIBERGLASS
INSULATION WITH ALL SERVICE JACKET HAVING MAXIMUM 'K' FACTOR
OF 0.27. INSULATION THICKNESS SHALL BE 0.5".
WATER LOOP PIPING SHALL BE INSULATED USING FIBERGLASS
INSULATION HAVING A MAXIMUM 'K' FACTOR OF 0.27. INSULATION
SHALL BE MINIMUM 1" THICK.
1.
2.
3.
4.
5.
6.
7.
8.
CITY OF FORT COLLINS
GREEN CODE REQUIREMENTS:
BEFORE OCCUPANCY, AND AFTER ALL INTERIOR FINISHES ARE
COMPLETE, THE BUILDING IS TO BE FLUSHED OUT (VENTILATED)
FOR A PERIOD OF 14 DAYS. WHERE CONTINUOUS VENTILATION IS
NOT POSSIBLE, THE AGGREGATE OF FLUSH-OUT PERIODS SHALL BE
EQUIVALENT TO 14 DAYS. CONTRACTOR SHALL PROVIDE FLUSH-OUT
REPORTS TO THE BUILDING OFFICIAL UPON COMPLETION OF WORK.
CONTRACTOR TO COORDINATE WITH BUILDING OFFICIAL FOR
INFORMATION TO BE CONTAINED IN FLUSH-OUT REPORTS.
PROTECT HVAC EQUIPMENT FROM CONSTRUCTION DUST AND DEBRIS.
DO NOT OPERATE HVAC EQUIPMENT DURING CONSTRUCTION AND
SEAL ALL DUCT OPENINGS WITH PLASTIC.
THE FOLLOWING LOW-VOLATILE ORGANIC COMPOUND (VOC)
MATERIALS SHALL BE USED AS APPLICABLE TO THIS SCOPE OF
WORK.
-DUCT INSULATION ADHESIVE: DESIGN POLYMERICS 2501, 2502
OR APPROVED EQUAL.
-DUCT SEALANT: DESIGN POLYMERICS 1010, 1015 OR
APPROVED EQUAL.
-FIRE CAULK: 3M FIRE BARRIER IC 15WB+,
FD 150+, CP 25WB+ OR APPROVED
EQUAL.
IN ADDITION TO TESTING REQUIREMENTS LISTED IN THE GENERAL
MECHANICAL REQUIREMENTS, ALL HEATING, COOLING AND
VENTILATION SYSTEMS SHALL BE PERFORMANCE-TESTED BY AN
APPROVED AGENCY AND ADJUSTED TO OPERATE WITHIN DESIGN
SPECIFICATIONS. DOCUMENTATION OF TESTING AND ADJUSTING
RESULTS (TAB REPORT) SHALL BE SUBMITTED TO THE BUILDING
OFFICIAL PRIOR TO APPROVAL. COORDINATE WITH BUILDING
OFFICIAL FOR A LIST OF APPROVED AGENCIES.
THE BUILDING AND ITS SYSTEMS WILL BE COMMISSIONED BY A
COMMISSIONING AGENT. THE MECHANICAL AND PLUMBING
CONTRACTORS SHALL ASSIST THE COMMISSIONING AGENT AS
REQUESTED AND NECESSARY TO COMPLETE ANY ASPECTS OF
COMMISSIONING RELATED TO THE MECHANICAL SCOPE OF WORK.
MECHANICAL COMMISSIONING SCOPE MAY INCLUDE, BUT NOT BE
LIMITED TO THE FOLLOWING:
- ATTEND COMMISSIONING MEETINGS AS NECESSARY
- PERFORM FUNCTIONAL PERFORMANCE TESTING UNDER THE
DIRECTION OF THE COMMISSIONING AGENT.
- COMPLETE COMMISSIONING CHECKLISTS AND PROVIDE ANY
DOCUMENTATION AS REQUESTED BY THE COMMISSIONING AGENT.
- PROVIDE TRAINING FOR OWNER'S OPERATING PERSONNEL AS
REQUIRED OR REQUESTED
A CONSTRUCTION WASTE MANAGEMENT PLAN WILL BE IMPLEMENTED
REQUIRING RECYCLING OF NONHAZARDOUS CONSTRUCTION DEBRIS.
COORDINATE WITH G.C. FOR RECYCLING OF ITEMS RELATED TO THE
MECHANICAL SCOPE OF WORK.
1.
2.
3.
4.
5.
6.
THE SCOPE OF THIS PROJECT ENTAILS THE REMODELING AND/OR
REHABILITATION OF AN EXISTING BUILDING, AND CERTAIN
ASSUMPTIONS HAVE BEEN MADE REGARDING EXISTING CONDITIONS.
SOME OR ALL OF THESE ASSUMPTIONS MAY NOT BE VERIFIABLE
TO THE DESIGN TEAM WITHOUT DESTROYING OTHERWISE ADEQUATE
OR SERVICEABLE PORTIONS OF THE BUILDING. CONTRACTOR
SHALL VERIFY ANY QUESTIONS REGARDING EXISTING CONDITIONS
AND SHALL NOTIFY G.C. AND ENGINEER OF ANY DEFICIENCIES
THAT MAY PREVENT WORK FROM PROCEEDING AS GENERALLY
INDICATED IN THE DRAWINGS. CONTRACTOR TO VERIFY PROPER
OPERATION OF ANY AND ALL EXISTING EQUIPMENT NOTED TO
REMAIN. NOTIFY G.C. AND ENGINEER OF ANY DEFICIENCIES THAT
PREVENT EQUIPMENT FROM OPERATING AS INTENDED.
223 Linden St., Suite 204
Fort Collins, CO 80524
Phone: 970-556-0570
Front-desk@int-mech.com
‐ PLOT DATE
SHEET INFORMATION PROJECT INFORMATION PROJECT PHASE SEAL ARCHITECT
REVISIONS
ISSUE DATE:
PROJECT #:
ARCHITECTS
CONSULTANT
T ‐ 970.484.0117
F ‐ 970.484.0264
315 East Mountain Ave
Suite 100
Fort Collins, CO 80524‐2913
© 2015 www.rbbarchitects.com
6/4/2015 7:28:52 AM
MP0.1
14‐103
MECHANICAL GENERAL
NOTES, LEGENDS AND
DRAWING INDEX
Fort Collins Senior Center HVAC
Remodel
1200 Raintree Drive
Fort Collins, CO 80526
City of Fort Collins
Construction
Documents
06/05/2015
06/05/2015
P2.1 LOWER LEVEL NORTH PLUMBING PLAN
P2.2 SOUTH PLUMBING PLANS
P3.1 PLUMBING SCHEDULES, DETAILS AND ISOMETRICS
M8.1 HVAC SCHEDULES
M8.2 HVAC SCHEDULES
M8.3 HVAC KITCHEN EQUIPMENT SCHEDULES & DETAILS
M8.4 HVAC KITCHEN EQUIPMENT SCHEDULES & DETAILS
M8.5 HVAC KITCHEN EQUIPMENT ELECTRICAL REQUIREMENTS
M9.1 HVAC CONTROLS SEQUENCES
MP0.1 MECHANICAL GENERAL NOTES, LEGENDS AND DRAWING INDEX
M1.1 LOWER LEVEL NORTH DEMO PLAN
M1.2 SOUTH DEMO PLANS
M1.3 ROOF DEMO PLAN
M2.1 LOWER LEVEL NORTH HVAC PLAN
M2.2 LOWER LEVEL SOUTH HVAC PLAN
M2.3 UPPER LEVEL HVAC PLAN
M2.4 NORTH ROOF HVAC PLAN
M3.1 LOWER LEVEL NORTH HVAC PIPING PLANS
M3.2 SOUTH HVAC PIPING PLANS
M7.1 ENLARGED MECHANICAL ROOM PLANS AND HVAC DETAILS
M7.2 HYDRONIC PIPING DIAGRAMS
NO DESCRIPTION DATE
FUTURE PHASE
FUTURE PHASE
FUTURE PHASE
FUTURE PHASE
FUTURE PHASE
FUTURE PHASE
FUTURE PHASE
FUTURE PHASE
FUTURE PHASE
FUTURE PHASE
4. REMOVE MECHANICAL, ELECTRICAL, AND PLUMBING FIXTURES,
EQUIPMENT, AND DISTRIBUTION SYSTEMS TO THE EXTENT INDICATED AND AS
REQUIRED TO ACCOMMODATE NEW CONSTRUCTION. CAP AND/OR
RECONNECT ANY UTILITIES SERVING OTHER PORTIONS OF THE BUILDING OR
ADJACENT PROPERTIES ACCORDING TO THE METHODS REQUIRED BY THE
APPROPRIATE UTILITY AUTHORITY AND/OR AS INDICATED ON THE
DRAWINGS.
5. PATCHING IS REQUIRED WHERE DEMOLITION OF ARCHITECTURAL,
MECHANICAL, ELECTRICAL, AND STRUCTURAL SYSTEMS LEAVES HOLES, VOIDS,
OR UNFINISHED CONDITIONS @ FINISHED WALLS, FLOORS, AND CEILINGS.
FILL ALL EXISTING FLOOR AND WALL PENETRATIONS RESULTING FROM PIPING
AND CONDUIT REMOVAL WITH NON‐SHRINK GROUT, READY TO RECEIVE
FINAL FLOOR OR WALL FINISH.
6. CLEAN AND PATCH ALL REMAINING WALL, FLOOR AND CEILING SURFACES
DAMAGED BY DEMOLITION TO A CONDITION REQUIRED TO RECEIVE NEW
CONSTRUCTION, OR IF TO REMAIN EXPOSE, TO A CONDITION COMPARABLE
TO NEW CONSTRUCTION. THIS SHALL INCLUDE, BUT NOT BE LIMITED TO:
LEVELING (OR TAPERING) FLOOR SURFACE BETWEEN EXISTING FLOOR
FINISHED AT LOCATION S WALLS ARE REMOVED.
7. CONTRACTOR SHALL BE RESPONSIBLE FOR REMOVAL OF ALL EXTRANEOUS
HANGERS, CONDUITS, AND OTHER ITEMS THAT HAVE BEEN ABANDONED.
CL BAR STOCK TO CL BAR STOCK
PLAN VIEW
(E) ROOF OR PARAPET
STEEL PIPE HANDRAIL
STEEL PIPE RUNG (BELOW)
STEEL BAR STOCK FRAME
1'‐10"
RE: SCHEDULE
TO FIRST RUNG
1'‐0" MAX.
ROOF LADDER NOTES:
1. ENTIRE LADDER ASSEMBLY SHALL BE HOT DIP
GALVANIZED. ENTIRE LADDER ASSMEBLY SHALL BE
PAINTED TO MATCH EXISTING ROOF LADDERS
ALREADY ON ROOF.
2. ENTIRE LADDER ASSEMBLY SHALL BE WELDED. ALL
WELDS SHALL BE GROUND SMOOTH.
3. SEE LADDER SCHEDULE ON ROOF PLAN SHEETS FOR
ESTIMATED"SHORT SIDE", "LONG SIDE", AND "OVERALL
WIDTH" DIMENSIONS. VERIFY ALL DIMENSIONS IN
FIELD PRIOR TO FABRICATION.
TO FIRST RUNG
1'‐0" MAX.
8"
SPACING, TYP.
1'‐0" RUNG
OF ATTACHMENT POINTS
4'‐0" MAX SPACING
2" TUBE HANDRAIL WELDED TO
INSIDE OF BAR STOCK FRAME.
SOLID BACKING FOR
ATTACHMENT MAY BE BEHIND
FINISH SURFACE. MAINTAIN 8"
CLEAR TO LADDER.
1/2" X 3" STEEL BAR STOCK AT
ATTACHMENT POINTS WITH 3"
RETURN ALONG WALL FOR
BOLTING.
BOLT LADDER TO PARAPET USING
NEOPRENE PAD BETWEEN
LADDER AND SUBSTRATE AND
NYLON WASHER BETWEEN BOLT
AND LADDER FOR WATERTIGHT
SEAL. GC SHALL PROVIDE
ADEQUATE BACKING FOR LADDER
ATTACHMENT. PATCH ROOFING
MATERIAL AND RETURN TO
WATERTIGHT CONDITION.
1/4" X 3" STEEL BAR STOCK FRAME.
ROUND ALL CORNERS
OF FRAME, TYP.
3/4" STANDARD PIPE RUNGS.
DIM "A"
(E) ROOF CONDITION VARIES
PER LOCATION. RE: ROOF
PLANS
42" MIN ABOVE ADJACENT ROOF
CAP TOP OF TUBE STEEL WITH
WELDED STEEL CAP TYP.
DIM A
LADDER 1 = 79" VIF
LADDER 2 = 78" VIF
LADDER 3 = 67" VIF
A
C
B-1989
O
L
O
R
A
D
O
L
I
C
E
N
S
E
D
R
C
H
I
T
E
C
T
K
E
N
F
I
E
L
D
N
H
E
T
F
.
‐ PLOT DATE
SHEET INFORMATION PROJECT INFORMATION PROJECT PHASE SEAL ARCHITECT
REVISIONS
ISSUE DATE:
PROJECT #:
ARCHITECTS
CONSULTANT
T ‐ 970.484.0117
F ‐ 970.484.0264
315 East Mountain Ave
Suite 100
Fort Collins, CO 80524‐2913
© 2015 www.rbbarchitects.com
6/4/2015 12:23:17 PM
A102
1231.31
MAIN LEVEL RCP AND ROOF
LADDER DETAILS
Fort Collins Senior Center HVAC
Remodel
1200 Raintree Drive
Fort Collins, CO 80526
City of Fort Collins
CONSTRUCTION
DOCUMENTS
06/05/2015
NO DESCRIPTION DATE
A1 RCP 1/8" = 1'-‐ 0" ENTRY AND MAIN LEVEL NORTH WING
3. PAINT EXPOSED NEW STRUCTURE, DUCT WORK, PIPING, AND
CONDUIT IN OCCUPIED SPACES..
2. RUN CONDUIT IN DECK FLUTES WHEREVER POSSIBLE.
1. CENTER CEILING GRIDS IN ROOMS U.N.O. CENTER FIXTURES AND
EQUIPMENT IN GRIDS OR METAL SOFFIT PANEL FLUTES.
GENERAL NOTES ‐ REFLECTED CEILING PLAN
SHEET NOTES
1 REMOVE (E) CEILING AS NEEDED FOR MECHANICAL,
ELECTRICAL AND STRUCTURAL WORK ABOVE. REINSTALL
CEILING AFTER WORK IS COMPLETE. RETURN CEILING TO
CONDITION COMPARABLE TO NEW CONSTRUCTION.
2 DEMO (E) DIFFUSERS; REPLACE WITH NEW DIFFUSERS PER
MECHANICAL DRAWINGS.
3 DEMO CEILING IN NEW LAUNDRY ROOM. REWORK GRID IN
ADJACENT HALL TO STOP AT NEW WALL.
GENERAL NOTES: DEMOLITION
D3 ROOF 3/4" = 1'-0" LADDER PLAN
D4 ROOF 3/4" = 1'-0" LADDER SECTION
FUTURE PHASE
RESPONSIBILITY OF THE CONTRACTOR TO VISIT THE SITE AND VERIFY ALL
EXISTING CONDITIONS, INCLUDING REQUIRED DEMOLITION OF THE BUILDING
& ITS CONTENTS, ACCOMMODATION OF DEMOLITION REMOVAL, AND NEW
CONSTRUCTION SCOPE OF WORK. ADDITIONALLY, THESE DRAWINGS MAY
NOT INCLUDE ALL EXISTING CONDITIONS WHICH MAY AFFECT THE WORK OF
THIS CONTRACT. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO FIELD
VERIFY ALL CONDITIONS BEFORE BEGINNING CONSTRUCTION.
3. PROVIDE INTERIOR AND EXTERIOR SHORING, BRACING, OR SUPPORT AS
NECESSARY TO PREVENT MOVEMENT, SETTLEMENT, OR DAMAGE TO
STRUCTURES TO BE DEMOLISHED AND ADJACENT FACILITIES TO REMAIN.
CONTRACTOR SHALL BE RESPONSIBLE FOR ALL METHODS OF STABILIZATION
OF THE EXISTING AND ADJACENT STRUCTURES DURING AND AFTER
DEMOLITION OF THE BUILDING, INCLUDING ANY ADDITIONAL BRACING NOT
SPECIFICALLY INDICATED ON THE ATTACHED DRAWINGS, AS REQUIRED BY
CONDITIONS IN THE FIELD.
4. REMOVE MECHANICAL, ELECTRICAL, AND PLUMBING FIXTURES,
EQUIPMENT, AND DISTRIBUTION SYSTEMS TO THE EXTENT INDICATED AND AS
REQUIRED TO ACCOMMODATE NEW CONSTRUCTION. CAP AND/OR
RECONNECT ANY UTILITIES SERVING OTHER PORTIONS OF THE BUILDING OR
ADJACENT PROPERTIES ACCORDING TO THE METHODS REQUIRED BY THE
APPROPRIATE UTILITY AUTHORITY AND/OR AS INDICATED ON THE
DRAWINGS.
5. PATCHING IS REQUIRED WHERE DEMOLITION OF ARCHITECTURAL,
MECHANICAL, ELECTRICAL, AND STRUCTURAL SYSTEMS LEAVES HOLES, VOIDS,
OR UNFINISHED CONDITIONS @ FINISHED WALLS, FLOORS, AND CEILINGS.
FILL ALL EXISTING FLOOR AND WALL PENETRATIONS RESULTING FROM PIPING
AND CONDUIT REMOVAL WITH NON‐SHRINK GROUT, READY TO RECEIVE
FINAL FLOOR OR WALL FINISH.
6. CLEAN AND PATCH ALL REMAINING WALL, FLOOR AND CEILING SURFACES
DAMAGED BY DEMOLITION TO A CONDITION REQUIRED TO RECEIVE NEW
CONSTRUCTION, OR IF TO REMAIN EXPOSE, TO A CONDITION COMPARABLE
TO NEW CONSTRUCTION. THIS SHALL INCLUDE, BUT NOT BE LIMITED TO:
LEVELING (OR TAPERING) FLOOR SURFACE BETWEEN EXISTING FLOOR
FINISHED AT LOCATION S WALLS ARE REMOVED.
7. CONTRACTOR SHALL BE RESPONSIBLE FOR REMOVAL OF ALL EXTRANEOUS
HANGERS, CONDUITS, AND OTHER ITEMS THAT HAVE BEEN ABANDONED.
9'‐8"
RELOCATE EXISTING SIGNS TO NEW WALL RELOCATE EXISTING SIGNS TO NEW WALL
RELOCATE EXISTING EMERGENCY BUTTON TO NEW WALL
RELOCATE EXISTING TOWEL HOOKS TO NEW WALL
RELOCATE EXISTING TOWEL HOOKS TO NEW WALL
RELOCATE SPA RULES SIGN TO
EXISTING SOUTH WALL
NEW 4" CMU WALLS. 9'‐8" HEIGHT. PROVIDE CONTROL JOINT
BETWEEN NEW AND EXISTING WALLS. REDUCE HEIGHT OF
ADJACENT EXISTING WALLS TO MATCH. PROVIDE MATCHING CT
COVE BASE AT NEW WALLS. PAINT NEW WALLS TO MATCH
EXISTING ADJACENT WALLS IN COLOR AND TYPE OF PAINT.
ALIGN ALIGN
EXISTING HANDRAIL
TO REMAIN
REPLACE EXISTING HANDRAIL WITH
MATCHING NEW HANDRAIL TO
FOLLOW NEW WALL SHAPE AND END
AT SAME POINT EXISTING RAIL
ENDED.
(E) SPA
CONTRACTOR TO COVER (E) POOL AND
HOT TUB DURING WORK
VERIFY NECESSARY CLEAR SPACE IS
PROVIDED IN CHASE FOR DUCT AND GRILL
EXISTING HANDRAIL
TO REMAIN
REPLACE EXISTING HANDRAIL WITH
MATCHING NEW HANDRAIL TO
FOLLOW NEW WALL SHAPE AND END
AT SAME POINT EXISTING RAIL
ENDED.
TOOTH IN CMU AROUND
NEW DUCTWORK
PENETRATIONS AND
PAINT ABOVE.
2'‐0"
2'‐0"
A101
B5
A
C
B-1989
O
L
O
R
A
D
O
L
I
C
E
N
S
E
D
R
C
H
I
T
E
C
T
K
E
N
F
I
E
L
D
N
H
E
T
F
.
‐ PLOT DATE
SHEET INFORMATION PROJECT INFORMATION PROJECT PHASE SEAL ARCHITECT
REVISIONS
ISSUE DATE:
PROJECT #:
ARCHITECTS
CONSULTANT
T ‐ 970.484.0117
F ‐ 970.484.0264
315 East Mountain Ave
Suite 100
Fort Collins, CO 80524‐2913
© 2015 www.rbbarchitects.com
6/4/2015 12:23:02 PM
A101
1231.31
SOUTH WING RCP AND
ENLARGED PLANS
Fort Collins Senior Center HVAC
Remodel
1200 Raintree Drive
Fort Collins, CO 80526
City of Fort Collins
CONSTRUCTION
DOCUMENTS
06/05/2015
NO DESCRIPTION DATE
C4 LAUNDRY 1/4" = 1'-0" ROOM ENLARGED PLAN
5. SET FLOOR DRAINS 3/4" BELOW SURROUNDING TOP OF SLAB
ELEVATION AND SLOPE FLOOR TO DRAINS, U.N.O.
CONTRACTOR SHALL COORDINATE ALL FLOOR DRAIN...
4. PROVIDE BLOCKING AT ALL ACCESSORIES (GRAB BARS, ETC.),
HARDWARE WHERE REQUIRED, AND WALL HUNG CABINETS.
3. INTERIOR DIMENSIONS ARE FROM FACE OF STUD, FACE OF
MASONRY, OR FACE OF CONCRETE. WHERE DIMENSIONS
ARE NOTED "CLEAR", DIMENSIONS ARE TO FINISH FACE.
2. DO NOT SCALE DRAWINGS. FIELD VERIFY ALL DIMENSIONS.
NOTIFY ARCHITECT IMMEDIATELY IF DISCREPANCIES ARE
DISCOVERED.
1. IT IS THE RESPONSIBILITY OF THE CONTRACTOR AND
SUBCONTRACTORS TO REVIEW ALL OF THE DRAWINGS,
INCLUDING ARCHITECTURAL, FOR WORK UNDER THEIR
RESPECTIVE CONTRACTS. NO EXTRAS WILL BE ALLOWED FOR
WORK SHOWN IN ANY PART OF THESE DRAWINGS OR
DESCRIBED IN ANY PART OF THE PROJECT MANUAL.
GENERAL NOTES ‐ PLAN
3. PAINT EXPOSED NEW STRUCTURE, DUCT WORK, PIPING, AND
CONDUIT IN OCCUPIED SPACES..
2. RUN CONDUIT IN DECK FLUTES WHEREVER POSSIBLE.
1. CENTER CEILING GRIDS IN ROOMS U.N.O. CENTER FIXTURES AND
EQUIPMENT IN GRIDS OR METAL SOFFIT PANEL FLUTES.
GENERAL NOTES ‐ REFLECTED CEILING PLAN
A1 RCP 1/8" = 1'-‐ 0" UPPER LEVEL SOUTH WING
SHEET NOTES
1 REMOVE (E) CEILING AS NEEDED FOR MECHANICAL,
ELECTRICAL AND STRUCTURAL WORK ABOVE. REINSTALL
CEILING AFTER WORK IS COMPLETE. RETURN CEILING TO
CONDITION COMPARABLE TO NEW CONSTRUCTION.
2 DEMO (E) DIFFUSERS; REPLACE WITH NEW DIFFUSERS PER
MECHANICAL DRAWINGS.
3 DEMO CEILING IN NEW LAUNDRY ROOM. REWORK GRID IN
ADJACENT HALL TO STOP AT NEW WALL.
GENERAL NOTES: DEMOLITION
B5 POOL 1/4" = 1'-0" ‐ EAST ELEVATION
A5 PARTIAL 1/4" = 1'-0" POOL ENLARGED PLAN
FUTURE PHASE
360#
WSHP-29
470#
WSHP-30
360#
WSHP-28
470#
WSHP-27
470#
WSHP-26
470#
WSHP-25
470#
WSHP-24
470#
WSHP-23
250#
WSHP-21
360#
WSHP-20
500#
WSHP-19
360#
WSHP-22
250#
(E) W14X22
(E) W16X26 (E) W12X14 (E) W12X14
(E) W12X22
(E) W12X22
(E) W14X22
(E) W12X14
(E) W14X30
(E) W12X14
(E) 14H5
(E) W14X30
(E) W14X30
(E) W14X30
(E) W14X30
(E) W14X30
(E) W14X30
(E) W14X30
(E) W14X22
(E) W12X14
(E) W12X14
(E) W12X14
(E) W12X14
(E) W16X26
(E) W16X26 (E) W16X26
(E) W21X50
(E) W16X26 (E) W16X26
(E) W16X26
(E) W16X26
(E) W16X26
(E) W16X26
(E) W16X26
(E) W16X26
(E) W16X26
(E) W16X26
(E) 22CS4
(E) 22CS4
(E) W16X26
(E) W12X14
(E) W12X14
(E) W12X14
(E) W12X14
(E) W12X14
(E) W12X14
(E) 10H3
(E) 10H3
(E) 10H3
(E) 10H3
(E) 10H3
(E) 10H3
(E) 10H3
(E) 10H3
(E) 10H3
(E) 10H3
(E) 10H3
(E) 10H3
WSHP-26 TO BE SUSPENDED
FROM (E) W16 BEAM AND
(E) 22" DEEP JOIST. HEAT
PUMP TO BE CENTERED
BETWEEN STRUCTURAL
MEMBERS
WSHP-26 TO BE SUSPENDED
FROM (E) W16 BEAM AND
(E) 22" DEEP JOIST. HEAT
PUMP TO BE CENTERED
BETWEEN STRUCTURAL
MEMBERS
C8X11.5
C8X11.5
C8X11.5
(E) W12X16
(E) W12X16
(E) W12X16
(E) W12X16
(E) W12X16
1
1
1 1 1
1
1
1
1
9
S1.0
1 1
1
1
3
5
5
(E) W21X44
(E) W21X44
(E) W21X44
(E) W21X44
(E) W12x14
(E) W16X31
(E) W16X31
9
S1.0
TYP.
9
TYP.
2
(E) TRUSS
(E) TRUSS
FUTURE PHASE
PLAN NOTES:
1. CONTRACTOR TO VERIFY ALL EXISTING CONDITIONS.
2. CONTRACTOR TO VERIFY ALL WEIGHTS OF NEW MECHANICAL
UNITS AND NOTIFY STRUCTURAL ENGINEER IF UNIT LOADS
ARE GREATER THAN THOSE SHOWN ON PLAN
3. NEW WATER SOURCE HEAT PUMPS TO BE SUPPORTED BY A
MINIMUM OF (2) MEMBERS. UNITS TO BE INSTALLED SUCH THAT
WEIGHT OF NEW UNIT IS DISTRIBUTED EQUALLY BETWEEN
TWO EXISTING FRAMING MEMBERS. ONLY (1) UNIT SHALL BE
SUPPORTED OFF OF EACH EXISTING MEMBER
4. NEW MECHANICAL UNITS SUPPORTED BY OPEN WEB STEEL
JOISTS SHALL BE SUPPORTED WITHIN 6" OF A PANEL POINT OR
ELSE HAVE ADDITIONAL FRAMING INSTALLED PER DETAIL 4/S1.0
5. REPLACE ROOF DECK AT ABANDONED RTU DUCT OPENINGS.
MATCH DEPTH AND GAGE OF EXISTING DECK
KEY NOTES:
NEW WATER SOURCE HEAT PUMP TO BE SUPPORTED FROM
STRUCTURE ABOVE. LOCATE SO HEAT PUMP IS SHARING LOAD
BETWEEN (2) STRUCTURAL MEMBERS MINIMUM. SEE DETAILS 3, 4 AND
6 ON S1.0 FOR SUPPORT REQUIREMENTS AT EXISTING BAR JOISTS
ADD NEW ANGLE FRAMES PER DETAIL
DEMOLISH EXISTING FRAMING AS REQUIRED FOR NEW MECHANICAL
OPENINGS. ADD NEW FRAMING AND ANGLE FRAMES AS REQUIRED
SHORE EXISTING W12x14 AND CUT AS REQUIRED FOR NEW OPENING.
INSTALL NEW FRAMING MEMBERS AND CONNECT EXISTING W12x14
TO NEW FRAMING MEMBERS
EXISTING CONCRETE CURB TO REMAIN. CUT NEW HOLES AS
REQUIRED FOR RTU DUCT PENETRATIONS. INFILL ABANDONED DUCT
PENETRATIONS WITH METAL DECKING MATCHING EXISTING DECK. DO
NOT ADD CONCRETE TO THESE AREAS.
FIELD VERIFY THAT EXISTING BEAM IS A WIDE FLANGE OR CHANNEL
SHAPE OF 8" MINIMUM IN DEPTH. NOTIFY STRUCTURAL ENGINEER IF
EXISTING BEAM IS SOMETHING SMALLER THAN THAT NOTED.
ADD NEW MEMBER AND ALIGN SO BEAM IS CENTERED BELOW NEW
MECHANICAL CURB.
ADD NEW MEMBERS AS REQUIRED IF NEW MECHANICAL UNIT CURB
EXTENDS INTO THIS FRAMING BAY.
INFILL ABANDONED DUCT PENETRATIONS WITH METAL DECKING
MATCHING EXISTING DECK. DO NOT ADD CONCRETE TO THESE
AREAS.
1
2 / S1.0
2
3
4
5
6
7
8
9
- PLOT DATE
SHEET INFORMATION PROJECT INFORMATION PROJECT PHASE SEAL ARCHITECT
REVISIONS
ISSUE DATE:
PROJECT #:
ARCHITECTS
CONSULTANT
T - 970.484.0117
F - 970.484.0264
315 East Mountain Ave
Suite 100
Fort Collins, CO 80524-2913
© 2015 www.rbbarchitects.com
6/3/2015 5:22:43 PM
S2.4
1922
EAST WING ROOF PLAN
Fort Collins Senior Center HVAC
Remodel
1200 Raintree Drive
Fort Collins, CO 80526
City of Fort Collins
CONSTRUCTION
DOCUMENTS
06/05/2015
NO DESCRIPTION DATE
1 1/8" = 1'-0"
EAST WING ROOF PLAN
MULTI-
PURPOSE
ADDITION
ADMINISTRATION
ADDITION
ORIGINAL
BUILDING
ORIGINAL
BUILDING
KEY PLAN
06-05-2015
EXISTING GYM ROOF JOIST
(E) W14X22
(E) W14X30
(E) 14CS2
(E) 14CS2
(E) 14CS2
(E) W12X14
(E) W12X14
(E) W12X14
(E) 14CS2
(E) 14CS2
(E) 14CS2
(E) W12X14
(E) W12X14
(E) W12X14 (E) W12X14
(E) W12X14
(E) W12X14
(E) W12X14
(E) 10CS1
(E) 10CS1
(E) 10CS1
(E) W12X14
(E) W12X14
(E) W12X14
(E) W30X99
(E) W21X44
(E) W21X44
(E) W21X44
(E) W21X44
(E) W21X44
(E) W21X44
(E) W21X44
(E) W21X44
2 / S1.0
HSS4X4X1/4 HSS4X4X1/4
LOCATE NEW FAN WITHIN
MIDDLE 1/3 OF HSS SPAN
BETWEEN (E) ROOF JOISTS.
MAXIMUM WEIGHT = 320 LBS
C8X11.5
C8X11.5
C8X11.5 C8X11.5
(E) W12X14
(E) W12X14
(E) W12X14
(E) W12X14
(E) W14X22
(E) W12X14
(E) W12X14
1
1
2
2
9
S1.0
3
1
1
1
3
C8X11.5
C8X11.5 C8X11.5
C8X11.5
C8X11.5
C8X11.5
C8X11.5
3
2
TYP.
W12X14
W12X14
(E) W12X14
2
4
4
W12X14
9
S1.0
TYP.
W12X14
6
6
2
10
S1.0
10
S1.0
7
7
8
13
S1.0
TYP.
13
S1.0
TYP.
11
S1.0
TYP.
9
S1.0
TYP.
9
S1.0
TYP.
9
S1.0
TYP.
NEW FAN UNIT, MAXIMUM WEIGHT = 300LBS.
INSTALL NEW CHANNEL BETWEEN STEEL
BEAMS IF REQUIRED FOR LOCATION
LOCATE NEW FAN WITHIN
MIDDLE 1/3 OF HSS SPAN
BETWEEN (E) ROOF JOISTS.
MAXIMUM WEIGHT = 320 LBS
11
S1.0
TYP.
6
9
6
9
9
FUTURE PHASE
FUTURE PHASE
FUTURE PHASE
FUTURE PHASE
PLAN NOTES:
1. CONTRACTOR TO VERIFY ALL EXISTING CONDITIONS.
2. CONTRACTOR TO VERIFY ALL WEIGHTS OF NEW MECHANICAL
UNITS AND NOTIFY STRUCTURAL ENGINEER IF UNIT LOADS
ARE GREATER THAN THOSE SHOWN ON PLAN
3. NEW WATER SOURCE HEAT PUMPS TO BE SUPPORTED BY A
MINIMUM OF (2) MEMBERS. UNITS TO BE INSTALLED SUCH THAT
WEIGHT OF NEW UNIT IS DISTRIBUTED EQUALLY BETWEEN
TWO EXISTING FRAMING MEMBERS. ONLY (1) UNIT SHALL BE
SUPPORTED OFF OF EACH EXISTING MEMBER
4. NEW MECHANICAL UNITS SUPPORTED BY OPEN WEB STEEL
JOISTS SHALL BE SUPPORTED WITHIN 6" OF A PANEL POINT OR
ELSE HAVE ADDITIONAL FRAMING INSTALLED PER DETAIL 4/S1.0
5. REPLACE ROOF DECK AT ABANDONED RTU DUCT OPENINGS.
MATCH DEPTH AND GAGE OF EXISTING DECK
KEY NOTES:
NEW WATER SOURCE HEAT PUMP TO BE SUPPORTED FROM
STRUCTURE ABOVE. LOCATE SO HEAT PUMP IS SHARING LOAD
BETWEEN (2) STRUCTURAL MEMBERS MINIMUM. SEE DETAILS 3, 4 AND
6 ON S1.0 FOR SUPPORT REQUIREMENTS AT EXISTING BAR JOISTS
ADD NEW ANGLE FRAMES PER DETAIL
DEMOLISH EXISTING FRAMING AS REQUIRED FOR NEW MECHANICAL
OPENINGS. ADD NEW FRAMING AND ANGLE FRAMES AS REQUIRED
SHORE EXISTING W12x14 AND CUT AS REQUIRED FOR NEW OPENING.
INSTALL NEW FRAMING MEMBERS AND CONNECT EXISTING W12x14
TO NEW FRAMING MEMBERS
EXISTING CONCRETE CURB TO REMAIN. CUT NEW HOLES AS
REQUIRED FOR RTU DUCT PENETRATIONS. INFILL ABANDONED DUCT
PENETRATIONS WITH METAL DECKING MATCHING EXISTING DECK. DO
NOT ADD CONCRETE TO THESE AREAS.
FIELD VERIFY THAT EXISTING BEAM IS A WIDE FLANGE OR CHANNEL
SHAPE OF 8" MINIMUM IN DEPTH. NOTIFY STRUCTURAL ENGINEER IF
EXISTING BEAM IS SOMETHING SMALLER THAN THAT NOTED.
ADD NEW MEMBER AND ALIGN SO BEAM IS CENTERED BELOW NEW
MECHANICAL CURB.
ADD NEW MEMBERS AS REQUIRED IF NEW MECHANICAL UNIT CURB
EXTENDS INTO THIS FRAMING BAY.
INFILL ABANDONED DUCT PENETRATIONS WITH METAL DECKING
MATCHING EXISTING DECK. DO NOT ADD CONCRETE TO THESE
AREAS.
1
2 / S1.0
2
3
4
5
6
7
8
9
- PLOT DATE
SHEET INFORMATION PROJECT INFORMATION PROJECT PHASE SEAL ARCHITECT
REVISIONS
ISSUE DATE:
PROJECT #:
ARCHITECTS
CONSULTANT
T - 970.484.0117
F - 970.484.0264
315 East Mountain Ave
Suite 100
Fort Collins, CO 80524-2913
© 2015 www.rbbarchitects.com
6/3/2015 5:22:39 PM
S2.3
1922
WEST WING ROOF PLAN
Fort Collins Senior Center HVAC
Remodel
1200 Raintree Drive
Fort Collins, CO 80526
City of Fort Collins
CONSTRUCTION
DOCUMENTS
06/05/2015
1 1/8" = 1'-0"
WEST WING ROOF PLAN
NO DESCRIPTION DATE
MULTI-
PURPOSE
ADDITION
ADMINISTRATION
ADDITION
ORIGINAL
BUILDING
ORIGINAL
BUILDING
KEY PLAN
06-05-2015
degree by changes in external temperature and floor or roof deflection. Finish details should allow for
relative movement between elements with different support conditions.
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 and shall have
current ICC-ES Report.
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.
ABBREVIATIONS:
B/??? BOTTOM OF ELEMENT
C.F.M.F. COLD FORMED METAL FRAMING
CLR. CLEAR
COL. COLUMN
DEFL. DEFLECTION
FTG. FOOTING
G.B. GRADE BEAM
H.A.S. HEADED ANCHOR STUDS
(E) EXISTING ELEMENT
E.O.D. EDGE OF ROOF DECK
E.O.S. EDGE OF SLAB
LLH LONG LEG HORIZONTAL
LLV LONG LEG VERTICAL
MAX. MAXIMUM
MIN. MINIMUM
O.H. OPPOSITE HAND
O.H. OVERHANG (C&C LOAD TABLE)
SIM. SIMILAR
STL. STEEL
T/??? TOP OF ELEMENT
T&B TOP AND BOTTOM
TYP. TYPICAL
W.T.S. WELDED THREADED STUDS
(E) BAR JOIST
ANGLE FRAME UNDER CURB
ANGLE FRAME BEYOND,
CONNECT PER 2 / S1.0
3/16 2"
TYP.
EACH
END
(E) BAR JOIST
ANGLE FRAME
UNDER CURB
ANGLE FRAME UNDER
CURB
P.T. BLOCKING
BELOW MECH. CURB
CURB PER MECH.
DETAILS
MECH. UNIT, SEE
MECH. PLANS
PROVIDE L2 1/2x2 1/2x1/4 ANGLE
STRUT IF NOT LOCATED WITHIN
6" OF PANEL POINT
FRAME AROUND OPENINGS IN
ROOF DECK AS REQUIRED
UNDER MECHANICAL UNIT FOR
ROOF DECK SUPPORT
.
WHERE POSSIBLE AND WHERE
NOTED ON PLAN, LOCATE
CURB DIRECTLY OVER JOIST
7'-0 MAX. ROOF
BEAMS OR JOISTS
"L"
1
"L"
2
OPENING
ANGLE
ANGLE
"L 1 " OR "L 2 "
(USE LARGER VALUE)
UP TO 1'-0
UP TO 3'-0
UP TO 5'-0
UP TO 7'-0
ANGLE SIZES
NONE REQ'D
3 1/2x3 1/2x1/4
5x3x1/4 (L.L.V.)
6x4x5/16 (L.L.V.)
USE ABOVE FRAMING AT ALL ROOF OPENINGS WHERE
EITHER "L " OR "L " EXCEEDS 1'-0 , UNLESS NOTED OTHERWISE.
VERIFY WITH ARCHITECTURAL AND MECHANICAL DRAWINGS
FOR SIZE AND LOCATION OF ALL OPENINGS.
1 2
REMARKS
SEE FOR
ATTACHMENT OF
ANGLES
5 / S1.0
PL 3/8x5x5
PARALLEL TO JOIST PERPENDICULAR TO JOIST
WP OF KICKER 3" MAX
L4x3x5/16 (SLV)
BETWEEN JOISTS
3/16 3"
3/16 3"
3/16 2"
3/16 2"
TYP.
3/16 3"
TYP. EACH 3/16 3"
END
3/16 3"
3/16 3"
TYP.
3/16 4"
TYP. EACH
END
JOIST PANEL
POINT
3/16
2 1/2"
MIN.
EACH
END,
TYP.
JOIST PANEL POINT
NOTES:
1. STIFFENER REQUIRED FOR ALL CONCENTRATED LOADS WHERE L EXCEEDS 3"
L2 1/2x2 1/2x1/4
STIFFENER
HANGING
LOAD
SUPPORTED
CONCENTRATED LOAD
PROVIDE L2 1/2x2 1/2x1/4 KICKER WELDED
TO TOP CHORD OF ADJACENT JOIST WHERE
HORIZONTAL LOADS IMPOSED ON BOTTOM
CHORD
HORIZONTAL
LOAD
L
L
(E) ROOF DECK
3/16
3/16
WELDED ANGLE FRAME BELOW (4)
SIDES OF NEW OPENING. SEE
FOR ADDITIONAL INFORMATION
3/16
(E) ROOF JOIST
. . .
VERIFY SIZE AND
LOCATION OF OPENING
WITH ARCH./MECH.
2 / S1.0
(E) ROOF DECK
(E) ROOF JOIST
ALL THREAD AND
UNI-STRUT PER
MECH. SUPPLIER
LOCATE UNIT TO SHARE LOAD
EQUALLY BETWEEN A MINIMUM
OF (2) STEEL BAR JOISTS
3/16
TYP.
TACK
NUT,
TYP.
SINGLE ROW BEARING
BOLTED BEAM CONN SCHEDULE
NOTE:
1. BEARING TYPE CONNECTION W/ THREADS INCLUDED IN SHEAR PLANE.
2. FOR tw < MIN. THICKNESS, CAPACITY IS REDUCED BY FACTOR tw/t min.
W8
BEAM TYPE
# OF 3/4" Ø
A325 N OR TC
BOLTS
PLATE OR ANGLE
LENGTH (L) COMMENTS
2 6" HORIZONTAL SHORT SLOTTED HOLE IN PLATE
W10 2 6"
W12, W14 3 9"
W16 4 12"
W18, W21 5 15"
HORIZONTAL SHORT SLOTTED HOLE IN PLATE
HORIZONTAL SHORT SLOTTED HOLE IN PLATE
HORIZONTAL SHORT SLOTTED HOLE IN PLATE
HORIZONTAL SHORT SLOTTED HOLE IN PLATE
PL 3/8x4 1/2xL W/ SHORT
SLOTTED HORIZ. HOLES FOR 3/4"
Ø, A325 N BOLTS. SEE BOLTED
CONN SCHED FOR QTY OF BOLTS
WF GIRDER,
SEE PLAN
1/4
1/4
TYP.
WF BEAM TO WF GIRDER
REFER TO BOLTED BEAM CONNECTION
SCHEDULE
STEEL BEAM,
SEE PLAN
STEEL BEAM,
SEE PLAN
3" TYP
1 1/2"
1 1/2"
2" TYP
2 1/2" TYP.
L
1 1/2"
1" MAX.
COPE MEMBER AS REQUIRED
3/8" x 4 1/2" x "L" PLATE. ATTACH NEW
STEEL MEMBER w/ 3/4"Ø A325 BOLTS.
4 1/2"
TYP.
1 1/2"
TYP.
3"
TYP.
2" NEW STEEL MEMBER,
SEE PLAN
EXISTING STEEL BEAM,
VERIFY SIZE IN FIELD
L
1/4
1/4
TYP.
3/8" x 12" x 1'-2" BEARING PLATE.
ATTACH TO (E) CMU WALL w/
(4) 3/4"Ø F1554 GR. 36 THREADED
ROD & SIMPSON SET EPOXY w/
7" MIN. EMBEDMENT
NEW W12 PER PLAN
1/4
1/4
TYP.
EXISTING 12" CMU WALL. VERIFY
UNIT IS SOLID GROUTED AT BEAM
ATTACHMENT. SOLID GROUT IF NOT.
1' - 0"
2" 8" 2"
1' - 2"
2" 8" 4"
TYPICAL SHEAR TAB, SEE
FOR ADDITIONAL INFORMATION
8 / S1.0
CHANNEL PER PLAN
L4x4x3/8 x 0'-6"
3/16
3/16
TYP.
3/16 4"
TYP.
COPE CHANNEL AROUND
TOP OF (E) ROOF JOIST
CHANNEL PER PLAN
L4x4x3/8 x 0'-6"
ANGLE STRUT PER IF
NOT WITHIN 3" OF PANEL POINT
4 / S1.0
.
NOTE: REMOVE PAINT FROM
(E) JOIST PRIOR TO WELDING
EXTENTS OF
MECHANICAL UNIT
LOADS ON JOISTS
PER PLAN NOTE
OPEN WEB ROOF
JOIST, TYP.
ANGLE FRAME PER
LOCATE BELOW MECHANICAL
CURB, TYPICAL
OPENINGS PER MECHANICAL.
PROVIDE ADDITIONAL FRAMES
AROUND OPENINGS PER 2 / S1.0
ALIGN MECHANICAL UNIT CURB
OVER JOIST, ONE END TYPICAL
2 / S1.0
1
S1.0
3/16
3/16
TYP.
.
NOTE: REMOVE PAINT FROM
(E) JOIST PRIOR TO WELDING.
FAN ATTACHMENT PER FAN
MANUFACTURER
ANGLE STRUT PER IF
NOT WITHIN 3" OF PANEL POINT
4 / S1.0
(E) ROOF JOIST
(E) ROOF JOIST
- PLOT DATE
SHEET INFORMATION PROJECT INFORMATION PROJECT PHASE SEAL ARCHITECT
REVISIONS
ISSUE DATE:
PROJECT #:
ARCHITECTS
CONSULTANT
T - 970.484.0117
F - 970.484.0264
315 East Mountain Ave
Suite 100
Fort Collins, CO 80524-2913
© 2015 www.rbbarchitects.com
6/3/2015 5:22:35 PM
S1.0
1922
GENERAL NOTES,
ABBREVIATIONS AND DETAILS
Fort Collins Senior Center HVAC
Remodel
1200 Raintree Drive
Fort Collins, CO 80526
City of Fort Collins
CONSTRUCTION
DOCUMENTS
06/05/2015
NO DESCRIPTION DATE
1 3/4" = 1'-0"
TYPICAL MECHANICAL UNIT SUPPORT
WITH NO CONCRETE CURB
2 3/4" = 1'-0"
TYPICAL FRAMING AT ROOF OPENING
3 3/4" = 1'-0"
TYPICAL ANGLE BRACE TO JOIST
4 3/4" = 1'-0"
TYPICAL JOIST CHORD SUPPORT
5 3/4" = 1'-0"
NEW FRAMED OPENING IN EXISTING
ROOF
6 3/4" = 1'-0"
TYPICAL SUPPORT OF HEAT PUMPS
FROM OPEN WEB JOISTS
7 3/4" = 1'-0"
TYPICAL BOLTED BEAM CONNECTION
SCHEDULE
8 3/4" = 1'-0"
TYPICAL SHEAR TAB CONNECTION
9 3/4" = 1'-0"
NEW BEAM TO EXISTING BEAM
10 3/4" = 1'-0"
NEW STEEL BEAM AT EXISTING CMU
WALL
11 1/2" = 1'-0"
CHANNEL TO EXISTING ROOF JOIST
12 3/4" = 1'-0"
TYPICAL MECHANICAL UNIT SUPPORT
PLAN
13 1/2" = 1'-0"
HSS TO EXISTING ROOF JOIST
06-05-2015
SP1.1 WEST WING SOLAR PANEL FUTURE EXPANSION
SP1.2 EAST WING SOLAR PANEL FUTURE EXPANSION
SHEET INDEX
G000 COVER SHEET
S STRUCTURAL
S1.0 GENERAL NOTES, ABBREVIATIONS AND DETAILS
S2.3 WEST WING ROOF PLAN
S2.4 EAST WING ROOF PLAN
AARCHITECTURAL
A101 SOUTH WING RCP AND ENLARGED PLANS
A102 MAIN LEVEL RCP AND ROOF LADDER DETAILS
M MECHANICAL
MP0.1 MECHANICAL GENERAL NOTES, LEGENDS AND DRAWING INDEX
M1.2 SOUTH DEMO PLANS
M1.3 ROOF DEMO PLAN
M2.2 LOWER LEVEL SOUTH HVAC PLAN
M2.3 UPPER LEVEL HVAC PLAN
M7.1 ENLARGED MECHANICAL ROOM PLANS AND HVAC DETAILS
M8.1 HVAC SCHEDULES
M8.2 HVAC SCHEDULES
M9.1 HVAC CONTROLS SEQUENCES
3. ROOM NUMBERS ON DRAWINGS ARE FOR CONSTRUCTION
REFERENCE ONLY. 'FINAL' ROOM NUMBERS FOR SIGNAGE,
ALARM SCHEDULES, PANEL SCHEDULES, ETC. WILL BE ISSUED
AT A LATER DATE.
2. DO NOT SCALE DRAWINGS. FIELD VERIFY ALL DIMENSIONS.
NOTIFY ARCHITECT IMMEDIATELY IF DISCREPANCIES ARE
DISCOVERED.
1. IT IS THE RESPONSIBILITY OF THE CONTRACTOR AND
SUBCONTRACTORS TO REVIEW ALL OF THE DRAWINGS,
INCLUDING ARCHITECTURAL, FOR WORK UNDER THEIR
RESPECTIVE CONTRACTS. NO EXTRAS WILL BE ALLOWED FOR
WORK SHOWN IN ANY PART OF THESE DRAWINGS OR
DESCRIBED IN ANY PART OF THE PROJECT MANUAL.
GENERAL NOTES ‐ PROJECT