Early Childhood Restroom Projects

expired opportunity(Expired)
From: Poudre School District(School)
IFB #21-700-004

Basic Details

started - 12 Apr, 2021 (about 3 years ago)

Start Date

12 Apr, 2021 (about 3 years ago)
due - 27 Apr, 2021 (about 3 years ago)

Due Date

27 Apr, 2021 (about 3 years ago)
Bid Notification

Type

Bid Notification
IFB #21-700-004

Identifier

IFB #21-700-004
Poudre School District

Customer / Agency

Poudre School District
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Poudre School District Strategic Sourcing Department – IFB 21-700-004 Page 1 POUDRE SCHOOL DISTRICT R-1 INVITATION FOR BID EARLY CHILDHOOD RESTROOM PROJECTS BENNETT ELEMENTARY HARRIS BILINGUAL KRUSE ELEMENTARY LAUREL ELEMENTARY PUTNAM ELEMENTARY IFB 21-700-004 BID SCHEDULE IFB Posted to BidNet April 12, 2021 Pre-bid Site Visits April 19, 2021 – 11 a.m. MST Questions Due April 21, 2021 – 2 p.m. MST IFB Closing Date April 27, 2021 – 2 p.m. MST Poudre School District Strategic Sourcing Department – IFB 21-700-004 Page 2 TABLE OF CONTENTS PURPOSE OF IFB 1.0 BACKGROUND 2.0 GENERAL TERMS AND CONDITIONS 3.0 SPECIFIC CONDITIONS 4.0 CONTRACTOR RESPONSIBILITIES 5.0 PROJECT SCOPE AND SPECIFICATIONS 6.0 EVALUATION AND AWARD 7.0 PERFORMANCE AND PAYMENT BOND 8.0 WARRANTIES 9.0 INSURANCE 10.0 REFERENCES 11.0 BID CERTIFICATION FORM 12.0 BID FORM EXHIBIT A – SAMPLE CONTRACT EXHIBIT B – BENNETT ELEMENTARY DRAWINGS EXHIBIT C – HARRIS BILINGUAL DRAWINGS EXHIBIT D – KRUSE ELEMENTARY DRAWINGS EXHIBIT E –
LAUREL ELEMENTARY DRAWINGS EXHIBIT F – PUTNAM ELEMENTARY DRAWINGS Poudre School District Strategic Sourcing Department – IFB 21-700-004 Page 3 EARLY CHILDHOOD RESTROOM PROJECTS IFB 21-700-004 Poudre School District (the District) is requesting bids from professional and qualified contractors to provide construction of in-classroom restrooms to comply with the State of Colorado mandates for the Early Childhood Program at five (5) elementary school sites as specified in this Invitation for Bid (IFB). A copy of the IFB and any associated addenda may be obtained from the Rocky Mountain E- Purchasing (BidNet) website: http://www.RockyMountainBidSystem.com. Contractors planning to submit bids are encouraged to be represented at the pre-bid site visits on April 19, 2021 at 11 a.m. MST. The pre-bid site visits will begin promptly at 11 a.m. MST at the front entrance of Putnam Elementary and then proceed to the other school sites in the order presented below. Putnam Elementary – 1400 Maple Street, 80521 Bennett Elementary – 1125 Bennett Road, 80521 Harris Bilingual – 501 East Elizabeth Street, 80524 Laurel Elementary – 1000 East Locust Court, 80524 Kruse Elementary – 4400 McMurry Avenue, 80525 The site visits must follow all current federal and local recommendations regarding social distancing, face coverings, and other COVID-19 considerations. Questions regarding this IFB must be in writing and directed to the District through the BidNet platform any time after the issuance of this IFB through and including 2:00 p.m. MST on April 21, 2021. Questions received after the deadline date and time and/or not submitted electronically through the BidNet platform may not be addressed. Questions submitted, as well as the District’s response thereto, shall be provided in an addendum through BidNet. Note: Questions must be submitted individually. Multiple questions per entry will not be answered. The District will only accept and consider electronically submitted bids. Bids must be submitted and received in BidNet’s electronic solicitation portal by 2:00 p.m. MST on April 27, 2021. At that time, the submission portal will close, and no further submittals will be allowed, nor considered. District staff shall review the bids received in response to this IFB during the bid consideration period commencing on April 27, 2021. During the bid consideration period, the District may ask questions of and/or request additional information from contractors who have submitted bids. During the solicitation process and until an award has been announced, communication regarding this IFB will only be permitted with the Procurement Agent named below. Communication with a district employee other than the Procurement Agent named below may disqualify your bid from consideration. Poudre School District Strategic Sourcing Department – IFB 21-700-004 Page 4 Sales Prohibited/Conflict of Interest: No officer, employee, or member of the School Board, shall have a financial interest in the sale to the school district 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 District. 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 District is prohibited. Collusive or sham bids: Any bid deemed to be collusive, or a sham bid will be rejected and reported to authorities as such. Your authorized signature on the bid assures that such bid is genuine and is not a collusive or sham bid. The District reserves the right to reject any and all bids and to waive any irregularities or informalities. Sincerely, Karen Wailly Senior Procurement Agent Poudre School District Strategic Sourcing Department – IFB 21-700-004 Page 5 1.0 BACKGROUND The District is a high-performing district, covering more than 1,800 square miles in northern Colorado with diverse school settings. The District's instructional program is centered around District Ends, under the Policy Governance model, developed to support a comprehensive curriculum. While more than 70% of District families choose to send their children to their neighborhood school, the District does support school choice and offers a wide spectrum of educational programs to fit any child's needs. Program options include International Baccalaureate, Core Knowledge, Bilingual/Dual Language Immersion, Hybrid/Online, Expeditionary Learning, Science, Technology, Engineering and Math (STEM) along with extra-curriculars and athletics. The District has two LEED certified school buildings and over 30 Energy Star awards and supports operational sustainability in all areas of work. Our Schools: • 31 elementary schools • 10 middle schools • 4 comprehensive high schools • 6 option (100% choice) schools • 3 alternative high schools • 5 charter schools • 1 online school The District is fully accredited by the Colorado Department of Education Accreditation and Accountability Unit and is subject to periodic monitoring to ensure continued compliance with accreditation standards. Poudre School District Strategic Sourcing Department – IFB 21-700-004 Page 6 2.0 GENERAL TERMS AND CONDITIONS 2.1 This is a solicitation for an offer and is not an offer to contract for goods or services. 2.2 These General Terms and Conditions apply to all offers made to the District by all prospective contractors (Contractors) on behalf of District solicitations including, but not limited to, Invitation for Bids (IFB), Request for Quotes (RFQ) and Request for Proposals (RFP). 2.3 Submission of a bid is deemed as acceptance of all terms, conditions and specifications contained in the solicitation package provided to the Contractor. Any proposed modification must be accepted in writing by the District prior to award of the agreement. 2.4 Contractor must provide all requested information. Failure to do so may result in rejection of the bid at the option of the District. 2.5 The District is exempt from City, County, State and Federal Sales/Excise Taxes. Tax Exempt Certificates will be issued upon request. The District’s Tax-Exempt Number is: 98-03335. 2.6 There is no expressed or implied obligation for the District to reimburse Contractors for any expenses incurred in preparing bids in response to this solicitation. 2.7 Bids must meet or exceed specifications contained in the solicitation document. 2.8 All chemicals, equipment and materials proposed and/or used by Contractor in satisfaction of the terms of this solicitation shall conform to the standards required by the U.S. Department of Labor Occupational Safety and Health Administration (OSHA). Safety Data Sheets (SDS) shall accompany each shipment, when applicable. 2.9 Each Contractor and its employees, representatives, and subcontractors agrees to abide by all applicable Federal, State and Local codes, laws, rules, and regulations. The awarded Contractor shall also furnish all supplies, which conform to all applicable safety codes and regulations. 2.10 The Contractor, by affixing its signature to the bid, certifies that its bid is made without previous understanding, agreement, or connection either with any persons, firms or corporations offering a bid for the same items or with the District. The Contractor also certifies that its bid is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action. 2.11 For services requiring Contractor’s presence on District property, the successful Contractor must provide proof of insurance that meets the insurance requirements Poudre School District Strategic Sourcing Department – IFB 21-700-004 Page 7 stated in Section 9.0 of this Bid document. Contractor must maintain required insurance during the term of the contract. 2.12 Notwithstanding the planned term of the agreement and/or any extensions thereof, the District may terminate the agreement at any time in its sole discretion for any reason, with or without cause, upon written notice served on the Contractor no less than thirty (30) days prior to the date of termination. In the event of such early termination by the District, the Contractor shall be paid up to the date of termination for services performed under and in accordance with this agreement. 2.13 Notwithstanding any other term or provision of this IFB, the District’s obligations hereunder are expressly subject to its budgeting and appropriation of sufficient funds for each fiscal year (July 1 - June 30) an agreement is in effect. In no event, shall the District’s obligations in an agreement constitute a multiple-fiscal year direct or indirect debt or other financial obligation under Article X, Section 20(4)(b) of the Colorado Constitution. 2.14 In the event the District has reasonable grounds to believe that any individual assigned to perform work under this agreement has a criminal record, is a registered sex offender, is under the influence of alcohol or other substance, has exhibited violence or based upon other information the District deems reliable; the District may exclude such individual from any school building or grounds or impose reasonable conditions upon such individual’s presence upon any school premises. In the judgment of the District, if the agreement cannot be performed as a result of such action, the agreement may be terminated. 2.15 Contractor shall provide any and all services as an independent Contractor of the District, and the persons performing such services shall not be considered employees of the District. Contractor shall be exclusively responsible for: (a) all compensation, employment tax withholdings and payments, and all fringe benefits for its employees in full compliance with all applicable federal, state and local laws; (b) all insurance coverage’s and benefits for its employees in full compliance with all applicable federal, state and local laws, including but not limited to pension or retirement benefits, works’ compensation, unemployment compensation, and Social Security benefits; and (c) all payments to its Contractors and subcontractors for goods and/or services directly or indirectly related to the solicitation. 2.16 Contractor must note in its response any intent to use subcontractors. The subcontractor’s name, address, phone number and three (3) client references, along with the type of work to be performed must be included. Use of subcontractors may be considered as a factor in the District’s evaluation process. If the Contractor fails to notify the District of its intent to use subcontractors in its bid submittal, the bid submittal may be considered a void offer. Subcontractors will be allowed only by written permission of the District. The Contractor agrees that it is fully responsible to the District for the acts or omissions of its subcontractors, or any persons employed by them, in the same way as it is for the acts and omissions of persons directly Poudre School District Strategic Sourcing Department – IFB 21-700-004 Page 8 employed by the Contractor. Nothing contained in the Agreement or any subcontract shall create any contractual relation between any subcontractor and the District. 2.17 Contractor certifies, represents, warrants, and agrees that it will not knowingly employ or contract with an illegal alien to provide services under this agreement, and will not enter into an agreement with a subcontractor that fails to certify to Contractor that the subcontractor will not knowingly employ or contract with an illegal alien to provide services under this agreement. Contractor also certifies, represents, warrants and agrees that it will confirm the employment eligibility of all its employees who are newly hired for employment to provide services under this agreement through Contractor’s participation in either: (a) the E-Verify Program created under federal law and jointly administered by the Department of Homeland Security and the Social Security Administration; or (b) the Colorado Department of Labor and Employment Program (“Department Program”) established pursuant to C.R.S. § 8-17.5-102(5)(c). 2.17.1 Contractor shall not use either the E-Verify Program or the Department Program procedures to undertake pre-employment screening of job applicants while this agreement is being performed. If Contractor obtains actual knowledge that a subcontractor providing services under this agreement knowingly employs or contracts with an illegal alien, Contractor shall notify the subcontractor and the District within three (3) days that Contractor has such actual knowledge and terminate the subcontract within three (3) days of providing the notice if the subcontractor has not stopped employing or contracting with the illegal alien. Contractor shall comply with any reasonable request made by the Department of Labor and Employment in the course of an investigation undertaken pursuant to the authority of C.R.S. § 8- 17.5-102(5). If Contractor participates in the Department Program, it shall: (a) notify the District and the Department of Labor and Employment of such participation as required by law; and (b) within twenty (20) days after hiring an employee to provide services under this agreement, provide to the District a written notarized copy of an affirmation that it has examined the legal work status of such employee, retained file copies of the documents required by 8 U.S.C. § 1324a, and not altered or falsified the identification documents for such employee. 2.18 Contractor agrees to provide the services as a result of this solicitation in strict accordance with the District’s specifications and at the price noted for each item. 2.19 Contractor shall not assign an agreement, as a result of this solicitation, or any of its rights, interests, or obligations without the prior written consent of the District. The consent may be withheld for any reason or no reason as determined by the District in its sole discretion. 2.20 Contractor agrees to not refuse to hire, discharge, promote, demote, or to otherwise discriminate in matters of compensation against any person otherwise qualified solely because of race, creed, sex, national origin, ancestry, or physical handicap. Poudre School District Strategic Sourcing Department – IFB 21-700-004 Page 9 2.21 Venue for any and all legal action regarding or arising out of transactions covered herein shall be solely in the District Court in and for Larimer County, State of Colorado. The transactions covered herein shall be governed by the laws of the State of Colorado. 2.22 Bids shall contain a signature of an authorized representative in the space provided on the Bid Certification Form. Failure to properly sign bid may result in bid being considered non-responsive. 2.23 Where there appears to be variances or conflicts between the General Terms and Conditions and the special conditions outlined in this solicitation, the special conditions shall prevail. 2.24 The District shall issue written addenda if substantial changes, which impact the technical submission of bids, are required. These addenda will be distributed via the BidNet system. 2.24.1 In the event of conflict with the original agreement documents, addenda shall govern all other agreement documents to the extent specified. Subsequent addenda shall govern over prior addenda only to the extent specified. 2.24.2 Amendments or clarifications to the submitted bids not requested by the District will not be accepted, nor considered in awarding the agreement. 2.25 All information and supplemental documentation required in conjunction with this bid shall be furnished by the Contractor with its bid. If the Contractor fails to supply any required information or documents, its bid may be considered non-responsive and ineligible for award. 2.26 The accuracy of the bid is the sole responsibility of the Contractor. No changes in the bid shall be allowed after the submission deadline, except when the Contractor can show clear and convincing evidence that an unintentional factual mistake was made, including the nature of the mistake and the price actually intended. 2.27 Substitutions after award for equipment unavailability or unforeseen conditions may be considered only under the following criteria: 2.27.1 Unforeseen change to original project scope 2.27.2 Cannot be delivered during the progress of the work 2.27.3 Will no longer be available during the progress of the work 2.27.4 The quality of the material, as specified, no longer meets the specifications Poudre School District Strategic Sourcing Department – IFB 21-700-004 Page 10 2.27.5 Contractor shall be required to justify the substitution, confirm warranty, etc. Acceptance or rejection of a request will be based on the District’s opinion to adaptability, durability, quality, aesthetics, and agreement amount change, compared to the specified or noted items. 2.28 Contractors may offer a cash discount for prompt payment; however, such discounts shall not be considered in determining the lowest net cost for bid evaluation purposes. 2.29 A purchase order resulting from this solicitation shall be governed by and construed in accordance with the laws of the State of Colorado. 2.30 Payment for the goods and/or services furnished by the Contractor shall not constitute acceptance thereof. The District shall have the right to inspect such goods and the products of such services, and to reject any or all of which are in the District’s judgment defective or nonconforming. In addition to the District’s other rights, goods rejected, and goods supplied in excess of quantities specified in a purchase order, may be returned to the Contractor at the Contractor’s expense. The District may charge Contractor all expenses of unpacking, examining, repacking, and reshipping such goods. In the event the District receives goods whose defects or nonconformity is not apparent upon examination, the District may require replacement and/or payment of damages upon discovery of the defects or nonconformity. Nothing contained herein shall relieve, in any way, Contractor from the obligation of testing, inspection, and quality control. 2.31 The District may, at its sole and absolute discretion: 2.31.1 Reject any and all or parts of any or all bids submitted by prospective Contractors; 2.31.2 Re-advertise this solicitation; 2.31.3 Postpone or cancel the bid process for this solicitation; 2.31.4 Waive any irregularities or technicalities that are not qualified as a requirement for responsiveness in this bid or in bids received in conjunction with this bid; and/or 2.31.5 Determine the criteria and process whereby bids are evaluated and awarded. 2.32 Information and materials submitted in response to this IFB may be considered public records subject to disclosure under the Colorado Open Records Act ("CORA"), C.R.S. §§ 24-72-200.1 to -205.5. Information and materials that Contractor believes are confidential and not subject to disclosure under CORA must be submitted separately with a citation to the section of CORA and any other relevant law under which Contractor believes they are confidential. The District, not Contractor, shall determine whether information and materials so identified will be withheld as Poudre School District Strategic Sourcing Department – IFB 21-700-004 Page 11 confidential, but will inform Contractor in advance of disclosure to give it an opportunity to take legal action to protect its interests vis-à-vis the party making the CORA request. 2.33 For the purposes of solicitation evaluation, Contractor must indicate any variances to the specifications and terms and conditions, no matter how slight. If variations are not stated in the Contractor’s response, it shall be construed that its bid fully complies with the specifications and terms and conditions. Notwithstanding the above, it is hereby agreed and understood that the District reserves the right to reject these variations if they individually, or as a whole, do not meet the standards established in the specifications. 2.34 Appeal of Award. Contractor may appeal the award by submitting, in writing, a request for re-consideration to the District’s Strategic Sourcing department within seventy-two (72) hours after the receipt of the notice of award. 3.0 SPECIFIC CONDITIONS 3.1 Health Standards. The Contractor shall have and maintain a set of protocols and guidelines to meet evolving health and safety requirements and implement communicable diseases protocols, which shall follow guidance and orders from state and/or local public health officials and shall be no less strict than the District’s protocols. 3.1.1 Contractor shall ensure all individuals providing Services under this agreement for the Contractor wear appropriate personal protective equipment at all times while on District property. 3.1.2 If the District is directed, or the District determines to limit or restrict access to any or all of its facilities or District Location due to a public health or safety concern, the District may, at its discretion, temporarily delay or stop Contractor’s services, with or without prior notice. 3.2 The District is committed to be a responsible steward of its natural resources and believes that public education should provide leadership in developing an ethic of sustainability in all its practices. In the District we have both Energy Conservation and Waste Management policies and espouse these values, making environmental stewardship an integral part of the physical plant operation. 3.3 During the performance of this contract, the Contractor agrees to provide a “drug-free workplace.” For the purposes of this section, a “drug-free workplace” means a site for the performance of work done in connection with a specific contract awarded to the Contractor. The Contractor’s employees are prohibited from engaging in the unlawful manufacture, sale, distribution, dispensation, possession or use of any controlled substance during the performance of this contract. Poudre School District Strategic Sourcing Department – IFB 21-700-004 Page 12 3.4 Where there appears to be variances or conflicts between the information outlined in this IFB and/or the referenced Drawings and Specifications (if applicable), the more stringent requirement shall prevail. In all cases, the Contractor is responsible for notifying the District of the variance or conflict. 3.5 If the Contractor experiences a back order of items from its Supplier or Distributor, the Contractor shall ensure that such back orders are filled within a reasonable period of time. The Contractor shall not invoice PSD for back ordered items until items are delivered and accepted by PSD authorized representative. PSD shall determine what constitutes a reasonable period of time and may verbally cancel back orders, seek the items from another Contractor, and charge the Contractor for any re-procurement costs. 3.6 Work schedule shall be coordinated between the Contractor and District Project Manager. 3.6.1 All work will be performed in accordance with accepted standards for work of a similar nature. 3.6.2 Services will be provided as established by Purchase Order. 3.7 Inspection of the work shall not relieve the Contractor of any obligation to fulfill the contract as prescribed. Work not meeting specifications shall be corrected, at Contractor’s expense, and unsuitable work may be rejected, notwithstanding that such work had been previously inspected by the District Project Manager. 3.7.1 Receipt of pertinent documentation and final inspection of finished product by the District Project Manager are required prior to release of final payment to the awarded Contractor. 3.8 Any measurements referenced may be approximations. Contractors are responsible for obtaining exact measurements – ‘Verify in Field’ (V.I.F). 3.9 Upon request, Contractor shall supply a list of employees working on these projects. 3.10 Proof of materials cost shall be provided upon request. 3.11 The District will provide access to the premises and related facilities during the project work for regular working hours or outside regular working hours and days as requested by the District. 3.12 The District will respond in a timely manner to requests by the Contractor in cases where there are ambiguities in the work to be performed or resources to be supplied by the District that are not available. Poudre School District Strategic Sourcing Department – IFB 21-700-004 Page 13 4.0 CONTRACTOR RESPONSIBILITIES 4.1 Contractor is responsible for all DORA permits and any fire systems permits. 4.1.1 The District is responsible for the state building permit and Poudre Fire Authority review. 4.2 The Contractor shall furnish all labor, materials, and equipment necessary for satisfactory Contract performance. 4.3 Upon request, proof will be available that the Contractor possesses adequate and sufficient equipment and resources to perform quality service and to commence work once the contract has been fully executed. 4.4 Contractor shall be responsible for all site cleanups, to include trash removal. The buildings and property of the District shall be left in an acceptable as found condition. At completion, the Contractor shall thoroughly clean up all areas where work has been involved as mutually agreed with the District Project Manager. 4.4.1 Contractor shall not use District sanitary facilities, trash receptacles, roll offs, supplies, tools, or equipment. The Contractor shall haul away all debris and trash to an off-site location. 4.5 The Contractor shall be responsible for disposing environmentally hazardous waste materials in a manner that is consistent with regulations stipulated by the United States Environmental Protection Agency (EPA) as well as with any state or locally prescribed procedures. 4.6 Contractor shall be solely responsible for the safety of its work, materials, equipment, tools, etc. on the site and shall, if deemed necessary or expedient, employ, at its own expense, the services of a competent watchman. The District disclaims all responsibility for the safety of the work, materials, equipment tools, etc. or for any damage, which may be done to same due to theft, or any other cause until such time as the District formally accepts the completed work. 4.7 Contractor will be responsible for providing a clean and safe environment surrounding the work area at all times, including, if necessary, fencing of equipment, storage, and work area. 4.8 Contractor agrees that it is fully responsible to the District for the acts or omissions of its subcontractors or of persons employed by them, in the same way as it is for the acts and omissions of persons directly employed by the Contractor. Nothing contained in the contract or any subcontract shall create any contractual relation between any subcontractor and the District. 4.9 Project estimates, schedules, work activity, other trades not included in the contract, inspections, and payment requests must be approved by the District Project Manager. Poudre School District Strategic Sourcing Department – IFB 21-700-004 Page 14 4.10 Upon issuance of a purchase order, the Contractor shall adhere to the specified start and completion timeline stated on the purchase order and/or executed agreement. Failure to complete the projects within the stated dates could result in termination of the contract by the District. 4.11 Contractor shall visit the project sites prior to commencement of work to verify working area project scope and safety issues. 4.12 Contractor shall furnish all required personal safety equipment. 4.13 Contractor shall promptly repair, replace, or otherwise correct any of its workmanship and any parts, materials, components, equipment, or other items in the work which contain faults or defects, whether such failures are observed by the District or Contractor before or after completion. The Contractor shall bear all costs of correcting such work covered by the warranties. 4.14 Contractor, at its own expense, shall repair or replace any damages to any equipment, facilities or other personal or real property owned or leased by the District which is damaged as a result of any such fault or defect, at no cost to the District. 4.15 Contractor is responsible for monitoring the BidNet website for any additional requirements, addenda, and award information. 5.0 PROJECT SCOPE AND SPECIFICATIONS 5.1 Five (5) District elementary schools require the construction of an in-classroom restroom in order to comply with the State of Colorado mandates for the Early Childhood Program. 5.1.1 Bennett Elementary 5.1.2 Harris Bilingual 5.1.3 Kruse Elementary 5.1.4 Laurel Elementary 5.1.5 Putnam Elementary 5.2 Work may begin as early as June 1, 2021 and must be completed by August 10, 2021. There is no early finish incentive offered to the Contractor(s). 5.2.1 After hours or weekend work, at no additional cost to the District, may be necessary to meet the completion date of August 10, 2021. Poudre School District Strategic Sourcing Department – IFB 21-700-004 Page 15 5.3 Construction drawings for each of the five (5) elementary schools are provided as Exhibits. 5.4 The following items are included in the projects and must be incorporated in the base bid lump sums. 5.4.1 Off-site trash and debris removal and disposal 5.4.2 All materials, labor, and freight to complete the projects 5.5 Bid submittal must include bids for the alternates as separate line items. 6.0 EVALUATION AND AWARD 6.1 The projects may be awarded to one, or multiple Contractors at the sole discretion of the District. 6.2 Award shall be made to the responsive and responsible Contractor(s) meeting the specifications and deemed to be in the best interest of the District. Final evaluation may be based on, but not limited to price, delivery time, adherence to specifications, and previous experience with similar projects. 7.0 PERFORMANCE AND PAYMENT BOND 7.1 Colorado State Statues require a Performance Bond and a Payment Bond on public projects more than $50,000.00. Contractor is required to post bonds, executed by a surety company authorized to do business in the State of Colorado, upon notification of bid award. Performance and Payment bonds will each be equal to 100% of contract price and must remain in effect until completion of contract. 7.2 Both the Performance Bond and the Payment Bond shall be written on AIA A312 Performance Bond and AIA A312 Payment Bond Forms, as issued by The American Institute of Architects. Date of bonds shall coincide with the date of the contract between the District and Contractor. Substitute forms may not be used. 8.0 WARRANTIES 8.1 The Contractor warrants that all parts, material, components, equipment, and other items used to perform the work shall be new and suitable for the purpose used and will be of good quality, free from faults and defects and all Work will be free of defects and in conformance with the contract documents. The Contractor also warrants that its workers will be sufficiently skilled to produce the highest quality of Work, which is free from faults and defects. Work not so conforming to these requirements, including substitutions not properly approved and authorized, may be considered defective. The Contractor further warrants that the construction processes and methods employed to perform the work shall be suitable for the results required. Poudre School District Strategic Sourcing Department – IFB 21-700-004 Page 16 8.2 The Contractor shall promptly repair, replace, or otherwise correct any of its workmanship and any parts, materials, components, equipment, or other items in the Work which contain faults or defects, whether such failures are observed ty the District, consultant, or Contractor before or after final completion. The Contractor shall bear all costs of correcting such work covered by the warranties. 8.3 The Contractor shall further warrant that all work shall be free of defects of material and workmanship for a period of one (1) year minimum and/or as required in the did documents. The Contractor agrees it will, at its own expense, repair and replace all such defective work and all other work damaged thereby which become defective during the term of the guarantee warranty. Whenever guarantees or warranties are required by the specifications for a longer period than the one (1) year warranty, such period shall govern. The District shall have the full benefit of longer warranties provided by the Contractor/manufacturer. 8.4 Upon discovery of any warranty defect, the District shall give written notice to the Contractor and state the time frame in which the repairs shall be made. 8.5 The Contractor, at its own expense, shall repair or replace any damages to equipment, facilities, or other personal or real property owned by the District which is damaged as a result of any such fault or defect, at no cost to the District. 9.0 INSURANCE Contractor shall procure and maintain the required insurance specified below for the duration of this Agreement, which insurance shall be written for not less than the amounts specified or greater if required by law. The District’s receipt of a Certificate of Insurance from the Contractor with limits and or coverages that do not meet the requirements does not waive the requirements and the Contractor shall still be responsible for the limits and coverages stated in this Agreement. Specified coverages and amounts may be provided by a combination of a primary policy plus an umbrella or following form excess policy. All insurance shall be with a carrier licensed in the state of Colorado and shall have a minimum A.M. Best rating of A- VII. Contractor shall furnish the District’s Risk Management Department with certificates of the required insurance prior to the District’s approval and signing of this Agreement, and with renewal certificates prior to the expiration of any required insurance that expires during the term of this Agreement. Memorandums of Insurance will not be accepted. Certificates of Insurance and all communication regarding insurance shall be addressed to: Poudre School District Attention: Risk Management 2407 Laporte Ave Ft. Collins, CO 80521 Please Email Certificates to: risk@psdschools.org mailto:risk@psdschools.org Poudre School District Strategic Sourcing Department – IFB 21-700-004 Page 17 Any insurance and/or self-insurance carried by the District is excess of the coverage extended to the District by Contractor. Contractor shall provide at least thirty (30) days’ advance written notice to the District prior to cancellation, change of coverage, or non- renewal. The insurance requirements specified in this section shall not reduce the indemnification liability that Contractor has assumed in section 9.1. Commercial General Liability Minimum Limits a. Each Occurrence Limit $2,000,000 b. General Aggregate $3,000,000 c. Products/Completed Operations Aggregate $3,000,000 d. Personal/Advertising Injury $2,000,000 e. Fire Damage (Any One Fire) $50,000 f. Medical Payments (Any One Person) $5,000 g. The policy shall provide for bodily injury and property damage, Premises and Operations, Products/Completed Operations, Personal/Advertising Injury and liability assumed under and insured contract (including defense costs). h. The policy shall be endorsed to include the following additional insured language: “Poudre School District R-1, its elected officials, employees, agents, and volunteers shall be named as an additional insured with respect to liability arising out of the activities performed by, or on behalf of the Contractor” and shall be insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. Copy of policy endorsement must be attached to the Certificate of Insurance. i. Completed Operations Coverage shall be kept in place for up to the statute of repose. Contractor's Pollution Liability, Including Errors and Omissions (If work involves potential pollution risk or losses caused by pollution conditions, including asbestos). For losses caused by pollution conditions including coverage for bodily injury, property damage, (including natural resource damage), cleanup costs, removal, storage, disposal, and or use of the pollutant; and defense costs, including costs and expenses incurred in the investigation, defense, or settlement of claims. Coverage shall apply to the sudden and gradual pollution conditions resulting from the escape or release of smoke, vapors, fumes, acids alkalis, toxic chemicals, liquids, or gases, natural gas, waste materials, or other irritants, contaminants, or pollutants (including asbestos). and cleanup costs that arise from the operations of the Contractor as described in the Scope of Services section of this Agreement. Minimum Limits a. Per Loss $5,000,000 b. Products/Completed Operations Aggregate $5,000,000 c. The policy shall provide for protection against claims for third-party bodily injury, property damage, or environmental damage caused by pollution conditions resulting from the Contractor’s contracting activities for which the Contractor is legally liable. d. The policy shall provide for cleanup costs when mandated by governmental entities, when required by law, or as a result of third-party claims. Poudre School District Strategic Sourcing Department – IFB 21-700-004 Page 18 e. The policy shall be endorsed to include the following additional insured language: “Poudre School District R-1, its elected officials, employees, agents, and volunteers shall be named as an additional insured with respect to liability arising out of the activities performed by, or on behalf of the Contractor” and shall be insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. Copy of policy endorsement must be attached to the Certificate of Insurance. f. Contractor warrants that any retroactive date under the policy shall precede the effective date of this Agreement; and that either continuous coverage will be maintained, or an extended discovery period will be exercised for a period of three (3) years beginning at the time work under this Agreement is completed. Commercial Automobile Liability Providing Coverage for Owned, Non-Owned, and Leased or Hired Vehicles a. Bodily Injury & Property Damage Combined Single Limit Minimum $1,000,000 b. If Contractor operates vehicles in performing any services under this Contract, the policy shall be endorsed to include the following additional insured language: “Poudre School District R-1, its elected officials, employees, agents, and volunteers shall be named as an additional insured with respect to liability arising out of the activities performed by, or on behalf of the Contractor” and shall be insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. Copy of policy endorsement must be attached to the Certificate of Insurance. Workers’ Compensation and Employers’ Liability If Contractor is exempt under the Colorado Workers’ Compensation Act, this requirement will be waived if proof a current Workers’ Compensation Coverage Rejection is on file with the Colorado Department of Labor and Employment, Division of Worker’s Compensation and a copy is submitted to the District. Minimum Limits a. State of Colorado Statutory b. Employer’s Liability $500,000 Each Accident $500,000 Disease – Policy Limit $500,000 Disease – Each Employee c. Waiver of subrogation in favor of Poudre School District R-1. 9.1 Indemnification Contractor shall indemnify and hold harmless the District and the District’s Board members, employees, representatives, and agents from and against any and all liability arising from any suit, action, grievance, charge or proceeding brought in connection with or related to Contractor’s operations, provision of Services and/or conduct of any of its employees, volunteers, agents, or representatives. The indemnification and hold harmless obligation hereunder shall include all attorney fees, costs and expenses incurred by the District and/or the District’s Board Poudre School District Strategic Sourcing Department – IFB 21-700-004 Page 19 members, employees, representatives and/or agents in defense of said suits, actions, grievances, charges and/or proceedings. Nothing in this section or otherwise in this Agreement shall be construed in any way or applied in any manner as a compromise or waiver of the District’s rights and protections under the Colorado Constitution or the Colorado Governmental Immunity Act. Poudre School District Strategic Sourcing Department – IFB 21-700-004 Page 20 10.0 REFERENCES References are required. List three (3) references for which your company has completed similar services for projects of similar scope. Colorado K-12 public school references are preferred. 10.1 Company Name Address Contact Person Telephone Email Describe type of work/service performed or items supplied 10.2 Company Name Address Contact Person Telephone Email Describe type of work/service performed or items supplied 10.3 Company Name Address Contact Person Telephone Email Describe type of work/service performed or items supplied Poudre School District Strategic Sourcing Department – IFB 21-700-004 Page 21 11.0 BID CERTIFICATION FORM IFB 21-700-004 Bids must be submitted and received in BidNet’s electronic solicitation portal on or before 2:00 p.m. MST on April 27, 2021. The undersigned hereby affirms that: • He/she is a duly authorized agent of the company issuing this bid and that all information provided in the bid is true and accurate. • He/she has read the conditions and technical specifications, which were made available to the company in conjunction with this solicitation, and fully understands and accepts these terms unless specific variations have been expressly listed in the bid. • The company will adhere to all terms and conditions and provide, at a minimum, all services as expressed in the solicitation and/or the company’s bid responding to the solicitation. • The company meets or exceeds all the required criteria as specified by this solicitation, or if not, has submitted a Justification for Consideration addressing any failure to meet the criteria. • The company’s bid is being offered independently of any other Contractor and in full compliance with the terms specified in Sections 2 and 3 of the solicitation. • The company will accept any awards made to it, contingent on agreement negotiation, as a result of this solicitation for a minimum of ninety (90) calendar days following the date and time of the solicitation opening. Company Name Mailing address Signature of Agent Printed Name Title E-mail address Phone number Contact Person (If different from Agent – include e-mail address and phone number) NOTE: Bids submitted without the signature of an authorized agent of the company may be considered non- responsive and ineligible for award. Poudre School District Strategic Sourcing Department – IFB 21-700-004 Page 22 12.0 BID FORM IFB 21-700-004 Poudre School District reserves the right to reject any or all bids or any parts thereof. Contractor agrees to furnish all labor and materials to complete the execution of the Scope described in the bid documents and addenda. 12.1 Base Bid Lump Sums Bennett Elementary Dollars ($____________________) Harris Bilingual Dollars ($____________________) Kruse Elementary Dollars ($____________________) Laurel Elementary Dollars ($____________________) Putnam Elementary Dollars ($____________________) 12.2 Alternate Pricing Bennett Elementary Alternate #1: New hallway carpeting Dollars ($____________________) Laurel Elementary Alternate #1: Ceramic wall tile Dollars ($____________________) Laurel Elementary Alternate #2: Exhaust fan to be controlled by the building automation system Dollars ($____________________) Putnam Elementary Alternate #1: New hallway carpeting Dollars ($____________________) Poudre School District Strategic Sourcing Department – IFB 21-700-004 Page 23 12.3 Confirmation of Addenda receipt It is the responsibility of the Contractor to confirm all project Addenda have been received. The modifications to the bid documents noted in the Addenda issued by Poudre School District have been considered and costs are incorporated in the pricing above. Q&A/Addendum # Dated Signature Q&A/Addendum # Dated Signature Q&A/Addendum # Dated Signature Q&A/Addendum # Dated Signature 12.4 Schedule Confirmation The undersigned Contractor agrees to achieve completion of the project(s) by August 10, 2021 with a start date as early as June 1, 2021. There is no early incentive offered by the District. Company Name Authorized Agent’s Name Authorized Agent’s Signature Date Poudre School District Strategic Sourcing Department – IFB 21-700-004 Page 24 EXHIBIT A – SAMPLE CONTRACT Construction Services Page 1 of 14 Last updated 12/9/2020 LIMITED SCOPE AGREEMENT FOR PROVISION OF PROFESSIONAL SERVICES, CONSTRUCTION SERVICES, AND/OR MATERIALS THIS AGREEMENT, effective the __ day of __________, 202_, by and between Poudre School District R-1, hereinafter referred to as the "District,” and _____________________, hereinafter referred to as the "Contractor,” for the following project: IFB # 21-XXX-XXX________________________________ WITNESSETH THAT: WHEREAS, the District is desirous of engaging the services of the Contractor for purposes of obtaining the Contractor's expertise in the areas of construction and/or to provide certain materials for the above project; and WHEREAS, the Contractor has agreed to provide such services and/or materials under certain terms and conditions as hereinafter set forth; and WHEREAS, the services and/or materials to be provided by the Contractor are to be limited to the services which are more fully described herein; and WHEREAS, the parties hereto wish to memorialize, in writing, the terms of their agreements and understandings with regard to the rights and obligations of the District and the Contractor in connection therewith. NOW, THEREFORE, in consideration of the covenants and promises hereinafter set forth, the parties hereto agree as follows: 1. The Contractor will provide the services which are described herein and contemplated to be provided by the Contractor in fulfillment of the project of the District, and in accordance with the scope of services, including the project scope and specifications, set forth in the District’s Invitation for Bid (IFB) #21-XXX-XXX, which is attached as “Exhibit 1” and incorporated herein by reference. The provisions of this Agreement shall prevail in the event of conflict between this Agreement and any Exhibit hereto or any purchase order associated herewith. 2. The Contractor shall perform the services in a professional manner and in conformity with all applicable federal, state, county, and local municipal or regulatory statutes, ordinances, codes, standards, directives, rules, and regulations. The Contractor shall indemnify and hold harmless the District and the District’s Board members, employees, representatives and agents from and against any and all liability arising from any suit, action, grievance, charge or proceeding brought in connection with or related to: (a) the Contractor’s operations; (b) the Contractor’s provision of the Services; (c) the Contractor’s actual or Construction Services Page 2 of 14 Last updated 12/9/2020 alleged infringement of any third party’s patent or copyright; and/or (d) the conduct of any of the Contractor’s employees, volunteers, agents or representatives. The indemnification and hold harmless obligation hereunder shall include all attorney fees, costs and expenses incurred by the District and/or the District’s Board members, employees, representatives and/or agents in defense of said suits, actions, grievances, charges and/or proceedings. Nothing in this section or otherwise in this Agreement shall be construed in any way or applied in any manner as a compromise or waiver of the District’s rights and protections under the Colorado Constitution or the Colorado Governmental Immunity Act. Any materials obtained or provided by the Contractor hereunder shall be of good quality and sufficient for the project and/or the District’s needs. 3. The District shall provide the Contractor with complete information concerning the project and shall allow the Contractor the opportunity to review all necessary and reasonable documents concerning the project. 4. The Contractor shall not be liable for the District's use of materials prepared by the Contractor if the District's use is beyond the scope of the project. 5. Changes in the nature and scope of the services to be provided by the Contractor pursuant to this Agreement shall be as agreed upon in writing from time to time by the Contractor and the District. Any material changes in the nature of the services to be provided by the Contractor must first be reduced to writing and executed by the District and Contractor. 6. This Agreement may be terminated by either of the parties hereto upon seven (7) days written notice to the other party if either party should fail to substantially perform its obligations pursuant to this Agreement. If not so terminated, this Agreement shall continue until the services (as set forth in the scope of services) have been completed, but in any event, no later than __________________________. 6.1. Notwithstanding the provisions of section 6, the District may terminate this Agreement at any time in its sole discretion for any reason, with or without cause, upon written notice served on the Contractor no less than thirty (30) days prior to the date of termination. In the event of such early termination by the District, the Contractor shall be paid up to the date of termination for services performed under and in accordance with this Agreement. 7. The compensation to be paid by the District to the Contractor shall be $__________________, subject to early termination of this Agreement as described in section 6. 8. For all purposes, the Contractor is an independent contractor of the District and not an employee. This Agreement shall not be deemed to create any partnership or joint venture or other enterprise between the parties or any employer-employee relationship and is executed, in part, to rebut the presumptions set forth in Sec. 8-40-202(2), C.R.S. 8.1. The Contractor shall be responsible for obtaining the Contractor's own workers' compensation, medical, health, unemployment and other insurance and coverage as Construction Services Page 3 of 14 Last updated 12/9/2020 contractor deems necessary or as may be required by law. The Contractor is required to make appropriate filings with federal, state, and local taxing authorities to include income tax, social security, Medicare, and other payments. No federal or state withholdings shall be made by the District on any compensation paid to the Contractor and for services rendered under this Agreement. 9. In the event of any dispute or claim arising under or related to this Agreement, the parties shall use their best efforts to settle such dispute or claim through good faith negotiations with each other. If such dispute or claim is not settled through negotiations within 30 days after the earliest date on which one party notifies the other party in writing of its desire to attempt to resolve such dispute or claim through negotiations, then the parties agree to attempt in good faith to settle such dispute or claim by mediation conducted under the auspices of a recognized established mediation service within the State of Colorado. Such mediation shall be conducted within 60 days following either party's written request therefor. If such dispute or claim is not settled through mediation, then either party may initiate a civil action in the state courts of Larimer County, Colorado. No such action shall be removed to any other court or jurisdiction. The prevailing party in such court action shall be entitled to collect, as part of any judgment entered, its reasonable expert witness and attorneys' fees and costs. 10. The Contractor agrees to procure and maintain, at its sole expense, all licenses or registrations necessary for doing business within the applicable governing jurisdictions that may regulate the performance of the work set forth in this Agreement and any attached Exhibits or Attachments, except in those instances when the District is required to procure them due to ownership of the building, structure, or property. 11. The Contractor shall procure and maintain the required insurance specified in Section 8.0 of IFB 21-XXX-XXX, attached as Exhibit 1 by reference. 12. This Agreement shall be governed by and construed in accordance with the laws of the State of Colorado. 13. Contractor shall maintain documentation of services provided to the District under the terms of this Agreement and said information shall be available to the District at any time upon request. The District's representative shall monitor and coordinate the performance of the terms of this Agreement. The Contractor agrees to coordinate activities under this Agreement with the District's representative, (Name)_____________, (Title) __________. 14. Performance and Payment Bond. Colorado State Statues require Performance Bond and a Payment Bond on public construction projects of more than $50,000.00. Contractor is required to post bonds, executed by a surety company authorized to do business in the State of Colorado, upon notification of bid award. Performance and Payment bonds will each be equal to 100% of contract price and must remain in effect until completion of contract. 14.1. Both the Performance Bond and the Payment Bond shall be written on AIA A312 Performance Bond and AIA A312 Payment Bond Forms, as issued by The American Construction Services Page 4 of 14 Last updated 12/9/2020 Institute of Architects. Dates of bonds shall coincide with the date of the Contract between the Owner and the Contractor. Substitute forms may not be used. REQUIRED:  YES  NO 15. Immigrant Worker Regulation. See Attachment A. The Contractor agrees to comply with, sign, and return Attachment A, "Immigrant Worker Regulation." REQUIRED:  YES  NO 16. Asbestos Hazardous Material Clause. See Attachment B. The Contractor agrees to comply with, sign, and return Attachment B, "Asbestos Hazardous Material Clause - Protection of Persons or Property." REQUIRED:  YES  NO 17. Lead-Based Paint Material Clause. See Attachment C. The Contractor agrees to comply with, sign, and return Attachment C, "Lead Paint Renovation, Repair, & Painting Recordkeeping Checklist." REQUIRED:  YES  NO 18. Stormwater Management Permit. See Attachment D. The Contractor agrees to comply with Attachment D, "Stormwater Management Permit." REQUIRED:  YES  NO 19. All notices, requests, demands, and other communications required or permitted under this Agreement shall be in writing and shall be deemed to have been duly given when served if served personally, or on the third day after mailing if mailed by first class mail, registered or certified, postage prepaid, and properly addressed to the party to whom notice is to be given as set forth below. To the District: Earl Smith, Director of Construction Services Poudre School District R-1 2445 Laporte Avenue Fort Collins, CO 80521 To the Contractor: Name Firm Address City, State & Zip Construction Services Page 5 of 14 Last updated 12/9/2020 IN WITNESS WHEREOF, the parties’ authorized representatives have executed this Agreement, effective the date first above written. POUDRE SCHOOL DISTRICT R-1 By: Title: Director of Construction Services Date: CONTRACTOR By: Title: Date: ALL CONTRACTS MUST BE APPROVED PER DISTRICT POLICY DJA Poudre School District Policy DJA requires all contracts of $250,000 or more to have Board of Education approval. Contracts less than $250,000 must be approved by either the Superintendent, Executive Director of Finance, or authorized designee. This Contract is not valid until signed and dated below by an authorized person. Contractor is not authorized to begin performance until such time. If Contractor begins performing prior thereto, Poudre School District is not obligated to pay Contractor for such performance or for any goods and/or services provided hereunder. APPROVED: (Signature) (Printed name, title, and date) Construction Services Page 6 of 14 Last updated 12/9/2020 EXHIBIT 1 PROJECT SCOPE OF SERVICES Please refer to the following: Poudre School District's IFB # 21-XXX-XXX ________________ Project published to Bidnet on ______________________. Construction Services Page 7 of 14 Last updated 12/9/2020 ATTACHMENT A IMMIGRANT WORKER REGULATION 1. UNLAWFUL EMPLOYEES, CONTRACTORS AND SUBCONTRACTORS. Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Contract. Contractor shall not knowingly contract with a subcontractor that (a) knowingly employs or contracts with an illegal alien to perform work under this Contract or (b) fails to certify to the Contractor that the subcontractor will not knowingly employ or contract with an illegal alien to perform work under this contract. 2. VERIFICATION REGARDING ILLEGAL ALIENS. Contractor has verified or attempted to verify through participation in the basic pilot program of the State of Colorado that Contractor does not employ any illegal aliens or Contractor verifies that Contractor has not been accepted into the basic pilot program prior to entering into this Contract. Contractor further verifies that if Contractor has not been accepted into the basic pilot program of the State of Colorado, Contractor will apply to participate in the basic pilot program of the State of Colorado every three months until Contractor is accepted or this Contract is completed, whichever is earlier. If the Basic Pilot Program is discontinued, this provision shall not be required or be effective. 3. LIMITATION REGARDING BASIC PILOT PROGRAM. Contractor shall not use Basic Pilot Program procedures to undertake pre-employment screening of job applicants while performing this Contract. 4. DUTY TO TERMINATE A SUBCONTRACT; EXCEPTIONS. If Contractor obtains actual knowledge that a subcontractor performing work under this Contract knowingly employs or contracts with an illegal alien, the Contractor shall: 4.1 Notify the subcontractor and the District within three days that the Contractor has actual knowledge that the subcontractor is employing or contracting with an illegal alien: and, 4.2 Terminate the subcontract with the subcontractor if, within three days of receiving notice that the Contractor has actual knowledge that the subcontractor is employing or contracting with the illegal alien. The contractor shall not terminate the contract with the subcontractor if during the three days, the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. 5. DUTY TO COMPLY WITH STATE INVESTIGATION. Contractor shall comply with any reasonable request of the Colorado Department of Labor and Employment made in the course of an investigation pursuant to Section 8-17.5-102(5), C.R.S. 6. DAMAGES FOR BREACH OF CONTRACT. In addition to any other legal or equitable remedy, the District may be entitled to for a breach of this Contract, if the District terminates this Contract, in whole or in part, due to Contractor's breach of the obligations set forth above, Contractor shall be liable for actual and consequential damages to the District. Page 8 of 14 Last updated 12/9/2020 ATTACHMENT A - FORM CONTRACTOR'S CERTIFICATE REGARDING EMPLOYING OR CONTRACTING WITH AN ILLEGAL ALIEN FROM: (Contractor) TO: Poudre School District R-1 2407 Laporte Avenue Fort Collins, CO 80521 Project Name: IFB Number: Project Number: As the Contractor for the above-identified bid, I (we) do hereby certify that, as of the date of this certification, I (we) do not knowingly employ or contract with an illegal alien and the I (we) have participated in or attempted to participate in the basic pilot program of the State of Colorado in order to verify that I (we) do not employ any illegal aliens. Signed on , 20 Contractor Name By: Title: Page 9 of 14 Last updated 12/9/2020 ATTACHMENT B Asbestos Hazardous Material Clause - Protection of Persons or Property Asbestos-Containing Materials: 1. Notice is hereby given that Poudre School District, in accordance with the United States Environmental Protection Agency’s Asbestos Hazard Emergency Response Act, has completed federally mandated asbestos inspections of its facilities and that AHERA Inspection Reports and Management Plan Updates are available for review at each school facility and at the Department of Facility Services, Operations Service Center without cost or restriction for inspection during normal business hours. Copies can be made of such Plans at the normal copying charges established by the District. 1.1. If asbestos containing material (ACM) is discovered during construction, Contractor is to notify the Owner immediately for evaluation and removal. 2. NON-USE OF ASBESTOS CONTAINING MATERIAL 2.1. No asbestos or asbestos containing products shall be used in this construction or in any tools, devise, clothing or equipment used to affect this construction. Specific exceptions to this exclusion are as follows: vehicles with asbestos containing material (ACM) brake linings; elevator brake linings; laboratory muffle furnace with interior ACM insulation. 3. DEFINITION AND TESTING 3.1. Asbestos and/or asbestos-containing products shall be defined as all items containing chrysotile, crocidolite, amosite, anthophyllite, tremolite or actinolite. 3.2. Any or all material containing greater than one tenth of one percent (0.1%) asbestos shall be defined as ACM. 3.3. Any disputes involving the question of whether or not material contains asbestos shall be settled by electron microscopy; the costs of any such tests which confirm the presence of ACM shall be paid by the Contractor; if no ACM is found, the cost of such tests shall be borne by the Owner. 4. REMEDIATION 4.1. All work or materials found to contain asbestos or work or material installed with asbestos- containing equipment will be immediately rejected upon discovery and this Work will be remediated at no additional cost to the Owner. Such cost for remediation shall include, but is not limited to, cost of; the asbestos contractor, insurance, asbestos consultant, analytical and laboratory fees, and any other additional cost as may be incurred by Owner. 5. CERTIFICATION 5.1. The Contractor shall certify, on the Certification of Nonuse of Asbestos Form – Attachment B, that to the best of his knowledge no ACM was used as a building material in the construction of the Project. Attachment B is to be submitted in a separate folder with the closeout documents. Attachment B follows this section. 5.2. Certification required for final payment. Page 10 of 14 Last updated 12/9/2020 ATTACHMENT B - FORM CONTRACTORS/ARCHITECTS CERTIFICATION OF NON-USE OF ASBESTOS CONTAINING BUILDING MATERIAL PROJECT NAME: PROJECT NO. CONTRACTOR: CONSTRUCTION DATES: NOTICE TO PROCEED (START): SUBSTANTIAL COMPLETION DATE: SQUARE FEET: (BUILDING OR PROJECT AREA) I certify that for the project described above, to the best of my knowledge, no asbestos-containing material (ACM) was used as a building material in the construction of this project. Contractor’s Company Name Name & Title Signature Date I certify that for the project described above, to the best of my knowledge, no asbestos-containing material (ACM) was used as a building material in the construction of this project. Architect’s Company’s Name Name & Title Signature Date Page 11 of 14 Last updated 12/9/2020 ATTACHMENT C Lead-Based Paint Materials Clause – Protection of Persons or Property Lead-Based Paint Materials: 1. Notice is hereby given that Poudre School District, in accordance with the United States Environmental Protection Agency’s Lead Safety for Renovation, Repair, and Painting Rule has performed lead-based paint inspections of its elementary school facilities constructed prior to 1980. 2. Lead-Based Paint Evaluation Reports are available for review at each elementary school built prior to 1980 and at the Department of Facility Services, Operations Service Center without cost or restriction for inspection during normal business hours. Copies can be made of such reports at the normal copying charges established by the District. 3. In the event that lead-based paint materials or suspected lead-based paint materials are discovered in the area designated for construction, the Contractor assumes responsibility to notify to the District and all workmen of existing lead-based paint conditions. Notification shall be made on approved EPA Forms and includes posting of notices in accordance with EPA and OSHA Guidelines. The Contractor shall assume all responsibility for compliance with applicable codes and regulations regarding discovery and notification of the presence of lead- based paint material. 4. If suspect lead-based paint material is identified, the Contractor shall not continue until the District, upon proper notification from the Contractor or Subcontractor, has the suspected lead- based materials analyzed. This will be done promptly by the District. If the Contractor proceeds after notification by the District not to proceed, the Contractor shall become liable for all costs associated with the cleaning and clearance for occupancy (using clearance testing method set out by the RRP Rule Regulations) of the structure or site. 5. All Work impacting Lead-Based Paint shall be performed by firms and individuals certified in Lead Safety for Renovation, Repair, and Painting. A copy of the firm’s certification and a copy of certification of renovators shall be provided to the District within 10 days of contract issuance. The Contractor shall provide the District a copy of the Attachment – Lead Paint Renovation, Repair, and Painting Recordkeeping Checklist for each work area at project completion. Page 12 of 14 Last updated 12/9/2020 Review Conducted of Lead-Based Paint Evaluation Report for Facility to determine whether lead was present on components affected by work: (Signature REQUIRED) Work Impacted by Lead-Paint: NO remaining form) YES: (if YES complete ATTACHMENT C - FORM LEAD PAINT RENOVATION, REPAIR, & PAINTING RECORDKEEPING CHECKLIST Work Date(s): Facility: Work Area(s): Brief Description of Work: Name of Certified RRP Renovator (if used): □ Copies of RRP renovator qualifications (training certificates, certifications) on file or attached. □ Warning signs posted at entrance to work area. □ Work area contained to prevent spread of dust and debris. □ All objects in the work area removed or covered (interiors). □ HVAC ducts in the work area closed and covered (interiors). □ Windows in the work area sealed. □ Windows within 20 feet of the work area closed. □ Doors in the work area closed and sealed (interiors). □ Doors in and within 20 feet of the work area closed and sealed (exteriors). □ Doors that must be used in the work area covered to allow passage but prevent spread of dust. □ Floors in the work area covered with taped-down plastic (interiors). □ Ground covered by plastic extending 10 feet from work area. □ Vertical containment installed to prevent migration of dust and debris to adjacent areas. □ All visible debris HEPA vacuumed or cleaned with wet cloths, protective sheeting misted, folded dirty side inward, and taped for disposal in exterior dumpster. □ TCLP performed of waste streams greater than 220 lbs. Results (attach lab report): □ Certified Renovator performed EPA Post-Renovation Cleaning Verification Card (describe results, time & date): □ Number of wet cloths used: □ Work Waste sealed with duct tape in appropriate trash bag and disposed of in exterior dumpster. (Signature REQUIRED): I certify under penalty of law that the above information is true and complete Page 13 of 14 Last updated 12/9/2020 ATTACHMENT D STORMWATER MANAGEMENT PERMIT 1. The Contractor is responsible for securing and paying for the State Stormwater Management Permit and/or local Stormwater Management Permit as may be required. 1.1. The contractor is responsible to ensure that all the requirements of either the State or local Stormwater Management Permit are strictly followed during construction. 1.2. The Contractor shall review and follow the District's Illicit Discharge reporting procedures in the event of an occurrence. 2. The District may engage a civil engineer to prepare an erosion control plan as part of the overall contract documents. 2.1. The Contractor can use or modify the contract document plan as necessary in their preparation of the Stormwater Management Permit application. However, this does not relieve the Contractor from preparing their own site specific plan for application submission if no plan is provided in the contract documents. 3. The District or designated District's representative may inspect the Stormwater Management plan, project site and Best Management Practices (BMPs) and communicate noted deficiencies for corrective measures at any time during the construction project. 3.1. The Contractor shall be fined up to $250 dollars per day in addition to any Federal, State or local fines until deficiencies are corrected. 3.2. The Contractor shall coordinate all inspections required by the State or authority having jurisdiction (AHJ). 4. The District's final acceptance of the project and Contractor de-mobilization does not relieve the Contractor of their responsibilities and duties as required in the permit, (i.e., maintain BMPs, regular and post-event inspections as defined in the permit, etc.) while it is still open. 4.1. Final acceptance of ground areas including permanent stormwater structures shall only occur after the required vegetation and stabilization has been established. 4.2. The Contractor is required to conduct monthly inspections of the site and BMPs during this warranty period and make corrective changes to the BMPs or add BMPs as needed. 5. The Contractor will notify the District in writing when they believe all vegetation and stabilization has reached the contract requirements and they want to close the Stormwater Management Permit. 5.1. The District must be allowed the opportunity to review the site and approve the contractor's request to close the permit. The Contractor cannot apply to close the Stormwater Management permit without the District's written approval. 5.2. It is the contractor's responsibility to remove and dispose of all BMPs after the Stormwater Management Permit has been closed. 6. The Contractor shall provide full-time, qualified, and efficient supervision of the work, using competent skill and attention. 6.1. The Contractor’s superintendent shall be knowledgeable and completed training in Page 14 of 14 Last updated 12/9/2020 Stormwater Management & Erosion Control and OSHA construction safety. 6.2. The superintendent shall be knowledgeable of all building codes that govern the construction of the project. 6.3. The superintendent shall direct, schedule, and coordinate the work. 6.4. The superintendent is responsible for determining and supervising all temporary and permanent erection and construction sequences, techniques, means and methods. 6.5. The superintendent shall coordinate the work to ensure that all parts fit together properly and in accordance with the Contract Documents. 6.6. The superintendent shall carefully study and compare all Contract Documents and other instructions and shall at once report to the Architect (if applicable) and the District any error, inconsistency, or omission which they may discover. Poudre School District Strategic Sourcing Department – IFB 21-700-004 Page 25 EXHIBIT B - BENNETT ELEMENTARY DRAWINGS 3- 25 -2 02 1 sheet ( 9 7 0 ) 6 6 3 - 0 5 4 8 Ke nn ey L ee ar ch ite ct ur e gr ou p, in c. c 2 02 1 k en ne y le e ar ch it ec tu re g ro up in c. C ol or ad o A R en ov at io n fo r: Fo rt C ol lin s E le m en ta ry S ch oo l 11 25 B en ne tt R oa d B en ne tt M-1.0 sheet ( 9 7 0 ) 6 6 3 - 0 5 4 8 Ke nn ey L ee ar ch ite ct ur e gr ou p, in c. c 2 02 1 k en ne y le e ar ch it ec tu re g ro up in c. C ol or ad o A R en ov at io n fo r: Fo rt C ol lin s E le m en ta ry S ch oo l 11 25 B en ne tt R oa d B en ne tt M-1.1 sheet ( 9 7 0 ) 6 6 3 - 0 5 4 8 Ke nn ey L ee ar ch ite ct ur e gr ou p, in c. c 2 02 1 k en ne y le e ar ch it ec tu re g ro up in c. C ol or ad o A R en ov at io n fo r: Fo rt C ol lin s E le m en ta ry S ch oo l 11 25 B en ne tt R oa d B en ne tt E-0.1 SWITCHES LEGEND OUTLETS DESIGNATIONS SOUND and SIGNALCIRCUITRY and RACEWAYS CONTROL DEVICE MOUNTING HEIGHT DETAIL sheet ( 9 7 0 ) 6 6 3 - 0 5 4 8 Ke nn ey L ee ar ch ite ct ur e gr ou p, in c. c 2 02 1 k en ne y le e ar ch it ec tu re g ro up in c. C ol or ad o A R en ov at io n fo r: Fo rt C ol lin s E le m en ta ry S ch oo l 11 25 B en ne tt R oa d B en ne tt E-1.0 GENERAL NOTES: Poudre School District Strategic Sourcing Department – IFB 21-700-004 Page 26 EXHIBIT C – HARRIS BILINGUAL DRAWINGS S102 -- STAIRWELL TOP OF FLOOR RO REMOVE EXISTING WALL STUDS FOR ROUGH OPENING 312" META L STUDS @ 16" VERIFY 3 1 2" NOT 358" 350S125-30 + 2- 350T125-30 ATTACH w/ 200L-30 AND 2 SCREWS EACH LEG 2- 3 50 S1 25 -3 0 + 35 0T 12 5- 30 2- 3 50 S1 25 -3 0 + 35 0T 12 5- 30 ATTACH w/ 200L-30 AND 2 SCREWS & 2- 14"Ø TAPCON ATTACH w/ 200L-30 AND 2 SCREWS & 2- 14"Ø TAPCON EXISTING WALL STUD, ATTACH TO NEW TRACK ASSEMBLE BUILT UP SECTIONS WITH 2 SCREWS @ 12" 1'-6" OPENING LIGHTGAGE HEADER EXISTING SUSPENDED CEILING IN BATHROOM 7'-6" AFF EXISTING STRUCTURE AND BRICK VENEER A/A100 EXISTING SUSPENDED CEILING IN CLASSROOM 10'-0" AFF 7' -4 " 3' 7' 4" TOILET RM NUM. ROOM NAME FRAME TYPES MAT'L LABEL THROATTYPE THICKMAT'L HEIGHT WIDTHLABEL DOOR TYPES TYPE WD TYPE DETAILS REMARKS 1 3/4" WD CUSTOM405A 7'-0" FINISH SCHEDULES 3'-0"NEW F1 WDNR NR DOOR HARDWARE LOCK SET HINGES DOOR STOP WALL PAINT (3) EA HINGES SBBL US32D IVE(1) EA PRIVACY LOCKSET ND40SRH O626, 6 PIN CORE (1) EA WALL STOP WS407 CCV US32D IVE (1 ) EA KICKPLATE 8400 10"X34" US32D IVE (1 )ONE SETTR405A KICK PLATE SILENCERS TR405A ONE COAT OF WHITE PRIMER DU-1507 PRO MAX, TWO COATS SEMI-GLOSS LAYTEX BASED DS1695 HEALTH KOTE OR APPROVED EQUAL, ALL WALLS AND CEILING VCT 405A VCT MATCH EXISTING WD SHOP DRAWING REQUIRED AutoCAD SHX Text SILLHT AutoCAD SHX Text SILLHT AutoCAD SHX Text SILLHT AutoCAD SHX Text 889 sq ft AutoCAD SHX Text CLASSROOM AutoCAD SHX Text 220 AutoCAD SHX Text 217 AutoCAD SHX Text 845 sq ft AutoCAD SHX Text CLASSROOM AutoCAD SHX Text 219 AutoCAD SHX Text 926 sq ft AutoCAD SHX Text CLASSROOM AutoCAD SHX Text 216 AutoCAD SHX Text 218 AutoCAD SHX Text STAIRWELL AutoCAD SHX Text S100 AutoCAD SHX Text 658 sq ft AutoCAD SHX Text CLASSROOM AutoCAD SHX Text 213 AutoCAD SHX Text 780 sq ft AutoCAD SHX Text CLASSROOM AutoCAD SHX Text 212 AutoCAD SHX Text 782 sq ft AutoCAD SHX Text CLASSROOM AutoCAD SHX Text 211 AutoCAD SHX Text 659 sq ft AutoCAD SHX Text CLASSROOM AutoCAD SHX Text 210 AutoCAD SHX Text 209 AutoCAD SHX Text 208 AutoCAD SHX Text 644 sq ft AutoCAD SHX Text CLASSROOM AutoCAD SHX Text 207 AutoCAD SHX Text 1,015 sq ft AutoCAD SHX Text CLASSROOM AutoCAD SHX Text 206 AutoCAD SHX Text 828 sq ft AutoCAD SHX Text CLASSROOM AutoCAD SHX Text 203 AutoCAD SHX Text STAIRWELL AutoCAD SHX Text S203 AutoCAD SHX Text 215A AutoCAD SHX Text 141 sq ft AutoCAD SHX Text ADMIN AutoCAD SHX Text 215 AutoCAD SHX Text 215B AutoCAD SHX Text STAIRWELL AutoCAD SHX Text S204 AutoCAD SHX Text 206 AutoCAD SHX Text 645 sq ft AutoCAD SHX Text CLASSROOM AutoCAD SHX Text 202 AutoCAD SHX Text 202C AutoCAD SHX Text 214 AutoCAD SHX Text STAIRWELL AutoCAD SHX Text S201 AutoCAD SHX Text 426 sq ft AutoCAD SHX Text ADMIN AutoCAD SHX Text 204 AutoCAD SHX Text 204 AutoCAD SHX Text 205 AutoCAD SHX Text 20A AutoCAD SHX Text 900 sq ft AutoCAD SHX Text CLASSROOM AutoCAD SHX Text 205 AutoCAD SHX Text 149 sq ft AutoCAD SHX Text ADMIN AutoCAD SHX Text 200B AutoCAD SHX Text 195 sq ft AutoCAD SHX Text ADMIN AutoCAD SHX Text 200A AutoCAD SHX Text 462 sq ft AutoCAD SHX Text ADMIN AutoCAD SHX Text 200 AutoCAD SHX Text 124 sq ft AutoCAD SHX Text ADMIN AutoCAD SHX Text 200D AutoCAD SHX Text 203 AutoCAD SHX Text ADMIN AutoCAD SHX Text 223B AutoCAD SHX Text STAIRWELL AutoCAD SHX Text S200 AutoCAD SHX Text 223A AutoCAD SHX Text 174 sq ft AutoCAD SHX Text FACILITIES AutoCAD SHX Text 223 AutoCAD SHX Text 729 sq ft AutoCAD SHX Text FACILITIES AutoCAD SHX Text X200 AutoCAD SHX Text 983 sq ft AutoCAD SHX Text CLASSROOM AutoCAD SHX Text 222 AutoCAD SHX Text 779 sq ft AutoCAD SHX Text CLASSROOM AutoCAD SHX Text 221 AutoCAD SHX Text 139 sq ft AutoCAD SHX Text BOYS AutoCAD SHX Text R202 AutoCAD SHX Text 160 sq ft AutoCAD SHX Text GIRLS AutoCAD SHX Text R200 AutoCAD SHX Text E100 AutoCAD SHX Text 897 sq ft AutoCAD SHX Text CLASSROOM AutoCAD SHX Text 111 AutoCAD SHX Text 892 sq ft AutoCAD SHX Text CLASSROOM AutoCAD SHX Text 110 AutoCAD SHX Text 931 sq ft AutoCAD SHX Text CLASSROOM AutoCAD SHX Text 107 AutoCAD SHX Text 108 AutoCAD SHX Text 108 AutoCAD SHX Text 108A AutoCAD SHX Text 108B AutoCAD SHX Text 236 sq ft AutoCAD SHX Text FACILITIES AutoCAD SHX Text 104A AutoCAD SHX Text 103A AutoCAD SHX Text 1,445 sq ft AutoCAD SHX Text MEDIA AutoCAD SHX Text 103 AutoCAD SHX Text 332 sq ft AutoCAD SHX Text FACILITIES AutoCAD SHX Text 104 AutoCAD SHX Text 104B AutoCAD SHX Text STAIRWELL AutoCAD SHX Text S204 AutoCAD SHX Text STAIRWELL AutoCAD SHX Text S103 AutoCAD SHX Text STAIRWELL AutoCAD SHX Text S200 AutoCAD SHX Text 105 AutoCAD SHX Text 140 sq ft AutoCAD SHX Text BOYS AutoCAD SHX Text R103 AutoCAD SHX Text 161 sq ft AutoCAD SHX Text GIRLS AutoCAD SHX Text R101 AutoCAD SHX Text 661 sq ft AutoCAD SHX Text CLASSROOM AutoCAD SHX Text 102 AutoCAD SHX Text 102A AutoCAD SHX Text 100A AutoCAD SHX Text 101A AutoCAD SHX Text 100A AutoCAD SHX Text 652 sq ft AutoCAD SHX Text CLASSROOM AutoCAD SHX Text 100 AutoCAD SHX Text 434 sq ft AutoCAD SHX Text CLASSROOM AutoCAD SHX Text 106 AutoCAD SHX Text STAIRWELL AutoCAD SHX Text S203 AutoCAD SHX Text 105B AutoCAD SHX Text 105A AutoCAD SHX Text 105 AutoCAD SHX Text STAIRWELL AutoCAD SHX Text S101 AutoCAD SHX Text 115 AutoCAD SHX Text 187 sq ft AutoCAD SHX Text ADMIN AutoCAD SHX Text 114C AutoCAD SHX Text 114B AutoCAD SHX Text 153 sq ft AutoCAD SHX Text ADMIN AutoCAD SHX Text 114A AutoCAD SHX Text 3,743 sq ft AutoCAD SHX Text FLEX AutoCAD SHX Text 114 AutoCAD SHX Text 113A AutoCAD SHX Text 1,221 sq ft AutoCAD SHX Text KITCHEN AutoCAD SHX Text 113 AutoCAD SHX Text 198 sq ft AutoCAD SHX Text FACILITIES AutoCAD SHX Text 108 AutoCAD SHX Text 535 sq ft AutoCAD SHX Text CLASSROOM AutoCAD SHX Text 112 AutoCAD SHX Text R100 AutoCAD SHX Text STAIRWELL AutoCAD SHX Text S100 AutoCAD SHX Text 196 sq ft AutoCAD SHX Text BOYS AutoCAD SHX Text R104 AutoCAD SHX Text 196 sq ft AutoCAD SHX Text GIRLS AutoCAD SHX Text R105 AutoCAD SHX Text MAIN ENTRANCE AutoCAD SHX Text MAIN LEVEL AutoCAD SHX Text LOWER LEVEL AutoCAD SHX Text POUDRE SCHOOL DISTRICT AutoCAD SHX Text Revision AutoCAD SHX Text No. AutoCAD SHX Text Date AutoCAD SHX Text PLAN VIEW AutoCAD SHX Text Sheet Title: AutoCAD SHX Text Scale AutoCAD SHX Text Project AutoCAD SHX Text Date AutoCAD SHX Text Sheet AutoCAD SHX Text A100 AutoCAD SHX Text NTS AutoCAD SHX Text KEY PLAN AutoCAD SHX Text AREA AutoCAD SHX Text WORK AutoCAD SHX Text 1 AutoCAD SHX Text 2 AutoCAD SHX Text 3 AutoCAD SHX Text FORT COLLINS, CO 80524 AutoCAD SHX Text 501 ELIZABETH STREET AutoCAD SHX Text HARRIS ELEMENTARY SCHOOL AutoCAD SHX Text VARIES AutoCAD SHX Text WALL TYPE AutoCAD SHX Text B AutoCAD SHX Text WALL ASSEMBLY: 5" NOMINAL WALL, 5/8"GYP, SOUND ATTENUATION INSULATION AND METAL 20 GA STUDS 16" OC. TAPE DRYWALL TO A LEVEL 4, PRIME AND PAINT. COLOR TBD. AutoCAD SHX Text KEY NOTES: PRIME AND PAINT ALL (N) WORK AND INTERIOR WALLS IN RM 204.1. INSTALL NEW WOOD 1 3/4" SOLID CORE DOOR/FRAME/WOOD TRIM/HARDWARE/CONSTRUCT CUSTOM WOOD 5" JAMB, STAIN ALL TO MATCH (E) DOORS. DOOR HEADER ABOVE SEE A/A100. THIS IS NON LOAD BEARING RELOCATE (E) WOOD WARDROBE AND INSTALL AT WEST END OF (E) CASEWORK. REPAIR (E) LAMINATE END CAPS WHERE WARDROBE WAS REMOVED RELOCATE CO-AXE AND (E) SWITCHES HERE LIGHT GAGE CROSS SECTIONS RELOCATED LIGHT SWITCH, 120V, 20A. SINGLE POLE. TOP OF BOX 48" AFF. COVER PLATE SMOOTH WHITE STEEL. CONTRACTOR TO MAINTAIN (E) FAN AND LIGHTING SEQUENCING. 24X48 CHANGING TABLE BY OWNER CONTRACTOR INSTALLED. THIS PORTION OF THE WALL IS RECESSED 2" TO ACCOMMODATE TABLE FV 7'-2" BEFORE MODIFYING THE WALL. THE WALL MAY NOT HAVE TO BE RECESSED, AutoCAD SHX Text 01/26/2021 AutoCAD SHX Text DOOR REPLACEMENT AutoCAD SHX Text TR AutoCAD SHX Text OCC 1/65 SQ FT AutoCAD SHX Text 405.A AutoCAD SHX Text 0 AutoCAD SHX Text 1 AutoCAD SHX Text 2 AutoCAD SHX Text SCALE IN FEET AutoCAD SHX Text 4 AutoCAD SHX Text PARTIAL FLOOR PLAN AutoCAD SHX Text 900 SQ FT AutoCAD SHX Text CLASS RM AutoCAD SHX Text 205 AutoCAD SHX Text B AutoCAD SHX Text 1 AutoCAD SHX Text 1 AutoCAD SHX Text 1 AutoCAD SHX Text 1 AutoCAD SHX Text 1 AutoCAD SHX Text 4 AutoCAD SHX Text WD AutoCAD SHX Text F1 AutoCAD SHX Text 2 AutoCAD SHX Text 2 AutoCAD SHX Text SCALE 3/4" = 1'-0" AutoCAD SHX Text SCALE 3/4" = 1'-0" AutoCAD SHX Text NEW CASING AutoCAD SHX Text NEW WOOD DOOR AutoCAD SHX Text A AutoCAD SHX Text A100 AutoCAD SHX Text A AutoCAD SHX Text A100 AutoCAD SHX Text C AutoCAD SHX Text D AutoCAD SHX Text B AutoCAD SHX Text 0 AutoCAD SHX Text 1 AutoCAD SHX Text 2 AutoCAD SHX Text SCALE IN FEET AutoCAD SHX Text 4 AutoCAD SHX Text PARTIAL FLOOR PLAN AutoCAD SHX Text WALL OPENING AutoCAD SHX Text A AutoCAD SHX Text WALL ASSEMBLY: 5" NOMINAL WALL, 5/8"GYP, SOUND ATTENUATION INSULATION AND METAL 20 GA STUDS 16" OC. TAPE DRYWALL TO A LEVEL 4, PATCH AS REQUIRED, PRIME AND PAINT. COLOR PER SCHEDULE. SEE A/A100 AND HEADER DETAIL A THIS SHEET AutoCAD SHX Text 5 AutoCAD SHX Text 5 AutoCAD SHX Text A AutoCAD SHX Text HEADER WALL SECTION AutoCAD SHX Text SCALE 1/2" = 1'-0" AutoCAD SHX Text WALL SECTION AutoCAD SHX Text SCALE 1/2" = 1'-0" AutoCAD SHX Text A AutoCAD SHX Text PERMIT SET AutoCAD SHX Text 6 AutoCAD SHX Text 6 AutoCAD SHX Text 6 AutoCAD SHX Text 6 AutoCAD SHX Text 7 AutoCAD SHX Text 8 AutoCAD SHX Text 8 AutoCAD SHX Text 02/02/2021 AutoCAD SHX Text 4 AutoCAD SHX Text 4 AutoCAD SHX Text 9 AutoCAD SHX Text 9 AutoCAD SHX Text 10 AutoCAD SHX Text 10 AutoCAD SHX Text 10 Poudre School District Strategic Sourcing Department – IFB 21-700-004 Page 27 EXHIBIT D – KRUSE ELEMENTARY DRAWINGS 3- 25 -2 02 1 sheet ( 9 7 0 ) 6 6 3 - 0 5 4 8 Ke nn ey L ee ar ch ite ct ur e gr ou p, in c. c 2 02 1 k en ne y le e ar ch it ec tu re g ro up in c. C ol or ad o A R en ov at io n fo r: Fo rt C ol lin s E le m en ta ry S ch oo l 44 00 M cM ur ry A ve . K ru se M-1.0 sheet ( 9 7 0 ) 6 6 3 - 0 5 4 8 Ke nn ey L ee ar ch ite ct ur e gr ou p, in c. c 2 02 1 k en ne y le e ar ch it ec tu re g ro up in c. C ol or ad o A R en ov at io n fo r: Fo rt C ol lin s E le m en ta ry S ch oo l 44 00 M cM ur ry A ve . K ru se M-1.1 sheet ( 9 7 0 ) 6 6 3 - 0 5 4 8 Ke nn ey L ee ar ch ite ct ur e gr ou p, in c. c 2 02 1 k en ne y le e ar ch it ec tu re g ro up in c. C ol or ad o A R en ov at io n fo r: Fo rt C ol lin s E le m en ta ry S ch oo l 44 00 M cM ur ry A ve . K ru se E-0.1 SWITCHES LEGEND OUTLETS DESIGNATIONS SOUND and SIGNALCIRCUITRY and RACEWAYS CONTROL DEVICE MOUNTING HEIGHT DETAIL sheet ( 9 7 0 ) 6 6 3 - 0 5 4 8 Ke nn ey L ee ar ch ite ct ur e gr ou p, in c. c 2 02 1 k en ne y le e ar ch it ec tu re g ro up in c. C ol or ad o A R en ov at io n fo r: Fo rt C ol lin s E le m en ta ry S ch oo l 44 00 M cM ur ry A ve . K ru se E-1.0 GENERAL NOTES: Poudre School District Strategic Sourcing Department – IFB 21-700-004 Page 28 EXHIBIT E – LAUREL ELEMENTARY DRAWINGS FLAG NOTES: RevisionNo. Date Sheet Title: Scale Project Date Sheet P101 EC REST ROOM PLUMBING PLAN PLUMBING REMODEL PLAN KEY PLAN 01/29/21 01-29-21 PERMIT SET AutoCAD SHX Text OFFICE AutoCAD SHX Text 407 AutoCAD SHX Text CLASSROOM AutoCAD SHX Text FLEX AutoCAD SHX Text 401.5 AutoCAD SHX Text KITCHEN AutoCAD SHX Text STORAGE AutoCAD SHX Text -- AutoCAD SHX Text (E) GREASE TRAP AutoCAD SHX Text (E) VTR AutoCAD SHX Text (E) GCO AutoCAD SHX Text (E) GCO AutoCAD SHX Text (E) SINK AutoCAD SHX Text (N) " DHWC12" DHWC AutoCAD SHX Text 1 AutoCAD SHX Text 2 AutoCAD SHX Text 1 " DCW 14" DCW W/ SA-1SA-1 AutoCAD SHX Text 4 AutoCAD SHX Text TOILET RM. AutoCAD SHX Text -- AutoCAD SHX Text LAV-1 AutoCAD SHX Text WCO AutoCAD SHX Text BALANCING VALVE, TYP. (2) AutoCAD SHX Text 1 " V12" V AutoCAD SHX Text 2" V AutoCAD SHX Text CLASSROOM AutoCAD SHX Text 408 AutoCAD SHX Text KITCHEN AutoCAD SHX Text 402 AutoCAD SHX Text (E) " DHW DN, 12" DHW DN, (E) " DCW DN12" DCW DN AutoCAD SHX Text WC-1 AutoCAD SHX Text FD-1 AutoCAD SHX Text 1. EXTEND DHWC PIPE DOWN TO CONNECT TO DHW PIPE WITHIN EXTEND DHWC PIPE DOWN TO CONNECT TO DHW PIPE WITHIN 24" OF THE LAVATORY FIXTURE CONNECTION PER THE 2018 IECC. 2. INSTALL BALANCING VALVES IN AN ACCESSIBLE LOCATION INSTALL BALANCING VALVES IN AN ACCESSIBLE LOCATION ABOVE THE CEILING. BALANCE NEW BRANCH FOR GPM. 12 GPM. . BALANCE EXISTING BRANCH TO REMAINING FLOW OF THE CIRCULATOR PUMP. 3. CONNECT TO EXISTING 4" W BELOW THE FLOOR IN THIS AREA. CONNECT TO EXISTING 4" W BELOW THE FLOOR IN THIS AREA. CONTRACTOR TO FIELD VERIFY LOCATION & INVERT ELEVATION PRIOR TO THE START OF WORK. COORDINATE W/ G.C. FOR FLOOR CUTTING AND PATCHING. 4. INSTALL SHOCK ABSORBER WITH SHUTOFF VALVE FOR FUTURE INSTALL SHOCK ABSORBER WITH SHUTOFF VALVE FOR FUTURE MAINTENANCE. INSTALL IN WALL, SHOWN OFFSET FOR CLARITY. COORDINATE W/ THE G.C. TO PROVIDE A PAINTED ACCESS PANEL IN THE WALL ABOVE THE TILE, RE: ARCHITECTURAL. COLOR BY ARCHITECT. AutoCAD SHX Text # AutoCAD SHX Text POUDRE SCHOOL DISTRICT AutoCAD SHX Text SCALE: 1/4" = 1'-0" AutoCAD SHX Text N AutoCAD SHX Text 0 AutoCAD SHX Text 4' AutoCAD SHX Text 8' AutoCAD SHX Text 4' AutoCAD SHX Text FORT COLLINS, CO 80524 AutoCAD SHX Text 1000 LOCUST STREET AutoCAD SHX Text LAUREL ELEMENTARY SCHOOL AutoCAD SHX Text SCALE: NONE AutoCAD SHX Text N AutoCAD SHX Text AREA OF WORK AutoCAD SHX Text NOT VALID UNLESS SIGNED & DATED GRILLES, REGISTERS, AND DIFFUSER SCHEDULE MECHANICAL LEGEND ABBREVIATIONS SHEET INDEX: EXHAUST FAN SCHEDULE MECHANICAL GENERAL NOTES AND SPECIFICATIONS: BID ALTERNATE NOTES: RevisionNo. Date Sheet Title: Scale Project Date Sheet M001 NOTES, LEGEND, & SCHEDULES 01/29/21 EC REST ROOM KEY PLAN 01-29-21 PERMIT SET AutoCAD SHX Text TAG AutoCAD SHX Text MAKE & MODEL AutoCAD SHX Text DUTY AutoCAD SHX Text DAMPER AutoCAD SHX Text MOUNTING AutoCAD SHX Text CONSTRUCTION AutoCAD SHX Text COLOR AutoCAD SHX Text DESCRIPTION AutoCAD SHX Text EG-1 AutoCAD SHX Text PRICE PDDR AutoCAD SHX Text EXHAUST AutoCAD SHX Text NO AutoCAD SHX Text GYP. CEILING AutoCAD SHX Text STEEL AutoCAD SHX Text WHITE AutoCAD SHX Text 12"x12" PERFORATED EXHAUST GRILLE. SEE PLANS FOR NECK SIZE. AutoCAD SHX Text ACCEPTABLE ALTERNATE MANUFACTURERS INCLUDE KRUEGER, NAILOR, AND TITUS AutoCAD SHX Text NEW DUCTWORK (SHADED) AutoCAD SHX Text 90° ELBOW W/ TURNING VANES AND45° HIGH-EFF TAKE-OFF AutoCAD SHX Text MANUAL BALANCING DAMPER AutoCAD SHX Text DUCT ELBOW DN, DUCT ELBOW UP AutoCAD SHX Text DUCT RISERS (SUPPLY, RETURN, EXHAUST) AutoCAD SHX Text TEMPERATURE SENSOR AutoCAD SHX Text FLEX DUCTWORK AutoCAD SHX Text AFF ABOVE FINISHED FLOOR ABOVE FINISHED FLOOR BLW BELOW BELOW CD CEILING DIFFUSER CEILING DIFFUSER CLG CEILING CEILING DN DOWN DOWN (E) EXISTING EXISTING EA EXHAUST AIR EXHAUST AIR EC ELECTRICAL CONTRACTOR ELECTRICAL CONTRACTOR EF EXHAUST FAN EXHAUST FAN IFGC INTERNATIONAL FUEL GAS CODE INTERNATIONAL FUEL GAS CODE IMC INTERNATIONAL MECHANICAL CODE INTERNATIONAL MECHANICAL CODE IPC INTERNATIONAL PLUMBING CODE INTERNATIONAL PLUMBING CODE (N) NEW NEW OBD OPPOSED BLADE DAMPER OPPOSED BLADE DAMPER OA OUTSIDE AIR OUTSIDE AIR POC POINT OF CONNECTION POINT OF CONNECTION RA RETURN AIR RETURN AIR (REL) RELOCATED RELOCATED RG RETURN GRILLE RETURN GRILLE SA SUPPLY AIR SUPPLY AIR SD SIDEWALL DIFFUSER SIDEWALL DIFFUSER TA TRANSFER AIR TRANSFER AIR TAB TEST & BALANCE CONTRACTOR TEST & BALANCE CONTRACTOR TSTAT THERMOSTAT THERMOSTAT TYP TYPICAL TYPICAL W/ WITH WITH W/O WITHOUTWITHOUT AutoCAD SHX Text M001 MECHANICAL NOTES, LEGENDS, & SCHEDULES MECHANICAL NOTES, LEGENDS, & SCHEDULES M101 MECHANICAL PLANSMECHANICAL PLANS AutoCAD SHX Text EXISTING DUCTWORK AutoCAD SHX Text DUCTWORK DEMOLITION AutoCAD SHX Text POINT OF CONNECTION AutoCAD SHX Text LIMIT OF DEMOLITION AutoCAD SHX Text TAG AutoCAD SHX Text MAKE & MODEL AutoCAD SHX Text CFM AutoCAD SHX Text SP (IN WC) AutoCAD SHX Text DD/BD AutoCAD SHX Text FRPM AutoCAD SHX Text VOLTAGE AutoCAD SHX Text MOTOR POWER AutoCAD SHX Text WEIGHT (LBS) AutoCAD SHX Text SPEED CONTROL AutoCAD SHX Text CONTROL AutoCAD SHX Text REMARKS AutoCAD SHX Text EF-1 AutoCAD SHX Text GREENHECK G-060-VG AutoCAD SHX Text 100 AutoCAD SHX Text 0.200 AutoCAD SHX Text DD AutoCAD SHX Text 1425 AutoCAD SHX Text 115/60/1 AutoCAD SHX Text 1/15 HP AutoCAD SHX Text 22 AutoCAD SHX Text YES AutoCAD SHX Text A AutoCAD SHX Text ALL AutoCAD SHX Text 1.) UL-705 LISTED 2.) EC MOTOR WITH SPEED CONTROL 3.) 16" TALL ROOF CURB 4.) AMCA CERTIFIED GRAVITY BACKDRAFT DAMPER 5.) WEATHERPROOF DISCONNECT 6.) BIRD SCREEN 7.) OR EQUAL BY LOREN COOK OR TWIN CITY FAN AutoCAD SHX Text A.) BASE BID: ON WITH LIGHTS, COORDINATE W/ E.C. FOR WIRING BID ALTERNATE #2: EXHAUST FAN TO BE CONTROLLED BY THE EXISTING BAS. SEE BID ALTERNATE NOTES, THIS SHEET.BASE BID: ON WITH LIGHTS, COORDINATE W/ E.C. FOR WIRING BID ALTERNATE #2: EXHAUST FAN TO BE CONTROLLED BY THE EXISTING BAS. SEE BID ALTERNATE NOTES, THIS SHEET.: ON WITH LIGHTS, COORDINATE W/ E.C. FOR WIRING BID ALTERNATE #2: EXHAUST FAN TO BE CONTROLLED BY THE EXISTING BAS. SEE BID ALTERNATE NOTES, THIS SHEET.BID ALTERNATE #2: EXHAUST FAN TO BE CONTROLLED BY THE EXISTING BAS. SEE BID ALTERNATE NOTES, THIS SHEET.: EXHAUST FAN TO BE CONTROLLED BY THE EXISTING BAS. SEE BID ALTERNATE NOTES, THIS SHEET. AutoCAD SHX Text TS AutoCAD SHX Text 1. ALL WORK SHALL COMPLY WITH THE POUDRE SCHOOL DISTRICT TECHNICAL SPECIFICATIONS. THE ALL WORK SHALL COMPLY WITH THE POUDRE SCHOOL DISTRICT TECHNICAL SPECIFICATIONS. THE CONTRACTOR SHALL OBTAIN A COPY PRIOR TO THE BID AND NOTIFY THE ENGINEER OF ANY CONFLICTS OR DISCREPANCIES. WHERE A CONFLICT DOES OCCUR, THE CONTRACTOR SHALL INCLUDE IN THEIR BID THE MORE STRINGENT (HIGHEST COST) REQUIREMENT. 2. ALL WORK SHALL BE IN ACCORDANCE WITH APPLICABLE LOCAL AND STATE CODES INCLUDING BUT NOT ALL WORK SHALL BE IN ACCORDANCE WITH APPLICABLE LOCAL AND STATE CODES INCLUDING BUT NOT LIMITED TO THE 2018 INTERNATIONAL BUILDING, FIRE, MECHANICAL, PLUMBING, FUEL GAS, AND ENERGY CONSERVATION CODES (IBC, IFC, IMC, IPC, IFGC, IECC) WITH LOCAL AMENDMENTS. 3. CONTRACTOR AND SUB-CONTRACTORS SHALL PROVIDE ALL LABOR, MATERIAL AND EQUIPMENT TO CONTRACTOR AND SUB-CONTRACTORS SHALL PROVIDE ALL LABOR, MATERIAL AND EQUIPMENT TO COMPLETE ALL WORK SHOWN ON PLANS, CALLED FOR IN SPECIFICATIONS, OR REASONABLY IMPLIED FOR A COMPLETE INSTALLATION. 4. CONTRACTOR SHALL VERIFY ALL DIMENSIONS AND CONDITIONS ON DRAWINGS WITH ACTUAL FIELD CONTRACTOR SHALL VERIFY ALL DIMENSIONS AND CONDITIONS ON DRAWINGS WITH ACTUAL FIELD CONDITIONS. COORDINATE DRAWINGS WITH ACTUAL FIELD CONDITIONS. COORDINATE WORK LAYOUTS AND LOCATIONS OF OPENINGS THROUGH FLOORS, WALLS, CEILINGS AND ROOFS WITH DRAWINGS OR OTHER REQUIREMENTS. VERIFY ALL DIMENSIONS AND CONDITIONS PRIOR TO FABRICATION OR CONSTRUCTION AND NOTIFY ENGINEER OF ANY DISCREPANCIES. 5. MECHANICAL DRAWINGS ARE DIAGRAMMATIC AND DO NOT NECESSARILY INDICATE EVERY REQUIRED MECHANICAL DRAWINGS ARE DIAGRAMMATIC AND DO NOT NECESSARILY INDICATE EVERY REQUIRED OFFSET, FITTING, ETC. DO NOT SCALE DRAWINGS, USE DIMENSIONS ONLY. ALL DIMENSIONS/LAYOUTS SHOWN ARE APPROXIMATE, FIELD VERIFY ALL WORK PRIOR TO ORDERING MATERIALS OR INSTALLING WORK 6. KEEP SITE AND BUILDING ACCESSIBLE AND SAFE TO CONTRACTOR'S PERSONNEL, OWNER'S EMPLOYEES KEEP SITE AND BUILDING ACCESSIBLE AND SAFE TO CONTRACTOR'S PERSONNEL, OWNER'S EMPLOYEES AND PUBLIC AT ALL TIMES. CONTRACTOR SHALL ENSURE SAFETY OF PERSONNEL, OWNER AND PUBLIC DURING ALL WORK AND COMPLY WITH ALL APPLICABLE REGULATIONS AND ORDINANCES PERTAINING TO SAFETY OF PERSONS AND PROPERTY. 7. INSTALL ALL WORK IN STRICT ACCORDANCE WITH THE MANUFACTURERS RECOMMENDATIONS, ANCHORING INSTALL ALL WORK IN STRICT ACCORDANCE WITH THE MANUFACTURERS RECOMMENDATIONS, ANCHORING ALL COMPONENTS PLUMB, LEVEL, SQUARE, AND FIRMLY INTO PLACE IN FIRST CLASS MANNER AND WORKMANSHIP ACCORDING TO STANDARD CONSTRUCTION PRINCIPLES & AS APPROVED BY ENGINEER. 8. THROUGHOUT THE WORK, CAULK AND SEAL ALL JOINTS AS REQUIRED TO PROVIDE A POSITIVE BARRIER THROUGHOUT THE WORK, CAULK AND SEAL ALL JOINTS AS REQUIRED TO PROVIDE A POSITIVE BARRIER AGAINST THE PASSAGE OF AIR AND MOISTURE. 9. PROTECT EXISTING OR ADJACENT SITE IMPROVEMENTS, EXISTING FLOOR, WALL, CEILING AND ROOF PROTECT EXISTING OR ADJACENT SITE IMPROVEMENTS, EXISTING FLOOR, WALL, CEILING AND ROOF FINISHES, FURNISHINGS AND EQUIPMENT TO REMAIN DURING CONSTRUCTION. REPLACE OR REPAIR ANY DAMAGED IMPROVEMENTS, MATERIALS, FINISHES, FURNISHINGS OR EQUIPMENT TO SATISFACTION OF ARCHITECT/ENGINEER. 10. REPLACE OR REPAIR ANY DAMAGED SURFACES, FILL AND PATCH HOLES, ETC., TO MATCH ADJACENT REPLACE OR REPAIR ANY DAMAGED SURFACES, FILL AND PATCH HOLES, ETC., TO MATCH ADJACENT SURFACES AFTER ALL ALTERATIONS AND OTHER WORK IS COMPLETED, TO SATISFACTION OF ARCHITECT/ENGINEER. 11. PRIOR TO THE DEMOLITION OF ANY EXISTING EQUIPMENT, COORDINATE WITH THE OWNER TO DETERMINE PRIOR TO THE DEMOLITION OF ANY EXISTING EQUIPMENT, COORDINATE WITH THE OWNER TO DETERMINE WHAT EQUIPMENT THEY MAY WANT TO KEEP. ANY EQUIPMENT NOT WANTED BY THE OWNER SHALL BECOME THE PROPERTY OF THE GENERAL CONTRACTOR AND SUBCONTRACTORS AND SHALL BE REMOVED FROM THE PROJECT SITE AND DISPOSED OF IN A LAWFUL MANNER. 12. CONTRACTOR MUST COORDINATE THE WORK SO AS NOT TO EXTENSIVELY DISRUPT OWNERS OCCUPANCY CONTRACTOR MUST COORDINATE THE WORK SO AS NOT TO EXTENSIVELY DISRUPT OWNERS OCCUPANCY OF ADJACENT AREAS AS APPROVED BY OWNER. 13. THE ENGINEER HAS ENDEAVORED TO LOCATE AND IDENTIFY THE MECHANICAL EQUIPMENT AND PIPING THE ENGINEER HAS ENDEAVORED TO LOCATE AND IDENTIFY THE MECHANICAL EQUIPMENT AND PIPING IN THE SCOPE OF WORK INCLUDING IDENTIFYING SIZES. HOWEVER, IT IS THE CONTRACTOR'S RESPONSIBILITY TO FIELD VERIFY ALL EXISTING CONDITIONS PRIOR TO BID. THE CONTRACTOR SHALL INCLUDE IN THEIR BID ADDITIONAL MINOR MECHANICAL WORK THAT MAY NOT BE SHOWN IN ORDER TO PROVIDE A COMPLETE AND WORKING SYSTEM. 14. ASBESTOS MAY BE ENCOUNTERED DURING MECHANICAL WORK INCLUDING BUT NOT LIMITED TO PIPE ASBESTOS MAY BE ENCOUNTERED DURING MECHANICAL WORK INCLUDING BUT NOT LIMITED TO PIPE INSULATION. IF THE CONTRACTOR DURING CONSTRUCTION ENCOUNTERS WHAT IS BELIEVED TO BE ASBESTOS CONTAINING MATERIALS, NOTIFY THE ENGINEER IMMEDIATELY. 15. WHERE THE CEILING SPACE IS TO BE USED AS A RETURN AIR PLENUM, THE MECHANICAL CONTRACTOR WHERE THE CEILING SPACE IS TO BE USED AS A RETURN AIR PLENUM, THE MECHANICAL CONTRACTOR SHALL VERIFY WITH OTHER TRADES TO ENSURE THAT ALL MATERIALS ARE NON-COMBUSTIBLE AND HAVE A FLAME SPREAD INDEX OF NOT MORE THAN 25 AND A SMOKE DEVELOPED INDEX OF NOT MORE THAN 50. 16. COORDINATE WITH THE G.C. TO PROVIDE ACCESS PANELS AS REQUIRED TO ACCESS VALVES, DAMPERS, COORDINATE WITH THE G.C. TO PROVIDE ACCESS PANELS AS REQUIRED TO ACCESS VALVES, DAMPERS, CONTROL DEVICES, ETC. REQUIRED FOR THE PROPER MAINTENANCE OF THE MECHANICAL SYSTEMS. 17. COORDINATE WITH G.C. TO PATCH ROOFING, ROOF DECK, AND FLASHINGS AS REQ'D WITH NEW COORDINATE WITH G.C. TO PATCH ROOFING, ROOF DECK, AND FLASHINGS AS REQ'D WITH NEW MATERIALS AND FLASHINGS FOR ALL NEW ROOF PENETRATIONS. 18. PATCH OPENINGS IN DUCTS WHICH ARE TO REMAIN ACTIVE AND HAVE HAD SECTION REMOVED. ALSO PATCH OPENINGS IN DUCTS WHICH ARE TO REMAIN ACTIVE AND HAVE HAD SECTION REMOVED. ALSO REPAIR DUCT INSULATION SO THAT IT IS CONTINUOUS. 19. DO NOT RUN DUCTWORK ABOVE ELECTRICAL PANELS OR EQUIPMENT. COORDINATE WITH THE E.C. FOR DO NOT RUN DUCTWORK ABOVE ELECTRICAL PANELS OR EQUIPMENT. COORDINATE WITH THE E.C. FOR LOCATIONS PRIOR TO THE START OF WORK. 20. THERMOSTATS, TEMPERATURE SENSORS, SWITCHES, OR OTHER CONTROL DEVICES SHALL BE MOUNTED THERMOSTATS, TEMPERATURE SENSORS, SWITCHES, OR OTHER CONTROL DEVICES SHALL BE MOUNTED AT 48" ABOVE FINISHED FLOOR UNLESS NOTED OTHERWISE. 21. PROVIDE PLASTIC LAMINATED EQUIPMENT LABELS FOR THE NEW EQUIPMENT. LABEL ALL THE PROVIDE PLASTIC LAMINATED EQUIPMENT LABELS FOR THE NEW EQUIPMENT. LABEL ALL THE THERMOSTATS, SWITCHES, MOTOR STARTERS, ETC. INDICATING WHICH SYSTEM THEY CONTROL. 22. ALL DUCTWORK SHALL BE 24 GAUGE GALVANIZED SHEET METAL MINIMUM. WORK SHALL BE IN ALL DUCTWORK SHALL BE 24 GAUGE GALVANIZED SHEET METAL MINIMUM. WORK SHALL BE IN ACCORDANCE WITH SMACNA HVAC DUCT CONSTRUCTION STANDARDS, LATEST EDITION. ALL DUCTWORK SHALL BE 2 IN WG PRESSURE CLASS MINIMUM. 23. ALL DUCTWORK JOINTS, LONGITUDINAL AND TRANSVERSE SEAMS, SHALL BE SEALED WITH WELDS, ALL DUCTWORK JOINTS, LONGITUDINAL AND TRANSVERSE SEAMS, SHALL BE SEALED WITH WELDS, GASKETS, OR MASTIC ADHESIVE. MASTICS SHALL BE LISTED IN ACCORDANCE WITH UL 181A. 24. DUCTWORK DIMENSIONS LISTED ON THE DRAWINGS ARE CLEAR, INSIDE DIMENSIONS. WHERE DUCT LINER DUCTWORK DIMENSIONS LISTED ON THE DRAWINGS ARE CLEAR, INSIDE DIMENSIONS. WHERE DUCT LINER IS SPECIFIED, INCREASE THE OUTSIDE SHEET METAL DIMENSIONS TO PROVIDE THE CLEAR INSIDE DIMENSIONS SPECIFIED. 28. PROVIDE FLEXIBLE DUCT CONNECTIONS TO THE SUPPLY AND RETURN OF ALL MOTOR DRIVEN PROVIDE FLEXIBLE DUCT CONNECTIONS TO THE SUPPLY AND RETURN OF ALL MOTOR DRIVEN EQUIPMENT. 29. PROVIDE DUCT TRANSITIONS AS REQUIRED TO CONNECT THE DUCTS TO THE EQUIPMENT CONNECTIONS. PROVIDE DUCT TRANSITIONS AS REQUIRED TO CONNECT THE DUCTS TO THE EQUIPMENT CONNECTIONS. 30. ELBOWS SHALL HAVE A MINIMUM RADIUS OF 1-1/2 TIMES CENTERLINE DUCT WIDTH. WHERE ELBOWS SHALL HAVE A MINIMUM RADIUS OF 1-1/2 TIMES CENTERLINE DUCT WIDTH. WHERE RECTANGULAR ELBOWS ARE USED, PROVIDE TURNING VANES. 31. PROVIDE DUCT TRANSITIONS AS REQUIRED TO CON

Johannsen Support Services Center,2407 LaPorte Avenue,Fort Collins, CO ,80521-2297, United StatesLocation

Address: Johannsen Support Services Center,2407 LaPorte Avenue,Fort Collins, CO ,80521-2297, United States

Country : United StatesState : Colorado

You may also like

Early Childhood Services

Due: 22 May, 2024 (in 21 days)Agency: Travis County

Early Childhood Educator Training Materials

Due: 09 May, 2024 (in 7 days)Agency: University of Missouri System

Early Childhood Consultants

Due: 15 May, 2024 (in 14 days)Agency: Montgomery