Professional Documents
Culture Documents
Purchasing Division
215 N. Mason St. 2nd Floor
PO Box 580
Fort Collins, CO 80522
970.221.6775
970.221.6707
fcgov.com/purchasing
The City of Fort Collins is requesting proposals from qualified consultants for design,
construction management, engineering services, cathodic protection, and general plant
operational/engineering services for work at or related to the Fort Collins Water Treatment
Facility (WTF), including source of supply and storage facilities, and other WTF affiliated
facilities.
The City encourages all Disadvantaged Business Enterprises (DBEs) to submit proposals in
response to all requests for proposals. No individual or business will be discriminated against
on the grounds of race, color, sex, or national origin. It is the City’s policy to create a level
playing field on which DBEs can compete fairly and to ensure nondiscrimination in the award
and administration of all contracts.
All questions should be submitted, in writing via email, to Marisa Donegon, Buyer at
mdonegon@fcgov.com, no later than 5:00 PM MST (our clock) on December 5, 2018.
Please format your e-mail to include: RFP 8827 Consulting Engineering Services Water
Treatment Facility Design and Construction Services for Capital Improvements in the subject line.
Questions received after this deadline may not be answered. Responses to all questions
submitted before the deadline will be addressed in an addendum and posted on the Rocky
Mountain E-Purchasing System webpage.
This RFP has been posted utilizing the following Commodity Code(s):
91842 Engineering Consulting
91897 Utilities: Gas, Water, Electric Consulting
92533 Engineer Services, Professional
92596 Waste Water Treatment Engineering
92597 Water Supply, Treatment and Distribution/Engineering
New Vendors: The City requires new Vendors receiving awards from the City to fill out and
submit an IRS form W-9 and to register for Direct Deposit (Electronic) payment. If needed, the
W-9 form and the Vendor Direct Deposit Authorization Form can be found on the City’s
Purchasing website at www.fcgov.com/purchasing under Vendor Reference Documents. Please
do not submit with your proposal.
Collusive or Sham Proposals: Any proposal deemed to be collusive or a sham proposal will
be rejected and reported to authorities as such. Your authorized signature of this proposal
assures that such proposal is genuine and is not a collusive or sham proposal.
The City of Fort Collins reserves the right to reject any and all proposals and to waive any
irregularities or informalities.
Utilization of Award by Other Agencies: The City of Fort Collins reserves the right to allow
other state and local governmental agencies, political subdivisions, and/or school districts to
utilize the resulting award under all terms and conditions specified and upon agreement by all
parties. Usage by any other entity shall not have a negative impact on the City of Fort Collins in
the current term or in any future terms.
The selected Vendor shall be expected to sign the City’s standard Agreement prior to
commencing Services (see sample attached to this Proposal).
Sincerely,
Gerry Paul
Purchasing Director
A. Objective
The City of Fort Collins (City) is requesting proposals from qualified consultants for design,
construction management, engineering services, cathodic protection design and
construction services, and general plant operational services for work at or related to the
Fort Collins Water Treatment Facility (WTF), including source of supply and storage
facilities, and other WTF affiliated facilities.
It is anticipated that the primary use of these engineering services will be in the areas of
water process engineering (including but not limited to TOC studies, WTF Pilot Lab
experiments and studies) and source of supply studies, capital improvements, water
distribution and collection systems modeling, plant and facility replacement and minor
capital projects, engineering consulting services related to plant, source of supply, facility
operations, electrical, instrumentation and controls, SCADA programming and integration,
modeling or other general water and wastewater engineering services related to Water
Treatment operations.
A. Scope of Work
The following is a list of services to be provided. While it identifies several services needed,
it may not be all inclusive of the scope required.
1. Perform water and wastewater modeling and master planning, updating of existing
AutoCAD and GIS maps and schematics, updating and process engineering, for all
water treatment facilities. Work will support design, analysis, and update of new and
existing plant infrastructure and operations to assist in plant optimization and/or
troubleshooting.
2. Drawings will be AutoCAD (Version agreed to with City) generated, ink on mylar. "As-
Constructed drawings" will be provided to the City on flash drive or other agreed media
at the completion of each project. Consultant will provide "As-Constructed" stamped
original mylars at the completion of the project to become the property of the City of Fort
Collins Utilities (Utilities).
3. Prepare construction contract documents and technical specifications using CSI format
and City modified EJCDC General Conditions, standard front end documents. Drawings
will be AutoCAD (version 2014 or newer) generated. “As-Constructed drawings” will be
provided to the City on flash-drives/thumb drives at the completion of each project. Each
“As-Constructed” drawing will be stamped original at the completion of each project,
which will become the property of Utilities.
4. Identify all easements or properties required for any off-site construction projects and
prepare all legal descriptions and exhibits needed by City staff for acquiring any and all
easements and/or properties. This task should include all required surveying.
5. All existing utilities and structures will be identified, located and shown horizontally and
vertically in relationship to the proposed improvements, using GPS, including updating
the WTF yard and utilities schematic as required.
8. Provide all surveying required for the design of the project and baseline control for
construction contractor use during construction.
9. Provide all subsurface investigation and other data collection required for design.
10. Provide geotechnical/geological services and structural engineering services required for
the design process, for testing during construction of the project and for rehabilitation
and redesign of existing infrastructure (i.e. piping, tanks, buildings, etc.).
11. Provide detailed written monthly progress reports throughout the duration of the design
and construction of all work. The progress reports will be part of the monthly billing
submittal.
12. Provide committed team members to respond to WTF emergencies and engineering
issues in a timely manner. These team members will be considered a critical extension
of WTF staff.
The intent of the City is to award a contract to one or more qualified consultants to provide
the services outlined in this RFP and such other related services which may be required at
the City’s sole discretion. The selected consultant(s) may be retained by the City for up to
five years.
Future projects may be related to water, stormwater and sanitary sewer pipelines, drainage
channels, cathodic protection, subsurface storage, modeling, or any other required
improvements, or studies, at the WTF or at facilities operated by the WTF staff (i.e. water
storage reservoirs, raw/treated water facilities, pump stations and transmission facilities).
Work will be on an as needed basis with the scope of work to be defined and contracts
negotiated prior to any commencement of work.
D. Interviews
In addition to submitting a written proposal, finalists may be interviewed by the RFP
assessment team and asked to participate in an oral presentation to provide an overview
of the company and approach to future projects. The evaluation criteria for the oral
interviews will be the same as the criteria for the written evaluations and is included in
Section IV.
F. Sub-consultants
Consultants will be responsible for identifying any sub-consultants in their proposal.
Please note that the City will contract solely with the awarded Consultant; therefore, sub-
consultants will be the responsibility of the Consultant.
G. Proposal Format
Please limit the total length of your proposal, with the proposed project design and scope,
to a maximum of twenty-five (25) double sided or fifty (50) single sided 8 ½ x 11” pages
(excluding design figures, exhibits, plans, cover pages, table of contents, dividers and
Vendor Statement form). Font shall be a minimum of 10 Arial and margins are limited to
no less than .5” for sides and top/bottom. Extended page sizes, such as 11” x 17”, count
as a single page. Please, no embedded documents. Proposals that do not conform to
these requirements may be rejected.
H. Current standards
All work and/or materials must meet current standards in force by recognized technical
and professional societies, trade and materials supply associations, institutes and
organizations, bureaus and testing laboratories, and national, federal, state, county, and
local laws, codes and ordinances. All work shall be performed in accordance with ANSI
Z133.1 A300 and applicable OSHA and AWWA Standards.
K. Work Orders
The awarded Consultant(s) will be expected to sign the City’s standard work order type
services agreement, a sample of which is attached as Section VI for reference purposes.
In the event that the City has agreements with multiple Consultants for the Work, the City
reserves the right to choose which Consultants to contact regarding the project, unless
order of preference has been established during the contracting process.
Individual work assignments will be requested and agreed to utilizing the City’s standard
Work Order (included in the agreement). Each Work Order form must include a start and
completion date, total cost and a general summary of work. Subsequent supporting
documentation pages may include a project schedule, deliverables, hours, cost detail
supporting total cost, and personnel details. Fees outlined in the Work Order will conform
with those submitted in the RFP response and subsequently included in the contract.
No Work Order over $5,000 will be considered valid until signed, at a minimum, by
the Consultant, project manager and Purchasing Department representative.
Depending on the cost and nature of the work, additional signature authorization may be
required. Any changes to the dates, cost or scope of any Work Order must be agreed
upon in writing utilizing the City’s Change Order (included in the agreement) and will not
be considered valid until signed, at a minimum, by the Consultant, project manager and
Purchasing Department representative.
B. Consultants Information
1. Describe the Consultant’s business and background.
2. Number of years in the business.
3. Details about ownership.
4. An overview of services offered and qualifications.
5. Size of the firm.
6. Location(s) of offices. If multiple, please identify which will be the primary for our
account.
7. Primary contact information for the company including contact name(s) and title(s),
mailing address(s), phone number(s), and email address(s). Complete Section V,
Vendor Statement.
C. Project Proposal for Gravity Thickener and Thickened Sludge Pump Station
A Solids Waste Study was previously conducted at the WTF, during which a Gravity
Thickener and Thickened Sludge Pump Station (see design criteria in Exhibit A) was
recommended and identified to handle the increasing and future needs for solids
handling. The Solids Waste Study document is available in the solicitation posting on
www.bidnetdirect.com.
Engineering services will require at a minimum: site civil, permitting, electrical, interior
piping, SCADA, landscaping, and architectural as well as cost estimating/budget for
design, procurement, and construction. Firms are welcome to propose different
alternatives and/or technologies based on their review of the Gravity Thickener criteria
and WTF Solids Study report.
In your response to this proposal, please provide the following:
1. Provide a detailed scope of work and engineering cost estimate. Include a detailed
cost break down of hourly rates, proposed number of hours assigned to each work
task for all personnel and all sub consultants.
D. Firm Capability
Provide relevant information regarding previous experience related to this or similar
Projects, to include the following:
1. Provide an Organization Chart/Proposed Project Team: An organization chart
containing the names of all key personnel and sub consultants with titles and their
specific task assignment for this Agreement shall be provided in this section.
2. A list of qualifications for your firm and experience of the specific staff members
proposed to perform consulting services for the design and construction of the WTF,
including process engineering assistance.
3. Provide a list of large scale Water Treatment Facility and water source of supply
projects completed in the last five years by the key members of the proposed team to
work on WTF projects. This is a critical portion of the proposal to be evaluated in
order to help in the selection of the firm that can provide a variety of services to the
WTF during the term of this contract.
4. Detail experience your proposed team has with the APDS process or other similar
innovative design and construction processes.
5. Detail recent experience your firm and proposed design and construction
management team has in using formal partnering processes on similar design and
construction projects.
6. Provide examples of at least two projects where you’ve worked with your sub-
consultants. List the sub-consultant firm(s) for this Agreement, their area(s) of
expertise, and include all other applicable information herein requested for each sub-
consultant. Identify what portion of work, if any, may be sub-contracted.
7. References (current contact name, current telephone number and email address)
from at least three similar projects with similar requirements that have been
completed within the past five (5) years and that have involved the staff proposed to
work on this project. As part of the reference check process, the City may choose to
visit one or more of the referenced projects and/or request a copy of the plans and
project documentation. Provide detail about each project including a description,
original cost, final cost, change order details, original completion date, final
completion date, was APDS used and results of using it.
The Consultant authorizes the City to verify any and all information contained in the
Consultant’s submittal from references contained herein and hereby releases all
those concerned providing information as a reference from any liability in connection
with any information they give.
8. Describe how your firm can assist the WTF with resiliency.
E. Assigned Personnel
1. List of Project Personnel: This list should include the identification of the contact
person with primary responsibility for this Agreement, the personnel proposed for this
Agreement, and any supervisory personnel, including partners and/or sub-
consultants, and their individual areas of responsibility.
F. Availability
1. Describe the methods and timeline of communication your firm will use with the
City’s Project Manager and other parties.
2. Describe the availability of project personnel to participate in upcoming projects in
the context of the consultant firm’s other commitments.
G. Sustainability/TBL Methodology
In concise terms (no more than two pages), please describe how your organization strives
to be sustainable. Address how your firm incorporates Triple Bottom Line (TBL) into the
workplace. See Section IV: Review and Assessment for additional information.
If possible, please highlight areas of opportunity in upcoming projects where sustainability
could be applied and/or improved.
2. All direct costs (i.e., travel, printing, postage, etc.) specifically attributed to the
project and not included in the billing rates must be identified. Travel expenses may
be reimbursable as per the attached Fort Collins Expense Guidelines. Consultant
will be required to provide original receipts to the City for all travel expenses.
I. Additional Information
Provide any information that distinguishes Consultant from its competition and any
additional information applicable to this RFP that might be valuable in assessing
Consultant’s proposal.
Explain any concerns Consultant may have in maintaining objectivity in recommending
the best solution. All potential conflicts of interest must be disclosed.
Exceptions to the Scope of Work and City Agreement (a sample of which is attached
in Section VI) shall be documented.
WEIGHTING
QUALIFICATION STANDARD
FACTOR
Does the proposal address all elements of the
RFP? Does the proposal show an
understanding of the project objectives,
2.0 Scope of Proposal methodology to be used and results/outcomes
required by the project? Are there any
exceptions to the specifications, Scope of Work,
or agreement?
Does the firm have the resources, financial
strength, capacity and support capabilities
required to successfully complete the project on-
2.0 Firm Capability
time and in-budget? Has the firm successfully
completed previous projects of this type and
scope?
Do the persons who will be working on the
project have the necessary skills and
3.0 Assigned Personnel qualifications? Are sufficient people of the
requisite skills and qualifications assigned to the
project?
Can the work be completed in the necessary
time? Can the target start and completion dates
be met? Are other qualified personnel available
0.5 Availability
to assist in meeting the project schedule if
required? Is the project team available to attend
meetings as required by the Scope of Work?
Does the firm demonstrate a commitment to
Sustainability and incorporate Triple Bottom Line
Sustainability/TBL
0.5 methodology in both their Scope of Work for the
Methodology
project, and their day-to-day business operating
processes and procedures?
How do hourly rates compare with the market?
2.0 Rates & Expenses What expenses is the firm charging for? Is there
a mark-up on subs?
Does the proposal’s Scope include detailed
Project Proposal for tasks for each element as applicable and are the
2.0 Gravity Thickener assumptions reasonable? Does the proposal
and Thickened include detailed cost break-down for each cost
Definitions
Sustainable Purchasing is a process for selecting products or services that have a lesser
or reduced negative effect on human health and the environment when compared with
competing products or services that serve the same purpose. This process is also known
as “Environmentally Preferable Purchasing” (EPP), or “Green Purchasing”.
The Triple Bottom Line (TBL) is an accounting framework that incorporates three
dimensions of performance: economic, or financial; environmental, and social. The
generally accepted definition for TBL is that it “captures the essence of sustainability by
measuring the impact of an organization’s activities on the world…including both its
profitability and shareholders values and its social, human, and environmental capital.”
Firm Name:
Physical Address:
Remit to Address:
Phone:
THIS AGREEMENT made and entered into the day and year set forth below, by and
between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter
referred to as the "City" and , hereinafter referred to as the "Professional".
WITNESSETH:
1. Scope of Services. The Professional agrees to provide services in accordance with any
project Work Orders for RFP issued by the City. A blank sample of a work order is attached
hereto as Exhibit A, consisting of one (1) page and is incorporated herein by this reference.
No Work Order shall exceed $ . A general scope of services is attached hereto as
Exhibit C, consisting of ( ) page(s) and is incorporated herein by this reference.
The City reserves the right to independently bid any project rather than issuing a Work Order
to the Professional for the same pursuant to this Agreement. Irrespective of references in
Exhibit A to certain named third parties, the Professional shall be solely responsible for
performance of all duties hereunder. The term “Work” as used in this Agreement shall
include the services and deliverables contained in Exhibit A and any Work Orders issued by
the City.
The City may, at any time during the term of a particular Work Order and without
invalidating such Work Order, make changes to the scope of the particular services. Such
changes shall be agreed upon in writing by the parties by Change Order, a sample of
which is attached hereto as Exhibit B, consisting of one (1) page and incorporated herein
by this reference.
2. The Work Schedule. The services to be performed pursuant to this Agreement shall be
performed in accordance with the Work Schedule stated on each Work Order.
shall be provided to the Professional and mailed no later than thirty (30) days prior to
contract end.
5. Early Termination by City. Notwithstanding the time periods contained herein, the City may
terminate this Agreement at any time without cause by providing written notice of termination
to the Professional. Such notice shall be delivered at least fifteen (15) days prior to the
termination date contained in said notice unless otherwise agreed in writing by the parties.
All notices provided under this Agreement shall be effective when mailed, postage prepaid
and sent to the following addresses:
In the event of any such early termination by the City, the Professional shall be paid for
services rendered prior to the date of termination, subject only to the satisfactory
performance of the Professional's obligations under this Agreement. Such payment shall be
the Professional's sole right and remedy for such termination.
9. License. Upon execution of this Agreement, the Professional grants to the City an
irrevocable license to use any and all sketches, drawings, specifications, designs,
blueprints, data files, calculations, studies, analysis, renderings, models and other Work
Order deliverables (the “Instruments of Service”), in any form whatsoever and in any
medium expressed, for purposes of constructing, using, maintaining, altering and adding to
the project, provided that the City substantially performs its obligations under the
Agreement. The license granted hereunder permits the City and third parties reasonably
authorized by the City to reproduce applicable portions of the Instruments of Service for use
in performing services or construction for the project. In addition, the license granted
hereunder shall permit the City and third parties reasonably authorized by the City to
reproduce and utilize the Instruments of Service for similar projects, provided however, in
such event the Professional shall not be held responsible for the design to the extent the
City deviates from the Instruments of Service. This license shall survive termination of the
Agreement by default or otherwise.
10. City Representative. The City will designate, prior to commencement of the Work, its project
representative who shall make, within the scope of his or her authority, all necessary and
proper decisions with reference to the project. All requests for contract interpretations,
change orders, and other clarification or instruction shall be directed to the City
Representative.
11. Project Drawings. Upon request and before final payment, the Professional shall provide
the City with reproducible drawings of the project containing accurate information on the
project as constructed. Drawings shall be of archival quality, prepared on stable mylar base
material using a non-fading process to provide for long storage and high quality
reproduction. "CD" disc of the as-built drawings shall also be submitted to the owner in and
AutoCAD version no older then the established City standard. The Professional
acknowledges the City is a governmental entity subject to the Colorado Open Records Act,
C.R.S. §§ 24-72-200.1, et seq. (the “CORA”), and documents in the City’s possession may
be considered public records subject to disclosure under the CORA.
12. Monthly Report. Commencing thirty (30) days after the date of execution of this Agreement
and every thirty (30) days thereafter, the Professional is required to provide the City
Representative with a written report of the status of the Work with respect to the Scope of
Services, Work Schedule, and other material information. Failure to provide any required
monthly report may, at the option of the City, suspend the processing of any partial payment
request.
13. Independent Contractor. The services to be performed by the Professional are those of an
independent contractor and not of an employee of the City of Fort Collins. The City shall
not be responsible for withholding any portion of the Professional's compensation hereunder
for the payment of FICA, Workers' Compensation, other taxes or benefits or for any other
purpose.
14. Subcontractors. The Professional may not subcontract any of the Work set forth in the
Exhibit A, Statement of Work without the prior written consent of the city, which shall not be
unreasonably withheld. If any of the Work is subcontracted hereunder (with the consent of
the City), then the following provisions shall apply: (a) the subcontractor must be a reputable,
qualified firm with an established record of successful performance in its respective trade
performing identical or substantially similar work, (b) the subcontractor will be required to
comply with all applicable terms of this Agreement, (c) the subcontract will not create any
contractual relationship between any such subcontractor and the City, nor will it obligate the
City to pay or see to the payment of any subcontractor, and (d) the Work of the subcontractor
will be subject to inspection by the City to the same extent as the Work of the Professional.
The Professional shall require all subcontractors performing Work hereunder to maintain
insurance coverage naming the City as an additional insured under this Agreement of the
type and with the limits specified within Exhibit , consisting of one (1) page attached
hereto and incorporated herein by this reference. The Professional shall maintain a copy of
each subcontract’s certificate evidencing the required insurance. Upon request, the
Professional shall promptly provide the City with a copy of such certificate(s).
15. Personal Services. It is understood that the City enters into this Agreement based on the
special abilities of the Professional and that this Agreement shall be considered as an
agreement for personal services. Accordingly, the Professional shall neither assign any
responsibilities nor delegate any duties arising under this Agreement without the prior written
consent of the City.
16. Acceptance Not Waiver. The City's approval of drawings, designs, plans, specifications,
reports, and incidental work or materials furnished hereunder shall not in any way relieve
the Professional of responsibility for the quality or technical accuracy of the Wtork. The
City's approval or acceptance of, or payment for, any of the services shall not be construed
to operate as a waiver of any rights or benefits provided to the City under this Agreement.
17. Default. Each and every term and condition hereof shall be deemed to be a material element
of this Agreement. In the event either party should fail or refuse to perform according to the
18. Remedies. In the event a party has been declared in default, such defaulting party shall be
allowed a period of ten (10) days within which to cure said default. In the event the default
remains uncorrected, the party declaring default may elect to (a) terminate the Agreement
and seek damages; (b) treat the Agreement as continuing and require specific performance;
or (c) avail himself of any other remedy at law or equity. If the non-defaulting party
commences legal or equitable actions against the defaulting party, the defaulting party shall
be liable to the non-defaulting party for the non-defaulting party's reasonable attorney fees
and costs incurred because of the default.
19. Binding Effect. This writing, together with the exhibits hereto, constitutes the entire
Agreement between the parties and shall be binding upon said parties, their officers,
employees, agents and assigns and shall inure to the benefit of the respective survivors,
heirs, personal representatives, successors and assigns of said parties.
20. Law/Severability. The laws of the State of Colorado shall govern the construction,
interpretation, execution and enforcement of this Agreement. In the event any provision of
this Agreement shall be held invalid or unenforceable by any court of competent jurisdiction,
such holding shall not invalidate or render unenforceable any other provision of this
Agreement.
21. Prohibition Against Employing Illegal Aliens. Pursuant to Section 8-17.5-101, C.R.S., et.
seq., the Professional represents and agrees that:
1. The Professional does not knowingly employ or contract with an illegal alien who
will perform work under this Agreement; and
2. The Professional will participate in either the e-Verify program created in Public
Law 208, 104th Congress, as amended, and expanded in Public Law 156, 108th
Congress, as amended, administered by the United States Department of
Homeland Security (the “e-Verify Program”) or the Department Program (the
“Department Program”), an employment verification program established pursuant
to Section 8-17.5-102(5)(c) C.R.S. in order to confirm the employment eligibility of
all newly hired employees to perform work under this Agreement.
b. The Professional shall not knowingly employ or contract with an illegal alien to perform
work under this Agreement or knowingly enter into a contract with a subcontractor that
knowingly employs or contracts with an illegal alien to perform work under this
Agreement.
c. The Professional is prohibited from using the e-Verify Program or Department Program
procedures to undertake pre-employment screening of job applicants while this
Agreement is being performed.
1. Notify such subcontractor and the City within three days that the Professional has
actual knowledge that the subcontractor is employing or contracting with an illegal
alien; and
2. Terminate the subcontract with the subcontractor if within three days of receiving
the notice required pursuant to this section the subcontractor does not cease
employing or contracting with the illegal alien; except that the Professional shall not
terminate the contract with the subcontractor if during such three days the
subcontractor provides information to establish that the subcontractor has not
knowingly employed or contracted with an illegal alien.
e. The Professional shall comply with any reasonable request by the Colorado
Department of Labor and Employment (the “Department”) made in the course of an
investigation that the Department undertakes or is undertaking pursuant to the
authority established in Subsection 8-17.5-102 (5), C.R.S.
f. If the Professional violates any provision of this Agreement pertaining to the duties
imposed by Subsection 8-17.5-102, C.R.S. the City may terminate this Agreement. If
this Agreement is so terminated, the Professional shall be liable for actual and
consequential damages to the City arising out of the Professional’s violation of
Subsection 8-17.5-102, C.R.S.
g. The City will notify the Office of the Secretary of State if the Professional violates this
provision of this Agreement and the City terminates the Agreement for such breach.
22. Special Provisions. Special provisions or conditions relating to the services to be performed
pursuant to this Agreement are set forth in Exhibit - Confidentiality, consisting of one
(1) page, attached hereto and incorporated herein by this reference.
By:
Gerry Paul
Purchasing Director
DATE:
ATTEST:
APPROVED AS TO FORM:
PROFESSIONAL'S NAME
By:
Printed:
Title:
CORPORATE PRESIDENT OR VICE PRESIDENT
Date:
EXHIBIT A
WORK ORDER FORM
PROJECT TITLE:
Professional agrees to perform the services identified above and on the attached forms in
accordance with the terms and conditions contained herein and in the Master Agreement between
the parties. In the event of a conflict between or ambiguity in the terms of the Master Agreement
and this Work Order (including the attached forms) the Master Agreement shall control.
The attached forms consisting of ( ) pages are hereby accepted and incorporated
herein, by this reference, and Notice to Proceed is hereby given after all parties have signed this
document.
By: Date:
Name: Title:
ACCEPTANCE: Date:
Name, Project Manager
REVIEWED: Date:
Name, Buyer or Senior Buyer
ACCEPTANCE: Date:
Name, Title
ACCEPTANCE: Date:
Name, Title
ACCEPTANCE: Date:
Kevin Gertig, Utilities Executive Director
(if greater than $1,000,000)
ACCEPTANCE: Date:
Gerry Paul, Purchasing Director
(if greater than $60,000)
ACCEPTANCE: Date:
Darin Atteberry, City Manager
(if greater than $1,000,000)
ATTEST: Date:
City Clerk
(if greater than $1,000,000)
EXHIBIT B
CHANGE ORDER
NO.
PROJECT TITLE:
PO NUMBER:
DESCRIPTION:
By: Date:
Name: Title:
ACCEPTANCE: Date:
Name, Project Manager
REVIEWED: Date:
Name, Buyer or Senior Buyer
ACCEPTANCE: Date:
Name, Title
ACCEPTANCE: Date:
Gerry Paul, Purchasing Director (if greater than $60,000)
EXHIBIT C
GENERAL SCOPE OF SERVICES
EXHIBIT
(BID SCHEDULE/COMPENSATION)
EXHIBIT
INSURANCE REQUIREMENTS
1. The Professional will provide, from insurance companies acceptable to the City, the
insurance coverage designated hereinafter and pay all costs. Before commencing work
under this bid, the Professional shall furnish the City with certificates of insurance
showing the type, amount, class of operations covered, effective dates and date of
expiration of policies, and containing substantially the following statement:
“The insurance evidenced by this Certificate will not reduce coverage or limits and
will not be cancelled, except after thirty (30) days written notice has been received
by the City of Fort Collins.”
In case of the breach of any provision of the Insurance Requirements, the City, at its
option, may take out and maintain, at the expense of the Professional, such insurance
as the City may deem proper and may deduct the cost of such insurance from any
monies which may be due or become due the Professional under this Agreement. The
City, its officers, agents and employees shall be named as additional insureds on the
Professional 's general liability and automobile liability insurance policies for any claims
arising out of work performed under this Agreement.
B. Commercial General & Vehicle Liability. The Professional shall maintain during the
life of this Agreement such commercial general liability and automobile liability
insurance as will provide coverage for damage claims of personal injury, including
accidental death, as well as for claims for property damage, which may arise
directly or indirectly from the performance of work under this Agreement.
Coverage for property damage shall be on a "broad form" basis. The amount of
insurance for each coverage, Commercial General and Vehicle, shall not be less
than $1,000,000 combined single limits for bodily injury and property damage.
C. Errors & Omissions. The Professional shall maintain errors and omissions
insurance in the amount of $1,000,000.
EXHIBIT
CONFIDENTIALITY
1. Definitions.
For purposes of this Agreement, the party who owns the confidential information and is
disclosing same shall be referenced as the “Disclosing Party.” The party receiving the
Disclosing Party’s confidential information shall be referenced as the “Receiving Party.”
2. Confidential Information.
Confidential Information controlled by this Agreement refers to information which is not
public and/or is proprietary and includes by way of example, but without limitation, City
customer information, utility data, service billing records, customer equipment information,
location information, network security system, business plans, formulae, processes,
intellectual property, trade secrets, designs, photographs, plans, drawings, schematics,
methods, specifications, samples, reports, mechanical and electronic design drawings,
customer lists, financial information, studies, findings, inventions, and ideas.
Professional shall not use such information to obtain any economic or other benefit for itself,
or any third party, other than in the performance of obligations under this Agreement.
5. Required Disclosure.
If the Receiving Party is required (by interrogatories, requests for information or documents,
subpoena, civil investigative demand or similar process, or by federal, state, or local law,
including without limitation, the Colorado Open Records Act) to disclose any Confidential
Information, the Parties agree the Receiving Party will provide the Disclosing Party with
prompt notice of such request, so the Disclosing Party may seek an appropriate protective
order or waive the Receiving Party’s compliance with this Agreement.
The Receiving Party shall furnish a copy of this Agreement with any disclosure.
b) Subcontractors. Professional may use subcontractors, though such activity shall not
release or absolve Professional from the obligation to satisfy all conditions of this
Agreement, including the data security measures described in this Exhibit, and to require
a substantially similar level of data security, appropriate to the types of services provided
and Customer Data received, for any subcontractor Professional may use. Accordingly,
any release of data, confidential information, or failure to protect information under this
Agreement by a subcontractor or affiliated party shall be attributed to Professional and
may be considered to be a material breach of this Agreement.
9. Confidential Information is not to be stored on any local workstation, laptop, or media such
as CD/DVD, USB drives, external hard drives or other similar portable devices unless the
Professional can ensure security for the Confidential Information so stored. Work stations or
laptops to be used in the Work will be required to have personal firewalls on each, as well as
have current, active anti-virus definitions.
10. The Agreement not to disclose Confidential Information as set forth in this Exhibit shall apply
during the term of the Work and at any time thereafter unless specifically authorized by the
City in writing.
11. If Professional breaches this Agreement, in the City’s sole discretion, the City may
immediately terminate this Agreement and withdraw Professional’s right to access
Confidential Information.
12. Notwithstanding any other provision of this Agreement, all material, i.e., various physical
forms of media in which Confidential Information is contained, including but not limited to
writings, drawings, tapes, diskettes, prototypes or products, shall remain the sole property of
the Disclosing Party and, upon request, shall be promptly returned, together with all copies
thereof to the Disclosing Party. Upon such return of physical records, all digital and
electronic data shall also be deleted in a non-restorable way by which it is no longer
available to the Receiving Party. Written verification of the deletion (including date of
deletion) is to be provided to the Disclosing Party within ten (10) days after completion of
engagement, whether it be via termination, completion or otherwise.
13. Professional acknowledges that the City may, based upon the representations made in this
Agreement, disclose security information that is critical to the continued success of the City’s
business. Accordingly, Professional agrees that the City does not have an adequate remedy
at law for breach of this Agreement and therefore, the City shall be entitled, as a non-
exclusive remedy, and in addition to an action for damages, to seek and obtain an injunction
or decree of specific performance or any other remedy, from a court of competent
jurisdiction to enjoin or remedy any violation of this Agreement.
EXHIBIT
FORT COLLINS EXPENSE GUIDELINES
Lodging:
• Hotels will be reimbursed at $109/day provided the government rate is available. If the
government rate is not available, the best available rate shall be used and a printout of
the available rates at the time of the reservation provided as documentation.
• Hotel taxes do not count to the $109 limit, i.e. the rate is $109 plus applicable taxes.
• Receipts are to be provided.
• Actual expense will apply
Vehicle Expenses:
• All costs related to rental vehicles (gas, parking, etc.) must be documented if they are to
be reimbursed. The standard for vehicle size is mid-size to lower.
• If a private vehicle is used, mileage will be reimbursed using the mileage rate set by the
IRS. The standard for determining total mileage is the most direct route from the firm’s
primary place of business to the City.
• Mileage for 2 wheel drive vehicles will be at the current rate found at www.gsa.gov. The
rate for 2018 is $0.545.
• Mileage for 4 wheel drive vehicles will be $0.78 when required by the City of Fort Collins.
Reference:
The Federal GSA guidelines for Fort Collins are $109/day for hotel and $59 for meals and
incidentals (M&IE). (Incidentals are defined as 1) fees and tips given to porters, baggage
carriers, bellhops, hotel maids, stewards or stewardesses, and 2) transportation between places
of lodging or business and places where meals are taken). Hotel taxes (i.e. lodging taxes) are
not covered by per diem and are expensed as a separate line item.
• Breakfast: $13
• Lunch: $15
• Dinner: $26
• Incidentals: $5
Federal guidelines further provide for the use of 75% of the M&IE rate for travel days, i.e.
$44.25 for Fort Collins.
Conceptual design criteria for a Gravity Thickener, Thickened Sludge Pump Station and Solids Drying Pad
are provided here to aid in the City budgeting. Baseline conceptual design criteria for the solids drying
pad is taken from the 2009 Solids Handling Program Report and for the Gravity Thickener and Thickened
Sludge Pump Station are taken from the 2016 Solids Handling Evaluation.
Per the 2015 Master Plan Update cost contingencies should be added to the construction cost estimate
as follows.
TABLE A: PROJECT CONTINGENCIES USED FOR PROJECT DEFINITION AND PROJECT COMPLEXITY
Construction Cost Engineering/SDC/City
Project Definition Project Complexity
Contingency Project Management
None Required 0% 0%
Well Defined 10% Low 10%
Moderately Defined 15% Medium 15%
Conceptual 30% High 20%
Gravity Thickener
Number of Units 1
Diameter, ft 40
Number of units 2
Horsepower, hp 20
Subgrade Considerations
As several facilities on-site have required piers or drilled shafts, it should be assumed that the Gravity
Thickener and Pump Station will require piers or 10 feet of over-excavation per the chlorine contact
basin geotechnical design report.
EXHIBIT 2
Solar Drying Pad Design Criteria and Assumptions
Design Criteria/Assumptions Value
EXHIBIT 2
Solar Drying Pad Design Criteria and Assumptions
Design Criteria/Assumptions Value
18,000 sq ft + 36,000 sq ft =
Total Pad Area for Drying and Windrowing 54,000 sq ft
1Volume of solids was calculated for a 1-foot depth of solids in the largest basin at 10 % solids.
Area was calculated by spreading this volume 3-inches thick on the pad surface.
The Solids Drying Pad is assumed to be similar to the 2010 West Backwash Wastewater Pond Liner,
with a reinforced 6-inch concrete slab thickened at the edges. Push walls are estimated to be 8-inch
thick reinforce concrete approximately 5- feet high located at the north and south side of the drying
pad. A stormwater pump station will return water and run-off back to the east Backwash Wastewater
Pond. Stormwater or grading improvements are likely needed in the adjacent pad area.
EXHIBIT 3
2009 Cost Estimate
Pad $250,296
Pushwall $9,254
Roadway $16,425
Sitework $119,011
Subgrade $97,497
Attachment A
11:
10:
1. FOR GENERAL STRUCTURAL NOTES, SEE DRAWING 01-G-22.
4’-0" 1’-0" 1’-0"
2. FOR FACILITY SITE COORDINATES AND FINISHED GRADE,
SEE CIVIL DRAWINGS.
08
10\
0"
4. FOUNDATION SLAB AND WALL POUR SEQUENCE TO ALLOW
1’-8"
-
0"1’
FOR MINIMUM TIME BETWEEN ADJACENT POURS AS
SPECIFIED.
-
1’
5. CLARIFIER BOTTOM SHALL BE WITHIN 1/4" OF THE
ELEVATIONS INDICATED. USE ONE OF THE FOLLOWING
SLOPE
METHODS TO ACHIEVE THE REQUIRED TOLERANCES.
GRAVITY
0"
A. PROVIDE STRICT ELEVATION CONTROL DURING THICKENER A TOC EL 5853.00 A
-
4’
PLACEMENT AND FINISHING OF STRUCTURAL SLAB. WALL
16-S-7 16-S-7
FRP LADDER TYPE "G" W/
B. LEAVE STRUCTURAL SLAB ROUGH AND PLACE 2"
LADDER SAFETY POST
TOPPING TO FINAL GRADES USING RAKE ARM AS A
GUIDE. 6546
0"
WALL VERT CONST JT
-
0"1’
6. ADDITIONAL DESIGN CRITERIA SPECIFIC TO THIS FACILITY. 3151 TYP OF 4, SLOPE BOT SURFACE OF
EQ SPACED DECANT BOX W/ GROUT
-
1’
A. FLUID LOADS: SEE SECTION A/16-S-7
LIQUID TIGHTNESS TESTING ELEVATION = 5867.00 FOR SLAB
CIRCUMFERENTIAL
REINF, SEE 3306 HYDROPHILIC WATERSTOP,
LAP 18" MIN ON WATER SIDE
#8@12" T&B OF PVC WATERSTOP AT
BASE OF WALLS, TYP
A
16
-S-
7
CENTER PIER,
N
SEE PARTIAL PLAN DECANT COLLECTION BOX PARTIAL PLAN
THIS DRAWING
3/8"=1’-0"
#7@6" MAX
SPACING
#7 RADIAL BARS ALT AS
SHOWN FOR 10" MAX 1’-2" 2-
’0"
SPACING & 5" MIN
SLOPE
SPACING
5’
-0"
R 20'0"
R32-
’6"
SEE NOTE 2 A
16
-S-
"
CONC PIPE 7
’-0
1
ENCASEMENT
TOC EL
BELOW, TYP
5842.16
SEE NOTE 3
(LEVEL)
30
"
’-0
TOC EL 5853.00
5
BASE SLAB CONST JT,
"
SLOPE
-0
3142 TYP OF 4,
’
2
EQ SPACED
SLOPE
8’
-0
"
A
2" FIBER REINFORCED 16
-S-
GROUT TOPPING, TYP 7
SEE NOTE 5
A
DECANT 16
COLLECTION BOX, -S-
1’
7
-8
SEE PARTIAL PLAN
"
THIS DRAWING
BASE SLAB
SLOPE
CONST JT,
2" FIBER REINFORCED
TYP
GROUT TOPPING, TYP
SEE NOTE 5
N N
12:
10:
1. FOR GENERAL STRUCTURAL NOTES, SEE DRAWING 01-G-22.
GRAVITY
THICKENER
WALL
TOC EL 5854.83
TOC LAUNDER
WALL HPT EL 5867.00 3’-6" LANDING,
TO MATCH CURVATURE
OF FACILITY
A AL STAIR LANDING
16 SUPPORT, TYP OF 2
-S- LAUNDER WALL CONST JT
7
5503
3151 SIM, OMIT WATERSTOP,
12 1"
13 (FR O F
@
TYP OF 4 EQ SPACED TOG EL 5861.92
T
1
E O M TR
R
Q
E 1’
AD
=
S C A
A
TOC EL 5869.00 RE
"T
P E D
D 0"
1
-6
A N )
’
S
3
-
R TE
AL RAILING
IS R
E
E
5521
R
S M
3’
TOP-MOUNTED
-6
TYPE "F"
"
IN (
13 E O M CE D)
4’-0" LONG CORBEL BELOW,
@ 1
12 T = 11’
CENTER ON WALKWAY,
FR
Q S
SEE DETAIL 1 AND NOTE 4
OF
1"
REA -
ON DWG 16-S-3
PA
TRE
GRAVITY THICKENER ADDITIONAL AL FRAMING
DS
RI
MEMBER TO ACCEPT AL STAIRS,
NTE
WALKWAY BY
SER
0"
MECHANISM MFR CONNECT TO LANDING SUPPORT
R
TOG EL 5869.00
5
1
AL STAIRS BY
DOME MFR
R 20'0" 8"
30
-
’ AL STAIR LANDING
29 SUPPORT, TYP OF 3
R
5503
2’-0"
5’-0" LANDING,
10" TO MATCH CURVATURE
OF FACILITY
5087
3142 SIM, OMIT WATERSTOP,
TYP OF 4 EQ SPACED
TOC EL 5869.00
A
LAUNDER 16
-S-
WALL 7
FRP LADDER
6546
AL RAILING
5521
TOP-MOUNTED
TYPE "A"
UPPER PLAN
3/16"=1’-0"
dgn
LENAM E: AR16nS102d-SF.
12:
10:
1. FOR GENERAL STRUCTURAL NOTES, SEE DRAWING 01-G-22.
AL DOME COVER,
10\
DORMER
3. DOME ROOF FRAMING SHOWN IS REPRESENTATIVE. SEE NOTE 3
PLOT DATE:2015\
TENSION RING
A
16
-S- GRAVITY THICKENER
7 ADDITIONAL AL FRAMING WALKWAY BY
MEMBER TO ACCEPT MECHANISM MFR
AL STAIRS, SEE NOTE 5 TENSION RING
5503
ENTRANCE SECTION
DN
DORMER
SECTION B
3/8"=1’-0"
ACCESS B B
SKYLIGHT HATCH SKYLIGHT
1’-0"
AL LANDING,
SEE NOTE 6 8"
2- 12"x4"X2"
WELD BEARING BEARING PLATES
PLATE TO
30" SQ
HOOKED BARS
ACCESS HATCH,
TYP
WELD ANCHOR
9- #6 HOOKED
BAR TO HOOKED
BARS
BARS
0"
A 6- #4 CLOSED
-
1’
16 #6 ANCHOR TIES
-S-
7 BAR
PREFABRICATED
AL DOME COVER, W/ 3 INTERIOR
0"
SEE NOTE 3 4’-0" x 4’-0" SQ #4 HOOK TIES
-
1’
9- #4 TRIM
AL ACCESS HATCH PER SET
BARS
AL RAILING,
SEE NOTE 6 MONOLITHIC
POUR W/
WALL
DETAIL 1
1/4"=1’-0"
ROOF PLAN
3/16"=1’-0"
dgn
LENAM E: AR16nS103d-SF.
13:
10:
1. FOR STRUCTURAL GENERAL NOTES, SEE DRAWING 01-G-22.
1 2 3
2. FOR FACILITY SITE COORDINATES AND FINISHED GRADE, SEE
08
CIVIL DRAWINGS.
41’-6"
10\
PLOT DATE:2015\
D C
PROVIDE 4’-0" SQ
16-S-9 16-S-9
LANDING AT BASE
OF STAIRS 3’-6" SQUARE
LANDING
-
1’6"
TOC EL 5839.75 AL STAIRS 5501 TOG EL 5845.30
-
1’2" CONC PIPE COLLAR
3321
A
TOC HPT EL 5839.75
0"
6"
-
-
4’
3’
UP
TOC EL 5839.75
ADDL REINF AT PIPE
PENETRATIONS
3301 TYP
9 EQ RISERS
AL RAILING 5521 11"
TOP-MOUNTED
TYPE "F"
LOCATION FOR
FUTURE PUMP
SLOPE
EQUIP PAD
4"
0"
-
-
24’
22’
B B
16-S-8 16-S-8
SLOPE
8"
B
-
1’2"
SLOPE
-
1’6"
-
5’0"
SLOPE
CONC PIPE #6@6" O.F. 5’-0"
COLLAR CORNER REINF
FOUNDATION PLAN
N
dgn
LENAM E: AR16nS104d-SF.
3/8"=1’-0"
Page 40 of 45
RFP 8827 CONSULTING ENGINEERING SERVICES WTF
57 AM
NOTES:
13:
10:
1. FOR STRUCTURAL GENERAL NOTES, SEE DRAWING 01-G-22.
1 2 3
2. FOR FACILITY SITE COORDINATES AND FINISHED GRADE, SEE
08
CIVIL DRAWINGS.
41’-6"
10\
PLOT DATE:2015\
4. FOR GENERAL CMU WALL REINFORCEMENT, SEE 4004 . 25’-8" 1’-6" 12’-0"
2"
TOC LPT EL 5854.00
-
1’
8" CMU,
TYP
AL RAILING NOTE 4
5521
TOP-MOUNTED
ELECTRICAL
6"OPNG
TYPE "F"
5 - #7@6" BOT REPLACING
ROOM
#6@12" BOT REINF, TYP OF 5’-0" 3’-6" 3’-6" 3’-6" 3’-6" 3’-6" 4’-0"
-
2 LOCATIONS OUTSIDE OPNG OPNG OPNG
17’
CONC EQUIP PAD 3356 TYPE "E"
EDGES OF SKYLIGHTS
9"
COORDINATE SIZE AND LOCATION
-
15 TREADS @ 11"= 13’
W/ ELECTRICAL/HVAC DWGS AND
EQUIP MANUFACTURERS
SERS
3’-6"
16 EQ RI
TRAFFIC COATING ON
4"
0"
-
24’
22’
SKYLIGHT CURBS,
NOTE 3
SLOPE
OPNG
3"
AL RAILING
-
6’
5521
B TOP-MOUNTED B
16-S-8 TYPE "A" 16-S-8
DN
#5@12" CONT
CORNER AL STAIRS BM-1
6"
REINF 1’-6" WIDE x 2’-2" DEEP
5501
-
5’
BEAM BELOW
SKYLIGHT 8" WIDE
4’-0" 8’-0"
CONC CURB
OPNG
3380 , SIM
B
-
1’2"
BM-2
ADDITIONAL OPNG 1’-4" WIDE x 2’-0" DEEP
#7@6" BOT REPLACING
REINF DIAGONALS BEAM BELOW 6’-8" OPNG 2’-0"
#6@6" BOT REINF,
AT EA CORNER
TYP OF 2 LOCATIONS NOTE 5
3301 , SIM BETWEEN SKYLIGHTS
TYP 3 LOCATIONS
D C
16-S-9 16-S-9
3/8"=1’-0"
14:
10:
1. FOR STRUCTURAL GENERAL NOTES, SEE DRAWING 01-G-22.
2. FOR FACILITY SITE COORDINATES AND FINISHED GRADE, SEE CIVIL DRAWINGS.
08
10\
a. I = 0.212 IN /FT
b. Sp = 0.234 IN‡/FT
c. Sn = 0.247 IN‡/FT
d. Fy = 33 KSI
-
10’0"
W8x18
L3x3x1/4 CONT
DECKING LEDGER
TYP BETWEEN BEAMS
5301
NG
6"SPACI
ROOF
BEAM SEAT
0"
5067
-
W8x18
3 BEAM S @ 5’
-
22’
TYP 6 LOCATIONS
MCJ
4031
TYP 2 TOS
LOCATIONS EL 5865.33
B B
16-S-8 16-S-8
1 1/2"- 20 GA GALV
W8x18 METAL DECK, TYP
SEE NOTE 3
METAL DECK
SPAN
T.O.W. EL 5868.00
LIMITS OF PUMP
STATION BELOW,
SEE DWGS 16-S-4 C
AND 16-S-5
16-S-9
3/8"=1’-0"
N
0"M I
AL RAILING
-
10’
5521
4’-0" x 4’-0" SQ
AL ACCESS
HATCH
N
8"
MI
TOC EL 5869.00
FRP LADDER
#5@12" EF
#7@6" EF
0"
BARS EF WALLS
-
2’
TOC EL 5862.58
0"
TYP
-
1’
3143
SLAB CONST JT SIM,
#7 @12" SLOPE DECANT COLLECTION
OMIT WATERSTOP AND GROOVE
DOWELS O.F. BOX TO PIPE INVERT
W/ GROUT TOPPING ADDL REINF AT
6"
2’-0"
WALL BASE 3304
TYP #7 @6" 1’-0" 5’-0" 2’-0" 2’-0" 5’-0" 1’-0"
#7 TOP & BOT 2" FIBER REINF CONST JT
#7@6" TOP DOWELS I.F. 1’-0"
SPACING VARIES GROUT TOPPING, 3154 TYP
& BOT
5’
-0 SEE DWG 16-S-1 SEE NOTE 5 ON
AT EDGE "
DWG 16-S-1
TOC EL 5853.00
GRAVITY THICKENER
8"
TYP
CENTER COLUMN
-
1’
NOTE 1
4 - #4 TIES @ 3"
SPACING #7@12" EW
AROUND
8"
CIRCUMFERENTIAL ANCHORS
TOC EL 5847.16
TOC EL 5842.16
#7@6" DOWELS, EF
4"
NOTES:
-
2’
1. COORDINATE SIZE AND SHAPE OF CENTER PIER WITH
MECHANISM MANUFACTURER. PROVIDE 6" CLEAR
MINIMUM FROM CENTERLINE OF COLUMN ANCHOR
#7@6" CIRCUMFERENTIAL BOLTS TO EDGE OF CONCRETE PIER.
#7@2" SPACING AT TOP
AND 8" SPACING AT BOT 2. ALL PIPING BELOW THE FOUNDATION SLAB SHALL BE
#8@12" TOP & BOT,
ALL AROUND CENTER PIER
CIRCUMFRENTIAL SECTION A ENCASED. SEE DRAWING 16-S-1.
dgn
16-S-2
16-S-3
1’-4"
T.O.W. EL 5868.00
LIMITS OF FASCIA
SEE ARCH DWGS
FOR DETAILS METAL ROOF
DECK PER PLAN
TOS EL 5865.33
TOC EL 5857.69
8" WIDE CONC CURB
WALL BASE CONST JT
3380 , SIM
3154 , SIM
W/ 4" WATERSTOP
0"
N
MI
#6@12" TOP & BOT, TYP
-
1’
TOC EL 5854.66 FG SEE CIVIL
8"
TOC EL VARIES
TOC EL 5854.00
3’-6"
0"
2- #5 SIDE 5- #7 TOP,
-
4’
3356
5’
1’-6" 3154
6"
N
MI
-
1’
#7@12" TOP & BOT #6@6" TOP & BOT
SECTION B
3/8"=1’-0" 16-S-4
16-S-5
16-S-6
dgn
LENAM E: AR16nS302d-SF.
T.O.W. EL 5868.00
LEDGER ANGLE
METAL ROOF DECK
5301
PER PLAN
LIMITS OF FASCIA
TOS EL 5865.33
SEE ARCH DWGS
FOR DETAILS
0"
N
MI
-
1’
FG - SEE CIVIL TOC EL 5854.66 FG - SEE CIVIL
8"
TOC EL 5854.00
0"
N
MI
-
1’
ELEVATED SLAB
BM-1 FOR REINF
BM-2 (BEYOND) 5- #7@6" BOT REPLACING SEE SECTION B/
3366 #6@12" BOT REINF DWG 16-S-8
TYP OUTSIDE
4 - #6 BOT (BC) EDGES OF SKYLIGHT
CONC WALL
#4@8" CLOSED TIES FOR REINF
CONNECT LANDING
(SHEAR REINF) SEE SECTION B/
STRINGER TO
CONC WALL DWG 16-S-8
CONC WALL
TOC HPT EL 5839.75 FOR REINF
PRE-ENGINEERED TRENCH DRAIN PRE-ENGINEERED TRENCH DRAIN
SEE SECTION B/
SEE PLUMBING DWGS FOR SEE PLUMBING DWGS FOR
DWG 16-S-8
DETAILS DETAILS EQUIPMENT PAD
EQUIPMENT PAD 3356 WALL BASE CONST JT
TOC LPT EL 5839.50 (BEYOND) TOC LPT EL 5839.50
1’-6" 8" WALL BASE CONST JT 1’-6" 8" TOC HPT EL 5839.75 3154
TYP 3154 TYP
6"
6"
N
N
MI
MI
-
-
1’
1’
6"
6"
-
-
2’
2’
1 1
1 1
#6@6" #7@12" #6@6" #7@12"
TOP & BOT TOP & BOT TOP & BOT TOP & BOT
#6@6" TOP & BOT 4’-8" #7@12" TOP & BOT #6@6" TOP & BOT 4’-8" #7@12" TOP & BOT
SECTION C SECTION D
3/8"=1’-0" 16-S-4 3/8"=1’-0" 16-S-4
16-S-5 16-S-5
16-S-6
dgn
LENAM E: AR16nS303d-SF.