project: aquatics center fire alarm system improvements dq aquatics center fa... · project:...

38
PROJECT: AQUATICS CENTER FIRE ALARM SYSTEM IMPROVEMENTS FORT LEWIS COLLEGE DURANGO, COLORADO STATE PROJECT #M12009 DQ # 3149 TABLE OF CONTENTS PART I BIDDING REQUIREMENTS, CONTRACT FORMS, AND CONTRACTUAL CONDITIONS Request for Documented Quote Information for Bidders (State Form SBP 6.12) Bid (State Form SBP 6.13) Notice of Award (State Form SBP 6.15) Purchase Order Specimen Notice of Final Acceptance (State Form SBP 6.27) Certification and Affidavit regarding Unauthorized Immigrants (State Form UI-1) Notice of Final Acceptance (State Form SBP 6.27) PART II SPECIFICATIONS SECTION 01010 - SUMMARY OF WORK SECTION 0178000 - CLOSE OUT SUBMITTALS INSURANCE REQUIREMENTS DIVISION 28 - FORT LEWIS COLLEGE FIRE ALARM SPECIFICATIONS PART III- DRAWINGS E 101 ELECTRICAL POWER, FIRE ALARM AND LIFE SAFTEY PLAN MAIN LEVEL E 100 ELECTRICAL POWER, FIRE ALARM PLAN BASEMENT LEVEL

Upload: dangnhi

Post on 31-Mar-2018

217 views

Category:

Documents


1 download

TRANSCRIPT

PROJECT: AQUATICS CENTER – FIRE ALARM SYSTEM

IMPROVEMENTS FORT LEWIS COLLEGE – DURANGO, COLORADO

STATE PROJECT #M12009

DQ # 3149

TABLE OF CONTENTS

PART I – BIDDING REQUIREMENTS, CONTRACT FORMS, AND CONTRACTUAL CONDITIONS

Request for Documented Quote

Information for Bidders (State Form SBP 6.12)

Bid (State Form SBP 6.13)

Notice of Award (State Form SBP 6.15)

Purchase Order Specimen

Notice of Final Acceptance (State Form SBP 6.27)

Certification and Affidavit regarding Unauthorized Immigrants (State Form UI-1)

Notice of Final Acceptance (State Form SBP 6.27)

PART II – SPECIFICATIONS

SECTION 01010 - SUMMARY OF WORK

SECTION 0178000 - CLOSE OUT SUBMITTALS

INSURANCE REQUIREMENTS

DIVISION 28 - FORT LEWIS COLLEGE FIRE ALARM SPECIFICATIONS

PART III- DRAWINGS

E 101 ELECTRICAL POWER, FIRE ALARM AND LIFE SAFTEY PLAN – MAIN LEVEL

E 100 ELECTRICAL POWER, FIRE ALARM PLAN – BASEMENT LEVEL

ADVERTISEMENT FOR BIDS Page 1 of 2

REQUEST FOR DOCUMENTED QUOTE STATE OF COLORADO

Fort Lewis College Notice Number: DQ # 3149

Project Number: M12009 Project Title: FLC Aquatics Center – Fire Alarm System Improvements Estimated Construction Cost: $48,000.00 Notice Status: Open for Submittals as of June 4, 2015 Notice Number: DQ # 3149 Revisions: Project Description The project will provide a complete, non-coded addressable, microprocessor-based fire alarm system with initiating devices, notification appliances, and monitoring and control devices as manufactured by SimplexGrinnell for the Fort Lewis College Aquatics Center as indicated on the Beaudin Ganze Consulting Engineers, Inc.; Drawings E100 and E101 and as outlined in Fort Lewis College Specifications Division 28. The bidders should also include in their pricing and allowance amount for 250 lineal feet of ¾” EMT, and associated conductors to feed the seven new duct detectors. Submittals Due Email Proposals will be received from qualified contractors until this date and time at this location:

Date & Time: June 10, 2015 at 2:00 p.m. (MDT)

Address: Fort Lewis College Office of the Director of Purchasing 290 Berndt Hall 1000 Rim Drive Durango, CO 81301-3999 [email protected] Project Information 1. The entire project shall be accomplished within forty two (42) calendar days from the Notice of

Award, including the delivery of any and all guarantees and warranties, the submittal of sales and use-tax payment forms, the calling for the final inspection, and the completion of the final punch list.

2. The right is reserved to waive informalities or irregularities and to reject any and all Bids.

3. Bidders may procure Bidding Documents from:

Tim Erickson, Project Manager Fort Lewis College, Physical Plant Services 1000 Rim Drive Durango, CO 81301 970-247-7084 970-247-7555 (Fax) [email protected]

ADVERTISEMENT FOR BIDS Page 2 of 2

4. The Bidder promises, in submitting his Proposal, that if issued a Notice of Award, he will, within the prescribed time, execute the required Purchase Order, furnish the required Insurance Policy and Certificates of Insurance.

5. Preference shall be given to Colorado resident bidders and for Colorado labor, as required by law. Point of Contact Name: Tim Erickson Agency: Fort Lewis College Phone: 970-247-7084 Fax: 970-247-7555 E-mail: [email protected] This notice is available on the web at www.rockymountainbidsystem.com and www.fortlewis.edu/purchasing/OpportunitiestoBid.aspx

State Form SBP-6.12 Page 1 of 2 Rev. 7/2014

STATE OF COLORADO OFFICE OF THE STATE ARCHITECT STATE BUILDINGS PROGRAMS

INFORMATION FOR BIDDERS

Institution or Agency: Fort Lewis College

Project No./Name: M12009 / FLC Aquatics Center – Fire Alarm System Improvements

1. BID FORM: Bidders are required to use the Bid form attached to the bidding documents. Each bidder is required to indicate the time from the date of the Notice of Award to Final Completion in calendar days, and in addition, the bidder is required to indicate the period of time to finally complete the project from Substantial Completion to Final Acceptance, also in calendar days. Bids indicating times for Substantial Completion and Final Acceptance in excess of the number of days indicated in the Request for Documented Quote for completion of the entire Project may be found non-responsive and may be rejected. The bid shall not be modified or conditioned in any manner. Bids shall be submitted in sealed envelopes bearing the address and information shown below. If a bid is submitted by mail, this aforementioned sealed envelope should be enclosed in an outer envelope and sent to the following addressee:

INSERT NAME OF AGENCY AND ADDRESS WHERE BID SHOULD BE DELIVERED Fort Lewis College Office of the Director of Purchasing 290 Berndt Hall 1000 Rim Drive Durango, CO 81301-3999

The outside of the sealed inner envelope should bear the following information: Project # M12009

Project Name: FLC AQUATICS CENTER – Fire Alarm System Improvements Name and Address of Bidder

Date of Opening: June 9, 2015

Time of Opening: 2:00 PM

2. INCONSISTENCIES AND OMISSIONS: Bidders may request clarification of any seeming inconsistencies, or matters seeming to require explanation, in the bidding documents at least three (3) business days prior to the time set for the opening of Bids. Decisions of major importance on such matters will be issued in the form of addendum.

3. APPLICABLE LAWS AND REGULATIONS: The bidder’s attention is called to the fact that all work under this Contract shall comply with the provisions of all state and local laws, approved state building codes, ordinances and regulations which might in any manner affect the work to be done or those to be employed in or about the work. Attention is also called to the fact that the use of labor for work shall be governed by the provisions of Colorado law.

4. UNAUTHORIZED IMMIGRANTS: Note that the Special Provisions of the General Conditions of the Contract includes the following language: PUBLIC CONTRACTS FOR SERVICES - CRS 8-17.5-101 and PUBLIC CONTRACTS WITH NATURAL PERSONS - 24-76.5-101. The Contractor certifies that the Contractor shall comply with the provisions of CRS 8-17.5-101 et seq. The Contractor shall not knowingly employ or contract with an illegal alien to perform work under this contract or enter into a contract with a subcontractor that fails to certify to the Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this contract. The Contractor represents, warrants, and agrees that it (i) has verified that it does not employ any illegal aliens, through participation in the Basic Pilot Employment Verification Program administered by the Social Security Administration and Department of Homeland Security, and (ii) otherwise will comply with the requirements of CRS 8-17.5-102(2)(b). The Contractor shall comply with all reasonable requests made in the course of an investigation under CRS 8-17.5-102 by the Colorado Department of Labor and Employment. If the Contractor fails to comply with any requirement of this provision or CRS 8-17.5-101 et

State Form SBP-6.12 Page 2 of 2 Rev. 7/2014

seq., the State may terminate this contract for breach and the Contractor shall be liable for actual and consequential damages to the State. A Contractor that operates as a sole proprietor hereby swears or affirms under penalty of perjury that the Contractor (i) is a citizen of the United States or otherwise lawfully present in the United States pursuant to federal law, (ii) shall comply with the provisions of CRS 24-76.5-101 et seq, and (iii) shall produce one of the forms of identification required by CRS 24-76.5-103 prior to the effective date of this Contract. Except where exempted by federal law and except as provided in CRS 24-76.5-103(3), a Contractor that receives federal or state funds under this contract must confirm that any individual natural person eighteen years of age or older is lawfully present in the United States pursuant to CRS 24-76.5-103(4) if such individual applies for public benefits provided under this contract.

5. TAXES: The bidder’s attention is called to the fact that the Bid submitted shall exclude all applicable federal excise or manufacturers’ taxes and all state sales and use taxes as hereinafter set forth in Article 9C of the GENERAL CONDITIONS.

6. OR EQUAL: The words “OR EQUAL” are applicable to all specifications and drawings relating to materials or equipment specified. Any material or equipment that will fully perform the duties specified, will be considered “equal”, provided the bid submits proof that such material or equipment is of equivalent substance and function and is approved, in writing. Requests for the approval of “or equal” shall be made in writing at least five (5) business days prior to bid opening. During the bidding period, all approvals shall be issued by the Architect/Engineer in the form of addenda at least two (2) business days prior to the bid opening date.

7. ADDENDA: Owner/architect initiated addenda shall not be issued later than two (2) business days prior to bid opening date. All addenda shall become part of the Contract Documents and receipt must be acknowledged on the Bid form.

8. METHOD OF AWARD - LOWEST RESPONSIBLE BIDDER: If the bidding documents for this project require alternate prices, additive and/or deductible alternates shall be listed on the alternates bid form provided by the Principal Representative. Bidders should note the Method of Award is applicable to this Bid as stated below.

A. DEDUCTIBLE ALTERNATES: The lowest responsible Bid, taking into account the Colorado resident bidder preference provision of Colorado law, will be determined by and the contract will be awarded on the base bid combined with deductible alternates, deducted in numerical order in which they are listed in the alternates bid form provided by the Principal Representative. The subtraction of alternates shall result in a sum total within available funds. If this bid exceeds such amount, the right is reserved to reject all bids. An equal number of alternates shall be subtracted from the base bid of each bidder within funds available for purposes of determining the lowest responsible bidder.

B. ADDITIVE ALTERNATES: The lowest responsible Bid, taking into account the Colorado resident bidder preference provision of Colorado law, will be determined by and the contract will be awarded on the base bid plus all additive alternates added in the numerical order in which they are listed in the alternates bid form provided by the Principal Representative. The addition of alternates shall result in a sum total within available funds. If this bid exceeds such amount, the right is reserved to reject all bids. An equal number of alternates shall be added to the base bid of each bidder within funds available for purposes of determining the lowest responsible bidder.

C. DEDUCTIBLE AND ADDITIVE ALTERNATES: Additive alternates will not be used if deductible alternates are used and deductible alternates will not be used if additive alternates are used.

1. The Advertisement for Bids can be located at the web site: www.rockymountainbidsystem.com and www.fortlewis.edu/purchasing/OpportunitiestoBid.aspx

State Form SBP-6.13 Rev.7/2014

STATE OF COLORADO OFFICE OF THE STATE ARCHITECT STATE BUILDINGS PROGRAMS

BID Institution/Agency: Fort Lewis College

Project No./Name: M12009 FLC Aquatics Center – Fire Alarm System Improvements

Bidder Acknowledges Receipt of Addenda Numbers:

Bidder Anticipates Services outside the United States or Colorado: No Yes If Yes see 3A below

Bidder will comply with 80% Colorado Labor on project above $500,000: Yes No If No see 3B below

Bidder is a Service-Disabled Veteran Owned Small Business: No Yes If Yes see 3C below

Base Bid $

(Refer to Bid Alternate Form SC-6.13.1 Attached, If Applicable)

Bidder’s Time of Completion

a. Time Period from Notice to Proceed to Substantial Completion: 32

b. Time Period from Substantial Completion to Final Acceptance: 10

c. Total Time of Completion of Entire Project (a + b): 42

1. BID: Pursuant to the advertisement by the State of Colorado dated 6/4/2015 the undersigned bidder hereby proposes to furnish all the labor and materials and to perform all the work required for the complete and prompt execution of everything described or shown in or reasonably implied from the Bidding Documents, including the Drawings and Specifications, for the work and for the base bid indicated above. Bidders should include all taxes that are applicable.

2. EXAMINATION OF DOCUMENTS AND SITE: The bidder has carefully examined the Bidding Documents, including the Drawings and Specifications, and has examined the site of the Work, so as to make certain of the conditions at the site and to gain a clear understanding of the work to be done.

3. PARTIES INTERESTED IN BID: The bidder hereby certifies that the only persons or parties interested in this Bid are those named herein, and that no other bidder or prospective bidder has given any information concerning this Bid. A. If the bidder anticipates services under the contract or any subcontracts will be performed outside the United States

or Colorado, the bidder shall provide in a written statement which must include, but need not be limited to the type of services that will be performed at a location outside the United States or Colorado and the reason why it is necessary or advantageous to go outside the United States or Colorado to perform such services. (Does not apply to any project that receives federal moneys)

B. For State Public Works projects per C.R.S. 8-17-101, Colorado labor shall be employed to perform at least 80% of the work. Colorado Labor means any person who is a resident of the state of Colorado at the time of the Public Works project. Bidders indicating that their bid proposal will not comply with the 80% Colorado Labor requirement are required to submit written justification along with the bid submission. (Does not apply to any project that receives federal moneys–

C. A Service-Disabled Veteran Owned Small Business (SDVOSB) per C.R.S. 24-103-211, means a business that is incorporated or organized in Colorado or maintains a place of business or has an office in Colorado and is officially registered and verified by the Center for Veteran Enterprise within the U.S. Department of Veteran Affairs. Attach proof of certification along with the bid submission.

4. BID GUARANTEE: This Bid is accompanied by the required Bid Guarantee. You are authorized to hold said Bid Guarantee for a period of not more than thirty (30) days after the opening of the Bids for the work above indicated, unless the undersigned bidder is awarded the Contract, within said period, in which event the Director, State Buildings Programs, may retain said Bid Guarantee, until the undersigned bidder has executed the required Agreement and furnished the required Performance Bond, Labor and Material Payment Bond, Insurance Policy and Certificates of Insurance and Affidavit Regarding Unauthorized Immigrants.

5. TIME OF COMPLETION: The bidder agrees to achieve Substantial Completion of the Project from the date of the Notice to Proceed within the number of calendar days entered above, and in addition, further agrees that the period between Substantial Completion and Final Acceptance of the Project will not exceed the number of calendar days noted above. If awarded the Work, the bidder agrees to begin performance within ten (10) days from

State Form SBP-6.13 Rev.7/2014

the date of the Notice to Proceed subject to Article 46, Time of Completion and Liquidated Damages of The General Conditions of the Contract, and agrees to prosecute the Work with due diligence to completion. The bidder represents that Article 7D of the Contractor’s Agreement (SC-6.21) has been reviewed to determine the type and amount of any liquidated damages that may be specified for this contract.

6. EXECUTION OF DOCUMENTS: The bidder understands that if this Bid is accepted, bidder must execute the required Agreement and furnish the required Performance Bond, Labor and Material Payment Bond, Insurance Policy and Certificates of Insurance and Affidavit Regarding Unauthorized Immigrants within ten (10) days from the date of the Notice of Award, and that the bidder will be required to sign to acknowledge and accept the Contract Documents, including the Drawings and Specifications.

7. ALTERNATES: Refer to the Information for Bidders (SC-6.12) for Method of Award for Alternates and use State Form SBP-6.13.1 Bid Alternates form to be submitted with this bid form if alternates are requested by the institution/agency in the solicitation documents.

8. Submit wage rates (direct labor costs) for prime contractor and subcontractor as requested by the institution/agency in the solicitation documents.

9. The right is reserved to waive informalities and to reject any and all Bids. SIGNATURES: If the Bid is being submitted by a Corporation, the Bid should be signed by an officer, i.e., President or Vice-President. If a sole proprietorship or a partnership is submitting the Bid, the Bid shall so indicate and be properly signed.

Dated this Day of , 20

THE BIDDER:

Company Name Address (including city, state and zip) Phone number:

Name (Print) and Title Signature

State Form SBP-6.15 Rev. 7/2010

STATE OF COLORADO OFFICE OF THE STATE ARCHITECT STATE BUILDINGS PROGRAMS

NOTICE OF AWARD

Date of Notice:

Date to be inserted by the Principal Representative

Institution/Agency: Fort Lewis College

Project No./Name: M12009 / FLC Aquatics Center – Fire Alarm System Improvements

TO: The State of Colorado, represented by the undersigned, has considered the Proposals submitted for the above described work. Your Proposal, deemed to be in the best interest of the State of Colorado, in the amount of DOLLARS AND NO/100* ($ *) is hereby accepted, pending final execution of the Purchase Order..

You are required to execute the approved Purchase Order and to furnish the Performance Bond, Labor and Material Payment Bond, Insurance Policy and Certificates of Insurance within ten (10) days from the date of this Notice. If you fail to execute said Purchase Order and to furnish said Insurance Policy and Certificates of Insurance, and Certification and Affidavit Regarding Unauthorized Immigrants within ten (10) days from the date of this Notice, the State Controller is entitled to consider all of your rights arising out of the acceptance of your Proposal as abandoned and to award the work covered by your Proposal to another, or to re-advertise the Project, or otherwise dispose thereof. By ________________________________________ By ________________________________________

State Buildings Programs Date Principal Representative Date Mark Gutt, Construction Manager Michele Peterson, Assoc. V.P. Finance & Administration

When completely executed, this form is to be sent by certified mail to the Contractor by the Principal Representative or delivered by any other means to which the parties agree.

FORT LEWISCOLLEGE

FORT LEWIS COLLEGE1000 RIM DRIVEDURANGO, COLORADO 81301Ph. 970-247-7430Fax [email protected]

Page 1

PURCHASE ORDER

SHOW THIS NUMBER ON ALL PACKAGES,CASES, INVOICES, DELIVERY SLIPS, PACKING

SLIPS, AND CORRESPONDENCE.

To:Ordered By:CENTRAL STORESATTN: MALONEY

Date:CONFIRMATION ONLY, DO NOT DUPLICATE

DOCUMENT SPECIMEN

Item Quantity Description Unit Cost Total Cost

TOTAL:

MWflEMMWMaij^

INVOICES MUST BE MAILED TO:Fort Lewis College Accounts Payable140 Berndt1000 Rim DriveDurango, CO 81301-3999970-247-7144

MAWjajMfl»Mi:iBMaaa^^M.M>MM,

FORT LEWIS COLLEGEFOR THE STATE OF COLORADO

DIRECTOR OF PURCHASING

Issued by the State Controller’s Office Date Issued: 7/1/74 Rule 2-2 Date Revised: 5/13/08

Purchase Order Terms and Conditions 1. Offer/Acceptance. If this purchase order (“PO”) refers to your bid or proposal, then this PO is an ACCEPTANCE of your OFFER TO SELL in accordance with the terms and conditions of the IFB/RFP, as stated in your bid. If no bid or proposal is referenced, this PO is an OFFER TO BUY, subject to your acceptance, which must be demonstrated by either your performance of this PO or by a formal acknowledgment in writing. Any COUNTER-OFFER TO SELL is automatically construed as a CANCELLATION of this PO unless a change order is issued accepting a counter-offer. In the event vendor form(s) or part(s) of forms are included in, or as an attachment to, any bid, proposal, offer, acknowledgment, or otherwise, vendor agrees that, in the event of inconsistencies or contradictions, the terms and conditions of the solicitation document and this PO shall supersede and control over those contained in vendor’s form(s) regardless of any statement to the contrary in such form(s). Unless the purchasing agent specifically agrees in writing through overt reference or other express written indication of assent, terms and conditions on vendor forms regarding choice of law, venue, warranty disclaimer or exclusion, indemnification or limitation of liability shall be of no effect.

2. Safety Information. All chemicals, equipment and materials proposed and/or used in the performance of this PO must conform to the standards required by the William-Steiger Occupational Safety and Health Act of 1970. Bidders must furnish all Material Safety Data Sheets (MSDS) for any regulated chemicals, equipment or hazardous materials at the time of delivery.

3. Changes. Vendor agrees to furnish products and/or services in strict accordance with the specifications, and at the price set forth for each item. Nothing in this PO may be added to, modified, superseded or otherwise altered except in writing signed by an authorized representative of the agency purchasing office and acknowledged by vendor. Each shipment received or service performed shall be only upon the terms contained in this PO, notwithstanding any terms contained in any invoice or other act of vendor other than acknowledgment of a written change order to this PO.

4. Delivery. Unless otherwise specified in the solicitation or in this PO, delivery shall be FOB destination. In its acceptance of any quotation offer, the agency is relying on the promised delivery date, installation, or service performance as material and basic to its acceptance. In the event of vendor’s failure to deliver or perform as and when promised, the agency reserves the right to cancel its order, or any part thereof, without prejudice to its other rights, and vendor agrees that the agency may return all or part of any shipment so made, and may charge vendor with any loss or expense sustained as a result of such failure to deliver or perform as promised. Time is of the essence.

5. Rights in Data, Documents, Computer Software or Other Intellectual Property. Unless otherwise agreed in writing, any software, research, reports, studies, data, photographs, negatives or other documents, drawings or materials delivered by vendor in the performance of its obligations under this PO shall be the exclusive property of the State. The ownership rights described herein shall include, but not be limited to, the right to copy, publish, display, transfer, prepare derivative works, or otherwise use the works.

6. Quality. The State will be the sole judge in determining “equals” with regard to quality, price and performance. All products delivered shall be newly manufactured and of the manufacturer’s current model, unless otherwise specified.

7. Warranties. All provisions and remedies of the Uniform Commercial Code (“UCC”) relating to both implied and expressed warranties are herewith referred to and made a part hereof and are in addition to any warranties stipulated in the specifications.

8. Inspection and Acceptance. Final acceptance is dependent upon completion of all applicable inspection procedures. Should the products or services fail to meet any inspection requirements, the agency may exercise all of its rights, including those provided in the UCC. The agency reserves the right to inspect services provided under this PO at all reasonable times and places. "Services" as used in this clause includes services performed or tangible material produced or delivered in the performance of services. If any of the services do not conform with PO requirements, the agency may require vendor to perform the services again in conformity with PO requirements, with no additional payment. When defects in the quality or quantity of service cannot be corrected by re-performance, the agency may (i) require vendor to take necessary action to ensure that the future performance conforms to PO requirements and (ii) equitably reduce the payment due vendor to reflect the reduced value of the services performed. These remedies in no way limit the remedies available to the agency in the termination provisions of this PO, or remedies otherwise available at law or in equity.

9. Cash Discount. The cash discount period will start from date of receipt of acceptable invoice, or from date of receipt of acceptable products/services at the specified destination by an authorized agency representative, whichever is later.

10. Taxes. The State agency, as purchaser, is exempt from all federal excise taxes under Chapter 32 of the Internal Revenue Code [No. 84-730123K] and from all State and local government use taxes [CRS 39-26-14(a) and 203, as amended]. Tax exempt numbers for the specific agency may be found elsewhere in this PO. Vendor is hereby notified that when materials are purchased for the benefit of the State, such exemptions apply except that in certain political subdivisions (e.g., City of Denver) vendor may be required to pay sales or use taxes even though the ultimate product or service is provided to the State. These sales or use taxes will not be reimbursed by the State.

11. Prompt Payment. State law and regulations provide that vendors will be paid within 45 days after receipt of products or services and a correct notice of amount due, unless otherwise agreed to by contract or special conditions of the PO. A State liability not paid within 45 days is considered delinquent and, unless otherwise agreed to, interest on the unpaid balance shall be paid beginning with the 46th day at the rate of 1% per month until paid in full. A liability shall not arise if a good faith dispute exists as to the agency’s obligation to pay all or a portion of the liability. Vendors shall invoice the agency separately for interest on delinquent amounts due. The billing shall reference the delinquent payment, the number of days interest to be paid and the applicable interest rate. [CRS 24-30-202(24), as amended.]

12. Vendor Offset. CRS 24-30-202 (1) and 24-30-202.4. [Not Applicable to Intergovernmental Contracts] The State Controller may withhold payment of certain debts owed to State agencies under the State’s vendor offset intercept system for: (a) unpaid child support debts or child support arrearages; (b) unpaid balances of tax, accrued interest, or other charges specified in Article 21, Title 39, CRS; (c) unpaid loans due to the Student Loan Division of the Department of Higher Education; (d) amounts required to be paid to the Unemployment Compensation Fund; and (e) other unpaid debts owing to the State or its agencies, as a result of final agency determination or reduced to judgment, as certified by the State Controller.

13. Assignment and Successors; Antitrust Claims. Vendor shall not assign rights or delegate duties under this PO, or subcontract any part of the performance required under this PO, without the express, written consent of the State, which shall not be unreasonably withheld. This PO shall inure to the benefit of and be binding upon the parties hereto and their respective successors and assigns. Assignment of accounts receivable may be made only with written notice furnished to the purchasing agency or institution.

14. Indemnification. In the event any article sold or delivered under this PO is covered by any patent, copyright, trademark, or application therefor, vendor will indemnify and hold harmless the State from any and all loss, liability, cost, expenses and legal fees incurred on account of any claims, legal actions or judgments arising out of manufacture, sale or use of such article in violation, infringement or the like of rights under such patent, copyright, trademark or application. If this PO is for services, to the extent authorized by law, vendor shall indemnify, save, and hold harmless the State, its employees and agents, against any and all claims, damages, liability and court awards including costs, expenses, and attorney fees and related expenses, incurred as a result of any act or omission by vendor, or its employees, agents, subcontractors or assignees, arising out of or in connection with performance of services ordered by this PO.

15. INDEPENDENT CONTRACTOR. VENDOR SHALL PERFORM ITS DUTIES HEREUNDER AS AN INDEPENDENT CONTRACTOR AND NOT AS AN EMPLOYEE. NEITHER VENDOR NOR ANY AGENT OR EMPLOYEE OF VENDOR SHALL BE OR SHALL BE DEEMED TO BE AN AGENT OR EMPLOYEE OF THE STATE. VENDOR SHALL PAY WHEN DUE ALL REQUIRED EMPLOYMENT TAXES AND INCOME TAX WITHHOLDING INCLUDING ALL FEDERAL AND STATE INCOME TAX AND LOCAL HEAD TAX ON ANY MONIES PAID PURSUANT TO THIS PO. VENDOR ACKNOWLEDGES THAT

VENDOR AND ITS EMPLOYEES ARE NOT ENTITLED TO UNEMPLOYMENT INSURANCE BENEFITS UNLESS VENDOR OR THIRD PARTY PROVIDES SUCH COVERAGE AND THAT THE STATE DOES NOT PAY FOR OR OTHERWISE PROVIDE SUCH COVERAGE. VENDOR SHALL HAVE NO AUTHORIZATION EXPRESS OR IMPLIED TO BIND THE STATE TO ANY AGREEMENT, LIABILITY, OR UNDERSTANDING,

EXCEPT AS EXPRESSLY SET FORTH HEREIN. VENDOR SHALL PROVIDE AND KEEP IN FORCE, AND SHOW PROOF OF UPON REQUEST, WORKERS’ COMPENSATION AND UNEMPLOYMENT COMPENSATION INSURANCE IN THE AMOUNTS REQUIRED BY LAW, AND SHALL BE SOLELY RESPONSIBLE FOR ITS ACTS AND THOSE OF ITS EMPLOYEES, AND AGENTS.

16. Communication. All communications, including reports, notices, and advice of any nature, concerning administration of this PO, prepared by vendor for the agency’s use, must be furnished solely to the purchasing agent within the agency purchasing office.

17. Compliance with Laws. Vendor agrees to comply with all applicable federal and State laws, regulations and policies, as amended, including those regarding unfair labor practices, anti-kick-back and collusion.

18. Americans with Disabilities Act (ADA) Requirements. If this solicitation contemplates the provision of services to the public, vendor shall, in addition to any other requirements under Title 11 of the ADA, comply with the Title 11 requirements of the ADA regarding the accessibility of State services and programs, as an explicit requirement. Vendor assures that, at all times during the performance of any resulting PO, no qualified individual with a disability shall, by reason of that disability, be excluded from participation in, or be denied benefits of, services, programs, or activities performed by vendor for the benefit of the State.

19. Insurance. Vendor shall obtain, and maintain at all times during the term of this PO, insurance as specified in the solicitation or order, and shall provide proof of such coverage.

20. Termination For Default/Cause. a. Except as otherwise agreed, the UCC shall govern in the case of goods. In the case of services, if vendor refuses or fails to timely perform any of the provisions of this PO, with such diligence as will ensure its completion within the time specified in this PO, the purchasing agent may notify vendor in writing of non-performance, and if not promptly corrected within the time specified, such agent may terminate vendor's right to proceed with the PO or such part thereof as to which there has been delay or a failure to properly perform. Vendor shall continue performance of the PO to the extent it is not terminated and shall be liable for excess costs incurred in procuring similar goods or services elsewhere. Payment for completed services performed and accepted shall be at the PO price. b. In the case of remedies exercised under this paragraph for services, or analogous remedies exercised under the UCC for in goods, the purchasing agency may withhold amounts due to vendor as the purchasing agent deems necessary to reimburse the purchasing agency for the excess costs incurred in curing, completing or procuring similar goods and services. c. In the case of either goods or services, vendor shall not be in default by reason of any failure in performance of this PO in accordance with its terms, if such failure arises out of acts of God; acts of the public enemy; acts of the State or any governmental entity in its sovereign or contractual capacity; fires; floods; epidemics; quarantine restrictions; strikes or other labor disputes; freight embargoes; or unusually severe weather. d. If after rejection, revocation, or other termination of vendor's right to proceed under the provisions of the UCC or this clause, it is determined for any reason that vendor was not in default under the provisions of this clause, or that the delay was excusable, the rights and obligations of the parties shall be the same as if the notice of termination had been issued pursuant to the termination for convenience clause.

21. Termination For Convenience. a. If not accepted by written acknowledgment, this PO may be canceled by written or oral notice to vendor prior to shipment of goods or beginning of performance of services. b. Unless otherwise agreed in writing, in addition to the rights and remedies governing goods in the UCC, the purchasing agent may, when the interests of the purchasing agency so require, terminate this PO in whole or in part for the convenience of the agency or institution. The purchasing agent shall give written notice of the termination to vendor specifying the part of the PO terminated and when termination becomes effective. Upon receipt of notice of termination, vendor shall incur no further obligations except to the extent necessary to mitigate costs of performance. In the case of services or specially manufactured goods, the State shall pay reasonable settlement expenses, the PO price or rate for supplies and services delivered and accepted, the reasonable costs of performance on unaccepted supplies and services, and a reasonable profit for that unaccepted work, in accordance with the cost principles promulgated in accordance with CRS 24-107-101, as amended. In the case of existing goods, the State shall pay reasonable settlement expenses, the PO price for goods delivered and accepted, reasonable costs incurred in preparation for delivery of the undelivered goods, and a reasonable profit for that preparatory work. The amount of the termination liability under this paragraph shall not exceed the amount of the PO price plus a reasonable cost for settlement expenses. Vendor agrees to submit a termination proposal as well as reasonable supporting documentation, cost and pricing data, and a certification as required CRS 24-106-101, as amended, upon request of the purchasing agent.

22. Purchase Order Approval. This PO shall not be valid unless it is executed by the purchasing agent for the purchasing State agency or institution. The State shall have no responsibility or liability for products or services delivered or performed prior to proper execution hereof. 23. Fund Availability; Federal Funds Contingency. Financial obligations of the State payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. If this PO is funded in whole or in part with federal funds, this PO is subject to and contingent upon the continuing availability of federal funds for the purposes hereof. If this PO contemplates the purchase of goods to be delivered in a single installment, the State represents that it has set aside sufficient funds to make payment under this PO in accordance with its terms.

24. Choice of Law. This PO is made in, and the laws of the State of Colorado shall govern, in connection with the formation, performance and the legal enforcement of, this PO. Unless otherwise specified in the solicitation or this order, venue for any judicial action arising out of or in connection with this PO shall be in Denver, Colorado. Vendor shall exhaust administrative remedies in CRS 24-109-106, as amended, prior to commencing any judicial action against the State.

25. Uniform Commercial Code. All references in this PO to the UCC shall mean the UCC as adopted by the State of Colorado at Title 4, Colorado Revised Statutes, as amended. 26. Non-discrimination. Vendor agrees to comply with the letter and spirit of all applicable State and federal laws respecting discrimination and unfair employment practices.

27. PUBLIC CONTRACTS FOR SERVICES. CRS §8-17.5-101. [Not Applicable to agreements relating to the offer, issuance, or sale of securities, investment advisory services or fund management services, sponsored projects, intergovernmental agreements, or information technology services or products and services] Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract and will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this contract, through participation in the E-Verify Program or the Department program established pursuant to CRS §8-17.5-102(5)(c), Contractor shall not knowingly employ or contract with an illegal alien to perform work under this contract or enter into a contract with a subcontractor that fails to certify to Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this contract. Contractor (a) shall not use E-Verify Program or Department program procedures to undertake pre-employment screening of job applicants while this contract is being performed, (b) shall notify the subcontractor and the contracting State agency within three days if Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien for work under this contract, (c) shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three days of receiving the notice, and (d) shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to CRS §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the Department program, Contractor shall deliver to the contracting State agency, institution of higher education or political subdivision a written, notarized affirmation, affirming that Contractor has examined the legal work status of such employee, and comply with all of the other requirements of the Department program. If Contractor fails to comply with any requirement of this provision or CRS §8-17.5-101 et seq., the contracting State agency, institution of higher education or political subdivision may terminate this contract for breach and, if so terminated, Contractor shall be liable for damages.

28. PUBLIC CONTRACTS WITH NATURAL PERSONS. CRS 24-76.5-101. Contractor, if a natural person eighteen (18) years of age or older, hereby swears or affirms under penalty of perjury that he or she (i) is a citizen or otherwise lawfully present in the United States pursuant to federal law, (ii) shall comply with the provisions of CRS 24-76.5-101 et seq., and (iii) shall produce one form of identification required by CRS 24-76.5-103 prior to the effective date of this contract.

Revised 5/13/08

State Form SBP-6.27 Rev. 9/2006

STATE OF COLORADO OFFICE OF THE STATE ARCHITECT STATE BUILDINGS PROGRAMS

NOTICE OF FINAL ACCEPTANCE

Date of Notice of Acceptance:

Date to be inserted by A/E after consultation with the Principal Representative

Institution/Agency: Fort Lewis College

Project No./Name: M12009 FLC Aquatics center – Fire Alarm System Improvements

TO: Notice is hereby given that the State of Colorado, acting by and through the , accepts as complete* the above numbered project.

State Buildings Programs Mark Gutt, Construction Manager

Date

Principal Representative Michele Peterson, Assoc. V.P. Finance & Administration

Date

*When completely executed, this form is to be sent by certified mail to the Contractor by the Principal Representative or

delivered by any other means to which the parties agree.

State Form UI-1 Issued 7/2008

STATE OF COLORADO OFFICE OF THE STATE ARCHITECT STATE BUILDINGS PROGRAMS CERTIFICATION AND AFFIDAVIT REGARDING UNAUTHORIZED IMMIGRANTS

Institution/Agency: Fort Lewis College

Project No./Name: M12009 FLC Aquatics Center – Fire Alarm System Improvements

A. CERTIFICATION STATEMENT CRS 8-17.5-101 & 102 (HB 06-1343, SB 08-193) The Vendor, whose name and signature appear below, certifies and agrees as follows: 1. The Vendor shall comply with the provisions of CRS 8-17.5-101 et seq. The Vendor shall not knowingly

employ or contract with an unauthorized immigrant to perform work for the State or enter into a contract with a subcontractor that knowingly employs or contracts with an unauthorized immigrant.

2. The Vendor certifies that it does not now knowing employ or contract with and unauthorized immigrant who

will perform work under this contract, and that it will participate in either (i) the “E-Verify Program”, jointly administered by the United States Department of Homeland Security and the Social Security Administration, or (ii) the “Department Program” administered by the Colorado Department of Labor and Employment in order to confirm the employment eligibility of all employees who are newly hired to perform work under this contract.

3. The Vendor shall comply with all reasonable requests made in the course of an investigation under CRS 8-

17.5-102 by the Colorado Department of Labor and Employment. If the Vendor fails to comply with any requirement of this provision or CRS 8-17.5-101 et seq., the State may terminate work for breach and the Vendor shall be liable for damages to the State.

B. AFFIDAVIT CRS 24-76.5-101 (HB 06S-1023) 4. If the Vendor is a sole proprietor, the undersigned hereby swears or affirms under penalty of perjury under the

laws of the State of Colorado that (check one):

I am a United States citizen, or

I am a Permanent Resident of the United States, or

I am lawfully present in the United States pursuant to Federal law. I understand that this sworn statement is required by law because I am a sole proprietor entering into a contract to perform work for the State of Colorado. I understand that state law requires me to provide proof that I am lawfully present in the United States prior to starting work for the State. I further acknowledge that I will comply with the requirements of CRS 24-76.5-101 et seq. and will produce the required form of identification prior to starting work. I acknowledge that making a false, fictitious, or fraudulent statement or representation in this sworn affidavit is punishable under the criminal laws of Colorado as perjury in the second degree under CRS 18-8-503 and it shall constitute a separate criminal offense each time a public benefit is fraudulently received.

CERTIFIED and AGREED to this ______ day of _______________, _20__.

VENDOR:

Vendor Full Legal Name BY:

Signature of Authorized Representative Title

State Form SBP-6.27 Rev. 9/2006

STATE OF COLORADO OFFICE OF THE STATE ARCHITECT STATE BUILDINGS PROGRAMS

NOTICE OF FINAL ACCEPTANCE

Date of Notice of Acceptance:

Date to be inserted by A/E after consultation with the Principal Representative

Institution/Agency: Fort Lewis College

Project No./Name: M12009 FLC Aquatics center – Fire Alarm System Improvements

TO: Notice is hereby given that the State of Colorado, acting by and through the , accepts as complete* the above numbered project.

State Buildings Programs Mark Gutt, Construction Manager

Date

Principal Representative Michele Peterson, Assoc. V.P. Finance & Administration

Date

*When completely executed, this form is to be sent by certified mail to the Contractor by the Principal Representative or

delivered by any other means to which the parties agree.

FLC Aquatics Center FA System

M12009

SECTION 01010 - SUMMARY OF WORK

PART 1 - GENERAL

A. Project Name: M12009 FLC Aquatics Center – Fire Alarm System Improvements

B. Owner’s Name: Fort Lewis College

The Project will provide a complete, non-coded addressable, microprocessor-based fire alarm system with initiating

devices, notification appliances, and monitoring and control devices for the Fort Lewis College Aquatics Center as

indicated on the Beaudin Ganze Consulting Engineers, Inc.; Drawings E100 and E101 and Fort Lewis College Fire

Alarm Specifications Division 28. The project will also include removal and replacement of old non compatible

devices, additional ¾’ EMT raceways for seven new duct detectors. The contractor should anticipate approximately

200 lineal feet of new EMT and associated conductors. All existing FA System conductors can be reused.

CONTRACTOR USE OF SITE AND PREMISES

A. Limit use of site and premises to allow:

1. Owner will occupancy the facility and contractor will be required to coordinate necessary

building access especially in private office areas. General access in corridors, electrical closets

and pool area will be allowed 8:00AM to 5:00PM daily.

2. Use of site and premises by the public, and College personnel for on-going maintenance work.

Conduct work to protect safety of public and to minimize impacts to College operations. This

contract will require working in and around finished walls and ceilings throughout the Aquatics

Center and the Contractor must protect all finishes from damages.

B. Access to Site:

1. Primary access to the project will be by way of Cooper Service Road and Lot W to the

Southwest entry doors to the Aquatics Center.

2. Removal of demolition debris and materials shall occur from this entry as well on a daily basis.

The Contractor shall be responsible for protecting all existing finishes and ceiling board.

3. Access to all building and facilities must be maintained and coordinated with FLC personnel.

4. Existing Fire Alarm panel and retired devices will become the property of FLC unless otherwise

instructed; in which case the material is to be disposed of in accordance with local laws and

regulations.

C. Utility Outages and Shutdown of the Existing Fire Alarm System: Coordinate with Fort Lewis

College Physical Plant Services.

WORK SEQUENCE

Construct Work to accommodate Owner's occupancy requirements during the construction period, coordinate

construction schedule and operations with Owner. The following is a summary of the pre-construction and

construction phasing for the project, and dates for completion of the various portions of work. The contract

construction period will begin on the date of the Notice of Award, and shall be accomplished in the number of calendar

days stipulated in the Request for Documented Quote.

Pre-Construction Activities:

Construction Documents Ready for Bidding: June 4, 2015

Bid Opening: June 10, 2015

Notice of Award (Tentative Date): June 15, 2015

Construction Activities:

On Site - Construction Start Date: July 6, 2015

Substantial Completion date (Tentative date): July 20, 2015

Date of Final Completion: July 27, 2015

End of Section

FLC Aquatics Center FA System

M12009

SECTION 017800 – CLOSEOUT SUBMITTALS

PART 1 - GENERAL

A. Project Record Documents: Submit to FLC at close of project with Final Application for Payment.

Include: As Built Drawings, specifications, change orders and other modifications to the Contract,

Reviewed shop drawings and Manufacturer’s instructions for assembly, installations, and adjusting.

B. Operation and Maintenance Manuals for the FA Panel and Devices. Assemble O & M’s into durable

manuals for FLC use. Provide two hard copies and one electronic copy for review and approval.

C. Demonstration & Training for Mark Pearson & Electrical Shop in the procedures and schedules

involved in operating, trouble shooting, servicing and preventative maintenance of the system.

D. Provide all necessary programming to integrate this new panel into FLC Campus System.

E. All warranty information should be included in the O & M manuals with email and telephone contact

numbers.

F. Final Payment cannot be made prior to receiving all closeout documentation and training listed here

and in Division 28 Fort Lewis College Fire Alarm Specifications.

End of Section

FLC Aquatics Center FA System

M12009

INSURANCE REQUIREMENTS

A. GENERAL

The Contractor shall procure and maintain all insurance requirements and limits as set forth below, at his or her own expense, for the length of time set forth in Contract requirements. The Contractor shall continue to provide evidence of such coverage to State of Colorado on an annual basis during the aforementioned period including all of the terms of the insurance and indemnification requirements of this agreement. All below insurance policies shall include a provision preventing cancellation without thirty (30) days’ prior notice by certified mail. A completed Certificate of Insurance shall be filed with the Principal Representative and State Buildings Programs within ten (10) days after the date of the Notice of Award, said Certificate to specifically state the inclusion of the coverages and provisions set forth herein and shall state whether the coverage is “claims made” or “per occurrence”.

B. COMMERCIAL GENERAL LIABILITY INSURANCE (CGL)

This insurance must protect the Contractor from all claims for bodily injury, including death and all claims for destruction of or damage to property (other than the Work itself), arising out of or in connection with any operations under this Contract, whether such operations be by the Contractor or by any Subcontractor under him or anyone directly or indirectly employed by the Contractor or by a Subcontractor. All such insurance shall be written with limits and coverages as specified below and shall be written on an occurrence form.

General Aggregate $2,000,000 Products – Completed Operations Aggregate $2,000,000 Each Occurrence $1,000,000 Personal Injury $1,000,000

The following coverages shall be included in the CGL:

1. Per project general aggregate (CG 25 03 or similar) 2. Additional Insured status in favor of the State of Colorado and any other parties as outlined

in The Contract and must include both ONGOING Operations AND COMPLETED Operations per CG2010 10/01 and CG 2037 10/01 or equivalent as permitted by law.

3. The policy shall be endorsed to be primary and non-contributory with any insurance maintained by Additional Insureds.

4. A waiver of Subrogation in favor of all Additional Insured parties. 5. Personal Injury Liability 6. Contractual Liability coverage to support indemnification obligation per Article 53.I 7. Explosion, collapse and underground (xcu)

The following exclusionary endorsements are prohibited in the CGL policy: 1. Damage to Work performed by Subcontract/Vendor (CG 22-94 or similar) 2. Contractual Liability Coverage Exclusion modifying or deleting the definition of an “insured

contract” from the unaltered SO CG 0001 1001 policy from (CG 24 26 or similar) 3. If applicable to the Work to be performed: Residential or multi-family 4. If applicable to the Work to be performed :Exterior insulation finish systems 5. If applicable to the Work to be performed: Subsidence or Earth Movement The Contractor shall maintain general liability coverage including Products and Completed Operations insurance, and the Additional Insured with primary and non-contributory coverage as specified in this Contract for three (3) years after completion of the project.

C. AUTOMOBILE LIABILITY INSURANCE and business auto liability covering liability arising out of

any auto (including owned, hired and non-owned autos).

Combined Bodily Injury and Property Damage Liability

FLC Aquatics Center FA System

M12009

(Combined Single Limit): $1,000,000 each accident

Coverages: Specific waiver of subrogation

D. WORKERS' COMPENSATION INSURANCE The Contractor shall procure and maintain Workers' Compensation Insurance at his or her own expense during the life of this Contract, including occupational disease provisions for all employees per statutory requirements. Policy shall contain a waiver of subrogation in favor of the State of Colorado.

The Contractor shall also require each Subcontractor to furnish Workers' Compensation Insurance, including occupational disease provisions for all of the latter’s employees, and to the extent not furnished, the Contractor accepts full liability and responsibility for Subcontractor’s employees. In cases where any class of employees engaged in hazardous work under this Contract at the site of the Project is not protected under the Workers’ Compensation statute, the Contractor shall provide, and shall cause each Subcontractor to provide, adequate and suitable insurance for the protection of employees not otherwise protected.

End of Section

FORT LEWIS COLLEGE FIRE ALARM SPECIFICATIONS

DIVISION 28

Page - 1

PART 1 – GENERAL

1.1. SUMMARY

A. This Section covers fire alarm systems, including initiating devices, notification appliances, controls, and supervisory devices.

B. Work covered by this section includes the furnishing of labor, equipment, and materials for installation of the fire alarm system as indicated on the drawings and specifications.

C. The Fire Alarm System shall consist of all necessary hardware equipment and software programming to perform the following functions:

1. Fire alarm system detection and notification operations.

2. Control and monitoring of elevators, smoke control equipment, door hold-open devices, fire suppression systems, and other equipment as indicated in the drawings and specifications.

1.2. ENGINEERS

A. The Engineer shall conform to all the requirements of this document and shall include all pertinent requirements of the document in the job specifications. Only sections not required for a particular job may be omitted. Any alteration, deletion or omittance of the requirements must be approved by Fort Lewis College. Any job specifications not meeting these requirements shall be rejected.

1.3. ACCEPTABLE EQUIPMENT AND SERVICE PROVIDERS

A. Manufacturers: The equipment and service described in this specification are those supplied and supported by SimplexGrinnell and represent the base bid for the equipment.

B. Being listed as an acceptable Manufacturer in no way relieves obligation to provide all equipment and features in accordance with these specifications.

C. The equipment and service provider shall be a nationally recognized company specializing in fire alarm and detection systems. This provider shall employ factory trained and NICET certified technicians. The equipment and service provider shall have a minimum of 10 years experience in the fire protective

FORT LEWIS COLLEGE FIRE ALARM SPECIFICATIONS

Page - 2

signaling systems industry.

1.4. SYSTEM DESCRIPTION

A. General: Provide a complete, non-coded addressable, microprocessor-based fire alarm system with initiating devices, notification appliances, and monitoring and control devices as indicated on the drawings and as specified herein.

B. Software: The fire alarm system shall allow for loading and editing instructions and operating sequences as necessary. The system shall be capable of on-site programming to accommodate system expansion and facilitate changes in operation. All software operations shall be stored in a non-volatile programmable memory within the fire alarm control unit. Loss of primary and secondary power shall not erase the instructions stored in memory. System shall be capable of storing dual configuration programs with one active and one in reserve. Panel shall be capable of full system operation during a new configuration download.

C. History Logs: The system shall provide a means to recall alarms and trouble conditions in chronological order for the purpose of recreating an event history. A separate alarm and trouble log shall be provided.

D. Wiring/Signal Transmission

1. System connections for signaling line circuits shall be Class B, Style 4 and notification appliance circuits shall be Class B, Style Y.

2. Circuit Supervision: Circuit faults shall be indicated by a trouble signal at the FACP. Provide a distinctive indicating audible tone and alphanumeric annunciation.

E. Remote Access

1. A personal computer or technician's laptop, configured with terminal emulation software shall have the ability to access the FACP for diagnostics, maintenance reporting and information gathering.

F. Required Functions: The following are required system functions and operating features

1. Priority of Signals: Fire alarm events have highest priority. Subsequent alarm events are queued in the order received and do not affect existing alarm conditions. Priority Two, Supervisory and Trouble events have second-, third-, and fourth-level

FORT LEWIS COLLEGE FIRE ALARM SPECIFICATIONS

Page - 3

priority, respectively. Signals of a higher-level priority take precedence over signals of lower priority even though the lower-priority condition occurred first. Annunciate all events regardless of priority or order received.

2. Transmission to an approved Supervising Station: Automatically route alarm, supervisory, and trouble signals to an approved supervising station service provider, under another contract.

3. Annunciation: Operation of alarm and supervisory initiating devices shall be annunciated at the FACP and the remote annunciator, indicating the type of device, the operational state of the device (i.e. alarm, trouble or supervisory) and shall display the custom label associated with the device.

4. General Alarm: A system general alarm shall include:

a) Indication of alarm condition at the FACP and the annunciator(s).

b) Identification of the device that is the source of the alarm at the FACP and the annunciator(s).

c) Operation of audible and visible notification appliances until silenced at FACP.

d) Closing doors normally held open by magnetic door holders.

e) Unlocking designated doors.

f) Shutting down supply and return fans where alarm is initiated.

g) Closing smoke dampers on system where alarm is initiated.

h) Initiation of smoke control sequence.

i) Transmission of signal to the supervising station.

j) Initiation of elevator Phase I functions (recall, shunt trip, illumination of indicator in cab, etc.), when specified detectors or sensors are activated, as appropriate.

5. Supervisory Operations: Upon activation of a supervisory device such as a low air pressure switch and tamper switch, the system shall operate as follows:

a) Activate the system supervisory service audible signal and illuminate the LED at the control unit and the remote annunciator.

b) Pressing the Supervisory Acknowledge Key will

FORT LEWIS COLLEGE FIRE ALARM SPECIFICATIONS

Page - 4

silence the supervisory audible signal while maintaining the Supervisory LED "on" indicating off-normal condition.

c) Record the event in the FACP historical log.

d) Transmission of supervisory signal to the supervising station.

e) Restoring the condition shall cause the Supervisory LED to clear and restore the system to normal.

6. Alarm Silencing: If the "Alarm Silence" button is pressed, all audible alarm signals shall cease operation.

7. System Reset

a) The "System Reset" button shall be used to return the system to its normal state. Display messages shall provide operator assurance of the sequential steps ("IN PROGRESS", "RESET COMPLETED") as they occur. The system shall verify all circuits or devices are restored prior to resetting the system to avoid the potential for re-alarming the system. The display message shall indicate "ALARM PRESENT, SYSTEM RESET ABORTED."

b) Should an alarm condition continue the system will remain in an alarmed state.

8. WALKTEST: The system shall have the capacity of 8 programmable passcode protected one person testing groups, such that only a portion of the system need be disabled during testing. The actuation of the "enable one person test" program at the control unit shall activate the "One Person Testing" mode of the system as follows:

a) The city circuit connection and any suppression release circuits shall be bypassed for the testing group.

b) Control relay functions associated with one of the 8 testing groups shall be bypassed.

c) The control unit shall indicate a trouble condition.

d) The alarm activation of any initiating device in the testing group shall cause the audible notification appliances assigned only to that group to sound a code to identify the device or zone.

e) The unit shall automatically reset itself after signaling is complete.

FORT LEWIS COLLEGE FIRE ALARM SPECIFICATIONS

Page - 5

f) Any opening of an initiating device or notification appliance circuit wiring shall cause the audible signals to sound for 4 seconds indicating the trouble condition.

G. Analog Smoke Sensors

1. Monitoring: FACP shall individually monitor sensors for calibration, sensitivity, and alarm condition, and shall individually adjust for sensitivity. The control unit shall determine the condition of each sensor by comparing the sensor value to the stored values.

2. Environmental Compensation: The FACP shall maintain a moving average of the sensor's smoke chamber value to automatically compensate for dust, dirt, and other conditions that could affect detection operations.

3. Programmable Sensitivity: Photoelectric Smoke Sensors shall have 7 selectable sensitivity levels ranging from 0.2% to 3.7%, programmed and monitored from the FACP.

4. Sensitivity Testing Reports: The FACP shall provide sensor reports that meet NFPA 72 calibrated test method requirements. The reports shall be viewed on a CRT Display or printed for annual recording and logging of the calibration maintenance schedule.

5. The FACP shall automatically indicate when an individual sensor needs cleaning. The system shall provide a means to automatically indicate when a sensor requires cleaning. When a sensor's average value reaches a predetermined value, (3) progressive levels of reporting are provided. The first level shall indicate if a sensor is close to a trouble reporting condition and will be indicated on the FACP as "ALMOST DIRTY." This condition provides a means to alert maintenance staff of a sensor approaching dirty without creating a trouble in the system. If this indicator is ignored and the second level is reached, a "DIRTY SENSOR" condition shall be indicated at the FACP and subsequently a system trouble is reported to the Supervising Station. The sensor base LED shall glow steady giving a visible indication at the sensor location. The "DIRTY SENSOR" condition shall not affect the sensitivity level required to alarm the sensor. If a "DIRTY SENSOR" is left unattended, and its average value increases to a third predetermined value, an "EXCESSIVELY DIRTY SENSOR" trouble condition shall be indicated at the control unit.

6. The FACP shall continuously perform an automatic self-test on each sensor that will check sensor electronics and ensure the

FORT LEWIS COLLEGE FIRE ALARM SPECIFICATIONS

Page - 6

accuracy of the values being transmitted. Any sensor that fails this test shall indicate a "SELF TEST ABNORMAL" trouble condition.

7. Programmable bases: It shall be possible to program relay and sounder bases to operate independently of their associated sensor.

8. Magnet test activation of smoke sensors shall be distinguished by its label and history log entry as being activated by a magnet.

H. Audible Alarm Notification: By horns and speakers in areas as indicated on drawings.

I. Fire Suppression Monitoring

1. Water flow: Activation of a water flow switch shall initiate general alarm operations.

2. Sprinkler valve tamper switch: The activation of any valve tamper switch shall activate system supervisory operations.

J. Power Requirements

1. The control unit shall receive AC power via a dedicated fused disconnect circuit.

2. Components include battery, charger, and an automatic transfer switch.

3. All circuits requiring system-operating power shall be 24 VDC and shall be individually fused at the control unit.

4. The incoming power to the system shall be supervised so that any power failure will be indicated at the control unit. A green "power on" LED shall be displayed continuously at the user interface while incoming power is present.

5. The system batteries shall be supervised so that a low battery or a depleted battery condition, or disconnection of the battery shall be indicated at the control unit and displayed for the specific fault type.

6. The system shall support NAC Lockout feature to prevent subsequent activation of Notification Appliance Circuits after a Depleted Battery condition occurs in order to make use of battery reserve for front panel annunciation and control.

7. The system shall support 100% of addressable devices in alarm or operated at the same time, under both primary (AC) and secondary (battery) power conditions.

8. Loss of primary power shall sound a trouble signal at the FACP.

FORT LEWIS COLLEGE FIRE ALARM SPECIFICATIONS

Page - 7

FACP shall indicate when the system is operating on an alternate power supply.

1.5. QUALITY ASSURANCE

A. Each and every item of the Fire Alarm System shall be listed under the appropriate category by Underwriters Laboratories, Inc. (UL), and shall bear the "UL" label.

1.6. EXTRA MATERIALS

A. General: Furnish extra materials, packaged with protective covering for storage, and identified with labels clearly describing contents as follows:

1. Manual Stations: Furnish quantity equal to 15 percent of the number of manual stations installed, but not less than one of each type.

2. Notification Appliances: Furnish quantity equal to 10 percent of each type and number of units installed, but not less than one of each type.

3. Smoke Detectors or Sensors, Fire Detectors, Duct Detectors and Flame Detectors: Furnish quantity equal to 10 percent of each type and number of units installed but not less than one of each type.

4. Sensor Bases: Furnish quantity equal to 10 percent of each type and number of units installed but not less than one of each type.

PART 2 – APPROVED PRODUCTS

2.1. FIRE ALARM CONTROL PANEL (FACP) 4100ES

A. The following FACP hardware shall be provided:

1. Emergency Voice/Alarm Communications Equipment.

2. Flexible User Interface.

B. Cabinet: Lockable steel enclosure. Arrange unit so all operations required for testing or for normal care and maintenance of the system are performed from the front of the enclosure. If more than a single unit is required to form a complete control unit, provide exactly matching modular unit enclosures.

FORT LEWIS COLLEGE FIRE ALARM SPECIFICATIONS

Page - 8

2.2. REMOTE LCD ANNUNCIATOR 4603-9101

A. Provide a remote LCD Annunciator, where required, with the same "look and feel" as the FACP operator interface. The Remote LCD Annunciator shall use the same Primary Acknowledge, Silence, and Reset Keys; Status LEDs and LCD Display as the FACP.

B. Annunciator shall have super-twist LCD display with two lines of 40 characters each. Annunciator shall be provided with four (4) programmable control switches and associated LEDs.

C. Under normal conditions the LCD shall display a "SYSTEM IS NORMAL" message and the current time and date.

D. Should an abnormal condition be detected the appropriate LED (Alarm, Supervisory or Trouble) shall flash. The unit audible signal shall pulse for alarm conditions and sound steady for trouble and supervisory conditions.

E. The LCD shall display the following information relative to the abnormal condition of a point in the system:

1. 40 character custom location label.

2. Type of device (e.g., smoke, pull station, water flow).

3. Point status (e.g., alarm, trouble).

F. Operator keys shall be key switch enabled to prevent unauthorized use. The key shall only be removable in the disabled position. Acknowledge, Silence and Reset operation shall be the same as the FACP.

2.3. ADDRESSABLE MANUAL PULL STATIONS 4099-9003

A. Description: Addressable double-action push/pull type. Station will mechanically latch upon operation and remain so until manually reset by opening with a key common with the control units.

2.4. SMOKE SENSORS & BASES

A. Type: Photoelectric Sensor Smokes 4098-9714.

B. Base: Standard Base 4098-9792.

C. Duct Smoke Sensor: Duct Detector with Relay 4098-9756 photoelectric type, with sampling tube of design and dimensions as recommended by the manufacturer for the specific duct size and

FORT LEWIS COLLEGE FIRE ALARM SPECIFICATIONS

Page - 9

installation conditions where applied. Sensor includes relay for fan shutdown.

1. Test Switch 2098-9806 each duct smoke sensor shall have a Remote Test Station with an alarm LED and test switch.

2. Where indicated provide a NEMA 4X weatherproof duct housing enclosure that shall provide for the circulation of conditioned air around the internally mounted addressable duct sensor housing to maintain the sensor housing at its rated temperature range. The housing shall be UL Listed to Standard 268A.

2.5. HEAT SENSORS 4098-9733

A. Thermal Sensor: Combination fixed-temperature and rate-of-rise unit with plug-in base and alarm indication lamp; 135-deg F fixed-temperature setting except as indicated.

2.6. VERY EARLY SMOKE DETECTION SYSTEM VLC-600

A. Provide an air sampling smoke detection system (Very Early Smoke Detection Apparatus - VESDA) for each area shown in the Contract Documents. Provide a LaserCOMPACT air sampling smoke detection system for areas up to 8000 sq. ft. in accordance with manufacturer's recommendations.

2.7. ADDRESSABLE CIRCUIT INTERFACE MODULES

A. There shall be the following types of modules:

1. Type 1: Individual Addressable Module (IAM) 4090-9001

a) Receive both power and communications from a two-wire MAPNET II or IDNet circuit. They provide location specific addressability to a single initiating device (such as single station smoke detector alarm contacts or heat detector contacts) or multiple devices at the same location by monitoring normally open dry contacts and the wiring to an end-of-line resistor.

2. Type 2: IDNet Relay IAM (RIAM) 4090-9002

a) IDNet Relay IAMs allow fire alarm control panels to control a remotely located Form “C” contact using IDNet addressable communications for both data and module power. Typical applications would be for switching local power for control functions such as elevator capture, or control of HVAC components,

FORT LEWIS COLLEGE FIRE ALARM SPECIFICATIONS

Page - 10

pressurization fans, dampers, etc. Relay status is also communicated requiring only one device address.

B. Addressable Circuit Interface Modules: Arrange to monitor or control one system components that are not otherwise equipped for addressable communication. Modules shall be used for monitoring of water flow, valve tamper, non-addressable devices, and for control of AHU systems.

2.8. MAGNETIC DOOR HOLDER 2088 Series

A. Description: Units are equipped for wall or floor mounting as indicated and are complete with matching door plate. Unit shall operate from a 24VDC source, and develop a minimum of 25 lbs. holding force.

B. Material and Finish: Match door hardware.

2.9. STANDARD ALARM NOTIFICATION APPLIANCES

A. Horn 4901-9820: Piezoelectric type horn shall be listed to UL 464. The horn shall have a minimum sound pressure level of 85 dBA @ 24VDC. The horn shall mount directly to a standard single gang, double gang or 4" square electrical box, without the use of special adapter or trim rings.

B. Visible/Only 4906-9101: Strobe shall be listed to UL 1971. The V/O shall consist of a xenon flash tube and associated lens/reflector system. The V/O enclosure shall mount directly to standard single gang, double gang or 4" square electrical box, without the use of special adapters or trim rings. V/O appliances shall be provided with different minimum flash intensities of 15cd, 75cd and 110cd. Provide a label inside the strobe lens to indicate the listed candela rating of the specific Visible/Only appliance.

C. Audible/Visible 4906-9127: Combination Audible/Visible (A/V) Notification Appliances shall be listed to UL 1971 and UL 464. The strobe light shall consist of a xenon flash tube and associated lens/reflector system. Provide a label inside the strobe lens to indicate the listed candela rating of the specific strobe. The horn shall have a minimum sound pressure level of 85 dBA @ 24VDC. The audible/visible enclosure shall mount directly to standard single gang, double gang or 4" square electrical box, without the use of special adapters or trim rings.

FORT LEWIS COLLEGE FIRE ALARM SPECIFICATIONS

Page - 11

D. Speaker/Visible 4906-9151: Combination Speaker/Visible (S/V) units combine the speaker and visible functions into a common housing.

1. Twisted/shielded wire is required for speaker connections on a standard 25VRMS or 70.7VRMS NAC.

2. The following taps are available: 0.25W, 0.50W, 1.0W and 2.0W. At the 1.0W tap, the speaker has minimum UL rated sound pressure level of 84dBA at 10 feet.

3. The S/V shall have a frequency response of 400 to 4000 Hz for Fire Alarm and 125 to 12 kHz for general signaling.

4. The S/V installs directly to a 4" square, 1 ½" deep electrical box with 1 ½" extension.

E. Speaker 4902-9716:

1. The speaker shall operate on a standard 25VRMS or 70.7VRMS NAC using twisted / shielded wire.

2. The following taps are available: 0.25W, 0.50W, 1.0W and 2.0W. At the 1.0W tap, the speaker has minimum UL rated sound pressure level of 84dBA at 10 feet.

3. The S/V shall have a frequency response of 400 to 4000 Hz for Fire Alarm and 125 to 12 kHz for general signaling.

4. The S/V installs directly to a 4" square, 1 ½" deep electrical box with 1 ½" extension.

F. Notification Appliance Circuit provides synchronization of strobes at a rate of 1Hz and operates horns with a temporal cadence operation. The circuit shall provide the capability to silence the audible signals, while the strobes continue to flash, over a single pair of wires. The capability to synchronize multiple notification appliance circuits shall be provided.

G. System Sensor P2RK & LENS-A

1. The SpectrAlert Advance P2RK is a weatherproof, red, two-wire, outdoor horn strobe with selectable strobe settings of 15, 15/75, 30, 75, 95, 110 and 115 cd. Outdoor back box included.

2. The SpectrAlert Advance LENS-A is amber lens used for any indoor or outdoor wall mount strobes.

H. Accessories: The contractor shall furnish any necessary accessories.

FORT LEWIS COLLEGE FIRE ALARM SPECIFICATIONS

Page - 12

2.10. NAC POWER EXTENDER 4009-9201

A. The IDNet NAC Power Extender panel shall be a stand-alone panel capable of powering a minimum of 4 notification appliance circuits. Notification appliance circuits shall be Class B, Style Y rated at 2 amps each. Panel shall provide capability to be expanded to 8 notification appliance circuits.

B. The NAC extender panel will be mount next to the host control panel.

2.11. ALTRONIX DC POWER SUPPLY AL600ULX

A. Grey enclosure, power supply/charger converts an 115VAC 60Hz input, to a continuous supply current @ 12VDC or 24VDC non-power limited output.

2.12. FIRERAY 5000 BEAM DETECTOR

A. In high-ceiling areas, such as atriums, where spot-type smoke detectors are not accessible for periodic maintenance and testing, projected beam-type detectors should be used where access can be provided.

PART 3 – EXECUTION

3.1. INSTALLATION, GENERAL

A. Install system components and all associated devices in accordance with applicable NFPA Standards and manufacturer's recommendations.

B. Installation personnel shall be supervised by persons who are qualified and experienced in the installation, inspection, and testing of fire alarm systems. Examples of qualified personnel shall include, but not be limited to, the following:

1. Factory trained and certified personnel.

2. National Institute of Certification in Engineering Technologies (NICET) fire alarm level II certified personnel.

3. Personnel licensed or certified by state or local authority.

3.2. EQUIPMENT INSTALLATION & PROGRAMMING

A. Furnish and install a complete Fire Alarm System as described

FORT LEWIS COLLEGE FIRE ALARM SPECIFICATIONS

Page - 13

herein and as shown on the plans. Include sufficient control unit(s), annunciator(s), manual stations, automatic fire detectors, smoke detectors, audible and visible notification appliances, wiring, terminations, electrical boxes, and all other necessary material for a complete operating system.

B. All Duct Detectors will have:

a) PAM-SD's.

b) 24VDC from FACP.

c) Remote switch mounted no higher then 5 feet.

C. FACP will be located in the telecommunications room where the fiber optics is located.

D. All NAC Extenders will be mounted next to FACP.

E. FACP will be added to fire alarm fiber optic network.

F. All exterior A/V devices will be waterproof.

G. All Graphic point descriptors will include room numbers.

H. Fire Department building access will have a remote annunciator.

I. Remote annunciator will be programmed to display fire only.

J. VESDA will be installed on all raised floors requiring smoke detection.

K. All buildings will use speaker, visual or speaker/visual for notification.

L. No “T” tapping of any circuits allowed.

3.3. WIRING INSTALLATION

A. Wire Insulation Color Coding

1. Signal Circuits: Blue insulation on positive (+) conductor, White insulation on negative (-) conductor.

2. 24VDC Circuits: Red insulation on positive (+) conductor, Black insulation on negative (-) conductor.

3. Door Holder Circuit: Yellow insulation on positive (+) conductor, Brown insulation on negative (-) conductor.

4. SLC Circuit: Red Jacket.

FORT LEWIS COLLEGE FIRE ALARM SPECIFICATIONS

Page - 14

5. Speaker Circuit: Blue Jacket.

B. Wiring Type

1. Signal, Door Holder, Sounder Base and 24VDC Circuits:

a) THHN 14 AWG, stranded-copper conductors with 600-V rated, 75 degrees C, color-coded insulation.

2. SLC:

a) 18/2 Twisted, Unshielded Plenum FPLP Red Jacket, Solid-copper conductors with 300-V rated, 75 degrees C, color coded insulation. Anixter FA-1802C-1-2N-03.

3. Speakers:

a) 18/2 Twisted Shielded Plenum FPLP Blue Jacket, solid-copper conductors with 300-V rated, 75 degrees C, color-coded insulation. Anixter FA-1802C-1-2S-06.

C. All fire alarm cable shall be installed in EMT

D. EMT, junction boxes, device boxes and covers shall be painted red enamel.

E. Install input wire from FACP to Energy Management System for EMS shutdown.

3.4. FIELD QUALITY CONTROL

A. Manufacturer's Field Services: Provide services of a factory-authorized service representative to supervise the field assembly and connection of components and the pretesting, testing, and adjustment of the system.

B. Service personnel shall be qualified and experienced in the inspection, testing, and maintenance of fire alarm systems. Examples of qualified personnel shall be permitted to include, but shall not be limited to, individuals with the following qualifications:

1. Factory trained and certified.

2. National Institute for Certification in Engineering Technologies (NICET) fire alarm certified.

3. International Municipal Signal Association (IMSA) fire alarm certified.

4. Certified by a state or local authority.

5. Trained and qualified personnel employed by an organization

FORT LEWIS COLLEGE FIRE ALARM SPECIFICATIONS

Page - 15

listed by a national testing laboratory for the servicing of fire alarm systems.

C. Inspection

1. Inspect equipment installation, interconnection with system devices, mounting locations, and mounting methods.

2. Verify that units and controls are properly installed, connected, and labeled and that interconnecting wires and terminals are identified.

D. Acceptance Operational Tests

1. Perform operational system tests to verify conformance with specifications:

a) Each alarm initiating device installed shall be operationally tested. Each device shall be tested for alarm and trouble conditions. Contractor shall submit a written certification that the Fire Alarm System installation is complete including all punch-list items. Test battery operated emergency power supply. Test emergency power supply to minimum durations specified. Test Supervising Station Signal Transmitter. Coordinate testing with Supervising Station monitoring firm/entity.

b) Test each Notification Appliance installed for proper operation.

c) Test Fire Alarm Control Panel and Remote Annunciator.

2. Provide minimum 10 days notice of acceptance test performance schedule to Owner, and local Authority Having Jurisdiction.

3. Certification of point to graphics will be preformed.

E. Retesting: Correct deficiencies indicated by tests and completely retest work affected by such deficiencies. Verify by the system test that the total system meets the Specifications and complies with applicable standards.

F. Report of Tests and Inspections: Provide a written record of inspections, tests, and detailed test results in the form of a test log. Use NFPA 72 Forms for documentation.

G. Final Test, Record of Completion, and Certificate of Occupancy:

1. Test the system as required by the Authority Having Jurisdiction

FORT LEWIS COLLEGE FIRE ALARM SPECIFICATIONS

Page - 16

in order to obtain a certificate of occupancy. Provide completed NFPA 72 Record of Completion form to Owner and AHJ.

3.5. CLEANING

A. Cleaning: Remove paint splatters and other spots, dirt, and debris. Clean unit internally using methods and materials recommended by manufacturer.

3.6. TRAINING

A. Provide the services of a factory-authorized service representative to demonstrate the system and train Owner's maintenance personnel as specified below.

1. Train Owner's maintenance personnel in the procedures and schedules involved in operating, troubleshooting, servicing, and preventive maintaining of the system. Provide a minimum of 8 hours' training.

2. Schedule training with the Owner at least seven days in advance.

State Form SC-6.311 Page 1 of 2 Rev. 9/2006

STATE OF COLORADO OFFICE OF THE STATE ARCHITECT STATE BUILDINGS PROGRAMS CHANGE ORDER BULLETIN

Change Order Bulletin No: 3 Date 8/28/2014

Contractor: Animas Valley Construction, Inc.

Institution or Agency: Fort Lewis College

Project No./Name: #M12009 FLC Aquatic Center- Life Safety Improvements

Description of Work: FIRE ALARM SYSTEM REVISIONS

This bulletin is issued to define the scope of revision in drawings and/or specifications for a contemplated change order. The work called for by these revisions shall be in accordance with the requirements of the original contract documents. Please prepare and submit a proposal for the changes described below. For pricing use State Form SC-6.312. A formal change order State Form SC-6.31 will be issued after approval of your proposal by the Principal Representative and the Architect. Your proposal shall include a statement as to the effect this change will have on the time for completion of the project. This bulletin is NOT an authorization to proceed. FIRE ALARM SYSTEM REVISIONS- Owner Requested Revisions DESCRIPTION OF CHANGE: GENERAL SUMMARY: 1. The base bid scope of work identified for the building fire alarm system was completed under the original contract with the Contractor. Refer to drawings, E100, E101 and E102. CONSTRUCTION SCOPE OF WORK 1. The College has requested that revisions and modifications to the existing building fire alarm system be made as summarized in the attached scope of work letter and revised fire alarm system drawings. SPECIFICATION REVISIONS: Letter: COB-03 Owner Fire Alarm Revisions Prepared by Beaudin Ganze Consulting Engineers, Inc. dated July 7, 2014 Revised Drawings preared by Beaudin Ganze Consulting Engineers, Inc. dated July 7, 2014 Sheet E100- Electrical Power and Fire Alarm Plan- Basement Level Sheet E101- Electrical Power and Fire Alarm Plan- Main Level

State Form SC-6.311 Page 2 of 2 Rev. 9/2006

STATUS OF EXISTING WORK: The project work has been completed and accepted by the College. The requested revisions to the building fire alarm system will be scheduled with the College. PREPARED BY: _Michael Eberspacher, AIA- RMBA Architects__________________________ ARCHITECT/ENGINEER OR CONTRACTOR APPROVED BY: ________________________________ PRINCIPAL REPRESENTATIVE (INSTITUTION or AGENCY)

7007 Wyoming NE, Suite F-2, Albuquerque, NM 87109 • p. 505.323.9070 ALBUQUERQUE

ALBUQUERQUE DENVER FORT COLLINS VAIL

www.bgce.com

July 7, 2014 Michael Eberspacher AIA RMBA - Architects 922 E. Second Avenue Durango, Colorado 81301 RE: FLC Aquatic Center

Project # 9232.02 – COB-03 Owner Fire Alarm Revisions Mike – Please issue the following information in the appropriate format as a part of Change Order Bulletin COB-03, addressing Owner’s revisions to the Fire Alarm design. I. Electrical Drawings

A. Sheet E100 – Electrical Power and Fire Alarm Plan – Basement Level

1. Reissue sheet in its entirety. Revisions affect scope of work related to fire sprinkler water flow and valve tamper switches.

B. Sheet E101 – Electrical Power and Fire Alarm Plan – Main Level 1. Reissue sheet in its entirety. Revisions affect scope of work related to

annunciation speakers, AHU duct detectors, remote test switches, select smoke and heat detectors, remote annunciator, and fire alarm control panel.

II. Electrical Specifications

A. Section 283111 – Digital Addressable Fire Alarm System 1. Reminder to Contractor that the cable color and gauge specifications as

outlined in subsection 283111.3.3 – Wiring Installation are required and expected. No change in scope or cost is expected with this requirement.

Please contact us with any questions. Best regards, Eric Rubottom, PE Senior Associate Attachments – Sheets E100, E101