View
2
Download
0
Category
Preview:
Citation preview
McMillan Pazdan Smith Architecture
06.12.2020
ADDENDUM 01
Ridgeview Library Renovation
and Expansion Project
Hickory, NC
MPS Project 019451.00
SECTION 00 91 13 - ADDENDA
Page 1 of 1
SECTION 00 91 13 ADDENDA 01
PART 1 GENERAL
1.01 PROJECT INFORMATION
A. Project Name: Ridgeview Library Renovation and Expansion Project.
B. Owner: City of Hickory.
C. Architect: McMillan Pazdan Smith - Greenville.
D. Architect Project Number: 019451.00.
E. Date of Addendum: June 18, 2020.
1.02 NOTICE TO BIDDERS
A. This Addendum is issued to all registered plan holders pursuant to the Instructions to Bidders and Conditions of the Contract. This Addendum serves to clarify, revise, and supersede information in the Project Manual, Drawings, and previously issued Addenda. Portions of the Addendum affecting the Contract Documents will be incorporated into the Contract by enumeration of the Addendum in the Owner/Contractor Agreement.
B. The Bidder shall acknowledge receipt of this Addendum in the appropriate space on the Bid Form.
C. The date for receipt of bids is unchanged by this Addendum 1, at same time and location.
1. Bid Date: June 30th, 2020.
2. Bid Location : Ridgeview Library in Hickory, NC.
3. Location to send bids : Revised to be sent to Ridgeview Library instead of City of Hickory. Please send bids to following address and see revised form:
1.03 ATTACHMENTS
A. This Addendum includes the following attached Documents and Specification Sections:
1. Document “Addendum 1 Memo”, dated Thursday June 18.
B. S
PART 2 PRODUCTS - NOT USED
PART 3 EXECUTION - NOT USED
END OF DOCUMENT 009113
END OF SECTION
Addendum 1 MEMO
400 augusta street, suite 200, greenville, sc 29601
o. 864 242 2033 f. 864 242 2034
mcmillanpazdansmith.com
Date: June 18, 2020
To: Known plan holders for below-stated project, design team, Owner
From: J.T. Pennington
Project Name: City of Hickory Ridgeview Library Renovation and Addition Project Number: MPS 019451.00
The specifications and drawings for the project noted above are amended as noted in this Addendum No. 1. The following clarifications, amendments, additions, deletions, revisions, and/or modifications are hereby made a part of the Contract Documents and change the original documents only in the manner and to the extent stated below.
Receipt of this addendum shall be acknowledged by inserting its number and date in the space provided in the Form of Proposal. The date for the receipt of bids is unchanged by this addendum. This Addendum includes the following revisions to Division 00 Procurement and Contracting Requirements:
1. 01 00 10 Table of Contents – edited to include section 01 21 00 – Allowances. 2. 00 43 21 Allowance Form 3. 00 11 17 – City of Hickory Invitation to Bid and Contract – Sealed Bid Location address and Bid Opening.
This Addendum includes the following revisions to Division 01 General Requirements:
1. 01 10 00 Summary – edited to include project phasing design intent with addition and renovation; 2. 01 21 00 Allowances – edited to include allowances.
This Addendum includes the following revisions to Division 02-14 Facility Construction Group: Changes to these sections are highlighted in the reissued specification attachments.
1. 06 41 00 – Architectural Wood Casework – revised to remove AWI certification requirements. 2. 06 17 53 – Shop Fabricated Wood Trusses – clarification of fire treated area. 3. 09 67 23 – Resinous Flooring – clarification on slab cure and product top coat.
Drawings S100 – STRUCTURAL PLAN – THIS DRAWING HAS NOT BEEN REVISED BUT ANSWERS A QUESTION BELOW; ONLY AREAS IN THE ROOF FRAMING PLAN BETWEEN GRIDS 14 AND 15 NEED TO BE FIRE RETARDANT FRAMING, SHEATHING, AND TONGUE AND GROOVE DECKING. TO CLARIFY, THE WOOD JOISTS DO NOT NEED TO BE FIRE RETARDANT. A040 – DEMOLITION FLOOR PLAN, RCP, AND ELEVATIONS – REVISION “F”;
Addendum 1 MEMO
400 augusta street, suite 200, greenville, sc 29601
o. 864 242 2033 f. 864 242 2034
mcmillanpazdansmith.com
ID101 – FINISH PLAN AND FINISH SCHEDULES – REVISION “F”; P1.1 – EXISTING DEMOLITION PLUMBING FLOOR PLAN - REVISION “6”; P2.1 – PLUMBING FLOOR PLAN – REVISION 6; P4.1 - PLUMBING SCHEDULES – REVISION 6 E2.1 – ELECTRICLA POWER PLAN – REVISION 6; E2.2 – ELECTRICAL LIGHTING PLAN – REVISION 6 MISC Pre-Bid Meeting Minutes Product data information on fluid applied water membranes. A701-2018 Working Draft – Invitation to Bidders Substitution Requests
a. None requested; if there are no substitution requests during bidding then GC is anticipating on providing basis of design products or acceptable products listed in specifications. No additional products will be considered after bidding unless a product is no longer available on the market during construction.
Questions Received / Response from MPS in red text:
1. One the bid form 004100: Section 1.05 F. – Please confirm that there are no allowances. There is no
Section 012100. There are allowances for door hardware because none is indicated in contract documents. Section 1.06 A. – This says the bid is open for acceptance for 30 days. The Invitation to Bid and Contract says bid prices are valid for 90 days. Please clarify which will apply. Invitation to Bid is correct, valid for 90 days. Section 1.11 – It seems that in Part A, items 4 and 5 should be deleted (they are in Part B and appear to belong there.). In Part B, it seems that items 1 and 2 should be deleted (they are in Part A and appear to belong there.) Please review and clarify. Section 1.11 Part A Item 4 is Proposed Subcontractor form – this can be deleted; Section 1.11 Part A Item 5 is Proposed Schedule of Values Form – this is to be provided by the successful bidder after bid; this can be deleted for the bidding; only the awarded GC will need to submit a schedule of values. Section 1.11 Part B Item 1 – Unit Prices Form – this should be filled out.
2. I didn’t see asbestos testing before demolition addressed anywhere. Has the site already been
tested? Will it be part of the bid? This building was permitted in 1997 and asbestos was banned in 1990; it is our understanding that there should not be any asbestos in the building – this will not be part of the bid.
Addendum 1 MEMO
400 augusta street, suite 200, greenville, sc 29601
o. 864 242 2033 f. 864 242 2034
mcmillanpazdansmith.com
3. Spec. section 071400 Fluid-Applied Waterproofing appears to be intended for masonry cavity walls (part 2.02). Is this intended for below finish floor level? (Not indicated on plans.) Please provide a specification for fluid-applied air barrier/weather barrier intended for use on gypsum sheathing. Fluid applied weather barrier is intended for exterior walls over plywood sheathing, as shown in A3/A340 and on enlarged details on A600. Section 07 14 00 Basis of Design Epro Waterproofing System is designed for above cavity walls. Information is attached for convenience. Design intent is for product to be applied to plywood substrate on masonry cavity walls. Please indicate in the drawings with section/detail and page number if you see air barrier/weather barrier on gypsum sheathing. 4. Spec section 002113 Instructions to Bidders refers to document AIA A701, but it’s not attached. Please
provide. See attached.
5. Is the owner to provide Builders Risk Insurance as stated in A2.3.1 of Document A101? It does not appear to be noted elsewhere that this is to be provided by the contractor. Contractor to provide Builder’s Risk Insurance.
6. In 011000 Summary, part C. says furniture is owner supplied and contractor installed. Please clarify what furniture will be the contractor’s responsibility to install. Should have only referenced the existing shelving which was noted on the demo plan (keynote #3), not furniture in general.
7. For the unit prices, please confirm that these are just intended for use if the scope of work is changed from that shown on the plans, and clarify that the amounts indicated on the plans are to be included in the base bid. This is correct; plans indicate base bid; the amounts provided for the unit prices are if there is an additional change of scope in the work.
8. 011000 Summary, 1.03 A. calls for Furnishings to be supplied and installed by the Owner. Is this referring to specification Division 12 – Furnishings, which is solid surface countertops? If not, what is it referring to?
Furnishings is referring to loose furniture. Furniture will be owner supplied/installed; solid surface shall be
contractor supplied/installed.
9. Question regarding existing library bathrooms for renovation – how are finishes to be handled? Base bid existing to remain; alternate for bathroom renovation – prep for new finishes; see demolition sheet revisions attached with addendum.
Addendum 1 MEMO
400 augusta street, suite 200, greenville, sc 29601
o. 864 242 2033 f. 864 242 2034
mcmillanpazdansmith.com
10. Spec section 064100 – Architectural Wood Casework calls for AWI Certification. Can this requirement
be removed? There are many casework companies that follow AWI quality standards, but are not
officially certified due to the high cost of certification. This saving is normally reflected in lower
pricing for the owner.
Yes, this AWI certification will be dropped to save money for the Owner. Hopefully this will enable more
millwork subcontractors to bid and make numbers more competitive. Spec Section 06 41 00 has been
revised to have that language AWI certification language removed.
11. Spec section 061752 Shop-Fabricated Wood Trusses, 2.4F says that the trusses need to be made with
fire-treated lumber. Is this really required? And if so, does the plywood roof sheathing, the T&G roof
decking, and the 2x lumber top plates all need to be fire-treated lumber?
Wood joists do not need to be fire treated – only between grid lines 14 and 15 on the Roof Framing Plan on
sheet S100. 2x8 framing, sheathing, and tongue and groove only in that shed roof area.
12. Section 2 on S200, which is at the mechanical room, shows the roof as sheathing on the rafters, then
insulation; no T&G decking. The wall height is even shown lower so it will line up the roof plane with
the adjacent area with the T&G decking.
However, the roof plan A3/A110 indicates this area as roof type RA-3, which has T&G decking.
Should the roof assembly over the mechanical room be like RA-2, except rafters instead of trusses, as
shown on S200?
Correct there is no T&G decking over the mechanical room and is just sheathing on top of the rafters.
McMillan Pazdan Smith Architecture06.12.2020 ADDENDUM 01
Ridgeview Library Renovationand Expansion Project
Hickory, NCMPS Project 019451.00
SECTION 00 01 10 - Table of Contents Page 1 of 3
SECTION 00 01 10TABLE OF CONTENTS
PROCUREMENT AND CONTRACTING REQUIREMENTS1.01 DIVISION 00 -- PROCUREMENT AND CONTRACTING REQUIREMENTS
A. 00 01 01 - Project Title PageB. 00 01 07 - Seals PageC. 00 01 10 - Table of ContentsD. 00 11 16 - City of Hickory Invitation To Bid and Bid FormE. 00 21 13 - Instructions to BiddersF. 00 25 13 - Prebid MeetingsG. 00 26 00 - Procurement Substitution ProceduresH. 00 31 19 - Existing Condition InformationI. 00 41 00 - Bid FormJ. 00 43 13 - Bid Security FormsK. 00 43 21 - Allowance FormL. 00 43 22 - Unit Prices FormM. 00 43 23 - Alternates FormN. 00 60 01 - Supplementary ConditionsO. 00 91 13 - Addenda
SPECIFICATIONS2.01 DIVISION 01 -- GENERAL REQUIREMENTS
A. 01 10 00 - SummaryB. 01 21 00 - AllowancesC. 01 22 00 - Unit PricesD. 01 23 00 - AlternatesE. 01 25 00 - Substitution ProceduresF. 01 30 00 - Administrative RequirementsG. 01 31 00 - Project Managemenet and CoordinationH. 01 32 00 - Construction Progress DocumentationI. 01 32 33 - Photographic DocumentationJ. 01 33 00 - Submittal ProceduresK. 01 40 00 - Quality RequirementsL. 01 40 08 - Special Inspectiosn and Structural TestingM. 01 50 00 - Temporary Facilities and ControlsN. 01 56 39 - Temporary Tree and Plant ProtectionO. 01 57 23 - Temporary Stormwater Pollution ControlP. 01 58 13 - Temporary Project SignageQ. 01 58 13.01 - Temporary Project Signage AttachmentR. 01 60 00 - Product RequirementsS. 01 73 00 - ExecutionT. 01 74 19 - Construction Waste Management and DisposalU. 01 78 00 - Closeout SubmittalsV. 01 78 23 - Operation and Maintenance DataW. 01 78 39 - Project Record DocumentsX. 01 79 00 - Demonstration and Training
McMillan Pazdan Smith Architecture06.12.2020 ADDENDUM 01
Ridgeview Library Renovationand Expansion Project
Hickory, NCMPS Project 019451.00
SECTION 00 01 10 - Table of Contents Page 2 of 3
2.02 DIVISION 02 -- EXISTING CONDITIONS A. 02 41 00 - Demolition
2.03 DIVISION 03 -- CONCRETE A. 03 30 00 - Cast-in-Place Concrete
2.04 DIVISION 04 -- MASONRY A. 04 20 00 - Unit Masonry
2.05 DIVISION 05 -- METALS A. 05 12 00 - Structural Steel FramingB. 05 40 00 - Cold-Formed Metal Framing
2.06 DIVISION 06 -- WOOD, PLASTICS, AND COMPOSITES A. 06 10 00 - Rough CarpentryB. 06 17 53 - Shop-Fabricated Wood TrussesC. 06 20 00 - Finish CarpentryD. 06 41 00 - Architectural Wood Casework
2.07 DIVISION 07 -- THERMAL AND MOISTURE PROTECTION A. 07 14 00 - Fluid-Applied WaterproofingB. 07 21 00 - Thermal InsulationC. 07 31 13 - Asphalt ShinglesD. 07 62 00 - Sheet Metal Flashing and TrimE. 07 92 00 - Joint Sealants
2.08 DIVISION 08 -- OPENINGS A. 08 11 13 - Hollow Metal Doors and FramesB. 08 14 16 - Flush Wood DoorsC. 08 42 29 - Automatic EntrancesD. 08 43 13 - Aluminum-Framed StorefrontsE. 08 44 13 - Glazed Aluminum Curtain WallsF. 08 71 00 - Door HardwareG. 08 80 00 - GlazingH. 08 91 19 - Fixed Louvers
2.09 DIVISION 09 -- FINISHES A. 09 21 16 - Gypsum Board AssembliesB. 09 22 16 - Non-Structural Metal FramingC. 09 30 00 - TilingD. 09 51 00 - Acoustical CeilingsE. 09 65 19 - Resilient Tile FlooringF. 09 68 13 - Tile CarpetingG. 09 91 23 - Interior Painting
2.10 DIVISION 10 -- SPECIALTIES A. 10 14 15 - Indentifying Devices Interior SignsB. 10 21 13.17 - Plastic Toilet CompartmentC. 10 28 00 - Toilet, Bath, and Laundry Accessories
2.11 DIVISION 12 -- FURNISHINGS A. 12 36 00 - Countertops
2.12 DIVISION 21 -- FIRE SUPPRESSION
McMillan Pazdan Smith Architecture06.12.2020 ADDENDUM 01
Ridgeview Library Renovationand Expansion Project
Hickory, NCMPS Project 019451.00
SECTION 00 01 10 - Table of Contents Page 3 of 3
A. REFER TO MPE DRAWINGS FOR SPECIFICATIONS2.13 DIVISION 22 -- PLUMBING
A. REFER TO MPE DRAWINGS FOR SPECIFICATIONS2.14 DIVISION 23 -- HEATING, VENTILATING, AND AIR-CONDITIONING (HVAC)
A. REFER TO MPE DRAWINGS FOR SPECIFICATIONS2.15 DIVISION 25 -- INTEGRATED AUTOMATION 2.16 DIVISION 26 -- ELECTRICAL
A. REFER TO MPE DRAWINGS FOR SPECIFICATIONS2.17 DIVISION 27 -- COMMUNICATIONS
A. REFER TO MPE DRAWINGS FOR SPECIFICATIONS2.18 DIVISION 28 -- ELECTRONIC SAFETY AND SECURITY
A. REFER TO MPE DRAWINGS FOR SPECIFICATIONS2.19 DIVISION 31 -- EARTHWORK
A. 31 10 00 - Site ClearingB. 31 22 00 - Grading - REFER TO CIVILC. 31 23 16 - Excavation
2.20 DIVISION 32 -- EXTERIOR IMPROVEMENTS A. 32 92 19 - Seeding - REFER TO CIVIL
2.21 DIVISION 33 -- UTILITIES 2.22 DIVISION 46 -- WATER AND WASTEWATER EQUIPMENT2.23 APPENDIX
A. APPENDIX A - CSI FORM 01-5C SUBSTITUTION REQUEST DURING BIDDINGB. APPENDIX B - CSI FORM 13-1A SUBSTITUTION REQUEST AFTER BIDDINGC. APPENDIX C - DRAFT CONTRACT AIA A101-2017 OWNER AND CONTRACTORD. APPENDIX D - DRAFT CONTRACT AIA A101-2017 EXHIBIT AE. APPENDIX E - DRAFT CONTRACT AIA A201-2017 GENERAL CONDITITONS OF THE
CONTRACT FOR CONSTRUCTIONF. APPENDIX F - A701-2018 INVITATION TO BIDDERS
END OF SECTION
McMillan Pazdan Smith Architecture06.12.2020 ADDENDUM 01
Ridgeview Library Renovationand Expansion Project
Hickory, NCMPS Project 019451.00
SECTION 00 43 21 - ALLOWANCE FORM Page 1 of 1
SECTION 00 43 21ALLOWANCE FORM
PART 1 GENERAL1.01 BID INFORMATION
A. Bidder: ____________________________________________________.B. Project Name: Ridgeview Library Renovation and Expansion Project .C. Project Location: 706 1st St SW , HICKORY NC , 28602 .D. Owner: City of Hickory .E. Architect: McMillan Pazdan Smith Architecture .F. Architect Project Number: 019451.00 .
1.02 BID FORM SUPPLEMENTA. This form is required to be attached to the Bid Form.B. The undersigned Bidder certifies that Base Bid submission to which this Bid Supplement is
attached includes those allowances described in the Contract Documents and scheduled inSection 012100 "Allowances."
1.03 SUBMISSION OF BID SUPPLEMENTA. Respectfully submitted this ____ day of ____________, 2020 .B. Submitted By:_______________________________(Insert name of bidding firm or
corporation).C. Authorized Signature:_______________________________________(Handwritten
signature).D. Signed By:______________________________________________(Type or print name).E. Title:___________________________________(Owner/Partner/President/Vice President).
PART 2 PRODUCTS - NOT USED
PART 3 EXECUTION - NOT USED
END OF DOCUMENT 004321END OF SECTION
City of Hickory Invitation to Bid and Contract
Project Title: Bid Number:
CITY OF HICKORY RIDGEVIEW LIBRARY RENOVATION AND ADDITION
Page 1 of 16
SUBMIT SEALED BIDS TO: Ridgeview Library 706 1st Street SW Hickory NC 28602
DIRECT INQUIRIES TO: Ben Wofford bwofford@mcmillanpazdansmith.com Phone (864) 710-7151
Vendor Name: Point of Contact:
Mailing Address:
City: State: Zip:
Area Code and Phone Number: Email Address:
Federal Employer Identification Number or Social Security Number:
THIS BID INVALID IF NOT SIGNED AND NOTARIZED
AFFIDAVIT: STATE OF _______________________ COUNTY OF _____________________, of lawful age, being first duly sworn, on oath says that: 1. Affiant is the duly authorized agent of the bidder/vendor and/or contractor submitting the competitive bid and executing the contract which is attached to this statement, and that as such agent, Affiant has the authority to bind the bidder/vendor, whether an individual, partnership, or corporation, for the purpose of negotiating and entering into said agreement, and for certifying the facts pertaining to the existence of collusion among bidders and between bidders and City officials or employees, as well as facts pertaining to the giving or offering of things of value to government personnel in return for special consideration in the letting of any contract pursuant to the bid to which this statement is attached: 2. Affiant is fully aware of the facts and circumstances surrounding the making of the bid and/or the procurement of the contract to which this statement is attached and has been personally and directly involved in the proceedings leading to the submission of such bids; 3. Neither the bidder/vendor nor anyone subject to the bidder/vendor’s direction or control has been a party:
a. to any collusion among bidders in restraint of freedom of competition by agreement to bid at a fixed price or to refrain from bidding;
a. to any collusion with any municipal official or employee as to quantity, quality or price in the prospective contract, or as to any other terms of such prospective contract;
b. in any discussions between bidders and any municipal official concerning exchange of money or other thing of value for special consideration in the letting of a contract, nor
c. to paying, giving or donating or agreeing to pay, give or donate to any officer or employee of the City of Hickory any money or other thing of value, either directly or indirectly, in procuring the contract to which his statement is attached.
4. Affiant further agrees to be held personally liable in the event that Affiant has misrepresented the scope or extent of Affiant’s authority to bind the bidder herein, and to indemnify and hold harmless the City of Hickory, its departments, boards, commissions, agencies, institutions, and all employees of the aforementioned from all damages based upon such misrepresentation, including, but not limited to, all costs and attorney fees incurred, in addition to any other remedies available by law.
_________________________________________________ SIGNATURE OF AUTHORIZED AGENT FIRM: ______________________________________________ ________________________________________________ PRINT/TYPE NAME/TITLE ADDRESS: __________________________________________ (City, State, Zip) Subscribed & sworn before me this __ day of ______, 20___. PHONE: ____________________________________________ ________________________________________________
Notary Public
My Commission Expires: ____________________________
City of Hickory Invitation to Bid and Contract
Project Title: Bid Number:
CITY OF HICKORY RIDGEVIEW LIBRARY RENOVATION AND ADDITION
Page 2 of 16
IMPORTANT INFORMATION AND INSTRUCTIONS
DOCUMENTS WITHIN THIS AGREEMENT: The pages of this agreement consist of:
a. Invitation and Bidder Information b. Important Information and Instructions c. General Conditions d. Special Conditions e. Specifications/Description of Work to be Performed f. Bid Form, Bonding Requirements
1. IMPORTANT DATES
Advertise invitation to bid beginning June 4th, 2020 Bid opening June 30th, 2020 at 2:00PM at the Ridgeview Library Notice to Proceed To Follow After Bid
2. SUBMIT ALL PAGES All pages of this document will be used as the contract. Bidders shall submit ALL pages of this document and supplemental pages with completed information.
3. BIDDER SHALL WRITE ON THE OUTSIDE OF SUBMITTAL ENVELOPE:
a. The name of the General Contractor b. The Project Title and Project Number c. Date of bid opening
4. BIDS SHALL NOT BE QUALIFIED WITH ANY STATEMENTS ON THE BID FORMS OR BY
SEPARATE ATTACHMENT
5. LIQUIDATED DAMAGES As discussed in further detail under General Conditions Item 40, in the event the Contractor fails to substantially complete construction required under this agreement in the time allotted, Contractor shall reimburse the City for liquidated damages.
THE REMAINDER OF THIS PAGE WAS INTENTIONALLY LEFT BLANK
City of Hickory Invitation to Bid and Contract
Project Title: Bid Number:
CITY OF HICKORY RIDGEVIEW LIBRARY RENOVATION AND ADDITION
Page 3 of 16
GENERAL CONDITIONS
BIDDER – TO INSURE ACCEPTANCE OF THE BID, CAREFULLY FOLLOW THESE INSTRUCTIONS. FAILURE TO DO SO MAY RESULT IN THE REJECTION OF YOUR BID WITHOUT FURTHER CONSIDERATION OR NOTICE TO YOU.
1. SEALED BIDS: All bid sheets and this form must be executed and submitted in a sealed envelope.
DO NOT INCLUDE MORE THAN ONE BID PER ENVELOPE. The face of the envelope shall contain, in addition to the address on page one (1) of this document, the date and time of the bid opening and the contract number. Bids not submitted on this bid form shall be rejected. All bids are subject to the conditions specified herein. Those that do not comply with these conditions are subject to rejection. Bids will be considered only on first quality products. Bid files which include copies of specifications, drawings, schedules or special instructions are on file with the Purchasing Agent for the City of Hickory and may be examined during normal business hours, or may be found on the City’s website (See Exhibit ‘A’ for further instruction).
2. EXECUTION OF BID AND CONTRACT: Bid and contract documents must contain an original signature
of authorized representative in the space provided. Bid must be typed or printed in ink. Use of erasable ink is not permitted. ALL CORRECTIONS MADE BY BIDDER/VENDOR TO BID PRICE MUST BE INITIALED. Do not use white out, correction tape or some other method of masking a correction.
3. NO BID: If not submitting a bid, respond by returning page one (1), marking it “NO BID,” and explain the reason in the space provided thereon. Failure to respond three (3) times in succession may be cause for removal of the supplier’s name from the bid mailing list, without further notice. NOTE: To qualify as having responded, bidder/vendor must submit either a bid or a written “NO BID,” and it must be received no later than the stated bid opening date and hour.
4. OBJECTIONS/CHALLENGE: Should a bidder/vendor have an objection to or challenge the specifications, the bidder/vendor is responsible for making this known in writing so as to reach the Purchasing Agent no later than seven (7) calendar days prior to the bid opening date. The envelope shall be marked in such a way so as to alert the Purchasing Agent of the urgency of the communication. The envelope must be marked indicating that the content is a challenge to a specified Invitation to Bid. For all challenges considered valid by the Purchasing Agent, all vendors on the original mailing list will be provided an addendum which addresses the challenge. Challenges/objections not considered valid will be so stated to the objecting party.
5. BID OPENING: Bid opening, if applicable, occurs at the time specified on the bid form. It is the
Bidder/Vendor’s responsibility to assure that the bid is delivered at the proper time and place of the bid opening. Bids, which for any reason are not delivered, will not be considered. Offers by telegram, facsimile, email, or telephone are not acceptable. NOTE: Bid files may be examined during normal working hours by appointment, after the date and time of bid opening. Bid tabulations WILL NOT be provided by telephone or facsimile. Bid tabulations will be provided by email at the written request of the bidder/vendor. Bid and contract documents are the property of the City and are subject to the provisions of the North Carolina Open Records Act.
6. WITHDRAWAL OF BID: Bids may be withdrawn at any time prior to the bid opening date and time.
After bids are opened, all bids will be considered firm and valid until award of contract is made.
7. AWARDS: a. As the best interest of the City may require, the right is reserved to:
1. Award by individual item or project, group of items or projects, all or none, or a
combination thereof.
2. Award based upon a geographical district basis with one or more vendors.
City of Hickory Invitation to Bid and Contract
Project Title: Bid Number:
CITY OF HICKORY RIDGEVIEW LIBRARY RENOVATION AND ADDITION
Page 4 of 16
3. To reject any and all bids or waive any minor irregularity or technicality in bids received.
b. Bidders/Vendors are cautioned to make no assumptions regarding their success on the
awarding of any contract unless their bid has been evaluated as being responsive, the contract awarded by the City and appropriate documents executed. The City of Hickory reserves the right to add or delete any item from this contract when deemed to be in the best interests of the City.
8. ACCEPTANCE OF CONTRACT: This document constitutes only the Bidder/Vendor’s offer until it is
accepted on behalf of the City of Hickory and is fully executed by both parties.
9. WAIVER: The City of Hickory reserves the right to waive any general provisions, special provision or minor specification deviation when considered to be in the best interest of the City.
10. CHANGES TO SPECIFICATIONS: Bids are to be submitted in accordance with the specifications
provided. Any exceptions to the specifications must be indicated in the place provided on the specification page(s) or by separate letter from the Bidder/Vendor, if a place is not provided in the specifications. Changes in specification reducing the quality, versatility or applicability of the product or service shall cause the rejection of the bid. The City shall make the final determination. Failure to notify the City in writing of any deviation from the specifications within 7 calendar days may cause the agreement to be rejected and/or terminated without further compensation at the discretion of the City.
11. MISTAKES: Bidders/Vendors are expected to examine the specifications, delivery schedule, bid prices
and all instructions pertaining to supplies and services. Failure to do so will be at Bidder/Vendor’s risk.
12. INFORMATION: The Bidder/Vendor must provide information pertinent to items you are bidding. Complete catalogues are not necessary. If furnished, however, the Bidder/Vendor must identify the exact location in the catalogue and circle or identify clearly the item being bid.
13. MANUFACTURERS’ NAMES AND APPROVED EQUIVALENTS: Any manufacturers’ names, trade
names, brand names, information and/or catalog numbers listed in a specification are for information and not intended to limit competition. The Bidder/Vendor may offer any brand for which he is an authorized representative, which meets or exceeds the specification for any item(s). If bids are based on equivalent products, indicate on the bid form the manufacturer’s name and model number. Bidder/Vendor shall submit with his proposal sketches, descriptive literature and/or complete specifications. References to literature submitted with a previous bid will not satisfy this provision. The Bidder/Vendor shall also explain in detail the reason(s) why the proposed equivalent will meet the specifications and not be considered an exception thereto. Bids which do not comply with these requirements are subject to rejection. Bids lacking any written indication of intent to quote an alternate brand will be received and considered to be in complete compliance with the specifications as listed on the bid form.
14. SAMPLES: Samples of items, when called for, must be furnished free of charge and at no expense to the
City. Each individual sample must be labeled with Bidder/Vendor’s name, manufacturer’s brand name and number, contract number and item reference, or as specified in the attached special conditions. Samples will not be returned.
15. TESTING: When testing is required to determine if a sample or an awarded product meets specifications
and it is determined that the product fails to meet specifications, the cost of testing shall be borne by the Vendor, both on samples and delivered products.
16. NONCONFORMANCE TO CONTRACT CONDITIONS: Items may be tested for compliance with
specifications by appropriate testing laboratories or by the City. The data derived from any tests for compliance with specifications are public records and open to examination thereto in accordance with North Carolina Statutes. Items delivered not conforming to specifications will be rejected and returned to the Bidder/Vendor at the Bidder/Vendor’s expense. Any violation of these stipulations may result in
City of Hickory Invitation to Bid and Contract
Project Title: Bid Number:
CITY OF HICKORY RIDGEVIEW LIBRARY RENOVATION AND ADDITION
Page 5 of 16
supplier’s name being removed from the City of Hickory Purchasing Bidder/Vendor mailing list, and the City may pursue any and all other remedies available either in equity or by law.
17. CONDITION AND PACKAGING: It is understood and agreed that any item offered or shipped as a result
of this bid shall be new (current model at the time of the bid). All containers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging.
18. INSPECTION, ACCEPTANCE, AND TITLE: Inspection and acceptance will be at destination unless otherwise provided. “Destination” shall mean delivered to the receiving dock, department stockroom, or other point specified. The City accepts no responsibility for goods until accepted at the receiving point in good condition. Title and risk of loss or damage to all items shall be the responsibility of the Bidder/Vendor until accepted by the ordering agency. The Bidder/Vendor shall be responsible for filing, processing and collecting all damage claims. However, to assist him in the expeditious handling of damage claims, the ordering department will:
a. Record any evidence of visible damage on all copies of the delivering carrier’s bill of lading.
b. Report damage (whether visible or concealed) to the carrier and Bidder/Vendor, confirming such reports, in writing, within fifteen (15) days of delivery, requesting that the carrier inspects the damaged merchandise.
c. Retain the item and its shipping container, including inner packaging material, until inspection
is performed by the carrier, and disposition given by the Bidder/Vendor, or for a reasonable time after notification to the Bidder/Vendor.
d. Provide the Bidder/Vendor with a copy of the carrier’s bill of lading and damage inspection
report.
19. SAFETY STANDARDS: Unless otherwise stipulated in the bid, all work performed pursuant to this Agreement shall comply with applicable requirements of Occupational Safety and Health Act and any standards thereunder.
20. SERVICE AND WARRANTY: Unless otherwise specified, the Bidder/Vendor shall define any warranty
service and replacements that will be provided during and subsequent to this contract. Bidder/Vendors must explain on an attached sheet to what extent warranty and service facilities are provided. Unless otherwise indicated in this agreement, upon acceptance of this contract by the City, Bidder/Vendor expressly warrants that all articles, materials, supplies, equipment, and/or services covered in this contract will conform to the specification attached hereto and made a part hereof; and further warrants that same shall be of good material and workmanship and free from defects.
21. REMEDIES: Failure to make delivery or to meet specifications authorizes the City to seek replacement
goods or services elsewhere and to seek legal remedies against the defaulting Bidder/Vendor. If any of the goods and/or work performed fails to meet the warranties contained herein, Bidder/Vendor upon notice thereof from the City shall promptly correct or replace the same at Bidder/Vendor’s expense. If Bidder/Vendor shall fail to do so, the City may cancel this order as to all such goods and in addition, may cancel the remaining balance of this order and pursue all other remedies available. After notice to the Bidder/Vendor, all such goods will be held at Bidder/Vendor’s risk. The City may, and at the Bidder/Vendor’s direction shall, return such goods to Bidder/Vendor at Bidder/Vendor’s risk, and all transportation charges, both to and from original destination, shall be paid by Bidder/Vendor. Any payment for such goods shall be refunded by Bidder/Vendor unless Bidder/Vendor promptly corrects or replaces the same at its expense.
22. AUTHORIZED USERS: Bids shall cover requirements during the specified period for all municipal
departments, boards, commissions, agencies and institutions.
23. LIABILITY: The Bidder/Vendor shall hold and save the City of Hickory, its departments, boards, commissions, agencies, institutions and all employees of the aforementioned harmless against the claims
City of Hickory Invitation to Bid and Contract
Project Title: Bid Number:
CITY OF HICKORY RIDGEVIEW LIBRARY RENOVATION AND ADDITION
Page 6 of 16
by third parties resulting from the Bidder/Vendor’s breach of this contract or the Bidder/Vendor’s negligence.
24. INDEPENDENT CONTRACTOR: The parties agree that Bidder/Vendor and each subcontractor is acting
in the capacity of an independent contractor with respect to the City of Hickory, and shall not at any time be or represent itself as an agent or employee of the City of Hickory.
25. PRICES AND TERMS: Unless otherwise provided in the bid specifications, firm fixed prices shall be
F.O.B. Hickory, North Carolina at the indicated department’s address and include packing, handling and shipping charges fully prepaid by the Vendor. Bid prices shall be valid for a minimum of ninety (90) days from the date of bid opening.
26. ACCEPTANCE OF PURCHASE ORDERS: Bidder/Vendors are to accept only those purchase orders
issued by the City of Hickory, its departments, boards, commissions, agencies, institutions and all employees of the aforementioned, prepared on Finance Department forms, unless instructed otherwise in the Invitation to Bid or executed Contract Agreement.
27. PRICE ADJUSTMENTS: Manufacturer’s price increases, or other increases in the cost of doing business
MAY NOT be passed on to the City of Hickory, its departments, boards, commissions, agencies, institutions, and all employees, nor may the Bidder/Vendor withdraw or cancel the contract, or any part of the contract for these reasons. Bidders/Vendors may only cancel the contract pursuant to the cancellation clause, if one is included as a part of the Invitation to Bid, and then only if the contractual obligation has been fulfilled by the Bidder/Vendor in accordance with the terms stated. Bids which reflect that the price of an item is based upon the “market price” or is “subject to increase” based upon some event, or otherwise indicates that prices reflected are infirm or subject to change will be deemed non-conforming unless the bid specifications specifically provide for price escalation.
28. SUMMARY OF TOTAL SALES: The Bidder/Vendor agrees to furnish the City of Hickory Purchasing
Division a summary of sales, including total dollar amount made under the contract at the end of each quarter; or as stipulated in the attached special conditions.
29. PAYMENT: a. INVOICING: The Bidder/Vendor shall be paid within a reasonable time, not to exceed 45
calendar days, after submission of proper certified invoices to the City at the prices stipulated on the contract. Invoices shall contain the contract number and purchase order number. Failure to follow these instructions may result in delay or processing invoices for payment. The company or corporation bidding shall be the only office authorized to receive orders, do the billing and invoicing, and receive payment. If the Bidder/Vendor wishes to ship or service from a point other than the home office, he will furnish a list of these locations. HOWEVER, NO ORDERS WILL BE PRESENTED TO, BILLING WILL NOT BE DONE FROM, NOR WILL PAYMENT BE MADE TO THESE LOCATIONS.
b. REQUIREMENTS ONLY PURCHASES: The proposed contract shall be for the quantities
actually ordered during the life of the contract only. UNLESS OTHERWISE SPECIFIED, ALL CONTRACTS ARE REQUIREMENTS-TYPE CONTRACTS, meaning that quantities indicated are only estimates of those actually needed, and actual quantities may be greater or less than those indicated. Billing shall be made in accordance with instructions by department or division issuing the purchase order, and only for quantities actually ordered and delivered. The City does not promise to purchase the quantity shown. The City reserves the right to purchase none of the product or more than shown at the unit price stated in the bid.
c. DISCOUNTS: Bidders/Vendors may offer a cash discount for prompt payment; however, such discounts shall not be considered in determining the lowest net cost for bid evaluation purposes. Bidders/Vendors are encouraged to reflect cash discounts in the unit prices quoted. Discount time will be computed from the date of satisfactory delivery at place of acceptance or from receipt of correct invoice at the office specified, whichever is later.
City of Hickory Invitation to Bid and Contract
Project Title: Bid Number:
CITY OF HICKORY RIDGEVIEW LIBRARY RENOVATION AND ADDITION
Page 7 of 16
d. UNIFORM COMMERCIAL CODE: All provisions of the Uniform Commercial Code shall be
adhered to.
30. EXTENSION: At the end of the contract period, or upon the conclusion of a maximum of one (1) extension thereof, the contract may be extended for a period not to exceed twelve (12) months at the same price and conditions as in the original contract, by mutual agreement between the City and the Bidder/Vendor. The extended contract shall, upon the signing by both parties, become a binding agreement and shall remain in force and effect until terminated by either party, provided that either party to the contract shall have the option to terminate said extended contract upon thirty days’ prior written notice of termination by one party to the other.
31. CONFLICT OF INTEREST: The Invitation to Bid hereunder is subject to the provisions of City of Hickory’s
Ethics and Conflict of Interest Policy. All Bidders/Vendors must disclose with the bid, the name of any officer, director or agent who is also an employee of the City of Hickory or any of its agencies or subdivisions. Further, all Bidders/Vendors must disclose the name of any City employee who owns, directly or indirectly, an interest of five percent (5%) or more in the Bidder/Vendor’s firm or any of its branches..
32. PATENTS AND ROYALTIES: The Bidder/Vendor, without exception, shall indemnify and save harmless
the City of Hickory, its departments, boards, commissions, agencies, institutions and all employees of the aforementioned from liability of any nature or kind, including cost and expenses for or on account of any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract including its use by the City of Hickory. If the Bidder/Vendor uses any design, device or materials covered by letters, patent copyright, it is mutually agreed and understood without exception that the bid prices shall include all royalties or cost rising from the use of such design, device or materials in any way involved in the work.
33. RELEASE OF PATENTS AND COPYRIGHTS: The Contractor will relinquish and provide ownership and exclusive rights to the City of Hickory for any patents and/or copyrights for any process, discovery, or invention which arise or is developed in the course of this contract.
34. FACILITIES AND EQUIPMENT: The City reserves the right to inspect the Bidder/Vendor’s facilities or
equipment at any time with reasonable prior notice.
35. BANKRUPTCY: If the Bidder/Vendor becomes bankrupt or insolvent, or if a petition in bankruptcy is filed against the Bidder/Vendor, or if a receiver is appointed for the Bidder/Vendor, the City shall have the right to terminate this contract upon written notice to the Bidder/Vendor without prejudice to any claim for damages or any other right of the City under this contract to the time of such termination.
36. ASSIGNMENT: This contract shall not be assigned by the Bidder/Vendor without written consent of the
City.
37. ACCESS TO RECORDS: The Bidder/vendor agrees to provide upon request audit materials to an auditor designated by the City. In addition, the Bidder/Vendor will retain all records pertaining to this contract for a period of three (3) years after final payment and all other pending matters are closed.
38. INSURANCE: If insurance is required in the specifications to this Agreement, unless otherwise specifically
stated, proof of the following types and amounts shall be furnished to the City showing the City as an additional insured thereunder without cost to the City of Hickory prior to the awarding of the contract. This shall be accomplished by including a Certificate of Insurance with the bid package with the Certificate Holder being: City of Hickory, PO Box 398, Hickory NC 28603. a. General Liability: The Bidder/Vendor shall procure and maintain in full force and effect, for the term
of the Contract, a policy or policies under a comprehensive form as required by state law. In addition, the Bidder/Vendor shall have, during the term of the contract, insurance in the minimum amount of one hundred thousand dollars ($100,000.00) property damages, arising from a single occurrence,
City of Hickory Invitation to Bid and Contract
Project Title: Bid Number:
CITY OF HICKORY RIDGEVIEW LIBRARY RENOVATION AND ADDITION
Page 8 of 16
one million dollars ($1,000,000.00) for personal injuries arising from a single occurrence, and one million dollars ($1,000,000.00) for any number of claims arising out of a single occurrence or accident. This policy or policies shall hold harmless and indemnify the City of Hickory, its departments, boards, commissions, agencies, institutions and all employees of the aforementioned. A current certificate showing that the Bidder/Vendor has in force and effect such insurance shall be maintained on file with the City Clerk of the City.
b. Automobile Liability: The Bidder/Vendor shall procure and maintain in full force and effect, for the
term of the Contract, vehicle liability coverage in the amounts specified in Subparagraph a. of this section. In addition, the Bidder/Vendor shall have, during the term of the Contract, vehicle liability coverage as outlined in the attached specifications. If higher coverage is required by any regulatory entity with oversight of the Bidder/Vendor’s business, the City Code, or other authority, then proof of the higher coverage must be provided. This policy or policies shall hold harmless and indemnify the City of Hickory, its departments, boards, commissions, agencies, institutions and all employees of the aforementioned. A current certificate showing that the Bidder/Vendor has in force and effect such insurance shall be maintained on file with the City Clerk of the City.
c. Worker’s Compensation: The Bidder/Vendor shall procure and maintain in full force and effect for
the period of the Contract, full workers’ compensation insurance in accordance with the laws of the State of North Carolina to protect it and the City against liability under the workers’ compensation and occupational disease statutes of the State of North Carolina. A current certificate showing that the Bidder/Vendor has in force and effect the aforesaid insurance of a current certificate showing exemption from the requirement shall be maintained on file with the City Clerk of the City.
39. TIME OF ESSENCE: Unless otherwise stated, time shall be considered of the essence to this contract.
Bidder/Vendor specifically agrees that it shall be liable for failure to deliver or delay in delivery. This includes without limitations: strikes, lockouts, inability to obtaining material, lack of shipping space, breakdowns, delays of carriers or suppliers, and pre-existing governmental regulations of the federal and state government or any subdivisions thereof; unless governmental acts and regulations affecting delivery could not be found, recognized, or discovered by due diligence on the part of the Bidder/Vendor prior to submission of the bid and the City Council’s acceptance.
40. LIQUIDATED DAMAGES: If the Contractor shall neglect, fail, or refuse to complete the work within the
time herein specified, then the Contractor does hereby agree, as a part of the consideration for the awarding of this contract to pay to the City the sum of $250.00 per day, not as a penalty, but as compensation to the City for delays, damages, and additional expenses for such breach of contract as hereinafter set forth, for each and every calendar day that the Contractor shall be in default after the time stipulated in the contract for completing the work. The said amount is fixed and agreed upon by and between the Contractor and the City because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the City would in such event sustain. It is further agreed that time is of the essence to each and every portion of this contract and to the specifications wherein a definite portion and certain length of time is fixed for the performance of any act whatsoever; and where, under the contract, any additional time is allowed for the completion of any work, the new time limit fixed by such extension shall be the essence of this contract.
41. BONDS: Bidder’s bonds and Performance bonds are set forth in the specifications attached hereto. Bonds
are required and same shall be held under the following requirements and specifications unless otherwise indicated: a. Bidder’s bonds: are required as a part of the specifications of this contract, bids filed with the
Purchasing Agent must be accompanied by a Bidder’s Bond, certified check or cashier’s check in the amount stated made payable to the City of Hickory. This amount will be retained by the City as damages in the event the successful Bidder/Vendor fails to comply with the terms of this Agreement, but shall in no way act as a remedy or limitation on damages available to the City, which may pursue any and all other remedies available either in equity or at law. All deposits and bonds will be returned to the unsuccessful Bidders/Vendors within a reasonable time after the contract has been awarded,
City of Hickory Invitation to Bid and Contract
Project Title: Bid Number:
CITY OF HICKORY RIDGEVIEW LIBRARY RENOVATION AND ADDITION
Page 9 of 16
and to the successful Bidder/Vendor upon full performance of the contract. Bonds or funds deposited do not accrue interest while held.
b. Performance / Payment Bonds: A Performance Bond is required under the specifications of this agreement, the successful Bidder/Vendor must, prior to the award of the Contract, post the bond, certified check or cashier’s check in the amount stated made payable to the City of Hickory. The Bidder’s Bond posted will be returned to the successful Bidder/Vendor upon posting of the Performance Bond and completion of any additional requirements for execution of the contract by the Bidder/Vendor. The Performance Bond will be released or returned to the Bidder/Vendor, as appropriate, after satisfactory completion of the contract and the performance period as stated in the specifications attached or any amendments thereto.
42. DISCRIMINATION: Bidder/Vendor agrees, in connection with the performance of work under this
contract, as follows:
a. Bidder/Vendor will not discriminate against any employee or applicant for employment because of race, creed, color, sex, sexual orientation or affectation, national origin, ancestry, or physical or mental impairment. The Bidder/Vendor shall take affirmative action to insure that employees are treated without regard to their race, creed, color, sex, sexual orientation or affectation, national origin, ancestry or physical or mental impairment. Such actions shall include, but not be limited to the following: employment, upgrading, demotion or transfer, recruiting or recruitment, advertising, lay-off, termination, rates of pay or other forms of compensation and selection for training, including apprenticeship. The Bidder/Vendor agrees to post in a conspicuous place available to employees and applicants for employment, notices setting forth provisions of this section.
b. The Bidder/Vendor agrees to include this non-discrimination clause in any subcontract connected
with the performance under this contract. c. In the event of the Bidder/Vendor’s non-compliance with the above non-discrimination clause, this
contract may be terminated by the City. The Bidder/Vendor may be declared by the City ineligible for further contracts with the City until satisfactory proof of intent to comply is made by the Bidder/Vendor.
43. DISTRIBUTION OF CONTRACT: One (1) copy of the contract or award letter shall be furnished to each
successful Bidder/Vendor as a result of this bid. It shall be the Bidder/Vendor’s responsibility to reproduce and distribute copies of the contract to all distribution points listed in this bid that will accept orders and complete deliveries. No additions, deletions or changes of any kind shall be made to this contract by the Bidder/Vendor.
44. ANTI-KICKBACK PROVISIONS: Contractor shall comply with the applicable regulations (herein
incorporated by reference) of the Secretary of Labor, United States Department of Labor, made pursuant to the so called “Anti-Kickback Act” of June 13, 1934) 48 Stat. 948; 62 Stat. 862; Title 18 U.S.C., Section 874 and Title 40 U.S.C., Section 276c), and any amendments or modifications thereof, shall cause appropriate provisions to be inserted in subcontracts to insure compliance therewith by all subcontractors subject thereto, and shall be responsible for the submission of affidavits required by subcontractors thereunder, except for the submission of affidavits required by subcontractors thereunder, except as said Secretary of Labor may specifically provide for reasonable limitations, variations, tolerances, and exemptions from the requirement thereof.
45. CONTRACT WORK HOURS AND SAFETY STANDARDS: Overtime Compensation Required by Contract Work Hours and Safety Standards Act (76 Stat. 357-360; Title 40 U.S.C., Sections 327-332). a. Overtime Requirements: No contractor or subcontractor contracting for any part of the contract work
which may require or involve the employment of laborers or mechanics, including watchmen and guards, which he has employed on such work to work in access of 40 hours in such work week unless such laborer or mechanic receives compensation at a rate not less than one and one-half time his basic rate of pay for all hours worked in excess of 40 hours in such work week.
City of Hickory Invitation to Bid and Contract
Project Title: Bid Number:
CITY OF HICKORY RIDGEVIEW LIBRARY RENOVATION AND ADDITION
Page 10 of 16
b. Violation/Liability for Unpaid Wages Liquidated Damages: In the event of any violation of the clause set forth in Paragraph (1) of this section, the contractor and any subcontractor responsible therefore shall be liable to any affected employee for his unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States or other appropriate governing or regulatory body for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic employed in violations of the clause set forth in Paragraph (1), in the sum of $10 for each calendar day on which such employee was required or permitted to work in excess of the standard work week of 40 hours without payment of the overtime wages required by the clause set forth in Paragraph (1).
c. Withholding for Liquidated Damages: The Owner shall withhold or cause to be withheld, from any
monies payment on account of work performed by the contractor or subcontractor, such sums as may administratively be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for liquidated damages as provided in the clause set forth in Paragraph (2) of this Section.
d. Subcontracts: The contractor shall insert in any subcontracts the clauses set forth in Paragraphs
(1), (2) and (3) of this Section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts, which may be entered into, together with a clause requiring this insertion in any further subcontracts that may in turn be made.
e. Questions Concerning Certain Federal Statutes and Regulations: All questions arising under this
contract which related to the application or interpretation of (a) the aforesaid Anti-Kickback Act, (b) the Contract Work Hours and Safety Standards Act, (c) the regulations issued by the Secretary of Labor, United States Department of Labor, pursuant to said acts, or (d) the labor standards provisions of any other pertinent federal statute shall be referred through the Owner and the Secretary of Housing and Urban Development, to the Secretary of Labor, United States Department of Labor, for said Secretary’s appropriate ruling or interpretation which shall be authoritative and may be relied upon for the purposes of this contract.
46. APPLICABILITY OF FEDERAL REGULATIONS TO FEDERALLY FUNDED PROJECTS: If it is
indicated in the specifications to this Agreement that federal funding is used in the completion of this project, the following provisions shall apply in compliance with the regulations of the United States Department of Housing and Urban Development. a. The work to be performed under this contract is subject to the requirements of Section 3 of the
Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (Section 3). The purpose of Section 3 is to ensure that employment and other economic opportunities generated by HUD assistance or HUD-assisted projects covered by Section 3 shall, to the greatest extent feasible, be directed to low and very low-income persons, particularly persons who are recipients of HUD assistance for housing.
b. The parties to this contract agree to comply with HUD’s regulations in 24 CFR Part 135, which
implement Section 3. As evidenced by their execution of this contract, the parties to this contract certify that they are under no contractual or other impediment that would prevent them for complying with the Part 135 Regulations.
c. The contractor agrees to send each labor organization or representative of workers with which the
contractor has a collective bargaining agreement or other understanding, if any, a notice advising the labor organization of workers’ representative of the contractor’s commitments under this Section 3 clause, and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall describe the Section 3 preference, shall set forth minimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each, the name and location of the person(s) taking applications for each of the positions, and the anticipated date the work shall begin.
City of Hickory Invitation to Bid and Contract
Project Title: Bid Number:
CITY OF HICKORY RIDGEVIEW LIBRARY RENOVATION AND ADDITION
Page 11 of 16
d. The contractor will certify that any vacant employment positions, including training positions, that are filled (1) after the contractor is selected but before the contract is executed, and (2) with persons other than those to whom the regulations of 24 CFR Part 135 require employment opportunities to be directed, were not filled to circumvent the contractor’s obligations under 24 CFR Part 135.
e. The contractor will certify that any vacant employment positions, including training positions, that are filled (1) after the contractor is selected but before the contract is executed, and (2) with persons other than those to whom the regulations of 24 CFR Part 135 require employment opportunities to be directed, were not filled to circumvent the contractor’s obligations under 24 CFR Part 135.
f. Noncompliance with HUD’s regulations in 24 CFR Part 135 may result in sanctions, termination of this contract for default and debarment or suspension from future HUD-assisted contracts.
47. REPORTING REQUIREMENTS: The Contractor will provide such reports as required for submission to
the Department of Housing and Urban Development pertaining to racial, gender, age and ethnic status of its employees for carrying out the work under this contract.
48. ADVERTISING: In submitting a proposal, Bidder/Vendor agrees not to use the results therefrom as a part
of any commercial advertising.
49. TERMINATION FOR CONVENIENCE OF THE CITY: a. The performance of work and/or delivery of ordered materials, supplies, equipment and/or
services under this contract may be terminated by the City, in whole or in part, whenever it is determined to be in the best interest of the City.
b. Any such termination shall be effected by the delivery to the Bidder/Vendor of a notice of
termination specifying the extent to which performance of work and/or delivery of ordered materials, supplies, equipment and/or services are terminated, and the date upon which such termination becomes effective.
c. After receipt of a notice of termination, the Bidder/Vendor shall stop work and/or place no further
orders under the contract on the date and to the extent specified in the Notice of Termination.
50. VENUE: This contract shall be governed by the laws of the State of North Carolina, heard in Catawba County
51. INTEGRATED AGREEMENT: This writing, with the attachments hereto, and any associated purchase orders constitute the entire agreement of the parties. No separate promises or agreements have been made other than those contained herein. This Agreement may not be modified except in writing signed by both parties.
52. DELIVERY OF NOTICES: Any notices required or permitted by this Agreement will be considered
sufficient if hand delivered or sent by certified mail to the party entitled to receive the notice at the address of that party set forth above. If a notice is sent by certified mail, it shall be deemed to have been given on the second business day after it is deposited in the United States mail, whether actually received by the addressee on that date or not.
53. SEVERABILITY: If any provision under this Agreement or its application to any person or circumstance
is held invalid by any court of competent jurisdiction, such invalidity does not affect any other provision of this Agreement or its application that can be given effect without the invalid provision or application.
54. PARTIAL PAYMENTS: Partial payments will be made once each month as the work progresses. Said
payments will be based upon estimates prepared by the Contractor and approved by the Engineer for the value of the work performed and materials complete in place in accordance with the Contract, plans, and specifications. Such partial payments may also include the delivered actual cost of those materials stockpiled and stored in accordance with this contract.
City of Hickory Invitation to Bid and Contract
Project Title: Bid Number:
CITY OF HICKORY RIDGEVIEW LIBRARY RENOVATION AND ADDITION
Page 12 of 16
From the total of the amount determined to be payable on a partial payment, 5% of such total will be deducted and retained by the OWNER until the final payment is made. The balance 95% of the amount payable, less all previous payments, shall be certified for payment.
The Contractor shall not receive partial payment based on quantities of work in excess of those provided in the proposal or covered by approved change orders, except when such excess quantities have been determined by the ENGINEER to be a part of the final quantity for the item of work in question.
No partial payment shall bind the OWNER to the acceptance of any materials or work in place as to quality or quantity. CONTRACTOR shall submit partial payment request for work completed by the 25th of the month. OWNER will make payment to the Contractor on or about the 25th of the following month.
55. PAYMENT FOR MATERIALS ON HAND (IF APPLICABLE UNDER THE CONTRACT): Partial payments
may be made to the extent of the delivered cost of materials to be incorporated in the work, provided that such materials meet the requirements of the Contract, plans, specifications, and are delivered to sites acceptable to the ENGINEER. Such delivered costs of stored or stockpiled materials may be included in the next partial payment after the following conditions are met:
a. The material has been stored or stockpiled in a manner acceptable to the ENGINEER at or on an
approved site. b. The Contractor has furnished the ENGINEER with acceptable evidence of the quantity and quality
of such stored or stockpiled materials. c. The Contractor has furnished the ENGINEER with satisfactory evidence that the material and
transportation costs have been paid. d. The Contractor has furnished the OWNER legal title (free of liens or encumbrances of any kind)
to the material so stored or stockpiled. e. The Contractor has furnished the OWNER evidence that the material so stored or stockpiled is
insured against loss by damage to or disappearance of such materials at any time prior to use in the work.
The transfer of title and the OWNER’s payment for such stored or stockpiled materials shall in no way relieve the Contractor of the responsibility for furnishing and placing such materials in accordance with the requirements of the Contract, plans, and specifications.
In no case will the amount of partial payments for materials on hand exceed the Contract price for such materials or the Contract price for the Contract item in which the material is intended to be used.
No partial payment will be made for stored or stockpiled living or perishable plant materials.
The Contractor shall bear all costs associated with the partial payment of stored or stockpiled materials in accordance with the provisions of this contract.
City of Hickory Invitation to Bid and Contract
Project Title: Bid Number:
CITY OF HICKORY RIDGEVIEW LIBRARY RENOVATION AND ADDITION
Page 13 of 16
SPECIAL CONDITIONS
1. COMPLIANCE WITH LAWS: The bidder, at his own expense, shall obtain and maintain all licenses, permits,
liability insurance, worker's compensation insurance and shall comply with any and all other standards or
regulations required by federal, state and local statute, ordinance, executive order and rules during the
performance of any contract between the bidder and the City. Any such requirement specifically set forth in
any contract document between the bidder and the City shall be supplementary to this section and not in
substitution thereof.
2. SPECIFICATIONS: Any obvious error or omission in specifications shall not inure to the benefit of the bidder
but shall put the bidder on notice to inquire of or identify the same from the City. All construction and materials
shall conform to the City of Hickory’s Manual of Practice which includes the standard specifications and
details.
3. GUARANTEE: Unless otherwise specified by the City the bidder shall unconditionally guarantee the
materials and workmanship on all material, construction, and/or services to be free from defect at the time of
delivery and acceptance (to be determined by usage) by the City. If any defects are present which are due to
faulty material, workmanship and/or services, the bidder at his expense, shall repair or adjust the condition,
or replace the material and/or services to the complete satisfaction of the City. These repairs or replacements
or adjustments shall be made only at such time as will be designated by the City as least detrimental to the
operation of the City. Standard Manufacturer's warranties and other warranties normally offered by the bidder
shall be in effect for all deliveries and shall be in addition to specific warranties or guarantees contained in
this Bid. Statement of terms of standard warranty should be included with the bid.
4. LICENSE: All bidders must have proper license governing services provided.
5. E-VERIFY COMPLIANCE: Employers and their subcontractors with 25 or more employees as defined
in Article 2 of Chapter 64 of the North Carolina General Statutes must comply with North Carolina
Session Law 2013-418’s E-Verify requirements to contract with local governments. E-Verify is a federal
program operated by the United States Department of Homeland Security and other federal agencies,
or any successor or equivalent program used to verify the work authorization of newly hired employees
pursuant to federal law. A completed E-Verify compliance statement is required to enter any contract
with the City of Hickory.
6. IRAN DIVESTMENT ACT: The City only contracts with entities that are not listed on the Iran Final
Divestment List (“List”) created by the State Treasurer pursuant to N.C.G.S. 147-86.58, Iran Divestment
Act (“Act”). Any contract with a company on the list is deemed as a void contract per State statute. The
List can be found on the State Treasurer’s website and is updated annually.
7. COMPANIES BOYCOTTING ISRAEL ACT: The City only contracts with entities that are not listed on
the Companies that Boycott Israel Final Divestment List (“List”) created by the State Treasurer pursuant
to S.L. 2017-193 (H161). Any contract with a company on the list is deemed as a void contract per State
statute. The List can be found on the State Treasurer’s website and is updated annually.
City of Hickory Invitation to Bid and Contract
Project Title: Bid Number:
CITY OF HICKORY RIDGEVIEW LIBRARY RENOVATION AND ADDITION
Page 14 of 16
SPECIFICATIONS/DESCRIPTION OF WORK TO BE PERFORMED
The bidder agrees that if this bid is accepted, to furnish all necessary management, supervision, equipment, tools, means of transportation, safety and labor necessary to complete the contract in full and in complete accordance with the specifications and instructions, to the full and entire satisfaction of the City and the manufacturer representative, at the prices and amounts shown. NOTICE TO PROCEED Bidder agrees to complete work on this project within ninety (90) days of Notice to Proceed and to complete this project as specified. SCOPE This project includes the renovation of portions of the interior of the existing Ridgeview Library and the new addition of a community room, Group study room and an exterior courtyard area with entrance to the new community room.
City of Hickory Invitation to Bid and Contract
Project Title: Bid Number:
CITY OF HICKORY RIDGEVIEW LIBRARY RENOVATION AND ADDITION
Page 15 of 16
BID FORM & GENERAL CONTRACT
The undersigned, as bidder, hereby declares that the only person(s) interested in the proposal as principal(s) is, are, named herein, and that no other person has any interest in this proposal, or in the contract to be entered into; that this proposal is made without connection with any other person, company, or parties making a bid proposal, and that it is in all respects, fair and in good faith, without collusion or fraud. The bidder further declares that he has informed himself fully about all conditions regarding this bid, that the BIDDER HAS EXAMINED DESCRIPTION OF WORK, SPECIFICATIONS AND ALL RELATED DOCUMENTS for the above mentioned Project and that he has satisfied himself about performance required by this bid. The Bidder warrants that bid prices, terms and conditions quoted in the bid will be firm for a period of ninety (90) days from opening date or other time as specified in this request. By submitting this bid, Contractor agrees to coordinate his schedule with the City of Hickory forces working on this project to the fullest extent possible. The City of Hickory reserves the right to deduct items as deemed in the best interest of the City. The Bidder agrees to commence work under his contract on a date to be specified in a written order.
BONDING
A. BID BOND: Required.
B. PERFORMANCE BOND: Required in the full amount of the stated Bid amount.
C. PAYMENT BOND: Required in the full amount of the stated Bid amount. The City reserves the right to reject any and all bids; and reject any bid items that fail to meet the needs of the City. Contractor(s) shall submit a certified Sales Tax Report along with each request for payment. This document can be downloaded from the City’s website on the Purchasing Dept. webpage. Bidders should have no contact with elected or appointed officials regarding this bid during the bid process. Any such contact will subject the bidder to immediate disqualification.
City of Hickory Invitation to Bid and Contract
Project Title: Bid Number:
CITY OF HICKORY RIDGEVIEW LIBRARY RENOVATION AND ADDITION
Page 16 of 16
Acceptance and entry into this Agreement by and on behalf of the City of Hickory is made this
_________ day of _________________________, 2020.
City of Hickory, A North Carolina Municipal Corporation
__________________________________________ (SEAL) Warren Wood, City Manager Attest: ___________________________________ City Clerk
This document has been preaudited in the manner required by the Local Government Budget and Fiscal Control Act. ___________________________ Finance Officer Approved as to form on behalf of the City of Hickory only: ___________________________ Attorney
McMillan Pazdan Smith Architecture06.12.2020 ADDENDUM 01
Ridgeview Library Renovationand Expansion Project
Hickory, NCMPS Project 019451.00
SECTION 01 10 00 - Summary Page 1 of 1
SECTION 01 10 00SUMMARY
PART 1 GENERAL1.01 PROJECT
A. Project Name: Ridgeview Library Renovation and Expansion ProjectB. Owner's Name: City of Hickory.C. Architect's Name: McMillan Pazdan Smith Architecture.D. The Project consists of the renovation and addition of existing Hickory Ridgeview Library
building.1.02 CONTRACT DESCRIPTION
A. Contract Type: A single prime contract based on a Stipulated Price.1.03 WORK BY OWNER
A. Items noted NIC (Not in Contract) will be supplied and installed by Owner beforeSubstantial Completion. Some items include:1. Furnishings.
B. Owner will supply and install the following:1. Data Package - Audio Visual Equipment - Projector Screens, Projectors, Data .
C. Owner will supply the following for installation by Contractor:1. Furniture .
1.04 OWNER OCCUPANCYA. Owner intends to occupy the Project upon Substantial Completion.B. Cooperate with Owner to minimize conflict and to facilitate Owner's operations.
1. Owner will still occupy the existing library building. C. Schedule the Work to accommodate Owner occupancy. Provide maximum 12 month
construction schedule.1.05 PROJECT PHASING
A. The design intent of the project is to construct the addition of the building first, and then dothe renovation after the addition is complete. After the library new addition is open,necessary existing library functions required for keeping the library open will temporarilymove to the meeting room addition while the renovation work is completed. Not all items inthe existing building will move to new addition, General Contractor to coordinate with Ownerregarding which items need to be moved during transition period.
1.06 CONTRACTOR USE OF SITE AND PREMISESA. Provide access to and from site as required by law and by Owner:
1. Emergency Building Exits During Construction: Keep all exits required by code openduring construction period; provide temporary exit signs if exit routes are temporarilyaltered.
2. Do not obstruct roadways, sidewalks, or other public ways without permit.B. Utility Outages and Shutdown:
1. Do not disrupt or shut down life safety systems, including but not limited to firesprinklers and fire alarm system, without 7 days notice to Owner and authoritieshaving jurisdiction.
2. Limit shutdown of utility services to 8 hours at a time, arranged at least 24 hours inadvance with Owner .
3. Prevent accidental disruption of utility services to other facilities.PART 2 PRODUCTS - NOT USEDPART 3 EXECUTION - NOT USED
END OF SECTION
McMillan Pazdan Smith Architecture06.12.2020 ADDENDUM 01
Ridgeview Library Renovationand Expansion Project
Hickory, NCMPS Project 019451.00
SECTION 01 21 00 - Allowances Page 1 of 1
SECTION 01 21 00ALLOWANCES
PART 1 GENERAL1.01 SECTION INCLUDES
A. Cash allowances.1.02 CASH ALLOWANCES
A. Costs Included in Cash Allowances: Cost of product to Contractor or subcontractor, lessapplicable trade discounts , less cost of delivery to site , less applicable taxes .
B. Costs Not Included in Cash Allowances: Product delivery to site and handling at the site,including unloading, uncrating, and storage; protection of products from elements and fromdamage; and labor for installation and finishing.
C. Architect Responsibilities:1. Select products in consultation with Owner and transmit decision to Contractor.2. Prepare Change Order.
D. Contractor Responsibilities:1. Obtain proposals from suppliers and installers and offer recommendations.2. On notification of which products have been selected, execute purchase agreement
with designated supplier and installer.3. Arrange for and process shop drawings, product data, and samples. Arrange for
delivery.4. Promptly inspect products upon delivery for completeness, damage, and defects.
Submit claims for transportation damage.1.03 ALLOWANCES SCHEDULE
A. Section 08 71 00 -Door Hardware : Include the stipulated sum of $ 700/leaf for wood doors;$900/leaf for hollow metal doors; and $1,400 dollars for storefront doors for purchase anddelivery of hardware package. . Design intent is for hardware finishes to match existingbuilding for renovation and addition.
B. GC to provide allowances for A/V Work, Additional security cameras, and additionalequipment.1. Lump Sum : $30,000.00
PART 2 PRODUCTS - NOT USEDPART 3 EXECUTION - NOT USED
END OF SECTION
Taylor and Viola Structural Engineers Ridgeview Library Renovation
06.12.2020 And Expansion Project
ADDENDUM 01 Hickory, NC
MPS Project 019451.00
SECTION 061753 -SHOP FABRICATED WOOD TRUSSES Page 1 of 9
SECTION 061753 - SHOP-FABRICATED WOOD TRUSSES
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section Includes:
1. Wood roof trusses.
2. Wood floor trusses.
3. Wood girder trusses.
B. Related Requirements:
1. Section 313116 "Termite Control" for site application of borate treatment to wood
trusses.
1.3 ALLOWANCES
A. Provide wood truss bracing under the Metal-Plate-Connected Truss Bracing Allowance as
specified in Section 012100 "Allowances."
1.4 DEFINITIONS
A. Metal-Plate-Connected Wood Trusses: Planar structural units consisting of metal-plate-
connected members fabricated from dimension lumber and cut and assembled before delivery to
Project site.
1.5 ACTION SUBMITTALS
A. Product Data: For wood-preservative-treated lumber, fire-retardant-treated lumber, metal-plate
connectors, metal truss accessories, and fasteners.
1. Include data for wood-preservative treatment from chemical treatment manufacturer and
certification from treating plant that treated materials comply with requirements. Indicate
type of preservative used and net amount of preservative retained.
2. Include data for fire-retardant treatment from chemical-treatment manufacturer and
certification from treating plant that treated materials comply with requirements. Include
Taylor and Viola Structural Engineers Ridgeview Library Renovation
06.12.2020 And Expansion Project
ADDENDUM 01 Hickory, NC
MPS Project 019451.00
SECTION 061753 -SHOP FABRICATED WOOD TRUSSES Page 2 of 9
physical properties of treated materials based on testing by a qualified independent
testing agency.
3. For fire-retardant treatments, include physical properties of treated lumber both before
and after exposure to elevated temperatures, based on testing by a qualified independent
testing agency according to ASTM D 5664.
4. For products receiving a waterborne treatment, include statement that moisture content of
treated materials was reduced to levels specified before shipment to truss fabricator.
B. Shop Drawings: Show fabrication and installation details for trusses.
1. Show location, pitch, span, camber, configuration, and spacing for each type of truss
required.
2. Indicate sizes, stress grades, and species of lumber.
3. Indicate locations of permanent bracing required to prevent buckling of individual truss
members due to design loads.
4. Indicate locations, sizes, and materials for permanent bracing required to prevent
buckling of individual truss members due to design loads.
5. Indicate type, size, material, finish, design values, orientation, and location of metal
connector plates.
6. Show splice details and bearing details.
C. Delegated-Design Submittal: For metal-plate-connected wood trusses indicated to comply with
performance requirements and design criteria, including analysis data signed and sealed by the
qualified professional engineer responsible for their preparation.
1.6 INFORMATIONAL SUBMITTALS
A. Qualification Data: For professional engineer and fabricator.
B. Material Certificates: For dimension lumber specified to comply with minimum specific
gravity. Indicate species and grade selected for each use and specific gravity.
C. Product Certificates: For metal-plate-connected wood trusses, signed by officer of truss-
fabricating firm.
D. Evaluation Reports: For the following, from ICC-ES:
1. Wood-preservative-treated lumber.
2. Fire-retardant-treated wood.
3. Metal-plate connectors.
4. Metal truss accessories.
1.7 QUALITY ASSURANCE
A. Metal Connector-Plate Manufacturer Qualifications: A manufacturer that is a member of TPI
and that complies with quality-control procedures in TPI 1 for manufacture of connector plates.
Taylor and Viola Structural Engineers Ridgeview Library Renovation
06.12.2020 And Expansion Project
ADDENDUM 01 Hickory, NC
MPS Project 019451.00
SECTION 061753 -SHOP FABRICATED WOOD TRUSSES Page 3 of 9
1. Manufacturer's responsibilities include providing professional engineering services
needed to assume engineering responsibility.
2. Engineering Responsibility: Preparation of Shop Drawings and comprehensive
engineering analysis by a qualified professional engineer.
B. Fabricator Qualifications: Shop that participates in a recognized quality-assurance program,
complies with quality-control procedures in TPI 1, and involves third-party inspection by an
independent testing and inspecting agency acceptable to Architect and authorities having
jurisdiction and is certified for chain of custody by an FSC-accredited certification body.
C. Testing Agency Qualifications: For testing agency providing classification marking for fire-
retardant-treated material, an inspection agency acceptable to authorities having jurisdiction that
periodically performs inspections to verify that the material bearing the classification marking is
representative of the material tested.
1.8 DELIVERY, STORAGE, AND HANDLING
A. Handle and store trusses to comply with recommendations in SBCA BCSI, "Building
Component Safety Information: Guide to Good Practice for Handling, Installing, Restraining, &
Bracing Metal Plate Connected Wood Trusses."
1. Store trusses flat, off of ground, and adequately supported to prevent lateral bending.
2. Protect trusses from weather by covering with waterproof sheeting, securely anchored.
3. Provide for air circulation around stacks and under coverings.
B. Inspect trusses showing discoloration, corrosion, or other evidence of deterioration. Discard and
replace trusses that are damaged or defective.
PART 2 - PRODUCTS
2.1 PERFORMANCE REQUIREMENTS
A. Delegated Design: Engage a qualified professional engineer, as defined in Section 014000
"Quality Requirements," to design metal-plate-connected wood trusses.
B. Structural Performance: Metal-plate-connected wood trusses shall be capable of withstanding
design loads within limits and under conditions indicated. Comply with requirements in TPI 1
unless more stringent requirements are specified below.
1. Design Loads: As indicated.
2. Maximum Deflection under Design Loads:
a. Roof Trusses: Vertical deflection of 1/360 of span.
b. Floor Trusses: Vertical deflection of 1/480 of span.
Taylor and Viola Structural Engineers Ridgeview Library Renovation
06.12.2020 And Expansion Project
ADDENDUM 01 Hickory, NC
MPS Project 019451.00
SECTION 061753 -SHOP FABRICATED WOOD TRUSSES Page 4 of 9
C. Comply with applicable requirements and recommendations of TPI 1, TPI DSB, and
SBCA BCSI.
D. Wood Structural Design Standard: Comply with applicable requirements in AF&PA's "National
Design Specifications for Wood Construction" and its "Supplement."
2.2 DIMENSION LUMBER
A. Lumber: DOC PS 20 and applicable rules of any rules-writing agency certified by the American
Lumber Standard Committee (ALSC) Board of Review. Provide lumber graded by an agency
certified by the ALSC Board of Review to inspect and grade lumber under the rules indicated.
1. Factory mark each piece of lumber with grade stamp of grading agency.
2. For exposed lumber indicated to receive a stained or natural finish, omit grade stamp and
provide certificates of grade compliance issued by grading agency.
3. Provide dressed lumber, S4S.
4. Provide dry lumber with 19 percent maximum moisture content at time of dressing.
B. Minimum Chord Size for Roof Trusses: 2 by 6 inches nominal for both top and bottom chords.
C. Minimum Specific Gravity for Top Chords: 0.50.
D. Permanent Bracing: Provide wood bracing that complies with requirements for miscellaneous
lumber in Section 061000 "Rough Carpentry."
2.3 WOOD-PRESERVATIVE-TREATED LUMBER
A. Preservative Treatment by Pressure Process: AWPA U1; Use Category UC2[ for interior
construction not in contact with the ground, Use Category UC3b for exterior construction not in
contact with the ground, and Use Category UC4a for items in contact with the ground].
1. Preservative Chemicals: Acceptable to authorities having jurisdiction and containing no
arsenic or chromium.
2. For exposed trusses indicated to receive a stained or natural finish, use chemical
formulations that do not require incising, contain colorants, bleed through, or otherwise
adversely affect finishes.
B. Kiln-dry lumber after treatment to a maximum moisture content of 19 percent. Do not use
material that is warped or does not comply with requirements for untreated material.
C. Mark lumber with treatment quality mark of an inspection agency approved by the ALSC Board
of Review.
1. For exposed trusses indicated to receive a stained or natural finish, mark end or back of
each piece or omit marking and provide certificates of treatment compliance issued by
inspection agency.
Taylor and Viola Structural Engineers Ridgeview Library Renovation
06.12.2020 And Expansion Project
ADDENDUM 01 Hickory, NC
MPS Project 019451.00
SECTION 061753 -SHOP FABRICATED WOOD TRUSSES Page 5 of 9
D. Application: Treat all trusses unless otherwise indicated.
2.4 FIRE-RETARDANT-TREATED WOOD
A. General: Where fire-retardant-treated materials are indicated, use materials complying with
requirements in this article, that are acceptable to authorities having jurisdiction, and with fire-
test-response characteristics specified as determined by testing identical products according to
test method indicated by a qualified testing agency.
B. Fire-Retardant-Treated Lumber by Pressure Process: Products with a flame-spread index of 25
or less when tested according to ASTM E 84, with no evidence of significant progressive
combustion when the test is extended an additional 20 minutes, and with the flame front not
extending more than 10.5 feet beyond the centerline of the burners at any time during the test.
1. Use treatment that does not promote corrosion of metal fasteners.
2. Exterior Type: Treated materials shall comply with requirements specified above for fire-
retardant-treated lumber and plywood by pressure process after being subjected to
accelerated weathering according to ASTM D 2898. Use for exterior locations and where
indicated.
3. Interior Type A: Treated materials shall have a moisture content of 28 percent or less
when tested according to ASTM D 3201 at 92 percent relative humidity. Use for interior
locations where exterior type is not indicated.
4. Design Value Adjustment Factors: Treated lumber shall be tested according to
ASTM D 5664, and design value adjustment factors shall be calculated according to
ASTM D 6841. For enclosed roof framing and framing in attic spaces, and where high-
temperature fire-retardant treatment is indicated, provide material with adjustment factors
of not less than 0.85 modulus of elasticity and 0.75 for extreme fiber in bending for
Project's climatological zone.
C. Kiln-dry lumber after treatment to a maximum moisture content of 19 percent.
D. Identify fire-retardant-treated wood with appropriate classification marking of testing and
inspecting agency acceptable to authorities having jurisdiction.
1. For exposed trusses and bracing indicated to receive a stained or natural finish, mark end
or back of each piece or omit marking and provide certificates of treatment compliance
issued by inspection agency.
E. For exposed trusses indicated to receive a stained or natural finish, use chemical formulations
that do not bleed through, contain colorants, or otherwise adversely affect finishes.
F. Application: 2x8 rafters between grids 14 and 15 as well as sheathing and tongue and groove
wood in that area only.
2.5 METAL CONNECTOR PLATES
A. General: Fabricate connector plates to comply with TPI 1.
Taylor and Viola Structural Engineers Ridgeview Library Renovation
06.12.2020 And Expansion Project
ADDENDUM 01 Hickory, NC
MPS Project 019451.00
SECTION 061753 -SHOP FABRICATED WOOD TRUSSES Page 6 of 9
B. Hot-Dip Galvanized-Steel Sheet: ASTM A 653/A 653M; Structural Steel (SS), high-strength
low-alloy steel Type A (HSLAS Type A), or high-strength low-alloy steel Type B (HSLAS
Type B); G60 coating designation; and not less than 0.036 inch thick.
1. Use for interior locations unless otherwise indicated.
C. Hot-Dip Heavy-Galvanized-Steel Sheet: ASTM A 653/A 653M; Structural Steel (SS), high-
strength low-alloy steel Type A (HSLAS Type A), or high-strength low-alloy steel Type B
(HSLAS Type B); G185 coating designation; and not less than 0.036 inch thick.
1. Use for wood-preservative-treated lumber and where indicated.
D. Stainless-Steel Sheet: ASTM A 666, and not less than 0.035 inch thick.
1. Use for exterior locations, wood-preservative-treated lumber, fire-retardant treated
lumber, and where indicated.
2.6 FASTENERS
A. General: Provide fasteners of size and type indicated that comply with requirements specified in
this article for material and manufacture.
1. Provide fasteners for use with metal framing anchors that comply with written
recommendations of metal framing manufacturer.
2. Where trusses are exposed to weather, in ground contact, made from pressure-
preservative treated wood, or in area of high relative humidity, provide fasteners with
hot-dip zinc coating complying with ASTM A 153 of Type 304 stainless steel.
B. Nails, Brads, and Staples: ASTM F 1667.
2.7 METAL FRAMING ANCHORS AND ACCESSORIES
A. Allowable design loads, as published by manufacturer, shall comply with or exceed those
indicated. Manufacturer's published values shall be determined from empirical data or by
rational engineering analysis and demonstrated by comprehensive testing performed by a
qualified independent testing agency. Framing anchors shall be punched for fasteners adequate
to withstand same loads as framing anchors.
B. Galvanized-Steel Sheet: Hot-dip, zinc-coated steel sheet complying with
ASTM A 653/A 653M, G60 coating designation.
1. Use for interior locations unless otherwise indicated.
C. Hot-Dip Heavy-Galvanized-Steel Sheet: ASTM A 653/A 653M; Structural Steel (SS), high-
strength low-alloy steel Type A (HSLAS Type A), or high-strength low-alloy steel Type B
(HSLAS Type B); G185 coating designation; and not less than 0.036 inch thick.
Taylor and Viola Structural Engineers Ridgeview Library Renovation
06.12.2020 And Expansion Project
ADDENDUM 01 Hickory, NC
MPS Project 019451.00
SECTION 061753 -SHOP FABRICATED WOOD TRUSSES Page 7 of 9
1. Use for wood-preservative-treated lumber and where indicated.
D. Stainless-Steel Sheet: ASTM A 666.
1. Use for exterior locations and where indicated.
E. Truss Tie-Downs: Bent strap tie for fastening roof trusses to wall studs below, 1-1/2 inches
wide by 0.050 inch thick. Tie fastens to one side of truss, top plates, and side of stud below.
F. Truss Tie-Downs (Hurricane or Seismic Ties): Bent strap tie for fastening roof trusses to wall
studs below, 2-1/4 inches wide by 0.062 inch thick. Tie fits over top of truss and fastens to both
sides of truss, top plates, and one side of stud below.
G. Truss Tie-Downs (Hurricane or Seismic Ties): Bent strap tie for fastening roof trusses to wall
studs below, 2-1/2 inches wide by 0.062 inch thick. Tie fits over top of truss and fastens to both
sides of truss, inside face of top plates, and both sides of stud below.
H. Roof Truss Clips: Angle clips for bracing bottom chord of roof trusses at non-load-bearing
walls, 1-1/4 inches wide by 0.050 inch thick. Clip is fastened to truss through slotted holes to
allow for truss deflection.
I. Floor Truss Hangers: U-shaped hangers, full depth of floor truss, with 1-3/4-inch-long seat;
formed from metal strap 0.062 inch thick with tabs bent to extend over and be fastened to
supporting member.
J. Roof Truss Bracing/Spacers: U-shaped channels, 1-1/2 inches wide by 1 inch deep by 0.040
inch thick, made to fit between two adjacent trusses and accurately space them apart, and with
tabs having metal teeth for fastening to trusses.
K. Drag Strut Connectors: Angle clip with one leg extended for fastening to the side of girder truss.
1. Angle clip is 3 by 3 by 0.179 by 8 inches with extended leg 8 inches long. Connector has
galvanized finish.
2. Angle clip is 3 by 3 by 0.239 by 10-1/2 inches with extended leg 10-1/2 inches long.
Connector has painted finish.
2.8 MISCELLANEOUS MATERIALS
A. Galvanizing Repair Paint: SSPC-Paint 20, with dry film containing a minimum of 92 percent
zinc dust by weight.
2.9 FABRICATION
A. Cut truss members to accurate lengths, angles, and sizes to produce close-fitting joints.
B. Fabricate metal connector plates to sizes, configurations, thicknesses, and anchorage details
required to withstand design loads for types of joint designs indicated.
Taylor and Viola Structural Engineers Ridgeview Library Renovation
06.12.2020 And Expansion Project
ADDENDUM 01 Hickory, NC
MPS Project 019451.00
SECTION 061753 -SHOP FABRICATED WOOD TRUSSES Page 8 of 9
C. Assemble truss members in design configuration indicated; use jigs or other means to ensure
uniformity and accuracy of assembly, with joints closely fitted to comply with tolerances in
TPI 1. Position members to produce design camber indicated.
1. Fabricate wood trusses within manufacturing tolerances in TPI 1.
D. Connect truss members by metal connector plates located and securely embedded
simultaneously in both sides of wood members by air or hydraulic press.
2.10 SOURCE QUALITY CONTROL
A. Special Inspections: Owner will engage a qualified special inspector to perform special
inspections.
1. Provide special inspector with access to fabricator's documentation of detailed fabrication
and quality-control procedures that provide a basis for inspection control of the
workmanship and the fabricator's ability to conform to approved construction documents
and referenced standards.
2. Provide special inspector with access to places where wood trusses are being fabricated
to perform inspections.
B. Correct deficiencies in Work that special inspections indicate do not comply with the Contract
Documents.
PART 3 - EXECUTION
3.1 INSTALLATION
A. Install wood trusses only after supporting construction is in place and is braced and secured.
B. If trusses are delivered to Project site in more than one piece, assemble trusses before installing.
C. Hoist trusses in place by lifting equipment suited to sizes and types of trusses required,
exercising care not to damage truss members or joints by out-of-plane bending or other causes.
D. Install and brace trusses according to TPI recommendations and as indicated.
E. Install trusses plumb, square, and true to line and securely fasten to supporting construction.
F. Space trusses as indicated; adjust and align trusses in location before permanently fastening.
G. Anchor trusses securely at bearing points; use metal truss tie-downs or floor truss hangers as
applicable. Install fasteners through each fastener hole in metal framing anchors according to
manufacturer's fastening schedules and written instructions.
H. Securely connect each truss ply required for forming built-up girder trusses.
Taylor and Viola Structural Engineers Ridgeview Library Renovation
06.12.2020 And Expansion Project
ADDENDUM 01 Hickory, NC
MPS Project 019451.00
SECTION 061753 -SHOP FABRICATED WOOD TRUSSES Page 9 of 9
1. Anchor trusses to girder trusses as indicated.
I. Install and fasten permanent bracing during truss erection and before construction loads are
applied. Anchor ends of permanent bracing where terminating at walls or beams.
1. Install bracing to comply with Section 061000 "Rough Carpentry."
2. Install and fasten strongback bracing vertically against vertical web of parallel-chord
floor trusses at centers indicated.
J. Install wood trusses within installation tolerances in TPI 1.
K. Do not alter trusses in field. Do not cut, drill, notch, or remove truss members.
L. Replace wood trusses that are damaged or do not comply with requirements.
1. Damaged trusses may be repaired according to truss repair details signed and sealed by
the qualified professional engineer responsible for truss design, when approved by
Architect.
3.2 REPAIRS AND PROTECTION
A. Protect wood that has been treated with inorganic boron (SBX) from weather. If, despite
protection, inorganic boron-treated wood becomes wet, apply EPA-registered borate treatment.
Apply borate solution by spraying to comply with EPA-registered label.
B. Protect wood trusses from weather. If, despite protection, wood trusses become wet, apply
EPA-registered borate treatment. Apply borate solution by spraying to comply with EPA-
registered label.
C. Repair damaged galvanized coatings on exposed surfaces according to ASTM A 780/A 780M
and manufacturer's written instructions.
3.3 FIELD QUALITY CONTROL
A. Special Inspections: Owner will engage a qualified special inspector to perform special
inspections to verify that temporary installation restraint/bracing and the permanent individual
truss member restraint/bracing are installed in accordance with the approved truss submittal
package.
END OF SECTION 061753
McMillan Pazdan Smith Architecture06.12.2020 ADDENDUM 01
Ridgeview Library Renovationand Expansion Project
Hickory, NCMPS Project 019451.00
SECTION 06 41 00 - ARCHITECTURAL WOOD CASEWORK Page 1 of 3
SECTION 06 41 00ARCHITECTURAL WOOD CASEWORK
PART 1 GENERAL1.01 SECTION INCLUDES
A. Specially fabricated cabinet units.B. Cabinet Hardware.C. Factory finishing.
1.02 RELATED REQUIREMENTSA. Section 061000 - Rough Carpentry: Support framing, grounds, and concealed blocking.B. Section 123661.16-Solid Surface Countertops.
1.03 REFERENCE STANDARDSA. AWI/AWMAC/WI (AWS) - Architectural Woodwork Standards 2014, with Errata (2018).B. AWI (QCP) - Quality Certification Program Current Edition.C. AWMAC/WI (NAAWS) - North American Architectural Woodwork Standards, U.S. Version
3.1 2017, with Errata (2019).D. BHMA A156.9 - American National Standard for Cabinet Hardware 2015.E. GSA CID A-A-1936 - Adhesive, Contact, Neoprene Rubber 1996a (Validated 2013).F. HPVA HP-1 - American National Standard for Hardwood and Decorative Plywood 2016.G. NEMA LD 3 - High-Pressure Decorative Laminates 2005.
1.04 SUBMITTALSA. See Section 013000 - Administrative Requirements, for submittal procedures.B. Shop Drawings: Indicate materials, component profiles, fastening methods, jointing details,
and accessories.1. Scale of Drawings: 1-1/2 inch to 1 foot ( 125 mm to 1 m ), minimum.
C. Product Data: Provide data for hardware accessories.D. Samples: Submit actual sample items of proposed pulls, hinges, shelf standards and
locksets, demonstrating hardware design, quality, and finish. Submit actual finish materialillustrating color & pattern for each proposed laminate material (minimum size 3"x5").
1.05 QUALITY ASSURANCEA. Fabricator Qualifications: Company specializing in fabricating the products specified in this
section with minimum five years of documented experience.1. Company with at least one project in the past 5 years with value of woodwork within
20 percent of cost of woodwork for this Project.1.06 DELIVERY, STORAGE, AND HANDLING
A. Protect units from moisture damage.1.07 FIELD CONDITIONS
A. 72 hours prior to commencement, during and after installation of custom cabinets, maintaintemperature and humidity conditions in building spaces at same levels planned foroccupancy.
PART 2 PRODUCTS2.01 CABINETS
A. Quality Standard: Custom Grade, unless noted otherwise.B. Plastic Laminate Faced Cabinets: Custom grade.C. Door/drawer finish profiles, construction type, cabinet style, drawer construction.
2.02 WOOD-BASED COMPONENTSA. Wood fabricated from old growth timber is not permitted.B. Wood substrates:
McMillan Pazdan Smith Architecture06.12.2020 ADDENDUM 01
Ridgeview Library Renovationand Expansion Project
Hickory, NCMPS Project 019451.00
SECTION 06 41 00 - ARCHITECTURAL WOOD CASEWORK Page 2 of 3
1. Medium Density Fiberboard (MDF) for Plastic Laminate Faced Cabinets andCountertops: ANSI A208.2, Grade 130 and shall be California 93210 Compliant forFormaldehyde”/ “California Phase 2 Compliant (CARB 2 compliant), manufactured inthe USA or Canada. Medite as manufactured by Roseburg ph: 1-800-245-1115 orapproved equal.
2. Moisture Resistant Medium Density Fiberboard (MDF) for Plastic Laminate FacedCabinets and Countertops in wet areas (within 4 feet of sink locations): ANSI A208.2,Grade 155, ASTM D1037-96a six-cycle accelerated aging test, and shall be California93210 Compliant for Formaldehyde”/ “California Phase 2 Compliant (CARB 2compliant), manufactured in the USA or Canada. Medex as manufactured byRoseburg ph: 1-800-245-1115 or approved equal.
3. Thermoset Decorative Panels for concealed shelves, panels, etc.: CARB 2 compliantMDF, as indicated in item #1 above, finished with thermally fused, melamine-impregnated decorative paper and complying with requirements of NEMA LD 3, GradeVGL, for Test Methods 3.3, 3.4, 3.6, 3.8, and 3.10.
2.03 LAMINATE MATERIALSA. Manufacturers: AS INDICATED ON DRAWINGS PER FINISHES & MATERIALS
SCHEDULE.1. Panolam Surface Systems, Nevamar: panolam.com/nevamar/2. Wilsonart LLC : www.wilsonart.com/#sle.3. Substitutions: See Section 016000 - Product Requirements.
2.04 COUNTERTOPSA. Countertops are specified in Section 12 36 00 Countertops
2.05 ACCESSORIESA. Adhesive: Type recommended by AWI/AWMAC to suit application .B. Plastic Edge Banding: Extruded PVC, convex shaped; smooth finish; self locking serrated
tongue; of width to match component thickness.1. Color: TO BE SELECTED FROM FULL RANGE OF MANUFACTURER'S COLORS .2. Use at all exposed plywood edges.3. Use at all exposed shelf edges.
C. Fasteners: Size and type to suit application.D. Bolts, Nuts, Washers, Lags, Pins, and Screws: Of size and type to suit application;
galvanized or chrome-plated finish in concealed locations and stainless steel or chrome-plated finish in exposed locations.
E. Concealed Joint Fasteners: Threaded steel.F. Grommets: Standard plastic, painted metal or rubber grommets for cut-outs, in color to
match adjacent surface.2.06 HARDWARE
A. Hardware: BHMA A156.9, types as recommended by fabricator for quality grade specified.B. Adjustable Shelf Supports: Standard side-mounted system using recessed metal shelf
standards or multiple holes for pin supports and coordinated self rests, satin chrome finish,for nominal 1 inch ( 25 mm ) spacing adjustments. Two-pin type with shelf hold-down clip.
C. Drawer and Door Pulls: Stainless steel pull bar, back mounted, solid metal, 6 1/2 incheslong, 1.3 inch projection, 4 inches to center, and 0.394 inches in diameter. .
D. Cabinet Locks: Keyed cylinder, two keys per lock, master keyed, steel with satin finish .E. Catches: Magnetic.F. Drawer Slides:
1. Type: Full extension with overtravel .2. Static Load Capacity: Extra Heavy Duty grade .3. Mounting: Side mounted.4. Stops: Integral type.5. Features: Provide self closing/stay closed type.6. Manufacturers:
McMillan Pazdan Smith Architecture06.12.2020 ADDENDUM 01
Ridgeview Library Renovationand Expansion Project
Hickory, NCMPS Project 019451.00
SECTION 06 41 00 - ARCHITECTURAL WOOD CASEWORK Page 3 of 3
a. Accuride International, Inc; Heavy-Duty Drawer Slides: www.accuride.com/#sle.b. Grass America Inc : www.grassusa.com/#sle.c. Hettich America, LP : www.hettich.com/#sle.d. Knape & Vogt Manufacturing Company : www.knapeandvogt.com/#sle.e. Substitutions: See Section 016000 - Product Requirements.
2.07 FABRICATIONA. Assembly: Shop assemble cabinets for delivery to site in units easily handled and to permit
passage through building openings.B. Edging: Fit shelves, doors, and exposed edges with specified edging. Do not use more than
one piece for any single length.C. Fitting: When necessary to cut and fit on site, provide materials with ample allowance for
cutting. Provide matching trim for scribing and site cutting.D. Plastic Laminate: Apply plastic laminate finish in full uninterrupted sheets consistent with
manufactured sizes. Fit corners and joints hairline; secure with concealed fasteners. Slightlybevel arises. Locate counter butt joints minimum 2 feet from sink cut-outs. ( Locate counterbutt joints minimum 600 mm from sink cut-outs. )
E. Provide cutouts for plumbing fixtures. Verify locations of cutouts from on-site dimensions.Prime paint cut edges.
PART 3 EXECUTION3.01 EXAMINATION
A. Verify adequacy of backing and support framing.B. Verify location and sizes of utility rough-in associated with work of this section.
3.02 INSTALLATIONA. Set and secure custom cabinets in place, assuring that they are rigid, plumb, and level.B. Use fixture attachments in concealed locations for wall mounted components.C. Use concealed joint fasteners to align and secure adjoining cabinet units.D. Carefully scribe casework abutting other components, with maximum gaps of 1/32 inch (
0.79 mm ). Do not use additional overlay trim for this purpose.E. Secure cabinets to floor using appropriate angles and anchorages.F. Countersink anchorage devices at exposed locations. Conceal with solid wood plugs of
species to match surrounding wood; finish flush with surrounding surfaces.3.03 ADJUSTING
A. Test installed work for rigidity and ability to support loads .B. Adjust moving or operating parts to function smoothly and correctly.
3.04 CLEANINGA. Clean casework, counters, shelves, hardware, fittings, and fixtures.
END OF SECTION
McMillan Pazdan Smith Architecture06.12.2020 ADDENDUM 01
Ridgeview Library Renovationand Expansion Project
Hickory, NCMPS Project 019451.00
SECTION 09 67 23 - RESINOUS FLOORING Page 1 of 5
SECTION 09 67 23RESINOUS FLOORING
PART 1 GENERAL1.01 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and SupplementaryConditions and Division 01 Specification Sections, apply to this Section.
1.02 SUMMARYA. This Section includes one resinous flooring system, one with urethane body.
1. Application Method: Squeegee, screed, and broadcast.1.03 SUBMITTALS
A. Product Data: For each type of product indicated. Include manufacturer's technical data,application instructions, and recommendations for each resinous flooring componentrequired.
B. Samples for Verification: For each resinous flooring system required, 5 inches (150 mm)square, applied to a rigid backing.
C. Product Schedule: Use resinous flooring designations indicated in Part 2 and roomdesignations indicated on Drawings in product schedule.
D. Installer Certificates: Signed by manufacturer certifying that installers comply with specifiedrequirements.
E. Maintenance Data: For resinous flooring to include in maintenance manuals.1.04 QUALITY ASSURANCE
A. No request for substitution shall be considered that would change the generic type of floorsystem specified (i.e. urethane based flake broadcast with mortar coat). Equivalentmaterials of other manufactures may be substituted only on approval of Architect orEngineer. Request for substitution will only be considered only if submitted 10 days prior tobid date. Request will be subject to specification requirements described in this section.
B. Installer Qualifications: Engage an experienced installer (applicator) who is experienced inapplying resinous flooring systems similar in material, design, and extent to those indicatedfor this Project, whose work has resulted in applications with a record of successful in-service performance, and who is acceptable to resinous flooring manufacturer.1. Engage an installer who is certified in writing by resinous flooring manufacturer as
qualified to apply resinous flooring systems indicated.2. Contractor shall have completed at least 10 projects of similar size and complexity.
C. Source Limitations: Obtain primary resinous flooring materials, including primers, resins,hardening agents, grouting coats, and topcoats, through one source from a singlemanufacturer, with not less than ten years of successful experience in manufacturing andinstalling principal materials described in this section. Provide secondary materials,including patching and fill material, joint sealant, and repair materials, of type and fromsource recommended by manufacturer of primary materials.
D. Manufacturer Field Technical Service Representatives: Resinous flooring manufacture shallretain the services of Field Technical Service Representatives who are trained specificallyon installing the system to be used on the project.1. Field Technical Services Representatives shall be employed by the system
manufacture to assist in the quality assurance and quality control process of theinstallation and shall be available to perform field problem solving issues with theinstaller.
E. Mockups: Apply mockups to verify selections made under sample submittals and todemonstrate aesthetic effects and set quality standards for materials and execution.1. Apply full-thickness mockups on 48-inch- (1200-mm-) square floor area selected by
Architect.a. Include 48-inch (1200-mm) length of integral cove base.
2. Approved mockups may become part of the completed Work if undisturbed at time ofSubstantial Completion.
McMillan Pazdan Smith Architecture06.12.2020 ADDENDUM 01
Ridgeview Library Renovationand Expansion Project
Hickory, NCMPS Project 019451.00
SECTION 09 67 23 - RESINOUS FLOORING Page 2 of 5
F. Pre-installation Conference:1. General contractor shall arrange a meeting not less than thirty days prior to starting
work.2. Attendance:
a. General Contractorb. Architect/Owner's Representative.c. Manufacturer/Installer's Representative.
1.05 DELIVERY, STORAGE, AND HANDLINGA. Deliver materials in original packages and containers, with seals unbroken, bearing
manufacturer's labels indicating brand name and directions for storage and mixing withother components.
B. Store materials to prevent deterioration from moisture, heat, cold, direct sunlight, or otherdetrimental effects. Store materials per product data sheet.
C. All materials used shall be factory pre-weighed and pre-packaged in single, easy to managebatches to eliminate on site mixing errors. No on site weighing or volumetric measurementsallowed.
1.06 PROJECT CONDITIONSA. Environmental Limitations: Comply with resinous flooring manufacturer's written instructions
for substrate temperature, ambient temperature, moisture, ventilation, and other conditionsaffecting resinous flooring application.1. Maintain material and substrate temperature between 65 and 85 deg F (18 and 30 deg
C) during resinous flooring application and for not less than 24 hours after application.B. Lighting: Provide permanent lighting or, if permanent lighting is not in place, simulate
permanent lighting conditions during resinous flooring application.C. Close spaces to traffic during resinous flooring application and for not less than 24 hours
after application, unless manufacturer recommends a longer period.D. Concrete substrate shall be properly cured for a minimum of 30 days. A vapor barrier must
be present for concrete subfloors on or below grade. Otherwise, an osmotic pressureresistant grout must be installed prior to the resinous flooring
1.07 WARRANTYA. Manufacturer shall furnish a single, written warranty covering both material and
workmanship for a period of (1) full years from date of installation, or provide a joint andseveral warranty signed on a single document by material manufacturer and applicatorjointly and severally warranting the materials and workmanship for a period of (1) full yearfrom date of installation. A sample warranty letter must be included with bid package or bidmay be disqualified.
PART 2 PRODUCTS2.01 RESINOUS FLOORING
A. Available Products: Subject to compliance with requirements.B. Confirm inclusion of 25mil body coat, and broadcast quartz into primer increasing bond
strength. Products that may be incorporated into the work include,C. Products: Subject to compliance with requirements:
1. Stonhard, Inc.; Stontec UTF®. Basis of Design.2. Substitutions: comply with Section 01 25 00 Substitution Procedures..
D. System Characteristics:1. Color and Pattern: Large Flake; color as indicated in Finishes and Materials Schedule2. Wearing Surface: Textured for slip resistance3. Integral Cove Base: 6".4. Overall System Thickness: 2mm
E. System Components: Manufacturer's standard components that are compatible with eachother and as follows:1. Primer:
a. Material Basis: Stonhard UTF Primer
McMillan Pazdan Smith Architecture06.12.2020 ADDENDUM 01
Ridgeview Library Renovationand Expansion Project
Hickory, NCMPS Project 019451.00
SECTION 09 67 23 - RESINOUS FLOORING Page 3 of 5
b. Resin: Urethanec. Formulation Description: (2) two component, low viscosity, urethane.d. Application Method: Squeegee and nap roller.e. Number of Coats: (1) one.f. Aggregates: Broadcast quartz into wet primer coat.
2. Body Coat(s):a. Material Basis: Stontec UTF Undercoat.b. Resin: Polyaspartic Urethanec. Formulation Description: (3) three component polyaspartic urethane resin,
aliphatic isocyanate and filler.d. Application Method: Squeegee and medium nap roller.
1) Thickness of Coats: 25-30 mils with standard primer coat2) Number of Coats: (1) One.
3. Broadcast:a. Material Basis: Stontec Flakesb. Formulation Description: Large Decorative flake (¼)c. Type: Tweed (chips to be mixed in Mfg. facility)d. Finish: Broadcast to rejection.e. Number of Coats: one.
4. Topcoat:a. Material Basis: Stonseal CF7b. Resin: Urethanec. Formulation Description: (2) two component, UV resistant, aliphatic polyaspartic
urethaned. Type: Clear.e. Finish: Matte.f. Number of Coats: (2) two.g. Color : Refer to Finishes and Materials Schedule.
F. Note: Components listed above are the basis of design intent; all bids will be compared tothis standard including resin chemistry, color, wearing surface, thickness, and installationprocedures, including number of coats. Contractor shall be required to comply with all therequirements of the Specifications and all of the components required by the Specifications,whether or not such products are specifically listed above.
G. System Physical Properties: Provide resinous flooring system with the following minimumphysical property requirements when tested according to test methods indicated:1. Tensile Strength: 2,200 psi per ASTM D-6382. Flexural Strength: 2,000 psi per ASTM D-7903. Flexural Modulus of Elasticity: 2.6 x 10^6 psi per ASTM D-7904. Hardness: .60 per ASTM D-2240, Shore D5. Indentation: no indentation per MIL-D-3134F6. Linear Coefficient of Thermal Expansion: 23 x 10^-6 in./in. °F per ASTM C-5317. Impact Resistance: Exceeds 160 in.-lbs. per ASTM D-4060, CS-178. Flammability: Class I per ASTM E-648
2.02 ACCESSORY MATERIALSA. Patching, Leveling and Fill Material: Resinous product of or approved by resinous flooring
manufacturer and recommended by manufacturer for application indicated. No Singlecomponent or cementitious materials.
B. Joint Sealant: Type recommended or produced by resinous flooring manufacturer for typeof service and joint condition indicated.
PART 3 EXECUTION3.01 PREPARATION
A. General: Prepare and clean substrates according to resinous flooring manufacturer's writteninstructions for substrate indicated. Provide clean and dry substrate for resinous flooringapplication.
B. Concrete Substrates: Provide sound concrete surfaces free of laitance, glaze,efflorescence, curing compounds, form-release agents, dust, dirt, grease, oil, and other
McMillan Pazdan Smith Architecture06.12.2020 ADDENDUM 01
Ridgeview Library Renovationand Expansion Project
Hickory, NCMPS Project 019451.00
SECTION 09 67 23 - RESINOUS FLOORING Page 4 of 5
contaminants incompatible with resinous flooring.1. Mechanically prepare substrates as follows:
a. Mechanically prepare with the use of Diamond grinding equipment to providesurface sound concrete surfaces free of laitance, glaze, efflorescence, curingcompounds, form-release agents, dust, dirt, grease, oil, and other contaminantsincompatible with resinous flooring. Or,
b. Shot-blast surfaces with an apparatus that abrades the concrete surface, containsthe dispensed shot within the apparatus, and recirculates the shot by vacuumpickup or Diamond Grind with a dust free system.
2. Repair damaged and deteriorated concrete according to resinous flooringmanufacturer's written recommendations.
3. Verify that concrete substrates meet the following requirements.a. Perform in situ probe test, ASTM F 2170. Proceed with application only after
substrates do not exceed a maximum potential equilibrium relative humidity of 80percent.
b. Perform anhydrous calcium chloride test, ASTM F 1869. Proceed with applicationonly after substrates have maximum moisture-vapor-emission rate of 3 lb ofwater/1000 sq. ft. of slab in 24 hours.
c. Perform additional moisture tests recommended by manufacturer. Proceed withapplication only after substrates pass testing.
C. Use patching and fill material to fill holes and depressions in substrates according tomanufacturer's written instructions.
D. Treat control joints and other nonmoving substrate cracks to prevent cracks from reflectingthrough resinous flooring according to manufacturer's written recommendations.Allowances should be included for Stonflex MP7 joint fill material.
3.02 APPLICATIONA. General: Apply components of resinous flooring system according to manufacturer's written
instructions to produce a uniform, monolithic wearing surface of thickness indicated.1. Coordinate application of components to provide optimum adhesion of resinous
flooring system to substrate, and optimum intercoat adhesion.2. Cure resinous flooring components according to manufacturer's written instructions.
Prevent contamination during application and curing processes.3. At substrate expansion and isolation joints, provide joint in resinous flooring to comply
with resinous flooring manufacturer's written recommendations.a. Apply joint sealant to comply with manufacturer's written recommendations.
B. Mix and apply primer over properly prepared substrate with strict adherence tomanufacturer's installation procedures and coverage rates
C. Broadcast: Immediately broadcast quartz silica aggregate into the primer usingmanufacturer's specially designed spray caster. Strict adherence to manufacturer'sinstallation procedures and coverage rates is imperative.
D. Integral Cove Base: Apply cove base mix to wall surfaces before applying flooring. Applyaccording to manufacturer's written instructions and details including those for taping,mixing, priming, troweling, sanding, and top coating of cove base. Round internal andexternal corners. Refer to detail drawings.
E. Body coat: Mix base material according to manufacturer's recommended procedures.Uniformly spread mixed material over previously primed substrate using manufacturer'sinstallation tool. Roll material with strict adherence to manufacturer's installation proceduresand coverage rates.
F. Broadcast: Immediately broadcast decorative flakes into the body coat. Strict adherence tomanufacturer's installation procedures and coverage rates is imperative.
G. First Sealer: Remove excess un-bonded flakes by lightly brushing and vacuuming the floorsurface. Mix and apply sealer with strict adherence to manufacturer's installationprocedures.
H. Second sealer: Lightly sand first sealer coat. Mix and apply second sealer coat with strictadherence to manufacturer's installation procedures.
3.03 TERMINATIONS
McMillan Pazdan Smith Architecture06.12.2020 ADDENDUM 01
Ridgeview Library Renovationand Expansion Project
Hickory, NCMPS Project 019451.00
SECTION 09 67 23 - RESINOUS FLOORING Page 5 of 5
A. Chase edges to “lock” the coating system into the concrete substrate along lines oftermination.
B. Penetration Treatment: Lap and seal coating onto the perimeter of the penetrating item bybridging over compatible elastomer at the interface to compensate for possible movement.
C. Trenches: Continue coating system into trenches to maintain monolithic protection. Treatcold joints to assure bridging of potential cracks.
D. Treat floor drains by chasing the coating to lock in place at point of termination.3.04 JOINTS AND CRACKS
A. Treat control joints to bridge potential cracks and to maintain monolithic protection.B. Treat cold joints and construction joints and to maintain monolithic protection on horizontal
and vertical surfaces as well as horizontal and vertical interfaces.C. Vertical and horizontal contraction and expansion joints are treated by installing backer rod
and compatible sealant after coating installation is completed. Provide sealant typerecommended by manufacturer for traffic conditions and chemical exposures to beencountered.
3.05 FIELD QUALITY CONTROLA. Material Sampling: Owner may at any time and any numbers of times during resinous
flooring application require material samples for testing for compliance with requirements.1. Owner will engage an independent testing agency to take samples of materials being
used. Material samples will be taken, identified, sealed, and certified in presence ofContractor.
2. Testing agency will test samples for compliance with requirements, using applicablereferenced testing procedures or, if not referenced, using testing procedures listed inmanufacturer's product data.
3. If test results show applied materials do not comply with specified requirements, payfor testing, remove noncomplying materials, prepare surfaces coated withunacceptable materials, and reapply flooring materials to comply with requirements.
3.06 CLEANING, PROTECTING, AND CURINGA. Cure resinous flooring materials in compliance with manufacturer's directions, taking care to
prevent contamination during stages of application and prior to completion of curingprocess. Close area of application for a minimum of 24 hours.
B. Protect resinous flooring materials from damage and wear during construction operation.Where temporary covering is required for this purpose, comply with manufacturer'srecommendations for protective materials and method of application. General Contractor isresponsible for protection.
C. Cleaning: Remove temporary covering and clean resinous flooring just prior to finalinspection. Use cleaning materials and procedures recommended by resinous flooringmanufacturer. General Contractor responsible for cleaning prior to inspection.
END OF SECTION
CO
MM
UN
ITY
M
EE
TIN
G
CH
ILDR
EN
S
ME
ET
ING
ST
OR
AG
E
KIT
CH
EN
ET
TE
ST
OR
AG
E
ME
NS
TO
ILET
WO
ME
NS
TO
ILET
JAN
ITO
RE
LEC
TR
ICA
L
HW
CIR
CU
LAT
ION
D
ES
KW
OR
K
RO
OM
OF
FIC
E CLO
SE
T
CO
MP
UT
ER
S
SE
AT
ING
PE
RIO
DIC
ALS
CH
ILDR
EN
S
6
7 11
1
1
1
1
1
2
2
2
3
23
3 3
4
5
5
5
8 8 14
12
ST
AF
F A
RE
A:
AD
D A
LT
ER
NA
TE
#2
NE
W A
IRL
OC
K: A
DD
A
LT
ER
NA
TE
#1
7' - 8"
8
6' - 4"
13
1
EX
IST
ING
RE
ST
RO
OM
S:
AD
D A
LT
ER
NA
TE
#3
17
3
18 18
F
A
99
BC
DE
88
77
66
55
44
33
22
11
9
7
1010
9
99
9
9
11
6
9
1
1 1
1
11
9
CO
MM
UN
ITY
M
EE
TIN
G
CH
ILDR
EN
S
ME
ET
ING
ST
OR
.
KIT
CH
EN
ET
TE
ST
OR
.
ME
NS
TO
ILET
WO
ME
NS
TO
ILET
JAN
ITO
RE
LEC
TR
ICA
L
CIR
CU
LAT
ION
D
ES
K
WO
RK
RO
OM
OF
FIC
E
CLO
SE
T
CO
MP
UT
ER
S
SE
AT
ING
CH
ILDR
EN
S
NE
W A
IRL
OC
K: A
DD
A
LT
ER
NA
TE
#1
1
ST
AF
F A
RE
A:
AD
D A
LT
ER
NA
TE
#2
EX
IST
ING
RE
ST
RO
OM
S:
AD
D A
LT
ER
NA
TE
#3
B3
A80
0
DE
MO
KE
YN
OT
ES
DE
MO
LISH
EX
IST
ING
WA
LL A
SS
EM
BLY
, INC
LUD
ING
DO
OR
S, IN
ITS
EN
TIR
ET
Y
U.N
.O.
DE
MO
LISH
EX
IST
ING
MILLW
OR
K.
EX
IST
ING
SH
ELV
ING
AN
D E
ND
PA
NE
LS
SH
ALL B
E T
EM
PO
RA
RILY
R
EL
OC
AT
ED
FO
R T
HE
DU
RA
TIO
N O
F T
HE
LIBR
AR
Y R
EN
OV
AT
ION
PE
R
OW
NE
R’S
DIR
EC
TIO
N. S
HA
LL BE
RE
INS
TA
LLED
IN R
EN
OV
AT
ED
LIBR
AR
Y
AC
CO
RD
ING
TO
ID1
02 FO
R F
INA
L IN
ST
ALLA
TIO
N.
DE
MO
LISH
PO
RT
ION
OF
EX
TE
RIO
R W
ALL A
SS
EM
BLY
TO
AL
LOW
FO
R N
EW
H
.M. D
OO
R O
PE
NIN
G. R
EF
ER
TO
DE
MO
ELE
VA
TIO
N
DE
MO
LISH
EX
IST
ING
FLO
OR
FIN
ISH
TH
RO
UG
HO
UT
LIBR
AR
Y A
ND
PR
EP
AR
E
SLA
B F
OR
NE
W W
OR
K U
.N.O
.
RE
MO
VE
EX
IST
ING
SE
CU
RIT
Y G
RIL
LE A
ND
CO
MP
ON
EN
TS
. RE
FE
R T
O
RE
FE
RE
NC
E P
HO
TO
S
RE
MO
VE
EX
IST
ING
AC
CO
RD
ION
DO
OR
AN
D C
OM
PO
NE
NT
S IN
CH
ILDR
EN
'S
AR
EA
.
RE
MO
VE
EX
IST
ING
WIN
DO
W / D
OO
R A
ND
INF
ILL TO
MA
TC
H E
XIS
TIN
G W
ALL
CO
NS
TR
UC
TIO
N.
DE
MO
LISH
EX
IST
ING
CE
ILING
AN
D LIG
HT
FIX
TU
RE
S A
S IN
DIC
AT
ED
.
RE
MO
VE
EX
IST
ING
LIGH
T F
IXT
UR
ES
.
SA
ND
, PR
EP
, AN
D P
AIN
T C
EILIN
G T
O M
AT
CH
EX
IST
ING
DE
MO
LISH
PO
RT
ION
OF
EX
IST
ING
SLA
B A
ND
EX
IST
ING
PA
VE
RS
FO
R N
EW
C
ON
CR
ET
E S
LAB
.
EX
IST
ING
HM
FR
AM
E A
ND
GLA
ZIN
G F
RO
M E
XIS
TIN
G O
FF
ICE
TO
BE
UT
ILIZE
D
FO
R N
EW
GR
OU
P S
TU
DY
. RE
FE
R T
O F
LOO
R P
LAN
FO
R N
EW
WO
RK
.
DE
MO
LISH
PO
RT
ION
OF
EX
TE
RIO
R W
ALL A
SS
EM
BLY
TO
CR
EA
TE
NE
W
OP
EN
ING
FO
R R
EU
SE
D H
M F
RA
ME
. RE
FE
R T
O D
EM
O E
LEV
AT
ION
AN
D
RE
FE
RE
NC
E P
HO
TO
S.
RE
MO
VE
EX
IST
ING
EX
TE
RIO
R LIG
HT
FIX
TU
RE
S / E
QU
IPM
EN
T A
S S
HO
WN
NE
W L
INT
EL T
O T
IE IN
TO
EX
IST
ING
CM
U W
ALL -
RE
FE
R T
O S
TR
UC
TU
RA
L D
RA
WIN
GS
.
EX
IST
ING
SE
CU
RIT
Y G
AT
E A
ND
CO
MP
ON
EN
TS
TO
BE
RE
US
ED
AN
D
RE
LO
CA
TE
D -
SE
E P
LA
N F
OR
NE
W LO
CA
TIO
N
BA
SE
BID
-E
XIS
TIN
G T
O R
EM
AIN
.A
LTE
RN
AT
E B
ID -
RE
MO
VE
EX
IST
ING
FLO
OR
AN
D W
ALL F
INIS
HE
S, P
RE
P
FO
R N
EW
FIN
ISH
ES
AN
D P
LUM
BIN
G F
IXT
UR
ES
.
123456789101112131415
GE
NE
RA
L N
OT
ES
1. A
LL WO
RK
SH
AL
L ME
ET
TH
E M
INIM
UM
RE
QU
IRE
ME
NT
S O
F T
HE
LAT
ES
T A
DO
PT
ED
E
DIT
ION
S O
F T
HE
AP
PLIC
AB
LE C
OD
ES
, AS
IND
ICA
TE
D O
N T
HIS
SH
EE
T A
ND
ALL
O
TH
ER
LOC
AL
, ST
AT
E O
R F
ED
ER
AL C
OD
ES
OR
RE
GU
LAT
ION
S H
AV
ING
JU
RIS
DIC
TIO
N.
2. A
LL CO
NS
TR
UC
TIO
N S
HA
LL B
E H
AN
DIC
AP
PE
D A
CC
ES
SIB
LE A
ND
CO
MP
LY W
ITH
B
AR
RIE
R F
RE
E D
ES
IGN
AN
D O
TH
ER
AP
PLIC
AB
LE S
TA
ND
AR
DS
.3.
DIM
EN
SIO
NS
SH
OW
N F
OR
EX
TE
RIO
R D
OO
RS
AN
D W
IND
OW
S A
RE
TO
ED
GE
OF
F
RA
ME
UN
LES
S O
TH
ER
WIS
E N
OT
ED
.4.
PR
OV
IDE
FIR
E E
XT
ING
UIS
HE
RS
IN A
CC
OR
DA
NC
E W
/ NF
PA
10. INS
TA
LL FIR
E
EX
TIN
GU
ISH
ER
S (F
E)/(F
EC
) AT
4'-0" AF
F T
O T
OP
OF
CA
BIN
ET
. GE
NE
RA
L C
ON
TR
AC
TO
R T
O C
OO
RD
INA
TE
FIN
AL LO
CA
TIO
NS
WIT
H LO
CA
L FIR
E M
AR
SH
ALL
AN
D A
RC
HIT
EC
T.
5. D
O N
OT
SC
ALE
DR
AW
ING
S. IF
DIM
EN
SIO
NS
AR
E IN
QU
ES
TIO
N T
HE
CO
NT
RA
CT
OR
IS
RE
SP
ON
SIB
LE F
OR
OB
TA
ININ
G C
LAR
IFIC
AT
ION
FR
OM
TH
E A
RC
HIT
EC
T B
EF
OR
E
CO
NT
INU
ING
WIT
H T
HE
WO
RK
.6.
IN T
HE
EV
EN
T O
F A
NY
DIS
CR
EP
AN
CIE
S F
OU
ND
IN T
HE
DR
AW
ING
S O
R C
ON
FLIC
TS
B
ET
WE
EN
TH
E A
RC
HIT
EC
TU
RA
L DR
AW
ING
S A
ND
TH
OS
E O
F T
HE
EN
GIN
EE
RS
, TH
E
CO
NT
RA
CT
OR
SH
ALL B
E R
EQ
UIR
ED
TO
NO
TIF
Y T
HE
AR
CH
ITE
CT
BE
FO
RE
P
RO
CE
ED
ING
WIT
H T
HE
WO
RK
.7.
ALL W
OO
D B
LOC
KIN
G S
HA
LL B
E C
OO
RD
INA
TE
D B
Y T
HE
GE
NE
RA
L CO
NT
RA
CT
OR
. W
OO
D B
LOC
KIN
G S
HA
LL B
E F
IRE
RE
TA
RD
AN
T T
RE
AT
ED
IF R
EQ
UIR
ED
BY
CO
DE
. A
LL WO
OD
IN C
ON
TA
CT
WIT
H M
OR
TA
R, C
ON
CR
ET
E, O
R M
AS
ON
RY
TO
BE
P
RE
SS
UR
E T
RE
AT
ED
.8.
ALL W
OR
K LIS
TE
D, S
HO
WN
OR
IMP
LIED
ON
TH
E C
ON
ST
RU
CT
ION
DO
CU
ME
NT
S
SH
ALL B
E S
UP
PL
IED
AN
D IN
ST
ALLE
D B
Y T
HE
GE
NE
RA
L CO
NT
RA
CT
OR
EX
CE
PT
W
HE
RE
OT
HE
RW
ISE
NO
TE
D. T
HE
GE
NE
RA
L CO
NT
RA
CT
OR
SH
ALL
CL
OS
ELY
C
OO
RD
INA
TE
HIS
WO
RK
WIT
H T
HA
T O
F O
TH
ER
CO
NT
RA
CT
OR
S O
R V
EN
DO
RS
TO
A
SS
UR
E T
HA
T A
LL S
CH
ED
ULE
S A
RE
ME
T A
ND
TH
AT
ALL W
OR
K IS
DO
NE
IN
CO
NF
OR
MA
NC
E T
O T
HE
SU
PP
LIER
S R
EQ
UIR
EM
EN
TS
.9.
ALL IN
TE
RIO
R D
IME
NS
ION
S G
IVE
N A
RE
FR
OM
FA
CE
OF
ST
UD
. OR
CE
NT
ER
LINE
OF
C
OLU
MN
, UN
LES
S O
TH
ER
WIS
E N
OT
ED
. EX
TE
RIO
R D
IME
NS
ION
S A
RE
FR
OM
FA
CE
/ E
DG
E O
F M
AS
ON
RY
/ CO
NC
RE
TE
OR
CO
LUM
N C
EN
TE
RLIN
E, U
NLE
SS
OT
HE
RW
ISE
N
OT
ED
.
161718F
SLA
B O
N G
RA
DE
0' -0"
98
76
54
32
1
414
88
7' - 4"
88
6' - 4
"
15
LINE
OF
NE
W R
OO
F
AD
DIT
ION
RE
MO
VE
PO
RT
ION
OF
E
XIS
TIN
G M
ET
AL C
OP
ING
AN
D
SO
FF
IT. C
OO
RD
INA
TE
WIT
H
NE
W R
OO
F C
ON
ST
RU
CT
ION
7' - 8
"
8' - 0"
16
LINE
OF
NE
W
AD
DIT
ION
15
15
FR
AM
ING
PLA
N15
' -0"
08' -
0"
16' -0"
24' -0"
32' -0"
Graphic S
cale: 0' -0 1/8"inch
= 1'-0"
SO
LID
LINE
S A
ND
B
LAC
K S
HA
DE
D
ELE
ME
NT
S
IND
ICA
TE
NE
W
CO
NS
TR
UC
TIO
N
SO
LID L
INE
S A
ND
S
HA
DE
D E
LEM
EN
TS
T
O R
EM
AIN
LE
GE
ND
SH
AD
ED
RE
GIO
N
EX
IST
ING
TO
RE
MA
IN.
PA
TC
H &
PA
INT
CE
ILING
S
AS
NE
CC
ES
SA
RY
.
DA
SH
ED
LIN
ES
IN
DIC
AT
E D
EM
OL
ITIO
N
ALT
ER
NA
TE
-R
EF
ER
TO
S
PE
CIF
ICA
TIO
NS
FO
R D
ET
AIL
S
NE
W A
CT
CE
ILING
NE
W G
YP
CE
ILING
4 14
13 66
1 25
5
1
3
17
SH
EE
T T
ITLE
:
SH
EE
T N
O.
PR
OJ. N
O.
DR
AW
N B
Y:
PR
OJE
CT
AR
CH
ITE
CT
:
PR
INC
IPA
L IN C
HA
RG
E:
SH
EE
T IS
SU
E:
A
12
34
5
12
34
5
ALL DRAWINGS, SPECIFICATIONS AND COPIES THEREOF FURNISHED BY MCMILLAN PAZDAN SMITH ARCHITECTURE ARE AND SHALL REMAIN THE PROPERTY OF MCMILLAN PAZDAN SMITH ARCHITECTURE. THESE MATERIALS ARE TO BE USED ONLY WITH RESPECT TO THIS PROJECT AND NOT TO BE USED WITH ANY OTHER PROJECT. WITH THE EXCEPTION OF ONE CONTRACT SET FOR EACH PARTY TO THE CONTRACT, SUCH DOCUMENTS ARE TO BE RETURNED OR SUITABLY ACCOUNTED FOR TO MCMILLAN PAZDAN SMITH ARCHITECTURE UPON COMPLETION OF THE PROJECT. SUBMISSION OR DISTRIBUTION TO MEET OFFICIAL REGULATORY REQUIREMENTS OR FOR OTHER PURPOSES IN CONNECTION WITH THE PROJECT IS NOT TO BE CONSTRUED AS PUBLICATION IN DEROGATION OF MCMILLAN PAZDAN SMITH'S COMMON LAW COPYRIGHT OR OTHER RESERVED RIGHTS. COPYRIGHT 2016 MCMILLAN PAZDAN SMITH -
ALL RIGHTS RESERVED
CO
NS
ULT
AN
T LO
GO
B C D
SE
ALS
6/15/2020 8:23:34 AM BIM 360://019451.00_Hickory Ridgeview Library/Arch_Hickory Ridgeview Library_R19.rvt
DE
MO
LIT
ION
FL
OO
RP
LA
N, R
CP
, AN
DE
LE
VA
TIO
NS
A0
40
019451.00
BR
W
RIDGEVIEW LIBRARY RENOVATION ANDEXPANSION
HICKORY, NORTH CAROLINA
CITY OF HICKORY
DR
MD
RM
1/8" =
1'-0"A
040
A3
FL
OO
R P
LA
N (D
EM
OL
ITIO
N)
1/8" =
1'-0"A
040
C3
RE
FL
EC
TE
D C
EIL
ING
PL
AN
(DE
MO
LIT
ION
)
PR
OJE
CT
NO
RT
H
PR
OJE
CT
NO
RT
H
1/8" =
1'-0"A
040
A1
EA
ST
EL
EV
AT
ION
(DE
MO
)
DE
MO
LIT
ION
PH
OT
OS
FO
R R
EF
ER
EN
CE
NO
.D
AT
ED
ES
CR
IPT
ION
BY
A0
1.0
6.2
02
0S
CH
EM
AT
IC D
ES
IGN
B0
3.2
3.2
02
0C
D P
RIC
ING
SE
T
C0
4.1
3.2
02
0P
LA
N R
EV
IEW
E0
5.2
0.2
02
0B
ID S
ET
F0
6.1
2.2
02
0A
DD
EN
DU
M 0
1
ST
AF
F T
OIL
ET
110
LIB
RA
RIA
N O
FF
ICE
112
BR
EA
K R
OO
M
113
ST
OR
AG
E
109
ST
AF
F W
OR
K
AR
EA
107
NE
W A
IRL
OC
K
100
ME
N'S
102
WO
ME
N'S
103
JA
NIT
OR
104
EL
EC
TR
ICA
L
105S
TO
RA
GE
116
CIR
CU
LA
TIO
N D
ES
K
106
ME
ET
ING
RO
OM
121
ST
OR
AG
E
123G
RO
UP
ST
UD
Y
115
KIT
CH
EN
ET
TE
122
TO
ILE
T
120
TO
ILE
T
119
VE
ST
IBU
LE
118
CH
ILD
RE
N'S
AR
EA
117
AD
UL
T / Y
OU
NG
AD
UL
T A
RE
A
114
LO
BB
Y
101
ME
CH
AN
ICA
L
124
ST
AF
F O
PE
N
OF
FIC
E
108
P-6
P-8
P-5 P-6 P-7 P-8
P-8
CT
-1,2
EP
-5
CT
-1,2
EP
-5
CT
-1,2
CT
-1,2
ID10
1
A3
3
2
ID10
1
A4
ID10
1
A5
ID10
1
B3
ID10
1
C3
C4
1812
12
12
18
11
18
20
19
7 FULL WIDTH TILES6 FULL WIDTH TILES
7 FULL WIDTH TILES 5 FULL WIDTH TILES
FR
T-1
FR
T-2
FR
T-3
DIR
EC
TIO
N O
F P
LAN
K
P-X
IN
DIC
AT
ES
EX
TE
NT
, MA
TE
RIA
L, A
ND
CO
LO
R O
F W
ALL A
CC
EN
T
(VE
RT
ICA
L SU
RF
AC
ES
)
NO
T IN
SC
OP
E
FR
T-4
RE
F R
OO
M F
INIS
H
SC
HE
DU
LE F
OR
S
EL
EC
TIO
N
FL
OO
R F
INIS
H L
EG
EN
D
LVT
-1
CP
T-1
IND
ICA
TE
S E
XT
EN
T, M
AT
ER
IAL, A
ND
CO
LOR
O
F O
VE
RH
EA
D V
ER
TIC
AL A
CC
EN
T
IND
ICA
TE
S C
OL
OR
OF
CE
ILING
AC
CE
NT
(H
OR
IZO
NT
AL S
UR
FA
CE
S)
P-X
P-X
CT
-1
CT
-2
WA
LL
FIN
ISH
LE
GE
ND
67 191
A.
RE
F R
OO
M F
INIS
H S
CH
ED
ULE
FO
R F
LOO
R A
ND
WA
LL FIN
ISH
S
ELE
CT
ION
S. F
INIS
H P
LAN
CL
AR
IFIE
S M
AT
ER
IAL/C
OLO
R E
XT
EN
T A
ND
T
ER
MIN
AT
ION
LOC
AT
ION
S N
OT
EV
IDE
NT
IN S
CH
ED
UL
E.
B.
ALL D
OO
R F
RA
ME
S A
ND
MU
LLIO
NS
DE
SIG
NA
TE
D T
O R
EC
EIV
E P
AIN
T
SH
ALL H
AV
E S
EM
I-GL
OS
S F
INIS
H.
C.
ALL W
ALL
S, C
OLU
MN
S A
ND
CE
ILING
S S
CH
ED
ULE
D T
O R
EC
EIV
E P
AIN
T
SH
ALL B
E E
GG
SH
ELL P
AIN
T F
INIS
H U
NO
. D
. IN
ST
AL
L AD
A C
OM
PLIA
NT
TR
AN
SIT
ION
ST
RIP
S A
T T
HR
ES
HO
LD
BE
TW
EE
N D
IFF
ER
ING
FLO
OR
MA
TE
RIA
LS A
S N
EE
DE
D.
E.
FLO
OR
MA
TE
RIA
L TR
AN
SIT
ION
S B
ET
WE
EN
RO
OM
S S
HA
LL OC
CU
R A
T
TH
E C
EN
TE
RL
INE
OF
TH
E O
PE
NIN
G O
F D
OO
R W
HILE
IN T
HE
CLO
SE
D
PO
SIT
ION
, UN
O.
F.
US
E A
PP
RO
PR
IAT
E S
UB
FL
OO
R LE
VE
LER
WH
ER
E F
LOO
RIN
G
MA
TE
RIA
L TR
AN
SIT
ION
DO
ES
NO
T M
EE
T F
LUS
H A
ND
/OR
WH
EN
M
AT
ER
IAL H
EIG
HT
DO
ES
NO
T S
AT
ISF
Y T
RA
NS
ITIO
N S
TR
IP
TO
LER
AN
CE
.G
. A
LL HO
RIZ
ON
TA
L AN
D V
ER
TIC
AL S
UR
FA
CE
S O
F S
OF
FIT
S T
O M
AT
CH
A
DJA
CE
NT
WA
LLS
UN
O.
H.
ALL R
ES
TR
OO
M W
ALLS
SE
LEC
TE
D T
O R
EC
EIV
E P
AIN
T S
HA
LL B
E
EP
OX
Y.
I. A
LL RE
ST
RO
OM
WA
LLS S
ELE
CT
ED
TO
RE
CE
IVE
WA
LL TILE
SH
ALL
HA
VE
WA
LL T
ILE F
ULL H
EIG
HT
UN
O.
J. A
LL WA
LLS
AN
D C
OLU
MN
S T
O R
EC
EIV
E B
UILD
ING
NE
UT
RA
L PA
INT
, P
-2, UN
O.
K.
ALL G
YP
BD
CE
ILING
S S
HA
LL RE
CE
IVE
CE
ILING
NE
UT
RA
L, P-1, U
NO
.L.
EX
IST
ING
HM
DO
OR
S, F
RA
ME
S A
ND
MU
LLION
S S
HA
LL BE
PR
EP
PE
D T
O
RE
CE
IVE
NE
W F
INIS
H.
M.
EX
IST
ING
ST
RU
CT
UR
E A
ND
DE
CK
ING
FIN
ISH
SH
ALL R
EM
AIN
N
. N
EW
EX
PO
SE
D S
TR
UC
TU
RE
, CO
ND
UIT
S, P
IPE
S A
ND
DE
CK
ING
SH
ALL
RE
CE
IVE
CE
ILING
WH
ITE
PA
INT
, P-1, U
NO
.O
. A
LL AC
CE
SS
PA
NE
LS, S
PR
INK
LER
HE
AD
S A
ND
OT
HE
R S
IMILA
R IT
EM
S
SH
ALL B
E P
AIN
TE
D T
O M
AT
CH
TH
E C
OLO
R O
F T
HE
SU
RR
OU
ND
ING
W
ALL O
R C
EIL
ING
UN
O.
P.
ALL IT
EM
S E
XP
OS
ED
TO
VIE
W S
HA
LL B
E P
AIN
TE
D O
R S
TA
INE
D
UN
LES
S P
RE
FIN
ISH
ED
BY
MA
NU
FA
CT
UR
ER
OR
UN
O.
GE
NE
RA
L N
OT
ES
1. S
TA
RT
FU
LL F
RT
-1 PLA
NK
.2.
ST
AR
T F
ULL
FR
T-2 T
ILE
.3.
ST
AR
T F
ULL
FR
T-4 T
ILE
.4.
RE
PR
ES
EN
TS
ON
E F
ULL F
RT
-1 PLA
NK
IN H
OR
IZT
ON
AL
OR
IEN
TA
TIO
N;
INS
TA
LL F
LUS
H A
ND
PLU
MB
TO
AD
JAC
EN
T T
ILE
S.
5. R
EP
RE
SE
NT
S O
NE
FU
LL FR
T-1 P
LAN
K IN
VE
RT
ICA
L OR
IEN
TA
TIO
N;
INS
TA
LL F
LUS
H A
ND
PLU
MB
TO
AD
JAC
EN
T T
ILE
S.
6. IN
ST
AL
L TW
O P
LAN
KS
ALIG
NE
D O
N LE
NG
TH
OF
PLA
NK
AN
D P
LAC
ED
IN
HO
RIZ
ON
TA
L DIR
EC
TIO
N; O
FF
SE
T A
DJA
CE
NT
RO
W B
Y 1
/2 TH
E
LEN
GT
H O
R W
IDT
H.
7. IN
ST
AL
L TW
O P
LAN
KS
ALIG
NE
D O
N LE
NG
TH
OF
PLA
NK
AN
D P
LAC
ED
IN
VE
RT
ICA
L DIR
EC
TIO
N; O
FF
SE
T A
DJA
CE
NT
RO
W B
Y 1/2 T
HE
LE
NG
TH
OR
WID
TH
.8.
RE
PR
ES
EN
TS
ON
E F
ULL F
RT
-2 TILE
; INS
TA
LL F
LUS
H A
ND
PLU
MB
TO
A
DJA
CE
NT
TILE
S.
9. R
EP
RE
SE
NT
S O
NE
FU
LL FR
T-3 T
ILE; IN
ST
AL
L FLU
SH
AN
D P
LUM
B T
O
AD
JAC
EN
T T
ILES
.10. R
EP
RE
SE
NT
S O
NE
FU
LL FR
T-4 T
ILE; IN
ST
AL
L FLU
SH
AN
D P
LUM
B T
O
AD
JAC
EN
T T
ILES
11. INS
TA
LL T
RS
-1.
12. INS
TA
LL T
RS
-2.
13. INS
TA
LL T
R-1 B
ET
WE
EN
TO
P O
F E
PX
CO
VE
BA
SE
AN
D S
TA
RT
OF
WA
LL T
ILE.
14. ST
AR
T F
ULL
CT
-1 TILE
.15. R
EP
RE
SE
NT
S O
NE
FU
LL CT
-1 TILE
IN H
OR
IZO
NT
AL O
RIE
NT
AT
ION
.16. R
EP
RE
SE
NT
S O
NE
FU
LL CT
-2 TILE
IN H
OR
IZO
NT
AL O
RIE
NT
AT
ION
.17. S
TA
RT
FU
LL C
T-1 T
ILE; A
LIGN
CE
NT
ER
LINE
OF
TILE
WIT
H C
EN
TE
RLIN
E
OF
WA
LL.18. IN
ST
AL
L TR
S-3
.19. A
LIGN
.20. A
LIGN
CH
AN
GE
IN P
LAN
K D
IRE
CT
ION
WIT
H F
AC
E O
F A
DJA
CE
NT
WA
LL.
SH
EE
T K
EY
NO
TE
S
8910
8910
4
5
19
120
15
16
17
13
151614
EP
OX
Y C
OV
E B
AS
E
13
SH
EE
T T
ITLE
:
SH
EE
T N
O.
PR
OJ. N
O.
DR
AW
N B
Y:
PR
OJE
CT
AR
CH
ITE
CT
:
PR
INC
IPA
L IN C
HA
RG
E:
SH
EE
T IS
SU
E:
A
12
34
5
12
34
5
ALL DRAWINGS, SPECIFICATIONS AND COPIES THEREOF FURNISHED BY MCMILLAN PAZDAN SMITH ARCHITECTURE ARE AND SHALL REMAIN THE PROPERTY OF MCMILLAN PAZDAN SMITH ARCHITECTURE. THESE MATERIALS ARE TO BE USED ONLY WITH RESPECT TO THIS PROJECT AND NOT TO BE USED WITH ANY OTHER PROJECT. WITH THE EXCEPTION OF ONE CONTRACT SET FOR EACH PARTY TO THE CONTRACT, SUCH DOCUMENTS ARE TO BE RETURNED OR SUITABLY ACCOUNTED FOR TO MCMILLAN PAZDAN SMITH ARCHITECTURE UPON COMPLETION OF THE PROJECT. SUBMISSION OR DISTRIBUTION TO MEET OFFICIAL REGULATORY REQUIREMENTS OR FOR OTHER PURPOSES IN CONNECTION WITH THE PROJECT IS NOT TO BE CONSTRUED AS PUBLICATION IN DEROGATION OF MCMILLAN PAZDAN SMITH'S COMMON LAW COPYRIGHT OR OTHER RESERVED RIGHTS. COPYRIGHT 2016 MCMILLAN PAZDAN SMITH -
ALL RIGHTS RESERVED
CO
NS
ULT
AN
T LO
GO
B C D
SE
ALS
6/16/2020 10:16:01 PM BIM 360://019451.00_Hickory Ridgeview Library/Arch_Hickory Ridgeview Library_R19.rvt
FIN
ISH
PLA
N A
ND
FIN
ISH
SC
HE
DU
LE
S
ID1
01
019451.00
MN
W
RIDGEVIEW LIBRARY RENOVATION ANDEXPANSION
HICKORY, NORTH CAROLINA
CITY OF HICKORY
DR
MD
RM
RO
OM
FIN
ISH
SC
HE
DU
LER
OO
MN
O.
RO
OM
NA
ME
FLO
OR
WA
LLSC
EILIN
GM
ILLWO
RK
CO
MM
EN
TS
FIN
ISH
BA
SE
NE
SW
MA
TE
RIA
LF
INIS
HC
'TO
PS
CA
BIN
ET
S
SLA
B O
N G
RA
DE
10
0N
EW
AIR
LO
CK
WO
F-1
RB
-1P
-2P
-2P
-2P
-2E
XP
P-1
--
10
1L
OB
BY
FR
T-1
RB
-1P
-2/-
P-2
P-2
P-2
EX
PE
TR
--
10
2M
EN
'SE
PX
-1E
PX
-1 (6
"H)
EP
-5/C
T-1
,2*
EP
-2/C
T-1
,2*
EP
-2E
P-2
/CT
-1,2
*A
CT
/GW
B-/P
-1S
S-2
PLA
M-2
*RE
F F
INIS
H P
LAN
FO
R E
XA
CT
EX
EN
TA
ND
LO
CA
TIO
N
10
3W
OM
EN
'SE
PX
-1E
PX
-1 (6
"H)
EP
-2/C
T-1
,2*
EP
-2/C
T-1
,2*
EP
-5/C
T-1
,2*
EP
-2/C
T-1
,2*
AC
T/G
WB
-/P-1
SS
-2P
LAM
-2*R
EF
FIN
ISH
PLA
N F
OR
EX
AC
T E
XE
NT
AN
D L
OC
AT
ION
10
4JA
NIT
OR
SC
RB
-1E
P-2
EP
-2E
P-2
EP
-2G
WB
P-1
--
10
5E
LE
CT
RIC
AL
SC
RB
-1E
P-2
EP
-2E
P-2
EP
-2E
XP
P-1
--
10
6C
IRC
ULA
TIO
N D
ES
KF
RT
-1R
B-1
-P
-2-
-G
WB
P-1
SS
-2P
LAM
-2R
EV
EA
L: F
RY
RE
GL
ET
3/4
" MIL
LW
OR
KIN
SE
RT
RE
VE
AL
; MO
DE
L #
MW
INS
75
50
10
7S
TA
FF
WO
RK
AR
EA
LV
T-1
RB
-1P
-2P
-2P
-6P
-2A
CT
/GW
B-/P
-1S
S-2
PLA
M-2
10
8S
TA
FF
OP
EN
OF
FIC
EC
PT
-1R
B-1
P-2
P-2
P-2
P-2
EX
PE
TR
--
10
9S
TO
RA
GE
LV
T-1
RB
-1P
-2P
-2P
-2P
-2A
CT
--
-
11
0S
TA
FF
TO
ILE
TE
PX
-1E
PX
-1 (6
"H)
CT
-1,2
EP
-2E
P-5
CT
-1,2
AC
T-
--
11
2L
IBR
AR
IAN
OF
FIC
EC
PT
-1R
B-1
P-3
P-3
P-3
P-5
AC
T-
--
11
3B
RE
AK
RO
OM
LV
T-1
RB
-1P
-3P
-6P
-3P
-3A
CT
-S
S-2
PLA
M-2
11
4A
DU
LT
/ YO
UN
G A
DU
LT
AR
EA
FR
T-1
,2,3
,4*
RB
-1P
-2P
-2,8
*-
P-5
,6*
EX
P/G
WB
ET
R/P
-1S
S-1
-*R
EF
FIN
ISH
PLA
N F
OR
EX
AC
T E
XE
NT
AN
D L
OC
AT
ION
11
5G
RO
UP
ST
UD
YF
RT
-2R
B-1
P-3
P-3
P-3
P-9
AC
T-
--
11
6S
TO
RA
GE
FR
T-1
RB
-1P
-2P
-2P
-2P
-2G
WB
P-1
ET
RE
TR
11
7C
HIL
DR
EN
'S A
RE
AF
RT
-2,3
,4*
RB
-1P
-2/-
P-2
,8*
P-2
P-7
,8*
EX
P/G
WB
ET
R/P
-1S
S-1
PLA
M-1
*RE
F F
INIS
H P
LAN
FO
R E
XA
CT
EX
EN
TA
ND
LO
CA
TIO
N
11
8V
ES
TIB
UL
EW
OF
-1R
B-1
P-2
P-2
P-2
P-2
AC
T-
--
11
9T
OIL
ET
EP
X-1
EP
X-1
(6"H
)C
T-1
,2C
T-1
,2E
P-2
EP
-5A
CT
--
-
12
0T
OIL
ET
EP
X-1
EP
X-1
(6"H
)C
T-1
,2E
P-5
EP
-2C
T-1
,2A
CT
--
-
12
1M
EE
TIN
G R
OO
MF
RT
-1R
B-2
P-2
,6*
P-2
P-3
P-2
EX
P/G
WB
P-1
/P-1
--
*RE
F F
INIS
H P
LAN
FO
R E
XA
CT
EX
EN
TA
ND
LO
CA
TIO
N
12
2K
ITC
HE
NE
TT
EL
VT
-1R
B-1
P-6
P-3
P-3
P-3
AC
T-
SS
-2P
LAM
-2
12
3S
TO
RA
GE
FR
T-1
RB
-1P
-2P
-2P
-2P
-2A
CT
--
-
12
4M
EC
HA
NIC
AL
SC
RB
-1P
-2P
-2P
-2P
-2-
--
-
1/8" =
1'-0"ID
101
A1
FIN
ISH
PL
AN
FIN
ISH
ES
AN
D M
AT
ER
IALS
SC
HE
DU
LE
MA
RK
MA
NU
FA
CT
UR
ER
PA
TT
ER
N / IT
EM
NO
CO
LOR
SIZ
EF
INIS
HIN
ST
ALLA
TIO
NM
ET
HO
DN
OT
ES
CO
NT
AC
T
06
41
00
AR
CH
ITE
CT
UR
AL
WO
OD
CA
SE
WO
RK
PLA
M-1
NE
VA
MA
RT
HR
UC
OLO
R H
PL
ST
UD
IO G
RA
Y-
AR
MO
RE
DP
RO
TE
CT
ION
/TE
XT
UR
ED
BE
TT
Y G
ER
ULA
: 70
4-6
14
-39
85 B
ET
TY
_G
ER
ULA
@P
AN
OLA
M.C
OM
PLA
M-2
WIL
SO
NA
RT
ST
AN
DA
RD
HP
LC
LAS
SIC
LIN
EN
-M
EL
ISS
A K
AT
ES
: 80
3-2
38
-36
13
MK
AT
ES
@A
LP
INE
SA
LE
SIN
C.C
OM
08
14
16
FL
US
H W
OO
D D
OO
RS
WS
-1V
T A
RC
H W
OO
D D
OO
RS
PLA
IN S
LIC
ED
WH
ITE
BIR
CH
CH
OC
OLA
TE
-S
TA
IN C
OL
OR
IS B
AS
ISO
F D
ES
IGN
FO
R A
LL
NE
WD
OO
RS
; SE
ES
PE
CIF
ICA
TIO
NS
FO
RA
DD
ITIO
NA
L D
ET
AIL
S
RE
F S
PE
CIF
ICA
TIO
NS
CO
NT
RA
CT
OR
SH
AL
L S
UB
MIT
PR
OP
OS
ED
MA
NU
FA
CT
UR
ER
, SE
RIE
S A
ND
CO
LO
R F
OR
AR
CH
ITE
CT
'S A
PP
RO
VA
L P
RIO
R T
O IN
ST
AL
LAT
ION
JAC
OB
FR
EE
SE
: 71
2-3
69
-89
02
JFR
EE
SE
@V
TIN
DU
ST
RIE
S.C
OM
09
30
00
TIL
ING
CT
-1A
TLA
S C
ON
CO
RD
EF
RA
YP
EA
RL
12
" x 24
"1
/3 O
FF
SE
TG
RO
UT
: LAT
ICR
ET
E S
PE
CT
RA
LO
CK
20
00
IG, C
OL
OR
:7
8 S
TE
RL
ING
SIL
VE
R, G
RO
UT
TH
ICK
NE
SS
: 1/8
"K
IMB
ER
LY
GR
AY
: 80
3-3
19
-74
76
KIM
BE
RL
Y@
PA
LM
ET
TO
TIL
E.C
OM
CT
-2A
TLA
S C
ON
CO
RD
EF
RA
YG
RE
Y1
2" x 2
4"
1/3
OF
FS
ET
GR
OU
T: LA
TIC
RE
TE
SP
EC
TR
A L
OC
K 2
00
0IG
, CO
LO
R:
78
ST
ER
LIN
G S
ILV
ER
, GR
OU
T T
HIC
KN
ES
S: 1
/8"
KIM
BE
RL
Y G
RA
Y: 8
03
-31
9-7
47
6 K
IMB
ER
LY
@P
AL
ME
TT
OT
ILE
.CO
M
TR
-1S
CH
LU
TE
RJO
LL
YS
AT
IN N
ICK
EL
AN
OD
IZE
DA
LU
MIN
UM
-E
PO
XY
CO
VE
CA
PJO
E T
RU
NC
EL
LIT
O: 7
04
-617
-92
49
JTR
UN
CE
LLIT
O@
SC
HLU
TE
R.C
OM
09
65
19
RE
SIL
IEN
T T
ILE
FL
OO
RIN
G
FR
T-1
FO
RB
OF
LO
TE
X | S
EA
GR
AS
SA
LM
ON
D2
5C
M x 10
0C
M x
5M
M-
VE
RT
IAL
AS
HLA
R; U
SE
MA
NU
FA
CT
UR
ER
'SF
RT
95
0 A
DH
ES
IVE
JOH
N R
OB
ER
T F
OS
TE
R: (8
03
) 40
3-6
44
8,
JOH
N.F
OS
TE
R@
FO
RB
O.C
OM
FR
T-2
FO
RB
OF
LO
TE
X | C
AL
GA
RY
AQ
UA
50
CM
x 50
CM
x5
MM
-M
ON
OL
ITH
IC; U
SE
MA
NU
FA
CT
UR
ER
'SF
RT
95
0 A
DH
ES
IVE
JOH
N R
OB
ER
T F
OS
TE
R: (8
03
) 40
3-6
44
8,
JOH
N.F
OS
TE
R@
FO
RB
O.C
OM
FR
T-3
FO
RB
OF
LO
TE
X | C
AN
YO
NS
EA
FO
AM
50
CM
x 50
CM
-M
ON
OL
ITH
IC; U
SE
MA
NU
FA
CT
UR
ER
'SF
RT
95
0 A
DH
ES
IVE
JOH
N R
OB
ER
T F
OS
TE
R: (8
03
) 40
3-6
44
8,
JOH
N.F
OS
TE
R@
FO
RB
O.C
OM
FR
T-4
FO
RB
OF
LO
TE
X | M
ET
RO
TE
MP
ES
T5
0C
M x 5
0C
M-
MO
NO
LIT
HIC
; US
EM
AN
UF
AC
TU
RE
R'S
FR
T9
50
AD
HE
SIV
E
JOH
N R
OB
ER
T F
OS
TE
R: (8
03
) 40
3-6
44
8,
JOH
N.F
OS
TE
R@
FO
RB
O.C
OM
LV
T-1
INT
ER
FA
CE
TE
XT
UR
ED
WO
OD
GR
AIN
S(A
004
)S
ILV
ER
DU
NE
(A0
04
17
)2
5C
M x 1
00
CM
VE
RT
ICA
L A
SH
LAR
; US
EM
AN
UF
AC
TU
RE
R'S
HM
99
AD
HE
SIV
E
BE
TH
AN
Y W
AT
SO
N: (8
64
) 25
2-5
76
2,
BE
TH
AN
Y.W
AT
SO
N@
INT
ER
FA
CE
.CO
M
RB
-1JO
HN
SO
NIT
E (T
AR
KE
TT
)B
AS
EW
OR
KS
TS
RU
BB
ER
BA
SE
WIT
H T
OE
CH
AR
CO
AL
4"H
X 1
20
' CO
ILA
NA
DIM
EO
: (70
4) 6
22
-87
11
, AN
A.D
IME
O@
LF
ISH
MA
N.C
OM
RB
-2JO
HN
SO
NIT
E (T
AR
KE
TT
)M
ILL
WO
RK
TP
RU
BB
ER
/RE
VE
AL
(MW
-XX
-F6
)C
HA
RC
OA
L6
"HA
NA
DIM
EO
: (70
4) 6
22
-87
11
, AN
A.D
IME
O@
LF
ISH
MA
N.C
OM
TR
S-1
JOH
NS
ON
ITE
(TA
RK
ET
T)
ED
GE
GU
AR
D (E
G-X
X-H
)S
ILV
ER
GR
EY
--
FR
T T
O C
ON
CA
NA
DIM
EO
: (70
4) 6
22
-87
11
, AN
A.D
IME
O@
LF
ISH
MA
N.C
OM
TR
S-2
JOH
NS
ON
ITE
(TA
RK
ET
T)
WH
EE
LE
D T
RA
FF
IC T
RA
NS
ITIO
N(C
TA
-XX
-M)
SIL
VE
R G
RE
Y-
-W
OF
TO
FR
TA
NA
DIM
EO
: (70
4) 6
22
-87
11
, AN
A.D
IME
O@
LF
ISH
MA
N.C
OM
TR
S-3
JOH
NS
ON
ITE
(TA
RK
ET
T)
AD
AP
TO
R (C
TA
-XX
-C)
SIL
VE
R G
RE
Y-
-W
OF
/FR
T/C
PT
TO
EP
XA
NA
DIM
EO
: (70
4) 6
22
-87
11
, AN
A.D
IME
O@
LF
ISH
MA
N.C
OM
09
67
23
RE
SIN
OU
S F
LO
OR
ING
EP
X-1
ST
ON
HA
RD
ST
ON
TE
C U
TF
; LAR
GE
FLA
KE
SG
LAC
IER
PE
AK
1/8
" TH
ICK
; 6"H
CO
VE
D B
AS
EM
AT
TE
(CF
7)
RE
F S
PE
CIF
ICA
TIO
NS
JUS
TIN
CLA
RK
E:7
04
-35
1-3
04
9 JU
ST
IN.C
LAR
KE
@S
TO
NH
AR
D.C
OM
09
68
13
TIL
E C
AR
PE
TIN
G
CP
T-1
INT
ER
FA
CE
AE
RIA
LG
RE
IGE
25
CM
x 10
0C
M-
VE
RT
ICA
L A
SH
LAR
; US
EM
AN
UF
AC
TU
RE
R'S
HM
99
AD
HE
SIV
E
BE
TH
AN
Y W
AT
SO
N: (8
64
) 25
2-5
76
2,
BE
TH
AN
Y.W
AT
SO
N@
INT
ER
FA
CE
.CO
M
WO
F-1
INT
ER
FA
CE
SU
PE
R F
LO
RM
OU
SE
GR
EY
50
CM
x 50
CM
-M
ON
OL
ITH
IC; U
SE
MA
NU
FA
CT
UR
ER
'S H
M9
9B
ET
HA
NY
WA
TS
ON
: (86
4) 2
52
-57
62
,B
ET
HA
NY
.WA
TS
ON
@IN
TE
RF
AC
E.C
OM
09
91
23
INT
ER
IOR
PA
INT
ING
EP
-2P
PG
PIT
T-G
LAZ
E W
B A
CR
YL
ICE
PO
XY
SW
IRL
ING
SM
OK
E (1
00
7-2
)-
SE
MIG
LO
SS
JAN
AN
D R
ES
TR
OO
M N
EU
TR
AL
ST
UA
RT
BR
OW
N:98
0-2
57
-02
97
SS
BR
OW
N@
PP
G.C
OM
EP
-5P
PG
PIT
T-G
LAZ
E W
B A
CR
YL
ICE
PO
XY
CA
TH
ED
RA
L G
LAS
S (1
14
8-5
)-
SE
MIG
LO
SS
RE
ST
RO
OM
AC
CE
NT
ST
UA
RT
BR
OW
N:98
0-2
57
-02
97
SS
BR
OW
N@
PP
G.C
OM
P-1
PP
GD
IAM
ON
D 3
50
INT
ER
IOR
LAT
EX
CO
MM
ER
CIA
L W
HIT
E(1
02
5-1)
-F
LAT
CE
ILIN
G W
HIT
ES
TU
AR
T B
RO
WN
:980
-25
7-0
29
7 S
SB
RO
WN
@P
PG
.CO
M
P-2
PP
GD
IAM
ON
D 3
50
INT
ER
IOR
LAT
EX
SW
IRL
ING
SM
OK
E (1
00
7-2
)-
EG
GS
HE
LL
BU
ILD
ING
NE
UT
RA
LS
TU
AR
T B
RO
WN
:980
-25
7-0
29
7 S
SB
RO
WN
@P
PG
.CO
M
P-3
PP
GD
IAM
ON
D 3
50
INT
ER
IOR
LAT
EX
HO
T S
TO
NE
(10
07
-4)
-E
GG
SH
EL
LN
EU
TR
AL
AC
CE
NT
ST
UA
RT
BR
OW
N:98
0-2
57
-02
97
SS
BR
OW
N@
PP
G.C
OM
P-4
PP
GD
IAM
ON
D 3
50
INT
ER
IOR
LAT
EX
AR
MO
RY
(10
09
-6)
-S
EM
IGL
OS
SH
M D
OO
RS
, DO
OR
FR
AM
ES
AN
D M
UL
LIO
NS
ST
UA
RT
BR
OW
N:98
0-2
57
-02
97
SS
BR
OW
N@
PP
G.C
OM
P-5
PP
GD
IAM
ON
D 3
50
INT
ER
IOR
LAT
EX
CA
TH
ED
RA
L G
LAS
S (1
14
8-5
)-
EG
GS
HE
LL
CO
LO
R A
CC
EN
TS
TU
AR
T B
RO
WN
:980
-25
7-0
29
7 S
SB
RO
WN
@P
PG
.CO
M
P-6
PP
GD
IAM
ON
D 3
50
INT
ER
IOR
LAT
EX
VIN
ING
IVY
(11
48
-6)
-E
GG
SH
EL
LC
OL
OR
AC
CE
NT
ST
UA
RT
BR
OW
N:98
0-2
57
-02
97
SS
BR
OW
N@
PP
G.C
OM
P-7
PP
GD
IAM
ON
D 3
50
INT
ER
IOR
LAT
EX
AD
VE
NT
UR
E (1
151
-6)
-E
GG
SH
EL
LC
OL
OR
AC
CE
NT
ST
UA
RT
BR
OW
N:98
0-2
57
-02
97
SS
BR
OW
N@
PP
G.C
OM
P-8
PP
GD
IAM
ON
D 3
50
INT
ER
IOR
LAT
EX
BL
UE
LAV
A (1
15
5-7
)-
EG
GS
HE
LL
CO
LO
R A
CC
EN
TS
TU
AR
T B
RO
WN
:980
-25
7-0
29
7 S
SB
RO
WN
@P
PG
.CO
M
P-9
PP
GD
IAM
ON
D 3
50
INT
ER
IOR
LAT
EX
OC
EA
NIA
(10
-02
)-
EG
GS
HE
LL
CO
LO
R A
CC
EN
TS
TU
AR
T B
RO
WN
:980
-25
7-0
29
7 S
SB
RO
WN
@P
PG
.CO
M
12
36
00
CO
UN
TE
RT
OP
S
SS
-1D
UP
ON
TC
OR
IAN
SO
LID
SU
RF
AC
ES
EA
FO
AM
1/2
" TH
ICK
MIT
ER
ED
GE
BA
RB
AR
A D
AV
IS: 7
04
-30
1-8
07
8 B
DA
VIS
@C
HB
RIN
GG
S.C
OM
SS
-2D
UP
ON
TC
OR
IAN
SO
LID
SU
RF
AC
EA
SH
CO
NC
RE
TE
1/2
" TH
ICK
MIT
ER
ED
GE
BA
RB
AR
A D
AV
IS: 7
04
-30
1-8
07
8 B
DA
VIS
@C
HB
RIN
GG
S.C
OM
TO
ILE
T P
AR
TIT
ION
S
TP
-1S
CR
AN
TO
N P
RO
DU
CT
SH
INY
HID
ER
SL
INE
N-
OR
AN
GE
PE
EL
--
NT
SID
101
A3
ME
ET
ING
RO
OM
FL
OO
R P
AT
TE
RN
DE
TA
IL T
YP
ICA
L
NT
SID
101
A4
CH
ILD
RE
N'S
AR
EA
FL
OO
R P
AT
TE
RN
DE
TA
IL
NT
SID
101
A5
AD
UL
T/Y
OU
NG
AD
UL
T A
RE
A F
LO
OR
PA
TT
ER
N D
ET
AIL
NT
SID
101
B3
CIR
CU
LA
TIO
N/L
OB
BY
FL
OO
R P
AT
TE
RN
DE
TA
IL
1/2" =
1'-0"ID
101
C4
TO
ILE
T 1
19
EA
ST
TIL
E E
LE
VA
TIO
N
1/2" =
1'-0"ID
101
C3
TO
ILE
T 1
19
NO
RT
H T
ILE
EL
EV
AT
ION
NO
TE
: TO
ILE
T 120 E
LEV
AT
ION
NO
RT
H S
IMILA
R, O
PP
OS
ITE
HA
ND
NO
TE
: TO
ILE
T 120 E
LEV
AT
ION
WE
ST
SIM
ILAR
, OP
PO
SIT
E H
AN
D
NO
.D
AT
ED
ES
CR
IPT
ION
BY
B0
3.2
3.2
02
0C
D P
RIC
ING
SE
T
C0
4.1
3.2
02
0P
LA
N R
EV
IEW
E0
5.2
0.2
02
0B
ID S
ET
F0
6.1
2.2
02
0A
DD
EN
DU
M 0
1
F
400 augusta street, suite 200, greenville, sc 29601 o. 864 242 2033 f. 864 242 2034
mcmillanpazdansmith.com
•
400 augusta street, suite 200, greenville, sc 29601 o. 864 242 2033 f. 864 242 2034
mcmillanpazdansmith.com
•
•
A
WORLD OF DIFFERENCE
FO
RREAL WORLD CONDIT
ION
S
Waterproof i ng Systems
800-882-1896 • www.eproserv.com
Excellent Air Vapor and Moisture Control - Utilising a high performance monolithic membrane.
System Versatility – Ecoflex can be applied to a wide range of substrates (concrete, CMU, block, ICF, wood, dense glass, etc.) on the positive or negative side.
Cost Effective – The material costs and installation speed make this a high value, quality and performance solution.
No Seam Failures – The highly flexible spray applied or fluid applied monolithic membrane bonds tenaciously to almost any substrate and in almost any condition including green concrete and damp block.
Problem Prevention – Along with its excellent elongation and recovery properties, Ecoflex is self sealing thus, preventing any air leakage due to minor penetrations and cracking caused by building movement and shrinkage.
System Description
System III CWB are highly modified fluid applied air barrier products designed for use in above grade cavity wall assemblies. The materials offer application flexibility, high production volumes, exceptional value and performance.
System Components
Ecoflex-S (R) are polymer modified asphalt emulsions, designed to provide an air/moisture vapor barrier in a cavity wall application.
Ecoflex-PS is an acrylic based highly flexible single component emulsions designed to provide a vapor permeable air barrier membrane in a cavity wall application
Ecoflex-F is a self-adhering detail and transition sheet designed to be used in conjunction with the Ecoflex fluid applied membranes to provide a continuous air barrier in the wall assembly.
Additional Information:
Specification Reference - Air Barrier SpecificationDetail Drawings - Reference all AB labeled detailsInstallation Guidelines - Reference 1. Waterproofing Membrane Installation (Vertical). 2. Ecoflex-F Installation.
Product Information - Reference: Ecoflex, Ecoflex-PS, or Ecoflex-F product brochures.
epro • System III AB • Air Barrier / Above Cavity Walls Excellent Strength & Flexibility • Seamless • Exceptional Adhesion • Extremely Durable • Redundant Protection
rev. sys3ab_031011
3
3
2
1
The Components:
DETAIL MEMBRANE ECOFLEX-F
A self adhering 40-mil sheet membrane used to detail around openings, plane changes, penetra-tions and cracks.
For best results use Epro Primer to prepare sub-strate prior to installation.
FIELD MEMBRANE ECOFLEX-S or R
A spray or fluid applied, exceptionally flexible, monolithic membrane.
OPTIONAL DETAIL MEMBRANE ECOLINE-R
With polyester reinforcement fabric may also be used to detail around openings, plane changes, penetrations and cracks.
SYSTEM III-ABA System Designed for cost effective protection
The Installation Steps:
Step 1-Detailing
Treat all cold joints, substrate changes, penetra-tions, door and window openings with self ad-hering Ecoflex-F or Ecoflex-R and polyester mesh.
Step 2-Air Barrier Membrane
Begin the application of ECOFLEX-S from the bottom to the top. Always applying to the foot-er first.
*Spray application should be done in 4 ft. x 4 ft. passes to a 20-mil build on each pass.
Step 2 – OPTIONAL Air Barrier Membrane
ECOFLEX-R may be applied by roller, brush or sprayer to a 40-mil build. Apply two 30-mil coats to achieve a 40-mil finish coat.
SYSTEM III-AB Air Barrier
Rev. SYSTEM III-AB.01.09.08
A
WORLD OF DIFFERENCE
FO
RREAL WORLD CONDIT
ION
S
Waterproof i ng Systems
Step 1
Step 1.1
Step 1.2
Step 2 & 2.11
•
•
•
AIA®
Document A701™
– 2018
Instructions to Bidders
AIA Document A701™ – 2018. Copyright © 1970, 1974, 1978, 1987, 1997 and 2018 by The American Institute of Architects. All rights reserved.
The “American Institute of Architects,” “AIA,” the AIA Logo, and “AIA Contract Documents” are registered trademarks and may not be used
without permission. This draft was produced by AIA software at 17:11:19 ET on 06/09/2020 under Order No.1004823593 which expires on
04/02/2021, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms
of Service. To report copyright violations, e-mail copyright@aia.org.
User Notes: (1465345362)
1
ADDITIONS AND DELETIONS:
The author of this document
has added information
needed for its completion.
The author may also have
revised the text of the
original AIA standard form.
An Additions and Deletions
Report that notes added
information as well as
revisions to the standard
form text is available from
the author and should be
reviewed.
This document has important
legal consequences.
Consultation with an
attorney is encouraged with
respect to its completion
or modification.
FEDERAL, STATE, AND LOCAL
LAWS MAY IMPOSE
REQUIREMENTS ON PUBLIC
PROCUREMENT CONTRACTS.
CONSULT LOCAL AUTHORITIES
OR AN ATTORNEY TO VERIFY
REQUIREMENTS APPLICABLE TO
THIS PROCUREMENT BEFORE
COMPLETING THIS FORM.
It is intended that AIA
Document G612™–2017,
Owner’s Instructions to the
Architect, Parts A and B
will be completed prior to
using this document.
ELECTRONIC COPYING of any
portion of this AIA® Document
to another electronic file is
prohibited and constitutes a
violation of copyright laws
as set forth in the footer of
this document.
for the following Project:
(Name, location, and detailed description)
«Ridgeview Library Renovation and Expansion »
«115 7th Avenue SW »
«Hickory, North Carolina 28601
MPS Project No.: 019451.00 »
THE OWNER: (Name, legal status, address, and other information)
«City of Hickory »« »
«76 North Center Street »
«Hickory, North Carolina 28601 »
« »
THE ARCHITECT: (Name, legal status, address, and other information)
«McMillan Pazdan Smith Architecture »« »
«400 Augusta Street, Suite 200 »
«Greenville, South Carolina 29601 »
« »
TABLE OF ARTICLES 1 DEFINITIONS 2 BIDDER’S REPRESENTATIONS 3 BIDDING DOCUMENTS 4 BIDDING PROCEDURES 5 CONSIDERATION OF BIDS 6 POST-BID INFORMATION 7 PERFORMANCE BOND AND PAYMENT BOND 8 ENUMERATION OF THE PROPOSED CONTRACT DOCUMENTS
AIA Document A701™ – 2018. Copyright © 1970, 1974, 1978, 1987, 1997 and 2018 by The American Institute of Architects. All rights reserved.
The “American Institute of Architects,” “AIA,” the AIA Logo, and “AIA Contract Documents” are registered trademarks and may not be used
without permission. This draft was produced by AIA software at 17:11:19 ET on 06/09/2020 under Order No.1004823593 which expires on
04/02/2021, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms
of Service. To report copyright violations, e-mail copyright@aia.org.
User Notes: (1465345362)
2
ARTICLE 1 DEFINITIONS § 1.1 Bidding Documents include the Bidding Requirements and the Proposed Contract Documents. The Bidding
Requirements consist of the advertisement or invitation to bid, Instructions to Bidders, supplementary instructions to
bidders, the bid form, and any other bidding forms. The Proposed Contract Documents consist of the unexecuted form
of Agreement between the Owner and Contractor and that Agreement’s Exhibits, Conditions of the Contract (General,
Supplementary and other Conditions), Drawings, Specifications, all Addenda, and all other documents enumerated in
Article 8 of these Instructions.
§ 1.2 Definitions set forth in the General Conditions of the Contract for Construction, or in other Proposed Contract
Documents apply to the Bidding Documents.
§ 1.3 Addenda are written or graphic instruments issued by the Architect, which, by additions, deletions, clarifications,
or corrections, modify or interpret the Bidding Documents.
§ 1.4 A Bid is a complete and properly executed proposal to do the Work for the sums stipulated therein, submitted in
accordance with the Bidding Documents.
§ 1.5 The Base Bid is the sum stated in the Bid for which the Bidder offers to perform the Work described in the
Bidding Documents, to which Work may be added or deleted by sums stated in Alternate Bids.
§ 1.6 An Alternate Bid (or Alternate) is an amount stated in the Bid to be added to or deducted from, or that does not
change, the Base Bid if the corresponding change in the Work, as described in the Bidding Documents, is accepted.
§ 1.7 A Unit Price is an amount stated in the Bid as a price per unit of measurement for materials, equipment, or
services, or a portion of the Work, as described in the Bidding Documents.
§ 1.8 A Bidder is a person or entity who submits a Bid and who meets the requirements set forth in the Bidding
Documents.
§ 1.9 A Sub-bidder is a person or entity who submits a bid to a Bidder for materials, equipment, or labor for a portion of
the Work.
ARTICLE 2 BIDDER’S REPRESENTATIONS § 2.1 By submitting a Bid, the Bidder represents that:
.1 the Bidder has read and understands the Bidding Documents;
.2 the Bidder understands how the Bidding Documents relate to other portions of the Project, if any, being
bid concurrently or presently under construction;
.3 the Bid complies with the Bidding Documents;
.4 the Bidder has visited the site, become familiar with local conditions under which the Work is to be
performed, and has correlated the Bidder’s observations with the requirements of the Proposed Contract
Documents;
.5 the Bid is based upon the materials, equipment, and systems required by the Bidding Documents without
exception; and
.6 the Bidder has read and understands the provisions for liquidated damages, if any, set forth in the form of
Agreement between the Owner and Contractor.
ARTICLE 3 BIDDING DOCUMENTS § 3.1 Distribution § 3.1.1 Bidders shall obtain complete Bidding Documents, as indicated below, from the issuing office designated in the
advertisement or invitation to bid, for the deposit sum, if any, stated therein.
(Indicate how, such as by email, website, host site/platform, paper copy, or other method Bidders shall obtain Bidding
Documents.)
« CONTACT MCMILLAN PAZDAN SMITH ARCHITECT FOR COPY OF DOCUMENTS »
§ 3.1.2 Any required deposit shall be refunded to Bidders who submit a bona fide Bid and return the paper Bidding
Documents in good condition within ten days after receipt of Bids. The cost to replace missing or damaged paper
AIA Document A701™ – 2018. Copyright © 1970, 1974, 1978, 1987, 1997 and 2018 by The American Institute of Architects. All rights reserved.
The “American Institute of Architects,” “AIA,” the AIA Logo, and “AIA Contract Documents” are registered trademarks and may not be used
without permission. This draft was produced by AIA software at 17:11:19 ET on 06/09/2020 under Order No.1004823593 which expires on
04/02/2021, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms
of Service. To report copyright violations, e-mail copyright@aia.org.
User Notes: (1465345362)
3
documents will be deducted from the deposit. A Bidder receiving a Contract award may retain the paper Bidding
Documents, and the Bidder’s deposit will be refunded.
§ 3.1.3 Bidding Documents will not be issued directly to Sub-bidders unless specifically offered in the advertisement or
invitation to bid, or in supplementary instructions to bidders.
§ 3.1.4 Bidders shall use complete Bidding Documents in preparing Bids. Neither the Owner nor Architect assumes
responsibility for errors or misinterpretations resulting from the use of incomplete Bidding Documents.
§ 3.1.5 The Bidding Documents will be available for the sole purpose of obtaining Bids on the Work. No license or grant
of use is conferred by distribution of the Bidding Documents.
§ 3.2 Modification or Interpretation of Bidding Documents § 3.2.1 The Bidder shall carefully study the Bidding Documents, shall examine the site and local conditions, and shall
notify the Architect of errors, inconsistencies, or ambiguities discovered and request clarification or interpretation
pursuant to Section 3.2.2.
§ 3.2.2 Requests for clarification or interpretation of the Bidding Documents shall be submitted by the Bidder in writing
and shall be received by the Architect at least seven days prior to the date for receipt of Bids.
(Indicate how, such as by email, website, host site/platform, paper copy, or other method Bidders shall submit requests
for clarification and interpretation.)
«SUBMIT QUESTIONS VIA E-MAIL TO ARCHITECT; QUESTIONS WILL BE ANSWERED IN AN
ADDENDUM TO ALL BIDDERS »
§ 3.2.3 Modifications and interpretations of the Bidding Documents shall be made by Addendum. Modifications and
interpretations of the Bidding Documents made in any other manner shall not be binding, and Bidders shall not rely
upon them.
§ 3.3 Substitutions § 3.3.1 The materials, products, and equipment described in the Bidding Documents establish a standard of required
function, dimension, appearance, and quality to be met by any proposed substitution.
§ 3.3.2 Substitution Process § 3.3.2.1 Written requests for substitutions shall be received by the Architect at least ten days prior to the date for receipt
of Bids. Requests shall be submitted in the same manner as that established for submitting clarifications and
interpretations in Section 3.2.2.
§ 3.3.2.2 Bidders shall submit substitution requests on a Substitution Request Form if one is provided in the Bidding
Documents.
§ 3.3.2.3 If a Substitution Request Form is not provided, requests shall include (1) the name of the material or
equipment specified in the Bidding Documents; (2) the reason for the requested substitution; (3) a complete description
of the proposed substitution including the name of the material or equipment proposed as the substitute, performance
and test data, and relevant drawings; and (4) any other information necessary for an evaluation. The request shall
include a statement setting forth changes in other materials, equipment, or other portions of the Work, including
changes in the work of other contracts or the impact on any Project Certifications (such as LEED), that will result from
incorporation of the proposed substitution.
§ 3.3.3 The burden of proof of the merit of the proposed substitution is upon the proposer. The Architect’s decision of
approval or disapproval of a proposed substitution shall be final.
§ 3.3.4 If the Architect approves a proposed substitution prior to receipt of Bids, such approval shall be set forth in an
Addendum. Approvals made in any other manner shall not be binding, and Bidders shall not rely upon them.
§ 3.3.5 No substitutions will be considered after the Contract award unless specifically provided for in the Contract
Documents.
AIA Document A701™ – 2018. Copyright © 1970, 1974, 1978, 1987, 1997 and 2018 by The American Institute of Architects. All rights reserved.
The “American Institute of Architects,” “AIA,” the AIA Logo, and “AIA Contract Documents” are registered trademarks and may not be used
without permission. This draft was produced by AIA software at 17:11:19 ET on 06/09/2020 under Order No.1004823593 which expires on
04/02/2021, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms
of Service. To report copyright violations, e-mail copyright@aia.org.
User Notes: (1465345362)
4
§ 3.4 Addenda § 3.4.1 Addenda will be transmitted to Bidders known by the issuing office to have received complete Bidding
Documents.
(Indicate how, such as by email, website, host site/platform, paper copy, or other method Addenda will be transmitted.)
« ADDENDA WILL BE SENT OUT VIA NEWFORMA »
§ 3.4.2 Addenda will be available where Bidding Documents are on file.
§ 3.4.3 Addenda will be issued no later than four days prior to the date for receipt of Bids, except an Addendum
withdrawing the request for Bids or one which includes postponement of the date for receipt of Bids.
§ 3.4.4 Prior to submitting a Bid, each Bidder shall ascertain that the Bidder has received all Addenda issued, and the
Bidder shall acknowledge their receipt in the Bid.
ARTICLE 4 BIDDING PROCEDURES § 4.1 Preparation of Bids § 4.1.1 Bids shall be submitted on the forms included with or identified in the Bidding Documents.
§ 4.1.2 All blanks on the bid form shall be legibly executed. Paper bid forms shall be executed in a non-erasable
medium.
§ 4.1.3 Sums shall be expressed in both words and numbers, unless noted otherwise on the bid form. In case of discrepancy,
the amount entered in words shall govern.
§ 4.1.4 Edits to entries made on paper bid forms must be initialed by the signer of the Bid.
§ 4.1.5 All requested Alternates shall be bid. If no change in the Base Bid is required, enter “No Change” or as required
by the bid form.
§ 4.1.6 Where two or more Bids for designated portions of the Work have been requested, the Bidder may, without
forfeiture of the bid security, state the Bidder’s refusal to accept award of less than the combination of Bids stipulated
by the Bidder. The Bidder shall neither make additional stipulations on the bid form nor qualify the Bid in any other
manner.
§ 4.1.7 Each copy of the Bid shall state the legal name and legal status of the Bidder. As part of the documentation
submitted with the Bid, the Bidder shall provide evidence of its legal authority to perform the Work in the jurisdiction
where the Project is located. Each copy of the Bid shall be signed by the person or persons legally authorized to bind the
Bidder to a contract. A Bid by a corporation shall further name the state of incorporation and have the corporate seal
affixed. A Bid submitted by an agent shall have a current power of attorney attached, certifying the agent’s authority to
bind the Bidder.
§ 4.1.8 A Bidder shall incur all costs associated with the preparation of its Bid.
§ 4.2 Bid Security § 4.2.1 Each Bid shall be accompanied by the following bid security:
(Insert the form and amount of bid security.)
« 100% OF VALUE OF BID »
§ 4.2.2 The Bidder pledges to enter into a Contract with the Owner on the terms stated in the Bid and shall, if required,
furnish bonds covering the faithful performance of the Contract and payment of all obligations arising thereunder.
Should the Bidder refuse to enter into such Contract or fail to furnish such bonds if required, the amount of the bid
security shall be forfeited to the Owner as liquidated damages, not as a penalty. In the event the Owner fails to comply
with Section 6.2, the amount of the bid security shall not be forfeited to the Owner.
AIA Document A701™ – 2018. Copyright © 1970, 1974, 1978, 1987, 1997 and 2018 by The American Institute of Architects. All rights reserved.
The “American Institute of Architects,” “AIA,” the AIA Logo, and “AIA Contract Documents” are registered trademarks and may not be used
without permission. This draft was produced by AIA software at 17:11:19 ET on 06/09/2020 under Order No.1004823593 which expires on
04/02/2021, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms
of Service. To report copyright violations, e-mail copyright@aia.org.
User Notes: (1465345362)
5
§ 4.2.3 If a surety bond is required as bid security, it shall be written on AIA Document A310™, Bid Bond, unless
otherwise provided in the Bidding Documents. The attorney-in-fact who executes the bond on behalf of the surety shall
affix to the bond a certified and current copy of an acceptable power of attorney. The Bidder shall provide surety bonds
from a company or companies lawfully authorized to issue surety bonds in the jurisdiction where the Project is located.
§ 4.2.4 The Owner will have the right to retain the bid security of Bidders to whom an award is being considered until
(a) the Contract has been executed and bonds, if required, have been furnished; (b) the specified time has elapsed so that
Bids may be withdrawn; or (c) all Bids have been rejected. However, if no Contract has been awarded or a Bidder has not
been notified of the acceptance of its Bid, a Bidder may, beginning« »days after the opening of Bids, withdraw its Bid
and request the return of its bid security.
§ 4.3 Submission of Bids § 4.3.1 A Bidder shall submit its Bid as indicated below:
(Indicate how, such as by website, host site/platform, paper copy, or other method Bidders shall submit their Bid.)
« REFER TO CITY OF HICKORY INVITATION TO BID AND CONTRACT FOR MORE INFORMATION. »
§ 4.3.2 Paper copies of the Bid, the bid security, and any other documents required to be submitted with the Bid shall be
enclosed in a sealed opaque envelope. The envelope shall be addressed to the party receiving the Bids and shall be
identified with the Project name, the Bidder’s name and address, and, if applicable, the designated portion of the Work
for which the Bid is submitted. If the Bid is sent by mail, the sealed envelope shall be enclosed in a separate mailing
envelope with the notation “SEALED BID ENCLOSED” on the face thereof.
§ 4.3.3 Bids shall be submitted by the date and time and at the place indicated in the invitation to bid. Bids submitted
after the date and time for receipt of Bids, or at an incorrect place, will not be accepted.
§ 4.3.4 The Bidder shall assume full responsibility for timely delivery at the location designated for receipt of Bids.
§ 4.3.5 A Bid submitted by any method other than as provided in this Section 4.3 will not be accepted.
§ 4.4 Modification or Withdrawal of Bid § 4.4.1 Prior to the date and time designated for receipt of Bids, a Bidder may submit a new Bid to replace a Bid
previously submitted, or withdraw its Bid entirely, by notice to the party designated to receive the Bids. Such notice
shall be received and duly recorded by the receiving party on or before the date and time set for receipt of Bids. The
receiving party shall verify that replaced or withdrawn Bids are removed from the other submitted Bids and not
considered. Notice of submission of a replacement Bid or withdrawal of a Bid shall be worded so as not to reveal the
amount of the original Bid.
§ 4.4.2 Withdrawn Bids may be resubmitted up to the date and time designated for the receipt of Bids in the same
format as that established in Section 4.3, provided they fully conform with these Instructions to Bidders. Bid security
shall be in an amount sufficient for the Bid as resubmitted.
§ 4.4.3 After the date and time designated for receipt of Bids, a Bidder who discovers that it made a clerical error in its
Bid shall notify the Architect of such error within two days, or pursuant to a timeframe specified by the law of the
jurisdiction where the Project is located, requesting withdrawal of its Bid. Upon providing evidence of such error to the
reasonable satisfaction of the Architect, the Bid shall be withdrawn and not resubmitted. If a Bid is withdrawn pursuant
to this Section 4.4.3, the bid security will be attended to as follows:
(State the terms and conditions, such as Bid rank, for returning or retaining the bid security.)
« »
ARTICLE 5 CONSIDERATION OF BIDS § 5.1 Opening of Bids If stipulated in an advertisement or invitation to bid, or when otherwise required by law, Bids properly identified and
received within the specified time limits will be publicly opened and read aloud. A summary of the Bids may be made
available to Bidders.
AIA Document A701™ – 2018. Copyright © 1970, 1974, 1978, 1987, 1997 and 2018 by The American Institute of Architects. All rights reserved.
The “American Institute of Architects,” “AIA,” the AIA Logo, and “AIA Contract Documents” are registered trademarks and may not be used
without permission. This draft was produced by AIA software at 17:11:19 ET on 06/09/2020 under Order No.1004823593 which expires on
04/02/2021, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms
of Service. To report copyright violations, e-mail copyright@aia.org.
User Notes: (1465345362)
6
§ 5.2 Rejection of Bids Unless otherwise prohibited by law, the Owner shall have the right to reject any or all Bids.
§ 5.3 Acceptance of Bid (Award) § 5.3.1 It is the intent of the Owner to award a Contract to the lowest responsive and responsible Bidder, provided the
Bid has been submitted in accordance with the requirements of the Bidding Documents. Unless otherwise prohibited by
law, the Owner shall have the right to waive informalities and irregularities in a Bid received and to accept the Bid
which, in the Owner’s judgment, is in the Owner’s best interests.
§ 5.3.2 Unless otherwise prohibited by law, the Owner shall have the right to accept Alternates in any order or
combination, unless otherwise specifically provided in the Bidding Documents, and to determine the lowest responsive
and responsible Bidder on the basis of the sum of the Base Bid and Alternates accepted.
ARTICLE 6 POST-BID INFORMATION § 6.1 Contractor’s Qualification Statement Bidders to whom award of a Contract is under consideration shall submit to the Architect, upon request and within the
timeframe specified by the Architect, a properly executed AIA Document A305™, Contractor’s Qualification
Statement, unless such a Statement has been previously required and submitted for this Bid.
§ 6.2 Owner’s Financial Capability A Bidder to whom award of a Contract is under consideration may request in writing, fourteen days prior to the
expiration of the time for withdrawal of Bids, that the Owner furnish to the Bidder reasonable evidence that financial
arrangements have been made to fulfill the Owner’s obligations under the Contract. The Owner shall then furnish such
reasonable evidence to the Bidder no later than seven days prior to the expiration of the time for withdrawal of Bids.
Unless such reasonable evidence is furnished within the allotted time, the Bidder will not be required to execute the
Agreement between the Owner and Contractor.
§ 6.3 Submittals § 6.3.1 After notification of selection for the award of the Contract, the Bidder shall, as soon as practicable or as
stipulated in the Bidding Documents, submit in writing to the Owner through the Architect:
.1 a designation of the Work to be performed with the Bidder's own forces;
.2 names of the principal products and systems proposed for the Work and the manufacturers and suppliers
of each; and
.3 names of persons or entities (including those who are to furnish materials or equipment fabricated to a
special design) proposed for the principal portions of the Work.
§ 6.3.2 The Bidder will be required to establish to the satisfaction of the Architect and Owner the reliability and
responsibility of the persons or entities proposed to furnish and perform the Work described in the Bidding Documents.
§ 6.3.3 Prior to the execution of the Contract, the Architect will notify the Bidder if either the Owner or Architect, after
due investigation, has reasonable objection to a person or entity proposed by the Bidder. If the Owner or Architect has
reasonable objection to a proposed person or entity, the Bidder may, at the Bidder’s option, withdraw the Bid or submit
an acceptable substitute person or entity. The Bidder may also submit any required adjustment in the Base Bid or
Alternate Bid to account for the difference in cost occasioned by such substitution. The Owner may accept the adjusted
bid price or disqualify the Bidder. In the event of either withdrawal or disqualification, bid security will not be forfeited.
§ 6.3.4 Persons and entities proposed by the Bidder and to whom the Owner and Architect have made no reasonable
objection must be used on the Work for which they were proposed and shall not be changed except with the written
consent of the Owner and Architect.
ARTICLE 7 PERFORMANCE BOND AND PAYMENT BOND § 7.1 Bond Requirements § 7.1.1 If stipulated in the Bidding Documents, the Bidder shall furnish bonds covering the faithful performance of the
Contract and payment of all obligations arising thereunder.
AIA Document A701™ – 2018. Copyright © 1970, 1974, 1978, 1987, 1997 and 2018 by The American Institute of Architects. All rights reserved.
The “American Institute of Architects,” “AIA,” the AIA Logo, and “AIA Contract Documents” are registered trademarks and may not be used
without permission. This draft was produced by AIA software at 17:11:19 ET on 06/09/2020 under Order No.1004823593 which expires on
04/02/2021, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms
of Service. To report copyright violations, e-mail copyright@aia.org.
User Notes: (1465345362)
7
§ 7.1.2 If the furnishing of such bonds is stipulated in the Bidding Documents, the cost shall be included in the Bid. If
the furnishing of such bonds is required after receipt of bids and before execution of the Contract, the cost of such bonds
shall be added to the Bid in determining the Contract Sum.
§ 7.1.3 The Bidder shall provide surety bonds from a company or companies lawfully authorized to issue surety bonds
in the jurisdiction where the Project is located.
§ 7.1.4 Unless otherwise indicated below, the Penal Sum of the Payment and Performance Bonds shall be the amount of
the Contract Sum.
(If Payment or Performance Bonds are to be in an amount other than 100% of the Contract Sum, indicate the dollar
amount or percentage of the Contract Sum.)
«100% »
§ 7.2 Time of Delivery and Form of Bonds § 7.2.1 The Bidder shall deliver the required bonds to the Owner not later than three days following the date of
execution of the Contract. If the Work is to commence sooner in response to a letter of intent, the Bidder shall, prior to
commencement of the Work, submit evidence satisfactory to the Owner that such bonds will be furnished and delivered
in accordance with this Section 7.2.1.
§ 7.2.2 Unless otherwise provided, the bonds shall be written on AIA Document A312, Performance Bond and Payment
Bond.
§ 7.2.3 The bonds shall be dated on or after the date of the Contract.
§ 7.2.4 The Bidder shall require the attorney-in-fact who executes the required bonds on behalf of the surety to affix to
the bond a certified and current copy of the power of attorney.
ARTICLE 8 ENUMERATION OF THE PROPOSED CONTRACT DOCUMENTS § 8.1 Copies of the proposed Contract Documents have been made available to the Bidder and consist of the following
documents:
.1 AIA Document A101™–2017, Standard Form of Agreement Between Owner and Contractor, unless
otherwise stated below.
(Insert the complete AIA Document number, including year, and Document title.)
« »
.2 AIA Document A101™–2017, Exhibit A, Insurance and Bonds, unless otherwise stated below.
(Insert the complete AIA Document number, including year, and Document title.)
« »
.3 AIA Document A201™–2017, General Conditions of the Contract for Construction, unless otherwise
stated below.
(Insert the complete AIA Document number, including year, and Document title.)
« »
.4 AIA Document E203™–2013, Building Information Modeling and Digital Data Exhibit, dated as
indicated below:
(Insert the date of the E203-2013.)
« »
.5 Drawings
AIA Document A701™ – 2018. Copyright © 1970, 1974, 1978, 1987, 1997 and 2018 by The American Institute of Architects. All rights reserved.
The “American Institute of Architects,” “AIA,” the AIA Logo, and “AIA Contract Documents” are registered trademarks and may not be used
without permission. This draft was produced by AIA software at 17:11:19 ET on 06/09/2020 under Order No.1004823593 which expires on
04/02/2021, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms
of Service. To report copyright violations, e-mail copyright@aia.org.
User Notes: (1465345362)
8
Number Title Date
.6 Specifications
Section Title Date Pages
.7 Addenda:
Number Date Pages
.8 Other Exhibits:
(Check all boxes that apply and include appropriate information identifying the exhibit where required.)
[ « » ] AIA Document E204™–2017, Sustainable Projects Exhibit, dated as indicated below:
(Insert the date of the E204-2017.)
« »
[ « » ] The Sustainability Plan:
Title Date Pages
[ « » ] Supplementary and other Conditions of the Contract:
Document Title Date Pages
.9 Other documents listed below:
(List here any additional documents that are intended to form part of the Proposed Contract
Documents.)
« »
Recommended