63
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

SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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

jtpennington
Rectangle
Page 2: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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”;

Page 3: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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.

Page 4: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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.

Page 5: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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.

Page 6: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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

jtpennington
Cloud
jtpennington
Cloud
jtpennington
Cloud
Page 7: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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

jtpennington
Cloud
Page 8: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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

jtpennington
Cloud
Page 9: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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

Page 10: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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 [email protected] 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: ____________________________

jtpennington
Cloud
Page 11: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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

jtpennington
Cloud
Page 12: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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.

Page 13: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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

Page 14: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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

Page 15: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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.

Page 16: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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,

Page 17: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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,

Page 18: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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.

Page 19: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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.

Page 20: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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.

Page 21: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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.

Page 22: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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.

Page 23: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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.

Page 24: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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.

Page 25: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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

Page 26: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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

jtpennington
Cloud
Page 27: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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

jtpennington
Cloud
Page 28: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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

Page 29: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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.

Page 30: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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.

Page 31: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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.

Page 32: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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.

jtpennington
Cloud
jtpennington
Text Box
ADDENDUM 01
Page 33: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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.

Page 34: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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.

Page 35: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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.

Page 36: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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

Page 37: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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:

jtpennington
Cloud
jtpennington
Cloud
Page 38: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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:

Page 39: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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

jtpennington
Cloud
Page 40: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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.

Page 41: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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

jtpennington
Cloud
jtpennington
Text Box
Addendum 01
Page 42: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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

jtpennington
Cloud
jtpennington
Text Box
Addendum 01
Page 43: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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

Page 44: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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

Page 45: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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

Page 46: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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

Page 47: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary
Page 48: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary
Page 49: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary
Page 50: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary
Page 51: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary
Page 52: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

400 augusta street, suite 200, greenville, sc 29601 o. 864 242 2033 f. 864 242 2034

mcmillanpazdansmith.com

Page 53: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

400 augusta street, suite 200, greenville, sc 29601 o. 864 242 2033 f. 864 242 2034

mcmillanpazdansmith.com

Page 54: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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

Page 55: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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

Page 56: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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 [email protected].

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

Page 57: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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 [email protected].

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

Page 58: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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 [email protected].

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.

Page 59: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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 [email protected].

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.

Page 60: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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 [email protected].

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.

Page 61: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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 [email protected].

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.

Page 62: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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 [email protected].

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

Page 63: SECTION 00 91 13 ADDENDA 01 PART 1 GENERAL PROJECT … · PART 1 GENERAL. 1.01. RELATED DOCUMENTS. A. Drawings and general provisions of the Contract, including General and Supplementary

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 [email protected].

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.)

« »