40
Hunter Elementary Guilford County Public Schools 10/16/15 CM 00 00 00 – Addenda 6 Page 1 of 40 ADDENDA SIX Guilford County Public Schools Hunter Elementary The bid opening is October 29, 2015, @ 2:00 PM Bids will open at same location: 501 West Washington St. Room 100, Greensboro, NC 27401 ARCHITECT’S PROJECT NUMBER 1419 CM@R PROJECT NUMBER 41015001 OWNER Guilford County Board of Education Guilford County Public Schools 712 N. Eugene Street Greensboro, NC 27402 CONSTRUCTION MANAGER Metcon, Inc. | WC Construction Co. – a Joint Venture 3100 Smoketree Court, Suite 215 Raleigh, NC 27604 Telephone: 919-322-2220 Fax: 919-322-2222 www.metconus.com ARCHITECT Boomerang Design 1230 W. Morehead St., Suite 214 Charlotte, North Carolina 28208 Telephone: 704-731-7000 Fax: 704-731-7095 www.thinkboomerang.com

ADDENDA SIX - Guilford County Schoolspurchasing.gcsnc.com/RFQAttachments/ADDENDA6-finaladdenda10_16_15.pdfADDENDA SIX . Guilford County ... experience from past projects with Guildford

  • Upload
    lytruc

  • View
    220

  • Download
    0

Embed Size (px)

Citation preview

Hunter Elementary Guilford County Public Schools

10/16/15 CM 00 00 00 – Addenda 6 Page 1 of 40

ADDENDA SIX

Guilford County Public Schools Hunter Elementary

The bid opening is October 29, 2015, @ 2:00 PM

Bids will open at same location: 501 West Washington St. Room 100, Greensboro, NC 27401

ARCHITECT’S PROJECT NUMBER 1419 CM@R PROJECT NUMBER 41015001 OWNER Guilford County Board of Education Guilford County Public Schools 712 N. Eugene Street Greensboro, NC 27402 CONSTRUCTION MANAGER Metcon, Inc. | WC Construction Co. – a Joint Venture 3100 Smoketree Court, Suite 215 Raleigh, NC 27604 Telephone: 919-322-2220 Fax: 919-322-2222 www.metconus.com ARCHITECT Boomerang Design 1230 W. Morehead St., Suite 214 Charlotte, North Carolina 28208 Telephone: 704-731-7000 Fax: 704-731-7095 www.thinkboomerang.com

New Hunter Elementary School Guilford County School System

October 16, 2015 Addenda 6 Summary P a g e | 1

ADDENDA SIX Construction Management

Bid Forms and Contract Information

Prepared by Metcon | WC Construction – a Joint Venture

GUILFORD COUNTY PUBLIC SCHOOLS Hunter Elementary

TO ALL INTERESTED PARTIES & TO ALL CONTRACTORS BIDDING THE ABOVE PROJECT:

The following changes, additions and/or clarifications to the CONTRACT DOCUMENTS and BID MANUAL, are hereby made a part of the original documents. Added - Bid Check List Added – Revised Bid Forms – bid date only Revised – List of Bid Packages – combined BP 03A & 03B, Deleted BP-10I Equipment Screens and moved scope to combined with BP-23A HVAC. Revised – Project Milestone Schedule Section, updated dates & detailed Master Schedule Revised – CM 00 60 00 Updated list of Project Documents with Addenda. All Contractors (Bidders) shall acknowledge receipt of this Addendum by notation in the space provided on the Bid Proposal Form.

Item No. CM-1: ADD to BP-09F, PAINTING

XX. All stenciling of fire walls shall be included and installed as directed by the Architect and the Fire Marshall.

Item No. CM-2: ADD to BP- 03A, CONCRETE

XX. Subcontractor shall include the painting of all structural steel column base plates and bottoms up to finish floor elevation with an approved asphaltic paint prior to backfilling.

Item No. CM-3: ADD to BP – 23A, HVAC – ATTENTION!

XX. BP-23A HVAC to include specification section 10 82 10- Equipment Screens in their proposal and bid price.

Item No. CM-4: DELETE from BP-31-A Earthwork & Grading – Allowance for UST Delete: Addenda 2, Item CM-9 from BP-31 A, $20,000 UST allowance. ADD to BP- 02B, Structural Demolition

This scope is to include an allowance of $20,00.00 for the coordination and removal of the underground storage tank located in of the front of the existing school. (THIS ITEM WAS ADDED PER ADDENDUM.

New Hunter Elementary School Guilford County School System

October 16, 2015 Addenda 6 Summary P a g e | 2

Item No. CM-5: Questions and Answers Section of Contract Documents See pages 1-2 of Addenda 6 Q&A.

End of Addenda Six.

Hunter Elementary SchoolGreensboro, NCNew Hunter Elementary School Subcontractor Bid Questions

Date Item Addendum Bid Pkg. Bidder Name/Questions Status Response Responder Date Issued

9/29/2015 78 6 #07B Roofing Can you please verify that the roofing has only 60 days to complete?That is not near enough time, even more so with cold adhesive for both base and cap sheet.

Metcon This item will be clarified in Addenda #6. Metcon 10/7/2015

9/29/2015 79 6 #07B Roofing Also, could you please clarify how the insulation and cover board is to be attached.?What is specified using cold asphalt adhesive is not correct. It should be mechanically attach the first layer and foam adhere the remaining layers and cover board or mechanically attach all layers of Iso insulation and adhere the cover board.

Boomerang 1.      Section 07 52 16 – SBS Modified Bituminous Membrane Roofing          Delete all reference to a "Cold Adhesive Application".  System shall consist of mechanically fastened insulation and fully hot‐mopped asphalt system of cover board and 20/30 SBS modified membranes as specified.            "Siplast Paradiene 20/30 FR" is the basis of design, with other approved mfrs indicated. System shall be provided and warranted per manufacturer requirements. 

Boomerang 10/5/2015

10/1/2015 80 6 #21A Fire Supression In specification section 21 11 00 (1.3)(C) (4) and on drawing FP1.1, the Fire Protection System Notes call for a maximum sprinkler head spacing of 120 square feet for offices and light hazard areas; NFPA 13 allows 225 square feet for light hazard occupancies. Sprinkler heads shown on the fire protection reference drawings exceed 120 square feet in some areas and are over spaced in other areas. Is it acceptable to utilize max head spacing per NFPA 13 or will 120 square feet be the max for light hazard areas on this project?

Boomerang At this time there is no answer, bid per specifications. 

10/1/2015 81 6 #21A Fire Supression Specification section 21 11 00 (2.3) (A) (B) Steel Pipe and Fittings references Standard Weight Steel  Pipe for threaded and grooved applications; It is our experience from past projects with Guildford County Schools that schedule 10 pipe can be utilized. Will schedule 10 pipe be allowed or are we to utilize schedule 40 pipe for this project?

Boomerang At this time there is no answer, bid per specifications. 

10/1/2015 82 6 #21A Fire Supression Specification Section 21 11 00 (2.4) permits the use of flexible connections; This is in conflict with the Project Manual as shown on page 11 item 11 “No flex piping is permitted”. Will the use of flexible connection be acceptable for sprinkler drops in lieu of hard pipe drops for this project?

Boomerang Yes, flex piping connections will be permitted and the spececifications will be revised.

Metcon 10/16/2015

10/1/2015 83 6 #21A Fire Supression The Fire Protection drawings show the building being protected with one sprinkler system. The building is 88,000+ square feet. NFPA 13 only allows a maximum 52,000 square feet for one system; Two systems/zones will be required for this project.

Boomerang At this time there is no answer, bid per specifications. 

9/21/2015 84 6 #09F Painting Will the painters scope include color coding of MEP pipes or ducts? Also, will the painters be responsible for stenciling fire rated walls/ceilings? Thank you in advance for the clarification.

Metcon All color coding of PME equipment is included in the PM&E bid packages. The stenciling of the fire walls will be in BP #09F Painting. 

Metcon 10/7/2015

9/25/2015 85 6 #32A Asphalt Paving & #32B Site Concrete

• Are the concrete sidewalks, including the ones directly behind curb & gutter, included in this package?

Metcon All concrete walks are in BP #32B Site Concrete.

Metcon 10/7/2015

Addendum #6  October 16, 2015  1  of  2

Hunter Elementary SchoolGreensboro, NCNew Hunter Elementary School Subcontractor Bid Questions

Date Item Addendum Bid Pkg. Bidder Name/Questions Status Response Responder Date Issued

9/25/2015 86 6 #32A Asphalt Paving & #32B Site Concrete

• The only two areas I see where the heavy duty concrete pavement is used is where the fire lane connects to the drive aisles behind the new school. Is this correct?

Metcon Heavy duty concrete paving shall be as per the contract documents.

Metcon 10/7/2015

9/25/2015 87 6 #32A Asphalt Paving & #32B Site Concrete

• Who is responsible for the dumpster pad and the generator pad? Metcon The dumpster, generator and other concrete pads are provided by BP #32B Site Concrete. 

Metcon 10/7/2015

9/25/2015 88 6 #32A Asphalt Paving & #32B Site Concrete

• Who is responsible for the gravel walking track? Metcon The gravel walk path is provided by BP #32B Site Concrete.

Metcon 10/7/2015

9/25/2015 89 6 #32A Asphalt Paving & #32B Site Concrete

• Who is responsible for the bollards, both at Center Street and elsewhere as needed?

Metcon The bollards are provided by BP #05B Misc. Steel and installed by BP #32B Site Concrete.

Metcon 10/7/2015

9/25/2015 90 6 #32A Asphalt Paving & #31A Earthwork

• How close to finished subgrade will the grading contractor be required to complete?

Metcon Reference BP #31A Earthwork, page 3 item 10. Finish elevation for rough grading to be +‐ 0.1' based on the contract documents.

Metcon 10/7/2015

9/25/2015 91 6 #32A Asphalt Paving  • Will there be an asphalt adjustment clause in the contract? Metcon No Metcon 10/8/2015

Addendum #6  October 16, 2015  2  of  2

BID PREPARATION & TURN-IN CHECK LIST for HUNTER ELEMENTARY REPLACEMENT SCHOOL

DO NOT SUBMIT THIS PAGE WITH THE BID FORM

PROJECT: HUNTER ELEMENTARY Review of Items in the Bid Documents you will need to turn in a bid,

� Bid Envelope with Bidder’s Name, Bid Package # and name of Bid Package – sealed � Mail or Fed-Ex to Metcon address prior to bid date, last delivery in Raleigh by 10 AM, 10/29. � HAND DELIVERED REQUIRED to 501 West Washington St, Greensboro

ALL BIDS MUST BE RECEIVED BY 2:00 PM

� Bid Form, Bid Manual, CM 00 15 00 Addenda 6 version, � Acknowledge the Addenda 1-6 (Available at ISQFT website #5171729 or Metcon website) � Bid Bond (if required- bid >$300,000) � Performance & Payment bond costs are in the Base Bid (required if bid > $300,000 or if

listed on Bid Package list CM 00 25 00). � Allowance Cost, as applicable, are in the Base Bid. � Identification of MWBE Participation Form, CM 00 15 00 A � Affidavit A – Sections 1-3

*Note Section 3.A. requires documentation of Good Faith Efforts to be turned in with bid

� Or Affidavit B – Intent to Perform Contract with Own Forces

Reminders for Bidders:

� Your bid reflects all contract documents – Plans, Specs, Bid Manual, Schedule, Scope of Work in bid manual, Safety, etc.

� If you are a 2nd tier sub or vendor – your bids should go to the 1st tier Prequalified bidders. � Your Bid Proposal accepts all Scope of Work items and contract documents. � Your Bid Proposal does not modify the bid form or apply conditions to the bid.

Hunter Elementary Guilford County Public Schools

October 29, 2015 CM 00 25 00 – Addenda 6 Page | 1

List of Bid Packages & Bid Opening Schedule Hunter Elementary School – October 29, 2015 at 2:00 PM, all bids opening at 2:00 pm

Bid Package

Scope of Work

Preliminary Budget.

P&P Bond Required

00A - Surveying Site Control and Building Layout $20,000 No 01A - General Trades Misc. Site Labor - Daily Cleaning $64,000 No 01B - Final Cleaning Final Cleaning $45,000 No 02A - Abatement Existing Building Abatement Asbestos $125,000 No 02B - Structural Demolition Building, Foundations, and Hardscapes and Site work $360,000 YES 03A - Concrete Concrete Footings, Foundations and Slab on Grade $710,000 YES 04A - Masonry Masonry, Bituminous Damproofing & Rigid Insulation $1,765,000 YES 05A - Structural Steel Structural steel, Joists, Decking $1,070,000 YES 05B - Miscellaneous Steel Miscellaneous Steel, Stairs, Rails $18,000 No 07A - Caulking Caulking & Sealants $32,500 No 07B - Roofing SBS-Modified Bituminous Membrane, Metal Roofing,

metal wall panels/fascia/soffit, thermal insulation, tubular skylights

$850,000 YES

08A - Aluminum & Glass Storefront, Windows, Curtain Wall, Interior glazing @ doors, Bi-Fold wall systems

$480,000 YES

08B – Overhead Doors Overhead doors, hardware $8,000 No 08C - Doors/Frames/Hdw HM Frames, Hollow metal & wood doors, hardware $289,500 No 09A - Drywall Metal studs, insulation, drywall, sheathing, FRP in

Kitchen $202,000 No

09B - Tiling Ceramic, Quarry, Glazed tile, Window Sills $86,000 No 09C - Acoustical Acoustical ceilings $165,000 No 09D – Acoustical Wall Panels Acoustical Wall Panels $22,000 No 09E - Resilient & Carpet Resilient, carpet, resilient athletic sheet floor & all base $210,000 No 09F - Painting Painting & High Performance Coatings $139,000 No 10A - Specialties Visual display Surfaces, corner guards, metal lockers,

metal shelving, wood shelving, TV brackets, Kiln, Flagpole

$97,000 No

10B - Toilet Partitions Toilet Partitions & Accessories, Install Owner Supplied Eqp.

$51,000 No

10C - Signage Signage, Post & Panel signage, Illuminated Directories $25,000 No 10D - Operable Partitions Operable partition & Accordion Folding Partition $68,000 No 10E - Protective Covers Pre-manufactured canopies $145,000 No 10F – Gym Equipment Gym Equipment & Installation $9,000 No 10G – Residential Appliances Residential Appliances- Furnish & Install $15,000 No 10H – Fire Ext. & Cabinets Fire Extinguishers & Cabinets $5,000 No 11A - Food Service Equip Food service equipment $267,000 YES 12A - Window Treatment Blinds and shades $15,000 No 12C – Manuf. Casework Manufactured Plastic-Laminate Casework & Display

Casework and Architectural Casework $307,000 Yes

21A – Fire Suppression Pipe Fire Suppression Piping $246,000 No 22A - Plumbing Plumbing & Gas Piping $785,000 YES 23A - HVAC HVAC, Equipment Rooftop Screens &HVAC Controls $1,650,000 YES 23B - HVAC Test & Balancing HVAC Testing & Balancing $20,000 No 26A - Electrical Electrical & Fire Alarm $1,140,000 YES 27A – Tech. Infrastructure Technology Infrastructure & Structured Cabling $150,000 No 27B – Integrated Comm. Technology Integrated Communications $75,000 No 27C – Security Technology Security Systems $20,000 No

Hunter Elementary Guilford County Public Schools

October 29, 2015 CM 00 25 00 – Addenda 6 Page | 2

31A - Earthwork & Grading 31B – Termite Control

Grading, storm drains, Storm Utility Piping, Erosion control, temp gravel roads, and selective site demolition Under slab termite protection

$1,325,000 YES

32A – Asphalt/Conc. Paving Asphalt, curb/gutter, heavy duty concrete paving $435,500 YES 32B - Site Concrete Sidewalks $110,000 No 32C – Decorative Fences Decorative Fences & Gates $85,000 No 32D – Turfs & Grass Turfs and Grass Sod & Seeding $45,000 No 32E - Plantings Plants $45,000 No 32F – Playground Eqp. Playground Equipment, Design & Installation $75,000 No 33A – Site Utilities Piping Site Facility Water and Sanitary distribution piping $435,500 YES

Hunter Elementary Guilford County Public Schools

October 29, 2015 CM 00 15 00 Page 1 of 10

Bid Proposal Forms

Guilford County Public Schools – Hunter Elementary

Bid Date: Thursday, October 29, 2015 for all Bid Packages, starting at 2:00 PM Opening at: GCS Purchasing Department, 501 West Washington Street, Greensboro, NC 27401 BID PACKAGE # AND TITLE: -

BID PROPOSAL OF: (Hereinafter call “BIDDER”) (Name of Firm)

A(N) organized and existing under the laws of the State of _____. (Corporation, Partnership or Individual)

BIDDER’S NORTH CAROLINA STATE LICENSE NUMBER:

ADDRESSED TO: Metcon Inc., | WC Construction Co. – a Joint Venture Attention: Steven Price

3100 Smoketree Court, Suite 215 Raleigh, NC 27604 (919) 322-2220

The bidder, in compliance with the Instruction to Bidders for the above referenced project and Bid Package, having examined the complete contract documents including plans and specifications prepared by Boomerang Design and their consulting engineers dated July 16, 2015, the Bid Manual prepared by Metcon – WC Construction – a JV, dated August 16, 2015, and all addenda issued by Boomerang Design, and being familiar with the site of the proposed work, schedule requirements, and with all of the conditions surrounding the construction of the proposed project, including availability of materials and labor, hereby proposes to furnish all labor, materials, engineering, permits, fees, taxes, insurance, bonds if required, scaffolding, hoisting, tools, equipment, machinery, rentals, transportation, supervision, clean-up, and safety measures to perform all work and furnish all services necessary to provide the entire scope of work indicated in this Bid Package and Exhibit A – Scope of Work, for the prices indicated on this Form of Proposal. These prices are to cover all expenses incurred in performing the work required for this Bid Package Scope of Work including all alternates and allowances.

- ALL BIDS WILL BE OPENED STARTING AT 2:00 PM – The Bidder acknowledges that he/she has read and familiarized him or herself with the Minority and Woman Business Enterprise Program, Section 00 38 00, and further agrees to fully incorporate and participate with this program. The Bidder has also completed and attached to this bid proposal, the required forms entitled either: “Affidavit A – List of Good Faith Efforts”-with backup or “Affidavit B – Intent to Self-Perform”

Hunter Elementary Guilford County Public Schools

October 29, 2015 CM 00 15 00 Page 2 of 10

The Bidder agrees, that if a written notice of acceptance of the bid is mailed or delivered to the undersigned within ninety (90) days after the proposal due date, to enter into a Subcontract Agreement with the Construction Manager for the bid amount indicated in the appropriate spaces on this form, which is based upon the information contained in the plans and specifications, addenda, the Bid Manual, and the Scope of Work defined in Exhibit A – Scope of Work, and including work that might be considered a part of this trade’s standard scope of work, but is not specifically indicated herein. The bidder further agrees to, within ten (10) calendar days, deliver to the Construction Manager a contract properly executed, insurance certificates, and if required, a Performance and Labor & Material Payment Bonds. After Bid Proposals are received, tabulated, and evaluated by the Construction Manager, and the successful Bidder for each Bid package has been determined, said Bidder agrees to meet immediately with the Construction Manager for purposes of determining that the Bidder has included a complete scope of work in their proposal. For purposes of these meetings, the Bidder agrees to provide herein a complete, detailed cost breakdown, a list of all Sub-Subcontractors, a list of all Suppliers, a schedule of anticipated manpower, a list of all items, materials and their manufacturers proposed for use in the work as required by the Construction Manager. The Bidder acknowledges receipt of the following Addenda issued by the Construction Manager:

Addendum No. Dated: Addendum No. Dated:

Addendum No. Dated: Addendum No. Dated:

Addendum No. Dated: Addendum No. Dated:

Addendum No. Dated: Addendum No. Dated:

BASE BID

The undersigned agrees to perform the entire Scope of Work for this Bid package, as described in the Contract Documents, Addenda, and Bid Manual, for the Lump Sum of:

Dollars,

($ ). Show amount in both words and figures, in case of discrepancy, the amount shown in words shall govern.

BID BOND Enclosure: Bid Bond of 5% of Bid for all Formal Bid Packages, >$300,000. The bid bond shall be issued for a period of ninety (90) days from the bid due date herein. Use Bid Bond Form, See Addenda 1.

Hunter Elementary Guilford County Public Schools

October 29, 2015 CM 00 15 00 Page 3 of 10

ALTERNATES All alternates must be completed with words and a dollar figure. If the base bid is not changed by the acceptance of the alternate, the words “Zero” or “No Change” is acceptable. The use of the notation “NA” or “Not Acceptable” is NOT to be used. Provide a response for each alternate. Descriptions of Alternates, if any, will be found in section 01 23 00. Circle “adding” or “deducting” for each item along with the appropriate base bid adjustment amount. NO ALTERNATES ARE ANTICIPATED AT TIME OF PUBLICATION.

UNIT PRICES

The Bid Packages that are affected by the following Unit Prices have been identified. Provide the unit cost for the following items as it pertains to the work in this contract. Prices are to include all direct cost of the work, taxes, overhead, profit, supervision, equipment, delivery, sub-subcontracts, materials, labor, etc. Prices shall remain in effect for the entire duration of the project. Unit prices will be used as a basis for adjustment of the contract total whether work is added or deducted. A unit price must be provided in the appropriate space on the Bid Proposal Form for all unit prices corresponding to your bid package. Construction Manager reserves the right to negotiate the Unit Price with the apparent low bidder, if the unit price is out of line with industry norm and local market. Lump-sum and unit prices allowances are provided in Section 01 21 00, 01 21 00.1 and 01 22 00, and listed below. Construction allowances, if required, are included in Bid Manual Section 00 70 00 Bid Packages for each applicable trade package. Administration of allowances are per Section 0121 00, 01 21 00.1, and unit prices per Section 01 22 00. UNIT PRICE No. U-1 Trench Rock Excavation & Off-site Disposal. Bid Packages: 22A, 33A Unit Price: $ /cy. UNIT PRICE No. U-2 Trench Rock Excavation & On-site Disposal Bid Package: 22A, 33A Unit Price: $_____ /cy. UNIT PRICE No. U-3 Unsuitable Soils in Trench Excavation & Off-site Disposal. Bid Package: 03A, 22A, 31A, 33A Unit Price: $ /cy. UNIT PRICE No. U-4 Unsuitable Soils in Trench Excavation & On-site Disposal. Bid Package: 03A, 22A, 31A, 33A Unit Price: $ /cy. UNIT PRICE No. U-5 Trench Borrow Backfill & Compaction Using Off-site Fill. Bid Packages: 03A, 22A, 22B, 31A Unit Price: $ /cy.

Hunter Elementary Guilford County Public Schools

October 29, 2015 CM 00 15 00 Page 4 of 10

UNIT PRICE No. U-6 Trench Borrow Backfill & Compaction Using On-Site Fill Bid Packages: 03A, 22A, 22B, 31A Unit Price: $ /cy. UNIT PRICE No. G-1 Mass Unsuitable Soil Removal & Offsite Disposal. Bid Packages: 31A Unit Price: $ /cy. UNIT PRICE No. G-2 Mass Unsuitable Soils Removal & On-Site Disposal. Bid Packages: 31A Unit Price: $ /cy. UNIT PRICE No. G-3 Mass Rock Excavation & Offsite Disposal. Bid Packages: 31A Unit Price: $ /cy.

UNIT PRICE No. G-4 Mass Rock Excavation & On-Site Disposal. Bid Packages: NONE Unit Price: $ N/A /cy. UNIT PRICE No. G-5 Mass Borrow Backfill & Compaction Using Offsite Fill. Bid Packages: 31A Unit Price: $ /cy.

UNIT PRICE No. G-6 Mass Borrow Backfill & Compaction Using On-Site Fill. Bid Packages: 31A Unit Price: $ /cy. UNIT PRICE No. G-7 Geo-Grid in place. Bid Package: 31A, no allowance-just unit price Unit Price: $ /sy. UNIT PRICE No. G-8 Woven Geotextile Separation Fabric in place. Bid Package: 32A, no allowance-just unit price Unit Price: $ /sy. UNIT PRICE No. G-9 Hybrid Bermuda Sod in place Bid Package: 32D, no allowance-just unit price Unit Price: $ /sy.

Hunter Elementary Guilford County Public Schools

October 29, 2015 CM 00 15 00 Page 5 of 10

UNIT PRICE No. E-1 Smoke Detectors Furnished/Installed/Programmed.* Bid Package: 26A, 5 units at: Unit Price: $ /ea. UNIT PRICE No. E-2 Horns / Strobes Furnished/Installed/Programmed.* Bid Package: 26A, 5 units at: Unit Price: $ ___ /ea. UNIT PRICE No. E-3 Pull Stations Furnished/Installed/Programmed.* Bid Package: 26A, 5 units at: Unit Price: $ /ea. * The quantity of Horn/Strobe, Smoke Detector and Pull Station Devices to be paid for will be the actual number of devices installed, but not indicated on the Drawings. Base Bid includes all devices shown on the Drawings & (5) allowance devices.

UNIT PRICE No. D-1 A Outlet (Analog Drop) Furnished/Installed complete.* Bid Package: 27A Unit Price: $ /ea. UNIT PRICE No. D-2 Outlet (2 Data Drops) Furnished/Installed complete.* Bid Package: 27A Unit Price: $ ___ /ea. UNIT PRICE No. D-3 Outlet (4 Data Drops) Furnished/Installed complete.* Bid Package: 27A Unit Price: $ /ea. UNIT PRICE No. D-4 IS or PS Cable (Speaker Drop) Furnished/Installed complete.* Bid Package: 27A Unit Price: $ ___ /ea. UNIT PRICE No. D-5 M Outlet (Data Drop) Furnished/Installed complete.* Bid Package: 27A Unit Price: $ /ea. UNIT PRICE No. D-6 SC Outlet (Data Drop) Furnished/Installed complete.* Bid Package: 27A Unit Price: $ ___ /ea. UNIT PRICE No. D-7 SN Outlet (Data Drop) Furnished/Installed complete.* Bid Package: 27A Unit Price: $ /ea.

Hunter Elementary Guilford County Public Schools

October 29, 2015 CM 00 15 00 Page 6 of 10

UNIT PRICE No. D-8 W Outlet (Data Drop) Furnished/Installed complete.* Bid Package: 27A Unit Price: $ ___ /ea. * The quantity of Analog, Data & Speaker Drops to be paid for will be the actual number of devices installed, but not indicated on the Drawings. Base Bid includes all devices shown on the Drawings.

UNIT PRICE No. IC-1 AES - Cable & Installation of Audio Enhancement (owner supplied).* Bid Package: 27B Unit Price: $ /ea. UNIT PRICE No. IC-2 AVD Outlet Pair Furnished/Installed complete.* Bid Package: 27B Unit Price: $ ___ /ea. UNIT PRICE No. IC-3 AVF Outlet Pair Furnished/Installed complete.* Bid Package: 27B Unit Price: $ /ea. UNIT PRICE No. IC-4 AVH Outlet Pair Furnished/Installed complete.* Bid Package: 27B Unit Price: $ /ea. UNIT PRICE No. IC-5 AVP Outlet Pair Furnished/Installed complete.* Bid Package: 27B Unit Price: $ ___ /ea. UNIT PRICE No. IC-6 UR/UT Outlet Pair Furnished/Installed complete.* Bid Package: 27B Unit Price: $ /ea. UNIT PRICE No. IC-7 IS/PS Install paging/intercom speaker (owner supplied), including programming.* Bid Package: 27B Unit Price: $ ___ /ea. UNIT PRICE No. IC-8 CB Install call button (owner supplied hardware), including programming.* Bid Package: 27B Unit Price: $ /ea.

Hunter Elementary Guilford County Public Schools

October 29, 2015 CM 00 15 00 Page 7 of 10

UNIT PRICE No. IC-9 VC Install volume control (owner supplied hardware), including programming.* Bid Package: 27B Unit Price: $ ___ /ea. UNIT PRICE No. IC-10 Flat screen display & mount (all owner supplied), installed by sub.* Bid Package: 27B Unit Price: $ /ea. UNIT PRICE No. IC-11 Projector & mount (all owner supplied), installed by sub.* Bid Package: 27B Unit Price: $ ___ /ea. * The quantity of devices/items/labor to be paid for will be the actual number of devices in- stalled, but not indicated on the Drawings. Base Bid includes all devices shown on the Drawings.

UNIT PRICE No. S-1 SA - FOB Reader (owner supplied) Installed/Programmed complete.* Bid Package: 27C Unit Price: $ /ea. UNIT PRICE No. S-2 SC - Camera (owner supplied) Installed/Programmed complete.* Bid Package: 27C Unit Price: $ /ea. UNIT PRICE No. S-3 SM - Motion Detector (owner supplied) Installed/Programmed complete .* Bid Package: 27C Unit Price: $ /ea. UNIT PRICE No. S-4 SN - MicroNode (owner supplied) Installed/Programmed complete.* Bid Package: 27C Unit Price: $ /ea. UNIT PRICE No. S-5 SS – Door contact switch Furnished/Installed/Programmed complete.* Bid Package 27C Unit Price: $ /ea. * The quantity of devices/items/labor to be paid for will be the actual number of devices in- stalled, but not indicated on the Drawings. Base Bid includes all devices shown on the Drawings.

Hunter Elementary Guilford County Public Schools

October 29, 2015 CM 00 15 00 Page 8 of 10

ALLOWANCES

The Bid Packages that are affected by the following Allowances have been identified. Include in the base bid as it pertains to the work in this contract. Prices are to include all direct cost of the work, taxes, overhead, profit, supervision, equipment, delivery, sub-subcontracts, materials, labor, etc. Prices shall remain in effect for the entire duration of the project. Unit prices will be used as a basis for adjustment of the contract total whether work is added or deducted. A unit price must be provided in the appropriate space on the Bid Proposal Form for all unit prices corresponding to your bid package. Construction Manager reserves the right to negotiate the Unit Price with the apparent low bidder, if the unit price is out of line with industry norm and local market.

Lump-sum and unit prices allowances are provided in Section 01 21 00, 01 21 00.1 and 01 22 00, and listed below. Construction allowances, if required, are included in Bid Manual Section 00 70 00 Bid Packages for each applicable trade package. Administration of allowances are per Section 01 21 00, 12 01 00.1 and unit prices per Section 01 22 00.

ALLOWANCE 1. U-1 Trench Rock Excavation & Offsite Disposal: Under the Base Bid, include an allowance for the removal of 60 cubic yards of trench rock and hauling to an OFFSITE location for disposal. For BP’s 22A, 33A.

ALLOWANCE 2. U-2 Trench Rock Excavation & Onsite Disposal: Under the Base Bid, include and allowance for the removal of 25 cubic yards of trench rock and hauling it to an ONSITE location for disposal. For BP’s 22A, 33A.

ALLOWANCE 3. U-3 Unsuitable Soils in Trench Excavation & Offsite Disposal: Under the Base Bid, include an allowance for the removal of 25 cubic yards of unsuitable soils in Trench Excavations and hauling it to an OFFSITE location for disposal. For BP’s 03A, 22A, 22B, 33A.

ALLOWANCE 4. U-4 Unsuitable Soils in Trench Excavation & On-site Disposal: Under the Base Bid, include an allowance for the removal of 75 cubic yards of unsuitable soils in Trench Excavations and hauling it to an OFFSITE location for disposal. For BP’s 03A, 22A, 22B, 33A.

ALLOWANCE 5. U-5 Trench Borrow Backfill & Compaction Using Offsite Fill: Under the Base Bid, include an allowance for bringing in 75 cubic yards of OFFSITE structural fill, compacted in place per the Specifications. For BP’s 03A, 22A, 22B, 33A.

ALLOWANCE 6. U-6 Trench Borrow Backfill & Compaction Using On-Site Fill: Under the Base Bid, include an allowance for 100 cubic yards of On-Site structural fill, mined, moved and compacted in place per the Specifications. For BP’s 03A, 22A, 22B, 33A.

ALLOWANCE 7. G-1 Mass Unsuitable Soil Removal & Offsite Disposal: Under the Base Bid, include an allowance for the removal of 3,000_cubic yards of unsuitable soil and hauling it to an OFFSITE location for disposal. For BP’s 31A.

ALLOWANCE 8. G-2 Mass Unsuitable Soils Removal & On-Site Disposal: Under the Base

Hunter Elementary Guilford County Public Schools

October 29, 2015 CM 00 15 00 Page 9 of 10

Bid, include an allowance for the removal of 1,000 cubic yards of unsuitable soil and hauling it to an ONSITE location for disposal as directed by the Architect. For BP’s 31A. ALLOWANCE 9. G-3 Mass Rock Excavation & Offsite Disposal: Under the Base Bid, include an allowance for the removal of 200 cubic yards of mass rock and hauling it to an OFFSITE location for disposal. For BP’s 31A.

ALLOWANCE 10. G-5 Mass Borrow Backfill & Compaction Using Offsite Fill: Under the Base Bid, include an allowance for bringing in 5000 cubic yards of OFFSITE structural fill, compacted in place per the Specifications. For BP’s 31A.

ALLOWANCE 11. G-6 Mass Borrow Backfill & Compaction Using On-Site Fill: Under the Base Bid, include an allowance for 100 cubic yards of On-Site structural fill, mined, moved and compacted in place per the Specifications. BP’s 31A.

ALLOWANCE 12. E-1 Smoke Detectors: Under the Base Bid, include an allowance for _5 Units, Furnished/Installed/Programmed complete.* For BP’s 26A.

ALLOWANCE 13. E-2 Horns I Strobes: Under the Base Bid, include an allowance for _5 Units, Furnished/Installed/Programmed complete.* For BP’s 26A.

ALLOWANCE 14. E-3 Pull Stations: Under the Base Bid, include an allowance for _5 Units, Furnished/Installed/Programmed complete.* For BP’s 26A.

ALLOWANCE 15. Brick Allowance: Under the Base Bid, include a unit cost allowance of $400.00 per thousand brick material allowance per Section 04 20 00. For BP’s 04A.

ALLOWANCE 16. UST Removal Allowance: Under the Base Bid, include an allowance of $20,000.00 for unforeseen conditions associated with the removal of a UST(Underground Storage Tank) in front of the existing school. FOR BP- 02B Structural Demolition.

* Measurement: The quantity of Horn/Strobe, Smoke Detector and Pull Station Devices to be paid for will be the actual number of devices installed, but not indicated on the Drawings.

All North Carolina State Sales and Use Taxes or Local Sales and Use Taxes are included in the above Unit Prices and Allowances (including taxes on purchased or rental of tools and equipment). Bidder agrees that this bid will remain good and may not be withdrawn for the duration of the project. SCHEDULE Bidder has reviewed the proposed Milestone Schedule – Section CM 00 35 00 included in the bid manual and agrees that it can achieve the schedule as shown. If bidding multiple bid packages as a combination bid, Construction Manager requires evidence that contractor can maintain schedule on both scopes of work simultaneously with sufficient manpower, supervision and materials. If evidence is not sufficient or cannot be provided, an award may be made to next apparent responsive bidder.

Hunter Elementary Guilford County Public Schools

October 29, 2015 CM 00 15 00 Page 10 of 10

CONTRACT TERMS AND CONDITIONS Bidder has read and reviewed the terms and conditions enclosed in the contract documents including all documents enumerated in the Table of Contents of the Bid Manual, and takes no exception and is prepared to enter into Subcontract with the Construction Manager. .The undersigned represents that this proposal is made in good faith, without fraud, collusion, or connection of any kind with any other bidder of the same work, that he/she is competing in his/her own interest and in his/her own behalf, without connection of obligation to an undisclosed person; that no other person has any interest in regard to all conditions pertaining to the Work and in regard to the place where it is to be done, has made his/her own examination and estimates and from them makes this proposal. The undersigned understands that the Construction Manager, Owner and Architect reserves the right to reject any and all Bid Proposals and to waive any irregularities or informalities. SIGNATURE: (Owner, President or Authorized Agent if Corporation) NAME & TITLE: , (Print) 2nd SIGNATURE: WITNESS: (If Partnership) BUSINESS ADDRESS: (Street Number & Street, PO Box) , ( ) - (City, State, Zip, Phone) ATTEST (if Corporation) (Name) (Title) Check One: ______ Individual _____ Partnership _____ Corporation AFFIX CORPORATE SEAL HERE

October 29, 2015 CM 00 15 00 A Page 1 of 6

Identification of MWBE Participation

Submission of Affidavits which include statements of “To Be Determined” or failure to submit the required information as outlined in the Specifications shall cause the Bid be deemed non- responsive and subject to rejection.

I, ,

(Name of Bidder) do hereby certify that on this project, we will use the following minority business enterprises as construction subcontractors, vendors, suppliers or providers of professional services.

Firm Name, Address and Phone # Work type *MWBE

Category

*Minority categories: Black, African American (B), Hispanic (H), Asian American (A) American Indian (I), Female (F) Socially and Economically Disadvantaged (D) The total value of minority business contracting will be ($) .

October 29, 2015 CM 00 15 00 A Page 2 of 6

AFFIDAVIT A

This Affidavit and ALL THREE (3) SECTIONS Herein Must Be Completed By ALL BIDDERS and Submitted with Bid.

Section I - Listing of the Good Faith Effort Bidder must earn at least 50 points from the Good Faith Efforts list for their Bid to be considered responsive and must submit documentation supporting all items checked within the timeframes set forth in Section III below.

I have made Good Faith Effort to comply under the following areas checked:

D 1 - Contacted minority businesses that reasonably could have been expected to submit a quote and that were known to the contractor, or available on State or local government maintained lists, at least 10 days before the bid date and notified them of the nature and scope of the work to be performed. “Contact” means contact by letter, fax, e-mail or other means to a viable and active address. CONTRACTOR MUST ATTACH EVIDENCE OF CONTACT TO THIS AFFIDAVIT AND SUBMIT WITH BID. Value = 10 points.

D 2.-Made the construction plans, specifications and requirements available for review by prospective MWBE businesses, or providing these documents to them at least 10 days before the bids are due. Value = 10 points.

D 3 - Broken down or combined elements of work into economically feasible units to facilitate minority participation. Value = 15 points.

D 4 - Worked with MWBE trade, community, or contractor organizations identified by the Office of Historically Underutilized Businesses and included in the bid documents that provide assistance in recruitment of MWBE’S. Value = 10 points.

D 5 - Attended prebid meetings scheduled by the public owner. Value = 10 points.

D 6 - Provided assistance in getting required bonding or insurance or provided alternatives to bonding or insurance for subcontractors. Value = 20 points.

D 7 - Negotiated in good faith with interested MWBE’S and did not reject them as unqualified without discussing with MWBE’S sound reasons based on their capabilities. CONTRACTOR MUST ATTACH TO THIS AFFIDAVIT AND SUBMIT WITH BID COPIES OF QUOTES OR RESPONSES FROM ALL FIRMS SUBMITTING QUOTES OR RESOPNSES, AND, IF APPLICABLE, WRITTEN JUSTIFICATION FOR ANY REJECTION OF A MWBE BASED ON LACK OF QUALIFICATION. Value = 15 points.

D 8 - Provided assistance to an otherwise qualified MWBE in need of equipment, loan capital, lines of credit, or joint pay agreements to secure loans, supplies, or letters of credit, including waiving credit that is ordinarily required. Assisted minority businesses in obtaining the same unit pricing with the bidder's suppliers in order to help MWBE businesses in establishing credit. Value = 25 points.

D 9 - Negotiated joint venture and partnership arrangements with MWBE businesses in order to increase opportunities for MWBE business participation on the construction or repair project when possible. Value = 20 points.

D 10 - Provided quick pay agreements and policies to enable MWBE contractors and suppliers to meet cash- flow demands. Value = 20 points.

The undersigned hereby certifies that he or she has read the terms of the MWBE business commitment, that the bidder has made the Good Faith Efforts in the areas checked above, and that he or she is authorized to bind the bidder to the commitment herein set forth.

Date: Name of Authorized Officer:

Signature:

October 29, 2015 CM 00 15 00 A Page 3 of 6

Section II - Portion of the Work to be Performed by Minority Firms

I will expend a minimum of % of the total dollar amount of the contract with MWBE. MWBE will be employed as construction subcontractors, vendors, suppliers or providers of professional services. Such work will be subcontracted to the following firms listed below.

(Attach additional sheets if necessary)

Name and Phone Number *MWBE

Category Work description Dollar Value

*MWBE categories: Black, African American (B), Hispanic (H), Asian American (A) American Indian (I), Female (F) Socially and Economically Disadvantaged (D)

Pursuant to GS143-128.2(d), the undersigned will enter into a formal agreement with MWBE for work listed in this schedule conditional upon execution of a contract with the Owner. Failure to fulfill this commitment may constitute a breach of the contract.

The undersigned hereby certifies that he or she has read the terms of this commitment and is authorized to bind the bidder to the commitment herein set forth.

Date: Name of Authorized Officer: Signature:

October 29, 2015 CM 00 15 00 A Page 4 of 6

Section III – Documentation of Good Faith Efforts ALL BIDDERS, regardless of percentage of MWBE participation, MUST provide documentation of all Good Faith Efforts checked in Section I within the timeframes set forth in Parts A and B below.

Failure to submit these documents / information shall be grounds for deduction of Good Faith Points. In the event such a deduction results in a failure to achieve the required number of Good Faith Points, the Bid shall be rejected unless the bidder has otherwise demonstrated Good Faith Efforts.

PART A (Documentation Required to be Submitted With Bid)

Documentation MUST be provided WITH THE BID in order for the bidder to receive credit for certain items checked. If the bidder checked Items 1 or 7 in Section I, the bidder MUST provide documentation supporting those Good Faith Efforts WITH THE BID.

Examples of such documentation include, but are not limited to, the following:

ITEM 1

• Copies of solicitations for quotes to at least three (3) MWBE’s from the source list provided by the State for each subcontract to be let under this contract (if 3 or more firms are shown on the source list). Each solicitation shall contain a specific description of the work to be subcontracted, location where bid documents can be reviewed, representative of the Prime Bidder to contact, and location, date and time when quotes must be received.

• Copies of quotes and responses received from each firm responding to the solicitation. • A telephone log of follow-up calls to each firm sent a solicitation.

ITEM 7

• Copies of quotes or responses received from all firms submitting quotes or responses for each subcontract, and, if applicable a letter detailing the reason(s) for any rejection of minority business(es) due to lack of qualification.

I do certify the attached documentation as true and accurate representation of my good faith efforts.

Date: Name of Authorized Officer:

Signature: Title:

State of North Carolina, County of Subscribed and sworn to before me this day of 20 Notary Public My commission expires

SEAL

October 29, 2015 CM 00 15 00 A Page 5 of 6

PART B (Documentation Required to be Submitted Within 72 Hours of Notification) Certain documentation MUST be provided within 72 hours of notification of being the apparent lowest responsible, responsive bidder in order to receive credit for certain additional Items checked. If the bidder checked Items 2, 3, 4, 5, 6, 8, 9 or 10, the bidder MUST provide documentation supporting those Good Faith Efforts within 72 hours of notification of being the apparent lowest responsible, responsive bidder.

Examples of such documentation include, but are not limited to the following: ITEM 2

• Invitation to view construction plans, specifications and requirements. • Cover letter enclosing construction plans, specifications and requirements.

ITEM 3 • Copies of all bid solicitations or request for proposals broken down by scope of work. • Letter detailing contractor’s efforts to break down or combine elements of work into economically feasible

units to facilitate minority participation. ITEM 4

• Documentation of any contacts or correspondence to MWBE, community, or contractor organizations in an attempt to meet the goal.

• Copy of pre-bid roster.

ITEM 5

ITEM 6 • Letter documenting efforts to provide assistance in obtaining required bonding or insurance for MWBE.

ITEM 8 • Letter documenting proposed assistance offered to minority business in need of equipment, loan capital,

lines of credit, or joint pay agreements to secure loans, supplies, or letter of credit, including waiving credit that is ordinarily required.

ITEM 9 • Letter documenting negotiations with MWBE businesses to create joint venture or partnership

arrangement for the construction or repair project. ITEM 10

• Copy of quick pay agreements. • Copy of quick pay policies.

I do certify the attached documentation as true and accurate representation of my good faith efforts.

Date: Name of Authorized Officer:

Signature:

Title:

State of North Carolina, County of Subscribed and sworn to before me this day of 20 Notary Public My commission expires

SEAL

October 29, 2015 CM 00 15 00 A Page 6 of 6

Attach to Bid Attach to Bid Attach to Bid Attach to Bid Attach to Bid Attach to Bid Attach to Bid Attach to Bid

AFFIDAVIT B Intent to Perform Contract with Own Workforce.

County of

Affidavit of (Name of Bidder)

I hereby certify that it is our intent to perform 100% of the work required for the

contract. (Name of Project) In making this certification, the Bidder states that the Bidder does not customarily subcontract elements of this type project, and normally performs and has the capability to perform and will perform all elements of the work on this project with his/her own current work forces; and

The Bidder agrees to provide any additional information or documentation requested by the owner in support of the above statement. The undersigned hereby certifies that he or she has read this certification and is authorized to bind the Bidder to the commitments herein contained. Date: Name of Authorized Officer:

Signature:

Title: State of North Carolina, County of _ Subscribed and sworn to before me this day of 20 Notary Public My commission expires

SEAL

Hunter Elementary Guilford County Public Schools

October 16, 2015 CM 00 35 00 Page 1 of 11

Project Milestone Schedule

ITEM COMPLETION TARGET Project Bid Date Project GMP to Owner Project Start Date - NTP SITE NCDENR Release Silt Tree Protection Site Work Starts Sediment Basins & Ponds Finished Building Pad Ready Temporary Roads & Fencing School Starts Building Areas A1 + C1-C2, then A2-B1-B2 Footings Areas A1 + C1-C2, then A2-B1-B2 Slabs Areas A1 – A2 – B1 – B2 – C Masonry Areas A1 – A2 – B1 – B2 – C Structural Steel Areas A1 – A2 – B1 – B2 Exterior Walls Areas A1 – A2 – B1 – B2 – C Roofing Areas A1 – A2 – B1 – B2 – C Brick Veneer Areas A1 – A2 – B1 – B2 – C Windows & C. Wall Areas A1 – A2 – B1 – B2 – C Rough-Ins Areas A1 – A2 – B1 – B2 – C Finishes Areas A1 – A2 – B1 – B2 – C Punch & Finals Building Final Power Building HVAC Start-up SUBSTANTIAL COMPLETION – Phase 1 Final Completion Phase 1 & Start Phase 2 Demolition and Utilities, Playground Area Roadwork to remaining building FINAL COMPLETION Phase 2

10.29.15 11.19.15 01.07.16 08.28.15 01.07.16 01.11.16 02.01.16 02.26.16 01.07.16 01.04.16 02.29.16 to 04.05.16 03.16.16 to 04.27.16 04.11.16 to 07.05.16 05.02.16 to 08.02.16 06.07.16 to 07.21.16 06.14.16 to 08.25.16 05.24.16 to 09.16.16 06.03.16 to 08.23.16 06.07.16 to 11.02.16 08.31.16 to 02.14.17 12.07.16 to 02.21.17 09.21.16 10.26.16 02.21.17 03.16.17 03.17.17 to 05.11.17 03.17.17 to 05.11.17 05.12.17

Phase One

Phase Two

Hunter Elementary Guilford County Public Schools

October 16, 2015 CM 00 35 00 Page 2 of 11

Hunter Elementary Guilford County Public Schools

October 16, 2015 CM 00 35 00 Page 3 of 11

Hunter Elementary Guilford County Public Schools

October 16, 2015 CM 00 35 00 Page 4 of 11

CONSTRUCTION SCHEDULES AND REPORTS 1.01 GENERAL REQUIREMENTS

A. The work under this contract shall be planned, scheduled, executed and reported using the Critical Path Method (hereinafter referred to as: CPM), pursuant to the provisions of the Standard Form of Agreement between Owner and Construction Manager (hereinafter referred to as: Agreement).

B. The primary objectives of the project scheduling program are to insure the adequate planning, scheduling and execution of the construction activities so they may be prosecuted in an orderly and expeditious manner, within the Contract Time and the milestones stipulated by the Contract, to provide optimum coordination between contractors, to establish the basis for measuring and monitoring individual contractor progress and overall project progress, to detect problems for the purpose of taking corrective action to maintain the scheduled program and to provide a mechanism or tool for determining and monitoring such corrective actions.

C. Any schedules prepared for this project by the Owner are made available by the Owner solely as an aid to the Construction Manager (CM). The Owner’s plan may not optimize, and it is not intended to optimize, the CM’s costs or resources. It is intended that these schedules will reflect the milestones and completion dates established by the Owner. However, the services provided by the Owner, the existence of schedules, networks, or any other charts or services prepared or performed by the Owner or Design Consultant shall in no way relieve the CM of the responsibility of complying with all of the requirements of the Agreement, including but not limited to the responsibility of completing the Work within the Contract Time and the responsibility of planning, scheduling and coordinating the work. The CM is required to comply with all control procedures specified herein and with any reasonable changes that may be necessary, in the opinion of the Owner and Design Consultant, during the contract duration.

D. Any and all milestone or specific dates listed in these specifications, or elsewhere in the Agreement, represent only the major items of construction/erection work or interface dates. The milestone completion dates indicated are considered essential to the satisfactory performance of this Agreement and to the coordination of all work on the project.

1. The milestone dates listed are not intended to be a complete listing of all work under this Agreement or of all interfaces between project contractors.

2. The milestone dates listed represent the latest allowable completion dates. Earlier completion dates may be established by the CM as agreed by the Design Consultant and the Owner.

E. If the CM should desire or intend to complete the work earlier than any required Milestone or Completion date, the Owner and Design Consultant shall not be liable to the CM for any costs or other damages should the Construction manager be unable to complete the Work before such Milestone or Completion Dates. The duties, obligations and warranties of the Owner to the CM shall be consistent with and applicable only to the completion of the Work on the Milestone and completion dates required in the Agreement, unless the Owner and CM otherwise agree in writing.

1.02 PRE-BID

In conjunction with the preparation of Construction Documents, the CM shall prepare a detailed milestone schedule which displays a construction plan to complete the Project in compliance with specific dates listed in the Agreement.

1.03 POST AWARD ACTIVITIES

A. The CM, Owner and Design Consultant shall perform the following after receipt of the Notice to Proceed (NTP): (The agreement to and approval of a Guaranteed Maximum Price (GMP) for a portion, or all, of the Project shall constitute an NTP for that portion of the Project.)

Hunter Elementary Guilford County Public Schools

October 16, 2015 CM 00 35 00 Page 5 of 11

Immediately following the receipt of the Notice to Proceed, the CM shall commence the preparation of its Detailed Project Construction Schedule. The CM shall assemble, with the assistance and input from the Contractors, Subcontractors, and Suppliers, information regarding the project that includes but is not limited to:

1. A Detailed Project Construction Schedule that represents the CM’s best judgment in how it shall prosecute and complete the work in compliance with the Milestone Dates and any Specific Dates stipulated in the Agreement.

2. The identity and duration of all activities to be included in this construction plan. Activities shall meet the following criteria:

a. Activity descriptions shall be clear and concise. The beginning and end of each activity shall be readily verifiable.

b. Responsibility for each activity shall be identified with a single performing organization. (i.e., Prime contractor)

c. An activity must be no more than 14 calendar days in duration unless approved in advance by the Owner and Design Consultant.

d. Include relevant predecessors and successors for each activity as well as the type of relationships between, and any lag time required. All activities except the first activity (i.e., NTP) and last activity (i.e., Final Completion) shall have both predecessors and successors.

e. Listing of Project submittals, approvals, and material/equipment site deliveries dates.

3. The identity of planned and reasonably anticipated inclement weather as identified in Article 4 of the Agreement.

4. The identity of long lead items and delivery dates of all major pieces of equipment or materials.

B. The CM shall, within fourteen (14) calendar days following NTP, submit to the Owner and Design Consultant a Computerized 90-Day, Detailed Project Construction Schedule in precedence format for its construction/erection work scope utilizing Primavera’s P3®, or Primavera 5.0 scheduling software (compatible software is not acceptable). Provide two (2) hard copies of the 90-Day Detailed Project Construction Schedule and one (1) electronic file copy utilizing Primavera’s Scheduling Software. This schedule shall provide complete details, as outlined in this section and related sections, of all activities included for the first 90 contractual days of work (from NTP), as well as, the proposed summary of work activities for the remaining contractual scope and divisions of work (utilizing summary activities) for the project beyond the first 90 days through final completion. The work beyond the first 90 days shall be broken down by subcontractor and division of work and shall show logic, sequencing, and responsibility. This initial schedule shall incorporate the work of all contractors, subcontractors, vendors, and outside agencies and contractors associated with the entire scope of work for this project.

The Detailed Project Construction Schedule shall show:

1. The order and interdependencies of the Contractors’ activities and the major points of interface or interrelation with the activities of others, including specific dates for completion.

2. Conformance with and identification of the specified mandatory milestone dates specified in the Agreement.

3. The description and quantity of work by activity.

4. The time required for engineering, preparation and approval of shop drawings, manufacturing, and delivery of Contractor-furnished permanent materials.

Hunter Elementary Guilford County Public Schools

October 16, 2015 CM 00 35 00 Page 6 of 11

5. The time required for procurement, delivery, and erection of the Contractor's permanent materials.

6. Delivery of Owner-furnished material and equipment.

7. Shop fabrication and delivery.

8. Clearly defined Critical Path (or Paths).

9. Erection and installation.

10. Testing of equipment and materials.

11. Technology Data Systems Installation and Testing

12. Activity calendars, incorporating potential weather delays, or multi- work periods.

C. The Detailed Project Construction Schedule shall indicate an early completion date for the project that is no later than the project's required completion date. All activity durations shall be given in calendar days. The Schedule shall also indicate each of the following:

1. Interfaces with the work of outside contractors, e.g., utilities, power, and with any separate contractor.

2. Estimated duration time for each activity.

3. Early start date for each activity.

4. Late start date for each activity.

5. Early finish date for each activity.

6. Late finish date for each activity.

7. Float available for each path of activities containing float.

8. Identification of all critical path activities in the schedule analysis.

9. The critical path for the project, with said path of activities being clearly and easily recognizable on the time-scaled network diagram. The relationship between all non-critical activities and activities on the critical path shall be clearly shown on the network diagram.

10. The responsibility code for the Contractor or Subcontractor performing each activity or portion thereof.

11. The area of work (i.e. Gymnasium, Media Center, etc.) and the floor (i.e. 1st floor, 2nd floor, etc.).

D. The Owner and Design Consultant will review the CM’s Detailed Project Construction Schedule for compatibility with the Project Milestones, the Completion Schedule, and the requirements of the Agreement. If requested, a meeting will be held between the Owner, Design Consultant and CM to resolve any conflicts in the CM's schedule. The CM shall revise its schedule as required by the Owner and Design Consultant to ensure completion of the Project in accordance with the Project’s Milestone and Completion Dates and shall submit its revised schedule to the Owner and Design Consultant within seven (7) calendar days of this meeting.

E. If the CM thereafter desires to make changes in its method of operating and scheduling, he shall follow the procedures set out in Paragraph 2.03, Network Revisions, of this Section.

F. Approval by the Owner and Design Consultant of the CM’s Detailed Project Construction Schedule is advisory only and shall not relieve the Contractors of the responsibility for accomplishing the Work within each and every Contract-required Milestone and Completion date. Omissions and errors in the approved Project Construction Schedule shall not excuse performance which is not in compliance with the contract. Approval by the Owner and Design Consultant in no way makes the Owner or the Design Consultant an insurer of the Detailed

Hunter Elementary Guilford County Public Schools

October 16, 2015 CM 00 35 00 Page 7 of 11

Project Construction Schedule's success or liable for time or cost overruns flowing from its shortcomings. The Owner hereby disclaims any obligation or liability by reason of Owner or Design Consultant approval of or acquiescence to the Detailed Project Construction Schedule

G. The CM shall compile, organize, and present a fully integrated Computerized Detailed Project Construction Schedule to the Owner and Design Consultant within sixty (60) days of Notice to Proceed. This schedule shall include the 90-Day Construction Schedule as well as the detailed activities for that portion of the work beyond the first 90 days of the construction through final completion to create the complete project schedule. The details of this schedule shall follow the same requirements as those outlined above in this section for the 90-Day Schedule. The CM shall provide two (2) hard copies of the Detailed Project Construction Schedule, and one electronic file copy utilizing Primavera’s P3 Scheduling Software (compatible formats are not acceptable), the Schedule of Values and Computer Reports to the Owner and Design Consultant for final review and approval. Approval shall be signified by the Design Consultant, CM, and Owner jointly signing the schedule agreement (Attachment at the end of this section). The CM shall use the approved Detailed Project Construction Schedule in planning, organizing, directing, coordinating, performing and executing the work (including all activities of Contractors, Subcontractors, equipment deliveries, vendors, and suppliers) and shall be the basis for evaluating the progress of the Work, subject to such revisions made in such schedule as provided for herein, in the Agreement, or in the Construction Documents.

H. The CM will develop and maintain the overall Detailed Project Construction Schedule. This schedule will be in precedence format and will be computer generated and updated and will be the controlling schedule document utilized for managing overall project construction.

1.04 COMPUTER COST AND SCHEDULE REPORTS

A. Every month the CM will generate all monthly progress documents from the Detailed Project Construction Schedule, based on the Progress Reports received from the Contractors. These Reports will reflect the progress of the project.

B. Report Content:

1. The initial and subsequent computer-generated Schedule Reports shall include the following minimum information for each activity:

a. activity number,

b. activity description,

c. original and remaining duration in days,

d. early and late start dates,

e. early and late finish dates,

f. actual start dates for activities which have commenced,

g. actual finish dates for activities which have completed,

h. percentage of activity completed as of each report,

i. total float for each activity, and

j. responsibility for activity.

2. The CM will produce four (4) schedule reports each month. The reports are:

a. All activities on the Project Construction Schedule sorted by early start and then by total float.

b. All activities sorted by Contractor, and further sorted by activity number.

c. All activities sorted by total float.

d. All activities sorted by late start.

Hunter Elementary Guilford County Public Schools

October 16, 2015 CM 00 35 00 Page 8 of 11

2.00 CONSTRUCTION MANAGER'S ORGANIZATION

The CM shall maintain, as part of its organization, a staff/or consultant of sufficient knowledge in the use and application of CPM utilizing Primavera’s P3 scheduling software (compatible formats are not acceptable) and whose responsibility will be to prepare input information for the Detailed Project Construction Schedule, monitor progress, provide input for updating and revise logic diagrams when necessary.

2.01 RECOVERY SCHEDULE

Pursuant to paragraph 3.5.2.5 of the Agreement, should any conditions exist such that any of the mandatory specific or milestone dates or completion dates on the CM’s approved Detailed Project Construction Schedule fall behind by 14 calendar days or more, the CM shall be required to, at no extra cost to the Owner, prepare and submit to the Owner and Design Consultant, within 14 calendar days of notification, a supplementary Recovery Schedule, in a form and detail appropriate to the need, to explain and display how they intend to reschedule those activities to regain compliance with the Detailed Project Construction Schedule during the immediate subsequent pay period.

2.03 NETWORK REVISIONS

A. Should the CM, after approval of the Detailed Project Construction Schedule, desire to change its plan of construction, the CM shall submit its requested revisions to the Owner and Design Consultant along with a written statement of the revisions including a description of the logic for rescheduling the work, methods of maintaining adherence to intermediate milestones and Specific Dates and the reasons for the revisions. The CM shall revise its schedule to include the effect of Changes, acts of God, or other conditions or events which have affected the network. If the requested changes are acceptable to the Design Consultant, and the Owner, and they do not adversely impact any Milestone or Completion Dates, they will be incorporated into a revised Approved Detailed Project Construction Schedule, to be compiled and produced by the CM in the next reporting period. The resultant cost, if any, to the Owner and the Design Consultant shall be paid for by the CM.

B. When the Owner orders changes by Change Order which have the potential to impact the Construction milestones or Specific Dates stipulated in the Agreement, a Revised Network will be prepared by the CM and provided to the Owner and Design Consultant for concurrence or revision. After the revised network has been mutually agreed upon, it will be incorporated into a revised Detailed Project Construction Schedule, to be compiled and produced by the CM. Change Order logic will affect only those activities and performance dates directly concerned.

C. Any change to the approved Detailed Project Construction Schedule must be approved in writing by the Owner, Design Consultant and CM.

D. Neither the updating or revision of the approved Detailed Project Construction Schedule nor the submission, updating, change or revision of any report or schedule submitted to the Owner and/or Design Consultant by the CM under this Section nor the Owner's review or non-objection of any such report or schedule shall have the effect of amending or modifying, in any way, the Contract Time, any Contract Completion Date, or Contract Milestone Dates or of modifying or limiting in any way the CM's obligations under this Contract.

2.04 FLOAT TIME

A. Float or slack time is defined as the amount of time between the earliest start date and the latest start date or between the earliest finish date and the latest finish date of a chain of activities on the Detailed Construction Network. Float or slack time is not for the exclusive use or benefit of either the CM or the Owner. The CM's work shall proceed according to early start dates, and the Owner and Design Consultant shall have the right to reserve and apportion float time according to the needs of the project. The CM acknowledges and agrees that actual delays, affecting paths of activities containing float time, will not have any affect upon contract completion times, providing that the actual delay does not exceed the float time associated with those activities.

Hunter Elementary Guilford County Public Schools

October 16, 2015 CM 00 35 00 Page 9 of 11

B. Extensions of time for performance as described in the Agreement will be granted only to the extent that the time adjustment for the activity or activities affected by any condition or event which entitles the CM to a time extension exceeds the total float or slack along the path of activities affected at the time of the owner’s authorization to proceed with the Change Order or the commencement of any delay or condition for which an adjustment is warranted under the Agreement.

2.05 REQUESTED TIME ADJUSTMENT SCHEDULE:

A. The updated approved Detailed Project Construction Schedule submitted by the CM shall not show a completion date later than the Agreement, subject to any time extensions approved by the Owner. If the CM believes it is entitled to an extension of the Contract Time under the Agreement, the CM shall submit to the Owner and Design Consultant, a separate schedule analysis (entitled "Requested Time Adjustment Schedule") indicating suggested adjustments in the Contract Time which should, in the opinion of the CM, be made in accordance with the Agreement by time extension, due to changes, delays or conditions occurring during the past month or previously, or which are expected or contemplated by the CM (whether such conditions are excusable under the Agreement or are alleged to be due to fault of the CM or Owner). This separate schedule, if submitted, shall be time-scaled utilizing a computer generated and computer-drawn network analysis schedule, unless otherwise approved by the Owner and Design Consultant, and shall be accompanied or preceded by a formal time extension request as required by the Agreement and a detailed narrative justifying the time extension requested. All time extension requests must be submitted, in writing, to the owner within ten (10) days of the event causing the potential delay or extension in order to be accepted for review and consideration by the owner.

B. Neither the Owner nor the Design Consultant shall have any obligation to consider any time extension request unless the requirements of the Agreement are complied with. The Owner shall not be responsible or liable to the CM for any constructive acceleration due to failure of the Owner to grant time extensions under the Agreement should the CM fail to comply with the submission requirements and the justification requirements of this Agreement for time extension requests. The CM's failure to perform in accordance with the approved Detailed Project Construction Schedule shall not be excused, nor be chargeable to the Owner, because the CM has submitted time extension requests or a "Requested Time Adjustment Schedule."

2.06 COORDINATION

A. The CM shall coordinate its work and that of the Contractors and shall cooperate fully with the Owner and Design Consultant in maintaining orderly progress toward completion of the work as scheduled. The CM's decisions regarding priority between the work of the contractors at the site shall be final. If the CM’s critical path work is delayed by the Owner or Design Consultant, the CM shall submit any required time extension requests to the Owner in accordance with the Agreement.

B. The milestone dates referred to in the Agreement for delivery of Owner-furnished equipment and materials and interface activities of other Contractors on the site are based on dates set forth in separate contracts with the Owner.

C. Failure of Owner-furnished equipment and materials to arrive as scheduled, or failure of other construction contractors to meet their schedule, shall not be justification for an extension of time, except where such failure causes, in the opinion of the Owner and Design Consultant, a delay in the CM's critical path work, in which case the provisions of the Agreement regarding extensions of time and extra work shall apply.

D. The CM shall keep itself, and its contractors and subcontractors, advised at all times during the course of the Work regarding delivery status of Owner-furnished equipment and materials and of the progress of construction work being performed under separate contracts.

E. The Owner and Design Consultant will, upon written request by the CM, furnish delivery information which may be available to the Owner or Design Consultant.

Hunter Elementary Guilford County Public Schools

October 16, 2015 CM 00 35 00 Page 10 of 11

2.07 SCHEDULE OF OFF-SITE ACTIVITIES

A. The CM shall include in its Detailed Project Construction Schedule all procurement related activities which lead to the delivery of materials to the site in a timely manner. Upon written approval by the Owner, these activities may be submitted as a separate Off-Site Activities Schedule, properly correlated to the Detailed Construction Project Schedule. The schedule of off-site activities shall include, but is not limited to, the following:

1. Dates for submittals, ordering, manufacturing or fabricating, and delivery of equipment and materials. Long lead items requiring more than one month between ordering and delivery to site shall be clearly noted;

2. All significant activities to be performed by or for the CM during the fabrication and erection/installation in a plant or on a job site, including materials/equipment purchasing, delivery; and

3. Contractor's drawings and submittals to be prepared and submitted to the Design Consultant.

B. The CM shall be solely responsible for expediting the delivery of all material to be furnished by the CM so that the construction progress shall be maintained according to the approved Detailed Project Construction Schedule for the Work as approved by the Owner and Design Consultant.

C. The Owner and Design Consultant shall be advised in writing by the CM whenever it is anticipated by the CM that the delivery date of any material and/or equipment will be later than the delivery date shown on the schedule, subject to schedule updates.

D. Submittals, equipment orders and similar items are to be treated as schedule activities.

E. The CM, in developing its Off-Site and Procurement Schedules, will ensure that off-site activities do not control the critical path of on-site activities.

2.08 CONSTRUCTION MANAGER COVENANTS AND GUARANTEES

A. The CM covenants and guarantees that it will not:

1. Misrepresent to the Owner or Design Consultant its planning, scheduling, or execution of the Work;

2. Utilize schedules materially different from those made available by the CM to the Owner or Design Consultant or any Subcontractor or separate Contractors for the direction, execution and coordination of the Work, or which are not feasible or realistic.

3. Prepare schedules, updates, revisions or reports for the work which do not accurately reflect the actual intent or reasonable and actual expectations of the CM and its Contractors and Subcontractors as to:

a. The sequences of activities, b. The duration of activities, c. The responsibility of activities, d. Resources availability, e. Labor availability or efficiency, f. Foreseeable weather conditions, g. The percentage complete of any activity, h. Completion of any item of work or activity, i. Project milestone completion, j. Delays, slippage's, or problems encountered or expected, k. Subcontractor requests for time extensions or delay claims of

subcontractors, l. Float time

Hunter Elementary Guilford County Public Schools

October 16, 2015 CM 00 35 00 Page 11 of 11

GCS Schedule Agreement

Date: _________________________ Re: SCHOOL NAME HERE (Project No. xxx-xxxx) SCHEDULE Construction Schedules and Reports CPM Approval We the undersigned, acknowledge receipt and acceptance of the Project Schedule dated ,20__, as presented in accordance with Construction Schedules and Reports required pursuant to the Agreement Between Owner and Construction Manager for this Project:

Construction Manager Company Name Authorized Signature (Printed Authorized Signature) Design Consultant Company Name Authorized Signature (Printed Authorized Signature) Guilford County Schools Authorized Signature (Printed Authorized Signature

New Hunter Elementary SchoolGuilford County School System

Octoberr 29, 2015 CM 00 60 00 1 of 5

Job: Hunter Elementary School Location: Greensboro, NC

10/29/2015 Bid Documents

Item Title DateLatest Revision

NumberBID MANUAL PROJECT BID MANUAL - ALL SECTIONS 8/16/2015 0VOLUME 1 of 2 BOOMERANG DESIGN SPECIFICATIONS 7/16/2015 0VOLUME 2 of 2 BOOMERANG DESIGN SPECIFICATIONS 7/16/2015 0ADDENDA #1 As Posted by BOOMERANG & CM prior to bid 9/8/2015 1ADDENDA #2 As Posted by BOOMERANG & CM prior to bid 9/15/2015 2ADDENDA #3 As Posted by BOOMERANG & CM prior to bid 9/17/2015 3ADDENDA #4 As Posted by BOOMERANG & CM prior to bid 9/18/2015 4ADDENDA #5 As Posted by BOOMERANG & CM prior to bid 9/29/2015 5ADDENDA #6 As Posted by BOOMERANG & CM prior to bid 10/16/2015 6

COVER COVER 7/16/2015 0G0101 COVERSHEET 9/8/2015 1G0102 CODE DATA - BUILDING - A 9/8/2015 1G0103 CODE DATA - BUILDING - B 9/8/2015 1G0104 TYPICAL WALL & ROOF ASSEMBLIES 9/8/2015 1G0105 LIFE SAFETY PLAN & INFORMATION 9/8/2015 1

CIVILCO SITE PLAN APPLICATION 7/16/2015 0C001 EXISITNG SITEPLAN 7/16/2015 0C002 PHASE 1 DEMO ACCESS PLAN 7/16/2015 0C003 PHASE 2 DEMO PLAN 7/16/2015 0C100 OVERALL SITE PLAN 7/16/2015 0C101 OVERALL SITE PLAN (NW) 7/16/2015 0C102 OVERALL SITE PLAN (NE) 7/16/2015 0C103 OVERALL SITE PLAN (SW) 7/16/2015 0C104 OVERALL SITE PLAN (SE) 7/16/2015 0C105 SITE DETAILS 7/16/2015 0C200 DETAILED GRADING/EROSION CONTROL PLAN 7/16/2015 0C201 DETAILED GRADING/EROSION CONTROL PLAN (NW) 7/16/2015 0C202 DETAILED GRADING/EROSION CONTROL PLAN (NE) 7/16/2015 0C203 DETAILED GRADING/EROSION CONTROL PLAN (SW) 7/16/2015 0C204 DETAILED GRADING/EROSION CONTROL PLAN (SE) 7/16/2015 0C205 GRADING EROSION CONTOL DETAILS 7/16/2015 0C300 OVERALL UTILITY PLAN 7/16/2015 0C301 DETAILED UTILTIY PLAN (NW) 7/16/2015 0C302 DETAILED UTILTIY PLAN (NE) 7/16/2015 0

CONTRACT DOCUMENTS EXHIBIT C

New Hunter Elementary SchoolGuilford County School System

Octoberr 29, 2015 CM 00 60 00 2 of 5

C303 DETAILED UTILTIY PLAN (SW) 7/16/2015 0C304 DETAILED UTILTIY PLAN (SE) 7/16/2015 0C305 UTILITY DETAILS 7/16/2015 0C400 OVERALL LANDSCAPE PLAN 7/16/2015 0C402 DETAILED LANDSCAPE PLAN (NW) 7/16/2015 0C402 DETAILED LANDSCAPE PLAN (NE) 7/16/2015 0C403 DETAILED LANDSCAPE PLAN (SW) 7/16/2015 0C404 DETAILED LANDSCAPE PLAN (SE) 7/16/2015 0C500 WATERSHED PLAN 7/16/2015 0

ARCHITECTURAL 7/16/2015 0A100 OVERALL REFERNCE PLAN 7/16/2015 0A100A SITE SIGNAGE PLAN 7/16/2015 0A101 FIRST FLOOR PLAN - AREA A1 9/8/2015 1A102 FIRST FLOOR PLAN - AREA A2 9/8/2015 1A103 FIRST FLOOR PLAN - AREA B1 9/8/2015 1A104 FIRST FLOOR PLAN - AREA B2 9/8/2015 1A105 FIRST FLOOR PLAN - AREA C1 9/8/2015 1A106 FIRST FLOOR PLAN - AREA C2 9/8/2015 1A107 CLERESTORY PLAN - AREA A1 9/8/2015 1A108 CLERESTORY PLAN - AREA B1 9/8/2015 1A110 REFLECTED CEILING PLAN - AREA A1 7/16/2015 0A111 REFLECTED CEILING PLAN - AREA A2 7/16/2015 0A112 REFLECTED CEILING PLAN - AREA B1 7/16/2015 0A113 REFLECTED CEILING PLAN - AREA B2 7/16/2015 0A114 REFLECTED CEILING PLAN - AREA C1 7/16/2015 0A115 REFLECTED CEILING PLAN - AREA C2 7/16/2015 0A120 ROOF PLAN 7/16/2015 0A201 BUILDING ELEVATIONS 7/16/2015 0A202 ENLARGED BUILDING ELEVATIONS & MONUMENT SIGN DETAILS 7/16/2015 0A301 BUILDING SECTIONS 7/16/2015 0A305 WALL SECTIONS - AREA A1 7/16/2015 0A306 WALL SECTIONS - AREA A1 7/16/2015 0A307 WALL SECTIONS - AREA A2 7/16/2015 0A308 WALL SECTIONS - AREA B1 7/16/2015 0A309 WALL SECTIONS - AREA C1 7/16/2015 0A311 ENLARGED COURTYARD PLAN & DETAILS 7/16/2015 0A401 ENLARGED TOILET PLANS 7/16/2015 0A402 ENLARGED PLANS & ELEV. - ADMIN 7/16/2015 0A403 ENLARGED PLANS & ELEV. - MEDIA CENTER 7/16/2015 0A404 ENLARGED PLANS & ELEV. - TYP. CLASSROOM 7/16/2015 0A405 ENLARGED PLANS & ELEV. - MISC. CLASSROOMS 7/16/2015 0A406 ENLARGED PLANS & SECTONS 9/8/2015 1A501 ROOF DETAILS 7/16/2015 0A502 ROOF DETAILS 7/16/2015 0A505 INTERIOR ELEVATIONS 7/16/2015 0A601 DOOR SCHEDULE AND ELEVATIONS 7/16/2015 0

New Hunter Elementary SchoolGuilford County School System

Octoberr 29, 2015 CM 00 60 00 3 of 5

A602 WINDOW AND FRAME ELEVATIONS 7/16/2015 0A603 DOOR HEAD, JAMB & THRESHOLD DETAILS 7/16/2015 0A604 WINDOW HEAD, JAMB & SILL DETAILS 7/16/2015 0A605 ROOM FINISH SCHEDULE 7/16/2015 0A801 FLOOR PATTERN PLAN 7/16/2015 0A802 FLOOR PATTERN PLAN 7/16/2015 0A803 CANOPY PLAN & DETAILS 7/16/2015 0

FOOD SERVICE FOOD SERVICE 7/16/2015 0FS.01 FOOD SERVICE EQUIPMENT PLAN 7/16/2015 0FS.02 FOOD SERVICE EQUIPMENT SCHEDULE 7/16/2015 0FS.03 FOOD SERVICE PLUMBING PLAN 7/16/2015 0FS.04 FOOD SERVICE ELECTRICAL PLAN 7/16/2015 0FS.05 FOOD SERVICE EQUIPMENT DETAILS 7/16/2015 0FS.06 FOOD SERVICE EQUIPMENT DETAILS 7/16/2015 0

7/16/2015 0STRUCTURAL 7/16/2015 0S001 GENERAL NOTES AND LEGENDS 7/16/2015 0S002 STATEMENT OF SPECIAL INSPECTIONS 7/16/2015 0S100 OVERALL FOUNDATION PLAN 7/16/2015 0S101 FOUNDATION PLAN - AREA A1 7/16/2015 0S102 FOUNDATION PLAN - AREA A2 7/16/2015 0S103 FOUNDATION PLAN - AREA B1 7/16/2015 0S104 FOUNDATION PLAN - AREA B2 7/16/2015 0S105 FOUNDATION PLAN - AREA C1 7/16/2015 0S106 FOUNDATION PLAN - AREA C2 7/16/2015 0S200 OVERALL ROOF FRAMING PLAN 7/16/2015 0S201 ROOF FRAMING PLAN - AREA A1 7/16/2015 0S201A HIGH ROOF FRAMING PLAN - AREA A1 7/16/2015 0S202 ROOF FRAMING PLAN - AREA A2 7/16/2015 0S203 ROOF FRAMING PLAN - AREA B1 7/16/2015 0S204 ROOF FRAMING PLAN - AREA B2 7/16/2015 0S205 ROOF FRAMING PLAN - AREA C1 7/16/2015 0S206 ROOF FRAMING PLAN - AREA C2 7/16/2015 0S300 MASONRY DETAILS 7/16/2015 0S301 MASONRY & FOUNDATION DETAILS 7/16/2015 0S302 FOUNDATION SECTIONS 7/16/2015 0S400 ROOF FRAMING DETAILS 9/8/2015 1S401 ROOF FRAMING SECTIONS 7/16/2015 0

FIRE PROTECTION 7/16/2015 0FP1.1 FIRE PROTECTION LEGENDS, NOTES, SCHEDULES AND DETAILS 7/16/2015 0FP2.1 FIRST FLOOR - AREA A1 FIRE PROTECTION PLAN 7/16/2015 0FP2.2 FIRST FLOOR - AREA A2 FIRE PROTECTION PLAN 7/16/2015 0FP2.3 FIRST FLOOR - AREA B1 FIRE PROTECTION PLAN 7/16/2015 0FP2.4 FIRST FLOOR - AREA B2 FIRE PROTECTION PLAN 7/16/2015 0FP2.5 FIRST FLOOR - AREA C1 FIRE PROTECTION PLAN 7/16/2015 0

New Hunter Elementary SchoolGuilford County School System

Octoberr 29, 2015 CM 00 60 00 4 of 5

FP2.6 FIRST FLOOR - AREA C2 FIRE PROTECTION PLAN 7/16/2015 0

PLUMBING 7/16/2015 0P100 OVERALL REFERNCE PLAN 7/16/2015 0P101 FIRST FLOOR PLAN - AREA A1 7/16/2015 0P102 FIRST FLOOR PLAN - AREA A2 7/16/2015 0P103 FIRST FLOOR PLAN - AREA B1 7/16/2015 0P104 FIRST FLOOR PLAN - AREA B2 7/16/2015 0P105 FIRST FLOOR PLAN - AREA C1 7/16/2015 0P106 FIRST FLOOR PLAN - AREA C2 7/16/2015 0P201 ENLARGED PLANS 7/16/2015 0P202 ENLARGED PLANS 7/16/2015 0P203 ENLARGED KITCHEN PLANS 7/16/2015 0P301 SCHEDULES & DETAILS 7/16/2015 0

MECHANICAL 7/16/2015 0M101 FIRST FLOOR PLAN - AREA A1 7/16/2015 0M102 FIRST FLOOR PLAN - AREA A2 7/16/2015 0M103 FIRST FLOOR PLAN - AREA B1 7/16/2015 0M104 FIRST FLOOR PLAN - AREA B2 7/16/2015 0M105 FIRST FLOOR PLAN - AREA C1 7/16/2015 0M106 FIRST FLOOR PLAN - AREA C2 7/16/2015 0M107 ROOF PLAN 7/16/2015 0M201 SCHEDULES 7/16/2015 0M202 SCHEDULES 7/16/2015 0M301 DETAILS 7/16/2015 0M302 DETAILS 7/16/2015 0M303 DETAILS 7/16/2015 0M401 CONTROLS 7/16/2015 0M402 CONTROLS 7/16/2015 0

ELECTRICAL 7/16/2015 0E1.1 ELECTRICAL LEGENDS, NOTES, SCHEDULES AND DETAILS 7/16/2015 0E2.1 FIRST FLOOR - AREA A1 POWER PLAN 7/16/2015 0E2.2 FIRST FLOOR - AREA A2 POWER PLAN 7/16/2015 0E2.3 FIRST FLOOR - AREA B1 POWER PLAN 7/16/2015 0E2.4 FIRST FLOOR - AREA B2 POWER PLAN 7/16/2015 0E2.5 FIRST FLOOR - AREA C1 POWER PLAN 7/16/2015 0E2.6 FIRST FLOOR - AREA C2 POWER PLAN 7/16/2015 0E2.7 FIRST FLOOR -KITCHEN POWER PLAN 7/16/2015 0E2.8 PARTIAL SITEPOWER SCHEMATIC 9/15/2015 2E3.1 FIRST FLOOR - AREA A1 LIGHTING PLAN 7/16/2015 0E3.2 FIRST FLOOR - AREA A2 LIGHTING PLAN 7/16/2015 0E3.3 FIRST FLOOR - AREA B1 LIGHTING PLAN 7/16/2015 0E3.4 FIRST FLOOR - AREA B2 LIGHTING PLAN 7/16/2015 0E3.5 FIRST FLOOR - AREA C1 LIGHTING PLAN 7/16/2015 0E3.6 FIRST FLOOR - AREA C2 LIGHTING PLAN 7/16/2015 0

New Hunter Elementary SchoolGuilford County School System

Octoberr 29, 2015 CM 00 60 00 5 of 5

E4.1 PANEL SCHEDULES 7/16/2015 0E4.2 PANEL SCHEDULES 7/16/2015 0E4.3 SCHEDULES AND POWER RISER 7/16/2015 0E5.1 DETAILS 7/16/2015 0E6.1 FIRST FLOOR - AREA A1 SPECIAL SYSTEMS PLAN 7/16/2015 0E6.2 FIRST FLOOR - AREA A2 SPECIAL SYSTEMS PLAN 7/16/2015 0E6.3 FIRST FLOOR - AREA B1 SPECIAL SYSTEMS PLAN 7/16/2015 0E6.4 FIRST FLOOR - AREA B2 SPECIAL SYSTEMS PLAN 7/16/2015 0E6.5 FIRST FLOOR - AREA C1 SPECIAL SYSTEMS PLAN 7/16/2015 0E6.6 FIRST FLOOR - AREA C2 SPECIAL SYSTEMS PLAN 7/16/2015 0E7.1 OVERALL SECURITY PLAN 7/16/2015 0FA 1.1 FIRE ALALRM LEGEND, NOTES, SCHEDULES AND DETAILS 7/16/2015 0FA2.1 FIRST FLOOR - AREA A1 FIRE ALARM 7/16/2015 0FA2.2 FIRST FLOOR - AREA A2 FIRE ALARM 7/16/2015 0FA2.3 FIRST FLOOR - AREA B1 FIRE ALARM 7/16/2015 0FA2.4 FIRST FLOOR - AREA B2 FIRE ALARM 7/16/2015 0FA2.5 FIRST FLOOR - AREA C1 FIRE ALARM 7/16/2015 0FA2.6 FIRST FLOOR - AREA C2 FIRE ALARM 7/16/2015 0FA3.1 FIRE ALARM RISER DIAGRAM 7/16/2015 0