biloba Architecture, PLLC | Charlotte, NC | 704.248.2922 2019 - 03 - 27 077_Addendum No. 1.docx ADDENDUM NO. 1 Date: March 27, 2019 Project Name: Graduate School and Military Outreach SCO ID No.: 18-18670-01 The following clarifications, amendments, additions, deletions, revisions, and 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. BIDDING QUESTIONS AND RESPONSES 1. When does the question period end? Response: Bidding questions will be entertained until 5:00pm on March 29, 2019. 2. Will the Owner key their own cores? Response: Refer to Specification Section 08 7100 “Door Hardware.” Cores are to be delivered to the Owner for keying. 3. Is asbestos present in the building? Response: The Owner has abated the majority of the asbestos. Mastic on water piping is known to contain asbestos. Where connecting to existing water piping, the Contractor shall include abatement in base bid. Undisturbed mastic may be encapsulated. 4. Is the building sprinklered? Response: The building is not sprinklered. 5. Is a bid bond required? Response: A Bid Bond is not required. Performance and Payment bonds will be required. 6. What is the Contract duration? Response: Contract duration is 100 calendar days from the Notice to Proceed. Anticipated Notice to Proceed is approximately one week from Bid Opening. 7. Are there liquidated damages on the project? Response: Yes. Liquidated Damages are $500 per calendar day. CONSULTANT ADDENDA (attached) Coastal Plains Engineering Addendum No. 1
56
Embed
biloba Architecture, PLLC · 2019-04-02 · UNCP GRADUATE SCHOOL & MILITARY OUTREACH TOC-1 077 *Addendum No. 1 . Title Page Seals Page Table of Contents State of North Carolina Standard
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
ADDENDUM NO. 1 Date: March 27, 2019 Project Name: Graduate School and Military Outreach SCO ID No.: 18-18670-01 The following clarifications, amendments, additions, deletions, revisions, and 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. BIDDING QUESTIONS AND RESPONSES 1. When does the question period end?
Response: Bidding questions will be entertained until 5:00pm on March 29, 2019.
2. Will the Owner key their own cores? Response: Refer to Specification Section 08 7100 “Door Hardware.” Cores are to be delivered to the Owner for keying.
3. Is asbestos present in the building? Response: The Owner has abated the majority of the asbestos. Mastic on water piping is known to contain asbestos. Where connecting to existing water piping, the Contractor shall include abatement in base bid. Undisturbed mastic may be encapsulated.
4. Is the building sprinklered? Response: The building is not sprinklered.
5. Is a bid bond required? Response: A Bid Bond is not required. Performance and Payment bonds will be required.
6. What is the Contract duration? Response: Contract duration is 100 calendar days from the Notice to Proceed. Anticipated Notice to Proceed is approximately one week from Bid Opening.
7. Are there liquidated damages on the project? Response: Yes. Liquidated Damages are $500 per calendar day.
SPECIFICATIONS (attached) Table of Contents Bid Form Supplementary General Conditions 00 4321 “Allowance Form” (New Section, Submit form with bid) 00 4322 “Unit Prices Form” (New Section, Submit form with bid) 01 1000 “Summary” 01 2100 “Allowances” (New Section) 01 2200 “Unit Prices” (New Section) 01 2600 “Contract Modification Procedures” 08 7100 “Door Hardware” DRAWINGS (attached) G003 G101 A101 A211 A251 A252 A601 AF700 PD1 M1 E2 E3 - END OF ADDENDUM NO. 1 --
Coastal Plains Engineering, P.A. 2018-157 UNC Graduate School and Military Outreach Re: Addendum No. 2, 03-27-19 Page 1
March 27, 2019 ADDENDUM NO. 1 Coastal Plains Engineering, PA PO Box 1117 295 Locklear Rd Pembroke, NC 28372 THE PLANS AND SPECIFICATIONS ARE HEREBY MODIFIED AS FOLLOWS: CHANGES TO DRAWINGS: Item 1: Sheet M1 Adjusted grille locations per revised floorplan. Item 2: Sheet PD-1. Fixtures that have been demo'd by others have now been
removed from the plan. Piping left at demo'd fixtures to be capped with cleanouts per NC Plumbing code. Wall cleanouts in finished areas shall be Jay R Smith stainless steel 9775 or eq by Zurn or Josam. Floor cleanouts shall be Zurn CO2450 or eq by Josam or Jay R Smith.
Item 3: Sheet E2. Adjusted lighting locations per revised floorplan. Item 4: Sheet E3. Adjust receptacles per new revised floorplan. Removed (2)
card readers from the 1st floor and (4) card readers from the 2nd floor. Added (1) card reader in vestibule 101. Added camera outside vestibule 201. Added ceiling mounted data at each camera location (3) total. Added ceiling mounted data in rooms 110,117,210 and 207.
Item 5: DWV piping shall be PVC. Existing piping is cast iron, suitable piping connectors shall be provided.
Item 6: Water piping shall be copper.
chriswin7
NC Seal
chriswin7
Typewritten Text
03-27-19
UNCP GRADUATE SCHOOL & MILITARY OUTREACH
TOC-1 077 *Addendum No. 1
Title Page Seals Page Table of Contents State of North Carolina Standard Form of Informal Contract and General Conditions Supplementary General Conditions MBE Guidelines and Affidavits Form of Performance Bond Form of Payment Bond *DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS *00 4321 Allowance Form *00 4322 Unit Price Form
DIVISION 01 - GENERAL REQUIREMENTS 01 1000 Summary *01 2100 Allowances *01 2200 Unit Prices 01 2300 Alternates 01 2500 Substitution Procedures 01 2600 Contract Modification Procedures 01 2900 Payment Procedures 01 3100 Project Management And Coordination 01 3200 Construction Progress Documentation 01 3300 Submittal Procedures 01 4000 Quality Requirements 01 4200 References 01 5000 Temporary Facilities And Controls 01 6000 Product Requirements 01 7300 Execution 01 7700 Closeout Procedures 01 7823 Operation And Maintenance Data 01 7839 Project Record Documents 01 7900 Demonstration and Training
26 0500 Basic Electrical Materials and Methods 26 0550 Raceways and Boxes 26 0553 Conductors and Cables 26 0560 Grounding and Bonding 26 0570 Wiring Devices 26 2816 Enclosed Switched and Circuit Breakers
DIVISION 27 – DATA 27 1515 Voice and Data Communication Cabling
DIVISION 28 – ELECTRONIC SECURITY AND SAFETY 28 3100 Fire Alarm
END OF TABLE OF CONTENTS
*Addendum No. 1
BID/ACCEPTANCE FORM for
Graduate School and Military Outreach SCO ID# 18-18670-01A
Renovation of Old Infirmary building to accommodate the Graduate School and Military Outreach Programs
The undersigned, as bidder, proposes and agrees if this bid is accepted to contract with the State of North Carolina through the University of North Carolina at Pembroke for the furnishing of all materials, equipment, and labor necessary to complete the construction of the work described in these documents in full and complete accordance with plans, specifications, and contract documents, and to the full and entire satisfaction of the State of North Carolina and the University of North Carolina at Pembroke and Biloba Architecture, PLLC for the sum of: BASE BID: Dollars $ Alternate # Add/Deduct Alternate bid
price Accepted (OWNER INITIALS ON EACH LINE INDICATES ACCEPTANCE OF ALTERNATE)
1 Owner Preferred Door Hardware
2 Owner Preferred IT Equipment 3 Exterior Canopies 4 Interior Furring and Gypsum Board
5 New Storefront Entrance 6 New Storefront Windows
*Acknowledgement of Addendum No. 1________ Respectively submitted this day of _____ _______20 __ (Contractor’s Name) Federal ID#: By: Witness: Title: (Owner, partner, corp. Pres. Or Vice President) Address: (Proprietorship or Partnership) Attest: (corporation) Email Address:
SUPPLEMENTARY GENERAL CONDITIONS TIME OF COMPLETION The Contractor shall commence work to be performed under this Contract on a date to be specified in written order from the Designer/Owner and shall fully complete all work hereunder within one-hundred (100) consecutive calendar days from the Notice to Proceed. For each day in excess of the above number of days, the Contractor shall pay the Owner the amount of five-hundred Dollars ($500) as liquidated damages reasonably estimated in advance to cover the losses to be incurred by the Owner should the Contractor fail to complete the Work within the time specified. If the Contractor is delayed at anytime in the progress of his work by any act or negligence of the Owner, his employees or his separate contractor, by changes ordered in the work; by abnormal weather conditions; by any causes beyond the Contractor's control or by other causes deemed justifiable by Owner, then the contract time may be reasonably extended in a written order from the Owner upon written request from the contractor within ten days following the cause for delay. Time extensions for weather delays, acts of God, labor disputes, fire, delays in transportation, unavoidable casualties or other delays which are beyond the control of the Owner do not entitle the Contractor to compensable damages for delays. Any contractor claim for compensable damages for delays is limited to delays caused solely by the owner or its agents. PAYMENTS Partial payments will be made. Final payment will be made within forty-five (45) consecutive days after acceptance of the work and the submission of the notarized contractor's affidavit, four copies of invoices (which are to include the contract, account and job order numbers), and all required closeout documentation. The contractor's affidavit shall state: "This is to certify that all costs of materials, equipment, labor, and all else entering into the accomplishment of this contract, including payrolls, have been paid in full." Executed contract documents and insurance certifications and other information requested are to be sent to:
Michael McKoy UNC Pembroke
1 University Drive, Pembroke, NC 28372 910.827.0590
UTILITIES Owner will provide certain utilities such as power and water with connections and extensions by the Contractor. Contractor shall remove all temporary utilities and facilities at the end of the construction period. SECURITY Contractor is responsible for security of the work area and coordinating with UNCP Campus Police. USE OF SITE Refer to Specification Section 01 1000 “Summary.” ALTERNATE BIDS Refer to Specification Section 01 2300 “Alternates.” NO SMOKING POLICY Smoking is prohibited within twenty-five (25) *one-hundred (100) feet of any building. FIRE ALARM WORK
*Addendum No. 1
Contractor for fire alarms shall be approved by UNC Pembroke Facilities Management prior to beginning work. PERFORMANCE AND PAYMENT BONDS Contractor shall furnish a Performance Bond and Payment Bond executed by a surety company authorized to do business in North Carolina. The bonds shall be in the full contract amount. Bonds shall be executed in the form bound with these specifications (Forms 307 & 308). An authorized agent of the bonding company who is licensed to do business in North Carolina shall countersign all bonds. MINORITY BUSINESS PARTICIPATION Refer to the “GUIDELINES FOR RECRUITMENT AND SELECTION OF MINORITY BUSINESSES FOR PARTICIPATION IN UNIVERSITY OF NORTH CAROLINA CONSTRUCTION CONTRACTS”. ARTICLE 2. – DEFINITIONS Add the following definitions: ““Provide” shall mean furnish and install complete, in place, and ready for use. “Indicated” and “Shown” shall mean as detailed, scheduled, or called for in the Contract Documents. “Latest Edition” shall mean the current printed document issued up to 30 calendar days prior to date of receipt of bids, unless specified otherwise. “Quality” shall mean the meticulous attention to the detail of installation and workmanship necessary to the assemblage of products in the highest grade of excellence by skilled craftsman of the trade. “Drawings” or “Plans” shall mean the drawings enumerated on the Title Sheet of the Contract Drawings. “Specifications” shall mean this Project Manual and Addenda.”” ARTICLE 2 - INTENT AND EXECUTION OF DOCUMENTS Add the following:
“Prints do not reproduce to accurate scale. Dimensions are not to be taken from prints by scaling only, but all measurements thus taken are to be figured and checked with dimensions shown or field measurements.
All work shall be in accordance with the Contract Documents. No change therefrom shall be made without a review by the Designer. Where more detailed information is needed, or when an interpretation of the Contract Documents is needed, the Contractor, before proceeding with the work, shall refer the matter to the Designer, who will furnish information or interpretation in the form of a Field Order or other written forms or drawings. If any errors, inconsistencies, or omissions in the Contract Documents are recognized by the Contractor or any member of his organization, the Contractor shall notify the Designer in writing of such error, inconsistency, or omission before proceeding with the work.
Should the specifications and drawings fail to particularly describe the material or kind of goods to be used in any place, then it shall be the duty of the Contractor to make inquiry of the Designer for what is best suited. The material that would normally be used in this place to produce first-quality finished work shall be considered a part of the Contract.
The Contractor shall examine the site before bidding the project and shall familiarize himself or herself with all existing conditions. Failure of the Contractor to visit the site before submission of a bid shall not relive him or her of any special problems which might have been avoided had the Contractor examined the existing site conditions. The Contract drawings contain information to a degree of detail which is considered to be both consistent with their scales and adequate to accomplish their purpose. Beyond this point they are diagrammatic. The Contractor shall provide all miscellaneous materials required to completely install the work in accordance with the intent of the drawings and the specified functions. Any omissions from either the drawing or the specifications are unintentional and it shall be the responsibility of the Contractor to call to the attention of the Designer any pertinent omissions prior to submission of a bid.
*Addendum No. 1
If, in the opinion of the Contractor, work is indicated or is specified in such a manner as will make it impossible to produce a first-class piece of work, or should discrepancies appear within the Contract Documents, he shall refer same to the Designer for interpretation before proceeding with the work. If the Contractor fails to make such reference, no excuse will thereafter be entertained for failure to carry out work in a satisfactory manner. Where only part of the work is indicated, similar parts shall be considered repetition. Where any detail is shown and the components therefore are fully described, similar details shall be construed to require equal materials and construction.” ARTICLE 9 - CODES, PERMITS AND INSPECTIONS Add the following: “Contractor is solely responsible for coordinating inspections with the State Construction Office and scheduling inspections in a timely manner to avoid delays. Contractor is further advised that the State Construction Office’s inspector conducts inspections once weekly, generally on Tuesday. Contractor shall provide sufficient notice to the inspector when requesting inspections. Failure to request timely inspections will not be considered grounds for changes in the contract sum or contract time.” END OF SUPPLEMENTARY GENERAL CONDITIONS
UNCP GRADUATE SCHOOL & MILITARY OUTREACH
ALLOWANCE FORM 004321 - 1 077 *Addendum No. 1
*SECTION 004321 - ALLOWANCE FORM
1.1 BID INFORMATION
A. Bidder: ____________________________________________________.
B. Project Name: Graduate School and Military Outreach.
C. Project Location: University of North Carolina at Pembroke.
1.2 BID FORM SUPPLEMENT
A. 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 in Section 01 2100 "Allowances."
1.3 SUBMISSION OF BID SUPPLEMENT
A. Respectfully submitted this ____ day of ____________, 2019.
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).
END OF DOCUMENT 004321
UNCP GRADUATE SCHOOL & MILITARY OUTREACH
UNIT PRICES FORM 004322 - 1 077 *Addendum No. 1
*SECTION 004322 - UNIT PRICES FORM
1.1 BID INFORMATION
A. Bidder: ____________________________________________________.
B. Project Name: Graduate School & Military Outreach.
C. Project Location: University of North Carolina at Pembroke.
1.2 BID FORM SUPPLEMENT
A. This form is required to be attached to the Bid Form.
B. The undersigned Bidder proposes the amounts below be added to or deducted from the Contract Sum on performance and measurement of the individual items of Work.
C. If the unit price does not affect the Work of this Contract, the Bidder shall indicate "NOT APPLICABLE."
1.3 UNIT PRICES
A. Unit-Price No. 1: Installation of concrete topping.
1. _______________________________________ dollars ($_____________) per unit.
B. Unit-Price No. 2: Installation of gypsum board and 7/8 furring channels.
1. _______________________________________ dollars ($_____________) per unit.
C. Unit-Price No. 3: Installation of conduit supports.
1. __________________________________ dollars ($_____________) per 3/4 inch unit.
2. __________________________________ dollars ($_____________) per 1/2 inch unit.
3. __________________________________ dollars ($_____________) per 1 inch unit.
4. __________________________________ dollars ($_____________) per 1-1/2 inch unit.
5. __________________________________ dollars ($_____________) per 2 inch unit.
6. __________________________________ dollars ($_____________) per 2-1/2 inch unit.
1.4 SUBMISSION OF BID SUPPLEMENT
A. Respectfully submitted this ____ day of ____________, 2019.
UNCP GRADUATE SCHOOL & MILITARY OUTREACH
UNIT PRICES FORM 004322 - 2 077 *Addendum No. 1
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).
END OF DOCUMENT 004322
UNCP GRADUATE SCHOOL & MILITARY OUTREACH
SUMMARY 011000 - 1 077 *Addendum No. 1
SECTION 011000 - SUMMARY
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section Includes:
1. Project information. 2. Work covered by Contract Documents. 3. Work under separate contracts. 4. Access to site. 5. Work restrictions. 6. Specification and Drawing conventions. 7. Miscellaneous provisions.
B. Related Requirements:
1. Section 015000 "Temporary Facilities and Controls" for limitations and procedures governing temporary use of Owner's facilities.
1.3 PROJECT INFORMATION
A. Project Identification: Graduate School and Military Outreach.
B. Owner: University of North Carolina at Pembroke.
1. Owner's Representative: Jay Blauser, Assistant Director of Facilities Planning and Construction. Pinchbeck Maintenance Building. 1 University Drive. Pembroke, NC. 28372. 910.521.6509
C. Architect: Biloba Architecture, PLLC. 8801 JM Keynes Drive, Suite 365. Charlotte, NC 28262.
D. Architect's Consultants: Architect has retained the following design professionals who have prepared designated portions of the Contract Documents:
1. Structural Engineer: Stanly D. Lindsey and Associates, Ltd. 1347 Harding Place, Suite 201. Charlotte, NC 28204.
UNCP GRADUATE SCHOOL & MILITARY OUTREACH
SUMMARY 011000 - 2 077 *Addendum No. 1
2. Mechanical, Electrical, Plumbing, and Fire Alarm Engineer: Coastal Plains Engineering, PA. PO Box 1117. Pembroke, NC 28372.
1.4 WORK COVERED BY CONTRACT DOCUMENTS
A. The Work of Project is defined by the Contract Documents and consists of the following:
1. Renovation of existing building for the Graduate School and Military Outreach Programs and other Work indicated in the Contract Documents.
B. Type of Contract:
1. Project will be constructed under a single prime contract.
1.5 WORK BY OWNER
A. General: Cooperate fully with Owner so work may be carried out smoothly, without interfering with or delaying work under this Contract or work by Owner. Coordinate the Work of this Contract with work performed by Owner.
1.6 WORK UNDER SEPARATE CONTRACTS
A. General: Cooperate fully with separate contractors so work on those contracts may be carried out smoothly, without interfering with or delaying Work under this Contract or other contracts. Coordinate the Work of this Contract with work performed under separate contracts.
B. Preceding Work: Owner has awarded separate contract(s) for the following construction operations at Project site. Those operations are scheduled to be substantially complete before Work under this Contract begins.
1. Partial hazardous materials abatement.
2. Partial selective demolition.
1.7 ACCESS TO SITE
A. General: Contractor shall have full use of Project site for construction operations during construction period. Contractor's use of Project site is limited only by Owner's right to perform work or to retain other contractors on portions of Project.
B. Use of Site: Limit use of Project site to areas within the Contract limits indicated. Do not disturb portions of Project site beyond areas in which the Work is indicated.
1. Limits: Confine construction operations to areas indicated on Drawings. 2. Driveways, Walkways and Entrances: Keep driveways loading areas, and entrances
serving premises clear and available to Owner, Owner's employees, and emergency vehicles at all times. Do not use these areas for parking or for storage of materials.
UNCP GRADUATE SCHOOL & MILITARY OUTREACH
SUMMARY 011000 - 3 077 *Addendum No. 1
a. Schedule deliveries to minimize use of driveways and entrances by construction operations.
b. Schedule deliveries to minimize space and time requirements for storage of materials and equipment on-site.
C. Condition of Existing Building: Maintain portions of existing building affected by construction operations in a weathertight condition throughout construction period. Repair damage caused by construction operations.
D. *Condition of Existing Grounds: Maintain portions of existing grounds, landscaping, parking lot and hardscaping affected by construction operations throughout construction period. Repair damage caused by construction operations.
E. *Parking: Contractor shall register vehicles with Facilities Management and obtain temporary parking permits for all vehicles.
1.8 WORK RESTRICTIONS
A. Work Restrictions, General: Comply with restrictions on construction operations.
1. Comply with limitations on use of public streets and with other requirements of authorities having jurisdiction.
B. On-Site Work Hours: Limit work in the existing building to normal business working hours of 8:30 a.m. to 5:00 p.m., Monday through Friday, unless otherwise indicated.
C. Existing Utility Interruptions: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after providing temporary utility services according to requirements indicated:
1. Notify Owner not less than two days in advance of proposed utility interruptions. 2. Obtain Owner's written permission before proceeding with utility interruptions.
D. Restricted Substances: Use of tobacco products and other controlled substances on Project site is not permitted.
E. Employee Identification: Provide identification tags for Contractor personnel working on Project site. Require personnel to use identification tags at all times.
F. Employee Screening: Comply with Owner's requirements for screening of Contractor personnel working on Project site.
1. Maintain list of approved screened personnel with Owner's representative.
1.9 SPECIFICATION AND DRAWING CONVENTIONS
A. Specification Content: The Specifications use certain conventions for the style of language and the intended meaning of certain terms, words, and phrases when used in particular situations. These conventions are as follows:
UNCP GRADUATE SCHOOL & MILITARY OUTREACH
SUMMARY 011000 - 4 077 *Addendum No. 1
1. Imperative mood and streamlined language are generally used in the Specifications. The words "shall," "shall be," or "shall comply with," depending on the context, are implied where a colon (:) is used within a sentence or phrase.
2. Specification requirements are to be performed by Contractor unless specifically stated otherwise.
B. Division 01 General Requirements: Requirements of Sections in Division 01 apply to the Work of all Sections in the Specifications.
C. Drawing Coordination: Requirements for materials and products identified on Drawings are described in detail in the Specifications. One or more of the following are used on Drawings to identify materials and products:
1. Terminology: Materials and products are identified by the typical generic terms used in the individual Specifications Sections.
2. Abbreviations: Materials and products are identified by abbreviations published as part of the U.S. National CAD Standard and scheduled on Drawings.
3. Keynoting: Materials and products are identified by reference keynotes referencing Specification Section numbers found in this Project Manual.
PART 2 - PRODUCTS (Not Used)
PART 3 - EXECUTION (Not Used)
END OF SECTION 011000
UNCP GRADUATE SCHOOL & MILITARY OUTREACH
ALLOWANCES 012100 - 1 077 *Addendum No. 1
*SECTION 01 2100 - ALLOWANCES
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section includes administrative and procedural requirements governing allowances.
B. Types of allowances include the following:
1. Quantity allowances.
C. Related Requirements:
1. Section 012200 "Unit Prices" for procedures for using unit prices, including adjustment of quantity allowances when applicable.
2. Section 012600 "Contract Modification Procedures" for procedures for submitting and handling Change Orders.
1.3 DEFINITIONS
A. Allowance: A quantity of work or dollar amount included in the Contract, established in lieu of additional requirements, used to defer selection of actual materials and equipment to a later date when direction will be provided to Contractor. If necessary, additional requirements will be issued by Change Order.
1.4 SELECTION AND PURCHASE
A. At the earliest practical date after award of the Contract, advise Architect of the date when final selection, or purchase and delivery, of each product or system described by an allowance must be completed by the Owner to avoid delaying the Work.
B. At Architect's request, obtain proposals for each allowance for use in making final selections. Include recommendations that are relevant to performing the Work.
C. Purchase products and systems selected by Architect from the designated supplier.
UNCP GRADUATE SCHOOL & MILITARY OUTREACH
ALLOWANCES 012100 - 2 077 *Addendum No. 1
1.5 ACTION SUBMITTALS
A. Submit proposals for purchase of products or systems included in allowances in the form specified for Change Orders.
1.6 INFORMATIONAL SUBMITTALS
A. Submit invoices or delivery slips to show actual quantities of materials delivered to the site for use in fulfillment of each allowance.
B. Submit time sheets and other documentation to show labor time and cost for installation of allowance items that include installation as part of the allowance.
C. Coordinate and process submittals for allowance items in same manner as for other portions of the Work.
1.7 QUANTITY ALLOWANCES
A. Allowance shall include cost to Contractor of specific products and materials ordered by Owner or selected by Architect under allowance and shall include taxes, freight, and delivery to Project site.
B. Unless otherwise indicated, Contractor's costs for receiving and handling at Project site, labor, installation, overhead and profit, and similar costs related to products and materials ordered by Owner or selected by Architect under allowance shall be included as part of the Contract Sum and not part of the allowance.
C. Unused Materials: Return unused materials purchased under an allowance to manufacturer or supplier for credit to Owner, after installation has been completed and accepted.
1. If requested by Architect, retain and prepare unused material for storage by Owner. Deliver unused material to Owner's storage space as directed.
1.8 ADJUSTMENT OF ALLOWANCES
A. Allowance Adjustment: To adjust allowance amounts, prepare a Change Order proposal based on the difference between purchase amount and the allowance, multiplied by final measurement of work-in-place where applicable. If applicable, include reasonable allowances for cutting losses, tolerances, mixing wastes, normal product imperfections, required maintenance materials, and similar margins.
1. Include installation costs in purchase amount only where indicated as part of the allowance.
2. If requested, prepare explanation and documentation to substantiate distribution of overhead costs and other markups.
3. Submit substantiation of a change in scope of Work, if any, claimed in Change Orders related to unit-cost allowances.
4. Owner reserves the right to establish the quantity of work-in-place by independent quantity survey, measure, or count.
UNCP GRADUATE SCHOOL & MILITARY OUTREACH
ALLOWANCES 012100 - 3 077 *Addendum No. 1
B. Submit claims for increased costs due to a change in the scope or nature of the allowance described in the Contract Documents, whether for the purchase order amount or Contractor's handling, labor, installation, overhead, and profit.
1. Do not include Contractor's or subcontractor's indirect expense in the Change Order cost amount unless it is clearly shown that the nature or extent of Work has changed from what could have been foreseen from information in the Contract Documents.
2. No change to Contractor's indirect expense is permitted for selection of higher- or lower-priced materials or systems of the same scope and nature as originally indicated.
PART 2 - PRODUCTS (Not Used)
PART 3 - EXECUTION
3.1 EXAMINATION
A. Examine products covered by an allowance promptly on delivery for damage or defects. Return damaged or defective products to manufacturer for replacement.
3.2 PREPARATION
A. Coordinate materials and their installation for each allowance with related materials and installations to ensure that each allowance item is completely integrated and interfaced with related work.
3.3 SCHEDULE OF ALLOWANCES
A. Allowance No. 1: Quantity Allowance: Include 600 square feet at 1-inch average depth of self-leveling, lightweight concrete topping for leveling the existing concrete floor in preparation for new flooring finishes. Patching of abandoned pipe and ductwork penetrations shall be included in the base bid.
1. Coordinate quantity allowance adjustment with unit-price requirements in Section 012200 "Unit Prices."
B. Allowance No. 2: Quantity Allowance: Include 1,200 square feet of 5/8-inch gypsum board on 7/8-inch furring channels for covering existing CMU walls that were damaged by demolition operations. Painting and rubber base are not included in the allowance and are included in the base bid. Allowance is independent of Alternate No. 4.
1. Coordinate quantity allowance adjustment with unit-price requirements in Section 012200 "Unit Prices."
C. Allowance No. 3: Quantity Allowance: Include 150 conduit supports for existing unsupported conduit to meet current NEC and State Construction Office requirements as follows:
1. 3/4 inch, Quantity: 75
UNCP GRADUATE SCHOOL & MILITARY OUTREACH
ALLOWANCES 012100 - 4 077 *Addendum No. 1
2. 1/2 inch, Quantity: 50
3. 1 inch, Quantity: 10
4. 1-1/2 inch, Quantity: 5
5. 2 inch, Quantity: 5
6. 2-1/2 inch, Quantity: 5
7. Coordinate quantity allowance adjustment with unit-price requirements in Section 012200 "Unit Prices."
END OF SECTION 012100
UNCP GRADUATE SCHOOL & MILITARY OUTREACH
UNIT PRICES 012200 - 1 077 *Addendum No. 1
*SECTION 012200 - UNIT PRICES
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section includes administrative and procedural requirements for unit prices.
B. Related Requirements:
1. Section 012100 "Allowances" for procedures for using unit prices to adjust quantity allowances.
2. Section 012600 "Contract Modification Procedures" for procedures for submitting and handling Change Orders.
1.3 DEFINITIONS
A. Unit price is an amount incorporated into the Agreement, applicable during the duration of the Work as a price per unit of measurement for materials, equipment, or services, or a portion of the Work, added to or deducted from the Contract Sum by appropriate modification, if the scope of Work or estimated quantities of Work required by the Contract Documents are increased or decreased.
1.4 PROCEDURES
A. Unit prices include all necessary material, plus cost for delivery, installation, insurance, applicable taxes, overhead, and profit.
B. Measurement and Payment: See individual Specification Sections for work that requires establishment of unit prices. Methods of measurement and payment for unit prices are specified in those Sections.
C. Owner reserves the right to reject Contractor's measurement of work-in-place that involves use of established unit prices and to have this work measured, at Owner's expense, by an independent surveyor acceptable to Contractor.
D. List of Unit Prices: A schedule of unit prices is included in Part 3. Specification Sections referenced in the Part 3 "Schedule of Unit Prices" Article contain requirements for materials described under each unit price.
UNCP GRADUATE SCHOOL & MILITARY OUTREACH
UNIT PRICES 012200 - 2 077 *Addendum No. 1
PART 2 - PRODUCTS (Not Used)
PART 3 - EXECUTION
3.1 SCHEDULE OF UNIT PRICES
A. Unit Price No. 1: Installation of concrete topping.
1. Description: self-leveling, lightweight concrete topping for leveling the existing concrete floor in preparation for new flooring finishes.
2. Unit of Measurement: Square foot of topping placed, at a depth of 1-inch. 3. Quantity Allowance: Coordinate unit price with allowance adjustment requirements in
Section 012100 "Allowances."
B. Unit Price No. 2: Installation of gypsum board and 7/8 furring channels.
1. Description: 5/8-inch gypsum board on 7/8-inch furring channels for covering existing CMU walls that were damaged by demolition operations.
2. Unit of Measurement: Square foot of gypsum board and furring channels installed. 3. Quantity Allowance: Coordinate unit price with allowance adjustment requirements in
Section 012100 "Allowances."
C. Unit Price No. 3: Installation of conduit supports.
1. Description: conduit supports for existing unsupported conduit to meet current NEC and State Construction Office requirements.
2. Unit of Measurement: Single conduit support, installed. 3. Quantity Allowance: Coordinate unit price with allowance adjustment requirements in
A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section includes administrative and procedural requirements for handling and processing Contract modifications.
B. Related Requirements:
1. Section 012500 "Substitution Procedures" for administrative procedures for handling requests for substitutions made after the Contract award.
1.3 MINOR CHANGES IN THE WORK
A. Architect will issue supplemental instructions authorizing minor changes in the Work, not involving adjustment to the Contract Sum or the Contract Time, on Architect’s standard form.
1.4 PROPOSAL REQUESTS
A. Owner-Initiated Proposal Requests: Architect will issue a detailed description of proposed changes in the Work that may require adjustment to the Contract Sum or the Contract Time. If necessary, the description will include supplemental or revised Drawings and Specifications.
1. Work Change Proposal Requests issued by Architect are not instructions either to stop work in progress or to execute the proposed change.
2. Within time specified in Proposal Request or 7 days, when not otherwise specified, after receipt of Proposal Request, submit a quotation estimating cost adjustments to the Contract Sum and the Contract Time necessary to execute the change.
a. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities.
b. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts.
c. Include costs of labor and supervision directly attributable to the change. d. Include an updated Contractor's construction schedule that indicates the effect of
the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time.
e. Quotation Form: Use forms acceptable to Architect.
B. Contractor-Initiated Proposals: If latent or changed conditions require modifications to the Contract, Contractor may initiate a claim by submitting a request for a change to Architect.
1. Include a statement outlining reasons for the change and the effect of the change on the Work. Provide a complete description of the proposed change. Indicate the effect of the proposed change on the Contract Sum and the Contract Time.
2. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities.
3. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts.
4. Include costs of labor and supervision directly attributable to the change. 5. Include an updated Contractor's construction schedule that indicates the effect of the
change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time.
6. Comply with requirements in Section 012500 "Substitution Procedures" if the proposed change requires substitution of one product or system for product or system specified.
7. Proposal Request Form: Use form acceptable to Architect.
1.5 *ADMINISTRATIVE CHANGE ORDERS
A. *Allowance Adjustment: See Section 012100 "Allowances" for administrative procedures for preparation of Change Order Proposal for adjusting the Contract Sum to reflect actual costs of allowances.
B. *Unit-Price Adjustment: See Section 012200 "Unit Prices" for administrative procedures for preparation of Change Order Proposal for adjusting the Contract Sum to reflect measured scope of unit-price work.
1.6 CHANGE ORDER PROCEDURES
A. On Owner's approval of a Work Change Proposal Request, Architect will issue a Change Order for signatures of Owner and Contractor on Architect’s standard form.
1.7 CONSTRUCTION CHANGE DIRECTIVE
A. Construction Change Directive: Architect may issue a Construction Change Directive on Architect’s standard form. Construction Change Directive instructs Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order.
1. Construction Change Directive contains a complete description of change in the Work. It also designates method to be followed to determine change in the Contract Sum or the Contract Time.
B. Documentation: Maintain detailed records on a time and material basis of work required by the Construction Change Directive.
1. After completion of change, submit an itemized account and supporting data necessary to substantiate cost and time adjustments to the Contract.
PART 2 - PRODUCTS (Not Used)
PART 3 - EXECUTION (Not Used)
END OF SECTION 012600
UNCP GRADUATE SCHOOL & MILITARY OUTREACH
DOOR HARDWARE 08 7100 - 1 077 *Addendum No. 1
SECTION 08 7100 - DOOR HARDWARE
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Mechanical door hardware for the following:
a. Swinging doors.
2. Electrified door hardware.
B. Related Requirements:
1. Section 012300 “Alternates” for Owner-Preferred brand alternates.
2. Section 084113 “Aluminum-framed entrances and storefronts” for coordination with aluminum entrance doors.
1.2 COORDINATION
A. Installation Templates: Distribute for doors, frames, and other work specified to be factory prepared. Check Shop Drawings of other work to confirm that adequate provisions are made for locating and installing door hardware to comply with indicated requirements.
B. Electrical System Roughing-In: Coordinate layout and installation of electrified door hardware with connections to power supplies and building safety and security systems.
C. Existing Openings: Where hardware components are scheduled for application to existing construction or where modifications to existing door hardware are required, field verify existing conditions and coordinate installation of door hardware to suit opening conditions and to provide proper door operation.
1.3 PREINSTALLATION MEETINGS
A. Hardware Conference: Conduct conference at Project site to comply with requirements in Section 01 3100 “Project Management and Coordination.” In addition to Owner, Contractor, and Architect, conference participants shall also include Installer’s Architectural Hardware Consultant. Incorporate hardware conference decisions into final hardware and keying schedule after reviewing door hardware system including, but not limited to, the following:
1. Function of building, flow of traffic, purpose of each area, degree of security required, and plans for future expansion.
2. Preliminary key system schematic diagram. 3. Requirements for key control system
UNCP GRADUATE SCHOOL & MILITARY OUTREACH
DOOR HARDWARE 08 7100 - 2 077 *Addendum No. 1
4. Requirements for access control. 5. Delivery of keys.
1.4 ACTION SUBMITTALS
A. Product Data: For each type of product.
1. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes.
B. Shop Drawings: For electrified door hardware.
1. Include diagrams for power, signal, and control wiring. 2. Include details of interface of electrified door hardware and building safety and security
systems.
C. Samples for Verification: For each type of exposed product, in each finish specified.
1. Sample Size: Full-size units or minimum 2-by-4-inch Samples for sheet and 4-inch long Samples for other products.
D. Door Hardware Schedule: Prepared by or under the supervision of Installer's Architectural Hardware Consultant. Coordinate door hardware schedule with doors, frames, and related work to ensure proper size, thickness, hand, function, and finish of door hardware.
1. Submittal Sequence: Submit door hardware schedule concurrent with submissions of Product Data, Samples, and Shop Drawings. Coordinate submission of door hardware schedule with scheduling requirements of other work to facilitate the fabrication of other work that is critical in Project construction schedule.
2. Format: Use same scheduling sequence and format and use same door numbers as in door hardware schedule in the Contract Documents.
3. Content: Include the following information:
a. Identification number, location, hand, fire rating, size, and material of each door and frame.
b. Locations of each door hardware set, cross-referenced to Drawings on floor plans and to door and frame schedule.
c. Complete designations, including name and manufacturer, type, style, function, size, quantity, function, and finish of each door hardware product.
d. Description of electrified door hardware sequences of operation and interfaces with other building control systems.
e. Fastenings and other installation information. f. Explanation of abbreviations, symbols, and designations contained in door
hardware schedule. g. Mounting locations for door hardware. h. List of related door devices specified in other Sections for each door and frame.
E. Keying Schedule: Prepared by or under the supervision of Installer's Architectural Hardware Consultant, detailing Owner's final keying instructions for locks. Include schematic keying
UNCP GRADUATE SCHOOL & MILITARY OUTREACH
DOOR HARDWARE 08 7100 - 3 077 *Addendum No. 1
diagram and index each key set to unique door designations that are coordinated with the Contract Documents.
1.5 INFORMATIONAL SUBMITTALS
A. Qualification Data: For Installer and Architectural Hardware Consultant.
B. Product Certificates: For each type of electrified door hardware.
1. Certify that door hardware for use on each type and size of labeled fire-rated doors complies with listed fire-rated door assemblies.
C. Product Test Reports: For compliance with accessibility requirements, for tests performed by manufacturer and witnessed by a qualified testing agency, for door hardware on doors located in accessible routes.
D. Sample Warranty: For special warranty.
1.6 CLOSEOUT SUBMITTALS
A. Maintenance Data: For each type of door hardware to include in maintenance manuals.
1.7 MAINTENANCE MATERIAL SUBMITTALS
A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents.
1.8 QUALITY ASSURANCE
A. Installer Qualifications: Supplier of products and an employer of workers trained and approved by product manufacturers and of an Architectural Hardware Consultant who is available during the course of the Work to consult Contractor, Architect, and Owner about door hardware and keying.
1. Warehousing Facilities: In Project's vicinity. 2. Scheduling Responsibility: Preparation of door hardware and keying schedule. 3. Engineering Responsibility: Preparation of data for electrified door hardware, including
Shop Drawings, based on testing and engineering analysis of manufacturer's standard units in assemblies similar to those indicated for this Project.
B. Architectural Hardware Consultant Qualifications: A person who is experienced in providing consulting services for door hardware installations that are comparable in material, design, and extent to that indicated for this Project and who is currently certified by DHI as an Architectural Hardware Consultant (AHC) and an Electrified Hardware Consultant (EHC).
UNCP GRADUATE SCHOOL & MILITARY OUTREACH
DOOR HARDWARE 08 7100 - 4 077 *Addendum No. 1
1.9 DELIVERY, STORAGE, AND HANDLING
A. Inventory door hardware on receipt and provide secure lock-up for door hardware delivered to Project site.
B. Tag each item or package separately with identification coordinated with the final door hardware schedule, and include installation instructions, templates, and necessary fasteners with each item or package.
C. Deliver keys to manufacturer of key control system for subsequent delivery to Owner.
1.10 WARRANTY
A. Special Warranty: Manufacturer agrees to repair or replace components of door hardware that fail in materials or workmanship within specified warranty period.
1. Failures include, but are not limited to, the following:
a. Structural failures including excessive deflection, cracking, or breakage. b. Faulty operation of doors and door hardware. c. Deterioration of metals, metal finishes, and other materials beyond normal
weathering and use.
2. Warranty Period: Three years from date of Owner’s acceptance unless otherwise indicated below:
a. Electromagnetic Locks: Five years from date of Owner’s acceptance. b. Exit Devices: Two years from date of Owner’s acceptance. c. Manual Closers: 10 years from date of Owner’s acceptance.
PART 2 - PRODUCTS
2.1 MANUFACTURERS
A. Source Limitations: Obtain each type of door hardware from single manufacturer.
1. Provide electrified door hardware from same manufacturer as mechanical door hardware unless otherwise indicated. Manufacturers that perform electrical modifications and that are listed by a testing and inspecting agency acceptable to authorities having jurisdiction are acceptable.
2.2 PERFORMANCE REQUIREMENTS
A. Fire-Rated Door Assemblies: Where fire-rated doors are indicated, provide door hardware complying with NFPA 80 that is listed and labeled by a qualified testing agency, for fire-protection ratings indicated, based on testing at positive pressure according to NFPA 252 or UL 10C.
UNCP GRADUATE SCHOOL & MILITARY OUTREACH
DOOR HARDWARE 08 7100 - 5 077 *Addendum No. 1
B. Electrified Door Hardware: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application.
C. Means of Egress Doors: Latches do not require more than 15 lbf to release the latch. Locks do not require use of a key, tool, or special knowledge for operation.
D. Accessibility Requirements: For door hardware on doors in an accessible route, comply with the DOJ's "2010 ADA Standards for Accessible Design".
1. Provide operating devices that do not require tight grasping, pinching, or twisting of the wrist and that operate with a force of not more than 5 lbf.
2. Comply with the following maximum opening-force requirements:
a. Interior, Non-Fire-Rated Hinged Doors: 5 lbf applied perpendicular to door. b. Fire Doors: Minimum opening force allowable by authorities having jurisdiction.
3. Bevel raised thresholds with a slope of not more than 1:2. Provide thresholds not more than 1/2 inch high.
4. Adjust door closer sweep periods so that, from an open position of 90 degrees, the door will take at least 5 seconds to move to a position of 12 degrees from the latch.
5. Adjust spring hinges so that, from an open position of 70 degrees, the door will take at least 1.5 seconds to move to the closed position.
2.3 SCHEDULED DOOR HARDWARE
A. Provide products for each door that comply with requirements indicated in Part 2 and door hardware schedule.
1. Door hardware is scheduled in Part 3.
2.4 HINGES
A. All hinges and pivots, including electric hinges to be one of manufacturer as hereafter listed for continuity and consideration of warranty
B. Unless otherwise specified provide five-knuckle, heavy-duty, button tip, full mortise template type hinges with non-rising loose pins. Provide non-removable pins for outswinging doors at secured areas or as called for in this specification.
C. Interior Door Hinges:
1. Wrought steel, polished and plated to match specified finish. Furnish three hinges up to 90 inches high and one additional hinge for every 30 inches or fraction thereof.
D. Provide size 4-1/2 inch by 4-1/2 inch for all 1-3/4 inch thick doors up to and including 37 inches wide. Provide size 5 inch by 4-1/2 inch for all doors greater than 37 inches wide.
E. Where required to clear trim or permit doors to swing 180 degrees, furnish hinges of sufficient throw.
UNCP GRADUATE SCHOOL & MILITARY OUTREACH
DOOR HARDWARE 08 7100 - 6 077 *Addendum No. 1
F. Provide heavy weight hinges on all doors over 36 inches in width.
G. At labeled doors, provide steel or stainless steel, bearing-type hinges. For all doors equipped with closers provide bearing-type hinges.
H. Acceptable Products: McKinney, Hager, or Stanley as follows:
McKinney Hager Stanley
T4A3386 BB1199 CB168
I. Electric Hinges:
1. Each electric hinge to have junction box fastened to the frame jamb installed by frame manufacturer.
2. Continuous circuit hinge to have number of wires required by electrical hardware it supports plus two additional wires for future considerations. Power transfer hinges for ‘Electroguard’ exit devices to be McKinney/Sargent #TA714-12 wire only.
3. Continuous circuit hinge to have all wires concealed with 12 inch leads. 4. Monitoring switch hinges to be magnetic reed, concealed, adjustable switch type with
extra heavy magnet. 5. Acceptable Products:
a. McKinney CC Series as specified. b. Hager ETW Series acceptable. c. Stanley CE series acceptable. d. McKinney MM x EHM Series as specified. e. Hager EMN x Extra Heavy Magnet acceptable. f. Stanley CS x Extra Heavy Magnet Acceptable.
2.5 LOCKS AND LOCK TRIM
A. All locksets, latches, electrified locksets and trim to be one of manufacturer as hereafter listed for continuity of design and consideration of warranty; electrified locksets to be the same series and design as mechanical locksets
B. Provide metal wrought box strike boxes and curved lip strikes with proper lip length to protect trim of the frame, but not to project more than 1/8 inch beyond frame trim or the inactive leaf of a pair of doors.
C. Mechanical mortise locks to meet ANSI Operational Grade 1 requirements where designated mortise locks to meet or exceed ANSI Security Grade 1 requirements. Levers to be rated for a minimum of 1,000 inch pounds of pressure without allowing access.
1. 12 gage steel cap and case for all functions. 2. One piece 3/4 inch, stainless steel, anti-friction latch. 3. One inch stainless steel deadbolt with hardened steel roller inserts. 4. Hand of lock is to be easily field reversible without opening the lock body case. 5. All lever trim is to be thru-bolted through the door and lock case. 6. All cylinder collars for mortise locks to be cast.
UNCP GRADUATE SCHOOL & MILITARY OUTREACH
DOOR HARDWARE 08 7100 - 7 077 *Addendum No. 1
D. All hardware functions to be exactly as listed in the individual hardware sets with no exceptions.
E. Lock Throw: Comply with testing requirements for length of bolts required for labeled fire doors, and as follows:
1. All locking functions shall be approved in a meeting with the Architect and Owner prior to ordering.
F. Acceptable Products: Best, Corbin/Russwin, Sargent, Schlage.
2.6 CYLINDERS AND KEYING
A. Provide locks and exit devices requiring cylinders with 7 pin L-keyway in cylinders which comply with performance requirements of ANSI A156.5. All keys to be of nickel silver only.
1. Removable cores. 2. Master key, grandmaster key, and great grandmaster key to Owner’s existing system and
requirements.
B. Furnish all locks and cylinders keyed to the existing Owner’s key system. All keying to be accomplished at the factory of the lock manufacturer.
C. Each cylinder or lock to be supplied with the change keys.
D. Six masterkeys to be supplied for the project.
E. All cylinders and keys shall be properly tagged to indicate their intended location and to enable the Owner, with a minimum of effort, to establish his key control system.
F. Furnish all locks and cylinders construction masterkeyed.
G. Six construction masterkeys to be supplied for the project.
H. Provide visual key control on key blanks and cylinders; VKCO.
2.7 EXIT DEVICES
A. All exit devices and trim, including electrified items, to be one of manufacturer as hereafter listed and in the hardware sets for continuity of design and consideration of warranty; electrified devices and trim to be the same series and design as mechanical devices and trim.
B. Exit Devices to be “UL” listed for life safety. All exit devices for labeled doors shall have “UL” label for “Fire Exit Hardware.” All devices mounted on labeled wood doors are to be thru-bolted or per the manufacturer’s listing requirements. All devices to conform to NFPA 80 and NFPA 101 requirements.
C. All exit devices to be of a heavy duty, chassis mounted design, with one piece removable covers, eliminating the necessity of removing the device from the door for standard maintenance and keying requirements.
UNCP GRADUATE SCHOOL & MILITARY OUTREACH
DOOR HARDWARE 08 7100 - 8 077 *Addendum No. 1
D. All trim to be thru-bolted to the lock stile case. Lever design to be the same as specified with locksets.
E. All exit device lever operating trim to be rated for a minimum of 1,000 inch pounds of pressure without allowing access.
F. Rail assemblies of all exit devices to be solid stainless steel, brass, or bronze base material, plated to standard architectural finishes as required in the hardware sets. Painted or anodized aluminum finishes will not be considered acceptable for heavy duty usage on this project.
G. All metal end caps to be standard with all exit devices.
H. Provide protective lexan touchpad installed on the exit device rail to prevent scratches and serve as a visible guide to the user.
I. Chassis to be mounted and operable without rail and be operable for use during construction without subjecting the finished device to damage.
J. All exit devices are to be the same manufacturer. No deviations will be considered.
K. Acceptable Products: Von Duprin, Corbin/Russwin, Sargent.
L. All electrified exit devices to comply with features as schedule in the hardware sets.
M. Functions as scheduled in the hardware sets.
2.8 SURFACE MOUNTED DOOR CLOSERS
A. All closers to be the product of a single manufacturer for continuity of design and consideration of warranty.
B. All closers to be heavy duty, surface mounted, hydraulic type, with a one piece high strength cast iron case. Full rack and pinion constructed of heavy steel.
C. Size all closers in accordance with the manufacturer’s recommendations at the factory.
D. All closers to have adjustable spring power and separate tamper resistant, brass, non-critical regulating screw valves for closing speed, latching speed and backcheck control as a standard feature.
E. All closer covers to be rectangular, full cover type of non-ferrous, non-corrosive material painted to match closer.
F. Closer arms to be forged steel.
G. Supply appropriate arm assembly for each closer so that closer body and arm are mounted on non-public side of door opening and on the interior side of exterior openings, except where required otherwise in the hardware sets.
1. All parallel arm mounted closers to be factory indexed to insure proper installation. 2. Furnish heavy duty cold forged parallel arms for all parallel arm mounted closers.
UNCP GRADUATE SCHOOL & MILITARY OUTREACH
DOOR HARDWARE 08 7100 - 9 077 *Addendum No. 1
H. Provide closers with special application and heavy-duty arms as specified in the hardware sets or as otherwise called for to insure a proper-operating, long lasting opening.
I. Finish: Sprayed enamel finish to match other hardware.
J. Acceptable Products: LCN, Best, Corbin/Russwin, Sargent, Stanley.
2.9 DOOR STOPS AND HOLDERS
A. Door stops are to be furnished for every door leaf. Every door to have either a floor, wall, or an overhead stop. Special arms on door closers do not constitute door stops.
B. Place door stops in such a position that they permit maximum door swing, but do not present a hazard or obstruction.
C. Where overhead stops and holders are specified, or otherwise required for proper door operation, they are to be heavy duty and of extruded brass or bronze with no plastic parts.
D. Finish: As scheduled in hardware sets.
E. Acceptable Products:
1. Floor and wall stops as listed in hardware sets. Equivalent products as manufactured by Quality, Ives, Rockwod, Trimco acceptable.
2.10 THRESHOLDS AND GASKETING
A. Provide material and finishes as listed in hardware sets, equivalent product by National Guard Products, Reese, or Pemko. All thresholds must be in accordance with the requirements of the ADA and ANSI 117.1.
B. Provide thresholds with machine screws and lead anchors. Supply all necessary anchoring devices for weatherstrip and sound seal.
2.11 FINISHES
A. The finishes for all hardware are as scheduled in the hardware sets.
B. Special care is to be taken to make uniform the finish of all various manufactured items.
C. Extruded aluminum products, except for thresholds and specified gasketing, are not acceptable.
2.12 DOOR SILENCERS
A. Furnish door silencers at all openings without gasketing. Provide two at each pair of doors and three for each single door.
UNCP GRADUATE SCHOOL & MILITARY OUTREACH
DOOR HARDWARE 08 7100 - 10 077 *Addendum No. 1
2.13 PROPRIETARY PRODUCTS
A. References to specific products are used to establish minimum standards of utility and quality. Unless otherwise approved provide only the specified product.
B. All other materials, not specifically described, but required for a complete and proper finished hardware installation, are to be selected by the Contractor, subject to the approval of the Architect.
C. The Architect reserves the right to approve all the substitutions proposed for this specification. All requests to be accompanied by two copies of the manufacturer’s brochures and a physical sample of each item in the appropriate design and finish.
2.14 OWNER’S STOCK
A. Owner’s stock at the completion of the project, supply to the Owner the following items:
1. One complete bitting list of key cuts. 2. One set of instruction sheets for each item furnished. 3. One each of any non-standard item furnished. 4. Ten key blanks of each section used. 5. Other items as scheduled.
2.15 ELECTRONIC HARDWARE AND SYSTEMS
A. All electrical components, hardware, switches, and power supplies (excluding conduit) to be supplied from a single manufacturer unless specified otherwise in the hardware sets.
B. All electronic locks, exit devices, power supplies and closers to be by the same manufacturer and of the same series and designs as specified above and in the hardware sets for the mechanical locks, exit devices, and closers for continuity of design and consideration of warranty.
C. All keyed switched and cylinder operations used with electronic hardware to use the Owner’s system and cylinders as stated in paragraph “Cylinders and Keying.”
D. All controls, monitoring accessories, power supplies to be from the same manufacturer as other components of the electronic hardware for warranty consideration, proper function, and design continuity.
E. All wiring run from one hardware electrical component to another electrical component to have standard shielded wiring.
F. All electrical components mounted on door to be capable of operation by 24V DC current carried by means of a continuous concealed circuit hinge.
G. Voltage: Unless otherwise specified all electrical components to operate at 24V DC current for purposes of safety and silent operation.
UNCP GRADUATE SCHOOL & MILITARY OUTREACH
DOOR HARDWARE 08 7100 - 11 077 *Addendum No. 1
H. Acceptable Manufacturers: Sargent specified; comparable products by acceptable manufacturers listed under locks, exit devices, and closers above and which comply with the operational descriptions in the hardware sets are allowed.
2.16 FABRICATION
A. Manufacturer's Nameplate: Do not provide products that have manufacturer's name or trade name displayed in a visible location except in conjunction with required fire-rating labels and as otherwise approved by Architect.
1. Manufacturer's identification is permitted on rim of lock cylinders only.
B. Base Metals: Produce door hardware units of base metal indicated, fabricated by forming method indicated, using manufacturer's standard metal alloy, composition, temper, and hardness. Furnish metals of a quality equal to or greater than that of specified door hardware units and BHMA A156.18.
C. Fasteners: Provide door hardware manufactured to comply with published templates prepared for machine, wood, and sheet metal screws. Provide screws that comply with commercially recognized industry standards for application intended, except aluminum fasteners are not permitted. Provide Phillips flat-head screws with finished heads to match surface of door hardware unless otherwise indicated.
1. Concealed Fasteners: For door hardware units that are exposed when door is closed, except for units already specified with concealed fasteners. Do not use through bolts for installation where bolt head or nut on opposite face is exposed unless it is the only means of securely attaching the door hardware. Where through bolts are used on hollow door and frame construction, provide sleeves for each through bolt.
2. Fire-Rated Applications:
a. Wood or Machine Screws: For the following:
1) Hinges mortised to doors or frames; use threaded-to-the-head wood screws for wood doors and frames.
2) Strike plates to frames. 3) Closers to doors and frames.
b. Steel Through Bolts: For the following unless door blocking is provided:
1) Surface hinges to doors. 2) Closers to doors and frames. 3) Surface-mounted exit devices.
3. Spacers or Sex Bolts: For through bolting of hollow-metal doors. 4. Gasketing Fasteners: Provide noncorrosive fasteners for exterior applications and
elsewhere as indicated.
UNCP GRADUATE SCHOOL & MILITARY OUTREACH
DOOR HARDWARE 08 7100 - 12 077 *Addendum No. 1
2.17 FINISHES
A. Provide finishes complying with BHMA A156.18 as indicated in door hardware schedule.
B. Protect mechanical finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping.
C. Appearance of Finished Work: Variations in appearance of abutting or adjacent pieces are acceptable if they are within one-half of the range of approved Samples. Noticeable variations in the same piece are not acceptable. Variations in appearance of other components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Examine doors and frames, with Installer present, for compliance with requirements for installation tolerances, labeled fire-rated door assembly construction, wall and floor construction, and other conditions affecting performance of the Work.
B. Examine roughing-in for electrical power systems to verify actual locations of wiring connections before electrified door hardware installation.
C. Proceed with installation only after unsatisfactory conditions have been corrected.
3.2 PREPARATION
A. Steel Frames: For surface-applied door hardware, drill and tap frames according to ANSI/SDI A250.6.
B. Wood Doors: Comply with door and hardware manufacturers' written instructions.
3.3 INSTALLATION
A. Mounting Heights: Mount door hardware units at heights to comply with the following unless otherwise indicated or required to comply with governing regulations.
1. Custom Steel Doors and Frames: HMMA 831. 2. Wood Doors: DHI's "Recommended Locations for Architectural Hardware for Wood
Flush Doors."
B. Install each door hardware item to comply with manufacturer's written instructions. Where cutting and fitting are required to install door hardware onto or into surfaces that are later to be painted or finished in another way, coordinate removal, storage, and reinstallation of surface protective trim units with finishing work. Do not install surface-mounted items until finishes have been completed on substrates involved.
UNCP GRADUATE SCHOOL & MILITARY OUTREACH
DOOR HARDWARE 08 7100 - 13 077 *Addendum No. 1
1. Set units level, plumb, and true to line and location. Adjust and reinforce attachment substrates as necessary for proper installation and operation.
2. Drill and countersink units that are not factory prepared for anchorage fasteners. Space fasteners and anchors according to industry standards.
C. Hinges: Install types and in quantities indicated in door hardware schedule, but not fewer than the number recommended by manufacturer for application indicated or one hinge for every 30 inches of door height, whichever is more stringent, unless other equivalent means of support for door, such as spring hinges or pivots, are provided.
D. Intermediate Offset Pivots: Where offset pivots are indicated, provide intermediate offset pivots in quantities indicated in door hardware schedule, but not fewer than one intermediate offset pivot per door and one additional intermediate offset pivot for every 30 inches of door height greater than 90 inches.
E. Lock Cylinders: Install construction cores to secure building and areas during construction period.
1. Replace construction cores with permanent cores as directed by Owner. 2. Furnish permanent cores to Owner for installation.
F. Key Control System:
1. Key Control Cabinet: Tag keys and place them on markers and hooks in key control system cabinet, as determined by final keying schedule.
G. Boxed Power Supplies: Locate power supplies as indicated or, if not indicated, above accessible ceilings. Verify location with Architect.
1. Configuration: Provide least number of power supplies required to adequately serve doors with electrified door hardware.
H. Thresholds: Set thresholds for exterior doors and other doors indicated in full bed of sealant complying with requirements specified in Section 07 9200 "Joint Sealants."
I. Stops: Provide floor stops for doors unless wall or other type stops are indicated in door hardware schedule. Do not mount floor stops where they will impede traffic.
J. Perimeter Gasketing: Apply to head and jamb, forming seal between door and frame.
1. Do not notch perimeter gasketing to install other surface-applied hardware.
K. Door Bottoms: Apply to bottom of door, forming seal with threshold when door is closed.
3.4 ADJUSTING
A. Initial Adjustment: Adjust and check each operating item of door hardware and each door to ensure proper operation or function of every unit. Replace units that cannot be adjusted to operate as intended. Adjust door control devices to compensate for final operation of heating and ventilating equipment and to comply with referenced accessibility requirements.
UNCP GRADUATE SCHOOL & MILITARY OUTREACH
DOOR HARDWARE 08 7100 - 14 077 *Addendum No. 1
1. Door Closers: Adjust sweep period to comply with accessibility requirements and requirements of authorities having jurisdiction.
2. Spring Hinges: Adjust to achieve positive latching when door is allowed to close freely from an open position of 70 degrees and so that closing time complies with accessibility requirements of authorities having jurisdiction.
3. Electric Strikes: Adjust horizontal and vertical alignment of keeper to properly engage lock bolt.
3.5 CLEANING AND PROTECTION
A. Clean adjacent surfaces soiled by door hardware installation.
B. Clean operating items as necessary to restore proper function and finish.
C. Provide final protection and maintain conditions that ensure that door hardware is without damage or deterioration at time of Substantial Completion.
3.6 DEMONSTRATION
A. Engage Installer to train Owner's maintenance personnel to adjust, operate, and maintain door hardware.
3.7 DOOR HARDWARE SCHEDULE
Hardware Set No. 1:
Hinge STANLEY CB168 x NRP US26D/626
1 Electric Hinge STANLEY CECB168-18C x NRP US26D/626
1 Rim Exit Device VD QELSD99NL US26D/626
1 Cylinder BEST 1E72S2RP US26D/626
1 Permanent Core BEST 1C7L2 US26D/626
1 Door Closer STANLEY D4550689SN US26D/626
1 Door Stops 446 or RM860 US26D/626
1 Card Reader BEST 36012OWBK
1 Power Supply AS REQUIRED RU
1 Wiring Diagram
OPERATION: DOOR TO BE CLOSED AND LOCKED AT ALL TIMES. PRESENTATIONS OF A VALID CARD SIGNALS ELECTRIC LOCK ALLOWING INGRESS. EGRESS AT ALL TIMES BY RIM DEVICE.
UNCP GRADUATE SCHOOL & MILITARY OUTREACH
DOOR HARDWARE 08 7100 - 15 077 *Addendum No. 1
*Hardware Set No. 1B:
Hinge STANLEY CB168 x NRP US26D/626
1 Rim Exit Device VD SD99NL US26D/626
1 Cylinder BEST 1E72S2RP US26D/626
1 Permanent Core BEST 1C7L2 US26D/626
1 Door Closer STANLEY D4550689SN US26D/626
1 Door Stops 446 or RM860 US26D/626
OPERATION: DOOR TO BE CLOSED AND LOCKED AT ALL TIMES. EGRESS AT ALL TIMES BY RIM DEVICE.
Hardware Set No. 2:
Hinge STANLEY CB168 x NRP US26D/626
1 Office Function BEST 45H7AT14HS3 US26D/626
1 Cylinder BEST 1E72S2RP US26D/626
1 Permanent Core BEST 1C7L2 US26D/626
1 Door Stops 446 or RM860 US26D/626
Hardware Set No. 3:
Hinge STANLEY CB168 x NRP US26D/626
1 Electric Hinge STANLEY CECB168-18C x NRP US26D/626
1 Classroom Function BEST 45HM7DEU14MS US26D/626
1 Cylinder BEST 1E72S2RP US26D/626
1 Permanent Core BEST 1C7L2 US26D/626
1 Door Closer STANLEY D4550689SN US26D/626
1 Door Stops 446 or RM860 US26D/626
1 Power Supply AS REQUIRED RU
1 Wiring Harness STANLEY WH-38C
1 Wiring Diagram
UNCP GRADUATE SCHOOL & MILITARY OUTREACH
DOOR HARDWARE 08 7100 - 16 077 *Addendum No. 1
Hardware Set No. 4:
Hinge STANLEY CB168 x NRP US26D/626
1 Electric Hinge STANLEY CECB168-18C x NRP US26D/626
1 Storeroom Function BEST 45HM7DEU14MS US26D/626
1 Cylinder BEST 1E72S2RP US26D/626
1 Permanent Core BEST 1C7L2 US26D/626
1 Door Closer STANLEY D4550689SN US26D/626
1 Door Stops 446 or RM860 US26D/626
1 Power Supply AS REQUIRED RU
1 Wiring Harness STANLEY WH-38C
1 Wiring Diagram
Hardware Set No. 5:
Hinge STANLEY CB168 x NRP US26D/626
1 Storeroom Function BEST 45H7D14HS3 US26D/626
1 Cylinder BEST 1E72S2RP US26D/626
1 Permanent Core BEST 1C7L2 US26D/626
1 Door Stops 446 or RM860 US26D/626
Hardware Set No. 6:
Hinge STANLEY CB168 x NRP US26D/626
1 Privacy Function (VIN) BEST 45H0L14HS3VIN US26D/626
1 Cylinder BEST 1E72S2RP US26D/626
1 Permanent Core BEST 1C7L2 US26D/626
1 Door Stops 446 or RM860
UNCP GRADUATE SCHOOL & MILITARY OUTREACH
DOOR HARDWARE 08 7100 - 17 077 *Addendum No. 1
Hardware Set No. 7:
Hinge STANLEY 651 HD UL US26D/626
1 Rim Exit Device SD99-NL US26D/626
1 Cylinder BEST 1E72S2RP US26D/626
1 Permanent Core BEST 1C7L2 US26D/626
1 Door Closer STANLEY D4550689SN US26D/626
1 Door Stops 470 X EXP US26D/626
1 Threshold 171 X FULL LENGTH US26D/626
1 Door Viewer 620 US26D/626
OPERATION: DOOR TO BE CLOSED AND LOCKED AT ALL TIMES. KEY UNLOCKS DOOR ALLOWING INGRESS. EGRESS AT ALL TIMES BY RIM DEVICE.
Hardware Set No. 8:
Hinge STANLEY CB168 x NRP US26D/626
1 Electric Hinge STANLEY CECB168-18C x NRP US26D/626
1 Rim Exit Device VD QELSD99NL US26D/626
1 Rim Exit Device VD SD99 48-DT US26D/626
2 Cylinder BEST 1E72S2RP US26D/626
2 Permanent Core BEST 1C7L2 US26D/626
2 Door Closer REUSE EXIST. ACCESSIBLE PUSH PADS AND CLOSERS
2 Door Stops 470 X EXP US26D/626
1 Threshold 171 X FULL LENGTH US26D/626
1 Card Reader BEST 36012OWBK
1 Relay BEA 10BR3
1 Power Supply AS REQUIRED RU
1 Wiring Diagram
UNCP GRADUATE SCHOOL & MILITARY OUTREACH
DOOR HARDWARE 08 7100 - 18 077 *Addendum No. 1
OPERATION: DOOR TO BE CLOSED AND LOCKED AT ALL TIMES. PRESENTATIONS OF A VALID CARD SIGNALS ELECTRIC LOCK ALLOWING INGRESS. EGRESS AT ALL TIMES BY RIM DEVICE.
*Hardware Set No. 9 (ADD CARD READER TO EXISTING DOOR):
1 Electric Hinge STANLEY CECB168-18C x NRP US26D/626
1 Rim Exit Device VD QELSD99NL US26D/626
1 Card Reader BEST 36012OWBK
1 Power Supply AS REQUIRED RU
1 Wiring Diagram
OPERATION: DOOR TO BE CLOSED AND LOCKED AT ALL TIMES. PRESENTATIONS OF A VALID CARD SIGNALS ELECTRIC LOCK ALLOWING INGRESS. EGRESS AT ALL TIMES BY RIM DEVICE.
END OF SECTION 08 7100
REPRINTED FROM THE ONLINE CERTIFICATIONS DIRECTORY WITH PERMISSION FROM UL. COPYRIGHT 2018 UL LLC
1
Biloba Architecture, PLLC
8801 JM Keynes DriveSuite 365 Charlotte, NC 28262704.248.2922www.biloba.co
Drawn
Checked
Date
Revisions
February 8, 2019
Copyright 2019. All rights reserved. Printed or electronic drawings and documentation may not be reproduced in any form without written permission from Biloba Architecture, PLLC.
1 University DrivePembroke, NC 28372
SCO ID No. 18-18670-01
Project Number 077Title
Sheet
Plate of
1347 Harding PlaceSuite 201Charlotte, NC 28204704.333.3122NC Certificate of Licensure:C-3232
Stanly D. Lindsey and Associates, Ltd.d/b/a Bulla Smith Design Engineering
Structural Engineering
Graduate School and Military Outreach
I a
nP a t r i c k
Ch
a
r l o t t e ,
NC
Reg
i st e r ed A r c h i t ec
t
No
r t h C a r o l i na
12802 B il o
ba
Archi tecture, PLLC
Ch
a
r l o t t e ,
NC
Reg
i st e
red Ar chi tectural Com
pany
No
r t h C a r o l i na
52974
295 Locklear RoadPembroke, NC 28372910.521.7213NC Certificate of Licensure:C-2059
1. FURNITURE AND EQUIPMENT IS SHOWN FOR REFERENCE ONLY (SEE FLOOR PLANS).
2. EGRESS DOOR WIDTH IS SHOWN AS CLEAR WIDTH. 32" SHOWN ON PLANS EQUATES TO A 36" DOOR.
3. SEE PLANS FOR LOCATION OF ALL FIRE EXTINGUISHER DEVICES.
290
ACTUAL NUMBER OF OCCUPANTS
DIRECTION OF TRAVEL
NUMBER OF OCCUPANTS THE EXIT CAN ACCOMMODATE
PANIC HARDWARE
*
A B
2
1
BUILDING AREA LEGEND
BUSINESS
MECH./ELECT.
2998 SFBUSINESS
238 SFMECH.
/100 GROSS SF PER OCC. = 30 OCC.
/300 GROSS SF PER OCC. = 1 OCC.
10160
*
10160
*
10320
*
1320
33160
*
10220
*
CO
MM
ON
PAT
H O
F TR
AVEL
= 3
3' -
10" <
75'
EXIT ACCESS TRAVEL DISTANCE = 89' - 11" < 200'
1160
MECH.119
OFFICE111
OFFICE110
OFFICE112
OFFICE113
STAIR 2-1ST 2-1
STOR.114
CONF.116WAITING
117OFFICE118
WMN.103
MEN102
ELEV. EQUIP.105
ELEV104
STOR107
EXISTING ACCESSIBLE ENTRANCE TO REMAIN
EXISTING ACCESSIBLE EXIT TO REMAIN
DN
1
A B
2
1
613 SFBUSINESS
BUILDING AREA LEGEND
BUSINESS
2373 SFBUSINESS
/15 NET SF PER OCC. = 41 OCC.
/100 GROSS SF PER OCC. = 24 OCC.
32210
*
EXIT TRAVEL DISTANCE CONTINUED ON FIRST FLOOR
COMMON PATH OF TRAVEL = 46' - 5" < 75'
EXIT ACCESS TRAVEL DISTANCE = 108' - 3" < 200'
MEN202
WMN.203
ELEV.204 MECH.
205
RALLY POINT210
COMPUTERROOM
211
STOR.212
JAN.214
IT213
STAIR 2-2ST 2-2
OFFICE209
OFFICE208
WORKROOM207
STAR 1-2ST 1-2
33210
*
33210
*
Biloba Architecture, PLLC
8801 JM Keynes DriveSuite 365 Charlotte, NC 28262704.248.2922www.biloba.co
Drawn
Checked
Date
Revisions
February 8, 2019
Copyright 2019. All rights reserved. Printed or electronic drawings and documentation may not be reproduced in any form without written permission from Biloba Architecture, PLLC.
1 University DrivePembroke, NC 28372
SCO ID No. 18-18670-01
Project Number 077Title
Sheet
Plate of
1347 Harding PlaceSuite 201Charlotte, NC 28204704.333.3122NC Certificate of Licensure:C-3232
Stanly D. Lindsey and Associates, Ltd.d/b/a Bulla Smith Design Engineering
Structural Engineering
Graduate School and Military Outreach
I a
nP a t r i c k
Ch
a
r l o t t e ,
NC
Reg
i st e r ed A r c h i t ec
t
No
r t h C a r o l i na
12802 B il o
ba
Archi tecture, PLLC
Ch
a
r l o t t e ,
NC
Reg
i st e
red Ar chi tectural Com
pany
No
r t h C a r o l i na
52974
295 Locklear RoadPembroke, NC 28372910.521.7213NC Certificate of Licensure:C-2059
F.E.C.(R) EXISTING FIRE EXTINGUISHER CABINET (GC PROVIDE ONE 10LB EXTINGUISHER FOR EACH CABINET INDICATED)
1 HOUR FIRE RATED PARTITION
2 HOUR FIRE RATED PARTITION
4 HOUR FIRE RATED PARTITION
M.H. MOP HOLDER
B1
GENERAL FLOOR PLAN NOTES
1. DIMENSIONS ARE TO COLUMN CENTERLINES OR FINISH FACE OF PARTITION UNLESS OTHERWISE NOTED. SEE SHEET A251 FOR TYPES AND THICKNESSES.
2. ALL PARTITION TYPES ARE TO BE "A1" UNLESS OTHERWISE NOTED. SEE SHEET A251 FOR TYPES AND THICKNESSES.
3. SEE LIFE SAFETY PLAN SHEET G101 FOR RATED ASSEMBLY LOCATIONS. SEE SHEET G003 FOR RATED ASSEMBLIES.
DMP-#
SF-#
A B
2
1
MEN102
WMN.103
ELEV104
ELEV. EQUIP.105
STAIRST 1-1
STOR107
WORKROOM/BREAK
108
TLT108A
JAN.109
CORRIDOR106
OFFICE118
WAITING117
OFFICE111
OFFICE110
STAIR 2-1ST 2-1
STOR.114
OFFICE112
OFFICE113
MECH.119
A201
1
CONF.116
B1
B1 B1 B1 B1
B1 B1
B1
A1
A2
A1
A1
A1
A1
118.1
111.
111
0.1
113.
111
2.1
116.1
OVERHEAD CANOPY ALTERNATE NO. 3
OVERHEAD CANOPY ALTERNATE NO. 3
DMP-3
B1
4A201
VESTIBULE101
ALTERNATE NO. 4: NEW 5/8" GYP. BD. ON 7/8" FURRING CHANNELS ON EXISTING CMU WHERE INDICATED BY DOTTED LINE; SEE PARTITION TYPES
M.H.
A9011
OVERHEAD CANOPY ALTERNAT NO. 3
117.1
SF-2 SF-2 SF-2
SF-2SF-2SF-2
A2012
107.1
106.1
108.1
108A.1
109.1 114.1
ST2.2 ST2.1
A252
3
PROVIDE THE FOLLOWING TOILET ACCESSORIES (REFER TO SPECIFICATIONS FOR DESCRIPTIONS):
MI, SD, TTD, WR, PTD, RH, UG
A9012
F.E.C. (R)
F.E.
C. (
R)
SF-1
EXISTING GUARDRAIL
NEW 1 1/2" O.D. MET. GUARDRAIL TO MATCH EXISTING; PAINT
EXISTING GUARDRAIL; PAINT
EQEQ
4' - 0"
EQ EQ
EQEQ
12' - 10 1/2"
ALIGN
13' - 0"
1"
3' - 10" 7' - 4"
DN
SF-2
2
2
X101.1
2
E
2
E
2
A B
2
1
MEN202
WMN.203
ELEV.204
MECH.205
VESTIBULE201
STAR 1-2ST 1-2
WORKROOM207
OFFICE208
OFFICE209
STAIR 2-2ST 2-2
RALLY POINT210
STOR.212
IT213
A201
1
COMPUTERROOM
211
JAN.214
A1
B1B1B1
B1 B1
A1
A1
214.1211.1
212.1
213.
1
208.1
A1
210.2
DMP-2
OVERHEAD CANOPY BELOW (ALTERNATE NO. 3)
OVERHEAD CANOPY BELOW; (ALTERNATE NO. 3)
4A201
ALTERNATE NO. 4: NEW 5/8" GYP. BD. ON 7/8" FURRING CHANNELS ON EXISTING CMU WHERE INDICATED BY DOTTED LINE; SEE PARTITION TYPES
M.H.
A9013
OVERHEAD CANOPY BELOW (ALTERNATE NO. 3)
SF-2 SF-2 SF-2
SF-3
SF-2SF-2SF-4SF-2SF-2
A2012B1
B1
ST1.1 ST2.3209.1
CORRIDOR206206.1
DMP-1A252
4F.E.C. (R)F.E.C. (R)
EQ EQ
ALIGN
8' -
8"
5' - 4"8' - 5" 2' - 1"
5".
8"
14' - 0"
4' -
6"3'
- 0"
1
D
2
D
2E
2
E
2
E
2
Biloba Architecture, PLLC
8801 JM Keynes DriveSuite 365 Charlotte, NC 28262704.248.2922www.biloba.co
Drawn
Checked
Date
Revisions
February 8, 2019
Copyright 2019. All rights reserved. Printed or electronic drawings and documentation may not be reproduced in any form without written permission from Biloba Architecture, PLLC.
1 University DrivePembroke, NC 28372
SCO ID No. 18-18670-01
Project Number 077Title
Sheet
Plate of
1347 Harding PlaceSuite 201Charlotte, NC 28204704.333.3122NC Certificate of Licensure:C-3232
Stanly D. Lindsey and Associates, Ltd.d/b/a Bulla Smith Design Engineering
Structural Engineering
Graduate School and Military Outreach
I a
nP a t r i c k
Ch
a
r l o t t e ,
NC
Reg
i st e r ed A r c h i t ec
t
No
r t h C a r o l i na
12802 B il o
ba
Archi tecture, PLLC
Ch
a
r l o t t e ,
NC
Reg
i st e
red Ar chi tectural Com
pany
No
r t h C a r o l i na
52974
295 Locklear RoadPembroke, NC 28372910.521.7213NC Certificate of Licensure:C-2059
FINISH NOTES1. ALL INTERIOR FINISHES SHALL COMPLY WITH NC STATE BUILDING CODE CHAPTER 8.
2. MANUFACTURER’S NAME AND STOCK NUMBERS ARE PROVIDED TO IDENTIFY THE PATTERN, COLOR, AND TEXTURE DESIRED. OTHER MANUFACTURERS’ PRODUCTS MEETING THE REQUIREMENTS SPECIFIED AND HAVING SIMILAR PATTERN, COLOR AND TEXTURE MAY BE ACCEPTABLE.
3. “EXISTING” OR "EXIST" REFERS TO EXISTING FLOOR, WALL, CEILING SURFACES, OR STRUCTURE.
4. ALL DOOR FRAMES PAINTED TO MATCH ADJACENT WALL COLOR.
5. ALL WALLS TO BE PAINTED PT-1 U.N.O.
6. PAINT ALL NEW AND EXISTING GYP. BD. CEILINGS PT-1.
CPT-4 MATERIAL: CARPET TILEMANUFACTURER: MILLIKENPRODUCT NO: PASTE UP - AMERICAS, TESSELLATECOLOR: TES67-119 RAZED LIGHTSIZE: 19.7" x 19.7"
SSM-1 MATERIAL: SOLID SURFACEMANUFACTURER: ARISTECH SURFACESPRODUCT NO: STUDIO COLLECTIONCOLOR: WHITE SANDS 6636
CT-1 MATERIAL: CERAMIC WALL TILEMANUFACTURER: DALTILEPRODUCT NO: SEMI-GLOSS & MATTECOLOR: DESERT GRAY X114SIZE: 6" x 6" x 5/16"
FLOOR FINISH
WALL BASE
CEILING FINISH
WALL FINISH
WALL FINISH
WALL FIN
ISH
WAL
L FI
NIS
H FLOOR FINISH
WALL BASE
CEILING FINISH
WALL FINISH
WALL FIN
ISH
ORTHOGONAL ROOMS NON-ORTHOGONAL ROOMS
CPT-1
CPT-2
CPT-3
CPT-4LVT
FLOOR FINISH PATTERN LEGEND:
CARPET LVT
METAL TRANSITIONSTRIP
Biloba Architecture, PLLC
8801 JM Keynes DriveSuite 365 Charlotte, NC 28262704.248.2922www.biloba.co
Drawn
Checked
Date
Revisions
February 8, 2019
Copyright 2019. All rights reserved. Printed or electronic drawings and documentation may not be reproduced in any form without written permission from Biloba Architecture, PLLC.
1 University DrivePembroke, NC 28372
SCO ID No. 18-18670-01
Project Number 077Title
Sheet
Plate of
1347 Harding PlaceSuite 201Charlotte, NC 28204704.333.3122NC Certificate of Licensure:C-3232
Stanly D. Lindsey and Associates, Ltd.d/b/a Bulla Smith Design Engineering
Structural Engineering
Graduate School and Military Outreach
I a
nP a t r i c k
Ch
a
r l o t t e ,
NC
Reg
i st e r ed A r c h i t ec
t
No
r t h C a r o l i na
12802 B il o
ba
Archi tecture, PLLC
Ch
a
r l o t t e ,
NC
Reg
i st e
red Ar chi tectural Com
pany
No
r t h C a r o l i na
52974
295 Locklear RoadPembroke, NC 28372910.521.7213NC Certificate of Licensure:C-2059
8801 JM Keynes DriveSuite 365 Charlotte, NC 28262704.248.2922www.biloba.co
Drawn
Checked
Date
Revisions
February 8, 2019
Copyright 2019. All rights reserved. Printed or electronic drawings and documentation may not be reproduced in any form without written permission from Biloba Architecture, PLLC.
1 University DrivePembroke, NC 28372
SCO ID No. 18-18670-01
Project Number 077Title
Sheet
Plate of
1347 Harding PlaceSuite 201Charlotte, NC 28204704.333.3122NC Certificate of Licensure:C-3232
Stanly D. Lindsey and Associates, Ltd.d/b/a Bulla Smith Design Engineering
Structural Engineering
Graduate School and Military Outreach
I a
nP a t r i c k
Ch
a
r l o t t e ,
NC
Reg
i st e r ed A r c h i t ec
t
No
r t h C a r o l i na
12802 B il o
ba
Archi tecture, PLLC
Ch
a
r l o t t e ,
NC
Reg
i st e
red Ar chi tectural Com
pany
No
r t h C a r o l i na
52974
295 Locklear RoadPembroke, NC 28372910.521.7213NC Certificate of Licensure:C-2059
A1 PARTITION TYPE DESIGNATIONS AS INDICATED ON FLOOR PLANS
LEGEND:
TYPE "A1" NON-RATED PARTITION
4 7/8"
FINISHED CEILING.
INSTALL GYP. BD. TO WITHIN 1/2" OF STRUCT. AND SEAL
FIN. FLOOR AS SCHED.
BASE AS SCHED.
5/8" GYP. BD. ON EA. SIDE OF 3 5/8" MET. STUDS @ 16" O.C.
20 GA. MIN. METAL CEILING CHANNEL W/ 2" FLANGE FASTENED TO STRUCTURE @ 20" O.C.
EXTEND TOP OF STUD INTO CEILING CHANNEL 1"; DO NOT ANCHOR TO CHANNEL
STRUCTURE ABOVE
BATT INSULATION
TYPE "B1" NON-RATED PARTITION
STRUCTURE ABOVE
FINISHED CEILING.
NEW 8" CMU INFILL
TYPE "C1" NON-RATED PARTITION (ALTERNATE #4)
FINISHED CEILING. (BASE BID)
FIN. FLOOR AS SCHED. (BASE BID)
BASE AS SCHED. (BASE BID)
5/8" GYP. BD. ON 7/8" FURRING CHANNELS @ 16" O.C.
STRUCTURE ABOVE
EXISTING CMU WALL
TYPE "A2" NON-RATED PARTITION
FINISHED CEILING.
INSTALL GYP. BD. TO WITHIN 1/2" OF STRUCT. AND SEAL
FIN. FLOOR AS SCHED.
BASE AS SCHED.
5/8" GYP. BD. ON 3 5/8" MET. STUDS @ 16" O.C.
20 GA. MIN. METAL CEILING CHANNEL W/ 2" FLANGE FASTENED TO STRUCTURE @ 20" O.C.
EXTEND TOP OF STUD INTO CEILING CHANNEL 1"; DO NOT ANCHOR TO CHANNEL
STRUCTURE ABOVE
4 1/4"
SEE PLAN
VARIES
EXISTING CMU WALL
VAR
IES
MIN
.
4"
NOTE: SEE FLOOR PLAN FOR FURRING LOCATIONS
MIN
.
4"
SEE PLAN
VARIES
TYPE "D" 1 HR RATED PARTITION UL DESIGN NO. U905
FINISHED CEILING AS SCHED.
FIN. FLOOR AS SCHED
BASE AS SCHED
STRUCTURE ABOVE
EXISTING CMU WALL
± 1'
- 4"
NEW 8" CMU
TYPE "E" NON-RATED PARTITION
FINISHED CEILING AS SCHED.
FIN. FLOOR AS SCHED
BASE AS SCHED
STRUCTURE ABOVE
EXISTING CMU WALL
1
INSTALL GYP. BD. TO WITHIN 1/2" OF STRUCT. AND SEAL
20 GA. MIN. METAL CEILING CHANNEL W/ 2" FLANGE FASTENED TO STRUCTURE @ 20" O.C.
EXTEND TOP OF STUD INTO CEILING CHANNEL 1"; DO NOT ANCHOR TO CHANNEL
5/8" GYP. BD. ON EA. SIDE OF 3 5/8" MET. STUDS @ 16" O.C.
SOUND BATT
CORRIDOR 106
109.1108.1107.1 114.1PT-5 PT-1
RES-1; TYPICAL
RES-1; TYPICAL
A2525
PAINTED SIGNAGELETTERS
NOTES;
1. BASE BID: PAINTED CMU. SEE ELEVATIONS FOR PAINT COLOR
2. ALTERNATE #4: GYP. BD. FURR OUT OVER CMU, PAINTED. SEE ELEVATIONS FOR PAINT COLOR.
B
NOTES;
1. BASE BID: PAINTED CMU. SEE ELEVATIONS FOR PAINT COLOR
2. ALTERNATE #4: GYP. BD. FURR OUT OVER CMU, PAINTED. SEE ELEVATIONS FOR PAINT COLOR.
PT-4
PAINTED SIGNAGELETTERS
A2526
RES-1; TYPICAL
NOTES:
1. REFER TO UNIVERSITY OF NORTH CAROLINA PEMBROKE'S BRANDING STYLE GUIDEFOR EXACT SIGNAGE REQUIREMENTS.
2. OVERALL SIZE OF SIGN SHOWN ONLY.
3. VERIFY COPY WITH OWNER
NOTES:
1. REFER TO UNIVERSITY OF NORTH CAROLINA PEMBROKE'S BRANDING STYLE GUIDEFOR EXACT SIGNAGE REQUIREMENTS.
2. OVERALL SIZE OF SIGN SHOWN ONLY.
3. VERIFY COPY WITH OWNER
ALIG
NAL
IGN
FINISHED
RECEPTACLE
AS
APPLICABLE
CEILING AS SCHEDULED
AND/OR ALIGN TOPS OF PLATES
SWITCH, PULL STATION,THERMOSTAT, WALL ETC. WHERE APPLICABLE
THIS DIMENSION MAY BE UNDER CERTAIN CONDITIONS TO MAXIMUM OF 5" OR BY APPROVAL OF THE
EDGE OF DOOR FRAME, OR CASED OPENING APPLICABLE
DEVICES ADJACENT TO DOOR DEVICES NOT ADJACENT TO DOOR
DEVICES AND ROOM WHERE APPLICABLE
NOTES:1. SEE ELECTRICAL DRAWINGS FOR SPECIAL CONDITIONS
(IE. RECEPTACLES ABOVE COUNTERS, ETC.)2. ALL THERMOSTATS, SWITCHES, STROBES, HORNS AND
OTHER DEVICES SHALL BE INSTALLED IN A NEAT ANDORDERLY FASHION, WITH EACH ITEM BEING PLUMB ANDSQUARE.
3. FOR STROBES, HORNS, ETC. NOT ADJACENT TO DOORS, ALIGN VERTICALLY AS DIRECTED BY ARCHITECT.
4. DIMENSIONS SHOWN ARE TO FACE PLATES UNLESSNOTED OTHERWISE.
SIGNAGE
GROUP ELECTRICAL DEVICESWHERE APPLICABLE
FIRE ALARM HORN/STROBE,WHERE OCCURS, ALIGN W/ TOP OF FRAME
AS S
CH
ED.
3" 2"2"
1' -
6"
1' -
6"
2" 2"
4' -
0" T
O T
OP
5' -
3" T
O T
OP
123
COPY (ROOM NUMBER)
GRADE II BRAILLE
2ND LINE OF COPY (ROOM NAME)
3/4" 1/2"
7"
1/4"
1"3/
4"
7"
ROOM NAME
PROVIDE 27 TYPE A SIGNS
1/4"
UNIVERSITY LOGO
3/4"
1" WINDOW SLOT
1
1
1
1
Biloba Architecture, PLLC
8801 JM Keynes DriveSuite 365 Charlotte, NC 28262704.248.2922www.biloba.co
Drawn
Checked
Date
Revisions
February 8, 2019
Copyright 2019. All rights reserved. Printed or electronic drawings and documentation may not be reproduced in any form without written permission from Biloba Architecture, PLLC.
1 University DrivePembroke, NC 28372
SCO ID No. 18-18670-01
Project Number 077Title
Sheet
Plate of
1347 Harding PlaceSuite 201Charlotte, NC 28204704.333.3122NC Certificate of Licensure:C-3232
Stanly D. Lindsey and Associates, Ltd.d/b/a Bulla Smith Design Engineering
Structural Engineering
Graduate School and Military Outreach
I a
nP a t r i c k
Ch
a
r l o t t e ,
NC
Reg
i st e r ed A r c h i t ec
t
No
r t h C a r o l i na
12802 B il o
ba
Archi tecture, PLLC
Ch
a
r l o t t e ,
NC
Reg
i st e
red Ar chi tectural Com
pany
No
r t h C a r o l i na
52974
295 Locklear RoadPembroke, NC 28372910.521.7213NC Certificate of Licensure:C-2059
1/2" = 1'-0"A2523 GRADUATE SCHOOL - CORRIDOR SIGNAGE ELEVATION
1/2" = 1'-0"A2524 MILITARY OUTREACH - CORRIDOR SIGNAGE WALL
1" = 1'-0"A2525 GRADUATE SCHOOL PAINTED SIGNAGE
1" = 1'-0"A2526 MILITARY OUTREACH PAINTED SIGNAGE
3/4" = 1'-0"A2527 TYPICAL DEVICE LOCATIONS
6" = 1'-0"A2522 SIGN TYPE 'A'
1 March 27, 2019 Addendum No. 1
A B
2
1
8' - 0"8' - 0"
8' - 0"
8' - 0"
8' - 0"
8' - 0"
8' - 0"
8' - 0"
8' - 0"
8' - 0"
8' - 0"
8' - 0"
8' - 0"
1-HOUR RATED CEILING DESIGN ULI501
1-HOUR RATED CEILING DESIGN ULI501
8' - 0"
8' - 0"
PAINT EXISTING STUCCO SOFFIT
PAINT EXISTING SOFFIT AT WINDOWS; TYP.
S
S
S
S
S
S S
S
S
S S
S
SSS
S
SS
1
11
11
2
REFLECTED CEILING PLAN LEGEND
ACOUSTICAL PANEL CEILING
GYP. BD. CEILING/SOFFIT
SUPPLY AIR GRILLE
RETURN AIR GRILLE
2' X 2' CEILING LIGHT
2' X 4' CEILINIG LIGHT
SPECIALTY FIXTURE
EXIT SIGN- CEILING MOUNTED
EXIT SIGN- WALL MOUNTED
EMERGENCY LIGHT
SMOKE DETECTOR
GENERAL NOTES
1. CEILING HEIGHT DIMENSIONS ARE FROM FINISH FLOOR.
2. ALL CEILING ELEMENTS (LIGHT FIXTURES, DIFFUSERS, SPRINKLER HEADS, SMOKE AND HEAT DETECTORS, EXIT SIGNS, AND OTHER DEVICES) ARE TO BE INSTALLED IN THE CENTER OF CEILING PANELS UNLESS OTHERWISE NOTED; SEE MECHANICAL, AND ELECTRICAL DRAWINGS FOR TYPE, QUANTITY, AND CONNECTION INFORMATION.
3. CEILING PANELS ARE TO BE CENTERED WITHIN THE SPACE AND SYMMETRICALLY CUT AT WALLS UNLESS INDICATED GRAPHICALLY OR NOTED OTHERWISE.
4. FOR WALL MOUNTED DEVICES, SEE INTERIOR ARCHITECTURAL ELEVATIONS AND ELECTRICAL DRAWINGS FOR ADDITIONAL INFORMATION.
S
A B
2
1
8' - 0"
8' - 0"8' - 0"
8' - 0"
8' - 0" 8' - 0"
8' - 0"
8' - 0"
8' - 0"8' - 0"
8' - 0"
8' - 0"
8' - 0"
PAINT SOFFIT AT EXISTING WINDOWS; TYP.
S
S
S
S
S
S S
S S
S
S
S
S
S
SS
1
1
1
1
1
1 1
Biloba Architecture, PLLC
8801 JM Keynes DriveSuite 365 Charlotte, NC 28262704.248.2922www.biloba.co
Drawn
Checked
Date
Revisions
February 8, 2019
Copyright 2019. All rights reserved. Printed or electronic drawings and documentation may not be reproduced in any form without written permission from Biloba Architecture, PLLC.
1 University DrivePembroke, NC 28372
SCO ID No. 18-18670-01
Project Number 077Title
Sheet
Plate of
1347 Harding PlaceSuite 201Charlotte, NC 28204704.333.3122NC Certificate of Licensure:C-3232
Stanly D. Lindsey and Associates, Ltd.d/b/a Bulla Smith Design Engineering
Structural Engineering
Graduate School and Military Outreach
I a
nP a t r i c k
Ch
a
r l o t t e ,
NC
Reg
i st e r ed A r c h i t ec
t
No
r t h C a r o l i na
12802 B il o
ba
Archi tecture, PLLC
Ch
a
r l o t t e ,
NC
Reg
i st e
red Ar chi tectural Com
pany
No
r t h C a r o l i na
52974
295 Locklear RoadPembroke, NC 28372910.521.7213NC Certificate of Licensure:C-2059
1/4" = 1'-0"A6011 FIRST FLOOR REFLECTED CEILING PLAN
1/4" = 1'-0"A6012 SECOND FLOOR REFLECTED CEILING PLAN
1 February 22, 2019 SCO/Owner ReviewComments
2 March 27, 2019 Addendum No. 1
UP UP
REF
.
DN DN
A B
2
1
MEN102
WMN.103
ELEV104
ELEV. EQUIP.105
STAIRST 1-1
STOR107
WORKROOM/BREAK
108
TLT108A
JAN.109
CORRIDOR106
OFFICE118
WAITING117
OFFICE111
OFFICE110
STAIR 2-1ST 2-1
STOR.114
OFFICE112
OFFICE113
MECH.119
CONF.116
EXIST.
NEXSTEP 752
TABLE:HYPERWORKHW_BT9648
CHAIRS:SCOOP 1007(8 CHAIRS)
EXIST.
EXIST.EXIS
T.EX
IST.
EXIST.
EXIS
T.EX
IST.
EXIST.
EXIST.
NEXSTEP 752
EXIST.
NEXSTEP 752
NEXSTEP 752
VISIONVC_6030TR3
NEXSTEP 752
HIMALAYA 153MET SOFA
TRADOS METAL 5723
TRADOS METAL 5723
HIMALAYA 151MET CLUB CHAIR
HIMALAYA 155METTWO-SEAT LOUNGEARMLESS
EXIST.
EXIST.
EXIST.
EXIST.
NEXSTEP 752
HYPERWORK H_ _700F2BF
HYPERWORK H_ _700F2BF
HYPERWORK H_ _701F2BF
HYPERWORK HW_RS3060
1
A B
2
1
MEN202
WMN.203
ELEV.204
MECH.205
VESTIBULE201
STAR 1-2ST 1-2
WORKROOM207
OFFICE208
OFFICE209
STAIR 2-2ST 2-2
RALLY POINT210
STOR.212
IT213
COMPUTERROOM
211
JAN.214
EXIST.
EXIST.
EXIST.
EXIST.
EXIS
T.
EXIST.
EXIST.
EXIST.
EXIST.
EXIST.
EXIS
T.
EXIST.
EXIST.
EXIST.
EXIST. EXIST.
EXIST.EXIST.
VISIONVC_MDS3648(other option?)
ACCOMPANY 5905MET
TRADOS METAL 5723
ACCOMPANY5906MET
TRADOS METAL 5723
ORBIT 5607
CLIQUETOP: CT_R42TBASE: RD2742B
MATRIX M_RB824P MATRIX M_RB824P
TIMBRE 280
MATRIX M_RC630P
ACCOMPANY 5905MET
ORBIT 5607ORBIT 5607
AXXESS 984
NEXSTEP 752
VISIONVC_7230TL3
TIMBRE 280 TIMBRE 280
TIMBRE 280
MATRIX M_RC824
NEXSTEP 759G
AXXESS 984
NEXSTEP 752
VISIONVC_7230TR3
AXXESS 984
NEXSTEP 752
VISIONVC_7230TR3
ACCOMPANY 5906MET
Biloba Architecture, PLLC
8801 JM Keynes DriveSuite 365 Charlotte, NC 28262704.248.2922www.biloba.co
Drawn
Checked
Date
Revisions
February 8, 2019
Copyright 2019. All rights reserved. Printed or electronic drawings and documentation may not be reproduced in any form without written permission from Biloba Architecture, PLLC.
1 University DrivePembroke, NC 28372
SCO ID No. 18-18670-01
Project Number 077Title
Sheet
Plate of
1347 Harding PlaceSuite 201Charlotte, NC 28204704.333.3122NC Certificate of Licensure:C-3232
Stanly D. Lindsey and Associates, Ltd.d/b/a Bulla Smith Design Engineering
Structural Engineering
Graduate School and Military Outreach
I a
nP a t r i c k
Ch
a
r l o t t e ,
NC
Reg
i st e r ed A r c h i t ec
t
No
r t h C a r o l i na
12802 B il o
ba
Archi tecture, PLLC
Ch
a
r l o t t e ,
NC
Reg
i st e
red Ar chi tectural Com
pany
No
r t h C a r o l i na
52974
295 Locklear RoadPembroke, NC 28372910.521.7213NC Certificate of Licensure:C-2059