CHERRY HUFFMAN ARCHITECTS PA

135 E. Martin Street, Suite 101 Raleigh North Carolina 27601 919.821.0805 T 919.821.0720 F www.cherryhuffman.com

PROJECT MANUAL

CHATHAM COUNTY Furniture and Furnishings Pittsboro, North Carolina

February 23, 2010 Bid Documents

Set # ______Project No. 0619 CHATHAM COUNTY LIBRARY FURNITURE & FURNISHINGS

TABLE OF CONTENTS

BIDDING AND CONTRACTING ADVERTISEMENT FOR BIDS INVITATION FOR BID INSTRUCTIONS BID PROPOSAL FORMS GENERAL FURNITURE LIBRARY SHELVING GENERAL CONDITIONS SUPPLEMENTARY GENERAL CONDITIONS

DIVISION 1 - GENERAL REQUIREMENTS 011000 SUMMARY 012200 UNIT PRICES 013100 PROJECT MANAGEMENT AND COORDINATION 013300 SUBMITTAL PROCEDURES 015000 TEMPORARY FACILITIES AND CONTROLS 017700 CLOSEOUT PROCEDURES

DIVISION 11 – EQUIPMENT 115123 SYSTEMS

DIVISION 12 - FURNISHINGS 125000 GENERAL FURNITURE

FURNITURE DATA SHEETS 1 SHELVING 2 CASEGOODS 3 SEATING 4 TABLES 5 MISCELLANEOUS FURNITURE 6 FURNITURE PLAN 7 END PANEL, CUSTOM DETAILS 8 ELECTRICAL PLAN 9 SITE PLAN

TABLE OF CONTENTS PAGE 1

ADVERTISEMENT FOR BIDS

Sealed bids will be received by Chatham County in the County Finance Office, Courthouse Annex, 12 East Street, Pittsboro, PO Box 608, NC 27312 for providing labor, material and equipment entering into Contracts for Furniture, Furnishings and Equipment at Chatham County Library in Pittsboro, NC. The bid package will be divided into two separate proposals for general furniture and shelving. Sealed bids will be received until 2:00 p.m on March 24, 2010, and immediately thereafter will be publicly opened and read in the Dunlap Classroom, Dunlap Building, 80 East Street, Pittsboro, NC, 27312. Responses received after this time will not be accepted and considered non- responsive. No bid may be withdrawn for sixty (60) days after the scheduled closing time for bids.

A pre-bid conference will be held at the Dunlap Classroom, Dunlap Building, 80 East Street, Pittsboro, NC, at 2:00pm on March 3, 2010. All bidders are encouraged to be present.

Complete plans and specifications can be obtained from Chatham County Finance Office website beginning February 23, 2010. Details of this bid opportunity and others can be found at: http://www.chathamnc.org/Index.aspx?page=42 All documents and specifications are available to download from the website. For questions about obtaining the instructions and specifications for this project otherwise, contact Robin James, Chatham County Finance Office, P.O. Box 608, 12 East Street, Pittsboro, NC 27312, (919) 545-8364, [email protected].

Chatham County reserves the right to reject any or all bids and to waive informalities and irregularities.

INVITATION FOR BID (IFB) INSTRUCTIONS

Chatham County, North Carolina, is requesting bids from qualified vendors for the provision: Furniture, Furnishings, and Equipment at Chatham County Library in Pittsboro, NC, as specified within the attached documents.

To be eligible for consideration, the proposing company must be capable of supplying the services as noted herein and must be financially solvent.

I. Inquiries and Corrections All inquiries relating to this request shall be addressed to: Cherry Huffman Architects Reagan Wise 135 E. Martin Street Suite 101 Raleigh, NC 27609 919-256-4992 [email protected] If a proposing company finds discrepancies in or omissions from the specifications or should require additional clarification of any part thereof, a written request for interpretation shall be submitted to Ms. Wise. Any interpretation of or change made to the IFB will be made by written addendum to each proposing company and shall become part of the request for any contract awarded. The County will not be responsible for the accuracy of any other oral explanations, interpretations, or representations. All inquiries shall be made in writing and all responses will be provided in writing, with copies sent to all proposing firms. To be given consideration, inquiries must be received by March 17, 2010 at 5:00pm. It shall be the responsibility of each proposing company to verify that every addenda has been received prior to submitting proposals.

II. Submittal Date, Location, and Opening All bids must be received in the Chatham County Finance Office, Attn: Robin James, Courthouse Annex, 12 East Street, P.O. Box 608, Pittsboro, NC 27312 prior to Wednesday, March 24, 2:00 PM EST. Bid packets must be labeled “Chatham County Library Furniture Bid”. Bids will be received until time of opening, which will take place in the Dunlap Building, Dunlap Classroom, 80 East Street, Pittsboro, NC 27312 at 2:00 PM.

III. Late and Telegraphic Bids Late bids will not be accepted under any circumstance, and any bid so received shall be returned to the bidding company unopened. In addition, telegraphic and/or bids sent by electronic devices (email or facsimile machines) are not acceptable and will be rejected upon receipt. Bidding firms will be expected to allow adequate time for delivery of their bids, either by airfreight, postal service, or other means.

IV. Definition and Context Unless otherwise specified in this document, all words shall have a common meaning unless the context is which they are used clearly requires a different meaning. Words in the singular number include the plural, and in the plural include the singular.

V. Conditions of Bid Submittal A. All bidding firms shall comply with all conditions, requirements, and specifications contained herein, with any departure constituting sufficient cause for rejection of the bid. However, the County reserves the right to change the conditions, requirements, specifications as it deems necessary. B. The bid must be signed by a duly authorized official of the bidding company submitting the bid. C. No bid will be accepted from any person, company, or corporation that is in arrears for any obligation to the County, or that otherwise may be deemed irresponsible or unresponsive by county staff or the County Board of Commissioners. D. Only one bid will be accepted from any person, company, or corporation. E. All prices quoted must be firm for a period of sixty (60) days following the opening of the bid prior to award of bid. The award price must be firm for one year. F. Chatham County reserves the right to reject any and all bids or any part thereof and to award the bid to the most responsive and responsible bidding company as deemed in the best interest of Chatham County. G. All bids shall be prepared in a comprehensive manner as to content, but no necessity exists for expensive binders or promotional material. Promotional material will not be considered as part of the bid and will not affect the evaluation of the bid. H. All costs, including travel and expenses, incurred in the preparation of this bid shall be borne solely by the bidding company. I. The County reserves the right to request a list of references. J. The County will not return to bidding firms bids or other information supplied to the County. K. The County reserves the right to add additional quantity under the same bid spec and price for the period of one (1) year. L. The County reserves the right to eliminate items from the bid spec.

VI. Evaluation Criteria Bids shall be evaluated on the basis of the following criteria: A. Responsiveness to the needs of the county, both in the time to deliver and install the equipment and in the services offered. B. The degree to which the bid meets or exceeds the terms of the specifications. C. Performance history with other clients. D. Price.

VII. Bid Preparation and Information A. Bids submitted shall contain all information as requested herein, and any additional information necessary to summarize the overall benefit of the bid to the County. B. Bids shall include the following: 1. A cover letter shall be provided that states the name, address, and telephone number of the bidding company. The letter must bear the signature of the person having the authority to make the bid for the company and bind the company in a formal contract with the County. 2. A list of clients served since January, 2008. 3. Completed vendor information form. 4. Completed bid proposal form. C. Submission of a bid shall be taken as a prima facie evidence that the bidder has full knowledge of the scope, nature, quality, and quantity of the work to be performed, and the detailed requirements and conditions under which the work is to be performed. D. Submit five (5) hard copies and one electronic copy(email to Robin James [email protected] or CD included in bid package). Postal address: Robin James, Chatham County Finance Office, P.O.Box 608, Pittsboro, NC 27312. Street Address: Robin James, Chatham County Finance Office, Courthouse Annex, 12 East Street, Pittsboro, NC 27312. E. Bidding vendors may withdraw their bids any time before the deadline for submission on March 24, 2010, but the withdrawal must be submitted in writing and signed by the bidding vendor.

VIII. Summary of Schedule F. Specifications and drawings are available on February 23, 2010. Prebid meeting is March 3, 2010 at 2:00pm at Dunlap Classroom Building, 80 East Street, Pittsboro, NC 27312. All substitution requests are due by 5:00pm on March 15, 2010. All questions and inquiries are due by 5:00pm on March 17, 2010. Bid is due March 24, 2010 at 2:00pm and will be publicly opened and read in the Dunlap Classroom, 80 East Street, Pittsboro, NC 27312.

IX. General Requirements of the Successful Bidding Company The successful bidding company shall enter into a contract with the County. FURNITURE, FURNISHINGS & EQUIPMENT CHATHAM COUNTY LIBRARY

BID PROPOSAL FORM GENERAL FURNITURE

BIDDERS NAME ______

BASE BID PROPOSAL

The undersigned, as Bidder, hereby declares that the only person or persons interested in this Proposal as principal or principals is or are named herein and that no other person than herein mentioned has any interest in this Proposal or in the Contract to be entered into; that this Proposal is made without connection with any other person, company or parties making a Bid or Proposal; and that it is in all respects fair and in good faith without collusion or fraud.

The Bidder further declares that he has examined the site of the work and informed himself fully in regard to all conditions pertaining to the place where the work is to be done; that he has examined the specifications for the work and the Contract Documents relative thereto, including addenda, if any, and has read all special provisions furnished prior to the opening of bids; that he has satisfied himself relative to the work to be performed.

The Bidder proposes and agrees if this Proposal is accepted to contract with Chatham County with a definite understanding that no money will be allowed for extra work except as set forth in the General Conditions and Contract Documents, for the sum of:

BASE BID ______Dollars ($______).

The Bidder further proposes and agrees hereby to commence work under his Contract on a date to be specified in a written order of Chatham County and shall fully complete all installation work thereunder within ten (10) consecutive calendar days. Applicable liquidated damages shall be as stated in Supplementary General Conditions.

The Bidder proposes the following unit prices for work as described in the contract documents. The unit prices are to apply as additive or deductive prices.

Item No. 1 – Bonded storage of all general furniture. Dollars($______) Unit of Measurement: Weekly.

Item No. 2 –A1, Atlas stand Dollars($______) Unit of Measurement: Each.

Item No. 3 –B1, Dollars($______)

Unit of Measurement: Each.

Item No. 4 –CA1, Printer cabinet Dollars($______) Unit of Measurement: Each.

Item No. 5 –D1, L-shaped desk 1 Dollars($______) Unit of Measurement: Each.

Item No. 6 –D2, L-shaped desk 2 Dollars($______) Unit of Measurement: Each.

Item No. 7 –D3, L-shaped desk 3 Dollars($______) Unit of Measurement: Each.

Item No. 8 –D4, Corner desk Dollars($______) Unit of Measurement: Each.

Item No. 9 –D5, Desk Dollars($______) Unit of Measurement: Each.

Item No. 10 –D6, Desk Dollars($______) Unit of Measurement: Each.

Item No. 11 –SD1, Service Desk Dollars($______) Unit of Measurement: Each.

Item No. 12 –C1, Stacking chair Dollars($______) Unit of Measurement: Each.

Item No. 13 –C2, Task chair Dollars($______) Unit of Measurement: Each.

Item No. 14 –C2A, Task stool with arms Dollars($______) Unit of Measurement: Each.

Item No. 15 –C2B, Armless task stool Dollars($______) Unit of Measurement: Each.

Item No. 16 –C3, Swivel chair Dollars($______) Unit of Measurement: Each.

Item No. 17 –C4, Task chair Dollars($______) Unit of Measurement: Each.

Item No. 18 –C5, Preschool chair Dollars($______) Unit of Measurement: Each.

Item No. 19 –C6, Side chair Dollars($______) Unit of Measurement: Each.

Item No. 20 –C7, Stool Dollars($______) Unit of Measurement: Each.

Item No. 21 –C8, Task chair Dollars($______) Unit of Measurement: Each.

Item No. 22 –C9, Café stool Dollars($______) Unit of Measurement: Each.

Item No. 23 –C10, Study chair Dollars($______) Unit of Measurement: Each.

Item No. 24 –C11, Children’s chair Dollars($______) Unit of Measurement: Each.

Item No. 25 –C12, Study chair Dollars($______) Unit of Measurement: Each.

Item No. 26 –C13, Side chair Dollars($______) Unit of Measurement: Each.

Item No. 27 – L1, Lounge chair Dollars($______) Unit of Measurement: Each.

Item No. 28 – L2A, Bench Dollars($______) Unit of Measurement: Each.

Item No. 29 – L2B, Children’s lounge chair Dollars($______) Unit of Measurement: Each.

Item No. 30 – L2C, Children’s lounge chair Dollars($______) Unit of Measurement: Each.

Item No. 31 –L2D, Children’s coffee table/stool Dollars($______) Unit of Measurement: Each.

Item No. 32 –L2E, Adult lounge chair Dollars($______) Unit of Measurement: Each.

Item No. 33 –L2F, Adult 2-seater Dollars($______) Unit of Measurement: Each.

Item No. 34 –L3, Lounge chair Dollars($______) Unit of Measurement: Each.

Item No. 35 –L4, Side chair Dollars($______) Unit of Measurement: Each.

Item No. 36 –L4B, Lounge chair Dollars($______) Unit of Measurement: Each.

Item No. 37 –L4C, Bench Dollars($______) Unit of Measurement: Each.

Item No. 38 –L5A, Cushion 1 Dollars($______) Unit of Measurement: Each.

Item No. 39 –L5B, Cushion 2 Dollars($______) Unit of Measurement: Each.

Item No. 40 –L5C, Cushion 3 Dollars($______) Unit of Measurement: Each.

Item No. 41 –T1, Computer table Dollars($______) Unit of Measurement: Each.

Item No. 42 –T2, Instructor computer table Dollars($______) Unit of Measurement: Each.

Item No. 43 –T3, Production bench Dollars($______) Unit of Measurement: Each.

Item No. 44 –T4, Preschool table Dollars($______) Unit of Measurement: Each.

Item No. 45 –T5, 42” Round table Dollars($______) Unit of Measurement: Each.

Item No. 46 –T6, 42” Square children’s table Dollars($______) Unit of Measurement: Each.

Item No. 47 –T7, Custom computer table Dollars($______) Unit of Measurement: Each.

Item No. 48 –T8, Work table Dollars($______) Unit of Measurement: Each.

Item No. 49 –T9, 36” Round coffee table Dollars($______) Unit of Measurement: Each.

Item No. 50 –T9B, Side table Dollars($______) Unit of Measurement: Each.

Item No. 51 –T10, Square study table Dollars($______) Unit of Measurement: Each.

Item No. 52 –T11, Round café table Dollars($______) Unit of Measurement: Each.

Item No. 53 –T12, Study table Dollars($______) Unit of Measurement: Each.

Item No. 54 –T13, Study table Dollars($______) Unit of Measurement: Each.

Item No. 55 –T14, Study table Dollars($______) Unit of Measurement: Each.

Item No. 56 –T15, Study table Dollars($______) Unit of Measurement: Each.

Item No. 57 –T16, Occasional table Dollars($______) Unit of Measurement: Each.

Item No. 58 –T17A, Study table Dollars($______) Unit of Measurement: Each.

Item No. 59 –T17B, Study table Dollars($______) Unit of Measurement: Each.

Item No. 60 –CA2, Stacking cart Dollars($______) Unit of Measurement: Each.

Item No. 61 –F1, 4-Drawer lateral file Dollars($______) Unit of Measurement: Each.

Item No. 62 –LK1, Staff lockers Dollars($______) Unit of Measurement: Each.

Item No. 63 –LT1, Fixed mount table lamp Dollars($______) Unit of Measurement: Each.

Item No. 64 –ST1, Stacking trays Dollars($______) Unit of Measurement: Set of 6 trays.

The undersigned acknowledges receipt of the following addenda issued during the time of bidding and includes the changes therein in this Proposal:

Addendum Number _____, Dated ______

Addendum Number _____, Dated ______

Addendum Number _____, Dated ______

Addendum Number _____, Dated ______

Addendum Number _____, Dated ______

______(Name of Firm or Corporation making Bid)

By: ______

WITNESS:

______(Proprietorship or Partnership) Title: ______(Owner, Partner, or Corporation President or Vice President only)

Address: ______

______

License No.: ______

ATTEST:

By: ______

Title: ______(Corporation Secretary or Assistant Secretary only) (seal)

Vendor Information & Signature Form

Vendor Name

Trade License #

Contact Person(s)

Street Address with City, State & Zip Code Mailing Address (if different than above) Phone #

Fax #

Email

Bidder will do the work Individual Joint Venture Partnership as: Corporation Date & state of Date State incorporation Name of partnership or joint venture

By signing below, the submission of a bid shall be deemed a representation and certification by the Bidding Vendor that they have investigated all aspects of the bid documents, that they are aware of the applicable facts pertaining to the bid process, its procedures and requirements, and they have read and understand the bid specifications. No request for modification of the bid shall be considered after its submission on the grounds that the Bidding Vendor was not fully informed as to any fact or condition.

Authorized Signature:

Date Signed:

Title of Signatory:

County Chatham Acceptance

ACCEPTED BY THE COUNTY OF CHATHAM, NORTH CAROLINA

______

County Manager

______Date

ATTEST:

BY: ______Sandra B. Sublett Clerk to the Board

This Instrument has been pre-audited in the manner prescribed by the Local Government Fiscal Budget Act.

______Vicki Mc Connell, Finance Officer

Approved as to form and legality.

______Date:______

Jep Rose, County Attorney

FURNITURE, FURNISHINGS & EQUIPMENT CHATHAM COUNTY LIBRARY

BID PROPOSAL FORM LIBRARY SHELVING

BIDDERS NAME ______

BASE BID PROPOSAL

The undersigned, as Bidder, hereby declares that the only person or persons interested in this Proposal as principal or principals is or are named herein and that no other person than herein mentioned has any interest in this Proposal or in the Contract to be entered into, that this Proposal is made without connection with any other person, company, or parties making a Bid or Proposal, and that it is in all respects fair and in good faith without collusion or fraud.

The Bidder further declares that he has examined the site of the work and informed himself fully in regard to all conditions pertaining to the place where the work is to be done, that he has examined the specifications for the work and the Contract Documents relative thereto, including addenda, if any, and has read all special provisions furnished prior to the opening of bids, and that he has satisfied himself relative to the work to be performed.

The Bidder proposes and agrees if this Proposal is accepted to contract with Chatham County with a definite understanding that no money will be allowed for extra work except as set forth in the General Conditions and Contract Documents, for the sum of:

BASE BID ______Dollars ($______).

The Bidder further proposes and agrees hereby to commence work under his Contract on a date to be specified in a written order of Chatham County and shall fully complete all installation work thereunder within five (5) consecutive calendar days. Applicable liquidated damages shall be as stated in Supplementary General Conditions.

The Bidder proposes the following unit prices for work as described in the contract documents. The unit prices are to apply as additive or deductive prices.

Item No. 1 – Bonded storage of all shelving. Dollars($______) Unit of Measurement: Weekly.

Item No. 2 –S1, Metal storage shelving, single-faced Dollars($______) Unit of Measurement: Each.

Item No. 3 –S2, Metal storage shelving, single-faced Dollars($______)

Unit of Measurement: Each.

Item No. 4 –S2A, Metal storage shelving, double-faced Dollars($______) Unit of Measurement: Each.

Item No. 5 –S3, Double-faced shelving 42”H x 24”D Dollars($______) Unit of Measurement: Each.

Item No. 6 –S4, Double-faced shelving 66” H x 20” D Dollars($______) Unit of Measurement: Each.

Item No. 7 –S4A, Single-faced shelving 66” H x 10” D Dollars($______) Unit of Measurement: Each.

Item No. 8 –S5, Custom mobile bin Dollars($______) Unit of Measurement: Each.

Item No. 9 –S6, Double-faced periodical shelving 66” H x 24”D Dollars($______) Unit of Measurement: Each.

Item No. 10 –S6A, Double faced periodical shelving 66” H x 24” D Dollars($______) Unit of Measurement: Each.

Item No. 11 –S7, Heavy duty mobile shelving Dollars($______) Unit of Measurement: Each.

Item No. 12 –S8, Custom book display Dollars($______) Unit of Measurement: Each.

Item No. 13 –T18, OPAC Station Dollars($______) Unit of Measurement: Each.

Item No. 14 –SI1, End of range sign Dollars($______) Unit of Measurement: Each.

Item No. 15 –EP1, End panel 42”H x 24”W Glass Dollars($______) for S3 shelving Unit of Measurement: Each.

Item No. 16 –EP2, End panel 66”H x 20”W Glass Dollars($______) for S4 shelving Unit of Measurement: Each.

Item No. 17 –EP3, End panel 66”H x 10”W Glass Dollars($______) for S4A shelving Unit of Measurement: Each.

Item No. 18 –EP4, End panel 66”H x 24”W Glass Dollars($______) for S6 shelving Unit of Measurement: Each.

Item No. 19 –EP5, End panel 42”H x 24”W Slat Display D1 Dollars($______) for S3 shelving Unit of Measurement: Each.

Item No. 20 –EP6, End panel 66”H x 20”W Slat Display D1 Dollars($______) for S4 shelving Unit of Measurement: Each.

Item No. 21 –EP7, End panel 66”H x 24”W Deep Display D2 Dollars($______) for S6A shelving Unit of Measurement: Each.

Item No. 22 –EP8, End panel 42”H x 24”W OPAC Dollars($______) for S3 shelving Unit of Measurement: Each.

Item No. 23 –EP9, End panel 66”H x 20”W OPAC Dollars($______) for S4 Shelving Unit of Measurement: Each.

Item No. 24 –EP10, End panel 2’-10”W Signage Tower Dollars($______) Unit of Measurement: Each.

Item No. 25 –EP11, End panel 3’-10”W Signage Tower Dollars($______) Unit of Measurement: Each.

Item No. 26 –EP12, End panel 2’-7”W Signage Tower Dollars($______) Unit of Measurement: Each.

The undersigned acknowledges receipt of the following addenda issued during the time of bidding and includes the changes therein in this Proposal:

Addendum Number _____, Dated ______

Addendum Number _____, Dated ______

Addendum Number _____, Dated ______

Addendum Number _____, Dated ______

______(Name of Firm or Corporation making Bid)

By: ______WITNESS:

______(Proprietorship or Partnership) Title: ______(Owner, Partner, or Corporation President or Vice President only)

Address: ______

______

License No.: ______

ATTEST:

By: ______

Title: ______(Corporation Secretary or Assistant Secretary only) (seal)

Vendor Information & Signature Form

Vendor Name

Trade License #

Contact Person(s)

Street Address with City, State & Zip Code Mailing Address (if different than above) Phone #

Fax #

Email

Bidder will do the work Individual Joint Venture Partnership as: Corporation Date & state of Date State incorporation Name of partnership or joint venture

By signing below, the submission of a bid shall be deemed a representation and certification by the Bidding Vendor that they have investigated all aspects of the bid documents, that they are aware of the applicable facts pertaining to the bid process, its procedures and requirements, and they have read and understand the bid specifications. No request for modification of the bid shall be considered after its submission on the grounds that the Bidding Vendor was not fully informed as to any fact or condition.

Authorized Signature:

Date Signed:

Title of Signatory:

County Chatham Acceptance

ACCEPTED BY THE COUNTY OF CHATHAM, NORTH CAROLINA

______

County Manager

______Date

ATTEST:

BY: ______Sandra B. Sublett Clerk to the Board

This Instrument has been pre-audited in the manner prescribed by the Local Government Fiscal Budget Act.

______Vicki Mc Connell, Finance Officer

Approved as to form and legality.

______Date:______

Jep Rose, County Attorney

CHATHAM COUNTY LIBRARY FURNITURE, FURNISHINGS & EQUIPMENT

SUPPLEMENTARY GENERAL CONDITIONS

This Supplementary Conditions contains changes and additions to the project "GENERAL CONDITIONS OF THE CONTRACT FOR FURNITURE FURNISHINGS AND EQUIPMENT, 2007 , AIA document A251, copyrighted by the American Institute of Architects, as part of these contract documents.

Where any Article of the General Conditions is modified or any Paragraph, Subparagraph or Clause thereof is modified or deleted by these Supplementary Conditions, the unaltered portions of the Article, Paragraph, Subparagraph or Clause and all other Articles, Paragraphs, Subparagraphs or Clauses shall remain in effect.

ARTICLE 1-PROVISIONS

1.1 BASIC DEFINITIONS 1.1.1 THE CONTRACT DOCUMENTS

Change the first sentence to read: The Contract Documents consist of the Purchase Order (herein after the Agreement), Conditions of the Contract (General, Supplementary and other Conditions), Drawings, Detailed Item Description Sheets, Specifications, addenda issued prior to execution of the Contract other Documents listed in the Agreement and Modifications issued after execution of the Contract. A Modification is (1) a Change Order, (2) a Change Directive or (3) a written order for a minor change in the Work issued by the Architect.

1.1.4 THE PROJECT

Paragraph 1.1.4, Add the following:

The Project is “Chatham County Library Furniture, Furnishings, and Equipment”, Architect’s project #0619.

1.2 EXECUTION, CORRELATION AND INTENT

Subparagraph 1.2.2: Add the following:

The Contractor further represents that he has examined the Contract Documents in detail and has determined that they are sufficient for completion of the work in conformance with applicable Codes, Regulatory Agency and Contract requirements.

Add the following subparagraphs:

1.2.4 The portion of work between subcontractors, or scope of work division allocated to any sub trade or subcontractor is the sole responsibility of the Contractor, except as otherwise noted by the General Conditions.

1.2.5 The term “provide” shall be understood to mean “furnish, install, and if acceptable, put into operation”, unless otherwise noted.

1.2.6 Substitutions will only be accepted if the Contractor is unable to obtain any of the products listed and the product is approved by Owner and Architect. Substitutions must be received by 5:00 pm on March 15, 2010 for consideration.

SUPPLEMENTARY GENERAL CONDITIONS PAGE 1

CHATHAM COUNTY LIBRARY FURNITURE, FURNISHINGS & EQUIPMENT

1.4 OWNERSHIP AND USE OF ARCHITECT’S DRAWINGS, SPECIFICATIONS, AND OTHER DOCUMENTS

Add the following subparagraph:

1.4.2 In case of inconsistency between the Drawings, Specifications, General Conditions, Agreement or any other of the Contract Documents, the provisions of the Agreement primarily and of the General Conditions secondarily shall control. The order of precedence in case of discrepancies among the other documents will be as follows: Specifications, Details, Sections and Plans.

ARTICLE 2 – OWNER

2.2 INFORMATION AND SERVICES REQUIRED OF THE OWNER

Delete subparagraph 2.2.1.

2.2.3 Add the following:

The Architect will furnish free of charge up to three (3) sets of plans and specifications to the successful Furniture Contractor. Additional sets of plans and specifications may be purchased from the Architect for the cost of reproduction and handling.

ARTICLE 3 – VENDOR

3.2 REVIEW OF DOCUMENTS AND INSPECTION OF PREMISIS BY VENDOR

Add the following paragraph:

3.2.1.1 All bidders are encouraged to attend a Pre-bid Conference to be held at the Dunlap Building, Classroom, 80 East Street, Pittsboro, NC, at 2:00pm on March 3, 2010

3.7 SUPERINTENDENT

Add the following:

3.7.2 The Contractor shall keep on the Project at all times during its progress a competent Superintendent and necessary assistants who shall not be replaced without prior written approval by the Architect except under extraordinary circumstance, in which event immediate written notice shall be given to the Architect and the Owner. At any time, the Owner, in its sole and absolute discretion, may require the Contractor to replace the Superintendent with an experienced and competent person or persons up to seven (7) days written notice from the Owner to the Contractor. Such replacement shall be at the Contractor’s Expense and at no cost to the Owner.

3.10 SHOP DRAWINGS, PRODUCT DATA AND SAMPLES

Add the following subparagraphs:

SUPPLEMENTARY GENERAL CONDITIONS PAGE 2

CHATHAM COUNTY LIBRARY FURNITURE, FURNISHINGS & EQUIPMENT

3.10.11 The Contractor will make all corrections required by the Architect and resubmit the required number of shop drawings or new samples until all required corrections are made and shop drawings and samples are noted “REVIEW COMPLETED”, it shall be entirely at his won risk.

3.10.12 Shop drawings shall not include any material for which acceptance has not been received, unless accompanied by a separate request for approval. In no case shall the Architect’s review and return of shop drawings constitute an acceptance of substitute manufacturer’s or materials unless accompanied by approvals.

3.11 CLEANING UP

Add the following:

3.11.3 The Contractor shall clean up on a daily basis, removing all cardboard and other shipping materials from the building and disposing of waste materials in a lawful manner. Contractor shall provide a dumpster for disposal and shall not use General Contractor’s dumpster. The Contractor shall vacuum finished floor when furniture and shelving installations are complete.

ARTICLE 5 DELIVERY AND INSTALLATION

Add the following paragraph:

5.7 The Contractor shall provide and install protective covering for floors, including vestibule; wall corners of all major corridors; around all entrance doors to protect finishes during installation of furniture and furnishings. Such protective coverings shall be maintained on a daily basis by the Contractor. The Contractor shall be responsible and will reimburse Owner for repairing all surfaces damaged by his employees during the installation of the furniture and furnishings.

ARTICLE 7 – WARRANTIES

Add the following paragraph:

7.4 The Contractor warrants to the Owner and Architect that all materials and workmanship of the work will perform for the intended use without excessive maintenance for a period of one (1) year after the date of completion. This warranty is concurrent with any warranty required in the Specifications or any particular subcontractor, supplier or manufacturer. The above warranty and any other warranties will be executed by the Contractor in written form and delivered to the Owner as a condition precedent to final payment. The provision of the above stated warranty does not preclude the Owner from resorting to any and all remedies and applicable provisions regarding warranties allowed for provided for by the laws of the State of North Carolina and the United States of America.

ARTICLE 9 – ADMINISTRATION OF THE CONTRACT

9.1 ARCHITECT

Add the following:

SUPPLEMENTARY GENERAL CONDITIONS PAGE 3

CHATHAM COUNTY LIBRARY FURNITURE, FURNISHINGS & EQUIPMENT

The Architect is: Cherry Huffman Architects, PA 135 E. Martin Street, Suite 101 Raleigh, NC 27601

9.2.5. Add the following subparagraph:

The Contractor shall make no claims for extra cost on account of delay in completion caused by any changes in work, except as provided by written Change Order authorizing such change.

ARTICLE 11 – TIME.

11.2 PROGRESS AND COMPLETION

Paragraph 11.2.1, Add the following:

The contract installation time is 5 consecutive calendar days for shelving and 10 consecutive calendar days for furniture with 15 additional days for punchlist and closeout: June 2010 being the anticipated date of start of installation for shelving and July 2010 the anticipated date of start for furniture.

The sum for liquidated damages is Two Hundred Dollars ($200.00) per day for the Prime Contractor (Furniture and Shelving) as liquidated damages reasonably estimated in advance to cover the losses to be incurred by the Owner by reason of failure of said Contractor to complete the work within the time specified, such time being in the essence of this contract and a material consideration thereof in addition to the above sum, liquidated damages in the amount of One Hundred Dollars ($100.00) per day from the Prime Contractor (Furniture and Shelving) will be assessed for failure to submit required closeout documents within fifteen (15) days subsequent to the date of the Substantial Completion, such time being in the essence of this contract and a material consideration thereof. The sum shall be assessed at the conclusion of the work and will be cumulative; however, funds may be withheld from progress payments in anticipation of liquidated damages.

Substitute the following for subparagraph 11.3.4:

Extension of time shall be the sole and exclusive remedy of Contractor in the event of delay experienced by the Contractor.

END OF SUPPLEMENTARY GENERAL CONDITIONS

SUPPLEMENTARY GENERAL CONDITIONS PAGE 4

CHATHAM COUNTY LIBRARY FURNITURE, FURNISHINGS & EQUIPMENT

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 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes the following:

1. Work covered by the Contract Documents. 2. Type of the Contract. 3. Use of premises. 4. Work restrictions.

1.3 WORK COVERED BY CONTRACT DOCUMENTS

A. Project Identification: Furniture, Furnishings and Equipment for Chatham County Library 197 NC 87 North Pittsboro, NC 27312

B. Architect: Cherry Huffman Architects, PA 135 E. Martin Street, Suite 101 Raleigh, North Carolina 27601

C. The Work consists of the following:

1. The total project consists of new construction for a one story library with new furniture and shelving.

2. Furniture Contractor responsible for all quantities.

3. Furniture is specified Customer’s Own Material. Yardage is based on manufacturers specifications for 54” non-directional fabric. Furniture Contractor shall be responsible for additional yardage due to repeat as required per each fabric and furniture unit. (Note: Alternates may have different yardage requirements.) Fabric and furniture manufacturer to be responsible for all coordination and cost associated with COM testing. See Instructions to Bidders.

1.4 TYPE OF CONTRACT

A. The Furniture, Furnishings and Equipment Work is to be a two single-prime contracts, one contract for each proposal: General Furniture and Library Shelving.

SUMMARY 011000 - 1 CHATHAM COUNTY LIBRARY FURNITURE, FURNISHINGS & EQUIPMENT

1.5 WORK RESTRICTIONS

A. On-Site Work Hours: Work shall be generally performed inside the building during normal business working hours of 7:00 a.m. to 6:00 p.m., Monday through Friday, except otherwise indicated.

1. Weekend Hours: As approved by the General Contractor and Owner. 2. Early Morning Hours: As approved by the General Contractor and Owner; with Owner approved security arrangements.

B. No Smoking, Food or Drink allowed inside the building.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION 011000

SUMMARY 011000 - 2

CHATHAM COUNTY LIBRARY FURNITURE & FURNISHINGS

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 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes administrative and procedural requirements for unit prices.

1.3 DEFINITIONS

A. Unit price is an amount proposed by bidders, stated on the Bid Form, as a price per unit of measurement for materials or services added to or deducted from the Contract Sum by appropriate modification, if 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: Refer to individual Specification Sections for work that requires establishment of unit prices. Methods of measurement and payment for unit prices are specified in those Sections.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION

3.1 UNIT PRICE SCHEDULE

A. General Furniture

UNIT PRICES 012200 - 1

CHATHAM COUNTY LIBRARY FURNITURE & FURNISHINGS

1. Item No. 1 – Bonded storage of all general furniture. 2. Item No. 2 –A1, Atlas stand 3. Item No. 3 –B1, Bookcase 4. Item No. 4 –CA1, Printer cabinet 5. Item No. 5 –D1, L-shaped desk 1 6. Item No. 6 –D2, L-shaped desk 2 7. Item No. 7 –D3, L-shaped desk 3 8. Item No. 8 –D4, Corner desk 9. Item No. 9 –D5, Desk 10. Item No. 10 –D6, Desk 11. Item No. 11 –SD1, Service Desk 12. Item No. 12 –C1, Stacking chair 13. Item No. 13 –C2, Task chair 14. Item No. 14 –C2A, Task stool with arms 15. Item No. 15 –C2B, Armless task stool 16. Item No. 16 –C3, Swivel chair 17. Item No. 17 –C4, Task chair 18. Item No. 18 –C5, Preschool chair 19. Item No. 19 –C6, Side chair 20. Item No. 20 –C7, Stool 21. Item No. 21 –C8, Task chair 22. Item No. 22 –C9, Café stool 23. Item No. 23 –C10, Study chair 24. Item No. 24 –C11, Children’s chair 25. Item No. 25 –C12, Study chair 26. Item No. 26 –C13, Side chair 27. Item No. 27 – L1, Lounge chair 28. Item No. 28 – L2A, Bench 29. Item No. 29 – L2B, Children’s lounge chair 30. Item No. 30 – L2C, Children’s lounge chair 31. Item No. 31 –L2D, Children’s coffee table/stool 32. Item No. 32 –L2E, Adult lounge chair 33. Item No. 33 –L2F, Adult 2-seater 34. Item No. 34 –L3, Lounge chair 35. Item No. 35 –L4, Side chair 36. Item No. 36 –L4B, Lounge chair 37. Item No. 37 –L4C, Bench 38. Item No. 38 –L5A, Cushion 1 39. Item No. 39 –L5B, Cushion 2 40. Item No. 40 –L5C, Cushion 3 41. Item No. 41 –T1, Computer table 42. Item No. 42 –T2, Instructor computer table 43. Item No. 43 –T3, Production bench 44. Item No. 44 –T4, Preschool table 45. Item No. 45 –T5, 42” Round table 46. Item No. 46 –T6, 42” Square children’s table 47. Item No. 47 –T7, Custom computer table 48. Item No. 48 –T8, Work table 49. Item No. 49 –T9, 36” Round coffee table 50. Item No. 50 –T9B, Side table 51. Item No. 51 –T10, Square study table 52. Item No. 52 –T11, Round café table 53. Item No. 53 –T12, Study table 54. Item No. 54 –T13, Study table 55. Item No. 55 –T14, Study table 56. Item No. 56 –T15, Study table

UNIT PRICES 012200 - 2

CHATHAM COUNTY LIBRARY FURNITURE & FURNISHINGS

57. Item No. 57 –T16, Occasional table 58. Item No. 58 –T17A, Study table 59. Item No. 59 –T17B, Study table 60. Item No. 60 –CA2, Stacking cart 61. Item No. 61 –F1, 4-Drawer lateral file 62. Item No. 62 –LK1, Staff lockers 63. Item No. 63 –LT1, Fixed mount table lamp 64. Item No. 64 –ST1, Stacking trays

B. Shelving

1. Item No. 1 – Bonded storage of all shelving. 2. Item No. 2 –S1, Metal storage shelving, single-faced 3. Item No. 3 –S2, Metal storage shelving, single-faced 4. Item No. 4 –S2A, Metal storage shelving, double-faced 5. Item No. 5 –S3, Double-faced shelving 42”H x 24”D 6. Item No. 6 –S4, Double-faced shelving 66” H x 20” D 7. Item No. 7 –S4A, Single-faced shelving 66” H x 10” D 8. Item No. 8 –S5, Custom mobile book bin 9. Item No. 9 –S6, Double-faced periodical shelving 66” H x 24”D 10. Item No. 10 –S6A, Double faced periodical shelving 66” H x 24” D 11. Item No. 11 –S7, Heavy duty mobile shelving 12. Item No. 12 –S8, Custom book display 13. Item No. 13 –T18, OPAC Station 14. Item No. 14 –SI1, End of range sign 15. Item No. 15 –EP1, End panel 42”H x 24”W Glass 16. Item No. 16 –EP2, End panel 66”H x 20”W Glass 17. Item No. 17 –EP3, End panel 66”H x 10”W Glass 18. Item No. 18 –EP4, End panel 66”H x 24”W Glass 19. Item No. 19 –EP5, End panel 42”H x 24”W Slat Display D1 20. Item No. 20 –EP6, End panel 66”H x 20”W Slat Display D1 21. Item No. 21 –EP7, End panel 66”H x 24”W Deep Display D2 22. Item No. 22 –EP8, End panel 42”H x 24”W OPAC 23. Item No. 23 –EP9, End panel 66”H x 20”W OPAC 24. Item No. 24 –EP10, End panel 2’-10”W Signage Tower 25. Item No. 25 –EP11, End panel 3’-10”W Signage Tower 26. Item No. 26 –EP12, End panel 2’-7”W Signage Tower

END OF SECTION 012200

UNIT PRICES 012200 - 3

CHATHAM COUNTY LIBRARY FURNITURE & FURNISHINGS

SECTION 013100 - PROJECT MANAGEMENT AND COORDINATION

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes administrative provisions for coordinating construction operations on Project including, but not limited to, the following:

1. Administrative and supervisory personnel. 2. Project meetings.

B. This contractor shall participate in coordination requirements. Certain areas of responsibility will be assigned to a specific contractor.

C. Related Sections include the following:

1. Division 1 Section "Closeout Procedures" for coordinating Contract closeout.

1.3 COORDINATION 1. Coordination: Coordinate installation operations to ensure efficient and orderly installation of each part of the Work. 2. Administrative Procedures: Coordinate scheduling and timing of installation with other construction activities and activities of other contractors to avoid conflicts and to ensure orderly progress of the Work. 3. Follow progress of building construction closely to assure timely commencement of work.

1.4 SUBMITTALS

A. Key Personnel Names: Within 15 days of award of Contract, submit a list of key personnel assignments. Identify individuals and their duties and responsibilities; list addresses and telephone numbers, including home and office telephone numbers. Provide names, addresses, and telephone numbers of individuals assigned as standbys in the absence of individuals assigned to Project.

B. Schedule: Within 15 days of award of Contract, submit a schedule that includes dates for the following: 1. Pre-Fabrication Conference date (submittals due) 2. Manufacturer fabrication 3. Pre-Installation Conference date 4. Installation 5. Closeout

PROJECT MANAGEMENT AND COORDINATION 013100 - 1

CHATHAM COUNTY LIBRARY FURNITURE & FURNISHINGS

1.5 PROJECT MEETINGS

A. Pre-fabrication Conference: Conduct a pre-fabrication conference within twenty-five (25) days after award of Contract for Architect to receive Furniture Contractors shop drawings and submittals.

1. Attendees: Furniture Contractor, Architect and Owner.

B. Pre-installation Conference: Conduct a pre-installation conference at Project site three (3) weeks before delivery and installation date.

1. Attendees: Furniture Contractor, Installer, Architect, General Contractor, and Owner.

C. Progress Meetings: Furniture Contractor to attend one (1) construction progress meeting prior to installation and all progress meetings during installation.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION 013100

PROJECT MANAGEMENT AND COORDINATION 013100 - 2

CHATHAM COUNTY LIBRARY FURNITURE AND FURNISHINGS

SECTION 013300 - SUBMITTAL PROCEDURES

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other submittals.

B. Related Sections include the following:

1. Division 1 Section "Closeout Procedures" for submitting warranties.

1.3 SUBMITTAL PROCEDURES

A. General: Electronic copies of CAD Drawings of the Contract Drawings may, upon request, be provided by Architect for Contractor's use in preparing submittals.

B. Coordination: Coordinate preparation and processing of submittals with performance of installation activities.

C. Processing Time: Allow enough time for submittal review, including time for re-submittals, as follows. Time for review shall commence on Architect's receipt of submittal. No extension of the Contract Time will be authorized because of failure to transmit submittals enough in advance of the Work to permit processing, including re-submittals.

1. Initial Review: Allow 14 days for initial review of each submittal. Allow additional time if coordination with subsequent submittals is required. Architect will advise Contractor when a submittal being processed must be delayed for coordination. 2. Re-submittal Review: Allow 14 days for review of each re-submittal.

D. Identification: Place a permanent label or title block on each submittal for identification.

1. Indicate name of firm or entity that prepared each submittal on label or title block. 2. Provide a space approximately 6 by 8 inches on label or beside title block to record Contractor's review and approval markings and action taken by Architect. 3. Include the following information on label for processing and recording action taken:

a. Project name. b. Date. c. Name and address of Architect. d. Name and address of Contractor. e. Name and address of subcontractor. f. Name of manufacturer. g. Number and title of appropriate Specification Section.

SUBMITTAL PROCEDURES 013300 - 1

CHATHAM COUNTY LIBRARY FURNITURE AND FURNISHINGS

h. Drawing number and detail references, as appropriate. i. Location(s) where product is to be installed, as appropriate. j. Other necessary identification.

E. Deviations: Highlight or otherwise specifically identify deviations from the Contract Documents on submittals.

F. Transmittal: Package each submittal individually and appropriately for transmittal and handling. Transmit each submittal using a transmittal form. Architect will return submittals, without review, received from sources other than Contractor.

1. Transmittal Form: Use Architect’s standard Submittal Routing Form.

2. On an attached separate sheet, prepared on Contractor's letterhead, record relevant information, requests for data, revisions other than those requested by Architect on previous submittals, and deviations from requirements in the Contract Documents, including minor variations and limitations. Include same label information as related submittal.

G. Re-submittals: Make re-submittals in same form and number of copies as initial submittal.

1. Note date and content of previous submittal. 2. Note date and content of revision in label or title block and clearly indicate extent of revision.

H. Distribution: Furnish copies of final submittals to manufacturers, fabricators, installers, and others as necessary for performance of installation activities. Show distribution on transmittal forms.

I. Use for Installation: Use only submittals that have been approved, stamped, signed and dated by the Architect or Consultants.

1.4 CONTRACTOR'S USE OF ARCHITECT'S CAD FILES

A. General: At Contractor's written request, copies of Architect's CAD files will be provided to Contractor for Contractor's use in connection with Project, subject to the following conditions:

1. The Contractor shall accept full responsibility for use of the Architect’s CAD files in their preparation of submittals. 2. Submittals prepared from the Architect’s CAD files shall not contain the title block or Architect’s and/or Engineer’s seal.

PART 2 - EXECUTION

2.1 CONTRACTOR'S REVIEW

A. Review each submittal and check for coordination with other Work of the Contract and for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to Architect.

B. Approval Stamp: Stamp each submittal with a uniform, approval stamp. Include Project name and location, submittal number, Specification Section title and number, name of reviewer, date

SUBMITTAL PROCEDURES 013300 - 2

CHATHAM COUNTY LIBRARY FURNITURE AND FURNISHINGS

of Contractor's approval, and statement certifying that submittal has been reviewed, checked, and approved for compliance with the Contract Documents.

2.2 ARCHITECT'S ACTION

A. General: Architect will not review submittals that do not bear Contractor's approval stamp and will return them without action.

B. Action Submittals: Architect will review each submittal, make marks to indicate corrections or modifications required, and return it. Architect will stamp each submittal with an action stamp and will mark stamp appropriately to indicate action taken, as follows:

C. Partial submittals are not acceptable, will be considered non-responsive, and will be returned without review.

END OF SECTION 013300

SUBMITTAL PROCEDURES 013300 - 3

CHATHAM COUNTY LIBRARY FURNITURE & FURNISHINGS

SECTION 015000 - TEMPORARY FACILITIES AND CONTROLS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes requirements for temporary utilities, support facilities, and security and protection facilities.

1.3 USE CHARGES

A. Electric Power Service: Electric power from Owner's existing system is available for use without metering and without payment of use charges. Provide connections and extensions of services as required for construction operations.

B. Toilets: Use of Owner's toilet facilities will be permitted, as long as facilities are cleaned and maintained in a condition acceptable to the Owner.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION

3.1 GENERAL EXECUTION REQUIREMENTS

A. Parking: Use designated areas of General Contractor‘s parking areas for construction personnel.

B. Protection: Provide protection of finished installation. Furniture installation will run concurrently with General Contractor substantial completion work.

C. Trash Removal: Perform daily off-site removal of all debris from building resulting from installation work. Maintain all work areas in a neat and orderly condition during the entire installation period.

END OF SECTION 015000

TEMPORARY FACILITIES AND CONTROLS 015000 - 1

CHATHAM COUNTY LIBRARY FURNITURE & FURNISHINGS

SECTION 017700 - CLOSEOUT PROCEDURES

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes administrative and procedural requirements for contract closeout, including, but not limited to, the following:

1. Inspection procedures. 2. Warranties. 3. Final cleaning.

1.3 SUBSTANTIAL COMPLETION

A. Preliminary Procedures: Before requesting inspection for determining date of Substantial Completion, complete the following. List items below that are incomplete in request.

1. Prepare a list of items to be completed and corrected (punch list), the value of items on the list, and reasons why the Work is not complete. 2. Submit specific warranties. 3. Deliver tools, spare parts, extra materials, and similar items to location designated by Owner. Label with manufacturer's name and model number where applicable. 4. Deliver keys to Owner. 5. Complete final cleaning requirements. 6. Touch up and otherwise repair and restore marred exposed finishes to eliminate visual defects.

B. Inspection: Submit a written request for inspection for Substantial Completion. On receipt of request, Architect will either proceed with inspection or notify Contractor of unfulfilled requirements.

1. Re-inspection: Request re-inspection when the Work identified in previous inspections as incomplete is completed or corrected. 2. Results of completed inspection will form the basis of requirements for Final Completion.

1.4 FINAL COMPLETION

A. Preliminary Procedures: Before requesting final inspection for determining date of Final Completion, complete the following:

1. Instruct Owner's personnel in operation, adjustment, and maintenance of products, equipment, and systems.

CLOSEOUT PROCEDURES 017700 - 1

CHATHAM COUNTY LIBRARY FURNITURE & FURNISHINGS

B. Inspection: Submit a written request for final inspection for acceptance. On receipt of request, Architect will either proceed with inspection or notify Contractor of unfulfilled requirements.

1. Re-inspection: Request re-inspection when the Work identified in previous inspections as incomplete is completed or corrected.

1.5 LIST OF INCOMPLETE ITEMS (PUNCH LIST)

A. Preparation: Submit three copies of list. Include name and identification of each space and area needing correction including, if necessary, areas disturbed by Contractor that are outside the limits of installation.

1. Organize list of spaces in sequential order. 2. Include the following information at the top of each page:

a. Project name. b. Date. c. Name of Architect. d. Name of Contractor. e. Page number.

1.6 WARRANTIES

A. Submittal Time: Submit written warranties on request of Architect for designated portions of the Work where commencement of warranties other than date of Substantial Completion is indicated.

B. Organize warranty documents into an orderly sequence based on the table of contents of the Project Manual.

1. Bind warranties in 3-ring, vinyl-covered, loose-leaf binder, thickness as necessary to accommodate contents, and sized to receive 8-1/2-by-11-inch paper. 2. Provide heavy paper dividers with plastic-covered tabs for each separate warranty. Mark tab to identify the product. Provide a typed description of the product, including the name of the product and the name, address, and telephone number of Installer. 3. Identify each binder on the front and spine with the typed or printed title "WARRANTIES," Project name, and name of Contractor.

PART 2 - PRODUCTS

2.1 MATERIALS

A. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces.

CLOSEOUT PROCEDURES 017700 - 2

CHATHAM COUNTY LIBRARY FURNITURE & FURNISHINGS

PART 3 - EXECUTION

3.1 FINAL CLEANING

A. General: Provide final cleaning. Conduct cleaning and waste-removal operations to comply with local laws and ordinances and Federal and local environmental and antipollution regulations.

B. Cleaning: Clean each surface or unit to condition expected in an average commercial building cleaning and maintenance program. Comply with manufacturer's written instructions.

1. Complete the following cleaning operations before requesting inspection:

a. Remove tools and surplus material from Project site. b. Clean furniture to a dirt-free condition, free of stains, films, and similar foreign substances. Restore reflective surfaces to their original condition. c. Vacuum carpet and similar soft surfaces, removing debris. d. Remove labels that are not permanent. e. Touch up and otherwise repair and restore marred, exposed finishes and surfaces. Replace finishes and surfaces that cannot be satisfactorily repaired or restored or that already show evidence of repair or restoration. f. Replace parts subject to unusual operating conditions. g. Leave Project clean and ready for occupancy.

C. Comply with safety standards for cleaning. Do not burn waste materials. Do not bury debris or excess materials on Owner's property. Do not discharge volatile, harmful, or dangerous materials into drainage systems. Remove waste materials from Project site daily and dispose of lawfully.

END OF SECTION 017700

CLOSEOUT PROCEDURES 017700 - 3

CHATHAM COUNTY LIBRARY FURNITURE & FURNISHINGS

SECTION 115123 - LIBRARY STACK SYSTEMS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes the following types of library stack shelving systems:

1. Cantilever Steel Shelving System.

1.3 SUBMITTALS

A. Product Data: Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for library stack systems and accessories specified.

B. Shop Drawings: Show fabrication and installation details for library stack systems and methods of anchoring to building structure. Include clear aisle widths from face of units.

C. Samples for Initial Selection: For units with factory-applied color finishes.

1. Include Samples of shelving, end panels and accessories involving color selection.

D. Samples for Verification: For each type of exposed finish required, prepared on Samples of size indicated below.

1. Size: 6 inches square.

E. Qualification Data: For Installer.

F. Product Test Reports: Based on evaluation of comprehensive tests performed by a qualified testing agency, for each type of steel bracket shelving used.

G. Maintenance Data: For library stack systems to include in maintenance manuals.

H. Warranty: Special warranty specified in this Section.

1.4 QUALITY ASSURANCE

A. Installer Qualifications: An employer of workers trained and approved by manufacturer for installation of units required for this Project.

B. Source Limitations: Obtain library stack systems through one source from a single manufacturer.

LIBRARY STACK SYSTEMS 115123 - 1

CHATHAM COUNTY LIBRARY FURNITURE & FURNISHINGS C. Product Options: Drawings indicate size, profiles, and dimensional requirements of library stack systems and are based on the specific system indicated. Refer to Division 1 Section "Product Requirements."

1. Do not modify requirements, as judged solely by Architect, except with Architect's approval. If modifications are proposed, submit comprehensive explanatory data to Architect for review.

1.5 PROJECT CONDITIONS

A. Field Measurements: Indicate measurements on Shop Drawings.

1.6 WARRANTY

A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of library stack system that fail in materials or workmanship within specified warranty period.

1. Failures include, but are not limited to, the following:

a. Deterioration of metals, metal finishes, and other materials beyond normal wear.

2. Warranty Period: Five years from date of Substantial Completion.

PART 2 - PRODUCTS

2.1 STEEL MATERIALS

A. Steel Sheet: Uncoated, cold-rolled, steel sheet substrate complying with ASTM A 1008/A 1008M, Commercial Steel (CS), exposed, Class I.

2.2 WOOD MATERIALS

A. Veneer-Faced End Panels: HPVA HP-1, with face veneer of species indicated, with Grade A faces.

1. Wood Species and Veneer Cut: Red Oak 2. Basis of Design: Dooge Veneers Rift cut red oak 3. Rift cut 4. Panel matching: Book matched. 5. Staining and Finish: Match Architect's samples.

B. Linoleum

1. Colors, Textures, and Patterns: Match Architect's samples.

C. Edgebanding: 1/4” thick, solid wood of same species and cut as face veneer, lumber grade to be FAS or better with corners mitered and all edges eased 1/8” radius and sanded smooth.

LIBRARY STACK SYSTEMS 115123 - 2

CHATHAM COUNTY LIBRARY FURNITURE & FURNISHINGS 2.3 STEEL BRACKET SHELVING

A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

1. Wilsonstak by Borroughs 2. Estey 3. MJ Industries

B. Steel Bracket Library Shelving: Shelving designed for library use and consisting of weld frame assembly, with adjustable shelves cantilever-hung by brackets on one or both sides of uprights, and complying with ANSI Z39.73.

1. Configuration: Unit Construction. All components of a unit may be removed without affecting the adjacent unit.

2. All sloped shelves are one-piece construction hung by brackets with no use of shims to meet slope requirement.

3. Adjustable shelves and brackets to be #18 gauge cold-rolled steel with 2-brackets per shelf

C. Upright Post Frames: Welded.

1. Upright Posts: Steel channels, minimum #16 gauge, minimum ½” stiffening flanges with slots to receive shelf bracket tabs at 1 inch on centers. 2. Spreaders: Steel channel at bottom, #16 gauge. Tube steel, #16 gauge at top.

D. Sloped Shelves: Provide #18 gauge steel, front edge ¾” high, 5” integral backstop and minimum 7-degree slope. All shelves with integral backs are shown with actual dimensions.

E. Sloped Base Shelves: Provide#18 gauge steel, one-piece with 5” high integral backstop and integral kick panel.

F. Levelers: Provide adjustable plastic covered levelers. Provide two per unit.

G. Hinged Periodical Display & Storage Shelves: Provide a 14” display consisting of two major components; the display shelf and storage shelf assembly.

1. Display shelf shall be one piece 20-gauge steel 2. Storage shelf shall consist of a shelf and a pair of brackets perforated to accept display shelf pivot pins at the front and display face top mounted towards rear 3. Hinged Clear Plexiglas Cover, two piece as specified on data sheet, shall have round bottom corners and be attached wit piano hinge by use of countersunk machine screws.

H. End Panels: 1. Veneer-Faced Panels:

a. 1 1/4” thick minimum (See architectural drawings for location, dimension and material.)

b. Extend panels the full width and height of shelving unit by 1/4”-no metal to be exposed.

LIBRARY STACK SYSTEMS 115123 - 3

CHATHAM COUNTY LIBRARY FURNITURE & FURNISHINGS c. Top end of panels used with canopy tops to be flush with surface of canopy tops.

d. Corners to be mitered and all edges to be 1/8” radius sanded smooth.

e. Concealed Hinges – Hafele, A-Series – Opening angle 165 degrees, screw- mounted, steel inset mounting, 17mm crank, 311.93.513, with flanged mounting plates (see architectural elevations for locations)

f. Magnetic Pressure Catches – Hafele, plastic push latch including strike suitable for wood doors, 245.80.310 (see architectural elevations for locations)

g. Slatwall Reveal – Slatwall Systems, Mill Finish Aluminum T, extruded aluminum channel, brushed aluminum (see architectural elevations for locations and dimensions). 2. Glass end Panels:

a. 3/8” thick tempered glass (see architectural drawing for location and dimension) b. Back side to be acid etched to a superfine satin frosted finish; pencil polish edges and nipped corners. c. Extend panels to full width and height of shelving unit - no metal to be exposed. d. Top end of panels used with canopy tops to be flush with surface of canopy top. e. Glass end panels to be attached to steel shelving by use of steel channels positioned on the top and bottom of glass end panels designed to stand-off glass panel from steel shelving. Acceptable stand off dimension between metal shelving and glass panel is a maximum of 1/8”. Channels are to be mechanically fastened to steel shelving. No fasteners are to be visible on finished sides. Top and bottom channel lip to have a maximum height of ½” on finished side. Sample is required for final approval by architect prior to fabrication. f. Provide detailed shop drawing showing proposed method of glass panel attachment to steel upright and supporting features. 3. Signage Towers a. 4” metal studs surfaced with ¾”high impact resistant MDF. b. MDF to receive a 3-coat catalyzed lacquer finish, M.L. Campbell, EuroBild Pigmented “Wet Look” 2k polyurethane or approved equal. Finish to be free of telegraphing scratchmarks, and smooth to the touch. Shop apply finish. Finish to be seamless. c. Outside corners to be mitered and have 1” radius edges. d. Paint colors to match architects sample. e. Painted text to be applied over the lacquer finish with 3 coats. Text to have flat finish. Text font as noted on drawings. Text to have crisp edges and uniform color.

I. Canopy Tops:

1. Linoleum Faced Panels:

a. Core Material: 45lb. Furniture grade particleboard, 1 1/4” inch thick minimum. b. Face and Edges: Linoleum – Forbo, Marmoleum Real 2621 Dove Grey CC. c. Edges to be mitered d. Balance construction; marmoleum face with backer to be Wilsonart cabinet liner grade or equal, matching color to marmoleum face. e. No joints –All canopy tops to be one piece.

LIBRARY STACK SYSTEMS 115123 - 4

CHATHAM COUNTY LIBRARY FURNITURE & FURNISHINGS J. Fillers: Provide corner filler panels, cold-rolled steel, with fitted caps, in color and finish to match shelving. Locate where indicated to fill gaps at abutting shelving units.

K. Bookstack Units (See Architectural drawings for Legend.)

1. Type: Single and Double-faced units. 2. Frame Style: Cantilever with flat and display shelves. 3. Width: 36”, 24” 4. Height: 42”, 66” 5. Number of Shelves: Varies. 6. Base Shelf Depth: 10 inches or 20 inches, or 24 inches nominal. 7. Adjustable Shelf Depth: Varies. 8. Shelf Style: a. Sloping with integral backstops. b. Hinged periodical. 9. End Panels: One at each end of each range. 10. Canopy Top: Only at locations specified: extend full length of each range.

2.4 ACCESSORIES

A. Plate Type Book Support: Shall be formed of one-piece 18-gauged steel with a portion die cut and formed at 90-degrees. The support shall be fitted with a neo-cork pad. All shelves shall have one 9-inch Plate Book Support, U.O.N. on data spec sheets. Finish to be Borroughs #D- 492 Parchment

2.5 STRUCTURAL SUPPORT

A. Wall Anchorage: Manufacturer's standard, galvanized steel anchor designed to secure shelving to adjacent wall. Secure all anchors to metal studs. Provide minimum of one anchor per each shelving unit adjacent to a wall.

2.6 FINISHES, GENERAL

A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating metal finishes.

B. 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.

2.7 STEEL FINISHES

A. Powder-Coated Finish: Immediately after cleaning and pretreating, apply manufacturer's standard baked-on finish. Comply with coating manufacturer's written instructions for applying and baking.

1. Color and Gloss: Borroughs #D-492 Parchment. Contractor to have touch-up paint on site to repair damage of metal finishes after installation.

LIBRARY STACK SYSTEMS 115123 - 5

CHATHAM COUNTY LIBRARY FURNITURE & FURNISHINGS PART 3 - EXECUTION

3.1 EXAMINATION

A. Examine conditions, with Installer present, for conditions affecting performance of library stack systems.

1. Prepare written report, endorsed by Installer, listing conditions detrimental to performance of library stack systems. 2. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2 PREPARATION

A. Vacuum finished floor over which shelving is to be installed.

3.3 INSTALLATION, GENERAL

A. Install library stack systems according to manufacturer's written instructions.

B. Contractor to coordinate with General Contractor to install library stack systems prior to receipt of Certificate of Occupancy.

C. Level bookstack units with integral adjustable leveling devices to a tolerance of 1/8 inch in 96 inches for level and plumb.

D. Install using anchorage or bracing as recommended by manufacturer and as required for stability.

E. Install the following with concealed fasteners:

1. End panels. 2. Canopy tops.

F. Install shelves at equal spacing in each unit.

END OF SECTION 115123

LIBRARY STACK SYSTEMS 115123 - 6

CHATHAM COUNTY LIBRARY FURNITURE & FURNISHINGS

SECTION 125000- GENERAL FURNITURE

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes the following:

1. Operable office seating. 2. Lounge seating. 3. Stacking chairs. 4. Tables. 5. Casegoods.

1.3 SUBMITTALS

A. Product Data: Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for all furniture as specified in data sheets.

B. Shop Drawings: Provide fabrication and installation details.

C. Samples for Verification: For each type of exposed finish required (upholstery, paint, wood species and plastic laminate) prepared on Samples of size indicated below.

1. Size: 6 inches square.

D. Qualification Data: For Installer.

E. Product Test Reports: Based on evaluation of comprehensive tests performed by a qualified testing agency.

F. Maintenance Data: For inclusion in maintenance manuals.

G. Warranty: Submit a written warranty, executed by Manufacturer, agreeing to repair or replace furniture, which fails in materials or workmanship within 3 years after date of Substantial Completion. This warranty shall be in addition to, and not a limitation of, other rights the Owner may hae against the Contractor under Contract Documents.

1.4 QUALITY ASSURANCE

A. Installer Qualifications: An employer of workers trained and approved by manufacturer for installation of units required for this Project.

GENERAL FURNITURE 125000 - 1

CHATHAM COUNTY LIBRARY FURNITURE & FURNISHINGS

B. Product Options: Drawings indicate size, profiles, and dimensional requirements and are based on the manufacturer indicated.

1. Do not modify requirements, as judged solely by Architect, except with Architect's approval. If modifications are proposed, submit comprehensive explanatory data to Architect for review.

1.5 PROJECT CONDITIONS

A. Field Measurements: Indicate measurements on Shop Drawings.

1.6 MAINTENANCE: Provide a cleaning and maintenance manual for general furniture.

PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. Manufacturers: Specified per data sheets.

1. No substitutions will be considered after (7) days prior to receipt of bids as specified in Instructions to Bidders.

2.2 FINISHES, GENERAL

A. 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 conditions, with Installer present, for conditions affecting performance furniture.

1. Prepare written report, endorsed by Installer, listing conditions detrimental to performance of furniture. 2. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2 INSTALLATION, GENERAL

A. Install furniture according to manufacturer's written instructions.

B. Install furniture after substantial completion of construction project.

C. Provide padded protection at all doors, walls, corners, floors as required to protect all existing finishes.

GENERAL FURNITURE 125000 - 2

CHATHAM COUNTY LIBRARY FURNITURE & FURNISHINGS

D. Protect against damage and theft during remainder of construction period. Responsibility for security of all items installed in the building shall remain with the Contractor until final acceptance by the Owner.

E. Upon completion of furniture installation, vacuum floor and clean components and surfaces.

END OF SECTION 125000

GENERAL FURNITURE 125000 - 3