316 W. Millbrook Road, Suite 201 Raleigh, North Carolina 27609-4482 Office: 919-872-7866 Fax: 919-872-4486 www.RaymondLLC.com COA# C-4282

Addendum #1 Weaverville Primary School Roof Replacement – Area L Buncombe County Schools RFP# 22-20 August 27, 2020

This addendum consists of the following 3 Items (Acknowledge receipt of Addendum 1 on Form of Proposal):

1. Meeting Minutes from the pre-bid meeting held on August 27th, 2020. Refer to the attached document.

2. Sign In Sheet from the pre-bid meeting held on August 27th, 2020. Refer to the attached document.

3. A report of Asbestos Containing Materials provided by S&ME dated 6/28/2018. Refer to the attached document.

Respectfully Submitted By,

Edgar Levy, P.E.

Project Manager RAYMOND ENGINEERING-GEORGIA, Inc. 316 West Millbrook Road, Suite 201 Raleigh, North Carolina 27609 OFFICE 919-872-7866 Ext. 502 CELL 919-630-5771 EMAIL [email protected]

Raymond Engineering-Georgia, Inc. 316 W. Millbrook Road Suite 201 Raleigh, NC 27609-4482 Office: 919-872-7866 Fax: 919-872-4486 C.O.A. # C-4282

PRE-BID MEETING MINUTES

Weaverville Primary School Roof Replacement – Area L 39 S Main Street Extension Weaverville, North Carolina 28787 Buncombe County Schools RFP# 22-20 August 27, 2020

1) Introductions: a) Owners Representatives, Buncombe County Schools: i) Tim Fierle, AIA- Facilities Director ii) Carol Fay, Facilities Asst. Director b) Project Engineer: Ed Levy, Raymond

2) Review of the project Scope: a) Roof Replacement Work (approximately 6,900 s.f.) i) Remove and discard all existing EPDM and built-up roof systems, roof insulation, and base sheets down to the existing wood fiber decking. ii) Remove and discard all existing membrane flashings, metal flashings and miscellaneous items as specified in plans and specifications. iii) Remove and discard all existing gutters and downspout in Area L. Note that the penthouse roof is excluded from the scope. iv) Furnish and install new red rosin , vapor barrier, cover board, insulation system, and 80 MIL Fully-adhered TPO membrane roof system as noted in plans and specifications.

b) Miscellaneous Work: i) Furnish and install plywood, wall flashings and counter flashings at the upper windows as noted in plans and specifications. ii) Furnish and install new conductor heads, gutters and downspouts as noted in plans and specifications.

c) Alternates: none

d) Allowance Items and Unit Prices. These five Allowance Items are to be included within the base bid. Unit Prices for items i through iv will be used for any additional quantities (as approved in advance by the Designer and Owner) of these items as well as any credit back to the Owner for quantities of these items not required. See section 02 41 13 Selective Demolition and Preparations for more about Allowance Items i through iv, see Owner’s RFP for Allowance Item v: PRE-BID MEETING AGENDA WEAVERVILLE PRIMARY SCHOOL ROOF REPLACEMENT – AREA L BUNCOMBE COUNTY SCHOOLS RFP# 22-20 August 27, 2020 2

i) (100 BF) Deteriorated wood blocking or curbs, replace with like in kind. ii) (10 locations) At damaged or deteriorated wood fiber deck (small), repair with galvanized steel. iii) (200 SF) At damaged or deteriorated wood fiber deck (large), replace deck section. iv) (300 BF) Deteriorated painted wood blocking, replace with like in kind, paint to match. v) Discovery Allowance $5,000

3) Review the drawings: a) G-100 - Cover Page b) G-102 - Building Code Summary c) A-101 - Overall Building Roof Plan d) A-102 – Wind Zone Plan e) A-103 – Proposed Roof Plan f) A-501 – Typical Details for Roof Eave and Gutters g) A-502 - Typical Details for Wall Flashings at Windows and Penthouse h) A-503 - Typical Details for Curbs and Penetrations i) A-504 - Typical Details for Conductor Heads and Downspouts j) A-505 – Minimum Adhesive and Mechanical Fastener Attachment Patterns k) A-506 – Framing Plan and Section at Interior Windows

4) Bid Submission Directions and Form of Proposal: a) Bid Submission: BIDS DUE 4:00pm EST on Thursday, September 10, 2020: i) Bids may be submitted by email, fax OR mail/courier: (1) Email to: [email protected] (2) FAX to: (828)251-1730 (3) Mail to: Buncombe County Schools 175 Bingham Road Ashville, NC 28806

For Bids submitted electronically by email or FAX: It is strongly recommended that you confirm the receipt of your Bid by contacting Tiffany McCants, Purchasing Officer, at (828)255-5890.

For bids submitted by mail/courier: Provide sealed bids. Indicate firm name and RFP# 22-20 along with the Bid Due Date Thursday, September 10, 2020, on the front of the sealed proposal envelope.

b) The project is anticipated to be within the Informal Range, with Bids under $300,000 i) No Bonds are required in this dollar range ii) MBE Forms are not required in this dollar range PRE-BID MEETING AGENDA WEAVERVILLE PRIMARY SCHOOL ROOF REPLACEMENT – AREA L BUNCOMBE COUNTY SCHOOLS RFP# 22-20 August 27, 2020 PAGE 3

c) Form of proposal (2 pages) i) Base Bid ii) Unit priced items (four) iii) Addenda Acknowledgement iv) General Contractor information

d) Owner-Contractor Agreement by issuance of Purchase Order

e) General Conditions: i) Monthly Progress Payments will be allowed as approved by Designer and Owner. ii) Materials may be stored on site AT CONTRACTORS RISK: (1) Must coordinate with Owner for location on site (2) Release or paid invoice (3) Protected & Insured by Contractor (4) Materials must meet product specifications iii) Schedule of Values with each pay application iv) Sales Tax form with each pay application – NC and Local Taxes Paid

5) Project Timelines a) Bid: 8/27 1pm - Pre-bid Meeting at site 9/3 5pm – cutoff for Contractor Questions, submit in writing: [email protected] 9/7 5pm – Final Addendum replies sent to Bidders 9/10 4pm – Bid Opening

b) Project Award: Award is anticipated to occur on Friday September 11, 2020, by issuance of Purchase Order, following verification by Owner of Insurance and any other Requirements.

c) Construction: i) The Construction Duration is 90 days from Owner’s issuance of the Purchase Order. ii) Approval of all required Submittals must occur before demolition on site may begin. A 15-day submittal period is included in the 90-day Construction Duration. iii) Notice to Proceed will be issued by the Designer in writing during the Submittal Period. iv) Contractor shall coordinate with the Owner, Designer and any major Sub-contractors for a Pre-Construction meeting to occur on site before work may begin. v) Final Completion: 90 days from issuance of the Purchase Order.

d) Liquidated damages: (1) Substantial Completion - $500/day (2) Final Completion - $500/day

PRE-BID MEETING AGENDA WEAVERVILLE PRIMARY SCHOOL ROOF REPLACEMENT – AREA L BUNCOMBE COUNTY SCHOOLS RFP# 22-20 August 27, 2020 PAGE 4

6) Technical Specifications a) Section 01 11 00 Summary of Work i) Includes existing roof assembly information ii) ACM – asbestos in built-up roofing plies, results report provided within the Bid Addendum. iii) Submittals to be provided (1) Electronic – email to [email protected] (2) also see Sections 01 29 73 Schedule of Values and 01 33 00 Submittals

b) Section 01 31 00 Construction Schedules and Reports i) Activities after Intent of Award ii) Within 14 days of NTP submit computerized Cost-Loaded Detailed Preconstruction Schedule, Schedule of Values iii) Schedule Agreement Form to be signed off by General Contractor and all subcontractors.

c) Section 01 31 19 Project Meetings – Includes Owner, Designer, Contractor i) Pre-Construction Conference (1) Also includes any major sub-contractors (2) Review Contractor’s Project Schedule (3) Coordinate with Owner on Site Plan and any materials/tools to be stored on Site ii) Mid-way (approximate) During Project (1) Review Contractor’s Project Schedule iii) Punchlist and/or Final Inspection iv) Designer will make at least two scheduled site visits to make observations: (1) During demolition of the existing roofing systems. (2) During installation of the new roofing system and accessories.

d) Section 01 32 13 Construction Schedules i) For months following September, each month includes 4 Weather Days. ii) Weather Days will only be allowed for days that can be shown to have delayed site construction tasks on the project Critical Path and are during days that work had been scheduled to occur.

e) Section 01 33 00 Submittals i) Foreman’s Statement ii) Submittal Check List – Roofing Work Submittals in accordance with drawings and specifications.

f) Section 01 33 23 Shop Drawings, Product Data and Samples

g) Section 01 42 19 Reference Standards

PRE-BID MEETING AGENDA WEAVERVILLE PRIMARY SCHOOL ROOF REPLACEMENT – AREA L BUNCOMBE COUNTY SCHOOLS RFP# 22-20 August 27, 2020 PAGE 5

h) Section 01 45 00 Quality Control. i) The project manager and foreman who will actually be on site to supervise the work for all contractors and sub-contractors shall be in attendance at the PreCon meeting. If not, the meeting will be re-scheduled and work will not begin until after the rescheduled PreCon Meeting.

i) Section 01 50 00 Temporary Facilities and Controls i) Contractor must return the premises in better conditions than received. ii) Contractor to provide their own electricity if they require more than what is available at site. iii) On site supervision for contractor shall have operational mobile telephone. iv) Water may be provided by the owner through available hose bibs, the contractor will be responsible for bringing water to the point of use and turning off bib valves when water is not in use. Location of bibs to be verified in advance of work being preformed. v) Contractor to provide their own temporary toilet. vi) Contractor to provide all scaffolds, safety lines barricades etc. vii) Contractor staging area shall be fenced and shall be locked when the contractor is not on site. Contractor to coordinate locations with Owner.

j) Section 01 66 00 Storage and Protection i) Submit site specific safety plan ii) Store materials safely iii) Contractor responsible for all security measures including but not limited to locked staging area, tool boxes, etc. iv) Contractor is responsible for Odor Control within the building. Unoccupied ? (1) Fire Alarms / Smoke at air intakes ?

k) Section 01 74 00 Cleaning – Progress and Final Cleaning

l) Section 01 77 00 Project Closeout Procedures i) Punchlist Inspections (pre-final) for Substantial Completion ii) Final Inspection for Final Completion iii) Re-inspection costs iv) SCHEDULING – Raleigh-based, late morning and early afternoon

m) Section 01 78 36 Warranties i) Contractor – 2 year warranty ii) Membrane – 20 year warranty NO DOLLAR LIMIT iii) Note the sample contractor warranty form.

n) Section 01 78 39 Project Record Documents PRE-BID MEETING AGENDA WEAVERVILLE PRIMARY SCHOOL ROOF REPLACEMENT – AREA L BUNCOMBE COUNTY SCHOOLS RFP# 22-20 August 27, 2020 PAGE 6

i) Provide designer with a marked up set of construction drawings indicating any deviations (as approved in advance by the Designer) ii) Provide digital copies of all approved submittals and all other project documents required by the Owner.

o) Section 02 41 13 Selective Demolition and Preparations i) Care in removal of existing mechanical fasteners in wood fiber deck (also see Section 01 11 00 Summary of Work) to protect interior surface from damages – Owner will not pay for damages incurred from Contractor negligence.

p) Section 06 10 53 Miscellaneous Rough Carpentry i) Blocking

q) Section 07 22 16 Roof Board Insulation i) Polyisocyanurate 20psi insulation boards ii) Fully Adhered to .

r) Section 07 52 16 Base Sheet i) Red Rosin Building Paper ii) Mechanically Attached to existing deck with Locking Impact Nails

s) Section 07 54 23 Thermoplastic Polyolefin (TPO) Roofing i) Fully adhered to cover board. ii) FG Global Standards – submit appropriate RoofNav Assembly Number. iii) 80 MIL TPO Membrane, 60 MIL ok for flashings and vertical installations. iv) All "T" joints shall be provided with cover strips – Owner requirement. v) All horizontal cut edges shall be provided with minimum 4" .080 fully welded membrane - Owner requirement. vi) Prefabricated flashings shall be utilized wherever available from the manufacturer. vii) 10-inch wide Perimeter Enhancement Strips viii) No peel and stick flashing shall be allowed at draining edge ix) Low VOC Adhesives x) Heat welding. Provide test cuts or peel tests for Designer observations

t) Section 07 60 00 Flashing and Sheet metal i) Minimum Acceptable Metal Weights ii) Conductor Heads, Gutters and Downspouts - 24 Ga Galvanized Steel w/Kynar 500 finish iii) Galvalume flashings

7) Site Visit

END OF MEETING MINUTES

9771D Southern Pine Boulevard POLARIZED LIGHT MICROSCOPY Charlotte, NC 28273 Performed by EPA 600/R-93/116 Method 704-940-1830 Fax 704-565-4929 NVLAP Lab Code 102075-0 Asbestos Analysis Summary Client Name Raymond Engineering Greer 1900 S. Hwy 14 Suite a Date Received 6/27/2018 Greer SC 29650 Client Job Weaverville Primary Sch GSP1040.001 Date Analyzed 6/28/2018

Job Number 4335-15-230 Asbestos Non-Asbestos Fibrous Non-Fibrous Lab ID: Sample #: Appearance Comments %/Type %/Type %/Type 18-6074 1 BLACK FIBROUS 10 CHRYSOTILE 45 40 OTHER 5 GLASS

Analyzed by: Jane Wasilewski Jane Wasilewski Additional Comments: Laboratory Manager

For heterogeneous samples easily separated into subsamples, and for layered samples, each component is analyzed separately. ND = None Detected (Asbestos Not Present In Representative Sample). RCF= (Refractory Ceramic Fiber) The results relate only to the items tested. The sample may not be fully representative of the larger material in question. This sheet may not be reproduced except with permission from SME, Inc. This report may not be used to claim product endorsement by NVLAP or any agency of the U.S. Government. Although Polarized Light Microscopy (PLM/Dispersion Staining) (Method EPA 600/R-93/116) is the specified method for analysis of bulk material samples for asbestos under the EPA Asbestos Hazard Emergency Response Act, there have been reports that this method may not identify asbestos when fiber sizes are extremely small or if they are bound in a resinous material. Such materials include Page 1 of 1 floor tile, mastic and asphaltic roofing. Currently, reanalysis by Transmission Electron Microscopy (TEM) to verify results of <1% or "None Detected" for these materials is recommended.