THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing...

80
Cutler Elementary School Addendum No. 5 Groton, Connecticut February 19, 2020 Page 1 CUTLER ELEMENTARY SCHOOL PHASE 2 GROTON, CONNECTICUT STATE PROJECT NO. 059-0188-N ADDENDUM NO. 5 February 19, 2020 THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS BEEN EXTENDED TO MARCH 5, 2020 @ 2:00 P.M.: 2.05s – STRUCTURAL STEEL 2.07r – ROOFING 2.08 – ALUMINUM ENTRANCES, STORFRONTS AND CURTAINWALL THE BID DUE DATE FOR ALL OTHER REMAINING BID PACKAGES (NOT LISTED ABOVE) REMAINS FEBRUARY 25, 2020 @ 2:00 P.M. PLEASE SUBMIT ONE ORIGINAL AND ONE COPY OF YOUR BID. THE FOLLOWING DOCUMENTS MUST BE INCLUDED IN YOUR BID, OR YOUR PROPOSAL WILL BE DEEMED NON-RESPONSIVE: 1. FORM OF PROPOSAL 2. BID SECURITY (BID BOND OR CERTIFIED CHECK) – excluding BP’s 2.07f and 2.12 3. CTDAS UPDATE STATEMENT (if bid exceeds $500,000.00) I. REVISIONS TO SPECIFICATIONS 1. Specification Section 00 24 13 - Bid Packages a. Bid Package 2.02 – Building Abatement and Demolition II. SPECIAL INSTRUCTIONS Add the following Special Instruction: 40. The electrical contractor shall provide temporary power service to the existing portable classroom building in order to facilitate removal of the existing utility pole which is in conflict with the sitework activities for the new building. The sitework contractor shall demolish the existing utility pole that is currently supplying power to the portables. The building abatement and demolition contractor shall demolish this temporary electrical service just prior to demolition or dismantlement/separation.

Transcript of THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing...

Page 1: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School Addendum No. 5

Groton, Connecticut February 19, 2020 Page 1

CUTLER ELEMENTARY SCHOOL

PHASE 2

GROTON, CONNECTICUT

STATE PROJECT NO. 059-0188-N

ADDENDUM NO. 5

February 19, 2020

THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS

BEEN EXTENDED TO MARCH 5, 2020 @ 2:00 P.M.:

2.05s – STRUCTURAL STEEL

2.07r – ROOFING

2.08 – ALUMINUM ENTRANCES, STORFRONTS AND CURTAINWALL

THE BID DUE DATE FOR ALL OTHER REMAINING BID PACKAGES

(NOT LISTED ABOVE) REMAINS FEBRUARY 25, 2020 @ 2:00 P.M.

PLEASE SUBMIT ONE ORIGINAL AND ONE COPY OF YOUR BID. THE FOLLOWING

DOCUMENTS MUST BE INCLUDED IN YOUR BID, OR YOUR PROPOSAL WILL BE

DEEMED NON-RESPONSIVE: 1. FORM OF PROPOSAL 2. BID SECURITY (BID BOND OR CERTIFIED CHECK) – excluding BP’s 2.07f and 2.12 3. CTDAS UPDATE STATEMENT (if bid exceeds $500,000.00)

I. REVISIONS TO SPECIFICATIONS

1. Specification Section 00 24 13 - Bid Packages

a. Bid Package 2.02 – Building Abatement and Demolition

II. SPECIAL INSTRUCTIONS

Add the following Special Instruction:

40. The electrical contractor shall provide temporary power service to the existing

portable classroom building in order to facilitate removal of the existing utility

pole which is in conflict with the sitework activities for the new building. The

sitework contractor shall demolish the existing utility pole that is currently

supplying power to the portables. The building abatement and demolition

contractor shall demolish this temporary electrical service just prior to

demolition or dismantlement/separation.

Page 2: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School Addendum No. 5

Groton, Connecticut February 19, 2020 Page 2

b. Bid Package 2.03 – Concrete II. SPECIAL INSTRUCTIONS Add the following Special Instruction:

76. As typically shown in Details 3/S-300 and 10/S-330c, the structural steel contractor shall provide the 5/16” continuous bent plate with Lenton coupler and the galvanized MC10x22. The structural steel contractor shall furnish the threaded male reinforcing bars to the concrete contractor who shall install these bars located within the concrete slab. The masonry contractor shall furnish and install the continuous galvanized L5 angle at each MC, along with the associated bolts and nuts.

c. Bid Package 2.04 – Masonry II. SPECIAL INSTRUCTIONS Add the following Special Instruction:

61. As typically shown in Details 3/S-300 and 10/S-330c, the structural steel contractor shall provide the 5/16” continuous bent plate with Lenton coupler and the galvanized MC10x22. The structural steel contractor shall furnish the threaded male reinforcing bars to the concrete contractor who shall install these bars located within the concrete slab. The masonry contractor shall furnish and install the continuous galvanized L5 angle at each MC, along with the associated bolts and nuts.

d. Bid Package 2.05s – Structural Steel

II. SPECIAL INSTRUCTIONS Replace the following Special Instruction:

46. The structural steel bidders shall note that the structural steel fabrication details, diagrams, anchor bolt shop drawings, material lists and bolt lists, along with the fabrication Tekla model, is being furnished by the design team for use by the contractor and will be uploaded to SmartBidNet as soon as this information is available. The structural engineer’s model has been provided to RAM Drafting, LTD for development of a structural steel model provided as part of the bidding documents. The structural steel contractor is responsible for all steel detailing and submission of shop drawings per specifications. RAM Drafting, LTD has provided a cost to provide this service. The structural steel bidder shall provide all detailing and shop drawings for approval per project requirements, and fabrication drawings as needed, including the cost to RAM Drafting, LTD or any other means, to provide the required detailing, in their base bid proposal.

Add the following Special Instructions:

47. As typically shown in Detail 10/S-330c, the structural steel contractor shall provide the 5/16” continuous bent plate with Lenton coupler and the galvanized MC10x22. The concrete contractor shall furnish and install dowels located within the concrete slab. The masonry contractor shall furnish and install the continuous galvanized L5 angle at each MC, along with the associated bolts and nuts.

Page 3: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School Addendum No. 5

Groton, Connecticut February 19, 2020 Page 3

48. The plumbing and HVAC contractors shall expedite equipment submittals to provide the coordinated final clear opening and steel placement dimensions to the structural steel contractor for plumbing and mechanical equipment clear openings, including but not limited to, roof drains, roof top air handling units, pipe and duct shafts, duct penetrations, and steel placement for dunnage for roof mounted equipment no later than eight (8) weeks after receipt of the limited notice to proceed. The structural steel contractor shall include any costs with the delayed fabrication and installation of these members in their base bid proposal.

49. The general trades and roofing contractors shall expedite equipment submittals

and participate in the coordination efforts to provide the elevated slab and roof clear opening dimensions for the steel members surrounding the elevator and roof hatch. The general trades and roofing contractors shall provide these dimensions to the structural steel contractor no later than six (6) weeks after receipt of the limited notice to proceed. The structural steel contractor shall include any costs with the delayed fabrication and installation of these members in their base bid proposal.

e. Bid Package 2.07r – Roofing II. SPECIAL INSTRUCTIONS Add the following Special Instruction:

48. The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts to provide the elevated slab and roof clear opening dimensions for the steel members surrounding the elevator and roof hatch. The general trades and roofing contractors shall provide these dimensions to the structural steel contractor no later than six (6) weeks after receipt of the limited notice to proceed. The structural steel contractor shall include any costs with the delayed fabrication and installation of these members in their base bid proposal.

f. Bid Package 2.10 – General Trades II. SPECIAL INSTRUCTIONS Add the following Special Instruction:

80. The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts to provide the elevated slab and roof clear opening dimensions for the steel members surrounding the elevator and roof hatch. The general trades and roofing contractors shall provide these dimensions to the structural steel contractor no later than six (6) weeks after receipt of the limited notice to proceed. The structural steel contractor shall include any costs with the delayed fabrication and installation of these members in their base bid proposal.

Page 4: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School Addendum No. 5

Groton, Connecticut February 19, 2020 Page 4

g. Bid Package 2.22 – Plumbing II. SPECIAL INSTRUCTIONS Add the following Special Instruction:

59. The plumbing and HVAC contractors shall expedite equipment submittals to provide the coordinated final clear opening and steel placement dimensions to the structural steel contractor for plumbing and mechanical equipment clear openings, including but not limited to, roof drains, roof top air handling units, pipe and duct shafts, duct penetrations, and steel placement for dunnage for roof mounted equipment no later than eight (8) weeks after receipt of the limited notice to proceed. The structural steel contractor shall include any costs with the delayed fabrication and installation of these members in their base bid proposal.

h. Bid Package 2.23 – HVAC II. SPECIAL INSTRUCTIONS Add the following Special Instruction:

73. The plumbing and HVAC contractors shall expedite equipment submittals to provide the coordinated final clear opening and steel placement dimensions to the structural steel contractor for plumbing and mechanical equipment clear openings, including but not limited to, roof drains, roof top air handling units, pipe and duct shafts, duct penetrations, and steel placement for dunnage for roof mounted equipment no later than eight (8) weeks after receipt of the limited notice to proceed. The structural steel contractor shall include any costs with the delayed fabrication and installation of these members in their base bid proposal.

i. Bid Package 2.26 – Electrical II. SPECIAL INSTRUCTIONS Add the following Special Instruction:

77. The electrical contractor shall provide temporary power service to the existing portable classroom building in order to facilitate removal of the existing utility pole which is in conflict with the sitework activities for the new building. The sitework contractor shall demolish the existing utility pole that is currently supplying power to the portables. The building abatement and demolition contractor shall demolish this temporary electrical service just prior to demolition or dismantlement/separation.

j. Bid Package 2.31 – Sitework

II. SPECIAL INSTRUCTIONS Add the following Special Instructions:

104. The electrical contractor shall provide temporary power service to the existing portable classroom building in order to facilitate removal of the existing utility pole which is in conflict with the sitework activities for the new building. The sitework contractor shall demolish the existing utility pole that is currently

Page 5: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School Addendum No. 5

Groton, Connecticut February 19, 2020 Page 5

supplying power to the portables. The building abatement and demolition contractor shall demolish this temporary electrical service just prior to demolition or dismantlement/separation.

105. The site contractor shall flag the trees along the property line to confirm the

clearing limits and shall selectively remove vegetation to the property line, protecting trees to remain.

2. Specification Section 00 31 13 – Project Schedule and Phasing a. Replace the Level III Construction Milestone Schedule with revised, consisting of 6 pages,

attached to this Addendum No. 5.

3. Specification Section 00 42 10 – Form of Proposal Both Schools Combination Bid a. Replace pages 1 through 17 with revised pages, attached to this Addendum No. 5. 4. Specification Section 00 63 13 - Bidders' Prebid Requests for Information (Prebid RFI's) a. Attached to this Addendum No. 5 are CM Prebid RFI Nos. 15 through 175. All information

contained in these responses is to be used by all contractors in the preparation of their bids and will form part of their scope of work.

5. Specification Section 01 23 00 – Alternates a. Replace specification section in its entirety with revised, attached to this Addendum No. 5. 6. Specification Section 01 50 00 – Construction Controls and Temporary Facilities a. Insert new paragraph a.1.d under Temporary Field Office Buildings:

d. Upon mobilization, the sitework contractor shall prepare the site for the field offices of the Construction Manager and Owner’s Program Manager, including the installation of water lines and water connections for each trailer. The electrical contractor shall be responsible to provide a temporary power pole at the location of the field offices, as well a power pole for temporary construction power, as noted in the Temporary Utilities Sketch TU-1 included in this section. The electrical contractor shall be responsible for all coordination with the electrical utility company for the temporary construction power and the removal of the existing temporary classroom power. Trenching and backfill for the temporary power and removal of the existing utility pole providing power to the temporary classroom building shall be the responsibility of the sitework contractor, as well as filling the temporary construction power conduit with flowable fill when no longer required. The general trades contractor shall be responsible to provide a temporary sanitary tank for both the Construction Manager and Owner Program Manager’s trailers, and empty them on a weekly basis. The general trades contractor shall construct an 8 foot wide deck, connecting the Construction Manager and Owner’s Program Manager’s trailers, running the full length of the trailers, with a set of stairs with handrails at each end and an accessible ramp in the middle. The sitework contractor shall provide the grading and stable egress path from the trailer parking location to the wood ramp. At the end of the project, the general trades contractor shall remove the wood deck, stairs and ramp and the sitework contractor shall restore the trailer area and remove and cap the water lines per local utility guidelines.

Page 6: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School Addendum No. 5

Groton, Connecticut February 19, 2020 Page 6

b. Insert at the end of this section Temporary Utilities Sketch TU-1, attached to this Addendum No. 5.

7. Specification Section 01 74 13 – Project Cleanliness a. Paragraph 2.f: In the first sentence replace the words “Construction Manager’s field office

trailer” with “Construction Manager’s and Owner’s Program Manager’s field office trailers”.

II. REVISIONS TO TECHNICAL SPECIFICATIONS 1. Specification Section 11 95 00 – Arts and Crafts Equipment a. Replace this section in its entirety with revised, attached to this Addendum No. 5. III. REVISIONS TO DRAWINGS

None.

IV. ATTACHMENTS TO ADDENDUM

Specifications Pages Specification Section 00 31 13 – Level III Construction Milestone Schedule 6 Specification Section 00 42 10 – Form of Proposal Both Schools Combination Bid, revised pages 17 Specification Section 00 63 13 – Bidders' Prebid Requests for Information (Prebid RFI's) 44 Specification Section 01 23 00 – Alternates 3 Specification Section 01 50 00 – Construction Controls and Temporary Facilities 1 Temporary Utilities Sketch TU-1 Specification Section 11 95 00 – Arts and Crafts Equipment 3

END OF ADDENDUM NO. 5

Page 7: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Activity ID Activity Name Original

Duration

Start Finish

Groton - Cutler ES - currentGroton - Cutler ES - current 404 16-Mar-20 15-Oct-21

MilestonesMilestones 404 16-Mar-20 15-Oct-21

A1050 Contract Award (BP's 2.26 & 2.31) 0 16-Mar-20*

A1060 Contract Award (BP's 2.03 & 2.10) 0 23-Mar-20*

A1000 Start Work Onsite 0 01-Apr-20*

A1070 Contract Award (BP's 2.05s, 2.21, 2.22, & 2.23) 0 06-Apr-20*

A1080 Contract Award (All Other BP's) 0 04-May-20*

A1040 Owner Move-Out 27 16-Jun-20* 12-Jul-20*

A1010 Area C Complete 0 30-Jun-21*

A1020 Area A & B Complete 0 22-Jul-21*

A1030 Project Complete 0 15-Oct-21

ProcurementProcurement 140 16-Mar-20 01-Oct-20

DOAS UnitsDOAS Units 85 06-Apr-20 05-Aug-20

A2840 DOAS/RTU/AHU Units Submittal 10 06-Apr-20 20-Apr-20

A2850 DOAS/RTU/AHU Units Review 15 21-Apr-20 11-May-20

A2860 DOAS/RTU/AHU Units Fabrication & Delivery 60 12-May-20 05-Aug-20

ChillerChiller 70 06-Apr-20 15-Jul-20

A2870 Chiller Submittal 10 06-Apr-20 20-Apr-20

A2880 Chiller Review 15 21-Apr-20 11-May-20

A2890 Chiller Fabrication & Delivery 45 12-May-20 15-Jul-20

Switchgear PackageSwitchgear Package 75 16-Mar-20 30-Jun-20

A2900 Switchgear Submittal 10 16-Mar-20 27-Mar-20

A2910 Switchgear Review 15 30-Mar-20 20-Apr-20

A2920 Switchgear Fabrication & Delivery 50 21-Apr-20 30-Jun-20

Windows/Curtainwalls/StorefrontsWindows/Curtainwalls/Storefronts 80 04-May-20 25-Aug-20

A2930 Windows/Curtainwalls/Storefront Submittal 10 04-May-20 15-May-20

A2940 Windows/Curtainwalls/Storefront Review 10 18-May-20 01-Jun-20

A2950 Windows/Curtainwalls/Storefront Fabrication & Delivery60 02-Jun-20 25-Aug-20

Rammed Aggregate PiersRammed Aggregate Piers 30 16-Mar-20 27-Apr-20

A2960 Rammed Aggregate Piers Submittal 10 16-Mar-20 27-Mar-20

A2970 Rammed Aggregate Piers Review 10 30-Mar-20 13-Apr-20

A2980 Rammed Aggregate Piers Mobilization 10 14-Apr-20 27-Apr-20

ElevatorElevator 135 23-Mar-20 01-Oct-20

A2990 Elevator Submittal 10 23-Mar-20 03-Apr-20

A3000 Elevator Review 15 06-Apr-20 27-Apr-20

A3010 Elevator Fabrication & Delivery 110 28-Apr-20 01-Oct-20

GeneratorGenerator 105 16-Mar-20 12-Aug-20

A3020 Generator Submittal 10 16-Mar-20 27-Mar-20

A3030 Generator Review 15 30-Mar-20 20-Apr-20

A3040 Generator Fabrication & Delivery 80 21-Apr-20 12-Aug-20

Structural SteelStructural Steel 80 06-Apr-20 29-Jul-20

A3050 Structural Steel Submittal 10 06-Apr-20 20-Apr-20

A3060 Structural Steel Review 10 21-Apr-20 04-May-20

A3070 Structural Steel Fabrication & Delivery 60 05-May-20 29-Jul-20

Mar Apr May Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec

Qtr 1, 2020 Qtr 2, 2020 Qtr 3, 2020 Qtr 4, 2020 Qtr 1, 2021 Qtr 2, 2021 Qtr 3, 2021 Qtr 4, 2021

15-Oct-21, Groton - Cutler ES - current

15-Oct-21, Milestones

Contract Award (BP's 2.26 & 2.31)

Contract Award (BP's 2.03 & 2.10)

Start Work Onsite

Contract Award (BP's 2.05s, 2.21, 2.22, & 2.23)

Contract Award (All Other BP's)

Owner Move-Out

Area C Complete

Area A & B Complete

Project Complete

01-Oct-20, Procurement

05-Aug-20, DOAS Units

DOAS/RTU/AHU Units Submittal

DOAS/RTU/AHU Units Review

DOAS/RTU/AHU Units Fabrication & Delivery

15-Jul-20, Chiller

Chiller Submittal

Chiller Review

Chiller Fabrication & Delivery

30-Jun-20, Switchgear Package

Switchgear Submittal

Switchgear Review

Switchgear Fabrication & Delivery

25-Aug-20, Windows/Curtainwalls/Storefronts

Windows/Curtainwalls/Storefront Submittal

Windows/Curtainwalls/Storefront Review

Windows/Curtainwalls/Storefront Fabrication & Delivery

27-Apr-20, Rammed Aggregate Piers

Rammed Aggregate Piers Submittal

Rammed Aggregate Piers Review

Rammed Aggregate Piers Mobilization

01-Oct-20, Elevator

Elevator Submittal

Elevator Review

Elevator Fabrication & Delivery

12-Aug-20, Generator

Generator Submittal

Generator Review

Generator Fabrication & Delivery

29-Jul-20, Structural Steel

Structural Steel Submittal

Structural Steel Review

Structural Steel Fabrication & Delivery

Groton - Cutler ES - current O & G Industries, Inc.

Level III Construction Milestone Schedule

18-Feb-20 10:17

Actual Work

Remaining Work

Critical Remaining Work

Milestone

Summary Page 1 of 6 TASK filter: All Activities

© Oracle Corporation

Cutler Elementary School New Groton Public School State Project No. 059-0188-N

Addendum No. 5, February 19, 2020

PROJECT SCHEDULE AND PHASING 00 31 13-9

Page 8: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Activity ID Activity Name Original

Duration

Start Finish

CoordinationCoordination 80 06-Apr-20 29-Jul-20

A2830 MEP Coordination 80 06-Apr-20 29-Jul-20

ConstructionConstruction 355 01-Apr-20 24-Aug-21

SiteworkSitework 355 01-Apr-20 24-Aug-21

Sitework Phase ASitework Phase A 166 01-Apr-20 24-Nov-20

A1130 Setup E&S and Construction Fencing 10 01-Apr-20 15-Apr-20

A1220 Strip Topsoil 5 13-Apr-20* 17-Apr-20

A1140 Prepare Building Footprint Subgrade 10 20-Apr-20 01-May-20

A1200 Screen Topsoil 20 20-Apr-20 15-May-20

A1170 Water Meter Pit and Water Line 5 04-May-20 08-May-20

A1180 Water, Gas, Elec, Sanitary to Area A 10 11-May-20 22-May-20

A1190 South Storm Drainage 15 23-Sep-20 13-Oct-20

A2660 Tranformer, Generator, & Chiller Pads & E&B 15 14-Oct-20 03-Nov-20

A2680 Prep & Pour West Building Sidewalks 15 04-Nov-20 24-Nov-20

Sitework Phase BSitework Phase B 15 16-Jun-20 07-Jul-20

A2560 Setup E&S and Construction Fencing 5 16-Jun-20 22-Jun-20

A2570 Strip Topsoil 10 23-Jun-20 07-Jul-20

Sitework Phase CSitework Phase C 285 13-Jul-20 24-Aug-21

A2580 Setup E&S and Construction Fencing 10 13-Jul-20 24-Jul-20

A2590 Strip Pavement 10 27-Jul-20 07-Aug-20

A2600 Strip Topsoil 10 10-Aug-20 21-Aug-20

A2610 Storm Drainage FES10 to CCB13 10 24-Aug-20 04-Sep-20

A2620 East Underground Detention 10 08-Sep-20 21-Sep-20

A2630 North Storm Drainage 20 03-Nov-20 01-Dec-20

A2640 Site Lighting Conduits & Bases 15 02-Dec-20 22-Dec-20

A2650 Baseball Backstop & Dugouts 15 23-Dec-20 14-Jan-21

A2670 Prep & Pour Sidewalks 30 01-Apr-21* 13-May-21

A2690 Playground Construction & Fencing 30 01-Apr-21* 13-May-21

A2700 Complete Baseball Field & Turf 20 05-Apr-21* 30-Apr-21

A2710 Topsoil Fine Grade & Seed 15 03-May-21 21-May-21

A2730 Prep & Pave Driveway Base Course 30 24-May-21 06-Jul-21

A2720 Landscaping 20 07-Jul-21 03-Aug-21

A2760 Pave Wear Course 10 07-Jul-21 20-Jul-21

A2750 Line Striping 10 21-Jul-21 03-Aug-21

A2740 Site Signage 15 04-Aug-21 24-Aug-21

FoundationFoundation 66 04-May-20 05-Aug-20

Foundation AFoundation A 49 04-May-20 13-Jul-20

A2770 Excavate & Prep for Footings 12 04-May-20 19-May-20

A1290 Footings & Foundation Walls 15 06-May-20 27-May-20

A1280 Interior Piers & Foundation Walls 10 06-May-20 19-May-20

A2260 Backfill Foundation 5 28-May-20 03-Jun-20

A1300 Under Slab Plumbing 15 04-Jun-20 24-Jun-20

A2240 Under Slab Mechanical 5 18-Jun-20 24-Jun-20

A2230 Under Slab Electrical 5 25-Jun-20 01-Jul-20

A1370 Slab on Grade 7 02-Jul-20 13-Jul-20

Foundation BFoundation B 54 20-May-20 05-Aug-20

Mar Apr May Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec

Qtr 1, 2020 Qtr 2, 2020 Qtr 3, 2020 Qtr 4, 2020 Qtr 1, 2021 Qtr 2, 2021 Qtr 3, 2021 Qtr 4, 2021

29-Jul-20, Coordination

MEP Coordination

24-Aug-21, Construction

24-Aug-21, Sitework

24-Nov-20, Sitework Phase A

Setup E&S and Construction Fencing

Strip Topsoil

Prepare Building Footprint Subgrade

Screen Topsoil

Water Meter Pit and Water Line

Water, Gas, Elec, Sanitary to Area A

South Storm Drainage

Tranformer, Generator, & Chiller Pads & E&B

Prep & Pour West Building Sidewalks

07-Jul-20, Sitework Phase B

Setup E&S and Construction Fencing

Strip Topsoil

24-Aug-21, Sitework Phase C

Setup E&S and Construction Fencing

Strip Pavement

Strip Topsoil

Storm Drainage FES10 to CCB13

East Underground Detention

North Storm Drainage

Site Lighting Conduits & Bases

Baseball Backstop & Dugouts

Prep & Pour Sidewalks

Playground Construction & Fencing

Complete Baseball Field & Turf

Topsoil Fine Grade & Seed

Prep & Pave Driveway Base Course

Landscaping

Pave Wear Course

Line Striping

Site Signage

05-Aug-20, Foundation

13-Jul-20, Foundation A

Excavate & Prep for Footings

Footings & Foundation Walls

Interior Piers & Foundation Walls

Backfill Foundation

Under Slab Plumbing

Under Slab Mechanical

Under Slab Electrical

Slab on Grade

05-Aug-20, Foundation B

Groton - Cutler ES - current O & G Industries, Inc.

Level III Construction Milestone Schedule

18-Feb-20 10:17

Actual Work

Remaining Work

Critical Remaining Work

Milestone

Summary Page 2 of 6 TASK filter: All Activities

© Oracle Corporation

Cutler Elementary School New Groton Public School State Project No. 059-0188-N

Addendum No. 5, February 19, 2020

PROJECT SCHEDULE AND PHASING 00 31 13-10

Page 9: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Activity ID Activity Name Original

Duration

Start Finish

A2780 Excavate & Prep for Footings 5 20-May-20 27-May-20

A1310 Interior Piers & Foundation Walls 5 22-May-20 29-May-20

A1320 Footings & Foundation Walls 20 01-Jun-20 26-Jun-20

A2270 Backfill Foundation 5 29-Jun-20 06-Jul-20

A1330 Under Slab Plumbing 10 07-Jul-20 20-Jul-20

A2250 Under Slab Electrical 5 21-Jul-20 27-Jul-20

A1380 Slab on Grade 7 28-Jul-20 05-Aug-20

Foundation CFoundation C 62 04-May-20 30-Jul-20

A1270 Rammed Aggregate Piers 15 04-May-20 22-May-20

A2790 Excavate & Prep for Footings 20 26-May-20 22-Jun-20

A1350 Footings & Foundation Walls 20 28-May-20 24-Jun-20

A1340 Interior Pier Footings 10 28-May-20 10-Jun-20

A2200 Backfill Foundation 5 25-Jun-20 01-Jul-20

A2190 Under Slab Mechanical 5 02-Jul-20 09-Jul-20

A1360 Under Slab Plumbing 15 02-Jul-20 23-Jul-20

A2210 Unders Slab Electrical 5 10-Jul-20 16-Jul-20

A1390 Slab on Grade 5 24-Jul-20 30-Jul-20

Building EnclosureBuilding Enclosure 133 14-Jul-20 20-Jan-21

Building Enclosure ABuilding Enclosure A 100 14-Jul-20 02-Dec-20

A1210 Masonry 30 14-Jul-20 24-Aug-20

A1150 Erect Steel 20 25-Aug-20 22-Sep-20

A1160 Place SOD 10 23-Sep-20 06-Oct-20

A1400 Exterior Framing & Sheathing 10 23-Sep-20 06-Oct-20

A2290 AVB, Brick, & GFCMU 25 07-Oct-20 10-Nov-20

A1480 Roofing 15 07-Oct-20 27-Oct-20

A2300 Roof Edge Blocking, Roof Termination, & Coping 15 11-Nov-20 02-Dec-20

A1420 Windows & Curtainwalls 10 11-Nov-20 24-Nov-20

Building Enclosure BBuilding Enclosure B 90 06-Aug-20 11-Dec-20

A1440 Masonry 25 06-Aug-20 10-Sep-20

A1430 Erect Steel 15 11-Sep-20 01-Oct-20

A2320 Place SOD 5 02-Oct-20 08-Oct-20

A1450 Exterior Framing & Sheathing 10 02-Oct-20 15-Oct-20

A2310 AVB, Brick, & GFCMU 20 16-Oct-20 12-Nov-20

A1490 Roofing 15 16-Oct-20 05-Nov-20

A2330 Roof Edge Blocking, Roof Termination, & Coping 15 13-Nov-20 04-Dec-20

A1470 Windows & Curtainwalls 20 13-Nov-20 11-Dec-20

Building Enclosure CBuilding Enclosure C 120 31-Jul-20 20-Jan-21

A1500 Erect Steel 20 31-Jul-20 27-Aug-20

A2280 Place SOD's 10 28-Aug-20 11-Sep-20

A1520 Exterior Framing & Sheathing 25 14-Sep-20 16-Oct-20

A1510 Masonry Stair Towers 15 14-Sep-20 02-Oct-20

A2810 Masonry Restroom Exterior Walls 10 14-Sep-20 25-Sep-20

A2220 Masonry Elevator Shaft 15 02-Oct-20 22-Oct-20

A1550 Roofing 20 19-Oct-20 13-Nov-20

A1530 AVB, Brick, & GFCMU 50 19-Oct-20 29-Dec-20

A1540 Windows & Curtainwalls 25 15-Dec-20 20-Jan-21

Mar Apr May Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec

Qtr 1, 2020 Qtr 2, 2020 Qtr 3, 2020 Qtr 4, 2020 Qtr 1, 2021 Qtr 2, 2021 Qtr 3, 2021 Qtr 4, 2021

Excavate & Prep for Footings

Interior Piers & Foundation Walls

Footings & Foundation Walls

Backfill Foundation

Under Slab Plumbing

Under Slab Electrical

Slab on Grade

30-Jul-20, Foundation C

Rammed Aggregate Piers

Excavate & Prep for Footings

Footings & Foundation Walls

Interior Pier Footings

Backfill Foundation

Under Slab Mechanical

Under Slab Plumbing

Unders Slab Electrical

Slab on Grade

20-Jan-21, Building Enclosure

02-Dec-20, Building Enclosure A

Masonry

Erect Steel

Place SOD

Exterior Framing & Sheathing

AVB, Brick, & GFCMU

Roofing

Roof Edge Blocking, Roof Termination, & Coping

Windows & Curtainwalls

11-Dec-20, Building Enclosure B

Masonry

Erect Steel

Place SOD

Exterior Framing & Sheathing

AVB, Brick, & GFCMU

Roofing

Roof Edge Blocking, Roof Termination, & Coping

Windows & Curtainwalls

20-Jan-21, Building Enclosure C

Erect Steel

Place SOD's

Exterior Framing & Sheathing

Masonry Stair Towers

Masonry Restroom Exterior Walls

Masonry Elevator Shaft

Roofing

AVB, Brick, & GFCMU

Windows & Curtainwalls

Groton - Cutler ES - current O & G Industries, Inc.

Level III Construction Milestone Schedule

18-Feb-20 10:17

Actual Work

Remaining Work

Critical Remaining Work

Milestone

Summary Page 3 of 6 TASK filter: All Activities

© Oracle Corporation

Cutler Elementary School New Groton Public School State Project No. 059-0188-N

Addendum No. 5, February 19, 2020

PROJECT SCHEDULE AND PHASING 00 31 13-11

Page 10: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Activity ID Activity Name Original

Duration

Start Finish

A2340 Roof Coping 10 30-Dec-20 13-Jan-21

Building InteriorBuilding Interior 203 05-Oct-20 22-Jul-21

Interior AInterior A 186 28-Oct-20 22-Jul-21

A1560 Interior Framing 15 28-Oct-20 17-Nov-20

A2400 Sheetrock & Tape Boiler & Electrical 10 18-Nov-20 02-Dec-20

A1570 Wall MEP RoughIn 20 18-Nov-20 16-Dec-20

A1600 Above Ceiling MEP Rough In 25 17-Dec-20 22-Jan-21

A1580 Sheetrock & Tape 20 25-Jan-21 19-Feb-21

A1590 Paint 15 22-Feb-21 12-Mar-21

A1690 MEP Ceiling Finishes 21 15-Mar-21 13-Apr-21

A1610 Ceiling Grid 15 15-Mar-21 05-Apr-21

A1700 Ceiling Pads 10 14-Apr-21 27-Apr-21

Boiler Room / Electrical RoomBoiler Room / Electrical Room 75 03-Dec-20 19-Mar-21

A2410 Electrical Gear 15 03-Dec-20 23-Dec-20

A1230 Set Mechanical Equipment 30 03-Dec-20 15-Jan-21

A2420 Energize Gear 5 24-Dec-20 31-Dec-20

A1250 HVAC Piping 30 18-Jan-21 26-Feb-21

A1240 Electrical 15 01-Mar-21 19-Mar-21

Misic / Choral / ToiletsMisic / Choral / Toilets 25 22-Feb-21 26-Mar-21

A2150 Restroom Epoxy Floor 5 22-Feb-21 26-Feb-21

A1640 Plumbing Fixtures 5 01-Mar-21 05-Mar-21

A1650 Toilet Partitions & Accessories 5 08-Mar-21 12-Mar-21

A1620 Millwork 5 15-Mar-21 19-Mar-21

A2160 Flooring 5 22-Mar-21 26-Mar-21

Kitchen / CafeteriaKitchen / Cafeteria 41 15-Mar-21 11-May-21

A2440 Set Coolers & Hoods 5 15-Mar-21 19-Mar-21

A2430 Kitchen Epoxy Floor 5 22-Mar-21 26-Mar-21

A2140 Cafeteria Flooring 5 28-Apr-21 04-May-21

A1660 Kitchen Equipment 10 28-Apr-21 11-May-21

A1630 Millwork 5 05-May-21 11-May-21

GymGym 70 14-Apr-21 22-Jul-21

A2450 Paint Exposed Ceiling 15 14-Apr-21 04-May-21

A2130 Gym Equipment 20 05-May-21 02-Jun-21

A1670 Flooring 20 03-Jun-21 30-Jun-21

A1680 Seating 15 01-Jul-21 22-Jul-21

Interior BInterior B 150 06-Nov-20 10-Jun-21

A1710 Interior Framing 15 06-Nov-20 27-Nov-20

A1720 Wall MEP RoughIn 20 30-Nov-20 28-Dec-20

A1730 Above Ceiling MEP RoughIn 20 29-Dec-20 26-Jan-21

A1740 Sheetrock & Tape 20 27-Jan-21 23-Feb-21

A1750 Paint 15 24-Feb-21 16-Mar-21

A1770 MEP Ceiling Finishes 25 17-Mar-21 21-Apr-21

A1760 Ceiling Grid 20 17-Mar-21 14-Apr-21

A1780 Ceiling Pads 10 22-Apr-21 05-May-21

Media Center / CommonMedia Center / Common 25 06-May-21 10-Jun-21

A2170 Flooring 10 06-May-21 19-May-21

Mar Apr May Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec

Qtr 1, 2020 Qtr 2, 2020 Qtr 3, 2020 Qtr 4, 2020 Qtr 1, 2021 Qtr 2, 2021 Qtr 3, 2021 Qtr 4, 2021

Roof Coping

22-Jul-21, Building Interior

22-Jul-21, Interior A

Interior Framing

Sheetrock & Tape Boiler & Electrical

Wall MEP RoughIn

Above Ceiling MEP Rough In

Sheetrock & Tape

Paint

MEP Ceiling Finishes

Ceiling Grid

Ceiling Pads

19-Mar-21, Boiler Room / Electrical Room

Electrical Gear

Set Mechanical Equipment

Energize Gear

HVAC Piping

Electrical

26-Mar-21, Misic / Choral / Toilets

Restroom Epoxy Floor

Plumbing Fixtures

Toilet Partitions & Accessories

Millwork

Flooring

11-May-21, Kitchen / Cafeteria

Set Coolers & Hoods

Kitchen Epoxy Floor

Cafeteria Flooring

Kitchen Equipment

Millwork

22-Jul-21, Gym

Paint Exposed Ceiling

Gym Equipment

Flooring

Seating

10-Jun-21, Interior B

Interior Framing

Wall MEP RoughIn

Above Ceiling MEP RoughIn

Sheetrock & Tape

Paint

MEP Ceiling Finishes

Ceiling Grid

Ceiling Pads

10-Jun-21, Media Center / Common

Flooring

Groton - Cutler ES - current O & G Industries, Inc.

Level III Construction Milestone Schedule

18-Feb-20 10:17

Actual Work

Remaining Work

Critical Remaining Work

Milestone

Summary Page 4 of 6 TASK filter: All Activities

© Oracle Corporation

Cutler Elementary School New Groton Public School State Project No. 059-0188-N

Addendum No. 5, February 19, 2020

PROJECT SCHEDULE AND PHASING 00 31 13-12

Page 11: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Activity ID Activity Name Original

Duration

Start Finish

A1790 Millwork 10 20-May-21 03-Jun-21

A1800 Appliances 5 04-Jun-21 10-Jun-21

Nurse Area / Admin.Nurse Area / Admin. 25 06-May-21 10-Jun-21

A2180 Flooring 10 06-May-21 19-May-21

A1810 Millwork 10 20-May-21 03-Jun-21

A1820 Appliances 5 04-Jun-21 10-Jun-21

Interior CInterior C 188 05-Oct-20 30-Jun-21Stair 1Stair 1 87 05-Oct-20 05-Feb-21

A1870 Stair 1 Steel 10 05-Oct-20 16-Oct-20

A1830 Pour Stair Treads 5 19-Oct-20 23-Oct-20

A2350 Guardrails & Handrails 7 26-Oct-20 03-Nov-20

A2370 Paint 5 21-Jan-21 27-Jan-21

A2380 Flooring & Stair Treads 7 28-Jan-21 05-Feb-21

Stair 2Stair 2 87 05-Oct-20 05-Feb-21

A1880 Stair 2 Steel 10 05-Oct-20 16-Oct-20

A1840 Pour Stair Treads 5 19-Oct-20 23-Oct-20

A2360 Guardrails & Handrails 7 26-Oct-20 03-Nov-20

A1850 Paint 5 21-Jan-21 27-Jan-21

A2390 Flooring & Stair Treads 7 28-Jan-21 05-Feb-21

ElevatorElevator 15 04-Jan-21 22-Jan-21

A1860 Install Car 15 04-Jan-21 22-Jan-21

Area C 1st FloorArea C 1st Floor 128 30-Dec-20 30-Jun-21

A1890 Interior Framing 15 30-Dec-20 20-Jan-21

A1900 Wall MEP RoughIn 20 21-Jan-21 17-Feb-21

A1910 Above Ceiling MEP RoughIn 25 18-Feb-21 24-Mar-21

A1920 Sheetrock & Tape 15 25-Mar-21 15-Apr-21

A1930 Paint 10 16-Apr-21 29-Apr-21

A1950 MEP Ceiling Finishes 15 30-Apr-21 20-May-21

A1940 Ceiling Grid 15 30-Apr-21 20-May-21

A1960 Ceiling Pads 5 21-May-21 27-May-21

A2480 Flooring 8 28-May-21 09-Jun-21

A2490 Millwork 10 10-Jun-21 23-Jun-21

A2540 Doors & Frames 5 24-Jun-21 30-Jun-21

Area C 2nd FloorArea C 2nd Floor 128 08-Dec-20 09-Jun-21

A1970 Interior Framing 15 08-Dec-20 29-Dec-20

A2820 Masonry Restroom Interior Walls 5 08-Dec-20 14-Dec-20

A1980 Wall MEP RoughIn 20 30-Dec-20 27-Jan-21

A1990 Above Ceiling MEP RoughIn 25 28-Jan-21 03-Mar-21

A2000 Sheetrock & Tape 15 04-Mar-21 24-Mar-21

A2010 Paint 10 25-Mar-21 08-Apr-21

A2030 MEP Ceiling Finishes 15 09-Apr-21 29-Apr-21

A2020 Ceiling Grid 15 09-Apr-21 29-Apr-21

A2040 Ceiling Pads 5 30-Apr-21 06-May-21

A2470 Flooring 8 07-May-21 18-May-21

A2500 Millwork 10 19-May-21 02-Jun-21

A2530 Doors & Hardware 5 03-Jun-21 09-Jun-21

Mar Apr May Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec

Qtr 1, 2020 Qtr 2, 2020 Qtr 3, 2020 Qtr 4, 2020 Qtr 1, 2021 Qtr 2, 2021 Qtr 3, 2021 Qtr 4, 2021

Millwork

Appliances

10-Jun-21, Nurse Area / Admin.

Flooring

Millwork

Appliances

30-Jun-21, Interior C

05-Feb-21, Stair 1

Stair 1 Steel

Pour Stair Treads

Guardrails & Handrails

Paint

Flooring & Stair Treads

05-Feb-21, Stair 2

Stair 2 Steel

Pour Stair Treads

Guardrails & Handrails

Paint

Flooring & Stair Treads

22-Jan-21, Elevator

Install Car

30-Jun-21, Area C 1st Floor

Interior Framing

Wall MEP RoughIn

Above Ceiling MEP RoughIn

Sheetrock & Tape

Paint

MEP Ceiling Finishes

Ceiling Grid

Ceiling Pads

Flooring

Millwork

Doors & Frames

09-Jun-21, Area C 2nd Floor

Interior Framing

Masonry Restroom Interior Walls

Wall MEP RoughIn

Above Ceiling MEP RoughIn

Sheetrock & Tape

Paint

MEP Ceiling Finishes

Ceiling Grid

Ceiling Pads

Flooring

Millwork

Doors & Hardware

Groton - Cutler ES - current O & G Industries, Inc.

Level III Construction Milestone Schedule

18-Feb-20 10:17

Actual Work

Remaining Work

Critical Remaining Work

Milestone

Summary Page 5 of 6 TASK filter: All Activities

© Oracle Corporation

Cutler Elementary School New Groton Public School State Project No. 059-0188-N

Addendum No. 5, February 19, 2020

PROJECT SCHEDULE AND PHASING 00 31 13-13

Page 12: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Activity ID Activity Name Original

Duration

Start Finish

Area C 3rd FloorArea C 3rd Floor 128 16-Nov-20 18-May-21

A2050 Interior Framing 15 16-Nov-20 07-Dec-20

A2800 Masonry Restroom Interior Walls 5 16-Nov-20 20-Nov-20

A2060 Wall MEP RoughIn 20 08-Dec-20 06-Jan-21

A2070 Above Ceiling MEP RoughIn 25 07-Jan-21 10-Feb-21

A2080 Sheetrock & Tape 15 11-Feb-21 03-Mar-21

A2090 Paint 10 04-Mar-21 17-Mar-21

A2110 MEP Ceiling Finishes 15 18-Mar-21 08-Apr-21

A2100 Ceiling Grid 15 18-Mar-21 08-Apr-21

A2120 Ceiling Pads 5 09-Apr-21 15-Apr-21

A2460 Flooring 8 16-Apr-21 27-Apr-21

A2510 Millwork 10 28-Apr-21 11-May-21

A2520 Doors & Hardware 5 12-May-21 18-May-21

Abatement & DemolitionAbatement & Demolition 80 13-Jul-20 02-Nov-20

A2550 Abatement & Demolition of the Existing Building 80 13-Jul-20 02-Nov-20

Close OutClose Out 60 23-Jul-21 15-Oct-21

A1260 Closeout 60 23-Jul-21 15-Oct-21

Mar Apr May Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec

Qtr 1, 2020 Qtr 2, 2020 Qtr 3, 2020 Qtr 4, 2020 Qtr 1, 2021 Qtr 2, 2021 Qtr 3, 2021 Qtr 4, 2021

18-May-21, Area C 3rd Floor

Interior Framing

Masonry Restroom Interior Walls

Wall MEP RoughIn

Above Ceiling MEP RoughIn

Sheetrock & Tape

Paint

MEP Ceiling Finishes

Ceiling Grid

Ceiling Pads

Flooring

Millwork

Doors & Hardware

02-Nov-20, Abatement & Demolition

Abatement & Demolition of the Existing Building

15-Oct-21, Close Out

Closeout

Groton - Cutler ES - current O & G Industries, Inc.

Level III Construction Milestone Schedule

18-Feb-20 10:17

Actual Work

Remaining Work

Critical Remaining Work

Milestone

Summary Page 6 of 6 TASK filter: All Activities

© Oracle Corporation

Cutler Elementary School New Groton Public School State Project No. 059-0188-N

Addendum No. 5, February 19, 2020

PROJECT SCHEDULE AND PHASING 00 31 13-14

Page 13: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

FORM OF PROPOSAL

WEST SIDE AND CUTLER SCHOOLS COMBINATION BID 00 42 10-1

FORM OF PROPOSAL 00 42 10-1

WEST SIDE AND CUTLER ELEMENTARY SCHOOLS COMBINATION BID

Date ________________

Greg A. Hanover, Director of Public Works Town of Groton 134 Groton Long Point Road Groton, CT 06340

Gentlemen:

Pursuant to and in compliance with your Invitation to Bid relating thereto, the Undersigned,

Company Name: ___________________________________________

Street Address: ___________________________________________

City, Town, Zip Code: ______________________________________

Contact: _________________________________________________

Telephone Number/Fax Number: ___________________ / _____________________

E-Mail Address: ________________________________

having visited the site, familiarized himself with the conditions present and carefully examined the Drawings, Bidding Package Contract Documents, and complete Specifications together with all Addenda issued and received prior to closing time for receipt of Bids as prepared by the Architect, Perkins Eastman, hereby offers and agrees as follows:

To provide all materials, all labor and all else whatsoever necessary to erect and properly finish all work in connection with the West Side and Cutler Elementary School projects, Groton, Connecticut to the satisfaction of the Architect, Construction Manager and Owner for the lump sum as follows:

BID PACKAGE NUMBER

DESCRIPTION

West Side Elementary School

Lump Sum Price

(Written & Numbers)

A

Cutler Elementary School

Lump Sum Price

(Written & Numbers)

B

Combination Bid Total for Both Schools

Lump Sum Price

(Written & Numbers)

A + B = C

2.02 Building Abatement and Demolition

_________________

_________________

_________________

_________________

_________________

_________________

_________________

_________________

_________________

Addendum No. 5, February 19, 2020

Page 14: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

FORM OF PROPOSAL

WEST SIDE AND CUTLER SCHOOLS COMBINATION BID 00 42 10-2

FORM OF PROPOSAL 00 42 10-2

WEST SIDE AND CUTLER ELEMENTARY SCHOOLS COMBINATION BID

BID PACKAGE NUMBER

DESCRIPTION

West Side Elementary School

Lump Sum Price

(Written & Numbers)

A

Cutler Elementary School

Lump Sum Price

(Written & Numbers)

B

Combination Bid Total for Both Schools

Lump Sum Price

(Written & Numbers)

A + B = C

2.03 Concrete _________________

_________________

_________________

_________________

_________________

_________________

_________________

_________________

_________________

2.04 Masonry _________________

_________________

_________________

_________________

_________________

_________________

_________________

_________________

_________________

2.05m Miscellaneous Metals _________________

_________________

_________________

_________________

_________________

_________________

_________________

_________________

_________________

2.06 Architectural Cabinets and Woodwork

_________________

_________________

_________________

_________________

_________________

_________________

_________________

_________________

_________________

2.07f Firestopping _________________

_________________

_________________

_________________

_________________

_________________

_________________

_________________

_________________

2.09a Acoustical _________________

_________________

_________________

_________________

_________________

_________________

_________________

_________________

_________________

2.09d Drywall _________________

_________________

_________________

_________________

_________________

_________________

_________________

_________________

_________________

Addendum No. 5, February 19, 2020

Page 15: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

FORM OF PROPOSAL

WEST SIDE AND CUTLER SCHOOLS COMBINATION BID 00 42 10-3

FORM OF PROPOSAL 00 42 10-3

WEST SIDE AND CUTLER ELEMENTARY SCHOOLS COMBINATION BID

BID PACKAGE NUMBER

DESCRIPTION

West Side Elementary School

Lump Sum Price

(Written & Numbers)

A

Cutler Elementary School

Lump Sum Price

(Written & Numbers)

B

Combination Bid Total for Both Schools

Lump Sum Price

(Written & Numbers)

A + B = C

2.09f Carpet, Resilient and Resinous Flooring

_________________

_________________

_________________

_________________

_________________

_________________

_________________

_________________

_________________

2.09p Painting _________________

_________________

_________________

_________________

_________________

_________________

_________________

_________________

_________________

2.09w Wood Flooring _________________

_________________

_________________

_________________

_________________

_________________

_________________

_________________

_________________

2.10 General Trades _________________

_________________

_________________

_________________

_________________

_________________

_________________

_________________

_________________

2.11 Food Service Equipment

_________________

_________________

_________________

_________________

_________________

_________________

_________________

_________________

_________________

2.12 Window Treatments _________________

_________________

_________________

_________________

_________________

_________________

_________________

_________________

_________________

2.21 Fire Protection _________________

_________________

_________________

_________________

_________________

_________________

_________________

_________________

_________________

Addendum No. 5, February 19, 2020

Page 16: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

FORM OF PROPOSAL

WEST SIDE AND CUTLER SCHOOLS COMBINATION BID 00 42 10-4

FORM OF PROPOSAL 00 42 10-4

WEST SIDE AND CUTLER ELEMENTARY SCHOOLS COMBINATION BID

BID PACKAGE NUMBER

DESCRIPTION

West Side Elementary School

Lump Sum Price

(Written & Numbers)

A

Cutler Elementary School

Lump Sum Price

(Written & Numbers)

B

Combination Bid Total for Both Schools

Lump Sum Price

(Written & Numbers)

A + B = C

2.22 Plumbing _________________

_________________

_________________

_________________

_________________

_________________

_________________

_________________

_________________

2.23 HVAC _________________

_________________

_________________

_________________

_________________

_________________

_________________

_________________

_________________

2.26 Electrical

_________________

_________________

_________________

_________________

_________________

_________________

_________________

_________________

_________________

2.27d Tele/Data/ Communications

_________________

_________________

_________________

_________________

_________________

_________________

_________________

_________________

_________________

2.27s Security

_________________

_________________

_________________

_________________

_________________

_________________

_________________

_________________

_________________

2.28 Fire Alarm _________________

_________________

_________________

_________________

_________________

_________________

_________________

_________________

_________________

2.31 Sitework _________________

_________________

_________________

_________________

_________________

_________________

_________________

_________________

_________________

Addendum No. 5, February 19, 2020

Page 17: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

FORM OF PROPOSAL

WEST SIDE AND CUTLER SCHOOLS COMBINATION BID 00 42 10-5

FORM OF PROPOSAL 00 42 10-5

WEST SIDE AND CUTLER ELEMENTARY SCHOOLS COMBINATION BID

BID PACKAGE NUMBER

DESCRIPTION

West Side Elementary School

Lump Sum Price

(Written & Numbers)

A

Cutler Elementary School

Lump Sum Price

(Written & Numbers)

B

Combination Bid Total for Both Schools

Lump Sum Price

(Written & Numbers)

A + B = C

TRADE COMBINATION BID FOR THE FOLLOWING BID PACKAGE NUMBERS (INDICATE BELOW):

_________________

_________________

_________________

_________________

_________________

_________________

_________________

_________________

_________________

Only one combination bid will be accepted per Contractor. Please indicate the separated pricing for each respective individual bid package listed above that are included in the total combination bid.

AWARD OF CONTRACT The West Side and Cutler Elementary School Construction projects will be awarded separately. However, award may be made for both projects to the lowest responsible qualified bidder with the lowest Total Bid (A+B) for both school projects. Individual prices of A and B must add up to the Total Bid. In the event of a math error, the Total Bid will be used. UNIT PRICES

A unit price is an amount proposed by Bidders and stated on the Bid Form as a price per unit of measurement for materials or services that will be added to or deducted from the Contract Sum by Change Order in the event the project Scope of Work is altered. All Unit Prices shall include all cost to complete the Work to the representative contractor, including all charges for materials, labor, plant, equipment, additional insurance, taxes and all charges of whatever kind. The stated unit prices shall apply whether the work is added or deducted to the Trade Contractor’s Contract. Overhead and profit markups will be applied to the unit prices on the Change Order as allowed per the contract. All items marked with an asterisk (*) shall include the completion of the excavation, formation and compaction of the subgrade; and the disposal of rock or surplus material in accordance with the Plans and Specifications or as directed by the Architect. All items marked with two asterisks (**) shall include the completion of the excavation, removal, disposal and replacement of unsuitable material with structural fill.

Item No.

Description Amount

Addendum No. 5, February 19, 2020

Page 18: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

FORM OF PROPOSAL

WEST SIDE AND CUTLER SCHOOLS COMBINATION BID 00 42 10-6

FORM OF PROPOSAL 00 42 10-6

WEST SIDE AND CUTLER ELEMENTARY SCHOOLS COMBINATION BID

2.02 – Building Abatement and Demolition

1 Small Containment Preparation Containment (Less than 160 square\260 linear feet of asbestos containing material)

$ /Containment

2a Floor Tile/Flooring Materials and Mastics Removal and Disposal as ACM

$ /SF

2b Floor Tile/Flooring Materials and Mastics Removal and Disposal as PCBs (assumed > 50 ppm)

$ /SF

2c Floor Tile/Flooring Materials and Mastics Removal and Disposal as ACM and PCBs (assumed > 50 ppm)

$ /SF

3a Flooring and/or Carpeting Mastic Removal and Disposal as ACM

$ /SF

3b Flooring and/or Carpeting Mastic Removal and Disposal as PCBs (assumed > 50 ppm)

$ /SF

3c Flooring and/or Carpeting Mastic Removal and Disposal as ACM and PCBs (assumed > 50 ppm)

$ /SF

4a Cove Base and Adhesives (multiple layers) (including contaminated substrates) Removal and Disposal as ACM

$ /LF

4b Cove Base and Adhesives (multiple layers) (including contaminated substrates) Removal and Disposal as PCBs (assumed > 50 ppm)

$ /LF

4c Cove Base and Adhesives (multiple layers) (including contaminated substrates) Removal and Disposal as ACM and PCBs (assumed > 50 ppm)

$ /LF

5 Mudded Pipe Fitting Insulation Removal and Disposal as ACM $ /Fitting/Joint

6 Glove Bag Removal and Disposal as ACM $ /Bag

7 Pipe and Pipe Fitting Insulation Removal and Disposal as ACM

$ /LF

8 Thermal System Insulation/Pipe and Pipe Fitting Insulation Debris and Contaminated Soil Removal and Disposal as ACM (including three inches deep)

$ /SF

9 Duct Insulation (including contaminated substrates) Removal and Disposal as ACM

$ /SF

10a Duct Adhesive (including contaminated substrates) Removal and Disposal as ACM

$ /SF

10b Duct Adhesive (including contaminated substrates) Removal and Disposal as PCBs (assumed > 50 ppm)

$ /SF

Addendum No. 5, February 19, 2020

Page 19: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

FORM OF PROPOSAL

WEST SIDE AND CUTLER SCHOOLS COMBINATION BID 00 42 10-7

FORM OF PROPOSAL 00 42 10-7

WEST SIDE AND CUTLER ELEMENTARY SCHOOLS COMBINATION BID

10c Duct Adhesive (including contaminated substrates) Removal and Disposal as ACM and PCBs (assumed > 50 ppm)

$ /SF

11 Air Duct Vibration Isolation Cloth Removal and Disposal as ACM

$ /Cloth

12 Light Backing Paper Insulation Removal and Disposal as ACM $ /LF

13 Sink Undercoating Removal and Disposal as ACM $ /Sink

14a Countertop/Adhesive/Caulking Compounds Removal and Disposal as ACM

$ /SF

14b Countertop/Adhesive/Caulking Compounds Removal and Disposal as PCBs (assumed > 50 ppm)

$ /SF

14c Countertop/Adhesive/Caulking Compounds Removal and Disposal as ACM and PCBs (assumed > 50 ppm)

$ /SF

15 Transite Cement Board Removal and Disposal as ACM $ /SF

16 Fire Door/Insulation Removal and Disposal as ACM $ /Door

17a Wall Adhesives and Contaminated Substrates (mirrors/blackboards/bulletin boards, etc.) Removal and Disposal as ACM

$ /SF

17b Wall Adhesives and Contaminated Substrates (mirrors/blackboards/bulletin boards, etc.) Removal and Disposal as PCBs (assumed > 50 ppm)

$ /SF

17c Wall Adhesives and Contaminated Substrates (mirrors/blackboards/bulletin boards, etc.) Removal and Disposal as ACM and PCBs (assumed > 50 ppm)

$ /SF

18 Vermiculite and Associated/Contaminated Wall/Ceiling Materials Removal and Disposal as ACM

$ /SF

19a Ceramic Wall and Floor Tiles Adhesives, Damp-Proofing, Mud Bed/Grout and Contaminated Substrates Removal and Disposal as ACM

$ /SF

19b Ceramic Wall and Floor Tiles Adhesives, Damp-Proofing, Mud Bed/Grout and Contaminated Substrates Removal and Disposal as PCBs (assumed > 50 ppm)

$ /SF

19c Ceramic Wall and Floor Tiles Adhesives, Damp-Proofing, Mud Bed/Grout and Contaminated Substrates Removal and Disposal as ACM and PCBs (assumed > 50 ppm)

$ /SF

Addendum No. 5, February 19, 2020

Page 20: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

FORM OF PROPOSAL

WEST SIDE AND CUTLER SCHOOLS COMBINATION BID 00 42 10-8

FORM OF PROPOSAL 00 42 10-8

WEST SIDE AND CUTLER ELEMENTARY SCHOOLS COMBINATION BID

20a Wall/Ceiling Board/Sheetrock/Taping/Joint Compounds (multiple layers), Paint, Adhesives and Contaminated Substrates Removal and Disposal as ACM

$ /SF

20b

Wall/Ceiling Board/Sheetrock/Taping/Joint Compounds (multiple layers), Paint, Adhesives and Contaminated Substrates Removal and Disposal as PCBs (assumed > 50 ppm)

$ /SF

20c

Wall/Ceiling Board/Sheetrock/Taping/Joint Compounds (multiple layers), Paint, Adhesives and Contaminated Substrates Removal and Disposal as ACM and PCBs (assumed > 50 ppm)

$ /SF

21a Wall/Ceiling Plaster (multiple layers)/Block/Concrete, Paint and Contaminated Substrates Removal and Disposal as ACM

$ /SF

21b Wall/Ceiling Plaster (multiple layers)/Block/Concrete, Paint and Contaminated Substrates Removal and Disposal as PCBs (assumed > 50 ppm)

$ /SF

21c Wall/Ceiling Plaster (multiple layers)/Block/Concrete, Paint and Contaminated Substrates Removal and Disposal as ACM and PCBs (assumed > 50 ppm)

$ /SF

22 Electrical Insulation Removal and Disposal as ACM $ /LF

23a Water Fountain/Damp-Proofing Removal and Disposal as ACM

$ /Fountain

23b Water Fountain/Damp-Proofing Removal and Disposal as PCBs (assumed > 50 ppm)

$ /Fountain

23c Water Fountain/Damp-Proofing Removal and Disposal as ACM and PCBs (assumed > 50 ppm)

$ /Fountain

24a Custodial Slop Sink/Damp-Proofing Removal and Disposal as ACM

$ /Slop Sink

24b Custodial Slop Sink/Damp-Proofing Removal and Disposal as PCBs (assumed > 50 ppm)

$ /Slop Sink

24c Custodial Slop Sink/Damp-Proofing Removal and Disposal as ACM and PCBs (assumed > 50 ppm)

$ /Slop Sink

25a Freezers/Damp-Proofing/Contaminated Cork/Contaminated Substrates/Other Material Removal and Disposal as ACM

$ /Freezer

25b Freezers/Damp-Proofing/Contaminated Cork/Contaminated Substrates/Other Material Removal and Disposal as PCBs (assumed > 50 ppm)

$ /Freezer

Addendum No. 5, February 19, 2020

Page 21: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

FORM OF PROPOSAL

WEST SIDE AND CUTLER SCHOOLS COMBINATION BID 00 42 10-9

FORM OF PROPOSAL 00 42 10-9

WEST SIDE AND CUTLER ELEMENTARY SCHOOLS COMBINATION BID

25c Freezers/Damp-Proofing/Contaminated Cork/Contaminated Substrates/Other Material Removal and Disposal as ACM and PCBs (assumed > 50 ppm)

$ /Freezer

26a

Gymnasium Flooring Materials, Mastics, Damp-Proofing, Tars (includes all layers of materials, wood, cork, other contaminated flooring materials and substrates, etc.) Removal and Disposal as ACM

$ /SF

26b

Gymnasium Flooring Materials, Mastics, Damp-Proofing, Tars (includes all layers of materials, wood, cork, other contaminated flooring materials and substrates, etc.) Removal and Disposal as PCBs (assumed > 50 ppm)

$ /SF

26c

Gymnasium Flooring Materials, Mastics, Damp-Proofing, Tars (includes all layers of materials, wood, cork, other contaminated flooring materials and substrates, etc.) Removal and Disposal as ACM and PCBs (assumed > 50 ppm)

$ /SF

27a Slate Flooring Materials, Mastics, Damp-Proofing, Tars (includes all layers of flooring materials and substrates, etc.) Removal and Disposal as ACM

$ /SF

27b Slate Flooring Materials, Mastics, Damp-Proofing, Tars (includes all layers of flooring materials and substrates, etc.) Removal and Disposal as PCBs (assumed > 50 ppm)

$ /SF

27c Slate Flooring Materials, Mastics, Damp-Proofing, Tars (includes all layers of flooring materials and substrates, etc.) Removal and Disposal as ACM and PCBs (assumed > 50 ppm)

$ /SF

28 Tunnel Tar Paper (Ceilings and Walls and Contaminated Substrates) Removal and Disposal as PCBs (assumed > 50 ppm)

$ /SF

29a Wall/Ceiling/Floor Paint (includes contaminated substrates) Removal and Disposal as ACM

$ /SF

29b Wall/Ceiling/Floor Paint (includes contaminated substrates) Removal and Disposal as PCBs (assumed > 50 ppm)

$ /SF

29c Wall/Ceiling/Floor Paint (includes contaminated substrates) Removal and Disposal as ACM and PCBs (assumed > 50 ppm)

$ /SF

30 Incinerator/Boiler/Brick/Mortar/Interior and Exterior Insulation/Mastic/Fireproofing Materials/Gaskets/Roping Removal and Disposal as ACM

$ /Boiler/Incinerator

31a Caulking, Glazing and Sealant Compounds (includes substrates and contaminated materials) Removal and Disposal as ACM

$ /LF

Addendum No. 5, February 19, 2020

Page 22: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

FORM OF PROPOSAL

WEST SIDE AND CUTLER SCHOOLS COMBINATION BID 00 42 10-10

FORM OF PROPOSAL 00 42 10-10

WEST SIDE AND CUTLER ELEMENTARY SCHOOLS COMBINATION BID

31b Caulking, Glazing and Sealant Compounds (includes substrates and contaminated materials) Removal and Disposal as ACM (multiple windows/sizes exist in openings)

$ /Window Opening

31c Caulking, Glazing and Sealant Compounds (includes substrates and contaminated materials) Removal and Disposal as ACM (multiple doors/sizes exist in openings)

$ /Door Opening

32a Caulking, Glazing and Sealant Compounds Removal and Disposal as assumed PCB > 50 ppm

$ /LF

32b Caulking, Glazing and Sealant Compounds Removal and Disposal as assumed PCB > 50 ppm (multiple windows/sizes exist in openings)

$ /Window Opening

32c Caulking, Glazing and Sealant Compounds Removal and Disposal as assumed PCB > 50 ppm(multiple doors/sizes exist in openings)

$ /Door Opening

33a Caulking, Glazing and Sealant Compounds Removal and Disposal as ACM and assumed PCB > 50 ppm

$ /LF

33b Caulking, Glazing and Sealant Compounds Removal and Disposal as ACM and assumed PCB > 50 ppm (multiple windows/sizes exist in openings)

$ /Window Opening

33c Caulking, Glazing and Sealant Compounds Removal and Disposal as ACM and assumed PCB > 50 ppm (multiple doors/sizes exist in openings)

$ /Door Opening

34 Interior/Exterior Wall/Ceiling/Floor Removal and Disposal as PCB EPA Bulk Product Waste

$ /SF

35 Interior/Exterior Wall/Ceiling/Floor Removal and Disposal as PCB Remediation Waste

$ /SF

36 Exterior Asphalt/Concrete Removal and Disposal as PCB Remediation Waste

$ /SF

37 Exterior Soil Removal and Disposal as PCB Remediation Waste

$ /CY

38a Roofing Core/Field Base Material (includes multiple layers and substrates) Removal and Disposal as ACM

$ /SF

38b Roofing Core/Field Base Material (includes multiple layers and substrates) Removal and Disposal as PCBs (assumed > 50 ppm)

$ /SF

38c Roofing Core/Field Base Material (includes multiple layers and substrates) Removal and Disposal as ACM and PCBs (assumed > 50 ppm)

$ /SF

Addendum No. 5, February 19, 2020

Page 23: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

FORM OF PROPOSAL

WEST SIDE AND CUTLER SCHOOLS COMBINATION BID 00 42 10-11

FORM OF PROPOSAL 00 42 10-11

WEST SIDE AND CUTLER ELEMENTARY SCHOOLS COMBINATION BID

39a Roof Flashing (includes multiple layers and substrates) Removal and Disposal as ACM

$ /SF

39b Roof Flashing (includes multiple layers and substrates) Removal and Disposal as PCBs (assumed > 50 ppm)

$ /SF

39c Roof Flashing (includes multiple layers and substrates) Removal and Disposal as ACM and PCBs (assumed > 50 ppm)

$ /SF

40a Roof Debris Removal and Disposal as ACM $ /SF

40b Roof Debris Removal and Disposal as PCBs (assumed > 50 ppm)

$ /SF

40c Roof Debris Removal and Disposal as ACM and PCBs (assumed > 50 ppm)

$ /SF

41a

Damp-proofing/Tars/Mastics – Interior/Exterior Walls/Floors/ Slab/Foundation and Associated Substrate/Adjacent Materials (includes multiple layers, contaminated materials and substrates) Removal and Disposal as ACM

$ /SF

41b

Damp-proofing/Tars/Mastics – Interior/Exterior Walls/Floors/ Slab/Foundation and Associated Substrate/Adjacent Materials (includes multiple layers, contaminated materials and substrates) Removal and Disposal as PCB (assumed > 50 ppm)

$ /SF

41c

Damp-proofing/Tars/Mastics – Interior/Exterior Walls/Floors/Slab/Foundation and Associated Substrate/Adjacent Materials (includes multiple layers, contaminated materials and substrates) Removal and Disposal as ACM and PCBs (assumed > 50 ppm)

$ /SF

42 Off-Site Transportation and Disposal of Natural Soil. “Natural” Soil: Soils that have no detectable concentrations of non-naturally occurring compounds

$ /Ton

43

Off-Site Transportation and Disposal of Polluted Soil

“Polluted” Soils contain concentrations of non-naturally occurring compounds detected above laboratory reporting limits, but below the CTDEEP RSR criteria in accordance with RCSA 22a-133k-1(a)(45). Polluted soils can be reused on-site with the preparation of a Materials Management Plan and approval from the engineer

$ /Ton

Addendum No. 5, February 19, 2020

Page 24: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

FORM OF PROPOSAL

WEST SIDE AND CUTLER SCHOOLS COMBINATION BID 00 42 10-12

FORM OF PROPOSAL 00 42 10-12

WEST SIDE AND CUTLER ELEMENTARY SCHOOLS COMBINATION BID

44

Off-Site Transportation and Disposal of Contaminated Soil

“Contaminated Materials” contain concentrations of compounds that exceed CTDEEP RSR criteria in accordance with RCSA 22a-133k. Contaminated materials (concrete, soil, sediment, groundwater or surface water) can NOT be reused on-site and must be disposed of at an off-site disposal facility.

$ /Ton

45

Off-Site Transportation and Disposal of Hazardous Waste/Soils

"Hazardous Waste/Soils" includes all soil/fill material that exceeds regulatory limits for hazardous substances as defined in 40 CFR, Part 261.20 Subpart C – Characteristics of Hazardous Waste. This material can NOT be reused on-site and must be disposed of at an off-site approved disposal facility

$ /Ton

2.04 – Masonry

46 Loose lintels, including detailing and shop drawings $ /LB

2.05m – Miscellaneous Metals

47 Miscellaneous metals, including detailing and shop drawings $ /LB

2.07f – Firestopping

48 Firestopping of mechanical, plumbing or fire protection penetrations not indicated on the drawings

$ /LF

2.09a – Acoustical

49 Type ACT-1 ceiling tile replacement $ /SF

50 Type ACT-2 ceiling tile replacement $ /SF

2.09d – Drywall

51 Temporary interior fire-rated partition $ /SF

52 Temporary partition door - 3 feet wide $ /EA

53 Temporary exterior partition $ /SF

2.09w – Flooring

54 Major floor preparation $ /SF

2.10 – General Trades

55 Temporary wood guardrail furnished, installed, removed and disposed of

$ /LF

Addendum No. 5, February 19, 2020

Page 25: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

FORM OF PROPOSAL

WEST SIDE AND CUTLER SCHOOLS COMBINATION BID 00 42 10-13

FORM OF PROPOSAL 00 42 10-13

WEST SIDE AND CUTLER ELEMENTARY SCHOOLS COMBINATION BID

2.21 – Fire Protection

56 Concealed sprinkler head with 10' of branch pipe $ /EA

2.23 – HVAC

57 Balancing of HVAC systems $ /HR

2.26 – Electrical

58 Duplex receptacle (include 150 LF of wiring) installed during roughing

$ /EA

59 Quad receptacle (include 150 LF of wiring) installed during roughing

$ /EA

60 Ceiling-mounted/single-sided lighted exit sign (include 30 LF of conduit and wiring)

$ /EA

61 Back-box and 3/4" conduit to above ceiling installed during roughing

$ /EA

2.27d – Tele/Data/Communications

62 Tele/data outlet (include 150 LF of wiring) $ /EA

63 Salamander Designs EZ Touch Display Mount #EZ1/ML152 $ /EA

2.31 – Sitework

64 Excavate, remove and legally dispose of unsuitable/unstable subgrade materials (no replacement)*

$ /CY

65 Place and compact granular/structural fill to replace unsuitable/unstable/polluted subgrade materials

$ /CY

66 Place and compact common on-site fill to replace unsuitable/unstable/polluted subgrade materials

$ /CY

67 Mechanical rock excavation** $ /CY

68 Trench rock excavation** $ /CY

69 Temporary 8' high chain link construction fencing $ /LF

70 Temporary metal site signs (2'x2') $ /EA

UNIT LABOR/EQUIPMENT RATES

The undersigned further proposes and agrees that should the amount of work required be increased or

decreased where unit prices have not been established, the following unit labor and equipment rates will

be the basis for any Change Order Proposal. For Change Order purposes, the Labor Rates which any

contractor submits on this Form of Proposal must be based on current labor rates and not on projected

labor rates. Upon confirmation of base labor rate increases, change order rates may be adjusted in July of

each year but only after new prevailing wage rates have been issued by the Connecticut Department of

Addendum No. 5, February 19, 2020

Page 26: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

FORM OF PROPOSAL

WEST SIDE AND CUTLER SCHOOLS COMBINATION BID 00 42 10-14

FORM OF PROPOSAL 00 42 10-14

WEST SIDE AND CUTLER ELEMENTARY SCHOOLS COMBINATION BID

Labor. Labor rates are to include all direct costs without overhead & profit as defined in Item 7.3 of the

General Conditions. Prior to contract award, if requested by the CM, the successful bidder shall provide

documentation substantiating the proposed labor and equipment rates, by CPA if requested.

Classification Hourly

Rate

Benefits Workmen’s

Comp.

FICA State

U.C.

Federal

U.C.

Total

MANDATORY ALTERNATES

The Undersigned further proposes and agrees that should the following alternate or alternates (as

described in Specification Sections 01 23 00 and 02 84 32) be accepted and included in this Contract, the

amount of base bid, as heretofore stated, shall be increased by stated alternate amount. All materials and

workmanship shall be in strict accordance with original specifications and drawings.

The Contract requirements shall be an integral part of the alternates. The base bid shall include all work

shown on the drawings and specifications irrespective of any items included in the alternative. The

alternate is subject to acceptance or rejection by the Owner without affecting the price of the base bid. A

Contract will be awarded on any base bid-alternate combination that is in the best interest of the Owner.

Contractors shall perform all work required to complete execution of the accepted alternate. The amount

of the alternate price shall include the cost of any and all modifications made necessary by the Owner's

acceptance and all Contractor's expenses including overhead and profit. The bidding Trade Contractor

shall state the amount of the alternate listed below.

Addendum No. 5, February 19, 2020

Page 27: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

FORM OF PROPOSAL

WEST SIDE AND CUTLER SCHOOLS COMBINATION BID 00 42 10-15

FORM OF PROPOSAL 00 42 10-15

WEST SIDE AND CUTLER ELEMENTARY SCHOOLS COMBINATION BID

Alternate

No. West Side Elementary

School

Description

West Side

Elementary

School

Lump Sum Price

Cutler Elementary

School

Description

Cutler

Elementary

School

Lump Sum

Price

Combination Bid

Total for Both

Schools

Lump Sum Price

1

Remove and dispose of Exterior Roofing Materials (Cores/Fields/ Flashing/Contaminated Decking – All Layers), Sky Lights and Sealants (some materials are asbestos containing as well) (newer roofing materials may be separated from "older" asbestos containing/ assumed PCB containing materials in some

locations)

Add $________

Removal and disposal of the terrazzo, ceramic tile and flagstone and associated setting bed material as PCB waste

>1 ppm and <50 ppmAdd $_______

Add $________

2

Remove Interior Roofing Debris Throughout (asbestos containing as

well)

Add $________

Removal and disposal of the terrazzo, ceramic tile and flagstone and associated setting bed material as PCB waste >50 ppm

Add $________ Add $_________

3

Remove and dispose of Painted Metal Ceilings Throughout (interior and exterior (covered walkway))

Add $________

Disposal of Waste Stream No. 4 as PCB waste >1 ppm and

<50 ppm

Add $________ Add $_________

4

Remove and dispose of Painted Metal Materials Throughout (Radiators, Piping, Mechanical Systems, Unit Ventilators, Ducts, Stairwell Materials, Doors, Handrails,

Lockers, etc.)

Add $________

Disposal of Waste Stream No. 4 as PCB

waste >50 ppm

Add $________ Add $_________

5 Remove and dispose of Painted Metal Columns

and Beams Throughout

Add $________

Disposal of Waste Stream No. 5 as PCB waste >1 ppm and

<50 ppm

Add $________ Add $_________

Addendum No. 5, February 19, 2020

Page 28: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

FORM OF PROPOSAL

WEST SIDE AND CUTLER SCHOOLS COMBINATION BID 00 42 10-16

FORM OF PROPOSAL 00 42 10-16

WEST SIDE AND CUTLER ELEMENTARY SCHOOLS COMBINATION BID

Alternate

No. West Side Elementary

School

Description

West Side

Elementary

School

Lump Sum Price

Cutler Elementary

School

Description

Cutler

Elementary

School

Lump Sum

Price

Combination Bid

Total for Both

Schools

Lump Sum Price

6

Remove and dispose of Painted Ceilings and Walls Throughout (Block, Plaster, Concrete substrates that are free of or abated of mastics/adhesives/ glues,

etc.)

Add $________

Disposal of Waste Stream No. 5 as PCB

waste >50 ppm

Add $________ Add $_________

7

Remove and dispose of Gymnasium Flooring Materials (all layers of flooring including removing all material from flooring substrate) (may be asbestos containing as well)

Add $________

N/A Add $_________

8

Remove and dispose of Tunnel/Crawl Space Tar Paper Ceiling Material (and contaminated

substrates)

Add $________ N/A Add $_________

9

Remove and dispose of Stage Tar Paper Flooring Material (and

contaminated substrates)

Add $________ N/A Add $_________

10

Remove and dispose of Slate Flooring Materials (Entry Foyer and Corridors - includes all layers of materials and removing all materials from flooring substrate) (may be asbestos

containing as well)

Add $________ N/A Add $_________

11

Remove and dispose of Old Kitchen Areas, Toilet Rooms, Bathrooms, Locker Rooms, Shower Rooms, Throughout - Ceramic Tile Floors and Walls, Grout, Mudset, Adhesives, DampProofing, etc. (all layers including removing all material

from substrates)

Add $________

N/A Add $_________

Addendum No. 5, February 19, 2020

Page 29: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

FORM OF PROPOSAL

WEST SIDE AND CUTLER SCHOOLS COMBINATION BID 00 42 10-17

FORM OF PROPOSAL 00 42 10-17

WEST SIDE AND CUTLER ELEMENTARY SCHOOLS COMBINATION BID

Alternate

No. West Side Elementary

School

Description

West Side

Elementary

School

Lump Sum Price

Cutler Elementary

School

Description

Cutler

Elementary

School

Lump Sum

Price

Combination Bid

Total for Both

Schools

Lump Sum Price

Provide ceramic wall tile in Cafeteria in lieu of epoxy paint

Add/Deduct $___________

Provide ceramic wall tile in Cafeteria in lieu of epoxy paint

Add/Deduct $____________

Add/Deduct

$ ____________

Provide LVT in lieu of VCT as noted in finish legend

Add $________ Provide LVT in lieu of VCT as noted in finish legend

Add $________ Add $_________

In lieu of demolition and disposal of portable classroom building, separate the building into sections, prepare for transport and deliver to 1300 Flanders Road, Mystic, CT 06355. Include all transportation costs, including applicable permits

Add/Deduct $___________

In lieu of demolition and disposal of portable classroom building, separate the building into sections, prepare for transport and deliver to 1300 Flanders Road, Mystic, CT 06355. Include all transportation costs, including applicable permits

Add/Deduct $____________

Add/Deduct

$ ____________

HVAC DDC System – Provide Voluntary Deduct Price to Furnish and Install HVAC DDC System per Specification Section 23 09 23 for the following products:

Schneider Electric USA, Inc. StruxureWare

Add/Deduct $___________

Schneider Electric USA, Inc. StruxureWare

Add/Deduct $___________

Add/Deduct $___________

Siemens Building Technologies, Inc. Apogee / Desigo

Add/Deduct $___________

Siemens Building Technologies, Inc. Apogee / Desigo

Add/Deduct $___________

Add/Deduct $___________

Addendum No. 5, February 19, 2020

Page 30: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School Addendum No. 5 Bidders' RFI Questions and Responses

Groton, Connecticut February 19, 2020 00 63 13-7

15. CM RFI #15

Bid Packages 2.03 - Concrete and 2.10 - General Trades

Question: BP 2.10 Special Instruction #34 states that toeboard installation is by the concretecontractor, but Special Instruction #38 states that it is by the general trades contractor. Whichcontractor owns the toeboard installation?

Response: The concrete contractor (BP 2.03) is responsible for installing toe boards at all leadingedges of all elevated slabs after each slab is poured. The general trades contractor (BP 2.10) isresponsible for maintaining and adjusting toe boards after initial install by the concrete contractor.

16. CM RFI #16

Bid Packages 2.10 - General Trades and 2.23 - HVAC

Question: Re: Spec. Section 11 95 00 - Per BP 2.10 Scope of Work, the general trades contractorowns the Arts & Crafts equipment section, however Section 2.01 A of the spec states that“Materials, fixtures, and arts & crafts equipment will be furnished by the Owner.”. Does that meanthat the general trades contractor is not responsible to provide or install the kiln or downdraftventilation system?

Response: The general trades contractor shall furnish and install the kiln and downdraft ventilationsystem, refer to revised Specification Section 11 95 00 issued in Addendum No. 5.

17. CM RFI #17

Bid Package 2.10 - General Trades

Question: Signage Section 10 14 00 is missing from the project manual. Please advise.

Response: Specification Section 10 14 00 is issued in Addendum No. 3.

18. CM RFI #18

Bid Packages 2.03 - Concrete and 2.10 - General Trades

Question: Special Instruction #31 of BP 2.10 states that the general trades contractor is responsibleto furnish the dock leveler embedded materials to the concrete contractor. We cannot find a dockleveler on the drawings or in the specifications. Please advise.

Response: If this item is not specified or indicated on the drawings, then none shall be provided.

19. CM RFI #19

All Bid Packages

Question: BP 2.10 Special Instruction #18 states that if we opt to deviate from the basis of designproduct we need to confirm compliance with the basis of design intent. It is not the contractor’sresponsibility to confirm if a listed product is compliant to the basis of design product. If we see alisted item or manufacturer, we will assume that the product has already been reviewed by thedesign team for compliance. If the other listed manufacturers have not been reviewed, why listthem?

Response: All listed products are considered to meet basis of design intent. The contractor isresponsible to confirm compliance to the basis of design intent if they deviate from the listedproducts. They are also subject to requirements per 01 25 00 - Substitution Procedures.

Page 31: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School Addendum No. 5 Bidders' RFI Questions and Responses

Groton, Connecticut February 19, 2020 00 63 13-8

20. CM RFI #20 - VOID

21. CM RFI #21

Bid Packages 2.09a - Acoustical and 2.26 - Electrical

Question: Drawing A111c in Room 126 (Kindergarten) shows detail 6/A-121. This detailcontradicts the lighting schedule and shows a recessed light and not a pendant. Confirm lightfixtures A-4 are pendant lights and not recessed.

Response: A-4 is a pendant light. Detail tag 6/A121 at this location shall be eliminated.

22. CM RFI #22

Bid Package 2.09a - Acoustical

Question: Re: Spec. Section 09 51 13 - Confirm heavy duty grid is to be used for ALL acousticalceilings.

Response: Confirmed.

23. CM RFI #23

Bid Package 2.09d - Drywall

Question: Which bid package is responsible for furnishing and installing the interior phenolicpanels?

Response: Bid Package 2.09d - Drywall.

24. CM RFI #24

Bid Packages 2.08 - Aluminum Entrances, Storefronts and Curtainwall, 2.09a - Acoustical and

2.09d - Drywall

Question: Re: Drawing A-111b and A-111c - Who is responsible for furnishing and installing theexterior canopies?

Response: Bid Package 2.08 - Aluminum Entrances, Storefronts and Curtainwall

25. CM RFI #25

Bid Package 2.09d - Drywall

Question: Partition type note #6 states that all GWB shall be abuse resistant. Does this have to befull height and on soffits/ceilings or can it be up to a certain height, like 8' AFF?

Response: Abuse-resistant GWB shall go up to 8' AFF.

Page 32: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School Addendum No. 5 Bidders' RFI Questions and Responses

Groton, Connecticut February 19, 2020 00 63 13-9

26. CM RFI #26

Bid Packages 2.09d - Drywall and 2.10 - General Trades

Question: Regarding locations of egress path markings specified in 10 45 13:

a. 2.02 D calls for door frame markings. Is the intent that these stripes go up each side and acrossthe top of the frames that are on the same path as the wall-mounted stripe at the floor?

b. What height is the 2.02 B wall-mounted markings to be mounted at?

c. 2.02 E calls for door handle and exit device markers. Is every opening in the school to receiveone of these markers?

d. 2.02 F calls for exit signs. Is there to be one of these signs at every building exit? If not, whereare these to be located?

e 3.02 B makes mention of aluminum nosings, however none are specified. The resilientspecifications indicate that a nosing piece is integral with the tread. If photoluminescent isrequired for treads, wouldn’t this be integral with the rubber tread piece?

f. Spec. 01 50 00 6.a indicates general trades to carry allowance of $24,000 for temporary toilets.However, this allowance does not appear in 01 21 00 under general trades. Please advise if thisallowance is to be carried by general trades.

g. 01 74 13 2.e indicates general trades to provide broom sweeping of building until final cleaning.However, after reviewing the schedule, no final cleaning dates are indicated. Is final cleaning totake place right after door installs? If not, please indicate date of final cleaning so that labor canbe properly accounted for the sweeping and cart emptying.

Response:

a. Delete - Not required.

b. 4" max to top of strip from floor.

c. Delete - not required.

d. Delete - not required.

e. Not required. This is not a high rise building.

f. Yes, include $24,000.00 lump sum amount in base bid amount to cover the cost of providing thetemporary toilets.

g. Final cleaning to be completed before FF&E delivery/install. Touch-up to be done duringpunchlist.

27. CM RFI #27

Bid Packages 2.05s - Structural Steel, 2.21 - Fire Protection, 2.22 - Plumbing, 2.23 - HVAC

and 2.26 - Electrical

Question:

a. General trades Special Instruction #9, 2nd to last sentence indicates to construct and maintainguardrails at each floor. However, General trades special instruction #34 has the steel contractorinstalling all guardrails. Please confirm that all the guardrails shall be by the steel contractor perSpecial Instruction #34.

b. General Trades Special Instruction #25 and #30 indicates to provide sprinkler and MEPhousekeeping pads as required for respective trades. S-101a shows 10 pads. There are severalpieces of equipment on the MEP drawings that indicate pads but these do not appear on S-101a(i.e. ET1, ET-2, HX-1, Water Heaters). There are also 2 pads (one near column 23-G.5 and onenear 24-G.5) that do not appear on any MEP drawings. Please advise on which drawings arecorrect so that the pads can be accurately quantified.

c. 05 50 00 1.02 A.5 is assigned to general trades by Special Instruction #29. This part of thespecification is for misc. steel trims including elevator sills. Aside from the sills, what misc.steel trims is this specification referring?

Page 33: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School Addendum No. 5 Bidders' RFI Questions and Responses

Groton, Connecticut February 19, 2020 00 63 13-10

Response:

a. The general trades contractor is to construct, modify and maintain guardrails on each floor atladders and temporary stairs. The steel contractor (BP 2.05s) is responsible for installingtemporary guardrails at all leading edges. The general trades contractor (BP 2.10) is responsiblefor maintaining and adjusting guardrails after initial install by the steel contractor.

b. Assume that housekeeping pads are required at all equipment locations.

c. None that are known.

28. CM RFI #28

Bid Package 2.09a - Acoustical

Question: Drawing A-111A, Detail 4 & 5-A213 - Drawing A-111A shows the cafeteria (Room 108)as one big acoustical ceiling cloud with 6" Axiom. However, detail 4/A-213 shows smallersuspended acoustic ceiling clouds below the larger cloud. Please provide drawings and enlargeddetails for these smaller clouds.

Response: The ceiling areas are denoted on the RCP by a heavy border. All of the edges will have a6" Axiom trim.

29. CM RFI #29

Bid Package 2.09a - Acoustical

Question:

a. Drawing A-111b calls for the baffles to be 2'-6" on center. Detail 11 on A-121 calls for 2' oncenter. Please clarify.

b. Certainteed Wave Baffles are 12"-24" in height. Armstrong Soundscope Wave Blades are 22.5"high. Detail 11 on A-121 shows 1' to almost 3' height. Can they clarify a dimension they want?

Response:

a. A-111b showing 2'-6" on center is correct. Disregard dimension on 11/A-121.

b. The Wave baffles shall range from 12" to 24" in depth. Bottom of baffle shall remain atelevation noted.

30. CM RFI #30

Bid Package 2.09a - Acoustical

Question: Re: Drawing A-111A, Spec. Section 09 51 13 - Room 105 on Drawing A-111A statesceiling type ACT-4. The specifications provided for the acoustical panel ceilings only giveinformation up to ACT-3. Please clarify the ceiling type or provide ACT-4 tile information.

Response: See Spec. Section 09 84 36 for ACT-4.

31. CM RFI #31

Bid Package 2.06 - Architectural Cabinets and Woodwork

Question: Spec Section 06 41 16 (P. Lam Clad Arch. Cabinets) 2.02 /B calls for AWI PremiumGrade Casework; the Specification goes on to describe both horizontal and vertical grade HighPressure Laminate, exteriors and thermoset interiors. (2.02/ EF&G). The Core materials for thecasework calls for Medium Density Overlay Exterior type and Veneered Plywood, exterior type.(2.03/ C Typical Language). The Thermoset materials are not available laid up on MDO or exteriorplywood cores, and also are not allowable in AWI Premium Standards for core materials. Please

Page 34: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School Addendum No. 5 Bidders' RFI Questions and Responses

Groton, Connecticut February 19, 2020 00 63 13-11

allow Particle board or MDF Cores as recommended by AWI on Premium Grade Casework (Medexcan be specified as well MDF with exterior Glues) (please see below).

From AWI Manual

PART 2 - PRODUCTS 2.01 COMPONENTS A. Lumber shall be in accordance with theArchitectural Woodwork Standards Grade specified for the product being fabricated. MoistureContent shall be 6% to 12% for boards up to 2” (50.8 mm) inch nominal thickness, and shall notexceed 19% for thicker pieces. B. Veneers shall be in accordance with the Architectural WoodworkStandards requirements for its use and the Grades. C. Core shall be [MDF] [particle board] meetingthe requirements of Architectural Woodwork Standards. Particle board or MDF are recommendedas core materials. D. Veneer core plywood shall be a non-telegraphing hardwood manufactured withexterior glue. E. Plastic Laminate shall meet the requirements of the Architectural WoodworkStandards for its intended use.

Response: Particle board is NOT acceptable. MDF is acceptable.

32. CM RFI #32

Bid Packages 2.07r - Roofing and 2.23 - HVAC

Question:

a. Will a duct support layout be provided for the roof-mounted ductwork or the frequency of ductsupports for bidding purposes?

b. Drawing A-110 Roof Assemblies lists the roofing as 60 Mil White EPDM. Spec. 07 53 23 callsfor 75 Mil Black EPDM. Which is correct?

c. BP 2.07r Special Instruction #25 - Can the snow removal be turned into an allowance? This willlevel the bids across the board.

Response:

a. No drawings will be provided. Follow General Conditions and Industry Standards.

b. The roofing shall be 75 mil Black EPDM.

c. No.

33. CM RFI #33

Bid Package 2.05s - Structural Steel

Question: Please advise on the following questions noted on the attached sketches:

a. Are the yellow highlighted beams to be galvanized?

b. Are the orange highlighted columns to be AESS or galvanized?

c. Should there be a thermal pad connection at the areas shown with red dashes?

Response:

a. Columns and exposed sections of beams get exterior zinc rich primer.

b. All exposed columns to be AESS per specification. See response to a. for primer.

c. No thermal pad at those locations.

Page 35: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School Addendum No. 5 Bidders' RFI Questions and Responses

Groton, Connecticut February 19, 2020 00 63 13-12

34. CM RFI #34

Bid Package 2.05s - Structural Steel

Question:

a. Can we omit HSS base plate and shop weld the HSS directly to the beam top flange?

b. Can we use one set of stiffener plates (or connections plates) at the center or close to the centerof the HSS post instead of the 4 stiffener plates shown?

c. Can the beams be shifted slightly so they frame into the other beams at the center of the HSSpost, or can the screen wall be shifted to land on the center of the beams.

Response:

a. Yes, weld to beam to be 5/16" fillet all around.

b. One stiffener each side is acceptable.

c. This appears to be a West Side School question. Shifting the beam to align with posts isacceptable.

35. CM RFI #35

Bid Package 2.09p - Painting

Question:

LS-001 Note 16 states “REQUIRED AS INDICATED; REFER TO TABLE 601.”

LS-101 note states, “ALL STRUCTURAL STEEL MEMBERS TO RECEIVE 1 HOUR RATEDSPRAY FIREPROOFING FOR STRUCTURAL BAY SUPPORTING RATED; SHAFT; EXTENDA MIN. 12" PAST THE CONNECTION BEYOND BAY (UL#D-703) TYP.”

Please confirm that spray fireproofing is only required at the rated shaft, as shown on LS-101

Response: Confirmed.

36. CM RFI #36

Bid Package 2.09f - Carpet, Resilient and Resinous Flooring

Question: Please clarify Alternate #8 where the ceramic wall tile in the bathrooms is going.

Response: Base bid = No ceramic Tile; Alternate = Ceramic tiles shown on elevations.

37. CM RFI #37

Bid Packages 2.09f - Carpet, Resilient and Resinous Flooring and 2.09p - Painting

Question:

a. I do not see the epoxy flooring called out on Bid Package 2.09f (Carpet, Resinous flooring) or2.09p (Painting). Which package is to carry the epoxy flooring?

b. Addendum 8 lists: Provide ceramic wall tile in Cafeteria in lieu of epoxy paint, Tiling is part of2.09f, Assuming Epoxy wall paint is part of 2.09p. If alternate is selected; is 2.09f to supply andinstall (Add) and 2.09p is to (Deduct)?

Response:

a. Bid Package 2.09f. Refer to Addendum No. 3.

b. Correct.

Page 36: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School Addendum No. 5 Bidders' RFI Questions and Responses

Groton, Connecticut February 19, 2020 00 63 13-13

38. CM RFI #38

Bid Package 2.09a - Acoustical

Question: Re: IN-601, Spec. Section 09 84 13 - Please provide the fabric type for the acousticalpanels.

Response: See 09 84 13 2.02 C, provide manufacturer’s full range of colors from noted fabric lines.

39. CM RFI #39

Bid Package 2.09a - Acoustical

Question: Spec. Section 09 51 13 - The Finish Schedule on IN-601 shows ACT-4 being a pyramidaldiffuser panel. No manufacturer or specification is provided. Please provide further information forthis ceiling.

Response: See Specification Section 09 84 36 for ACT-4.

40. CM RFI #40

Bid Package 2.09d - Drywall

Question: Door schedule drawing A-601. Opening #105.1 hardware set#48 and opening #105.2hardware set# 50 ask to have STC sound rated assemblies supplied for these opening. Spec section083473 1.04 B say the rating is supplied on the door schedule. I cannot locate any STC sound ratingon the door schedule. Please advise the STC sound rating for these two openings. These are veryexpensive doors and we have to have correct information on them.

Response: Contractor to meet requirements of ANSI 1260 for Music Rooms.

41. CM RFI #41

Bid Packages 2.22 - Plumbing and 2.31 - Sitework

a. Re: Drawing C-104 - The roof leader pipe at the northwest corner of the new building is notlabeled for size or length. Please provide this information.

b. The water line at the southeast corner of the building changes from 8" to 4". This location is notshown on the plans. Please provide.

c. Gas line is shown (not in contract). Is there any gas line on site in our contract?

d. Please identify size of all water valves and method of water tap in road.

Response:

a. The roof leader pipe at the northwest corner of the building is called out in the Addendum No. 1set as a 48’-12” HDPE pipe, slope 0.5% min.

b. The water line changes from 8” to 4” at the split of the 8” fire protection line with the 4”domestic line.

c. The gas line extension in Fishtown Road is not in contract. The gas company is responsible forthe new gas piping from the street to the meter. The site contractor shall excavate and backfillfor all of the piping shown beyond the gas line extension to the building.

d. The water valves are the size of the water line that they are located on. As called out onDrawing C-104, the water tap in Fishtown Road shall be with a tapping sleeve. The sitecontractor to coordinate with Groton Utilities. The contact we have been in discussion with isDoug LaFontaine, [email protected], (860) 446-4047.

Page 37: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School Addendum No. 5 Bidders' RFI Questions and Responses

Groton, Connecticut February 19, 2020 00 63 13-14

42. CM RFI #42

All Bid Packages

Question:

a. General Trades Bid Package 002413.II. Note 1 – Are 10-hour days required?

b. General Trades Bid Package 002413.II. Note 1 – Are Saturdays required?

c. General Trades Bid Package 002413.II. Note 22 – States the sitework contractor is responsiblefor ALL SNOW removal which conflicts with note 51. Please clarify.

d. General Trades Bid Package 002413.II. Note 28 – Are the metal pan stair infills and railingsrequired? This is a very costly line item, and typically this scope is not needed as thecoordination between steel and concrete is such that stairs are not open until the concrete ispoured and railings installed. That and the provided stair tower would lead me to believe thiscost is not needed. Please advise.

Response:

a. The Project Schedule is based on a five-day, 40-hour workweek. If contractor requires morehours in order to meet the activity durations indicated in the Project Schedule, then thoseadditional hours shall be included in the contractor’s base bid proposal.

b. Refer to response #1 above.

c. Special Instruction #22 captures snow removal of the site owned by the BP 2.31 siteworkcontractor. Special Instruction #55 states specifically snow removal of any snow thataccumulates on or in the building before envelope is complete is owned by the BP 2.10 generaltrades contractor.

d. Temporary metal pan stair infills and railings are required and shall be provided as stated in theSpecial Instructions.

43. CM RFI #43

Bid Packages 2.22 - Plumbing and 2.31 - Sitework

Question: Re: C-104 - Please provide a detail for the 3000 gallon grease trap. We cannot locate adetail in the plans or specifications. Is this a standard 3000 gallon concrete grease trap or other?Please provide a detail for the grease trap / or confirm it is a basic 3K uncoated concrete trap.

Response: The external grease interceptor detail is located on Drawing C-202.

44. CM RFI #44

Bid Package 2.31 - Sitework

Question: Re: C-104: The notes on plan sheet C-104 reference 4' sumps for catch basins. The detailpage on Drawing C-202 show 2' sumps on basins. Please verify which is correct.

Response: All catch basins shall have 2’ sumps.

45. CM RFI #45

Bid Packages 2.10 - General Trades and 2.26 - Electrical

Question:

a. BP 2.10 Special Instruction #69 indicates to provide plywood back panels in electrical andcommunication rooms and to coordinate with Divisions 23, 26, 27 and 28 for locations. Theelectrical and security drawings do not indicate locations for these back panels. T-203 indicatesto provide panels in quantities as indicated on the partial plans. However the partial plans do notindicate any quantity of panels. Does this mean one of these panels are required? If they arerequired, please provide locations so that the proper quantity can be included in bid.

Page 38: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School Addendum No. 5 Bidders' RFI Questions and Responses

Groton, Connecticut February 19, 2020 00 63 13-15

b. A-101a Room 109 seems to show 1 curtain at back, 4 at the sides and 2 at the front. The 2 at thefront appear to be a fixed width, however the specification makes mention of manual slidingcurtains. Are these front curtains to be operable per the specification or fixed per the drawing?

c. A-211 Detail 10 has tags for the drawn soap dispenser and power towel dispenser, however allother elevations on this drawing only show these and do not have call tags. Are all these sinklocations to have a paper towel and soap dispenser? Are these dispensers per TA-07 and TA-08in specification 10 28 00 and to be owner furnished and installed by the general tradescontractor?

Response:

a. Provide 4'x8' fire-retardant plywood treated with (2) coats of black fire-retardant paint on thefollowing walls: MER #M105 - All 4 walls entire length of each wall; DATA #D303 - North,West & East walls entire length of each wall.

b. Operable.

c. Yes.

46. CM RFI #46

Bid Package 2.10 - General Trades

Question: Please note the following tack/white board discrepancies:

a. Elevation 5 on A-216 indicates TB-7. However the floor plan of this area does not indicate any.Please advise if plan or elevation is correct.

b. Elevation 7 on A-215 indicates WB-4, however the floor plan of this area does not indicate any.Also this board scales at 5'-0" in height but IN-601 indicates these are to be 6'-10" tall. Pleaseadvise if elevation or floor plan is correct and what is the correct height of this board.

c. Elevation 5 on A-211 indicates 3 WB-1, but the floor plan for Room 211 does not show theseboards. Please advise if floor plan or elevation is correct.

d. Elevation 28 on A-211 indicates 2 WB-1, but the floor plan for Room 209 does not show theseboards. Please advise if floor plan or elevation is correct.

e. Spec. 10 28 00 2.03 G.4 indicates mirrors to 24"x60". However G.5 indicates 24"x36" anddrawing scales at 24"x36". Please advise which size is correct.

f. Spec. 10 28 00 2.03 H.4 indicates mirrors to 24"x60". However H.5 indicates 24"x48" anddrawing scales at 48"x36". Please advise which size is correct.

Response:

a. Elevation is correct.

b. WB-4 is to be 5'-0" tall.

c. Elevation is correct.

d. Elevation is correct.

e. TA-09 at single sinks = 24" wide x 36" high

f. TA-10 at double sinks = 48" wide x 36" high

47. CM RFI #47

Bid Package 2.06 - Architectural Cabinets and Woodwork

Question: Please clarify requirements with regard to bid security/bid bonds. Invitation to Bid(Section 00 11 16), Item 9 indicates that bid security is required for BP 2.06. Form of Proposal(Section 00 42 00), “Other Requirements” paragraph on page 15 indicates that the bid security is tobe payable to the Owner (i.e. Town of Groton).

What amount of bid security is required? Is a standard 10% bid bond acceptable?

Is there a specific template/form to be used for the bid bond?

Response: Refer to Specification Section 00 21 13 paragraph 1.

Page 39: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School Addendum No. 5 Bidders' RFI Questions and Responses

Groton, Connecticut February 19, 2020 00 63 13-16

48. CM RFI #48

Bid Package 2.06 - Architectural Cabinets and Woodwork

Question: Spec. Section 06 40 23, Paragraph 2.01.C states the veneer is to be grade AA fortransparent finish on this project. Paragraph 2.06.B.1 on the next page says the veneer is Grade A atthe display case. Is that correct? Is the display case different from the rest of the project? If theentire project is the same, which grade is correct – AA or A grade?

Response: AA grade is correct for the entire project.

49. CM RFI #49

Bid Package 2.06 - Architectural Cabinets and Woodwork

Question: Spec. Section 06 40 23, Paragraph 2.01.C states the wood is to be white birch or maplefor transparent finish on this project. Paragraph 2.08.B.1.a says the handrail is red oak. Is thatcorrect? Is the handrail different from the rest of the project? If the entire project is the same, whichis correct - birch/maple or red oak?

Response: Birch/Maple is correct for the entire project.

50. CM RFI #50

All Bid Packages

Question: Spec. Section 00 11 16 Invitation to Bid indicates that original documents must bedelivered to CT for the bid opening (see item 1 on page 1). Item 6 on page 3 says that no telephoneor telegraphic bids will be considered. We are not located in CT and have to send our documents viacourier before the closing day. If a late addendum is issued, or if something else occurs that causessome portion of our document package to change after it has been sent, how do we amend it? Canwe send the amendment electronically?

Response: No, sealed bids must be received by the Owner by the bid due date and time. Addendawill not be issued within five days of the bid opening time.

51. CM RFI #51

Bid Package 2.10 - General Trades

Question: Re: Spec. Section 01 35 13 8.d, it was mentioned that the general trades contractor shallprovide fire extinguishers with stand, air horn and signage throughout the construction site. Giventhe big area and different floor levels, please provide quantity or location plan of these items.

Response: General Trades contractor (2.10) to provide 10 lb ABC fire extinguishers. Refer toOSHA standards requiring at minimum, one fire extinguisher every 3,000 sq. ft. Refer to LS seriesdrawings for building square footage info. General trades contractor to coordinate locations withConstruction Manager.

52. CM RFI #52

Bid Packages 2.04 - Masonry and 2.05s - Structural Steel

Question: Re: Section 05 50 00, 1.02 Summary B.1, Drawing S-600 - Please confirm who ownsfurnishing loose steel lintels. Masonry Scope of Work noted that the mason contractor furnishes andinstalls. The metal fabrication specifications call for them to supply the loose steel lintels to themason.

Response: All loose lintels to be furnished and installed by the masonry contractor.

Page 40: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School Addendum No. 5 Bidders' RFI Questions and Responses

Groton, Connecticut February 19, 2020 00 63 13-17

53. CM RFI #53

Bid Packages 2.02 - Building Abatement and Demolition and 2.31 - Sitework

Question:

a. Will any material be crushed for future use by the site contractor?

b. Is the bituminous sidewalk and rear parking lot around the school included with the removal ofthe portables too?

c. Who will do the close-out paperwork for the State concerning the removal of the AST?

d. Is the abatement contractor required to have an onsite job trailer?

e. Under Alternates 3, is the CMU to be included as disposal of >1ppm and <50 ppm?

f. Under Alternates 4 is the CMU to be included as disposal of >50 ppm?

g. For bidding purposes, how thick is the slab?

h. Are “as-built” drawings available to define structure dimensions?

i. Does Waste Stream No. 4 include the interior CMU walls and sheetrock walls?

Response:

a. No. All of the building materials are specified for off-site disposal.

b. The sitework contractor is responsible for demo of these items.

c. Eagle will assist the Owner in the E-filing of the tank removal. The building abatement anddemolition contractor is responsible for the 30-day notification to CTDEEP regarding removalof the tank.

d. No.

e. Yes, all CMU, other than that included in the base bid is to be included as disposal of PCBwaste >1ppm and <50 ppm under Alternate Bid No. 3.

f. Yes, all CMU, other than that included in the base bid is to be included as disposal of PCBwaste >50 ppm under Alternate Bid No. 4.

g. The slab thickness has not been confirmed. Contractors bidding the work shall make their ownfield investigations as part of their bid to determine the thickness of the slab.

h. To the best of our knowledge, there are no known as-built drawings available.

i. Yes.

54. CM RFI #54

Bid Package 2.08 - Aluminum Entrances, Storefronts and Curtainwall

Question: Re: Spec. Section 07 42 33 - In which bid package will the solid phenolic exterior wallpanels be included?

Response: Section deleted, refer to Addendum No. 1.

55. CM RFI #55

Bid Packages 2.10 - General Trades, 2.23 - HVAC and 2.26 - Electrical

Question: Regarding Division 11 95 00, please confirm 2.01A that the owner is furnishing allequipment. Please provide a list of equipment to be installed.

Response: Kilns are existing and will be furnished by the Owner to the general trades contractor forinstallation. The electrical and HVAC contractors shall provide all connections to this equipment asindicated on the bid documents.

Page 41: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School Addendum No. 5 Bidders' RFI Questions and Responses

Groton, Connecticut February 19, 2020 00 63 13-18

56. CM RFI #56

Bid Package 2.08 - Aluminum Entrances, Storefronts and Curtainwall

Question: Re: Drawing A-322, Detail 1 - Please provide specification for aluminum compositepanels as noted on detail.

Response: Section deleted, refer to Addendum No. 1.

57. CM RFI #57

Bid Package 2.10 - General Trades

Question: Drawing A-212 Detail 3 indicates that the wall pads are 6'-2" tall. This is a custom size.Is this intentional or are standard 6' wall pads acceptable?

Response: 6' tall pads are acceptable.

58. CM RFI #58

Bid Package 2.06 - Architectural Cabinets and Woodwork

Question: Re: IN-601, Spec. Section 06 41 16 - Paragraph 2.02.I describes the laminate colors as"provide materials and products that result in colors and textures of exposed laminate surfacescomplying with the following requirements: 1. As scheduled on drawings." The Finish Schedule onIN 601 lists the laminate colors as TBD. When will colors be identified? The costs associate withlaminate can vary widely depending on the texture required. Can we assume that standard mattefinish is acceptable for all five (5) colors? If textured finishes are required, please identify whichcolors are to have them.

Response: Colors as selected by Architect from Premium Grade finishes and colors.

59. CM RFI #59

Bid Packages 2.06 - Architectural Cabinets and Woodwork and 2.09f - Carpet, Resilient andResinous Flooring

Question: Elevations of the Media Center desk (A 211/11) and Commons bench (A 217/4) arehatched to look like stone and include notes for wall tile. The portion of the bench that is inside theMedia Center (A 213/7) is not hatched and has no note. The portion of the bench that is in theGym Corridor (A 218/2) is partially hatched and has no note. The corridor benches (A 214/4,A 215/2, A 216/1) include the hatch pattern but do not include the note.

a. Please confirm that all of the benches are intended to have the same tile finish.

b. Please confirm that BP 2.06 is not responsible for this finish & that it will be applied by othersafter the desk & benches have been installed.

Response:

a. All benches shall have T-7 tile finish.

b. Confirmed, all tiling to be provided by Bid Package 2.09f.

Page 42: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School Addendum No. 5 Bidders' RFI Questions and Responses

Groton, Connecticut February 19, 2020 00 63 13-19

60. CM RFI #60

Bid Package 2.06 - Architectural Cabinets and Woodwork

Question: Re: Drawing A-211, Details 18 & 19 - There are several components noted at theadministration desk that are not identified in the details on A-552 or specified in section 06 40 23.Please provide additional information:

a. ST.ST. MTL BASE - What gauge steel and what finish? Can we use a metal laminate instead?

b. What profile is required at the aluminum reveals? Is it a flat piece of aluminum behind thepanels or is a U-shaped channel? If it's flat can we use a metal laminate instead?

c. Please identify hinges and any other hardware required at the swing gate.

Response:

a. Yes.

b. Provide a U-shaped channel.

c. Contractor to provide 2-way spring-loaded hinges.

61. CM RFI #61

Bid Packages 2.06 - Architectural Cabinets and Woodwork and 2.09d - Drywall

Question: Re: Drawing A-552, Details 7 and 11 - Sections for the benches and the Commonsdisplay case include structural steel frames (heavy gauge cold formed framing). Please confirm thatthis framing is provided by the drywall package and will be in place when the millworker arrives. IfBP 2.06 is to provide framing for the benches or the display case, please confirm that standard woodblocking & framing is acceptable. Note that the steel framing as described is beyond the scope ofmisc. metal typically provided by a millwork package. Can the cold formed framing be revised towood blocking and framing? This would allow the architectural woodwork contractor (2.06) toperform all the work involving the display case.

Response: Yes, wood blocking and framing to be installed in lieu of cold formed metal framing.

62. CM RFI #62

Bid Package 2.06 - Architectural Cabinets and Woodwork

Question: Re: Drawing A-552, Details 11 and 12, Spec. Section 06 40 23 - Please clarify thehardware required at the display cases. Specifications in paragraph 2.06.H are for polished chromepivot hinges and polished chrome pull handles from CR Laurence. Section detail 11(Commons)includes notes for brushed stainless steel pivots and sliding doors. Section detail 12 (Art) includesnotes for brushed stainless steel pivots, in addition to a general note for brushed stainless steel finishat all hardware for the display cases.

a. Which finish is correct - polished chrome or brushed stainless steel? If brushed stainlesshardware is required, please provide manufacturer & model numbers.

b. Are the doors at the Commons case doors pivot doors or sliding doors? If they are sliding doors,please provide specifications for door track, including manufacturer & model number.

Response:

a. Brushed stainless steel is the design intent. Contractor can vary from CL Laurence for requireditems.

b. Doors are sliders.

Page 43: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School Addendum No. 5 Bidders' RFI Questions and Responses

Groton, Connecticut February 19, 2020 00 63 13-20

63. CM RFI #63

Bid Package 2.06 - Architectural Cabinets and Woodwork

Question: Re: Drawing A-552, Details 11 and 12, Spec. Section 06 40 23 - Please clarify the revealrequirements at the display cases. Specifications in paragraph 2.06.G are for "Reglet: Fry Regletmillwork reveal. 1” width with clear anodized finish". Fry reglet reveals are aluminum. There is anote at detail 12 that states that all display case hardware is to have a brushed stainless steel finish.

a. Is this an aluminum reveal from Fry Reglet or is this a custom stainless steel reveal?

b. The reveal is not drawn in the detail drawings. It is shown as an open space. What profile isrequired at the reveal? Is it a flat piece of metal behind the panels or is a U-shaped channel thatalso covers the ends of the panels? If it's flat can we use a metal laminate instead?

c. The bench detail (A-552/7) includes a note for a "METAL REVEAL" and the dimension isnoted as 1". Are we correct in understanding that this is the same as the display case reveal?

Response:

a. Provide custom brushed Stainless Steel reveal.

b. Provide U shaped channel.

c. Yes.

64. CM RFI #64

Bid Package 2.06 - Architectural Cabinets and Woodwork

Question: Re: Drawing A-211, Detail 23 - Please clarify the colors at the Admin mailboxes.

a. Is the laminate PL-2 to match the admin desk or PL-3 to match the admin conference andworkrooms?

b. Is the solid surface SS-2 to match the admin desk or SS-4 to match the admin conference andworkrooms?

Response: Admin mailbox finishes to match Admin. Workroom finishes. Laminate = PL-3;

Solid Surface = SS-4.

65. CM RFI #65

Bid Package 2.06 - Architectural Cabinets and Woodwork

Question: Re: Drawing A-102 - Room 207 ABA PROG appears to have cubbies on two walls, butonly the outer wall has an elevation tag. The inner wall (along the toilet room) has no elevation tag.This also happens in room 209 ABA PROG. Are we correct in assuming that the inner wall issimilar to the outer wall (i.e. cubbies similar to those shown in elevation A-211/28)?

Response: Yes.

66. CM RFI #66

Bid Package 2.06 - Architectural Cabinets and Woodwork

Question: The Finish Schedule on IN-601 states that PL-1 is used for the cubbies, but that PL-4 isused as a cubbie accent panel. Elevation 1 on A-410 does not indicate any accent panels. Details 8,9 and 10 on A-552 do not indicate any accent panels. Where does PL-4 go on the cubbies? Does ithappen at every location, or only select rooms?

Response: Back and Underside faces of cubbies to be PL-4.

Page 44: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School Addendum No. 5 Bidders' RFI Questions and Responses

Groton, Connecticut February 19, 2020 00 63 13-21

67. CM RFI #67

Bid Package 2.06 - Architectural Cabinets and Woodwork

Question: RE: A-211, Detail 17 - The tall cabinets at the far left of the elevation are hatched withmany horizontal lines. No section detail is indicated. Do these lines indicate that there is somethingdifferent about these doors? Do they indicate something about the quantity of shelves inside thecabinet? Please advise.

Response: See Addendum No. 1.

68. CM RFI #68

Bid Package 2.06 - Architectural Cabinets and Woodwork

Question: Re: Drawing A-551, Details 4 & 5 - The section details for the wardrobe unit are drawnas if the top of the cabinet has been replaced by a countertop. There are also notes indicating thatthe top of the cabinet is PLAM on moisture resistant panelboard instead of PLAM on plywood likethe rest of the cabinet. Is that correct?

Response: See Addendum No. 1.

69. CM RFI #69

Bid Package 2.06 - Architectural Cabinets and Woodwork

Question: Re: Drawing A-551 - The section details for the cabinets indicate that the doors are allPLAM on plywood cores. This project must meet AWI QCP certification standards. Thosestandards to not allow for plywood cores at cabinet doors or drawer fronts because of warping.Please confirm that regular particle board cores are acceptable at the doors and drawer fronts.

Response: Particle board is NOT acceptable. MDF is acceptable.

70. CM RFI #70

Bid Package 2.06 - Architectural Cabinets and Woodwork

Question: Re: Drawing A-551, Details 2 & 3 - The section details titled accessible sink and openstorage have notes indicating the PLAM color is PL-2. The Finish Schedule on IN-601 says that PL-2 is for the administration desk.

a. The accessible sink detail occurs at the majority of the typical classroom elevations. The FinishSchedule on IN-601 says that typical classrooms are to have a PL-1 finish. Which is correct - thedetail or the finish schedule?

b. The open storage detail does not appear to be used. Is this correct? If not, where is it requiredand is the detail correct about the finish color?

Response:

a. Follow the Finish Schedule.

b. The open storage detail is used over each sink location. The back and side panels and theshelves are the Accent color.

Page 45: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School Addendum No. 5 Bidders' RFI Questions and Responses

Groton, Connecticut February 19, 2020 00 63 13-22

71. CM RFI #71

Bid Package 2.06 - Architectural Cabinets and Woodwork

Question: Re: Drawing A-211, Details 14-16, Spec. Section 06 41 16 - The elevations for the 5thgrade science demo table include notes for a “CHEMICAL RESISTANT SURFACE” at thecountertop. Spec. Section 06 41 16 does not include chemical resistant countertops. What isrequired at this demo table? Is SS-1 solid surface to match the countertop at the casework inelevation 17 acceptable?

Response: Yes, SS-1 is acceptable.

72. CM RFI #72

Bid Package 2.09d - Drywall

Question: Re: Drawing A-002, Spec. Section 10 26 00 - Please clarify the height of the cornerguards in the corridors. Partition Type Note #25 states the corner guards are to be 48" in height.Spec. Section 10 26 00 calls for full height of wall.

Response: Provide for full height of wall.

73. CM RFI #73

Bid Package 2.09d - Drywall

Question: Re: Drawing A-002, Partition Type Note #6 calls for abuse-resistant gyp. board onexposed face of walls, typical. Wall types B06, B07, B08 have type X gypsum board in thecomments section. Please clarify if abuse board is required for B Wall Types.

Response: Abuse-resistant gypsum board is required to 8'-0" aff.

74. CM RFI #74

Bid Package 2.09d - Drywall

Question: Please advise on the following.

a. Specifications calls for a STC rating on some wood doors. Please advise required STC rating?

b. Specifications also mention cam lift hinges. Cam lift hinges use is based on the required STC. Ifrequired STC does not require use of cam lift hinges, would it be acceptable to use theappropriate weight butt hinges?

c. Door elevation D3 shows a narrow lite, but also has a note referencing a louver as noted. Pleaseconfirm that where louver is noted, door is to receive a louver and no vision kit.

Response:

a. STC rating for doors and frames to match adjacent wall as regulated by ANSI 1260.

b. Yes.

c. Door shall have both louver and vision lite.

Page 46: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School Addendum No. 5 Bidders' RFI Questions and Responses

Groton, Connecticut February 19, 2020 00 63 13-23

75. CM RFI #75

Bid Packages 2.08 - Aluminum Entrances, Storefronts and Curtainwall and 2.09d - Drywall

Question: a. Spec. Section 08 11 13-5 makes reference to both an “exterior door” and an “energy efficient

exterior door”. Please confirm which is to be used. If both are to be used, please confirmlocation of each type of door.

b. There is a section for “special function HM doors” but none are so designated on door schedule.Are there any, and if so, what type of special function is required?

c. Please confirm whether window units STI-7, STI-8, STI-9A, and STI-9B are aluminum and nothollow metal.

Response:a. Energy efficient door is the correct term. b. Any door requiring an STC rating is considered a “special function”. Also refer to Section 08 34

73 for further information. c. Those interior units are aluminum framed.

76. CM RFI #76

Bid Package 2.06 - Architectural Cabinets and Woodwork

Question:a. Pivot Hinges specified in 2.06.H.1 are polished chrome top & bottom mount pivot hinges from

CR Laurence. They are not available in a brushed stainless steel finish.

b. Pull Handle specified in 2.06.H.3 is a polished chrome pull from CR Laurence. It is alsoavailable in brushed stainless. They are ¾” in diameter.

c. The end cap specified in 2.06.H.3 are brushed stainless end caps from CR Laurence. They arenot available in polished chrome. They are for capping 1” diameter components. It is notpossible to combine these three pieces of hardware and have them all the same finish. Also, thatend cap does not fit on that pull. Please advise.

Response: The design intent is for all hardware to have a brushed finish. Contractor may vary fromCL Laurence to achieve consistent finishes while maintaining all other hardware requirements.

77. CM RFI #77

Bid Package 2.09d - Drywall

Question: Allowance 9 has an allowance for temporary partitions above and beyond what is shown.Are there any temporary partitions shown on the contract documents? I have not see any.

Response: No temporary partitions shown. Temporary partitions per this allowance will be installedat the direction of the Construction Manager.

78. CM RFI #78

Bid Package 2.06 - Architectural Cabinets and Woodwork

Question: Re: Drawings A-505 and A-506, Spec. Section 06 61 16 - The solid surface windowsillsare specified in paragraph 2.03.B of section 06 61 16 as ½" thick. However, the drawings showthem as 3/4" thick (see detail 2 on A-505). Please confirm that the specifications are correct. [Notethat the color chosen is Corian Linen (see SS-3 in Finish Schedule on IN-601) and that color is notavailable in 3/4" thick. Corian only offers two colors in 3/4" - Cameo White or Glacier White.]

Response: All window sills are to be SS-3, ½" thick, 3/4" overhang with a full bullnosed edge.

Page 47: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School Addendum No. 5 Bidders' RFI Questions and Responses

Groton, Connecticut February 19, 2020 00 63 13-24

79. CM RFI #79

Bid Packages 2.06 - Architectural Cabinets and Woodwork

Question: There are eight solid surface windowsill details provided on A-505 & A-506. Thecurtainwall & storefront elevations on A-611 through A-613 do not include tags to identify wheresolid surface sills are required. The wall sections on A-311 through A-313 only identify select sills.We can say for certain that there are solid surface sills in four rooms on level 1A & 1B. How do weknow where else solid surface sills are required?

Response: Provide solid surface sills at all windows.

80. CM RFI #80

Bid Packages 2.27d - Tele/Data/Communications and 2.26 - Electrical

Question:

a. The Drawing IN-601 Specialty Equipment Schedule, IM-1 Interactive Monitor is listed theNotes As N.I.C. Drawing T-001 Audio Visual Schedule [D] Interactive Display & DisplayMount as a Promethean #AP7-B75 w Promethean #Chromebox and Spec. Section 27 41 00 alsolists it to. Confirm if they are NIC or who is supplying and installing them?

b. In Media Center 103, Drawing A-101b shows (3) IM-1 and on T-101b show only (1)[D]. Arethe other (2) required?

c. The Electrical Panel ST-1 shown in Performance Area 109 doesn’t have a panel schedule, or isthis stage light panel as the circuits that are shown to go to it are the (3) Altman connectorstrips?

Response:

a. The interactive monitors to be in scope for this phase to be supplied and installed as part of thecontract.

b. Only 1 interactive board is required in the Media Center.

c. This is the stage lighting panel.

81. CM RFI #81

Bid Package 2.23 - HVAC

Question:

a. Spec. Section 233113 page 8 paragraph 2.5 – Sheet Metal materials item –F – is theAntimicrobial coating required on all the Ductwork for the project?

b. Spec Section 233113 page 10 paragraph 2.6 – Duct Liner item C- Note#9 – Is a Perforated SheetMetal inner liner required on any of the Lined Rectangular Ductwork on the project. If so pleaseidentify.

c. Spec. Section 233113 page 18 – paragraph 3.12 – Duct Schedule – are Supply Ducts after VAVBoxes and Fan Coils required to be 3 inch WG? Also in paragraph 3.12 Item-J-Liner – Thespecification is calling for 1 ½” thick liner. The notes on the drawings are indicating 1” thickliner. Please advise.

Response:

a. Antimicrobial coating is not required on metal ductwork.

b. Perforated inner liner is only required on exposed round ductwork.

c. Provide all supply ducts constructed to 3-inch WG pressure class. 1-1/2"thick duct liner isrequired in all areas except where noted as 1" in specific drawing notes. The drawing notes onlypermit liner to be 1" downstream of BAB box sound attenuators in Choral #105. Other locationswith liner (20' upstream and downstream of air handling units, etc.) require 1-1/2" thick liner.

Page 48: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School Addendum No. 5 Bidders' RFI Questions and Responses

Groton, Connecticut February 19, 2020 00 63 13-25

82. CM RFI #82

Bid Package 2.31 - Sitework

Question: Re: Drawing L-501 and L-502, Spec. Section 32 32 13

a. Please clarify if the curb detail 8/L501 is intended to be precast curbing or cast in place.

b. Specification Section 32 13 13 lists 3 types of steel reinforcement, plain, galvanized, and epoxycoated. Please clarify which type is to be used in the site concrete sidewalks and curbs.

c. Detail 4/L501 shows steel chairs supporting wire mesh. Please clarify if concrete bricks will beallowed as indicated in Section 32 32 13 2.2.E.

d. Detail 1/L502 shows 5 bollards at the loading zone. These are not shown on the layout ormaterials plans. Please clarify if the bollards are to be installed.

Response:

a. All concrete curb to be poured-in-place.

b. Per Section 32 13 13 2.2, welded wire reinforcement is to be galvanized, reinforcing bars are tobe galvanized, and dowel bars are to be epoxy coated.

c. Provide bar supports for WWF in accordance with Section 32 13 13 2.2E.

d. Yes, install the 4 bollards and loading zone sign at the accessible passenger loading zone as perdetail 1/L-502. Bollards shown only on detail for clarity.

83. CM RFI #83

Bid Package 2.31 - Sitework

Question: Re: Spec. Section 31 66 01 - Rammed aggregate piers is a Geopier proprietary systemthat only one contractor can install. The ground improvement specification states RammedAggregate Piers (RAP) are required. RAPs are a propriety term. Please confirm that Aggregate PierSystems such as Vibro Stone Columns will be acceptable.

Response: Yes, others are permitted as long as they achieve the project objectives andrequirements.

84. CM RFI #84

Bid Packages 2.03 - Concrete and 2.31 - Sitework

Question: Re: Drawing A313 and S210a, Spec. Section 07 21 00

a. Wall sections on A313 appear to show vertical rigid insulation buried against inside foundationwalls. No details call out the height and thickness of this insulation. Please clarify the height,thickness and limits. Is this typical of all exterior walls?

b. Foundation wall sections on S210a appear to show insulation below the interior slabs. This isnot called out and is not shown in the architectural drawings. Please clarify the thickness,dimension, and if this insulation should be installed at all exterior walls.

Response:

a. 2" thick poly iso rigid insulation extending from the slab joint to 42" below grade or the top ofthe footing. This is typical at all exterior wall locations.

b. The architectural detail shall rule over what is shown on the structural drawings.

Page 49: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School Addendum No. 5 Bidders' RFI Questions and Responses

Groton, Connecticut February 19, 2020 00 63 13-26

85. CM RFI #85

Bid Package 2.31 - Sitework

Question: Re: Drawing 10/L501, Spec. Section 32 18 28 - Please clarify if the synthetic courtsurfacing is applicable to only the hopscotch and four square games, or the entire paved play area asshown on Drawing L403.

Response: Synthetic court surfacing to be applied over entire hardscape play area.

86. CM RFI #86

Bid Package 2.31 - Sitework

Question: Re: Spec. Section 32 91 15 - Confirm the existing topsoil on site meets the environmentalrequirements of Section 32 91 15, 2.01, A.6&7.

Response: Refer to the Pre-Remedial Site Investigation and Remedial Action Plan and the SoilManagement Plan listed in Addendum No. 1 Section 31 10 00 1.2.B.2 & 3. See modifications toSection 32 91 15 2.01A 6&7 in Addendum No. 1.

87. CM RFI #87

Bid Packages 2.02 - Building Abatement and Demolition and 2.31 - Sitework

Question: Re: Drawing RAP-1, Spec. Section 00 31 24.20

a. Which bid package is responsible to excavate and dispose of polluted soils in Areas HA-20 and21 on Plan RAP-1 by Eagle Environmental?

b. Should the disposal cost be included in the base bid?

c. Confirm the remaining existing topsoil can be re-used on this site without burying and coveringwith clean material.

Response:

a. Bid Package 2.02.

b. Yes.

c. The topsoil can be reused on site if otherwise suitable. The only limitations is that it cannot beplaced below the water table and not in areas subject to erosion, such as slopes.

88. CM RFI #88

Bid Package 2.31 - Sitework

Question: Re: Drawing S100 a,b,c - Notes on Drawings S-100a, S-100b and S-100c call forexcavation of all unsuitable fill down to “elevation 23.0 or until competent natural granular soil isencountered”. This is not a clear direction since the borings from the Geotechnical Report show thatthe elevation of the natural granular soil varies across the building pad.

a. Clarify if the bidder should include excavation down to elevation 23.0 regardless of soil type orif the bidder should estimate the removal depths based on the boring information.

b. Does this direction apply to the area of the building to receive RAPs?

c. Does this direction apply to just the footings or the entire slab footprint?

Response:

a. The elevation of 23.0 was selected so bidders can quantify the amount of over-excavation forbidding purposes. Over-excavation only needs to occur until competent natural granular soil isencountered.

b. All building areas.

c. The entire slab footprint.

Page 50: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School Addendum No. 5 Bidders' RFI Questions and Responses

Groton, Connecticut February 19, 2020 00 63 13-27

89. CM RFI #89

Bid Packages 2.22 - Plumbing and 2.31 - Sitework

Question: Re: Spec. Section 00 24 13

a. Sitework BP Special Instruction #28 references under-slab drains. None are shown on thestructural drawings. Please confirm none are required.

b. Please confirm inspection, sampling and tapping fees payable to Groton Utilities for waterdistribution are not included in the sitework contractor’s base bid.

Response:

a. None are required.

b. Confirmed.

90. CM RFI #90

Bid Package 2.31 - Sitework

Question: Re: Spec. Section 00 24 13 - BP 2.31 Special Instructions #42 and #54 are contradictorywith regards to payment for over-excavation outside the building limits. Please clarify.

Response: Special Instruction #54 intent is to inform sitework contractor that Owner will not payfor over-excavation that is performed in error by the sitework contractor.

91. CM RFI #91

Bid Package 2.09a - Acoustical

Question:

a. Please specify basis of design and color for ACT-4

b. Please confirm every ceiling tile in Room 105 is to be ACT-4 Pyramidal Diffuser Panels,normally these are mixed with a standard ceiling tile.

c. Specification section 09 51 13 Acoustical Panel Ceilings Par 2.2 F. fire-rated and clean room 1-1/2” gasketed grid. Is fire-rated grid required on this project if so please specify location of fire-rated grid. Is clean room 1-1/2” gasketed grid required on this project if so please specifylocation to be used.

d. Specification section 09 51 13 Acoustical Panel Ceilings Par 2.2 G. mentions 9/16” grid, allother specifications are for 15/16” grid, additionally the tiles specified are intended for 15/16”grid, is 9/16” grid to be used on this project?

e. Please specify Locations and Ceiling Perimeter Trim size to be used in corridor connecting AreaB and C

f. Finish Schedule indicates WP-2 to be used in cafeteria however in drawing 2/A-213 indicatesAP-1 on the Cafeteria East wall, please clarify which is correct.

g. Please provide elevations indicating location of Acoustical wall panels in Choral room 105.

Response:

a. CT-4 is comprised of a basis of design Wenger pyramidal ceiling diffuser panel for lay-inceiling installed in an ACT-1 ceiling system. The pyramids shall be 50% of full tiles and theother 50% shall be the typical ACT-1 tiles representing the remaining full tiles and all cut tiles. The color of the pyramidal tiles is white fabric from the standard colors.

b. See above.

c. There are no fire rated or clean room grid ceilings in this project.

d. All ceilings are to be 15/16” grid and associative tile.

Page 51: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School Addendum No. 5 Bidders' RFI Questions and Responses

Groton, Connecticut February 19, 2020 00 63 13-28

e. Provide 4" typical where ACT ceilings do not meet walls. Provide 6" at the cafeteria and mediacenter only. Detail 1/A122 should be changed to 6" since it is in the cafeteria.

f. AP-2 is used on the north, east and west elevations of the cafeteria. AP-3 is used on the southwall of the cafeteria

g. Provide 800 SF of AP-4. Configuration as directed by architect in a later sketch.

92. CM RFI #92

Bid Packages 2.21 - Fire Protection and 2.26 - Electrical

Question: Re: Drawing FP-101c - Please verify who owns the heat tape and insulation for thesprinkler piping in Vestibule C101b.

Response: The fire protection contractor shall provide these items per Specification Section 21 0533 - Heat Trace for Sprinkler Piping added in Addendum No. 3.

93. CM RFI #93

Bid Package 2.21 - Fire Protection

Question: Re: Drawing FP-102, FP-103 - Please verify what the riser is in the duct shaft is serving?

Response: Sprinkler main shall be located in janitors closets. Refer to Addendum #1.

94. CM RFI #94

Bid Package 2.21 - Fire Protection

Question: Re: Drawing FP-101b, FP-101c - It is unclear where the engineer would like the zone tobe split on the first floor between B Building and C Building. Please clarify.

Response: Building B shall include corridor/walkway within its zone. Building C first floor shallhave its own zone. See revised plans, refer to Addendum No. 1.

95. CM RFI #95

Bid Package 2.21 - Fire Protection

Question: Re: Drawing FP-200 - Detail 8 on FP-200 riser detail shows a backflow test header withvalve. On FP-101A, riser does not show anything about a backflow test header. Please confirmwhich way they would like to proceed.

Response: Provide backflow preventer test header per Mystic Fire District local requirements.Refer to Addendum No. 1.

96. CM RFI #96

Bid Package 2.08 - Aluminum Entrances, Storefront and Curtainwall

Question: The glazing spec calls for multiple types of glass including hurricane, acoustical,security, spandrel and fire rated. The Ballistic, CW and SF Schedules only call for vision, spandreland ballistic in the legend. Which ones are correct?

Response: The schedules on the drawings are correct.

Page 52: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School Addendum No. 5 Bidders' RFI Questions and Responses

Groton, Connecticut February 19, 2020 00 63 13-29

97. CM RFI #97

Bid Package 2.08 - Aluminum Entrances, Storefront and Curtainwall

Question: I was going through the drawings and I’m not seeing the following items that are in ourscope: Insulated glazing infill panels, louvers and vents, composite metal panels (there is no spec,but it’s listed in our scope). Does that mean we own the solid phenolic panels and/or the formedmetal panels instead of the composite metal panels?

Response: Metal panels deleted per Addendum No. 1. Refer to Addendum No. 3 for clarification ofscope of work and assigned specification sections.

98. CM RFI #98

Bid Package 2.09a - Acoustical

Question: Please specify fabric type and color for the acoustical panels.

Response: See 09 84 13 2.02 C, provide manufacturer’s full range of colors from noted fabric lines.

99. CM RFI #99

Bid Package 2.09d - Drywall

Question:

a. Please provide a head of wall detail for detail #3 on A-312.

b. Please clarify where the sound isolation clips specified in 09 22 16, Section 2.06 - Sub Part Dare required.

c. Please clarify where the sound barrier mullion trim caps specified in 09 22 16 - Section 2.06 -Sub Part E are required.

d. Please confirm Level 5 wall finish is required on walls and ceilings in corridors, lobbies, andassembly rooms.

Response:

a. Detail will be provided in later addendum.

b. Disregard 2.06, D.

c. Disregard 2.06, E.

d. Confirmed.

100. CM RFI #100

Bid Packages 2.03 - Concrete, 2.05s - Structural Steel and 2.31 - Sitework

Question: Re: Spec. Section 31 66 01 - For the East Wing (S-100c Part C, dated 10/15/19), some ofthe foundations shown appear to have been changed since the loads were provided (loads dated6/6/19). Please provide updated column base plate loads for the foundations and wall loads, orconfirm the loads dated 6/6/19 are still applicable with the foundation sizes shown on drawing dated10/15/19. Please also confirm ground improvement is not required for support of the slab-on-grade.

Response: Column loads shown in Column Schedules S-400 and S-401 are correct. SeeConstruction Documents. No ground improvement for support of the slabs-on-grade.

Page 53: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School Addendum No. 5 Bidders' RFI Questions and Responses

Groton, Connecticut February 19, 2020 00 63 13-30

101. CM RFI #101

Bid Package 1.09d - Drywall

Question: Please clarify the profile of the GFRC Column Cover. The details shown on 5 & 6 on A-502 do not match the profile shown on 2/A-311. Please confirm which profile is correct.

Response: Details 5 and 6 on A-502 are correct. Section 2 on A-311 does not relate to this situation.

102. CM RFI #102

Bid Package 2.06 - Architectural Cabinets and Woodwork

Question: Re: Drawing A-211 & A-551, Spec. Section 06 41 16 - Where are cabinet locksrequired? Specifications in paragraph 2.08.F are for cabinet door & drawer locks but thesespecifications do not indicate which cabinets are to be lockable. Millwork detail 6 on A-551identifies locations for locks in relation to pulls. Cabinet details on A-551 show pulls but not locks.Casework elevations on A-211 do not show locks. Is detail 6 on A-551 intended to indicate thatevery cabinet door & drawer is lockable? That will add a significant amount to the cost of thecasework and, in our experience, no one locks every door & drawer in a school.

Response: All doors and drawers are to have locks, each room keyed alike with a master for alllocks. Locations to be coordinated on shop drawings.

103. CM RFI #103

Bid Package 2.10 - General Trades

Question: Re: Spec. Section 10 11 00 - Visual Display Surfaces

a. The spec calls for WB-2 to have music stave lines. WB-2 is typical in all classrooms, not justthe music rooms. Please confirm the following:

Visual display:

WB-1 = 4’h x 6’ markerboard

WB-2 = 4’ x 4’ markerboard w/ music stave lines

WB-3= 4’ x 4’ markerboard

WB-4 = 5’h x 12’6”w markerboard

Response:

104. CM RFI #104

Bid Packages 2.04 - Masonry and 2.05s - Structural Steel

Question: Re: Typical Framing Section 5/S310a and Typical Detail 1/S301 - Which BP isresponsible to furnish and install the bottom flange CMU attachments?

Response: All of these items shall be provided by the structural steel contractor. The structuralsteel contractor shall include additional mobilizations after the CMU partitions are constructed tocomplete this work.

Page 54: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School Addendum No. 5 Bidders' RFI Questions and Responses

Groton, Connecticut February 19, 2020 00 63 13-31

105. CM RFI #105

Bid Package 2.09a - Acoustical

Question: Is the ceiling in the bridge that connects building Sections B and C to have 4" axiom oris this supposed to be exposed?

Response: 4" Axiom.

106. CM RFI #106

Bid Package 2.09a - Acoustical

Question: Please provide the correct height of the baffles. Spec. Section 09 84 36 Section 2.03sub-section A Bullet #10 states the height as 124 inches. These baffles can only be 12 inches or 24inches in height.

Response: The baffles will be from 12" to 24" in height. The bottom elevation shall remain asshown.

107. CM RFI #107

Bid Packages 2.09a - Acoustical and 2.26 - Electrical

Question: Are the recessed lights going to be installed as shown on the drawings or are they goingto be pushed to one side to the nearest grid member?

Response: This question is not clear as to location so no response can be given.

108. CM RFI #108

Bid Packages 2.11 - Food Service Equipment, 2.22 - Plumbing, 2.23 - HVAC and 2.26 -Electrical

Question:

a. Is there a specific bid bond you are looking for or is the standard AIA 310 enough? It referencesthis being required in Item #10 on the Invitation to Bid but it doesn’t state at 5% or 10%. Pleaseconfirm.

b. The serving counter manufacturer Duke will not price to our company. We will have to solicitpricing from another counter manufacturer: Piper, Delfield, Randell, etc., all of which arereputable modular counter manufacturers. I read in Division 01 that no pre-bid substitutions willbe considered, so how should we go about submitting our bid based on that?

Response:

a. Refer to paragraph 1 of the Instructions to Bidders Section 00 21 13.

b. Substitutions will be considered after bid. Relationships between vendors and contractorscannot be a concern of the design team.

109. CM RFI #109

Bid Package 2.31 - Sitework

Question: Please clarify the extent of the contractor’s involvement in the water service. Please alsolabel pipe sizes. Scope Item #87 mentions taking the water from the gate valves but does notindicate where these valves are.

Page 55: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School Addendum No. 5 Bidders' RFI Questions and Responses

Groton, Connecticut February 19, 2020 00 63 13-32

Response: Contractor is responsible for all proposed water services shown on thedrawings. Contractor to coordinate with Groton Utilities.

110. CM RFI #110

Bid Package 2.09d - Drywall

Question: Please clarify where the temporary partitions are located, if any. Please clarify theconstruction of the temporary exterior walls to be carried as an allowance in the drywall package.

Response: Temporary partitions to be located in field by Construction Manager. These partitionsshall be constructed of 6" metal studs with 5/8" Densglass on the exterior side and 5/8" gypsumboard on the interior side. The studs shall extend from floor to deck and this wall shall beinsulated. The exterior side of this wall shall be coated with waterproof material. The drywallcontractor shall provide on the Form of Proposal a unit price for increasing or decreasing thispartition allowance.

111. CM RFI #111

Bid Package 2.31 - Sitework

Question: Clarify scope of work the sitework contractor should include for the playground:

Underdrain?

Stone base layer?

Geotextile bottom layer?

Geotextile top layer?

Engineered wood fiber?

Response: All of the above are the responsibility of the sitework contractor.

112. CM RFI #112

Bid Package 2.31 - Sitework

Question: Re. Spec. Section 11 68 33

a. The specifications call for 4 baseball foul poles. There is only 1 field and no poles shown on theplans. Please clarify.

b. The specifications call for 4 team benches but only 2 are shown. Please clarify how many weare to provide.

c. Detail 3/L505 calls for 3 pitchers mound to be provided, only 1 is shown. Please clarify.

d. Please confirm the warning track mix is the same as the infield mix.

Response:

a. Foul poles have been eliminated from the project. Please refer to Section 11 68 33 inAddendum No. 1.

b. Each team will have (2) 15’ benches installed end to end for a total of 4 benches. Drawingsimply shows (2) 30’ benches.

c. Disregard note on Detail 3/L505 calling for 3 pitcher’s mounds. Only 1 to be provided.

d. No, the warning track mix is not the same as the infield mix. Refer to Addendum No. 1, Section32 18 23.13 2.6.

Page 56: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School Addendum No. 5 Bidders' RFI Questions and Responses

Groton, Connecticut February 19, 2020 00 63 13-33

113. CM RFI #113

Bid Package 2.31 - Sitework

Question: BP 2.31 - Sitework Special Instruction #60 states “The site contractor shall submit tothe Construction Manager weekly E&S Inspection Reports from the independent inspector inaddition to the required CTDEEP sampling and reporting.” Please confirm the weekly reportingmust be done by an independent firm and not by a qualified employee of the site contractor. Notethe statement cited above is beyond what is required by DEEP and the SWPPP Plan which bothallow routine weekly reporting to be done by a qualified employee.

Response: Weekly reporting may be conducted by a qualified employee of the site contractor.

114. CM RFI #114

Bid Package 2.07r - Roofing

Question: Overall Roof Plan A-110 lists 4 roof assemblies SP-MD1, SP-MD2, SP-MD3 and SP-CS1. These 4 roof assemblies are not keyed to the roof plan as shown on A-110, where do they go?Also, Overall Roof Plan on A-110 is divided into 3 sections indicated with a dotted line, are thereBlow-Up Plans with detail indicators that is missing from the set that the Architect did notcomplete or include?

Response: Plans are being updated and will be issued in a later addendum.

115. CM RFI #115

Bid Package 2.10 - General Trades

Question: Re: Lockers - Can you send a side elevation for the lockers? I noticed that they havetackboard above the lockers. Are there soffits in the corridors or are we providing slope tops?

Response: The lockers all have integrated sloped tops.

116. CM RFI#116

Bid Package 2.31 - Sitework

Question: Please confirm the 12" athletic field drainage sand and underdrain shown on Detail5/L505 is not applicable to this project.

Response: Confirmed, however 4" sand cushion layer does apply.

117. CM RFI #117

Bid Packages 2.21 - Fire Protection and 2.31 - Sitework

Question: Which bid package is responsible for the 6" buried sprinkler piping running outsidebetween Buildings A & C as shown on Drawings FP-101A and FP-101C?

Response: Reference RFI #0013 response. The fire protection contractor is to provide this pipingand to ensure proper pitch and layout, including during the backfill process. The siteworkcontractor is responsible for backfill, bedding material, compaction, and excavation.

Page 57: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School Addendum No. 5 Bidders' RFI Questions and Responses

Groton, Connecticut February 19, 2020 00 63 13-34

118. CM RFI #118 - Not Used

119. CM RFI #119

Bid Package 2.06 - Architectural Cabinets and Woodwork

Question: Re: Spec. Section 00 24 13, BP 2.06 - An installer has asked the following questions:

a. Special Instruction #20 requests a full crew for (2) Saturdays allowance. Please confirm whatsize crew and what type of carpenters (i.e. foreman, journeyman or apprentice).

b. Special Instruction #25.i discusses caulking. Please confirm caulking the cabinets to the floors isnot required.

Response:

a. Full crew size shall be based on the contractor’s average projected crew size that will be neededto meet the project schedule, considering that lean construction principles will be utilized forthis project.

b. Caulk is not required at the floors.

120. CM RFI #120

Bid Package 2.23 - HVAC

Question: Substitution Request for the following:

Fan Coil Units specified in 28 82 19, page 4, requesting approval of a product Daikin AppliedHorizontal Concealed Fan Coil Unit as manufactured by Daikin Applied.

Response: No substitution requests will be reviewed during the Bid Period.

121. CM RFI #121

Bid Package 2.31 - Sitework

Question:

a. Reference details 4 & 7 on drawing L-501 (concrete sidewalk & walk w/ mono curb). Theoverall thickness for the concrete walkways is different for each respective detail (4” and 5”thick). Should the overall thickness for walkways be the same throughout the entire project? Ifnot please provided delineation lines for 5” walks vs 4” walkways. Stating all walks w/ monocurbs are 5” thick does not provide enough clarification as there are callouts for concretewalkways adjacent to mono curb areas that would have a 4” thick application. The delineationlines need to be clear if walk thicknesses vary.

b. Reference drawings LP-201 thru LP-203. If bid package 2.31 sitework is to include thefoundations for the play equipment please provide ALL required foundation sizes as the footingchart does not include all foundations called (ex. all A#’s, All B#’s, All C#’s, D1 thru D19, etc.)

c. Is BP 2.31 to assume the playscape contractor will set the equipment before or after theassociated foundations are poured? If before, will sleeves be provided to BP 2.31 sitework bythe playscape contractor or are sleeves the responsibility of BP 2.31?

Response:

a. All concrete sidewalks should be 5” thick, except for sidewalks within the right-of-way ofFishtown Road which should be 4” thick as per the Town Standards.

b. Footing locations for the play equipment on LP-201 are shown in the footing chart on LP-202because there was no room on sheet LP-201 for a footing chart. Use the point of beginningpoint on sheet LP-201 for the all footings shown on LP-201 using the coordinates shown in thechart on LP-202. Refer also to Addendum 1 Section 11 68 00 which include all the cut sheets

Page 58: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School Addendum No. 5 Bidders' RFI Questions and Responses

Groton, Connecticut February 19, 2020 00 63 13-35

for the play equipment and installation instructions that were missing from the original bidspecifications.

b. All work associated with the playground equipment shall be the responsibility of the sitecontractor.

122. CM RFI #122

Bid Packages 2.08 - Aluminum Entrances, Storefronts and Curtainwall, 2.09d - Drywall, 2.12- Window Treatments

Question: Re: 122413 - Roller Window Shades - The header detail A121/9 for the west elevationof Area C is indicated as typical and applies to the 2nd and 3rd levels as well, which shows woodblocking for the roller shades. The east elevation of Area C only has a wall section A311/1, whichappears to show the manual roller shades, but there is no header detail to indicate what sort ofblocking will be provided along the east elevation. Will header detail A121/9 with wood blockingapply to both the east and west elevations? If not, please provide a header detail for the westelevation of Area C that will be in force for all three levels.

Response: Yes, follow Detail 9/A121 at both east and west elevations.

123. CM RFI #123

Bid Packages 2.08 - Aluminum Entrances, Storefronts and Curtainwall, 2.09d - Drywall,2.12 - Window Treatments and 2.26 - Electrical

Question: Re: 122413 - Roller Window Shades - The 103/Media Center east-facing elevation,A213/6 and the related RCP A-111b plan have clear indications requiring motorized shades atcurtainwall CW7b, however, the curtainwall CW8c on the same elevation does not call for shades,and the RCP notations seem to indicate it will not receive manual shades either. Should the east-facing curtainwall CW8c receive any shades, and if so, what type?

Response: Yes, Window CW8c shall receive a motorized shade similar to CW7b.

124. CM RFI #124

Bid Packages 2.07r - Roofing and 2.31 - Sitework

Question: Reference Detail 10 on drawing C-202 as amended via Addendum No. 1. What does BP2.31 own with said detail? Please verify whether or not sitework is to be responsible for surchargeoutlet with screen and splash block. Please provide specifications for both if we own.

Response: The sitework contractor shall provide the underground piping and stub-up to abovegrade. The roofing contractor shall provide all other items indicated in this detail, including thesurcharge outlet and splash block.

125. CM RFI #125

Bid Package 2.12 - Window Treatments

Question: Re: 122413 - Roller Window Shades - The Finish Schedule on Drawing IN-601indicates that WT-1 and WT-2 are both to receive the same fabric type, a Thermoveil 800 Series.The Spec schedule indicates there are to be two different fabrics, a light-filtering fabric (E-Screen,3%) and a room-darkening fabric (Avila Twilight, 0%) but it does not assign either fabric to thetwo shades types, WT-1 or WT-2. Please clarify exactly which shade fabrics are required for eachshade type, and if there are any exceptions for individual locations.

Response: Unless specifically noted all of the shade material shall be a Room Darkening fabric.

Page 59: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School Addendum No. 5 Bidders' RFI Questions and Responses

Groton, Connecticut February 19, 2020 00 63 13-36

126. CM RFI #126

Bid Package 2.31 - Sitework

Question: Please clarify what the sitework scope of work is for the athletic fields. On detail5/L505 there is 12" of drainage sand and it says to see the athletic field underdrain detail on thecivil drawings. I can’t seem to locate any underdrains in the field, nor a detail for it. Please advise.

Response: See RFI #116 response.

127. CM RFI #127

Bid Package 2.31 - Sitework

Question: Addendum No. 1 states that the playground equipment will be furnished by the State.Should the sitework contractor figure installing the furnished equipment, or will it be completelyexcluded from our contract?

Response: This is revised - all work associated with the playground equipment, including theequipment itself, shall be furnished and installed by the sitework contractor.

128. CM RFI #128

Bid Packages 2.11 - Food Service Equipment, 2.21 - Fire Protection, 2.23 - HVAC and 2.28 -

Fire Alarm

Question: Re: Section 11 40 00 - Food Service Equipment - What is the extent of theresponsibility of the hood and fire suppression installation?

Response: The food service equipment contractor shall furnish the hood to the HVAC contractorfor installation. The fire protection and fire alarm contractors shall provide connections to thishood.

129. CM RFI #129

Bid Package 2.09d - Drywall

Question: Item AK28 calls for Corner Guard. There is no location on the plans nor quantityrequired indicated. Please clarify.

Response: Corner guards are on all outside wall corners in corridors.

130. CM RFI #130

Bid Package 2.23 - HVAC

Question: Spec. Section 23 09 23 2.01-B references Alternate Bid Requirement. We could notlocate associated Add/Deduct Alternate reference in Spec. Section 00 42 00 Form of Proposal. Wecould not locate associated Add/Deduct Alternate reference in HVAC Bid Package 2.23 00 24 13.Will Spec. Section 00 42 00 Form of Proposal be updated to reflect Section 23 09 23-2.01-B-1references Alternate Bid?

Response: Yes.

Page 60: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School Addendum No. 5 Bidders' RFI Questions and Responses

Groton, Connecticut February 19, 2020 00 63 13-37

131. CM RFI #131

Bid Package 2.23 - HVAC

Question: Spec. Section 23 09 23 2.01-C references Alternate Bid Requirement. We could notlocate associated Add/Deduct Alternate reference in Spec. Section 00 42 00 Form of Proposal. Wecould not locate associated Add/Deduct Alternate reference in HVAC Bid Package 2.23 00 24 13.Will Spec. Section 00 42 00 Form of Proposal be updated to reflect Section 23 09 23-2.01-B-1references Alternate Bid?

Response: Yes.

132. CM RFI #132

Bid Packages 2.23 - HVAC and 2.26 - Electrical

Question: Drawing M-402, Drawing E-201 and Spec. Section 23 09 23-2.16 clearly identifiesdivision 23 and division 26 scope of work for DDC Lighting Controls. We could not locateassociated DDC lighting control reference in 00 24 13 BP 2.23 HVAC. Will BP 2.23 HVAC beupdated to include Lighting Control Scope as identified on Drawing M-402, Drawing E-201 andSpecification Section 23 09 23-2.16?

Response: Per Specification Section 26 09 43, the HVAC contractor shall provide the DDCintegrator which shall furnish, install and integrate the lighting control system with the BMSsystem.

133. CM RFI #133

Bid Packages 2.23 - HVAC and 2.26 - Electrical

Question: Drawing E-201, Drawing M-402 and Spec. Section 23 09 23-2.16 clearly identifiesdivision 26 and division 23 scope of work for DDC Lighting Controls. We could not locateassociated DDC lighting control reference in 00 24 13 BP 2.26 Electrical. Will BP 2.26 Electricalbe updated to include Lighting Control Scope as identified on Drawing E-201, Drawing M-402and Specification Section 23 09 23-2.16?

Response: See response to CM RFI #132 above.

134. CM RFI #134

Bid Package 2.31 - Sitework

Question: The Legend on Drawing L-103 shows the athletic fields having a seed mix. The Legendon Drawing L-105 shows the same area as SOD. If sod is required, then provide specification andconsider an irrigation system. Please clarify.

Response: Sport fields to be seeded using Athletic Field Seed Mix as per Section 32 92 00 2.02.A.

135. CM RFI #135

Bid Packages 2.03 - Concrete and 2.31 - Sitework

Question:

a. Are we to assume all over excavation of unsuitable or unstable subgrades will be handled withinthe allowance #21 and will be adjusted with unit prices and based on actual quantities?

b. Will the owner or O&G be hiring the turtle consultant?

c. Please confirm quantity and size of the concrete anchors required for the chilled and hot waterlines.

Page 61: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School Addendum No. 5 Bidders' RFI Questions and Responses

Groton, Connecticut February 19, 2020 00 63 13-38

Response:

a. Over-excavation to elevation 23'-0" to the limits shown on the structural drawings shall beincluded in the sitework contractor’s base bid. In addition to this quantity, the siteworkcontractor shall include Allowance #21. Adjustment to these two quantities based on actualconditions encountered will be settled using unit prices.

b. The Owner shall hire the turtle consultant.

c. Chilled and hot water lines shall be supported at the spacing indicated in 232113 HydronicPiping, Paragraph 3.4 Hangers & Supports. Concrete anchors shall be sufficiently sized tosupport the weight of the piping and calculated by the delegated design as required by paragraph1.3.C Action Submittals.

136. CM RFI #136

Bid Package 2.09d - Drywall

Question: Opening 108.4 on the Door Schedule has “#22" under the 90 minute rating column. Isthis door fire rated and what does “#22" stand for?

Response: This note was removed in Addendum No. 1.

137. CM RFI #137

Bid Package 2.09a - Acoustical

Question: Acoustical ceiling materials call for multiple manufacturers for the grid and tile types. Icannot find an equal to the ACT-1 and ACT-2 Lyra tiles. Could we get a type from any of the listedmanufacturers EXAMPLE USG that would be acceptable? They are also calling for heavy dutygrid 9/16" faced. The ACT all show 15/16" grid for tiles. Generally the intermediate duty iscommon on these jobs and will be a cost savings if possible to use.

Response: Disregard the “Lyra” designation. Replace with “Ultima”. Heavy duty 15/16” grid isto be used in this project.

138. CM RFI #138

Bid Packages 2.22 - Plumbing and 2.23 - HVAC

Question: Substitution Request for the following:

Vibration and Seismic Controls for HVAC Piping and Equipment, specified in 23 05 48, requesting approval of Hangers, Mounts, Pads, Restraints, Bases, Curbs, Flex Connectors, Exp.Loops, etc. manufactured by Novia: A Division of C&P.

Response: Substitution requests are not being reviewed during bid.

139. CM RFI #139

Bid Package 2.31 - Sitework

Question:

a. Bid Package 2.31 Sitework Scope of Work Item #48 has this contractor furnishing andinstalling all foundation waterproofing and drainage composite. Please confirm location ofthis work as the only note we can find pertaining to waterproofing is on detail for theelevator pit (6/S201) and cannot find anything on architectural plans other than as shown onA-421. Please advise if this is the only area to receive waterproofing.

Page 62: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School Addendum No. 5 Bidders' RFI Questions and Responses

Groton, Connecticut February 19, 2020 00 63 13-39

b. Scope of Work Item #31 has the sitework contractor furnishing and installing the concreteencasement of electrical conduits. Please confirm that the only electric lines to be concreteencased are those that cross under roads and pavement as noted on plan sheet ES-100 andnothing is required within the building or on the primary electric lines.

c. Please supply a detail for concrete encased electrical ductbanks.

Response:

a. No waterproofing except at elevator.

b.

c.

140. CM RFI #140

Bid Package 2.10 - General Trades

Question: The projection screen in Room 108/109 is graphically shown to be 23.5' long on pageA101a (hashed line with arrow to it). The specified screen is 10.66' long. Please verify thespecified model is correct as scheduled in (115200 3.03) or provide a new model screen.

Response: The drawing is correct. Provide Dalite #38701 160"x234". Disregard specificationnotation of size and model number.

141. CM RFI #141

Bid Package 2.27d - Tele/Data/Communications and 2.27s - Security

Question: Which bid package is responsible for Cat 6A and fiber to the video surveillancecameras?

Response: Bid Package 2.27s - Security.

142. CM RFI #142

Bid Packages 2.26 - Electrical, 2.27d - Tele/Data/Communications and 2.27s - Security

Question: Which bid package is responsible for 3/0 grounding backbone between MDF andIDF’s and the ground bar?

Response: Bid Package 2.26 - Electrical.

143. CM RFI #143

Bid Package 2.06 - Architectural Cabinets and Woodwork

Question: Addendum #1 has revised wall sections on A 311, A 312 & A 313 as well aswindow details on A 505 & A 506. They have identified more of the sills, but there are stillseveral unidentified. Window elevations on A 611, A 612 & A 613 have also been reissued,but they still do not include callouts to identify sills. Based on the information available in thewall sections, we have made the following assumption. Please confirm or correct.ASSUMPTION: All exterior storefronts (ST1a – ST3R) have solid surface sills either 5” or 6”deep. No solid surface sills are required at any of the curtainwalls (CW1a – CW15b) or at any ofthe interior storefronts (STI1 – STI9b).

Response: All interior sills at storefront are to be solid surface ½" thick with a 3/4" overhangwith a full bullnose edge. All curtainwall systems do not have a solid surface sill.

Page 63: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School Addendum No. 5 Bidders' RFI Questions and Responses

Groton, Connecticut February 19, 2020 00 63 13-40

144. CM RFI #144

Bid Package 2.10 - General Trades

Question: It states in the Concrete Scope of Work #25 that the general trades contractor isresponsible for concrete locker bases, however there is no mention of that in the general tradesscope. Are there concrete locker bases (specs call for metal) required?

Response: Concrete locker bases are not required. Provide metal bases as specified.

145. CM RFI #145

Bid Package 2.08 - Aluminum Entrances, Storefronts and Curtainwall

Question: We do not see Spec. Section 10 82 13 Roof Top Equipment Screens in the projectspecs. Any chance you can get it for us?

Response: This specification section was deleted in Addendum No. 1. Refer to CM RFI #161 forcorrect specification for equipment screens. Also refer to Detail 11/A323 and Structuraldrawings.

146. CM RFI #146

Bid Package 2.07r - Roofing

Question: Drawing A-110, Roof Assemblies, indicates a 8" minimum insulation thickness whileSpec. Section 07 53 23; 2.06; B4 indicates a 5-1/2" minimum thickness. Which is correct?

Response: Specification is correct.

147. CM RFI #147

Bid Packages 2.03 - Concrete, 2.05s - Structural Steel and 2.31 - Sitework

Question:

a. Please provide unfactored, column base plate loads, including dead and unreduced live loads,as well as wall load per linear foot with dead and live components.

b. Is slab support required? If so what is the slab load?

c. What grade would we be working from?

d. What is the schedule for this project?

Response:

a. Footings are designed for 6,000 psf bearing capacity.

b. Slab support is not required.

c. To be determined by the site contractor.

d. Refer to Specification Section 00 31 13 for the Project Schedule.

148. CM RFI #148

Bid Packages 2.26 - Electrical and 2.28 - Fire Alarm

Question: In multiple places, the fire alarm work is referenced as part of 26 00 00. It is myunderstanding that this work is a 100% set-aside and part of another division. These referencesare throughout, including mechanical documents. Please clarify.

Response: All fire alarm work, excluding concealed raceways, shall be provided by Bid Package2.28 - Fire Alarm.

Page 64: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School Addendum No. 5 Bidders' RFI Questions and Responses

Groton, Connecticut February 19, 2020 00 63 13-41

149. CM RFI #149

Bid Package 2.09a - Acoustical

Question: Are you able to provide a set of CADS which contain the acoustical baffle ceiling orCADS or just the baffles?

Response: CAD backgrounds are only provided to awarded bidders. Baffles are shown in Detail11/A-121.

150. CM RFI #150

Bid Package 2.10 - General Trades

Question: For the interior ADA signage, drawing IG-001 states “decorative border to be chosenby architect”. Please provide manufacturer, model #, type. Also there is no spec section forsignage. Please provide.

Response: Disregard designations of decorative borders. ALL signs are to receive a ½" x ½" x1/16" aluminum angle frame.

151. CM RFI #151

Bid Package 2.10 - General Trades

Question: Please provide drawings and descriptions so we can determine the extent of thephotoluminescent egress path markings desired.

Response: See life safety drawings LS-101 and Prebid RFI #026 response.

152. CM RFI #152

Bid Package 2.10 - General Trades

Question: BP 2.10 - General Trades Special Instruction #51 states to provide walk-off mats ateach exterior entry point into the building. Are these mats to be the disposable sticky mats orrubber-backed carpeted mats? Please advise.

Response: Disposable sticky mats.

153. CM RFI #153

Bid Packages 2.03 - Concrete, 2.04 - Masonry and 2.05s - Structural Steel

Question:

a. Whose scope of work is CMU support detail on 1/S-301 and all other sections that referenceit?

b. Whose scope of work is epoxy anchor 1/S-310a?

c. Whose scope of work is epoxy anchor top flange of beam at 6/S-311a?

d. Whose scope of work is epoxy anchor at 10/S-320b?

e. Whose scope of work is embedded plate at 10/S-320b?

f. Whose scope of work is 6, 7, 8 / S-600?

Response:

a. Bid Package 2.05s - Structural Steel

b. Bid Package 2.05s - Structural Steel

c. Bid Package 2.05s - Structural Steel

Page 65: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School Addendum No. 5 Bidders' RFI Questions and Responses

Groton, Connecticut February 19, 2020 00 63 13-42

d. Bid Package 2.05s - Structural Steel

e. Embedded plate to be furnished by Bid Package 2.05s - Structural Steel to be installed by themasonry contractor.

f. Bid Package 2.04 - Masonry.

154. CM RFI #154

Bid Package 2.31 - Sitework

Question:

a. Note 2 on Sheet S100a states, “base bid to include excavation of all unsuitable fill acrossfootprint of all area to elevation 23.0' or until competent natural granular soil is encountered.The extent of unsuitable fill excavated shall be measured and base bid costs adjusted basedon the add and deduct unit prices.” Which soils named in the Geotech borings are consideredunsuitable? Fill? Subsoil?

b. Is there a specification for the “drainage sand” under the athletic field?

c. What is the specification for the soil called out as “subsoil” under the athletic field?

d. Is the design shown on 5/L505 of 6" planting soil, 4" subsoil and 12" drainage sand thedesign for the entirety of the athletic fields on the site? Or just the infield?

Response:

a. In the building area, the soils that are considered unsuitable are the asphalt, topsoil, subsoil,and existing fill. In pavement areas, the soils that are considered unsuitable are the asphalt,topsoil, and subsoil. The existing fill can remain below new pavement sections.

b. Same response as RFI #116 - Drainage sand shown in detail 5/L-505 does not apply to thisproject. Omit the 12" drainage sand layer from detail 5/L-505. Please advise if “drainagesand” under athletic field is referenced elsewhere in the bid documents.

c. Omit the 4" “subsoil” layer under the infield grass shown in detail 5/L-505.

d. Both the grass infield and outfield should consist of 6" planting soil placed directly onsubgrade, matching detail 6/L-507 “Seeded Lawn”. The 4" sand cushion placed directly onsubgrade will occur only under the pitcher’s mound and skinned infield. Sand cushion isspecified in Section 32 18 23.13.

155. CM RFI #155

Bid Package 2.31 - Sitework

Question: Drawing C103 in Addendum No. 1 added suggested requirements for a turtlemanagement plan and the hiring of a herpetologist. Please confirm that the Town of hiring thisscientist and handling this management. If not, please provide an allowance to cover this item.Note this was not clouded as a change to the plan.

Response: The sitework contractor shall provide all temporary protections as indicated on theplans. The Owner shall be responsible for hiring the herpetologist.

156. CM RFI #156

Bid Package 2.09d - Drywall

Question: Re: Addendum No. 1, door opening #104.1b was added to the schedule. It is requestedhardware set #40 be used. Hardware set #40 is for a paired opening and opening #104.1b is asingle opening. Please advise the correct hardware set number.

Page 66: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School Addendum No. 5 Bidders' RFI Questions and Responses

Groton, Connecticut February 19, 2020 00 63 13-43

Response: Set #52 - Single at Gymnasium - Panic Hardware Door No. 104.1b

3 Hinges CB168 NRP Series as specified US26D ST

1 Exit Device 2103 X 4903B CD 630 PR

1 Rim Cylinder as required 626 SC

1 Mortise Cylinder as required 626 SC

1 Closer 8916 SPA 689 DM

1 Kick Plate K0050 8"x2" LDW B4E-Heavy-KP CSK 630 TR

1 Door Stop 1211/1270CV as required 626 TR

3 Door Silencers 1229A Grey TR

Note: **Template closer for 180 degree opening**

157. CM RFI #157

Bid Package 2.31 - Sitework

Question: Drawing C-104 (Addendum No. 1) added a note “new gate valve on existing watermain, shutdown required, verify existing main for 30' with cap and thrust block beyond new gatevalve. Is this in addition to the tapping sleeve and valve marked on the plans next to this note?Do they require us to uncover the exiting line 30' both ways? Where are they looking for a thrustblock? Why would there be a wet tap and then a line shutdown? Please clarify.

Response: The note is pointing toward the new gate valve that is marked on the plans. Thetapping sleeve and valve will be added to the existing water main. Per request by GrotonUtilities, 30 feet of the existing main only needs to be verified on th south side of the proposedconnection. For the thrust block location, see Detail 3 on Drawing C-204. Shutdown is requiredbased on comments received by Groton Utilities for installation of new gate valve in the existingwater main. During construction, contractor is responsible for coordinating with Groton Utilities.

158. CM RFI #158

Bid Package 2.10 - General Trades

Question: Re: Operable Wall

a. Section 2.01/A states the wrong model for the layout as drawn. This will be a model 931 not932.

b. The layout as drawn cannot be done as drawn, the track is too close as it passes the stageopening wall. The run of the track must be moved for proper operating clearance. Attachedare two layouts to consider. Please confirm which layout is desired. Note this will affect thelocation of the support structure.

c. Section 2.07 states work surfaces. I do not see any drawings showing work surfaces. Pleaseclarify if there are any work surfaces and the locations.

d. The system height is unclear. Please confirm the ceiling height.

e. Section detail 1/A122 show rods dropping down from beam above to a plate then it lookslike the track is attached to that plate. Please confirm what we are attaching our threadedrods to, the plate at the bottom of the rods or the structural steel.

Response:

a. Acknowledged.

b. Layout OP-01 is preferred.

c. Disregard note.

d. 14' approx. opening height and 18' to the bottom of structure, 20' to underside of deck.

e. General trades contractor to attach to the structural steel and provide all requiredattachments.

Page 67: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School Addendum No. 5 Bidders' RFI Questions and Responses

Groton, Connecticut February 19, 2020 00 63 13-44

159. CM RFI #159

Bid Package 2.06 - Architectural Cabinets and Woodwork

Question: Re: Drawing A-551, Details 4 and 5, Spec. Section 06 41 16 - The specifications inparagraph 2.05 of section 06 41 16 states that wardrobe units are not the same as the typicalcasework. Typical casework is PLAM with melamine interiors but wardrobes are all PLAM onMDO or veneer plywood cores. The details on A-551 show the wardrobes as PLAM andmelamine to match the typical casework.

a. Which is correct - specs or details?

b. If the specs are correct, please note the following: The best substrate for PLAM casework isparticle board. MDF is okay, but not as good as PLAM, especially at the edges. MDO isdesigned for road signs, which have a painted finish that is exposed to the elements. We donot fabricate cabinets with it. Veneer core plywood can be used as substrate for the cabinetboxes, but AWI standards do not allow it for substrate at doors or drawer faces because ofwarping. Typically, we use particle board for the substrates at the doors and drawer faceswhen plywood is used at the rest of the cabinet. Please confirm that this is acceptable.

Response:

a. The details are correct, wardrobe construction is to match all other millwork construction.

b. Particle Board is NOT acceptable. MDF is acceptable.

160. CM RFI #160

Bid Packages 2.08 - Aluminum Entrances, Storefronts and Curtainwall and 2.09a -

Acoustical

Question: Re: Drawing A-111A

a. What bid package will the MPX-1 “Wood Look” metal panel at underside of canopy be in?

b. Please provide spec for MPX-1 “Wood Look” metal panels.

Response:

a. Bid Package 2.08.

b. Refer to Finish Schedule and Specification Section 09 54 23 which was issued in AddendumNo. 3.

161. CM RFI #161

Bid Package 2.08 - Aluminum Entrances, Storefronts and Curtainwall

Question: Please provide spec for corrugated metal equipment screen.

Response: Refer to Specification Section 07 42 13.13 - Formed Metal Wall Panels.

162. CM RFI #162

Bid Package 2.06 - Architectural Cabinets and Woodwork

Question: RE: Drawing A-552, Detail 5 - Spec. Section 06 41 16 includes specs for twodifferent grommets. Paragraph 2.08.I is for a standard 3-1/2" grommet. Paragraph 2.08J is for avery expensive 4" grommet with power outlet and USB ports. Desk detail A-552/5 includes anote for 3" grommets at the Admin and Media Center desks.

a. Are we correct in understanding these notes mean the desks have the standard grommets?

b. Where are the 4" grommets with additional ports required?

Page 68: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School Addendum No. 5 Bidders' RFI Questions and Responses

Groton, Connecticut February 19, 2020 00 63 13-45

Response:

a. All grommets are to be 3-1/2" diameter.

b. 4" diameter grommets not used.

163. CM RFI #163

Bid Packages 2.21 - Fire Protection and 2.31 - Sitework

Question:

a. Due to the lack of capacity in the Union fire sprinkler market, we are requesting to have thespecification waived for the project’s CHRO goals, similar to other trade packages. i.e.elevator, roofing and curtainwall.

b. FP-200 detail #4 backflow preventer shows use of a reduced pressure zone (RPZ) backflowpreventer. The local water authority requires a double check valve assembly (DCVA) on firesprinkler systems not containing antifreeze. Please clarify the type of backflow preventerrequired that is approved by the local water authority.

c. FP-200 detail #8 appears to show the zones and distribution incorrectly. Please clarify.

d. FP-101c shows Zone #1 connection to Zone 2, 3 and 4. Please clarify.

e. Spec. Section 21 05 48 - Expansion Loops - please provide locations of any seismic expansionloops or expansion loops.

f. Is there a cost to the subcontractor for use of the CAD /Revit Files for MEP coordinationpurposes?

g. Is a temporary standpipe or temporary fire protection required during construction. Pleaseclarify.

h. What trade contractor is responsible for fire caulking and smoke sealing for the fire protectionpiping?

i. Does the fire protection contractor stub out 5’ past the building foundation with the new fireservice or does the site contractor bring in the new fire service to 12” AFF.

j. Does the fire protection contractor stub out 5’ past the building foundation(s) between BuildingA & C or does the site contractor bring in the new fire service to 12” AFF to both buildings?

k. Is a riser check valve with a removable front plate and flow switch allowed without a retardchamber and water gong?

l. What type of pipe is required for a 2” drain line? Please clarify black or galvanized?

m. Are access panels required for FCVA’s shown above acoustical tile ceilings? If yes, whichtrade is to provide them?

n. Are custom color plates required for concealed heads other than white? If yes, please providelocation in contract documents for quantity of a different color than standard white.

o. Does the existing portable classrooms have a fire sprinkler system? If yes, which trade removesthe piping and sprinkler heads?

p. Please provide an as-built drawing for the portable classroom fire protection system if it doesexist.

q. Please provide the original water flow test form from the Water Authority Groton Utilities asshown on FP-000, there seems to be a possible error on the results shown.

r. Are the review fees from the Poquonock Fire Department waived for this project?

s. Are “approved” UL/FM roof deck fasteners allowed to support mechanical piping.

Response:

a. The fire protection contractor shall comply with CHRO goals.

b. A double check valve assembly (DCVA).

c. See revised Fire Protection Riser Diagram issued with RFI #163. Zone 1 is Building A & Bsprinkler heads, Zone 2 is Building C - Level 1 sprinkler heads, Zone 3 is Building C - Level 2sprinkler heads and Zone 4 is Building C - Level 3 sprinkler heads.

d. Same response as (c) above.

e. Locations are indicated on floor plans.

Page 69: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School Addendum No. 5 Bidders' RFI Questions and Responses

Groton, Connecticut February 19, 2020 00 63 13-46

f. No.

g. Temporary fire protection to be provided as indicated in the bid documents.

h. Bid Package 2.07f - Firestopping.

i. As indicated in the Special Instructions, the sitework contractor brings the new fire service lineinto the building 12".

j. The fire protection contractor is responsible for all fire protection piping beyond the newservice brought into the building 12", including the underground piping between Buildings Aand C.

k. Yes.

l. Galvanized.

m. Yes, access panels per division 083113. Access panels to be furnished by the fire protectioncontra

n. No.

o. If portable classrooms are to be demolished, the piping will be removed by the buildingabatement & demolition contractor.

p. Not available.

q. See attached (DTC attachment).

r. No.

s.

164. CM RFI #164

Bid Packages 2.09a - Acoustical and 2.21 - Fire Protection

Question: FP-101b shows upright heads above fabric ceiling. A-111b shows concealed headsbelow the fabric ceiling. Are sprinklers required above and below?

Response: Only upright heads are required at vertical mounted sound baffles.

165. CM RFI #165

Bid Package 2.07r - Roofing

Question: BP 2.07r, Special Instruction #26 states to provide “Garlock Safety System at lower roofareas (listed elevation 15-9-3/4") at leading edge of roof starting at Cafeteria...” I reviewedelevations A-201 through A-204 and Build Sections A-300 and Wall Sections A-311 thru A-313,none of these drawings indicate an elevation of 15'-9-3/4". Where are we to carry the Guard RailSystem in our Bid?

Response: Refer to Roof Plan A-110.

166. CM RFI #166

Bid Package 2.06 - Architectural Cabinets and Woodwork

Question: Please clarify the following inconsistencies in finish requirements:

a. The finish schedule on IN-601 says PL-1 is for Classroom millwork and PL-2 is for the Admindesk. Details on A-551 include notes for PL-2 at some of the typical classroom cabinets (butnot at all of them). Are the classroom cabinets PL-1 or PL-2?

b. The specifications in paragraph 2.02.G of Section 06 41 16 says that semi-exposed surfacesother than drawer bodies are thermoset decorative panels (i.e. closed cabinets have melamineinteriors). The details on A-551 include notes for white melamine interiors with PLAM shelvesat the closed cabinets. Which is correct?

Response:

Page 70: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

STOR

Z FIR

E DE

PART

MEN

T CO

NNEC

TION

PROV

IDE

BACK

FLOW

PR

EVEN

TER

TEST

HEA

DER

PER

MYS

TIC

FIRE

DIST

RICT

I

""' (/)

0

w

Cl

r i

r-CH

ECK

VALV

E W

/ BAL

L DRI

P

. DG

"TES

T I

f- (/)

w

t

FLOW

SW

ITCH

-TY

P.

I

+'SP

K.

c� +'

.L

I

�!.�r

SPK.

I

tSP

K.

�f_J

,'SI;,

H· if

r: f'"' �

l z

g �

II

a.

N;i:.

w

z

g er:

� Cl

a.

i....

LOCA

L REQ

UIRE

MEN

TS\

'-.1-l-D

ICHl-'-

+-DICH

l-'-+-

--

--

+-1-+--

-+--+

--'-l--

--

2" DR.

-------1.......

FINIS

HED

GRAD

E

SPILL

TO

BUILD

ING

EXTE

RIOR

W

ITH

SPLA

SH B

ACK.

S--

--

8" F

IRE -

--

--

--

I. "RES

E""1CE

TO

WAT

ER "

"'"'

N ST

REET

. SEE

CIV

IL PL

ANS

FOR

CONT

INUA

TION

.

@F

IRE

PR

OT

EC

TIO

N R

ISE

R D

IAG

RA

M

SCAL

E: N

.T.S

.

ALAR

M CH

ECK

VALV

E

DETE

CTOR

CHE

CK V

AL VE

ASS

EMBL

Y

OS&Y

VAL

VE W

/TAM

PER

SWIT

CH -T

YP.

ROOF

) TO

ZON

E 4 -

BUILD

ING

C -

LEVE

L 3 S

PRIN

KLER

HEA

DS

) TO

ZON

E 3 -

BUILD

ING

C -

LEVE

L 2 S

PRIN

KLER

HEA

DS

) TO

ZON

E 2 -

BUILD

ING

C -

LEVE

L 1 S

PRIN

KLER

HEA

DS

) TO

ZON

E 1 -

BUILD

ING

A &

B SP

RINK

LER

HEAD

S

FIRS

T FL

OOR

CM RFI #163(q) RESPONSE

Addendum No. 5, February 19, 2020

Page 71: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Rev. Date:

Date: 2/11/2020

Project Name Cutler Middle School - Groton, CT

Project Number 17-256

Project Engineer J. Stenqvist

Hydrant Flow Test Data #1

Insert the Water Flowing during the Hydrant Test here:

822 GPM - Flow Condition

40 Residual Pressure in PSIG for the above Flow Condition

90 Static Pressure in PSIG for this test.

Insert your Estimated Building Flow Demand in GPM here:

400 GPM - New Flow Condition

Resulting Available Pressure Equivalent Head Capacity of the Pump at the new flow condition:

78 PSIG.

0

10

20

30

40

50

60

70

80

90

100

PS

IG

GPM

FLOW CHARACTERISTICS

CM RFI #163(q) RESPONSE

Addendum No. 5, February 19, 2020

Page 72: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School Addendum No. 5 Bidders' RFI Questions and Responses

Groton, Connecticut February 19, 2020 00 63 13-47

a. Refer to Finish Schedule for PL locations.

b. White melamine interior inside all closed cabinets. PLAM at all open cabinets (upper or lower)at sides, back and shelving.

167. CM RFI #167

Bid Packages 2.08 - Aluminum Entrances, Storefronts and Curtainwall and 2.10 - General

Trades

Question: Please provide a detail and named product for the edge of slab Fire-Resistive JointSystem to be supplied by the general trades package. The location is a floor edge tocurtainwall/glass and the floor to wall system listed in Specification 07 84 46 - 3.03C is actually afloor-to-floor system.

Response: At the joint between floors and the curtainwall, the gap will be infilled by the generaltrades contractor with mineral wool and penetration firestopping applied. Detail shall follow afterbid.

168. CM RFI #168

Bid Packages 2.05s - Structural Steel and 2.09d - Drywall

Question: Are the tube posts 4x4 in Section 2/S-210a furnished only?

Response: No. These items shall be furnished and installed by the structural steel contractor.

169. CM RFI #169

Bid Package 2.08 - Aluminum Entrances, Storefronts and Curtainwall

Question: For quality purposes, please provide location(s) for interior storefront frame ST1-4.This frame is not shown in the floor plans or interior elevations.

Response: It is to be located between Nurse’s Office 102A and 102.

170. CM RFI #170

Bid Package 2.10 - General Trades

Question: Projection Screen Spec. 11 52 13 3.03 calls for a screen in the café Dalite model CosmoElectrical #79014L 65"x116" but on drawing A122 a note references AV drawings for sizing.When you go to drawing T205, it calls for a Dalite professional Election #38701 which is160"x234". One is much larger and much heavier. Which one is needed?

Response: Drawing A122 is correct. Provide Dalite #38701 160"x234". Disregard specificationnotation of size and model number.

171. CM RFI #171

Bid Package 2.21 - Fire Protection

Question: Drawings FP-102 and FP-103 show (2) risers feeding each area. Please clarify if this isthe intent.

Response: See Addendum No. 1 and Addendum No. 3.

Page 73: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School Addendum No. 5 Bidders' RFI Questions and Responses

Groton, Connecticut February 19, 2020 00 63 13-48

172. CM RFI #172

Bid Package 2.26 - Electrical

Question: Drawing EP-110b calls for MAFA products utility pedestals. It appears this company isno longer in business. Please advise on a replacement manufacturer/part number.

Response: The specified product is available and can be ordered through Croft & Smith, Inc. 860-291-8766.

173. CM RFI #173

Bid Package 2.27d - Tele/Data/Communications

Question: Substitution Request for the following:

Clock Systems specified in 27 15 13, 2.2 Master Clock, Section 2.01, Page 3, requesting approvalof a product The Sapling Company as manufactured by Environmental Systems Corporation.

Response: Substitution requests are reviewed post-bid.

174. CM RFI #174

Bid Package 2.04 - Masonry

Question: Both schools show details on A-505, Cutler 6 & 7 and 2, 3, 7, 10 and 15 at West Side ofa sealant joint between the masonry veneer and the substrate. They show it at the jambs and sills.There is a sizeable amount on both schools. Whose scope would this fall under, or could we expectthis application to get removed?

Response:

175. CM RFI #175

All Bid Packages

Question: We plan on bidding HVAC for Cutler, HVAC for West Side and HVAC for bothschools combined. Does this mean we need three separate bid bonds? Do all three go into separateenvelopes?

Response: Yes - Three separate bid bonds and three separate envelopes will be required. Biddersmay submit just a combination bid for both schools, using the combination bid proposal form(Specification Section 00 42 10) (they need to list out the separate pricing for the individual bidpackages that the combination bid is based on). Bidders can submit at most three (3) combinationbids, as follows:

One (1) combination bid for two or more trade packages for Cutler ES.

One (1) combination bid for two or more trade packages for West Side ES.

One (1) combination bid, using Form of Proposal 00 42 10, for one or more trade packages forBOTH Cutler ES and West Side ES.

Contractors may also submit individual bids for individual trade packages for each individualschool project. There is no limit as to the number of individual bids.

Each bid shall be submitted separately, in individual envelopes, with individual bid bond andCTDAS Update Statement. In other words, each bid shall stand alone and independent of any othersubmitted bid.

Page 74: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School ALTERNATES New Groton Public School 01 23 00 - 1 PE Project No. 74450.00 Construction Documents – October 15, 2019 State Project No. 059-0188-N

SECTION 01 23 00

ALTERNATES

PART 1 - GENERAL

1.01 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and SupplementaryConditions and other Division 01 Specification Sections, apply to this Section.

1.02 SUMMARY

A. This Section includes administrative and procedural requirements for alternates.

1.03 DEFINITIONS

A. Alternate: An amount proposed by bidders and stated on the Bid Form for certain workdefined in the Bidding Requirements that may be added to or deducted from the BaseBid amount if Owner decides to accept a corresponding change either in the amount ofconstruction to be completed or in the products, materials, equipment, systems, orinstallation methods described in the Contract Documents.1. The cost or credit for each alternate is the net addition to or deduction from the

Contract Sum to incorporate alternate into the Work. No other adjustments aremade to the Contract Sum.

1.04 PROCEDURES

A. Coordination: Modify or adjust affected adjacent work as necessary to completelyintegrate work of the alternate into Project.1. Include as part of each alternate, miscellaneous devices, accessory objects, and

similar items incidental to or required for a complete installation whether or notindicated as part of alternate.

B. Notification: Immediately following award of the Contract, notify each party involved,in writing, of the status of each alternate. Indicate if alternates have been accepted,rejected, or deferred for later consideration. Include a complete description ofnegotiated modifications to alternates.

C. Execute accepted alternates under the same conditions as other work of the Contract.

D. Schedule: A Schedule of Alternates is included at the end of this Section. SpecificationSections referenced in schedule contain requirements for materials necessary to achievethe work described under each alternate.

Addendum No. 5, February 19, 2020

Page 75: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School ALTERNATES New Groton Public School 01 23 00 - 2 PE Project No. 74450.00 Construction Documents – October 15, 2019 State Project No. 059-0188-N

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION

3.01 SCHEDULE OF ALTERNATES

A. Alternate No. 1: 1. Reference: Specification Sections 02 11 00 – PCB Waste Removal. 2. Base Bid: The Base Bid includes the Work as shown in the Drawings and as

specified. 3. Alternate Bid: If Alternate Bid No. 1 is accepted, the work will include removal

and disposal of the terrazzo, ceramic tile and flagstone and associated setting bed material as PCB waste >1 ppm and <50 ppm.

B. Alternate No. 2: 1. Reference: Specification Sections 02 11 00 – PCB Waste Removal. 2. Base Bid: The Base Bid includes the Work as shown in the Drawings and as

specified. 3. Alternate Bid: If Alternate Bid No. 2 is accepted, the work will include removal

and disposal of the terrazzo, ceramic tile and flagstone and associated setting bed material as PCB waste >50 ppm.

C. Alternate No. 3: 1. Reference: Specification Sections 02 11 00 – PCB Waste Removal. 2. Base Bid: The Base Bid includes the Work as shown in the Drawings and as

specified. 3. Alternate Bid: If Alternate Bid No. 3 is accepted, the work will include disposal

of Waste Stream No. 4 as PCB waste >1 ppm and <50 ppm.

D. Alternate No. 4: 1. Reference: Specification Sections 02 11 00 – PCB Waste Removal. 2. Base Bid: The Base Bid includes the Work as shown in the Drawings and as

specified. 3. Alternate Bid: If Alternate Bid No. 4 is accepted, the work will include disposal

of Waste Stream No. 4 as PCB waste >50 ppm.

E. Alternate No. 5: 1. Reference: Specification Sections 02 11 00 – PCB Waste Removal. 2. Base Bid: The Base Bid includes the Work as shown in the Drawings and as

specified. 3. Alternate Bid: If Alternate Bid No. 5 is accepted, the work will include disposal

of Waste Stream No. 5 as PCB waste >1 ppm and <50 ppm.

F. Alternate No. 6: 1. Reference: Specification Sections 02 11 00 – PCB Waste Removal. 2. Base Bid: The Base Bid includes the Work as shown in the Drawings and as

specified. 3. Alternate Bid: If Alternate Bid No. 6 is accepted, the work will include disposal

of Waste Stream No. 5 as PCB waste >50 ppm.

G. Alternate No. 7: 1. Reference: Specification Sections 09 30 00 – Tiling.

Addendum No. 5, February 19, 2020

Page 76: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School ALTERNATES New Groton Public School 01 23 00 - 3 PE Project No. 74450.00 Construction Documents – October 15, 2019 State Project No. 059-0188-N

2. Base Bid: The Base Bid includes tinted water based epoxy wall paint, such as Waterborne Acrylic Epoxy 450-91 by Benjamin Moore or approved equivalent, applied as recommended by manufacturer, in lieu of the ceramic wall tile in bathrooms and cafeteria shown on the Drawings and as specified.

3. Alternate Bid: If Alternate Bid No. 8 is accepted, the work will include providing ceramic wall tile in cafeteria, in lieu of epoxy paint. Ceramic tile installation shall be a mixed gradient composed of 25% of each of the scheduled ceramic tile for this area, 4”x12” tiles, as directed by architect.

H. Alternate No. 8: 1. Reference: Specification Sections 09 68 00 – Resilient Flooring. 2. Base Bid: The Base Bid includes the Work as shown in the Drawings and as

specified. 3. Alternate Bid: If Alternate Bid No. 7 is accepted, the work will include providing

LVT in lieu of VCT as noted in finish legend.

I. Alternate No. 9: 1. Base Bid: The Base Bid includes demolition of temporary portable classrooms. 2. Alternate Bid: If Alternate Bid No. 9 is accepted, provide relocation of temporary

portable classrooms, as directed by owner.

J. Alternate No. 10: 1. Base Bid: The Base Bide includes a 25 year warrantee for the 75 mill EPDM

roof 2. Alternate Bid: If Alternate Bid No. 10 is accepted, provide a 30 year warrantee

for the 75 mill EPDM roof.

K. Alternate 11A: 1. Reference: Specification Sections 23 09 23 DIRECT DIGITAL CONTROL (DDC)

SYSTEM FOR HVAC 2. Base Bid: Provide HVAC Temp Controls Manufacturer as listed. 3. Alternate: Provide HVAC Temp Controls Manufacturer: Schneider Electric

USA, Inc. StruxureWare

L. Alternate 11B: 1. Reference: Specification Sections 23 09 23 DIRECT DIGITAL CONTROL (DDC)

SYSTEM FOR HVAC 2. Base Bid: Provide HVAC Temp Controls Manufacturer as listed. 3. Alternate: Provide HVAC Temp Controls Manufacturer: Siemens Building

Technologies. Inc. Apogee / Desigo

END OF SECTION 01 23 00

Addendum No. 5, February 19, 2020

Page 77: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary SchoolSKETCH TU-1, TEMPORARY UTILITIES SKETCH

Cutler Elementary School New Groton Public School State Project No. 059-0188-N

Addendum No. 5, February 19, 2020

CONSTRUCTION CONTROLS AND TEMPORARY FACILITIES 01 50 00-11

Page 78: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School ARTS AND CRAFTS EQUIPMENT New Groton Public Schools 11 95 00-1 PE Project No. 74450.00 Construction Documents - October 15, 2019 State Project No. 059-0188-N

SECTION 11 95 00

ARTS AND CRAFTS EQUIPMENT

PART 1 - GENERAL

1.01 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and SupplementaryConditions and Division 01 Specification Sections, apply to this Section.

1.02 SUMMARY

A. This Section includes:1. Package kilns.2. Receiving and storing Owner-supplied equipment.3. Unpacking of Owner-supplied equipment.4. Installation of Owner-supplied arts and crafts equipment.

B. Related Work: The following items of related work are specified in other Sections ofthe Specifications:1. Division 06 and Division 09 Sections for structural backing for equipment.2. Division 11 Sections and other sections in other divisions for equipment to be

provided as part of this contract.3. Division 22 Sections for plumbing connections.4. Division 26 Sections for electrical power, wire and connections.

1.03 SUBMITTALS

A. Certificates:1. Installer has technical qualifications, experience, trained personnel, and facilities

to install equipment specified.

1.04 QUALITY ASSURANCE:

A. Installer Qualifications: Engage an experienced installer who is an authorizedrepresentative of equipment manufacturer for both installation and maintenance of thetype of units required for this Project.

1.05 PROJECT CONDITIONS

A. Field Measurements: Verify field measurements before preparation of Shop Drawingsand before fabrication to ensure proper fitting. Coordinate fabrication schedule withconstruction progress to avoid delaying the Work.

PART 2 - PRODUCTS

2.01 OWNER SUPPLIED PRODUCTS

A. Materials, fixtures and arts and crafts equipment will be furnished by the Owner.

Addendum No. 5, February 19, 2020

Page 79: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School ARTS AND CRAFTS EQUIPMENT New Groton Public Schools 11 95 00-2 PE Project No. 74450.00 Construction Documents - October 15, 2019 State Project No. 059-0188-N

B. Owner will furnish constituent parts which are required for a complete workingassembly.

2.02 KILNS

A. Manufacturer's Skutt, Inc., KilnMaster Model No. KM-1227-3; 9.9-cubic feet, 10-sidedpackaged electric kilns with components, options, and accessories needed to complywith requirements and provide complete functional kilns. Provide with 3-phase, 208-Velectrical supply.

B. Accessories:1. Angled Touchpad Mount: Skutt "Easyview" Angled Touchpad; permits easy

viewing and programming of kiln controls.2. Furniture Kits: Kit includes shelves and one (1) or more posts. Kits are designed

to fire to Cone 10 temperatures.3. Digital Pyrometer: Provided with a Type K thermocouple, thermocouple

mounting block, five (5) ft of thermocouple wire, and a pyrometer flange formounting thermocouple to kiln. Include a case that can be mounted to the wall.Remembers minimum and maximum temperatures recorded in a firing. Rated toCone 10 with a plus or minus 0.4 percent of reading accuracy.

2.03 DOWNDRAFT VENTILATION SYSTEM

A. Downdraft Ventilation System: Skutt "EnviroVent 2" negative pressure downdraftventilation system; capable of removing hazardous fumes only, not heat; UL Listed.System to consist of the following components:

1. Electrical Switching Device: Skutt "EnviroLink" electrical switching deviceutilizing a programmable power output in the controller to turn the downdraftventilation system on and off.

2.04 WARRANTY

A. Special Warranties: Manufacturer's standard form in which manufacturer of each kilnspecified agrees to repair or replace kilns that fail in materials or workmanship withinspecified warranty period. Warranty includes labor for repair or replacement.

1. Kiln: Two-year limited warranty.

PART 3 - EXECUTION

3.01 RECEIVING AND STORING

A. Coordinate delivery times for equipment with the Owner.

B. Receive Owner-supplied equipment upon delivery from factory. Provide suitablestorage for each piece of equipment within the limits of the construction area.

3.02 PREPARATION

A. Downdraft Ventilation System:

Addendum No. 5, February 19, 2020

Page 80: THE BID DUE DATE FOR THE FOLLOWING BID PACKAGES HAS … · The general trades and roofing contractors shall expedite equipment submittals and participate in the coordination efforts

Cutler Elementary School ARTS AND CRAFTS EQUIPMENT New Groton Public Schools 11 95 00-3 PE Project No. 74450.00 Construction Documents - October 15, 2019 State Project No. 059-0188-N

1. Ensure that kiln stand is a minimum of eight (8) inches high. If stand is lowerthan eight (8) inches high, either shim legs to increase distance from floor toeight (8) inches or replace stand with one (1) that is eight (8) inches high.

2. If kiln does not have factory drilled holes, provide number, size of holes asrecommended by the manufacturer for the specific kiln model. Locate holes inaccordance with manufacturer’s recommendations.

3.03 INSTALLATION

A. Equipment and materials shall be suitable for installation in available space, arrangedfor safe and convenient operation and maintenance.

B. Install equipment only after finishes surrounding the equipment have been completed,unless otherwise recommended by equipment manufacturer.

3.04 INSPECTION

A. Before shipment from each manufacturer’s plant, and following installation at ProjectSite, finished articles shall be thoroughly inspected and tested by each equipmentmanufacturer for compliance with equipment specifications and installationrequirements.

3.05 CLEANING AND PROTECTION

A. Clean equipment in accordance with each manufacturer’s requirements andrecommendations. Remove packing materials from site and dispose in a legal manner.Protect equipment from damage during the course of construction.

B. Touch up finishes on surrounding surfaces.

END OF SECTION 11 95 00

Addendum No. 5, February 19, 2020