the bid due date for bid package 2.05s – structural … · 2020. 3. 3. · cutler elementary...

67
Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY SCHOOL PHASE 2 GROTON, CONNECTICUT STATE PROJECT NO. 059-0188-N ADDENDUM NO. 8 February 28, 2020 THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL STEEL REMAINS WEDNESDAY, MARCH 11, 2020 @ 2:00 P.M. THE BID DUE DATE FOR ALL OTHER REMAINING BID PACKAGES REMAINS THURSDAY, MARCH 5, 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 63 13 - Bidders' Prebid Requests for Information (Prebid RFI's) a. Attached to this Addendum No. 8 are CM Prebid RFI Nos. 1 through 242 Due to time constraints, some of these questions remain unanswered. All information contained in the responses provided is to be used by all contractors in the preparation of their bids and will form part of their scope of work. II. REVISIONS TO TECHNICAL SPECIFICATIONS None. III. REVISIONS TO DRAWINGS None. IV. ATTACHMENTS TO ADDENDUM Specifications Pages Specification Section 00 63 13 – Bidders' Prebid Requests for Information (Prebid RFI's) 66 END OF ADDENDUM NO. 8

Upload: others

Post on 20-Jan-2021

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8

Groton, Connecticut February 28, 2020 Page 1

CUTLER ELEMENTARY SCHOOL

PHASE 2

GROTON, CONNECTICUT

STATE PROJECT NO. 059-0188-N

ADDENDUM NO. 8

February 28, 2020

THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL STEEL

REMAINS WEDNESDAY, MARCH 11, 2020 @ 2:00 P.M.

THE BID DUE DATE FOR ALL OTHER REMAINING BID PACKAGES

REMAINS THURSDAY, MARCH 5, 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 63 13 - Bidders' Prebid Requests for Information (Prebid RFI's) a. Attached to this Addendum No. 8 are CM Prebid RFI Nos. 1 through 242 Due to time

constraints, some of these questions remain unanswered. All information contained in the responses provided is to be used by all contractors in the preparation of their bids and will form part of their scope of work.

II. REVISIONS TO TECHNICAL SPECIFICATIONS None. III. REVISIONS TO DRAWINGS

None.

IV. ATTACHMENTS TO ADDENDUM

Specifications Pages Specification Section 00 63 13 – Bidders' Prebid Requests for Information (Prebid RFI's) 66

END OF ADDENDUM NO. 8

Page 2: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 2020 00 63 13-2

Cutler Elementary School

Groton, Connecticut

State Project No. 059-0188-N

Bidders' Prebid RFI Questions and Responses

1. CM RFI #1

Bid Package 2.08 - Aluminum Entrances, Storefronts and Curtainwall

Question:

a. BP 2.08 lists the inclusion of Spec. Section 07 42 43 - Composite Metal Wall Panels. This section is not included in the project documents. However, there is a Section 07 42 13 - FormedMetal Wall Panels. Is this the section we are to include?

b. There are a number of inconsistencies regarding the aluminum entrances.

1. Section 08 41 13-2.05A1 notes the doors to be 1-3/4" thick, while section 08 41 13-2.05A2lists the Basis of Design as EFCO’s Thermastile Series D302 Medium Stile. The EFCOD302 is a 2" thick door, and i’s Kawneer equivalent is 2-1/4" thick. Are we to provide astandard 1-3/4" door, or 2-2-1/4" thermal door?

2. In consideration of the above question, please advise on the usage for interior aluminumentrances, where 1-3/4" thick standard doors are appropriate with mono-lithic glazing.

3. The specifications noted above call for a Medium Stile door, which has top and verticalrails that are 3-1/2" wide. Door Types D5 and D6 on the Door Schedule (A-601) note a stilewidth of 6". This is not available option, as wide stile doors have a stile width of 5" Are weto provide a 3-1/2" wide, medium stile door as specified, or a 5" wide stile door as appearsto be the intent of the depiction on the door schedule?

c. Curtain Wall types 7 and 15 note “2x2 horizontal aluminum battens.” There are no detailsreflecting the anchorage of these to the curtain wall system. Could further details please beprovided?

d. Many of the Curtain Wall and Storefront frames call for “Extended Profile.” There is nodetailing depicting the depth, profile, or anchoring method of this to the systems. Please provideadditional detailing.

Response:

a. Please see Addendum No. 1 for clarification.

b1. Provide 1 3/4" for interior doors per 2.05/A/1 and provide manufacturer's standard thickness forthermally broken doors for exterior doors 2.05/A/2.

b2. All interior aluminum entrances shall be non thermal aluminum framed entrances except theinterior doors at the main secure entry shall be ballistic resistant glass and frame as per thedrawings.

b3. Please provide wide stile doors.

c. Battens are 2"x2" and are attached to the vertical mullions. See detail 4/322.

d. Please see detail added in Addendum No. 1.

2. CM RFI #2

Bid Package 2.22 - Plumbing and 2.23 - HVAC

Question: Regarding Bid Packages 2.22 - Plumbing and 2.23 - HVAC, both bid packageinstructions refer to Specification Section 01 21 00 - Allowances, however this section is not in thebid specifications. Will this be issued in an Addendum?

Response: Section 01 21 00 - Allowances is revised and attached to Addendum No. 1.

Page 3: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 2020 00 63 13-3

3. CMI RFI #3

Bid Packages 2.26 - Electrical, 2.27d - Tele/Data/Communications, 2.27s - Security and 2.28 -

Fire Alarm

Question: BP 2.28 Special Instruction #39 states the electrical contractor shall provide all in-walland under-slab raceways for division 27 and 28 systems. There is always a lot of missed rough-inwhen the scope of work is split up this way. It’s hard for the electrical contractor to successfully bida system they are not providing. There are multiple interfaces with BMS, AV, PA, Sound systems,elevators, security systems, access control, lighting and kitchen equipment. It adds the burden oftedious coordination with masonry walls, sleeves, fire stopping, conduit size requirements andtimely installations. From past experience, when the systems are bid as a complete turnkey systemwith rough-in and cabling provided by one contractor, the installation, testing and turnover is muchsmoother.

Response: Bid Packages 2.26, 2.27d, 2.27s and 2.28 to follow special instructions as written.

4. CM RFI #4

Bid Packages 2.26 - Electrical, 2.27d - Tele/Data/Communications and 2.28 - Fire Alarm

Question: Bid Package 2.28 - Fire Alarm

a. FA riser drawing E-401 shows 2 transponder panels located on floors 1 and 2. These are notshown on the floor plans. Please advise the locations of the 2 transponder panels.

b. FA riser drawing E-401 shows a remote annunciator panel. This is not shown on the floor plans.Please advise of locations.

c. FA riser drawing E-401 shows a graphic map for the fire alarm system. There is no spec for thisand no location on the floor plans. Please advise.

d. Which BP is responsible for the bathroom call-for-aid and the AOR system?

Response:

a. See bid addendum drawing E-401. Location of transponder panel shown in room EL-120 in bidaddendum drawings.

b. Remote command center to be located on wall outside of secure vestibule C101a. Fire alarmcontrol panel to be relocated to electrical room EL101.

c. Graphics map shall be a framed 2'x3' plan located next to remote command center (locationdescribed above).

d. BP 2.26 will be responsible for call-for-aid and OAR system. BP 2.27d is responsible forproviding a telephone connection to the AOR system.

5. CM RFI #5

Bid Packages 2.26 - Electrical and 2.28 - Fire Alarm

Question: Drawing E-401 shows fire smoke dampers and magnetic door holders to be 120v.Circuits and power requirements not shown on the electrical drawings. Which BP is responsible forfurnishing, and terminating the 120v power?

Response: BP 2.26 is responsible to provide power to a junction box within 5 feet of the equipment.BP 2.28 to connect from this point. Fire and smoke dampers shall be connected to circuit 10, SB-L5in lieu of circuit 13, LS-L5 shown on sheet FA-101c. Magnetic door holders shall be connected tolocal 120VAC corridor power as shown in fire alarm riser diagram on sheet E-401.

Page 4: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 2020 00 63 13-4

6. CM RFI #6

Bid Packages 2.05m - Miscellaneous Metals and 2.10 - General Trades

Question:

a. Special Instruction #34 mentions cutting the stanchions 1" below the floor. Is the general tradescontractor going to chip out a hole at least 1" deep and large enough to get a tool to make thecut? Will the flooring contractor be responsible to patch these holes?

b. Special Instruction #35 indicates general trades is to maintain, revise layout and remove theGarlock System. Please advise on the following:

(a) how many layout revisions are anticipated;

(b) How long are the sections and how many will there be?

c. Special Instruction #45 indicates to build a 8'x90' deck to connect two trailers. Only one trailerappears on the Site Logistics Plan. Please confirm if the dimensions of this deck are correct.

d. Specification 05 50 00 has two page 5 and two page 6. One set of these pages has 2.09 MetalLadders Highlighted. Which set of pages are correct?

Response:

a. The BP 2.10 General Trades contractor is to chip the concrete slab as necessary to removestanchions. The BP 2.10 General Trades contractor is to patch slab as noted in SpecialInstruction #34.

b. The amount of layout revisions is unknown. The sections shall be per the manufacturer andmust comply with OSHA standards. Quantities can be determined from drawings.

c. Program Manager’s trailer was added after the Logistics Plan was issued. The ProgramManager’s trailer will be located end to end in a single line with the Construction Manager’strailer. The deck will be located along both trailers with a set of stairs provided at each end ofthe deck.

d. Correct page 5/6 attached to this response.

7. CM RFI #7

Bid Package 2.10 - General Trades

Question: Special Instruction #9 indicates a temporary stair tower as identified in Section 01 50 00.However, this specification does not address stair towers. Is the general trades contractor to providea stair tower? If so, please advise on the following:

a. Duration that stair tower will be required. The schedule seems to only indicate when the stairtower itself will be built, not when the stairs will be installed;

b. What style of stair tower? One type is built with masonry scaffold frames with treads of onlyabout 16" wide, and the other does not use masonry scaffold frames but provides about 36"wide treads.

Response:

a. Bid Package 2.10 is responsible for stair towers. The stair tower is to remain until either Stair 1or Stair 2 is complete to a point where it is safe to use.

b. Type of stair tower selected is considered to be means and methods. Selected stair tower mustbe compatible with field conditions and must meet all noted OSHA/ANSI requirements.

Page 5: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 2020 00 63 13-5

8. CM RFI #8

Bid Package 2.10 - General Trades

Question:

a. Regarding Specification Section 01 35 13, please confirm general trades contractor isresponsible for the following:

1. Paragraph 8.d regarding fire extinguishers and stands.

2. Paragraph 8.e regarding temporary exit signage.

b. Regarding Specification Section 01 50 00, please confirm general trades contractor isresponsible for the following:

1. Paragraph 13.a Project Sign. If this is by general trades, is it going to be post-mounted orfence mounted?

c. Specification Section 01 74 13 3.b indicates general trades is to clean floors, but it is not limitedto just the floors. Please confirm the following as the final cleaning tasks for general trades:

1. Broom sweep exposed concrete floors, vacuum carpet and scrub ceramic floors.

2. Sweep resinous epoxy floors and dust mop wood floors.

3. Resilient floors would be broom swept by general trades upon floor protection removal forfinal waxing/coatings by flooring contractor.

4. Cleaning of interior glazing, casework and counters, display boards, and toilet partitions andmirrors.

5. Site cleaning, int./ext of exterior windows/curtain walls, and equipment withinmechanical/electrical rooms are all by others based on 01 74 13 3.a and c-h.

Response:

a. The BP 2.10 General Trades Contractor is responsible for noted items.

b. The BP 2.10 General Trades Contractor is responsible for the project sign. Sign to be post-mounted as noted in paragraph 13 on page 01 50 00-5.

c. Confirmed.

9. CM RFI #9

Bid Packages 2.02 - Building Abatement and Demolition and 2.10 - General Trades

Question: Please provide the name of the company which supplied the portable classrooms andtheir contact information, along with any other available information regarding the portables.

Response:

M Space

629 Parkway Dr., Suite A

Park City, Utah 84098

(877) 677-2231

10. CM RFI #10

Bid Package 2.31 - Sitework

Question: Is the site contractor responsible to furnish and install the playground equipment andsurfacing? The bid package lists those spec sections but drawing note 7 on L-403 says they are bothN.I.C.

Response: Yes. The site contractor is to provide the surfacing and foundations for playgroundequipment, as well as the playground equipment.

Page 6: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 2020 00 63 13-6

11. CM RFI #11

Bid Package 2.09a - Acoustical

Question:

a. Drawing A-111a calls for detail 12 on A-121 showing 6" Axiom trim. Detail 1 on A-122 shows4" Axiom. Which is correct? Is 4" Axiom required anywhere else?

b. Finish Schedule IN-601 calls for AP-2 and AP-3 in the Café. Drawing A-213 detail 2 shows AP-1 on the east wall. Please clarify what walls receive what types in the Café.

c. IN-601 calls for AP-4 in the Choral Room. There is no elevation for this. Please confirm them.

Response:

a. Provide 4” typical where ACT ceiling do not meet walls. Provide 6” at the cafeteria and themedia center only. Detail 1/A122 should be changed to 6” since it is in the cafeteria.

b. AP-2 should be the typical acoustic panel in the cafeteria. AP-3 is the acoustic panel above thetile accent wall only in the cafeteria.

c. Provide 800 SF of AP-4. Configuration of these panels will be as directed by the architect.

12. CM RFI #12

Bid Package 2.08 - Aluminum Entrances, Storefronts and Curtainwall

Question:

a. Which BP owns furnish and installation of Section 07 42 13.13 - Formed Metal Wall Panels.

b. Which bid package owns furnish and installation of Section 07 42 33 - Solid Phenolic ExteriorWall Panels?

Response: Both sections deleted. See Addendum No. 1.

13. CM RFI #13

Bid Packages 2.22 - Plumbing, 2.23 - HVAC and 2.31 - Sitework

Question: Who is responsible for backfill, bedding material, compaction and excavation forplumbing and HVAC?

Response: The sitework contractor is responsible for backfill, bedding material, compaction andexcavation for MEP’s. Each MEP trade is responsible for ensuring proper pitch and layout,including during the backfill process.

14. CM RFI #14

Bid Packages 2.02 - Building Abatement and Demolition, 2.10 - General Trades and 2.26 -

Electrical

Question: The general trades contractor owns disassembly and removal of the existing portableclassrooms. Is the electrical contractor responsible for disconnecting the electrical service?

Response: No, the building abatement and demolition contractor is responsible for all utilitydisconnects for this building.

Page 7: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 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 8: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 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 9: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 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 10: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 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 11: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 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 12: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 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 13: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 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 14: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 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 15: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 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 16: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 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 17: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 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 18: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 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 the GymCorridor (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 19: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 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 20: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 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 21: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 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 22: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 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 23: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 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 also

available 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 are

not 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 24: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 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 25: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 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 26: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 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 27: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 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 28: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 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 No. 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 29: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 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 30: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 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 31: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 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.

Response: Contractor is responsible for all proposed water services shown on thedrawings. Contractor to coordinate with Groton Utilities.

Page 32: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 2020 00 63 13-32

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 33: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 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 34: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 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 what

size 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 is

not required.c. Item #28 asks us to provide environmental controls as an allowance. Please confirm what will

be required from the millwork installer.

Response:a. Full crew size shall be based on the contractor’s average projected crew size that will be needed

to meet the project schedule, considering that lean construction principles will be utilized forthis project.

b. Caulk is not required at the floors. c. Item #28 does not require an allowance, it requires the architectural millwork contractor to

provide any specific environmental controls in addition to what has been identified in Item #28.

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). The

overall 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 of

Fishtown 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-202

because 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 sheetsfor the play equipment and installation instructions that were missing from the original bid

Page 35: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 2020 00 63 13-35

specifications. b. All work associated with the playground equipment shall be the responsibility of the site

contractor.

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.

126. CM RFI #126

Bid Package 2.31 - Sitework

Question: Please clarify what the sitework scope of work is for the athletic fields. On detail

Page 36: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 2020 00 63 13-36

5/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.

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?

Page 37: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 2020 00 63 13-37

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.

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 to

Page 38: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 2020 00 63 13-38

support 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 the elevatorpit (6/S201) and cannot find anything on architectural plans other than as shown on A-421.Please advise if this is the only area to receive waterproofing.

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.

Page 39: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 2020 00 63 13-39

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 and IDF’sand 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 still severalunidentified. Window elevations on A-611, A-612 & A-613 have also been reissued, but they stilldo not include callouts to identify sills. Based on the information available in the wall sections, wehave made the following assumption. Please confirm or correct. ASSUMPTION: All exteriorstorefronts (ST1a – ST3R) have solid surface sills either 5” or 6” deep. No solid surface sills arerequired at any of the curtainwalls (CW1a – CW15b) or at any of the interior storefronts (STI1 –STI9b).

Response: All interior sills at storefront are to be solid surface ½" thick with a 3/4" overhang witha full bullnose edge. All curtainwall systems do not have a solid surface sill.

Page 40: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 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 Structural drawings.

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 references arethroughout, including mechanical documents. Please clarify.

Response: All fire alarm work, excluding concealed raceways, shall be provided by Bid Package2.28 - Fire Alarm.

149. CM RFI #149

Page 41: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 2020 00 63 13-41

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 chosen byarchitect”. Please provide manufacturer, model #, type. Also there is no spec section for signage.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 at eachexterior entry point into the building. Are these mats to be the disposable sticky mats or rubber-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 42: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 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 based onthe 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 the designfor 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 a singleopening. Please advise the correct hardware set number.

Page 43: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 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? Dothey 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. The tappingsleeve and valve will be added to the existing water main. Per request by Groton Utilities, 30 feetof the existing main only needs to be verified on th south side of the proposed connection. For thethrust block location, see Detail 3 on Drawing C-204. Shutdown is required based on commentsreceived by Groton Utilities for installation of new gate valve in the existing water main. Duringconstruction, 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 looks likethe track is attached to that plate. Please confirm what we are attaching our threaded rods 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 required attachments.

Page 44: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 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 and melamineto 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 is

particle 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-111Aa. 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 Addendum

No. 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 two differentgrommets. Paragraph 2.08.I is for a standard 3-1/2" grommet. Paragraph 2.08J is for a veryexpensive 4" grommet with power outlet and USB ports. Desk detail A-552/5 includes a note 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?

Response:a. All grommets are to be 3-1/2" diameter. b. 4" diameter grommets not used.

Page 45: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 2020 00 63 13-45

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.

f. No. g. Temporary fire protection to be provided as indicated in the bid documents. h. Bid Package 2.07f - Firestopping.

Page 46: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 2020 00 63 13-46

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 protectioncontractor.

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. Yes.

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:

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.

Page 47: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 2020 00 63 13-47

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 48: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 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 49: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 2020 00 63 13-49

176. CM RFI #176

All Bid Packages

Question: Item #40 in the General Trades scope of work spells out who is responsible for theaccess doors (ie drywall contractor to furnish and install in drywall or furnish to mason if inmasonry walls. MEP trades own any required for their work.) The general trades contractor isassigned the access doors spec section but it appears that there is no situation where they would beresponsible for providing or installing them. Please confirm.

Response:

177. CM RFI #177

Bid Packages 2.11 - Food Service Equipment, 2.21 - Fire Protection, 2.23 - HVAC and 2.26 -

Electrical

Question: Re: Foodservice Equipment 11 40 00-13

Can you please clarify the responsibility of the installation of the hood and what is expected.

Fire suppression will be part of proposal.

Item No. AK-9 – Exhaust Hood: Exhaust Hood: Provide “Model No. EL-ND-XGSDCA-300-60”

(Gaylord) of size and shape shown and as detailed with (5) five prewired LED puck lights andswitch, and factory pre-piped fire protection. Unit is

complete with fan on/off switch and stainless steel baffle cartridge-type filters with

extractor removal tool. Also included is a DCA system which includes installed

thermal sensors & controller. Refer to Gaylord drawing for design and engineering

criteria. Conceal all conduits, piping and wiring between hood and Fire Control

System. Hood conforms to all NFPA No. 96, is UL listed and NSF approved.

Fabricate unit of 18 gage stainless steel type 304, minimum.

1. Provide light bulbs as required.

2. Provide matching stainless steel trim in equal panels to hood canopy to ceiling as required.

3. Provide factory pre-piping of fire protection system by exhaust ventilator manufacturerincludes: detection lines, detectors, chrome drops and quick seals for Item AK-9A.

4. Clearly label all switches.

5. Provide hanger rods as required.

Item No. AK-9A – Fire Protection System: Provide “Model No. R-102” (Ansul) wet chemicalsurface fire protection system. System is to work in conjunction with the prepiping of ItemAK-.

9. The system is complete with automan, tank, cartridge, ansulex, one (1) remote pull stations,microswitch, reset relay and wire rope.

1. Provide final installation, hook-up and certification of system at the job site.

2. Provide (1) set of auxiliary contacts for fans and alarm system as required.

3. Provide matching mechanical gas valve.

4. NOTE: It is this contractor's responsibility to coordinate with the manufacturer and the localfire authority for the approval of this or an alternate scheme as determined by them. The pullstation must be clearly labeled

Response:

Page 50: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 2020 00 63 13-50

178. CM RFI #178

Bid Package 2.09a - Acoustical

Question: The Lyra tiles specified for ACT-1 and ACT-3 are proprietary products. No othermanufacturer has an equal. Please provide an equivalent product for USG and CertainTeed thatwould be acceptable for ACT-1 and ACT-3.

Response: ACT-1 and ACT-3 shall be Armstrong Ultima 1940 (24x24, .80 NRC, 35 CAC, squarelay-in edge) as the basis of design.

179. CM RFI #179

Bid Packages 2.04 - Masonry, 2.05m - Miscellaneous Metals, 2.05s - Structural Steel, 2.07r -Roofing and 2.08 - Aluminum Entrances, Storefronts and Curtainwall

Question:

a. Please clarify requirements for ALL windows @ Nurse Wing, STR1Ra & ST1b.

Details 3 & 6/A-201 Indicated Sheet Metal Sills,

Section 7/A-312 & Detail 10/A-505 Show Cast Stone Sill.

b. Please clarify if ALL walls within the Gym including column enclosures are to be Ground FaceCMU.

Interior elevations on A-212 are not all tagged “Ground Face CMU”.

Finish plan IN-101b indicates all main partitions within the Gym are to be Ground Face CMU.

c. Please confirm that the Corridor / Gym wall along column line G.8 is to be a Double-sided Ground Face CMU partition to the hgt. of the lower roof deck on corridor side.

d. Please clarify the extent of Ground Face CMU in the Cafeteria.

Are ALL walls within the cafeteria to be Ground Face CMU?

Including the South elevation 3/A-213 above the tile, with standard CMU back-up?

e. Please confirm that the Corridor / Cafeteria wall along column line G.8 is to be a Double-sided Ground Face CMU partition to the hgt. of the lower roof deck on corridor side.

f. Please clarify who is responsible for furnish and installation of building support angles andcontinuous bent plates.

Scope item No.27, reads structural steel furnish shelf angles and masonry install.

Scope item No.38, reads structural steel furnish and install ALL.

g. Please clarify if BP No. 2.04 Masonry is responsible to furnish and install of wall bracing, ref1/S-301.

h. Please clarify scope item No.47, where this may be required.

No.47 = It shall be the responsibility of the masonry contractor to furnish and install hookanchor bolts where wood blocking is shown to attach to the tops of CMU parapet walls.

Drawings A-321 – A-323 Typical Roof details as well as Top of Wall details were reviewedand no similar details appear present.

i. Please clarify if BP No. 2.04 is responsible for ALL Damproofing and Air Vapor Barrierrequirements on the complete project or just at Masonry cavity walls as for the insulationrequirements?

Response:

a. Disregard notes for sheet metal sills. All sills to be cast stone.

b. Finish plan is correct.

c. Yes along Column Line H.

d. Yes, except for the south wall to be standard CMU.

e. Yes.

f.

g.

h.

i.

Page 51: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 2020 00 63 13-51

180. CM RFI #180

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

Question: The door schedule on Drawing A-601 shows 12 D5 single door types. Door in questionis 101b. This door is listed as a D5 type door, wood for material in a HM1 frame. Please reviewand advise on door type, material and frame.

Response: Yes the door is a wood framed full glass door in a hollow metal frame.

181. CM RFI #181

Bid Package 2.08 - Aluminum Entrances, Storefronts and Curtainwall

Question: Drawing A-601 shows 12 pair of door type D6. Elevations do not match this. Door inquestion is ST-101b. This D6 door does not show a frame. Please review and provide door framefor pair of doors type D6 for ST-101b. Door frames only show HM1, HM2 and HM7 for singledoors.

Response: This door is part of a curtain wall system. CW 14.

182. CM RFI #182

Bid Package 2.06 - Architectural Cabinets and Woodwork

Question: I’m seeing Millwork schedule under various sections of building interiors in theschedule but nothing specific to casework. Is the intention to have casework installed along withthe millwork as each building section is ready?

Response:

183. CM RFI #183

Bid Packages 2.08 - Aluminum Entrances, Storefronts and Curtainwall

Question: Re: Spec. Section 08 41 13 - Please provide details showing the aluminum mullion withextended profile.

Response: The mullion extensions are to be 11" deep from the face of the window frame andmatch the width of the window frame. They may be made up of multiple extension units. See detail8/A-508 for reference.

184. CM RFI #184

All Bid Packages

Question: Bid Bonds. There is basically 3 bids here, one for Cutler School, one for West Side andthe combination bid. Do you require a separate bond for the combination bid?

Response:

185. CM RFI #184

Bid Packages 2.10 - General Trades and 2.11 - Food Service Equipment

Question: The specs for this project note Faculty Lockers - Section 2.02-E, but I do not see themon the Floor Plans or Elevations. Are there any? I do see 2 lockers on Drawings A-101A and FS-100 in the Kitchen Area but there are no specs or elevations for these lockers. Can you provide anyinformation for them?

Response: The two double tier lockers shown in the kitchen area are faculty lockers.

Page 52: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 2020 00 63 13-52

186. CM RFI #186

Bid Package 2.08 - Aluminum Entrances, Storefronts and Curtainwall

Question: Curtainwall and Storefront BOD, EFCO cannot use thermal doors and meet impactrequirements. Please review and advise on which style door to use. Also, the spec. calls for amedium stile door but the door schedule shows a 6" stile door which would be EFCO’s D618.Please review and advise.

Response: The doors shall have a wide stile.

187. CM RFI #187

Bid Packages 2.03 - Concrete, 2.04 - Masonry and 2.05s - Structural Steel

Question: Drawings and Spec are not clear regarding AVB over Behind masonry or metal panel.Drawings call out as everything Fluid Applied AVB regardless of the substrate (See A501).

a. Please clarify where we are to use 07 27 13 Permeable or Non-Permeable Peal & Stick Sheet oris this for the accessories (ie wrapping windows, cover steel columns, etc.)?

b. Where are we using spec section 07 27 27 Liquid AVB?

c. Is this job ABAA testing by the installer or by the owners independent testing EnvelopeConsultant?

Top of walls (See Items 2 & 3/A003).

d. What is the gauge of the steel?

e. Can a H&B 422 TOW anchor be used in lieu of?

f. Mechanically fasten to deck/steel plate above in lieu of Welding?

Response: The basis of design is for a liquid AVB over the exterior sheathing with the non-permeable peel and stick used at corners, edges, transitions to different materials, windowwrappings, etc. Consult the commissioning specifications for envelope testing requirements.

188. CM RFI #188

Bid Package 2.10 - General Trades

Question: Per spec section 104400 FIRE-PROTECTION SPECIALTIES, the only place for fireextinguisher is in the boiler room and kitchen. Does this apply to the fire extinguisher cabinet aswell? Please confirm that this is the only requirement for this project because we could not findthese items in the drawings.

Response: Yes the only fire extinguishers are in the Kitchen and the Boiler Room and applies tothe cabinets as well.

189. CM RFI #189

Bid Package 2.04 - Masonry

Question: Drawings call out for (2) different color GF. Specs show 2 patterns (finishes). Pleaseconfirm colors/finishes.

Response: Two colors shall be required. Colors shall be blended with standard and polishedfinishes for both colors.

Page 53: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 2020 00 63 13-53

190. CM RFI #190

Bid Package 2.10 - General Trades

Question:

Regarding the Portable Classroom Alternate:

a. The site drawings show two portable classrooms, are these both being relocated?

b. Where are they being relocated to?

c. Are these structures leased or owned by the Town? M Space is no longer an entity, they werebought by Vesta. However, Vesta has no records of these structures.

d. Are there pictures available of these structures? What are the dimensions (length x width)?

Regarding White Boards (WB-__) on IN-601 and spec 10 11 00.

e. Drawings indicates WB-1 & WB-2 as NIC in the notes column, however these boards appearin 10 11 00.

f. Drawing has no notes for WB-3 and WB-4, however these are not in 10 11 00.

Response:

a.

b.

c.

d.

e.

f.

191. CMI RFI #191

Bid Package 2.10 - General Trades

Question:

a. Spec#101100 Visual; Display Surfaces shows only finish material for TB-1 Tackboard. Are theothers tackboards (TB-2, TB-3, TB-4 TB-5 &TB-7) the same finish material? Please clarify.

b. Spec#101100 Visual; Display Surfaces shows only finish material for WB-1 & WB-2Markerboard. Are the others markerboards (WB-3 & WB-4 ) the same finish material? PleaseClarify.

c. Cannot locate Expansion Joint on Drawings. Please clarify as 1/A-204 only shows one ExteriorJoint, there are no interior Joint indicated.

Response:

2a The notation NIC is in error, it is meant for the Interactive White Boards.

b. White boards.

WB-1 = 4'hx4'w = mounting height to bottom of frame 2'-6" = teaching wall (to be lined whenlocated in choral room)

WB-2 = 4'hx6'w = mounting height to bottom of frame 2'-6" = rear classroom wall.

WB-3 = 4'hx4'w = mounting height to bottom of frame 3'-0" = in learning center offices.

WB-4 = varies =

= 5'hx12'w = mounting height to bottom of frame 2'-2" = one in each 2nd and 3rd floor commons(west side and Cutler)

= 7'hx6'w = mounting height to bottom of frame 6" = one in 1st floor commons (west side only) =no chalk rail at this location only.

Page 54: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 2020 00 63 13-54

192. CM RFI #192

Bid Package 2.10 - General Trades

Question: Drawing A-211 has a note indicating soap dispenser and paper towel dispenser are NIC.However, Specification Section 10 28 00 has soap and paper towel dispensers (Tags TA-07 andTA-08) as OFCI. Drawing A-211 does not have these tags. Since Drawing A-211 does not have theTA-07 and TA--8 designations, please advise if these accessories are NIC per the drawings ofOFCI per the specification.

Response: Those items are Owner furnished and Owner installed. Contractor shall provideblocking as required. Coordinate locations.

193. CM RFI #193

Bid Package 2.04 - Masonry

Question: Both schools show details on A-505, Cutler 6&7 and 2,3,7,10&15 at West Side of asealant joint between the masonry veneer and the sub-straight. They show it at the jambs and sills.There is a sizable amount on both schools. Who’s scope would this fall under or could we expectthis application get removed?

Response: The sealant shown is not required, only the backer rod and sealant between the windowand the masonry is required to be by the window installer.

194. CM RFI #194

Bid Package 2.06 - Architectural Cabinets and Woodwork

Question: Spec. Section 06 61 16 - Solid surface fabrication, Drawing reference 2,6 / A505 and2,6 / A506 window sills - It is not clearly identified on the plans which locations get the solidsurface window sills Do all the exterior windows get the solid surface sills with a bull nose and noextensions past the jambs?

Response: Yes, with no extension past the jambs but all edges need to be rounded.

195. CM RFI #195

Bid Package 2.08 - Aluminum Entrances, Storefronts and Curtainwall

Question: Please clarify Alternate #9. Are we supposed to provide Non-Impact Systems in lieu ofwhat is specified and show on the drawings at the upper levels?

Response: No. Frames to remain the same between floors. Glazing may be adapted as required.

196. CM RFI #196

Bid Package 2.08 - Aluminum Entrances, Storefronts and Curtainwall

Question:

a. Specified Manufacturers do not have an Impact Tested Stacking Mullion for their StorefrontSystems (ref. A613). No detail is show for this condition. Please clarify how we are toproceed.

b. Specifications call for a Medium Stile Thermally broken door. Thermal door are not impactrated. Also, the specifications call for a Medium Stile door 3.5” door stiles. The drawings show a 6” door stile. Please clarify how we are to proceed.

Page 55: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 2020 00 63 13-55

Response:

a.

b. Provide wide stile.

197. CM RFI #197

Bid Package 2.12 - Window Treatments

Question: Are all exterior windows getting manual window treatments unless otherwise noted?The reflected ceiling plan is hard to follow.

Response: All exterior windows shall receive manual window shades unless noted otherwise.

198. CM RFI #198

Bid Package 2.10 - General Trades

Question: Re: Addendum No. 1, BP 2.10 - General Trades Special Instruction #78 mentions BP2.10 contractor is supposed to move the portable classrooms offsite as an Alternate. I do not see anelevation drawing showing the portables. They are only shown on the overall site plan.

a. Who made these portables? I called 2 companies and they will not move portables that are nottheirs. Is there a sign or name on these portables?

b. Where are they being moved to?

Response:

a. Refer to Prebid RFI #9 response for the portables manufacturer.

b. Address of location is provided in the Alternate description.

199. CM RFI #199

All Bid Packages

Question: Per Spec. Section 01 31 16 - COORDINATION DRAWINGS PROCEDURE, 4.A.5General Trades Contractor – retrofit existing metal roof support framing due to new MEPFP in theattics; size and location of any equipment (including support) being provided that may be inconflict with new MEP systems, for example backstops, overhead doors, stage curtains and rigging,projector screens, operable partitions etc. Please clarify if General Trades will provide this, it lookslike it was from a different project that has existing building.

Response:

200. CM RFI #200

Bid Package 2.10 - General Trades

Question:

Question:

a. Specification 061000 Rough Carpentry mentions to provide FSC Certified products. Is thisonly for wood products in relation to this spec to become part of the permanent structure? Ordo we also have to use FSC Certified materials for all of the temporary provisions such aswindow infills.

b. Specification 017413 section G refers to debris chutes, is this note applicable to both schools? If so, is the dumpster at the bottom of this chute, near the building, to be the general debrisdumpster General Trades is to supply, or is this a secondary general debris dumpster?

Page 56: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 2020 00 63 13-56

c. If an RFI is answered or a scope of work has changed, can it be noted whether the change wasapplicable to one of the two, or both, Cutler and West Side schools?

d. Addenda 1 for Cutler seems to have eliminated the Food Service drawings. Is General Tradesnote 74 still applicable? (Caulking or concrete fill along the perimeter of the walk-ins)

e. Cutler General Trades note 55 refers to the General Trades contractor puttying anchors forhollow metal frames in concrete. Is this note applicable for General Trades as we have doorsframes and hardware excluded from our bid package, or is it to be done by the Drywallpackage?

f. Specification 102226 Operable Partitions section 2.07 speaks to work surfaces. The elevationsand area of installation do not appear to reflect this. Is this section applicable for Cutler orWest Side schools?

g. How many bathrooms, if any, are located in the portable classrooms for Cutler and West Sideschools? Is the General Trades contractor to include cost to disconnect and reconnect theplumbing hookups?

h. Are there any gas lines that need to be disconnected or reconnected for the portableclassrooms?

i. If the General Trades contractor is responsible for utility hookups (electrical, plumbing etc),will there be any utilities setup at the new portable classroom locations?

j. Are there existing hitches and axels currently installed on the portable classrooms?

k. Is the General Trades contractor responsible for providing the foundations for the portableclassrooms at 1300 Flanders Rd? If so, how is the foundation to be constructed?

l. Specification 115213 Projection Screens mentions television monitor supports provided by theowner. Is the General Trades contractor to install these where televisions are shown?

m. For Cutler and West Side Schools, there only appears to be a fire extinguisher in the kitchenand boiler room. Are there any more fire extinguishers that should be included in the GeneralTrades package?

n. General Trades bid package note 29 states that the General Trades contractor is to provide lineitem 1.02 A5 (misc steel trim) from specification 055000 Metal Fabrications. Other than theelevator sill angle (if required), what else would be considered steel trim that would not beprovided by the Miscellaneous Metals or Structural Steel bid packages?

Response:

a.

b.

c.

d.

e.

f.

g.

h.

i.

j.

k.

l.

m.

n.

Page 57: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 2020 00 63 13-57

201. CM RFI #201

Bid Package 2.10 - General Trades

Question: There is contradictory information in the visual display specifications. The specs callfor a more expensive linoleum cork as well as less expensive vinyl tackable surfacing material. Italso calls for WB-2 markerboards to receive music staff lines. There are over 130 WB-2markerboards. Is there supposed to be music staff lines on all of these boards? Are the B-4tackboards that are located in the corridors framed or frameless? The elevations show a dashedline around the perimeter of these boards but it is unclear if they are to be framed or not. Pleaseadvise.

Response:

a. Vinyl tackable surface is the basis of design.

b. White boards:

WB-1 = 4'hx4'w = mounting height to bottom of frame 2'-6" = teaching wall (to be lined whenlocated in choral room)

WB-2 = 4'hx6'w = mounting height to bottom of frame 2'-6" = rear classroom wall.

WB-3 = 4'hx4'w = mounting height to bottom of frame 3'-0" = in learning center offices.

WB-4 = varies =

= 5'hx12'w = mounting height to bottom of frame 2'-2" = one in each 2nd and 3rd floorcommons (west side and Cutler)

= 7'hx6'w = mounting height to bottom of frame 6" = one in 1st floor commons (west sideonly) = no chalk rail at this location only.

202. CM RFI #202

Bid Packages 2.26 - Electrical and 2.31 - Sitework

Question: Existing to remain utility pole at new entrance to site is indicated on Site Utility planand is shown in sidewalk. Landscape Drawings do not show pole in sidewalk, and it is in closeproximity to ramp shown on L-103 (calls it out as a Type B ramp 8/L-502). Please advise on rampdetail for code compliance with ETR utility pole.

Response: The ETR utility pole shall remain and the sidewalk and ramp as denoted on L-103should miss the layout as shown.

203. CM RFI #203

Bid Packages 2.04 - Masonry and 2.05s - Structural Steel

Question:

a. Item #34 in structural steel scope of work - Could more guidance be provided regarding therebar? Typically we would provide a coupler and rebar would be by others. We would alsoneed counts provided by mason.

b. Whose scope is the posts, leveling plates and anchor rods in section 2 / S-210a and 1, 5, 7, 8 /S-220b?

c. Item #45 in structural steel scope of work - Please provide a detail from engineer what iswanted for a roof tie-off along with its support steel.

Response:

a.

b.

c.

Page 58: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 2020 00 63 13-58

204. CM RFI #204

Bid Package 2.10 - General Trades

Question:

a. Part 2.02 indicates markerboard assemblies for WB-1 & WB-2. Are WB-3 & WB-4 to followthe same assembly requirements? If not, please provide assembly for WB-3 & WB-4.

b. Part 2.03 indicates the assembly for TB-1. What is the assembly for TB-2 - TB-7? Do theserequire frames and backerboards?

Response:

Whiteboards:

WB-1 = 4'hx4'w = mounting height to bottom of frame 2'-6" = teaching wall (to be lined whenlocated in choral room)

WB-2 = 4'hx6'w = mounting height to bottom of frame 2'-6" = rear classroom wall.

WB-3 = 4'hx4'w = mounting height to bottom of frame 3'-0" = in learning center offices.

WB-4 = varies =

= 5'hx12'w = mounting height to bottom of frame 2'-2" = one in each 2nd and 3rd floor commons(west side and Cutler)

= 7'hx6'w = mounting height to bottom of frame 6" = one in 1st floor commons (west side only) =no chalk rail at this location only.

Tackboards: Tack boards

205. CM RFI #205

Bid Package 2.10 - General Trades

Question: Re: BP 2.10 Special Instruction #50, covering of holes. Please provide a minimum sizethat we will consider for hole covering.

Response: Provide covers for all holes.

206. CM RFI #206

Bid Package 2.10 - General Trades

Question: Re: BP 2.10 Special Instruction #45 - General Trades will provide a 8'x90' deck. Whowill be responsible for removing/demolition and disposal?

Response: Refer to Spec. Section 01 50 00 - Temporary Facilities and Controls reissued inAddendum No. 7.

207. CM RFI #207

Bid Package 2.10 - General Trades

Question: Re: BP 2.10 Special Instruction #8 - General Trades will provide a 8'x8' loadingplatform at two locations. Please provide the loading (psf) requirement for these platforms.

Response: 200 psf.

Page 59: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 2020 00 63 13-59

208. CM RFI #208

Bid Packages 2.22 - Plumbing and 2.23 - HVAC

Question: Please confirm if plumbing and mechanical contractors are to carry the trade permit fees($15.26 per each $1,000) in their bids.

Response: All trades are required to pull local building permits are responsible for the$0.26/$1,000.00 Code Training and Education Fee.

209. CM RFI #209

Bid Package 2.10 - General Trades

Question: Re: BP 2.10 Special Instruction #70 - General Trades will provide temporary weatherprotection at each opening which will be removed and disposed by the aluminum entrances,storefronts and curtainwall contractor. Please clarify that disposal is not in the General Trades’provided dumpsters.

Response: Removed temporary protection shall be disposed of in the dumpsters provided by thegeneral trades.

210. CM RFI #210

Bid Package 2.07r - Roofing

Question:

a. It was just brought to my attention by our tapered insulation vendor that the drain locations andquantities do not match between the architectural drawings, structural drawings and plumbingdrawings. Vendor cannot provide an accurate tapered design without the drawings coordinatedand locations matching. Please advise.

b. Please clarify if the roof elevation denoted as 22'-0" is structurally sloped steel or flat steelrequiring tapered insulation.

Response: Coordinated drawings will be provided after bid, consult structural drawings for slopevs. flat steel.

211. CM RFI #211

All Bid Packages

Question: Is there a Site Logistics Plan for each job with potential crane locations available?

Response: No, the structural steel contractor is advised that a maximum of four crane pads will beprovided outside the footprint of the building at locations to be determined by the ConstructionManager.

212. CM RFI #212

Bid Packages 2.09a - Acoustical and 2.09d - Drywall

Question: The latest addendum includes the interior Phenolic panels in our scope. There is no specsection or description on the drawings stating what it is.

Response: There is NO phenolic panel in this job, interior or exterior.

Page 60: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 2020 00 63 13-60

213. CM RFI #213

Bid Package 2.09d - Drywall

Question: Previous Addenda do not answer question - What is the specific STC rating foropenings? This applies to both Cutler and West Side Elementary School.

Response: The STC rating on all doors required to have an STC rating will be 45. This shallinclude the entire assembly of door, hardware, seals, frames, etc.

214. CM RFI #214

Bid Package 2.05s - Structural Steel

Question: In Addendum No. 3, Special Instruction #33 refers to sketches. There are no sketches.

Response: Sketches attached to this RFI for questions #33 and #34 to be included in the nextaddendum.

215. CM RFI #215

Bid Package 2.08 - Aluminum Entrances, Storefronts and Curtainwall

Question: Please provide details for the aluminum mullion extensions shown on storefront frameson Drawing A-613.

Response: The mullion extensions are to be 11" deep from the face of the window frame andmatch the width of the window frame. They may be made up of multiple extension units. See detail8/A-508 for reference.

216. CM RFI #216

Bid Packages 2.26 - Electrical, 2.27d - Tele/Data/Communications, 2.27s - Security and 2.28 -

Fire Alarm

Question: To be able to quantify or bid we will need to know the following:

a. Will fire alarm devices in drywall have conduit stubs to accessible ceilings?

b. Which BP is responsible for sleeves not shown on drawings installed within walls/ floors forFire alarm, security, AV and communications?

c. Will the electrical contractor be installing raceway in hollow metal doors and aluminumstorefront doorways for security cabling ?

d. Which BP is responsible for the fire alarm conduit in the elevator hoistway?

e. Which BP is responsible for surface emt/raceways not shown?

f. Which BP firestops/smoke seals the sleeves?

Response:

a. No. The fire alarm contractor shall provide all raceway for their systems unless otherwisenoted.

b. Each trade contractor shall provide their own sleeves for their systems.

c. Each trade contractor shall provide raceway for the installation of wiring for their systemswithin frames or coordinate a means and method for installing the wiring with the frameinstalling contractor after the frame is installed once frames and finishes are installed.

d. The fire alarm contractor.

e. Each trade contractor shall provide their own surface emt required for their systems.

f. The firestopping contractor shall firestop/smoke seal.

Page 61: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 2020 00 63 13-61

217. CM RFI 217

Bid Packages 2.26 - Electrical, 2.27d - Tele/Data/Communications, 2.27s - Security and 2.28 -

Fire Alarm

Question:

a. Spec. Section 27 41 00 3.9 Completion D - Bidding contractor shall engage a factory-authorized service representative to train the Owner’s maintenance personnel to adjust,operate, and maintain each system described within this specification for the audio-visualequipment. This training shall include forty (8) hours, in the blocks of hours that shall bedescribed by the Owner. These services shall be considered as part of the contract and at noadditional fees charged to Owner. Is it 40 hours of training or 48 hours or 8 hours?

b. Please confirm the Media Center 103 count of Interactive Displays (Promethean) and FrontRow EzRoom Systems? 1 are not shown.

c. Which bid package owns security camera cabling?

Response:

a. 40 hours.

b.

c. Bid Package 2.27s - Security.

218. CM RFI #218

Bid Package 2.10 - General Trades

Question:

a. Cutler School General Trades Bid Package Note #49 refers to “shimming required for theinstallation of lockers.” No blocking/shimming is shown, and requirements will vary with therebeing no basis of design. Is any blocking/shimming required for the installation of Cutler orWest Side School lockers?

b. Specification 10 51 13 - Metal Lockers references locker benches in Section 2.04. Is thissection applicable to the Cutler and West Side Schools?

Response:

a. Since the lockers must be installed level and the floor will have allowable flatness deviationsthere will be instances when minor shimming is required.

b. There are no locker benches in these two projects.

219. CM RFI #219

All Bid Packages

Question: Addendum No. 3, page 1, 1.b says Spec. Section 01 21 00 Allowances was added butwe could not find it in the package. Please provide.

Response: Refer to Addendum No. 1 for Allowances.

Page 62: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 2020 00 63 13-62

220. CM RFI #220

All Bid Packages

Question: We are bidding the West Side and Cutler schools in Groton CT. Can you please tell mewhat is the State reimbursement percentage for each school? We need this information to calculateour CHRO commitments prior to bidding.

Response: The State reimbursement rate for Cutler ES is 80%.

221. CM RFI #221

Bid Packages 2.07r - Roofing and 2.10 - General Trades

Question: Who is responsible for snow removal on the roof level?

Response: Refer to Special Instructions for responsibility.

222. CM RFI #222

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

Question: Re: BP 2.02, Special Instruction #25 - Please explain who has responsibility beyond 5ft. for utility excavations and demolition.

Response: Any existing utility pipe designated to be terminated shall be cut and capped by thebuilding abatement and demolition contractor at the edge of the excavation. Include all excavationas may be required to demolish existing utilities that extend beyond 5' outside the building. Utilityterminations are the responsibility of the building abatement and demolition contractor and shall beas specified or as required by the utility company, whichever is more stringent. Utilities demolitionbeyond the edge of excavation shall be performed by the sitework contractor.

223. CM RFI #223

Bid Package 2.09a - Acoustical

Question: Per Addendum No. 3, RFI #39, Response: See Spec. Section 09 84 36 for ACT-4. Thisspec section is for the acoustical baffles. This now changes the 2x2 tile pattern on the RCP to abaffle ceiling, is that correct? Am I to assume that it’s the same color, wave pattern, etc. as the restof the baffles on the project?

Response: ACT-4 is comprised of a basis of design Wenger pyramidal ceiling diffuser panel forlay-in ceiling installed in a 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.

224. CM RFI #224

Bid Package 2.04 - Masonry

Question: Re: Ground Face CMU Requirements, Ground Face CMU-1 & Ground Face CMU-2 -Specifications call for Ground Face and Polished Face, no reference to CMU-1 / CMU-2 IN-601. Finish Schedule doesn’t list these items either. Confirm which BP owns the furnishing andinstallation of the cast stone sill supports.

Response: Two colors shall be required. Colors shall be blended with standard and polishedfinishes for both colors.

Page 63: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 2020 00 63 13-63

225. CM RFI #225

Bid Packages 2.03 - Concrete, 2.04 - Masonry and 2.05s - Structural Steel

Question: Whose scope of work is 9/S-600? Whose scope of work is 1, 2/A-003?

Response:

226. CM RFI #226

Bid Package 2.09a - Acoustical

Question:

a. In Addendum No. 4, CM RFI #38, 98 Response states to “provide manufacturers full range ofcolors”, the cost varies drastically from color to color, please proved color or budget for fabric.

b. Addendum No. 4 CM RFI #137 regarding the tiles for ACT-1 and ACT-2 response states:

“Disregard the “Lyra” designation. Replace with “Ultima”.” Please prove the Ultima itemnumbers for ACT-1 and ACT-2

c. Addendum No. 4 CM RFI #91 g. regarding the acoustical panels in Choral room 105, it wasstated to provide 800 SF with configuration given a later time. Size and placement of panelsaffects material and labor price, please provide layout or budget number to carry.

d. Addendum No. 4 CM RFI #31 response states to provide manufacture’s full range of colorsfrom noted fabric lines. Please provide color or budget number because the price variesdrastically depending on the color.

Response:

a. Provide as basis of design Guilford of Maine FR701 style 2100 fabric with the manuf. fullrange of colors for pricing.

b. ACT-1 and ACT-3 shall be Armstrong Ultima 1940 (24x24, .80 NRC, 35 CAC, square lay-inedge) as the basis of design.

c. Corridor wall: 2'x30' area, equal sized panels as allowable. Classroom rear wall 2'-10"x30',equal sized panels as allowable. Classroom teaching wall 2'-10"x30', equal sized panels asallowable.

d. Contractor shall include cost to provide color from manufacturer’s full range of colors.

227. CM RFI #227

Bid Package 2.09f - Carpet, Resilient and Resinous Flooring

Question: In Spec Section 093000 Tiling on Page-4 Line 2.02 Ceramic Products, it states productsas scheduled on drawings. On Drawing IN-601 Finish Schedule under the ceramic productsdesignated as T-7, T-8A, T-8C, T-8D, T-9, and POR-1 they have multiple manufactures listed withno products names. Can we get a revised spec for all the ceramic products with a design basismanufacturer, product and sizes. Then a list of or equal manufacturers?

Response: Spec. Section 09 30 00 is a performance based spec. Match the size required from themanufacturer’s listed.

228. CM RFI #228

Bid Package 2.31 - Sitework

Question: CM RFI #88, part a, did not receive a clear response. It is still ambiguous if we arebeing directed include the cost to excavate to elevation 23.0 or if we are allowed to interpret forourselves where competent natural soil is. For example, boring MM-13 is in the center of the

Page 64: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 2020 00 63 13-64

building and describes natural dense sand and gravel at elevation 25.5. We wouldn’t includeremoval and replacement of soil deeper than this unless specifically directed to. Please clarify, areall bidders being directed to include removal and replacement to elevation 23.0? Or, are all biddersbeing directed to include removal only down to competent soil?

Response: Bidder to excavate to the proscribed depth.

229. CM RFI #229

Bid Package 2.08 - Aluminum Entrances, Storefronts and Curtainwall

Question: Glass supplier is questioning elevated temperatures in laminated glass used in aspandrel/shadowbox. Before an order containing laminated glass for a spandrel or shadow boxapplication is processed, Technical services must be contacted to perform a thermal analysis andprovide recommendations, and, if applicable, the system engineer must approve the expectedelevated temperatures.

Response: We understand the concern. Proceed as designated for bidding.

230. CM RFI #230

Bid Packages 2.22 - Plumbing and 2.31 - Sitework

Question: Re: CM RFI #41c - Typically the gas company will run the gas line to the building fromthe street. Then the gas company will set a meter bar for the contractor (Plumber) to connect toonce the house side of the meter bar has been tested and approved by the building official. The gascompany will then set the gas meter and the contractor (plumber) will make final connections. Iwould assume that this is the intent of the response from the RFI. Please clarify. Usually thecontractor (plumber) has no jurisdiction on the street side of the meter.

Response: This is correct.

231. CM RFI #231

Bid Package 2.04 - Masonry

Question: What is the difference between Ground face CMU-1, and ground face CMU-2. (Ref.A201). Specs 2.03 C 4. Under pattern and texture indicate standard pattern ground face finish andpolished face finish. Which one is polished?

Response: There are 2 colors of ground face CMU, each is a blend of the two finishes.

232. CM RFI #232

Bid Package 2.31 - Sitework

Question:

a. VFD scope is specified in both Division 230923-2.12 and Division 262923. Please advisewhich bid package is responsible for providing the VFD’s.

b. Control drawings indicated VFD on HWP-1, HWP-2, CHWP-1, CHWP-2, CHWP-3, CHWP-4.Could not locate VFD on Plan. Please confirm VFD locations.

c. Control drawing indicate VFD are required for AHU. AHU’s are not furnished with VFDs. Confirm if VFD is required for AHUs.

Page 65: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 2020 00 63 13-65

d. Control drawing indicate VFD are required for FCU. Since FCU are furnished with ECMmotors, we are estimating VFD are not required for FCU? Does FCU ECM require amodulating control signal for BMS?

Response:

a.

b.

c.

d.

233. CM RFI #233

Bid Packages 2.26 - Electrical and 2.31 - Sitework

Question:

a. Drawing M-402 and specification section 230923-2.16-E indicates that ATC control isresponsible for occupancy sensor associated with DDC lighting controls. On lighting floorplans associated with DDC lighting controls, vacancy sensors are required in several locations. It’s our understanding, ATC (division 23 0923) is also responsible for providing vacancysensors. Please confirm.

b. Drawing M-402 and specification section 230923-2.16-E indicates that ATC is responsible foroccupancy sensor associated with DDC lighting controls. It’s our understanding this does notpertain to PW-301 wall mounted occupancy sensor (E-201/detail-3). Please confirm.

Response:

a.

b.

234. CM RFI #234

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

Question: On both schools RFI #16 and #55 contradict each other. One states that the GeneralTrades contractor is to supply and install the Kiln and Hood whereas the other states that they arebeing supplied by the town and the General Trades contractor is only installing them. Please advisewhich RFI answer is correct.

Response: The kilns are to be owner furnished and contractor installed.

235. CM RFI #235

Bid Package 2.05s - Structural Steel

Question: Westside School came with a cut list with all piece marks. Cutler did not. Are we tocarry detailing costs on each of these schools?

Response: Models to be provided detailing. Refer to Special Instructions for detailing cost andresponsibility.

236. CM RFI #236

Bid Packages 2.26 - Electrical, 2.28 - Fire Alarm and 2.31 - Sitework

Question: On drawing ES-100 bottom center of drawing, there is a note calling for a 1” RGSconduit for FA master box. Please clarify if this utility is above or below ground.

Page 66: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 2020 00 63 13-66

Response: The utility is below ground.

237. CM RFI #237

Bid Package 2.05s - Structural Steel

Question: On Drawing A-424, the stair railing components are called out as powder coated, but Idon’t see any spec on powder coating. Do they need to be powder coated or just primed painted byus? Also metal bar grating in the metal fabrications spec, I haven’t seen any unless I’m missing it.

Response: The metal fabricator is to provide shop primed pieces for painting by others.

238. CM RFI #238

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

Question:

a. In spec section 096500 Resilient Flooring on page-4 2.05B is the spec for Johnsonite VentCove Base. This is the base that is being used at the wood gym floor. This base is also listed inSpec Section 096466 Wood Athletic Flooring page-4 2.07B. Usually the wood installer isresponsible for the vent cove base. Since there is an overlap can the vent cove base be removedfrom Spec Section 096500 Resilient Flooring?

b. In Spec Section 012300 Alternates. Alternate-8 is calling for LVT in lieu of VCT as noted onfinish legend. On the Finish Legend IN-601 in the remarks column for the VCT it lists anAlternate -1 and Alternate -2 with two different products listed. Is it the intent to have twoalternates as part of Alternate-8? Or only one and which product should be used for thealternate?

c. Alternate-7 should this be two separate alternates? It’s very confusing. Under the Base Bid(G-2) side it says base bid to include epoxy wall paint in lieu of ceramic wall tile at bathroomsand cafeteria. This seems like it should be a deduct alternate for the ceramic wall tile at theseareas. Then under Alternate Bid side (G-3) it states to provide ceramic wall tile at cafeteria inlieu of epoxy wall paint. This seems like it should be an add alternate for the ceramic wall tile.Please clarify Alternate-7.

d. On the IN Finish Plans any rooms with epoxy flooring are designated as EPX. IN-601 FinishSchedule Shows EPX-1, EXP-2 & EPX-3. Will there be more than one type of Epoxy Floorused? In Addendum-3 Spec section 096723 Resinous flooring was added is EPX1-3 all thesame product just in different colors or will there be different products required?

e. Toilet rooms are showing T-1 to T-6 Ceramic Wall Tile on the Finish Drawings but on theFinish Schedule IN-601 T-1 to T-6 are shown as not being used. Please provide a spec for T-1to T-6 for the wall tile at toilet rooms. Are these areas part of the base bid or an alternate?

f. Kitchen 110 on Finish Drawing IN-101A the wall is showing T-10 Ceramic Wall Tile as thefinish. T-10 says not used on drawing IN-601 Finish Schedule. Please provide a spec for T-10Ceramic Wall Tile and an elevation showing the extent of wall tile.

g. Room 110A Servery on Drawing IN-102A Finish Plan is showing T-9 Ceramic Wall Tile.There are no wall elevations of this room. What is the extent of T-9 Ceramic Wall Tile? Alsoplease provide a spec for T-9 Ceramic Wall Tile.

h. Is Carpet type CPT-3 being used on this project? If so where?

i. Room 101D A Principal on drawing IN-101B the finish is listed as VCT but the pattern lookslike CPT. What finish should be used at this room?

j. Room 121 Storage on drawing IN-101C the finish is listed as EPX but the pattern looks likeVCT. What is the correct finish in this room?

Response:

a. The vent cove base is part of the gym floor Spec. 09 64 66, not part of 09 65 00.

Page 67: THE BID DUE DATE FOR BID PACKAGE 2.05s – STRUCTURAL … · 2020. 3. 3. · Cutler Elementary School Addendum No. 8 Groton, Connecticut February 28, 2020 Page 1 CUTLER ELEMENTARY

Cutler Elementary School Addendum No. 8 Bidders' RFI Questions and Responses

Groton, Connecticut February 28, 2020 00 63 13-67

b.

c.

d. These are just different colors, not different products.

e. Epoxy paint in lieu of T1-T6.

f. Epoxy paint in lieu of T-10.

g. T-9 full height wall to wall.

h. No.

i. CPT-1.

j. VCT-1.

239. CM RFI #239

Bid Packages 2.22 - Plumbing and 2.31 - Sitework

Question: On drawing C-104 Addendum No. 1, the sanitary invert comes out of the buildingapproximately 10 feet above the proposed sanitary tie in invert. please verify if a manhole isnecessary to complete this connection. Please provide sanitary Manhole drop detail if necessary.

Response: No manhole is required.

240. CM RFI #240

Bid Package 2.10 - General Trades

Question: In Addendum No. 5, RFI 158 b, makes reference to 2 different layouts submitted for theoperable partition layout. OP-1 was selected however nothing was attached to show what thislayout is. Please provide a copy of the selected layout.

Response: Refer to Modernfold OP-01 panel layout for model Acousti-Seal 931.

241. CM RFI #241

Bid Package 2.31 - Sitework

Question:

a. Referencing details and notes on C-203. Concerning the overall cover of initial fill © and finalfill (D) over the retention system, we feel that per note 3 in, Notes For Construction, there maynot be sufficient cover to pave the areas over the system. Understanding that the water tableranges from EL 20 to EL 23 it is unlikely to be able to lower the system over all. Please advise.

b. When calculating based on the bottom of stone at EL 22.00, bottom of chamber at EL23.00,top of chamber at EL 26.75, and top of layer (B) Embedment Stone at EL 27.75, therewill only be 12 inches of stable cover over the system before asphalt paving. Note 3 requires 36inches of stable cover to allow dump truck travel or dumping. Please advise.

Response:

a.

b.

242. CM RFI #242

Bid Package 2.31 - Sitework

Question: On Drawings C-000 and C-100 there are 4 (items) called out for removal. Please clarifywhat these items are. The (W) on the northeast corner of the existing building and again on thesouth side of the building. On the east side of the existing building there are 2 items marked as (M),what are these Manholes connected to if anything.

Response: