Addendum #2 - Specs

Embed Size (px)

Citation preview

Addendum #2

To: Bidders From: Matt Cornett

Date of Issuance: December 3, 2010 Project Name: State University of New York At Albany New Business School Parking & Site Work Project No: 01A51 (031529.000) Bid Docs Dated: November 8, 2010

Owner: SUCF

This Addendum is issued indicating changes to the Bid Documents dated November 8, 2010. All changes shall be incorporated in the Contractors proposal as described herein as this Addendum will become one of the Contract Documents, if and when an award is made. Acknowledgment of this Addendum shall be indicated on the Proposal Form. Item #1: Notice to Bidders. Action: Revise the Bid close date to read December 15, 2010. Item #2: Pre-Bid Walk Through Meeting Minutes from 11-19-10. Action: See attached. Item #3: RFI list of questions with responses. Action: See attached. Item #4: Project Manual Section Information for Bidders Action: Add Section 8, Part d. to read: The name and resume of the Project Manager required by Article II, Section 2.06(3) of the Agreement. Item #5: Project Manual Section Proposal Action: Replace section in its entirety (see attached). Item #6: Project Manual Section Appendix A Action: Replace section in its entirety (see attached).

Item #7: Project Manual Section General Requirements Action: Replace section in its entirety (see attached). Item #8: Project Manual Section 012500 Substitutions Action: Delete section in its entirety. Item #9: Project Manual Section 096800 Carpeting Action: Modify Section 2.1 G, CPT-02 to read: Broadloom; Shaw Contract Group, Style Structure Weave # 5A109, Color #09505, Coal; for Offices Item #10: Project Manual Section 220500 Basic Plumbing Materials and Methods Action: Section 1.10, Article B Delete HVAC. Action: Section 1.10, Article C Delete HVAC and and circulate the drawings to any of his Subcontractors and the other Trades (Plumbing, Fire Protection, Electrical, etc.), so that they can indicated all their work as directed by the CM and Architect as required. Action: Section 1.10, Article H Delete Electrical and each specialty trade. Action: Section 1.10, Article K Delete affected specialty trade. Action: Section 1.10, Article N, Number 1 Delete articles a and c. Item #11: Project Manual Section 221140 Plumbing Specialties Action: Section 1.5, Article B, Number 16 Delete and seismic restraints. Action: Section 2.2, Article A Delete seismic restraints as detailed in. Action: Section 2.17, Delete and Seismic Restraints from title. Item #12: Project Manual Section 230548 Mechanical Vibration Controls Action: Section 1.5, Article B, Number 6 Delete. Action: Section 2.2, Seismic Restraint Types Delete. Action: Section 2.3, Article A Delete:Note: Must be used with Seismic Restraint II. Action: Section 2.3, Article C Delete:Note: Must be used with Seismic Restraint III. Action: Section 2.3, Article D, Number 1 Delete Action: Section 2.3, Article E Delete:Note: Must be used with Seismic Restraint III. Action: Section 2.3, Article F Delete:Note: Must be used with Seismic Restraint III. Action: Section 2.3, Article G Delete:Bolting required for seismic compliance Action: Section 2.3, Article H Delete:Bolting required for seismic compliance Action: Section 2.4, Article B Delete:Note: Must be used with Restraint I, II or IV.

Action: Section 2.4, Article C Delete:Note: Must be used with Restraint I, II or IV. Item #13: Project Manual Section 230719 HVAC Piping Insulation Action: Section 2.3, Article B Delete. Action: Section 2.3, - Add: Article C Mineral Wool 1. Premolded pipe mineral wool: Recommended temperature to 1,200 degrees F. Molded in one piece split circular sections of 3 feet. K value of 0.35 at 300 degrees F mean temperature. Similar to Roxul Techton 1200. Action: Section 4.1 Pipe Insulation Schedule Revise Emergency Generator Exhaust Piping to read Emergency Generator Exhaust Piping, High Temperature Hot Water up to 4 inch. Replace Hydrous Calcium Silicate 3 with Mineral Wool 3. Item #14: Project Manual Section 259000 Sequences of Operation Action: Section 2.10, Article B, Number 1 Revise to read: Each of the fans in the following systems shall be interlocked through the DDC system to an H/O/A switch within the Firefighter Smoke Control Panel in the fire command center, located on the first floor. The ATC Contractor shall receive a dry contact closure at the FCC for each H-O-A to represent Hand, at which time the associated fan shall start. When Off is selected, the ATC system shall deactivate the associate fan. Provide an actual status feedback DO to the FCC indicating each fans actual on-off status: Item #15: Project Manual Section 260510 Electrical Special Conditions Action: Section 1.7, Article H, Number 1-Delete: Where drawing details, plans, specification requirements and/or scheduled equipment capacities are in conflict and where feeders, branch circuits or equipment are shown to be different between plans and/or between plans and riser diagrams, details or specifications, the most stringent requirement will be included in the Contract. Action: Section 1.7, Article M - Delete: The HVAC, ATC and Contractors. Action: Section 1.7, Article M, Notes, Number 1 - Delete: The Contractor, the HVAC Contractor and the ATC Subcontractor. Action: Section 1.7, Article M, Notes, Number 2 - Delete: the ATC Subcontractor and replace with Division 25. Item #16: Project Manual Section 260530 Wiring Methods Action: Section 1.2, Article A, Number 12 - Delete: Mineral Insulated (MI) metal sheathed cable and replace with RHW-2 Cable. Action: Section 1.6, Article D, Number 8 - Delete: Mineral Insulated (MI) metal sheathed cable and replace with RHW-2 Cable. Action: Section 2.9 Delete entire section and replace with: 2.9 RHW-2 Cable A. General

1. Furnish and install a complete UL 2-hour fire-rated, UL listed wiring system consisting of specified wiring cable, components, and accessories listed specifically for use with the system. B. References 1. NFPA 70 National Electric Code 2. UL 2196 3. UL Fire Resistance Directory 4. UL 44 C. Submittals 1. Provide product data for each cable type. 2. Provide manufacturers Installation Instructions: Indicate application conditions and limitations of use stipulated by product testing agency specified under Regulatory Requirements. D. Qualifications 1. Supplier: Company specializing in manufacturing products specified in this Section. E. Regulatory Requirements 1. Conform to requirements of NFPA 70. 2. Conform to requirements of the Electrical Circuit Protective System listing in the UL Fire Resistance Directory. 3. Furnish products Listed and Classified by Underwriters Laboratories as suitable for the purpose specified. F. Type RHW-2 Cable 1. 2-hour fire-rated polymer insulated cables a. Acceptable products are Raychem RHW cable, or pre-approved alternative meeting this specification. 2. The wiring cable shall be listed in the UL Fire Resistance Directory. 3. Polymer insulated Type RHW-2 cables shall have a. Description: NFPA 70, Type RHW-2 b. Conductor: high conductivity copper Class B strand, designed to ensure tensile strength under fire conditions c. Insulation Voltage Rating: 600 volts d. Cable Temperature Rating: 90C e. Insulation Material: silicone rubber f. Marking indicating that the cable is Type RHW-2 g. Wet location approval and to be printed UL RHW G. Fire Resistive Rating

1. The RHW cables shall be listed as part of an Electrical Circuit Protective System in the UL Fire Resistance Directory and the System shall have the following: a. System shall be approved with minimum steel conduit: RMC b. System shall be approved with 5-foot spacing between supports c. System shall be approved with steel pull box and steel conduit bodies. d. System shall be approved for vertical installation including cable support mechanism e. System shall be approved with a pulling lubricant f. System shall be approved with alternate ground wire. g. System shall be approved with a fire rated seal used to prevent smoke from entering unwanted areas. H. Components 1. Conduits, boxes and connectors for polymer insulated cables shall be UL Listed/CSA Certified. Action: Section 3.2, Article H Delete. Action: Section 3.2, Article I Delete. Action: Section 3.2, after Article G Add: H. Examination 1. Verify that cable end factory temporary seals have remained intact 2. Verify that no moisture has entered cable. I. Storage 1. Cables shall be shipped from the manufacturer with ends sealed against moisture. 2. Protect the exposed cable ends with shrinkable, molded polyolefin end caps or other suitable means such as standard conduit sealing compound and PVC tape. 3. Cable shall be stored in a clean, dry location. J. Handling 1. Cable shall be uncoiled by rolling or rotating supply reel. 2. Take precautions necessary to prevent damage to cable from contact with sharp objects, such as steel pull boxes and equipment enclosures. K. Installation 1. The wiring system shall be installed according to the manufacturers Installation Manual and the requirements of the UL Electrical Circuit Protective System Listing. 2. The manufacturers instructions shall incorporate a means of preventing smoke from entering the electrical equipment. L. Field Quality Control 1. Inspect cable for physical damage and proper connection.

2. Measure tightness of any bolted connections and compare torque measurements with manufacturers recommended values. 3. Verify continuity of each conductor. 4. Prior to energizing cables, measure insulation resistance of each cable. Tabulate and submit for approval. 5. Provide certification from cable manufacturer that installation is in accordance with their requirements and the requirements of the UL Electrical Circuit Protective System Listing. Action: Section 3.4, Article C Delete construction or shall be Pyrotenax System 1850 MI cable for its entire length:. Item #17: Project Manual Section 263010 Electrical Power Generation Action: Section 1.8, Article D, Number 3, Sub-article g - Add: Refer to Drawing E-500 for size requirements. Action: Section 2.2, Article B, Number 5 - Delete: main electrical distribution room and replace with fire command station room. Item #18: Project Manual Section 270500 Common Work Results for Communications Action: Revise Section 1.4 Quality Assurance, Article A, numbers 1-3 to read: 1. A manufacturers standard warranties and application assurance for this wiring system shall be provided for all backbone and horizontal copper cabling. 2. Product warranty: The manufacturers standard product warranty shall include providing replacement or repair of defective product(s) and labor for the replacement or repair of such defective product(s) for the period indicated above. 3. Application assurance: The application assurance shall cover the failure of the wiring system to support the application which it was designed to support, as well as additional application(s) introduced in the future in compliance with the manufacturers standard warranty. Action: Delete Section 1.4 Quality Assurance, Article C, number 2. Action: Section 1.4 Quality Assurance, Article C, number 1 Replace Bidder with Installer. Action: Section 1.4 Quality Assurance, Article C, number 4 Replace Bidder with Installer. Action: Section 1.4 Quality Assurance, Article C, number 5 Replace contractor with Installer. Action: Section 1.4 Quality Assurance, Article C, number 6 Replace contractor with Installer. Action: Section 1.4 Quality Assurance, Article C, number 6 Replace Subcontract with Contract. Item #19: Project Manual Section 271000 Structured Cabling

Action: Section 2.2, Article A, Number 1 to read: CPI, Ortronics or Belden. Action: Section 2.3, Article B, Number 1 to read: Krone, Ortronics or Belden. Action: Section 2.4, Article B, Number 1 to read: Corning, Berktek or Belden. Action: Section 2.5, Article C, Number 1 to read: CPI, Ortronics or Belden. Action: Section 2.6, Article D, Number 1 to read: CPI, Geist or APC. Action: Section 2.7, Article A, Number 1 to read: Hitachi, Berktek or Belden. Action: Section 2.8, Article A, Number 1 to read: Krone, Ortronics or Belden. Action: Section 2.9, Article A, Number 1 to read: Corning, Berktek or Belden. Action: Section 2.10, Article A, Number 1 to read: Corning, Ortronics or Belden. Action: Section 2.11, Article A, Number 1 to read: ADC, Berktek or Belden. Action: Section 2.12, Article A, Number 1 to read: Krone, Ortronics or Belden. Item #20: Project Manual Section 281300 Access Control Action: Section 1.1 Summary, Article B, Numbers 1 and 2 Replace XX XX XX with 08 71 00. Action: Section 2.1, Article B, Number 3 to read: Lock Power Supply Altronix AL-series power supply. Action: Add Section 3.7 TRAINING to read: A. INTEGRATOR SHALL MAKE PROVISIONS TO TRAIN CLIENT IDENTIFIED OPERATORS AND SUPERVISORS IN THE OPERATION AND ADMINISTRATION OF THE SECURITY SYSTEM. THE TRAINING SHALL INCLUDE, BUT SHALL NOT BE LIMITED TO: 1 2 3 4 5 6 7 8 9 STANDARD OPERATING COMMANDS ACKNOWLEDGING ALARMS, VIEWING RESPONSE INSTRUCTIONS, AND LOGGING RESPONSE ACTIONS VIEWING AND INTERFACING WITH GRAPHIC MAPS REMOTELY OPERATING LOCKS AND OTHER CONTROL MECHANISMS OPERATING THE IP BASED VIDEO SURVEILLANCE CONTROL SYSTEM AND RECORDING DEVICES SUSPENSION, REINSTATEMENT AND CREATION OF NEW IDENTIFICATION BADGES CHANGING CONSUMABLES (PAPER, PRINTING SUPPLIES, TAPES, ETC.). PERFORMING BASIC DIAGNOSTIC FUNCTIONS DATABASE MAINTENANCE

10 11 12 B.

SYSTEM UPGRADE AND EXPANSION TRANSACTION AUDITING REPORT GENERATION, BOTH MANUAL AND AUTOMATED

INTEGRATOR SHALL PROVIDE AN ALLOTMENT FOR TRAINING PER THE FOLLOWING, UNLESS THE MANUFACTURER SPECIFIES AND/OR RECOMMENDS ADDITIONAL TRAINING. 1 (8) HOURS OF CLASSROOM-STYLE TRAINING, BROKEN DOWN INTO SMALL SESSIONS, FOR ALL SECURITY GUARD PERSONNEL. THIS TRAINING SHALL BE CONDUCTED BOTH PRIOR TO THE SYSTEM INSTALLATION AND POST INSTALLATION. (8) HOURS OF ON-THE-JOB-TRAINING. THE TRAINER SHALL SPEND TIME WITH THE GUARDS IN THE COMMAND CENTER ONCE THE SYSTEM IS OPERATIONAL TO PROVIDE TRAINING SPECIFIC TO THIS INSTALLATION. THIS SHALL BE DONE ON AN AS-NEEDED BASIS. PROVIDE A UNIT COST PER MAN-HOUR FOR ADDITIONAL TRAINING OUTSIDE OF THE SCOPE DEFINED HEREIN.

2

3 C.

A COMPETENT ENGINEER WHO HAS EXTENSIVE EXPERIENCE ON THE INSTALLED SYSTEMS AND IS CERTIFIED TO CONDUCT SAID TRAINING SHOULD PROVIDE THE INSTRUCTION. AS AN ALTERNATIVE, INTEGRATOR MAY PROPOSE THE USE OF FACTORY TRAINING PERSONNEL. INTEGRATOR SHALL NOT ASSUME THAT OPERATORS ARE CONVERSANT WITH SIMILAR SECURITY SYSTEMS, COMPUTER OPERATION, OR WITH SECURITY SYSTEM OR COMPUTER TERMINOLOGY. PROVIDE EACH OPERATOR WITH COMPLETE, PRINTED OPERATING INSTRUCTIONS AND BRIEF SUB-SYSTEM DESCRIPTION IN MANUAL OR HANDBOOK FORM. DOCUMENTATION SHALL COVER ONLY THOSE TASKS THAT CONSOLE OPERATORS ARE REQUIRED TO PERFORM.

D.

E.

Action: Add Section 3.8 TESTING to read: A. FOUR (4) WEEKS PRIOR TO THE COMPLETION OF THE PROJECT, THE INTEGRATOR SHALL SUBMIT FOR REVIEW, A DETAILED TESTING CRITERIA, INCLUDING A COMPLETE CLIENT ACCEPTANCE CHECKLIST, AND OUTLINING TEST PROCEDURES FOR EACH SYSTEM & SUBSYSTEM. 1 TESTS SHALL DEMONSTRATE THE RESPONSE TIME AND DISPLAY FORMAT OF EACH DIFFERENT TYPE OF INPUT SENSOR AND OUTPUT CONTROL DEVICE. RESPONSE TIME SHALL BE MEASURED WITH THE SYSTEM FUNCTIONING AT FULL CAPACITY. COMPUTER OPERATION SHALL BE TESTED WITH THE COMPLETE DATA FILE.

B.

THE INTEGRATOR MUST DEMONSTRATE TO THE SATISFACTION OF UNIVERSITY OF ALBANY AND TM TECHNOLOGY PARTNERS, INC. THAT THE

SYSTEM HAS BEEN COMPLETELY INSTALLED, THAT BEST INSTALLATION QUALITY HAS BEEN PERFORMED, AND THAT THE SYSTEM AND ALL OF ITS COMPONENTS ARE PERFORMING IN ACCORDANCE WITH ALL SPECIFICATIONS. C. PRIOR TO REQUESTING THE WITNESSING OF ACCEPTANCE TESTING, INTEGRATOR SHALL PERFORM A FULL INSPECTION AND TEST, AND SHALL CERTIFY IN WRITING TO UNIVERSITY OF ALBANY THAT THE SYSTEM IS FULLY FUNCTIONAL AND OPERATING PER THESE AND MANUFACTURERS SPECIFICATIONS. IF, DURING WITNESSING OF TESTING, IT IS EVIDENT THAT THE SYSTEM IS NOT COMPLETELY INSTALLED AND/OR FUNCTIONING PER SPECIFICATIONS, TESTS MAY BE ABANDONED UNTIL ALL WORK IS COMPLETE. THE INTEGRATOR SHALL BE BACK-CHARGED FOR ANY TIME AND EXPENSE INCURRED BY GENRE. UPON COMPLETION OF TESTING, TM TECHNOLOGY PARTNERS WILL PREPARE AND ISSUE A WRITTEN PUNCH LIST OF ANY DEFECTIVE ITEMS. INTEGRATOR SHALL IMMEDIATELY REVIEW THE PUNCH LIST AND PROVIDE, IN WRITING, A SCHEDULE FOR CORRECTION OF DEFICIENCIES. UPON COMPLETION, THE INTEGRATOR SHALL CERTIFY, IN WRITING, THAT ALL DEFECTS HAVE BEEN CORRECTED AND THAT THE SYSTEMS ARE AVAILABLE FOR FINAL INSPECTION AND RE-TESTING. UNIVERSITY OF ALBANY SHALL SUPERVISE FINAL INSPECTION AND TESTS. THE SCOPE OF TESTING SHALL INCLUDE ALL PUNCH LIST ITEMS AND A SAMPLING OF OTHER COMPONENTS/OPERATIONS. IF ALL PUNCH LIST ITEMS ARE TESTED SATISFACTORILY, GENRE SHALL CONSIDER THE SYSTEM TO BE 100% OPERATIONAL. FINAL SYSTEM ACCEPTANCE SHALL NOT BE GRANTED UNTIL ALL AS-BUILT DOCUMENTATION HAS BEEN SUBMITTED AND APPROVED. THE ONE-YEAR SYSTEM WARRANTY SHALL BEGIN FROM THE DATE OF FINAL SYSTEM ACCEPTANCE. FINAL SYSTEM ACCEPTANCE SHALL BE GRANTED IN WRITING STATING THE DATE OF ACCEPTANCE. THE WARRANTY PERIOD SHALL COMMENCE ON THAT DATE ONLY.

D.

E.

F.

G.

H.

Item #21: Project Manual Section 321313 Concrete Paving Action: Section 1.1, Article A, Number 5 Add: Roads Action: Section 2.2, Article A, Number 3 Add: In conformance with NYS DOT Section 502 Portland Cement Concrete Pavement. Action: Section 3.7, Article B Add: Comply with ACI 305 for warm-weather and ACI 306 for cold-weather protection

Item #22: Missing from 11-8-10 Bid Submission: Project Manual Section 321400 Unit Paving

Action: Add Section in its entirety (see attached). Note: Revised drawings listed below have changes bubbled and identified with revision symbol two surrounded by a triangle. Item #23: Civil drawings revised: C-121, C-131, C-141, C-501 Action: Replace sheets in their entirety (see attached) Item #24: Landscape drawings revised: L-201, L-301, L-302 Action: Replace sheets in their entirety (see attached) Item #25: Architectural drawings revised: A-301, A-302, A-412 Action: Replace sheets in their entirety (see attached) Item #26: Mechanical drawings revised: H-100, H-200, H-201, H-202, H-203, H-204, H-303, H-401, H-502, H-603, H-702 Action: Replace sheets in their entirety (see attached) Item #27: Plumbing drawings revised: P-100.1, P-300 Action: Replace sheets in their entirety (see attached) Item #28: Fire Protection drawings revised: FP-200 Action: Replace sheets in their entirety (see attached) Item #29: Electrical drawings revised: E-200, E-200S, E-200T, E-201, E-202, E-203, E-300, E300T, E-304, E-400, E-400T, E-600, E-601, E-602, E-700 Action: Replace sheets in their entirety (see attached)

End of Addendum 2.

Minutes of Meeting-DRAFTMeeting Date: Subject: Prepared by: November 19, 2010 Pre-Bid Walk Through Matt Cornett Project Name: UAlbany New School of Business Building Project No: SUCF Proj. No. 01A51 PW Proj. No. 031529.000 Attendees: Brad Bunzey Chris McGrath Tony Alfieri Matt Cornett Luke Timmerman Pat OConnor Bob Diamond Jim Hagan Joe Panton Stephen Bocwinski Galen Pereau Patrick Jones Maurizio Cassano Brian Conlin Heinrich Augustin Anthony Corradi Tom Ownes Scott Vanroy Unda Powell Wally Frantsov Frank Sharkey Russ Danforth Kenneth Rizzo Rodloy Gland Craig Mitchell UA SUCF PW PW Skanska MLB KBE Northland Pike Fusco Jersen McBain UWM UWM Roschmann Bette & Cring Bette & Cring AV Corp. NCS Campito FPI FPI Sano-Rubin Sano-Rubin Kirchhoff-Consigli

The purpose of the meeting was: To walk the bidders through the project site and offer an overview of the scope of work.

Minutes of Meeting, cont.UAlbany New School of Business Building Visitors Parking Lot Pre-Bid Walk ThroughMay 11, 2010

Page 2 of 2

Below summarizes questions raised during this walk-through. Responses are list directly below the question in bold. 1. There are 3 spec sections for hazardous material but nothing noted on the drawings? Response: Hazardous material scope will be further defined in a later addendum. 2. It was noted in the walkthrough that the project is going for LEED Gold. Project Manual states LEED Silver. Which is it? Response: Building is to achieve LEED Gold. This is reflecting in Addendum 2. 3. Can manufacturers that are not listed in the specs be used? Response: Refer to Agreement, Section 2.20 (page A-10) Article B for equivalents approved equals.

cc:

Project File

The foregoing constitutes our understanding of matters discussed and conclusions reached. Other participants are requested to review these items and advise the originator in writing of any corrections or modifications within ten days of their receipt.

P:\NewYork\31529-SUNY_Albany_NBS\DOCS\06.0-BiddingCorresp\2010-11-19_MM_Pre-Bid-Walk-

Through.docx

RFI Responses

To: Bidders From: Matt Cornett

Date of Issuance: December 3, 2010 Project Name: State University of New York At Albany New Business School Project No: 01A51 (031529.000) Bid Docs Dated: November 8, 2010

Owner: SUCF

1. Question: Please specify the product or basis of design of the anchor and fasteners required for the stone cladding system. Response: Refer to Specification Section 044200, Item 2.4. No specific manufacturer has been listed. Anchors are specified using performance, description and reference standards. 2. Question: Detail 4A on A-504 calls for wall system type 3 but the pattern shown is similar to a 3A system. Please clarify what type of system is to be used. Response: Exterior stone is 3 and 3-1/2 thick as indicated. Interior stone is 2 thick. 3. Question: Detail 5A on drawing A 553 shows 2 thick stone however the wall type indicates 3 stone is required. Please confirm the stone thickness at this area. Response: See response to item 2 above. 4. Question: Could an alternate stone cladding product that utilizes a stone veneer panel and composite substrate be considered as an or equal product to the requirements of spec section 044200. Response: This is not the design intent and will not be accepted. 5. Question: The structural drawings do not contain specific information on fastening of the pre cast panels. The spec indicates the design and engineering of the fastening devices is solely up to the pre cast manufacture. Will there be forthcoming documents that contain how the panels are to be fastened as to avoid any discrepancies in pricing. Response: Precast panel structural design shall be performed by the panel manufacturers engineer licensed in the state of New York. Our structural engineer will review panel manufacturers engineers calculations and details. 6. Question: Please advise as to which doors get automatic door operators. The drawing door schedule and the spec section door schedule are different. Which one is correct? Response: Hardware spec section was revised in Addendum 1.

7. Question: Please let us know where the sandstone is quarried and what granite & finish is desired. Responses: The Atlantic Greenstone is Quarried in Delaware County, NY. Granite finish for exterior horizontal surfaces to receive a flamed finish. Vertical exterior surfaces to receive a honed finish. Granite to match Landscape specification. 8. Question: Will separate RFPs be going out for Special Inspections and Construction Materials Testing Services? If so, who will be Handling them? Response: Special inspections, air monitoring and testing etc. are construction testing services procured by Owner. 9. Question: The drawings call for slip critical bolts. Can bearing bolts be used instead? If slip critical bolts must be used, are they to be designed to a limit stated design or service state design? Response: Per Drawing S-001, unless specifically noted to the contrary, all bolted connections shall be made with slip-critical A325 or A490 bolts. Unless specifically noted to the contrary, all connection forces provided in the drawings are factored forces. 10. Question: The lighting drawings have a symbol TS in a diamond shape. This symbol is not in the symbol list on drawing E-001. What is this symbol? Response: TS indicates Touch Screen control station. Refer to Lighting Control specifications for further details 11. Question: Drawing E-200T: In the pedestrian tunnel there is a F17A designation. F17A is not in the fixture schedule. Please advise. Response: Fixture shall be designated F17, not F17A. Refer to E-200T in future addendum for corrected fixture type designation. 12. Question: Drawing E-201: In the tele/data room 01013, there is a fixture type B1. Is that the correct fixture for this room? Response: Fixture type is F15. Disregard B1. 13. Question: Drawing E-201: In the electric room 01017, there is a fixture type B2. Is that the correct fixture for this room? Response: Fixture type is F15. Disregard B2. 14. Question: Drawing E-202: In the student services suite room 02041, there is a fixture type F6. In the fixture schedule F6 is not used. Please advise. Responses: Fixture should be F12 designation. Refer to E-202 in future addendum for corrected fixture type designation. 15. Question: Drawing E-202: In the room 2041b, there is a fixture type F7D. In the fixture schedule F7D does not exist. Please advise. Response: Fixture should be F7 designation. Refer to E-202 in future addendum for corrected fixture type designation. 16. Question: Drawing E-202: In the corridor 02001, there is a fixture type F24. In the fixture schedule F24 is not used. Please advise. Response: F24 does not exist. Fixture was deleted in Addendum 1.

17. Question: Drawing E-202: In the upper lobby there is a fixture type F54. Are these fixtures in the correct location? Please advise. Response: F54 fixture is vertically mounted in columns. Refer to specification section 265113 Appendix A for description and type. 18. Question: Drawing E-203: in the faculty lounge room 03102, there is a fixture type F1. Are those F1 fixtures? Please advise. Response: There are no F1 fixtures in the faculty lounge 03102. There are F12, F7, F29, F50, & F56 fixtures only. E-203 is correct in this area. Please verify fixture type and locations. 19. Question: Drawing E-203: In the stair 2ST03, there is a fixture type F7 designation without a fixture. Should there be an F7 fixture in this location? Please advise. Response: This is correct. The drawing E-203 shows the fixture F7 is recessed in the ceiling in that location. Quantity of 1. 20. Question: Drawing E-200S: Please provide a specification for the type A fixture. It is not on drawing E-001 where the note indicates. Response: Fixture type A schedule is on E-200S. Part of Addendum No. 1 21. Question: All drawings: Please confirm the scale to be 1/8 equals 1. There is no scale shown. Response: All electrical drawings are 1/8=1-0 unless otherwise noted. 22. Question: Please provide specifications for the Audio/ Visual drawings. The A/V drawings reference items where no specifications or additional information appears available. Response: Specification sections are included for Projection Screens (Section 11 5213) and Motorized Projector Mounts (Section 11 5215). All other infrastructure items are identified in the legends and schedules (sheets AV-001, AV-002) and on the Riser Diagrams (sheets AV-300 series). Specifications for AV Systems (equipment, components, associated hardware, cabling, etc.) are NOT provided at this time. These will be specified separately in a late bid packaged yet to be developed. 23. Question: Drawing E-301: Please provide location for panel RP211. (not shown on drawing E301) Response: This will be addressed in a future RFI response. 24. Question: Drawing E-500 & E-300: Enclosed circuit breakers shown on the one line drawing do not seem to match those shown on drawing E-300. Please advise. Response: Follow one-line. This will be addressed in a future RFI response. 25. Question: Drawing E-300: The drawing shows the 15kv feeders in two locations. Is it the single dotted line coming from the storage room or what appears to be a duct bank just above column line 2? Response: Single dotted line from storage room. Disregard other location. 26. Question: Drawing E-500 Key note 1: 15kv feeder to be in 5 PVC concrete encased conduit. Spec section 260530-11 C.2 indicates RMC shall be used for all medium voltage feeders. Which is correct?

Response: RMC to be used above ground and for elbows. PVC is to be used in concrete encased applications. 27. Question: Drawing E-500: A 400A ECB is shown for the fire pump. Where is this located? I cannot find it on the drawings. Response: Location is where the 150A circuit breaker is indicated. This will be addressed in future a RFI response. 28. Question: Drawing E-500: Cable to the fire pump room is shown as 2 hr rated RHW. Spec section 260530-31 3.4 indicated MI cable. Which is correct? Response: Fire pump cable shall be RHW per drawing E-500. Specs will be updated to reflect drawing. 29. Question: Are there any permit fees to be included in the bid proposal? Response: An allowance of $100K shall be carried by the contractor for the new gas service from National Grid. This has been added to Addendum 1. The contractor is responsible for the cost of any other work related permits - the Fund draws the building permit. 30. Question: When is the anticipated Notice to Proceed? Response: Authorization of an awarded contract to the low bidder will be dependent upon successful completion of the post bid information requirements - work is documented in the bid set for construction start on project phasing plan and in the proposal. 31. Question: Please confirm that Appendix A is not to be submitted with the initial bid. Response: Refer to the Notice to Bidders section in the front end of the specifications for the instructions of bid packet requirements. 32. Question: Agreement Section 4.14.1, pg A-21, (regarding Payment for materials stored off site) states that payment will be made for material which is in short/critical supply. Due to the uncertainty of the steel market, steel fabricators are requesting payment for unfabricated steel, stored in their yard for this project. This payment will allow fabricators to purchase steel direct from the mills and thus eliminate the need for any contingency for steel increases. Please confirm steel fabricators can bill for and be paid for stored unfabricated steel stored in their yard. Response: The answer on payment for materials stored off site only applies to the definitions as described under the stated section 4.14.1, pg A-21 of the Agreement and excludes unfabricated materials. 33. Question: Spec Section 321400 Unit Paving is not in our set; but in the Table of Contents. Please provide. Response: This has been provided in Addendum 2.

For comments 33-36, Refer to drawing TC-300A.00 symbol

in many rooms.

B,G is actually 2 stations ( 1- N2 B and 34. Question:Can we assume the symbol N2,N4 1- N4 G)? Response: No, contractor should disregard the N4G symbol as there is no data associated with the letter G designation. 35. Question: If so I cannot find a N4 G description on Title page TC-101.00. Can you provide a description of the N4 G data station? Can I assume the N2,N4 B,G symbol includes all the cables needed for the entire station including the boxes shown above or do we need to add cables for the individual data drops shown above? Response: At this time location N4G does not require data cabling therefore no description will appear on drawing TC-101. Provide cables to each individual data drop symbol. 36. Question: Are the boxes above the symbol N2,N4 B,G all part of the AV assembly shown as

on AV drawing AV101. Response: N4G is a wall box that sits directly above N2B. N4G does not require any data at this time. Provide data cables to location N2B as required. 37. Question: Are the receptacles shown the same as the receptacles shown on the power drawings? Response: In general yes. If either sets of drawings call out device that are not on the other, those devices shall be included in the project. 38. Question: Refer to Drawing TC.302A.00. Can you provide a description for this symbol ? Response: This symbol does not receive any data cables. Do not provide data cables to this location as there is no data associated with the letter G designation. 39. Question: On drawing TC-302A.00 there is a symbol N2 D. I do not see the designation on the Title page TC-101.00. Can you provide a description? Response: Furnish and install six (6) plenum rated 4-pair category 6 unshielded twisted pair cables. Terminate each UTP cable on the RJ-45 jack. Homerun cables to the corresponding IDF room. At the IDF room end, terminate cables onto Cat-6 patch panels mounted on the open bay racks. For each symbol shown install one (1) 6-port single gang wall faceplate and six (6) RJ-45 insert modules. 40. Question: On drawing TC-302A.00 there is a symbol N2 C. I do not see the designation on the Title page TC-101.00. Can you provide a description? Response: Furnish and install four (4) plenum rated 4-pair category 6 unshielded twisted pair cables. Terminate each UTP cable on the RJ-45 jack. Homerun cables to the corresponding IDF room. At the IDF room end, terminate cables onto Cat-6 patch panels mounted on the open bay racks. For each symbol shown install one (1) 4-port single gang wall faceplate and six (6) RJ-45 insert modules. 41. Question: Most of the AV details on Drawings AV500 through AV504 show plywood blocking. There is a large quantity of blocking required for the AV equipment. Who is to provide this blocking?

Response: Blocking shall be provided by the general contractor. General contractor shall coordinate locations. 42. Question: Drawing A-600.2 Reflected Ceiling Plan Tunnel Partial Reflected Ceiling Plan Existing spaces. There is a note that indicates to provide new light fixtures for Existing Classroom B000C, Existing Classroom B000E, and Existing Corridor B000F. There is no detail or call-out of this area to view the fixture type, and quantities. Where can these be located? Response: For Bidding, provide 37 F-3 fixtures and 2 F-26 fixtures for existing spaces. 43. Question: Proposal form has space for a field order allowance. Dollars are not defined on bid form or in Schedule III. Response: This has been addressed in the Addendum 2. 44. Question: We did not receive the special envelope to use for our bid. Response: They were sent out on 12-2-10. 45. Question: See section 01001 page 40 please complete regarding both schedule and liquidated damages. Found liquidated damages defined as $1900 per day on proposal form. Response: There are no phases on this project. 46. Question: Inserted in specifications after section 01001 are sections 13280 asbestos abatement, 13281 lead remediation, and sections 13282 caulk removal. These are not listed in the specification table of contents nor can we find this work defined on the drawings. Response: This will be addressed in a future RFI response. 47. Question: Other than a substantial completion date of 8/21/2013 is there a preliminary schedule/phasing plan to be followed? Response: See drawing No. C-102 and Division 1-General Requirements, Section CSpecial Conditions for special project schedule/phasing. 48. Question: LEED Silver intended will a scorecard be provided? Response: Project is going for LEED Gold. This is reflected in Addendum 1. A scorecard was also included in this addendum. 49. Question: Section 01001 pages 6 to 8 call out field office supplies for consultant. Is field office for the consultant by others? Response: The field office and supplies for the consultant are the responsibility of the Contractor. See Addendum 2 for included information on these items to be provided by the contractor. 50. Question: Section 014010 Acoustical performance of partition assemblies is this by Owner or contractor? Response: The acoustic performance (STC rating) is defined in the drawings and specifications for the various assemblies. This specification outlines the tests to be performed by contractor to measure the acoustic performance of installation. 51. Question: Drawing L-303 shows an info kiosk. Please advise specification for this item, if provided by this contract. Response: This will be addressed in a future RFI response.

52. Question: After drawing L-403 there is an irrigation plan (unnumbered drawing). We find no specification section for this irrigation work if to be included in our bid. Response: There are specification sections for this work. 53. Question: In a number of specification sections we are getting requests from subcontractors to bid particular work but they are not a listed manufacturer or fabricator under products. Please clarify if they are acceptable: i. J.P. Carrara & Sons, Inc. or Coreslab Structures under section 034513 Precast Architectural Concrete ii. Roschmann Steel & Glass Constructions under section 084423 Glass FIN Supported Curtain Walls Response: See the Agreement, Section 2.20 Articles A and B for equivalents. 54. Question: Detail 1C/A-412 calls out monorail system at exterior soffit. Large scale detail 2B/A-422 does not show this. Please advise. Response: Refer to detail A/S-524. 55. Question: Wall types called out on drawings A-301 and A-302 do not all appear to be correct per descriptions on drawing A-410 and larger details 3C and 4C/s A-412 and 4C/A413. Some wall types in detail 4C/A-415 do not appear to be correct (at what we believe is wall type 06). Response: This has been addressed in the Addendum 2. 56. Question: ANS Advanced Network Services is requesting alternates for the following Items: section 27 10 00- p.3, 2.2.A.1 - Panduit be approved as an equivalent to CPI; section 27 10 00- p.4, 2.3.B.1 - Panduit be approved as an equivalent to Krone; 27 10 00- p.4, 2.5.C.1 Panduit be approved as an equivalent to CPI; 27 10 00- p.5, 2.6.D.1 - Eaton be approved as an equivalent to CPI; 27 10 00- p.5, 2.7.A.1 - General Cable be approved as an equivalent to Hitachi; 27 10 00- p.5, 2.7.A.1 - Panduit be approved as an equivalent to Krone; 27 10 00p.7, 2.11.A.1 - General Cables GS6500E cable for use as an alternate to ADC TruNet (this cable meets or exceeds all the requirements listed in Section 2.11-B), 27 10 00- p.7, 2.12.A.1 - Panduit be approved as an equivalent to Krone. Response: See revised items in Addendum 2 of this spec section. See also the Agreement, Section 2.20 Articles A and B for equivalents. Per this section, more information is required for review by consultants. 57. Question: Drawing A-841 shows the signage that is required along with the message schedule. Under the signage legend it shows NB-3 which is a message bulletin board, however, it does not show it to the left on the message schedule so I am unsure as to how many are required, if any. This drawing also shows under the signage legend type RI-4 take the stairs but again, does not show on the message schedule. Need to know the qty. Response: Currently there are no NB-3 boards in the project. For pricing, carry eight (8) RI-4 signs. 58. Question: Is this project tax exempt? Response: No. 59. Question: Please confirm that the contractor is responsible for the building permit. Response: No. SUCF is the authority having jurisdiction and procures the building permit.

60. Question: What is the anticipated start date on this project? Response: Refer to Site Phasing Plan C-102 for construction phases and schedule. 61. Question: Every page of specification section 034500 is labeled as page 1. Response: Noted. 62. Question: Drawings A-416, A-417 & A-418 are listed in the index of drawings (G-001) but the drawings are not included in the bid set. Please confirm that these drawings are to be included in the contract bid documents. Response: Drawings have been included in Addendum 1. 63. Question: What is the make-up of the cul-de-sac as depicted on drawing L-101? Asphalt Pavement? Also, where are the striping & signage plans located? Response: The circle is Portland Cement Concrete. There are no striping plans at this time. 64. Question: From looking at the fireproofing drawings A-020 thru A-023, it is not clear to me whether the roof steel is to be fireproofed or not. All drawings show fireproofing at certain marked areas but only reference floor steel and not roof steel. Can you confirm whether or not the roof steel needs protection? Response: Stair and Elevator shaft roof steel to be fireproofed for 2 hours. No other sections are required. 65. Question: Per detail 3A on A-431 there is a note indicating that the stainless steel bracket, which connects to the glass fin, is continuous and the specs indicate full height stainless steel plates. However, in section view on page A-412 they are shown as intermediate brackets only which is what we believe should be otherwise there is no real reason for the glass fin system. Please confirm ASAP if these are continuous or not. Response: The vertical receiving channel that connects the fin with the exterior glazing is continuous. Brackets shown in 3A/ A-431 are patch fittings and not continuous. 66. Question: In the storefront specification (084113-14, paragraph 2.5) there are balanced doors. However, looking through the door schedule and the finish hardware sets, I am not seeing anything that identifies the balanced doors. Can you confirm which doors are to be balanced doors or if this is a spec error? Response: Entry doors are to be balanced doors. These doors include: 01000A, 01000B, 01001A, 01001B, 01008A, 01008B, 01001C, 01001D. 67. Question: In reviewing the door hardware for doors, I am noticing that many of the hardware set numbers listed on the door schedule do not correspond with that of the spec. They do correspond with the set numbers on page A-821 but, those are basic and do not have the make and models as the spec at all. Also, there is a set 10C1 in the spec which is for study rooms door in a glass partition. This is not called out for in the door schedule. Please clarify set numbers and corresponding doors ASAP. Response: This has been addressed in Addendum 1. 68. Question: It is indicated in Section 03 45 13 Part 1 Article 1.3.B.2.a that the panel should be designed for window dead loads and translation of wind and other loads. What are the loading values we should consider for pricing purposes?

Response: Window dead loads to be provided by the window manufacturer. Please refer to S-003 Item G for the wind load parameters and item H for the seismic load parameters. 69. Question: It is indicated in Section 03 45 13 Part 1 Article 1.3.B.2.b that the reinforcement shall be positioned to avoid conflict with anchorage system. At what size and spacing should we assume the anchorage system to be? Response: The window anchorage system is by the window manufacturer. The intent of this portion of the spec is that coordination needs to happen between the two systems. 70. Question: It is indicated in Section 03 45 13 Part 1 Article 1.3.B.9 and Article 1.3.E that the precast panel be designed for the window washing system. At what loading values shall we assume the washing equipment to be and how are the connections to the precast panel made? Please clarify on equipment configuration and loading. Response: There is window washing equipment on the project, however, there are no loads due to window washing equipment imposed on the precast panels. 71. Question: It is indicated in Section 03 45 13 Part 1 Article 1.3.D that the fire, smoke and draft barrier is to be made integral to the precast panel. Accumulation of PCIs production and erection tolerances in respect to the in situ tolerances will not allow for a true barrier. Typically joints are sealed in situ with a specified caulking material meeting the designers requirements. How should we proceed? Response: The barrier referred to in Section 034513 refers to the exposed edge of the rigid insulation between the inner and outer precast withes. The sealing of the wall/floor intersection is described in Section 078413. 72. Question: It is indicated in Section 03 45 13 Part 2 Article 2.2.B.1 that Expanded Polystyrene (foil backed) is to be used. Section 03 45 13 Part 2 Article 2.11.A does not mentioned foil backed. The foil material is typically used for polyisocyanurate and is not available on the market for the XPS format. N.B. The foil material deteriorates when in contact with concrete. Typically insulation for precast is XPS board without sheathing or facing. If facing is required, then ISO-CAST from DOW is normally used, the facing on this product is designed not to deteriorate in a concrete environment. How should we proceed? Response: Extruded polystyrene shall be used. The foil facing may be omitted. 73. Question: It is indicated in Section 03 45 13 Part 2 Article 2.6.B that behind precast panels and encapsulated within the exterior wall that galvanized steel should be used. It is indicated in Section 03 45 13 Part 2 Article 2.14.C.2 that stainless steel is to be strictly used. Please elaborate on the definition of exterior wall as it relates to the architectural precast wall. Response: Please provide stainless steel. 74. Question: It is indicated in Section 03 45 13 Part 2 Article 2.11.B that the wythe connector is of galvanized steel reinforcement or wire. Where drawing A-410 Wall Type 01 indicates the tie as being stainless steel. Please clarify. Response: Please provide stainless steel. 75. Question: The architectural elevation drawings A-301 and A-302 note: PANEL JOINTS @ COLUMN. Upon review, the panel joints do not line up with the column, the panel joint/gravity loading is consistently eccentric to the center line of the column. Please verify that the column is designed for such a case.

Response: The column is designed for the precast panel self-weight and the eccentricity between the column center line and the panel center line. The column is not designed for the eccentricity between the panel joint and the column center line. We understand that the precast panel system will be designed to consider this eccentricity per detail 3/A-431. 76. Question: Proposal Form: Art 5.a Bid Item 2 Field Order Allowance Is there an allowance required? If required please provide value to be included in proposal. (Most recent SUCF projects bid have included this allowance). Response: A Field Order Allowance has been listed in Addendum 2. 77. Question: Specification 084400 Exterior Wall General: Art 1.2.A Delegated Design Requirements Is it the intent that the Contractor provide a complete design for the entire exterior wall system, or is the requirement met within each section with design provided by manufacturers NYS licensed engineer? Art 1.5 Quality Assurance Is this testing by Owners testing agency? Art 3.3 Laboratory Testing and Quality Control Is testing at Independent Testing Lab required in addition to the on-site mock-up? Response: The design is completed. Delegated Design Requirements refer to delegated engineering to be performed. For each exterior wall system, each wall system manufacturer shall employ an engineer licensed in the state of New York. Third party testing is by the Owner and not included in the Bid. Testing at an independent testing lab is required in addition to the on-site mock-up. 78. Question: Specifications 05 10 00 Structural Steel and 05 30 00 Metal Deck & Shear Studs: Please advise whether composite structural framing and/or metal decking, as designed and specified, require shoring to support construction loads. Response: The structural steel and metal deck are designed to support the construction load and no shoring is required. However, per 05100.1.10.H.1, 05100.1.10.K, 05300.1.10.G.1 and 05300.1.10.J, shoring may be required to compensate for the lack of completion of portions of construction and shoring is required for installation of equipments. Furthermore, shoring is required if Contractor opts to reduce the concrete volume per spec 03300.3.8.A. 79. Question: Specification 32 14 00 Unit Pavers: Specification is referenced, but not included in documents. Drawing L-301 Landscape details Detail 2/L301 indicates Bituminous Concrete Base with 2 layers of asphaltic concrete @ 6 thick, please provide asphalt type & thicknesses required for each layer. (Note 6 asphalt at pavers exceeds thickness [4] shown for Heavy Duty paving detail 4A/C-501) Response: Specification section 32 14 00 has been included in Addendum 2. Revise bituminous concrete base notation to asphalt binder course, type 3 n.y.s.d.o.t. item 403.13 to match the civil drawings. We will be doing (2) 3 lifts of asphalt binder course. 80. Question: Drawing E-200 Lower Level Lighting Plan Addendum No. 1: In Corridor B001 there are five (5) fixtures that are not identified. In the original drawings, these were identified as a F53 fixture type. Are these fixtures still type F53 or have they changed in Addendum No. 1? Response: In Lower Level Corridor B001, Lighting fixtures F53 no longer exist. 81. Question: What spec section can ACT-07 and 08 be found?

Response: Both are located in Section 095133. 82. Question: According to spec section 2333100, page 7, subparagraph 2.2 A. Duct Construction Schedule: the second ductwork location specified (from the top) states within 50-0 from Air Handling units to be double wall with solid metal liner. The fifth ductwork location specified (from the top) states Return within 50-0 of the Air Handling units to be double wall with solid metal liner. Should all duct (i.e. supply/return/exhaust/outside air) within 50 of the air handling units be double wall? Or, should only the supply and return ductwork within 50 from the AHUs be double wall construction? Response: Yes, all ductwork (supply, return, outside air, relief air) within 50' of the AHUs shall be double wall with solid metal liner, as indicated in the second item of the table. 83. Question: For contractor supplied items, does the computer have to be a Dell? Response: Refer to the Agreement, Section 2.20 Articles A and B for equivalents. 84. Question: For contractor supplied items, does the computer software have to be Office 2007? This is no longer readily available. Is Office 2010 acceptable? Response: This is acceptable. 85. Question: Please see Bid Form, page P-1, Item 5.,a.,(2) Field Order Allowance is this where we insert the $100,000 for the National Grid work? If not, what value is to be placed here? Response: These are two separate numbers. The Field Order Allowance is identified in Addendum 2. 86. Question: Please see SCHEDULE III, Field Order Allowance on page A-39 of the specifications. This seems to indicate that the Field Order value is included in the Total Bid Amount. The Bid Form, page P-1, P-2 indicate that these two amounts are separate. Please confirm that Schedules I, II, III (A-39) are not to be submitted with the Bid. Response: These are two separate numbers that should be added for a total as shown on the Proposal. See Addendum 2 for revised Proposal. 87. Question: Please see Information for Bidders Page IB-2, Item (7). If a bidder chooses to modify their Bid by means of the fax as indicated; is there any guarantee that a duly authorized employee of the Fund will be available to receive the modification at all times right up until the closing time of 2:00 pm? Response: Yes, the Fund will check for all transmitted faxes prior to opening of bids at 2:00 on the bid date. 88. Question: Please see section 02 41 19 Selective Structure Demolition, 1.8, C., 1. It states Hazardous Materials will be removed by Owner under a separate contract. There are Spec Sections 13280 Asbestos Abatement, 13281 Lead Remediation and Caulk Removal, 13282. Is hazardous material removal and disposal part of the Bid? Response: Yes, hazardous material removal is part of the Bid. 89. Question: Please see Spec Section 05 10 00 Structural Steel, 1.8, C. Is the fabricator required to be certified by AISC in Complex Steel Buildings or possess all capabilities and qualifications required for certification? Response: Yes. In addition, the fabricator also needs to meet the other requirements listed in Spec Section 05100.1.8.C.

90. Question: Please see Spec Section 05 10 00 Structural Steel, 1.8, D. Is the erector required to by AISC certified in Complex Steel Buildings? Response: No. However, the erector needs to meet the requirements described in Spec Section 05100.1.8.D. 91. Question: Doors 02005A & 02005B are called out to be aluminum on the door schedule with aluminum frames and fire rated is this correct? Neither the aluminum doors nor the aluminum frames can be fire rated. Please advise. Response: These doors are not rated. Fire rating is maintained by use of sprinklers. 92. Question: Hardware Set #11C is listed on the door schedule for doors 03005B, 03011, and 03017 but not included in the finish hardware sets. Please advise. Response: Hardware sets for these doors shall be 9C. 93. Question: Regarding the Fire Alarm for this project. We noticed that you have specified Simplex or Notifier. Can you tell us what the existing network head-end is that the new equipment would have to tie into? Response: Both are on Campus. Simplex is preferred as it is the basis of design. 94. Question: Bid Spec Division 27 Section 27-05-00-9, Paragraph 2.3 Conduits & Backboxes for Communications Systems and, Par 2.4 Cable Trays for Communications Systems are normally in the Electrical Spec not in the communications spec. Please clarify. Response: The Cable tray shall be furnished and installed by the telecom contractor. Conduit stub ups and back boxes shall be furnished and installed by electrical contractor. 95. Question: Drawing ETC 700.00 NOTES (Termination Devices) States the contractor is to furnish & install (1) empty conduit stub up to the accessible ceiling and (1) double gang box with single gang reducing collar & drag line. (Also this is normally in ECs Spec. Please clarify. Response: Contractor shall furnish and install all conduit stubs and back boxes related to the IT infrastructure. 96. Question: Drawing TC 700.00 Notes (Item #9-Furnish & install Patch Cords, refer to TC-202 for quantities & types). There is no TC-202 Drawing anywhere. Please clarify. Response: Disregard reference to drawing TC-202. For patch cord information refer to the bid specifications division 27 section 27 10 00 -8 structured cabling. 97. Question: Drawing TC 700.00 Notes (Item #13-Contractor to install client furnished equipment, this includes the wireless access points (Qty to be determined) Please clarify, what equipment & where? Response: Note #13 on drawing TC-700 refers to the installation of wireless access points only. All wireless access points should be furnished and installed by contractor. 98. Question: Drawing TC 700.00 Notes (Item #1-Furnish & install All racks, UPS, ladder rack & cable termination hardware shown unless noted otherwise. The UPS is not specified anywhere in the Spec. Please clarify. Response: See Specification section 263350 for UPS system. 99. Question: Please see the Exterior Elevation Drawings. There is Wall Type 03A (Stone per exterior wall types drawing) depicted in areas which appear to be glazed. Please clarify. Response: Exterior elevation key notes have been revised in addendum 2.

100. Question: Please see detail 3A/A-421; the support angle for the metal grate (MG-01) appears to be set upon wood blocking and the earth is placed up against the metal angle. How is the support angle to be anchored to the foundation? Response: Angle to fasten to concrete wall by thru bolting and set in epoxy. There is no wood blocking used. Use stainless steel shim pack for leveling. 101. Question: Please see Door Schedule; there are some AL/GL doors and AL frames that are not typically Back of House doors and are scheduled to receive P-04 as the finish. In the keynotes, P-04 is Paint (Back of House Doors). Is this correct? Response: P-04 is the correct designation. Disregard (Back of House Doors). 102. Question: I cannot find anything in the Technology drawings the tells us what size conduit we are to run for all data drops. Title page TC-101.00 gives descriptions but no conduit sizes. I see the TV drops on E-001 are in 1EMT to the Hall. What size conduits do we need for the data drops or phone drops and where do they need to run to? Response: Refer to telecommunications drawings ETC-700 for the conduit size description by outlet type. 103. Question: Is it permissible to run the lighting Control System Data Cabling in the cable tray with conduit sleeves in the walls? Response: Yes, provide fire rating as required. 104. Question: Where do the Relay panels and Dimmer panels get power for fans, processors, power supplies etc.? The drawings do not indicate circuitry for this. Response: The panels are internally powered and do not require and external power supply. Some loads are automatically jumped over to power the processors. 105. Question: On drawing E203 the symbol F1 appears in room 03120. What is this device? Response: Symbol deleted from room 03120. Refer to Addendum 2.

106. Question: Several rooms will require 26-30 wires to control all of the lighting relay circuits. Being that all of these in many cases are derived from 120 amp circuit, does the wire size need to be increased to #10 or can they be circuited with #12s? Response: Follow specification section 260530-2.3-A for wire size guidelines. 107. Question: Can you provide a Clock Specification and also cabling requirements if any? Response: Clock specification will not be provided at this time.

108. Question: In the Security Specification 28 13 00 under Section 2.1 Manufactures it states: A. Access Control System 1. System Software & Hardware Dorado CBORD Squadron V1000 Network Gateway with CBORD V100 2 door connector unit B. Access Control Devices 1. Card Reader HID Dorado 644 Mag-Stripe RDR with voltage regulator

I am having a hard time finding a vender that will install this system. Can you let us know who installs the security on Campus now or let us know if another Manufacturer is acceptable? Response: Refer to the Agreement, Section 2.20 Articles A and B for equivalents. 109. Question: Regarding Specification Section 114000. #1.19, 2.10 & 2.19: Please provide a make and model # for the faucets for these sinks. We realize that #1.20 is one of the faucets for #1.19, but there is another faucet shown on the plan view. Response: Item 1.19 (Three-Compartment Sink): Advance Tabco Model K-1 12 faucet with K416-LU Wrist Handles. Item 2.01 (Backcounter with Hand Sink): T&S Brass 6 faucet Model B-0222 with wrist handles; faucet aerator to reduce water flow to 1.2 GPM. Item 2.19 (Backcounter with Sink): T&S Brass 12 faucet Model B-0221 with wrist handles; faucet aerator to reduce water flow to 1.4 GPM. 110. Question: Regarding Specification Section 114000. #1.07 Ice Bin: Please provide a make & model number for the ice scoop & holder. Response: 82 oz. Ice Scoop Model 3302593; Ice Scoop Mounting Kit 7622073. 111. Question: Regarding Specification Section 114000. Interior lights are not available per the manufacturer. If required, please provide an alternate manufacturer that has this feature as an option and alternate model #s for 1.10, 1.11, 2.07 and 2.21. Response: Items 1.10 and 1.11 come standard with interior lights. Item 2.07 to be determined. Item 2.21 to be determined. 112. Question: Regarding Specification Section 114000. #1.11:Model # TG2F-4HS has an aluminum interior with a stainless steel floor. The TR2F-4HS has stainless steel exterior and interior. Please clarify which model type is desired. Response: Item 1.11 to be Model TR2F-4HS. 113. Question: Regarding Specification Section 114000. #1.15: This unit comes with 12-1/6 size pans with dividers. If 1/3 pans are used no adapter bars are required. If 1/9, , or size pans are to be used, additional dividers will be required. If additional dividers are desired, please specify model number and quantity. Response: This is to be determined. 114. Question: Please clarify if PT-01/-02 as shown on elevation 4B/A-501 should be P-01/02. Response: Correct. This occurs in two location on 4B/A-501. 115. Question: The specification TOC lists 096813 Tile Carpeting, but this was not provided and tile carpeting is referenced in 096800 Carpeting. Please advise. Response: Specification Section 096813 is no used. 116. Question: The finish schedule shows Vestibules 01000 & 01008 to receive metal grating MG-01, but A-101 shows foot grilles FG-01, please clarify. Response: Vestibule floors are to be FG-01. 117. Question: Please clarify if glazing film GF-01 is intended for the shaded portions of IGL03 as shown in elevations A-523.

Response: Shaded portions to be spandrel glazing similar to GL-25. 118. Question: 4D/A-501 shows wall-mounted stainless rod displays (typical of other areas in floor plans & elevations) labeled as MR-03, but 2.10 of 101100 Visual Display Surfaces called out MR-03 to be a marker board (however MR-01 & MR-02 are marker rails). Please advise and provide further info for the display units are they metal fabrications? Response: Specification Section 101100, Part 2.10, Article A Delete MR-03. This section refers to WB-01 and WB-03. Details for MR-03 are on Sheet A-558. 119. Question: Please clarify the intention for cornerguards at end walls (alcove to main bathrooms, and corridor door pockets should they receive just one as indicated or on both corners? Also, please confirm if they are required at the end walls near 1EL01 & 2, and door pockets near 1EL01 & 2, and end wall at display near 1EL03. Response: Corner guards need to cover both corners. They are not required near EL01 since this wall is clad in wood. Corner near EL02 is required as noted on plans. 120. Question: Section 1.4-A Is any 25 year certified cabling solution acceptable or is the only acceptable 25 year certified solution acceptable that of Krone/ADC TruNet? (this solution is referenced in sections 27 10 00-4 2.3-B-1, 27 10 00-5 2.7-A-1, 27 10 00-7 2.11-A-1 & 2.12-A-1) Response: See Addendum 2 for modifications to this section. See the Agreement, Section 2.20 Article B for equivalents. 121. Question: Section 1.4-C-1 Is it a requirement that the contractor is BICSI certified, or will illustration of sufficient experience be enough to qualify a contractor? Response: Contractor to be BICSI Certified. 122. Question: 27 05 00-6 Section 1.4-C-7 Is the BICSI RCDD required, or can an individual with sufficient industry experience (design and implementation) be substituted? Response: BICSI RCDD certification is required by client. 123. Question: Can you advise where specification 099653 - Elastomeric Coatings applies on the project? 1.1.B calls for it to be applied at the exterior concrete & CMU surfaces, but there is no keynote designation and this appears to be covered with the waterproofings as specified in Division 7. Response: Elastomeric coatings shall be applied to exposed exterior concrete and cmu surfaces. An example of this is at the areaways. 124. Question: Refer to Carpeting Spec 096800 & Drawing A-001 and kindly provide clarification; a. CPT-01 is listed in the spec section as Shaw CPT tile Chroma/Infinite. CPT-01 is also listed on Drawing A-001 as Shaw Cross Weave/Coal, this product is a broadloom carpet. b. CPT-02 is listed in the spec section as Shaw Broadloom Carpet Chroma/Infinite, this product is available as a carpet tile not a broadloom. c. CPT-03 is listed in the spec section as Shaw CPT tile Structure Wave(Weave?)/Coal, this product is available as a broadloom not as a carpet tile. Response: Disregard CPT-01 spec numbers on the keynotes listed on sheet A-001. CPT02 has been revised in Addendum 2. CPT-3 has been eliminated. Use CPT-01 in lieu of CPT-03.

125. Question: Is the intention to provide a carpet cushion, as listed in spec section 096800, at all carpeted areas? Response: Carpet cushions are to be provided. 126. Question: Refer to Drawing A-902;Upper Lobby 02000 is called out on the Finish Schedule to receive CPT-01 & CPT-03. The Finish Plan does not detail this pattern or show the extent of each carpet. Please advise. Response: Hatching patterns showing materials are shown. There is not CPT-03 in this area only CPT-01 127. Question: RB-02 is listed in spec section 096513 as a resilient base selection. Kindly confirm that RB-02 is not being used, as it is not called out on the finish schedule. Response: RB-02 has been eliminated. Use RB-01 in lieu of RB-02. 128. Question: Is the intention to provide resilient base at all concrete pads? Please advise. Response: Base is not required at concrete pads in mechanical and electrical rooms.

129. Question: There seems to be a conflict between the Finish Schedule and the Finish Plans in the following Rooms; a. B012 UAS Pantry, ET-01 or Quarry Tile? Is RB-01 still to be used in this room? b. B010A J.C., RF-01 or Quarry Tile? Response: These two spaces are to receive quarry tile with tile base. The plans govern in this case. 130. the a. b. c. d. e. f. Question: Please advise the floor finishes in the following rooms, as they are not listed on Finish Schedule; 03020 Work Space 03029 Elev 1 Control (listed twice) 03114 Fac. Office 03116 Fac. Office 03119 Fac. Office 03136 Elev 2 Control Response: Faculty Offices to match room 03113. Work Space to match adjacent Corridor. Elevator Control Rooms to match room 03031. Question: Please advise the location of the following rooms listed on the Finish Schedule; 03019 Doctoral STDT Office 03138 Fac. Office 03140 Fac. Office 03143 Elev 2 Control B036 Fire Pump Room B030 Service Vestibule B030A Emerg. Elec. Room Response: 03019 is located on the 3rd floor near gridlines 5 and C and is labeled as faculty office. 03138, 03140, 03143, B036, B030 and B030A have been eliminated.

131. a. b. c. d. e. f. g.

132. Question: Is the intention to have RF-01 in B020 24-person seminar room per the finish schedule, when the other seminar rooms are CPT-01? (Note on A-100.1 states refer to RM B025 was well, which is CPT-01). Please also confirm if the wall paint in this room would still be P-04.

Response: Room B020 to match the other 24 Person Classrooms. Floor shall be CPT-01 and paint shall be PT-01. 133. Question: Please clarify if TB-01 as listed on the finish schedule should be PTB-01, and similarly if TB-02 should be PTB-02. I dont see TB-01 or -02 in the keynotes or specifications. Response: Correct. TB-01 and TB-02 are PTB-01 and PTB-02. 134. Question: Please clarify if P-02/P-03 as shown on the finish schedule for walls in bathrooms 01019, 01021, 02013, 02015, 03035, 03037, B029, B032 & B034 should really be PT-02/PT-03 as shown in the elevations. Response: Correct. P-02/P-03 are PT-02/PT03. 135. Question: Please clarify the spec section for DM-01 decorative mesh metal panels. Response: Decorative metal mesh basis of design is Banker M13Z-293.

136. Question: Please clarify spec section for suspended wood grille ceiling with acoustic blanket. Response: Wood Ceilings are specified in Section 095113 Acoustical Panel Ceilings. 137. Question: Please clarify demolition note 0.8. Who is to remove and who is to reinstall. What do the devices consist of? This area was not available for viewing. Response: For pricing purposes only, devices that need to be re-installed are: 1 duplex outlet, 6 quad outlets, 9 data outlets. Contractor is to reinstall/replace. 138. Question: Is detail 1B/A551, the flush base portion used at corridor walls only? This detail is shown at interior walls of classrooms. Please see detail 4B/A504. Response: Flush base is at corridors only. Reference is to show the whiteboard detail, base detail is similar. 139. Question: Please see detail 5A/A506 and 4A/A506 at wall pattern listed as PT-01 what is the wall type? What is the pattern shown? Response: Wall types are shown on A-100.1 PT-01 refers to tile being applied over the partition type. Pattern is stacked bond. 140. Question: Please verify that the information for Sealant Color found in Spec Section 088000 Glazing is correct. Is black acceptable? Response: Typical insulated glazing units shall have black primary and secondary seals with a black anodized aluminum spacer and black wet seals. The glass fin wall triple glazed units shall have gray primary and secondary seals with a stainless steel spacer and black wet seals. No substitutions. 141. Question: What are the dimensions for the concrete base detailed in 11/E-700? Response: This has been revised on Addendum 2.

142. Question: The spec section for Resinous Flooring 096723 calls out for RM-01 and RM-02 for flooring types, however the finish schedule only shows SC-01 from what I can tell for epoxy flooring. Can you please clarifying which rooms are to get the RM-01 and RM-02 finishes?

Response: RM-02 is not used. RM-01 to replace finishes in the finish schedule listed as SC-01. 143. Question: How is the exterior partition wall framing tagged for the interior face of an exterior wall. I only see a portion of an exterior wall in classroom 02021 on drawing A-102 tagged as type D31. Response: Partition type D-31 is typical for furred out walls along the building perimeter.

P:\NewYork\31529-SUNY_Albany_NBS\DOCS\06.0-BiddingCorresp\06.07-Bidding-

RFI's\Responses\RFI-Responses.docx

________________________________________ NAME OF BIDDER ________________________________________ ADDRESS OF BIDDER

PROPOSAL FOR SUCF PROJECT NO. 01A51 Construct New Business School State University of New York at Albany

TO THE STATE UNIVERSITY CONSTRUCTION FUND: 1. The Bidder agrees that it shall complete all work necessary for substantial completion by 08/21/2013. In the event the bidder fails to complete such work by said date, or within the time to which such completion may have been extended in accordance with the Contract Documents, the bidder agrees to pay the Fund liquidated damages in completing the work in the sum of $1,900 per day. 2. The bidder hereby declares that it has carefully examined all Bidding and Contract Documents and that it has inspected the actual location of the work, together with the local sources of supply, has satisfied itself as to all the quantities and conditions, and understands that in signing this Proposal, it waives all right to plead any misunderstanding regarding the same. The bidder further understands and agrees that it is to do, perform and complete all work in accordance with the Contract Documents and to accept in full compensation therefore the amount of the Bid, modified by such additive or deductive alternates, if any, as are accepted by the Fund. The bidder further agrees to accept the unit prices, if any, set forth in paragraph (5) hereof, except as the same may be modified pursuant to the provisions of Section 5 of the Information to Bidders, as full payment for any deletions, additions, modifications or changes to the portion or portions of work covered by said unit prices. a. BID: (1) All work, except Schedule III (In words) (2) $ (In figures)

3.

4.

5.

Field Order Allowance: Schedule III and Section 4.05A of the Agreement One Million, Six Hundred Fortyseven Thousand Dollars $1,647,000 (In words) (In figures)

Version 11/08

P-1

(3)

TOTAL (1 + 2 above) ________________________________________________________________ _____________________________________ $ ________________________ (In words) (In figures)

b.

ALTERNATES: Refer to Section B of the General Requirements. The bidder proposes the following Additions to or Deductions from the Bid for the alternatives listed below: Alternate Number Add/ Deduct None Amount In Words Amount In Figures

c.

UNIT PRICES: The bidder or the Fund may insert unit prices for the work or materials listed below. Refer to Section 5, paragraph (2) of the Information to Bidders, Schedule 1 and Article IV Section 4.04 of the Agreement for clarification. Such unit prices apply solely for additions. The Fund may, however, adjust any unit price filled in by a bidder to an amount agreeable to both the bidder and the Fund, or it may reject any unit price. The amount of any unit price accepted or agreed to by the Fund shall be reduced by 15 percent for any deduction in the work or materials covered by such unit price. Work or Materials Description Amount in Words None Amount in Figures

d.

ALLOWANCES: The bidder further agrees that its Bid includes the allowance(s) listed below. Refer to Schedule II and Sections 4.04 and 4.05 of the Agreement for clarification: Work or Materials Amount in Description Words Cash Allowance for the work of One hundred thousand National Grid to provide natural gas dollars and zero cents service to the project, including the proper installation of the materials and/or equipment or the connection of final utilities thereto by National Grid. (Base bid includes all other work by the Contractor associated with coordinating, sequencing, cutting, patching, equipping, installing, connecting, etc., as required to complete the gas service work shown and specified) Amount in Figures $100,000

6.

By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of his or her knowledge and belief: (a) the prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; (b) unless otherwise required by law, the prices have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor; and (c) no attempt has been made or will be made by the bidder to induce anyP-2

Version 11/08

person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. A bid shall not be considered for award nor shall any award be made where (a), (b) and (c) above have not been complied with; provided, however, that if in any case the bidder cannot make the foregoing certification the bidder shall so state and shall furnish with the bid a signed statement which sets forth in detail the reasons therefor. Where (a), (b), and (c) above shall have not been complied with, the bid shall not be considered for award nor shall any award be made unless the General Manager of the Fund, or his designee, determines that such disclosure was not made for purposes of restricting competition. The fact that a bidder (a) has published price lists, rates, or tariffs covering items being procured, (b) has informed prospective customers of proposed or pending publication of new or revised price lists for such items, or (c) has sold the same items to other customers at the same prices being bid, does not constitute, without more, a disclosure within the meaning of this Section. 7. The bidder agrees that if awarded the Contract, it will commence work within (10) calendar days after the date the Comptroller of the State of New York signs the Agreement and that it will fully complete the work by the date stated herein. The bidder acknowledges the receipt of the following addenda, but agrees that it is bound by all addenda whether or not listed herein. Addendum Number Date _________________ ____/____/____ _________________ ____/____/____ _________________ ____/____/____ 9. Addendum Number ___________________ ___________________ ___________________ Date ____/____/____ ____/____/____ ____/____/____

8.

The Omnibus Procurement Act of 1992, as amended, requires that, by signing this Proposal, the bidder certifies that whenever its Total Bid amount is greater that $1,000,000: (a) it has made reasonable efforts to encourage the participation of New York State Business Enterprises as suppliers and subcontractors on this Project, and has retained the documentation of these efforts to be provided upon request to the State; (b) it has complied with the Federal Equal Opportunity Act of 1972 (P.L. 92-261), as amended; (c) it agrees to make reasonable efforts to provide notification to New York State residents of employment opportunities on this Project through listing any such positions with Community Services Division of the New York State Department of Labor, or providing such notification in such manner as is consistent with existing collective bargaining contracts or agreements. The bidder further agrees to document these efforts and to provide said documentation to the State and the Fund upon request, and agrees to cooperate with the State in these efforts. Documented efforts by a successful bidder shall consist of and be limited to showing that such bidder has: a. b. c. d. e. Solicited bids, in a timely and adequate manner, from New York State Business Enterprises including certified Minority and Womens owned Business Enterprises, or Contacted the New York State Department of Economic Development to obtain listings of New York State Business Enterprises, or Placed notices for subcontractors and suppliers in newspapers, journals and other trade publications distributed in New York State, or Participated in bidder outreach conferences. If the bidder determines that New York State Business Enterprises are not available to participate on the Contract as subcontractors or suppliers, the bidder shall provide a statement indicating the method by which such determination was made. If the bidder does not intend to use subcontractors on the Contract, the bidder shall provide a statement verifying such intent.P-3

f.Version 11/08

10.

The bidder submits herewith bid security in an amount not less then five (5) percent of the Total Bid. In the event that (a) the bidder's Total Bid is the lowest one submitted and the bidder does not timely provide the Post-Bid Information required under Section 8 of the Information for Bidders or (b) this Proposal is accepted by the Fund and the bidder shall refuse or neglect, within twenty-four (24) hours after date of receipt of Notice of Award, to execute and deliver an AGREEMENT in the form provided herein, or to execute and deliver a Performance Bond and a Labor and Material Bond in the amounts required and in the form prescribed, the bidder shall be liable to the Fund, as liquidated damages, for the amount of the bid security or the difference between the Total Bid of the bidder and the Total Bid of the bidder submitting the next lowest bid, whichever sum shall be higher, otherwise the total amount of the bid security will be returned to the bidder in accordance with the provisions set forth in the Information for Bidders. The Fund may apply the bid security in full or partial payments, as the case may be, of said liquidated damages and in the event the bid security is less than the amount of liquidated damages to which the Fund is entitled, the bidder shall pay the difference, upon demand, to the Fund. The bidder certifies that all wood products that are to be used in the performance of this Contract shall be in accordance with the Specifications and provisions of Section 167 b. of the State Finance Law which Section prohibits the purchase and use of tropical hardwoods. The bidder affirms that it understands and agrees to comply with the procedures of the Fund relative to permissible contacts as required by Sections 139-j(3) and 139-j-(6)(b) of the State Finance Law. The bidder certifies that all information provided or to be provided to the Fund in connection with this procurement is, as required by Section 139-k of the State Finance Law, complete, true and accurate.

11.

12. 13.

Dated

_________

_________________________________________________________ (Legal name of person, partnership, joint venture, corporation, or LLC) By ______________________________________________ (signature) Title_____________________________________________

(If corporation, affix corporate seal)

Firm's Federal ID Number or Social Security Number as applicable ______________________________

ATTENTION BIDDERS: ALSO FILL OUT AND SIGN PAGE P-6

Version 11/08

P-4

THE POST OFFICE ADDRESS OF THE BIDDER _______________________________________________________________________________ _______________________________________________________________________________ _______________________________________________________________________________ Telephone No.________________________ Facsimile No._______________________________ Email Address______________________________ If a Corporation Name Address

________________________________ , PRESIDENT ____________________________________ ________________________________, SECRETARY ____________________________________ ________________________________, TREASURER ____________________________________ If a Partnership Name of Partners Address

________________________________ ________________________________________________ ________________________________________________________________________________ ________________________________ ________________________________________________ If a Joint Venture Name of Members Address

_______________________________ ________________________________________________ ________________________________ ________________________________________________ ________________________________ _________________________________________________

If an Individual Name of Individual Address

_______________________________ _________________________________________________ If a Limited Liability Corporation Name Address

_______________________________ ________________________________________________ ________________________________ ________________________________________________ ________________________________ _________________________________________________Version 11/08 P-5

STATE UNIVERSITY CONSTRUCTION FUND 353 Broadway Albany, New York 12246 Offerer Disclosure of Prior Non-Responsibility Determinations Name of Individual or Entity Seeking to Enter into the Procurement Contract: ___________________________________________________________________________ Address: ___________________________________________________________________________ ___________________________________________________________________________ Name and Title of Person Submitting this Form: ____________________________________________________________________________ ____________________________________________________________________________ SUCF Project Number: ______________________ Date: ______________________ 1. Has any Governmental Entity made a finding of non-responsibility regarding the individual or entity seeking to enter into the Procurement Contract in the previous four years? No Yes If yes, please answer the next questions: 2. Was the basis for the finding of non-responsibility due to a violation of State Finance Law Section139-j: No Yes 3. Was the basis for the finding of non-responsibility due to the intentional provision of false or incomplete information to a Governmental Entity? No Yes 4. If you answered yes to any of the above questions, please provide details regarding the finding of nonresponsibility below. Governmental Entity: _______________________________________________________________________ Date of Finding of Non-Responsibility: __________________________________________________________ Basis of Finding of Non-Responsibility: _________________________________________________________ __________________________________________________________________________________________ __________________________________________________________________________________________ __________________________________________________________________________________________ __________________________________________________________________________________________ (Add additional pages as necessary) 5. Has any Governmental Entity or other governmental agency terminated or withheld a Procurement Contract with the above-named individual or entity due to the intentional provision of false or incomplete information? No Yes 6. If yes, please provide details below. Governmental Entity: ________________________________________________________________________ Date of Termination or Withholding of Contract: __________________________________________________ Basis of Termination or Withholding: _________________________________________________________ __________________________________________________________________________________________ __________________________________________________________________________________________ __________________________________________________________________________________________ __________________________________________________________________________________________ __________________________________________________________________________________________ (Add additional pages as necessary) Offerer certifies that all information provided to SUCF with respect to State Finance Law Section 139-k is complete, true and accurate. Submit form with original signature with Proposal. By: Signature Date

Version 11/08

P-6

APPENDIX AFor SUCF Project No. 01A51 BID BREAKDOWN In the spaces provided below, insert the bid amounts for the various trade divisions listed. TRADE OR SECTION AMOUNT

1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. 20. 21. 22. 23.

Division 1 - General Requirements Division 2 Existing Conditions Division 3 - Concrete Division 4 - Masonry Division 5 - Metals Division 6 Wood, Plastics and Composites Division 8 - Openings Division 9 - Finishes Division 10 - Specialties Division 11 - Equipment Division 12 - Furnishings Division 14 Conveying Equipment Division 21 Fire Suppression Division 22 - Plumbing Division 25 Integrated Automation Division 26 - Electrical Division 27 - Communications Division 28 Electronic Safety and Security Division 31 - Earthwork Division 32 Exterior Improvements Division 33 - Utilities

$ __________________________________ $ _________________________________ $ __________________________________ $ __________________________________ $ __________________________________ $ __________________________________ $ __________________________________ $ __________________________________ $ __________________________________ $ __________________________________ $ __________________________________ $ __________________________________ $ __________________________________ $ __________________________________ $ __________________________________ $ __________________________________ $ __________________________________ $ __________________________________ $ __________________________________ $ __________________________________ $ __________________________________

Division 7 Thermal and Moisture Protection $ __________________________________

Division 23 Heating, Ventilating & Air Cond. $ __________________________________

A. Total for all items above, except Field Order Allowance10/05 APP-1

$ __________________________________

B. Field Order Allowance from Proposal TOTAL (A + B above)

$ __1,647,000______________________ $ __________________________________

Note:

Please indicate whether you believe that any information supplied herein is confidential and should be exempt from disclosure under the Freedom of Information Law. Yes No

If yes, you must identify the information you feel is confidential by placing an asterisk (*) in front of the appropriate number(s) and you are requested to attach an additional sheet(s) upon which the basis for such claim(s) is explained.

Name of Contractor

10/05

APP-1

Construct New Business School State University of New York At Albany SUCF Project No. 01A51

PERKINS+WILL 31529.000 Bid Submission 11/08/10

SECTION 321400 - UNIT PAVING

PART 1 - GENERAL

1.1 A.

RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 A.

SUMMARY Section Includes: 1. Concrete pavers set in bituminous setting bed. 2. Stone pavers set in mortar setting beds. 3. On-site granite curbs and cobbles 4. Aluminum edge restraints. Related Sections: 1. Division 09 Section "Stone Flooring" for dimension stone paving. 2. Division 32 Section "Asphalt Paving" for asphalt base under unit pavers. 3. Division 32 Section "Concrete Paving" for cast-in-place concrete curbs and gutters serving as edge restraints for unit pavers.

B.

1.3 A. B.

ACTION SUBMITTALS Product Data: For materials other than water and aggregates. Product Data: For the following: 1. 2. 3. 4. 5. C. Pavers. Bituminous setting materials. Mortar and grout materials. Edge restraints. Stone curbs.

LEED Submittals: 1. Product Certificates for Credit MR 5: For products and materials required to comply with requirements for regional materia