tahoe truckee unified school district district...
TRANSCRIPT
Page 1
TAHOE TRUCKEE UNIFIED SCHOOL DISTRICT –
DISTRICT OFFICE RELOCATION
ADDENDUM #2 TTUSD District Office
Relocation Project
11603 Donner Pass Rd.
Truckee CA 9161
This addendum forms a part of the Contract Documents and modifies the original bidding
Documents which includes the drawings and specifications labeled TTUSD District Office
Relocation DSA Application # 02-110928. Acknowledge all addenda on the Bid Form.
Failure to do so may subject bidder to disqualification.
Issued by: Gaunt-Zimmer Design
Issue date: Thursday 11 February, 2010
Bid Opening: Thursday, 18 February 2010, 2:00pm at the Main entry to Sierra Mountain
Community Education Center 11603 Donner Pass Rd. Truckee CA 96161.
GENERAL COMMENTS:
1. Add the following note to Sheet A1.3: Contractor shall coordinate schedule of Draft Stop
repairs outside of the main work area with the School District to minimize conflicts with
District personnel that are using the facility during construction. This work may be done
during regular business hours.
2. Related to Hazardous Materials Abatement: All miscellaneous wall penetrations for all
trades shall conform to the requirements of the Hazardous Materials Abatement
Procedures Specification for glove bag method.
3. Add the following note to Sheet E3.0: At the Owner Provided office cubicles, electrical
contractor to review Specification Section “01640-Owner Furnished Products” for a
description of the work required to provide all electrical and phone/data connections to
these cubicles.
4. Add the following note to sheet A2.3: Room 103, contractor to provide thermal and light
shade device as specified in Specification Section 12494. Provide 3 shades approximately
4‟-6” x 8‟, 1 shade approximately 2‟ x 8‟ and 1 shade approximately 2‟-6” x 8‟.
5. Add the following note to sheet A2.3: Contractor shall provide a motorized projection
screen in room 132 as specified in Specification Section 11132.
G A U N T - Z I M M E R D E S I G N 12219 BUSINESS PARK DRIVE, SUITE 13 T R U C K E E , C A L I F O R N I A 9 6 1 6 1
V - 530.587.0900 / F - 530.587.4949
Page 2
6. Add the following note to sheet A 2.1: In Room 13, Contractor to remove 4‟x 8‟ tack
board on the north wall, patch and repair wall damage to match surrounding finishes.
7. Note: See section 01640 Owner Furnished Products for scope of Furniture and
Equipment, HVAC controls, Doors and Hardware, AV Equipment and Shelving.
8. Add the following note to Sheet A1.3: Contractor to provide 6 plywood sandwich board
signs for parking lot directional signs. Signs to be 3‟ x 3‟ with 4” high letters with the
following messages on one side of sign:
Sign 1…PARK HERE FOR GYM USE ONLY. ALL OTHER PARKING
ON SOUTH SIDE.
Sign2…GYM ENTRY ONLY. USE SOUTH SIDE FOR ALL OTHER
DEPARTMENTS.
Sign 3… ADDITIONAL PARKING AHEAD.
Sign 4…THIS WAY FOR ROOM 8 ACCESS.
Sign 5…THIS WAY FOR ROOM 8 ACCESS.
Sign 6…THIS WAY FOR ROOM 8 ACCESS.
TTUSD FRONT END DOCUMENTS (FED):
FED-1. Modify Specification 00200-Instructions to Bidders section 1.11, Liquidated Damages as
follows: Delete this section in its entirety and replace with the following:
If the Work is not completed within the time specified in the Contract Documents,
it is understood that the District will suffer damage. It being impractical or
unfeasible to determine the amount of actual damage, it is agreed the Contractor
shall pay to the District as fixed and liquidated damages and not as a penalty the
following number of dollars for each calendar day of delay in Completion: May
24-31, 2010 -two hundred dollars ($200) per day, after May 31, 2009, five
hundred dollars ($500) per day.
FED-2. Modify Section 00520-Owner-Contractor Agreement as follows: Section 5, delete the
last sentence of the first paragraph in its entirety and replace with the following:
Milestone #1: Start construction March 22, 2010. Milestone #2 - Project
Complete May 23, 2010.
FED-3. Modify Section 00520-Owner-Contractor Agreement as follows: Section 5, delete the last
sentence of the second paragraph in its entirety and replace with:
Page 3
May 24-31, 2010 -two hundred dollars ($200) per day, after May 31, 2010, five
hundred dollars ($500) per day.
FED-4. Modify Section 01110-Summary of Work as follows: Section 1.4C, delete this section in
its entirety and replace with:
Work schedule: This facility will be used throughout the duration of the
construction contract. Contractor shall jackhammer outside of regular
business hours; cutting of metal shall be done outside or outside of regular
business hours. The intent is to start to move into the completed
construction area on May 24, 2010. See sheet A1.3 for more detailed
phasing requirements. Any work not completed by May 23, 2010 may
have to be performed after 5 pm or on weekends.
Milestones:
Milestone #1: Start construction March 22, 2010. Milestone #2 - Project
Complete May 23, 2010.
FED-5. Modify Section 01110-Summary of Work as follows: Section 1.5B, change the first word
„owen‟ to „Owner‟.
FED-6. Replace previously issued Bid Form 00410with „Addendum 2 Bid Form 00410”.
FED-7 Section 01640-Owner Furnished Products add sheet labeled “Building Systems
Agreement dated December 11, 2009” and sheet labeled “Owner Provided HVAC
Controls” to this section.
FED-8. Add the attached form labeled “Certification of Good Faith Efforts to Include Disabled
Veteran Business Enterprises in the Project” to the Project Manual, and submit a
completed copy of this form with the Bid.
FED-9 Replace the previously issued Section 01230 Alternates with “Addendum 2- 01230
Alternates”.
ARCHITECTURAL MODIFICATIONS:
A-1 At the existing opening between Rooms 3 and 4, provide (n) wall infill 3‟ x 7‟ using
detail 6 / A-0.1. See attached drawing ADDENDUM #2 / DRAWING 1. Contractor shall
coordinate this with the School District to minimize conflicts with District personnel that
are using the facility during construction. This work may be done during regular
business hours.
A-2 On Sheet A-1.2, at the south HDCP ramp to the main Hardscape Area, change the
wording of the note “(N) grooved surface at top of ramp, see detail 6/A1.2 grooves to be
cut into (E) concrete surface” to read “(N) grooved surface at top of ramp, see detail
6/A1.2 grooves to be tooled into (N) concrete surface, contractor to cut and remove
(e) concrete or asphalt as required to provide (n) concrete pad to receive grooved
surface” See attached new detail ADDENDUM #2 / DRAWING 2.
Page 4
A-3 Refer to attached detail ADDENDUM #2 / DRAWING 3 for notes related to demo of (E)
vinyl flooring approximately 8” x 10‟ at the building entry and demo of the (E) draft stop
approximately 6‟ x 10‟ where the (n) 2-HR wall and door are to be constructed.
Coordinate with Abatement Technical specifications
A-4 Refer to attached detail ADDENDUM#2 / DRAWING 4 for modified note regarding
attachment of signage to concrete. At all locations where (n) signage attaches to an
exterior concrete surface, use ¼” diameter x 1-1/2” long TITEN screws.
A-5 On Sheet A-9.2, add new detail, DETAIL 8, (N) STUD WALL TO (E) STUD WALL.
See attached detail ADDENDUM #2 / DRAWING 5
A-6 Modify detail 11 sheet A-9.1 as shown in clouded area of attached drawing. See attached
detail ADDENDUM #2 / DRAWING 6
A-7 Add the following Specification Sections to the Table of Contents:
08331-Overhead Coiling Doors -5 pages
09652-Resilient Flooring- 4 pages
09653-Resilient Wall Base and Accessories -4 pages
11132-Projection Screens- 2 pages plus Specification Data and Order Form
12494-Roller Shades.-6 pages
A-8 Specification Section 08211 Flush Wood Doors; Modify section 21.A.1 as follows: Delete C/S
Group, Inc. add Algoma and Oregon
A-9 In Room 104, at the existing sink and counter on the west wall, cut and remove for re-use a
portion of the counter-top containing the sink, modify the base cabinet below sink to receive
lowered counter-top, disconnect all plumbing at sink for removal and reinstallation (except
bubbler, See M.3 below), reinstall counter-top at new height of 34” above finished floor, re-
connect and test all plumbing. Remove bottom shelf of base cabinet below sink to allow entry of
a wheelchair. Attach toe-kicks to base cab doors to provide a finished appearance for base cab.
Provide backing per detail 209 on Sheet S2.1, and provide plastic laminate finish on right side of
cabinet. See attached detail ADDENDUM #2 / DRAWING 7.
A-10 At the roll down counter-door in the Reception (Room 111) and the Main Lobby (Room
100), include the following scope of work:
Remove the (e) roll-down door, side rails, hood and motor, operating controls and all
associated hardware. Carefully remove the rated counter-top / sill for re-use with a new
door. Cut the existing wall at the sill and lower 2” to allow installation of a new fire rated
door and the salvaged counter-top, with a new top of counter height of 34” above finished
floor. Install a new rated roll-down counter door as specified in Specification Section
08331. New door to be painted to match (e) door color. Provide a complete installation
including all hardware, operating mechanisms, interlocks and required fire alarm
connections. See attached detail ADDENDUM #2 / DRAWING 8.
A-11 Modify demo note for Room 103 at door on sheet A-2.1 to read:
“At Room 103, remove (e) door, frame and hardware. Salvage all items for reuse in new
door installation for room 104 (see A-2.2, ADDENDUM 2 / DRAWING 10). Demo (e)
door, frame and hardware in Room 108.” See attached detail ADDENDUM#2 /
DRAWING 9.
Page 5
A-12 Modify Sheet A-2.5 Finish Schedule for Room 112, 112A and 112 B to indicate flooring
is “Carpet, by C&A, See also Alt 4.” See attached detail ADDENDUM#2 / DRAWING
11.
A-13 Modify Specification Section 06402 as follows:
Delete section 2.1.A in its entirety. All cabinets and counter tops for this project shall
conform to section 2.1.B, High Pressure Decorative Laminate.
A-14 Point of clarification: In Room 112, the stained wood soffit at the perimeter wall shall
remain, with the vertical wood surface and the horizontal gyp bd surface receiving an
accent color by ICI, color is “Lights Out” #50BG 08/021.
A-15 Change Flooring F1 from Snap lock laminate by Wilsonart to Vinyl Sheet flooring as
specified in Section 09652 Resilient Sheet Flooring.
A-16 Delete detail 6/A/9.2 from the project scope. AV Projector by owner if Bid Alt 2 is
selected.
A-17 On Sheet A-9.2 add the detail shown on ADDENDUM #2 / DRAWING 12-FIRE
BLOCKING AT CONCRETE WALL. At the East wall of 132, contractor shall provide
(2) layers of 5/8” Type-X Gyp Bd ea side of 2x4 blocking to fit between (E) roof joists.
Fire Block shall fit tight between joists and shall be attached to ea joist, ea side with a
Simpson A-35 clip or approved equal.
MECHANICAL COMMENTS:
M.1. Sheet M2.1: AIR CONDITIONING PLAN 1/M2.1: At (E) A/3 omit the note reading
“(N) DDC PANEL, SEE ELECTRICAL DWGS FOR 120V POWER SUPPLY.”
M.2. Sheet M2.1: CONTROL DIAGRAM: Omit damper motor and connecting wiring from
(N) RH/1.
M.3. Sheet M2.1, CONFERENCE ROOM 104: Add note at sink in southwest corner reading:
“DISCONNECT AND REMOVE (E) SINK AND FIXTURES TO FACILITATE
CABINET REWORK. REPLACE (E) DRINKING FOUNTAIN BUBBLER WITH
HAWES 5051 LF. REINSTALL SINK AND FIXTURES AFTER CABINET WORK
IS COMPLETE. INSULATE DOMESTIC HOT WATER PIPING AND WASTE
PIPING BELOW HANDICAPPED PLUMBING FIXTURES WITH “TRUEBRO”
LAV GUARD PROTECTIVE PIPE COVERS. MOLDED CLOSED CELL VINYL
PIPE COVERS, WITH VANDAL RESISTANT SNAP-CLIP FASTENERS, AND
ASTM E-84 SMOKE TEST RATING OF 0.”
M.4. Add the following Specification sections to the Table of Contents:
15790-Mitsubishi Ductless Split System Heat Pumps
15965-Temperature Control Systems.
These specification sections are attached to this Addendum.
M.5. Modify the header of all Mechanical Specifications to read “Tahoe Truckee Unified School
District, District Office relocation, Truckee, CA”
ELECTRICAL COMMENTS:
Page 6
E-1 Add the following Specification sections to the Table of Contents:
16710-Fire Alarm Systems
16740-Communication Cabling System.
These specification sections are attached to this Addendum.
E-2 Refer to new information on sheet E-3.0 related to „Wireless Access Points‟ (WAP). Provide a
cost for a WAP system as Bid Alternate 5, see also the revised Bid Form 00410 and revised
Addendum 2 Alternates 01230 for a description of the WAP system.
E-3 Sheet E-3.0 has been revised to show new locations for electrical outlets and phone/data on west
wall, and added outlets / devices on the east wall. Alternate #2 has been clarified on Sheet E-3.0.
E-4 Add the following to sheet E-0.0: See attached drawing E-2 for a new WAP symbol to be added
to the Symbol list on Sheet E-0.0.
E-5 Modify Sheet E-4.0, Numbered Note 1 as follows:
Delete Note 1 in its entirety and replace with:
“NEW CARD READER TO OPEN NEW SECURITY DOOR. DIGITAL
MONITORING PRODUCTS MODEL #1324. CONNECT TO (E) COMMAND
PROCESSOR SYSTEM WITH CONTRACTORS WIRE & CABLE MODEL
#CLP0552 OR EQUAL.” Owner to provide card reader device, contractor to provide
wire, cable and connections.
END OF ADDENDUM #2
TTUSD District Office Relocation Spring 2010
ADDENDA 2 BID FORM
DOCUMENT 00410
Page 1
Submit bids before 2:00 pm, February 18, 2010 at 11603 Donner Pass Road, Truckee, California 96161. TO: Tahoe Truckee Unified School District (Sometimes hereinafter called "Owner".) Ladies/Gentlemen: The undersigned hereby proposes and agrees to furnish any and all required labor, material, equipment, transportation and services for construction of the “TTUSD District Office Relocation Project.” for Tahoe Truckee Unified School
District, Truckee, California based on the scope of work as discussed during the mandatory pre-bid meeting held on January 8, 2010 at 10:00 a.m.
BASE BID: DOLLARS ($ .) The following Alternates are described under Section 01230 – ALTERNATES
Alternate #1- Carpet in portable classroom Add____________________________________________________________________DOLLARS ($________.) Alternate #2- Board Room Upgrade ADD_______________________________________________________________________DOLLARS ($________.) Alternate #3- Carpeting in Old Administration Area ADD_______________________________________________________________________DOLLARS ($________.) Alternate #4- 15 Year Carpet in room 112 Deduct____________________________________________________________________ DOLLARS ($________.) Alternate #5- Wireless Access Points ADD____________________________________________________________________ DOLLARS ($________.) The contract will be awarded to the lowest bid based on the sum or the base bid and all alternates.
TIME FOR COMPLETION:
Milestone #1 –Start construction March 22, 2010. Milestone #2 - Project Complete May 23, 2010.
The Contractor shall prosecute the Work in a prompt, diligent and workmanlike manner. It is understood and agreed that the Work shall be completed within the number of calendar days stated on the Bid Form from the date stipulated on the written Notice to Proceed, unless extension of time or suspension of the Work is authorized as provided in the Conditions of the Contract.
TTUSD District Office Relocation Spring 2010
The undersigned, upon notice of the acceptance of the bid within sixty (60) days after the date of opening of the bids, hereby agrees to sign the Agreement and furnish the necessary bonds and insurance certificates within ten (10) days after Notice of Award of the Contract. Bonds will not be required for projects under $25,000.00 The undersigned has examined the location of the proposed work and is familiar with the scope of work discussed during the pre-bid meeting and the local conditions at the place where the work is to be done. The undersigned has checked carefully all of the above figures and understands that the Owner will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. The undersigned acknowledges that the Owner reserves the right to reject any and all bids and/or waive any irregularities or informalities in the bidding. Enclosed, made payable to the Owner, find Bidder's Bond, from a surety company registered with the State of California Insurance Commissioner, or money order, certified check, or cashier's check in the amount of 10% of the bid. A Bid Bond will not be required for projects under $25,000.00 Enclosed is a signed and notarized Noncollusion Affidavit. Pursuant to state law (AB 1610 and 1612) and education codes 45125.1 and following, the undersigned certifies by offering a bid that all employees and all employees of sub-contractors who will potentially come in contact with students have been cleared by a Department of Justice criminal record check and said individual(s) has not been convicted of a violent or serious felony as listed in subdivision (c) of Section 1192.7 of the California Penal Code nor convicted of, or entered a plea of nolo contendere to, charges of any sex offense as defined in Education Code Section 44011. Said check shall be immediately available to the District upon request. Receipt of Addenda is acknowledged as follows: No.1 _____; No.2_________; No. 3 ; No.4 _________ No.5 _________
CONTRACTOR:
By:
STREET ADDRESS:
City, State:
MAILING ADDRESS:
City, State, Zip Code: TELEPHONE: ( )
CONTRACTORS STATE LICENSE BOARD NO.:
CLASSIFICATION:
Dated this day of , 20__. Bid Submittal Requirements:
1. Bid Form 2. Non-collusion Affidavit- Notarized 3. Subcontractor listing 4. Bid security 5. DVBE Certification
BID FORM Document 00410 Page 3
TTUSD District Office Relocation Spring 2010
SUBCONTRACTOR FORM
LIST SUBCONTRACTORS FOR, GENERAL CONTRACTOR. ________________________________________ PROJECT: TTUSD District Office Relocation Project Pursuant to the provisions of Sections 4100 to 4114 inclusive, of the California Public Contract Code, and as set forth in Instructions to Bidders, and the General Conditions, the above named Contractor hereby designates below the names and locations of the place of business of each subcontractor proposed to be employed to perform work or labor or render service to the Bidder in or about the work in an amount in excess of one-half of one percent (0.5%) of the total amount of Bidder's proposal.
NAME OF SUBCONTRACTOR
WORK TO BE SUBCONTRACTED
LOCATION OF PLACE OF BUSINESS
* End Document 00410 *