FINANCE, RISK, & SUPPLY CHAIN MANAGEMENT Supply Chain Management

Similar documents
EDUCATION AND ADVANCED EDUCATION (PUBLIC SCHOOL DISTRICTS AND PUBLIC POST SECONDARY INSTITUTIONS) OWNER INSURED CONSTRUCTION PROJECTS

INVITATION TO TENDER ITT NO. PS BURRARD CIVIC MARINA PILE REPAIRS AND FLOAT LEVELING. AMENDMENT No. 2

Insuring Your Construction Project

Section Insurance Conditions Infrastructure Projects 10M to 50M

Excavation & Shoring and Utility Re-location for Multi-Use Civic Facility and Office Tower

FINANCIAL ADMINISTRATION MANUAL

Modifications and Additions to the Master Municipal Construction Documents

CONSTRUCTION PROJECT - RENOVATIONS OVER $5 MILLION VALUE. CONSTRUCTION MANAGER INSURANCE CHART FOR RFP PURPOSES Updated: November, 2011

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

SUBCONTRACTOR INSURANCE REQUIREMENTS Version 3/1/2018

CITY OF HUTCHINSON SEALED BID FORM PAGE 1 of 4

HAZARDOUS WASTE AGREEMENT

REQUEST FOR PROPOSALS MOSQUITO CONTROL PROGRAM

INDEMNITY AGREEMENT THE STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS COUNTY OF NUECES

Proposal No:

2010 INSURANCE MANUAL

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

CONTRACTORS APPLICATION

Massport-LOGAN MODERNIZATION/CAPITAL PROGRAMS

PART INSTRUCTIONS TO BIDDERS

GENERAL INSTRUCTIONS TO BIDDERS

ROCHESTER SCHOOLS MODERNIZATION PROJECT PHASE 2b School Without Walls Commencement Academy INSURANCE REQUIREMENTS

QUOTATION FORM. CLOSING DATE AND TIME: January 24, 2017 at 3:00 P.M.

DEMOLITION OF PORTABLE BUILDINGS #2 AMD #3

External Consultants & General Contractors Contracts

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED.

TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS

MANITOBA HOUSING SUPPLEMENTAL CONDITIONS CONTRACT #: XXXX GENERAL

INSTRUCTIONS TO BIDDERS

REQUEST FOR QUOTATIONS

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

NOTICE TO CONTRACTORS INVITATION TO BID DEMOLITION OF BUILDINGS. Date: January 7, 2018 Demolition Property Addresses: 2557 Grant Ave Ogden UT 84401

SHORT TERM LEASE. [Name of Parish Corporation] ( Lessor ) and

FORM OF TENDER 12/2017 SUPPLY AND DELIVER VARIOUS CISCO COMPONENTS

GENERAL CONDITIONS UNIT PRICE CONTRACT

CITY AND COUNTY OF SAN FRANCISCO Port of San Francisco. Contract No Pier 23 Roof Repair. ADDENDUM No. 1 Issued: December 16, 2016

City Of Hammond Purchasing Department. Provide Chlorine & Sulfur Dioxide for our Water/Sewer Plants RFP #

Request for Quotation

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

REQUEST FOR QUOTATIONS MINOR WORKS SERVICES

REGIONAL DISTRICT of OKANAGAN-SIMILKAMEEN

OREGON STATE UNIVERSITY

4. The Division shall receive tenders at a location specified by the Secretary-Treasurer up to the time and date specified on the tender documents.

CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS and REQUIRED INSURANCE for

Invitation for Bid. Gondola Generator Enclosure Framing

JCT Non Negligent Liability - Specific Contract Insurance Proposal Form

SCHEDULE 11 INSURANCE REQUIREMENTS SCHEDULE

AIA Document A101 TM 2017 Exhibit A

INVITATION TO TENDER N0. PS (the ITT ) RE-ROOFING SERVICES FOR VICTORIA COMMUNITY HALL

GENERAL LIABILITY ELITE EXTENSION LOUISIANA

Request for Bid/Proposal

INVITATION TO TENDER TENDER FORM

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

Alabama State Port Authority SPECIAL PROVISIONS DIVISION III INDEX

COMMERCIAL GENERAL LIABILITY APPLICATION

INVITATION TO TENDER N0. PS (the ITT ) KERRISDALE ARENA CHILLER REPLACEMENT

SCHEDULE 11 INSURANCE REQUIREMENTS SCHEDULE

1355 Southfield Rd. Lincoln Park, MI The City of Lincoln Park is accepting sealed bids for Ambulance Services for our citizens.

Solicitation for Bids Nelson Park Gazebo Design-Build Mt. Pleasant, MI

WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602

APPENDIX B WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE INSURANCE AND BONDING CONTRACT NO.

INVITATION TO BID (ITB)

REQUEST FOR QUOTATION RECYCLING OF USED COOKING OIL SWA 16-Q05/SB

REQUEST FOR SEALED BID PROPOSAL

ROAD COMMISSION FOR IONIA COUNTY

TENDER REQUEST Stratford Town Hall Gutter, Downspout, and Fascia Replacement. TOWN OF STRATFORD 234 Shakespeare Drive Stratford, PEI C1B 2V8

POST BID ADDENDUM. Project: LDS Eastview, Mesa, Iona 10 HVAC Project No.: Addendum No.: 2

Request for Quotation

PURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS WEB SITE:

RFP # City Of Hammond Purchasing Department. CONCRETE SLAB FOR BASKETBALL COURT FOR JACKSON PARK Recreation Department.

Document A Exhibit A Insurance and Bonds

DEVELOPMENT PERMIT APPLICATION CHECKLIST New: Commercial Industrial Institutional - Multiple Family Residential

City Of Hammond Purchasing Department PROVIDE LABOR TO FURNISH WATER METER READING SERVICES FOR THE CITY OF HAMMOND. RFP 15-40

AIA Document A101 TM 2007

REQUEST FOR STATEMENTS OF INTEREST AND QUALIFICATIONS TO PRE-QUALIFY TO BID GENERAL CONTRACTOR SERVICES

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

Lane County Health & Human Services Youth Services Division Motivational Interviewing REQUEST FOR QUOTES

Summary Description of Rail OCIP Coverage

REQUEST FOR PROPOSALS

REQUEST FOR QUOTATION

ST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

REQUEST FOR PROPOSAL (RFP) Montrose County Fairgrounds EVENT CENTER MARKETING Date Issued: Wednesday, October 25 th, 2017

INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Effective Date: April 23, 2018

TABLE OF CONTENTS LIQUID ALUM WATER POLLUTION CONTROL PLANT CONTRACT NO ENVIRONMENTAL SERVICES DEPARTMENT CITY HALL

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #

Sealed Bid, Tree Pruning and Removal Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA REQUEST FOR PROPOSAL

Request for Tender No Supply and Installation of Mosaic Floor Tile at the Nanaimo Ice Centre (NIC)

Insurance Requirements for Contractors

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

REQUEST FOR QUOTATION 2015 HYDRO BLASTING OF WADING POOLS

EXHIBIT A GENERAL CONDITIONS TABLE OF CONTENTS 3. CORRELATION, INTERPRETATION AND INTENT OF CONTRACT

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

COUNTY OF ROCKLAND DEPARTMENT OF GENERAL SERVICES VENDOR GUIDE TO INSURANCE REQUIREMENTS

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

DEMOLITION 535 Fraser Street

contract STANDARD PROVISIONS - COMMERCIAL PRODUCTION CONTRACT

Transcription:

FINANCE, RISK, & SUPPLY CHAIN MANAGEMENT Supply Chain Management JANUARY 30, 2018 1.0 RE: DRAWINGS AND SPECIFICATIONS: INVITATION TO TENDER ITT NO. PS20172283 THE FOLLOWING IS ADDED AND IS ATTACHED AT THE BOTTOM OF THIS AMENDMENT 3: Amd 3 - Structural Addendum 01. 2.0 RE: GC11.2 SPECIFIC INSURANCE COVERAGE: THE SPECIFIC INSURANCE COVERAGE REQUIREMENTS ARE RESTATED AS FOLLOWS: 11.2.1 Without restricting the generality of GC12.1 INDEMNIFICATION, and despite the limits of liability set out in GC12.1 INDEMNIFICATION, the Contractor at their expense, shall retain the following types of insurance specified in clauses (a) to (d). Subcontractors shall retain the following types of insurance specified in clauses (c) to (d): (a) Wrap-Up Liability Insurance: Wrap-Up Liability Insurance protecting the City Insurance Group, the Contractor, and their respective subcontractors, agents and employees against damages arising from personal injury (including death) and claims for property damage which may arise out of the operations of the Contractor, its Subcontractors, or their respective agents or employees in connection with the Work. The policy shall be placed prior to commencement of the Work and shall specifically cover liability arising out of the performance of this Contract and shall cover all liability assumed by the Contractor under any contract or agreement, including the indemnity provisions of this Contract. The policy shall be maintained continuously throughout the entire term of the contract through to the date on which both the Certificate of Completion has been issued for the Work and an occupancy permit, if required, has been issued for the Place of the Work, and thereafter, in the case of completed operations coverage for a further period of twenty-four (24) months, and the policy shall provide: 1. broad-form property damage and completed operations coverage; 2. personal injury coverage; 3. blanket contractual liability coverage; 5. contingent employer s liability coverage; and City of Vancouver, Finance, Risk, & Supply Chain Management Supply Chain Management 453 West 12th Avenue Vancouver, British Columbia V5Y 1V4 Canada tel: 604.873.7263 fax: 604.873.7057 website: vancouver.ca

INVITATION TO TENDER NO. PS20172283 6. non-owned automobile liability coverage, and where such further risk exists, the following extensions of coverage shall be included: 1. coverage for shoring, blasting, excavating, underpinning, demolition, removal, pile-driving and grading, as applicable; 2. coverage for hoist liability; 3. coverage for operation of attached machinery; and 4. contractor s pollution liability coverage, including coverage for asbestos, mould or other hazardous substances. This insurance shall be for an amount of not less than five million dollars ($5,000,000) per occurrence, and shall include a standard form of severability of interests and cross-liability clause. The deductible per occurrence shall not exceed ten thousand dollars ($10,000) and the Contractor shall be liable for all deductible amounts. (b) Property Insurance: (1) All-risks course-of-construction property insurance in the joint names of the Contractor and the City Insurance Group, covering the Work and all property of every description to be used in the performance of the Work. This insurance shall be primary, and be of an amount of not less than the Contract Price. The deductible per occurrence shall not exceed ten thousand dollars ($10,000); and The following conditions will apply to the property insurance: (A) (B) (C) Where the City wishes to use or occupy part or all of the Work prior to Total Performance of the Work, it shall give written notice to the Contractor pursuant to GC13 - Occupancy and if requested the Contractor shall promptly notify the City in writing of the additional premium cost, if any, to maintain property insurance, which shall be at the City's expense. If, because of such use or occupancy, the Contractor is not requested to or is requested to but is unable to provide coverage, the City upon written notice from the Contractor and prior to such use or occupancy shall provide, maintain and pay for property insuring the full value of the Work, as in subparagraphs (1) and (2), including coverage for such use or occupancy and shall provide the Contractor with proof of such insurance. The Contractor shall refund to the City the unearned premiums applicable to the Contractor's polices upon termination of coverage. The policy shall provide that, in the event of loss or damage, payment shall be made to the City. Loss or damage shall not affect the rights and obligations of either party under the Contract. Page 2 of 4

INVITATION TO TENDER NO. PS20172283 (D) (E) (F) The Contractor shall be entitled to receive from the City, in addition to the amount due under the Contract, the amount at which the City's interest in restoration of the Work has been appraised, such amount to be paid as the restoration of the Work proceeds and in accordance with the requirements of GC5.3 - APPLICATIONS FOR PAYMENT and GC5.4 PROGRESS PAYMENTS. In addition the Contractor shall be entitled to receive from the payments made by the insurer the amount of the Contractor's interest in the restoration of the Work. The Contractor shall be responsible for payment of all deductible amounts. In the event of loss or damage to the Work arising from the work or act of the City or another Contractor, then the City shall pay the Contractor the cost of restoring the Work as the restoration of the Work proceeds and in accordance with the requirements of GC5.3 - APPLICATIONS FOR PAYMENT and GC5.4 PROGRESS PAYMENTS. (c) (d) All-Risk Contractor's Equipment Insurance covering all equipment owned or rented by the Contractor or subcontractors and their agents or employees against all risks of loss or damage with coverage sufficient to allow for immediate replacement. Automobile Liability Insurance to be carried at all times on all licensed vehicles owned by or leased to the Contractor or subcontractors, protecting against damages arising from bodily injury (including death), and from claims for property damage arising from the operations of the Contractor or subcontractors, their agents or employees. This insurance shall be for a minimum amount of five million dollars ($5,000,000) inclusive per accident. Where, in the City s opinion, pertinent risk exists, the Contractor is also required to carry the following coverage: (e) (f) Hull & Machinery Insurance in the amount not less than the full value of the vessel, barge or equipment with a deductible of no more than ten thousand dollars ($10,000) protecting the Contractor and its Subcontractors from all claims for loss or damage to any vessel, barge or equipment arising out of ownership or operation of the Contractor or its Subcontractors. Protection & Indemnity Insurance including City s legal liability insurance to cover all claims for bodily injury including death, property damage or loss arising out of the activities conducted by the Contractor, any Subcontractor, or their respective employees or agents in an amount no less than five million dollars ($5,000,000) per occurrence and a deductible of not more than ten thousand dollars ($10,000). 11.2.2 If the Contractor or a Subcontractor fails to provide evidence of the required insurance under this GC11 as and when required by the Contract Documents, then the ity shall have the right to obtain the insurance and then give evidence of the same to the Contractor and Consultant, and the cost of doing so will then be payable by the Contractor to the City or at the City s option may be deducted from the Contract Price by Change Directive. Page 3 of 4

INVITATION TO TENDER NO. PS20172283 All other conditions and specifications remain unchanged. This amendment must be completed, and attached to your Tender form. If you have already submitted your Tender, this amendment shall be submitted to the Supply Chain Management Office, 4 th Floor, City of Vancouver, 453 West 12 th Avenue, Vancouver, British Columbia, Canada, V5Y 1V4, and must be received in the drop box at the Supply Chain Management office prior to the Closing Time in an envelope clearly marked to ITT. No. PS20172283 Reroofing of 1710 E. Kent Avenue South. NAME OF VENDOR SIGNATURE OF AUTHORIZED SIGNATORY Contracting Specialist: Eamonn Savage DATE Page 4 of 4

Suite 300 Tel: 604-738-0048 1285 West Broadway Fax: 604-738-1107 Vancouver, BC V6H 3X8 www.rjc.ca Canada STRUCTURAL ADDENDUM NO. 01 Project: 1710-1728 Kent Ave South Roof Replacement Diaphragm Upgrade Project No.: VAN.107371.0007 Date: January 26, 2018 Page: 1 of 1, plus attachments This Addendum forms part of, and is to be included in, the Contract Drawings and Specifications originally issued for the above-named project and no consideration will be given to any request for extras to this Contract due to the Contractor not being familiar with the Addenda. Please acknowledge receipt of this Addendum on the Bid Form. 1 DRAWING CHANGES 1.1 Revise ROOF PLAN on S2.1 ROOF PLAN AND DETAILS Rev. 0 as shown on ROOF PLAN on S2.1 ROOF PLAN AND DETAILS Rev 1. 2 SPECIFICATION CHANGES THERE ARE NO STRUCTURAL SPECIFICATION CHANGES RESULTING FROM THIS SUPPLEMENTAL INSTRUCTION. 3 CLARIFICATIONS THERE ARE NO STRUCTURAL SPECIFICATION CHANGES RESULTING FROM THIS SUPPLEMENTAL INSTRUCTION. END STRUCTURAL ADDENDUM NO. 01 Copy to: Fax No.: Copy to: Fax No.: City of Vancouver - Desh Jehman ICR Group Doug Wells RJC Dennis Gam RJC- Julia Halipchuk

RENOVATIONS LIST OF STRUCTURAL DRAWINGS Read Jones Christoffersen Ltd. Engineers rjc.ca 1285 West Broadway, Suite 300 Vancouver, BC V6H 3X8 Canada tel 604-738-0048 fax 604-738-1107 DRAWINGS STRUCTURAL STEEL GENERAL ISSUED FOR ADDENDUM 1 2018.01.26 DSG ISSUED FOR TENDER 2017.11.02 DSG REVIEW 2017.10.18 DSG No. Revision Date By Drawing Notes DESIGN LOADS 1. 2. 3. All drawings, plans, models, designs, specifications and other documents prepared by Read Jones Christoffersen Ltd. ("RJC") and used in connection with this project are instruments of service for the work shown in them (the "Work") and as such are and remain the property of RJC whether the Work is executed or not, and RJC reserves the copyright in them and in the Work executed from them, and they shall not be used for any other work or project. These drawings are "design drawings" only. They may not be suitable for use as shop drawings. Use of these drawings as base drawings for "shop drawings" is not permitted unless written permission containing certain conditions and limitations is obtained from RJC. The work "as constructed" may vary from what is shown on these drawings. Use of these drawings is limited to that identified in the Revision column. Do not construct from these drawings unless marked "Issued for Construction" by RJC in the Revision column, and then only for the parts noted. The drawings shall not be used for "pricing", "costing", or "tender" unless so indicated in the Revision column. "Pricing" or "Costing" drawings are not complete and any prices based on such drawings must allow for this. Seal Project Name 1710-1728 KENT AVE SOUTH ROOF REPLACEMENT DIAPHRAGM UPGRADE 1710-1728 Kent AVE, VANCOUVER, BC Sheet Title GENERAL NOTES Drawn By BE Scale. KMills P:\VAN\107300\VAN.107371.0007 - City of Vancouver Roof Replacement Diaphragm Upgrades\Drafting\Kent Ave\Kent Ave - Sheets.dwg 18-01-26 14:56:54 Designed By JH RJC Project Number Date OCTOBER, 2017 VAN.107371.0007 Sheet Number Revision S1.1.

Read Jones Christoffersen Ltd. Engineers rjc.ca 1285 West Broadway, Suite 300 Vancouver, BC V6H 3X8 Canada tel 604-738-0048 fax 604-738-1107 1 ISSUED FOR ADDENDUM 1 2018.01.26 DSG ISSUED FOR TENDER 2017.11.02 DSG N O T I N C O N T R A C T REVIEW 2017.10.18 DSG No. Revision Date By Drawing Notes 1 1. 2. All drawings, plans, models, designs, specifications and other documents prepared by Read Jones Christoffersen Ltd. ("RJC") and used in connection with this project are instruments of service for the work shown in them (the "Work") and as such are and remain the property of RJC whether the Work is executed or not, and RJC reserves the copyright in them and in the Work executed from them, and they shall not be used for any other work or project. These drawings are "design drawings" only. They may not be suitable for use as shop drawings. Use of these drawings as base drawings for "shop drawings" is not permitted unless written permission containing certain conditions and limitations is obtained from RJC. The work "as constructed" may vary from what is shown on these drawings. 1 3. Use of these drawings is limited to that identified in the Revision column. Do not construct from these drawings unless marked "Issued for Construction" by RJC in the Revision column, and then only for the parts noted. The drawings shall not be used for "pricing", "costing", or "tender" unless so indicated in the Revision column. "Pricing" or "Costing" drawings are not complete and any prices based on such drawings must allow for this. Seal ROOF PLAN TYPICAL ROOF STEEL DECK SIDE LAP CONNECTIONS STEEL ROOF DECK PIN PATTERNS ROOF STEEL DECK SCHEDULE NOTES Project Name 1710-1728 KENT AVE SOUTH ROOF REPLACEMENT DIAPHRAGM UPGRADE 1710-1728 Kent AVE, VANCOUVER, BC Sheet Title ROOF PLAN AND DETAILS Drawn By BE Scale. KMills P:\VAN\107300\VAN.107371.0007 - City of Vancouver Roof Replacement Diaphragm Upgrades\Drafting\Kent Ave\Kent Ave - Sheets.dwg 18-01-26 14:56:54 Designed By JH RJC Project Number Sheet Number Date OCTOBER 2017 VAN.107371.0007 Revision S2.1 1.