Loading...
HomeMy WebLinkAboutTR-16-98 Addendum , -\. ~ .. \.- THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON REPORT COUNCIL Meeting: File # /) /9. cJL Res.J:- - c;:t.2 ? -C;<;J c.:. - d-3o-Qg By-Law # Date: MONDAY, MARCH 9, 1998 ADDENDUM TO Report #: TR - 16 - 98 File #: Subject: ADDENDUM TO REPORT TR-16-98, TENDER CL98-1, OLDER ADULTS CENTRE Recommendations: It is respectfully recommended to Council the following: 1. THAT Addendum to Report TR-16-98 be received for information and direction; 2. THAT additional funds of a reduced amount of $30,000.00 required on the base construction cost, per TR-16-98, be approved from the Impact Escrow Reserve Fund 5001-00050-0000, plus $60,000.00 for a cabinet cash allowance not included in the tender specification; 3. THAT should addi tional items be added to the contract, the funds be drawn from the Older Adults Operating Reserve Fund 5001-00071-0000; 4. THAT the leasehold improvements totalling approximately $31,000.00 be interim financed from the Impact Escrow Reserve Fund and repaid over a ten (10) year lease agreement to be negotiated with Clarington Older Adults Association and Clarington Community Care; and 5. THAT the applicable By-law authorizing the contract award be approved. BACKGROUND AND COMMENT: As directed by the General Purpose and Administration Committee at the meeting of March 2, 1998, staff met with the consultant, Barry Bryan Associates, to incorporate previously deleted items in Phase 1 of the construction renovation to the Older Adults Centre. Subsequently, Post Tender Addendum #3 was issued to the three low bidders on the original tender. The unit prices submitted have been included in the original tender prices which are now adjusted as follows: , '" . hi ."" AMENDMENT TO REPORT NO. TR-16-98 PAGE 2 Corzam Construction Limited Concord, Ontario Gerr Construction Limited Bowmanville, Ontario Frank Pellegrino General Contracting Ltd. Toronto, Ontario $1,043,319.00 $1,044,725.00 $1,118,909.50 Note, all of the above revised bid amounts include the elevator structure, front entrance lobby, lounge, folding door, assembly for a future folding door, as well as the other miscellaneous items requested by Council at the meeting of March 2, 1998. The revised amounts do not include a cash allowance for the cabinet work, which is estimated to be $60,000.00 and should be added to the contract amount for possible separate tender award (pending investigation of cost efficiency). with all of the included additions, the total funds required for the project represents an increase of $245,225.00 to the project contract reported to Council on March 2, 1998. If approved, the additional funds for these items added back to the contract, approximately $245,225.00, are recommended to be financed from the Older Adults Operating Reserve Fund #5001-00071-0000. The balance will be approximately $750,000.00 after this draw. It is recommended that the additional required funds, as indicated in the previous report, which is now reduced to approximately $30,000.00 (miscellaneous legal and consulting services) and be provided from the Impact Escrow Reserve Fund #5001-00050-0000. The estimated balance in the Impact Escrow Fund after the $30,000.00 allocated herein, and after the construction award, is approximately Two Million (inclusive of the 1998 $300,000.00 repayment, per ADMIN-14-95). As two of the low bidders have not previously done work for the Municipality, and prequalification had not been part of the tender process, a thorough review of the references provided by them was conducted. \-' .. AMENDMENT TO REPORT NO. TR-16-98 PAGE 3 The tender specifications, Section 5,' Paragraph 5.2 provide, "The Owner reserves the power and right to reject tenders received from parties who cannot show a reasonable acquaintance with, and preparation of the proper performance of the class of work herein specified and shown of the drawings." Post Tender Addenda's 1, 2, and 3 each state "The Municipality of Clarington reserves the right to accept any Tender based on the stipulated Tender Price and any combination of Separate Price, Alternate Price and Post Tender Addendum Price items as they may choose. The Municipality may select the qualified low bidder based on the revised Tender Price as determined in accordance with the foregoing in addition to the Bidders references and experience." Further to this, each bidder signed a statement with each of Post Tender Addenda's 1, 2 and 3 which stated "We agree that the Municipality of Clarington may take bidders references into consideration in the award of the Tender. We agree that the Municipality of Clarington may reject any or all Tenders." After carefully considering the references provided by Corzam and the advice of the consultant, staff recommend that the bid tendered by Corzam be rejected pursuant to Paragraph 5.2 of the tender specifications and the provisions of Post Tender Addenda 1, 2 and 3. A letter from the consultant, is attached, marked Schedule "A". A confidential memo providing further details on Corzam Construction is attached marked Schedule "B". With respect to the references provided by the other two bidders, Gerr Construction, and Frank Pellegrino General Contracting Limited, both the consul tant and staff are of the opinion that either could provide satisfactory service and satisfy the provisions of Paragraph 5.2 of the tender specifications. With respect to the leasing of space, staff have met with representatives of Clarington Community Care, who are quite interested in becoming a tenant in the Older Adults Centre, and are prepared to enter into a lease agreement wi th the Clarington Older Adul ts Association to include leasehold improvements. However, as the cost of the leasehold -... AMENDMENT TO REPORT NO. TR-16-98 PAGE 4 improvements was not identified during earlier discussions with the Municipality, or the Older Adults Centre Building Committee, they have requested that consideration be given for including the cost in the general construction contract award, and that the amount be repaid over a ten (10) year lease, yet to be negotiated with Clarington Older Adults Associations and Clarington Community Care. Since the Older Adults Association will be entering into a lease agreement with Community Care, the term of the leasehold improvement repayment must coincide with the terms of the lease. The cost of the leasehold improvements estimated to be $31,000.00, have not been included in the tendered price and are recommended to be an addition to the contract upon satisfactory negotiation of a lease agreement. This agreement will be brought back to Council for ratification. The Treasurer has reviewed the funding requirements and concurs with the recommendation. Queries with respect to specifications, etc., should be referred to the representative from Barry Bryan Associates. For the information of Council, the Municipality's solicitor has reviewed the information provided in this report. lly submitted, Reviewed by, H.BSc. ,AMCT., ~ W.H. Stockwell, Chief Administrative Officer R.R.F.A. MM*LB*ld MAR, -05' 9~ (THU) 13: 23 BARRY-BRYAN ASSOCIATES TEL:9056665256 p, 001 SCHEDULE "A" ... BARRY. BRYAN ASSOCIATES 11991) LIMITED · ARCHITECT . ENGINEER · PROJECT MANAGERS 11 Stanley Court Whitby, Ontario L 1 N SpQ Telephone (905) 666.5252 Fax (905) 666.5256 March 5, 1998 The Municipality of Clarington 40 Temperance Street l3owmanvil/e, Ontario L 1 C 3E6 Attention: Ms. Lou Anne Birkett Re: Clarlngton Older Adult Community Centre 26 Beech Avenue, Sowmanville Municipality of Clarington CL9B.1 Project No. 97175 Dear Ms. Birkett: Post Tender Addendum No.3 pricing was received on March 4, 1998. Following analysis of the pricing submitted by the threB low pidders and including all items recommended by Council at their meeting on March 2, 199B. the adjusted tender amounts of eElch bidder are as follows: Corzam Construction Limited: Gerr Construction Limited: Frank pellegrino General Contracting Limited: $1.043,319,00 $1,044,725.00 $1,118,909.50 References have been received, and each bidder has submitted a completed CCDC11 Contractors Qualification Statement to assist in the evaluation of the Tenders. References for each bidder have been contacted. Based on the available information from the references for Corzam Construction Limited it is our opinion that this contractor does not have the experience required to complete the Clarington Older Adult Centre. This contractor has no prior record of major buildings or building additions similar in si~e and complexity to this project. The companies experience does not include any Community Centres. It is our further opinion that either of the other two low,tenderers are capable of the work required to complete this project. Both contractors have completed numerous Community Centre type facilities. We recommend that the Tender for the Clarington Older Adult Community Centre, CLS8-1 be awarded to the lowest qualified tenderer, that being Gerr Construction's bid of $1,044,725.00. CME/cb li7175l0IJOJ.wpd @ CONFIDENTIAL REPORTS ✓ Council REPORT NO. TR-16-98 Addendum (Schedule "B" Only) Resolution#: By-law#: DATE OF REPORT: March 9, 1998 Tender CL98-1 , Older Adults Centre THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON REPORT Meeting: GENERAL PURPOSE AND ADMINISTRATION COMMITTEE File # Date: MONDAY, MARCH 2, 1998 Res.# Report #: TR-16-98 File #: By-Law # Subject TENDER CL98-1, OLDER ADULTS CENTRE Recommendations: It is respectfully recommended that the General Purpose and Administration Committee recommend to Council the following FORTHWITH: 1. THAT Report TR-16-98 be received; 2. THAT Gerr Construction Limited, Bowmanville, Ontario, with a total bid in the amount of $859,500.00 (plus G. S. T. pending determination of applicability) , being the lowest responsible bidder meeting all terms, conditions and specifications of Tender CL98-1, be awarded the contract for the construction of the Older Adults Centre; 3. THAT total funds required in the amount of $955,500.00 ($859,500.00 contract + $6,000.00 asbestos removal + $90,000.00 consulting) be provided as follows: $912,000.00 - 1997 Capital Budget, Impact Escrow Reserve Fund, Account #5001-00050-0000; $ 65,000.00 - Additional Funds, Impact Escrow Reserve Fund, Account #5001-00050-0000. 4. THAT approval be given for staff to negotiate and draft a leasehold improvement agreement and funding arrangement; 5. THAT the attached By-law marked Schedule "A" be approved; and 6. THAT the leasehold improvements totalling approximately $31,000.00 be interim financed from the Impact Escrow Account, included in the lease cost, and repaid to that account over the initial term of the lease agreement. BACKGROUND AND COMMENT: Tenders were publicly advertised and issued for the renovation of the existing Lions Club building to accommodate the Older Adults Centre, as provided for in the 1997 Capital Budget. REPORT NO.: TR-16-98 PAGE 2 Subsequently, bids were received and tabulated as follows: BIDDER TOTAL BID AMOUNT Corzam Construction Limited $1,189,000.00 Concord, Ontario Frank Pellegrino General Contracting Limited $1,211,374.50 Toronto, Ontario Gerr Construction $1,236,000.00 Bowmanville, Ontario Snyder Construction $1,323,120.00 Whitby, Ontario Pegdon Construction Limited $1,420,300.00 Mississauga, Ontario A.G. Reat Construction Limited $1,420,300.00 Concord, Ontario Richard & B.A. Ryan Limited $1,480,900.00 Toronto, Ontario Gay Constructicn Limited Bid Rejected Oshawa, Ontario As all of the tenders were over the total budget allocation, in accordance with the process recommended by the Durham Construction Association, two post tender addendums were issued to the three low bidders. Based on acceptance of the deletions as well as suggestions by each of the bidders, the revised tender amounts are as follows: ..... .. BIDDER TOTAL BID AMOUNT Gerr Construction Limited $865,975.00 Bowmanville, Ontario Frank Pellegrino General Contracting Limited $918,722.50 Toronto, Ontario Corzam Construction Limited $966,088.00 Concord, Ontario ... ~ REPORT NO.: TR-16-98 PAGE 3 As the revised bid amount of the low bidder, Gerr Construction, was now within 7% of the total budget allocations, negotiations were entered into with the low bidder to further reduce the total cost. Subsequently, the negotiated revised total bid amount is now $859,500.00. A FORTHWITH approval will allow the contract award paperwork to commence, however the By-law will not be approved until the Council meeting of March 9, 1998. The reductions included are outlined in the attached letter, marked Schedule "B", from the consultant, Barry Bryan Associates. Note, for the information of Council, the original tender documents included in the stipulated price, the cost of a new elevator shaft located in the centre of the building and up to the underside of the first floor roof. The elevator shaft was located to satisfy the wish of the Building Committee that ultimately the elevator would access all floors of the building. The cost of the elevator shaft and associated mechanical and electrical services has not been included in the revised tender amount which resulted in a reduction of $50,000.00. Also, the front entrance, lobby and lounge area has been deferred to Phase Two which resulted in a savings of $160,000.00. Should Council choose to include either or both of these items, then this report must be referred back to staff for a further reVlew due to the uncertainty of who would qualify as the low bidder. Should the elevator not be included at this time, the cost of adding it ln future phases will be greater than the reduction achieved by deleting it from the initial construction. In addition, an alternate location in the building would have to be found, which would eliminate the initial objective of full access to the entire building. lIP REPORT NO.: TR-16-98 PAGE 4 Council expressed at the meeting of July 7, 1997 and as identified in Admin-4 9 - 97, that the main floor of the centre would be the first stage of development of the Older Adults Centre. A phasing program was suggested in order to fully incorporate the entire building to meet the needs of the seniors. If Council does not include either the front lobby or elevator structure in Phase One, it would be recommended in a revised phase Two as early as 1999, pending Municipal Budget deliberations. The Municipality will also enter into negotiations with the Clarington Community Care with respect to their lease and interior finishes which have been deleted and will be treated as leasehold space. Staff are recommending that the interior finishes be added to the contract and that a leasehold improvement cost, estimated to be $31,000.00, be incorporated in the lease agreement which would repay the cost over the initial term. It is recommended that these additional costs be interim financed from the Impact Escrow Account and repaid to that Reserve Fund when they are received through the lease payments. It lS recommended that the total required funds in the amount of $955,500.00 ($859,500.00 contract + $6,000.00 asbestos removal + $90,000.00 consulting) be provided as follows: $912,000.00 - 1997 Capital Budget, Impact Escrow Reserve Fund, Account #5001-00050-0000; $ 65,000.00 - Additional Funds, Impact Escrow Reserve Fund, Account #5001-00050-0000. The additional $65,000.00 represents a contingency value of approximately $35,000.00 which will only be expended if unanticipated problems arise during construction and an additional $10,000.00 is required for the contract. There are additional legal costs of approximately $20,000.00 due to the extensive negotiations, etc. which were not anticipated in the original budget review. " REPORT NO.: TR-16-98 PAGE 5 The Treasurer has reviewed the funding requirements and concurs with the recommendation. The additional funds are recommended to be financed from the interest earned on the original $1.3 million allocated to the project. The interest of approximately $48,000.00 has been accumulating to the Impact Escrow Fund because the funds have not yet been required. Therefore, it would be appropriate to fund the additional requirements from the same account. Note, there is no G.S.T. component included in the cost as it is the opinion of staff that 100% Input Tax Credit rebate is applicable, however, this has not yet been confirmed. If it is not applicable, then the 57% rebate will apply. Queries with respect to specifications, etc., should be referred to the representative from Barry Bryan Associates. The low bidder has previously provided satisfactory service to the Municipality of Clarington. After further review and analysis of the bids by the Consultant, Barry Bryan Associates, Purchasing, and the Property Manager, it was mutually agreed that Gerr Construction, Bowmanville, Ontario, be recommended for the contract for the construction of the Older Adults Centre. / Respe fully submitted, ) ;faut C->--- Marie Marano, H.BSc.,AMCT., Treasurer W.H."~ Chief Administrative Officer Reviewed by, R.R.F.A. MM*LB*ld " SCHEDULE "A" THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON BY-LAW NUMBER 9:-::- Being a By-law to authorize a contract ber,,vcen the Corporation of the Municipality of Clarington and Gerr Construction Limited, Bowmanville, Ontario, for the construction of the Older Adults Centre. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON HEREBY ENACTS AS FOLLOWS: 1. THA T the Mayor and Clerk are hereby authorized to execute, on behalf of the Corporation of the Municipality of Clarington. 2nd seal with the Corporation Seal, a Contract between Gerr Construction Limited J.nd said Corporation; and 2. THA T this agreement attached hereto as Schedule "A" form part of this By-law. By-law read a first and second time this dav of :\larch. 1998. By-law read a third time and finally passed this day of March, 1998. :\lavor Clerk FEB.. - 26" 9~ ITHUJ 14: 19 BARRY-BRYAN ASSOCIATES SCHEDULE "8" ,. BARRY. BRYAN ASSOCIATES (1991) LIMITED . ARCHITECT . ENGINEER · PROJECT MAN.A.GEI(S Muniapality of Clarington 40 Temperance Street Bowmanville, Ontario L 1 C 3E6 Attention: Ms. Lou Anne Birkett Purchasing Manager Re: Clarington Older Adult Centre Municipality of Clarington CL98-1 Dear Ms. Birkett: TEL:9056665256 P. 001 11 Stanley Court Whitby, Ontario UN 8P9 Telephone (005) 666-5252 Fax (005) 666-5256 February 26, 1888 Tenders for the Clarington Older Adult Centre, Tender CL98-1 were received by the Municipality of Clarington on February 4, 1998, Eight Tenders were received. One tender was rejected by the Municipality, The Stipulated Prices for the seven remaining tenders were as follows: CORZAM CONSTRUCTION LIMiTED FRANK PELLEGRINO GENERAL CONTRACTING LIMITED GERR CONSTRUCTION LIMITED SNYDER CONSTRUCTION PEGDON CONSTRUCTION LIMITED A.G. REA T CONSTRUCTION CO. LIMITED RICHARD & B.A. RYAN LIMITED All Tender prices include P.ST and are exclusive of GS.T. $11188,000.00 $1,211,374.50 $1.2361000.00 $1,323,120.00 $1.420,300,00 $1,430,000.00 $1.480,900.00 All Tender pricss include cash and contingency allowances in the amount of S50,000.00. All tendersrs acknowledged receipt of Addenda 1 ta 3. Following review of the Stipulated Tender priess, Post lender Addenda Numbsrs 1 and 2 were issued to the three low bidders. The object of the Post Tender Addenda was to identify cost savings which would bring the Tender Price in line with ti1e amount budgetf,'d by the Municipality for the first phase of this project. During this period, Barry Bryan Associates (1991) Limitt:d conducted a detailed review of the Tenders and checked the references of the three low bidders. @L260;?SWpd FER. - 26' ~8ITHL'J I ~: ] 9 BARRY-BRYAN ASSOCIATES TEL:9056665256 P. 002 . , , Page 2 On February 13 and February 19, 1998, Post Tender Addendum Pricing was received from the invited bidders by the Municipality of Clarington. Pricing included possible cost savings identified in the Ad~andum and add-on pricing requested by the Municipal Building Department. Bidders were also Invited to suggest additional cost savings for consideration. Our findings and recommendations are as fellows. 1. REFERENCES: Detailed reference checks were completed for the three low bidders. 8idders were required to submit with the Tender. a list of recently completed projects of similar scope to the Older Adult Centre, We also contacted the Toronto, Peterborough and Durham Construction Associations. Additionally, inquiries were made within the Bonding industry. GERR CONSTRUCTION LIMITED has prior expenence working with the Municipality of Clartngton. Barry Bryan Associates has worked with this contractor on several occasions and is confident of their abilhy to perforrn the work required on the Older Adult Community Centre. 2. PRICING: Tender Pricing has been evaluated using a combination of the Stipulated Tender Price, the Separate and A/tamate Price items listed on page 2(R) of the Tender Form and the Post Tender Addendum pricing received from the three low biddi3rs on February 13 and 19,1998. Post tender Addendum items were evalwated by thE! Municipality in conjunction with Barry Bryan Associates and our Consultants with the aim of maintaining the approved budget for the first phase of the project while gerJng the best value for the Municipality. Given the number of options available for selection, a summary of prices was developed to assist In the evaluation. Some of these Items it must be noted are "add" costs which are the result of changes requested by the Municipality of Clarington Building Department. These items are not optional and must be included in the price. They are identified separately in the attached table of prices. Additional add on prices are identified as Alternate Prices in the Tender Forms The three low bidders were invited to suggest additicnal cost savings for consideration. Not a/I items were suggested by all bidders Post Tender Addendum number 2 was issued on February 18, 1998 and includes items which duplicate either in whole or in part, items previously identified in the Tender forms and in Post Tender addendum number 1. 7175L2602.S .wpd ~ BARRY. BRYAN A<;<;nCl....Tc, .:;::', ' ".,1ITCr"' FEE. - 26' 9'8ITHUJ 14: 20 BARRY-BRYA~ ASSOCIATES TEL:9056665256 P. OOj , , . Page 3 Additional possible cost saving items have bean fLlrther identified in the course of our discussions with the bidders and with the Muniapality. It should also be noted that Post Tender Addendum item number 19 includes the removal from the projsct of the entire northerly addition. This part of the work includes a new exit stair from the second floor which can not be deferred until future phases of the overall project. This stair is necessary to ensure safe egress from the second floor of the exIsting building and Is a condition of the Building Department approvals. Finally, as you are aware, the deletion of several items from the current phase of the work will result in additional costs during futLlre phases. It is much more cost effective to complete these items during the major reconstruction and alteration phase of the project than to attempt to retrafit the building later on. !n particular, construction of the elevator shaft as it is currently located will result in significant cost increases and disruptions dUring the next or any other phase. 4. RECOMMENDATIONS: In consultation with the 6taff of the Municipality of Clalington we have prepared a summary af recommended or acceptable prices. Based on the items accepted, the revised Stipulated prices for the three low bidders are: CORZAM CONSTRUCTION LIMITED FRANK PELLEGRINO GENERAL CONTRACTING LIMITED GERR CONSTRUCTION LIMITED 5966,088.QO $818.722.50 $865,97500 On review of the tenders and the supplemental price oetails, with staff of the Municipality af Claringtan, the Municipality entered into negotiaticns with the law overall ter-derer, Gerr ConstructJon Limited resulting in a revised tender amo...nt of 5859,525.00 (The items included in this price are described in the attached Appendix A.) and we recommend acceptan:e. z:1~1A/ C.M Earle, M.AAT.O. CME/cb 7176L2110~.6.wpd (fA BARRY. BRYAN A~~O"ATF.S 119911 U,VITt;C F.EB',-2619~rTHCI 14:20 BARRY-BRYA\ ASSOCIATES TEL:9056665256 P. 004 d . CLAR/NGTON OLDER ADULT COMMUNITY CENTRE 26 BEECH AVENUE, BOWMANV/LLE MUNICIPALITY OF CLARlNGTON TENDER CL 98-1 Page 1 of 3 APPENDIX 'A' ITEM COMMENTS TENDER PRiCe Separate Pric:e 9. O. B Delete operable partition number 1 and track. POSTTENDERAOOENOUMN1 A.1 Add 2nQ FI renovatIons Building code requIrement A.3 Door'# 25 Change swing of door Suilaing code requirement C,1 Screen SC7 Builaing code requirement DR..1 Sheet Floor Refinish existing hardwood in lieu of vinyl DR.2 Carpet 1 Change Allowance to $20/s.yd. DR. 3 Carpet 2 Chc:r'ige ~.iIJWance to $26/s.yd. DRA Vestibule Leave ves:i:ule as is DR. 7 Operable. Partition No.2 Dele:e trCi:~ and bulkhead DR.S Celete 2 Windows Acti'./ity Room 128, south wall , DR.S Celete 3 Windows Dining Room 118, north wall DR. 10 Bow windows Use starda."d window In lieu of bow window I DR.12 Frame colour in lie... of CL.stom colours specified I DR. 13 Standard Windows In liew of :Jstom sizes specified DR.14 Brickmould Delete DR.15 Paint Grade Doors in lie... of stair) grade (includes painting) DR. 1 B Backfill Reuss existing DR.17.1 Cabinetwork Charge q_s!ity of cabinetvvork DR.17.2 Cabinets (130) Dele:e caj l:3tS on north wall 1--- DR.17.4 Splash backs Chargs 1:) 4" high. DR.18 Elevator shaft D8le~a ertJre shaft and associated mec.laniC2i!electrical work, to second floor MECHANICAL M3. Humidifiers Dele:e fOJf humidifiers and drains Mg. COl Control6 717SL2fI02-summary.wpd 6)) BARRY. BRYAN A(((""'\"-A,T:::'( I~::' ; ',\' -~[\ ~Ee -26' 98iTHUJ 14:21 BARRY-BRYAN ASSOCIATES TEL:9056665256 p, 005 ~f . CLARINGTON OLDER ADULT COMMUNITY CENTRE 26 BeECH AVENUE, BOWMANVILLE MUNICIPALITY OF CLARINGTON TENDER CL 98-1 Page 2 of 3 APPENDIX 'A' ITEM COMMENTS M 11. Water Cooler Delate drinking fountain, piping and drain M12. Exist radiator Leave radiator in place ELECTRICAL E1. Tennis Ct service Delete new service. E2. Add Exit LIght Add light required by 8ullding Code. ES. Water Cooler. ES. Humidifiers Delete power to humidifier POST TENOER ADDENDUM #2 DR.19 North Addition Delete north addition including reception and lObby. DR.~1 Community Care Delete all interior finishing of suite 711el21102.Summtry,wpd ~ BARRY. BRYAN A<;<;nl.iATfS 11')')11 '_IMITE::l F,EB' - 26' 9'8ITHUJ ] 4; 2] BARRY-BRYAN ASSOCIATES TEL:9056665256 P. 006 . . ! v CLARINGTON OLDER ADUL T COMMUNITY CENTRE 26 BeECH A VENUE, BOWMANVILLE MUNICIPALITY OF CLARINGTON TENDER CL 98-1 Page 3 of 3 APPENDIX 'A' ITEM COMMENTS BIDDER SUGGESTIONS 2. Roof warranty 2 year in lieu of 5 year 4. Acoustic tile 11. Metsl curb Use wood curbs at roof 14. Del. Ceramics Paint washrooms only ADDITIONAL ITEMS 1. Region allowance Delete allowance for street connections 2, Sign allowance Delete sign allowance 3. Services Delete new buried services 4. Sheet flooring Change grade of material 5. Delete Asphalt paving 6. Delete sodding Rough grade only 7. Add stairs to second floor Building code requirement 8. Change HRV unit (Activity and Dining Install 25 ton HVAC unit in lieu of specified item. rooms\ 7176L2/i02...summ~ry.wpd @ BARRY. BRYAN A<;<;onATES (19911 LlMIT~~