Roof Replacement - Phase 2

Solicitation number EZ899-180090/A

Publication date

Closing date and time 2017/05/31 17:00 EDT

Last amendment date


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Roof Replacement - Phase 2
    
    EZ899-180090/A
    Yi (PWY), Patty
    Telephone No. - (778) 919-2578 (    )
    Fax No. - (604) 775-7526 (    )
    Title:
    Roof Replacements - Phase 2
    
    Location:
    Fort Rodd Hill National Historic Site, 603 Fort Rodd Hill Road, 
    Victoria, BC 
    
    ******There will be a site visit on 24 May 2017 at 10:00am local 
    time.*****  
    
    Work Description:
    1. The work of the Contract comprises of the roof replacement of 
    targeted buildings, localized gutter replacements and localized 
    repainting at the Fort Rodd Hill National Historic Site, Victoria, BC
    2. Weather sensitive work at the Administration Building (Building #1) 
    is to be prioritized and completed first, prior to mobilizing to other 
    roof areas included under this Contract.
    3. Work to be performed under this Contract includes the following 
    items coveredfurther in the Contract documents:
    .1 Temporary hoarding: All work areas (individual buildings) are to be 
    protected with hoarding. Temporary hoarding around individual buildings 
    
    
    
    
    is required to be a minimum height of 1800mm (6 feet).  Contractor’s 
    hoarding is to be erected in a manner to maintain access to all 
    buildings.
    .1 No more than 1 building is to be enclosed in temporary hoarding 
    and/or weather protection at one time. Refer to section 1.3 - 
    Contractor’s Use of Site and Work Restrictions.
    .2  Temporary facilities:  Contractor is to provide site office, site 
    storage of material, temporary toilets. 
    .3  Review of testing reports provided withthe Contract documents.  
    Based on the findings of the testing reports; Contractor todetermine 
    if hazardous materials abatement is required.
    .4   Documentation of existing conditions of roof assemblies at each 
    stage of work. Contractor to verify if existing roofing felt is 
    installed below existing roofing materials.
    .5  Maintainingthe existing configuration of insulation and 
    ventilation at each roof assembly.  Insulation and ventilation are not 
    to be altered except where noted.
    .6  Full removal of existing coatings and repainting of fascia boards 
    and roof trim boards at buildings #1, and #7, as indicated below.  
    Refer to detail drawings.
    .7  Replacing typical roofing materials and associated accessories in 
    kind.  Colours of new roofing materials and associated accessories are 
    to match the existing colours.  Referto individual items below for a 
    description of work for individual buildings.
    .8  Sloped roof and low-slope membrane roof replacement of the Ad
    ministration Building (Building #1)
    .1 Removal of existing asphalt shingles on sloped roof to expose 
    existing 1x8 wood solid sheathing
    .2 Installation of new asphalt shingles
    .3 Installation of prefinished metal flashings where indicated in 
    construction details
    .4 Repainting of all wood elements at Administration Building (Building 
    
    
    
    
    #1). 
    .5 Replacement of all existing gutters and rainwater leaders at 
    Administration Building (Building #1)
    .6 Repair of all existing hopper boxes at the Administration Building 
    (Building #1)
    .7 Chimney Reconstruction (Building #1)
    .1  Removal of existing stucco cladding at chimneys above the plane of 
    the sloped roofing at chimneys identified on sheet BE1.1 - Building 
    Roof Plans.
    .2  Removal of existing brick masonry chimneys above the plane of the 
    sloped roofing at chimneys identified on sheet BE1.1 - Building Roof 
    Plans.  Pricing to allow for replacement of the existing brick and 
    mortar above the plane of the sloped roofs.  New brick and mortar are 
    to match existing brick and mortar at chimneys.
    .3  Installation of new stucco cladding at chimneys. Colour and 
    texture of new stucco to match existing.  Provide sample boards of 
    stucco colour and texture as identified in 01 33 00 - Submittal 
    Procedures.
    .4  Installations of smooth cementitious parging band at top of chimney 
    
    
    
    
    and replace with new cementitious parting to match existing.  Paint new 
    
    
    
    
    parting to match stucco colour.
    .5  Configuration of rebuilt chimneys are to match existing 
    configuration.  Document existing chimneys with detailed photographs 
    and drawings priorto demolition work.
    9.  Low-slope membrane replacement at the Administration Building 
    (Building #1)
    .1  Removal of existing metal skirt flashings, woodcapping and 
    sheathing at upstand walls at parapets of low-slope membrane roof areas 
    
    
    
    
    and bay window roofs.
    .2  Localized removal of existing stucco at low-slope membrane roof 
    interface to exterior walls.
    .3  Localized removal of 50mm (2”)strip of stucco above plane of 
    existing drainage slot at exterior side of parapets (typical of 3 
    parapets at low-slope membrane roof areas).
    .4  Removal and disposal of existing low-slope roof membrane, 
    accessories and sheathing at the Administration Building (Building #1) 
    low slope membrane areas.
    .5  Repair of wood framing at upstand walls at perimeter of low-slope 
    membrane roofs.  New framing is to frame-in existing drainage slots at 
    base of parapets.  Pricing to allow for 25% replacement of deteriorated 
    
    
    
    
    stud framing (assumed 400mm/16” on center) at perimeter upstand walls. 
    Size and specifics of new wood framing is to match existing.
    .6  Installation of new plywood sheathing at parapets at perimeter of 
    low-slope membrane roof areas, and at base of wall at the low-slope 
    membrane roof to wall interfaces.  Size and specificsof new plywood is 
    
    
    to to match existing.
    .7  Installation of new asphaltic overlay board fastened to new plywood 
    
    
    
    
    sheathing at perimeter upstand walls, and low-slope membrane roof to 
    wall interfaces. Height of new asphaltic overlay board isto match new 
    plywood sheathing.
    .8  Installation of new PT sloped wood copping at top of upstand walls 
    (minimum 1 in 6 slope).  Sloped coping is to drain towards los-slope 
    membrane roof surface.
    .9  Installation of new plywood roof sheathing, sloped plywood crickets 
    
    
    
    
    and asphaltic overlay board at low-slope membrane roof areas.  Locally 
    rabbet plywood sheathing at drain locations to accommodate thickness of 
    
    
    
    
    drain flanges.
    .10  Preparation of substrate in accordance with SBS membrane 
    manufacturer recommendations andtechnical specifications.
    .11  Installation of new 2-ply SBS membrane roof assembly.  Includes, 
    but is not limited to: SBS base sheet, SBS base sheet stripping, SBS 
    cap sheet, SBS cap sheet stripping and associated accessories 
    identified in 07 5216.  Cap sheet colour to match existing brown 
    roofing.
    .12  Installation of new drains and overflowscuppers where indicated 
    on sheet BE1.1 - Building Roof Plans
    .13  Installation of new high-temperature self-adhesive membrane on PT
    sloped wood coping.  New high temperature self-adhesive membrane on PT 
    sloped wood coping at perimeter upstand wall is to extend onto new SBS 
    membrane cap sheet stripping ply in shingle lap application 
    .14  Installation of newprefinished metal skirt flashingsand cap 
    flashings at perimeter parapets. Colour to match existing red painted 
    wood.
    .15  Installation of new prefinished metal skirt flashings complete 
    with sealant joint at base of stucco walls at low-slope membrane roof 
    to wall interfaces.  Colour to match existing red flashing.
    .16  Installation of sloped metal flashing over-clad over existing 
    prefinished metal flashing at exterior side of parapet.  Install 
    shimming as required to facilitate sloping to gutters.  Color to match 
    existing red flashing.
    .17 Installation of new prefinished metal skirt flashing complete with 
    sealant joint at exterior side of parapets at transition between 
    existing stucco and prefinished metal flashing at old drainage slot 
    locations. Colour to matchexisting red flashing.
    .10  Sloped roof staining of Canteen Veranda (Building #6)
    .1 Installation of semi-transparent stain at previously installed 
    shingles.
    .11  Sloped roof replacement of Casemate Barracks Veranda (Building #7
    .1 Removal of existing cedar shingles on sloped roof to expose existing 
    
    
    
    
    1x6 wood solid sheathing
    .2 Installation of new cedar shingles. New sings are to match size and 
    exposure of existing cedar sings.
    .3 Installation of prefinished metal flashing where indicated in
    construction details.
    .12  Sloped roof staining of (Building #12)
    .1 Installation of semi-transparent stain at previously installed cedar 
    
    
    
    
    shingles.
    .13  Sloped roof staining of (Building #13)
    .1 Installation of semi-transparent stain at previously installed cedar 
    
    
    
    
    shingles.
    
    .14  Sloped roof staining of (Building #14)
    .1 Installation of semi-transparent stain at previously installed cedar 
    
    
    
    
    shingles.
    
    .15  Installation of new steel stairs.
    .1 Removal and Disposal of existing wood stairs where indicated on 
    BE1.0 Aerial Site Plan.
    .2 Preparation of shop drawings as outlined in 01 33 00 - Submittal 
    Procedures.
    .3 Installation of new hot dip galvanized steel stair and concrete pad 
    landings where indicated on BE1.0 - Aerial Site Plan. Refer to 05 50 00 
    
    
    
    
    - Metal Fabrications. Includes non-slip steel landing and treads 
    complete with checker plate nosing and rake.
    .4 Installation of new sod around concrete pad at stair landings as 
    required to make good landscaping.
    
    Site Visit:
    
    Contractors are strongly recommended to visit the site prior to 
    submitting a tender for this work and to make inquiries or 
    investigations necessary to become thoroughly acquainted with the site 
    as well as the nature and extent of the work. 
    
    There will be a site visit on 16 May 2017 and 24 May 2017 at 10:00am
    local time.
    
    Interested bidders are to meet at the Visitor Centre adjacent to the 
    Parking Lot at Fort Rodd Hill National Historic Site, 603 Fort Rodd 
    Hill Road, Victoria, BCV9C 2W8.
    
    Completion Date:
    Commence work immediately upon notification of acceptance of offer and 
    complete the work within 14 weeks of award.
    
    Inquiries:
    Patty Yi, Supply Specialist 
    Tel: (778) 919-2578
    Fax: (604) 775-6633
    Email:  patty.yi@pwgsc.gc.ca
    
    Value of Project: 
    To assist with bonding and insurance requirements, this project is 
    estimated to cost between $575,000.00 to $625,000.00.
    
    Firms intending to submit bids on this project should obtain tender(solicitation) documents through Buyandsell.gc.ca/tenders. Addenda, wh
    en issued will be available from Buyandsell.gc.ca/tenders. Firms that 
    elect to base their bids on tender (solicitation) documents obtained 
    from other sources do so at their own risk and will be solely 
    responsible to inform the tender calling authority of their intention 
    to bid. 
    
    This procurement office provides procurement services to the public in 
    English.
    
    
    Delivery Date: Above-mentioned
    
    The Crown retains the right to negotiate with suppliers on any procurement.
    
    Documents may be submitted in either official language of Canada.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Agreement on Internal Trade (AIT)

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Yi (PWY), Patty
    Phone
    (778) 919-2578 ( )
    Email
    patty.liu@pwgsc-tpsgc.gc.ca
    Fax
    (604) 775-7526
    Address
    800 Burrard Street, Room 219
    800, rue Burrard, pièce 219
    Vancouver, British C, V6Z 0B9

    Buying organization(s)

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    004
    English
    9
    004
    French
    0
    003
    English
    7
    002
    English
    6
    002
    French
    0
    003
    French
    0
    001
    English
    11
    001
    French
    1
    English
    18
    English
    13
    This document was removed on 2022/02/17.
    000
    English
    14
    000
    French
    3

    Access the Getting started page for details on how to bid, and more.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    British Columbia
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Lowest Price

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: