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)
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- 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 219Vancouver, British C, V6Z 0B9
Buying organization(s)
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
ABES.PROD.PW_PWY.B026.E8052.EBSU004.PDF | 004 |
English
|
9 | |
ABES.PROD.PW_PWY.B026.F8052.EBSU004.PDF | 004 |
French
|
0 | |
ABES.PROD.PW_PWY.B026.E8052.EBSU003.PDF | 003 |
English
|
7 | |
ABES.PROD.PW_PWY.B026.E8052.EBSU002.PDF | 002 |
English
|
6 | |
ABES.PROD.PW_PWY.B026.F8052.EBSU002.PDF | 002 |
French
|
0 | |
ABES.PROD.PW_PWY.B026.F8052.EBSU003.PDF | 003 |
French
|
0 | |
ABES.PROD.PW_PWY.B026.E8052.EBSU001.PDF | 001 |
English
|
11 | |
ABES.PROD.PW_PWY.B026.F8052.EBSU001.PDF | 001 |
French
|
1 | |
frh_ph2_ift_dwgs_compiled_sealed.pdf |
English
|
18 | ||
frh_ph2_ift_specs_compiled_sealed.pdf |
English
|
13 | ||
ABES.PROD.PW_PWY.B026.E8052.ATTA001.PDF | This document was removed on 2022/02/17. | |||
ABES.PROD.PW_PWY.B026.E8052.EBSU000.PDF | 000 |
English
|
14 | |
ABES.PROD.PW_PWY.B026.F8052.EBSU000.PDF | 000 |
French
|
3 |
Access the Getting started page for details on how to bid, and more.