Provincial Historic Sites

TERMS OF REFERENCE

Residing of Max’s House At Point Amour , Provincial Historic Site L’Anse Amour,

1. Overview of Site Point Amour Lighthouse

Built between 1854 and 1857, the Point Amour Lighthouse was built to help ensure the safety of ships navigating the Strait of Belle Isle. Constructed of locally quarried limestone, and standing 109 feet high, it is the tallest lighthouse in Atlantic . The original structure consisted of the tower and an attached residence. Over the years other structures were added to the compound. One of the later structures added to the compound was a modern lighthouse keepers dwelling house, now referred to as Max’s House. This is a single story building with concrete foundation.

2. Project Description The Department of Business, Tourism, Culture and Rural Development operates a network of Provincial Historic Sites (PHS) throughout Newfoundland and Labrador. As part of the ongoing maintenance at the Point Amour Lighthouse in L’Anse Amour, Labrador, PHS is seeking a contractor to replace the siding at building known as Max’s House at the Point Amour Lighthouse.

3. WORK COVERED BY CONTRACT DOCUMENTS

3.1 SCOPE OF WORK

.1 Work of this Contract comprises the stripping and residing of Max’s House at the Point Amour Lighthouse Provincial Historic Site, located off Route 510 in the community of L’Anse Amour.

.2 This facility is operated daily and is open to the public. All work must be done in accordance with current OHS regulation regarding work in an occupied facility. Care and caution must be adhered to ensure the utmost in safety and security where the general public has access to the facility.

.3 Max’s House is a functioning bed and breakfast and may have patrons staying there during work who will need access to the premises on a regular basis. Work on the structure must be conducted between the hours of 9:00 am and 5:00 pm. Due to the nature of the business, unrestricted access cannot be granted to the building’s interior. Access to the interior will be provided as required.

.4 Work must be completed within two weeks of starting.

.5 Bidders are encouraged to visit the site to determine the best course of action for how to paint the exterior structure prior to bidding. Site visits can be scheduled between 9:30 am and 4:30 pm by contacting Chris Martin at 790-729-7957 or [email protected]

.6 The general scope of work will involve removing and disposing the existing wood siding. Successful bidder will also, upon consultation with PHS remove, dispose, and replace any sections of sheeting damaged by rot.

.7 Cover the structure with a 15 pound felt underlayment. Installing felt horizontally with a 75mm lap of the edges. Felt to be installed by staples.

.8 Install new siding. Product to be used is Cape Cod wood clapboard. Colour – Rail White. Corner boards are to be Cape Cod wood corner boards. Colour – Rail White. They Clapboard and corner boards to be installed with Cape Cod 2 ½ inch stainless steel nails. Colour – Rail White. Upon instillation the clapboard is to be painted using Cape Cod Rail White paint to ensure nail heads are covered.

.9 Windows, Eaves, foundation and external stairs are to be scraped and painted to match existing colour.

.10 Remove and dispose of existing eaves trough and replace with continuous aluminum eaves trough. Tie eaves trough down spouts into existing cistern pipes.

.11 The contractor will be required to submit to a Site Specific Safety Plan in accordance with section 01 35 29.06 Health and Safety Requirements. The SSSP required under this section must be submitted and approved prior to the start of any work.

3.2 CONTRACTOR USE OF PREMISES .1 Contractor has limited use of site except as identified in section 3.1.2 and 3.1.3 above. .2 Coordinate use of premises under direction of Owner’s Representative. .3 Obtain and pay for use of additional storage or work areas needed for operations under this Contract. .4 Repair or replace portions of existing work which have been altered during construction operations to match existing or adjoining work, as directed by Owner’s Representative.

3.3 CLEAN-UP .1 Remove paint where spilled, splashed, splattered or sprayed as work progresses using means and materials that are not detrimental to affected surfaces or environmentally harmful. .2 Keep work area free from an unnecessary accumulation of tools, equipment, surplus materials and debris. .3 Remove combustible rubbish materials and empty paint cans each day and safely dispose of same in accordance with requirements of authorities having jurisdiction. .5 Painting equipment shall be cleaned in leak-proof containers that will permit particulate matter to settle out and be collected. Sediment remaining from cleaning operations shall be disposed of in a manner acceptable to authorities having jurisdiction.

3.4 OWNER OCCUPANCY .1 Owner will occupy premises during entire construction period for execution of normal operations. .2 Cooperate with Owner in scheduling operations to minimize conflict and to facilitate Owner usage.

3.5 PERFORMANCE SECURITY

The party whose tender is accepted will be required to execute the contract furnished by the agency, and prior to said execution, to deposit with the Government Purchasing Agency as security for the fulfillment of the contract a certified cheque, bank draft or money order made payable to the Newfoundland Exchequer account for 10% of the amount of accepted tender. In lieu of a certified cheque, the successful tenderer may deposit a performance bond acceptable to the agency in the amount of 20% of the tendered price. The deposits will be released upon fulfillment of the contract. No Performance Security is required where the amount calculated is $2,000 or less.

3.6 AUTOMOBILE LIABILITY INSURANCE

A. The contractor shall provide and maintain liability insurance in respect of (i) owned licensed vehicles and (ii) leased vehicles, subject to the limit set out in the Certificate of Insurance inclusive. B. All insurance policies shall contain an endorsement requiring notification of Her Majesty and the Named Insured, in writing, thirty (30) days prior to cancellation of any policy or material change, except in the event of non-profit where policy conditions dealing with termination will apply. C. The contractor shall within thirty (30) days of award of the contract, provide the Owner with a completed Certificate of Insurance and shall, if requested at any time, provide the Owner with a certified true copy of each policy of insurance.

3.7 WORKPLACE HEALTH AND SAFETY AND COMPENSATION COMISSION

The contractor shall, within fourteen (14) days of award of the contract, provide to Government Purchasing Agency suitable documentation certifying that he is registered and in good standing with the Workplace, Health, Safety and Compensation Commission. Non incorporated companies, i.e. partnerships, sole proprietorships and independent operators shall provide coverage for any employee and personal coverage for the principal(s).

3.8 NLCSA CERTIFICATION

Bidders are required to submit a Valid NLCSA letter of good stranding with tender documents.

3.9 COR CERTIFICATION

PROVINCIAL GOVERNMENT POLICY STATES THAT EFFECTIVE JANUARY 1, 1999, ALL FIRMS BIDDING ON GOVERNMENT FUNDED CONSTRUCTION CONTRACTS OF ANY VALUE MUST HAVE CERTIFICATE OF RECOGNITION (COR) STATUS.

Bidders are required to submit a COR letter of good standing upon request.

3.10 SUPPLY AND INSTALL

The vendor shall be liable for, and shall indemnify and hold harmless the Government of Newfoundland and Labrador, its agents and employees from and against all claims, demands, losses, costs, damages, actions, suits or proceedings, whatsoever arising under any statute or Common Law: (1) In respect of personal injury to or the death of any person whomsoever arising out of or in the course of or caused by the carrying out of the work; and (2) In respect of any injury or damage whatsoever to any property, real or personal or any chattel real, insofar as such injury or damage arises out of or in the course of or by reason of the carrying out of the Work.