Airport Terminal Bldg Roofing & Envelope Project
Solicitation number EZ899-220723/A
Publication date
Closing date and time 2021/10/07 17:00 EDT
Last amendment date
Description
Trade Agreement: Canadian Free Trade Agreement (CFTA) Tendering Procedures: All interested suppliers may submit a bid Competitive Procurement Strategy: Lowest/Lower Bid Comprehensive Land Claim Agreement: No Nature of Requirements: EZ899-220723/A Sezginalp, Kipp (PWY) Telephone No. (604) 367-5341 Email: kipp.sezginalp@pwgsc-tpsgc.gc.ca Title: Airport Terminal Bldg Roofing & Envelope Project Location: Penticton, BC Note to Tenderers: Drawings and Specifications are now available for viewing and downloading in a Portable Document Format (PDF) or in a standard paper version. Tenderers should note that Attachment File(s) contains the Drawings and Specifications Package (DSP) which consists of PDF files organized in an industry recognized directory structure. Work Description: The work includes, but is not necessarily limited to the following: Envelope and Structural: 1. The installation and maintenance of hoarding, dust protection and construction signage around each phase of the work as described in Section 01 56 00 -Temporary Barriers and Enclosures. 2. Upgrades to the exterior wall system in areas designated on the drawings. Upgrades include removing the existing cladding, building paper, any exterior insulation, soffit and fascia and installing a new air vapour barrier, exterior insulation, strapping, cladding, soffit and fascia. 3. Tie-ins to existing wall and roof systems that are to remain. 4. Upgrades to the roof system in areas designated on the drawings. Upgrades include removing the existing roofing system down to the sheathing and installing a new air vapour membrane, exterior Insulation, cover board and 2- ply modified bitumen membrane. 5. Remove all existing roof sheathing and sloped/tapered joists for structural diaphragm upgrade. 6. Replacement of roof flashing at locations of roof penetrations, curbs, parapets, etc. 7. Replacement of existing windows in areas designated on the drawing with new triple glazed aluminium windows. 8. Replacement of existing doors in areas designated in drawings with new triple glazed door systems. Doors to allow for future implementation of security access system. Reuse existing security system where indicated. 9. Replacement of existing skylight and clerestory window systems in areas designated on the drawings with new systems. 10. Installation of new gated entry system for the Flight Service Station. Mechanical: 1. Demolition and removal of existing rooftop mounted Air Conditioning Units; ACU-2, ACU-4, ACU5. 2. The installation of three new rooftop mounted Air Handling Units; AHU-2, AHU-4, AHU-5. 3. Demolition and removal of two existing rooftop mounted utility style supply air fans; SAF-1, SAF2. 4. The installation of two new utility style supply air fans; SF-1, SF-2. 5. Demolition and removal of two existing rooftop mounted exhaust fans; EF-1, EF-3. 6. The installation of two new exhaust fans; EF-1, EF-3. 7. Modification of existing mechanical services (duct, gas pipe, controls) to accommodate the renovation work. 8. Modification of existing roofing membrane, roof structure and roof curbs to accommodate the new roof top mounted HVAC equipment. 9. Modification of existing electrical services to accommodate the renovation work. 10. Modification of existing HVAC controls to accommodate the renovation work. 11. Modification of existing ceilings to accommodate the renovation work. Remove and reinstate ceiling tiles, and patch drywall ceilings as required to access equipment. Repair all areas damaged by construction activity; specifically, the Contractor shall repair all damage resulting from the Construction to the satisfaction of the Departmental Representative including repainting of surfaces in accordance with these Specifications which have been damaged. Final cleaning of structure, fixtures, piping, etc., and the disposal all waste products and/or debris generated by the construction activity as well as any material present in the work area prior to the commencement of the Work. The areas requiring cleaning shall consist of all areas affected by the Work. Site Visit There will be no site visit. Delivery Date: The Contractor must perform and complete the Work within 11 months from the date of notification of acceptance of the offer. Value of Project: To assist with bonding and insurance requirements, this project is estimated to cost $1 000,001 to $5,000,000. Tender Enquiries: Kipp Sezginalp, Supply Officer Tel: (604) 367-5341 Fax: (604) 775-6633 Email: kipp.sezginalp@pwgsc.gc.ca Additional Information: ***IMPORTANT NOTICE*** Due to the impacts of the COVID-19 pandemic and to encourage physical distancing, the bid receiving unit in Vancouver will remain open but with limited staff and limited hours: Monday to Friday, from 10:30 am to 2:30 pm (Pacific Daylight Time). Public tender openings will be suspended until further notice. Following solicitation closing, bid results will be recorded and may be obtained by e-mailing a request to the address indicated in the Invitation to Tender. Please monitor Buyandsell.gc.ca closely as changes to bid closing dates may be necessary. Please note that GI08 (Bid Security Requirements) and GI09 (Submission of Bid) of R2710T have been modified to include submission of bids electronically. Should you be interested in submitting your bid electronically, the following will apply: SI06 Submission of Bid - Electronic Bid Submission by epost Connect service Bids emailed directly will be rejected and deemed non-compliant. Please consult SI06 Submission of bid in the invitation to tender document for full details. SI05 Bid Security Requirements. A scanned copy of a bond does not constitute a digital bond. Submitting copies (non-original, non-verifiable or scanned copy) of signed and sealed bid bond are not acceptable. Non-compliant bids will be given no further consideration. Please consult SI05 Bid Security Requirements in the invitation to tender document for full details. Firms intending to submit tenders on this project should obtain tender (solicitation) documents through Buyandsell.gc.ca/tenders. Amendments, when 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. In all cases, bidders must indicate (when requested) in the space provided on the tender form the identification number(s) of the amendment, if any, that they have taken into consideration for their bid. This procurement office provides procurement services to the public in English. The Crown retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada. 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
-
Canadian Free Trade Agreement (CFTA)
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
- Sezginalp (PWY), Kipp
- Phone
- (604) 367-5341 ( )
- Email
- kipp.sezginalp@pwgsc-tpsgc.gc.ca
- Fax
- (604) 775-6633
- 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.
Access the Getting started page for details on how to bid, and more.