GOC1831355-CT - Replace Fire Pump (Канада - Тендер #68137667) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Канада (другие тендеры и закупки Канада) Организатор тендера: www.merx.com Номер конкурса: 68137667 Дата публикации: 31-10-2025 Источник тендера: www.merx.com |
||
0000305892
Issuing OrganizationBGIS - PWGSC RP1
Owner OrganizationBGIS
Project TypeITB - Invitation to Bid (Formal)
Project NumberGOC1831355-CT
TitleReplace Fire Pump
Source IDPU.DP.Que..8088.29965.C1018327
Canada, National Capital Region, All of National Capital Region
Job Location284 Wellington St, Ottawa, ON
Description
Scope of Work
1. Work of this Contract comprises general construction and replacement of the existing fire pump, jockey pump and controllers, located at 284 Wellington St. Ottawa ON.
2. Remove and dispose of existing fire pump and associated fire protection piping as shown on plan. Disconnect power back to electrical panel and control wiring back to control panel.
3. Remove and dispose of existing jockey pump and associated fire protection piping as shown on plan. Disconnect power back to electrical panel and control wiring back to control panel.
4. Remove existing fire pump and jockey pump controller along with the automatic transfer switch (ATS). Disconnect power from pumps and electrical panel and remove existing as required.
5. Revise existing fire protection piping as shown on plan drawings, provide new valves, sensors, gauges and fittings as required.
6. Provide new packaged fire pump, jockey pump, automatic transfer switch (ATS) and controllers system in place of existing pumps. Extend emergency and normal power from existing electrical
panel to new packaged unit controllers. Provide a structural unistrut to install new electrical conduit from electric panel to controller.
7. Retain existing incoming combined fire and domestic water piping complete with associated backflow preventer devices.
8. Demolish existing equipment and related controls and accessories as indicated on drawings.
9. Provide proper piping identification system. Submit samples to engineer for review.
10. Contractor shall carry base building control contractor (Carmichael) for all control requirement and upgrades to avoid any warranty on existing building automation system (BAS).
11. Clean and flush existing and new piping system before putting the system back into service. Provide cleaning to report for review.
12. It is the Contractors responsibility to provide all labour, material, equipment and supervision to complete the repairs outlined in this specification taking into account all site
conditions, noise restriction, work area restrictions, protection requirements, accessibility restrictions, etc. No extras will be entertained for inconveniences after the award of this
Contract.
13. Final cleaning of structure, fixtures, piping etc., and the disposal of all waste products and /or debris generated by the construction activity as well as any material present in the work
area before the commencement of the work. The areas requiring cleaning shall consist of all areas affected by Work.
14. Update existing single line diagram to reflect new installations.
15. Upon award of tender general contractor to submit cost breakdown and schedule for work to be performed.
16. Conduct pre-installation meeting to verify project requirements, manufacturer"s installation instructions, manufacturer"s warranty and O&M manual requirements.
17. Conduct Integrated System Testing of all new equipment installed as per the CAN/ULC S1001-11 Integrated System Testing of Fire Protection and Life Safety Systems and Fire Protection.
18. Prior to commencement of work submit work plan, detailing sequence of work, and schedule for approval by consultant/client Representative.
19. Work covered by the contract documents includes Commissioning of the facility as per Section 01 91 13.13 – Commissioning (Cx) Requirements including engagement of third party structural
engineer for verification of equipment structural support.
20. All removed equipment controllers, panels with CMMS number are required to be documented on specifics forms to be decommissioned, contractor to is to coordinate with facility to obtain
necessary forms. The same is also true for all new equipment to be installed. Contractor is to complete all necessary CMMS form for demolition and new installation.
21. The East Memorial Building is a Classified Federal Heritage Building. Care must be taken to ensure that the heritage finishes/character-defining elements are not damaged during the scope of
work. Contractor must take into consideration the building"s character-defining elements identified in the Heritage Character Statement. Any damage to character-defining elements during work is
to be documented and reported to BGIS Representative and BGIS Heritage Conservation Program. Advise BGIS Project Manager of any changes during the work. Changes during construction at a federal
heritage building due to unforeseen impact on a character-defining element will require input from the BGIS Heritage Conservation Program.
22. Contractor is to put the fire alarm system on by-pass and have Fire Watch while system is down. Contractor is to provide a sample Fire Watch checklist for consultant’s review before
commencing work.
Oct 30, 2025 02:57 PM EDT
Bid IntentNot Available
Question Acceptance DeadlineNov 10, 2025 02:00 PM EST
Questions are submitted onlineYes
Closing DateNov 13, 2025 02:00 PM EST
Onsite VisitNov 05, 2025 01:00 PM EST
Brendan McMunn
brendan.mcmunn@bgis.com
Required Acknowledgment
By submitting our response to this solicitation, we confirm that we have read and agrees to comply with the terms and conditions of this ITT, and we agree to provide, upon request, all
documentation without modification as defined in this ITT.
BGIS reserves the right to reject our submission should BGIS fails to receive the required documentation.
Onsite Visit
AttendanceMandatory
Event dateNov 05, 2025 01:00 PM EST
Location284 Wellington St, Ottawa, ON
Event NoteMeet at the lobby of 284 Wellington St, Ottawa, ON. All individuals attending the site visit must bring their own Personal Protective Equipment (PPE) such as: safety shoes/boots, safety vests, hard hats, safety glasses, etc. Individuals without the appropriate PPE will not be permitted to access the site.
See moreElectronic Bid Submission
PricingLump sum
Bid Documents List| Item Name | Description | Mandatory | Limited to 1 file |
|---|---|---|---|
| Bid Documents | as per the ITT and all appenices | No | No |
| No entries | |||