View Details
Click here to return to the main screen.
Bid Classification: |
Construction
|
---|---|
Bid Type: | Pre-Qualification |
Bid Number: | PQ-20-170 |
Bid Name: | Prequalification of General Contractor and Mechanical, Electrical, Microtunneling and Civil Linear Subcontractors for Henderson Sewage Pumping Station |
Bid Status: | Awarded |
Bid Awarded Date: | Fri Dec 4, 2020 (EST) |
Published Date: | Fri Aug 7, 2020 11:00:00 AM (EDT) |
Bid Closing Date: | Wed Sep 30, 2020 1:00:00 PM (EDT) |
Question Deadline: | Thu Sep 17, 2020 4:00:00 PM (EDT) |
Electronic Auctions: | Not Applicable |
Language for Bid Submissions: | English unless specified in the bid document |
Submission Type: | Online Submissions Only |
Submission Address: | Online Submissions Only |
Public Opening: | No |
Description: |
The Region will ONLY accept ELECTRONIC BID SUBMISSIONS of Responses submitted through the Region’s Bids and Tenders website for this Request for Pre-Qualification. HARD COPY BID SUBMISSIONS WILL NOT BE ACCEPTED. BRIEF DESCRIPTION OF WORK – The purpose of the Henderson Sewage Pumping Station (SPS) is to alleviate the capacity constraints at the Aurora SPS by redirecting wastewater from the Henderson Drive Service Area away from the Aurora SPS. The Henderson Drive Service Area is located between Bathurst Street, Henderson Drive, Yonge Street and Bloomington Road, within the Town of Aurora. The Proposed Works include a new sewer pipe along Henderson Drive, a new SPS near Industrial Parkway and Yonge Street, and twin forcemains along Yonge Street to discharge into the existing trunk sewer north of Bloomington Road. This RFPQ is open to all contractors who wish to be considered to bid on the Proposed Works. Interested firms should follow the details of this document closely when responding to this RFPQ. Respondents are advised that the Region has implemented the Certificate of Recognition (CORTM) Safety Program, endorsed by the Infrastructure Health and Safety Association (IHSA), as a requirement on Regional construction projects. Respondents are requested to provide proof of registration with the CORTM Safety Program in a form acceptable to the Region, at its Sole Discretion, as part of their submission in response to this RFPQ. Acceptable forms of proof are limited to: 1. A letter or email from the IHSA, stating that the Respondent is registered with the CORTM Safety Program; or 2. A Letter of Good Standing from the IHSA which confirms that the Respondent is an active participant in the CORTM program; or 3. A copy of the Respondent’s Certificate of Recognition from the IHSA. The proof must demonstrate that the Respondent was registered with CORTM Safety Program prior to the submission deadline specified in Section 3.8 of the RFPQ. In addition, if during Stage II, the Request for Tender is issued on or before January 1, 2021, it will include a requirement that Selected Respondents must be registered with CORTM Safety Program in order to submit a bid. If the Request for Tender is issued after January 1, 2021, it will include a requirement that Selected Respondents must be certified under the CORTM Safety Program in order to submit a bid. For further details about COR including the registration process and fees, please contact the Centre for Health and Safety Innovation at 1-800-263-5024 or visit their website at www.ihsa.ca/cor. All Queries regarding the RFPQ documents shall be directed to Ivy Ho, Senior Purchasing Analyst, Procurement Office Tel: 1-877-464-9675 ext. 71648 Email: ivy.ho@york.ca. Please state the document number when inquiring about this RFPQ. The deadline for submitting questions is September 3, 2020 4 p.m. or five business days before closing. If you require accommodations due to a disability please contact York Region, Procurement Office at 1-877-464-9675 EXT 71900 or email purchasing@york.ca. |
Bid Document Access: | Bid document preview, bid opportunity, and award notices are available on the site free of charge. Suppliers are not required to register for a bid opportunity prior to previewing unsecured bid documents. Please note, some documents may be secured and you will be required to register for the bid to download and view the documents. To obtain an unsecured version of the bid document and/or to participate in this opportunity, an annual or a per bid fee must be paid (annual fee - $439.90, per bid fee - $132.04). |
Categories: |
Show Categories [+]
|
Awarded Summary
December 7, 2020
Re: Request for Pre-Qualification (RFPQ) No. PQ-20-170- Prequalification of General Contractors and Mechanical, Electrical, Microtunnelling and Civil Linear Subcontractors for Henderson Sewage Pumping Station
The Regional Municipality of York would like to thank you for responding to the Request for Proposal PQ-20-170. After evaluation, we are pleased to advise the following Contractors have been prequalified.
1. General Contractors
- • Condrain Group
- • Peak Construction Group Ltd.
- • Torbear Contracting Inc.
- • Ward & Burke Microtunnelling
2. Electrical Subcontractors:
- • Black & McDonald Limited
- • Kingdom Construction Limited
- • Lexsan Electrical Inc
- • Modern Niagara Toronto Incorporated
- • Selectra Inc.
3. Mechanical Subcontractors:
- • Baseline Constructors Inc.
- • Black & McDonald Limited
- • H2Ontario Inc.
- • Peak Construction Group Ltd.
- • W.A. Stephenson Mechanical Contractors Limited
4. Civil Linear Subcontractors:
- • Clearway Construction Inc.
- • KAPP Infrastructure Inc.
- • North Rock Group Ltd
- • Sam Rabito Construction Ltd
- • Timbel Limited
5. Microtunnelling Subcontractors:
- •CRS Tunnelling Inc.
- •Ward & Burke Microtunnelling
Prequalified contractors will be notified when the subsequent bid is being released.
Please contact me at 1.877.464.9675 ext. 71648 or via email at Ivy.Ho@york.ca if you have any further questions.
Sincerely,
Ivy Ho
Senior Purchasing Analyst
Procurement Office