View Details
Click here to return to the main screen.
Bid Classification: |
Construction
|
---|---|
Bid Type: | Pre-Qualification |
Bid Number: | RFPQ-2985-25 |
Bid Name: | Construction Manager At Risk (CMAR) Services for Primary Trunk Twinning Project |
Bid Status: | Open |
Published Date: | Fri Aug 15, 2025 2:10:00 PM (EDT) |
Bid Closing Date: | Wed Sep 24, 2025 1:00:00 PM (EDT) |
Question Deadline: | Wed Sep 17, 2025 5:00:00 PM (EDT) |
Duration in months: | 0 |
Negotiation Type: | Refer to project document |
Condition for Participation: | Refer to project document |
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 submitted through the Region’s Bids and Tenders website for this Request for Prequalifications. HARD COPY BID SUBMISSIONS WILL NOT BE ACCEPTED. Bids must be submitted and received by the Region no later than 1:00:00 p.m., Eastern Standard Time. BRIEF DESCRIPTION OF WORK: The Regional Municipality of York (York Region) is required to expand and improve the existing York Durham Sewage System (YDSS), in response to the Provincial Bill 23 under the Supporting Growth and Housing in York and Durham Regions Act (Ontario 2022), by implementing the York Region Sewage Works Project, to be delivered in three phases from 2023 to 2041. The Project Report can be accessed via york.ca/SewageWorks. Part of that system expansion includes the Primary Trunk Twinning project which involves the twinning of the existing Primary Trunk, an approximately 5.26 km long single trunk sanitary sewer that, originates at the end of York Region’s Southeast Collector (SEC) system and conveys both York and Durham wastewater flows to the Duffin Creek Water Pollution Control Plant (WPCP) (the “Project”). The Project will be a significant component of the YDSS and is paramount for, providing capacity and redundancy to the YDSS, reducing the risk of major system failure, increasing resilience, conveyance, pumping capacity, and providing system operational flexibility. The Project will be delivered using a progressive construction management delivery model with early contractor involvement (ECI). Under this model, a construction manager at risk (the CMAR Contractor) will be retained by the Region early in the design phase of the Project to provide construction management services throughout the preconstruction and design period. For the Primary Trunk Twinning project, the Construction Manager will be a firm that will self-perform the construction of the tunnel and manages sub-contractors who may be needed to support ancillary works. The CMAR Contractor will provide constructability input during the preconstruction and design phase, including but not limited to, schedule planning, phasing strategies, constructability reviews, alternative construction approaches, risk management, cost estimating, and plan and design reviews. The Regional Municipality of York (the “Region”) intends to procure the deliverables described in Section A of the RFPQ Particulars (Appendix A) (the “Deliverables”) and has adopted the following process for procuring the Deliverables: Step 1 – Prequalification of Construction Manager at Risk (“CMAR”) Contractors Establish a list of prequalified CMAR contractors who are eligible to participate in Step 2 of the process (the “Prequalified CMAR Contractors”) Step 2 – Competitive Procurement Process Invite the Prequalified CMAR Contractors to participate in a formal competitive process for the provision of the Deliverables This Request for Prequalifications (“RFPQ”) is an invitation by the Region to prospective respondents to participate in Step 1 of the procurement process outlined above. For complete bid details, refer to the RFPQ documents. MANDATORY REQUIREMENTS:
INFORMATION MEETING: For details regarding the information meeting, refer to the “Meeting Details” section below.
For complete bid details, refer to the RFPQ documents. QUESTIONS: Questions related to this RFPQ should be submitted to the Region through the Bidding Website by clicking on the 'Submit a Question' button. ACCOMMODATION REQUESTS: Accommodation requests under AODA should be directed to the Region's Procurement Representative via email to peter.hwang@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 - $461.90, per bid fee - $138.64). |
Trade Agreements: |
Show Trade Agreements [+]
Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
Canadian Free Trade Agreement (CFTA) Canada-UK Trade Continuity Agreement (Canada-UK TCA) |
Categories: |
Show Categories [+]
|
Meeting Details
The following are the meeting details for the Bid: