View Details
| Bid Classification: |
Construction
|
||||||||||||||
|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|---|
| Bid Type: | Request for Proposals | ||||||||||||||
| Bid Number: | RFP 2026-02 | ||||||||||||||
| Bid Name: | RFP 2026-02 REPLACE FISH CLEANING BUILDING at the MUNICIPAL MARINA | ||||||||||||||
| Bid Status: | Closed | ||||||||||||||
| Published Date: | Tue Apr 21, 2026 4:12 PM (EDT) | ||||||||||||||
| Bid Closing Date: | Fri May 1, 2026 12:00 PM (EDT) | ||||||||||||||
| Question Deadline: | Mon Apr 27, 2026 12:00 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: |
REQUEST FOR PROPOSAL RFP 2026-02 REPLACE FISH CLEANING BUILDING at the MUNICIPAL MARINA
Issue Date: Monday, April 20, 2026 Closing Date: Friday, May 1, 2026 at 12:00 noon Contact: Alex Patterson, Director Department of Community Services and Tourism Municipality of Wawa 40 Broadway Ave, PO Box 500 Wawa, ON P0S 1K0 Telephone 705-856-2244 Ext. 242 Email apatterson@wawa.cc Table of Contents
Appendix A 11 Appendix B 19
The Municipality of Wawa is issuing this Request for Proposal (“RFP”) to seek out a successful proponent to replace the fish cleaning building at the Harry McCluskie Municipal Marina, referred to herein as “Marina”. This will involve constructing a new facility on the existing concrete pad of the original complex. Additional details can be found in Section C – Scope of Work. The successful proponent will have demonstrable experience in construction of similar facilities. The successful proponent will be able to show that they can complete the project safely and in compliance with all applicable regulations.
Governed by a Mayor and four (4) Councillors, the Municipality of Wawa is a single tier municipality located on the TransCanada Highway, 210 kilometers north of the City of Sault Ste Marie in the District of Algoma. Found in the northern portion of Algoma, the Municipality offers an excellent quality of life with great access to a large range of outdoor activities. The Municipality has a population of approximately 3,000 residents and an economy principally based on tourism, mining, and forestry. The Municipality encompasses an area of about 480 square kilometers much of it of a northern rural nature. As a municipality, Wawa is responsible for various activities governed by Ontario’s Municipal Act, S.O. 2001 including taxation, roads, water and wastewater servicing, planning and building, recreation, policing, fire suppression and general government. Wawa has an annual operating budget of approximately $12 million. The annual capital budget can vary from $3 million to $5 million. The Municipality aims for service excellence while offering a variety of amenities, facilities, programs and services that residents, visitors, businesses and customers need and expect. Municipal Council and staff are committed to building a focused, responsive, resource-conscious and results-oriented organization. Lastly, the Municipality and its staff are heavily guided by both a Community Strategic Plan, Asset Management Plan and a Municipal Business Plan.
The successful Contractor, coordinating with the Director of Community Services and Tourism, will:
In addition to the scope of work outlined above, the successful Contractor will work within all applicable regulations and in a safe manner at all times. The Municipality will enter into a standard CCDC-2 Stipulated Price contract with the successful proponent. The contract will be provided to the proponent upon award.
Questions regarding this RFP should be directed to: Alex Patterson Director of Community Services and Tourism Municipality of Wawa 40 Broadway Ave, PO Box 500 Wawa, ON P0S 1K0 Phone - 705-856-2244 ext. 242 Cell - 705-914-1158 Email – apatterson@wawa.cc Website – www.wawa.cc Questions via email are the preferred method of contact. All questions and answers will then be distributed to all respondents as addenda.
*Work may be completed earlier; however this is the final deadline
Minimum requirements by the Contractor for submission of a proposal in response to the RFP shall include the following:
The Contractor’s work schedule will begin as scheduled in the Proposed Project Schedule. It is expected to begin no later than June 1, 2026 and continue until staff approve of the work completed, with a deadline of July 31, 2026 for completion of work. A proposed work schedule including key dates and milestones for the Review process must be submitted as part of the proposal to ensure completeness of the process and all invoices are to be submitted according to the proposed project schedule in Section E.
Contractors interested in providing these services must prepare and submit a Proposal that includes:
The deadline for the submission of a Proposal is: Friday, May 1, 2026 at 12:00PM EST. No other information submitted by facsimile or electronic mail (except for the electronic PDF copy) will be accepted unless otherwise requested by the Municipality during the proposal review process. Proposals received after Friday, May 1, 2026 at 12:00PM EST will not be accepted.
There is an approved budget for this project. If the proposals received are considerably higher than this amount, a report to Council for additional funds will be required which may delay awarding of the project. Proposals should include details on the items that can be delivered within the scope with an associated budget. The budget should also include costs for travel and other direct expenses associated with the project. Contractors are encouraged, but not required, to provide a detail of value-added services that can be provided at an additional cost, including the fees and rationale for undertaking them. This is to be a separate section. An itemized budget for each room is required for this submission.
In addition to other standard contractual terms, the Municipality will require the selected vendor to comply with indemnification, hold harmless and insurance requirements as outlined below: The Contractor shall indemnify and hold harmless the Municipality (including any of its bodies, agencies, councils and associations and their servants, agents, officers, directors, elected officials, successors, assigns, employees and personal representatives and each of them) from and against any loss resulting from negligence, claim, demand, damages, liability, and costs and permitted assigns. This provision shall survive termination of any agreement resulting from this RFP. The vendor shall procure and maintain, for the duration of this contract, insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his/her agents, representatives, employees or subcontractors. The cost of such insurance shall be paid by the Contractor. Insurance shall meet or exceed the following unless otherwise approved by the Municipality. Insurance Requirements
The Municipality is an equal opportunity employer and requires all Respondents to comply with policies and regulations concerning equal opportunity. The Respondent, in the performance of this contract, agrees not to discriminate in its employment due to an employee’s or applicant’s race, religion, national origin, ancestry, gender, sexual preference, age, physical handicap or any other characteristic protected by law.
The Municipality is committed to and working toward ensuring municipal services is accessible to all. We strive to meet or exceed the standards set by the Accessibility for Ontarians with Disabilities Act (“AODA”) which are rules established by the Province to help businesses and organizations identify, remove and prevent barriers to accessibility. The AODA requires accessibility of goods, services, facilities, accommodations, employment as well as information and communication.
The Municipality recognizes that being sustainable is a responsibility of the Municipality essential to long-term economic prosperity, the social well-being of its residents and protecting environmental capacity and can only occur through community engagement and involvement.
The selection of a Contractor will be based upon a qualitative review of the Proposals submitted. Municipal staff may request additional clarifying information from any or all Contractors that submit a Proposal during the review process. Municipal staff will evaluate the responses to this RFP and may interview the top rated Contractors or all Contractors. Following the interview, a recommendation will be made to the Council on the selection of the Contractor determined to be the most qualified for the project. An evaluation by a Committee will be conducted and each proposal will be scored. Proposals will be evaluated on the basis of the following criteria: Minimum Requirements:
Experience and Qualifications (20%)
Approach (30%)
Budget (50%)
The Municipality reserves the right to accept or reject any or all proposals and recommendations and may waive minor errors or omissions in any proposal. The Municipality reserves the right to select a Contractor, who in and upon our approval provides the most advantageous solution and demonstrates their ability to provide the expected outcomes of the proposals that will best serve the interests of the Municipality. The Municipality is not obligated to award the contract based on the lowest price or any other particular factor. The Municipality will not be liable or reimburse any firm for the costs they incur to prepare their proposals. The Municipality also reserves the right to substitute components where the Municipality considers that an alternative may be more suitable and the right to modify any and all requirements stated in the RFP at any time prior to the possible awarding of the contract. The RFP does not commit the Municipality to award a contract or to pay any costs incurred in the preparation of a proposal or attendance at a pre-awarded meeting.
Either the Contractor or Municipality may terminate the contract, once awarded, at any time upon giving notice in writing at least thirty days prior to the date of termination without penalty or recourse. In the event of such termination, the Contractor will be paid for services up to and including the date of termination. Appendix A – Facility Drawings Previous facility |
||||||||||||||
| 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 download secured documents and/or to participate in this opportunity, you will need to have a subscription plan or buy Pay-Per-Bid access for this opportunity (available if you don't have an active subscription). | ||||||||||||||
| Categories: |
Show Categories [+]
|
