Notice of Intended Procurement
Name of Procuring Entity
Toronto Metropolitan University (the “University”)
Contact Person and Contract Person Coordinates
Titus Meisenheimer , Procurement Officer, Procurement Services
1 Dundas Street West, Toronto, ON M5G 1Z3
email: bids@torontomu.ca I Phone: (416)979-5000 ext.554276
Procurement Documents
The procurement documents are available at www.merx.com.
Note that obtaining access to the procurement documents will require prospective suppliers to register and pay a registration fee. Pricing and Payment Terms are available on the MERX website.
Description of Procurement
The University is conducting a Request for Quotation General Contracting Services for Concrete Remediation & Waterproofing Work
The procurement may or may not involve negotiation. An electronic auction is not anticipated.
Address and Final Date for Submissions
Submissions must be submitted electronically at https://tmu.bonfirehub.ca/projects/95264 on or before July 24, 2025 at 2:00:00 pm.
The submissions will not be opened publicly.
Conditions for Participation
The procurement is subject to the following conditions for participation:
The award of a Final Agreement to a Successful Proponent is conditional on the Successful Proponent providing the following information to the University, in accordance the timeframes specified by the University:
- Insurance
- Commercial General Liability Insurance against claims for bodily injury (including death), personal injury and broad form property damage (including loss of use) and including products and completed operations liability and blanket contractual liability for an amount of not less than ten million dollars ($10,000,000.00) per occurrence. Such insurance shall include the following clauses and/or endorsements.
- Pay on behalf of
- Deductible
- Primary and non-contributory
- Cross liability and severability of interests or Separation of insureds; and
- an endorsement naming the Owner, its governors, trustees, officers and employees as an Additional Insured.
- Standard automobile insurance for all vehicles owned, licensed or leased by the Supplier and non-owned automobile insurance, where required, for an amount of not less than two million dollars ($2,000,000.00), per occurrence for each type of coverage. Where the non-owned automobile insurance coverage is provided within a general liability policy, a separate policy is not required;
- Professional liability insurance for an amount of not less than five million dollars ($5,000,000.00) per occurrence, if applicable to the type of Work performed under this Agreement. This insurance policy is required to be maintained until Ready-for-Takeover and for a period of twenty-four (24) months after the completion of the Work; and
- “All risk” property insurance covering the Contractor and Subcontractors’ owned, rented or leased tools, machinery, equipment and property used for the performance of the Work, including equipment breakdown coverage.
- Wrap-Up Liability Policy. This policy shall cover the risks of liability for bodily injury, including death and property damage arising from activities at the Project site, subject to customary exclusions. It shall be written in the joint names of the Owner, Contractor, Subcontractors of all tier and Consultant engaged on the Project, excluding any such entities whose only function is to supply and/or transport materials, machinery or supplies to the Project site and who do not perform any installation or construction work at the Project site. It shall provide for a limit of liability not less than $650,000.00 per occurrence for bodily injury, death, and damage to property including loss of use thereof, and a deductible of not more than $50,000 per occurrence except for Hot Roofing, Products and Completed Operations Liability which may be subject to a higher deductible.
This policy shall include the following coverage features:
a. Premises and Operations Liability;
b. Owners’ and Contractors’ Protective Liability;
c. Products and Completed Operations Liability (Aggregate Limit);
d. Blanket Contractual Liability;
e. Cross Liability and Severability of Interests Clause;
f. Contingent Employer’s Liability;
g. Personal Injury Liability;
h. “Occurrence” basis coverage for Bodily Injury and Property Damage;
i. “Broad Form” Property Damage coverage, including “Broad Form” Completed Operations coverage;
j. “Broad Form” Loss of Use of Property coverage;
k. Coverage for shoring, blasting, excavating, underpinning, demolition, pile driving, caisson work, grading, tunnelling, and all work below ground surface;
l. Non-Owned Automobile Liability insurance, including third party liability arising from use and operation of hired vehicles.
m. Sudden and Accidental limited pollution coverage – IBC 2313 Form 240 hour detection and reporting.
This insurance shall be maintained continuously from commencement of the Work until Ready-for-Takeover. The Products-Completed Operations Hazard coverage shall be for not less than 24 Months after Ready-for-Takeover. Terms and conditions are for this anticipated period at project award and any extensions to this period will be subject to change based on market conditions.
(b) WSIB
Provide, maintain and pay for Workplace Safety and Insurance Board of Ontario (WSIB) coverage, or alternatively, provide proof of continuous Employers Liability Insurance coverage, equivalent to WSIB coverage in the amount of not less than two million dollars ($2,000,000.00). Prior to commencing the Work, again with application for payment of the holdback amount following Substantial Performance of the Work and again with application for final payment, Contractor shall at all times during performance of the Work comply with all requirements of the Workplace Safety and Insurance Act and regulations, and provide evidence of compliance with such legislation and regulations at the Place of the Work, including payments due thereunder, by submitting its WSIB account number together with a letter from the appropriate WSIB department (indicating that there are no outstanding fees, fines, claims or debts to the Contractor’s WSIB account).
(c) Bonding
For contracts greater than $500,000 or if otherwise required in the RFQ documents for this Project, the Successful Proponent, prior to commencement of the Work, shall provide to the University the following:
- a labour and material payment bond in an amount equal to not less than 50% of the Contract Price, including all applicable taxes; and
- a performance bond in an amount equal to not less than 50% of the Contract Price, including all applicable taxes.
The Successful Proponent shall pay the premium for such bonds unless otherwise specified. Such bonds shall be issued by a duly licensed surety company authorized to transact a business of suretyship in the province or territory of the Place of the Work and shall be acceptable to the University. Proponents shall refer to the Supplementary Conditions for complete information regarding bonds. The form of final bonds should be in accordance with the Construction Act and issued by a duly licensed surety company authorized in the jurisdiction of the work.The University prefers that the Successful Proponent submit digital bonds issued by a duly licensed surety company authorized to transact a business of suretyship in the province or territory the Deliverables are performed that are in accordance with the Construction Act. Proponents shall refer to the Supplementary Conditions for complete information regarding bonds
- A bond may be submitted in an electronic or digital format if it meets the following criteria:
1.1. The version submitted by the Proponent must be verifiable by the University with respect to the totality and wholeness of the bond form, including: the content; all digital signatures; all digital seals; with the Surety Company, or an approved verification service provider of the Surety Company.
1.2. The version submitted must be viewable, printable and storable in standard electronic file formats acceptable to the University, and in a single file.
1.3. The verification may be conducted by the University immediately or at any time during the life of the bond and at the discretion of the University with no requirement for passwords or fees.
1.4. The results of the verification must provide a clear, immediate and printable indication of pass or fail regarding Item
- Bonds failing the verification process will NOT be considered to be valid.
- Bonds passing the verification process will be treated as original and authentic
Applicable Trade Agreements
This procurement is subject to the following trade agreement(s):
Broader Public Sector (BPS)
Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
Canadian Free Trade Agreement (CFTA)
Quebec/Ontario
Contract Details
The University will base its selection of qualified suppliers on the following criteria:
Stage 1
Mandatory Evaluation Criteria:
CRITERIA WEIGHTING (POINTS)
File #1 – Proposal Acknowledgement Form Pass/Fail
Stage 2
Financial/Pricing Evaluation Criteria:
CRITERIA WEIGHTING (POINTS)
Total Base Bid Fee 100
Total Evaluated Score 100
Notes
Suppliers should note that information contained within this notice is subject to change. Suppliers are encouraged to obtain the procurement documents which contain the most current information. If there is a conflict between the procurement documents and this notice, the procurement documents will take precedence.