Item - 2026.GG28.7

Tracking Status

  • This item will be considered by General Government Committee on April 8, 2026. It will be considered by City Council on April 22, 23 and 24, 2026, subject to the actions of the General Government Committee.

GG28.7 - Non-Competitive Agreements Required to Support the Existing and New Electric Ferries

Consideration Type:
ACTION
Wards:
All

Origin

(March 23, 2026) Report from the General Manager, Fleet Services, and the Chief Procurement Officer

Recommendations

The General Manager, Fleet Services, and the Chief Procurement Officer recommend that:

 

1. City Council authorize the General Manager, Fleet Services, to negotiate and execute a non-competitive agreement with Bureau Veritas Marine (Canada) Inc., for marine survey and certification services, including issuance of Canadian Maritime Documentation on behalf of Transport Canada, for an initial term from June 1, 2026, to May 31, 2027, with four (4) optional one-year renewal periods, for a total potential cost of $1,017,845 net of Harmonized Sales Tax recoveries ($1,000,241 net of Harmonized Sales Tax, $1,130,272 including all taxes and charges), on terms and conditions satisfactory to the General Manager, Fleet Services, and in a form satisfactory to the City Solicitor.

 

2. City Council authorize the General Manager, Fleet Services, to negotiate and execute a non-competitive agreement with Lloyd's Register Canada Limited for marine survey and certification services, including issuance of Canadian Maritime Documentation on behalf of Transport Canada, for an initial term from June 1, 2026, to May 31, 2027, with four (4) optional one-year renewal periods, for a total potential cost of $1,596,314 net of Harmonized Sales Tax recoveries ($1,568,705 net of Harmonized Sales Tax, $1,772,637 including all taxes and charges), on terms and conditions satisfactory to the General Manager, Fleet Services, and in a form satisfactory to the City Solicitor.

 

3. City Council authorize the General Manager, Fleet Services, to negotiate and execute a non-competitive agreement with Ontario Shipyards Inc., for the non-exclusive supply of labour, equipment, materials, dry docking services, warranty and non-warranty repairs, transportation, permits, and incidentals required for vessel maintenance for an initial term from June 1, 2026, to May 31, 2027, with four (4) optional one-year renewal periods, for a total potential cost of $8,799,461 net of Harmonized Sales Tax recoveries ($8,647,269 net of Harmonized Sales Tax, $9,771,414 including all taxes and charges), on terms and conditions satisfactory to the General Manager, Fleet Services, and in a form satisfactory to the City Solicitor.

 

4. City Council authorize the General Manager, Fleet Services, to negotiate and execute a non-competitive agreement with Aspin Kemp and Associates Inc., for the non-exclusive supply of labour, parts, equipment, diagnostics, repairs, training, travel, and Original Equipment Manufacturer warranty and non-warranty services for the Shore Electrical System, Automatic Shore Charging System Towers and Vessel Electrical System, for an initial term from June 1, 2026, to May 31, 2027, with four (4) optional one-year renewal periods, for a total potential cost of $6,070,337 net of Harmonized Sales Tax recoveries ($5,965,347 net of Harmonized Sales Tax, $6,740,842 including all taxes and charges), on terms and conditions satisfactory to the General Manager, Fleet Services, and in a form satisfactory to the City Solicitor.

Summary

The purpose of this report is to seek authority for the General Manager, Fleet Services, to enter into four (4) separate non-competitive agreements required to ensure the safe, reliable, and compliant operation of the City of Toronto's ferry services. These agreements support regulatory certification, vessel maintenance and repair, and specialized electrical systems support for both the existing and new electrical ferries entering service in 2026 and 2027.

 

The agreements are required to meet legislative obligations under the Canada Shipping Act, 2001 (CSA 2001), including maintaining continuity with existing certification service providers and ensuring access to specialized infrastructure, as well as securing Original Equipment Manufacturer support that cannot be competitively sourced.

 

The General Manager, Fleet Services and the Chief Procurement Officer support and recommend non-competitive procurements for the services noted in this report, to:

 

- Align with industry best practices;

 

- Maintain critical business continuity, particularly important during an upcoming and sustained critical period (i.e., 2026 FIFA World Cup and the arrival of two new vessels); and,

 

- Respond to unique market conditions where no other suitable vendor can deliver certain ferry services needed by the City.

 

The General Manager, Fleet Services, and the Chief Procurement Officer support and recommend non-competitive procurements for the following:

 

- Bureau Veritas Marine (Canada) Inc., and Lloyd's Register Canada Limited to provide mandatory marine surveys, inspections, and certification services under the CSA 2001 through the Delegated Statutory Inspection Program. Continuity with current Classification Societies aligns with industry best practice and avoids significant operational and regulatory risks.

 

- Ontario Shipyards Inc., to provide required dry docking and ship repair services. This is the only facility on Lake Ontario capable of accommodating the size and weight of the new electric ferries.

 

- Aspin Kemp and Associates Inc., (AKA Energy Systems) to provide Original Equipment Manufacturer warranty and non-warranty maintenance, diagnostics, repair, training and parts for the ferry electrical and charging systems, including the Shore Electrical System, Automatic Shore Charging System, and Vessel Electrical System.

 

The initial term for each agreement will be from June 1, 2026, to May 31, 2027, with the option to renew each agreement for four (4) additional one (1) year periods.

 

The total combined cost to the City for the initial term is $4,060,288 net of Harmonized Sales Tax recoveries ($3,990,063 net of Harmonized Sales Tax, $4,508,771 including all taxes and charges). The total combined potential cost, including all renewal options, is $17,483,958 net of Harmonized Sales Tax recoveries ($17,181,562 net of Harmonized Sales Tax, $19,415,165 including all taxes and charges).

 

City Council approval is required in accordance with Municipal Code Chapter 195- Procurement, where the current request exceeds the Chief Procurement Officer's authority of the cumulative five-year commitment for each supplier, under Article 7, Section 195- 7.3 (D) of the Procurement By-Law or exceeds the threshold of $500,000 net of Harmonized Sales Tax allowed under staff authority.

 

Adoption of the recommendations in this report will enable Fleet Services to continue delivering safe, reliable, and compliant ferry service to Toronto Island residents and visitors.

Financial Impact

The total combined potential value of the four (4) agreements identified in this report is $17,483,958 net of Harmonized Sales Tax recoveries ($17,181,562 net of Harmonized Sales Tax, $19,415,165 including all taxes and charges).

 

Funding in the amount of $2,368,502 net of Harmonized Sales Tax recoveries for the 2026 portion of the initial term of the contract is included in the 2026-2035 Capital Budget and Plan for Fleet Services Division. Funding for the remainder of the initial term will be included in future Operating Budget submissions for the Fleet Services Division.

 

Should the City exercise the optional renewal periods, funding, if required, will be included in the 2027-2031 Annual Operating and Capital Budget submissions for the Fleet Services Division. Funding details are provided in Tables 1 through 5, below.

 

Table 1: Non-Competitive Agreement with Bureau Veritas Marine (Canada) Inc, financial impact summary by contract year, net of Harmonized Sales Tax Recoveries

 

Fleet Services Division Cost Centre: CFL084-11

Cost Element: 5020137/5020032

Total Contract Value (Net of HST Recoveries)

Initial Term from June 1, 2026, to December 31, 2026

$111,834

Initial Term from January 1, 2027, to May 31, 2027

$79,882

Optional Year 1 from June 1, 2027, to December 31, 2027

$115,189

Optional Year 1 from January 1, 2028, to May 31, 2028

$82,278

Optional Year 2 from June 1, 2028, to December 31, 2028

$118,645

Optional Year 2 from January 1, 2029, to May 31, 2029

$84,746

Optional Year 3 from June 1, 2029, to December 31, 2029

$122,204

Optional Year 3 from January 1, 2030, to May 31, 2030

$87,289

Optional Year 4 from June 1, 2030, to December 31, 2030

$125,871

Optional Year 4 from January 1, 2031, to May 31, 2031

$89,907

Total Cost from June 1, 2026, to May 31, 2031

$1,017,845

 

Table 2: Non-Competitive Agreement with Lloyd's Register Canada Limited, financial impact summary by contract year, net of Harmonized Sales Tax Recoveries

 

Fleet Services Division Cost Centre: CFL084-11

Cost Element: 5020137/5020032

Total Contract Value (Net of HST Recoveries)

Initial Term from June 1, 2026, to December 31, 2026

$182,229

Initial Term from January 1, 2027, to May 31, 2027

$130,164

Optional Year 1 from June 1, 2027, to December 31, 2027

$179,020

Optional Year 1 from January 1, 2028, to May 31, 2028

$127,872

Optional Year 2 from June 1, 2028, to December 31, 2028

$184,391

Optional Year 2 from January 1, 2029, to May 31, 2029

$131,708

Optional Year 3 from June 1, 2029, to December 31, 2029

$189,922

Optional Year 3 from January 1, 2030, to May 31, 2030

$135,659

Optional Year 4 from June 1, 2030, to December 31, 2030

$195,620

Optional Year 4 from January 1, 2031, to May 31, 2031

$139,729

Total Cost from June 1, 2026, to May 31, 2031

$1,596,314

 

Table 3: Non-Competitive Agreement with Ontario Shipyards Inc., financial Impact summary by contract year, net of Harmonized Sales Tax Recoveries

 

Fleet Services Division Cost Centre: CFL084-11

Cost Element: 5020137/5020032

Total Contract Value Capital Budget (Net of HST Recoveries)

Initial Term from June 1, 2026, to December 31, 2026

$872,355

Initial Term from January 1, 2027, to May 31, 2027

$623,110

Optional Year 1 from June 1, 2027, to December 31, 2027

$3,005,953

Optional Year 1 from January 1, 2028, to May 31, 2028

$2,147,111

Optional Year 2 from June 1, 2028, to December 31, 2028

$405,937

Optional Year 2 from January 1, 2029, to May 31, 2029

$289,954

Optional Year 3 from June 1, 2029, to December 31, 2029

$418,115

Optional Year 3 from January 1, 2030, to May 31, 2030

$298,654

Optional Year 4 from June 1, 2030, to December 31, 2030

$430,659

Optional Year 4 from January 1, 2031, to May 31, 2031

$307,613

Total Cost from June 1, 2026, to May 31, 2031

$8,799,461

 

Table 4: Non-Competitive Agreement with Aspin Kemp and Associates Inc., financial Impact summary by contract year, net of Harmonized Sales Tax Recoveries

 

Fleet Services Division Cost Centre: CFL084-11

Cost Element: 5020137/5020032

Total Contract Value (Net of HST Recoveries)

Initial Term from June 1, 2026, to December 31, 2026

$1,202,083

Initial Term from January 1, 2027, to May 31, 2027

$858,631

Optional Year 1 from June 1, 2027, to December 31, 2027

$559,071

Optional Year 1 from January 1, 2028, to May 31, 2028

$399,337

Optional Year 2 from June 1, 2028, to December 31, 2028

$575,844

Optional Year 2 from January 1, 2029, to May 31, 2029

$411,317

Optional Year 3 from June 1, 2029, to December 31, 2029

$593,119

Optional Year 3 from January 1, 2030, to May 31, 2030

$423,657

Optional Year 4 from June 1, 2030, to December 31, 2030

$610,912

Optional Year 4 from January 1, 2031, to May 31, 2031

$436,366

Total Cost from June 1, 2026, to May 31, 2031

$6,070,337

 

Table 5: Combined Financial Impact Summary by Budget Year

 

Budget Year

Net of HST Recoveries

2026

$2,368,502

2027

$5,551,021

2028

$4,041,412

2029

$2,241,087

2030

$2,308,320

2031

$973,616

Total

$17,483,958

 

The Chief Financial Officer and Treasurer has reviewed this report and agrees with the financial impact information.

Background Information

(March 23, 2026) Report from the General Manager, Fleet Services, and the Chief Procurement Officer, on Non-Competitive Agreements Required to Support the Existing and New Electric Ferries
https://www.toronto.ca/legdocs/mmis/2026/gg/bgrd/backgroundfile-285529.pdf
Source: Toronto City Clerk at www.toronto.ca/council