General Government Committee

Meeting No.:
18
Contact:
Matthew Green, Committee Administrator
Meeting Date:
Wednesday, November 20, 2024

Phone:
416-392-4666
Start Time:
9:30 AM
E-mail:
ggc@toronto.ca
Location:
Committee Room 1, City Hall/Video Conference
Chair:
Councillor Paul Ainslie

General Government Committee

Councillor Paul Ainslie, Chair

Councillor Lily Cheng

Councillor Stephen Holyday, Vice-Chair

Councillor Jon Burnside

Councillor Vincent Crisanti

Councillor Nick Mantas

 

Members of Council, City Officials, and members of the public who register to speak will be provided with the video conference details closer to the meeting date.

 

To provide comments or make a presentation to the General Government Committee:

The public may submit written comments or register to speak to the Committee on any item on the agenda. The public may speak to the Committee in person or by video conference.

 

Written comments may be submitted by writing to ggc@toronto.ca.

 

To speak to the Committee, please register by e-mail to ggc@toronto.ca or by phone at 416-392-4666. Members of the public who register to speak will be provided with instructions on how to participate in the meeting.

 

Special Assistance for Members of the Public: City staff can arrange for special assistance with some advance notice. If you need special assistance, please call 416-392-4666, TTY 416-338-0889 or e-mail ggc@toronto.ca.

 

Closed Meeting Requirements: If the General Government Committee wants to meet in closed session (privately), a member of the Committee must make a motion to do so and give the reason why the Committee has to meet privately (City of Toronto Act, 2006).

 

Notice to People Writing or Making Presentations to the General Government Committee: The City of Toronto Act, 2006 and the City of Toronto Municipal Code authorize the City of Toronto to collect any personal information in your communication or presentation to City Council or its Committees and Boards. The City collects this information to enable it to make informed decisions on the relevant issue(s). If you are submitting letters, faxes, e-mails, presentations or other communications to the City, you should be aware that your name and the fact that you communicated with the City will become part of the public record and will appear on the City’s website. The City will also make your communication and any personal information in it - such as your postal address, telephone number or e-mail address - available to the public, unless you expressly request the City to remove it.

 

Many Committee, Board, and Advisory Body meetings are broadcast live over the internet for the public to view. If you speak at the meeting you will appear in the video broadcast. Video broadcasts are archived and continue to be publicly available.

 

If you want to learn more about why and how the City collects your information, write to the City Clerk's Office, City Hall, 100 Queen Street West, Toronto ON M5H 2N2 or call 416-392-4666. 

 

toronto.ca/council

 

This agenda and any supplementary materials submitted to the City Clerk can be found online at www.toronto.ca/council. Visit the website for access to all agendas, reports, decisions and minutes of City Council and its Committees and Boards.

 

 

Declarations of Interest under the Municipal Conflict of Interest Act

 

Confirmation of Minutes - October 16, 2024

 

Speakers/Presentations - The speakers list will be posted online at 8:30 a.m. on November 20, 2024.

 

Communications/Reports

 

GG18.1 - Apportionment of Property Taxes - November 20, 2024 Hearing

Consideration Type:
ACTION
Schedule Type:
Delegated
Wards:
All

Public Notice Given

Origin

(October 24, 2024) Report from the Executive Director, Finance Shared Services

Recommendations

The Executive Director, Finance Shared Services recommends that:  

 

1. The General Government Committee approve the apportionment of property taxes in the amounts identified in Appendix A and B, under the columns titled "Apportioned Tax" and "Apportioned Phase-in / Capping."

Summary

This report deals with 5 apportionment applications made by or to the Treasurer pursuant to Section 322 of the City of Toronto Act. Under this section, the Council is authorized to recover unpaid property taxes on land that has been severed and therefore no longer exists by apportioning those outstanding taxes onto the newly- created parcels that arise from the severance. 

 

The legislation requires that Council make its decision after holding a public meeting, at which applicants and / or property owners may appear or make representations regarding the apportionment application. Council has delegated authority to hear and make final decisions in respect of these matters to the General Government Committee.

 

Staff have mailed Notices of Hearing to affected taxpayers advising of the upcoming November 20, 2024, General Government Committee Hearing.

Financial Impact

Appendix A and B identify that $112,699 (as of October 1, 2024) in late payment charges (penalty and interest) have been levied and form part of the unpaid taxes that the applicants seek to apportion.

 

This amount, and late payment charges that will be levied until the applications are decided, will be written off. City Council has granted authority for these write-offs to the Director, Revenue Services. Funding for the write-off of the interest / penalty amount is provided for in the City's Non-Program 2024 Operating Budget under the Tax Penalties Account.

 

With the exception of the write-off of late payment charges, the apportionment of the unpaid taxes has no financial impact on the City of Toronto and secures the City's revenues.

 

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

Background Information

(November 14, 2024) Revised Report from the Executive Director, Finance Shared Services on Apportionment of Property Taxes - November 20, 2024 Hearing
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250579.pdf
(October 24, 2024) Report from the Executive Director, Finance Shared Services on Apportionment of Property Taxes - November 20, 2024 Hearing
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250051.pdf
Appendix A - Taxpayer Initiated Tax Apportionments
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250052.pdf
Appendix B - Treasurer Initiated Tax Apportionments
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250053.pdf

Communications

(November 20, 2024) E-mail from Mudassar Dar (GG.Supp)

GG18.2 - Cancellation, Reduction or Refund of Property of Taxes or Payment in Lieu of Taxes - November 20th, 2024

Consideration Type:
ACTION
Schedule Type:
Delegated
Wards:
All

Public Notice Given

Origin

(October 25, 2024) Report from the Executive Director, Finance Shared Services

Recommendations

The Executive Director, Finance Shared Services recommends that:  

 

1. The General Government Committee approve the individual tax appeal applications made pursuant to Section 323 of the City of Toronto Act, 2006, resulting in tax reductions (excluding phase-in / capping amounts) in the amounts identified in Appendix A.

 

2. The General Government Committee approve the individual tax appeal applications made pursuant to Section 325 of the City of Toronto Act, 2006 resulting in tax reductions (excluding phase-in / capping amounts) in the amounts identified in Appendix B.

 

3. The General Government Committee approve the individual Payment in Lieu of Taxes appeal applications made pursuant to Section 324 of the City of Toronto Act, 2006, resulting in tax reductions (excluding phase-in / capping amounts) in the amounts identified in Appendix C.

Summary

This report deals with tax appeal applications made to the Treasurer pursuant to Sections 323, 324, and 325 of the City of Toronto Act, 2006.  Section 323 permits Council to cancel, reduce or refund taxes in cases when, during the year, a property undergoes changes such as when it is destroyed by fire or demolished, becomes exempt from taxation, or is reclassified due to a change in use.  Section 324 permits Council to cancel, reduce or refund all or part of a payment in lieu of taxes for properties that are exempt from taxation in the circumstances described in subsection 323 (1) with necessary modifications.  Under Section 325 of the City of Toronto Act, 2006, taxpayers can request a cancellation, reduction, or refund of taxes when an error in the assessment roll is identified which results in an overcharge.

 

The legislation requires Council to make its decision after holding a public meeting at which the applicants and / or property owners may express any concerns.  Council has delegated authority to hear and make final decisions in respect of these matters to the General Government Committee.

 

Staff have mailed Notices of Hearing to affected taxpayers or property owners advising of the General Government Committee's upcoming meeting and consideration of this staff report.

Financial Impact

The financial impact of approving the individual tax or Payment in Lieu of Taxes appeal applications (excluding phase-in / capping adjustments), as identified in the attached Appendices A, B and C, is summarized in Table 1 and Table 2 below.

 

Financial Impacts of Tax and Payment in Lieu of Taxes Appeals

 

Table 1 - Tax Appeals Summary

 

Appendix

 

Number of Applications

Recommended Tax Reduction Total

City Share

Education Share

Business

Improvement

Area

A

 

202

$1,218,981

$758,484

$458,552

$1,945

B

 

9

$21,569

$13,539

$7,790

$240

Total

 

211

$1,240,550

$772,023

$466,342

$2,185

 

Table 2 - Payment in Lieu of Taxes Appeals Summary

 

Appendix

 

Number of Applications

Recommended  Payment in Lieu

of Taxes

Reduction Total

City Share

Education Share

Business Improvement Area

C

 

1

$870,925

$504,405

$366,520

$0

Total

 

1

$870,925

$504,405

$366,520

$0

 

For tax cancellation, reduction or refund, funding for the City’s share of $772,023 is available in the 2024 Operating Budget for Non-Program.  The education share of $466,342 will be recovered from the province / school boards, and the Business Improvement Area reduction of $2,185 will be funded from the respective Business Improvement Area provision.

 

For Payment in Lieu of Taxes cancellation, reduction or refund, funding for the City’s share of $504,405 is fully provided for in the 2024 Operating Budget for Non-Program. The education share of $366,520 will be recovered from the province / school boards. Payment in Lieu of Taxes properties are not liable to pay Business Improvement Area charges and hence, no Business Improvement Area reduction is required.

 

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

Background Information

(October 25, 2024) Report from the Executive Director, Finance Shared Services on Cancellation, Reduction or Refund of Property of Taxes or Payment in Lieu of Taxes - November 20th, 2024
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250043.pdf
Appendix A - Detail Hearing Report - Section 323 of City of Toronto Act, 2006, Hearing 2024H4
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250044.pdf
Appendix B - Detail Hearing Report - Section 325 of City of Toronto Act, 2006, Hearing 2024H4
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250045.pdf
Appendix C - Detail Hearing Report - Section 324 of City of Toronto Act, 2006, Hearing 2024H4
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250047.pdf

GG18.3 - Largest Property Tax Debtors with Tax Arrears Greater than $500,000 as at June 30, 2024

Consideration Type:
ACTION
Wards:
All

Confidential Attachment - Confidential Attachment 3 to this report identifies three properties owned by individuals with tax arrears in excess of $500,000. The Municipal Freedom of Information and Protection of Privacy Act prevents the public disclosure of information that could identify an individual without their consent.

Origin

(October 24, 2024) Report from the Executive Director, Finance Shared Services

Recommendations

The Executive Director, Finance Shared Services recommends that:

 

1. City Council direct that the confidential information contained in Confidential Attachment 3 remain confidential in its entirety.

Summary

This report provides information on property tax accounts with outstanding receivables of $500,000 or more as of June 30, 2024. The total number of properties with outstanding receivable balances of $500,000 or more is thirty (30), including twenty-seven (27) owned by corporations and three (3) owned by individuals as mentioned above. When compared to what was reported as of December 31, 2023, the total number of properties with receivables of $500,000 or more has increased. Further information on prior years can be found in Table 2 of the report.

Financial Impact

The tax arrears identified in this report have been fully provided for in the Non-Program Allowance for Doubtful Tax Receivables Account in prior years. As such, there is no impact on the current year's budget and there are no financial implications arising from this report.

 

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

Background Information

(October 24, 2024) Report from the Executive Director, Finance Shared Services on Largest Property Tax Debtors with Tax Arrears Greater than $500,000 as at June 30, 2024
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250033.pdf
Attachment 1 - Properties with Tax Arrears Greater than $500,000 Owned by a Corporation as at June 30, 2024
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250034.pdf
Attachment 2 - Properties Removed from the Largest Debtor List since Last Report
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250035.pdf
Confidential Attachment 3 - Property Tax Arrears Greater than $500,000 Owned by an Individual

GG18.4 - Award of Doc4553928310 to GFL Environmental Inc., for Curbside Collection Services in District 2 for Solid Waste Management Services

Consideration Type:
ACTION
Wards:
4 - Parkdale - High Park, 5 - York South - Weston, 6 - York Centre, 7 - Humber River - Black Creek, 8 - Eglinton - Lawrence, 9 - Davenport, 10 - Spadina - Fort York, 11 - University - Rosedale, 12 - Toronto - St. Paul's, 18 - Willowdale

Origin

(October 9, 2024) Letter from City Council

Summary

City Council on October 9 and 10, 2024, referred Item GG16.12 to the November 20, 2024 meeting of the General Government Committee for consideration.

 

Summary from the Report (September 3, 2024) from the General Manager, Solid Waste Management Services, and the Chief Procurement Officer on Award of Doc4553928310 to GFL Environmental Inc., for Curbside Collection Services in District 2 for Solid Waste Management Services.

 

The purpose of this report is to advise on the results of the Request for Quotation Doc4553928310 for the collection, transportation and off-loading of Garbage, Bulky Items, Organic Materials and Yard Waste from curbside collected Single Family homes, multi-residential locations, Commercial locations, Charities, Institutions and Religious Organizations and Divisions, Agencies and Corporations. The collection, transportation and off-loading of Recyclable Materials from Non-eligible Customer Types, in the Collection Area bounded by Yonge Street to the east, the Humber River to the west, Steeles Avenue to the north and Lake Ontario to the south (District 2) in the amount of $284,250,333 net of all applicable taxes and charges ($289,253,139 net of Harmonized Sales Tax recoveries). This collection contract service award is for a five (5) year period with the option to extend the agreement on the same terms and conditions for an additional two (2) separate one (1) year periods. This report requests the authority to enter into a legal agreement with GFL Environmental Inc., being the lowest supplier meeting specifications.

Background Information

(October 9, 2024) Letter from City Council on Award of Doc4553928310 to GFL Environmental Inc., for Curbside Collection Services in District 2 for Solid Waste Management Services
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250001.pdf
(September 3, 2024) Report from the General Manager, Solid Waste Management Services, and the Chief Procurement Officer on Award of Doc4553928310 to GFL Environmental Inc., for Curbside Collection Services in District 2 for Solid Waste Management Services
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250002.pdf

GG18.5 - Amendment to Blanket Contract Number 47022502 with Redflex Traffic Systems (Canada) Limited for the Provision of Automated Speed Enforcement Cameras

Consideration Type:
ACTION
Wards:
All

Origin

(November 5, 2024) Report from the General Manager, Transportation Services and the Chief Procurement Officer

Recommendations

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

 

1. The General Government Committee, in accordance with Section 71-11.1.C of the City of Toronto Municipal Code Chapter 71 (Financial Control By-Law), grant authority to enter into the necessary amending agreement on terms and conditions satisfactory to the General Manager, Transportation Services and in a form satisfactory to the City Solicitor to amend Blanket Contract Number 47022502 issued to Redflex Traffic Systems (Canada) Limited in the amount of $11,240,779 net of all applicable taxes and charges ($11,438,617 net of Harmonized Sales Tax recoveries) increasing the current total Blanket Contract target value from $24,957,751 net of all applicable taxes and charges ($25,397,007 net of Harmonized Sales Tax recoveries) to $36,198,530 net of all applicable taxes and charges ($36,835,624 net of Harmonized Sales Tax recoveries).

Summary

The purpose of this report is to request authority to amend Blanket Contract Number 47022502 issued to Redflex Traffic Systems (Canada) Limited for the provision of Automated Speed Enforcement Cameras, in the amount of $11,240,779, net of all applicable taxes ($11,438,617 net of Harmonized Sales Tax recoveries)

 

The amendment is required to acquire and implement 75 additional Automated Speed Enforcement Cameras to the Automated Speed Enforcement program as requested by City Council at its meeting on March 29, 30 and 31, 2023.

 

In 2019, the City launched it's Automated Speed Enforcement program and entered into an agreement  with Redflex Traffic Systems (Canada) Limited for the provision of Automated Speed Enforcement Cameras. Blanket Contract Number 47022502 was issued to Redflex Traffic Systems (Canada) Limited as per award of Request for Proposal 9148-19-0048, for a period of five years commencing on July 16, 2019 to July 15, 2024 with an option to extend the contract for one (1) additional five-year (5) term. 

 

The total value of the Purchase Order Amendment for Blanket Contract Number 47022502 is $11,240,779 net of all applicable taxes ($11,438,617 net of Harmonized Sales Tax recoveries) increasing the total contract target value from $24,957,751 to $36,198,530 net of all applicable taxes and charges ($36,835,624 net of Harmonized Sales Tax recoveries).

Financial Impact

The total estimated value of the Blanket Contract amendment identified in this report is $11,240,779 net of all applicable taxes and charges ($11,438,617 net of Harmonized Sales Tax recoveries recoveries), which will increase the total Blanket Contract value from $24,957,751 net of all applicable taxes and charges ($25,397,007 net of Harmonized Sales Tax recoveries recoveries) to $36,198,530 net of all applicable taxes and charges ($36,835,624 net of Harmonized Sales Tax recoveries recoveries).

 

Funding for the requested amendment will be included for consideration as part of the 2025 to 2029 Operating Budget Submissions for Transportation Services.  Additional funding details are provided in Table 1.

 

Table 1:  Financial Impact Summary

 

Budget Year -

Transportation Cost Centre TS8040

Total

(Net of HST Recoveries)

2025

$2,097,064

2026

$3,218,504

2027

$2,413,624

2028

$2,420,216

2029

$1,289,209

Total Amendment Value

$11,438,617

 

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

Background Information

(November 5, 2024) Report from the General Manager, Transportation Services and the Chief Procurement Officer on Amendment to Blanket Contract Number 47022502 with Redflex Traffic Systems (Canada) Limited for the Provision of Automated Speed Enforcement Cameras
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250029.pdf

GG18.6 - Amendment to Blanket Contracts 47024891 with CBV Collection Services Ltd., 47024892 with Gatestone & Co Inc., and 47024893 with Partners in Credit Inc., for the Collection Services for Provincial Offences Act Fines for Court Services

Consideration Type:
ACTION
Wards:
All

Origin

(November 5, 2024) Report from the Director, Court Services, and the Chief Procurement Officer

Recommendations

The Director, Court Services, and the Chief Procurement Officer recommend that:

 

1. The General Government Committee, in accordance with Section 71-11.1C of the City of Toronto Municipal Code, Chapter 71 (Financial Control By-Law), grant authority to the Director, Court Services to amend the following Blanket Contracts for the provision of collection services for Provincial Offences Act fines, as follows:

 

a. Increase the value of Blanket Contract 47024891 issued to CBV Collection Services Ltd., by $1,000,000 net of all applicable taxes and charges ($1,017,600 net of Harmonized Sales Tax recoveries) from $1,660,400 net of all applicable taxes and charges ($1,689,623 net of Harmonized Sales Tax recoveries) to $2,660,400 net of all applicable taxes and charges ($2,707,223 net of Harmonized Sales Tax recoveries);

 

b. Increase the value of Blanket Contract 47024892 issued to Gatestone & Co Inc., by $750,000 net of all applicable taxes and charges ($763,200 net of Harmonized Sales Tax recoveries) from $1,177,800 net of all applicable taxes and charges ($1,198,529 net of Harmonized Sales Tax recoveries) to $1,927,800 net of all applicable taxes and charges ($1,961,729 net of Harmonized Sales Tax recoveries); and

 

c. Increase the value of Blanket Contract 47024893 issued to Partners in Credit Inc., by $750,000 net of all applicable taxes and charges ($763,200 net of Harmonized Sales Tax recoveries) from $1,152,400 net of all applicable taxes and charges ($1,172,682 net of Harmonized Sales Tax recoveries) to $1,902,400 net of all applicable taxes and charges ($1,935,882 net of Harmonized Sales Tax recoveries).

Summary

The purpose of this report is to request authority to amend Blanket Contract 47024891 issued to CBV Collection Services Ltd., 47024892 issued to Gatestone & Co Inc., and 47024893 issued to Partners in Credit Inc. for the provision of Collection Services for Provincial Offences Act Fines.

 

The amendments are required to address the underestimation of contract values for the provision of collection agency services to support the collection of defaulted fines under the Provincial Offences Act up to March 31, 2025, the first period of the contract. The increase in total contract target value is required to process anticipated invoices for collection agency services through the end of the contract. The following contract amendments are being requested:

 

1.  An amendment to contract 47024891 with CBV Collection Services Ltd., in the amount of $1,000,000 net of all applicable taxes and charges ($1,017,600 net of Harmonized Sales Tax recoveries) from $1,660,400 net of all applicable taxes and charges ($1,689,623 net of Harmonized Sales Tax recoveries) to $2,660,400 net of all applicable taxes and charges ($2,707,223 net of Harmonized Sales Tax recoveries).

 

2.  An amendment to contract 47024892 with Gatestone & Co Inc., in the amount of $750,000 net of all applicable taxes and charges ($763,200 net of Harmonized Sales Tax recoveries) from $1,177,800 net of all applicable taxes and charges ($1,198,529 net of Harmonized Sales Tax recoveries) to $1,927,800 net of all applicable taxes and charges ($1,961,729 net of Harmonized Sales Tax recoveries).

 

3.  An amendment to contract 47024893 with Partners in Credit Inc., in the amount of $750,000 net of all applicable taxes and charges ($763,200 net of Harmonized Sales Tax recoveries) from $1,152,400 net of all applicable taxes and charges ($1,172,682 net of Harmonized Sales Tax recoveries) to $1,902,400 net of all applicable taxes and charges ($1,935,882 net of Harmonized Sales Tax recoveries).

 

The total value of the amendments being requested is $2,500,000 net of all applicable taxes and charges ($2,544,000 net of Harmonized Sales Tax Recoveries).

 

Approval of the amendment will not result in financial implications to the City as collection agency costs are fully recovered from the debtors as per Section 70.1(1) of the Provincial Offences Act.

Financial Impact

There is no financial impact to the City from the recommendations in this report. Collection agency costs are fully recovered from the debtors as per Section 70.1(1) of the Provincial Offences Act. 

 

Funding is available in the 2024 Approved Operating Budget for Court Services in Cost Centre CT-2000 and additional funding for the balance of the term will be included in the 2025 Operating Budget Submission. Additional details follow on Table 1:

 

Table 1: Financial impact Summary of Recommended Contract Amendment

Supplier Name

Contract Number

Cost Centre

2024

2025

Total

(Net of Harmonized Sales Tax Recoveries)

CBV Collection Services Ltd.

47024891

CT2000

$508,800

$508,800

$1,017,600

Gatestone & Co Inc.

47024892

CT2000

$381,600

$381,600

$763,200

Partners in Credit Inc.

47024893

CT2000

$381,600

$381,600

$763,200

Total

$1,272,000

$1,272,000

$2,544,000

 

The Chief Financial Officer and Treasurer has reviewed this report and agrees with the information as presented in the Financial Impact Section.

Background Information

(November 5, 2024) Report from the Director, Court Services and the Chief Procurement Officer on Amendment to Blanket Contracts 47024891 with CBV Collection Services Ltd., 47024892 with Gatestone & Co Inc., and 47024893 with Partners in Credit Inc., for the Collection Services for Provincial Offences Act Fines for Court Services.
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250040.pdf

GG18.7 - Amendment to Non-Competitive Contract 47024899 with Gordon Food Services for the Supply and Delivery of Groceries for Seniors Services and Long-Term Care

Consideration Type:
ACTION
Wards:
All

Origin

(November 4, 2024) Report from the General Manager (Interim), Seniors Services and Long-Term Care and the Chief Procurement Officer

Recommendations

The General Manager (Interim), Seniors Services and Long-Term Care, and the Chief Procurement Officer recommend that:

 

1. The General Government Committee, in accordance with Section 71-11.1.C of City of Toronto Municipal Code Chapter 71 (Financial Control By-Law), grant authority to amend non-competitive Contract number 47024899 for the supply and delivery of groceries for Seniors Services and Long-Term Care Homes and increase the contract value by $3,157,730 net of applicable taxes and charges ($3,213,306 net of Harmonized Sales Tax recoveries), revising the overall contract value from $5,000,000 net of applicable taxes and charges ($5,088,000 net of Harmonized Sales Tax recoveries) to $8,157,730 net of applicable taxes and charges ($8,301,306 net of Harmonized Sales Tax recoveries).

Summary

The purpose of this report is to request authority to amend non-competitive Contract number 47024899 with Gordon Food Services Canada Ltd., for the Non-Exclusive Supply and Delivery of Groceries, Produce, Frozen Foods, Seafood, Dairy Products, Meat, Poultry Products and Produce for the City of Toronto's Seniors Services and Long-Term Care Homes and increase the target value by $3,157,730 net of applicable taxes and charges ($3,213,3067 net of Harmonized Sales Tax recoveries), revising the overall contract value from $5,000,000 net of applicable taxes and charges ($5,088,000 net of Harmonized Sales Tax recoveries) to $8,157,730 net of applicable taxes and charges ($8,301,306 net of Harmonized Sales Tax recoveries).

 

This non-competitive bridge contract was established to avoid any gaps in service delivery while the City established a new contract with a new supplier. The Gordon Food Services bridge contract incurred costs over and beyond the original bridge contract value. This amendment is required to increase the contract target value and achieve expenditure compliance. This contract has closed, and no future purchases will be made against it.

Financial Impact

The requested amendment increases the overall value of non-competitive contract number 47024899 by $3,157,730 net of applicable taxes and charges ($3,213,306 net of Harmonized Sales Tax recoveries).  The amendment will increase the overall contract value from $5,000,000 net of applicable taxes and charges ($5,088,000 net of Harmonized Sales Tax recoveries) to $8,157,730 net of applicable taxes and charges ($8,301,306 net of Harmonized Sales Tax recoveries).

 

Ministry funding for long-term care resident raw food per diem will fully reimburse the amendment amount and no additional funds are required as this is included in the 2024 Operating Budget for Seniors Services and Long-Term Care.

 

Funding details are provided in Table 1 below:

 

Table 1 - Financial Impact Summary (Net of Harmonized Sales Tax Recoveries)

 

Cost Centres / Cost Elements

From the date of award until December 31, 2024

Operating: D3*032, D6*500 / 2741, 2742, 2743, 2745

$ 3,213,305.97

 

The Chief Financial Officer and Treasurer has reviewed this report and agrees with the information as presented in the Financial Impact Section.

Background Information

(November 4, 2024) Report from the General Manager (Interim), Seniors Services and Long-Term Care and the Chief Procurement Officer on Amendment to Non-Competitive Contract 47024899 with Gordon Food Services for the Supply and Delivery of Groceries for Seniors Services and Long-Term Care
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250016.pdf

GG18.8 - Amendment to Purchase Order 6053869 with Montgomery Sisam Architects Inc., for the Long-Term Care Redevelopment Project for Seniors Services and Long-Term Care

Consideration Type:
ACTION
Ward:
23 - Scarborough North

Origin

(November 4, 2024) Report from the General Manager (Interim), Seniors Services and Long-Term Care and the Chief Procurement Officer

Recommendations

The General Manager (Interim), Seniors Services and Long-Term Care, and the Chief Procurement Officer recommends that:

 

1. The General Government Committee, in accordance with Section 71-11.1.C of City of Toronto Municipal Code Chapter 71 (Financial Control By-Law), grant authority to amend Purchase Order Number 6053869 issued to Montgomery Sisam Architects Inc., for design and contract administration services for a new long-term care home located at 4610 Finch Avenue East and increase the contract value by $1,324,205 net of applicable taxes and charges ($1,347,511 net of Harmonized Sales Tax recoveries), revising the overall contract value from $4,456,603 net of applicable taxes and charges ($4,535,039 net of Harmonized Sales Tax recoveries) to $5,780,808 net of applicable taxes and charges ($5,882,550 net of Harmonized Sales Tax recoveries).

Summary

The purpose of this report is to request authority to amend Purchase Order Number 6053869 issued to Montgomery Sisam Architects Inc., for the design and contract administration services for a new long-term care home located at 4610 Finch Avenue East and increase the contract value by $1,324,205 net of applicable taxes and charges ($1,347,511 net of Harmonized Sales Tax recoveries), revising the overall contract value from $4,456,603 net of applicable taxes and charges ($4,535,039 net of Harmonized Sales Tax recoveries) to $5,780,8083 net of applicable taxes and charges ($5,882,550 net of Harmonized Sales Tax recoveries).

 

As part of Seniors Services and Long-Term Care's mandatory redevelopment of long-term care homes to meet new design standards, Montgomery Sisam Architects Inc. were awarded the contract for architectural services for a long-term care redevelopment project for Seniors Services and Long-Term Care.

 

This amendment is required to reconcile efforts from the architectural consultants due to both regulatory changes in the zoning application process as well as City of Toronto net zero-low carbon targets which resulted in rework of completed deliverables during the schematic design phase. This is the first request for an amendment to this Purchase Order and is required to ensure a seamless continuation of consulting services into the next phases of this project.

Financial Impact

The total value of the purchase order amendment identified in this report is $1,324,205 net of applicable taxes and charges ($1,347,511 net of Harmonized Sales Tax recoveries. This will increase the current purchase order value from $4,456,603 net of applicable taxes and charges ($4,535,039 net of Harmonized Sales Tax recoveries) to $5,780,808 net of applicable taxes and charges ($5,882,550 net of Harmonized Sales Tax recoveries).

 

Funding is available in the 2024 Capital Budget and 2025 - 2033 Capital Plan for Seniors Services and Long-Term Care as summarized in Table 1 below.

 

Table 1: Financial Impact Summary (Net of Harmonized Sales Tax Recoveries)

 

WBS Element

Description

From the date of award to December 31, 2024

January 1 to December 31, 2025

Total (Net of HST Recoveries)

 

CHA026-01

C/E 4407

4610 Finch Avenue East Redevelopment

$1,143,991.14

$203,520.00

$1,347,511.14

 

The Chief Financial Officer and Treasurer has been advised of the award associated with this program to be considered along with other priorities in future budget processes.

Background Information

(November 4, 2024) Report from the General Manager (Interim), Seniors Services and Long-Term Care and the Chief Procurement Officer on Amendment to Purchase Order 6053869 with Montgomery Sisam Architects Inc., for the Long-Term Care Redevelopment Project for Seniors Services and Long-Term Care
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-249998.pdf

GG18.9 - Amendment to Purchase Order Number 6042899 with DTAH for Professional Landscape Architecture Services during Design and Contract Administration of the Phase 2 of Lower Don Trail Improvements for Parks, Forestry and Recreation

Consideration Type:
ACTION
Wards:
13 - Toronto Centre, 14 - Toronto - Danforth

Origin

(November 5, 2024) Report from the General Manager, Parks, Forestry and Recreation, and the Chief Procurement Officer

Recommendations

The General Manager, Parks, Forestry and Recreation and the Chief Procurement Officer recommend that:

 

1. The General Government Committee, in accordance with Section 71-11.1C of the City of Toronto Municipal Code Chapter 71 (Financial Control By-law), grants authority to amend Purchase Order Number 6042899 with DTAH in the amount of $333,455 net of all applicable taxes and charges ($339,324 net of Harmonized Sales Tax recoveries), revising the current purchase order value from $638,966 net of all applicable taxes and charges ($650,212 net of Harmonized Sales Tax recoveries) to $972,421 net of all applicable taxes and charges ($989,536 net of Harmonized Sales Tax recoveries).

Summary

The purpose of this report is to request authority to amend Purchase Order Number 6042899 issued to DTAH, as a result of Request for Proposal number 9118-15-5017 to provide professional and technical landscape architectural services during construction for the Phase 2 of Lower Don Trail Improvements.

 

This purchase order amendment is necessary to redesign the foundation of the sloped path, conduct a structural assessment of the sewer chamber that crosses the trail, and provide additional contract administration services due to extended construction duration.

 

The total value of the purchase order amendment being requested is $333,455 net of all applicable taxes and charges ($339,324 net of Harmonized Sales Tax recoveries), revising the current purchase order value from $638,966 net of all applicable taxes and charges ($650,212 net of Harmonized Sales Tax recoveries) to $972,421 net of all applicable taxes and charges ($989,536 net of Harmonized Sales Tax recoveries).

Financial Impact

The value of the purchase order amendment requested is $333,455 net of all applicable taxes and charges ($339,324 net of Harmonized Sales Tax recoveries). The amendment will increase the current purchase order value from $638,966 net of all applicable taxes and charges ($650,212 net of Harmonized Sales Tax recoveries) to $972,421 net of all applicable taxes and charges ($989,536 net of Harmonized Sales Tax recoveries).

 

Funding for this purchase order amendment is included in Parks, Forestry and Recreation's 2024 Capital Budget and 2025 - 2033 Capital Plan as summarized in Table 1 below (net of Harmonized Sales Tax recoveries). 

 

Table 1: Financial Impact Summary

 

WBS Element

Description

            Year

Total (Net of HST Recoveries)

 

   2024

   2025

CPR114-52-04

Various Buildings & Parks Accessibility

$49,000

$290,324

$339,324

 

The Chief Financial Officer and Treasurer has been advised of the award associated with this program to be considered along with other priorities in future budget processes.

Background Information

(November 5, 2024) Report and Attachment 1 to 2 from the General Manager, Parks, Forestry and Recreation, and the Chief Procurement Officer on Amendment to Purchase Order Number 6042899 with DTAH for Professional Landscape Architecture Services during Design and Contract Administration of the Phase 2 of Lower Don Trail Improvements for Parks, Forestry and Recreation
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-249997.pdf

GG18.10 - Amendment to Purchase Order Number 6051765 with CS&P Architects Inc., for Design and Construction Professional Services for the new Davisville Community Aquatic Centre, a Net Zero Facility for Parks, Forestry and Recreation

Consideration Type:
ACTION
Ward:
12 - Toronto - St. Paul's

Origin

(November 20, 2024) Report from the General Manager, Parks, Forestry and Recreation and the Chief Procurement Officer

Recommendations

The General Manager, Parks Forestry and Recreation and Chief Procurement Officer recommend that:

 

1. The General Government Committee, in accordance with Section 71-11.1C of the City of Toronto Municipal Code Chapter 71 (Financial Control Bylaw), grant authority to amend Purchase Order Number 6051765 issued to CS&P Architects Inc., for the professional services for the design and construction of the new Davisville Aquatic Community Centre Net Zero Building, by increasing the value by $393,750 net of all applicable taxes and charges ($400,680 net of Harmonized Sales Tax recoveries), revising the current Purchase Order value from $2,251,822 net of all applicable taxes and charges ($2,291,454 net of Harmonized Sales Tax recoveries) to $2,645,572 net of all applicable taxes and charges ($2,692,134 net of Harmonized Sales Tax Recoveries).

Summary

The purpose of this report is to request authority to amend Purchase Order Number 6051765 issued to CS&P Architects Inc., under of Request for Proposal Doc2538259045 to provide all equipment, materials, labour and supervision required to complete professional services during design and construction of the Davisville Aquatic Community Centre in the amount of $393,750 net of all applicable taxes and charges ($400,680, net of Harmonized Sales Tax recoveries). This amendment will increase the current purchase order value from $2,251,822 net of all applicable taxes and charges ($2,291,454 net of Harmonized Sales Tax recoveries) to $2,645,572 net of all applicable taxes and charges ($2,692,134 net of Harmonized Sales Tax Recoveries).

 

This purchase order amendment is necessary to provide additional contract administration services due to the increased complexity of the project, specifically related to implementing Net Zero, Active Roof, and other requirements. This complexity has resulted in an extended construction contract duration beyond what was originally anticipated, along with additional coordination needs with the Toronto District School Board and neighboring properties for tiebacks.

Financial Impact

The total value of the Purchase Order Amendment identified in this report $393,750 net of all applicable taxes and charges ($400,680 net of Harmonized Sales Tax recoveries).  The amendment will increase the current Purchase Order value from $2,251,822 net of all applicable taxes and charges ($2,291,454 net of Harmonized Sales Tax recoveries) to $2,645,572 net of all applicable taxes and charges ($2,692,134 net of Harmonized Sales Tax Recoveries).

 

Funding for this Purchase Order Amendment is included in Parks, Forestry and Recreation's 2024 Capital Budget and 2025-2033 Capital Plan as summarized in Table 1 below (net of Harmonized Sales Tax recoveries):

 

Table 1 - Financial Impact Summary

 

WBS Element

Description

            Year

Total (Net of HST Recoveries)

 

 

2024

2025

2026

 

CPR120-47-02

Davisville Community Pool Design

$133,560

$150,000

$117,120

$400,680

 

The Chief Financial Officer and Treasurer has reviewed this report and agrees with the information as presented in the Financial Impact Section.

Background Information

(November 20, 2024) Revised Report from the General Manager, Parks, Forestry and Recreation and the Chief Procurement on Amendment to Purchase Order Number 6051765 with CS&P Architects Inc., for Design and Construction Professional Services for the new Davisville Community Aquatic Centre, a Net Zero Facility for Parks, Forestry and Recreation
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250835.pdf
(October 27, 2024) Report and Attachment 1 from the General Manager, Parks, Forestry and Recreation, and the Chief Procurement Officer on Amendment to Purchase Order Number 6051765 with CS&P Architects Inc., for Design and Construction Professional Services for the new Davisville Community Aquatic Centre, a Net Zero Facility
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250000.pdf

GG18.11 - 40 College Street - Amendment to Purchase Order Number 6054325 with 1246175 Ontario Limited operating as Active Mechanical Services for the Replacement of Building Automation Systems

Consideration Type:
ACTION
Ward:
13 - Toronto Centre

Origin

(November 5, 2024) Report from the Executive Director, Corporate Real Estate Management, and the Chief Procurement Officer

Recommendations

The Executive Director, Corporate Real Estate Management, and the Chief Procurement Officer, recommend that: 

 

1. The General Government Committee in accordance with Section 71-11.1C of the City of Toronto Municipal Code Chapter 71 (Financial Control Bylaw), grant authority to the Executor Director, Corporate Real Estate Management to amend purchase order number 6054325 by increasing the total target value by $400,000 net of all applicable taxes and charges ($407,040 net of Harmonized Sales Tax recoveries), revising the current purchase order from $3,850,134, net of all applicable taxes and charges ($3,917,896 net of Harmonized Sales Tax recoveries), to $4,250,134 net of all applicable taxes and charges ($4,324,936 net of Harmonized Sales Tax recoveries).

Summary

The purpose of this report is to request authority to amend purchase order number 6054325 issued to 1246175 Ontario Limited, operating as Active Mechanical Services (“Active Mechanical”), for the replacement of building automation systems (“BAS”) at 40 College Street, scheduled for completion at the end of July 2025.

 

The requested amendment is for an additional $400,000 net of all applicable taxes and charges ($407,040 net of Harmonized Sales Tax recoveries), revising the current purchase order value from $3,850,134 net of all applicable taxes and charges ($3,917,896 net of Harmonized Sales Tax recoveries), to $4,250,134 net of all applicable taxes and charges ($4,324,936 net of Harmonized Sales Tax recoveries).

 

The amendment is required to cover the cost to replace additional heating, ventilation and air-conditioning (“HVAC”) systems equipment and pneumatic (or compressed air) components onsite. These unforeseen site conditions could not have been discovered during the due diligence and design phases of the building automation systems replacement project due to the 24/7 operations and limited testing mandate for the building. This additional work package must be added to the project scope in order for the new modern building automation systems to function properly.

 

This building automation systems replacement project forms part of Corporate Real Estate Management’s State-of-Good-Repair program, aligns with the City’s TransformTO Climate Change Action Plan and supports future carbon reduction and / or Net Zero projects along with ModernTO Office Modernization goals.

 

General Government Committee approval is required in accordance with Municipal Code Chapter 195, Purchasing, where the current request exceeds the Chief Procurement Officer's authority of the cumulative five-year commitment limit for each vendor under Article 7, Section 195-7.3(D) of the Purchasing By-law or exceeds the threshold of $500,000 net of Harmonized Sales Tax allowed under staff authority as per the Toronto Municipal Code Chapter 71, Financial Control, Section 71-11.1.

Financial Impact

The total cost to the City identified in this report is $400,000 net of all applicable taxes and charges ($407,040 net of Harmonized Sales Tax recoveries), revising the current purchase order from $3,850,134, net of all applicable taxes and charges ($3,917,896 net of Harmonized Sales Tax recoveries), to $4,250,134 net of all applicable taxes and charges ($4,324,936 net of Harmonized Sales Tax recoveries).

 

Funding for the purchase order amendment is available in the 2024 - 2033 Corporate Real Estate Management Capital Budget and Plan, detailed in Table 1 below.

 

Table 1: Financial Impact Summary (Net of Harmonized Sales Tax Recoveries)

 

Year

WBS Element

General Ledger

Total

2024

CCA241-05

4035

$305,280

2025

CCA241-05

4035

$101,760

Total

$407,040

 

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

Background Information

(November 5, 2024) Report from the Executive Director, Corporate Real Estate Management and the Chief Procurement Officer on 40 College Street - Amendment to Purchase Order Number 6054325 with 1246175 Ontario Limited operating as Active Mechanical Services for the Replacement of Building Automation Systems
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250085.pdf

GG18.12 - Amendment to Purchase Order Number 6054441 with OJCR Construction Ltd., for General Sewer and Watermain Construction Related Activities for Residential Service Connections for Toronto and East York Districts

Consideration Type:
ACTION
Wards:
4 - Parkdale - High Park, 9 - Davenport, 11 - University - Rosedale, 12 - Toronto - St. Paul's

Origin

(November 4, 2024) Report from the General Manager, Toronto Water, and the Chief Procurement Officer

Recommendations

The General Manager, Toronto Water, and the Chief Procurement Officer recommends that: 

 

1. The General Government Committee, in accordance with section 71-11.1C of the City of Toronto Municipal Code Chapter 71 (Financial Control Bylaw), grant authority to amend Purchase Order Number 6054441 issued to OJCR Construction Ltd., for construction services for General Sewer and Watermain Construction Related Activities for Residential Water and Sewer Service Connections (Contract Number 22TW-DC-303OCS) for Toronto and East York Districts, Wards 4, 9, 11 and 12 by increasing the value by $1,500,000 net of all applicable taxes and charges ($1,526,400 net of Harmonized Sales Tax recoveries), revising the current Purchase Order value from $4,361,751 net of all applicable taxes and charges ($4,438,518 net of Harmonized Sales Tax recoveries) to $5,861,751 net of all applicable taxes and charges ($5,964,918 net of Harmonized Sales Tax recoveries). 

Summary

The purpose of this report is to request authority to amend Purchase Order Number 6054441 issued to OJCR Construction Ltd., for General Sewer and Watermain Construction Related Activities for Residential Water and Sewer Service Connections (Contract Number 22TW-DC-303OCS) for Toronto and East York Districts (Wards 4, 9, 11 and 12) awarded under Negotiated Request for Proposal, Ariba Document Number 3585949674.

 

The purchase order amendment is required to address the unforeseen increase in the volume of applications for residential water and sewer service connections.

 

The total value of the Purchase Order Amendment being requested is $1,500,000 net of all applicable taxes and charges ($1,526,400 net of Harmonized Sales Tax recoveries), revising the current Purchase Order value from $4,361,751 net of all applicable taxes and charges ($4,438,518 net of Harmonized Sales Tax recoveries) to $5,861,751 net of all applicable taxes and charges ($5,964,918 net of Harmonized Sales Tax recoveries).

Financial Impact

The total value of the Purchase Order Amendment identified in this report is $1,500,000 net of all applicable taxes and charges ($1,526,400 net of Harmonized Sales Tax recoveries).

 

Funding for this Purchase Order Amendment is available in Toronto Water 2024 Capital Budget under the account CPW600-02-19.

 

Funding details are summarized in Table 1 (net of Harmonized Sales Tax recoveries) below:

 

Table 1: Financial Impact Summary of Purchase Order 6054441 Amendment

 

WBS Element

Description

Year

Total

(net of Harmonized Sales Tax recoveries)

CPW600-02-19

New Service Connections – Site Servicing

2024

1,526,400

 

The Chief Financial Officer and Treasurer has reviewed this report and agrees with the Information as presented in the Financial Impact Section.

Background Information

(November 4, 2024) Report from the General Manager, Toronto Water, and the Chief Procurement Officer on Amendment to Purchase Order Number 6054441 with OJCR Construction Ltd., for General Sewer and Watermain Construction Related Activities for Residential Service Connections for Toronto and East York Districts
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250017.pdf

GG18.13 - Amendment to UBA Inc. Blanket Contract 47025391 for the Supply and Delivery of Sodium Hypochlorite for Toronto Water

Consideration Type:
ACTION
Wards:
All

Origin

(November 4, 2024) Report from the General Manager, Toronto Water, and the Chief Procurement Officer

Recommendations

The General Manager, Toronto Water, and the Chief Procurement Officer recommend that:

 

1. The General Government Committee, in accordance with Section 71-11.1C of the City of Toronto Municipal Code Chapter 71 (Financial Control By-law), grant authority to amend Blanket Contract 47025391 issued to UBA Inc., for the non-exclusive supply and delivery of Sodium Hypochlorite for Toronto Water by increasing the overall value by  $4,005,000 net of all applicable taxes ($4,075,488 net of Harmonized Sales Tax recoveries), from  $24,638,608 net of all taxes and charges ($25,072,248  net of Harmonized Sales Tax recoveries) to $28,643,608 net of all applicable taxes ($32,367,277 including all taxes and charges, $29,147,736 net of Harmonized Sales Tax recoveries).

Summary

The purpose of this report is to request authority to amend Blanket Contract 47025391 issued to UBA Inc. (UBA) as a result of Request for Quotation Doc4230041922 for the non-exclusive supply and delivery of sodium hypochlorite, in the amount of $4,005,000 net of all applicable taxes and charges ($4,075,488 net of Harmonized Sales Tax recoveries).

 

The amendment is being requested due to an increase in sodium hypochlorite usage due to significant rain events causing higher than usual wastewater flows. Furthermore, the estimated quantities used for the above mentioned solicitation were based on previous order history and an anticipated decrease in usage at the Ashbridges Bay Treatment Plant. However, due to delays in the operation of the new Trojan Ultra-Violet disinfection system, this anticipated decrease did not occur. To ensure a continuous supply of sodium hypochlorite, an increase in the contract value is required.

 

The amendment requested includes an increase to the current contract target value and the four (4) option year periods. The total amount being requested is $4,005,000 net of all applicable taxes ($4,075,488 net of Harmonized Sales Tax recoveries), increasing the total potential contract target value from $24,638,608 to $28,643,608 net of all applicable taxes ($32,367,277 including all taxes and charges, $29,147,736 net of Harmonized Sales Tax recoveries).

Financial Impact

Amendment of Contract Number 47025391, issued to UBA Inc. (UBA), for the current contract period, including all option years by an additional $4,005,000 net of all taxes and charges ($4,075,488 net of Harmonized Sales Tax  Recoveries) will increase the contract value from $24,638,608 net of Harmonized Sales Tax to $28,643,608 net of Harmonized Sales Tax ($29,147,736 net of Harmonized Sales Tax  Recoveries).

 

Funding for 2024 is included in the Toronto Water 2024 Operating Budget. Funding for future years will be included in the 2025 - 2028 Operating Budget Submissions for Toronto Water. Additional details follow in Table 1.

 

Table 1: Financial Impact Summary (Net of Harmonized Sales Tax  Recoveries)

 

 

First Term of Contract

Option Year 1

Option Year 2

Option Year 3

Option Year 4

 

WBS Element & Account Name

01 January 2024 to 31 December 2024

01 January 2025 to 31 December 2025

01 January 2026 to 31 December 2026

01 January 2027 to 31 December 2027

01 January 2028 to 31 December 2028

Total Award

(net of Harmonized Sales Tax  Recoveries)

GL 2480

 

TW4022

TW4060

TW4080

TW4100

$1,348,320

 

 

 

$1,368,672

 

 

$452,832

 

 

 

$452,832

 

 

$452,832

$4,075,488

 

 

Total (net of Harmonized Sales Tax  Recoveries)

$4,075,488

 

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

Background Information

(November 4, 2024) Report from the General Manager, Toronto Water, and the Chief Procurement Officer, on Amendment to UBA Inc. Blanket Contract 47025391 for the Supply and Delivery of Sodium Hypochlorite for Toronto Water
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250019.pdf

GG18.14 - Amendment to Various Blanket Contracts and Purchase Order for Fire and Life Safety, Inspection, Test and Maintenance Services for Fire Alarm, Sprinkler, Standpipe, Special Suppression, Fire Extinguisher, and Fire Hydrants

Consideration Type:
ACTION
Wards:
All

Origin

(November 5, 2024) Report from the Executive Director, Corporate Real Estate Management, and the Chief Procurement Officer

Recommendations

The Executive Director, Corporate Real Estate Management, and the Chief Procurement Officer recommend that:

 

1. The General Government Committee, in accordance with Section 71-11.1C of the City of Toronto Municipal Code Chapter 71 (Financial Control By-law) grant authority to amend:

 

a. Blanket Contract Number 47023983 issued to Tyco Integrated Fire and Security to provide fire and life safety inspection, testing and maintenance service for Parks, Forestry and Recreation in the amount of $1,180,115 net of all taxes and charges ($1,200,866 net of Harmonized Sales Tax recoveries), increasing the contract value from $3,101,018 to $4,281,134 net of all taxes and charges ($4,356,482 net of Harmonized Sales Tax recoveries);

 

b. Blanket Contract Number 47023985 issued to JD Collins Fire Protection Company to provide fire and life safety inspection, testing and maintenance service for the Emergency Services Divisions in the amount of $514,548 net of all taxes and charges ($523,604 Harmonized Sales Tax recoveries), increasing the contract value from $2,315,397 to $2,829,945 net of all taxes and charges ($2,879,752 net of Harmonized Sales Tax recoveries);

 

c. Blanket Contract Number 47023986 issued to Onyx Fire Protection Services Inc., to provide fire and life safety inspection, testing and maintenance service for all City of Toronto Divisions in the amount of $1,472,126 net of all taxes and charges ($1,498,035 net of Harmonized Sales Tax recoveries), increasing the contract value from $1,808,810 to $3,280,936 net of all taxes and charges ($3,338,680 net of Harmonized Sales Tax recoveries);

 

d. Blanket Contract Number 47023988 issued to Eurotech Safety Inc., to provide fire and life safety inspection, testing and maintenance service for all City of Toronto Divisions in the amount of $618,061 net of all taxes and charges ($628,939 net of Harmonized Sales Tax recoveries), increasing the contract value from $2,440,716 to $3,058,777 net of all taxes and charges ($3,112,611 net of Harmonized Sales Tax recoveries);

 

e. Blanket Contract Number 47023987 issued to Greater Toronto Fire Protection Ltd., to provide fire and life safety inspection, testing and maintenance service for all Civic Centers in the amount of $327,237 net of all taxes and charges ($332,997 net of Harmonized Sales Tax recoveries), increasing the value from $3,705,942 to $4,033,179 net of all taxes and charges ($4,104,163 net of Harmonized Sales Tax recoveries); and

 

f. Purchase Order Number 6050050 issued to Building Reports Canada Inc., to provide Fire and Life Safety Tracking and Compliance Software in the amount of $250,000 net of all taxes and charges ($254,400 net of Harmonized Sales Tax recoveries), Increasing the value from $1,427,831 to $1,677,831 net of all taxes and charges ($1,707,361 net of Harmonized Sales Tax recoveries) and to extend the agreement from December 31, 2024 to December 31, 2025.

Summary

The purpose of this report is to request authority to amend blanket contracts 47023983 issued to Tyco Integrated Fire & Security, 47023985 issued to JD Collins Fire Protection Company, 47023986 issued to Onyx Fire Protection Services Inc., 47023988 issued to Eurotech Safety Inc., 47023987 issued to Greater Toronto Fire Protection Ltd and purchase order 6050050 issued to Building Reports Canada Inc.

 

The amendments to blanket contracts 47023983, 47023985, 47023986, 47023988 and 47023987 for the provision of inspection, testing, maintenance and repairs to fire alarm, sprinkler, standpipe, special suppression, fire extinguisher, and fire hydrants are required to bring them into compliance and close them out. The contract values were exceeded due to substantial changes to the original scope of work, driven by unforeseen site conditions. This includes poor compliance and record keeping by previous contracted vendors who managed the delivery of fire and life safety service at City buildings prior to the establishment of Safety and Compliance team (formerly the Fire and Life Safety Office) within Corporate Real Estate Management in 2020. To address the substantial change in scope, Corporate Real Estate Management and Purchasing and Materials Management developed a new competitive Request for Proposal in 2023. The new Request for Proposal included all fire and life safety devices and provided improved contract management tools intended to further improve compliance for the City of Toronto. Staff anticipate the new Request for Proposal to be awarded by the end of November 2024.

 

The amendment to purchase order 6050050 for integrated and standardized fire and life safety report management software is required to extend the contract for one additional year for Corporate Real Estate Management to complete a review of the market and execute a new agreement for fire and life safety reporting software in 2025.

 

The cumulative amendment value requested for the five blanket contracts and one purchase order is $4,362,087 net of all taxes and charges ($4,438,860 net of Harmonized Sales Tax recoveries), increasing the combined total contract value from $14,799,714 net of all taxes and charges ($15,060,189 net of Harmonized Sales Tax recoveries) to $19,161,801 net of all taxes and charges ($19,499,049 net of Harmonized Sales Tax recoveries).

 

General Government Committee approval is required in accordance with Municipal Code Chapter 195, Purchasing, where the current request exceeds the Chief Procurement Officer's authority of the cumulative five-year commitment limit for each vendor under Article 7, Section 195-7.3(D) of the Purchasing By-law, or exceeds the threshold of $500,000 net of Harmonized Sales Tax allowed under staff authority as per the Toronto Municipal Code, Chapter 71, Financial Control, Section 71-11.1.

Financial Impact

The total value of five blanket contract amendments and one purchase order amendment identified in this report is $4,362,087 net of all taxes and charges ($4,438,860 net of Harmonized Sales Tax recoveries).

 

Funding for the requested amendments to blanket contract numbers 47023983, 47023985, 47023986, 47023987 and 47023988 have been included in the 2024 Operating Budget, and funding for contract number 6050050 has been included in the 2025 Operating Budget Submission for the Corporate Real Estate Management Division. Additional funding details and a breakdown of the requested amendment by contract and supplier is provided in Table 1.

 

Table 1: Summary of Requested Amendment by Contract and Supplier (net of Harmonized Sales Tax Recoveries)

 

Supplier Name

Blanket Contract / Purchase Order No.

Cost Centre / Cost Element

Budget Year

Requested Amendment

Tyco Integrated Fire and Security

47023983

FA100-30.S, FA100-130S / 4424, 4431

2024

$1,200,866

JD Collins Fire Protection Company

47023985

FA100-30.S, FA100-130S / 4424, 4431

2024

$523,604

Onyx Fire Protection Services Inc

47023986

FA100-30.S, FA100-130S / 4424, 4431

2024

$1,498,035

Greater Toronto Fire Protection

47023987

FA100-30.S, FA100-130S / 4424, 4431

2024

$332,997

Eurotech Safety Inc

47023988

FA100-30.S, FA100-130S / 4424, 4431

2024

$628,939

Building Reports Canada

6050050

FA100-30.S, FA100-130S / 4424, 4431

2025

$254,400

 

The Chief Financial Officer and Treasurer has been advised of the award associated with this program to be considered along with other priorities in future budget processes.

Background Information

(November 5, 2024) Report from the Executive Director, Corporate Real Estate Management and the Chief Procurement Officer on Amendment to Various Blanket Contracts and Purchase Order for Fire and Life Safety, Inspection, Test and Maintenance Services for Fire Alarm, Sprinkler, Standpipe, Special Suppression, Fire Extinguisher, and Fire Hydrants
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250056.pdf

GG18.15 - Award of Doc4534714002 to J.C. Rock Ltd., for the Supply and Delivery of Quarried Crushed Stone Aggregates, Sand and Gravel

Consideration Type:
ACTION
Wards:
All

Origin

(November 5, 2024) Report from the General Manager, Toronto Water, and the Chief Procurement Officer

Recommendations

The General Manager, Toronto Water and the Chief Procurement Officer recommends that:  

 

1. The General Government Committee, in accordance with Section 195-8.4A of the Toronto Municipal Code Chapter 195 (Purchasing By-Law) grant authority to the General Manager, Toronto Water to award and enter into an agreement with J.C. Rock Ltd., being the lowest bidder meeting the specifications of Request for Quotation Doc4534714002, for the non-exclusive supply, and delivery of various types and sizes of Quarried Crushed Stone Aggregates, Sand and Gravel for Various City of Toronto Divisions  for the initial one (1) year term of the contract from the date of award, in the total amount of $4,892,487 net of all applicable taxes and charges ($4,978,595 net of Harmonized Sales Tax recoveries), and four (4) additional separate one (1) year periods, for a total possible contract value of $25,974,878 net of all applicable taxes and charges ($26,432,036 net of Harmonized Sales Tax recoveries), all in accordance with the terms, conditions, and specifications contained in the Request for Quotation and any applicable City policy.

Summary

The purpose of this report is to advise of the results of Request for Quotation Doc4534714002 for the non-exclusive supply and delivery of various types and sizes of Quarried Crushed Stone Aggregates, Sand and Gravel for Toronto Water, Parks Forestry and Recreation, Transportation Services and Solid Waste Management Divisions and request authority to enter into an agreement with J.C. Rock Ltd., the lowest compliant bid received for the solicitation.

 

The contract has a one (1) year term, with an option for the City to extend it on the same terms and conditions for up to four (4) additional separate one (1) year periods. The initial one (1) year term, from the date of award, is valued at $4,892,487 net of all applicable taxes and charges ($4,978,595 net of Harmonized Sales Tax recoveries), and the potential four additional separate one (1) year terms in the amount of $25,974,878 net of all applicable taxes and charges ($26,432,035 net of Harmonized Sales Tax recoveries), follow the terms, conditions, and specifications outlined in the Request for Quotation, Ariba, and applicable City policies.

Financial Impact

The total potential contract award identified in this report, including all option years, is $25,974,878 net of all applicable taxes and charges. The total potential cost to the City including all option years, is $26,432,036 net of Harmonized Sales Tax recoveries.

 

Funding is available in the 2025 Approved Capital Budget and Operating budgets for Toronto Water, Parks, Forestry and Recreation, Transportation Services and Solid Waste Management. Should the City exercise the optional periods, then additional funding will be included in the 2026 - 2029 Capital and Operating Budget submissions for Toronto Water, Parks Forestry and Recreation, Transportation Services and Solid Waste Management.

 

Table 1: Financial Impact Summary of Recommended Contract (Net of Harmonized Sales Tax Recoveries)

 

WBS Element/
Description

Initial Term: Date of Award to December 31, 2025

Option Year 1: January 1, 2026 to December 31, 2026

Option Year 2: January 1, 2027 to December 31, 2027

Option Year 3: January 1, 2028 to December 31, 2028

Option Year 4: January 1, 2029 to December 31, 2029

Total

(net of HST Recoveries)

Toronto Water

 

CWW466-09

CWW466-11

 

TW2040

 

 

$834,190

$1,667,872

 

 

 

$464,789

 

$859,216

$1,717,923

 

 

 

$478,732

 

$884,993

$1,769,476

 

 

 

$493,095

 

$911,542

$1,822,576

 

 

 

$507,887

 

$938,889

$1,877,111

 

 

 

$523,124

 

$15,751,415

Parks, Forestry & Recreation

CPR117-54

CPR117-55

CPR117-56

CPR117-57

CPR117-58

 

CC:

P00833

P03651

P00427

P00853

P12017

P12081

P00898

P12783

P12786

 

 

$1,911,205

$1,968,542

$2,027,598

$2,088,426

$2,151,078

$10,146,849

Transportation

Services

CC:

TS6020

 

 

 

$36,764

$37,867

$39,003

$40,173

$41,378

$195,185

Solid Waste Management Services

 

CC:

SW0850

SW0851

SW0852

SW0853

SW0854

SW0855

SW0856

SW0011

SW0860

SW0862

SW0864 (2530)

 

CSW930-02-01 (2530)

CSW930-03-01 (2530)

CSW930-04-01 (2530)

 

 

$51,020

 

 

 

 

 

 

 

 

 

 

 

 

$3,189

$6,377

$3,189

 

 

$52,551

 

 

 

 

 

 

 

 

 

 

 

 

$3,284

$6,569

$3,284

 

 

$54,126

 

 

 

 

 

 

 

 

 

 

 

 

$3,383

$6,766

$3,383

 

 

$55,751

 

 

 

 

 

 

 

 

 

 

 

 

$3,484

$6,969

$3,484

 

 

$57,423

 

 

 

 

 

 

 

 

 

 

 

 

$3,589

$7,178

$3,589

 

 

$338,588

Total

(net of HST Recoveries)

$4,978,595

$5,127,968

$5,281,7823

$5,440,292

$5,603,4359

$26,432,036

 

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

Background Information

(November 5, 2024) Report from the General Manager, Toronto Water and the Chief Procurement Officer on Award of Doc4534714002 to J.C. Rock Ltd., for the Supply and Delivery of Quarried Crushed Stone Aggregates, Sand and Gravel
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250086.pdf

GG18.16 - Award of Doc4752600161 to Flow-Kleen Technology Ltd., for Catch Basin Inspection and Cleaning Services on Arterial, Collector and Local Roads City Wide for Toronto Water

Consideration Type:
ACTION
Wards:
All

Origin

(November 5, 2024) Report from the General Manager, Toronto Water, and the Chief Procurement Officer

Recommendations

The General Manager, Toronto Water, and the Chief Procurement Officer recommend that:  

 

1. The General Government Committee, in accordance with Section 195-8.4A of Toronto Municipal Code Chapter 195 (Purchasing By-law), authorize the General Manager, Toronto Water to award and enter into an agreement with Flow-Kleen Technology Ltd., being the lowest Supplier meeting specifications for Request for Quotation Doc4752600161 for the non-exclusive provision of all labour, materials and equipment necessary to provide Catch Basin Inspection and Cleaning Services on Arterial, Collector and Local Roads City Wide for the initial one (1) year term of the contract from January 1, 2025 to December 31, 2025 in the amount of $5,264,568 net of all applicable taxes and charges ($5,357,224 net of Harmonized Sales Tax recoveries), and four (4) additional separate one (1) year periods, for a potential contract value of $27,950,304 net of all applicable taxes and charges ($28,442,229 net of Harmonized Sales Tax recoveries), all in accordance with the terms and conditions as set out in the Request for Quotation and any applicable City policy.

Summary

The purpose of this report is to advise on the results of the Request for Quotation Doc4752600161 for the non-exclusive provision of all labour, materials and equipment necessary to provide Catch Basin Inspection and Cleaning Services on Arterial, Collector and Local Roads City Wide and to request authority to enter into an agreement with Flow-Kleen Technology Ltd., the lowest compliant bid received for the solicitation.

 

The contract is for a one (1) year term with an option in favour of the City to extend the contract on the same terms and conditions for four (4) additional separate one (1) year periods. The initial one (1) year term of the contract from January 1, 2025 to December 31, 2025, in the amount of $5,264,568 net of all applicable taxes and charges ($5,357,224 net of Harmonized Sales Tax recoveries), and four (4) additional separate one (1) year period in the amount of $27,950,304 net of all applicable taxes and charges ($28,442,229 net of Harmonized Sales Tax recoveries), all in accordance with the terms, conditions, and specifications contained in the Request of Quotation, Ariba, and any applicable City Policy.

Financial Impact

The total potential contract award identified in this report, including all option years, is $27,950,304 net of all taxes and charges. The total potential cost to the City including all option years is $28,442,229 net of Harmonized Sales Tax recoveries.

 

Funding has been included in the 2025 Operating Budget Submission for Toronto Water. Should the City exercise the optional periods, then additional funding will be included in the 2026 - 2029 Operating Budget submissions for Toronto Water.

 

Funding details are provided in Table 1.

 

Table 1 - Financial Impact Summary of Recommended Contract (net of Harmonized Sales Tax Recoveries)

 

 

Cost Centre/
Cost Element

Initial Term: Date of Award to December 31, 2025

Option Year 1: January 1, 2026 to December 31, 2026

Option Year 2: January 1, 2027 to December 31, 2027

Option Year 3: January 1, 2028 to December 31, 2028

Option Year 4: January 1, 2029 to December 31, 2029

Total

(net of HST Recoveries)

Cost Centre TW2020

 

Cost Element

4424

$5,357,224

$5,517,941

$5,683,479

$5,853,983

$6,029,603

$28,442,229

 

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

Background Information

(November 5, 2024) Report from the General Manager, Toronto Water and the Chief Procurement Officer on Award of Doc4752600161 to Flow-Kleen Technology Ltd., for Catch Basin Inspection and Cleaning Services on Arterial, Collector and Local Roads City Wide for Toronto Water
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250073.pdf

GG18.17 - Non-Competitive Contract with Duracut Machine Knife Company Limited for the Servicing of Ice Resurfacer Blades for Parks, Forestry and Recreation

Consideration Type:
ACTION
Wards:
All

Origin

(November 5, 2024) Report from the General Manager Parks, Forestry and Recreation, and the Chief Procurement Officer

Recommendations

The General Manager, Parks, Forestry and Recreation, and the Chief Procurement Officer recommends that:

 

1. The General Government Committee, in accordance with Municipal Code Chapter 195-Purchasing, where the current request exceeds the Chief Procurement Officer's authority of the cumulative five-year commitment, under Article 7, Section 195-7.3 (D) of the Purchasing By-Law or exceeds the threshold of $500,000 net of Harmonized Sales Tax allowed under staff authority as per the Toronto Municipal Code, Chapter 71 Financial Control, Section 71-11A grant authority to the General Manager, Parks, Forestry and Recreation to enter into a non-competitive procurement contract with Duracut Machine Knife Company Limited for the provision of the non-exclusive supply, pickup, delivery and sharpening of ice resurfacing blades in the total amount of $499,999.00 net of all taxes and charges ($508,800 net of Harmonized Sales Tax recoveries), for an initial period of one year from November 21, 2024 to November 20, 2025 with an option to renew for four additional one year optional periods for a total of five years, on terms and conditions satisfactory to the General Manager, Parks, Forestry and Recreation and in a form satisfactory to the City Solicitor.

Summary

The purpose of this report is to request authority to enter into a non-competitive contract with Duracut Machine Knife Company Limited for the provision of non-exclusive supply, pickup, delivery and sharpening of ice resurfacing blades for Parks, Forestry and Recreation, in the total amount of $499,999 net of all taxes and charges ($508,800 net of Harmonized Sales Tax recoveries), for an initial period of one year from November 21, 2024, to November 20, 2025. with an option to renew for four additional one-year option periods for a total of five years.

 

Duracut Machine Knife Company Limited provides the resharpening and reconditioning of Zamboni / Olympia Resurfacer blades as well as new blades with accessories such as cloths and brushes that fit on the resurfacer unit. Duracut Machine Knife Company Limited also supplies the pickup and delivery service of Dull / Sharp blades weekly to 52 of our locations and central operation yards. This contract will ensure the continued operation of all arenas and outdoor artificial ice rinks operated by the City of Toronto.

Financial Impact

The total potential contract value including the optional period identified in this report is $499,999 net of Harmonized Sales Tax. The total potential cost to the City is $508,800 net of Harmonized Sales Tax recoveries.

 

Funding in the amount of $8,800 net of Harmonized Sales Tax recoveries has been included in the  2024 Operating Budget for Parks, Forestry and Recreation. Funding in the amount of $92,960 net of Harmonized Sales Tax Recoveries for the balance of the initial contract term to December 31, 2025 will be included in the 2025 Operating Budget Submission for Parks and Recreation. Should the City exercise the optional periods, additional funding will be included in the 2026 - 2029 Operating Budget Submissions for Parks, Forestry and Recreation Division. Additional funding details follow in Table 1:


Table 1:  Financial Impact Summary

 

Forecasted Expenditures

Operating Cost Centre(s): P07677, P00763, P03051, P07695, P06677, P03032, P03027, P03028, P06682, P03035, P12064, P07679, P03052, P03053, P03021, P07697, P03029, P07684, P03030, P12542, P02072, P13428, P12889, P03031, P01182, P07699, P07700, P07701, P07702, P03033, P07680, P07703, P03034, P03054, P01183, P03055, P07682, P07683, P03056, P07704, P00404, P07705, P03057, P03058, P07706, P07707, P03022, P07685, P01191, P03036, P01199, P03037

Cost Element(s) – 2710, 2120, 4403

Year

Periods

Total Net of HST Recoveries

2024

Initial Year Period from November 21, 2024 to December 31, 2024

$8,800

 

2025

Initial Year Period from January 1, 2025 to November 20, 2025

$92,960

 

2025

Option Year 1 from November 21, 2025 to November 20, 2026

$101,760

2026

Option Year 2 from November 21, 2026 to November 20, 2027

$101,760

2027

Option Year 3 from November 21, 2027 to November 20, 2028

$101,760

2028

Option Year 4 from November 21, 2028 to November 20, 2029

$101,760

Total

$508,800

 

The Chief Financial Officer and Treasurer has been advised of the award associated with this program to be considered along with other priorities in future budget processes.

Background Information

(November 5, 2024) Report from the General Manager Parks, Forestry and Recreation, and the Chief Procurement Officer on Non-Competitive Contract with Duracut Machine Knife Company Limited for the Servicing of Ice Resurfacer Blades for Parks, Forestry and Recreation
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-249993.pdf

GG18.18 - Award of Province of Ontario's Vendor of Record Tender Number 19514 to Qualified Manufacturers, their Authorized Dealers and Upfitters, for Supply and Delivery of Various Vehicles under Category 1, 2 and 3 - General Vehicle Acquisition and Upfitting Services for Fleet Services Division

Consideration Type:
ACTION
Wards:
All

Origin

(November 5, 2024) Report from the General Manager, Fleet Services, and the Chief Procurement Officer

Recommendations

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

 

1. The General Government Committee, in accordance with Sections 195-6.6 and 195-8.4A of the Toronto Municipal Chapter 195 (Procurement) grant authority for the General Manger, Fleet Services Division, to award and enter into agreements with:

 

a. Ford Motor Company of Canada Limited and their local authorized dealer 2281610 Ontario Inc., Downtown Ford, located at 77 East Don Roadway, Toronto, Ontario, M4M 2A5, in the amount of $52,830,439 net of all applicable taxes and charges ($53,760,255 net of Harmonized Sales Tax recoveries) in accordance with the Vendor of Record Number Tender-19514, for Category 1 - General Vehicle Acquisition Including Police / Special Service Enforcement Vehicles, Option 2 - Indirect Ordering Model;

 

b. General Motors of Canada Company Ltd., in the amount of $52,830,439 net of all applicable taxes and charges ($53,760,255 net of Harmonized Sales Tax recoveries) in accordance with Vendor of Record Number Tender-19514, Category 1 - General Vehicle Acquisition Including Police / Special Service Enforcement Vehicles, Option 1 - Direct Ordering Model;

 

c. FCA Canada Inc., in the amount of $33,019,025 net of all applicable taxes and charges ($33,600,160 net of Harmonized Sales Tax recoveries) in accordance with Vendor of Record Number Tender-19514, for Category 1 - General Vehicle Acquisition Including Police / Special Service Enforcement Vehicles, Option 1 - Direct Ordering Model;

 

d. Toyota Canada Inc., and their local authorized dealer 1000326590 Ontario Limited, Downtown Toyota, located at 77 East Don Roadway, Toronto, Ontario, M4M 2A5, in the amount of $5,011,626 net of applicable taxes and charges ($5,099,831 net of Harmonized Sales Tax recoveries) in accordance with Vendor of Record Number Tender-19514, for Category 1 - General Vehicle Acquisition Including Police / Special Service Enforcement Vehicles, Option 2 - Indirect Ordering Model;

 

e. Action Car and Truck Accessories Inc., in the amount of $11,500,000 net of all applicable taxes and charges ($11,702,400 net of Harmonized Sales Tax recoveries) in accordance with the Vendor of Record Number Tender-19514, for Category 2 - General Vehicle Upfitting and Accessories;

 

f. PK Welding & Fabricators Inc. in the amount of $3,750,000 net of all applicable taxes and charges ($3,816,000 net of Harmonized Sales Tax recoveries) in accordance with the Vendor of Record Number Tender-19514, for Category 3 - Custom Vehicle Fabrication;

 

g. G.W. Anglin Manufacturing Inc., in the amount of $11,500,000 net of all applicable taxes and charges ($11,702,400 net of Harmonized Sales Tax recoveries) in accordance with the Vendor of Record Number Tender-19514, for Category 2 - General Vehicle Upfitting and Accessories;

 

h. 1000164110 Ontario Inc. (Manufacturing and Technology Centre), in the amount of $3,750,000 net of all applicable taxes and charges ($3,816,000 net of Harmonized Sales Tax recoveries) in accordance with the Vendor of Record Number Tender-19514, for Category 2 - General Vehicle Upfitting and Accessories;

 

i. Adrian Steel of Canada Inc., in the amount of $3,750,000 net of all applicable taxes and charges ($3,816,000 net of Harmonized Sales Tax recoveries) in accordance with the Vendor of Record Number Tender-19514, for Category 2 - General Vehicle Upfitting and Accessories; and

 

j. Weldexperts Inc., in the amount of $3,750,000 net of all applicable taxes and charges ($3,816,000 net of Harmonized Sales Tax recoveries) in accordance with the Vendor of Record Number Tender-19514, for Category 2 - General Vehicle Upfitting and Accessories and Category 3 - Custom Vehicle Fabrication.

Summary

The purpose of this report is to seek authority for the General Manager of Fleet Services Division to utilize Province of Ontario’s Vendor of Record Arrangement Tender Number 19514 (Vehicle acquisition and upfitting services), between Centralized Supply Chain Ontario (“Supply Ontario”) and the following qualified vendors: Ford Motor Company of Canada Limited, General Motors of Canada Company, FCA Canada Inc., Toyota Canada Inc., and their authorized local dealers under Category 1 - General Vehicle Acquisition Including Police / Special Service Enforcement Vehicles; with Action Car and Truck Accessories Inc., G.W. Anglin Manufacturing Inc., 1000164110 Ontario Inc. (Manufacturing & Technology Centre), and Adrian Steel of Canada Inc. under Category 2 - General Vehicle Upfitting and Accessories; with PK Welding & Fabricators Inc. under Category 3 - Custom Vehicle Fabrication; and with Weldexperts Inc. under both Category 2 - General Vehicle Upfitting and Accessories and Category 3 - Custom Vehicle Fabrication, as outlined in Table 1 below.

 

These agreements will be effective for a fixed period of four (4) years from date of award to June 30, 2028, with a total consolidated value of $181,691,529 net of all applicable taxes and charges ($184,889,301 net of Harmonized Sales Tax recoveries), in accordance with the terms, conditions, and specifications set forth in the Vendor of Record and applicable City policies.

 

The vehicle acquisition and upfitting services detailed in this report aims to support a range of city divisions, agencies, and corporations. This encompasses essential services such as Toronto Paramedics, Toronto Fire Services, the Toronto Zoo, Exhibition Place, the Toronto Transit Commission’s non-revenue fleet, and the Toronto Parking Authority.

 

Section 195-6.6 of Toronto Municipal Code Chapter 195 (Procurement), permits a procurement be made directly from a supplier of another public body, if the Chief Procurement Officer determines that the public body followed a competitive method consistent with the City of Toronto's procurement process. 

Financial Impact

The total potential consolidated contract awards identified in this report is $181,691,529 net of all applicable taxes and charges. The total potential consolidated cost to the City for the fixed term is $184,889,301 net of Harmonized Sales Tax recoveries.

 

Funding in the amount of $60,350,800 net of Harmonized Sales Tax recoveries is available in the 2024 Capital Budget and 2025 - 2033 Plan for Fleet Services Division. Additional funding in the amount of $124,528,501 net of Harmonized Sales Tax recoveries will be included in the 2025 - 2034 Capital Budget and Plan Submission for Fleet Services Division. Spending will be limited to the budget availability within Fleet Services Division at the time expenditure and approval by the Division Head. Funding details are shown in Table 1 to Table 12.

 

Table 1: Breakdown of Selected Supplier and Their Proposed Contract Value (Net of Harmonized Sales Tax Recoveries)

 

Recommended Name of Supplier

Authorized Local Dealer

Vendor of Record Category

Ordering Model

Total

Ford Motor Company of Canada Limited

2281610 Ontario Inc., Downtown Ford

Category 1

Option 2 – Indirect Ordering Model

$53,760,255

General Motors of Canada Company

Not Applicable

Category 1

Option 1 – Direct Ordering Model

$53,760,255

FCA Canada Inc.

Not Applicable

Category 1

Option 1 – Direct Ordering Model

$33,600,160

Toyota Canada Inc.

1000326590 Ontario Limited, Downtown Toyota

Category 1

Option 2 – Indirect Ordering Model

$5,099,831

Action Car and Truck Accessories Inc.

Not Applicable

Category 2

Not Applicable

$11,702,400

PK Welding & Fabricators Inc.

Not Applicable

Category 3

Not Applicable

$3,816,000

G.W. Anglin Manufacturing Inc.

Not Applicable

Category 2

Not Applicable

$11,702,400

1000164110 Ontario Inc. (Manufacturing & Technology Centre)

Not Applicable

Category 2

Not Applicable

$3,816,000

Adrian Steel of Canada Inc.

Not Applicable

Category 2

Not Applicable

$3,816,000

Weldexperts Inc.

Not Applicable

Category 2 and 3

Not Applicable

$3,816,000

Grand Total

$184,889,301

 

This funding will be used to replace existing end-of-life light-duty commercial vehicles, State of Goods Repair backlog vehicles, and replacement for 2025 - 2028 for various City Divisions, Agencies, and Boards.

 

Table 2: Financial Impact Summary of Recommended Blanket Contract with Ford Motor Company of Canada Limited (Net of Harmonized Sales Tax Recoveries)

 

Account: CFL002, CFL003, CFL005, CFL006, CFL007, CFL008, CFL009, CFL010, CFL013, CFl014, CFL016, CFL017, CFL035, CFL036, CFL038, CFL045, CFL046, CFL049, CFL051

Estimated Number of Units

Total

Initial term from the date of award to June 30, 2025

123 units

$16,543,118

Initial term from July 1, 2025 to June 30, 2026

258 units

$20,729,322

Initial term from July 1, 2026 to June 30, 2027

126 units

$11,641,182

Initial term from July 1, 2027 to June 30, 2028

51 units

$4,846,632

Total potential Contract(s) value from the date of award to June 30, 2028

558 units

$53,760,255

 

Table 3: Financial Impact Summary of Recommended Blanket Contract with General Motors of Canada Company (Net of Harmonized Sales Tax Recoveries)

 

Account: CFL002, CFL003, CFL005, CFL006, CFL007, CFL008, CFL009, CFL010, CFL013, CFl014, CFL016, CFL017, CFL035, CFL036, CFL038, CFL045, CFL046, CFL049, CFL051

Estimated Number of Units

Total

Initial term from the date of award to June 30, 2025

123 units

$16,543,118

Initial term from July 1, 2025 to June 30, 2026

258 units

$20,729,322

Initial term from July 1, 2026 to June 30, 2027

126 units

$11,641,182

Initial term from July 1, 2027 to June 30, 2028

51 units

$4,846,632

Total potential Contract(s) value from the date of award to June 30, 2028

558 units

$53,760,255

 

Table 4: Financial Impact Summary of Recommended Blanket Contract with FCA Canada Inc. (Net of Harmonized Sales Tax Recoveries)

 

Account: CFL002, CFL003, CFL005, CFL006, CFL007, CFL008, CFL009, CFL010, CFL013, CFl014, CFL016, CFL017, CFL035, CFL036, CFL038, CFL045, CFL046, CFL049, CFL051

Estimated Number of Units

Total

Initial term from the date of award to June 30, 2025

109 units

$15,627,162

Initial term from July 1, 2025 to June 30, 2026

109 units

$13,093,295

Initial term from July 1, 2026 to June 30, 2027

41 units

$4,291,445

Initial term from July 1, 2027 to June 30, 2028

7 units

$588,257

Total potential Contract(s) value from the date of award to June 30, 2028

266 units

$33,600,160

 

Table 5: Financial Impact Summary of Recommended Blanket Contract with Toyota Canada Inc. (Net of Harmonized Sales Tax Recoveries)

 

Account: CFL002, CFL003, CFL005, CFL006, CFL007, CFL008, CFL009, CFL010, CFL013, CFl014, CFL016, CFL017, CFL035, CFL036, CFL038, CFL045, CFL046, CFL049, CFL051

Estimated Number of Units

Total

Initial term from the date of award to June 30, 2025

11 units

$1,461,402

Initial term from July 1, 2025 to June 30, 2026

20 units

$1,745,662

Initial term from July 1, 2026 to June 30, 2027

15 units

$1,378,690

Initial term from July 1, 2027 to June 30, 2028

5 units

$514,076

Total potential Contract(s) value from the date of award to June 30, 2028

51 units

$5,099,831

 

Table 6: Financial Impact Summary of Recommended Blanket Contract with Action Car and Truck Accessories Inc. (Net of Harmonized Sales Tax Recoveries)

 

Account: CFL002, CFL003, CFL005, CFL006, CFL007, CFL008, CFL009, CFL010, CFL013, CFl014, CFL016, CFL017, CFL035, CFL036, CFL038, CFL045, CFL046, CFL049, CFL051

Total

Initial term from the date of award to June 30, 2025

$3,052,800

Initial term from July 1, 2025 to June 30, 2026

$3,052,800

Initial term from July 1, 2026 to June 30, 2027

$3,052,800

Initial term from July 1, 2027 to June 30, 2028

$2,544,000

Total potential Contract(s) value from the date of award to June 30, 2028

$11,702,400

 

Table 7: Financial Impact Summary of Recommended Blanket Contract with PK Welding & Fabricators Inc. (Net of Harmonized Sales Tax Recoveries)

 

Account: CFL002, CFL003, CFL005, CFL006, CFL007, CFL008, CFL009, CFL010, CFL013, CFl014, CFL016, CFL017, CFL035, CFL036, CFL038, CFL045, CFL046, CFL049, CFL051

Total

Initial term from the date of award to June 30, 2025

$1,017,600

Initial term from July 1, 2025 to June 30, 2026

$1,017,600

Initial term from July 1, 2026 to June 30, 2027

$1,017,600

Initial term from July 1, 2027 to June 30, 2028

$763,200

Total potential Contract(s) value from the date of award to June 30, 2028

$3,816,000

 

Table 8: Financial Impact Summary of Recommended Blanket Contract with G.W. Anglin Manufacturing Inc. (Net of Harmonized Sales Tax Recoveries)

 

Account: CFL002, CFL003, CFL005, CFL006, CFL007, CFL008, CFL009, CFL010, CFL013, CFl014, CFL016, CFL017, CFL035, CFL036, CFL038, CFL045, CFL046, CFL049, CFL051

Total

Initial term from the date of award to June 30, 2025

$3,052,800

Initial term from July 1, 2025 to June 30, 2026

$3,052,800

Initial term from July 1, 2026 to June 30, 2027

$3,052,800

Initial term from July 1, 2027 to June 30, 2028

$2,544,000

Total potential Contract(s) value from the date of award to June 30, 2028

$11,702,400

 

Table 9: Financial Impact Summary of Recommended Blanket Contract with 1000164110 Ontario Inc. (Manufacturing and Technology Centre) (Net of Harmonized Sales Tax Recoveries)

 

Account: CFL002, CFL003, CFL005, CFL006, CFL007, CFL008, CFL009, CFL010, CFL013, CFl014, CFL016, CFL017, CFL035, CFL036, CFL038, CFL045, CFL046, CFL049, CFL051

Total

Initial term from the date of award to June 30, 2025

$1,017,600

Initial term from July 1, 2025 to June 30, 2026

$1,017,600

Initial term from July 1, 2026 to June 30, 2027

$1,017,600

Initial term from July 1, 2027 to June 30, 2028

$763,200

Total potential Contract(s) value from the date of award to June 30, 2028

$3,816,000

 

Table 10: Financial Impact Summary of Recommended Blanket Contract with Adrian Steel of Canada Inc. (Net of Harmonized Sales Tax Recoveries)

 

Account: CFL002, CFL003, CFL005, CFL006, CFL007, CFL008, CFL009, CFL010, CFL013, CFl014, CFL016, CFL017, CFL035, CFL036, CFL038, CFL045, CFL046, CFL049, CFL051

Total

Initial term from the date of award to June 30, 2025

$1,017,600

Initial term from July 1, 2025 to June 30, 2026

$1,017,600

Initial term from July 1, 2026 to June 30, 2027

$1,017,600

Initial term from July 1, 2027 to June 30, 2028

$763,200

Total potential Contract(s) value from the date of award to June 30, 2028

$3,816,000

 

Table 11: Financial Impact Summary of Recommended Blanket Contract with Weldexperts Inc. (Net of Harmonized Sales Tax Recoveries)

 

Account: CFL002, CFL003, CFL005, CFL006, CFL007, CFL008, CFL009, CFL010, CFL013, CFl014, CFL016, CFL017, CFL035, CFL036, CFL038, CFL045, CFL046, CFL049, CFL051

Total

Initial term from the date of award to June 30, 2025

$1,017,600

Initial term from July 1, 2025 to June 30, 2026

$1,017,600

Initial term from July 1, 2026 to June 30, 2027

$1,017,600

Initial term from July 1, 2027 to June 30, 2028

$763,200

Total potential Contract(s) value from the date of award to June 30, 2028

$3,816,000

 

The above cost calculations reflect a 5 percent Consumer Price Index adjustment applied annually to subsequent years' cost after the initial one (1)-year period from date of ward to June 30, 2025.

 

Table 12: Financial Impact Summary of Recommended Contract (Net of Harmonized Sales Tax Recoveries)

 

 

2025

2026

2027

2028

Grand Total

Account: CFL002, CFL003, CFL005, CFL006, CFL007, CFL008, CFL009, CFL010, CFL013, CFL014, CFL016, CFL017, CFL035, CFL036, CFL038, CFL045, CFL046, CFL049, CFL051

$60,350,800

$66,473,601

$39,128,499

$18,936,401

$184,889,301

 

The Chief Financial Officer and Treasurer has been advised of the award associated with this program to be considered along with other priorities in future budget processes. 

Background Information

(November 5, 2024) Report from the General Manager, Fleet Services, and the Chief Procurement Officer on Award of Province of Ontario's Vendor of Record Tender Number 19514 to Qualified Manufacturers, Their Authorized Dealers and Upfitters, for Supply and Delivery of Various Vehicles under Category 1, 2 and 3 - General Vehicle Acquisition and Upfitting Services for Fleet Services Division
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250066.pdf

Communications

(November 15, 2024) E-mail from George Bell (GG.Supp)

GG18.19 - Non-Competitive Contract with 1313135 Ontario Inc., operating as Lands and Forests Consulting for Prescribed Burn Services in 2025-2029 for Parks, Forestry and Recreation

Consideration Type:
ACTION
Wards:
3 - Etobicoke - Lakeshore, 4 - Parkdale - High Park

Origin

(November 5, 2024) Report from the General Manager, Parks, Forestry and Recreation, and the Chief Procurement Officer

Recommendations

The General Manager, Parks, Forestry and Recreation, and the Chief Procurement Officer recommend that:

 

1. City Council in accordance with Municipal Code Chapter 195-Purchasing, where the current request exceeds the Chief Procurement Officer's authority of the cumulative five-year commitment, under Article 7, Section 195-7.3 (D) of the Purchasing By-Law or exceeds the threshold of $500,000 net of Harmonized Sales Tax allowed under staff authority as per the Toronto Municipal Code, Chapter 71 Financial Control, Section 71-11A grant authority to the General Manager, Parks Forestry and Recreation, to negotiate and execute a non-competitive contract with 1313135 Ontario Inc., operating as Lands and Forests Consulting in the total amount of $41,279 net of all applicable taxes and charges ($42,006 net of Harmonized Sales Tax recoveries) for the provision of planning and implementing the prescribed burn program from January 1, 2025 to December 31, 2025, with the option to renew the contract for up to four additional one-year terms (2026-2029) at the sole discretion of, and on terms and conditions (including price), satisfactory to the General Manager, Parks, Forestry and Recreation and the City Solicitor, and subject to budget approval, for a total potential contract value, including all option years of $214,820 net of all applicable taxes and charges ($218,601 net of Harmonized Sales Tax recoveries)

Summary

The purpose of this report is to request authority to enter into a non-competitive contract with 1313135 Ontario Inc., operating as Lands and Forests Consulting ("Lands and Forest Consulting") for the provision of planning and implementing the prescribed burn program for a period of one year from the date of award with the option to renew the contract for up to four additional one-year terms (2026 - 2029) and for a total potential amount of $214,820 net of all applicable taxes and charges ($218,601 net of Harmonized Sales Tax recoveries).

         

Lands and Forest Consulting has worked with the City to plan and implement a total of 73 prescribed park burn units with zero incidents since the year 2000. Lands and Forests Consulting has extensive experience in both planning and executing high-complexity burns in southern Ontario. High-complexity prescribed burn services cannot be procured through the competitive process due to an absence of competition meeting the non-competitive code 10 in the non-competitive procurement procedure. No other supplier can match the qualifications and experience required for high-complexity burning in southern Ontario, and it is for this reason that Urban Forestry is requesting a non-competitive contract with Lands and Forests Consulting to carry out prescribed burns in select Toronto parks.

Financial Impact

The contract value for the initial one-year contract identified in this report is $41,279 net of all applicable taxes and charges, $46,645 including all applicable taxes and charges. The total cost to the City is $42,006 net of Harmonized Sales Tax recoveries.

 

Sufficient funding will be requested in the 2025 Operating Budget Submission for Parks, Forestry and Recreation and base funding is available in the 2024 Operating Budget for Parks, Forestry and Recreation.

 

Should the City choose to exercise its option to renew for an additional four separate one year periods, then appropriate additional funding, if needed, will be included in the 2026 - 2029 annual Operating Budget Submissions for Parks, Forestry and Recreation.  

 

The total potential contract value, including all option years is $214,820 net of all applicable taxes and charges, $242,747 including all taxes and charges. The total potential cost to the City is $218,601 net of Harmonized Sales Tax recoveries.

 

Funding details are as follows:

 

Year

Cost Centre

Cost Element

Net of all Taxes and Charges

Including all Applicable Taxes and Charges

Net of HST Recoveries

2025

P00016

4409

$41,279

$46,645

$42,006

2026*

P00016

4409

$42,105

$47,578

$42,846

2027*

P00016

4409

$42,947

$48,530

$43,703

2028*

P00016

4409

$43,806

$49,501

$44,577

2029*

P00016

4409

$44,683

$50,491

$45,469

TOTAL

 

$214,820

$242,747

$218,601

*Funding for 2026-2029 will be included in future years' Operating Budget Submissions

 

The Chief Financial Officer and Treasurer has been advised of the award associated with this program to be considered along with other priorities in future budget processes.

Background Information

(November 5, 2024) Report from the General Manager, Parks, Forestry and Recreation, and the Chief Procurement Officer on Non-Competitive Contract with 1313135 Ontario Inc., operating as Lands and Forests Consulting for Prescribed Burn Services in 2025-2029 for Parks, Forestry and Recreation
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250008.pdf

GG18.20 - Non-Competitive Contract with HP Canada for Supply and Provision of Single and Multi-function Printers, Plotters, and Related Maintenance and Services

Consideration Type:
ACTION
Wards:
All

Origin

(November 5, 2024) Report from the Chief Technology Officer, and the Chief Procurement Officer

Recommendations

The Chief Technology Officer, and the Chief Procurement Officer recommend that:

 

1. City Council authorize the Chief Technology Officer to execute a non-competitive contract under the same terms and conditions as Request for Proposal 3409-19-0079 with HP Canada Ltd., for and amount of $8,836,630.25 net of all applicable taxes and charges ($8,992,154.94 net of Harmonized Sales Tax recoveries) and for a period of two (2) years.

Summary

The purpose of this report is to request City Council authority to enter a non-competitive bridge contract with HP Canada Ltd., for the supply of printers, plotters and related services and maintenance for a two (2) years period until a new, competitive contact is in place.


The City's current contract adopted by Bid Award Panel Item 2019.BA38.1 (Request For Proposal Number 3409-19-0079, Blanket Contract 47022649) with HP Canada expires January 15, 2025. This report requests authorization to enter a non-competitive bridge contract under the same terms, conditions as, and total cost as Request for Proposal 3409-19-0079 for two (2) years to leverage the remaining contract value ($8,992,154.94 as of Oct 2024). This contract also acts as a foundational agreement for City agencies to leverage and develop their own sub-contracts tailored to their specific needs.

 

Current market analysis conducted by City staff indicates that present-day pricing is higher than existing contract rates, making an extension more cost-effective than immediately going to market. Over the two-year extension, the City will leverage remaining contract value to right-size the City’s printer fleet and equipment allocation to reflect hybrid work under ModernTO and up-to-date printer usage. During the extension, City will issue and award a new competitive print services contract, including an option for agencies and corporations to participate in the solicitation to maximize overall purchasing power.

 

City Council approval is required in accordance with Municipal Code Chapter 195-Purchasing, where the current request exceeds the Chief Procurement Officer's authority of the cumulative five-year (5) commitment for each supplier, under Article 7, Section 195-7.3 (D) of the Purchasing By-Law or exceeds the threshold of $500,000 net of Harmonized Sales Tax allowed under staff authority as per the Toronto Municipal Code, Chapter 71 Financial Control, Section 71-11A. The original competitive solicitation resulted in a blanket contract with a set term. As per City Policy, Purchase Order Amendments for blanket contracts are permitted to support payment processing on outstanding invoices, but not to extend the contract. A non-competitive bridge contract is required to extend the same terms and conditions beyond the current validity date.

Financial Impact

The total potential contract value will be based off the remaining funds of Blanket Contract 47022649. Blanket Contract 47022649 has a value of $16,617,984.28 net of all applicable taxes and charges ($16,910,460.80 net of Harmonized Sales Tax recoveries).  As of October 2024, the remaining value of the contract is $8,836,630.25 net of all applicable taxes and charges ($8,992,154.94 net of Harmonized Sales Tax recoveries).

 

Funding for the cost per page maintenance and support has been included in the 2025 Operating Budget Submissions for all City Divisions under Cost Element, GL 4473. Funding for the equipment and managed fees has been included in the 2025 - 2034 Capital Budget and Plan for the Technology Services Division, (CIT702-01). Funding details are provided in Table 1.

 

Table 1 - Financial Impact Summary of Recommended Contract1

 

WBS Number / Cost Element

2025 Available
Contract Budget

2026 Available
Contract Budget

2027 January
1-15 Available
Contract Budget

Total Available
Contract Budget

Capital - Desktop Hardware CIT702-01 (TSD)

$1,750,000

$235,000

$15,000

$1,000,000

Operating - Cost Per Page GL#4473 (All City Divisions)

$1,500,000

$1,600,000

$100,000

$4,200,000

Grand Total Available Contract Budget

$3,250,000

$1,835,000

$115,000

5,200,000

 

1The amounts listed by year represent the unspent balance from 47022649 from previous years' allocations. These figures are not intended as projections of future expenditures.

 

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

Background Information

(November 5, 2024) Report from the Chief Technology Officer and the Chief Procurement Officer on Non-Competitive Contract with HP Canada for Supply and Provision of Single and Multi-function Printers, Plotters, and Related Maintenance and Services
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250065.pdf

GG18.21 - Non-Competitive Contract with Moore Canada Corporation for the Provision of Renewal Forms and Parking Permits

Consideration Type:
ACTION
Wards:
All

Origin

(November 5, 2024) Report from Report from the General Manager, Transportation Services, and the Chief Procurement Officer

Recommendations

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

 

1. City Council authorize the General Manager, Transportation Services, to negotiate and enter into a non-competitive contract with Moore Canada Corporation for the supply of Speedimailer printing and sealing services for the On-Street Permit Parking Program from January 1, 2025 to December 31, 2026, with an option to extend the Contract for one (1) additional separate one (1) year period, in the amount of $759,128 net of all applicable taxes and charges and $772,488 net of Harmonized Sales Tax recoveries, on terms and conditions satisfactory to the General Manager, Transportation Services and in a form satisfactory to the City Solicitor. 

Summary

The purpose of this report is to request authority to enter into a non-competitive contract with Moore Canada Corporation for the supply of the Speedimailer renewal forms and permits, printing and sealing services for the On-Street Permit Parking Program. The term of the contract will be for a period of two (2) years commencing on January 1, 2025 to December 31, 2026, with the option to extend the Contract for one (1) additional separate one (1) year period. The total potential contract value including the option period is $772,488 net of Harmonized Sales Tax recoveries.

 

The Speedimailer product is proprietary to Moore Canada Corporation and requires printing and sealing on their specialized equipment. Approval of this non-competitive contract will allow Transportation Services to continue providing permit parking services to the public until such time as a new paperless solution has been developed and implemented.

 

City Council approval is required in accordance with Municipal Code Chapter 195, Purchasing, where the current request exceeds the Chief Procurement Officer's authority of the cumulative five-year commitment limit for each vendor 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 as per the Toronto Municipal Code, Chapter 71, Financial Control, Section 71-11(A). 

Financial Impact

The total potential value identified in this report for the non-competitive contract, including the option year, if exercised by the City, is $759,128 net of all applicable taxes and charges and $772,488, net of Harmonized Sales Tax recoveries.

 

Funding in the amount of $253,043 net of all applicable taxes and charges ($257,496 net of Harmonized Sales Tax recoveries) has been included in the 2025 Operating Budget Submission for Transportation Services. The remaining funding requirement for the balance of the contract in 2026 will be included in the 2026 Operating Budget Submission for Transportation Services. Should the City exercise the option period, additional funding will be included in the 2027 Operating Budget Submission for Transportation Services.

 

The cost calculation of the option year for the contract includes an annual estimated 3 percent Consumer Price Index inflationary increase. Funding details are provided in Table 1 below.

 

Table 1: Financial Impact Summary

 

Year

Term

Cost Centre

Cost Element

Net of HST

Net of HST recoveries

 

2025

Spring 2025

TS8010

4825

$126,521

$128,748

Fall 2025

TS8010

4825

$126,521

$128,748

 

2026

Spring 2026

TS8010

4825

$126,521

$128,748

Fall 2026

TS8010

4825

$126,521

$128,748

2027

Spring 2027

TS8010

4825

$126,521

$128,748

Fall 2027

TS8010

4825

$126,521

$128,748

TOTAL

$759,128

$772,488

 

The Chief Financial Officer and Treasurer has been advised of the award associated with this program to be considered along with other priorities in future budget processes.

Background Information

(November 5, 2024) Report from the General Manager, Transportation Services, and the Chief Procurement Officer on Non-Competitive Contract with Moore Canada Corporation for the Provision of Renewal Forms and Parking Permits
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250031.pdf

GG18.22 - Metro Hall (55 John Street) - Non-Competitive Contract with Siemens Canada Limited for Building Automation System Upgrades

Consideration Type:
ACTION
Ward:
10 - Spadina - Fort York

Origin

(November 5, 2024) Report from the Executive Director, Corporate Real Estate Management, and the Chief Procurement Officer

Recommendations

The Executive Director, Corporate Real Estate Management, and the Chief Procurement Officer recommend that:  

 

1. City Council grant authority to the Executive Director, Corporate Real Estate Management to negotiate and execute a non-competitive contract with Siemens Canada Limited to upgrade the pneumatic controls on the central heating and cooling plants and basement to the existing Apogee building automation systems at Metro Hall, located at 55 John Street, in the amount of $1,042,800 net of all applicable taxes and charges ($1,061,154 net of Harmonized Sales Tax recoveries), for a period of ten months from date of award, on terms and conditions satisfactory to the Executive Director, Corporate Real Estate Management, and in a form satisfactory to the City Solicitor.

Summary

The purpose of this report is to request City Council authorization for Corporate Real Estate Management to negotiate and enter into a non-competitive contract with Siemens Canada Limited (“Siemens”) to upgrade the pneumatic (compressed air) controls on the central heating and cooling plants and basement to the existing Siemens Apogee building automation system (“BAS”) at Metro Hall located at 55 John Street, in the amount of $1,042,800 net of all applicable taxes and charges ($1,061,154 net of Harmonized Sales Tax recoveries) for a period of ten months from the date of award.

 

This is the second and final phase of the Building Automation System upgrades project at Metro Hall, and forms part of Corporate Real Estate Management’s State-of-Good-Repair program. This project also aligns with the City’s TransformTO Climate Change Action Plan and ModernTO Office Modernization goals and supports future carbon reduction and / or Net Zero projects. The first phase of the project, authorized by City Council in 2019 and completed in 2022, upgraded the tower compartment units of the Building Automation System at Metro Hall. After delays due to budgetary constraints and the COVID-19 pandemic, staff are ready to proceed to with the implementation of the project’s final phase.

 

Siemens is the sole authorized manufacturer, supplier, and service provider of the Apogee Building Automation System. Siemens also does not license intellectual property such as software diagnostics and diagnostic tools used in the maintenance, service and troubleshooting of the Apogee Building Automation System to other contractors. Because of existing system requirements, only Siemens is qualified to perform the proposed scope of work. The estimated cost to completely replace the existing Building Automation System with a non-proprietary system through a competitive procurement process is approximately $8 million and would take five years to complete, which is currently not justifiable.

 

City Council approval is required in accordance with Municipal Code Chapter 195, Purchasing, where the current request exceeds the Chief Procurement Officer's authority of the cumulative five year commitment limit for each vendor under Article 7, Section 195-7.3(D) of the Purchasing By-law or exceeds the threshold of $500,000 net of Harmonized Sales Tax allowed under staff authority as per the Toronto Municipal Code, Chapter 71, Financial Control, Section 71-11(A).

Financial Impact

The total value of the contract identified in this report is $1,042,800 net of all applicable taxes and charges ($1,178,364 including all applicable taxes and charges). The cost to the City is $1,061,154 net of Harmonized Sales Tax recoveries.

 

Funds in the amount of $1,061,154 net of Harmonized Sales Tax recoveries are available in the 2024 - 2033 Capital Budget and Plan for Corporate Real Estate Management, with additional details to follow in Table 1 below:

 

Table 1: Financial Impact Summary (Net of Harmonized Sales Tax Recoveries)

 

Year

Cost Centre / WBS Element

Cost Element GL

Cost

2025

CCA241-05

4420

$1,061,154

 

The Chief Financial Officer and Treasurer has been advised of the award associated with this program to be considered along with other priorities in future budget processes.

Background Information

(November 5, 2024) Report from the Executive Director, Corporate Real Estate Management, and the Chief Procurement Officer on Metro Hall (55 John Street) - Non-Competitive Contract with Siemens Canada Limited for Building Automation System Upgrades
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250042.pdf
Attachment 1: Siemen’s Letter on Exclusive Rights
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250046.pdf
Attachment 2: Siemen’s Price Quotation
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250048.pdf
Attachment 3: Siemen’s Fair Pricing Letter
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250049.pdf

GG18.23 - Non-Competitive Contracts with Various Suppliers for the Supply of Proprietary Parts and Maintenance Services at Various Wastewater and Water Treatment Plants for Toronto Water

Consideration Type:
ACTION
Wards:
All

Origin

(November 8, 2024) Report from the General Manager, Toronto Water, and the Chief Procurement Officer

Recommendations

The General Manager, Toronto Water, and Chief Procurement Officer recommends that:

 

1. City Council authorize the General Manager, Toronto Water to negotiate and enter into non-competitive agreements with the suppliers listed below, for a period from date of issue to December 31, 2025, with the option to extend the agreement for up to six (6) separate one (1) year periods at the sole discretion of the City, subject to budget approval(s), on terms and conditions satisfactory to the General Manager, Toronto Water and in a form satisfactory to the City Solicitor:

 

a.  Automated Logic Ltd., with the maximum contract price of $2,142,476 net of all applicable taxes and charges ($2,180,184 net of Harmonized Sales Tax recoveries);

 

b. Biorem Technologies Inc., with the maximum contract price of $1,915,616 net of all applicable taxes and charges ($1,949,330 net of Harmonized Sales Tax recoveries);

 

c. Hach Sales and Service Canada Limited with the maximum contract price of $3,831,231 net of all applicable taxes and charges ($3,898,661 net of Harmonized Sales Tax recoveries);

 

d. Sesco, Division of Sonepar Canada Inc., with the maximum contract price of $766,246 net of all applicable taxes and charges ($$779,732net of Harmonized Sales Tax recoveries); and

 

e. Xylem Canada LP with the maximum contract price of $919,495 net of all applicable taxes and charges ($935,679 net of Harmonized Sales Tax recoveries).

 

2. City Council direct that contracts in Recommendation 1 above, will also be on the condition that the vendors continue to be the manufacturers or are exclusive distributors for the goods and services.

Summary

The purpose of this report is to request City Council authority to enter into five (5) separate non-competitive contracts with the suppliers noted below for the supply of proprietary parts and maintenance services required at various water treatment and wastewater facilities. The initial term of the contracts will be from the date of issuance to December 31, 2025, with the option to extend the agreement for up to six (6) separate one (1) year periods, at the sole discretion of the City and subject to budget approvals, for the total amount of $9,575,064, net of all taxes and charges ($9,743,585 net of Harmonized Sales Tax recoveries).

 

1. Automated Logic Ltd.

2. Biorem Technologies Inc.

3. Hach Sales and Service Canada Limited

4. Sesco, Division of Sonepar Canada Inc.

5. Xylem Canada LP

 

City Council approval is required in accordance with Toronto Municipal Code Chapter 195-Purchasing, 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 Purchasing By-Law or exceeds the threshold of $500,000 net of Harmonized Sales Tax allowed under staff authority as per Toronto Municipal Code Chapter 71, Financial Control, Section 71-11A.

Financial Impact

The total potential contract value identified in this report is $9,575,064 net of all applicable taxes and charges ($9,743,585 net of Harmonized Sales Tax recoveries).

 

Funding for the initial term of contracts is included in the 2025 Operating Budget and 2025 Capital Budget and 2026 - 2034 Capital Submissions for Toronto Water. Funding for up to five (5) additional and separate one (1) year periods, should the option to renew be exercised will be included in 2026 - 2031 Operating and Capital Budget Submissions for Toronto Water. Additional funding details are provided in Table 1 to follow.

 

Table 1: Financial Impact Summary of Recommended Contract (Net of Harmonized Sales Tax Recoveries) - Operating Funding

 

Cost Centre

GL Account

TW1060, TW2060, TW4022, TW4036, TW4060, TW4070, TW4075, TW4085, TW4095, TW4100, TW4105, TW4110, TW5030, TW6050, TW7020, TW7035, TW7050, TW7060,

2120, 2155, 2499, 2580, 2710, 4310, 4403, 4411, 4424, 4425

Year

Initial Contract Period Ending December 31 2025

Option Year Periods

January 1 2026 to December 31, 2031

Total Net of Harmonized Sales Tax Recoveries

2025

$1,089,662

 

$1,089,662

2026

 

$1,141,209

$1,141,209

2027

 

$1,180,067

$1,180,067

2028

 

$1,257,796

$1,257,796

2029

 

$1,374,495

$1,374,495

2030

 

$1,431,344

$1,431,344

2031

 

$1,489,279

$1,489,279

 Total

$8,963,853

 

Table 2: Financial Impact Summary of Recommended Contract (Net of Harmonized Sales Tax Recoveries) - Capital Funding

 

WBS Element: CPW039-11

Year

Initial Contract Period Ending December 31 2025

Option Year Periods

January 1 2026 to December 31, 2031

Total Net of Harmonized Sales Tax Recoveries

2025

$101,760

 

 

2026

 

$104,813

$104,813

2027

 

$107,957

$107,957

2028

 

$111,196

$111,196

2029

 

$114,532

$114,532

2030

 

$117,968

$117,968

2031

 

$121,507

$121,507

 

$779,732

 

The Chief Financial Officer and Treasurer has reviewed this report and agrees with the information as presented in the Financial Impact Section.

Background Information

(November 8, 2024) Report from the General Manager, Toronto Water, and the Chief Procurement Officer on Non-Competitive Contracts with Various Suppliers for the Supply of Proprietary Parts and Maintenance Services at Various Wastewater and Water Treatment Plants for Toronto Water
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250030.pdf

GG18.24 - Amendment to Purchase Order Number 6047137 with North Tunnel Constructors ULC for the Construction of the Coxwell Bypass Tunnel between Ashbridges Bay Treatment Plant and Coxwell Ravine Park

Consideration Type:
ACTION
Wards:
10 - Spadina - Fort York, 11 - University - Rosedale, 13 - Toronto Centre, 14 - Toronto - Danforth, 15 - Don Valley West

Confidential Attachment - This report is about litigation or potential litigation that affects the City of Toronto. The attachment to this report contains advice or communications that are subject to solicitor-client privilege and litigation privilege. This report is about a position, plan, procedure, criteria or instruction to be applied to any negotiations carried on or to be carried on by or on behalf of the City.

Origin

(November 5, 2024) Report from the Chief Engineer and Executive Director, Engineering and Construction Services, the General Manager, Toronto Water, and the Chief Procurement Officer

Recommendations

The Chief Engineer and Executive Director, Engineering and Construction Services and the General Manager, Toronto Water and the Chief Procurement Officer, Purchasing and Materials Management recommend that:

 

1. City Council, in accordance with section 71-11.1C of the City of Toronto Municipal Code Chapter 71 (Financial Control Bylaw), grant authority to amend Purchase Order 6047137 to fund the settlement of claims brought forth by North Tunnel Constructors ULC and to provide for additional contingency amounts for the construction services of the Coxwell Bypass Tunnel between Ashbridges Bay Treatment Plant and Coxwell Ravine Park by increasing the contract value by $25,000,000 net of all applicable taxes and charges ($25,440,000 net of Harmonized Sales Tax recoveries), revising the current Purchase Order value from $397,269,000 net of all applicable taxes and charges ($404,260,934 net of Harmonized Sales Tax recoveries) to $422,269,000 net of all applicable taxes and charges ($429,700,934 net of Harmonized Sales Tax recoveries).

 

2. City Council authorize the reallocation of cashflows within Toronto Water’s 2024 Capital Budget and 2025 - 2033 Capital Plan for acceleration and deferral of projects, as presented in Table 2 of the Financial Impact Statement, with a zero Budget impact to support the Purchase Order Amendment for the construction of the Coxwell Bypass Tunnel.

 

3. City Council direct that Confidential Attachment 1 remain confidential in its entirety as it contains advice which is subject to solicitor-client privilege and relates to litigation or potential litigation by the City.

Summary

The purpose of this report is to request instructions regarding a proposed settlement of claims that North Tunnel Constructors ULC is pursuing against the City of Toronto, which claims seek compensation for costs incurred arising out of and associated with the completion of the Coxwell Bypass Tunnel between Ashbridges Bay Treatment Plant and Cowell Ravine Park, pursuant to the contract awarded under Request for Tender Number 221-2017; Contract Number 17ECS-MI-04DC (the “Coxwell Bypass Tunnel Project”), and to seek authority to amend Purchase Order Number 6047137 issued to fund the proposed settlement.

 

These claims include claims for significant compensation in relation to the Coxwell Bypass Tunnel Project related to North Tunnel Constructors ULC’s having to negotiate an unknown site condition during the prosecution of the Contract work underneath 550 Bayview Avenue.   

 

A contingency allowance for any other unanticipated work, which may be identified prior to the project reaching Final Completion is also being sought as part of the within request for a Purchase Order Amendment.

 

The total value of the Purchase Order Amendment being requested is $25,000,000 net of all applicable taxes and charges ($25,440,000 net of Harmonized Sales Tax recoveries), revising the current Purchase Order value from $397,269,000 net of all applicable taxes and charges ($404,260,934 net of Harmonized Sales Tax recoveries) to $422,269,000 net of all applicable taxes and charges ($429,700,934 net of Harmonized Sales Tax recoveries).

 

It is noted that the Purchase Order Amendment represents an increase of 6.3 percent of the overall contract value.

 

Authority is also being requested to reallocate cashflows in Toronto Water's 2024 Capital Budget and 2025 - 2033 Capital Plan in the amount of $25,440,000 to support the Purchase Order Amendment for the construction of the Coxwell Bypass Tunnel.

Financial Impact

The total value of the Purchase Order Amendment identified in this report is $25,000,000 net of all taxes and charges ($25,440,000 net of Harmonized Sales Tax Recoveries).

 

Table 1: Financial Impact Summary (Net of Harmonized Sales Tax Recoveries)

 

WBS Element

Project Description

2024

     2025

Total (net of Harmonized Sales Tax recoveries)

CWW480

DON and WATERFRONT TRUNK/CSO CONSTRUCTION

$23,404,800

$2,035,200

$25,440,000

Total

 

$23,404,800

$2,035,200

$25,440,000

 

Funding for the anticipated settlement of the claim is included in Toronto Water's 2024 Capital Budget and 2025 - 2033 Capital Plan in year 2025.

 

The approval of this report will authorize the acceleration and deferral of cashflow in Toronto Water's 2024 Capital Budget and 2025 - 2033 Capital Plan in the total amount of $25,440,000 million, with a zero Budget Impact as detailed in Table 2.

 

The recommended adjustments will align funding in the 2024 Capital Budget and 2025-2033 Capital Plan to accommodate settlement of this claim in 2024.

 

Table 2: Budget Adjustment Reallocations due to Accelerations and Deferrals

 

Program Area

Account Number

SAP DESCRIPTION

2024 Proposed Reallocation

2025 Proposed Reallocation

Wet Weather Flow

CWW480-03

DON and WATERFRONT TRUNK/CSO CONSTRUCTION

 

$25,440,000

 

($25,440,000)

Watermain Replacement

CPW542-27

2022-2024 WATERMAIN REPLACEMENT

 

($25,440,000)

 

$25,440,000

TOTAL

0

0

 

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

Background Information

(November 5, 2024) Report from the Chief Engineer and Executive Director, Engineering and Construction Services, the General Manager, Toronto Water, and the Chief Procurement Officer, on Amendment to Purchase Order Number 6047137 with North Tunnel Constructors ULC for the Construction of the Coxwell Bypass Tunnel between Ashbridges Bay Treatment Plant and Coxwell Ravine Park
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250123.pdf
Confidential Attachment 1

GG18.25 - Non-Competitive Contract with Esri Canada Limited for Proprietary Geographic Information System Software Licenses, Cloud Subscriptions and Related Maintenance

Consideration Type:
ACTION
Wards:
All

Confidential Attachment - The attachments to this report are about criteria to be applied to negotiations carried on or to be carried on by or on behalf of the City of Toronto and contain technical and commercial information supplied in confidence to the City of Toronto, which, if disclosed, could reasonably be expected to prejudice significantly the competitive position or interfere significantly with the contractual or other negotiations of a person, group of persons, or organization.

Origin

(November 5, 2024) Report from the Chief Technology Officer, and the Chief Procurement Officer

Recommendations

The Chief Technology Officer, and the Chief Procurement Officer recommends that:


1. City Council authorize the Chief Technology Officer to negotiate and execute a non-competitive contract with Esri Canada Limited to purchase proprietary Geographic Information System software licences, cloud subscriptions and related maintenance, commencing from the date of award for a three (3) year period, for up to the total amounts set out in Confidential Attachment 1.

 

2. City Council adopt the confidential instructions to staff in Confidential Attachment 1.

 

3. City Council directs that Confidential Attachment 1 remain confidential at this time as it pertains to criteria to be applied to negotiations carried on or to be carried on by or on behalf of the City of Toronto and be made public at the discretion of the Chief Procurement Officer following the execution of the contract authorized by recommendation 1.

Summary

The purpose of this report is to request City Council authority to negotiate and enter into a non-competitive contract with Esri Canada Limited for the provision of proprietary Geographic Information System software licences, cloud subscription and related maintenance. Technology Services sought initial City Council authority in April 2024 (2024.GG11.10) to support continuity of Geographic Information System services while it completed work to assess future staff capability requirements and long-term Geographic Information System capability goals. With the assessment now complete, Technology Services is returning to General Government Committee to seek the authority for those future staff capability requirements, ensuring continuity of service. Further, the City of Toronto is in the process of negotiating an enterprise agreement with the supplier as the supplier is changing its service offering to one that assigns one license to a named user (the current model allows for one license to be assigned to multiple users).  The enterprise agreement for the service offering aims to secure competitive, fixed pricing.


Mapping City data through Geographic Information System allows City staff, Councillors, and residents to visualize trends and patterns, making it easier to identify areas needing infrastructure upgrades or track environmental changes over time. It also improves public engagement by helping residents access City facilities and programs while allowing City staff to allocate resources better and manage assets for more efficient service delivery and maintenance.


With a growing emphasis on visualizing data through maps, this report requests authorization to secure a new contract with the supplier, ensuring operational stability and supporting growth across City divisions for three (3) years from 2025 - 2027.

 

City Council approval is required in accordance with Municipal Code Chapter 195- Purchasing, 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 Purchasing By-Law or exceeds the threshold of $500,000 net of Harmonized Sales Tax allowed under staff authority as per the Toronto Municipal Code, Chapter 71- Financial Control, Section 71-11A.

Financial Impact

Financial Impact is included in Confidential Attachment 1.

Background Information

(November 5, 2024) Report from the Chief Technology Officer and the Chief Procurement Officer on Non-Competitive Contract with Esri Canada Limited for Proprietary Geographic Information System Software Licenses, Cloud Subscriptions and Related Maintenance
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250074.pdf
Confidential Attachment 1

GG18.26 - Non-Competitive Procurement with Computacenter TeraMach Technologies Inc., for Change Management Consulting Services for Housing Secretariat

Consideration Type:
ACTION
Wards:
All

Origin

(November 5, 2024) Report from the Executive Director, Housing Secretariat, and the Chief Procurement Officer

Recommendations

The Executive Director, Housing Secretariat, and the Chief Procurement Officer recommend that:  

 

1. City Council, in accordance with Municipal Code Chapter 195-Purchasing, where the current request exceeds the Chief Procurement Officer's authority of the cumulative five (5)-year commitment, under Article 7, Section 195-7.3 (D) of the Purchasing By-Law or exceeds the threshold of $500,000 net of Harmonized Sales Tax allowed under staff authority as per the Toronto Municipal Code, Chapter 71 Financial Control, Section 71-11A,  grant authority to the Executive Director of the Housing Secretariat to negotiate and enter into a non-competitive contract with Computacenter TeraMach Technologies Inc., for the amount of $442,478 net of all applicable taxes and charges ($450,266 net of Harmonized Sales Tax recoveries) to provide change management consulting services for a term that will commence from date of award until December 31, 2026.

Summary

The purpose of this report is to request authority to enter a new non-competitive contract with Computacenter TeraMach Technologies Inc., for the supply of change management consulting services for Housing Secretariat from the date of award to December 31, 2026, for a total amount of $442,478 net of all applicable taxes and charges ($450,266 net of Harmonized Sales Tax Recoveries).

 

The services sought under this non-competitive contract are for a new and distinct phase of the Modernization Project within Housing Secretariat, as well as operationalization of an existing phase. There will be continued focus on ensuring digital equity for housing applicants who lack access to technology or require non-digital options to maintain their housing applications and receive housing offers. The new Project phase is the result of City Council direction to implement a Centralized Affordable Rental Housing Access System. This new phase introduces significant program, policy, and operational changes that require continued change management expertise, familiarity with the project history, and the ability to meet tight project timelines.

Financial Impact

The total potential contract value identified in this report is $442,478, net of all taxes and applicable charges and $500,000 inclusive of all taxes and charges. The total potential cost to the City is $450,266, net of Harmonized Sales Tax Recoveries.

 

Funding is available in the 2024 - 2033 Capital Budget for the Housing Secretariat. Additional funding details follow in Table 1.

 

Table1:  Financial Impact Summary of Recommended Contract (Net of Harmonized Sales Tax Recoveries)

 

Cost Centre: WBS Element: CAF011-04-01

Total (Net of Harmonized Sales Tax Recoveries)

From the date of award to December 31, 2024

$18,010

January 1, 2025 to December 31, 2025

$216,128

January 1, 2026 to December 31, 2026

$216,128

Total Net of HST Recoveries

$450,266

 

The Chief Financial Officer and Treasurer has reviewed this report and agrees with the financial implications as identified in the Financial Impact Section.

Background Information

(November 5, 2024) Report from the Executive Director, Housing Secretariat, and the Chief Procurement Officer, on Non-Competitive Procurement with Computacenter TeraMach Technologies Inc., for Change Management Consulting Services for Housing Secretariat
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250091.pdf

GG18.27 - 26 Gerrard Street East - Designation of the Property Used by Toronto Shelter and Support Services as a Municipal Capital Facility

Consideration Type:
ACTION
Ward:
13 - Toronto Centre

Origin

(October 24, 2024) Report from the Executive Director, Finance Shared Services, and the Executive Director, Corporate Real Estate Management

Recommendations

The Executive Director, Finance Shared Services, and the Executive Director, Corporate Real Estate Management recommends that:

 

1. City Council pass a by-law pursuant to Section 252 of the City of Toronto Act, 2006 providing authority to:

 

a. enter into a Municipal Capital Facility Agreement with Aura Hotel Group Inc., which leases approximately 26,500 square feet at 26 Gerrard Street East (the "Leased Premises") to the City of Toronto used for the provision of social and health services; and

 

b. exempt the Leased Premises from taxation for municipal and school purposes, with the tax exemption being effective from the latest of (1) the commencement date of the Lease, (2) the date the Municipal Capital Facility is entered into, and (3) the date the Tax Exemption By-law is enacted.

 

2. City Council direct the City Clerk to give written notice of the By-law to the Minister of Finance, the Municipal Property Assessment Corporation, the Toronto District School Board, the Toronto Catholic District School Board, le Conseil scolaire Viamonde, and le Conseil scolaire catholique MonAvenir.

Summary

This report seeks Council's authority for the adoption of the necessary by-law to designate the property owned by Aura Hotel Group Inc. at 26 Gerrard Street East and leased to the City of Toronto as a Municipal Capital Facility, and to provide an exemption for the municipal property taxes and education taxes. The Municipal Capital Facility agreement authorized by the by-law will provide and exemption for approximately 26,500 square feet being leased to Toronto Shelter and Support Services.

 

Since the COVID-19 pandemic, the City of Toronto has continued to experience an unprecedented demand for shelter and 24-hour respite services. The Leased Premises at 26 Gerrard Street East, known as the Saint James Hotel, consists of 36 hotel units with 3 meeting rooms and is being used for the purposes of a temporary shelter to help meet shelter demand. The COVID-19 Shelter Transition and Relocation Plan was approved by City Council on April 6, 2022, and recommended a thoughtful, phased approach to support a gradual transition out of temporary COVID-19 shelter sites, including the continued use of most sites, where possible. In February 2024 City Council authorized staff to negotiate and approve lease extensions at shelter hotels including the Saint James Hotel until permanent solutions are available through the Homelessness Services Capital Infrastructure Strategy.

Financial Impact

The annual property taxes for approximately 26,500 square feet of space (currently taxable) being leased by Toronto Shelter and Support Services at 26 Gerrard Street East are estimated at approximately $119,554, comprised of a municipal portion of $72,348 and a provincial education portion of $47,206 based on 2024 Current Value Assessment and 2024 tax rates.

 

As shown in Table 1 below, providing a property tax exemption for the entire property at 26 Gerrard Street East will result in a net annual reduction in property tax revenue to the City of approximately $72,348, representing the municipal portion of taxes that is currently payable that will no longer be collected once the Leased Premises are designated as Municipal Capital Facility. The provincial education portion of the property taxes of $47,206 will no longer be required to be remitted to the Province once the exemption for the Leased Premises takes effect.

 

Table 1: Financial Implication of Property Tax Exemption - 26 Gerrard Street East

 

 Location

Municipal Taxes

Education Taxes

Total Property Taxes

26 Gerrard Street East-

1904-06-6-680-03100

$72,348

$47,206

$119,554

Total Amounts Payable if Exempt

$0

$0

$0

Reduction in Municipal Tax Revenues

$72,348

Reduction in Education Taxes Remitted

$47,206

 

As the City currently funds Toronto Shelter and Support Services cost of rent (which includes property taxes) on any leased space through an annual budget allocation, there is no net impact on the municipal portion of taxes from the Municipal Capital Facility exemption, as the decrease in municipal tax revenue is offset by a corresponding reduction in the annual budgetary requirement for Toronto Shelter and Support Services. Once the tax exemption becomes effective, any savings resulting from the designation as a Municipal Capital Facility for the location identified in Table 1 above will be considered in future budget years for Toronto Shelter and Support Services.

 

The Chief Financial Officer and Treasurer has been advised of the financial impacts associated with this report to be considered along with other priorities in the 2025 and future year budget processes.

Background Information

(October 24, 2024) Report from the Executive Director, Finance Shared Services and the Executive Director, Corporate Real Estate Management on 26 Gerrard Street East - Designation of the Property Used by Toronto Shelter and Support Services as a Municipal Capital Facility
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250028.pdf

GG18.28 - 50 Richmond Street East - Nominal Lease Agreement with Unity Health Toronto

Consideration Type:
ACTION
Ward:
13 - Toronto Centre

Confidential Attachment - The Confidential Attachment to this report is about a plan to be applied to any negotiations carried on or to be carried on by or on behalf of the City.

Origin

(November 5, 2024) Report from the Executive Director, Corporate Real Estate Management

Recommendations

The Executive Director, Corporate Real Estate Management recommends that:

 

1. City Council authorize the Executive Director, Corporate Real Estate Management, on behalf of the City as landlord, to enter into an up to ten-year nominal lease agreement (the "Lease") with Unity Health Toronto (the "Tenant") for the property municipally known as 50 Richmond Street East (the "Leased Premises"), as identified in Attachment 2, on terms and conditions acceptable to the Executive Director, Corporate Real Estate Management, or their designate, including base building and Accessibility for Ontarians with Disabilities Act work to be carried out by the Tenant at the Leased Premises in which the City will contribute up to $10.025 million (net of Harmonized Sales Tax), in consultation with the Medical Officer of Health, and in a form satisfactory to the City Solicitor.

 

2. City Council adopt the confidential instructions to staff contained in Confidential Attachment 1 to this report.

 

3. City Council authorize the public release of the confidential instructions to staff contained in Confidential Attachment at the discretion of the Executive Director, Corporate Real Estate Management.

Summary

The purpose of this report is to seek Council authority for the City, as landlord, to enter into a nominal lease agreement (the "Lease") with Unity Health Toronto (the "Tenant") for the property municipally known as 50 Richmond Street East (the "Leased Premises"). The Lease, along with a future service level agreement, will enable the Tenant, in partnership with Toronto Public Health ("TPH"), to operate clinic programming to enhance services to respond to urgent health needs in the downtown core. Toronto Public Health is relocating some of its clinical services as a result of the ModernTO Council-approved sale of 277 Victoria Street. Details associated with existing tenants at the Leased Premises are identified in Confidential Attachment 1.

Financial Impact

The Lease will be provided to the Tenant for nominal rent over an up to ten-year term. Funding required for any operating expenses that are the responsibility of the City pursuant to the Lease will be requested by Toronto Public Health through the 2026 budget process. The estimated total opportunity cost of the Lease over the ten-year maximum term is $4.36 million.

 

The City will fund the Tenant to perform base building and Accessibility for Ontarians with Disabilities Act compliance work on the Leased Premises. A preliminary cost estimate values this work at $10.025 million (net of Harmonized Sales Tax). Funding in the amount of $3.980 million is available in Corporate Real Estate Management’s Council Approved Capital Budget. The remaining funding of $6.045 million is included in Toronto Public Health's 2025 - 2034 Capital Budget and Plan and Submission with the cash flow of $5.660 million in 2026 and $0.385 million in 2027. The funding source is currently Debt. Toronto Public Health is exploring various capital grants to support part of the construction. If successful, Toronto Public Health will request funding reallocation through future budget process.

 

Financial details associated with existing tenants at the Leased Premises are identified in Confidential Attachment 1.

 

The Chief Financial Officer and Treasurer has reviewed this report and agrees with the financial implications as identified in the Financial Impact section.

Background Information

(November 5, 2024) Report and Attachments 1 and 2 from the Executive Director, Corporate Real Estate Management on 50 Richmond Street East - Nominal Lease Agreement with Unity Health Toronto
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250122.pdf
Confidential Attachment 1

GG18.29 - Amendments to Toronto Municipal Code Chapter 217, Records, Corporate (City)

Consideration Type:
ACTION
Wards:
All

Origin

(October 31, 2024) Report from the City Clerk

Recommendations

The City Clerk recommends that:  

 

1. City Council amend Schedule A, Records Retention Schedule, in the City of Toronto Municipal Code Chapter 217, Records, Corporate (City), as set out in Appendix 1 to this report.

Summary

Under Section 201 of the City of Toronto Act, 2006, a record of the City may be destroyed if a retention period has been established and the retention period has expired, or the record is a copy of the original record. Toronto Municipal Code Chapter 217, Records, Corporate (City) provides the legislative basis on which the retention periods for City records are authorized, and Schedule A of the by-law indicates the retention schedule for each records class.

 

The purpose of this report is to amend the City's records retention by-law by establishing three new records retention schedules that pertain to:

 

- declarations of office executed by members of council before they take office to which they were elected or appointed to,

 

- records relating to the application process for Councillors seeking membership to the City of Toronto Long-Term Care Committee of Management, and

 

- records relating to audio / video recordings (i.e., recorded livestreams and video conferences) produced from live meetings of City Council and Committee meetings­.

Financial Impact

There is no financial impact from the adoption of the recommendations in this report.

Background Information

(October 31, 2024) Report from the City Clerk on Amendments to Toronto Municipal Code Chapter 217, Records, Corporate (City)
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-249910.pdf
Attachment 1 - Proposed Amendments to Municipal Code Chapter 217, Records, Corporate (City), Schedule A - Records Retention Schedule
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-249911.pdf

GG18.30 - Amendment to By-law Governing the City-sponsored Pension Plan - Toronto Fire Department Superannuation and Benefit Fund

Consideration Type:
ACTION
Wards:
All

Origin

(October 28, 2024) Report from the Executive Director, Finance Shared Services

Recommendations

The Executive Director, Finance Shared Services recommends that:

 

1. City Council amend By-law Number 10649 governing the Toronto Fire Department Superannuation and Benefit Fund to increase the Plan Committee Chair Honorarium amount from $7,500 to $15,000 per annum.

Summary

This report seeks an amendment to the by-law governing the Toronto Fire Department Superannuation and Benefit Fund (the Plan) to increase the Plan Committee Chair Honorarium amount from $7,500 to $15,000 per annum.

Financial Impact

There is no financial impact to the City as a result of this report. Any Honorarium increase approved by Council will be paid out by the Plan and not by the City.

 

The Chief Financial Officer and Treasurer has reviewed this report and agrees with the financial implications as identified in the Financial Impact section.

Background Information

(October 28, 2024) Report from the Executive Director, Finance Shared Services on Amendment to By-law Governing the City-sponsored Pension Plan - Toronto Fire Department Superannuation and Benefit Fund
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250018.pdf

GG18.31 - 33 Queen Street East - Toronto Parking Authority Settlement Proposal with Dakin West Inc.

Consideration Type:
ACTION
Ward:
13 - Toronto Centre

Confidential Attachment - This report is about litigation or potential litigation that affects the City and the Toronto Parking Authority and contains advice or communications that are subject to solicitor-client privilege.

Origin

(November 5, 2024) Report from the City Solicitor, and the Executive Director, Corporate Real Estate Management

Recommendations

The City Solicitor, and the Executive Director, Corporate Real Estate Management recommend that:

 

1. City Council approve the conditional settlement set out in Confidential Attachment 1.

 

2. City Council adopt the confidential instructions to staff set out in Confidential Attachment 1.

 

3. City Council direct that the confidential information contained in Confidential Attachment 1 remain confidential in its entirety, as it is about litigation or potential litigation that affects the City and Toronto Parking Authority and contains advice or communications that are subject to solicitor-client privilege.

Summary

The purpose of this report is for Corporate Real Estate Management to seek Council authority to approve the proposed settlement terms and conditions set out in Confidential Attachment 1, between Toronto Parking Authority and Dakin West Inc., located at 33 Queen Street East.

 

Under the City-Wide Real Estate model, Toronto Parking Authority's lease administration and property management functions have transferred to Corporate Real Estate Management.

Financial Impact

The financial implications of the proposed settlement are discussed in Confidential Attachment 1.

Background Information

(November 5, 2024) Report from the City Solicitor, and the Executive Director, Corporate Real Estate Management on 33 Queen Street East - Toronto Parking Authority Settlement Proposal with Dakin West Inc.
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250060.pdf
Confidential Attachment 1 - Confidential Information

GG18.32 - 101 Cedarvale Avenue (Carpark 20) - Future De-designation as a Municipal Parking Facility - Toronto Transit Commission's Line 2 Capacity Enhancement Program

Consideration Type:
ACTION
Ward:
19 - Beaches - East York

Origin

(November 5, 2024) Report from the Executive Director, Corporate Real Estate Management

Recommendations

The Executive Director, Corporate Real Estate Management, recommends that:

 

1. City Council direct that the carpark named Cedarvale (Carpark 20) located at 101 Cedarvale Avenue, upon 90 days’ prior notice from the Toronto Transit Commission to the City / Toronto Parking Authority that the building permit has been approved for the construction of a building in connection with the Toronto Transit Commission Line 2 Capacity Enhancement Program, be de-designated as a Municipal Parking Facility, cease to be managed by the Toronto Parking Authority and be removed from Schedule XXXIV: Municipal Parking Facilities to City of Toronto Municipal Code Chapter 950, Traffic and Parking.

 

2. City Council authorize the City Solicitor to introduce the necessary bills to give effect to City Council's decision and City Council authorize the City Solicitor to make any necessary clarifications, refinements, minor modifications, technical amendments, or by-law amendments as may be identified by the City Solicitor or Executive Director, Corporate Real Estate Management, in order to give effect to recommendation 1 above.

 

3. City Council authorize and direct the appropriate City Officials to execute all documents and take the necessary actions to give effect to Council's decision.

 

4. City Council forward this report from the Executive Director, Corporate Real Estate Management to the Board of Directors of Toronto Parking Authority for their information.

Summary

This report serves as a housekeeping report concerning a necessary amendment to Toronto Municipal Code Chapter 950, Traffic and Parking, to de-designate 101 Cedarvale Avenue (currently operating as Carpark 20) as a Municipal Parking Facility once certain conditions are met. City Council authority is required to amend City of Toronto Municipal Code Chapter 950, Traffic and Parking, Schedule XXXIV: Municipal Parking Facilities to de-designate a location as a Municipal Parking Facility and to terminate a specific City property as a Municipal Parking Facility.

 

101 Cedarvale Avenue has been identified as being the ideal site for the construction of the new Danforth Traction Power Substation as part of the Toronto Transit Commission's Line 2 Capacity Enhancement Program. Securing City Council authority for the future jurisdictional transfer of 101 Cedarvale from the Toronto Parking Authority to the Toronto Transit Commission will allow Toronto Transit Commission the certainty to progress design and planning approvals for the Danforth Traction Power Substation. Toronto Parking Authority will continue to operate Carpark 20 until the first quarter of 2032, when Toronto Transit Commission is expected to begin construction.

Financial Impact

There are no incremental financial impacts to the City's 2024 Council Approved Operating Budget arising from the approval of the future de-designation of the municipal parking facility, 101 Cedarvale Avenue, contained in this report.

 

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

Background Information

(November 5, 2024) Report from the Executive Director, Corporate Real Estate Management on 101 Cedarvale Avenue (Carpark 20) - Future De-designation as a Municipal Parking Facility - Toronto Transit Commission's Line 2 Capacity Enhancement Program
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250041.pdf

GG18.33 - Occupational Health and Safety Report - End of Year 2023

Consideration Type:
ACTION
Wards:
All

Origin

(November 5, 2024) Report from the Chief People Officer

Recommendations

The Chief People Officer recommends that:  

 

1. City Council receive the End of Year 2023 Occupational Health and Safety Report for information.

Summary

This report provides information on the status of the City’s health and safety system, specifically performance for 2023 and actions and priorities to address identified hazards.

 

There was a 16.4 percent decrease in the number of lost time injuries (LTIs) in 2023 relative to 2022.

 

There was a 5.5 percent increase in the number of recurrences and a 28 percent increase in the number of medical aid injuries in 2023 relative to 2022.

 

The overall invoiced costs related to the City's current Workplace Safety and Insurance Board firm number increased from $49.5 million in 2022 to $57.3 million in 2023.  This increase in costs was primarily attributed to claims for mental / emotional illnesses or disorders, followed by those attributed to firefighter cancers, and musculoskeletal disorders resulting from exertion, repetition, awkward posture and vibration / jarring.

Financial Impact

There are no financial implications arising from approval of this report.

 

The Chief Financial Officer and Treasurer has reviewed this report and agrees with the information as presented in the Financial Impact Section.

Background Information

(November 5, 2024) Report from the Chief People Officer on Occupational Health and Safety Report - End of Year 2023
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250009.pdf
Appendix A - Workplace Safety and Insurance Board Incidents by Division (January to December 2023)
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250010.pdf
Appendix B - Lost Time Frequency Rates by Division (2019-2023)
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250011.pdf
Appendix C - WSIB Invoiced Costs for All Firm Numbers (2019-2023)
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250012.pdf
Appendix D(i) - Workplace Safety and Insurance Board Invoiced Costs Less Than $50,000 (2019-2023)
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250013.pdf
Appendix D(ii) - Workplace Safety and Insurance Board Invoiced Costs Greater Than $50,000 (2019-2023)
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250014.pdf
Appendix E - Critical Injuries Reported to the Ministry of Labour, Immigration, Training and Skills Development in 2023
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250015.pdf

Communications

(November 17, 2024) E-mail from Megan McCrossan (GG.Supp)

GG18.34 - 2022 - 2023 Annual Human Rights Office Report

Consideration Type:
ACTION
Wards:
All

Origin

(November 5, 2024) Report from the Chief People Officer

Recommendations

The Chief People Officer recommends that:

 

1. City Council receive this report for information.

Summary

In accordance with the City's Human Rights and Anti-Harassment / Discrimination Policy, this report provides an update on the data trends and information related to human rights inquiries and complaints involving the City in 2022 - 2023, through the City's internal Human Rights Office or external legal processes.

 

The report also identifies program initiatives and policy development undertaken by the Human Rights Office to prevent human rights breaches, thereby mitigating risks to the City while promoting equity and inclusion. In 2022 and 2023, the Human Rights Office received 1294 and 1190 inquiries respectively, constituting a 43 percent increase since 2019. While the Human Rights Office experienced a sharp rise in inquiries during the COVID-19 pandemic, demand for the Human Rights Office’s services by members of the Toronto Public Service and the public has steadily increased and has not reduced to pre-pandemic levels. The Human Rights Office staffing complement in 2022 - 2023 was 7 positions. The Human Rights Office faced significant challenges and increased demand leading to service reductions, including no new investigations during this period.  

 

Incidences of workplace harassment, incivility, and sexual harassment reported to the Human Rights Office have risen which may be partially connected to the resumption of in-person services and return to office environments, as well as greater awareness of the Human Rights Office. Additionally, the number of inquiries related to accommodation have not returned to pre-pandemic levels. Over the last five years, the Human Rights Office has also seen a significant increase in race and related inquiries, as well as inquiries related to gender identity and sex.

 

The increases described in this report highlights the continued manifestation of inequities that Black, Indigenous, People of Colour, trans and gender diverse communities face in employment and service. It also reflects a greater awareness of rights and responsibilities towards human rights, inclusion, equity and reconciliation leading individuals to contact the Human Rights Office.

Financial Impact

There are no financial implications resulting from the adoption of the recommendations in this report.

 

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

Background Information

(November 5, 2024) Report from the Chief People Officer on 2022 - 2023 Annual Human Rights Office Report
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250027.pdf

Communications

(November 19, 2024) Submission from Derek Moran (GG.Supp)

GG18.35 - Non-Union Separation Costs for 2023

Consideration Type:
ACTION
Wards:
All

Origin

(November 5, 2024) Report from the Chief People Officer

Recommendations

The Chief People Officer recommends that:

 

1. The General Government Committee receive this report for information.

Summary

This report provides information on non-union employee separation costs for 2023. Separation costs in this report include unilateral decisions made by the employer to exit employees from the workplace where exit payments are higher than legislative minimums. The separation payment provided in each circumstance, is informed by both provincial legislation and the application of a number of factors that are consistently considered by the courts such as length of service, the employee's age, the availability of comparable employment and whether the employee was enticed to leave previous employment, amongst other factors.

 

In 2014, the City's Auditor General reviewed the City of Toronto's non-union employee separation costs. The review affirmed that separation costs had been awarded in accordance with City of Toronto policies, procedures, applicable legislation and jurisprudence. The Auditor General recommended that separation costs continue to be monitored and that the costs be reported out regularly. 

 

The City of Toronto has statutory and legal obligations to provide separation pay when the employment relationship is terminated by the City of Toronto without just cause. Administering separation payments for non-union employees whose employment is terminated without cause falls under the authority of the City Manager. 

 

The total number of exits in each of the reported years represents a very small percentage of the total number of non-union employees employed by the City of Toronto.

Financial Impact

There are no financial impacts resulting from the adoption of this report.

 

The total cost of separation payments made in 2023 was $2,613,654. Separation payments are funded through the Operating Budgets of the impacted divisions.

 

The Chief Financial Officer and Treasurer has reviewed this report and agrees with the information as presented in the Financial Impact section.

Background Information

(November 5, 2024) Report from the Chief People Officer on Non-Union Separation Costs for 2023
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-249958.pdf

GG18.36 - 2023 Update on Fire and Life Safety Compliance at the City of Toronto

Consideration Type:
ACTION
Wards:
All

Origin

(November 5, 2024) Report from the Executive Director, Corporate Real Estate Management

Recommendations

The Executive Director, Corporate Real Estate Management, recommends that:

 

1. The General Government Committee receive the report for information.

Summary

This report provides the annual status update on fire and life safety compliance at the

City of Toronto (the "City"), as directed by City Council (AU13.11). The report presents

the 2023 compliance rates against the 2018 to 2022 baseline data. The completion and compliance rates have continued to improve since the implementation of the Safety and Compliance team (formerly the Fire and Life Safety Program Office) within Corporate Real Estate Management ("C.R.E.M.").

 

Throughout 2023, Corporate Real Estate Management finalized the centralization of all City Divisions into our program. Corporate Real Estate Management has made significant progress implementing the Master Fire Program, awarded new competitive procurements for inspections, tested and maintained services, and recruited new staff to enable the hybrid service model.

Financial Impact

There are no financial implications to the City as a result of this report.

 

The Chief Financial Officer and Treasurer has reviewed this report and agrees with the

financial implications as identified in the Financial Impact Section.

Background Information

(November 5, 2024) Report from the Executive Director, Corporate Real Estate Management on 2023 Update on Fire and Life Safety Compliance at the City of Toronto
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250072.pdf

GG18.37 - Status of iOS AirDrop Functionality on City Devices

Consideration Type:
ACTION
Wards:
All

Origin

(November 5, 2024) Report from the Chief Information Security Officer, and the Chief Technology Officer

Recommendations

The Chief Information Security Officer, and the Chief Technology Officer recommend that:  

 

1. General Government Committee receive this report for information.

Summary

This report provides an update to the General Government Committee on the City's decision to continue disabling the AirDrop functionality. This report was requested by the General Government Committee in September 2024.

Financial Impact

There is no financial impact resulting from the adoption of this report. The Chief Financial Officer and Treasurer has reviewed this report and agrees with the financial impact information.

Background Information

(November 5, 2024) Report from the Chief Information Security Officer, and the Chief Technology Officer on Status of iOS AirDrop Functionality on City Devices
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250067.pdf

GG18.38 - Expropriation of Business Improvement Area Land and Potential Compensation

Consideration Type:
ACTION
Ward:
14 - Toronto - Danforth

Origin

(November 8, 2024) Report from the Executive Director, Finance Shared Services

Recommendations

The Executive Director, Finance Shared Services recommends that:  

 

1. City Council receive this report for information.

Summary

At its October 9 and 10, 2024 Council meeting, during its consideration of Item GG16.3: Status of Outstanding Payments in Lieu of Tax Amounts for Federal, Provincial and Municipal Properties, a Motion to amend the item was carried requesting that the Chief Financial Officer and Treasurer report back to the November 20, 2024 General Government Committee meeting on:

 

- How the City of Toronto will determine and collect payments in lieu of taxes for those businesses which Metrolinx has expropriated and closed in Business Improvement Areas; and

 

- How the City of Toronto will compensate the Business Improvement Area levies for these properties. 

 

This report is being written by Revenue Services in consultation with Economic Development and Culture and Legal Services.

Financial Impact

There are no financial implications arising from the adoption of the recommendation contained in this report.

Background Information

(November 8, 2024) Report from the Executive Director, Finance Shared Services on Expropriation of Business Improvement Area Land and Potential Compensation
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250399.pdf

GG18.39 - Temporary Suspension of Duron Ontario Ltd.

Consideration Type:
ACTION
Wards:
All

Origin

(November 8, 2024) Report from the Executive Director, Corporate Real Estate Management, and the Chief Procurement Officer

Recommendations

The Executive Director, Corporate Real Estate Management, and the Chief Procurement Officer recommend that:

 

1. City Council suspend Duron Ontario Ltd.'s and any affiliated persons, as defined in Chapter 195, eligibility to bid on or be awarded any City of Toronto contracts as a supplier of goods and / or services or as a subcontractor to such a supplier, including any options, renewals or extensions of existing contracts, for a period of four (4) months commencing upon the date of approval of this report.   

Summary

This report recommends that City Council suspend Duron Ontario Ltd.'s ("Duron") eligibility to bid on, or be awarded, any City of Toronto contracts for a period of 4-months for contraventions of the City of Toronto’s Supplier Code of Conduct (Supplier Performance) in Chapter 195 of the Toronto Municipal Code. 

 

Duron is currently suspended from bidding pursuant to the authority of the Chief Procurement Officer. When it received notice that the Chief Procurement Officer was considering a recommendation that a longer suspension be imposed by City Council, Duron requested additional information. In response, the Chief Procurement Officer has determined that some additional information will be provided to Duron.

 

A 4-month suspension is recommended to:

 

a. permit the Chief Purchasing Official to provide this information to Duron, consider Duron's response, and decide upon an appropriate recommendation; and,

 

b. preclude Duron from bidding on City contracts in the interim.

Financial Impact

There are no financial implications from this recommendation in the report.

 

The Chief Financial Officer and Treasurer has reviewed this report and agrees with the information presented in the Financial Impact Section.

Background Information

(November 8, 2024) Report from the Executive Director, Corporate Real Estate Management, and the Chief Procurement Officer on Temporary Suspension of Duron Ontario Ltd.
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250403.pdf

Communications

(November 19, 2024) Submission from Sabrina Waraich, Associate Lawyer, Sutherland Law (GG.Supp)
https://www.toronto.ca/legdocs/mmis/2024/gg/comm/communicationfile-184896.pdf

GG18.40 - Contracts and Purchase Order Amendments Process

Consideration Type:
ACTION
Wards:
All

Origin

(November 20, 2024) Letter from Councillor Vincent Crisanti

Recommendations

Councillor Vincent Crisanti recommends that:

 

1. City Council request the Chief Financial Officer, in consultation with the Chief Procurement Officer, to review the historic use of contract and purchase order amendments and report to the General Government Committee in the third quarter of 2025 with findings, including recommendations to update the contract and purchase order amendment process and delegation of financial authority, as required, to better define the parameters and rationalize the process. 

Summary

The motion to review the historic use of contract and purchase order amendments is crucial to ensure that the city is managing its resources effectively, mitigating unnecessary risks, and maintaining financial accountability for all expenditures.

 

In this meeting alone, there are 15 amended items, totaling a cost over $55 million to the city, with more than $31 million attributed to “unforeseen” items.

 

These amended items are costing the City a substantial amount of money and are a reoccurring issue on the General Government Committee. The total of 60 amended items since January represent a significant and ongoing trend that warrants closer examination.

Background Information

(November 20, 2024) Letter from Councillor Vincent Crisanti on Motion on Amendments Process
https://www.toronto.ca/legdocs/mmis/2024/gg/bgrd/backgroundfile-250840.pdf

GG18.41 - Introduction of By-law

Consideration Type:
ACTION
Schedule Type:
Delegated
Wards:
All

Summary

The General Government Committee will introduce confirming bill.

Source: Toronto City Clerk at www.toronto.ca/council