General Government Committee

Meeting No.:
19
Contact:
Matthew Green, Committee Administrator
Meeting Date:
Tuesday, February 25, 2025

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 Michael Thompson

Councillor Jon Burnside

Councillor Stephen Holyday, Vice-Chair

 

 

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 - November 20, 2024

 

Speakers/Presentations - The speakers list will be posted online at 8:30 a.m. on February 25, 2025.

 

Communications/Reports

GG19.1 - Status of iOS AirDrop Functionality on City Devices

(Deferred from November 20, 2024 - 2024.GG18.37)
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/2025/gg/bgrd/backgroundfile-253096.pdf

GG19.2 - Cancellation, Reduction or Refund of Property of Taxes or Payment in Lieu of Taxes - February 25th, 2025

Consideration Type:
ACTION
Time:
9:45 AM
Schedule Type:
Delegated
Wards:
All

Public Notice Given

Origin

(January 24, 2025) 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 application made pursuant to Section 324 of the City of Toronto Act, 2006, resulting in no Payment in Lieu of Tax reduction 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 Tax Appeals

 

Table 1: Tax Appeals Summary

 

Appendix

 

No. of Applications

Recommended Tax Reduction Total

City Share

Education Share

BIA

A

 

107

$911,283

$527,653

$372,739

$10,891

B

 

8

$18,240

$14,006

$4,234

$0

Total

 

115

$929,523

$541,659

$376,973

$10,891

 

Table 2: Payment in Lieu of Taxes Appeals Summary

 

Appendix

 

No. of Applications

Recommended PILT Reduction Total

City Share

Education Share

BIA

C

 

1

$0

$0

$0

$0

Total

 

1

$0

$0

$0

$0

 

For tax cancellation, reduction or refund, funding for the City’s share of $541,659 is available in the 2025 Operating Budget for Non-Program. The education share of $376,973 will be recovered from the province / school boards, and the Business Improvement Area reduction of $10,891 will be funded from the respective Business Improvement Area provision.

 

For Payment in Lieu of Tax cancellation, reduction or refund, no reduction is recommended and hence, the approval of the Payment in Lieu of Tax application will have no financial implication.

 

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

Background Information

(January 24, 2025) Report from the Executive Director, Finance Shared Services on Cancellation, Reduction or Refund of Property of Taxes or Payment in Lieu of Taxes - February 25th, 2025
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-252897.pdf
Appendix A: Detail Hearing Report - Section 323 of City of Toronto Act, 2006, Hearing 2025H1
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-252898.pdf
Appendix B: Detail Hearing Report - Section 325 of City of Toronto Act, 2006, Hearing 2025H1
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-252899.pdf
Appendix C: Detail Hearing Report - Section 324 of City of Toronto Act, 2006, Hearing 2025H1
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-252900.pdf

Communications

(February 25, 2025) E-mail from S. Armandzadeh (GG.Supp)

GG19.3 - Amendment to Blanket Contract Number 47023957 with Peter Young Ltd, operating as IPS, for Grounds Maintenance Services at Various City Locations

Consideration Type:
ACTION
Wards:
All

Origin

(February 10, 2025) 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 Officerrecommend that:

 

1. The General Government Committee, by Section 71- 11.1C of the City of Toronto Municipal Code Chapter 71 (Financial Control By-law), authorize the amendment of contract number 47023957 with Peter Young Ltd, operating as IPS for grounds maintenance services, increasing the contract value by $1,856,585, net of all taxes and charges ($1,889,261 net of Harmonized Sales Tax recoveries), thereby revising the current contract value from $9,401,357 net of all taxes and charges ($9,566,820 net of Harmonized Sales Tax recoveries) to $11,257,942 net of all taxes and charges ($11,456,082 net of Harmonized Sales Tax recoveries).

Summary

The purpose of this report is to request authority from the General Government Committee to amend Blanket Contract number 47023957 issued to Peter Young Ltd, operating as IPS, for summer and winter grounds maintenance services, increasing the contract value by $1,856,585 net of all taxes and charges ($1,889,261 net of Harmonized Sales Tax recoveries), revising the current contract value from $9,401,357 net of all taxes and charges ($9,566,820 net of Harmonized Sales Tax recoveries) to $11,257,942 net of all taxes and charges ($11,456,082 net of Harmonized Sales Tax recoveries). This amendment is required to ensure the continuation of critical winter and summer grounds maintenance services at Toronto Police, Fire Services, Toronto Paramedic Services, and several other City of Toronto locations for the remainder of the current contract and remaining option year, if exercised.

 

Blanket Contract number 47023957 was awarded as part of Negotiated Request for Proposal Doc3024590614, which led to the creation of four separate contracts, including one with Peter Young Ltd, operating as IPS. Since the initial award of these contracts, Corporate Real Estate Management has rebalanced the supplier portfolios and included new properties as additional services, requiring changes to the existing contracts. This resulted in the need to amend contract number 47023957 with Peter Young Ltd., operating as IPS in March 2023 to ensure sufficient value is available for the base term of the contract. Since this amendment, two option terms (contract years 3 and 4) have been exercised to extend the current contract to October 2025, with one remaining option year left. At the conclusion of this contract, staff will issue a competitive solicitation in advance of the current contracts’ expiration to ensure a seamless transition to new agreements. The latest requested amendment is required to ensure there is sufficient value on the contract during the option terms to ensure service continuity of the revised portfolio for the duration of year 4 (to October 31, 2025), and the one remaining option year, if exercised.

 

General Government Committee approval is required by Municipal Code Chapter 195, Purchasing, where the current request exceeds the Chief Purchasing Officer's authority of the cumulative five-year commitment limit 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 71-11.1.

Financial Impact

The total value of the contract amendment identified in this report is $1,856,585 net of all taxes and charges ($1,889,261 net of Harmonized Sales Tax recoveries). This revises the Corporate Real Estate Management contract value from $9,401,357 net of all taxes and charges ($9,566,820 net of Harmonized Sales Tax recoveries) to $11,257,942 net of all taxes and charges ($11,456,082 net of Harmonized Sales Tax recoveries).

 

Funding for the requested amendment to the contract is included in Corporate Real Estate Management's 2025 Approved Operating Budget in cost centre grouping FA100-30.S under G/L Account 4413, reflected in Table 1 below.

Background Information

(February 10, 2025) Report from the Executive Director, Corporate Real Estate Management, and the Chief Procurement Officer on Amendment to Blanket Contract Number 47023957 with Peter Young Ltd, operating as IPS, for Grounds Maintenance Services at Various City Locations
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-253139.pdf

GG19.4 - Amendment to Blanket Contract Number 47024067 with 2281610 Ontario Inc., Downtown Ford for the Supply and Delivery of Twenty-Four (24) Latest Model Truck Chassis and Regular Cab 19,000 Pounds (8,618 Kilograms) Gross Vehicle Weight Rating, 4-Wheel Drive, Dual Rear Wheels and Custom Utility Body

Consideration Type:
ACTION
Wards:
All

Origin

(February 10, 2025) Report from the General Manager, Fleet Services, and the Chief Procurement Officer

Recommendations

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

 

1.  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 the General Manager, Fleet Services to amend Blanket Contract Number 47024067 by increasing the total Blanket Contract in the amount of $1,905,000 net of all applicable taxes and charges ($1,938,528 net of Harmonized Sales Tax recoveries), revising the current Blanket Contract value from $7,618,866 net of all applicable taxes and charges ($7,752,958 net of Harmonized Sales Tax recoveries) to $9,523,866 net of all applicable taxes and charges ($9,691,486 net of Harmonized Sales Tax recoveries).

Summary

The purpose of this report is to seek authority to amend and to increase the target value of Blanket Contract Number 47024067 issued to 2281610 Ontario Inc., Downtown Ford for the supply and delivery of Twenty-Four (24) latest model truck chassis and regular cab 19,000 Lbs (8,618 Kg) Gross Vehicle Weight Rating (GVWR), 4-wheel drive (4WD), Dual Rear Wheels and custom utility body.

 

This amendment addresses the 2024 - 2025 replacement plan, State of Good Repair backlog, electric vehicle transition, and rising raw material costs. Fleet Services reviewed the 2025 plan and found the current Blanket Contract would be underfunded. Additional funding will ensure continued support for Toronto Water's vehicle requisitions.

 

The total value of amendment being requested for Blanket Contract Number 47024067 is $1,905,000 net of all applicable taxes and charges ($1,938,528 net of Harmonized Sales Tax recoveries), increasing the total contract value from $7,618,866 net of all applicable taxes and charges to $9,523,866 net of all applicable taxes and charges ($9,691,486 net of Harmonized Sales Tax recoveries).

Financial Impact

The total contract amendment identified in this report is $1,905,000 net of all applicable taxes and charges. The total cost to the City $1,938,528 net of Harmonized Sales Tax recoveries.

 

Funding in the amount of $1,938,528 net of Harmonized Sales Tax recoveries is included in the 2025 - 2034 Capital Budget and Plan for Fleet Services Division. Spending is expected to take place in 2026. Funding details are summarized in Table 1 and 2 as below.

 

Table 1 - Financial Impact Summary of Recommended Blanket Contract Amendment (Net of Harmonized Sales Tax Recoveries)

 

Capital Account

CFL038

Number of Units

Amendment Value

August 31, 2024 to August 30, 2025

4

$1,550,822

August 31, 2025 to August 30, 2026

1

$387,706

Total from August 31, 2024 to August 30, 2026

5

$1,938,528

 

Table 2 - Financial Impact Summary of Recommended Blanket Contract Amendment by Year (Net of Harmonized Sales Tax recoveries)

 

Fleet Services Capital Budget:

CFL038

2025

2026

Total

Total

$1,550,822

$387,706

$1,938,528

 

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

Background Information

(February 10, 2025) Report from the General Manager, Fleet Services and the Chief Procurement Officer on Amendment to Blanket Contract Number 47024067 with 2281610 Ontario Inc., Downtown Ford for the Supply and Delivery of Twenty-Four (24) Latest Model Truck Chassis and Regular Cab 19,000 Pounds (8,618 Kilograms) Gross Vehicle Weight Rating, 4-Wheel Drive, Dual Rear Wheels and Custom Utility Body
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-253101.pdf

GG19.5 - Amendment to Purchase Order 6054751 with Atlas Constructors Inc., for Major Upgrades and Reconstruction of Scarborough Gardens Arena for the Parks and Recreation Division

Consideration Type:
ACTION
Ward:
20 - Scarborough Southwest

Origin

(February 10, 2025) Report from the General Manager, Parks and Recreation, and the Chief Procurement Officer

Recommendations

The General Manager, Parks 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 Bylaw), grant authority to amend Purchase Order 6054751 issued to Atlas Constructors Inc., for the reconstruction of Scarborough Gardens Arena by increasing the value by $2,824,898 net of all applicable taxes and charges ($2,874,616 net of Harmonized Sales Tax recoveries), revising the current Purchase Order value from $31,776,800 net of all applicable taxes and charges ($32,336,072 net of Harmonized Sales Tax recoveries) to $34,601,698 ($35,210,688 net of Harmonized Sales Tax recoveries).

Summary

The purpose of this report is to request authority to amend Purchase Order 6054751 issued to Atlas Constructors Inc., under the Request for Tender Doc3340851600 for major upgrades and reconstruction of the Scarborough Gardens Arena. The total value of the purchase order amendment being requested is $2,824,898 net of all applicable taxes and charges ($2,874,616 net of Harmonized Sales Tax recoveries) revising the current purchase order value from $31,776,800 net of all applicable taxes and charges ($32,336,072 net of Harmonized Sales Tax recoveries) to $34,601,698 ($35,210,688 net of Harmonized Sales Tax recoveries).

 

This purchase order amendment is necessary for additional scope including green roof, additional paving on-site, improved lighting in the parking area, additional site security requirements and to replenish the depleted contingency.

Financial Impact

The total value of the purchase order amendment identified in this report is $2,824,898 net of all applicable taxes and charges ($2,874,616 net of Harmonized Sales Tax recoveries). The amendment will increase the current purchase order value from $31,776,800 net of all applicable taxes and charges ($32,336,072 net of Harmonized Sales Tax recoveries) to $34,601,698 ($35,210,688 net of Harmonized Sales Tax recoveries).

 

Funding for this purchase order amendment is included in Parks and Recreation's 2025 Capital Budget and 2026 - 2034 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)

CPR121-49-01

CAMP (SGR) Arenas

    2025

$2,874,616

 

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

(February 10, 2025) Report and Attachment 1 from the General Manager, Parks and Recreation, and the Chief Procurement Officer on Amendment to Purchase Order 6054751 with Atlas Constructors Inc., for Major Upgrades and Reconstruction of Scarborough Gardens Arena for the Parks and Recreation Division
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-253165.pdf

GG19.6 - Amendment to Purchase Order Number 6043796 with WSP Canada Inc. and Purchase Order Number 6052068 with Maple Reinders Constructors Limited for Rehabilitation and Upgrades of Seven Group Six Sewage Pumping Stations at Various Locations

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

Origin

(February 7, 2025) 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 Bylaw), grant authority to amend Purchase Order Number 6043796 issued to WSP Canada Inc., for additional contract administration and fulltime site inspection services by increasing the overall value by $1,258,123 net of all applicable taxes and charges ($1,280,266 net of Harmonized Sales Tax recoveries), revising the current Purchase Order value from $1,664,968 net of all applicable taxes and charges ($1,694,271 net of Harmonized Sales Tax recoveries) to $2,923,091 net of all taxes and charges ($2,974,537 net of Harmonized Sales Tax recoveries).

 

2. 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 6052068 issued to Maple Reinders Constructors Limited for additional construction services by increasing the overall value by $1,100,000 net of all applicable taxes and charges ($1,119,360 net of Harmonized Sales Tax recoveries), revising the current Purchase Order value from $26,546,800 net of all applicable taxes and charges ($27,014,024 net of Harmonized Sales Tax recoveries) to $27,646,800 net of all taxes and charges ($28,133,384 net of Harmonized Sales Tax recoveries).

Summary

This report is seeking authority to amend Purchase Order Number 6043796 issued to WSP Canada Inc., and Purchase Order Number 6052068 issued to Maple Reinders Constructors Limited for work awarded through Request for Tender Doc2666227009 for the Rehabilitation and Upgrade of Seven (7) Group 6 Sewage Pumping Station across Toronto.

 

The amendment for WSP Canada Inc., provides continued construction administration and site inspection services associated with an extended project schedule due to delays caused by conflicts with other projects. The total value of the requested amendment for Purchase Order Number 6043796 is $1,258,123 net of all applicable taxes and charges ($1,280,266 net of Harmonized Sales Tax recoveries), revising the current Purchase Order value from $1,664,968 net of all applicable taxes and charges ($1,694,271 net of Harmonized Sales Tax recoveries) to $2,923,091 net of all applicable taxes and charges ($2,974,537 net of Harmonized Sales Tax recoveries).

 

The amendment for Maple Reinders is required to accommodate additional costs associated with by-pass pumping, dewatering, shoring and the price escalation of materials, equipment, and labour. The total value of the requested amendment for Purchase Order Number 6052068 is $1,100,000 net of all applicable taxes and charges ($1,119,360 net of Harmonized Sales Tax recoveries), revising the current Purchase Order value from $26,546,800 net of all applicable taxes and charges ($27,014,024 net of Harmonized Sales Tax recoveries) to $27,646,800 net of all taxes and charges ($28,133,384 net of Harmonized Sales Tax recoveries).

Financial Impact

The total value of the requested amendment for Purchase Order Number 6043796 is $1,258,123 net of all applicable taxes and charges ($1,280,266 net of Harmonized Sales Tax recoveries).

 

The amendment will revise the current Purchase Order value from $1,664,968 net of all applicable taxes and charges ($1,694,271 net of Harmonized Sales Tax recoveries) to $2,923,091 net of all applicable taxes and charges ($2,974,537 net of Harmonized Sales Tax recoveries).

 

The total value of the requested amendment for Purchase Order Number 6052068 is $1,100,000 net of all applicable taxes and charges ($1,119,360 net of Harmonized Sales Tax recoveries). The amendment will revise the current Purchase Order value from $26,546,800 net of all applicable taxes and charges ($27,014,024 net of Harmonized Sales Tax recoveries) to $27,646,800 net of all taxes and charges ($28,133,384 net of Harmonized Sales Tax recoveries).

 

Funding is available in the 2025 Capital Budget and 2026 - 2034 Capital Plan for Toronto Water. Funding details are summarized in Table 1 below.

 

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

 

WBS Element (Purchase Order)

Description

2025

2026

Total

CWW476-05

(6043796)

SPS Upgrades - Group 6

$1,280,266

$0

$1,280,266

CWW476-05

(6052068)

SPS Upgrades - Group 6

$800,000

$319,360

$1,119,360

Total

 

$2,080,266

$319,360

$2,399,626

 

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

Background Information

(February 7, 2025) Report from the General Manager, Toronto Water and the Chief Procurement Officer on Amendment to Purchase Order Number 6043796 with WSP Canada Inc. and Purchase Order Number 6052068 with Maple Reinders Constructors Limited for Rehabilitation and Upgrades of Seven Group Six Sewage Pumping Stations at Various Locations
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-253097.pdf

GG19.7 - Amendment to Purchase Order Number 6052995 with Aquicon Construction Company Limited for the Construction of the New Net Zero Rouge River Community Recreation Centre, Childcare Centre and Joyce Trimmer Park Improvements for the Parks and Recreation Division

Consideration Type:
ACTION
Ward:
25 - Scarborough - Rouge Park

Origin

(February 10, 2025) Report from the General Manager, Parks and Recreation, and the Chief Procurement Officer

Recommendations

The General Manager, Parks 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 Bylaw), grant authority to amend Purchase Order number 6052995 issued to Aquicon Construction Company Limited for construction of the New Net Zero Rouge River Community Recreation Centre, Child Care Centre and Joyce Trimmer Park Improvements project 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 $82,197,678 net of all applicable taxes and charges ($83,644,357 net of Harmonized Sales Tax recoveries) to $83,697,678 net of all applicable taxes and charges ($85,170,757 net of Harmonized Sales Tax recoveries).

Summary

The purpose of this report is to request authority to amend Purchase Order number 6052995 issued to Aquicon Construction Company Limited., under the Request for Tender Document Number 3032617265 (Contract Number 21-PFR-054) for the construction of the new Net Zero North East Scarborough Community Recreation Centre, Child Care Centre and Joyce Trimmer Park Improvements. Under authority delegated to the Parks and Recreation Division via the City of Toronto Property Naming Policy and following public consultation, this facility has been named Rouge River Community Centre as a reference to the local geography. The total value of the purchase order amendment being requested is $1,500,000 net of all applicable taxes and charges, revising the current Purchase Order value from $82,197,678 net of all applicable taxes and charges ($83,644,357 net of Harmonized Sales Tax recoveries) to $83,697,678 net of all applicable taxes and charges ($85,170,757 net of Harmonized Sales Tax recoveries).

 

This Purchase Order Amendment is necessary for additional scope, including modifications to the green roof to address its roof loading capacity, essential modifications to the pool area, various finish updates, and the installation of sensors to automate facility lighting.

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), revising the current Purchase Order value from $82,197,678 net of all applicable taxes and charges ($83,644,357 net of Harmonized Sales Tax recoveries) to $83,697,678 net of all applicable taxes and charges ($85,170,757 net of Harmonized Sales Tax recoveries).

 

Funding for this purchase order amendment is included in Parks and Recreation’s 2025 Capital Budget and 2026 - 2034 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)

CPR123-50-01

North East Scarborough New CC Construction

    2025

$1,526,400

 

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

(February 10, 2025) Report and Attachment 1 from the General Manager, Parks and Recreation, and the Chief Procurement Officer on Amendment to Purchase Order Number 6052995 with Aquicon Construction Company Limited for the Construction of the New Net Zero Rouge River Community Recreation Centre, Childcare Centre and Joyce Trimmer Park Improvements for the Parks and Recreation Division
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-253174.pdf

GG19.8 - Amendment to Purchase Order Number 6056433 with Stantec Consulting Ltd., for Professional Services for the Replacement of Glen Road Pedestrian Bridge and Tunnel

Consideration Type:
ACTION
Wards:
11 - University - Rosedale, 13 - Toronto Centre

Origin

(February 10, 2025) Report from the Chief Engineer and Executive Director, Engineering and Construction Services and the Chief Procurement Officer

Recommendations

The Chief Engineer and Executive Director, Engineering and Construction Services and the 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 amend Purchase Order Number 6056433 with Stantec Consulting Ltd., for the provision of professional services associated with contract administration and site inspection for the replacement of the Glen Road Pedestrian Bridge over Rosedale Valley Road and the Tunnel under Bloor Street East in the amount of $912,996 net of all taxes and charges ($929,065 net of Harmonized Sales Tax recoveries), revising the current purchase order value from $783,188 net of all taxes and charges ($796,972 net of Harmonized Sales Tax recoveries) to $1,696,184 net of all taxes and charges ($1,726,037 net of Harmonized Sales Tax recoveries).

Summary

The purpose of this report is to request authority to amend Purchase Order Number 6056433 with Stantec Consulting Ltd., for professional services associated with contract administration and site inspection services for the replacement of the Glen Road Pedestrian Bridge over Rosedale Valley Road and the tunnel under Bloor Street East.

 

The amendment is being requested due to delays in the construction contract which has resulted in the need for additional contract administration and site inspection services. The causes of the delays are under review. If the Contractor is found responsible for any delays, Engineering and Construction Services, in collaboration with Legal Services, will work to recover any costs attributable to the Contractor to the fullest extent possible.

 

The total value of the Purchase Order Amendment being requested is $912,996 net of all taxes and charges ($929,065 net of Harmonized Sales Tax recoveries), revising the current purchase order value from $783,188 net of all taxes and charges ($796,972 net of Harmonized Sales Tax recoveries) to $1,696,184 net of all taxes and charges ($1,726,037 net of Harmonized Sale Tax recoveries).

Financial Impact

The Total value of Purchase Order Amendment identified in this report will increase the total value of the professional services assignment by $912,996 net of all taxes and charges ($929,065 net of Harmonized Sales Tax recoveries). This revises the current purchase order value from $783,188 net of all taxes and charges ($796,972 net of Harmonized Sales Tax recoveries) to $1,696,184 net of all taxes and charges ($1,726,037 net of Harmonized Sales Tax recoveries).

 

Funding for the purchase order amendment is available in the 2024 Capital Budget and the 2025 - 2033 Capital Plan for Transportation Services (Glen Road Pedestrian Bridge) as summarized in Table 1 below (net of Harmonized Sales Tax recoveries):

 

Table 1 - Financial Impact Summary for Purchase Order Number 6056433

 

WBS Element

Description

2024

2025

Total (net of HST recoveries)

CTP818-74-06

 

Glen Road Pedestrian Bridge - Contract Administration

$94,637

$834,428

$929,065

 

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

(February 10, 2025) Report from the Chief Engineer and Executive Director, Engineering and Construction Services and the Chief Procurement Officer on Amendment to Purchase Order Number 6056433 with Stantec Consulting Ltd., for Professional Services for the Replacement of Glen Road Pedestrian Bridge and Tunnel
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-253141.pdf

GG19.9 - 300 Progress Avenue - Award of Ariba Document Number 4502108451 to Pomerleau Inc., for the Construction of a New Multi-Function Paramedic Station

Consideration Type:
ACTION
Ward:
21 - Scarborough Centre

Origin

(February 10, 2025) 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 195-8.4A of the Toronto Municipal Code Chapter 195 (Procurement By-Law), grant authority to the Executive Director, Corporate Real Estate Management and Chief Procurement Officer to enter into an agreement with Pomerleau Inc., being the highest overall scoring supplier meeting the requirements of Negotiated Request for Proposal Ariba Document Number 4502108451 to provide general contracting services for the construction of the New Multi-Function Paramedic Station located at 300 Progress Avenue for a total amount of $96,152,712 net of all taxes and charges ($97,845,000 net of Harmonized Sales Tax Recoveries), all in accordance with the terms and conditions as set out in the Negotiated Request for Proposal and any other terms and conditions satisfactory to the Executive Director, Corporate Real Estate Management and the Chief Procurement Officer.

Summary

The purpose of this report is to inform General Government Committee on the outcome of the Negotiated Request for Proposal Doc4502108451 for the construction of a new Multi-Function Paramedic Station at 300 Progress Avenue, and to request authority to enter into an agreement with Pomerleau Inc., in the amount of $96,152,712 net of all taxes and charges ($97,845,000 net of Harmonized Sales Tax recoveries). The contract is expected to start on the date of award and end on April 30, 2028.

 

The new Multi-Function Paramedic Station will serve as a 24/7 hub and district command post for Toronto Paramedic Services. The project is characterised by its environmental strategy and features a mass timber structure, geothermal heat pump system and a solar photovoltaic energy system. 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.

Financial Impact

The total potential contract award including contingency allowance identified in this report is $96,152,712 net of all applicable taxes and charges ($108,652,565 including Harmonized Sales Tax and all other charges). The total potential cost to the City is $97,845,000 net of Harmonized Sales Tax recoveries.

 

Funding in the amount of $97,845,000 is available in the 2025 - 2034 Capital Budget and Plan (Account CAM071) for Toronto Paramedic Services, with funding details as noted in Table 1 below.

 

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

 

WBS Element and Description

Timeline

Total

 

CAM071

 

Equipment – 3040/3410/3420

Services – 4035/4420/4424/4830

Contributions - 5020

Date of award to December 31, 2025

$13,829,709

January 1, 2026 to December 31, 2026

 

$33,253,443

January 1, 2027 to December 31, 2027

$42,170,393

 

January 1, 2028 to April 30, 2028

$8,591,455

Total

$97,845,000

 

A contingency allowance has been included in the proposed total contract award value for work and / or services to address any future unforeseen issues or site conditions which may arise during the construction stage of the project.

 

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

Background Information

(February 10, 2025) Report from the Executive Director, Corporate Real Estate Management, and the Chief Procurement Officer on 300 Progress Avenue - Award of Ariba Document Number 4502108451 to Pomerleau Inc., for the Construction of a New Multi-Function Paramedic Station
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-253128.pdf
Appendix A - Fairness Monitor Report for Negotiated Request for Proposal (nRFP) Doc450210845
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-253129.pdf

GG19.10 - Award of Doc4510705018 to Pomerleau Inc., for the Construction of the New Western North York Community Recreation and Childcare Centre for the Parks and Recreation Division

Consideration Type:
ACTION
Ward:
7 - Humber River - Black Creek

Origin

(February 10, 2025) Report from the General Manager, Parks and Recreation, and the Chief Procurement Officer

Recommendations

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

 

1. The General Government Committee, in accordance with Section 195-8.4 of the Toronto Municipal Code Chapter 195 (Procurement By-Law), grant authority to award and enter into an agreement with Pomerleau Inc., being the highest scoring proponent meeting all the requirements of Negotiated Request for Proposals Doc4510705018, for the construction of new Western North York Community Recreation and Child Care Centre, in the amount of $125,849,270 net of all applicable taxes and charges including contingencies ($128,064,217 net of Harmonized Sales Tax recoveries) and in accordance with the Negotiated Request for Proposals requirements.   

Summary

The purpose of this report is to advise on the results of Negotiated Request for Proposals Doc4510705018, Contract Number 23-PFR-045 for the supply of all materials, equipment, labour, supplies, administrative and project supervision required for the construction of new Western North York Community Recreation and Childcare Centre and to request authority for the General Manager, Parks and Recreation and Chief Procurement Officer to award the contract to Pomerleau Inc., in the amount of $125,849,270 net of all applicable taxes and charges including contingencies ($128,064,217 net of Harmonized Sales Tax recoveries).

 

The new Western North York Community Recreation and Childcare Centre construction is expected to commence in the second quarter of 2025 and is projected to be completed in the first quarter of 2028.

Financial Impact

The total potential contract award including contingency allowance identified in this report is $125,849,270 net of all applicable taxes and charges ($142,209,675 including Harmonized Sales Tax and charges). The total potential cost to the City is $128,064,217 net of Harmonized Sales Tax recoveries. 

 

Financial impacts have been summarised in Table 1 below. Funding is available in the 2025 - 2034 Capital Budget and Plan for Parks and Recreation. Funding is available in the overall Western North York Childcare Centre project for Children’s Services.

 

Table 1: Financial Impact Summary

 

WBS Element

Description

January 1, 2025 to December 31, 2025

January 1, 2026 to December 31, 2026

January 1, 2027 to December 31, 2027

January 1, 2028 to December 31, 2028

Total (Net of HST Recoveries)

CPR123-51-01

Western North York New CC Construction

$17,944,000

$27,813,200

$27,813,200

$44,891,179

$118,461,579

CCS046-01

Western North York Child Care

$2,056,000

$3,186,800

$3,186,800

$1,173,038

$9,602,638

Total (Net of HST Recoveries)

$20,000,000

$31,000,000

$31,000,000

$46,064,217

$128,064,217

 

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

 

The above Table 1 includes the base contract scope of work amounts of $106,822,014 and a contingency allowance of $16,415,122 and Itemized proposal prices $2,612,134 for structural canopy for the parking lot Photovoltaic system, swimming pool cover, acrylic court surfacing, roller window shades, and maintenance and service contracts with a total of $125,849,270 (net of all applicable taxes and charges) and $128,064,217 (net of Harmonized Sales Tax recoveries and charges).

 

The contingency allowance will be allocated and added into the contract as and when required to address any future unforeseen issues or changes which may arise during the construction stage of the project.

Background Information

(February 10, 2025) Report and Attachment 1 from the General Manager, Parks and Recreation, and the Chief Procurement Officer on Award of Doc4510705018 to Pomerleau Inc., for the Construction of the New Western North York Community Recreation and Childcare Centre for the Parks and Recreation Division
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-253175.pdf
Attachment 2 - Fairness Monitor Attestation Report
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-253176.pdf

GG19.11 - Amendment to Blanket Contract 47024775 with DragonAgile Consulting Inc., for Atlassian Product Software Licences

Consideration Type:
ACTION
Wards:
All

Origin

(February 11, 2025) Report from the Chief Technology Officer, and the Chief Procurement Officer

Recommendations

The Chief Technology Officer, 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 the Chief Technology Officer to amend Blanket Contract 47024775 with DragonAgile Consulting Inc., by increasing the contract value by $430,432USD ($611,214 CAD) net of all applicable charges and taxes or $438,008 USD ($621,972 CAD) net of Harmonized Sales Tax Recoveries, revising the current Blanket Contract Value from USD $759,762 to USD $1,197,770.

Summary

The purpose of this report is to request authority to amend Blanket Contract 47024775 issued to DragonAgile Consulting Inc. (DragonAgile) for the provision of Atlassian Product Software Licences requesting $430,432 USD ($611,214 CAD) net of all applicable charges and taxes or $438,008 USD ($621,972 CAD) net of Harmonized Sales Tax Recoveries. At the time of writing this report on February 6, 2025, $1 USD = $1.42 CAD.

 

Currently there is a competitive Request for Quotation that has been published. This Request for Quotation will fund renewals for existing licences as well as continued divisional growth. It will also replace the existing contract (which is set to expire on November 30, 2025) and strategically consolidate multi-divisional spending under a single contract to reduce multiple procurements, unify licence terms, and establish an Enterprise Agreement to achieve cost savings through economies of scale. Following the City’s standard procurement timelines, the City expects the new contract to be awarded by the beginning of March 2025.

 

The amendment is requested only as a contingency measure if the Request for Quotation process is unsuccessful, delayed or encounters unforeseen issues. The amendment will provide coverage for essential software licences and renewals from March - May 2025, ensuring uninterrupted service and maintaining operational continuity during this period.

Financial Impact

The total of potential cost of this contract amendment is $430,432 USD ($611,214 CAD) net of all applicable charges and taxes and $486,389 USD ($690,672 CAD) including all applicable taxes and charges. The total potential cost to the City is $438,008 USD ($621,972 CAD) net of Harmonized Sales Tax Recoveries. At the time of writing this report on February 6, 2025, $1 USD = $1.42 CAD.

Funding in the amount of $438,008 USD ($621,972 CAD) for 2025 is available within the 2025 Operating Budgets of participating Divisions.

 

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

 

Division

Cost Centre

Cost Element

 2025 Total USD

2025 Total CAD

Children’s Services

E0131A

3420

$126,229

$179,245

City Clerk’s Office

GV0009

3420

$55,968

$79,475

Corporate Real Estate Management

FA 2174

3420

$72,453

$102,883

Social Development Finance & Administration

G26200

3420

$29,205

$41,471

Toronto Water

TW6045

4474

$132,939

$188,774

Transportation Services

TS7010

3420

$7,072

$10,043

Toronto Shelter & Support Services

FH5003

3420

$7,632

$10,838

Economic Development & Culture

CSE014-05

3420

$42,434

$60,256

Parks & Recreation

P13333

3420

$13,626

$19,348

Sub-Total

$487,558

$692,333

Balance Remaining on #47024775 Net of Harmonized Sales Tax Recoveries

($49,550)

($70,361)

Total Net of Harmonized Sales Tax Recoveries (rounded to the nearest dollar)

$438,008 USD

$621,972 CAD

 

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

Background Information

(February 11, 2025) Report from the Chief Technology Officer, and the Chief Procurement Officer on Amendment to Blanket Contract 47024775 with DragonAgile Consulting Inc., for Atlassian Product Software Licences
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-253166.pdf

GG19.12 - Award of Doc4871235686 to Clearway Construction Inc., for the Basement Flooding Protection Program, Phase 4

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

Origin

(February 10, 2025) Report from the Chief Engineer and Executive Director, Engineering and Construction Services, and the Chief Procurement Officer, Purchasing and Materials Management

Recommendations

The Chief Engineer and Executive Director, Engineering and Construction Services, and the Chief Procurement Officer recommend that:

 

1.  The General Government Committee, in accordance with Section 195-8.4 of the Toronto Municipal Code Chapter 195 (Procurement By-Law), grant authority to award and enter into an agreement with Clearway Construction Inc., having submitted the lowest compliant bid and meeting requirements of Request for Tender Doc4871235686, to provide Construction Services for Assignments 1-01C, under the Basement Flooding Protection Program Phase 4, in the amount of $33,698,607 net of all applicable taxes and charges ($34,291,702 net of Harmonized Sales Tax recoveries).

Summary

The purpose of this report is to advise of the results of the Request for Tender Doc4871235686, Contract 23ECS-LU-03FP, for Construction Services for Basement Flooding Protection Program, Phase 4 Assignment 1-01C and to request the authority to enter into an agreement with Clearway Construction Inc., in the amount of $33,698,607 net of all applicable taxes and charges ($34,291,702 net of Harmonized Sales Tax recoveries), For a period of 22 months from the date that the written Order to Commence Work is issued by the City, all in accordance with the terms, conditions and specifications contained in the Request for Tender documents.

Financial Impact

The total value of the contract award is $33,698,607, net of all applicable taxes and charges. The total cost to the City is $34,291,702, net of Harmonized Sales Tax recoveries.

 

Funding is available through the 2025 Capital Budgets and 2026 - 2034 Capital Plans for Toronto Water and Transportation Services. Additional funding details follow in Table 1.

 

Table 1 - Approved Cash Flow for Contract Number 23ECS-LU-03FP

 

WBS Element/ Description

2025

2026

2027

Total
(Net of HST Recoveries)

CWW421-17-35
Basement Flooding Relief - Group 4 (Construction)

$11,000,000

$12,000,000

$5,588,925

$28,588,925

CPW542-27-50 2022-2024
Watermain Replacement

$90,000

$1,500,000

$496,416

$2,086,416

CPW544-23-56 2022

Water Service Replacement - SOGR

$670,000

$1,200,000

$593,271

$2,463,271

CTP315-07-651
Local Road Rehabilitation

$35,000

$760,491

$0

$795,491

CTP717-58-259

RSP LGSI and SCPEA

$10,000

$217,128

$0

$227,128

CTP315-09-796
General Pooled Contingency

$0

$0

$130,471

$130,471

Total (Net of HST Recoveries)

$11,805,000

$15,677,619

$6,809,083

$34,291,702

 

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

Background Information

(February 10, 2025) Report from the Chief Engineer and Executive Director, Engineering and Construction Services, and the Chief Procurement Officer, Purchasing and Materials Management on Award of Doc4871235686 to Clearway Construction Inc., for the Basement Flooding Protection Program, Phase 4
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-253140.pdf

GG19.13 - Non-Competitive Contract with Teleflex Medical Canada Inc., for the Supply and Delivery of Medical Supplies and Equipment for Toronto Paramedic Services

Consideration Type:
ACTION
Wards:
All

Origin

(February 10, 2025) Report from the Chief, Toronto Paramedic Services and Chief Procurement Officer

Recommendations

The Chief, Toronto Paramedic Services 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 Chief, Toronto Paramedics to enter into a non-competitive contract with Teleflex Medical Canada Inc., to provide for ongoing EZ-IO intraosseous devices and needles to support Toronto Paramedic Services' ongoing operation of Emergency Task Force, the Chemical, Biological, Radiological, Nuclear, and Explosive, and the Heavy Urban Search and Rescue units, in the total amount of $340,713 net of all taxes and charges ($346,710 net of Harmonized Sales Tax recoveries), for a one (1) year initial period from June 1, 2025, to May 31, 2026 with four (4) potential one (1) year optional periods, on terms and conditions satisfactory to the Chief, Toronto Paramedic Services and in a form satisfactory to the City Solicitor.

Summary

The purpose of this report is to request authority to enter a non-competitive contract with Teleflex Medical Canada Inc., who is the existing vendor providing Toronto Paramedic Services special teams medical supplies and equipment. The total amount requested is $340,713 ($346,710 net of Harmonized Sales Tax recoveries) and will commence on June 1, 2025, to May 31, 2026, with four (4) potential one (1) year optional periods.

 

Toronto Paramedic Services special teams include Tactical Paramedics supporting the Emergency Task Force, CBRNE (chemical, biological, radiological, nuclear, and explosive) and HUSAR (heavy urban search and rescue) units. Specialized Tactical Paramedics use Teleflex products, including EZ-IO intraosseous devices and needles, during events that support the Emergency Task Force, the Chemical, Biological, Radiological, Nuclear, and Explosive, and the Heavy Urban Search and Rescue units. The Arrow® EZ-IO® System, which uses a proprietary patented needle and power driver technology, cannot be obtained through the competitive procurement process. Teleflex is the sole manufacturer of these components. The current contract 47024618 with Teleflex Medical Canada Inc., expires on May 31, 2025.

Financial Impact

The total contract value including all years identified in this report is $340,713 net of all taxes and charges. The total cost to the City is $346,710 net of Harmonized Sales Tax recoveries.

 

Funding is included in the 2025 Operating Budget for Toronto Paramedic Services, and additional funding for the remainder of the contract will be included in the 2026 - 2030 Operating Budget Submissions for Toronto Paramedic Services. Funding  details are as follows in Table 1, below.  

 

Table 1 - Financial Impact Summary

 

Cost Element/

Cost Centre

June 1, 2025 to December 31, 2025

Initial Term

 

January 1, 2026 to May 31, 2026

Initial Term

June 1, 2026 to May 31, 2027

Option Year 1

June 1, 2027 to May 31, 2028

Option Year 2

June 1, 2028 to May 31, 2029

Option Year 3

June 1, 2029 to May 31, 2030

Option Year 4

Total (Net HST Recoveries)

 

2820 / B46754

 

$36,008

 

$25,720

 

$65,315

 

$69,115

 

$73,142

 

$77,408

 

$346,710

 

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

Background Information

(February 18, 2025) Revised Report from the Chief, Toronto Paramedic Services, and the Chief Procurement Officer on Non-Competitive Contract with Teleflex Medical Canada Inc., for the supply and delivery of medical supplies and equipment for Toronto Paramedic Services
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-253290.pdf
(February 10, 2025) Report from the Chief, Toronto Paramedic Services and Chief Procurement Officer on Non-Competitive Contract with Teleflex Medical Canada Inc., for the Supply and Delivery of Medical Supplies and Equipment for Toronto Paramedic Services
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-253144.pdf

GG19.14 - Award of Doc4747531748 to Walker Environmental Group Inc., for Processing Services for Yard Waste Material and Digester Solids Material for Solid Waste Management Services

Consideration Type:
ACTION
Wards:
All

Origin

(February 10, 2025) Report from the General Manager, Solid Waste Management Services, and the Chief Procurement Officer

Recommendations

The General Manager of Solid Waste Management Services, and the Chief Procurement Officer recommend that:  

 

1. City Council in accordance with Section 195-8.4 of Toronto Municipal Code Chapter 195 (Purchasing By-law) authorize the General Manager, Solid Waste Management Services, to award and enter into an agreement with Walker Environmental Group Inc., being the lowest cost Supplier meeting specifications for Request for Quotation  Doc4747531748 for processing services for up to 40,000 tonnes annually of Yard Waste Material without Haulage Services and 25,000 tonnes annually of Digester Solids Material, in the amount $24,311,595 net of all applicable taxes and charges $24,739,479 net of Harmonized Sales Tax recoveries for a period of three (3) years commencing on July 1, 2025 to June 30, 2028 with an option to extend the agreement for an additional two (2) separate one (1) year periods, all in accordance with the terms and conditions as set out in the Request for Quotation and any other terms and conditions satisfactory to the General Manager, Solid Waste Management and in a form satisfactory to the City Solicitor.

Summary

The purpose of this report is to advise on the results of the Request for Quotation Doc4747531748 for the provision of processing services for up to 40,000 tonnes annually of Yard Waste Material with or without Haulage Services and / or 25,000 tonnes annually of Digester Solids Material. Solid Waste Management Services is requesting authority to award and enter into a legal agreement with Walker Environmental Group Inc., the lowest Supplier meeting specifications for both Yard Waste Material and Digester Solids Material with haulage service to be provided by the City, in the amount of $24,311,595 net of all applicable taxes and charges $24,739,479 net of Harmonized Sale Tax recoveries. The processing services contract award is for a three (3) year period with the option to extend the agreement on the same terms and conditions for an additional term of up to two (2) separate one (1) year periods.

Financial Impact

The total estimated contract award value including optional years is $24,311,595, net of all taxes, including an estimated three (3) percent Consumer Price Index increase for years two (2) through five (5), also included in this value is a contingency amount of 20 percent per year. The total potential cost to the City is $24,739,479 including adjustments for Consumer Price Index and yearly contingency percentage, net of Harmonized Sale Tax recoveries. The estimated funding for the period of July 1, 2025 to December 31, 2025 is approximately $2,329,897 net of Harmonized Sale Tax recoveries and is available in the 2025 Staff-Prepared Operating Budget for Solid Waste Management Services. The funding required for 2026 - 2028 will be included in the 2026 - 2028 Operating Budget Submissions for Solid Waste Management Services in cost centre SW0477, SW0476, cost element 4440. Should the City exercise the optional periods, then additional funds will be included in the 2029 - 2030 Operating Submissions for Solid Waste Management Services. Funding details are provided in Table 1 for the Yard Waste and the Digester Solids  portions of the contract.

 

Table 1: Recommended Processing Services contract for Yard Waste and Digester Solids material net of Harmonized Sale Tax recoveries

 

Term

40,000 Tonnes Annually of Yard Waste Material Total (Net of Harmonized Sale Tax Recoveries) (SW0477)

25,000 Tonnes Annually of Digester Solids Material Total (Net of Harmonized Sale Tax Recoveries) (SW0476)

Initial Term Year 1 - July 1, 2025, to December 31, 2025

 

$925,609

$1,404,288

Initial Term Year 1 - Jan. 1, 2026, to December 31, 2026

 

$1,878,986

$2,850,705

Initial Term Year 2 - Jan 1, 2027, to December 31, 2027

$1,935,356

$2,936,226

Initial Term Year 3 - Jan 1, 2028, to June 30, 2028

$981,979

$1,489,809

Option Year 1 - July 1, 2028, to June 30, 2029

$2,022,876

$3,069,007

Option Year 2 - July 1, 2029, to June 30, 2030

$2,083,562

$3,161,077

Total Value (Net of Harmonized Sale Tax Recoveries)

$9,828,367

$14,911,111

Total Contract Value for both Yard Waste Material & Digester Solids Material (Net of Harmonized Sale Tax Recoveries)

                         $24,739,479

 

The above reflects a three (3) percent per year increase in the Consumer Price Index adjustment applied annually to subsequent year cost after the initial one (1) year period.

 

Solid Waste Management Services has included a contingency of 20 percent per year, excluding all taxes, for emergencies or other unplanned / unforeseen work that may be required in each of the years in the contract term.

 

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

Background Information

(February 10, 2025) Report from the General Manager, Solid Waste Management Services, and the Chief Procurement Officer on Award of Doc4747531748 to Walker Environmental Group Inc., for Processing Services for Yard Waste Material and Digester Solids Material for Solid Waste Management Services
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-252956.pdf

GG19.15 - Award of Provincial Vendor of Record and Non-competitive Procurement for the Supply of Paging and Mobile Devices, Accessories and Services

Consideration Type:
ACTION
Wards:
All

Recommendations

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

 

1. City Council grant the authority to the Chief Technology Officer in accordance with Sections 195-6.6 and 195-8.5 of the Toronto Municipal Chapter 195 (Procurement) grant authority for the Chief Technology Officer to enter into, and execute agreements that are subject to terms and conditions acceptable to the Chief Technology Officer for the provision of Mobile Devices and Services with:


a. Rogers Communications Canada for the value of $57,484,224 net of all taxes and applicable charges, $64,957,173 inclusive of all applicable taxes and charges, and $58,495,946 net of Harmonized Sale Tax Recoveries, for an initial term of 5 years and 4 months from date of award to July 31, 2030 and two (2) additional 2-year terms to July 31, 2034. 


b. Bell Mobility Inc., for the value of $4,801,719 net of all taxes and applicable charges, $5,425,942 inclusive of all applicable taxes and charges, and $4,886,229 net of Harmonized Sale Tax Recoveries, for an initial term of 5 years and 4 months from date of award to July 31, 2030 and two (2) additional 2-year terms to July 31, 2034.


c. Baka Communications[1] for the value of $1,800,361 net of all taxes and applicable charges $2,034,408 inclusive of all applicable taxes and charges, and  $1,832,048 net of Harmonized Sale Tax Recoveries, for an initial term of 5 years and 4 months from date of award to July 31, 2030 and two (2) additional 2-year terms to July 31, 2034.

 

d. Telus Communications Company for the value of $5,390,410 net of all taxes and applicable charges, $6,091,163 inclusive of all applicable taxes and charges, and $5,485,281 net of Harmonized Sale Tax Recoveries,  for an initial term of 5 years and 4 months from date of award to July 31, 2030 and two (2) additional 2-year terms to July 31, 2034 and;

 

2. City Council grant the authority to the Chief Technology Officer to negotiate and execute a non-competitive contract in accordance with Sections 195-7.3 (D) of the Toronto Municipal Chapter 195 (Procurement) with:

 

a. Paging Network of Canada Inc., for the value of $1,500,000 net of all taxes and applicable charges, $1,695,000 inclusive of all applicable taxes and charges, and $1,526,400 net of Harmonized Sale Tax Recoveries, for an initial term of 2 years from date of award to March 31, 2027.


[1] Baka Communications is the exclusive hardware dealer for Bell Mobility under the Provincial Vendor of Record.

Summary

The purpose of this report is to seek authority for the Chief Technology Office to utilize the Province of Ontario's Vendor of Record Arrangement Tender Number 18677 for Mobile Devices and Services (The Ontario Master Agreement). The total potential value of the Vendor of Record adoption is $69,476,714 net of all applicable taxes and charges ($70,669,504 net of Harmonized Sales Tax recoveries) for a term up to nine years and three months.

 

The City of Toronto’s Technology Services Division supports mobile connectivity for over 22,600 City staff by providing wireless services (including cell phones, modems, pagers), and related accessories and services. Following advice from the Auditor General, the City has utilized the wireless Vendor of Record to save over $10 million from favorable rates and contract terms since 2020.

To ensure business continuity and prevent service disruptions during the expiration of the previous Vendor of Record and the establishment of the new agreement, City Council approved bridge contracts in May 2024. With the new Provincial Vendor of Record in place, the City is prepared to adopt the new agreement and expects an additional $16.5 million in direct savings and cost avoidance over the new contract period from 2025 - 2034.

This report is also requesting City Council Authority to enter into a Non-competitive Procurement with Paging Network of Canada Inc., for pagers and paging services due to the absence of competition. The total value for this contract award is $1,500,000 net of all taxes and applicable charges ($1,526,400 net of Harmonized Sale Tax Recoveries) for a two-year term.

 

To ensure uninterrupted service, and given that pagers and paging services are no longer included in the Provincial Vendor of Record, while Paging Network of Canada Inc., remains the sole licensed provider of paging services authorized by Industry Canada, it is necessary to procced with the Non-competitive exception code number 2; Exclusive Rights.

 

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.

Financial Impact

The total potential contract awards identified in this report for Vendor of Record, including all option years, is $78,508,687 inclusive of all applicable taxes and charges and 69,476,714 net of all applicable taxes and charges. The total potential cost to the City is $70,699,504 net of  Harmonized Sale Tax recoveries.

 

The total potential contract award identified in this report for the non-competitive procurement with Paging Network of Canada Inc., is $1,695,000 inclusive of all applicable taxes and charges and $1,500,000 net of all taxes and applicable charges. The total potential cost to the City is $1,526,400 net of Harmonized Sale Tax recoveries.

 

Funding in the amount of $8,026,450 for 2025 is available within the 2025 Operating Budgets of participating Divisions. Funding for the remaining contract periods from January 1, 2026 to July 31, 2030 will be included in the 2026 - 2030 Operating Budget submissions for the participating divisions. Should the City choose to exercise its option to renew for an additional two (2) separate two (2)-year periods, then appropriate funding, if needed, will be included in the 2030-2034 annual Operating Budget Submissions for participating Divisions.

Financial impacts are summarized in Table 1 and 2 below:

 

Table 1 – Financial Impact Summary of Recommended Contract by Term (Net of Harmonized Sale Tax Recoveries)

 

 

Initial Term Date of Adoption to July 31, 2030

First Option to Extend: August 1, 2030-July 31, 2032

Second Option to Extend: August 1, 2032, July 31, 2034

Total (2025-2034)

Rogers

4811/
various cost centres

$31,786,217

$14,327,785

$12,381,943

$58,495,946

Telus

4811/
various cost centres

$3,342,268

$963,817

$1,179,197

$5,485,281

Bell Mobility

4811/
various cost centres

$2,910,407

$970,815

$1,005,007

$4,886,229

Baka Communications

4804/
various cost centres

$1,144,951

$201,273

$485,824

$1,832,048

Paging Network of Canada Inc.

4555/
various cost centres

$1,526,400

$0

$0

$1,526,400


Total

$40,710,243

$16,463,690

$15,051,971

$72,225,904

 

Table 2 – Financial Impact by Year of Recommended Contract (Net of Harmonized Sale Tax Recoveries)

 

 

Rogers

Telus

Bell Mobility

Baka Communications

Paging Network of Canada Inc.

Total

4811/ Various cost centres

4811/ Various cost centres

4811/ Various cost centres

4804/ Various cost centres

4555/ Various cost centres

Initial Term Date of Adoption to July 31, 2030

2025

$5,333,277

$999,995

$593,941

$488,677

$610,560

$8,026,450

2026

$4,824,758

$404,350

$505,411

$36,578

$763,200

$6,534,297

2027

$6,493,962

$393,202

$505,411

$49,809

$152,640

$7,595,023

2028

$6,040,377

$401,789

$505,411

$50,182

$0

$6,997,759

2029

$5,041,014

$518,491

$505,411

$95,634

$0

$6,160,550

2030

$4,052,829

$624,441

$294,823

$424,072

$0

$5,396,165

First Option to Extend: August 1, 2030-July 31, 2032

2030

$3,809,835

$173,644

$202,253

$30,547

$0

$4,216,279

2031

$6,451,696

$410,088

$485,408

$56,155

$0

$7,403,348

2032

$4,066,253

$380,084

$283,154

$114,571

$0

$4,844,063

Second Option to Extend: August 1, 2032, July 31, 2034

2032

$3,035,878

$179,740

$209,376

$30,854

$0

$3,455,849

2033

$5,265,155

$762,072

$502,503

$417,991

$0

$6,947,721

2034

$4,080,910

$237,386

$293,127

$36,978

$0

$4,648,401

Total

$58,495,946

$5,485,281

$4,886,229

$1,832,048

$1,526,400

$72,225,904

 

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

Background Information

(February 11, 2025) Report from the Chief Technology Officer and the Chief Procurement Officer on Award of Provincial Vendor of Record and Non-competitive Procurement for the Supply of Paging and Mobile Devices, Accessories and Services
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-253149.pdf

GG19.16 - Non-Competitive Contract with Comprint Systems Incorporated for Election Services Applications and Maintenance

Consideration Type:
ACTION
Wards:
All

Origin

(February 11, 2025) Report from the City Clerk, and the Chief Procurement Officer

Recommendations

The City Clerk, and the Chief Procurement Officer recommend that:

 

1. City Council authorize the City Clerk to negotiate and execute a non-competitive contract with Comprint Systems Incorporated in the amount of $9,485,507 net of all taxes and charges ($9,652,452 net of Harmonized Sales Tax recoveries) to provide election services technology, and related application maintenance, for a six (6) year period beginning no earlier than May 1, 2025, with an option to renew the contract for four (4) additional one (1) year periods at the discretion of the City on terms and conditions satisfactory to the City Clerk and in a form satisfactory to the City Solicitor.

Summary

The purpose of this report is to request City Council authority to enter into a non-competitive contract with Comprint Systems Incorporated for the provision of technology applications used by the City Clerk to:

 

a. update and view the voters' list;

 

b. manage contracts for 1000+ voting place locations;

 

c. maintain the "My Vote" information portal for electors;

 

d. administer mail-in voting; and

 

e. track and resolve operational issues during advance vote and on election day, among other key functions.

 

The contract will be for a six (6) year period commencing no earlier than May 1, 2025, with options for it to be renewed for four (4) additional one (1) year periods, at the discretion of the City.

 

Access to these applications will support the City Clerk's administration of fair, open, secure and accessible general municipal and school board elections in 2026 and 2030, and any other potential by-election events during this period.

 

Pursuant to City of Toronto Municipal Code Chapter 195, Procurement, Section 195-7.3 (D), Standing Committee and Council approval is required for all procurement valued up to or over $500,000, or where the term of the contract exceeds five (5) years or exceeds the projected capital funding for the project as approved by Council. Approval is also required under City of Toronto Municipal Code Chapter 71, Financial Control, Section 71-11A., as the procurement value exceeds the threshold of $500,000 net of Harmonized Sales Tax allowed under staff authority.

Financial Impact

The total potential contract award for the purchase of election services technology and application maintenance, including related goods and services, is $9,485,507 net of all taxes and charges ($9,652,452 net of Harmonized Sales Tax recoveries).

 

Funding for the 2025 requirements for the initial contract period is available in the 2025 Operating Budget for the City Clerk's Office. Funding for future year requirements during the initial six-year contract period, or for any additional one-year contract extensions exercised between 2031 and 2035, will be included in future year Operating Budget requests.

 

Projected annual funding requirements are outlined in Table 1 below, and additional funding requirement details are provided in Attachment 1.

 

Table 1: Funding Summary (net of Harmonized Sales Tax recoveries)

 

Contract Period

Cost Centres & Cost Elements

Total for General Elections

Total for Potential By-Elections

Total

Initial Term

May 1, 2025 - December 31, 2025

GV0016 and GV0017,

CE4474
CE4828

$469,928

$660,931

$1,130,859

January 1, 2026 - December 31, 2026

$1,150,578

$ -  

$1,150,578

January 1, 2027 - December 31, 2027

$190,291

$164,393

$354,684

January 1, 2028 - December 31, 2028

$190,291

$753,561

$943,853

January 1, 2029 - December 31, 2029

$190,291

$165,513

$355,804

January 1, 2030 - December 31, 2030

$1,390,816

$ -  

$1,390,816

January 1, 2031 - April 30, 2031

$79,291

$212,617

$291,909

Total Initial Term

 

$3,661,486

$1,957,016

$5,618,502

Optional Terms

May 1, 2031 -December 31, 2031

GV0016 and GV0017
 
CE4474
CE4828

$158,573

$ -  

$158,573

January 1, 2032 -December 31, 2032

$237,864

$938,934

$1,176,798

  January 1, 2033 - December 31, 2033

$237,864

$212,617

$450,481

January 1, 2034 - December 31, 2034

$1,921,733

$ -  

$1,921,733

January 1, 2035 - April 30, 2035

$79,291

$247,073

$326,365

Total Optional Terms

 

$2,635,325

$1,398,624

$4,033,950

Total Initial and Optional Terms

 

$6,296,812

$3,355,640

$9,652,452

 

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

Background Information

(February 11, 2025) Report from the City Clerk, and the Chief Procurement Officer, on Non-Competitive Contract with Comprint Systems Incorporated for Election Services Applications and Maintenance
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-253213.pdf
Appendix 1 - Detailed Funding Requirements
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-253203.pdf

GG19.17 - Suspension of Duron Ontario Ltd.

Consideration Type:
ACTION
Wards:
All

Origin

(February 11, 2025) Report from the Executive Director, Corporate Real Estate Management, and the Chief Procurement Officer

Recommendations

The Executive Director, Corporate Real Estate Management Division, 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 five (5) years 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 five years for contraventions of the City of Toronto’s Supplier Code of Conduct (Supplier Performance) in Chapter 195 of the Toronto Municipal Code, which clearly states that a supplier shall not: over-bill, double bill, retain a known over-payment, fail to notify the City of an over-payment or duplicate payment within a reasonable time, submit misleading information to the City, submit false or exaggerated claims to the City, bill for goods and services not supplied, or commit any professional misconduct that adversely reflects on the commercial integrity of the supplier.

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

(February 11, 2025) Report from the Executive Director, Corporate Real Estate Management, and the Chief Procurement Officer on Suspension of Duron Ontario Ltd.
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-253152.pdf
Attachment 1: Correspondence from Duron (February 5, 2025)
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-253173.pdf

Communications

(February 21, 2025) Letter from Carmen Principato, Business Manager, Labourers' International Union of North America (LiUNA) (GG.Supp)
https://www.toronto.ca/legdocs/mmis/2025/gg/comm/communicationfile-187836.pdf
(February 21, 2025) Letter from Sabrina Waraich, Sutherland Law, on behalf of Marc Arsenault, Business Manager, Provincial Building and Construction Trades Council of Ontario (PBCTCO) (GG.Supp)
https://www.toronto.ca/legdocs/mmis/2025/gg/comm/communicationfile-187918.pdf
(February 24, 2025) E-mail from Casey G. (GG.Supp)

GG19.18 - Potential Litigation Arising from the Construction of Certain Sanitary Sewer Upgrades in the Vicinity of 1215 York Mills Road

Consideration Type:
ACTION
Wards:
All

Confidential Attachment - Litigation or potential litigation that affects the City of Toronto. Confidential Attachment 1 to this report contains advice or communications that are subject to solicitor-client privilege.

Origin

(February 10, 2025) Report from the City Solicitor, and the General Manager, Toronto Water

Recommendations

The City Solicitor, and the General Manager, Toronto Water, recommend that:

 

1. City Council adopt the confidential recommendations contained in Confidential Attachment 1.

 

2. City Council authorize the public release of the confidential recommendations in Confidential Attachment 1, if adopted by City Council, at the discretion of the City Solicitor. 

 

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

Summary

This report concerns potential litigation arising from the costs associated with the construction by Alit Don Valley Property Inc. ("Alit"), of certain planned upgrades to the City's sanitary sewers in the vicinity of its development at 1215 York Mills Road.

 

Confidential Attachment 1 contains legal advice from the City Solicitor regarding the potential litigation and seeks instructions.   

Financial Impact

The financial impacts resulting from the recommendations made in this report are disclosed 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 of the confidential attachment.

Background Information

(February 10, 2025) Report from the City Solicitor, and the General Manager, Toronto Water, on Potential Litigation Arising from the Construction of Certain Sanitary Sewer Upgrades in the Vicinity of 1215 York Mills Road
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-253088.pdf
Confidential Attachment 1 - Confidential Instructions to Staff

GG19.19 - 486 Front Street West - Below Market Sublease Agreement with Macaulay Centres for Children For Child Care Services

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

Origin

(February 10, 2025) Report from the Executive Director, Corporate Real Estate Management, and the General Manager, Children's Services

Recommendations

The Executive Director, Corporate Real Estate Management, and the General Manager, Children's Services, recommend that:

 

1. City Council authorize the Executive Director, Corporate Real Estate Management to enter into a nominal sublease agreement (the “Sublease”) with Macaulay Centres for Children, as subtenant, (the “Subtenant”) for a term of ten years (the "Term") with an option to renew for a further ten years in respect of premises at the property municipally known as 486 Front Street West, as set out in Appendix A (the “Subleased Premises”), as illustrated on the Location Map and Floor Plan of the Subleased Premises set out in Appendix B and Appendix C respectively and including such other or amended terms and conditions that are acceptable to the Executive Director, Corporate Real Estate Management and in a form satisfactory to the City Solicitor. 

 

2. City Council authorize severally each of the Executive Director, Corporate Real Estate Management, and the Director, Transaction Services, Corporate Real Estate Management to negotiate and execute the Sublease, and any related documents on behalf of the City.

Summary

This report seeks authority to enter into a ten-year year nominal sublease (the “Sublease”) with Macaulay Centres for Children (the “Subtenant”) for the purpose of delivering child care services at a newly constructed child-care centre located on the upper ground floor at 486 Front Street West (the “Subleased Premises”). The Subtenant, selected by the General Manager, Children's Services, pursuant to an Expression of Interest ("E.O.I.") process conducted by Children's Services, is expected to operate the child care program at the Subleased Premises with occupancy anticipated in the third quarter of 2025.

 

By way of a head lease, currently being negotiated, between the City, as tenant, and the developer, as landlord, the developer will lease to the City the lands and improvements on the upper ground floor at 486 Front Street West for a child care facility. The head lease will have a cumulative term of 99-years and was secured as a community benefit under a Section 37 agreement of the Planning Act.

Financial Impact

The proposed Sublease will provide the Subtenant with the Subleased Premises for nominal rent and in accordance with the terms of the Sublease.

 

All operating costs related to heating, air-conditioning and ventilation equipment, plumbing, all utilities, repair and replacement costs, realty taxes and local improvement charges, facility fees and charges, and caretaking costs related to the building's common areas, will be paid by the developer pursuant to a 99-year head lease, currently being negotiated, resulting in no expected costs to the City. The Subtenant will be responsible for all costs of operating the child care centre in the Subleased Premises, including costs such as staff salaries, employee benefits, food, educational supplies / equipment, furniture, and decorations.

 

The estimated total opportunity cost of the Sublease over the twenty-year potential term, including the extension option, is approximately $10,958,658 based on a market base rental rate of $50 for the interior space, and $25 for the exterior space, with annual inflation of 2.5 percent.

 

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

Background Information

(February 10, 2025) Report and Attachments A to C from the Executive Director, Corporate Real Estate Management, and the General Manager, Children's Services on 486 Front Street West - Below Market Sublease Agreement with Macaulay Centres for Children For Child Care Services
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-253125.pdf

GG19.20 - 75 Hyde Avenue - Expropriation of a Permanent Easement for the Construction of the Black Creek Sanitary Trunk Sewer Relief System - Stage 2

Consideration Type:
ACTION
Ward:
5 - York South - Weston

Confidential Attachment - This report is about a proposed or pending land acquisition or disposition of land by the City of Toronto (the "City").

Origin

(February 10, 2025) Report from the Executive Director, Corporate Real Estate Management

Recommendations

The Executive Director, Corporate Real Estate Management recommends that:  

 

1. City Council, as approving authority under the Expropriations Act (the "Act"), approve the expropriation of a permanent subsurface easement in part of the property municipally known as 75 Hyde Avenue as set out in Appendix A and as identified on the reference plan attached as Appendix C (the "Property Requirement").

 

2. City Council authorize the City, as expropriating authority under the Act, to take all necessary steps to comply with the Act, including but not limited to the preparation and registration of an Expropriation Plan, and service of Notices of Expropriation, Notices of Election and Notices of Possession, as may be required.

 

3. City Council authorize severally each of the Executive Director, Corporate Real Estate Management and the Director, Real Estate Services to prepare, execute and serve Offers of Compensation based on a report appraising the market value of the Property Requirement in accordance with the requirements of the Act.

 

4. City Council authorize the public release of the confidential information contained in Confidential Attachment 1 once there has been a final determination of the compensation payable to the property owners by arbitration, appeal or settlement, to the satisfaction of the City Solicitor.

Summary

On April 17, 2024, City Council authorized the initiation of expropriation proceedings for a permanent easement in part of the property municipally known as 75 Hyde Avenue for the purpose of facilitating Phase One of Toronto Water's Black Creek Sanitary Trunk Sewer Relief System project (the "Project").

 

This report relates to the second stage of the expropriation process. During the first stage and in accordance with the Expropriations Act, Notices of Application for Approval to Expropriate were served on all applicable "registered owners" and published in the newspaper. Registered owners then had 30 days to request an inquiry into whether the proposed taking is fair, sound, and reasonably necessary. The owner of 75 Hyde Avenue initially requested an inquiry; however, the request has since been withdrawn and City Council may now approve the expropriation by this Stage 2 report. If authorized, an Expropriation Plan will be registered, and associated notices served. A Statutory Offer of Compensation must be served prior to the City taking possession of the expropriated property.

 

The property requirement is set out in Appendix A and shown on the reference plan attached as Appendix C.

Financial Impact

Confidential Attachment 1 to this report identifies the initial estimated value of the Property Requirement to be expropriated.

 

Funding to acquire the Property Requirement is available in the 2024 Council Approved Capital Budget and 2025 - 2033 Capital Plan for Toronto Water under Account CWW014-20.

 

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

Background Information

(February 10, 2025) Report and Appendices A to C from the Executive Director, Corporate Real Estate Management on 75 Hyde Avenue - Expropriation of a Permanent Easement for the Construction of the Black Creek Sanitary Trunk Sewer Relief System - Stage 2
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-253098.pdf
Confidential Attachment 1

GG19.21 - 32 to 50 Larwood Boulevard - Expropriation of Portions of Properties - Stage 2

Consideration Type:
ACTION
Ward:
20 - Scarborough Southwest

Confidential Attachment - This report is about a proposed or pending land acquisition or disposition of land by the City of Toronto (the "City").

Origin

(February 10, 2025) Report from the Executive Director, Corporate Real Estate Management

Recommendations

The Executive Director, Corporate Real Estate Management recommends that:  

 

1. City Council, as approving authority under the Expropriations Act (the "Act"), approve the expropriation of the property interests set out in Appendix A (the "Property Requirements") and as identified on Reference Plan 66R-34055 attached as Appendix B.

 

2. City Council authorize the City, as expropriating authority under the Act, to take all necessary steps to comply with the Act, including but not limited to the preparation and registration of an Expropriation Plan(s), and service of Notices of Expropriation, Notices of Election and Notices of Possession, as may be required.

 

3. City Council authorize severally each of the Executive Director, Corporate Real Estate Management and the Director, Real Estate Services to prepare, execute and serve Offers of Compensation based on reports appraising the market value of the Property Requirements in accordance with the requirements of the Act. 

 

4. City Council authorize the public release of the confidential information contained in Confidential Attachment 1 once there has been a final determination of all property transactions and claims for compensation relative to the Project, and only released publicly thereafter in consultation with the City Solicitor.

Summary

On December 13, 14, and 15, 2023, City Council authorized the initiation of expropriation proceedings for fee simple interests in part of the properties municipally known as 32, 34, 36, 38, 40, 44, 46, 48, and 50 Larwood Boulevard for the purposes of the installation of a multi-use trail to improve pedestrian and cyclist safety on the east side of Brimley Road South, from Barkdene Hills to Bluffers Park Road (the "Project"). The Project forms a part of the City's Multi-Use Trail Network and the Scarborough Waterfront Project (Bluffer's Park to East Point Park).

 

This report relates to the second stage of the expropriation process. During the first stage and in accordance with the Expropriations Act, Notices of Application for Approval to Expropriate were served on all applicable "registered owners" and published in the newspaper. Parties with affected interests in the lands had 30 days to request an inquiry into whether the proposed taking is fair, sound, and reasonably necessary. The previous owner of 48 Larwood Boulevard was the only party to request an inquiry; however, the property was subsequently sold, and the new owner has withdrawn the request. City Council may now approve the expropriation by this Stage 2 report. If authorized, an Expropriation Plan will be registered, and associated notices served. Statutory Offers of Compensation must be served prior to the City taking possession of the expropriated properties.

 

The property requirements are set out in Appendix A and shown on the reference plan attached as Appendix B.

Financial Impact

Confidential Attachment 1 to this report identifies the initial estimated value of the Property Requirements to be expropriated.

 

Funding to acquire the Property Requirements is available in the 2025 - 2034 Approved Capital Budget and Plan for Transportation Services (CTP817-05-411).

 

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

Background Information

(February 10, 2025) Report and Appendices A and B from the Executive Director, Corporate Real Estate Management on 32 to 50 Larwood Boulevard - Expropriation of Portions of Properties - Stage 2
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-252960.pdf
Confidential Attachment 1 - Financial Implications

GG19.22 - Review and Recommendations on Underground Locates

Consideration Type:
ACTION
Wards:
All

Origin

(February 6, 2025) Report from the Chief Engineer and Executive Director, Engineering and Construction Services

Recommendations

The Chief Engineer and Executive Director, Engineering and Construction Services recommends that:

 

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

Summary

The purpose of the report is to provide an update on the actions taken in response to GG8.25 - Review and Recommendations on Underground Locates. The report summarizes the series of improvements that have been implemented and work that will continue over the long-term.

 

The identification and management of underground infrastructure are essential to the broader capital delivery process and cannot be addressed in isolation. These challenges, deeply rooted in the complexity of aging urban environments, have persisted for decades and remain a critical aspect of every capital delivery project. While no single solution can fully resolve these issues, methods for managing them continue to evolve.

 

The outlined improvements address key challenges associated with underground infrastructure through measures such as adopting advanced technologies, improving data management practices, and refining processes to enhance project planning and execution. These initiatives include enhanced as-built record management, the implementation of advanced tools like multi-channel ground-penetrating radar (MCGPR) and adherence to updated Utility Engineering standards (ASCE 38-22), the development of a risk evaluation matrix, advanced subsurface engineering processes, and targeted training.

 

It is important to note that, despite thorough planning and advanced investigative techniques, there are instances where the true conditions of underground infrastructure only become apparent during excavation. To address these uncertainties during construction, additional processes are being developed to enable rapid and effective responses. These measures will be reviewed in the forthcoming Update on the Review of Capital Delivery Models report.

Financial Impact

There is no direct financial impact resulting from the adoption of the recommendations in this report. However, the adoption of the actions will have future financial impacts relating to additional utility investigations completed and the potential new resources, tools and technology to do this. These costs may be offset partially or entirely by reduced construction costs, change orders, or project delays.

 

Additional costs will be included for consideration as part of the future Capital Budget and Plan submissions for Transportation Services and Toronto Water.

Background Information

(February 6, 2025) Report from the Chief Engineer and Executive Director, Engineering and Construction Services on Review and Recommendations on Underground Locates
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-253082.pdf

GG19.23 - City of Toronto Employee Security Cards

Consideration Type:
ACTION
Wards:
All

Origin

(January 28, 2025) Letter from Councillor Paul Ainslie

Recommendations

Councillor Paul Ainslie recommends that:

 

1. The General Government Committee request the Executive Director, Corporate Real Estate Management to report back to the May 12, 2025, General Government Committee on the current practice to replace or obtain a new City of Toronto employee security card.

Summary

I am requesting clarification on the security steps utilized when replacing a City of Toronto employee security card or obtaining a new security card for new employment.

 

Please confirm that a security photo is taken in-person both during the initial issuance of the card and when a replacement is required. This ensures the card is issued to the correct individual and prevents potential misuse by others. Additionally, a recent photo is taken to ensure an accurate representation of the employee, which is crucial for identification purposes.

 

I have recently experienced and been advised of changes to employee security card procedures, which may pose a security risk.

Background Information

(January 28, 2025) Letter from Councillor Paul Ainslie on City of Toronto Security
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-252859.pdf

GG19.24 - Public Reporting of Performance and Service Standards

Consideration Type:
ACTION
Wards:
All

Origin

(January 28, 2025) Letter from Councillor Paul Ainslie

Recommendations

Councillor Paul Ainslie recommends that:

 

1. City Council direct the Executive Director, Customer Experience and to report to the September 19, 2025, meeting of the General Government Committee on their progress in meeting a December 2025 launch of publicly reporting on City divisions performance against service standards and for the report to include:

 

a. Establishment of consistent data definitions and reporting standards across all Divisions;

 

b. How the City will ensure that the reports are easily accessible to the public on the City's website, with clear and concise explanations of the data; and

 

c. Actions that will be taken to ensure the information is posted on the City of Toronto public website by December 2025.

Summary

Meeting customer service targets remains a key focus for the City of Toronto. Publicly posting these targets on the City of Toronto website benefits the city by enhancing service delivery and supporting the achievement of overall service and budget targets.

 

Currently, the Customer Experience Division does not publicly post divisional performance data against service standards on the City's website. I have been informed that they are currently developing a tool to facilitate this. However, no timelines for the release of this information have been established, and Council has not yet issued any directives regarding the public posting of this data on the City's website.

 

Divisions would benefit from reporting on their performance standards. This would help to demonstrate the need for resources required to meet the standards necessary for operating the city and ensuring residents have access to the programs and services they require.  I am formally requesting that the City provide this information and post it on the City of Toronto public website.

 

This request aims to enhance public trust, improve service delivery, and promote greater transparency and accountability within the City of Toronto.

Background Information

(January 28, 2025) Letter from Councillor Paul Ainslie on Public Reporting of Performance and Service Standards
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-252977.pdf

GG19.25 - 311 Enhancements

Consideration Type:
ACTION
Wards:
All

Origin

(January 28, 2025) Letter from Councillor Paul Ainslie

Recommendations

Councillor Paul Ainslie recommends that:

 

1. The General Government Committee request the Executive Director, Customer Experience Division to report back to the May 12, 2025, General Government Committee to update on concerns regarding the current functionality and usability of the City of Toronto's 311 service detailed here.  

Summary

This letter outlines concerns regarding the current functionality and usability of the City of Toronto's 311 service, which significantly impact the efficiency and effectiveness of the 311 service. I am requesting the Customer Service Division to investigate these concerns, report back on its findings, and work to implement the necessary improvements to enhance the 311-user experience and improve service delivery to Toronto residents.

 

1. Parks and Recreation Integration:


- Despite ongoing efforts, the full integration of Parks and Recreation services within the 311 system has not yet been achieved.


- This continues to hinder efficient service delivery and resolution of resident concerns related to park amenities.

 

2. Reporting Utility Box Issues:


- The 311 system currently lacks the functionality to report issues with utility boxes belonging to providers like Toronto Hydro, Rogers, and Bell.


- This forces residents, including myself, to rely on their Constituency Offices to address these issues, often resulting in the Constituency Office simply contacting 311.

 

3. Graffiti Reporting Issues:

 

- The 311 app presents several usability challenges related to graffiti reporting:

 

- The "emergency" prompt for all graffiti reports is inappropriate and lacks nuance.

 

- The "hateful" prompt for graffiti on Astral litter bins lacks options for "Maybe" or "Uncertain," potentially hindering accurate reporting.

 

- Reporting graffiti on street litter bins results in an error message ("Not Found") within the app search engine.

 

- While I acknowledge that the issue with reporting graffiti on street litter bins has been addressed, I request confirmation that this issue has been fully resolved.

 

4. Missing Graffiti Reporting Options:

 

- The 311 app currently lacks options for reporting graffiti on utility poles. This omission hinders the ability of residents to report this type of vandalism.

 

5. Fax Number Prompt:

 

- The 311 system continues to prompt users to provide their fax number during contact information entry. This outdated request should be removed.

 

6. Service Request Orders "Contact 311" Prompt:

 

- When searching for Service Request Orders for "graffiti removal in progress," the system often directs users to "Contact 311." This creates unnecessary confusion and delays in accessing information.

Background Information

(January 28, 2025) Letter from Councillor Paul Ainslie on 311 Enhancements
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-252976.pdf

GG19.26 - Award of Doc4932357916 to EllisDon Civil Ltd., for Rehabilitation of Kipling Avenue and Islington Avenue and three F.G. Gardiner Expressway Bridges (ID229, ID272, ID416, ID417, ID423) for Engineering and Construction Services

Consideration Type:
ACTION
Ward:
3 - Etobicoke - Lakeshore

Origin

(February 14, 2025) Report from the Chief Engineer and Executive Director, Engineering and Construction Services, and the Chief Procurement Officer

Recommendations

The Chief Engineer and Executive Director, Engineering and Construction Services, the Chief Procurement Officer, recommend that:

 

1. The General Government Committee, in accordance with Section 195-8.4A of Toronto Municipal Code Chapter 195 (Procurement By-Law), grant authority to award Request for Tender Doc4932357916, Contract Number 24ECS-BE-02GB, for the rehabilitation of the Kipling Avenue and Islington Avenue and F.G. Gardiner Expressway Bridges (ID229, ID272, ID416, ID417, and ID423) and enter into an agreement with EllisDon Civil Ltd., being the supplier with the lowest compliant bid meeting the specifications and requirements of Request for Tender, in the amount of $59,376,943 net of all taxes and charges ($60,421,977 net of Harmonized Sales Tax recoveries). 

Summary

This report provides the results of the Request for Tender Doc4932357916, Contract Number 24ECS-BE-02GB, for the rehabilitation of the Kipling Avenue and Islington Avenue bridges over the F.G. Gardiner Expressway, the F.G. Gardiner Expressway bridges over Parklawn Road and Mimico Creek, and the westbound on-ramp over Mimico Creek (ID229, ID272, ID416, ID417, and ID423) and requests the authority to award the contract to EllisDon Civil Ltd., in the amount of $59,376,943 net of all applicable taxes and charges ($60,421,977 net of Harmonized Sales Tax recoveries), all in accordance with the terms, conditions and specifications contained in the Request for Tender document. Construction is expected to commence in March 2025 and be completed by November 2026, with a pause for the FIFA soccer tournament between May 2026 and July 2026.

 

This project will incorporate acceleration measures and congestion management tools from the current work on Section 2 of the Gardiner Expressway between Dufferin Street and Strachan Avenue, including early completion incentives; enabling crews to work up to 24 hours a day, seven days a week as required to meet the compressed construction timelines; as well as temporary turning lane modifications and other construction and traffic management measures.

 

This work is part of the planned rehabilitation for Section 3 of the Gardiner Expressway, which spans from Highway 427 to the Humber River. While full rehabilitation for this section is currently scheduled for 2027 to 2031, condition assessments identified these five bridges as requiring repairs in advance of that timeline.

Financial Impact

The total value of the award of Contract 24ECS-BE-02GB, is $59,376,943 net of all taxes and charges. The total cost to the City is $60,421,977 net of Harmonized Sales Tax recoveries.

 

This Contract is categorized as State of Good Repair and is below the pre-tender estimate.

 

Funding is available within the 2025 Capital Budget and 2026 - 2034 Capital Plan for Transportation Services, as summarized in Table 1 below (net of Harmonized Sales Tax recoveries). Funding estimates for the remaining segments of the Gardiner Rehabilitation project will be updated through future budget processes based on further assessment and analysis on future contract award requirements.

 

Table 1: Financial Impact Summary of Recommended Contract Award

 

WBS Element

Description

Year

Total (Net of HST recoveries)

CTP122-08-52

F.G. Gardiner Rehabilitation

2025

$8,211,844

CTP122-08-53

F.G. Gardiner Rehabilitation

2025

$7,061,407

CTP122-08-54

F.G. Gardiner Rehabilitation

2025

$906,153

CTP122-08-52

F.G. Gardiner Rehabilitation

2026

$8,211,844

CTP122-08-53

F.G. Gardiner Rehabilitation

2026

$7,061,407

CTP122-08-54

F.G. Gardiner Rehabilitation

2026

$3,624,611

CTP122-08-55

F.G. Gardiner Rehabilitation

2026

$2,014,848

CTP122-08-56

F.G. Gardiner Rehabilitation

2026

$2,014,848

CTP122-08-57

F.G. Gardiner Rehabilitation

2026

$2,014,848

CTP515-01-300

City Bridge Rehabilitation

2025

$9,189,512

CTP515-01-301

City Bridge Rehabilitation

2025

$10,110,655

Total

$60,421,977

 

On November 26, 2023, the Province of Ontario and City of Toronto announced a New Deal to help achieve long-term financial stability and sustainability for the City, which includes the upload of the F.G. Gardiner Expressway and Don Valley Parkway to the Province subject to a third-party due diligence assessment.

 

As part of the New Deal, a Transfer Payment Agreement has been established, under which the Province of Ontario commits to fund the City of Toronto’s stated operating and capital budget requirements for the duration of the due diligence process, covering 2024 and 2025. Upon completion of the upload process and the assets being formally transferred, the Province of Ontario will assume full responsibility for the ongoing costs and funding associated with these assets in subsequent years.

 

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

Background Information

(February 14, 2025) Letter from Councillor Paul Ainslie on Award of Doc4932357916 to EllisDon Civil Ltd., for Rehabilitation of Kipling Avenue and Islington Avenue and three F.G. Gardiner Expressway Bridges (ID229, ID272, ID416, ID417, ID423) for Engineering and Construction Services
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-253211.pdf
(February 14, 2025) Report from the Chief Engineer and Executive Director, Engineering and Construction Services, and the Chief Procurement Officer, on Award of Doc4932357916 to EllisDon Civil Ltd., for Rehabilitation of Kipling Avenue and Islington Avenue and three F.G. Gardiner Expressway Bridges (ID229, ID272, ID416, ID417, ID423) for Engineering and Construction Services
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-253260.pdf
Attachment 1: Workforce Development Plan Requirements
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-253261.pdf

GG19.27 - Award of Doc4863856516 to GFL Environmental Inc., for Containerized Multi-Residential Collection of Waste Materials for Solid Waste Management Services

Consideration Type:
ACTION
Wards:
All

Origin

(February 11, 2025) Report from the General Manager, Solid Waste Management Services, and the Chief Procurement Officer

Recommendations

The General Manager, Solid Waste Management Services and the Chief Procurement Officer recommend that:

 

1. City Council in accordance with Section 195-8.5 of Toronto Municipal Code Chapter 195 (Purchasing By-law), authorize the General Manager, Solid Waste Management Services to award and enter into an agreement with GFL Environmental Inc., being the lowest Supplier meeting specifications for Request for Quotations Doc4863856516 for containerized collection, transportation and off-loading of materials in the City of Toronto commencing on June 27, 2026 to June 24, 2033 for a total contract value of $136,873,865 net of all applicable taxes and charges ($139,282,845 net of Harmonized Sales Tax recoveries) from June 27, 2026 to June 24, 2033, all in accordance with the terms and conditions as set out in the Request for Quotation and any other terms and conditions satisfactory to the General Manager, Solid Waste Management and in a form satisfactory to the City Solicitor.

Summary

The purpose of this report is to advise on the results of the Request for Quotation  Doc4863856516 for Containerized Waste Collection Services issued for the collection, transportation and off-loading services of containerized multi-residential garbage, organic materials, bulky items and durable goods from multi-residential units, non-residential locations, schools, Divisions, Agencies, and Corporations and related facilities as well as the collection, transportation and off-loading of recyclable materials from non-eligible customer types, in the collection area in the City of Toronto, and to request the authority to enter into an agreement with GFL Environmental Inc., being the lowest Supplier meeting specifications, in the amount of $136,873,865 net of all applicable taxes and charges ($139,282,845 net of Harmonized Sales Tax recoveries). This containerized collection contract service award will commence on June 27, 2026 and will end on June 24, 2033.

Financial Impact

The total potential contract award value is $136,873,865 net of all applicable taxes and charges and including a contingency allowance of one (1) million dollars per operating year and an estimated 3 percent Consumer Price Index rate increase for Operating Years two (2) through to seven (7), and $154,667,467 including Harmonized Sales Tax. The total potential cost to the City is $139,282,845, net of Harmonized Sales Tax recoveries.

 

Sufficient funding will be included in the 2026 - 2033 Operating Budget Submissions for Solid Waste Management Services in cost centre SW0904, cost elements 4390, 4391, 4392, 4393, 4394 and 4424. Funding details are provided in Table 1.

 

Table 1: Recommended Containerized Collection Contract - Front-End - net of Harmonized Sales Tax Recoveries ($'s):

 

Term

Total (Net of HST Recoveries)

Operating Year 1 - June 27, 2026 to June 26, 2027

$18,265,273

Operating Year 2 - June 27, 2027 to June 26, 2028

$18,782,704

Operating Year 3 - June 27, 2028 to June 26, 2029

$19,315,657

Operating Yeas 4 - June 27, 2029 to June 26, 2030

$19,864,598

Operating Year 5 - June 27, 2030 to June 26, 2031

$20,430,008

Operating Year 6 - June 27, 2031 to June 26, 2032

$21,012,381

Operating Year 7 - June 27, 2032 to June 24, 2033

$21,612,224

Total  

$139,282,845

 

Solid Waste Management Services has included a contingency of one (1) million dollars per operating year, excluding all taxes, for emergencies or other unplanned / unforeseen work (e.g. household flood debris collection) that may be required in each of the operating years in the contract term.

 

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

Background Information

(February 14, 2025) Letter from Councillor Paul Ainslie on Award of Doc4863856516 to GFL Environmental Inc., for Containerized Multi-Residential Collection of Waste Materials for Solid Waste Management Services
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-253243.pdf
(February 11, 2025) Report from the General Manager, Solid Waste Management Services, and the Chief Procurement Officer on Award of Doc4863856516 to GFL Environmental Inc., for Containerized Multi-Residential Collection of Waste Materials for Solid Waste Management Services
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-253192.pdf

GG19.28 - 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