Upload
others
View
2
Download
0
Embed Size (px)
Citation preview
Wednesday, March 02, 2016
3:00 p.m. – Regular Meeting
Council Chambers – 4th
Floor – City Hall
Members: Regional Councillor M. Medeiros – Wards 3 and 4 (Chair)
Regional Councillor G. Gibson – Wards 1 and 5 Regional Councillor E. Moore – Wards 1 and 5
Regional Councillor M. Palleschi – Wards 2 and 6 Regional Councillor G. Miles – Wards 7 and 8
(Vice-Chair, Corporate and Financial Affairs) Regional Councillor J. Sprovieri – Wards 9 and 10 (Vice-Chair, By-law Enforcement)
City Councillor D. Whillans – Wards 2 and 6 City Councillor J. Bowman – Wards 3 and 4
City Councillor P. Fortini – Wards 7 and 8 City Councillor G. Dhillon – Wards 9 and 10
For inquiries about this Agenda, or to make arrangements for accessibility accommodations
for persons attending (some advance notice may be required), please contact:
Sonya Pacheco, Legislative Coordinator
Phone (905) 874-2178, TTY (905) 874-2130, [email protected]
Note: Some meeting information may also be available in alternate formats, upon request.
Agenda
Corporate Services Committee Committee of the Council of
The Corporation of the City of Brampton
Agenda Corporate Services Committee
2016 03 02 Page 2 of 4
Note: Please ensure all cell phones, mobile and other electronic devices are turned off
or placed on non-audible mode during the meeting. Council Members are prohibited from sending text messages, e-mails and other electronic messaging during the meeting.
1. Approval of Agenda
2. Declarations of Interest under the Municipal conflict of Interest Act
3. Consent
* The following items listed with an asterisk (*) are considered to be routine and
non-controversial by the Committee and will be approved at this time. There will be no separate discussion of any of these items unless a Committee Member requests it, in which case the item will not be consented to and will
be considered in the normal sequence of the agenda.
(8.1, 8.2)
4. Announcements
5. Delegations
6. Staff Presentations
7. By-law Enforcement
8. Corporate and Financial Affairs
* 8.1. Report from Jane Fera, Manager, Purchasing, Corporate Services, dated January 19, 2016, re: Purchasing Activity Quarterly Report – 3rd and 4th Quarters 2015.
To be received
Agenda Corporate Services Committee
2016 03 02 Page 3 of 4
* 8.2. Report from David Sutton, Director, Financial Planning and Budgets, Corporate Services, dated February 5, 2016, re: Tax Adjustments, Cancellations and Reductions Pursuant to the Municipal Act, 2001 (File EA.a).
Recommendation
8.3. Report from David Sutton, Director, Financial Planning and Budgets, Corporate
Services, dated February 5, 2016, re: City Initiated Property Assessment
Appeals.
To be distributed at the meeting
8.4. Report from David Sutton, Director, Financial Planning and Budgets, Corporate Services, dated February 4, 2016, re: Land Tax Apportionments (File EA.a).
To be distributed at the meeting
9. Minutes
10. Other/New Business
11. Referred Matters
Note: In accordance with the Procedure By-law, the Referred Matters List will
be published quarterly on a meeting agenda for Committee’s reference and consideration. A copy of the current Referred Matters List for this
Committee is publicly available on the City’s website.
12. Deferred Matters
13. Notices of Motion
14. Correspondence
15. Regional Council Business
Agenda Corporate Services Committee
2016 03 02 Page 4 of 4
16. Councillors Question Period
17. Public Question Period
15 Minute Limit (regarding any decision made at this meeting)
18. Closed Session
19. Adjournment
Next Meeting: Wednesday, April 6, 2016
` Report
Corporate Services Committee The Corporation of the City of Brampton
2016-03-02
Date: 2016-01-19
Subject: Purchasing Activity Quarterly Report – 3rd and 4th Quarters 2015
Contact: Jane Fera, Manager of Purchasing, 905-874-2262,
Recommendations:
1. That the report from Jane Fera, Manager of Purchasing and Purchasing Agent,
Corporate Services Department, dated January 19th, 2016 to the Corporate
Services Committee meeting of March 2, 2016 re: Purchasing Activity
Quarterly Report – 3rd and 4th Quarters 2015, be received.
Overview:
The City’s Purchasing By-law 35-2012, (as amended by By-law 243-2013),
prescribes reporting requirements with respect to the City’s Purchasing
activities.
3rd Quarter 2015 Summary
46 awarded contracts with a total value of $65.9 million
1 Special Consideration purchase in the amount of $30,000 (Appendix 5)
4 Emergency procurements in the total amount of $62,208 (Appendix 6)
Amendments to contracts in the cumulative value greater than $100k and less than $1 million (Appendix 9)
Amendments to contracts with initial approved contract amounts of less
than $1 million that now exceed $1 million as a result of extensions to the contracts. (Appendix 8)
4th Quarter 2015 Summary
35 awarded contracts with a total value of $38 million
6 Emergency procurements in the total amount of $98,761 (Appendix 12)
Amendments to contracts in the cumulative value greater than $100k and
less than $1 million (Appendix 14)
Amendments to contracts with initial approved contract amounts of less than $1 million that now exceed $1 million as a result of extensions to the
contracts. (Appendix 13)
• Specific procurement details are provided in the attached appendices.
8.1-1
Background:
Section 14.0 of the Purchasing By-law 35-2012 describes the following quarterly reporting requirements with respect to the City’s Purchasing
activities.
Contracts
Consulting Contracts (separately from Contract awards)
Contract Extensions
Single Sourced Contracts
Sole Sourced Contracts
Emergency Contracts (Purchase Orders)
Purchasing By-law non-compliance
Non-Standard results
Disposal of surplus goods and equipment Current Situation:
This report provides a summary of the City’s purchasing activities for the 3 rd and 4th
quarters of 2015. Procurement of legal services is not included in this report, as they will be reported by the Department separately.
Specific procurement details are provided for the following types of procurements in the attached appendices:
Appendix 1: describes the type of procurement activities/terms referenced in this report.
3rd Quarter
Appendix 2: Synopsis of the purchasing activities.
Appendix 4: Contracts $100,000 and greater – Excluding Consultants
Appendix 5: Consulting Contracts $100,000 and greater
Appendix 6: Special Consideration Procurements, in accordance with Section 9.1.3
of the Purchasing By-Law
Appendix 7: Emergency Contracts, in accordance with Section 11.11.1 of the
Purchasing By-Law Appendix 8: Contract Amendments with initial approved contract values of less than
$1 million that now exceed $1 Million as a result of approved contract
extensions.
Appendix 9: Contract extensions exceeding $100,000 in cumulative total.
4th Quarter
Appendix 3: Synopsis of the purchasing activities.
Appendix 10: Contracts $100,000 and greater – Excluding Consultants Appendix 11: Consulting Contracts $100,000 and greater
Appendix 12: Emergency Contracts, in accordance with Section 11.11.1 of the Purchasing By-Law
Appendix 13: Contract Amendments with initial approved contract values of less than $1 million that now exceed $1 Million as a result of approved contract
extensions. Appendix 14: Contract extensions exceeding $100,000 in cumulative total.
8.1-2
Corporate Implications:
Financial Implications:
Funds required for procurement are verified through the City’s Corporate Financial
System to confirm budget availability. Purchase orders are issued after confirmation of budgeted funds in order to commit
(allocate) the funds to the specific procurements.
Strategic Plan:
This report achieves the Strategic Plan goals in Good Government by achieving
effective management of the City’s finances through the City’s procurement goals of encouraging competition, openness and transparency, fairness, objectivity, accountability, efficiency and effectiveness.
Conclusion:
This report provides a summary of the City of Brampton’s purchasing activities as required by the Purchasing By-law for the 3rd Quarter, July 1 to September 30, 2015
and the 4th Quarter, October 1 to December 31, 2015 in accordance with the reporting requirements set out in the Purchasing By-law 35-2012, as amended.
Jane Fera Manager of Purchasing and
Purchasing Agent
Shirley Gannon Director, Treasury Services and
Deputy Treasurer
Attachments:
Q3 & Q4 2015 Appendices 1 - 14
Report authored by: Jane Fera, Manager of Purchasing and Purchasing Agent
8.1-3
1
Appendix 1 The Purchasing By-law sets out a number of different procurement methods that are available for staff to use when purchasing the goods, services and construction the City requires to deliver its municipal services. These procurement methods are:
Procurement Method Description
Direct Purchases Up To $5,000.00 For acquisitions having a value of up to $5,000.00,
excluding taxes
Informal Invitational Procurements - $5,000.01 To
$49,999.99
Informal competitive procurement process. Vendors
are invited to submit bids.
Formal Invitational Procurements Including
Requests For Proposals – Goods, Services And
Construction - $50,000.00 To $99,999.99.
Competitive procurement process conducted using a
sealed Request for Quotes/Proposals process.
Vendors are invited to submit bids.
Formal Open Procurements (Including Requests
For Proposals) For Goods, Services And
Construction - $100,000.00 And Greater (in
accordance with the requirements of the Agreement
on Internal Trade and the Trade and Cooperation
Agreement Between Ontario and Quebec):
Formal, Open, Competitive procurement process
conducted using a sealed Tender or Request for
Proposals (RFP) process and advertised nationally.
Direct (Emergency) Procurements (an
unforeseeable, serious emergency situation where
the immediate purchase of goods, services or
construction is essential in order to maintain a
required service or to prevent danger to life, health
or property within the City of Brampton)
Procurement method for any dollar value where an
unforeseeable, serious Emergency situation exists
and the goods, services or construction cannot be
obtained in time by means of an open competitive
procurement method.
Direct Negotiation Procurements – Purchasing By-
law Schedule “B”
Exceptions – Circumstances for Exclusions –
Single Source (as defined by the Agreement on
Internal Trade)
Direct Negotiation Procurements – Purchasing By-
law Schedule “C”
Exceptions - Circumstances for Sole Supplier
Procurement – Sole Source (as defined by the
Agreement on Internal Trade)
Direct Negotiation Procurements – Purchasing By-
law Schedule “D”
Non-Application – Exclusions from Competitive
Procurement (as defined by the Agreement on
Internal Trade)
Special Consideration procurement
A Special Consideration procurement is a
procurement approved to proceed notwithstanding
it does not comply fully with requirements of the
Purchasing By-law.
8.1-4
2
Purchasing activities/terms referenced in this report are: Bid Call means an invitation from the Owner to Vendors to submit a bid. Blanket Purchase Order is a contract for a specified term and firm prices. Staff use blanket purchase orders on an as and when required basis to obtain goods and services. An example is the City’s contract with Corporate Express Canada (Staples) for the supply and delivery of stationery and office supplies on an as and when required basis for a specified period of time. Contract Extension means an amendment to a Contract which has the effect of increasing the value of the Contract in funds, increasing the scope of work and/or extending the term of the Contract. Contracts are formal legal agreement between two or more parties, usually written, or a purchase order with binding legal and moral implications whereby goods and/or services are exchanged for money or other consideration. Department Estimate is the approximate contract value as determined by the department which may be established by purchase history, market research and cost consultants determination. The department estimate determines the procurement method. Due Date is the end of the contract and may include the maintenance period of the contract. Emergency contracts are awarded to vendors for unforeseeable, serious situations where the immediate purchase of goods, services or construction is essential in order to maintain a required service or to prevent danger to life, health or property in the City of Brampton. Exclusions from Competitive Procurement contracts are awarded through direct negotiations to other public bodies, such as the Region of Peel, and other excluded service providers as described in Schedule “D” of the Purchasing By-law and are consistent with the provisions of the Agreement on Internal Trade. Non-standard Result in a procurement process is when any one of the following circumstances occurs:
No Eligible Bids are received;
Less than 3 Eligible Bids are received;
Another Procurement Process available under Section 11 in the Purchasing By-law would have resulted in successful completion of the procurement in the determination of the Purchasing Agent based on the bid results
The Purchasing By-law requires that at least 3 vendors be invited to bid for contracts less than $100,000. Standard procurements with a value of $100,000 and greater are publicly advertised. Typically, most non-standard results occur when less than 3 eligible bids are received. The Purchasing By-law prescribes additional approval requirements when this occurs.
8.1-5
3
Single Sourced contracts are awarded through direct negotiations to a vendor to provide goods, services or construction where there is more than one vendor capable of supplying the goods, services or construction in the open market but for reasons of function or service only one vendor is recommended. The eligible circumstances are described in Schedule “B” of the Purchasing By-law and are consistent with the provisions of the Agreement on Internal Trade. Sole Sourced contracts are awarded through direct negotiations to a vendor to provide goods, services or construction where there is only one vendor capable of meeting the requirements of the procurement. The eligible circumstances for sole source contracts are described in Schedule “C” of the Purchasing By-law and are consistent with the provisions of the Agreement on Internal Trade. Term Renewals are renewals that are permitted within the original procurement. Variance is the difference between the Department’s procurement estimate and the actual contract award amount. A negative variance means the award amount is less than the department’s procurement estimate and a positive variance means the award amount is greater than the department’s procurement estimate. Fifteen percent variance positive/negative is considered reasonable and outside of this tolerance, comments are provided by the Department.
8.1-6
1
Appendix 2 The following table provides a synopsis of the purchasing activities during the three months ending September 30, 2015.
3rd Quarter - 2015 Year to Date - 2015
Contracts Total Value
($)
% of Total Value
Total Value ($)
% of Total Value
Excluding Consultants (Appendix 4)
$100,000 and greater 61,525,076 69.6 126,119,241 93.2
Single Source 634,288 0.2 834,289 1.0
Sole Source 0 0 5,336,417 3.4
Exclusions 1,859,766 2.8 22,913,114 14.4
Consultants (Appendix 5)
$100,000 and greater 1,864,905 2.8 3,142,589 2.0
Single Source 0 0 0 0
Sole Source 0 0 87,883 0.1
Exclusions 0 0 60,000 0.1
Special Consideration (Appendix 6) 30,000 0.1 157,830 0.1
Emergency (Appendix 7) 62,208 0.1 167,649 0.1
Total Contracts 65,976,244 100 158,819,013 100
Amendments to Contracts that Exceed $1 Million (Appendix 8) 1,445,355 4,576,483
Amendments to Contracts Exceeding $100,000 in Cumulative Total (Appendix 9) 4,339,214 8,071,544
Non-Standard Results 10,792,190 16,835,456
Proceeds from the disposal of surplus goods and equipment 599,010 721,619
8.1-7
1
Appendix 3 The following table provides a synopsis of the purchasing activities during the three months ending December 31, 2015.
4th Quarter - 2015 Year to Date - 2015
Contracts Total Value
($)
% of Total Value
Total Value ($)
% of Total Value
Excluding Consultants (Appendix 10)
$100,000 and greater 30,690,751 80.4 156,809,992 79.5
Single Source 241,290 0.6 1,075,579 0.5
Sole Source 2,840,083 7.5 8,176,500 4.2
Exclusions 0 0 22,913,114 11.6
Consultants (Appendix 11)
$100,000 and greater 3,993,270 10.5 7,135,859 3.6
Single Source 0 0 0 0
Sole Source 236,870 0.6 324,753 0.2
Exclusions 0 0 60,000 0.1
Special Consideration 0 0 157,830 0.1
Emergency (Appendix 12) 98,761 0.3 266,410 0.1
Total Contracts 38,101,025 100 196,920,038 100
Amendments to Contracts that Exceed $1 Million (Appendix 13) 3,365,591 7,942,074
Amendments to Contracts Exceeding $100,000 in Cumulative Total (Appendix 14) 4,666,861 12,738,405
Non-Standard Results 2,800,577 19,636,033
Proceeds from the disposal of surplus goods and equipment 2,893 724,512
8.1-8
"*" denotes local vendor THIRD QUARTER 2015
CONTRACTS
GREATER THAN 100K
Q3 - APPENDIX 4
# Lead
Department
PO # Due Date Ward # Bid Call No and Description Vendor Departmental
Estimate
Award Amount Variance Variance Comments
1 Public
Services
813605 2018/08/31 All BID CALL NO. T2015-023
OPERATE, RENT AND MAINTAIN
AUDIO/VISUAL EQUIPMENT FOR
THE CITY OF BRAMPTON FOR A
THREE (3) YEAR PERIOD. - PART
A
PRODUCTION
SERVICE
INDUSTRIES
$ 421,000.00 $ 141,000.00 +1.3% This variance is considered
reasonable.
Open Contract.
Blanket Purchase Order.
813600 2018/08/31 PART B $ 285,397.00
2 Planning &
Infrastructure
Services
813532 2016/10/30 3,4,5,6,
7,9
REQUEST FOR PROPOSAL CALL
NO. RFP2015-040
DESIGN, SUPPLY AND
INSTALLATION OF
REPLACEMENT PLAYGROUND
STRUCTURES AT SEVEN (7)
PLAYGROUNDS LOCATED
WITHIN THE CITY OF BRAMPTON.
ELDORADO PARK EAST, BLUE
OAK PARK, FRED KEE PARK
PLAYPOWER LT
CANADA INC
$ 235,000.00 $ 224,202.00 -4.6% This variance is considered
reasonable.
3 Public
Services
813534 2018/05/31 All REQUEST FOR PROPOSAL CALL
NO. RFP2015-009
FOR THE SUPPLY AND DELIVERY
OF URBAN TRANSIT BUS
AFTERMARKET REPLACEMENT
PARTS FOR A THREE (3) YEAR
PERIOD
BAKER TRANSIT
PARTS INC.
$1,500,000.00 $ 225,000.00 N/A Begin Procurement
Council Resolution# CW332-2014
Awarded up to Budget amount.
Purchase Order amounts reflect a
portion of the approved budget and
purchase orders will be amended
according to operational requirements
and vendor availablilty.
Open Contract.
Blanket Purchase Order.
Rates are firm, work shall be awarded
up to budget amount.
813565 2018/05/31 MOHAWK MFG. &
SUPPLY CO.
$ 187,500.00
4 Public
Services
813515 2018/06/30 All REQUEST FOR PROPOSAL CALL
NO. RFP2015-025
LAND SURVEYING SERVICES ON
AN "AS AND WHEN REQUIRED"
BASIS FOR A THREE (3) YEAR
PERIOD, FOR THE CITY OF
BRAMPTON
GROMA
TECHNICAL
SERVICES INC.
$ 200,000.00 $ 200,000.00 N/A Awarded up to Budget amount.
Open Contract.
Blanket Purchase Order.
Page 1
8.1-9
"*" denotes local vendor THIRD QUARTER 2015
CONTRACTS
GREATER THAN 100K
Q3 - APPENDIX 4
# Lead
Department
PO # Due Date Ward # Bid Call No and Description Vendor Departmental
Estimate
Award Amount Variance Variance Comments
5 Planning &
Infrastructure
Services
813525 2016/10/30 3,4,5,6,
7,9
REQUEST FOR PROPOSAL CALL
NO. RFP2015-040
DESIGN, SUPPLY AND
INSTALLATION OF
REPLACEMENT PLAYGROUND
STRUCTURES AT SEVEN (7)
PLAYGROUNDS LOCATED
WITHIN THE CITY OF BRAMPTON.
MANITOU PARK, LAFRANCE
PARK & BACH PARK
ABC RECREATION
LTD
$ 225,000.00 $ 213,806.00 -5% The Variance is considered
reasonable.
6 Operating 813526 2018/06/25 All BID CALL NO. T2015-048
SUPPLY, INSTALLATION AND
REMOVAL OF EVENT FENCING
ON AN AS AND WHEN REQUIRED
BASIS FOR A THREE (3) YEAR
PERIOD
MODU-LOC FENCE
RENTALS LTD
$ 250,000.00 $ 328,500.00 +31.4% The variance is a result of a calculation
error in the departmental estimate.
Open Contract.
Blanket Purchase Order.
Although the contract award amount is
greater than the Operating
departmental estimate it is still within
the departmental budget.
7 Public
Services
813530 2018/06/30 All BID CALL NO. T2015-061
ICE PAINTING SERVICES AND
SUPPLIES AT VARIOUS
LOCATIONS WITHIN THE CITY OF
BRAMPTON FOR A THREE YEAR
PERIOD.
JET ICE LTD $ 156,049.00 $ 178,422.00 +14.3% The variance is considered
reasonable.
Open Contract.
Blanket Purchase Order.
Although the contract award amount is
greater than the Public Services
departmental estimate it is still within
the departmental budget.
8 Planning &
Infrastructure
Services
813538 2016/11/30 All BID CALL NO. T2015-041
MANUFACTURE, DELIVER AND
INSTALL SHADE SHELTER
STRUCTURES AT VARIOUS
LOCATIONS WITHIN THE CITY OF
BRAMPTON.
DRAPER
INDUSTRIAL
CONTRACTING
LIMITED
$ 606,000.00 $ 472,258.00 -22.1% The variance may be reflective of a
competitive market.
9 Public
Services
813542 2016/10/30 3 BID CALL NO. T2015-044
REPLACEMENT OF HEATED
CONCRETE STAIRS, LANDING,
AND ENTRANCE DOORS AT CITY
HALL, 2 WELLINGTON STREET
WEST, BRAMPTON, ONTARIO.
MJ.K.
CONSTRUCTION
INC.
$ 614,500.00 $ 328,262.00 -46% The variance my be reflective of a
competitive market.
Page 2
8.1-10
"*" denotes local vendor THIRD QUARTER 2015
CONTRACTS
GREATER THAN 100K
Q3 - APPENDIX 4
# Lead
Department
PO # Due Date Ward # Bid Call No and Description Vendor Departmental
Estimate
Award Amount Variance Variance Comments
10 Public
Services
813551 2016/09/30 3 BID CALL NO. T2015-002
SUPPLY AND INSTALLATION OF A
BUILDING AUTOMATION SYSTEM
(BAS) AT BRAMPTON TRANSIT,
185 CLARK BOULEVARD,
BRAMPTON.
DELTA CONTROLS
INC
$ 285,000.00 $ 197,632.00 -30.7% The variance may be reflective of a
competitive market.
11 Planning &
Infrastructure
Services
813552 2017/11/30 3 REQUEST FOR PROPOSAL CALL
NO. RFP2015-046
CONTRACT ADMINISTRATION /
INSPECTION SERVICES FOR THE
REHABILITATION OF TRUEMAN
STREET PEDESTRIAN BRIDGE
OVER CN RAILWAY WITHIN THE
CITY OF BRAMPTON
IBI GROUP $ 200,000.00 $ 130,000.00 -35% The variance may be reflective of a
competitive market.
12 Corporate
Services
813555 2016/07/21 All BID CALL NO. T2015-065
TO SUPPLY AND INSTALL IBM
TAPE LIBRARY AND PROVIDE
MAINTENANCE FOR EXISTING
IBM EQUIPMENT WITHIN THE
CITY OF BRAMPTON FOR A
THREE YEAR PERIOD (JULY 21,
2015 - JULY 20, 2016).
MID-RANGE
COMPUTER
GROUP INC
$ 875,000.00 $ 491,371.00 -31.9% A the variance may be reflective of a
competitive market
Open Contract.
Blanket Purchase Order.
13 Public
Services
813572 2016/09/09 1 BID CALL NO. T2015-057
ROOF REPLACEMENT AT
MEMORIAL ARENA, 69 ELLIOT
STREET, BRAMPTON, ONTARIO
TRIUMPH
ALUMINUM &
SHEET METAL INC
$ 365,000.00 $ 285,925.00 -21.7% The variance may be reflective of a
competive market.
14 Public
Services
813579 2018/07/31 All REQUEST FOR PROPOSAL CALL
NO. RFP2015-017
PREVENTATIVE AND DEMAND
MAINTENANCE SERVICES FOR
AUTOMATIC SLIDERS AND LOW
ENERGY DOORS AT VARIOUS
CITY OF BRAMPTON FACILITIES
FOR A THREE (3) YEAR PERIOD.
ROYAL SECURITY
SOLUTIONS INC *
$ 262,462.00 $ 178,800.00 -31.9% The variance may be reflective of a
competive market.
Open Contract.
Blanket Purchase Order.
15 Planning &
Infrastructure
Services
813580 2016/10/31 3, 7 BID CALL NO. T2015-031
RECONSTRUCTION OF PARK
PATHWAYS AT VARIOUS
LOCATIONS WITHIN THE CITY OF
BRAMPTON
SERVE
CONSTRUCTION
LTD
$ 798,915.00 $ 798,570.00 -1.1% This variance is considered
reasonable.
16 Planning &
Infrastructure
Services
813581 2016/06/30 All BID CALL NO. T2015-063
SUPPLY AND DELIVERY OF ONE
(1) REGULAR CAB 4WD
TELESCOPING/ARTICULATING
AERIAL TRUCK
ALTEC
INDUSTRIES LTD
$ 140,000.00 $ 139,405.00 -0.40% This variance is considered reasonable
Page 3
8.1-11
"*" denotes local vendor THIRD QUARTER 2015
CONTRACTS
GREATER THAN 100K
Q3 - APPENDIX 4
# Lead
Department
PO # Due Date Ward # Bid Call No and Description Vendor Departmental
Estimate
Award Amount Variance Variance Comments
17 Public
Services
813592 2015/12/31 All BID CALL NO. T2015-062
SUPPLY AND DELIVERY OF
VARIOUS SUBCOMPACT
VEHICLES, MID SIZED VAN AND
FULL SIZE PICKUP TRUCK FOR
THE CITY OF BRAMPTON - PART
A (PROJ. 152300)
PINE VIEW AUTO
SALES INC O/A
PINE VIEW
$ 235,000.00 $ 166,000.00 -19.90% The variance may be a result of market
price fluctuation.
18 Public
Services
813618 2017/09/30 2,3,7 BID CALL NO. T2015-060
LIGHTING RETROFIT AT VARIOUS
FACILITIES WITHIN THE CITY OF
BRAMPTON.
2165791 ONTARIO
LTD. O/A MR.
ELECTRIC
$ 424,600.00 $ 403,157.00 -5.1% This variance is considered
reasonable.
19 Planning &
Infrastructure
Services
813624 2018/05/31 All BID CALL NO. T2015-012
MANUFACTURE, SUPPLY AND
DELIVERY OF PARK BENCHES AS
AND WHEN REQUIRED BASIS
FOR A THREE YEAR PERIOD
WITHIN THE CITY OF BRAMPTON.
PARIS EQUIPMENT
MANUFACTURING
LIMITED
$ 427,500.00 $ 304,650.00 -28.7% The variance may be reflective of a
competitive market and a higher than
expected level of interest in the project.
Open Contract.
Blanket Purchase Order.
20 Public
Services
813628 2018/11/30 All BID CALL NO. T2015-085
SUPPLY AND INSTALLATION OF
FIFTEEN (15) SOLAR POWERED
BUS SHELTERS WITHIN THE CITY
OF BRAMPTON, ONTARIO.
DAYTECH LIMITED $ 186,980.00 $ 195,605.00 +4.6% This variance is considered
reasonable.
Although the contract award amount is
greater than the Public Services
departmental estimate it is still within
the departmental budget.
21 Planning &
Infrastructure
Services
813629 2015/11/30 All BID CALL NO T2015-042
SUPPLY AND DELIVERY OF TWO
(2) FOUR WHEEL DRIVE,
ARTICULATED, HIGH LIFT
WHEELED LOADERS (Project
132950)
STRONGCO
LIMITED
PARTNERSHIP
$ 665,000.00 $ 448,910.00 -32.50% The variance percentage between the
total award and the departmental
estimate is due to the fact that the
extended warranty and an optional
trade-in price for two (2) John Deere,
High Lift, Wheel Loaders was unknown
at the time.
22 Public
Services
813634 2018/08/31 All BID CALL NO. T2015-067
ARENA DASHER BOARD REPAIR
MAINTENANCE AND MATERIAL
SUPPLY SERVICES AT VARIOUS
LOCATIONS WITHIN THE CITY OF
BRAMPTON FOR A THREE (3)
YEAR PERIOD.
1466147 ONTARIO
INC O/A SOUND
BARRIERS
$ 156,000.00 $ 136,432.00 -12.5% The variance is considered
reasonable.
Open Contract.
Blanket Purchase Order.
Page 4
8.1-12
"*" denotes local vendor THIRD QUARTER 2015
CONTRACTS
GREATER THAN 100K
Q3 - APPENDIX 4
# Lead
Department
PO # Due Date Ward # Bid Call No and Description Vendor Departmental
Estimate
Award Amount Variance Variance Comments
23 Planning &
Infrastructure
Services
813637 2017/08/31 All BID CALL NO. T2015-070
SUPPLY AND DELIVERY OF
COARSE BULK HIGHWAY SALT
AND MAGNESIUM CHLORIDE
TREATED SALT ON AN "AS AND
WHEN REQUIRED" BASIS FOR A
TWO (2) YEAR PERIOD FOR
PARTS A & B. (Dept. 1220)
COMPASS
MINERALS
CANADA CORP.
$ 4,223,000.00 $ 3,737,330.00 -11.50% Begin Procurement
Council Resolution# C203-2015
The variance is considered
reasonable.
Open Contract.
Blanket Purchase Order.
24 Public
Services
813640 2016/10/31 9 BID CALL NO. T2015-077
METAL ROOF REPLACEMENT AT
FIRE STATION NO. 209, 2691
SANDALWOOD PARKWAY EAST,
BRAMPTON, ONTARIO.
GEN-PRO / DIV OF
1320376 ONTARIO
LTD
$ 313,678.00 $ 231,795.00 -26.1% The variance may be reflected of a
competitive market.
25 Public
Services
813644 2016/10/30 2,4,5,8 BID CALL NO. T2015-004
SUPPLY AND INSTALLATION OF
EMERGENCY SHOWERS AND
EYE WASH STATIONS AT
VARIOUS LOCATIONS WITHIN
THE CITY OF BRAMPTON.
BGL
CONTRACTORS
CORP.
$ 231,000.00 $ 271,606.00 +17.6% This variance may be reflective of a
competitive market. The project
estimate was prepared by the
consultants based on the industry
standards for similar work and from
historical information from previous
procurements.
Although the contract award amount is
greater than the Public Services
departmental estimate it is still within
the departmental budget.
26 Planning &
Infrastructure
Services
813648 2018/07/31 8 BID CALL NO. T2015-036
CONSTRUCTION OF A NEW
REFRIGERATED SKATING TRAIL
AND WATER FEATURE AT
DONALD M. CHINGUACOUSY
PARK
GATEMAN-MILLOY
INC
$ 5,350,000.00 $ 6,087,493.00 +13.8% Begin Procurement
Council Resolution# C266-2014
This variance is considered
reasonable.
Although the contract award amount is
greater than the Planning &
Infrasturcture Services departmental
estimate it is still within the
departmental budget.
27 Public
Services
813649 2018/10/01 8 BID CALL NO. T2015-015
CONSTRUCTION OF THE
OPERATIONS AND
MAINTENANCE FACILITIES AT
THE WILLIAMS PARKWAY
WORKS & OPERATION YARD,
1975 WILLIAMS PARKWAY,
BRAMPTON, ONTARIO – PHASE 2
AQUICON
CONSTRUCTION
CO LTD *
$ 32,000,000.00 $ 32,366,000.00 +1.1% Begin Procurement
Council Resolution# C331-2013
This variance is considered
reasonable.
Although the contract award amount is
greater than the Public Services
departmental estimate it is still within
the departmental budget.
Page 5
8.1-13
"*" denotes local vendor THIRD QUARTER 2015
CONTRACTS
GREATER THAN 100K
Q3 - APPENDIX 4
# Lead
Department
PO # Due Date Ward # Bid Call No and Description Vendor Departmental
Estimate
Award Amount Variance Variance Comments
28 Public
Services
813650 2017/09/30 3 BID CALL NO. T2015-033
CONSTRUCTION OF A NEW
APPARATUS AND MAINTENANCE
FACILITY FOR BRAMPTON FIRE
AND EMERGENCY SERVICES, 52
RUTHERFORD ROAD SOUTH,
BRAMPTON, ONTARIO.
BONDFIELD
CONSTRUCTION
COMPANY LIMITED
$ 9,900,000.00 $ 9,523,400.00 -3.8% Begin Procurement
Council Resolution# C078-2012
This variance is considered
reasonable.
29 Corporate
Services
813653 2018/09/30 All REQUEST FOR PROPOSAL NO.
RFP2015-076
RECRUITMENT SERVICES FOR
THE CITY OF BRAMPTON ON AN
AS AND WHEN REQUIRED BASIS
FOR A THREE YEAR PERIOD -
EXECUTIVE POSITION
WATERHOUSE
EXECUTIVE
SEARCH
$ 200,000.00 $ 260,000.00 +30% The variance is due to the
procurement estimate being based on
the rate of recent procurements in the
same field. Pricing was done as a flat
rate instead of a percentage of salary,
as well as to strategically align all
recruitments.
Open Contract.
Blanket Purchase Order.
Although the contract award amount is
greater than the Corporate Services
departmental estimate it is still within
the departmental budget.
30 Public
Services
813672 2017/11/15 8 BID CALL NO. T2015-080
ROOF REPLACEMENT AT
BRAMPTON TRANSIT FACILITY,
185 CLARK BOULEVARD,
BRAMPTON, ONTARIO
T HAMILTON & SON
ROOFING INC
$ 450,000.00 $ 325,200.00 -27.7% The variance may be reflective of a
competitive market. The Department
pre-tender estimate of probable
construction costs was based on an
estimate provided by the Consultant
and included the removal of the rooftop
air conditioning units (HVAC). The
removal of the HVAC units was
excluded from the scope of work prior
to tender.
31 Planning &
Infrastructure
Services
813675 2018/06/30 All BID CALL NO. T2015-046
INSTALLATION OF TRAFFIC
SIGNALS AT VARIOUS
INTERSECTIONS WITHIN THE
CITY OF BRAMPTON
GUILD ELECTRIC
LTD
$ 407,475.00 $ 324,640.00 -20.3% The variance may be reflective of a
competitive market.
32 Planning &
Infrastructure
Services
813676 2016/01/29 All BID CALL NO. T2015-078
SUPPLY AND DELIVERY OF TWO
(2) 19,500 GVWR CREW CAB
DUMP TRUCKS AND ONE (1)
19,500 GVWR CREW CAB
CHIPPER BODY DUMP TRUCK
MACIVER DODGE
LIMITED
$ 250,000.00 $ 141,174.00 -9% This variance is considered
reasonable.
33 Planning &
Infrastructure
Services
813677 2016/11/30 1,2,3,7 BID CALL NO. T2015-034
RECONSTRUCTION OF PARKING
LOTS AT VARIOUS LOCATIONS
WITHIN THE CITY OF BRAMPTON
LAKESIDE
CONTRACTING
COMPANY LIMITED
$ 1,815,400.00 $ 1,595,634.00 -13.8% Begin Procurement
Council Resolution# C216-2015
This variance is considered
reasonable.
61,525,076.00$
Page 6
8.1-14
"*" denotes local vendor THIRD QUARTER 2015
CONTRACTS GREATER THAN 100K
"SCHDULE "B" TO BY-LAW 35-2012 - SINGLE SOURCE"
Q3 - APPENDIX 4
# Lead
Department
PO # Due Date Ward # Bid Call No and Description Vendor Award Amount Explanation
34 Public
Services
813563 2018/05/31 All BID CALL NO. N2015-013 - FOR
THE SUPPLY AND DELIVERY OF
GENUINE CUMMINS ENGINE
REPAIR PARTS ON AN "AS AND
WHEN REQUIRED" BASIS FOR A
THREE (3) YEAR PERIOD
CUMMINS
EASTERN CANADA
LP
$ 500,000.00 Begin Procurement
Council Resolution# C315-2014
Purchases for specific parts can
only be made from the original
equipment manufacturer
vendors that have supplied
Transit's fleet.
35 Public
Services
813639 2016/04/16 3,7 BID CALL NO. N2015-023
ICE MAKING SERVICES AND
SUPPLIES AT THE BRAMPTON
CURLING CLUB AND THE
CHINGUACOUSY CURLING CLUB
WITHIN CITY OF BRAMPTON.
DAVES ICEMAKING
SERVICES / JAMES
DAVID *
$ 134,288.49 Research was conducted
resulting in no other contractor
available to provide this service.
634,288.49$
Page 7
8.1-15
"*" denotes local vendor THIRD QUARTER 2015
CONTRACTS GREATER THAN 100K
"SCHEDULE "D" TO BY-LAW 35-2012 - EXCLUSIONS"
Q3 - APPENDIX 4
# Lead
Department
PO # Due Date Ward # Bid Call No and Description Vendor Award Amount Explanation
36 Planning &
Infrastructure
Services
813536 2018/12/31 7,8 CIVIC DESIGN CONSTRUCTION
ON STEELES AVENUE AT DIXIE
ROAD INTERSECTION.
REGION OF PEEL $ 188,159.35 Works are included in the
Region of Peel contract, as
Region is performing the
improvement at the
intersection locations
indicated.
37 Planning &
Infrastructure
Services
813673 2018/12/31 1,5,6 ZUM IMPROVEMENTS ALONG
THE QUEEN STREET WEST
CORRIDOR BETWEEN THE
DOWNTOWN TERMINAL AND
MOUNT PLEASANT GO
STATION
REGION OF PEEL $ 1,671,606.90 Staff has coordinated many
of these improvements with
the Region of Peel, who will
ultimately construct the
works under multiple
intersection improvements
and road widening
contracts already planned
for construction over the
next two years.
1,859,766.25$
Page 8
8.1-16
"*" denotes local vendor THIRD QUARTER 2015
CONSULTING CONTRACTS
GREATER THAN 100K
Q3 - APPENDIX 5
# Lead
Department
PO # Due Date Ward # Bid Call No and Description Vendor Departmental
Estimate
Award Amount Variance Variance Comments
1 Corporate
Services
813553 2015/12/31 All REQUEST FOR PROPOPOSAL
CALL NO. RFP2014-062
TO PROVIDE CONSULTING
SERVICES TO DEVELOP AND
DELIVER A LONG TERM
FINANCIAL MODEL AND
FINANCIAL MASTER PLAN FOR
THE CITY OF BRAMPTON -
PHASE 1
HEMSON
CONSULTING LTD
$ 250,000.00 $ 214,905.00 -21.40% Receipt of a single bid and insufficient
benchmarking costs available from other
municipalities to make a more reasonable
estimate.
2 Public
Services
813558 2018/06/30 All REQUEST FOR PROPOSAL
CALL NO. RFP2015-036
STRUCTURAL ENGINEERING
SERVICES FOR VARIOUS
PROJECTS ON AN AS AND
WHEN REQUIRED BASIS FOR
THE CITY OF BRAMPTON FOR A
THREE (3) YEAR TERM.
CANDEVCON LTD * $ 200,000.00 $ 200,000.00 N/A Open Contract.
Blanket Purchase Order.
Rates are firm, work shall be awarded up to
budget amount.
3 Public
Services
813582 2018/07/31 All REQUEST FOR PROPOSAL
CALL NO. RFP2015-026
PROFESSIONAL INTERIOR
DESIGN CONSULTING AND
CONTRACT ADMINISTRATION
SERVICES ON AN AS AND
WHEN REQUIRED BASIS FOR
VARIOUS PROJECTS WITHIN
THE CITY OF BRAMPTON FOR A
THREE (3) YEAR TERM.
ARCH-TECH
DESIGN GROUP
INC. *
$ 375,000.00 $ 375,000.00 N/A Open Contract.
Blanket Purchase Order.
Rates are firm, work shall be awarded up to
budget amount.
4 Public
Services
813589 2018/07/31 All REQUEST FOR PROPOSAL
CALL NO. RFP2015-047
MECHANICAL AND ELECTRICAL
ENGINEERING SERVICES ON
AN AS AND WHEN REQUIRED
BASIS FOR VARIOUS
PROJECTS WITHIN THE CITY
OF BRAMPTON FOR A THREE
(3) YEAR TERM.
BUILDING
INNOVATION INC
$ 200,000.00 $ 200,000.00 N/A Open Contract,
Blanket Purchase Order.
Rates are firm, work shall be awarded up to
budget amount.
5 Public
Services
813659 2018/09/30 All REQUEST FOR PROPOSAL
CALL NO. RFP2015-027
BUILDING SCIENCE
ENGINEERING SERVICES FOR
VARIOUS PROJECTS ON AN AS
AND WHEN REQUIRED BASIS
FOR THE CITY OF BRAMPTON
FOR A THREE (3) YEAR TERM.
OH
ENVIRONMENTAL
INC.
$ 300,000.00 $ 300,000.00 N/A Open Contract.
Blanket Purchase Order.
Rates are firm, work shall be awarded up to
budget amount.
Page 1
8.1-17
"*" denotes local vendor THIRD QUARTER 2015
CONSULTING CONTRACTS
GREATER THAN 100K
Q3 - APPENDIX 5
# Lead
Department
PO # Due Date Ward # Bid Call No and Description Vendor Departmental
Estimate
Award Amount Variance Variance Comments
6 Public
Services
813559 2018/06/30 All REQUEST FOR PROPOSAL
CALL NO. RFP2015-036
STRUCTURAL ENGINEERING
SERVICES FOR VARIOUS
PROJECTS ON AN AS AND
WHEN REQUIRED BASIS FOR
THE CITY OF BRAMPTON FOR A
THREE (3) YEAR TERM.
EXP SERVICES INC
*
$ 200,000.00 $ 200,000.00 N/A Open Contract.
Blanket Purchase Order.
Rates are firm, work shall be awarded up to
budget amount.
7 Public
Services
813583 2018/07/31 All REQUEST FOR PROPOSAL
CALL NO. RFP2015-026
PROFESSIONAL INTERIOR
DESIGN CONSULTING AND
CONTRACT ADMINISTRATION
SERVICES ON AN AS AND
WHEN REQUIRED BASIS FOR
VARIOUS PROJECTS WITHIN
THE CITY OF BRAMPTON FOR A
THREE (3) YEAR TERM.
INTERCEDE
FACILITY
MANAGEMENT
LIMITED
$ 375,000.00 $ 375,000.00 N/A Open Contract.
Blanket Purchase Order.
Rates are firm, work shall be awarded up to
budget amount.
1,864,905.00$
Page 2
8.1-18
"*" denotes local vendor THIRD QUARTER 2015
SPECIAL CONSIDERATION PROCUREMENTQ3 - APPENDIX 6
# Lead
Department
PO # PO
Dispatch
Date
Due Date Ward # Bid Call No and
Description
Vendor Award Amount Explanation
1 Public
Services
813658 2015/09/23 2015/12/31 1 FOR CONSULTING
SERVICES TO
DEVELOP A FIVE
YEAR PROGRAM
PLAN FOR GARDEN
SQUARE AND
DIGITAL LED
CONTENT.
KRAMER
DESIGN
ASSOCIATES
LTD
$ 30,000.00 Council Resolution No. C229-2015.
To continue the consulting relationship
for an expanded scope of work from
the original contract.
30,000.00$
Page 1
8.1-19
"*" denotes local vendor THIRD QUARTER 2015
EMERGENCY CONTRACTSQ3 - APPENDIX 7
# Lead
Department
PO # PO
Dispatch
Date
Due Date Ward # Bid Call No and
Description
Vendor Award Amount Explanation
1 Public
Services
813578 2015/08/06 2015/08/06 8 EMERGENCY
REPAIR TO
MULTIPLE
UNDERGROUND
FAULT ISSUES
HOLLEY
ELECTRIC LTD
*
$ 9,219.99 Safety issue: repair multiple
underground fault issues around
partk that lead all pathway
lighting on West side.
2 Public
Services
813590 2015/08/26 2015/08/26 1 SUPPLY AND
INSTALL 2 NEW
COMPRESSORS IN
AHU-2 AT CHRIS
GIBSON
RECREATION
CENTRE.
POWERFUL
GROUP OF
COMPANIES
$ 27,652.98 Safety and health issue: no a/c
to building due to failure of 2
compressors
3 Public
Services
813598 2015/09/30 2016/09/30 9 EMERGENCY
REPAIR TO BOILER
AT
CHINGUACOUSY
GREENHOUSE
BELL
COMBUSTION,
A DIVISION OF
AL BELL
$ 13,800.00 Boiler provides heat to
Greenhouse.
4 Public
Services
813630 2015/09/10 2015/09/10 3 MOULD
ABATEMENT OF
PARKING GARAGE
AT THE WEST
TOWER
TRI-PHASE
ENVIRONMEN
TAL INC
$ 11,535.00 Safety issue-mould abatement
in west tower parking garage
stairwell.
62,207.97$
Page 1
8.1-20
"*" denotes local vendor THIRD QUARTER 2015
CONTRACTS LESS THAN $1 MILLION THAT NOW EXCEED $1 MILLION WITH AMENDMENTSQ3 - APPENDIX 8
# Department PO Ward PO Line #1 Description Vendor Name Original
Contract
Previous
Approved
Amenments and
Permitted Term
Renewals
Exercised
Current
Quarter
Amenments
and Permitted
Term Renewals
Total
Cumulative
Amendments
and Permitted
Term Renewals
Total Revised
Contract
1 Public Services 811519 All RFP2012-036
TO PROVIDE LOCKSMITH
REPAIR SERVICES AT
VARIOUS CITY OF
BRAMPTON FACILITIES FOR
A THREE (3) YEAR PERIOD.
ROYAL SECURITY
SOLUTIONS INC *
$829,125.00 $ - $ 324,000.00 $ 324,000.00 $ 1,153,125.00
2 Planning &
Infrastructure
Services
813663 All CONTRACT NO. 2009-110
SUPPLY AND OPERATION
OF VARIOUS TYPES OF
SNOW REMOVAL
EQUIPMENT FOR A SEVEN
(7) YEAR PERIOD WITHIN
THE CITY OF BRAMPTON
(YEAR 6)
MUNICIPAL
MAINTENANCE
INC
$527,149.84 $ 1,008,690.00 $ 630,355.00 $1,639,045.00 $ 2,166,194.84
3 Public Services 810788 All CONTRACT NO. 2011-105
TO PROVIDE JANITORIAL
SERVICES AT VARIOUS
CORPORATE PROPERTIES
FOR A THREE (3) YEAR
PERIOD WITHIN THE CITY
OF BRAMPTON.
KLEENWAY
BUILDING
MAINTENANCE
$948,395.00 $ 385,625.00 $ 31,000.00 $ 416,625.00 $ 1,365,020.00
Page 1
8.1-21
"*" denotes local vendor THIRD QUARTER 2015
CONTRACTS LESS THAN $1 MILLION THAT NOW EXCEED $1 MILLION WITH AMENDMENTSQ3 - APPENDIX 8
# Department PO Ward PO Line #1 Description Vendor Name Original
Contract
Previous
Approved
Amenments and
Permitted Term
Renewals
Exercised
Current
Quarter
Amenments
and Permitted
Term Renewals
Total
Cumulative
Amendments
and Permitted
Term Renewals
Total Revised
Contract
4 Public Services 811451 All CONTRACT NO. 2012-037
TO PROVIDE JANITORIAL
SERVICES AT VARIOUS
WORKS AND
TRANSPORTATION
PROPERTIES FOR A THREE
(3) YEAR PERIOD WITHIN
THE CITY OF BRAMPTON.
KLEENZONE LTD $981,195.00 $ 77,350.00 $ 460,000.00 $ 537,350.00 $ 1,518,545.00
1,445,355.00$
Page 2
8.1-22
"*" denotes local vendor THIRD QUARTER 2015
AMENDMENTS TO CONTRACTS EXCEEDING $100,000 IN CUMULATIVE TOTALQ3 - APPENDIX 9
# Department PO Ward PO Line #1 Description Vendor Name Original
Contract
Previous Approved
Amenments and
Permitted Term
Renewals Exercised
Current Quarter
Amendments and
Permitted Term
Renewals
Total Cumulative
Amendments and
Permitted Term
Renewals
Total Revised
Contract
1 Planning &
Infrastructure
Services
813468 All SUPPLY AND DELIVERY OF
PLAYGROUND PARTS
ABC RECREATION
LTD
$ 25,000.00 $ - $ 100,000.00 $ 100,000.00 $ 125,000.00
2 Public Services 812276 All TO SUPPLY AND DELIVER
VARIOUS FOOD OPTIONS
AND INNOVATIVE FOOD
PRODUCTS
SYSCO FOOD
SERVICES
$ 25,000.00 $ 88,450.00 $ 20,000.00 $ 108,450.00 $ 133,450.00
3 Planning &
Infrastructure
Services
812755 All TO SUPPLY AND DELIVER
REPLACEMENT
PLAYGROUND PARTS
PLAYPOWER LT
CANADA INC
$ 60,000.00 $ - $ 100,000.00 $ 100,000.00 $ 160,000.00
4 Planning &
Infrastructure
Services
813133 All BID CALL NO. N2015-016
SUPPLY & DELIVERY OF
REPLACEMENT PARTS FOR
PLAYGROUNDS
KAYSCOTT
HOLDINGS
LIMITED O/A KSL
DESIGN
$ 60,000.00 $ - $ 100,000.00 $ 100,000.00 $ 160,000.00
5 Public Services 812904 All Q2014-020
PREVENTATIVE AND
DEMAND MAINTENANCE
SERVICE ON POOL
DEHUMIDIFIERS AT
VARIOUS FACILITIES FOR A
THREE (3) YEAR PERIOD
WITHIN THE CITY OF
BRAMPTON
SUNNER
MECHANICAL LTD
$ 51,674.00 $ 14,690.00 $ 94,000.00 $ 108,690.00 $ 160,364.00
Page 1
8.1-23
"*" denotes local vendor THIRD QUARTER 2015
AMENDMENTS TO CONTRACTS EXCEEDING $100,000 IN CUMULATIVE TOTALQ3 - APPENDIX 9
# Department PO Ward PO Line #1 Description Vendor Name Original
Contract
Previous Approved
Amenments and
Permitted Term
Renewals Exercised
Current Quarter
Amendments and
Permitted Term
Renewals
Total Cumulative
Amendments and
Permitted Term
Renewals
Total Revised
Contract
6 Public Services 809100 All CONTRACT NO. 2010-094,
TOWING SERVICES FOR
CITY OF BRAMPTON
VEHICLES (TRANSIT
DIVISION), PART B
J A TOWING
(BRAMPTON)
LIMITED *
$ 61,607.00 $ 97,745.00 $ 15,000.00 $ 112,745.00 $ 174,352.00
7 Planning &
Infrastructure
Services
812171 All CONTRACT NO. 2013-052
SUPPLY AND DELIVERY OF
TRAFFIC SIGNS, SIGN
MATERIALS AND PARTS
ON AN AS AND WHEN
REQUIRED BASIS FOR A
ONE (1) YEAR PERIOD,
CITY OF BRAMPTON -
PART B
4M
MANUFACTURING
INC O/A
MECHANICAL
$ 36,904.00 $ 112,576.00 $ 26,780.00 $ 139,356.00 $ 176,260.00
8 Planning &
Infrastructure
Services
812170 All CONTRACT NO. 2013-052
SUPPLY AND DELIVERY OF
TRAFFIC SIGNS, SIGN
MATERIALS AND PARTS
ON AN AS AND WHEN
REQUIRED BASIS FOR A
ONE (1) YEAR PERIOD,
CITY OF BRAMPTON -
PART A
4M
MANUFACTURING
INC O/A
MECHANICAL
$ 60,633.00 $ 66,301.00 $ 51,279.00 $ 117,580.00 $ 178,213.00
9 Corporate
Services
810881 All SUPPLY AND DELIVERY OF
VARIOUS SAFETY SHOES
AND BOOTS
MISTER SAFETY
SHOES INC
$ 20,852.00 $ 148,983.00 $ 14,400.00 $ 163,383.00 $ 184,235.00
Page 2
8.1-24
"*" denotes local vendor THIRD QUARTER 2015
AMENDMENTS TO CONTRACTS EXCEEDING $100,000 IN CUMULATIVE TOTALQ3 - APPENDIX 9
# Department PO Ward PO Line #1 Description Vendor Name Original
Contract
Previous Approved
Amenments and
Permitted Term
Renewals Exercised
Current Quarter
Amendments and
Permitted Term
Renewals
Total Cumulative
Amendments and
Permitted Term
Renewals
Total Revised
Contract
10 Corporate
Services
813354 All TO PROVIDE CONSULTING
SERVICES TO DESIGN,
DEVELOP AND CONFIGURE
THE ITSM
KIFINTI
SOLUTIONS INC
$ 79,800.00 $ - $ 104,500.00 $ 104,500.00 $ 184,300.00
11 Planning &
Infrastructure
Services
809244 All Q2010-50, VARIOUS
GENERAL VEHICLE
MAINTENANCE AND
REPAIR SERVICES - FLEET
DIVISION (2011)
SUPREME AUTO
SERVICE / PEEL
TIRE *
$ 47,705.00 $ 131,870.00 $ 10,000.00 $ 141,870.00 $ 189,575.00
12 Public Services 813407 All CONTRACT NO. 2011-110
TO PROVIDE THE
CONTAINERIZED
COLLECTION OF WASTE
AND RENTAL BIN SERVICE
FOR VARIOUS CITY OF
BRAMPTON FACILITIES
FOR A THREE YEAR
PERIOD.
PROGRESSIVE
WASTE
SOLUTIONS
CANADA INC.
$ 60,895.00 $ - $ 170,000.00 $ 170,000.00 $ 230,895.00
13 Public Services 2806696 All RFP2009-052 - THE
SUPPLY AND DELIVERY OF
A SLUSH BASED FROZEN
BEVERAGE TO VARIOUS
CONCESSIONS
THROUGHOUT THE CITY
OF BRAMPTON
SLUSH PUPPIE
CANADA INC.
$ 90,174.00 $ 107,600.00 $ 35,000.00 $ 142,600.00 $ 232,774.00
Page 3
8.1-25
"*" denotes local vendor THIRD QUARTER 2015
AMENDMENTS TO CONTRACTS EXCEEDING $100,000 IN CUMULATIVE TOTALQ3 - APPENDIX 9
# Department PO Ward PO Line #1 Description Vendor Name Original
Contract
Previous Approved
Amenments and
Permitted Term
Renewals Exercised
Current Quarter
Amendments and
Permitted Term
Renewals
Total Cumulative
Amendments and
Permitted Term
Renewals
Total Revised
Contract
14 Public Services 810569 All CONTRACT NO. 2011-046
TO PROVIDE AN
"EXCHANGE" SERVICE OF
VARIOUS ELECTRICAL
COMPONENTS FOR
TRANSIT BUSES AND
VARIOUS CITY VEHICLES
FOR A TWO (2) YEAR
PERIOD - PART A, TRANSIT
DIVISION
KEYSTONE
ALTERNATORS &
STARTERS
$ 59,836.00 $ 149,160.00 $ 30,000.00 $ 179,160.00 $ 238,996.00
15 Public Services 811454 All RFP2011-027
TO PROVIDE
PREVENTATIVE AND
DEMAND MAINTENANCE
SERVICE OF AUTOMATIC
SLIDERS AND LOW
ENERGY DOORS AT
VARIOUS CITY OF
BRAMPTON FACILITIES
FOR A THREE (3) YEAR
PERIOD.
ASSA ABLOY
ENTRANCE
SYSTEMS CANADA
INC
$183,852.00 $ 96,050.00 $ 26,000.00 $ 122,050.00 $ 244,063.00
16 Public Services 810361 All CONTRACT 2011-025
RENTAL AND DELIVERY OF
COVERALLS AND SHOP
COATS FOR A THREE (3)
YEAR PERIOD
CINTAS CANADA
LIMITED
$121,707.00 $ 70,512.00 $ 55,000.00 $ 125,512.00 $ 247,219.00
Page 4
8.1-26
"*" denotes local vendor THIRD QUARTER 2015
AMENDMENTS TO CONTRACTS EXCEEDING $100,000 IN CUMULATIVE TOTALQ3 - APPENDIX 9
# Department PO Ward PO Line #1 Description Vendor Name Original
Contract
Previous Approved
Amenments and
Permitted Term
Renewals Exercised
Current Quarter
Amendments and
Permitted Term
Renewals
Total Cumulative
Amendments and
Permitted Term
Renewals
Total Revised
Contract
17 Public Services 810509 All CONTRACT NO. 2011-038
SUPPLY AND PICK UP
AND/OR SUPPLY AND
DELIVERY OF VARIOUS
AUTOMOTIVE AND BUS
BATTERIES FOR A TWO (2)
YEAR PERIOD - PART C
BOLTON AUTO
PARTS INC
$ 81,280.00 $ 149,160.00 $ 22,000.00 $ 171,160.00 $ 252,440.00
18 Planning &
Infrastructure
Services
811554 All CONTRACT NO. 2012-044
PICKUP AND DISPOSAL OF
WASTE PRODUCTS FOR A
THREE YEAR PERIOD. PART
B - FLEET SERVICES
SMITS TANK
MAINTENANCE
INC
$ 48,026.00 $ 149,893.00 $ 60,000.00 $ 209,893.00 $ 257,919.00
19 Planning &
Infrastructure
Services
811462 All RFP2012-030
SUPPLY AND DELIVERY OF
EXTERIOR SUPER MAILBOX
RECYCLING CONTAINERS
ON AN AS AND WHEN
REQUIRED BASIS FOR A
THREE (3) YEAR PERIOD
SINGLE SOURCE
SUPPLIES INC - GO
PLASTICS
$ 82,032.00 $ 103,090.00 $ 80,000.00 $ 183,090.00 $ 265,122.00
20 Public Services 808767 All CONTRACT 2010-078,
DIESEL EXHAUST FLUID
(DEF)
RECOCHEM INC $117,000.00 $ 128,140.00 $ 24,000.00 $ 152,140.00 $ 269,140.00
Page 5
8.1-27
"*" denotes local vendor THIRD QUARTER 2015
AMENDMENTS TO CONTRACTS EXCEEDING $100,000 IN CUMULATIVE TOTALQ3 - APPENDIX 9
# Department PO Ward PO Line #1 Description Vendor Name Original
Contract
Previous Approved
Amenments and
Permitted Term
Renewals Exercised
Current Quarter
Amendments and
Permitted Term
Renewals
Total Cumulative
Amendments and
Permitted Term
Renewals
Total Revised
Contract
21 Corporate
Services
811688 All RFP2012-021 SUPPLY,
INSTALLATION AND
MAINTENANCE OF
STRUCTURED CABLING
SERVICES (SYSTIMAX)
WORLD WIDE
ELECTRIC INC
$200,000.00 $ - $ 100,000.00 $ 100,000.00 $ 300,000.00
22 Corporate
Services
811689 All RFP2012-021 SUPPLY,
INSTALLATION AND
MAINTENANCE OF
STRUCTURED CABLING
SERVICES (SYSTIMAX)
ATR LAN
SOLUTIONS INC
$200,000.00 $ - $ 100,000.00 $ 100,000.00 $ 300,000.00
23 Corporate
Services
811692 All RFP2012-021 SUPPLY,
INSTALLATION AND
MAINTENANCE OF
STRUCTURED CABLING
SERVICES (SYSTIMAX)
ACP
COMMUNICATION
TECHNOLOGIES
INC
$200,000.00 $ - $ 100,000.00 $ 100,000.00 $ 300,000.00
24 Public Services 811836 All RFP2012-067- HIRING
TWO (2) CONSULTANTS
TO PROVIDE INSPECTIONS
AND TESTING SERVICES
FOR DESIGNATED
SUBSTANCES ON AN AS
AND WHEN BASIS
REQUESTED FOR A TWO
YEAR PERIOD.
SAFETECH
ENVIRONMENTAL
LIMITED
$176,991.00 $ 60,000.00 $ 65,000.00 $ 125,000.00 $ 301,991.00
Page 6
8.1-28
"*" denotes local vendor THIRD QUARTER 2015
AMENDMENTS TO CONTRACTS EXCEEDING $100,000 IN CUMULATIVE TOTALQ3 - APPENDIX 9
# Department PO Ward PO Line #1 Description Vendor Name Original
Contract
Previous Approved
Amenments and
Permitted Term
Renewals Exercised
Current Quarter
Amendments and
Permitted Term
Renewals
Total Cumulative
Amendments and
Permitted Term
Renewals
Total Revised
Contract
25 Public Services 812227 All QUOTATION NO. Q2012-
26 - SUPPLY, DELIVERY
AND INSTALLATION OF
NEW SOD, INCUDING
MAINTENANCE FOR
VARIOUS LOCATIONS
WITHIN THE CITY OF
BRAMPTON FOR ONE (1)
YEAR PERIOD.
DIVISION 2
CONTRACTING
LTD
$ 20,700.00 $ 183,964.00 $ 100,000.00 $ 283,964.00 $ 304,664.00
26 Planning &
Infrastructure
Services
2804466 6 RFP2008-045 - PART B
"DETAILED DESIGN" FOR
FINANCIAL DRIVE (STEELES
AVENUE WEST TO
CASABLANCA CIRCLE).
URS CANADA INC $271,962.00 $ 303,530.00 $ 5,646.00 $ 309,176.00 $ 309,176.00
27 Public Services 810773 All DIESEL FUEL IMPERIAL OIL
LIMITED
$190,000.00 $ 113,000.00 $ 20,000.00 $ 133,000.00 $ 323,000.00
28 Public Services 811586 All FOR SERVICE, REPAIR AND
PART SUPPLY FOR FIRE
AND EMERGENCY
SERVICES VEHICLES
DEPENDABLE
TRUCK & TANK
LIMITED *
$220,000.00 $ - $ 145,000.00 $ 145,000.00 $ 365,000.00
Page 7
8.1-29
"*" denotes local vendor THIRD QUARTER 2015
AMENDMENTS TO CONTRACTS EXCEEDING $100,000 IN CUMULATIVE TOTALQ3 - APPENDIX 9
# Department PO Ward PO Line #1 Description Vendor Name Original
Contract
Previous Approved
Amenments and
Permitted Term
Renewals Exercised
Current Quarter
Amendments and
Permitted Term
Renewals
Total Cumulative
Amendments and
Permitted Term
Renewals
Total Revised
Contract
29 Corporate
Services
813553 All REQUEST FOR
PROPOPOSAL CALL NO.
RFP2014-062
TO PROVIDE CONSULTING
SERVICES TO DEVELOP
AND DELIVER A LONG
TERM FINANCIAL MODEL
AND FINANCIAL MASTER
PLAN FOR THE CITY OF
BRAMPTON - PHASE 1
HEMSON
CONSULTING LTD
$214,905.00 $ - $ 160,000.00 $ 160,000.00 $ 374,905.00
30 Public Services 811925 All FOR THE SUPPLY AND PICK
UP OF SUMMER HOT MIX
ASPHALT
GRAHAM BROS
CONSTRUCTION
LTD *
$ 60,001.00 $ 315,380.00 $ 19,654.00 $ 335,034.00 $ 395,035.00
31 Public Services 812604 All RFP2014-011
SUPPLY AND DELIVERY OF
CLOTHING FOR THE
CORPORATE CLOTHING
PROGRAM AT THE CITY OF
BRAMPTON FOR A THREE
(3) YEAR PERIOD.
NOVACK
HOLDINGS
LIMITED
$162,821.00 $ 183,630.00 $ 90,000.00 $ 273,630.00 $ 436,451.00
32 Corporate
Services
811879 All CONTRACT NO. 2013-033
FOR THE SUPPLY OF
COMMVAULT SOFTWARE
LICENSING,
MAINTENANCE &
PROFESSIONAL SERVICES
TERAMACH
TECHNOLOGIES
INC
$352,794.00 $ 90,115.00 $ 59,035.00 $ 149,150.00 $ 501,944.00
Page 8
8.1-30
"*" denotes local vendor THIRD QUARTER 2015
AMENDMENTS TO CONTRACTS EXCEEDING $100,000 IN CUMULATIVE TOTALQ3 - APPENDIX 9
# Department PO Ward PO Line #1 Description Vendor Name Original
Contract
Previous Approved
Amenments and
Permitted Term
Renewals Exercised
Current Quarter
Amendments and
Permitted Term
Renewals
Total Cumulative
Amendments and
Permitted Term
Renewals
Total Revised
Contract
33 Corporate
Services
812258 All CONTRACT NO. 2013-090
SUPPLY OF VMWARE
SOFTWARE LICENSING /
MAINTENANCE FOR UP TO
A THREE (3) YEAR PERIOD,
CITY OF BRAMPTON -
LICENSING
CDW CANADA $200,108.00 $ 183,327.00 $ 124,160.00 $ 307,487.00 $ 507,595.00
34 Corporate
Services
811557 All CONTRACT NO. 2012-094
SUPPLY, DELIVERY AND
MAINTENANCE OF
TECHNOLOGY,
PERIPHERALS AND SHRINK-
WRAP SOFTWARE FOR A
TWO (2) YEAR PERIOD
TENET COMPUTER
GROUP INC
$176,991.00 $ 169,500.00 $ 200,000.00 $ 369,500.00 $ 546,491.00
35 Public Services 811223 All CONTRACT NO. 2012-050 -
SUPPLY AND
INSTALLATION OF WOOD
FIBRE PLAYGROUND
SURFACING UTILIZING
BLOWER TRUCK AT
VARIOUS LOCATIONS
WITHIN THE CITY OF
BRAMPTON FOR A THREE
(3) YEAR PERIOD
GROWER'S
CHOICE
$250,368.00 $ 125,750.00 $ 200,000.00 $ 325,750.00 $ 576,118.00
Page 9
8.1-31
"*" denotes local vendor THIRD QUARTER 2015
AMENDMENTS TO CONTRACTS EXCEEDING $100,000 IN CUMULATIVE TOTALQ3 - APPENDIX 9
# Department PO Ward PO Line #1 Description Vendor Name Original
Contract
Previous Approved
Amenments and
Permitted Term
Renewals Exercised
Current Quarter
Amendments and
Permitted Term
Renewals
Total Cumulative
Amendments and
Permitted Term
Renewals
Total Revised
Contract
36 Corporate
Services
811183 All CONTRACT NO. 2012-047 -
SUPPLY,
IMPLEMENTATION AND
SUPPORT OF ONE (1)
NETAPP NETWORK
ATTACHED STORAGE
DEVICE AND STORAGE
FOR A THREE (3) YEAR
PERIOD.
ROOT CELLAR
TECHNOLOGIES
INC
$379,712.00 $ 213,771.00 $ 27,765.00 $ 241,536.00 $ 621,248.00
37 Planning &
Infrastructure
Services
813666 All CONTRACT NO. 2009-110
SUPPLY AND OPERATION
OF VARIOUS TYPES OF
SNOW REMOVAL
EQUIPMENT WITHIN THE
CITY OF BRAMPTON (YEAR
6) WEST SIDE
DEFINA HAULAGE
LTD
$312,637.00 $ - $ 312,637.00 $ 312,637.00 $ 625,274.00
38 Planning &
Infrastructure
Services
813664 All CONTRACT NO. 2009-110
SUPPLY AND OPERATION
OF VARIOUS TYPES OF
SNOW REMOVAL
EQUIPMENT WITHIN THE
CITY OF BRAMPTON (YEAR
6) WEST SIDE
DIG CON
INTERNATIONAL
LTD.
$327,458.00 $ - $ 327,458.00 $ 327,458.00 $ 654,916.00
Page 10
8.1-32
"*" denotes local vendor THIRD QUARTER 2015
AMENDMENTS TO CONTRACTS EXCEEDING $100,000 IN CUMULATIVE TOTALQ3 - APPENDIX 9
# Department PO Ward PO Line #1 Description Vendor Name Original
Contract
Previous Approved
Amenments and
Permitted Term
Renewals Exercised
Current Quarter
Amendments and
Permitted Term
Renewals
Total Cumulative
Amendments and
Permitted Term
Renewals
Total Revised
Contract
39 Public Services 811528 ALL RFP2012-024 TO PROVIDE
ELECTRICAL AND
OVERHEAD LIGHTING
DEMAND MAINTENANCE
SERVICE AT VARIOUS CITY
OF BRAMPTON FACILITIES
FOR A THREE (3) YEAR
PERIOD.
HOLLEY ELECTRIC
LTD *
$247,658.00 $ 322,050.00 $ 90,000.00 $ 412,050.00 $ 659,708.00
40 Planning &
Infrastructure
Services
813670 All CONTRACT NO. 2009-110
SUPPLY AND OPERATION
OF VARIOUS TYPE OF
SNOW REMOVAL
EQUIPMENT WITHIN THE
CITY OF BRAMPTON (YEAR
6) WEST SIDE
SIERRA
EXCAVATING
ENTERPRISES INC
$332,900.00 $ - $ 332,900.00 $ 332,900.00 $ 665,800.00
41 Corporate
Services
812520 All MICROSOFT PREMIER
SUPPORT SERVICES
MICROSOFT
CANADA INC
$222,600.00 $ 150,000.00 $ 350,000.00 $ 500,000.00 $ 722,600.00
42 Public Services 810310 All RFP 2011-015 - TO
PROVIDE GASOLINE &
DIESEL FUEL FROM RETAIL
AND/OR COMMERCIAL
LOCATIONS
PETRO-CANADA $325,000.00 $ 520,930.00 $ 20,000.00 $ 540,930.00 $ 865,930.00
Page 11
8.1-33
"*" denotes local vendor THIRD QUARTER 2015
AMENDMENTS TO CONTRACTS EXCEEDING $100,000 IN CUMULATIVE TOTALQ3 - APPENDIX 9
# Department PO Ward PO Line #1 Description Vendor Name Original
Contract
Previous Approved
Amenments and
Permitted Term
Renewals Exercised
Current Quarter
Amendments and
Permitted Term
Renewals
Total Cumulative
Amendments and
Permitted Term
Renewals
Total Revised
Contract
43 Public Services 811742 All TO PROVIDE PLUMBING
SERVICES AT VARIOUS
CITY OF BRAMPTON
FACILITES (GROUP TWO -
WORKS, FIRE, PARKS AND
CORPORATE) FOR A THREE
YEAR PERIOD.
PRICE PLUMBING
& HEATING LTD *
$424,950.00 $ 322,050.00 $ 252,000.00 $ 574,050.00 $ 999,000.00
4,339,214.00$
Page 12
8.1-34
"*" denotes local vendor FOURTH QUARTER 2015
CONTRACTS
GREATER THAN 100K
Q4 - APPENDIX 10
# Lead
Department
PO # Due Date Ward # Bid Call No and Description Vendor Departmental
Estimate
Award Amount Variance Variance Comments
1 Public
Services
813682 2017/10/02 All T2015-066
SUPPLY AND DELIVERY OF ONE
(1) CUSTOM TOP MOUNT CLASS
"A" PUMPER
DEPENDABLE
TRUCK AND TANK
LIMITED *
$ 575,000.00 $ 642,539.00 +8.3% This Variance is considered reasonable.
Although the contract award amount is greater than
the Public Services departmental estimate it is still
within the departmental budget.
2 Planning &
Infrastructure
Services
813683 2017/11/15 7 BID CALL NO. T2015-035
SIDEWALK CONSTRUCTION ON
GATEWAY BOULEVARD, WALKER
DRIVE AND COVENTRY ROAD
WITHIN THE CITY OF BRAMPTON
AQUA TECH
SOLUTIONS INC *
$ 510,000.00 $ 366,858.00 -28.1% The variance may be reflective of a competitive
market.
3 Public
Services
813717 2016/09/30 All REQUEST FOR PROPOSAL CALL
NO. RFP2015-064
SUPPLY AND DELIVERY OF
DANCE RECITAL COSTUMES FOR
A ONE (1) YEAR PERIOD WITHIN
THE CITY OF BRAMPTON
KNIGHTS' CLASSIC
BODYWEAR INC.
$ 134,749.00 $ 134,749.00 N/A Awarded up to Budget Amount.
Rates are firm.
Work shall be awarded up to budget amount.
4 Corporate
Services
813721 2019/10/31 All BID CALL NO. T2015-052
SUPPLY, INSTALLATION AND
MAINTENANCE OF NETAPP
EQUIPMENT WITHIN THE CITY OF
BRAMPTON FOR FOUR YEAR
PERIOD.
ROOT CELLAR
TECHNOLOGIES
CORPORATION
$ 5,000,000.00 $ 5,000,000.00 N/A Begin Procurement
Council Resolution # C094-2015
Awarded up to Budget Amount
5 Public
Services
813732 2018/11/30 All BID CALL NO. T2015-058
TO SUPPLY AND DELIVER DIESEL
EXHAUST FLUID (DEF) TO
BRAMPTON TRANSIT ON AN "AS
AND WHEN REQUIRED" BASIS
FOR A THREE (3) YEAR PERIOD.
BRENNTAG
CANADA INC
$ 250,000.00 $ 171,000.00 -31.6% The Variance may be reflective of a competitive
market.
Open Contract.
Blanket Purchase Order.
6 Planning &
Infrastructure
Services
813763 2018/08/31 4,5,6 BID CALL NO. T2015-071
QUEEN STREET WEST ZUM
IMPROVEMENTS - PHASE II
DOWNTOWN BRAMPTON
TERMINAL TO MOUNT PLEASANT
GO STATION
FOUR SEASONS
SITE
DEVELOPMENT
LTD *
$ 2,550,000.00 $ 2,634,302.00 +3.3% Begin Procurement
Council Resolution # C232-2015
This variance is considered reasonable.
Although the contract award amount is greater than
the Planning & Infrastructure Services
departmental estimate it is still within the
departmental budget.
7 Planning &
Infrastructure
Services
813777 2016/04/30 All BID CALL NO. T2015-093
SUPPLY AND DELIVERY OF FOUR
(4) 19500 GVWR REGULAR CAB
4x4 DIESEL HOOK-LIFT WITH
DUMP BODY, SPREADER BODY
AND V-PLOW FOR THE CITY OF
BRAMPTON
BARRIE CHRYSLER
DODGE JEEP RAM
LTD.
$ 440,000.00 $ 417,124.00 -5.2% This Variance is considered reasonable.
Page 1
8.1-35
"*" denotes local vendor FOURTH QUARTER 2015
CONTRACTS
GREATER THAN 100K
Q4 - APPENDIX 10
# Lead
Department
PO # Due Date Ward # Bid Call No and Description Vendor Departmental
Estimate
Award Amount Variance Variance Comments
8 Corporate
Services
813780 2018/12/14 All BID CALL NO. T2015-079
PUBLIC SECTOR NETWORK (PSN)
DESIGN AND CONSTRUCTION,
INSPECTION, REPAIR,
MAINTENANCE, AND
EMERGENCY SERVICES FOR A
THREE YEAR PERIOD
COMMUNICATIONS
AND CABLING
CONTRACTORS
$ 3,600,000.00 $ 2,895,879.00 -19.6% Begin Procurement
Council Resolution #C018-2014
As this was a cooperative bid with the Peel Region
municipalities, the Brampton award amount only
represents a portion of the total volume of work
being awarded to this vendor. Therefore, all the
municipal partners benefit from a greater volume
discout level than any individual municipality could
achieve on their own.
9 Planning &
Infrastructure
Services
813792 2018/06/30 1 BID CALL NO. T2015-072
SUPPLY AND INSTALLATION OF
AN IRRIGATION SYSTEM TO
INCLUDE RE-SODDING AT DAVE
MORRISON SOCCER FIELD IN
THE CITY OF BRAMPTON
MOPAL
CONSTRUCTION
LTD
$ 300,000.00 $ 449,900.00 +50% The departmental estimate was based on the
consultant's estimate estimated construction cost
done in 2004 to complete the work and the results
are reflective of the current market status.
Although the contract award amount is greater than
the Planning & Infrasturcture Services
departmental estimate it is still within the
departmental budget.
10 Public
Services
813793 2017/12/30 9 BID CALL NO. T2015-097
CONSTRUCTION OF THE NEW
SPRINGDALE LIBRARY AND
NEIGHBOURHOOD PARK AT
10705 BRAMALEA ROAD,
BRAMPTON, ONTARIO.
AQUICON
CONSTRUCTION
CO LTD *
$ 15,456,870.00 $ 14,708,000.00 -4.8% Begin Procurement
Council Resolution No. C225-2013.
This Variance is considered reasonable.
11 Planning &
Infrastructure
Services
813801 2017/03/31 All BID CALL NO. T2015-053
TO PROVIDE TREE
MAINTENANCE SERVICES FOR A
FIFTEEN (15) MONTH PERIOD.
(126600.001)
W.M. WELLER
TREE SERVICE
LTD.
$ 2,500,000.00 $ 1,791,504.00 -3.00% Begin Procurement
Council Resolution # C186-2015
This Variance is considered reasonable.
Open Contract.
Blanket Purchase Order.
12 Planning &
Infrastructure
Services
813815 2016/03/01 All BID CALL NO. T2015-094
SUPPLY AND DELIVERY OF
THREE (3) SPORTS FIELD
ROTARY CUT MOWERS
GC DUKE
EQUIPMENT LTD
$ 177,000.00 $ 149,640.00 -15.50% The variance is due to a purchase of three units
compared to one previous unit, which would
contribute to an overall lower unit cost.
13 Planning &
Infrastructure
Services
813687 2018/09/30 All REQUEST FOR PROPOSAL NO.
RFP2015-004
THE SUPPLY AND INSTALLATION
OF IMPACT ATTENUATING
PLAYGROUND SURFACING
WITHIN THE CITY OF BRAMPTON
FOR A THREE (3) YEAR PERIOD -
(PART C, 2 YEARS)
GROWER'S
CHOICE
LANDSCAPE
PRODUCTS INC.
$ 1,508,574.00 $ 343,560.00 -11.9% Begin Procurement
Council Resolution #C186-2015
This Variance is considered reasonable.
Open Contract
Blanket Purchase Order
813688 2018/09/30 All PART A SOF SURFACES
INC.
$ 1,508,574.00 $ 118,692.00
813689 2018/09/30 All PARTS B AND F. URE-TECH
SURFACES INC.
$ 1,508,574.00 $ 867,004.00
30,690,751.00$
Page 2
8.1-36
"*" denotes local vendor FOURTH QUARTER 2015
CONTRACTS GREATER THAN 100K
"SCHEDULE "B" TO BY-LAW 35-2012 - SINGLE SOURCE"
Q4 - APPENDIX 10
# Lead
Department
PO # Due Date Ward # Bid Call No and Description Vendor Award Amount Explanation
14 Planning &
Infrastructure
Services
0000813706 2016/05/31 All INSTALLATION REMOVAL AND
MAINTENANCE OF WINTER
LIGHTS FOR 2015 - 2016
SEASON
CLASSIC
DISPLAYS *
$ 241,290.00 Bid document was issued late in the
season and vendors could not commit
to the volume of work identified within
the context of the RFP and as a result
no bids were received. Parks
Operations required partial installation
of components identified within the
RFP to assist Parks Operations with
the Winter Lights Installation.
241,290.00$
Page 3
8.1-37
"*" denotes local vendor FOURTH QUARTER 2015
CONTRACTS GREATER THAN 100K
"SCHEDULE "C" TO BY-LAW 35-2012 - SOLE SOURCE"
Q4 - APPENDIX 10
# Lead
Department
PO # Due Date Ward # Bid Call No and Description Vendor Award Amount Explanation
15 Corporate
Services
0000813715 2018/10/31 All OCCUPATIONAL HEALTH
PHYSICIAN
RIDGEWAY
OCCUPATIONAL
CONSULTANTS INC
$ 250,000.00 These services are
required to assist human
Resources in ensuring the
City of Brampton is in
compliance with the
Federal, Provincial and
Municipal Regulations,
Codes, Policies and By-
Laws.
16 Planning &
Infrastructure
Services
0000813716 2015/12/31 10 RELOCATE EXISTING BELL
SERVICES ALONG
COUNTRYSIDE DRIVE FROM
GOREWAY DRIVE TO THE
GORE ROAD.
BELL CANADA $ 109,944.85 For the procurement of
goods or services the
supply of which is
controlled by a Vendor that
is a statutory monopoly.
17 Planning &
Infrastructure
Services
0000813739 2017/12/31 6 TO REMOVE TEMPORARY
POLES AND INSTALL NEW
HYDRO POLES FOR THE
CREDITVIEW CNR GRADE
SEPARATION.
HYDRO ONE
BRAMPTON
NETWORKS INC
$ 300,000.00 Where there is an absence
of competition for technical
reasons and the goods or
services can be supplied
only by a particular vendor
and no alternative or
substitute exists.
18 Planning &
Infrastructure
Services
0000813740 2017/12/31 10 RELOCATION SERVICE
ALONG COUNTRYSIDE
DRIVE BETWEEN GOREWAY
DRIVE AND THE GORE ROAD
HYDRO ONE
BRAMPTON
NETWORKS INC
$ 395,000.00 Where there is an absence
of competition for technical
reasons and the goods or
services can be supplied
only by a particular vendor
and no alternative or
substitute exists.
19 Planning &
Infrastructure
Services
0000813757 2018/08/31 All BID CALL NO. N2015-025
SUPPLY AND DELIVERY OF
WAVETRONIX
SMARTSENSOR MATRIX
RADAR VEHICLE DETECTION
SYSTEMS
FORTRAN TRAFFIC
SYSTEMS LTD
$ 628,500.00 The most advanced radar
detection system that the
City has tested.
Page 4
8.1-38
"*" denotes local vendor FOURTH QUARTER 2015
CONTRACTS GREATER THAN 100K
"SCHEDULE "C" TO BY-LAW 35-2012 - SOLE SOURCE"
Q4 - APPENDIX 10
# Lead
Department
PO # Due Date Ward # Bid Call No and Description Vendor Award Amount Explanation
20 Planning &
Infrastructure
Services
0000813803 2020/12/31 All MAINTENANCE OF OBRAG
RAILWAY
CANDO RAIL
SERVICES LTD
$ 332,020.00 As per the Board Order
with Transport Canada,
The City of Brampton is
financially responsible to
the Orangeville Brampton
Rail Access Group
(OBRAG) for the monthly
maintenance of 13 level
railroad crossings.
21 Planning &
Infrastructure
Services
0000813806 2020/12/31 All MAINTENANCE OF CN RAIL
LINE (2016 WEST)
CANADIAN
NATIONAL
RAILWAY
COMPANY
$ 239,500.00 As per the Board Order
with Transport Canada,
The City of Brampton is
financially responsible to
Canadian National Railway
Co. for the monthly
maintenance of 9 level
railroad crossings.
22 Planning &
Infrastructure
Services
0000813816 2018/08/31 1,5,6 BID CALL NO. N2015-015
CONTRACT
ADMINISTRATION/
INSPECTION AND
COMMISSIONING SERVICES
FOR THE PHASE II ZÜM
STATION STOP
FABRICATION, AND
INSTALLATION CONTRACT –
QUEEN STREET WEST
(DOWNTOWN TRANSIT
TERMINAL TO MOUNT
PLEASANT GO STATION)
MMM GROUP
LIMITED
$ 134,485.00 This vendor undertook
Phase I. Retaining this
vendor to proceed with the
Phase II will ensure
compatibility with existing
products, services, and
contruction methods used
in Phase I.
Page 5
8.1-39
"*" denotes local vendor FOURTH QUARTER 2015
CONTRACTS GREATER THAN 100K
"SCHEDULE "C" TO BY-LAW 35-2012 - SOLE SOURCE"
Q4 - APPENDIX 10
# Lead
Department
PO # Due Date Ward # Bid Call No and Description Vendor Award Amount Explanation
23 Public
Services
0000813802 2018/12/31 All BID CALL NO. N2015-030
PREVENTATIVE AND
DEMAND MAINTENANCE
SERVICE FOR THE
JOHNSON CONTROLS
METASYS BUILDING
AUTOMATION SYSTEM AT
VARIOUS FACILITIES FOR A
THREE YEAR PERIOD,
WITHIN CITY OF BRAMPTON.
JOHNSON
CONTROLS LTD
T6067
$ 450,633.45 Required to provide the
preventative and demand
maintenance service for the
Johnson Controls MetaSys
Building Automation
System (BAS) installed at
various facilities. Johnson
Controls is the sole
authorized service provider
for preventative
maintenance and demand
maintenance.
2,840,083.30$
Page 6
8.1-40
"*" denotes local vendor FOURTH QUARTER 2015
CONSULTING CONTRACTS
GREATER THAN 100K
Q4 - APPENDIX 11
# Lead
Department
PO # Due Date Ward # Bid Call No and Description Vendor Departmental
Estimate
Award Amount Variance Variance Comments
1 Planning &
Infrastructure
Services
813700 2017/12/31 8, 10 REQUEST FOR PROPOSAL CALL
NO. RFP2015-016
ENVIRONMENTAL ASSESSMENT
STUDY FOR THE ARTERIAL ROAD
NETWORK WITHIN THE HIGHWAY
427 INDUSTRY SECONDARY PLAN
AREA (AREA 47), CITY OF
BRAMPTON
AMEC FOSTER
WHEELER
ENVIRONMENT &
$ 2,200,000.00 $ 1,308,563.00 -40.5% Begin Procurement
Council Resolution No. C201-2014
The departmental price estimate was
based on past prices for similar
projects. The difference in the
departmental estimate and the
awarded price is due to economy of
scale achieved by combining the five
roads into one single study as well as
the competition in the market.
2 Planning &
Infrastructure
Services
813704 2017/12/31 8 REQUEST FOR PROPOSAL NO.
RFP2015-039
CONSULTING SERVICES FOR
DETAILED DESIGN OF
STRUCTURAL WORKS - GOREWAY
DRIVE WIDENING AND
RECONSTRUCTION BETWEEN
HUMBERWEST PARKWAY AND
CASTLEMORE ROAD, CITY OF
BRAMPTON
PLANMAC
ENGINEERING
INC
$ 100,000.00 $ 103,845.00 +3.8% This Variance is considered
reasonable.
3 Corporate
Services
813712 2018/10/31 All REQUEST FOR PROPOSAL NO.
RFP2015-002
INFORMATION TECHNOLOGY
TECHNICAL WRITER ON AN AS
REQUIRED BASIS FOR 3-YEAR
PERIOD, THE CITY OF BRAMPTON
BUCHANAN
TECHNOLOGIES
LTD.
$ 200,000.00 $ 207,900.00 +4% This Variance is considered
reasonable.
Although the contract award amount is
greater than the Corporate Services
departmental estimate it is still within
the departmental budget.
4 Planning &
Infrastructure
Services
813724 2017/12/31 8, 10 REQUEST FOR PROPOSAL NO.
RFP2015-056
CONSULTING SERVICES FOR
DETAILED DESIGN OF
ENVIRONMENTAL WORKS FOR
GOREWAY DRIVE WIDENING AND
RECONSTRUCTION BETWEEN
HUMBERWEST PARKWAY AND
CASTLEMORE ROAD.
AMEC FOSTER
WHEELER
ENVIRONMENT &
$ 255,000.00 $ 196,778.00 -22.8% The Proposal received from Amec
Foster Wheeler Environment &
Infrastructure is below the department's
estimate and staff feels that a
competitive price was received. The
recommended Vendor is familiar with
the project and has completed studies
in the area which could be attributable
to the competitive price.
5 Public
Services
813759 2016/12/31 8,7,3,5,
4
REQUEST FOR PROPOSAL NO.
RFP2015-029
CONSULTING SERVICES TO
DEVELOP A QUEEN STREET RAPID
TRANSIT CORRIDOR MASTER
PLAN FOR THE CITY OF
BRAMPTON
HDR
CORPORATION
$ 1,200,000.00 $ 1,056,701.00 -11.9% Begin Procurement
Council Resolution # C202-2014
This Variance is considered
reasonable.
Page 1
8.1-41
"*" denotes local vendor FOURTH QUARTER 2015
CONSULTING CONTRACTS
GREATER THAN 100K
Q4 - APPENDIX 11
# Lead
Department
PO # Due Date Ward # Bid Call No and Description Vendor Departmental
Estimate
Award Amount Variance Variance Comments
6 Public
Services
813775 2016/12/31 All REQUEST FOR PROPOSAL NO.
RFP2015-031
CONSULTING SERVICES TO
DEVELOP AN ASSET
MANAGEMENT PLAN FOR THE
CITY OF BRAMPTON
GHD LIMITED $ 365,000.00 $ 144,483.00 -60.4% The variance may be reflective of a
competitive market.
7 Public
Services
813760 2018/11/30 All REQUEST FOR PROPOSAL CALL
NO. RFP2015-024
ARCHITECTURAL CONSULTING
SERVICES ON AN AS AND WHEN
REQUIRED BASIS FOR VARIOUS
PROJECTS WITHIN THE CITY OF
BRAMPTON FOR A THREE (3) YEAR
TERM.
ATA ARCHITECTS
INC
$ 975,000.00 $ 325,000.00 N/A Open Contract.
Blanket Purchase Order.
813761 STEVENS
BURGESS
ARCHITECTS LTD
$ 975,000.00 $ 325,000.00
813762 KINGSLAND &
ARCHITECTS INC
$ 975,000.00 $ 325,000.00
3,993,270.00$
Page 2
8.1-42
"*" denotes local vendor FOURTH QUARTER 2015
CONSULTING CONTRACTS GREATER THAN 100K
"SCHEDULE "C" TO BY-LAW 35-2012 - SOLE SOURCE
Q4 - APPENDIX 11
# Lead
Department
PO # Due Date Ward # Bid Call No and Description Vendor Award Amount Explanation
8 Public
Services
0000813701 2018/09/30 3 BID CALL NO. N2015-021
CONSULTING SERVICES FOR RETAIL
IMPROVEMENT AT CITY HALL WEST
TOWER, 41 GEORGE STREET SOUTH
AND 33 QUEEN STREET WEST,
BRAMPTON, ONTARIO. - PART A -
LANDLORD IMPROVEMENTS TO
RETAIL SPACE.
ZEIDLER
PARTNERSHIP
ARCHITECTS
$ 236,870.00 Council Resolution #C233-2015
236,870.00$
Page 3
8.1-43
"*" denotes local vendor FOURTH QUARTER 2015
EMERGENCY CONTRACTSQ4 - APPENDIX 12
# Lead
Department
PO # PO
Dispatch
Date
Due Date Ward # Bid Call No and Description Vendor Award Amount Explanation
1 Planning &
Infrastructure
Services
0000813738 2015/11/17 2015/11/13 3 CONDUIT AND OUTLET
INSTALLATION AT
FLOWER CITY
COMMUNITY CAMPUS
AND CITY HALL.
HOLLEY
ELECTRIC LTD
*
$ 44,570.86 work had to done
immediately to comply with
Ontario Electrical code due
to health and safety
2 Public
Services
0000813718 2015/12/09 2015/10/27 9 YORK ROOF TOP
HEATING UNIT- MODEL
ZF060 (COMPLETE WITH
CURB ADAPTER,
ECONOMIZER, P-TRAP
AND RELIEF AIR HOOD)
FOR TRINITY BUS
TERMINAL
XTRA
MECHANICAL
LIMITED *
$ 10,882.16 To facilitate the
replacement of the unit
heater at one of the
terminal buildings with a
cracked heat exchanger.
This heater is the only
source of heat for this
building.
3 Public
Services
0000813726 2015/12/10 2015/11/04 3 EMERGENCY ROOF
FLASHING AND
MEMBRANE REPAIRS TO
COUNCIL BALCONY
EILEEN
ROOFING INC
$ 9,800.00 Water leaks and damages
into the Council offices:
repairs had to be completed
as quickly as possible to
prevent further damage to
the building and to prevent
any potential mould growth.
4 Public
Services
0000813727 2015/12/10 2015/11/05 3 MEMBRANE AND
FLASHING REPAIRS -
CAO'S OFFICE
ONYX
ROOFING
LIMITED
$ 9,400.00 Water leaks and damages
into the CAO Offices:
repairs had to be completed
to prevent further damage
to the building and to
preven any potential mould
growth.
5 Public
Services
0000813730 2015/11/17 2015/11/17 8 EMERGENCY REPAIRS
TO INSTALL METAL
GRATE COVER, LADDER
AND STEEL WORKING
PLATFORM (WITH
LADDER) TO LIFTS 1 AND
2 AT CHINGUACOUSY SKI
HILL
LIFTSAFE
FALL
PROTECTION
INC
$ 8,287.90 Emergency is required to
address the immediate slip,
trip and fall hazards present
at the Ching Park Ski lift -
top sections
Page 1
8.1-44
"*" denotes local vendor FOURTH QUARTER 2015
EMERGENCY CONTRACTSQ4 - APPENDIX 12
# Lead
Department
PO # PO
Dispatch
Date
Due Date Ward # Bid Call No and Description Vendor Award Amount Explanation
6 Public
Services
0000813800 2015/12/11 2015/12/11 7 EMERGENCY WATER
MAIN BREAK REPAIR AT
VICTORIA PARK ARENA
VIC'S
PLUMBING &
HEATING CO.,
DIVISION
$ 15,820.00 Emergency repairs were
needed to stop the water
damage to the pavement
and sub-strata causing a
sink hole and structural
weakness to the south east
corner of the building.
98,760.92$
Page 2
8.1-45
"*" denotes local vendor FOURTH QUARTER 2015
CONTRACT LESS THAN $1 MILLION THAT EXCEED $1 MILLION WITH AMENDMENTSQ4 - APPENDIX 13
# Department PO Ward PO Line #1 Description Vendor Name Original
Contract
Previous
Approved
Amenments and
Permitted Term
Renewals
Exercised
Current
Quarter
Amenments
and Permitted
Term Renewals
Total
Cumulative
Amendments
Total Revised
Contract
1 Corporate
Services
811514 All ANNUAL MAINTENANCE AND
SUPPORT OF THE
INFORESPONSE SOFTWARE
ON THE WINTEL SERVERS
INFORMATION
BUILDERS
$160,045.00 $ 343,035.00 $ 529,989.00 $ 873,024.00 $ 1,033,069.00
2 Planning &
Infrastructure
Services
813341 All BID CALL NO. T2015-039
STREET AND PARKING LOT
SWEEPING SERVICES WITHIN
THE CITY OF BRAMPTON FOR
ONE YEAR PERIOD FOR AREAS
1,2,3 AND 4.
A & G ROAD
CLEANERS LTD
$486,611.00 $ - $ 578,483.00 $ 578,483.00 $ 1,065,094.00
3 Planning &
Infrastructure
Services
812251 All CONTRACT NO. 2013-001
TO PROVIDE TREE PRUNING
AND REMOVAL SERVICES FOR
THE CITY OF BRAMPTON ON
AS AND WHEN REQUIRED
BASIS FOR A TWO (2) YEAR
PERIOD - OPTION A
DAVEY TREE
EXPERT CO OF
CANADA
$437,208.00 $ 585,700.00 $ 45,000.00 $ 630,700.00 $ 1,067,908.00
4 Public Services 811835 All PRESTO EQUIPMENT AND
INSTALLS
METROLINX $729,000.00 $ 721,523.00 $ (13,397.00) $ 708,126.00 $ 1,437,126.00
5 Corporate
Services
812496 All PROFESSIONAL SERVICES FOR
CSP SHAREPOINT UPGRADE
MICROSOFT
CANADA INC
$191,196.00 $ - $ 1,545,752.00 $ 1,545,752.00 $ 1,736,948.00
6 Public Services 812166 2, 3 ENGINE REBUILD AND
REPAIRS
MISSISSAUGA
BUS, COACH &
TRUCK
$280,000.00 $ 994,600.00 $ 505,000.00 $ 1,499,600.00 $ 1,779,600.00
Page 1
8.1-46
"*" denotes local vendor FOURTH QUARTER 2015
CONTRACT LESS THAN $1 MILLION THAT EXCEED $1 MILLION WITH AMENDMENTSQ4 - APPENDIX 13
# Department PO Ward PO Line #1 Description Vendor Name Original
Contract
Previous
Approved
Amenments and
Permitted Term
Renewals
Exercised
Current
Quarter
Amenments
and Permitted
Term Renewals
Total
Cumulative
Amendments
Total Revised
Contract
7 Planning &
Infrastructure
Services
812192 All CONT. 2013-020 CATCH BASIN
CLEANING/MATERIAL
RECYCLING & STORM SEWER
FLUSHING/REAMING WITHIN
THE CITY OF BRAMPTON FOR
A NINE (9) MONTH PERIOD
FLOW-KLEEN
TECHNOLOGY
LTD
$572,000.00 $ 1,738,800.00 $ 78,616.00 $ 1,817,416.00 $ 2,389,416.00
8 Public Services 809762 All ACCIDENT DAMAGE REPAIRS,
BODY AND STRUCTURE
MAINTENANCE, REPAIRS &
REFINISHING
MTB TRANSIT
SOLUTIONS INC
$950,000.00 $ 1,433,960.00 $ 96,148.00 $ 1,530,108.00 $ 2,480,108.00
3,365,591.00$
Page 2
8.1-47
"*" denotes local vendor FOURTH QUARTER 2015
AMENDMENTS TO CONTRACTS EXCEEDING $100,000 IN CUMULATIVE TOTALQ4 - APPENDIX 14
# Department PO Ward PO Line #1 Description Vendor Name Original
Contract
Previous
Approved
Amenments and
Permitted Term
Renewals
Exercised
Current
Quarter
Amendments
and Permitted
Term Renewals
Total
Cumulative
Amendments
and Permitted
Term Renewals
Total Revised
Contract
1 Planning &
Infrastructure
Services
812614 4 DOWNTOWN FLUSHING &
SWEEPING
A & G ROAD
CLEANERS LTD
$ 32,040.00 $ 54,240.00 $ 50,000.00 $ 104,240.00 $ 136,280.00
2 Public Services 812276 All TO SUPPLY AND DELIVER
VARIOUS FOOD OPTIONS AND
INNOVATIVE FOOD PRODUCTS
SYSCO FOOD
SERVICES
$ 25,000.00 $ 108,450.00 $ 30,000.00 $ 138,450.00 $ 163,450.00
3 Planning &
Infrastructure
Services
811260 6 QUOTATION NO. Q2012-25 TO
PROVIDE LANDSCAPE
ARCHITECTURAL CONSULTING
SERVICES FOR THE
DEVELOPMENT OF ACTIVITY
HUB AND ENTRANCE,
CREDITVIEW PARK, CITY OF
BRAMPTON.
BAKER TURNER INC $ 67,100.00 $ 73,450.00 $ 38,000.00 $ 111,450.00 $ 178,550.00
4 Public Services 812569 All FOR THE SUPPLY AND
DELIVERY OF FOOD
PRODUCTS TO VARIOUS
FACILITIES IN THE CITY OF
BRAMPTON
FOODLAND $ 15,840.00 $ 91,950.00 $ 75,000.00 $ 166,950.00 $ 182,790.00
5 Planning &
Infrastructure
Services
812170 All CONTRACT NO. 2013-052
SUPPLY AND DELIVERY OF
TRAFFIC SIGNS, SIGN
MATERIALS AND PARTS ON
AN AS AND WHEN REQUIRED
BASIS FOR A ONE (1) YEAR
PERIOD, CITY OF BRAMPTON -
PART A
4M
MANUFACTURING
INC O/A
MECHANICAL
$ 60,633.00 $ 117,580.00 $ 15,000.00 $ 132,580.00 $ 193,213.00
Page 1
8.1-48
"*" denotes local vendor FOURTH QUARTER 2015
AMENDMENTS TO CONTRACTS EXCEEDING $100,000 IN CUMULATIVE TOTALQ4 - APPENDIX 14
# Department PO Ward PO Line #1 Description Vendor Name Original
Contract
Previous
Approved
Amenments and
Permitted Term
Renewals
Exercised
Current
Quarter
Amendments
and Permitted
Term Renewals
Total
Cumulative
Amendments
and Permitted
Term Renewals
Total Revised
Contract
6 Corporate
Services
810881 All SUPPLY AND DELIVERY OF
VARIOUS SAFETY SHOES AND
BOOTS
MISTER SAFETY
SHOES INC
$ 20,852.00 $ 163,383.00 $ 16,500.00 $ 179,883.00 $ 200,735.00
7 Planning &
Infrastructure
Services
811734 All CONTRACT NO. 2012-104
SUPPLY AND DELIVERY OF
WINTER SAND FOR THE CITY
OF BRAMPTON ON AN AS AND
WHEN REQUIRED BASIS FOR A
THREE (3) YEAR PERIOD
CANADA BUILDING
MATERIALS
$ - $ 98,713.00 $ 104,003.00 $ 202,716.00 $ 202,716.00
8 Public Services 809100 All CONTRACT NO. 2010-094,
TOWING SERVICES FOR CITY
OF BRAMPTON VEHICLES
(TRANSIT DIVISION), PART B
J A TOWING
(BRAMPTON)
LIMITED *
$ 61,607.00 $ 112,745.00 $ 40,000.00 $ 152,745.00 $ 214,352.00
9 Public Services 808922 All Q2010-13
TRANSIT PASSENGER SHELTER
GLASS/ADVERTISING CAISSON
GLASS REPLACEMENT AND
SHELTER RELOCATION
SERVICES AT VARIOUS CITY OF
BRAMPTON LOCATIONS.
GRIGSBY DAVIS
INDUSTRIES
INCORPORATED
$ 81,300.00 $ 141,250.00 $ (3,235.00) $ 138,015.00 $ 219,315.00
10 Planning &
Infrastructure
Services
809244 All Q2010-50, VARIOUS GENERAL
VEHICLE MAINTENANCE AND
REPAIR SERVICES - FLEET
DIVISION (2011)
SUPREME AUTO
SERVICE / PEEL TIRE
*
$ 47,705.00 $ 141,870.00 $ 30,000.00 $ 171,870.00 $ 219,575.00
Page 2
8.1-49
"*" denotes local vendor FOURTH QUARTER 2015
AMENDMENTS TO CONTRACTS EXCEEDING $100,000 IN CUMULATIVE TOTALQ4 - APPENDIX 14
# Department PO Ward PO Line #1 Description Vendor Name Original
Contract
Previous
Approved
Amenments and
Permitted Term
Renewals
Exercised
Current
Quarter
Amendments
and Permitted
Term Renewals
Total
Cumulative
Amendments
and Permitted
Term Renewals
Total Revised
Contract
11 Corporate
Services
810741 All Q2011-02 - RECORDS
STORAGE
SERVICES FOR A THREE (3)
YEAR PERIOD.
IRON MOUNTAIN
CANADA
OPERATIONS ULC
$ 116,206.00 $ 75,000.00 $ 30,000.00 $ 105,000.00 $ 221,206.00
12 Planning &
Infrastructure
Services
812171 All CONTRACT NO. 2013-052
SUPPLY AND DELIVERY OF
TRAFFIC SIGNS, SIGN
MATERIALS AND PARTS ON
AN AS AND WHEN REQUIRED
BASIS FOR A ONE (1) YEAR
PERIOD, CITY OF BRAMPTON -
PART B
4M
MANUFACTURING
INC O/A
MECHANICAL
$ 36,904.00 $ 139,356.00 $ 50,474.00 $ 189,830.00 $ 226,734.00
13 Planning &
Infrastructure
Services
810338 All SUPPLY AND DELIVERY OF
VARIOUS WINTERLIGHTS
CLASSIC DISPLAYS
*
$ 42,758.00 $ 197,950.00 $ 15,000.00 $ 212,950.00 $ 255,708.00
14 Public Services 813232 7 BID CALL NO. T2014-073-
SUPPLY AND INSTALLATION
OF A NEW SPRINKLER SYSTEM
AND EMERGENCY LIGHTING
SYSTEM AT JAMES F.
MCCURRY VICTORIA PARK
ARENA, 20 VICTORIA
CRESCENT, BRAMPTON,
ONTARIO - PHASE ONE
M-L FIRE &
BURGLARY ALARMS
LTD.
$ 151,872.00 $ 86,215.00 $ 18,000.00 $ 104,215.00 $ 256,087.00
Page 3
8.1-50
"*" denotes local vendor FOURTH QUARTER 2015
AMENDMENTS TO CONTRACTS EXCEEDING $100,000 IN CUMULATIVE TOTALQ4 - APPENDIX 14
# Department PO Ward PO Line #1 Description Vendor Name Original
Contract
Previous
Approved
Amenments and
Permitted Term
Renewals
Exercised
Current
Quarter
Amendments
and Permitted
Term Renewals
Total
Cumulative
Amendments
and Permitted
Term Renewals
Total Revised
Contract
15 Public Services 810668 All CONTRACT NO. 2011-078
FOR SUPPLY AND DELIVERY OF
VARIOUS TABLES AND CHAIRS
TO NUMEROUS CITY OF
BRAMPTON LOCATIONS FOR A
TWO (2) YEAR PERIOD.
PART C - DOME BACK
BANQUET STACKING CHAIRS
AND POOL LOUNGE CHAIRS
SCHOOLHOUSE
PRODUCTS INC
$ 83,637.00 $ 169,500.00 $ 20,000.00 $ 189,500.00 $ 273,137.00
16 Planning &
Infrastructure
Services
812701 All BID CALL NO. T2014-038
MATERIALS TESTING ON AN
AS AND WHEN REQUIRED
BASIS FOR A TWO (2) YEAR
PERIOD WITHIN THE CITY OF
BRAMPTON.
ENGTEC
CONSULTING INC
$ 87,350.00 $ 98,706.00 $ 87,350.00 $ 186,056.00 $ 273,406.00
17 Public Services 810569 All CONTRACT NO. 2011-046
TO PROVIDE AN "EXCHANGE"
SERVICE OF VARIOUS
ELECTRICAL COMPONENTS
FOR TRANSIT BUSES AND
VARIOUS CITY VEHICLES FOR A
TWO (2) YEAR PERIOD - PART
A, TRANSIT DIVISION
KEYSTONE
ALTERNATORS &
STARTERS
$ 59,836.00 $ 179,160.00 $ 40,000.00 $ 219,160.00 $ 278,996.00
Page 4
8.1-51
"*" denotes local vendor FOURTH QUARTER 2015
AMENDMENTS TO CONTRACTS EXCEEDING $100,000 IN CUMULATIVE TOTALQ4 - APPENDIX 14
# Department PO Ward PO Line #1 Description Vendor Name Original
Contract
Previous
Approved
Amenments and
Permitted Term
Renewals
Exercised
Current
Quarter
Amendments
and Permitted
Term Renewals
Total
Cumulative
Amendments
and Permitted
Term Renewals
Total Revised
Contract
18 Planning &
Infrastructure
Services
809395 All CONTRACT NO. 2010-128
MICROFILMING & SCANNING
TO PDF SERVICES FOR
BUILDING PERMIT DRAWINGS
HYBRID DOCUMENT
SYSTEMS INC
$ 67,799.00 $ 167,805.00 $ 49,500.00 $ 217,305.00 $ 285,104.00
19 Public Services 808767 All CONTRACT 2010-078, DIESEL
EXHAUST FLUID (DEF)
RECOCHEM INC $ 117,000.00 $ 152,140.00 $ 20,000.00 $ 172,140.00 $ 289,140.00
20 Public Services 811837 All RFP2012-067
HIRING OF TWO (2)
CONSULTANTS TO PROVIDE
INSPECTION AND TESTING
SERVICES FOR DESIGNATED
SUBSTANCES ON AN AS AND
WHEN REQUESTED BASIS FOR
A TWO YEAR PERIOD.
ECOH
MANAGEMENT INC
$ 176,991.00 $ 34,517.00 $ 95,000.00 $ 129,517.00 $ 306,508.00
21 Corporate
Services
813354 All TO PROVIDE CONSULTING
SERVICES TO DESIGN,
DEVELOP AND CONFIGURE
THE ITSM
KIFINTI SOLUTIONS
INC
$ 79,800.00 $ 104,500.00 $ 122,550.00 $ 227,050.00 $ 306,850.00
Page 5
8.1-52
"*" denotes local vendor FOURTH QUARTER 2015
AMENDMENTS TO CONTRACTS EXCEEDING $100,000 IN CUMULATIVE TOTALQ4 - APPENDIX 14
# Department PO Ward PO Line #1 Description Vendor Name Original
Contract
Previous
Approved
Amenments and
Permitted Term
Renewals
Exercised
Current
Quarter
Amendments
and Permitted
Term Renewals
Total
Cumulative
Amendments
and Permitted
Term Renewals
Total Revised
Contract
22 Public Services 810340 All RFP2011-038
TO PROVIDE ARCHITECTURAL
SERVICES FOR THE DESIGN
AND CONTRACT
ADMINISTRATION SERVICES
FOR VARIOUS PROJECTS ON
AN AS AND WHEN REQUIRED
BASIS FOR THE CITY OF
BRAMPTON FOR A TWO YEAR
PERIOD.
KINGSLAND &
ARCHITECTS INC
$ 176,991.00 $ 56,500.00 $ 75,000.00 $ 131,500.00 $ 308,491.00
23 Public Services 810509 All CONTRACT NO. 2011-038
SUPPLY AND PICK UP AND/OR
SUPPLY AND DELIVERY OF
VARIOUS AUTOMOTIVE AND
BUS BATTERIES FOR A TWO (2)
YEAR PERIOD - PART C
BOLTON AUTO
PARTS INC
$ 81,280.00 $ 171,160.00 $ 60,000.00 $ 231,160.00 $ 312,440.00
24 Public Services 810799 All CONTRACT NO. 2011-078
SUPPLY AND DELIVERY OF
VARIOUS TABLES AND CHAIRS
TO NUMEROUS CITY OF
BRAMPTON LOCATIONS FOR A
TWO (2) YEAR PERIOD.
PART A - FOLDING TABLES
AND CARD TABLES
MIDWAY SEATING &
SUPPLY INC
$ 101,080.00 $ 169,500.00 $ 55,000.00 $ 224,500.00 $ 325,580.00
Page 6
8.1-53
"*" denotes local vendor FOURTH QUARTER 2015
AMENDMENTS TO CONTRACTS EXCEEDING $100,000 IN CUMULATIVE TOTALQ4 - APPENDIX 14
# Department PO Ward PO Line #1 Description Vendor Name Original
Contract
Previous
Approved
Amenments and
Permitted Term
Renewals
Exercised
Current
Quarter
Amendments
and Permitted
Term Renewals
Total
Cumulative
Amendments
and Permitted
Term Renewals
Total Revised
Contract
25 Planning &
Infrastructure
Services
813381 All BID CALL NO. T2015-026 -
SIDEWALK REPAIRS
"MUDJACKING" FOR A ONE (1)
YEAR PERIOD WITHIN THE
CITY OF BRAMPTON - WEST.
1338568 ONTARIO
INC O/A WINSOM
$ 173,600.00 $ 50,000.00 $ 120,000.00 $ 170,000.00 $ 343,600.00
26 Planning &
Infrastructure
Services
812134 All CONTRACT NO. 2013-044
SUPPLY AND INSTALLATION
OF WOOD FIBRE
PLAYGROUND SURFACING ON
AN AS AND WHEN REQUIRED
BASIS WITHIN THE CITY OF
BRAMPTON FOR A THREE
YEAR PERIOD.
GROWER'S CHOICE
LANDSCAPE
PRODUCTS INC.
$ 208,322.00 $ - $ 150,000.00 $ 150,000.00 $ 358,322.00
27 Corporate
Services
812012 All CONTRACT NO. 2013-046
CITRIX GOLD OR PLATINUM
CERTIFIED PARTNERS FOR THE
IMPLEMENTATION SERVICES
OF CITRIX XENAPP,
XENDESKTOP AND NETSCALER
GIBRALTAR
SOLUTIONS
$ 135,640.00 $ 311,598.00 $ 50,000.00 $ 325,750.00 $ 461,390.00
28 Planning &
Infrastructure
Services
813328 All T2015-013
LANDSCAPE MAINTENANCE
SERVICES AT VARIOUS CITY OF
BRAMPTON LOCATIONS FOR
FIVE YEAR PERIOD FOR AREA
6.
CORNERSTONE
LANDSCAPING LTD
*
$ 322,834.00 $ - $ 114,248.00 $ 114,248.00 $ 437,082.00
Page 7
8.1-54
"*" denotes local vendor FOURTH QUARTER 2015
AMENDMENTS TO CONTRACTS EXCEEDING $100,000 IN CUMULATIVE TOTALQ4 - APPENDIX 14
# Department PO Ward PO Line #1 Description Vendor Name Original
Contract
Previous
Approved
Amenments and
Permitted Term
Renewals
Exercised
Current
Quarter
Amendments
and Permitted
Term Renewals
Total
Cumulative
Amendments
and Permitted
Term Renewals
Total Revised
Contract
29 Public Services 811925 All FOR THE SUPPLY AND PICK UP
OF SUMMER HOT MIX
ASPHALT
GRAHAM BROS
CONSTRUCTION LTD
*
$ 60,001.00 $ 335,034.00 $ 42,775.00 $ 377,809.00 $ 437,810.00
30 Planning &
Infrastructure
Services
813661 All CONTRACT NO. 2009-110
SUPPLY AND OPERATION OF
VARIOUS TYPES OF SNOW
REMOVAL EQUIPMENT FOR A
SEVEN (7) YEAR PERIOD
WITHIN THE CITY OF
BRAMPTON.
BONUM
CONTRACTING INC
$ 221,910.00 $ - $ 272,644.00 $ 1,354,863.00 $1,576,773.00
31 Planning &
Infrastructure
Services
813662 All CONTRACT NO. 2009-110
SUPPLY AND OPERATION OF
VARIOUS TYPES OF SNOW
REMOVAL EQUIPMENT
WITHIN THE CITY OF
BRAMPTON (YEAR 6) WEST
SIDE
LANDTEK
CONTRACTING INC
$ 204,960.00 $ - $ 292,640.00 $ 1,305,157.00 $1,510,117.00
32 Planning &
Infrastructure
Services
810004 All CONTRACT NO. 2011-017
SUPPLY AND DELIVERY OF
READY MIX CONCRETE FOR
THE CITY OF BRAMPTON FOR
A TWO (2) YEAR PERIOD
ML READY MIX
CONCRETE INC
$ 176,887.00 $ 407,021.00 $ 12,775.00 $ 419,796.00 $ 596,683.00
33 Corporate
Services
810792 All LICENSING AND ANNUAL
MAINTENANCE FOR THE
BENTLEY SOFTWARE SUITE
BENTLEY SYSTEMS,
INC
$ 68,534.00 $ 436,684.00 $ 126,735.00 $ 563,419.00 $ 631,953.00
Page 8
8.1-55
"*" denotes local vendor FOURTH QUARTER 2015
AMENDMENTS TO CONTRACTS EXCEEDING $100,000 IN CUMULATIVE TOTALQ4 - APPENDIX 14
# Department PO Ward PO Line #1 Description Vendor Name Original
Contract
Previous
Approved
Amenments and
Permitted Term
Renewals
Exercised
Current
Quarter
Amendments
and Permitted
Term Renewals
Total
Cumulative
Amendments
and Permitted
Term Renewals
Total Revised
Contract
34 Planning &
Infrastructure
Services
812212 All REMOVAL OF WASHED
CONCRETE SAND, SUPPLY AND
INSTALLATION OF CSA
COMPLIANT GRANITE SAND
AT VARIOUS PLAYGROUNDS
WITHIN THE CITY OF
BRAMPTON
HUTCHESON SAND
& GRAVEL LTD.
$ 171,900.00 $ 309,050.00 $ 185,000.00 $ 494,050.00 $ 665,950.00
35 Corporate
Services
813555 All BID CALL NO. T2015-065
TO SUPPLY AND INSTALL IBM
TAPE LIBRARY AND PROVIDE
MAINTENANCE FOR EXISTING
IBM EQUIPMENT WITHIN THE
CITY OF BRAMPTON FOR A
THREE YEAR PERIOD.
MID-RANGE
COMPUTER GROUP
INC
$ 491,371.00 $ 1.00 $ 193,239.00 $ 193,240.00 $ 684,611.00
36 Planning &
Infrastructure
Services
810607 All CONTRACT NO. 2011-007
SUPPLY AND DELIVERY OF BIO-
DIESEL FUEL - FLEET
CANADA CLEAN
FUELS
$ 84,518.00 $ 576,101.00 $ 40,000.00 $ 616,101.00 $ 700,619.00
37 Public Services 811797 All AQUATIC PROGRAM SUPPLIES LIFESAVING SOCIETY $ 340,000.00 $ 192,100.00 $ 200,000.00 $ 392,100.00 $ 732,100.00
38 Planning &
Infrastructure
Services
813660 All CONTRACT NO. 2009-110
SUPPLY AND OPERATION OF
VARIOUS TYPES OF SNOW
REMOVAL EQUIPMENT
WITHIN THE CITY OF
BRAMPTON WEST SIDE.
R-CON
CONTRACTING INC
$ 233,108.00 $ - $ 382,737.00 $ 1,609,450.00 $1,842,558.00
Page 9
8.1-56
"*" denotes local vendor FOURTH QUARTER 2015
AMENDMENTS TO CONTRACTS EXCEEDING $100,000 IN CUMULATIVE TOTALQ4 - APPENDIX 14
# Department PO Ward PO Line #1 Description Vendor Name Original
Contract
Previous
Approved
Amenments and
Permitted Term
Renewals
Exercised
Current
Quarter
Amendments
and Permitted
Term Renewals
Total
Cumulative
Amendments
and Permitted
Term Renewals
Total Revised
Contract
39 Planning &
Infrastructure
Services
813606 8 RFP2008-092 - RETAINING A
CONSULTANT TO PROVIDE
DETAILED ENGINEERING
DESIGN FOR THE EXTENSION
OF COTTRELLE BOULEVARD
FROM HUMBERWEST
PARKWAY TO GOREWAY
DRIVE.
SNC-LAVALIN INC $ 106,213.00 $ - $ 690,806.00 $ 690,806.00 $ 797,019.00
40 Planning &
Infrastructure
Services
811526 All RFP2012-024-TO PROVIDE
ELECTRICAL AND OVERHEAD
LIGHTING DEMAND
MAINTENANCE SERVICES AT
VARIOUS CITY OF BRAMPTON
PARKS FOR A THREE (3) YEAR
PERIOD.
HOLLEY ELECTRIC
LTD *
$ 647,070.00 $ 49,155.00 $ 150,000.00 $ 199,155.00 $ 846,225.00
41 Corporate
Services
809668 All UPGRADE HASTUS FROM
VERSION 2005 TO 2010.
GIRO INC $ 594,023.00 $ 273,389.00 $ 10,120.00 $ 283,509.00 $ 877,532.00
42 Planning &
Infrastructure
Services
813440 All BID CALL NO. T2015-006
TREE STUMP REMOVAL
SERVICES AT VARIOUS
LOCATIONS WITHIN THE CITY
OF BRAMPTON FOR A THREE
(3) YEAR PERIOD.
LIONSGATE TREE
CARE INC. /
1730236
$ 450,000.00 $ - $ 500,000.00 $ 500,000.00 $ 950,000.00
4,666,861.00$
Page 10
8.1-57
Report
Corporate Services Committee The Corporation of the City of Brampton
2016-03-02
Date: 2016-02-05
Subject: Tax Adjustments, Cancellations and Reductions
Pursuant to the Municipal Act, 2001
Contact: David Sutton, Director, Financial Planning and Budgets, Corporate
Services (905) 874-2257 [email protected]
Recommendations:
1. That the report from David Sutton, Director, Financial Planning and Budgets,
Corporate Services, dated February 5, 2016 to the Corporate Services Committee meeting of March 2, 2016 re: Tax Adjustments, Cancellations and Reductions Pursuant to the Municipal Act, 2001 (File EA.a), be
received; and,
2. That the tax account adjustments as listed in Appendix A of this report be
approved.
Overview:
The purpose of this report is to obtain approval by Committee to adjust and/or
write-off the balance of various tax accounts as set out in the attached Appendix A. Total adjustments are approximately $148,405 including $54,621
in City of Brampton taxes.
Background:
Sections 334, 354, 357 and 358 of the Municipal Act, 2001 provide the authorities and reasons for the write-off, cancellation, reduction or refund of taxes.
Current Situation:
Appendix ‘A’ outlines adjustments to be made to property tax accounts. Many of
these adjustments are due to properties becoming exempt from taxation. For
example, certain properties acquired by the City of Brampton, Region of Peel, School Boards, and religious organizations are not required to pay property taxes. Other adjustments are due to changes or errors in assessment values or tax classification.
8.2-1
City staff has researched these accounts and is satisfied with the Municipal Property Assessment Corporation’s (MPAC) recommendations regarding the changes in assessment. Lastly, adjustments may be made to correct an error in the tax capping
calculations which are also verified by City staff.
The total tax amount to be cancelled is $148,405. The total amount will be allocated approximately as follows:
City of Brampton: $54,621
Region of Peel: $46,637
School Boards: $47,147
$148,405
Any penalties and interest associated with these reductions will be cancelled from the
applicable accounts. The City’s 2016 Budget for current year adjustments and the allowance for prior years’ adjustments are sufficient for this and other anticipated tax
write-offs. Appendix ‘B’ outlines appeals that were filed with the City of Brampton but have
been returned from MPAC with No Recommendation, that is, there is no tax adjustment forthcoming.
Corporate Implications:
Financial Implications:
The City portion of taxes refunded due to these appeals is $54,621.
Other Implications:
Property owners that do not agree with the recommendation are entitled to appeal the decision of Council to the Assessment Review Board (ARB). The appeal must be
filed within 35 days directly to the Registrar of the ARB. Strategic Plan:
This report achieves the Strategic Priority of Good Government by contributing to the
Strategic Initiative of Continued Financial Stability and it promotes transparency in the reporting of the City’s financial affairs. Conclusion:
The tax levy of the municipality is based on the assessment roll delivered by MPAC to the City in December of the previous year. While taxation is based on that
8.2-2
assessment roll, it is very common for changes to occur after the return of the roll that may affect the taxation of a particular property. The Municipal Act, 2001 provides the municipality the authority to cancel, reduce, or refund taxes for
applications made in accordance with the legislation. Examples of change events that may result in refunds include property class changes, newly exempt properties,
demolished structures, and gross or manifest errors made in the assessment. The owners of properties within this report have made application for refund under the Municipal Act, 2001. All applications have been investigated and, where applicable,
the appropriate refunds of taxes have been calculated and are presented for Council approval.
__________________________ ______________________________
David Sutton, Peter Honeyborne, Director, Financial Planning Executive Director, Finance and Budgets and Treasurer
Author: Martin Finnegan, Manager, Taxation and Assessment
Appendices: Appendix A: Tax Adjustments Appendix B: Rejected Appeals
8.2-3
APPENDIX A - Tax Adjustments
APPEAL TAX TAX PROPERTY ADDRESS REASON FOR APPEAL ADJUSTMENT
NO. ROLL NO. YEAR ($)
5754 10-010-003-02300 2013 25 Nelson St. E Duplicate assessment, roll number deleted for 2015 taxation $2,214.38
5755 10-010-003-02300 2014 25 Nelson St. E Duplicate assessment, roll number deleted for 2015 taxation $2,241.40
5756 10-020-007-06000 2015 7 James St Exempt - property owned by the City of Brampton since April 13, 2015 $1,611.03
5710 10-020-007-28900 2013 149 Clarence St Assessment reduction applied by MPAC, correction to site area $4,498.44
5711 10-020-007-28900 2014 149 Clarence St Assessment reduction applied by MPAC, correction to site area $4,841.75
5712 10-020-007-28900 2015 149 Clarence St Assessment reduction applied by MPAC, correction to site area $5,216.53
5721 10-040-036-03800 2015 100 Railroad St Structures Demolished April 16, 2014 $5,190.52
5610 10-060-001-27804 2013 20 Regan Rd Unit 4 Place of Worship, exempt from taxes $4,507.51
5611 10-060-001-27804 2014 20 Regan Rd Unit 4 Place of Worship, exempt from taxes $4,448.15
5728 10-060-001-27804 2015 20 Regan Rd Unit 4 Place of Worship, exempt from taxes $1,837.84
5593 10-060-002-13105 2014 10201 Mississauga Rd Property has no commercial operation. MPAC has removed commercial tax class from assessment. $21,662.92
5741 10-060-003-16338 2015 35 Treegrove Cres Assessment reduction applied to house that was damaged by fire May 22, 2014 $1,633.32
5219 10-070-009-74721 2013 21 Woodcreek Dr Exempt, owned by Brampton Caledon Community Housing since October 24, 2013 $807.70
5629 10-070-009-74721 2014 21 Woodcreek Dr Exempt, owned by Brampton Caledon Community Housing since October 24, 2013 $4,347.64
5630 10-070-009-74721 2015 21 Woodcreek Dr Exempt, owned by Brampton Caledon Community Housing since October 24, 2013 $4,488.39
5760 10-070-025-06703 2015 51 Coachwhip Rd Assessment reduction applied to house that was damaged by fire November 19, 2015 $567.38
5735 10-080-011-07900 2013 8157 Churchville Rd Assessment reduction applied by MPAC, correction to site area $723.52
5736 10-080-011-07900 2014 8157 Churchville Rd Assessment reduction applied by MPAC, correction to site area $755.18
5749 10-080-011-77562 2015 145 Jordensen Dr Exempt - property owned by Peel District School Board since January 1, 2015 $41,388.03
5740 10-080-011-78047 2015 0 Elbern Markell Dr Exempt - property owned by the City of Brampton since January 1, 2015 $250.74
5584 10-080-032-53700 2014 74 Beaconsfield Ave Assessment reduction applied to house that was damaged by fire February 1, 2013 $1,576.24
5585 10-080-032-53700 2015 74 Beaconsfield Ave House was damaged by fire February 1, 2013, moved back to the house March 1, 2015 $264.01
5744 10-090-014-37000 2015 85 Avondale Blvd Pool has been filled in, MPAC has removed structure from assessment $50.73
5759 10-100-030-02212 2015 13 Darras Crt Assessment reduction applied to house that was damaged by fire December 12, 2015 $90.74
5757 10-100-030-02214 2015 15 Darras Crt Assessment reduction applied to house that was damaged by fire December 12, 2015 $90.74
5748 10-100-030-02216 2015 17 Darras Crt Assessment reduction applied to house that was damaged by fire December 12, 2015 $91.72
5581 10-100-042-18900 2014 11 Glebe Cres Pool has been filled in, MPAC has removed structure from assessment $224.50
5580 10-100-042-18900 2013 11 Glebe Cres Pool has been filled in, MPAC has removed structure from assessment $218.54
5745 10-120-001-09300 2015 10484 Clarkway Dr Assessment reduction applied to house that was damaged by fire October 2, 2015 $488.67
5750 10-120-001-50780 2015 155 Castle Oaks Dr Exempt - property owned by Peel District School Board since January 1, 2015 $6,024.46
8.2-4
APPENDIX A - Tax Adjustments
APPEAL TAX TAX PROPERTY ADDRESS REASON FOR APPEAL ADJUSTMENT
NO. ROLL NO. YEAR ($)
5733 10-120-002-44280 2013 49 Bayridge Dr Assessment reduction applied to house by MPAC, house under renovation $1,428.71
5731 10-120-002-44280 2014 49 Bayridge Dr Assessment reduction applied to house by MPAC, house under renovation $1,472.16
5731 10-120-002-44280 2015 49 Bayridge Dr Assessment reduction applied to house by MPAC, house under renovation $773.90
5758 10-120-002-45200 2015 6 Moonlight Pl Structures Demolished November 27, 2015 $442.73
5558 10-120-002-55624 2014 123 Whitwell Dr Assessment reduction applied to house that was damaged by fire October 21, 2014 $702.99
5559 10-120-002-55624 2015 123 Whitwell Dr Assessment reduction applied to house that was damaged by fire October 21, 2014 $3,737.92
5614 10-140-100-02000 2015 500 Ray Lawson Blvd Exempt - property owned by the City of Brampton $10,128.80
5762 10-140-118-00252 2015 90 Biscayne Cres Assessment reduction applied to property by MPAC, property under renovation $7,365.45
TOTAL: $148,405.38
8.2-5
APPENDIX B - Rejected Appeals
APPEAL TAX TAX PROPERTY ADDRESS REASON FOR APPEAL REASON FOR REJECTION BY MPAC
NO. ROLL NO. YEAR
5304 10-060-002-12500 2013 11192 Creditview Rd Portion of Mplan is exempt Not eligible for exemption as per MPAC
5718 10-060-002-13510 2015 10737 Mississauga Rd Portion of Mplan is exempt Not eligible for exemption as per MPAC
5719 10-060-002-13520 2015 0 Mississauga Rd Portion of Mplan is exempt Not eligible for exemption as per MPAC
5720 10-060-002-13600 2015 0 Mississauga Rd Portion of Mplan is exempt Not eligible for exemption as per MPAC
5562 10-070-008-07230 2014 0 Bramalea Rd Portion of Mplan is exempt Not eligible for exemption as per MPAC
5563 10-070-008-07230 2015 0 Bramalea Rd Portion of Mplan is exempt Not eligible for exemption as per MPAC
5342 10-070-008-12200 2012 0 Torbram Rd Place of Worship Not eligible for exemption as per MPAC
5344 10-070-008-12200 2013 0 Torbram Rd Place of Worship Not eligible for exemption as per MPAC
5344 10-070-008-12200 2014 0 Torbram Rd Place of Worship Not eligible for exemption as per MPAC
5292 10-080-011-13110 2013 0 Dunley Cres Portion of Mplan is exempt Not eligible for exemption as per MPAC
5746 10-090-200-45867 2015 3 Lisa St Unit 1603 Renovation MPAC advises no change in value
8.2-6
Report
Corporate Services Committee The Corporation of the City of Brampton
2016-03-02
Date: 2016-02-05
Subject: City Initiated Property Assessment Appeals
Contact: David Sutton, Director, Financial Planning and Budgets, Corporate Services (905) 874-2257
Recommendations:
1. That the report from David Sutton, Director, Financial Planning and Budgets, Corporate Services, dated February 5, 2016 to Corporate Services Committee meeting of March 02, 2016, re: City Initiated Property Assessment Appeals, be received; and,
2. That a By-law be passed to authorize certain complaints to the Assessment
Review Board.
Overview:
This report has been prepared to seek Council authorization for City staff to initiate property assessment appeals on behalf of the City with the Assessment Review Board (ARB).
Background: The most recent property assessment roll as prepared by the Municipal Property Assessment Corporation (MPAC) was received by the City on December 8, 2015. As per corporate policy, the City’s property assessment review staff analyzes the assessment roll for possible errors that may affect the City’s revenue entitlement. In accordance with legislation and past practice, Council is requested to pass a By-law authorizing City staff to initiate property assessment appeals with the Assessment Review Board (ARB). The deadline to appeal to the ARB is March 31, 2016.
8.3-1
Current Situation: To correct errors in assessments, it is necessary for the City to file appeals to the ARB. Corporate Implications: Financial Implications:
Successful appeals will result in appropriate revenues to the City, to the Region of Peel and to the school boards. Other Implications:
N/A Strategic Plan: This report achieves the Strategic Plan priority of Good Government by contributing to continued financial stability and promoting transparency in the reporting of the City’s financial affairs. Conclusion: The attached Appendix A consists of properties that the City’s assessment review staff has identified as being incorrectly assessed and will require the filing of an assessment appeal to the ARB by March 31, 2016.
__________________________ ______________________________ David Sutton, Peter Honeyborne, Director, Financial Planning Executive Director, Finance and Budgets and Treasurer
Report authored by: Martin Finnegan, Manager, Taxation and Assessment Attachments:
1. Appendix A – City Initiated Assessment Appeals 2. By-law to authorize certain complaints to the Assessment Review Board
8.3-2
ROLL # ADDRESS OWNER REASON
060-002-16240 0 Veterans Dr Fine Forge Holdings PCP 980: Registered plan omitted from the Assessment Roll
070-007-17601 1544 Countryside Dr Wolverleigh Construction Ltd. Plan M1999: Registered plan omitted from the Assessment Roll
070-009-16822 4585 Mayfield Rd Kettle Point Investors Inc Plan M1999: Registered plan omitted from the Assessment Roll
090-014-01200 25 Peel Centre Dr Morguard Corporation Buildings omitted from assessment
120-001-18000 9976 The Gore Rd 1439468 Ontario Inc Zoning Change: Incorrect Tax Class/Value
120-001-28809 9564 The Gore Rd 2221596 Ontario Inc Buildings omitted from assessment
120-002-02802 0 Hwy 407 Management Board Secretariat Incorrect Tax Class/Value
120-002-03250 0 McVean Dr Urban Drywall Limited/Concris Developments Inc Plan M1998: Registered plan omitted from the Assessment Roll
120-002-03500 11517 McVean Dr Urban Drywall Limited/Concris Developments Inc Plan M1998: Registered plan omitted from the Assessment Roll
120-002-09482 0 Goreway Dr Metrus Properties Limited Zoning Change: Incorrect Tax Class/Value
120-003-51266 4495 Ebenezer Rd National Homes (Gore Road) Inc PCP 972: Registered plan omitted from the Assessment Roll
140-098-02350 0 Heritage Rd Management Board Secretariat Incorrect Tax Class/Value
140-099-00242 0 Steeles Ave W Orlando Corporation Incorrect Tax Class/Value
140-099-00245 0 Steeles Ave W Orlando Corporation Incorrect Tax Class/Value
140-117-03770 0 Kennedy Rd S Management Board Secretariat Incorrect Tax Class/Value
150-115-16000 7680 Torbram Rd Management Board Secretariat Incorrect Tax Class/Value
150-115-18010 0 Bramalea Rd Management Board Secretariat Incorrect Tax Class/Value
150-116-19450 7510 Farmhouse Crt Province of Ontario Incorrect Tax Class/Value
APPENDIX "A" - City Initiated Assessment Appeals
8.3-3
THE CORPORATION OF THE CITY OF BRAMPTON
BY-LAW
Number _____________________
To authorize certain complaints to the Assessment Review Board
_________________________
Section 40 of the Assessment Act, R.S.O. 1990, c.A.31 permits a
municipality to complain in writing to the Assessment Review Board, that it or
another person was assessed incorrectly, was wrongly placed on or omitted from
the assessment roll and/or was wrongly placed on or omitted from the roll in respect
of school support.
The Council of The Corporation of the City of Brampton has determined that it is
in the interest of The Corporation of the City of Brampton to file complaints with the
Assessment Review Board respecting the assessments described in this By-law.
NOW THEREFORE, the Council of The Corporation of the City of Brampton
ENACTS AS FOLLOWS:
1. Complaints to the Assessment Review Board respecting the assessments of
the persons and properties described in Appendix A to this By-law are
hereby authorized.
2. Director, Financial Planning and Budgets, or the Manager, Taxation and
Assessment, or the Supervisor, Assessment and Tax Policy or the
Assessment Review Analyst are hereby authorized to sign on behalf of The
Corporation of the City of Brampton, the complaints authorized by section 1
of this By-law.
3. City staff are hereby authorized to attend any hearings of the Assessment
Review Board, or any court, arising out of the complaints authorized by
section 1 of this By-law.
8.3-4
Page 2 to By-law________________________
READ A FIRST, SECOND AND THIRD TIME AND PASSED IN OPEN COUNCIL THIS 9th day of March, 2016.
_______________________________ Linda Jeffrey, Mayor
Treasurer ______________________________ Peter Fay, City Clerk
Approved as to form.
___/___/_____
________
Colin Grant
Approved as to content
___/___/___
__________
Colin Grant
8.3-5
Page 3 to By-law________________________
8.3-6
Report
Corporate Services Committee The Corporation of the City of Brampton
2016-03-02
Date: 2016-02-04
Subject: Land Tax Apportionments
Contact: David Sutton, Director, Financial Planning and Budgets, Corporate Services (905) 874-2257 [email protected]
Recommendations:
1. That the report from David Sutton, Director, Financial Planning and Budgets, Corporate Services Department, dated February 4, 2016 to the Corporate Services Committee meeting of March 2, 2016, re: Land Tax Apportionments (EA.a), be received; and,
2. That the unpaid taxes for the lands covered by the assessment roll numbers listed in Appendix A to this report be apportioned according to their relative value for each year as indicated in Appendix A.
Overview:
This report is to obtain Committee approval for the apportionment of unpaid taxes on certain subdivided land in accordance with Section 356 of the Municipal Act, 2001.
Apportionments are required when properties originally assessed in one lot or block has the land assessment split into two or several additional portions to reflect their actual final configuration. These transactions only re-distribute existing assessment and do not create any new assessment.
Background: Apportionments are required when properties originally assessed in one lot or block has the land assessment split into two or several additional portions to reflect their actual final configuration. It should be noted that these transactions only re-distribute existing assessment and do not create any new assessment. The Municipal Act, 2001 sets out the procedures to be followed for the re-allocation of assessment through an apportionment. The procedure includes: notifying property
8.4-1
owners of the report being submitted to Council, Council’s review and approval of the apportionment, notification to the property owner(s) of Council’s decision, and property owner appeal rights to the Assessment Review Board (ARB). Current Situation: The attached Appendix A summarizes the information provided on the Apportionment of Assessment forms received from the Municipal Property Assessment Corporation (MPAC) for properties identified as requiring land assessment/tax recalculations for various tax year(s) as indicated. Subsection 356 of the Municipal Act, 2001 provides as follows:
“Upon application by the treasurer of a local municipality or to the treasurer by an owner of land, the local municipality may,
(a) divide, for the purposes of this section, land which is assessed in one block
into two or more parcels if each parcel is one that can be legally conveyed under the Planning Act;
(b) apportion the unpaid taxes on the land among the parcels:
(i) in proportion to their relative value at the time the assessment roll for the year in which the application is made was returned, or
(ii) if council is of the opinion that an apportionment under sub clause (i) is not appropriate due to special circumstances, any other manner; and
(c) direct what proportion of any part payment of taxes on the land is to be
applied to each of the parcels.”
Applicants and owners of each of the properties listed in Appendix A have been notified by mail at least 14 days before the meeting at which the matter will be considered. A second letter will be sent to each of the property owners affected by this transaction to indicate the amount of unpaid taxes assigned to their property and that if they wish to appeal this decision to the ARB, they must do so within 35 days of the Council decision. Corporate Implications: Financial Implications:
There are no immediate corporate implications. The apportionment of taxes does not affect other departments. The re-allocation of the total taxes is revenue neutral.
8.4-2
Other Implications:
Strategic Plan: This report achieves the Strategic Plan priority of Good Government by contributing to continued financial stability and promoting transparency in the reporting of the City’s financial affairs. Conclusion: The tax levy of the municipality is based on the assessment roll delivered by MPAC to the City in December of the previous year. It is very common for land changes to occur after the return of the roll due to severances or consolidations. To ensure accurate taxation, it is necessary to apportion the taxes of the pre-severed lands to reflect the new land configuration and the new owners of these lands. Property owners do have the option to appeal the apportionment to the ARB, if they disagree with the amount. The ARB cannot increase or decrease the overall amount, but can only re-allocate within the affected parcels.
__________________________ ______________________________ David Sutton, Peter Honeyborne, Director, Financial Planning Executive Director, Finance and Budgets and Treasurer
Author: Martin Finnegan, Manager, Taxation and Assessment Appendix A: Summary of Apportionment of Taxes
8.4-3
Summary of Apportionment of Taxes
TXR5850
For Hearing on March 2, 2016
Page 1 of 15
Roll No Location Legal DscrTax Year Assessment
RecommendedApportionment of
Taxes
Jennifer Donnelly (905)874-2205 Finance Taxation
ApportionmentNo
8369
8370
10-04-0-040-66942-0000
10-04-0-040-66944-0000
10-08-0-011-04062-0000
10-08-0-011-04053-0000
10-08-0-011-04056-0000
10-08-0-011-04065-0000
10-08-0-011-04059-0000
10-04-0-040-66942-0000
36 RAVENSCLIFFE CRT
34 RAVENSCLIFFE CRT
30 RAVENSCLIFFE CRT
24 RAVENSCLIFFE CRT
26 RAVENSCLIFFE CRT
32 RAVENSCLIFFE CRT
28 RAVENSCLIFFE CRT
36 RAVENSCLIFFE CRT
PLAN 43M1142 BLK 150 PT BLK 151 PLAN 43M1908 BLK 21 AND RP 43R34834 PT(s) 1PL M1142 PT BLKS 151 AND152 PL 43M1908 BLK 20 AND RP 43R34834 PARTS 2AND 3PLAN 43M1908 BLK 18 PLAN 43M1142 PT BLKS 153 AND 154 AND RP 43R34834 PT(s) 6 AND 7PLAN 43M1142 PT BLK 157 PLAN 43M1908 BLK 15 AND RP 43R34834 PT(s) 13PLAN 43M1908 BLK 16 PLAN 43M1142 BLK 156 PT BLKS 155 AND 157 AND RP 43R34834 PT(s) 10 TO 12PLAN 43M1908 BLK 19 PLAN 43M1142 PT BLKS 152 AND 153 AND RP 43R34834 PT(s) 4 AND 5PL 43M1908 BLK 17 PT BLKS 154 AND 155 AND RP 43R34834 PARTS 8 AND 9
PLAN 43M1142 BLK 150 PT BLK 151 PLAN 43M1908 BLK 21 AND RP 43R34834 PT(s) 1
2013
2013
2013
2013
2013
2013
2013
2014
152,377
147,857
213,690
208,942
346,109
167,754
240,266
173,337
1,761.99
1,709.72
2,470.98
2,416.05
4,002.16
1,939.79
2,778.28
1,952.34
- 1,761.98
- 1,709.72
- 2,470.98
- 2,416.05
- 4,002.16
- 1,939.79
- 105.14
- 4,498.69
RecommendedApportionment of
Payments
February 5, 2016 08:31
8.4-4
Summary of Apportionment of Taxes
TXR5850
For Hearing on March 2, 2016
Page 2 of 15
Roll No Location Legal DscrTax Year Assessment
RecommendedApportionment of
TaxesApportionmentNo
8370
8377
8378
8379
10-04-0-040-66944-0000
10-08-0-011-04062-0000
10-08-0-011-04053-0000
10-08-0-011-04056-0000
10-08-0-011-04065-0000
10-08-0-011-04059-0000
10-08-0-011-57884-0000
10-12-0-003-04845-0000
10-12-0-003-04969-0000
10-06-0-002-17957-0000
34 RAVENSCLIFFE CRT
30 RAVENSCLIFFE CRT
24 RAVENSCLIFFE CRT
26 RAVENSCLIFFE CRT
32 RAVENSCLIFFE CRT
28 RAVENSCLIFFE CRT
15 SWANTON RD
25 BIDDENS SQ
27 BIDDENS SQ
23 LEBLANC CRES
PL M1142 PT BLKS 151 AND152 PL 43M1908 BLK 20 AND RP 43R34834 PARTS 2AND 3PLAN 43M1908 BLK 18 PLAN 43M1142 PT BLKS 153 AND 154 AND RP 43R34834 PT(s) 6 AND 7PLAN 43M1142 PT BLK 157 PLAN 43M1908 BLK 15 AND RP 43R34834 PT(s) 13PLAN 43M1908 BLK 16 PLAN 43M1142 BLK 156 PT BLKS 155 AND 157 AND RP 43R34834 PT(s) 10 TO 12PLAN 43M1908 BLK 19 PLAN 43M1142 PT BLKS 152 AND 153 AND RP 43R34834 PT(s) 4 AND 5PL 43M1908 BLK 17 PT BLKS 154 AND 155 AND RP 43R34834 PARTS 8 AND 9
PLAN 43M1950 BLK 83 PLSN 43M1937 BLK 274
PLALN 43M1976 BLK 33 PLAN 43M1976 PT BLK 125 RP 43R36385 PT(s) 12 AND14PLALN 43M1976 BLK 33 PLAN 43M1976 PT BLK 125 RP 43R36385 PT(s) 11 AND13
PLAN 43M1955 PT BLK 304 RP 43R36342 PT(s) 16 AND17
2014
2014
2014
2014
2014
2014
2015
2015
2015
2015
168,195
243,084
237,683
393,719
190,830
273,316
298,529
52,979
55,142
108,342
1,894.44
3,742.86
4,188.05
5,745.42
3,017.61
3,310.54
3,361.98
590.79
614.91
2,800.74
- 1,008.99
- 3,843.25
- 7,612.39
- 8,496.19
- 6,026.85
- 3,328.98
- 1,829.48
- 614.90
- 1,208.17
RecommendedApportionment of
Payments
8.4-5
Summary of Apportionment of Taxes
TXR5850
For Hearing on March 2, 2016
Page 3 of 15
Roll No Location Legal DscrTax Year Assessment
RecommendedApportionment of
TaxesApportionmentNo
8379
8380
8381
10-06-0-002-18198-0000
10-06-0-002-18200-0000
10-06-0-002-18201-0000
10-06-0-002-18199-0000
10-06-0-002-18202-0000
10-06-0-002-17978-0000
10-06-0-002-18156-0000
10-06-0-002-18155-0000
10-06-0-002-18158-0000
10-06-0-002-18160-0000
10-06-0-002-18159-0000
10-06-0-002-18157-0000
10-07-0-007-39587-0000
22 LOTHBURY DR
18 LOTHBURY DR
16 LOTHBURY DR
20 LOTHBURY DR
14 LOTHBURY DR
95 BANNISTER CRES
91 BANNISTER CRES
93 BANNISTER CRES
87 BANNISTER CRES
83 BANNISTER CRES
85 BANNISTER CRES
89 BANNISTER CRES
14 YELLOW SORREL RD
PLAN 43M1955 PT BLK 304 RP 43R36342 PT(s) 18 AND19PLAN 43M1955 PT BLK 304 RP 43R36342 PT(s) 23 AND24PLAN 43M1955 PT BLK 304 RP 43R36342 PT(s) 25 TO 27PLAN 43M1955 PT BLK 304 RP 43R36342 PT(s) 20 TO 22PLAN 43M1955 PT BLK 304 RP 43R36342 PT(s) 28 AND29
PLAN 43M1955 PT BLK 325 RP 43R36294 PT(s) 7PLAN 43M1955 PT BLK 325 RP 43R36294 PT(s) 11 12 AND 13PLAN 43M1955 PT BLK 325 RP 43R36294 PT(s) 8 9 AND 10PLAN 43M1955 PT BLK 325 RP 43R36294 PT(s) 15 AND16PLAN 43M1955 PT BLK 325 RP 43R36294 PT(s) 20PLAN 43M1955 PT BLK 325 RP 43R36294 PT(s) 17 18 AND 19PLAN 43M1955 PT BLK 325 RP 43R36294 PT(s) 14
PLAN 43M1946 PT LOT 45 RP 43R36295 PT(s) 50 AND51
2015
2015
2015
2015
2015
2015
2015
2015
2015
2015
2015
2015
2015
107,293
107,293
107,293
107,293
108,340
85,619
84,782
84,782
84,782
85,614
84,782
84,782
118,168
1,196.45
1,196.45
1,196.45
1,196.45
1,208.13
2,681.40
945.42
945.42
945.42
954.71
945.42
945.42
3,427.16
- 1,196.45
- 1,196.45
- 1,196.45
- 1,196.45
- 1,208.13
- 954.76
- 945.42
- 945.42
- 945.42
- 954.72
- 945.42
- 945.45
- 2,722.86
RecommendedApportionment of
Payments
8.4-6
Summary of Apportionment of Taxes
TXR5850
For Hearing on March 2, 2016
Page 4 of 15
Roll No Location Legal DscrTax Year Assessment
RecommendedApportionment of
TaxesApportionmentNo
8381
8382
8383
8384
8385
8388
8389
8390
8391
10-07-0-007-40004-0000
10-07-0-007-39701-0000
10-07-0-007-40028-0000
10-07-0-009-15800-0000
10-07-0-008-15804-0000
10-08-0-011-67089-0000
10-08-0-011-67091-0000
10-08-0-011-62844-0000
10-12-0-002-16205-0000
10-12-0-002-16207-0000
10-08-0-012-34949-0000
10-08-0-012-34951-0000
10-08-0-012-34949-0000
10-08-0-012-34951-0000
10-07-0-007-39709-0000
10-07-0-007-39850-0000
16 YELLOW SORREL RD
20 THORNAPPLE ST
18 THORNAPPLE ST
0 INDER HEIGHTS DR
0 INDER HEIGHTS DR
22 ORANGEBLOSSOM TRAIL
24 ORANGEBLOSSOM TRAIL
0 ELBERN MARKELL DR
32 RELTON CIR
34 RELTON CIR
82 CHESTERWOOD CRES
84 CHESTERWOOD CRES
82 CHESTERWOOD CRES
84 CHESTERWOOD CRES
2 YELLOWKNIFE RD
8 YELLOWKNIFE RD
PLAN 43M1946 PT LOT 45 RP 43R36295 PT(s) 49
PLAN 43M1946 PT LOT 159 RP 43R36395 PT(s) 3PLAN 43M1946 PT LOT 159 RP 43R36395 PT(s) 4
CON 1 EHS PT LOT 17 RP 43R36273 PT(s) 4CON 1 EHS PT LOT 17 RP 43R36273 PT(s) 3
PLAN 43M1856 PT LOT 389 RP 43R35175 PT(s) 9PLAN 43M1856 PT LOT 389 RP 43R35175 PT(s) 10
PLAN 43M1841 BLK 224 PLAN 43M1818 BLK 207
PLAN 43M1918 PT BLK 58 RP 43R36049 PT(s) 1 AND 2PLAN 43M1918 PT BLK 58 43M1918 PT BLK 58 RP 43R36049 PT(s) 3 4 AND 5
PLAN 43M1883 PT LOT 204RP 43R36010 PT(s) 1PLAN 43M1883 PT LOT 204RP 43R36010 PT(s) 2
PLAN 43M1883 PT LOT 204RP 43R36010 PT(s) 1PLAN 43M1883 PT LOT 204RP 43R36010 PT(s) 2
PLAN 43M1946 PT BLK 167 RP 43R36158 PT(s) 1PLAN 43M1946 PT BLK 167 RP 43R36158 PT(s) 4
2015
2015
2015
2015
2015
2014
2014
2015
2015
2015
2014
2014
2015
2015
2015
2015
118,167
118,168
118,167
294,263
204,487
97,250
97,250
325,500
128,832
132,858
108,750
108,750
123,625
123,625
124,101
119,198
1,317.71
1,317.73
1,317.71
3,289.31
2,280.29
4,066.94
1,095.36
3,629.74
6,191.94
2,910.42
1,347.23
1,224.88
4,577.33
1,378.57
1,383.89
1,329.22
- 638.00
- 1,204.36
- 1,204.36
- 2,739.00
- 9,344.84
- 3,941.74
- 1,155.10
- 1,191.17
- 1,347.25
- 1,224.88
- 1,271.10
- 1,393.47
- 670.11
- 1,337.04
RecommendedApportionment of
Payments
8.4-7
Summary of Apportionment of Taxes
TXR5850
For Hearing on March 2, 2016
Page 5 of 15
Roll No Location Legal DscrTax Year Assessment
RecommendedApportionment of
TaxesApportionmentNo
8391
8392
8394
8396
8397
8398
8399
8400
8401
10-07-0-007-39848-0000
10-07-0-007-39851-0000
10-07-0-007-39849-0000
10-07-0-007-39852-0000
10-08-0-012-36218-0000
10-08-0-012-36220-0000
10-12-0-003-04844-0000
10-12-0-003-04894-0000
10-12-0-001-50763-0000
10-08-0-011-77490-0000
10-08-0-011-77499-0000
10-08-0-011-77511-0000
10-08-0-011-77526-0000
10-12-0-001-48450-0000
4 YELLOWKNIFE RD
10 YELLOWKNIFE RD
6 YELLOWKNIFE RD
12 YELLOWKNIFE RD
8 ARCHVILLE ST
6 ARCHVILLE ST
24 BIDDENS SQ
100 BERNADINO ST
11 MELTWATER CRES
37 SWANTON RD
31 SWANTON RD
23 SWANTON RD
13 SWANTON RD
61 LESABRE CRES
PLAN 43M1946 PT BLK 167 RP 43R36158 PT(s) 2PLAN 43M1946 PT BLK 167 RP 43R36158 PT(s) 5 6 AND 7PLAN 43M1946 PT BLK 167 RP 43R36158 PT(s) 3PLAN 43M1946 PT BLK 167 RP 43R36158 PT(s) 8
PLAN 43M1931 PT LOT 87 RP 43R36143 PT(s) 5 AND 5PLAN 43M1931 PT LOT 87 RP 43R36143 PT(s) 7 AND 8
PLAN 43M1976 PT BLK 32 RP 43R36386 PT(s) 9PLAN 43M1976 PT BLK 32 RP 43R36386 PT(s) 10
PLAN 43M1865 BLK 265 PLAN 43M1871 BLK 122
PLAN 43M1937 BLK 263 PLAN 43M1950 BLK 72
PLAN 43M1937 BLK 266 PLAN 43M1950 BLK 75
PLAN 43M1937 BLK 270 PLAN 43M1950 BLK 79
PLAN 43M1937 BLK 275 PLAN 43M1950 BLK 84
PLAN 43M1842 PT BLK 107 PLAN 43M1933 PT BLK 86 RP 43R36070 PT(s) 1 AND 2
2015
2015
2015
2015
2015
2015
2015
2015
2015
2015
2015
2015
2015
2015
119,198
119,198
119,198
122,464
133,955
133,955
118,741
105,155
168,125
298,529
298,529
298,529
299,486
128,000
1,329.22
1,329.22
1,329.22
1,365.62
1,493.76
1,493.76
3,188.48
1,172.61
7,258.91
6,517.68
6,123.49
6,218.98
6,339.39
1,476.18
- 1,337.04
- 1,337.04
- 1,106.04
- 1,354.68
- 1,498.68
- 2,528.95
- 988.75
- 875.62
- 6,293.92
- 4,822.37
- 4,244.67
- 6,267.69
- 4,409.23
- 1,478.85
RecommendedApportionment of
Payments
8.4-8
Summary of Apportionment of Taxes
TXR5850
For Hearing on March 2, 2016
Page 6 of 15
Roll No Location Legal DscrTax Year Assessment
RecommendedApportionment of
TaxesApportionmentNo
8401
8402
8403
8404
8405
8406
8407
10-12-0-001-48945-0000
10-07-0-008-19701-0000
10-07-0-008-21433-0000
10-07-0-008-19701-0000
10-07-0-008-21433-0000
10-06-0-002-17652-0000
10-06-0-002-17652-0000
10-06-0-002-17965-0000
10-06-0-002-18226-0000
10-06-0-002-18225-0000
10-06-0-002-18227-0000
10-06-0-002-18228-0000
10-06-0-002-17967-0000
63 LESABRE CRES
66 GOWER CRES
68 GOWER CRES
66 GOWER CRES
68 GOWER CRES
40 GOODSWAY TRAIL
40 GOODSWAY TRAIL
31 LOTHBURY DR
27 LOTHBURY DR
29 LOTHBURY DR
25 LOTHBURY DR
23 LOTHBURY DR
11 LOTHBURY DR
PLAN 43M1842 PT BLK 107 PLAN 43M1933 PT BLK 86 RP 43R36070 PT(s) 3 AND 4
PLAN 43M1783 PT LOT 105 RP 43R34982 PT(s) 5PLAN 43M1783 PT LOT 105 RP 43R34982 PT(s) 6
PLAN 43M1783 PT LOT 105 RP 43R34982 PT(s) 5PLAN 43M1783 PT LOT 105 RP 43R34982 PT(s) 6
PLAN 43M1940 PT BLK 128 RP 43R35789 PT(s) 65 TO 68
PLAN 43M1940 PT BLK 128 RP 43R35789 PT(s) 65 TO 68
PLAN 43M1955 PT BLK 312 RP 43R36439 PT(s) 1 AND 2PLAN 43M1955 PT BLK 312 RP 43R36439 PT(s) 5 TO 7PLAN 43M1955 PT BLK 312 RP 43R36439 PT(s) 2 AND 3PLAN 43M1955 PT BLK 312 RP 43R36439 PT(s) 8 AND 9PLAN 43M1955 PT BLK 312 RP 43R36439 PT(s) 10 AND11
PLAN 43M1955 PT BLK 314 RP 43R36439 PT(s) 22 AND23
2015
2013
2013
2014
2014
2014
2015
2015
2015
2015
2015
2015
2015
128,000
92,875
92,875
103,250
103,250
169,872
393,254
109,716
108,653
108,653
108,653
109,713
110,870
1,427.36
3,605.60
1,073.95
4,404.40
1,162.94
2,690.30
7,489.46
2,870.68
1,211.61
1,211.61
1,211.61
1,223.44
2,926.36
- 1,436.98
- 3,605.58
- 479.00
- 10,733.91
- 2,690.30
- 4,356.25
- 1,223.47
- 1,211.63
- 1,211.63
- 1,211.63
- 1,223.41
- 1,236.36
RecommendedApportionment of
Payments
8.4-9
Summary of Apportionment of Taxes
TXR5850
For Hearing on March 2, 2016
Page 7 of 15
Roll No Location Legal DscrTax Year Assessment
RecommendedApportionment of
TaxesApportionmentNo
8407
8408
8409
10-06-0-002-18240-0000
10-06-0-002-18241-0000
10-06-0-002-18242-0000
10-06-0-002-18243-0000
10-06-0-002-17968-0000
10-06-0-002-18255-0000
10-06-0-002-18256-0000
10-06-0-002-18253-0000
10-06-0-002-18252-0000
10-06-0-002-18254-0000
10-06-0-002-17970-0000
10-06-0-002-18264-0000
9 LOTHBURY DR
7 LOTHBURY DR
5 LOTHBURY DR
3 LOTHBURY DR
23 BILLITER RD
15 BILLITER RD
13 BILLITER RD
19 BILLITER RD
21 BILLITER RD
17 BILLITER RD
23 ECKFORD LANE
21 ECKFORD LANE
PLAN 43M1955 PT BLK 314 RP 43R36439 PT(s) 24 AND25PLAN 43M1955 PT BLK 314 RP 43R36439 PT(s) 26 AND27PLAN 43M1955 PT BLK 314 RP 43R36439 PT(s) 28 TO 30PLAN 43M1955 PT BLK 314 RP 43R36439 PT(s) 31 AND32
PLAN 43M1955 BLK 315 RP 43R36276 PT(s) 1 TO 3 AND 14PLAN 43M1955 BLK 315 RP 43R36276 PT(s) 10 11 AND 26 TO 28PLAN 43M1955 BLK 315 RP 43R36276 PT(s) 12 13 AND 29 TO 31PLAN 43M1955 BLK 315 RP 43R36276 PT(s) 6 7 AND 20TO 22PLAN 43M1955 BLK 315 RP 43R36276 PT(s) 4 5 AND 17 TO 19PLAN 43M1955 BLK 315 RP 43R36276 PT(s) 8 9 AND 23TO 25
PLAN 43M1955 PT BLK 317 RP 43R36276 PT(s) 65 TO 67 AND 79 TO 81PLAN 43M1955 PT BLK 317 RP 43R36276 PT(s) 68 69 AND 82 TO 84
2015
2015
2015
2015
2015
2015
2015
2015
2015
2015
2015
2015
109,797
109,797
109,797
110,868
77,281
76,897
77,276
76,897
76,897
76,897
77,920
77,534
1,224.37
1,224.37
1,224.37
1,236.31
2,733.84
857.50
861.72
857.50
857.50
857.50
2,807.10
864.60
- 1,224.38
- 1,224.38
- 1,224.38
- 1,236.29
- 861.78
- 857.49
- 861.72
- 857.49
- 857.49
- 857.53
- 868.90
- 864.61
RecommendedApportionment of
Payments
8.4-10
Summary of Apportionment of Taxes
TXR5850
For Hearing on March 2, 2016
Page 8 of 15
Roll No Location Legal DscrTax Year Assessment
RecommendedApportionment of
TaxesApportionmentNo
8409
8410
8411
8412
10-06-0-002-18266-0000
10-06-0-002-18267-0000
10-06-0-002-18265-0000
10-06-0-002-18268-0000
10-06-0-002-12753-0000
10-06-0-002-12759-0000
10-06-0-002-12757-0000
10-06-0-002-12758-0000
10-12-0-001-48237-0000
10-12-0-001-48242-0000
10-07-0-007-39717-0000
10-07-0-007-40054-0000
10-07-0-007-40055-0000
17 ECKFORD LANE
15 ECKFORD LANE
19 ECKFORD LANE
13 ECKFORD LANE
33 TRIBUNE DR
39 TRIBUNE DR
35 TRIBUNE DR
37 TRIBUNE DR
55 CALIPER RD
53 CALIPER RD
1 THORNAPPLE ST
7 THORNAPPLE ST
9 THORNAPPLE ST 5
PLAN 43M1955 PT BLK 317 RP 43R36276 PT(s) 72 73 AND 88 TO 90PLAN 43M1955 PT BLK 317 RP 43R36276 PT(s) 74 TO 76 AND 91 TO 93PLAN 43M1955 PT BLK 317 RP 43R36276 PT(s) 70 71 AND 85 TO 87PLAN 43M1955 PT BLK 317 RP 43R36276 PT(s) 77 78 AND 94 TO 96
PLAN 43M1956 PT BLK 31 RP 43R36068 PT(s) 39 AND40PLAN 43M1956 PT BLK 31 RP 43R36068 PT(s) 47PLAN 43M1956 PT BLK 31 RP 43R36068 PT(s) 41 TO 43PLAN 43M1956 PT BLK 31 RP 43R36068 PT(s) 44 TO 46
PLAN 43M1842 PT LOT 61 RP 43R36110 PT(s) 1PLAN 43M1842 PT LOT 61 RP 43R36110 PT(s) 2
PLAN 43M1946 PT BLK 175 RP 43R36231 PT(s) 1 AND 2PLAN 43M1946 PT BLK 175 RP 43R36231 PT(s) 9 TO 12PLAN 43M1946 PT BLK 175 RP 43R36231 PT(s) 13 AND14
2015
2015
2015
2015
2015
2015
2015
2015
2015
2015
2015
2015
2015
77,534
77,534
77,534
77,916
106,383
105,938
101,948
101,948
158,292
136,458
115,437
115,969
115,969
864.60
864.60
864.60
868.86
3,949.82
1,181.34
1,136.85
1,136.85
1,798.16
1,554.67
1,287.27
1,293.21
1,293.21
- 864.61
- 864.61
- 864.61
- 868.84
- 1,186.29
- 1,181.34
- 1,136.85
- 1,136.86
- 1,800.61
- 3,333.07
- 623.39
- 626.27
- 626.27
RecommendedApportionment of
Payments
8.4-11
Summary of Apportionment of Taxes
TXR5850
For Hearing on March 2, 2016
Page 9 of 15
Roll No Location Legal DscrTax Year Assessment
RecommendedApportionment of
TaxesApportionmentNo
8412
8413
8414
8415
10-07-0-007-40052-0000
10-07-0-007-40053-0000
10-07-0-007-40056-0000
10-08-0-012-35568-0000
10-08-0-012-35576-0000
10-08-0-012-35575-0000
10-08-0-012-35577-0000
10-08-0-012-35578-0000
10-08-0-012-35568-0000
10-08-0-012-35576-0000
10-08-0-012-35575-0000
10-08-0-012-35577-0000
10-08-0-012-35578-0000
10-07-0-007-39729-0000
3 THORNAPPLE ST
5 THORNAPPLE ST
11 THORNAPPLE ST
13 MIDNIGHT LANE
9 MIDNIGHT LANE
11 MIDNIGHT LANE
7 MIDNIGHT LANE
5 MIDNIGHT LANE
13 MIDNIGHT LANE
9 MIDNIGHT LANE
11 MIDNIGHT LANE
7 MIDNIGHT LANE
5 MIDNIGHT LANE
227 INSPIRE BLVD
PLAN 43M1946 PT BLK 175 RP 43R36231 PT(s) 3 AND 4PLAN 43M1946 PT BLK 175 RP 43R36231 PT(s) 5 TO 8PLAN 43M1946 PT BLK 175 RP 43R36231 PT(s) 15
PLAN 43M1883 PT BLK 406 RP 43R36087 PT(s) 1 AND 2PLAN 43M1883 PT BLK 406 RP 43R36087 PT(s) 4 AND 5PLAN 43M1883 PT BLK 406 RP 43R36087 PT(s) 3PLAN 43M1883 PT BLK 406 RP 43R36087 PT(s) 6 AND 7PLAN 43M1883 PT BLK 406 RP 43R36087 PT(s) 8
PLAN 43M1883 PT BLK 406 RP 43R36087 PT(s) 1 AND 2PLAN 43M1883 PT BLK 406 RP 43R36087 PT(s) 4 AND 5PLAN 43M1883 PT BLK 406 RP 43R36087 PT(s) 3PLAN 43M1883 PT BLK 406 RP 43R36087 PT(s) 6 AND 7PLAN 43M1883 PT BLK 406 RP 43R36087 PT(s) 8
PLAN 43M1946 PT BLK 187 RP 43R36230 PT(s) 1 TO 3
2015
2015
2015
2014
2014
2014
2014
2014
2015
2015
2015
2015
2015
2015
115,969
115,969
119,166
162,866
145,751
146,931
145,161
149,291
168,294
150,609
151,829
150,000
154,268
82,547
1,293.21
1,293.21
1,328.85
2,042.02
1,641.64
1,654.93
1,635.00
1,681.51
4,812.04
1,679.48
1,693.09
1,672.69
1,720.28
920.51
- 626.27
- 626.27
- 643.53
- 2,042.02
- 1,641.64
- 1,654.93
- 1,635.00
- 1,681.51
- 1,361.76
- 1,404.49
- 1,415.82
- 1,398.78
- 1,438.59
- 445.76
RecommendedApportionment of
Payments
8.4-12
Summary of Apportionment of Taxes
TXR5850
For Hearing on March 2, 2016
Page 10 of 15
Roll No Location Legal DscrTax Year Assessment
RecommendedApportionment of
TaxesApportionmentNo
8415
8416
8417
8418
10-07-0-007-40087-0000
10-07-0-007-40088-0000
10-07-0-007-40086-0000
10-07-0-007-40084-0000
10-07-0-007-40085-0000
10-07-0-007-40089-0000
10-07-0-007-40090-0000
10-07-0-008-19677-0000
10-07-0-008-21439-0000
10-07-0-007-39676-0000
10-07-0-007-39830-0000
10-07-0-007-39721-0000
10-07-0-007-39876-0000
10-07-0-007-39877-0000
219 INSPIRE BLVD
217 INSPIRE BLVD
221 INSPIRE BLVD
225 INSPIRE BLVD
223 INSPIRE BLVD
215 INSPIRE BLVD
213 INSPIRE BLVD
30 GOWER CRES
28 GOWER CRES
96 LEDGER POINT CRES
94 LEDGER POINT CRES
112 INSPIRE BLVD
118 INSPIRE BLVD
120 INSPIRE BLVD
PLAN 43M1946 PT BLK 187 RP 43R36230 PT(s) 8PLAN 43M1946 PT BLK 187 RP 43R36230 PT(s) 9PLAN 43M1946 PT BLK 187 RP 43R36230 PT(s) 7PLAN 43M1946 PT BLK 187 RP 43R36230 PT(s) 4 AND 5PLAN 43M1946 PT BLK 187 RP 43R36230 PT(s) 6PLAN 43M1946 PT BLK 187 RP 43R36230 PT(s) 10 AND11PLAN 43M1946 PT BLK 187 RP 43R36230 PT(s) 12 AND13
PLAN 43M1783 PT LOT 81 RP 43R36052 PT(s) 1PLAN 43M1783 PT LOT 81 RP 43R36052 PT(s) 2
PL 43M1946 PT LOT 134 RP 43R36157 PT(s) 6PL 43M1946 PT LOT 134 RP 43R36157 PT(s) 5
PLAN 43M1946 PT BLK 179 RP 43R36183 PT(s) 1 2 AND 3PLAN 43M1946 PT BLK 179 RP 43R36183 PT(s) 8 AND 9PLAN 43M1946 PT BLK 179 RP 43R36183 PT(s) 10 AND11
2015
2015
2015
2015
2015
2015
2015
2015
2015
2015
2015
2015
2015
2015
76,332
76,332
76,332
76,332
76,332
76,332
78,524
113,625
113,625
118,646
118,646
104,960
100,851
100,851
851.20
851.20
851.20
851.20
851.20
851.20
875.64
3,405.18
1,267.06
3,563.19
1,323.06
1,170.43
1,124.62
1,124.62
- 412.20
- 412.20
- 412.20
- 412.20
- 412.20
- 412.20
- 424.04
- 1,267.07
- 1,267.06
- 640.50
- 640.50
- 566.79
- 936.67
- 544.62
RecommendedApportionment of
Payments
8.4-13
Summary of Apportionment of Taxes
TXR5850
For Hearing on March 2, 2016
Page 11 of 15
Roll No Location Legal DscrTax Year Assessment
RecommendedApportionment of
TaxesApportionmentNo
8418
8419
8420
8421
10-07-0-007-39875-0000
10-07-0-007-39878-0000
10-07-0-007-39874-0000
10-07-0-007-39712-0000
10-07-0-007-39869-0000
10-07-0-007-39870-0000
10-07-0-007-39866-0000
10-07-0-007-39868-0000
10-07-0-007-39867-0000
10-07-0-007-39871-0000
10-07-0-007-39872-0000
10-07-0-007-39560-0000
10-07-0-007-39842-0000
10-07-0-007-39561-0000
10-07-0-007-39844-0000
116 INSPIRE BLVD
122 INSPIRE BLVD
114 INSPIRE BLVD
38 YELLOWKNIFE RD
46 YELLOWKNIFE RD
48 YELLOWKNIFE RD
40 YELLOWKNIFE RD
44 YELLOWKNIFE RD
42 YELLOWKNIFE RD
50 YELLOWKNIFE RD
52 YELLOWKNIFE RD
32 FRINGETREE RD
30 FRINGETREE RD
26 FRINGETREE RD
28 FRINGETREE RD
PLAN 43M1946 PT BLK 179 RP 43R36183 PT(s) 6 AND 7PLAN 43M1946 PT BLK 179 RP 43R36183 PT(s) 12 13 AND 14PLAN 43M1946 PT BLK 179 RP 43R36183 PT(s) 4 AND 5
PLAN 43M1946 PT BLK 170 RP 43R36158 PT(s) 25PLAN 43M1946 PT BLK 170 RP 43R36158 PT(s) 31PLAN 43M1946 PT BLK 170 RP 43R36158 PT(s) 32PLAN 43M1946 PT BLK 170 RP 43R36158 PT(s) 26 27 AND 28PLAN 43M1946 PT BLK 170 RP 43R36158 PT(s) 30PLAN 43M1946 PT BLK 170 RP 43R36158 PT(s) 29PLAN 43M1946 PT BLK 170 RP 43R36158 PT(s) 33 34 AND 35PLAN 43M1946 PT BLK 170 RP 43R36158 PT(s) 36
PL 43M1946 PT LOT 18 RP 43R36156 PT(s) 16PL 43M1946 PT LOT 18 RP 43R36156 PT(s) 17
PL 43M1946 PT LOT 19 RP 43R36156 PT(s) 18PL 43M1946 PT LOT 19 RP 43R36156 PT(s) 19
2015
2015
2015
2015
2015
2015
2015
2015
2015
2015
2015
2015
2015
2015
2015
100,851
104,958
100,851
112,820
109,811
109,811
109,811
109,811
109,811
109,811
114,330
118,168
118,167
118,168
118,167
1,124.62
1,170.41
1,124.62
1,258.09
1,224.53
1,224.53
1,224.53
1,224.53
1,224.53
1,224.53
1,274.93
1,317.73
1,317.71
1,317.73
1,317.71
- 544.62
- 566.79
- 1,328.27
- 1,516.66
- 1,228.14
- 1,228.14
- 1,228.14
- 1,228.14
- 1,228.14
- 1,228.14
- 1,048.95
- 638.00
- 638.00
- 1,845.86
- 864.72
RecommendedApportionment of
Payments
8.4-14
Summary of Apportionment of Taxes
TXR5850
For Hearing on March 2, 2016
Page 12 of 15
Roll No Location Legal DscrTax Year Assessment
RecommendedApportionment of
TaxesApportionmentNo
8422
8423
8424
8425
10-06-0-002-16186-0000
10-06-0-002-18186-0000
10-06-0-002-18187-0000
10-06-0-002-18188-0000
10-06-0-002-18189-0000
10-06-0-002-16126-0000
10-06-0-002-18092-0000
10-06-0-002-18094-0000
10-06-0-002-18093-0000
10-06-0-002-16126-0000
10-06-0-002-18092-0000
10-06-0-002-18094-0000
10-06-0-002-18093-0000
10-06-0-002-16144-0000
10-06-0-002-18057-0000
10-06-0-002-18056-0000
10-06-0-002-18055-0000
68 ALDERSGATE DR
70 ALDERSGATE DR
72 ALDERSGATE DR
74 ALDERSGATE DR
76 ALDERSGATE DR
8 DUFAY RD
6 DUFAY RD
2 DUFAY RD
4 DUFAY RD
8 DUFAY RD
6 DUFAY RD
2 DUFAY RD
4 DUFAY RD
13 DUFAY RD
23 DUFAY RD
21 DUFAY RD
19 DUFAY RD
PLAN 43M1940 PT BLK 138 RP 43R36113 PT(s) 7PLAN 43M1940 PT BLK 138 RP 43R36113 PT(s) 8 TO 10PLAN 43M1940 PT BLK 138 RP 43R36113 PT(s) 11 TO 12PLAN 43M1940 PT BLK 138 RP 43R36113 PT(s) 13 AND14PLAN 43M1940 PT BLK 138 RP 43R36113 PT(s) 15
PL 43M1940 PT BLK 118 RP 43R35959 PT(s) 7 TO 9PL 43M1940 PT BLK 118 RP 43R35959 PT(s) 5 AND 6PL 43M1940 PT BLK 118 RP 43R35959 PT(s) 1 AND 2PL 43M1940 PT BLK 118 RP 43R35959 PT(s) 3 AND 4
PL 43M1940 PT BLK 118 RP 43R35959 PT(s) 7 TO 9PL 43M1940 PT BLK 118 RP 43R35959 PT(s) 5 AND 6PL 43M1940 PT BLK 118 RP 43R35959 PT(s) 1 AND 2PL 43M1940 PT BLK 118 RP 43R35959 PT(s) 3 AND 4
PL 43M1940 PT BLK 124 RP 43R35959 PT(s) 99PL 43M1940 PT BLK 124 RP 43R35959 PT(s) 88PL 43M1940 PT BLK 124 RP 43R35959 PT(s) 89 AND 90PL 43M1940 PT BLK 124 RP 43R35959 PT(s) 91 TO 94
2015
2015
2015
2015
2015
2014
2014
2014
2014
2015
2015
2015
2015
2014
2014
2014
2014
85,605
86,029
86,029
86,029
86,877
139,102
138,433
140,440
138,433
145,676
144,975
147,078
144,975
95,943
95,941
95,014
95,014
3,145.29
959.33
959.33
959.33
968.79
1,566.75
1,559.22
1,581.82
1,559.22
1,624.48
1,616.65
1,640.10
1,616.65
1,080.64
1,080.62
1,070.17
1,070.17
- 1,349.53
- 1,356.21
- 1,356.21
- 1,356.21
- 1,369.57
- 1,566.74
- 1,559.22
- 1,581.82
- 1,559.22
- 1,566.51
- 779.48
- 1,436.19
- 779.48
- 1,080.65
- 1,080.62
- 1,070.17
- 1,070.17
RecommendedApportionment of
Payments
8.4-15
Summary of Apportionment of Taxes
TXR5850
For Hearing on March 2, 2016
Page 13 of 15
Roll No Location Legal DscrTax Year Assessment
RecommendedApportionment of
TaxesApportionmentNo
8425
8426
8427
8428
10-06-0-002-18054-0000
10-06-0-002-18053-0000
10-06-0-002-16144-0000
10-06-0-002-18057-0000
10-06-0-002-18056-0000
10-06-0-002-18055-0000
10-06-0-002-18054-0000
10-06-0-002-18053-0000
10-06-0-002-16141-0000
10-06-0-002-18063-0000
10-06-0-002-18065-0000
10-06-0-002-18064-0000
10-06-0-002-18060-0000
10-06-0-002-18059-0000
10-06-0-002-18061-0000
10-06-0-002-18062-0000
10-06-0-002-16141-0000
10-06-0-002-18063-0000
17 DUFAY RD
15 DUFAY RD
13 DUFAY RD
23 DUFAY RD
21 DUFAY RD
19 DUFAY RD
17 DUFAY RD
15 DUFAY RD
25 DUFAY RD
35 DUFAY RD
39 DUFAY RD
37 DUFAY RD
29 DUFAY RD
27 DUFAY RD
31 DUFAY RD
33 DUFAY RD
25 DUFAY RD
35 DUFAY RD
PL 43M1940 PT BLK 124 RP 43R35959 PT(s) 95 AND 96PL 43M1940 PT BLK 124 RP 43R35959 PT(s) 97 AND 98
PL 43M1940 PT BLK 124 RP 43R35959 PT(s) 99PL 43M1940 PT BLK 124 RP 43R35959 PT(s) 88PL 43M1940 PT BLK 124 RP 43R35959 PT(s) 89 AND 90PL 43M1940 PT BLK 124 RP 43R35959 PT(s) 91 TO 94PL 43M1940 PT BLK 124 RP 43R35959 PT(s) 95 AND 96PL 43M1940 PT BLK 124 RP 43R35959 PT(s) 97 AND 98
PL 43M1940 PT BLK 123 RP 43R35959 PT(s) 87PL 43M1940 PT BLK 123 RP 43R35959 PT(s) 76 AND 77PL 43M1940 PT BLK 123 RP 43R35959 PT(s) 72PL 43M1940 PT BLK 123 RP 43R35959 PT(s) 73 TO 75PL 43M1940 PT BLK 123 RP 43R35959 PT(s) 82 TO 84PL 43M1940 PT BLK 123 RP 43R35959 PT(s) 85 AND 86PL 43M1940 PT BLK 123 RP 43R35959 PT(s) 80 AND 81PL 43M1940 PT BLK 123 RP 43R35959 PT(s) 78 AND 79
PL 43M1940 PT BLK 123 RP 43R35959 PT(s) 87PL 43M1940 PT BLK 123 RP 43R35959 PT(s) 76 AND 77
2014
2014
2015
2015
2015
2015
2015
2015
2014
2014
2014
2014
2014
2014
2014
2014
2015
2015
95,014
95,014
100,479
100,475
99,504
99,504
99,504
99,504
88,930
88,065
88,925
88,065
88,065
88,065
88,065
88,065
93,134
92,227
1,070.17
1,070.17
3,420.19
1,120.43
1,109.59
1,109.59
1,109.59
1,109.59
1,001.65
991.90
1,001.59
991.90
991.90
991.90
991.90
991.90
1,038.56
1,028.44
- 1,070.17
- 1,070.17
- 4,373.95
- 540.15
- 726.56
- 918.74
- 918.75
- 918.78
- 1,001.68
- 991.90
- 1,001.59
- 991.90
- 991.90
- 991.90
- 991.90
- 991.90
- 1,034.59
- 495.91
RecommendedApportionment of
Payments
8.4-16
Summary of Apportionment of Taxes
TXR5850
For Hearing on March 2, 2016
Page 14 of 15
Roll No Location Legal DscrTax Year Assessment
RecommendedApportionment of
TaxesApportionmentNo
8428
8429
8430
10-06-0-002-18065-0000
10-06-0-002-18064-0000
10-06-0-002-18060-0000
10-06-0-002-18059-0000
10-06-0-002-18061-0000
10-06-0-002-18062-0000
10-06-0-002-16138-0000
10-06-0-002-18070-0000
10-06-0-002-18073-0000
10-06-0-002-18069-0000
10-06-0-002-18068-0000
10-06-0-002-18067-0000
10-06-0-002-18071-0000
10-06-0-002-18072-0000
10-06-0-002-16138-0000
10-06-0-002-18070-0000
10-06-0-002-18073-0000
10-06-0-002-18069-0000
39 DUFAY RD
37 DUFAY RD
29 DUFAY RD
27 DUFAY RD
31 DUFAY RD
33 DUFAY RD
41 DUFAY RD
49 DUFAY RD
55 DUFAY RD
47 DUFAY RD
45 DUFAY RD
43 DUFAY RD
51 DUFAY RD
53 DUFAY RD
41 DUFAY RD
49 DUFAY RD
55 DUFAY RD
47 DUFAY RD
PL 43M1940 PT BLK 123 RP 43R35959 PT(s) 72PL 43M1940 PT BLK 123 RP 43R35959 PT(s) 73 TO 75PL 43M1940 PT BLK 123 RP 43R35959 PT(s) 82 TO 84PL 43M1940 PT BLK 123 RP 43R35959 PT(s) 85 AND 86PL 43M1940 PT BLK 123 RP 43R35959 PT(s) 80 AND 81PL 43M1940 PT BLK 123 RP 43R35959 PT(s) 78 AND 79
PL 43M1940 PT BLK 122 RP 43R35959 PT(s) 71PL 43M1940 PT BLK 122 RP 43R35959 PT(s) 62 AND 63PL 43M1940 PT BLK 122 RP 43R35959 PT(s) 55PL 43M1940 PT BLK 122 RP 43R35959 PT(s) 64PL 43M1940 PT BLK 122 RP 43R35959 PT(s) 65 TO 67PL 43M1940 PT BLK 122 RP 43R35959 PT(s) 68 TO 70PL 43M1940 PT BLK 122 RP 43R35959 PT(s) 58 TO 61PL 43M1940 PT BLK 122 RP 43R35959 PT(s) 56 AND 57
PL 43M1940 PT BLK 122 RP 43R35959 PT(s) 71PL 43M1940 PT BLK 122 RP 43R35959 PT(s) 62 AND 63PL 43M1940 PT BLK 122 RP 43R35959 PT(s) 55PL 43M1940 PT BLK 122 RP 43R35959 PT(s) 64
2015
2015
2015
2015
2015
2015
2014
2014
2014
2014
2014
2014
2014
2014
2015
2015
2015
2015
93,127
92,227
92,227
92,227
92,227
92,227
93,930
93,022
95,297
93,022
93,022
93,022
93,022
93,022
98,369
97,419
99,796
97,419
1,038.49
1,028.44
1,028.44
1,028.44
1,028.44
1,028.44
1,057.96
1,047.73
1,073.36
1,047.73
1,047.73
1,047.73
1,047.73
1,047.73
3,300.21
1,086.35
1,112.85
1,086.35
- 500.75
- 495.91
- 495.91
- 495.91
- 495.91
- 495.95
- 1,058.01
- 1,047.73
- 1,073.36
- 1,047.73
- 1,047.73
- 1,047.73
- 1,047.73
- 1,047.73
- 717.15
- 523.77
- 724.91
- 712.10
RecommendedApportionment of
Payments
8.4-17
Summary of Apportionment of Taxes
TXR5850
For Hearing on March 2, 2016
Page 15 of 15
Roll No Location Legal DscrTax Year Assessment
RecommendedApportionment of
TaxesApportionmentNo
8430
8431
10-06-0-002-18068-0000
10-06-0-002-18067-0000
10-06-0-002-18071-0000
10-06-0-002-18072-0000
10-08-0-011-57889-0000
45 DUFAY RD
43 DUFAY RD
51 DUFAY RD
53 DUFAY RD
5 SWANTON RD
PL 43M1940 PT BLK 122 RP 43R35959 PT(s) 65 TO 67PL 43M1940 PT BLK 122 RP 43R35959 PT(s) 68 TO 70PL 43M1940 PT BLK 122 RP 43R35959 PT(s) 58 TO 61PL 43M1940 PT BLK 122 RP 43R35959 PT(s) 56 AND 57
PLAN 43M1937 BLK 279 PLAN 43M1950 BLK 88
2015
2015
2015
2015
2015
97,419
97,419
97,419
97,419
298,529
1,086.35
1,086.35
1,086.35
1,086.35
5,802.48
- 523.77
- 712.09
- 712.10
- 712.07
- 2,349.68
RecommendedApportionment of
Payments
Total 356,719.52 - 297,126.97
8.4-18