General Government Committee

Meeting No.:
26
Contact:
Matthew Green, Committee Administrator
Meeting Date:
Monday, December 8, 2025

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

General Government Committee

Councillor Paul Ainslie, Chair

Councillor Lily Cheng

Councillor Michael Thompson

Councillor Jon Burnside

Councillor Stephen Holyday, Vice-Chair

 

 

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

 

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

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

 

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

 

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

 

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

 

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

 

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

 

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

 

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

 

toronto.ca/council

 

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

 

 

Declarations of Interest under the Municipal Conflict of Interest Act

 

Confirmation of Minutes - October 23, 2025

 

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

 

Communications/Reports

GG26.1 - Largest Property Tax Debtors with Tax Arrears Greater than $500,000 as at December 31, 2024

Consideration Type:
ACTION
Wards:
All

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

Origin

(November 24, 2025) Report from the Executive Director, Finance Shared Services

Recommendations

The Executive Director, Finance Shared Services recommends that:

 

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

Summary

This report provides information on property tax accounts with outstanding receivables of $500,000 or more as of December 31, 2024. The total number of properties with outstanding receivable balances of $500,000 or more is 27, including 24 owned by corporations and three owned by individuals as mentioned above. When compared to what was reported as of June 30, 2024, the total number of properties with receivables of $500,000 or more has decreased. Further information on prior years can be found in Table 2 of the report.

Financial Impact

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

 

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

Background Information

(November 24, 2025) Report from the Executive Director, Finance Shared Services on Largest Property Tax Debtors with Tax Arrears Greater than $500,000 as at December 31, 2024
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260405.pdf
Attachment 1: Properties with Tax Arrears Greater than $500,000 Owned by a Corporation as at December 31, 2024
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260406.pdf
Attachment 2: Properties Removed from the Largest Debtor List since Last Report
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260407.pdf
Confidential Attachment 3 - Property Tax Arrears Greater than $500,000 Owned by an Individual

GG26.2 - Summary of Open Competitive Awards Made by the Chief Procurement Officer from October 1, 2025, to November 14, 2025

Consideration Type:
ACTION
Wards:
All

Origin

(November 24, 2025) Report from the Chief Procurement Officer

Recommendations

The Chief Procurement Officer recommends that:

 

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

Summary

Effective October 1, 2025, the Bid Award Panel was eliminated, and the Chief Procurement Officer was authorized to make awards resulting from open competitive solicitations valued up to $30 million and with a term of up to five years, including option periods, or the projected term of capital funding for a project as approved by Council. This authority is set out in Section 8.1(D) of Toronto Municipal Code Chapter 195, Procurement.

 

The purpose of this report is to inform the General Government Committee of open competitive solicitations awarded during the period from October 1, 2025, to November 14, 2025, under the authority of the Chief Procurement Officer.

Financial Impact

There are no financial impacts arising from the recommendations in this report.   

 

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

Background Information

(November 24, 2025) Report from the Chief Procurement Officer, on Summary of Open Competitive Awards Made by the Chief Procurement Officer from October 1, 2025, to November 14, 2025
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260446.pdf
Attachment 1 - Open Competitive Solicitations Awarded by the Chief Procurement Officer between October 1, 2025, and November 14, 2025
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260447.pdf

GG26.3 - Suspension of Capital Sewer Services Inc., and Affiliated Persons

Consideration Type:
ACTION
Wards:
All

Origin

(November 26, 2025) Report from the Chief Engineer and Executive Director, Engineering and Construction Services, and the Chief Procurement Officer

Recommendations

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

 

1. City Council suspend Capital Sewer and any affiliated persons’, as defined in Chapter 195, eligibility to bid on or be awarded any City of Toronto contracts as a supplier of goods and / or services or as a subcontractor to such a supplier, including any options, or renewals of existing contracts, for a period of five years commencing upon the date of approval of this report.

Summary

This report recommends that City Council suspend the eligibility of Capital Sewer Services Inc., ("Capital Sewer") and its affiliated persons, to bid on, or be awarded, any City of Toronto contracts for a period of five years, for contraventions of the City of Toronto’s Supplier Code of Conduct (Supplier Performance) in Chapter 195 of the Toronto Municipal Code. Capital Sewer’s affiliated persons include Capital Sewer’s parent company, Capital Infrastructure Group (“CIG”), and five other of Capital Infrastructure Group’s subsidiaries: Utility Force Construction Inc., Capital Utility Services Inc., CEC Mechanical Ltd., MarkerVac Inc., and Clean Water Works Inc. The Supplier Code of Conduct states that a supplier shall not over-bill, double-bill, retain a known over-payment, fail to notify the City of an over-payment or duplicate payment within a reasonable time, submit misleading information to the City, submit false or exaggerated claims to the City, or bill for goods and services not supplied.

 

This report provides an overview of the City’s investigation into Capital Sewer, summarizing the audit and investigative work completed to date, the inquiries still underway, and the rationale for recommending suspension of their eligibility to continue doing business with the City.

 

In March 2024, the City’s internal controls, as well as complaints received through the Auditor General’s Fraud and Waste Hotline, first identified irregularities in change order documentation submitted by Capital Sewer. A change order is a formal, written modification to a construction contract. It is used when work needs to be added, removed, or adjusted from the original scope of the contract. Early analysis of the irregularities revealed significant discrepancies between quotations Capital Sewer provided to the City and those provided directly by subcontractors, indicating potential document alterations and overbilling. This triggered an audit process beginning in December 2024, followed by the City’s engagement of KPMG LLP (“KPMG”) to conduct a forensic audit.

 

While Capital Sewer has committed to restitution and claims to have strengthened internal controls, KPMG has not validated the effectiveness of these new measures, and the full extent of past misconduct is still under investigation. KPMG’s forensic audit is ongoing and will also seek to determine whether further overbilling activity occurred and if additional staff were involved. The findings of overbilling and document alterations have also been reported to Toronto Police Services by Capital Sewer and the City.

 

Based on KPMG’s findings to date, KPMG has confirmed that there has been intentional overbilling of at least $1.1 million related to contract 22ECS-LU-03TT for work on the Dufferin Sanitary Trunk Sewer Systems Improvement (the "Dufferin Project"). As a result, City staff recommend the maximum allowable suspension of five years for Capital Sewer and its affiliated persons. This suspension is not punitive but necessary to protect public funds, uphold the Supplier Code of Conduct, and safeguard the integrity of the City’s procurement processes.

 

The City has exercised its rights under the contract for the Dufferin Project to recover the overbillings detected by KPMG to date and KPMG’s initial audit costs to date.

Financial Impact

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

 

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

Background Information

(November 26, 2025) Report from the Chief Engineer and Executive Director, Engineering and Construction Services, and the Chief Procurement Officer on Suspension of Capital Sewer Services Inc., and Affiliated Persons
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260581.pdf
Staff Presentation from the Chief Engineer and Executive Director, Engineering and Construction Services, and the Chief Procurement Officer
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260905.pdf

Communications

(December 4, 2025) Letter from David Beswick, Chief Executive Officer of Capital Infrastructure Group (GG.Supp)
https://www.toronto.ca/legdocs/mmis/2025/gg/comm/communicationfile-200766.pdf
(December 5, 2025) Letter from Bob Brooks, Sector Coordinator, International Union of Operating Engineers, Local 793 (GG.Supp)
https://www.toronto.ca/legdocs/mmis/2025/gg/comm/communicationfile-199585.pdf

GG26.4 - Amendment to Blanket Contract 47024548, 47024551 and 47025697 with 911 Interpreters Inc., for Real-Time Over the Telephone Interpretation Services for Revenue Services, Toronto Fire Services and Housing Secretariat

Consideration Type:
ACTION
Wards:
All

Origin

(November 20, 2025) Report from the Executive Director, Finance Shared Services, the Fire Chief and General Manager, Toronto Fire Services, the Executive Director, Housing Secretariat, and the Chief Procurement Officer

Recommendations

The Executive Director, Finance Shared Services, the Fire Chief and General Manager, Toronto Fire Services, the Executive Director, Housing Secretariat, and the Chief Procurement Officer recommend that:

 

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

 

a. Blanket Contract 47024548 for the provision of Real-Time Over the Telephone Interpretation Service for Toronto Fire Services by increasing the contract value by $2,000 net of all taxes and charges ($2,035 net of Harmonized Sales Tax Recoveries) from $1,993 ($2,028 net of Harmonized Sales Tax Recoveries) to $3,993 ($4,063 net of Harmonized Sales Tax Recoveries);

 

b. Blanket Contract 47024551 for the provision of Real-Time Over the Telephone Interpretation Service for Revenue Services by increasing the contract value by $25,000 net of all taxes and charges ($25,440 net of Harmonized Sales Tax Recoveries) from $6,240 ($6,350 net of Harmonized Sales Tax Recoveries) to $31,240 ($31,790 net of Harmonized Sales Tax Recoveries); and

 

c. Blanket Contract 47025697 for the provision of Real-Time Over the Telephone Interpretation Service for Housing Secretariat by increasing the contract value by $26,000 net of all taxes and charges ($26,458 net of Harmonized Sales Tax Recoveries) from $18,000 ($18,317 net of Harmonized Sales Tax Recoveries) to $44,000 ($44,774 net of Harmonized Sales Tax Recoveries),

 

with the total values of the amendments identified above being $53,000 net of all taxes and charges ($53,933 net of Harmonized Sales Tax Recoveries), increasing the total amendments to date from $1,200,000 ($1,221,120 net of Harmonized Sales Tax recoveries) to $1,253,000 net of all taxes and charges ($1,275,053 net of Harmonized Sales Tax Recoveries).

Summary

The purpose of this report is to request authority to amend Blanket Contracts 47024548, 47024551 and 47025697 issued to 911 Interpreters Inc., for the provision of Real-Time Over the Telephone Interpretation Services by increasing the value of each of the Blanket Contracts. The blanket contracts were originally awarded through Co-operative Solicitation, Request for Proposal Doc3387891245 and serve multiple divisions across the City.

 

Under Toronto Municipal Code Chapter 71 - Financial Control, a contract amendment greater than $500,000 net of all taxes and charges requires Standing Committee approval. Previous amendments for contracts identified in this report have totalled $1.2 million net of all taxes and charges. As the $500,000 threshold has been exceeded, this report is requesting authority to amend the total value of the contracts identified in this report by $53,000 net of all applicable taxes requires.

 

This amendment is necessary to ensure continued service due to translation requests surpassing the projected usage. Consequently, the three blanket contracts referenced must be amended to increase spending authority and accommodate service demands through the remainder of the contract term.

 

An amendment request of Blanket Contract 47024548 for Toronto Fire Services for an additional $2,000 net of all taxes and charges ($2,035 net of Harmonized Sales Tax Recoveries) increasing the total contract value from $1,993 ($2,028 net of Harmonized Sales Tax Recoveries) to $3,993 ($4,063 net of Harmonized Sales Tax Recoveries).

 

An amendment request of Blanket Contract 47024551 for Revenue Services for an additional $25,000 net of all taxes and charges ($25,440 net of Harmonized Sales Tax Recoveries) increasing the total contract value from $6,240 ($6,350 net of Harmonized Sales Tax Recoveries) to $31,240 ($31,790 net of Harmonized Sales Tax Recoveries).

 

An amendment request of Blanket Contract 47025697 for Housing Secretariat for an additional $26,000 net of all taxes and charges ($26,458 net of Harmonized Sales Tax Recoveries) increasing the total contract value from $18,000 ($18,317 net of Harmonized Sales Tax Recoveries) to $44,000 ($44,774 net of Harmonized Sales Tax Recoveries).

 

The total value of amendments identified in this report is $53,000 net of all taxes and charges ($53,933 net of Harmonized Sales Tax Recoveries), increasing the total amendments to date from $1,200,000 ($1,221,120 net of Harmonized Sales Tax recoveries) to $1,253,000 net of all taxes and charges ($1,275,053 net of Harmonized Sales Tax Recoveries).

 

The total potential contract award, including all amendments and option years, will increase from $8,170,749 net of all applicable taxes ($8,314,554 net of Harmonized Sales Tax recoveries) to $8,223,749 net of all applicable taxes and charges ($8,368,487 net of Harmonized Sales Tax recoveries).

Financial Impact

The total value of the contract amendments identified in this report is $53,000 net of all applicable taxes ($53,933 net of Harmonized Sales Tax recoveries) increasing the value of the three contracts from $26,233 net of all applicable taxes ($26,695 net of Harmonized Sales Tax Recoveries) to $79,233 net of all applicable taxes and charges ($80,628 net of Harmonized Sales Tax Recoveries).

 

Funding is available in the 2025 Operating Budgets of participating Programs and further funding will continue to be included in the 2026 Base Operating Budget. Funding details are provided in Table 1 below.

 

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

 

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

 

Cost Centre /

Cost Element

Division

September 1, 2025 to December 31, 2025

January 1, 2026 to December 31, 2026

Total Amendment Value (Net of HST Recoveries)

FR0013/4086& 4424

Toronto Fire Services

$500

$1,535

$2,035

FS0182/

4086

Revenue Services

$7,123

$18,317

$25,440

FH5134/4086

Housing Secretariat – Access to Housing

$7,123

$7,123

$14,246

FHS753/4086

Housing Secretariat – EPIC Program

$6,106

$6,106

$12,212

Total Amendment Value (Net of HST Recoveries)

$20,852

$33,081

$53,933

Background Information

(November 20, 2025) Report from the Executive Director, Finance Shared Services, the Fire Chief and General Manager, Toronto Fire Services, the Executive Director, Housing Secretariat, and the Chief Procurement Officer on Amendment to Blanket Contract 47024548, 47024551 and 47025697 with 911 Interpreters Inc., for Real-Time Over the Telephone Interpretation Services for Revenue Services, Toronto Fire Services and Housing Secretariat
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260334.pdf

Communications

(December 8, 2025) E-mail from Nicole Corrado (GG.Supp)

GG26.5 - Amendment to Blanket Contract 47025000 with Onx Enterprise Solutions Ltd., for Storage / Network Switch Hardware and Maintenance

Consideration Type:
ACTION
Wards:
All

Origin

(November 24, 2025) Report from the Chief Technology Officer, and the Chief Procurement Officer

Recommendations

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

 

1. The General Government Committee, in accordance with Section 71-11.1.C of the City of Toronto Municipal Code Chapter 71, (Financial Control By-Law), grant authority to the Chief Technology Officer to amend Blanket Contract 47025000 with Onx Enterprise Solutions Ltd., by increasing the contract value by $2,500,000 net of all applicable charges and taxes ($2,544,000 net of Harmonized Sales Tax Recoveries), revising the current Blanket Contract Value from $3,500,000 to $6,000,000 (3,561,600 to 6,105,600 net of Harmonized Sales Tax Recoveries).

Summary

The purpose of this report is to amend competitively-procured Blanket Contract 47025000 with Onx Enterprise Solutions Ltd., a Canadian supplier, for installation and manufacturer's warranty of Dell / EMC Brocade storage switch hardware and maintenance including the configured products and options required within the Technology Services Division.

 

The total value of the amendment requested is $2,500,000 net of all applicable taxes and charges ($2,544,000 net of Harmonized Sales Tax Recoveries), revising the current Blanket Contract value from $3,500,000 to $6,000,000 net of all applicable taxes and charges ($3,561,600 to $6,105,600 net of Harmonized Sales Tax Recoveries).

 

This amendment will purchase network switch hardware and maintenance services required for City of Toronto data centre state of good repair and modernization. At the time of writing this report, City staff verified through third-party analysis that pricing within this contract remains competitive.

 

The City operates three data centres to ensure data security and continuity of critical services like the website, 311, and corporate systems, protecting against hardware failure, human error, hacking, malware, or natural disasters through regular backups. A 2022 Enterprise IT Disaster Recovery program survey and Auditor General assessments revealed a need for increased data backup support and resources.

To meet this demand, the City is investing in upgrading data centre hardware and software, including fibre switches connecting servers to storage and backup. This amendment funds essential upgrades through May 2028, ensuring operational storage systems and rapid service restoration in emergencies, with a new competitive request for services planned for 2027.

Financial Impact

 

The blanket contract amendment request included in this report will increase the total value by an additional $2,500,000 net of all applicable taxes and charges ($2,544,000 net of Harmonized Sales Tax Recoveries) and will increase the value from $3,500,000 to $6,000,000 (3,561,600 to 6,105,600 net of Harmonized Sales Tax Recoveries).

 

Funding for this increase will be allocated from the approved operating and capital budgets for Technology Services Division over the remaining term as follows:

 

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

 

Division

Cost Centre

Cost Element

2025

2026

2027

2028

Total

Technology Services Division

IT1010

4472

-

$101,760

$203,520

-

$305,280

CIT702-07

3410

-

-

-

$203,520

$203,520

CIT030-26

3410

$1,526,400

$508,800

-

-

$2,035,200

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

$1,526,400

$610,560

$203,520

$203,520

$2,544,000

 

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

Background Information

(November 24, 2025) Report from the Chief Technology Officer, and the Chief Procurement Officer on Amendment to Blanket Contract 47025000 with Onx Enterprise Solutions Ltd., for Storage/Network Switch Hardware and Maintenance
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260418.pdf

Communications

(December 8, 2025) E-mail from Nicole Corrado (GG.Supp)

GG26.6 - Amendment to Blanket Contract 47025072 with Cardinal Health Canada Inc., for Medical and Personal Care Supplies for Seniors Services and Long-Term Care

Consideration Type:
ACTION
Wards:
All

Origin

(November 24, 2025) Report from the General Manager, Seniors Services and Long-Term Care, and the Chief Procurement Officer

Recommendations

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

 

1. The General Government Committee, in accordance with Section 71-11.1C of the City of Toronto Municipal Code Chapter 71 (Financial Control By-Law), grant authority to amend the Blanket Contract Number 47025072 with Cardinal Health Canada Inc., for the supply and delivery of medical and personal care supplies for Seniors Services and Long-Term Care in the amount of $2,789,516 net of all applicable taxes and charges ($2,838,611 net of Harmonized Sales Tax recoveries), revising the current Blanket Contract 47025072 value from $3,680,276 net of all applicable taxes and charges ($ 3,745,049 net of Harmonized Sales Tax recoveries) to $6,469,792 net of applicable taxes and charges $6,583,660 net of Harmonized Sales Tax recoveries).

Summary

The purpose of this report is to request authority to amend the Blanket Contract Number 47025072 issued to Cardinal Health Canada Inc., for the supply and delivery of medical and personal care supplies for Seniors Services and Long-Term Care.

 

The total value of the amendment that is being requested is $2,789,516 net of all applicable taxes and charges ($2,838,611 net of Harmonized Sales Tax recoveries), revising the current value of the Blanket Contract from $3,680,276 net of all applicable taxes and charges ($3,745,049 net of Harmonized Sales Tax recoveries) to $6,469,792 net of applicable taxes and charges ($6,583,660 net of Harmonized Sales Tax recoveries).


The amendment is required to address increased consumption of medical supplies across Seniors Services and Long-Term Care's ten long-term care homes, which has resulted in spending exceeding the current contract value. The amended Blanket Contract will be utilized for the procurement of additional medical and personal care supplies to meet ongoing operational demands of Seniors Services and Long-Term Care's long-term care homes.

 

This amount will sustain procurement through the remainder of the contract term, including all optional extension years, ending March 31, 2028.

Financial Impact

The total value of amendment identified in this report is $2,789,516 net of all applicable taxes and charges ($2,838,611 net of Harmonized Sales Tax recoveries). This amendment will increase the value of the Blanket Contract from $3,680,276 net of all applicable taxes and charges ($ 3,745,049 net of Harmonized Sales Tax recoveries) to $6,469,792 net of applicable taxes and charges ($6,583,660 net of Harmonized Sales Tax recoveries).

 

Funding of $1,261,989 is included in the 2026 Operating Budget Submission as base budget for Seniors Services and Long-Term Care. Funding for 2027 and 2028 will be requested through the 2027-2028 Operating Budget Submissions for Seniors Services and Long-Term Care, as per the annual Operating budget review process.

 

Funding details are provided in the table below.

 

Table 1: Financial Impact Summary, net of Harmonized Sales Tax Recoveries

 

SSLTC

D3*144 / GL 2823, 2826,

2855

D3*175 / GL 3055

Total Amendment Value (Net of Harmonized Sales Tax Recoveries)

 

January 1, 2026 to December 31, 2026

$1,135,790

$126,199

$1,261,989

January 1, 2027 to December 31, 2027

$1,135,790

$126,199

$1,261,989

January 1, 2028 to March 31, 2028

$283,170

$31,463

$314,633

Total

$2,554,750

$283,861

$2,838,611

 

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

Background Information

(November 24, 2025) Report from the General Manager, Seniors Services and Long-Term Care, and the Chief Procurement Officer on Amendment to Blanket Contract 47025072 with Cardinal Health Canada Inc., for Medical and Personal Care Supplies for Seniors Services and Long-Term Care
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260410.pdf

GG26.7 - Amendment to Blanket Contract 47025428 with CompuCom Canada Co., for the supply of Personal Computing Devices and Services leveraging the Provincial Vendor of Record Agreement

Consideration Type:
ACTION
Wards:
All

Origin

(November 24, 2025) Report from the Chief Technology Officer, and the Chief Procurement Officer

Recommendations

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

 

1. The General Government Committee, in accordance with Section 71-11.1.C of the City of Toronto Municipal Code Chapter 71 (Financial Control By-Law), grant authority to the Chief Technology Officer, to amend Blanket Contract 47025428 with CompuCom Canada Co., by increasing the contract value by $4,000,000 net of all applicable charges and taxes ($4,070,400 net of Harmonized Sales Tax Recoveries), revising the current Blanket Contract Value from $32,000,000 to $36,000,000 ($32,563,200 to $36,633,600 net of Harmonized Sales Tax Recoveries).

Summary

The purpose of this report is to request authority to amend Blanket Contract 47025428 with CompuCom Canada Co., a Canadian business subsidiary, increasing the contract value by $4,000,000 net of all applicable taxes and charges ($4,070,400 net of Harmonized Sales Tax recoveries) to expand the agreement leveraging the Provincial Vendor of Record to now include Panasonic and Apple computing devices, accessories, and services.

 

Blanket Contract 47025428 is established according to the pricing, terms, and conditions outlined in the Ontario Public Service Vendor of Record for Personal Computing Devices and Services. The Vendor of Record is in place until 2026 with one additional one-year extension available and allows the City to extend the contract past the Vendor of Record expiry date under the same terms.

 

When this contract was established in 2024, it did not include Panasonic or Apple devices as they were procured through separate contracts at that time. This report incorporates these contracts into Blanket Contract 47025428, leveraging the Province's competitive procurement process and purchasing power to provide the best value.

Financial Impact

The total value of the requested amendment to Blanket Contract Number 47025428 is $4,000,000 net of all applicable charges and taxes ($$4,070,400 net of Harmonized Sales Tax Recoveries). This will increase the contract value from $32,000,000 net of all taxes and charges ($32,563,200 net of Harmonized Sales Tax recoveries), to $36,000,000 net of all taxes and charges ($36,633,600 net of Harmonized Sales Tax recoveries).

 

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

 

Division

Cost Centre

Cost Element

2025

2026

2027

Total

Technology Services Division

CIT702-01

3410

$360,000

$1,268,160

$814,080

$2,442,240

Various Divisions

Operating and Capital account as required

Cost Element as required

$ 235,440

$1,000,000

$392,720

$1,628,160

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

$595,440

$2,268,160

$1,206,800

$4,070,400

 

Funding in the amount of $2,442,240 net of Harmonized Sales Tax Recoveries is included in the 2025-2034 Capital Budget and Plan for the Technology Services Division. This is a regular state of good repair component of the lifecycle replacement plan.

 

The requested amounts for 2025-2027 for various City divisions are subject to annual budget approvals within each division's budget to the amount of $1,628,160 net of Harmonized Sales Tax Recoveries. City Divisions may order equipment on an as-required basis for non-lifecycle management purchases of additional devices and accessories, as funded by their respective Capital and Operating budgets. While the purchases will fluctuate based on divisional requirements and other unforeseen factors, including Workplace Modernization initiatives, new hires, and continued conversion to a hybrid/mobile workforce, the contract value takes this into account based on historical averages.

 

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

Background Information

(November 24, 2025) Report from the Chief Technology Officer and the Chief Procurement Officer on Amendment to Blanket Contract 47025428 with CompuCom Canada Co., for the supply of Personal Computing Devices and Services leveraging the Provincial Vendor of Record Agreement
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260481.pdf

GG26.8 - Amendment to Blanket Contract Number 47024679 with Toromont Material Handling, a Division of Toromont Industries Ltd., for the Supply and Delivery of Additional Ride-on Litter Vacuums

Consideration Type:
ACTION
Wards:
All

Origin

(November 24, 2025) Report from the General Manager, Fleet Services, and the Chief Procurement Officer

Recommendations

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

 

1. The General Government Committee, in accordance with Section 71-11.1C of the City of Toronto Municipal Code Chapter 71 (Financial Control By-law), grant authority to the General Manager, Fleet Services, to amend Blanket Contract Number 47024679 with Toromont Material Handling, a Division of Toromont Industries Ltd., to give the City the option to purchase additional ride-on litter vacuums between January 1, 2026 to November 15, 2027, as needed, through an increase in the total contract target value of $7,284,443 net of all applicable taxes and charges ($7,412,649 net of Harmonized Sales Tax recoveries), thereby revising the total contract value from $8,385,331 net of all applicable taxes and charges ($8,532,913 net of Harmonized Sales Tax recoveries) to $15,669,774 net of all applicable taxes and charges ($15,945,562 net of Harmonized Sales Tax recoveries).

Summary

The purpose of this report is to seek authority for the General Manager, Fleet Services Division, to amend Blanket Contract Number 47024679, issued to Toromont Material Handling, a Division of Toromont Industries Ltd., for the supply and delivery of ride-on litter vacuums for Fleet Services Division.

 

This amendment is required to support the City’s transition out-sourced services to in-house mechanical litter removal operations, as directed by City Council at its meeting on July 23 and 24, 2025 through Item 2025.IE23.1 - Review, Analysis and Service Delivery Model Recommending for City-Wide Mechanical Litter Removal Operations. This is the first amendment to this Blanket Contract and will address the equipment needs from 2025 to 2027. Solid Waste Management Services has estimated that approximately thirty-six (36) additional ride-on litter vacuum units are required to support the transition of the City’s mechanical litter removal operations in-house.

 

Ride-on litter vacuums are purpose-built compact equipment designed to clean litter, debris, and seasonal waste from outdoor spaces that conventional street-cleaning equipment cannot access. The litter vacuums are powered by diesel or electric motors, and the electric-powered litter vacuums offer zero tailpipe emissions, lower noise levels, and enhanced operator protection due to the low-vibrational operation. The reduced fuel costs and greenhouse gas emission reductions provided by the electric litter vacuums also align with the Sustainable City of Toronto Fleets Plan (Item 2023.IE3.5) and wider TransformTO targets (Item 2025.IE22.9).

 

The total value of the requested amendment is $7,284,443 net of all applicable taxes and charges ($7,412,649 net of Harmonized Sales Tax recoveries). Approval of this amendment will increase the total contract value from $8,385,331 net of all applicable taxes and charges ($8,532,913 net of Harmonized Sales Tax recoveries) to $15,669,774 net of all applicable taxes and charges ($15,945,562 net of Harmonized Sales Tax recoveries), through to the end of the contract term on November 15, 2027.

 

The ride-on litter vacuums manufactured by Toromont Material Handling, a Division of Toromont Industries Ltd., are built in Quebec. Leveraging the existing competitively awarded contract enables the City to maintain cost certainty, reduce administrative effort, and achieve best value through established supplier relationships. This approach will ensure continued service delivery through timely vehicle and equipment replacement. It will also help advance the City’s environmental and sustainability objectives through the inclusion of electric units where operationally feasible.

Financial Impact

The total value of the contract amendment identified in this report is $7,284,443 net of all applicable taxes and charges, and $7,412,649 net of Harmonized Sales Tax recoveries.

 

Funding in the amount of $7,412,649 net of Harmonized Sales Tax recoveries is included in the 2025 - 2034 Capital Budget and Plan for Solid Waste Management Services under Capital Account CSW940-02-07 and Fleet Services Division under Capital Account CFL-079.

 

Funding details are summarized in Tables 1 and 2 below. The amendment value shown below is based on the operational projected requirement for 36 additional units.

 

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

 

Capital Account

Amendment Value

CSW940-02-07

$5,481,060

CFL-079

$1,931,589

Total from January 1, 2026, to November 15, 2027

$7,412,649

 

Table 2: Financial Impact Summary by Budget Year (Net of Harmonized Sales Tax recoveries)

 

Capital Budget: CSW940-02-07 and CFL-079

2026

Total

Total

$7,412,649

$7,412,649

 

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

Background Information

(November 24, 2025) Report from the General Manager, Fleet Services, and the Chief Procurement Officer on Amendment to Blanket Contract Number 47024679 with Toromont Material Handling, a Division of Toromont Industries Ltd., for the Supply and Delivery of Additional Ride-on Litter Vacuums
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260420.pdf

Communications

(December 8, 2025) E-mail from Nicole Corrado (GG.Supp)

GG26.9 - Amendment to Legal Agreement for Purchase Order 6056776 with Dependable Truck and Tank Ltd., for the Non-exclusive Supply and Delivery Heavy Rescue Squad Trucks for use by Toronto Fire Services

Consideration Type:
ACTION
Wards:
All

Origin

(November 24, 2025) Report from the Fire Chief and General Manager, Toronto Fire Services, and the Chief Procurement Officer

Recommendations

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

 

1. The General Government Committee grant, in accordance with City of Toronto Municipal Code, Chapter 71, Financial Control, Section 71-11.1.C., the Fire Chief and General Manager, Toronto Fire Services the authority to negotiate and execute an amendment to the existing agreement between the City and Dependable Truck and Tank Ltd., (the “Agreement”) for the non-exclusive supply and delivery of Heavy Rescue Squad Trucks by increasing the maximum total value of the Agreement by $3,256,158 net of all applicable taxes and charges ($3,313,466 of Harmonized Sales Tax recoveries), resulting in the maximum total value of the Agreement increasing from $3,207,523 net of all applicable taxes and charges ($3,263,975 net of Harmonized Sales Tax recoveries) to $6,463,681 net of all applicable taxes and charges ($6,577,442 net of Harmonized Sales Tax recoveries); and, such associated amendments as may be required to implement the increase to the maximum total value of the Agreement.

Summary

The purpose of this report is to request authority for the Fire Chief and General Manager, Toronto Fire Services to negotiate and amend the legal agreement dated May 16, 2025, with Dependable Emergency Vehicles, a Division of Dependable Truck and Tank Ltd., (the "Agreement") for the non-exclusive supply and delivery of two (2) Heavy Rescue Squad Trucks for use by Toronto Fire Services. The Agreement for supply and delivery of Heavy Rescue Squad Trucks was awarded as a result of Request for Quotation Doc4871080077.  The Agreement was authorized to have a total maximum contract value of $3,207,523 net of all applicable taxes and charges ($3,263,975 net of Harmonized Sales Tax Recoveries), this maximum total contract value would allow for no more than two (2) Heavy Rescue Squad Trucks to be procured.

 

The amendment requested would increase the maximum total contract value so that two (2) additional Heavy Rescue Squad Trucks could be procured.  This amendment would allow Toronto Fire Services to maintain the same brand and model of Heavy Rescue Squad truck which will save significant costs in the purchasing process, firefighter operator training, technician training and repair parts inventory, as they will replace two similar units currently in use but nearing their end of service life. Purchasing on the existing contract allows Toronto Fire Services to utilize vendor engineering experience to ensure the design of this custom apparatus matches existing units while staying within the pricing model.

 

The amendment being requested is to increase estimated quantities from two (2) Heavy Rescue Squad Trucks to four (4) Heavy Rescue Squad Trucks and increase the total maximum contract value by $3,256,158 net of applicable taxes and charges ($3,313,466 of Harmonized Sales Tax recoveries), revising the maximum total value from $3,207,523 net of all applicable taxes and charges ($3,263,975 net of Harmonized Sales Tax recoveries) to $6,463,681 net of all applicable taxes and charges ($6,577,442 net of Harmonized Sales Tax recoveries).

Financial Impact

The total value of the amendment to the Agreement identified in this report is $3,256,158 net of all applicable taxes and charges, and $3,679,459 including all applicable taxes and charges. The total cost to the City is $3,313,466 net of Harmonized Sales Tax Recoveries.

 

Funding is available in the 2025-2034 Capital Budget and Plan for Fleet Services. Additional funding details follow in Table 1.

 

Table 1: Financial Impact Summary

 

Account

Description

Base Unit Pricing (Net of HST Recoveries)

Vehicles

Total Cost (Net of HST Recoveries)

CFL014-25

Fire-Vehicle / 

Equipment Purchase - 2025

$1,656,733

2

 $3,313,466

 

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

Background Information

(November 24, 2025) Report from the Fire Chief and General Manager, Toronto Fire Services, and the Chief Procurement Officer on Amendment to Legal Agreement for Purchase Order 6056776 with Dependable Truck and Tank Ltd., for the Non-exclusive Supply and Delivery Heavy Rescue Squad Trucks for use by Toronto Fire Services
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260439.pdf

Communications

(December 8, 2025) E-mail from Nicole Corrado (GG.Supp)

GG26.10 - Amendment to Legal Agreement with Motorola Solutions Canada Inc., for the provision of Radio Communications Infrastructure and Associated Services for Emergency Services

Consideration Type:
ACTION
Wards:
All

Origin

(November 24, 2025) Report from the Fire Chief and General Manager, Toronto Fire Services, and the Chief Procurement Officer

Recommendations

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

 

1. General Government Committee grant, in accordance with City of Toronto Municipal Code Chapter 71, Financial Control By-law, Section 71-11.1.C, Fire Chief and General Manager, Toronto Fire Services, the authority to negotiate and execute an amendment to the existing agreement between the City and Motorola Solutions Canada Inc., for the supply of Toronto Radio Infrastructure Program products, services, support and maintenance by adding additional Toronto Radio Infrastructure Program related products, and services; increasing the maximum total value of the agreement by $11,291,079 net of all applicable taxes and charges ($11,489,802 net of Harmonized Sales Tax recoveries), resulting in the maximum total value of the Agreement increasing from  $70,492,529 to $81,783,608 net of all applicable taxes and charges ($83,222,999 net of Harmonized Sales Tax recoveries); and, such associated amendments as may be required.

Summary

The purpose of this report is to request authority for the Fire Chief and General Manager, Toronto Fire Services to negotiate and execute an amendment to the legal agreement dated June 29, 2012 with Motorola Solutions Canada Inc., (“Motorola-Canada”) for the provision of Radio Communications Infrastructure, as part of the Toronto Radio Infrastructure Program, as well as 15-years of maintenance support to 2029, (the “Agreement”). The Agreement was awarded as a result of Request for Proposal 2105-11-3007, approved by City Council in 2012. This amendment to the Agreement would increase the maximum total contract value available by $11,291,079 net of all applicable taxes and charges ($11,489,802 net of Harmonized Sales Tax recoveries), increasing the total contract value from $70,492,529 net of all applicable taxes to $81,783,608 net of all applicable taxes and charges ($83,222,999 net of Harmonized Sales Tax recoveries).

 

The amendment to the Agreement would increase the maximum total contract value so that additional investments can be made in the emergency services radio infrastructure to support core system upgrades and availability, implement enhanced cyber security programs, support continued interoperability between the services, and address the continued service growth demands.

Financial Impact

The total value of the amendment to the Agreement identified in this report is $11,291,079, net of all taxes and charges ($11,489,802 net of Harmonized Sales Tax recoveries).

 

Partial funding for the requested amendment is included in the 2025 Capital Budget, and the remaining funds will be requested through the 2026-2035 Capital Budget and Plan for Toronto Fire Services, as well as the 2026 and future years Operating Budgets for Toronto Fire Services, Toronto Paramedic Services, and Toronto Police Service, as summarized in Table 1 below. The operating costs are divided among the three emergency services in a manner directly proportional to the number of radio users operating on the Toronto Radio Infrastructure Program system.

 

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

 

Division

Funding Source/Cost Centre

Cost Element

Description

2026

2027

2028

2029

Total

Fire Services

2025 Capital Budget – CFR138-01

4995

Critical Connect Redundancy

$398,135

 

   

$398,135

Cyber Security Upgrades

$1,181,050

 

 

 

$1,181,050

Total Existing Capital Funding

$1,579,185

 

 

 

$1,579,185

2026-2035 Capital Budget and Plan – New Funding Request

4995

Additional Consoles to support service growth

 

$1,397,315

 

 

$1,397,315

System Upgrade and VPS

$3,127,344

$1,042,448

 

 

$4,169,792

Total New Capital Funding Request

$3,127,344

$2,439,763

 

 

$5,567,107

Total Capital Budget Funding

$4,706,529

$2,439,763

 

 

$7,146,293

Fire Services

Operating Budget - FR0011

4403

Net new subscription, maintenance, and services

$16,275

$119,288

$210,863

$218,230

$564,656

Paramedic Services

Operating Budget - B31100

4403

$8,763

$64,232

$113,542

$117,509

$304,046

Police Service

Operating Budget - PLR&EFZ

4659

$100,153

$734,080

$1,297,618

$1,342,956

$3,474,807

Total Operating Budget Funding

$125,191

$917,600

$1,622,022

$1,678,695

$4,343,509

Total Contract Increase (net of Harmonized Sales Tax recoveries)

$4,831,720

$3,357,364

$1,622,022

$1,678,695

$11,489,802

 

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

Background Information

(November 24, 2025) Report from the Fire Chief and General Manager, Toronto Fire Services, and the Chief Procurement Officer on Amendment to Legal Agreement with Motorola Solutions Canada Inc. for the provision of Radio Communications Infrastructure and Associated Services for Emergency Services
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260457.pdf

Communications

(December 8, 2025) E-mail from Nicole Corrado (GG.Supp)

GG26.11 - Award of Doc5270251913 to GIP Paving Inc., for the Basement Flooding Protection Program, Phase 4

Consideration Type:
ACTION
Ward:
2 - Etobicoke Centre

Origin

(November 24, 2025) Report from the Chief Engineer and Executive Director, Engineering and Construction Services, and the Chief Procurement Officer

Recommendations

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

 

1. The General Government Committee, in accordance with Section 195-8.4 of the Toronto Municipal Code Chapter 195 (Procurement By-Law), grant authority to the Chief Engineer and Executive Director, Engineering and Construction Services to award and enter into an agreement with GIP Paving Inc., having submitted the lowest compliant bid and meeting requirements of Request for Tender Doc5270251913, to provide Construction Services for Assignments 36-01, 36-03, 36-06, 36-09, 36-11, and 36-17, under the Basement Flooding Protection Program Phase 4, in the amount of $31,879,511 net of all applicable taxes and charges ($32,440,591 net of Harmonized Sales Tax recoveries).

Summary

The purpose of this report is to advise of the results of the Request for Tender Doc5270251913, Contract 23ECS-LU-06FP, for Construction Services for Basement Flooding Protection Program, Phase 4 Assignments 36-01, 36-03, 36-06, 36-09, 36-11, and 36-17, and to request the authority to enter into an agreement with GIP Paving Inc., in the amount of $31,879,511 net of all applicable taxes and charges ($32,440,591 net of Harmonized Sales Tax recoveries), for a period of 22 months from the date that the written Order to Commence Work is issued by the City, all in accordance with the terms, conditions and specifications contained in the Request for Tender documents.

Financial Impact

The total value of the contract award is $31,879,511, net of all applicable taxes and charges. The total cost to the City is $32,440,591, net of Harmonized Sales Tax recoveries.

 

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

 

Table 1 - Approved Cash Flow for Contract Number 23ECS-LU-06FP

 

WBS Element / Description

2026

2027

2028

Total
(Net of HST Recoveries)

CWW421-17-34
Basement Flooding Relief - Group 4 (Construction)

 $10,538,439

 $13,845,001

 $3,657,183

 $28,040,623

CWW421-23-18
Basement Flooding Relief - Group 4 (Construction)

 $1,137,701

 $1,360,499

 $374,900

 $2,873,100

CPW544-24-09 Water Service Replacement - SOGR

 $624,002

 $703,568

 $199,298

 $1,526,868

Total (Net of HST Recoveries)

 $12,300,142

 $15,909,068

 $4,231,381

             

 $32,440,591

 

 

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

Background Information

(November 24, 2025) Report from the Chief Engineer and Executive Director, Engineering and Construction Services, and the Chief Procurement Officer on Award of Doc5270251913 to GIP Paving Inc., for the Basement Flooding Protection Program, Phase 4
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260429.pdf

Communications

(December 8, 2025) E-mail from Nicole Corrado (GG.Supp)

GG26.12 - Award of Negotiated Request for Proposal Doc 5331229053 to Sure General Contractors Inc., Tribro Group Ltd., and Cosar GC PM Suppliers for the Provision of General Trades and Minor Building Repairs at Various City of Toronto Locations

Consideration Type:
ACTION
Wards:
All

Origin

(November 24, 2025) Report from the Executive Director, Corporate Real Estate Management, and the Chief Procurement Officer

Recommendations

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

 

1. The General Government Committee, in accordance with Section 195-8.4 of Toronto Municipal Code Chapter 195 (Purchasing By-Law), grant authority to the Executive Director, Corporate Real Estate Management, to enter into and execute an agreement with the following successful suppliers based on the terms and conditions set out in the Negotiated Request for Proposal Doc5331229053 and in a form satisfactory to the City Solicitor:

 

a. Sure General Contractors Inc., for a term of three years from the date of award with an option to renew for one additional two-year period. The total contract value including the option year period and contingency is up to $27,304,135, net of all applicable charges and taxes ($27,784,688 net of Harmonized Sales Tax recoveries).

 

b. Tribro Group Ltd., for a term of three years from the date of award with an option to renew for one additional two-year period. The total contract value including the option year period and contingency is up to $23,066,378 net of all applicable charges and taxes ($23,472,346 net of Harmonized Sales Tax recoveries).

 

c. Cosar GC PM for a term of three years from the date of award with an option to renew for one additional two-year period. The total contract value including the option year period and contingency is up to $10,784,645 net of all applicable charges and taxes ($10,974,455 net of Harmonized Sales Tax recoveries).

Summary

The purpose of this report is to advise on the results of the Negotiated Request for Proposal  Doc5331229053 for the provision of general trades and minor building repairs at various City of Toronto locations and to request authority for the Executive Director, Corporate Real Estate Management, to award contracts to the following top-ranked suppliers meeting the requirements outlined in the Negotiated Request for Proposal:

 

- Sure General Contractors Inc., in the amount of $27,304,135 net of all applicable taxes and charges ($27,784,688 net of Harmonized Sales Tax recoveries).

 

- Tribro Group Ltd., in the amount of $23,066,378 net of all applicable taxes and charges ($23,472,346 net of Harmonized Sales Tax recoveries).

 

- Cosar GC PM in the amount of $10,784,645 net of all applicable taxes and charges ($10,974,455 net of Harmonized Sales Tax recoveries).

 

A total of three suppliers are required to support the seven City Divisions participating as part of this procurement. These City Divisions include Corporate Real Estate Management, serving as the lead Division, Senior Services and Long-Term Care, Toronto Fire Services, Solid Waste Management Services, Children’s Services, Toronto Shelter and Support Services, and Municipal Licensing and Standards, encompassing over 1,000 buildings. Each Division is responsible for the oversight of its contracts and the performance of related work.

 

The scope of supplier services includes general maintenance and repairs of City facilities on an as needed, ad hoc basis to restore and keep buildings in a safe and functional state. Since the City does not have internal resources or capabilities to act as a general contractor, suppliers will act as the prime contractor, coordinating and delivering all required services across multiple trades, including carpentry, masonry, electrical, flooring, painting, and others. These services will primarily apply projects requiring multiple trade coordination and / or building permits due to regulatory requirements and potential impacts. Engaging suppliers under these conditions ensures compliance with City standards, health and safety regulations, and building codes, while maintaining quality assurance and accountability. Additionally, these contracts may be utilized for emergency purposes and to accelerate small projects where timely delivery is critical to minimize service disruptions and ensure continuity of City operations.

 

Having multiple vendors provides benefits such as operational resilience and strategic value. A multi-vendor approach reduces dependence on a single supplier, mitigating risks such as delays, shortages, or quality issues. It ensures adequate capacity to manage fluctuating demand and urgent deadlines, while maintaining competitive prices through ongoing supplier competition. Furthermore, utilising diverse vendor capabilities encourages innovation and enhanced overall quality. This strategy offers flexibility to address underperformance without renegotiation, while strengthening the City's long-term sourcing position by expanding the supplier base and reducing vendor lock-in.

 

Each contract will be for a period of three years starting from the date of award, with an option in favor of the City to renew for one additional two-year period. The total value of all three contract awards, inclusive of a contingency and a Consumer Price Index adjustment applicable to the optional period, is $61,155,158 net of applicable taxes and charges ($62,231,488 net of Harmonized Sales Tax recoveries). This amount represents the maximum upset limit for all awarded contracts. Suppliers will be compensated based on the actual work performed.

Financial Impact

The total potential contract award, including options years and contingency amounts, is up to $61,155,158 net of all applicable taxes and charges ($62,231,488 net of Harmonized Sales Tax recoveries) over the potential five-year contract term.

 

Funding in the amount of $12,347,518 has been included in the 2026 Operating Budget submissions for Corporate Real Estate Management, Senior Services and Long-Term Care, Toronto Fire Services, Solid Waste Management Services, Children’s Services, Toronto Shelter and Support Services, and Municipal Licensing and Standards. Additional funding for the remainder of the initial contract term will be included in the 2027-2028 Operating Budget submissions of the respective divisions as well as the 2026-2035 Capital Budget and Plan submissions for Toronto Shelter and Support Services and Solid Waste Management Services for capital projects included, for Council consideration.

 

Should the City choose to exercise its option to renew for one additional two-year period, then appropriate funding, if needed, will be included in the 2029-2030 annual Operating Budget submissions of the respective Divisions for Council consideration.

 

Table 1: Total Contact Award Summary (all values are net of Harmonized Sales Tax recoveries)

 

Corporate Real Estate Management (CREM)

(GL Account / Cost Centres: 4407, 4424 / FA100-30.S)

January 1, 2026, to December 31, 2026

$5,137,841

January 1, 2027, to December 31, 2027

$5,137,841

January 1, 2028, to December 31, 2028

$5,137,841

January 1, 2029, to December 31, 2029

(Optional Period)

$5,240,598

January 1, 2030, to December 31, 2030

(Optional Period)

$5,240,598

Sub-Total

$25,894,719

Toronto Shelter and Support Services (TSSS)

(GL Account / Cost Centres: 4407, 4412, 4424, 4444 / CHS048, CHS050-01, FH5315)

January 1, 2026, to December 31, 2026

$2,799,260

January 1, 2027, to December 31, 2027

$2,799,260

January 1, 2028, to December 31, 2028

$2,799,260

January 1, 2029, to December 31, 2029

(Optional Period)

$2,855,245

January 1, 2030, to December 31, 2030

(Optional Period)

$2,855,245

Sub-Total

$14,108,270

Municipal Licensing and Standards (MLS)

(GL Account / Cost Centres: 4424 / MS1211, MS1214, MS1221, MS1231, MS1241)

January 1, 2026, to December 31, 2026

$221,995

January 1, 2027, to December 31, 2027

$221,995

January 1, 2028, to December 31, 2028

$221,995

January 1, 2029, to December 31, 2029

(Optional Period)

$226,435

January 1, 2030, to December 31, 2030

(Optional Period)

$226,435

Sub-Total

$1,118,855

Toronto Fire Services (TFS)

(GL Account / Cost Centres: 4407,4424 / FR0017)

January 1, 2026, to December 31, 2026

$880,806

January 1, 2027, to December 31, 2027

$880,806

January 1, 2028, to December 31, 2028

$880,806

January 1, 2029, to December 31, 2029

(Optional Period)

$898,422

January 1, 2030, to December 31, 2030

(Optional Period)

$898,422

Sub-Total

$4,439,262

Children’s Services (CS)

(GL Account / Cost Centres: 4407 / CS200 (Various))

January 1, 2026, to December 31, 2026

$1,089,288

January 1, 2027, to December 31, 2027

$1,089,288

January 1, 2028, to December 31, 2028

$1,089,288

January 1, 2029, to December 31, 2029

(Optional Period)

$1,111,073

January 1, 2030, to December 31, 2030

(Optional Period)

$1,111,073

Sub-Total

$5,490,010

Senior Services and Long-Term Care (SSLTC)

(GL Account / Cost Centres: 4407 / CS200 (Various))

January 1, 2026, to December 31, 2026

$1,630,623

January 1, 2027, to December 31, 2027

$1,630,623

January 1, 2028, to December 31, 2028

$1,630,623

January 1, 2029, to December 31, 2029

(Optional Period)

$1,663,235

January 1, 2030, to December 31, 2030

(Optional Period)

$1,663,235

Sub-Total

$8,218,339

Solid Waste Management Services (SWMS)

(GL Account / Cost Centres: 4424, 4407, 4460, 2530 / SW0850, SW0851, SW0852, SW0853, SW0854, SW0855, SW0856, SW0011, SW0860, SW0862, SW0864, CSW-930-01, CSW-930-02, CSW-930-03,CSW-930-04)

January 1, 2026, to December 31, 2026

$587,705

January 1, 2027, to December 31, 2027

$587,705

January 1, 2028, to December 31, 2028

$587,705

January 1, 2029, to December 31, 2029

(Optional Period)

$599,460

January 1, 2030, to December 31, 2030

(Optional Period)

$599,460

Sub-Total

$2,962,035

Total of All Contracts

$62,231,488

 

Cost Avoidance Benefits:

 

As part of this strategic sourcing initiative, the City successfully negotiated an estimated total cost avoidance of $4,705,258 net of all applicable taxes and charges, which is anticipated to be realized over the potential five-year term of the contract. These strategic negotiations with suppliers have resulted in pricing reductions, service level guarantees with penalties, enhanced alignment with the City's service delivery requirements, and increased operational efficiencies.

 

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

Background Information

(November 24, 2025) Report from the Executive Director, Corporate Real Estate Management, and the Chief Procurement Officer, on Award of Negotiated Request for Proposal Doc 5331229053 to Sure General Contractors Inc., Tribro Group Ltd., and Cosar GC PM Suppliers for the Provision of General Trades and Minor Building Repairs at Various City of Toronto Locations
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260415.pdf
Attachment 1: Contract Award Summaries
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260456.pdf

Communications

(December 8, 2025) E-mail from Nicole Corrado (GG.Supp)

GG26.13 - Award of Request for Tender Doc5223316418 to Alberici Constructors, Ltd., for Ashbridges Bay Treatment Plant Integrated Pumping Station Construction Contract 3 Quick Start

Consideration Type:
ACTION
Ward:
14 - Toronto - Danforth

Origin

(November 24, 2025) Report from the Chief Engineer and Executive Director, Engineering and Construction Services, and the Chief Procurement Officer

Recommendations

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

 

1. The General Government Committee, in accordance with Section 195-8.4B of the Toronto Municipal Code Chapter 195 (Purchasing By-Law), grant authority to the Chief Engineer and Executive Director, Engineering and Construction Services to award  Request for Tender Doc5223316418, Contract Number 25ECS-MI-01MPS, for Ashbridges Bay Treatment Plant Integrated Pumping Station Construction Contract 3 - Quick Start, in the amount of $88,079,181.00 net of all applicable taxes and charges ($89,629,374.59 net of Harmonized Sales Tax recoveries) to Alberici Constructors, Ltd., having submitted the lowest compliant bid and meeting the specifications in conformance with the Tender requirements.

Summary

The purpose of this report is to advise of the results of Request for Tender Doc5223316418, Contract Number 25ECS-MI-01MPS, for the Ashbridges Bay Treatment Plant Integrated Pumping Station Construction Contract 3 - Quick Start and to request authority to award the contract to Alberici Constructors Ltd., in the amount of  $88,079,181.00 net of all applicable taxes and charges ($89,629,374.59 net of Harmonized Sales Tax recoveries).

 

The new Ashbridges Bay Treatment Plant Integrated Pumping Station construction is expected to commence in the First Quarter of 2026 and is projected to be completed in the Fourth Quarter of 2029.

Financial Impact

Award for Contract Number 25ECS-MI-01MPS

 

The total value of the contract award for Doc5223316418, Contract Number 25ECS-MI-01MPS, for Ashbridges Bay Treatment Plant Integrated Pumping Station Construction Contract 3 - Quick Start is of $88,079,181.00 net of all applicable taxes and charges ($99,529,474.53 including all applicable taxes and charges). The total cost to the City of Toronto is $89,629,374.59 including contingency and provisional sums, and net of Harmonized Sales Tax recoveries.

 

Funding for this contract is available in Toronto Water's 2025 Capital Budget and 2026-2034 Capital Plan. Funding details with forecasted expenditures (net of Harmonized Sales Tax recoveries) are summarized in Table 1.

 

Table 1 - Financial Impact Summary of Recommended Contract Award

 

Account #

Description

2025

2026

2027

2028

2029

Total

(net of Harmonized Sales Tax Recoveries)

CWW040-08

ASHBRIDGES BAY WWTP

$5,000

$12,700,000

$25,500,000

$31,800,000

$19,624,374.59

$89,629,374.59

Grand Total

$5,000

 $12,700,000

$25,500,000

$31,800,000

$19,624,374.59

$89,629,374.59

 

Table 1 includes the base contract scope of work amounts of $79,962,174.59 ($78,579,181.00 net of all applicable taxes and charges) and a contingency allowance of $9,667,200.00 ($9,500,000.00 net of all applicable taxes and charges). The contingency allowance will be allocated and added into the contract as and when required to address any future unforeseen changes which may arise during the construction stage of the project.

 

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

Background Information

(November 24, 2025) Report from the Chief Engineer and Executive Director, Engineering and Construction Services, and the Chief Procurement Officer on Award of Request for Tender Doc5223316418 to Alberici Constructors, Ltd., for Ashbridges Bay Treatment Plant Integrated Pumping Station Construction Contract 3 Quick Start
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260452.pdf

Communications

(December 8, 2025) E-mail from Nicole Corrado (GG.Supp)
(December 8, 2025) E-mail from Nicole Corrado (GG.Supp)

GG26.14 - Amendment to Purchase Order 6049957 and 6053507 with AECOM Canada ULC for the Ashbridges Bay Treatment Plant Existing Pelletizer Upgrades Project

Consideration Type:
ACTION
Ward:
14 - Toronto - Danforth

Origin

(November 24, 2025) Report from the Chief Engineer and Executive Director, Engineering and Construction Services, and the Chief Procurement Officer

Recommendations

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

 

1. The General Government Committee, in accordance with Section 71-11.1.C of the City of Toronto Municipal Code Chapter 71 (Financial Control By-Law), grant authority to the Chief Engineer and Executive Director, Engineering and Construction Services to amend Purchase Order 6049957 issued to AECOM Canada ULC for additional administration services during construction by increasing the overall value by $96,815 net of all applicable taxes and charges ($98,519 net of Harmonized Sales Tax recoveries) from $2,127,111 net of all applicable taxes and charges ($2,164,548 net of Harmonized Sales Tax recoveries) to $2,223,926 net of all applicable taxes and charges ($2,263,067 net of Harmonized Sales Tax recoveries).

 

2. The General Government Committee, in accordance with Section 71-11.1.C of the City of Toronto Municipal Code Chapter 71 (Financial Control By-Law), grant authority to the Chief Engineer and Executive Director, Engineering and Construction Services to amend Purchase Order 6053507 issued to AECOM Canada ULC for additional administrations services post construction by increasing the overall value by $160,000 net of all applicable taxes and charges ($162,816 net of Harmonized Sales Tax recoveries) from $8,537 net of all applicable taxes and charges ($8,687 net of Harmonized Sales Tax recoveries) to $168,637 net of all applicable taxes and charges ($171,503 net of Harmonized Sales Tax recoveries).

Summary

This report is seeking authority to amend Purchase Order 6049957 and 6053507 issued to AECOM Canada ULC (formerly AECOM Canada Ltd.) for Professional Engineering Services for Pelletizer Upgrades at Ashbridges Bay Treatment Plant.  

 

The Purchase Order 6049957 was issued to AECOM Canada ULC through Request for Proposal Number 9117-17-7197 for Service During The Construction Phase. The amendment is needed for additional services resulting from an extended construction completion date and reviewing and processing of contractor claims. The total value of the Purchase Order Amendment for Service During Construction that is being requested is $96,815 net of all applicable taxes and charges ($98,519 net of Harmonized Sales Tax recoveries), revising the current value of Purchase Order 6049957 from $2,127,111 net of all applicable taxes and charges ($2,164,548 net of Harmonized Sales Tax recoveries) to $2,223,926 net of all applicable taxes and charges ($2,263,067 net of Harmonized Sales Tax recoveries).

 

Purchase Order 6053507 was issued to AECOM Canada ULC through Request for Proposal Number 9117-17-7197 for post-construction and warranty period. The amendment is needed to replace funds previously transferred to the Service During Construction Purchase Order 6049957, and for additional funds to enable provision of post construction services for the full two years required.

 

The total value of the Purchase Order Amendment for post construction services that is being requested is $160,000 net of all applicable taxes and charges ($162,816 net of Harmonized Sales Tax recoveries), revising the current value of Purchase Order 6049957 from $8,537 net of all applicable taxes and charges ($8,688 net of Harmonized Sales Tax recoveries) to $168,537 net of all applicable taxes and charges ($171,503 net of Harmonized Sales Tax recoveries).

Financial Impact

Funding for the Amendment to Purchase Order 6049957 for AECOM Canada ULC is included in the Toronto Water 2025 Capital Budget and 2026-2034 Capital Plan under WSB Element CWW043 (Ashbridges Bay Wastewater Treatment Plant Solids and Gas Handling - Pelletizer Truck Loading Facility Upgrades) with forecasted expenditures as shown in Table 1 (net of Harmonized Sales Tax recoveries).

 

Table 1. Projected Cash Flows for Amendment to Purchase Order Number 6049957 (Net of Harmonized Sales Tax Recoveries)

 

Year

Disinfection System Construction

2025

$0

2026

$98,519

Total

$98,519

 

Funding for the Amendment to Purchase Order 6053507 for AECOM Canada ULC is included in the Toronto Water 2025 Capital Budget and 2026-2034 Capital Plan under WSB Element CWW043 (Ashbridges Bay Wastewater Treatment Plant Solids and Gas Handling - Pelletizer Truck Loading Facility Upgrades) with forecasted expenditures as shown in Table 2 (net of Harmonized Sales Tax recoveries).

 

Table 2. Projected Cash Flows for Amendment to Purchase Order Number 6053507 (Net of Harmonized Sales Tax Recoveries)

 

Year

Services During Construction for

Effluent Disinfection System Upgrades

2025

$0

2026

$101,760

2027

$21,370

2028

$39,686

Total

$162,816

 

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

Background Information

(November 24, 2025) Report from the Chief Engineer and Executive Director, Engineering and Construction Services, and the Chief Procurement Officer, on Amendment to Purchase Order 6049957 and 6053507 with AECOM Canada ULC for the Ashbridges Bay Treatment Plant Existing Pelletizer Upgrades Project
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260438.pdf

Communications

(December 8, 2025) E-mail from Nicole Corrado (GG.Supp)

GG26.15 - Amendment to Non-Competitive Blanket Contract 47025889 with EnergyCAP Inc., for Utility Invoice Processing Services

Consideration Type:
ACTION
Wards:
All

Origin

(November 21, 2025) Report from the Executive Director, Corporate Real Estate Management, and the Chief Procurement Officer

Recommendations

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

 

1. City Council, in accordance with Section 71-11.1.C of the City of Toronto Municipal Code Chapter 71 (Financial Control By-Law), grant authority to the Executive Director, Corporate Real Estate Management to amend Blanket Contract 47025889, issued to EnergyCAP Inc., for the provision of EnergyCAP web hosting and Bill CAPture services, to increase the contract value by $60,000 net of all applicable taxes and charges ($61,056 net of Harmonized Sales Tax recoveries), increasing the non-competitive contract value from $1,057,297 net of all applicable taxes and charges ($1,075,905 net of Harmonized Sales Tax recoveries) to $1,763,464 net of all applicable taxes and charges ($1,794,501 net of Harmonized Sales Tax recoveries).

Summary

The purpose of this report is to request authority to amend Blanket Contract 47025889, issued to EnergyCAP Inc., for the provision of EnergyCAP web hosting and Bill CAPture services to support the City's utility bill payment process. The total amendment being requested is $60,000 net of all applicable taxes and charges ($61,056 net of Harmonized Sales Tax recoveries), increasing the non-competitive contract value from $1,057,297 net of all applicable taxes and charges ($1,075,905 net of Harmonized Sales Tax recoveries) to $1,763,464 net of all applicable taxes and charges ($1,794,501 net of Harmonized Sales Tax recoveries).

 

This amendment will cover utility bill processing charges through the end of 2025. A new contract with EnergyCAP Inc., for services in 2026-2030 is being procured, following Council's approval of GG24.9 - Review and Renewal of Technology Maintenance Contracts for Sustainment of City Services from 2026-2030.

 

The EnergyCAP bill processing software is used by City staff to store, analyze, audit, and process approximately 45,000 utility invoices every year, valued at approximately $300 million per year. This includes invoices for all City Divisions as well as three agencies: Toronto Parking Authority, Toronto Transit Commission, and Toronto Public Library. The automation and system integration of EnergyCAP with the City's financial management system minimizes late payment fees, and the software is able to audit all utility expenditures for accuracy. EnergyCAP is also able to support regulatory reporting, City buildings' energy performance tracking, utility budgeting, and financial variance reporting.

 

Bill CAPture is a module of the EnergyCAP software that uses optical character recognition to extract invoice details and upload the invoices into the EnergyCAP database. Through the upload process, the module automatically audits the invoice data for accuracy, using a series of metrics based on cost and energy consumption patterns. Bill CAPture, in conjunction with EnergyCAP, alerts staff to potential errors on utility bills and minimizes the risk of overcharges.

 

EnergyCAP and Bill CAPture were instrumental in the City's ability to proactively identify unusual invoicing patterns that led to an avoided potential loss of $2.5 million in 2019. Details of the investigation are detailed in 2025.AU9.10 - Fraud Investigation Involving Multiple City of Toronto Electricity Accounts.

 

Over the past several years, staff have worked to standardize and centralize the processing of utility invoices. While some invoices were previously managed through EnergyCAP, others were handled manually. Recently, all utility invoices for City Divisions and the three Agencies have been transitioned to a standardized system using EnergyCAP and Bill CAPture.

 

Additionally, as part of the City's 5-Year Energy Conservation and Demand Management Plan, developed in response to provincial regulation, the City is required to report on its total renewable energy generation. This tracking and reporting were previously managed manually by reviewing individual invoices but has now been automated by enrolling these accounts through Bill CAPture. The addition of new renewable energy generation accounts has further increased the volume of data processed through the system.

 

As Bill CAPture use costs are calculated based on the number of invoices processed and the number of energy accounts enrolled, an amendment is required to enable the continued use of this critical software.

Financial Impact

Funding is included in the 2025 Council Approved Operating Budget for Corporate Real Estate Management. The total amendment being requested will increase Blanket Contract 47025889 by $60,000, net of all applicable taxes and charges ($61,056 net of Harmonized Sales Tax Recoveries). Funding details are summarized in Table 1 below.

 

Table 1 - Value of Requested Amendment (net of Harmonized Sales Tax Recoveries)

 

Blanket Contract No.

Cost Centre / Cost Element

Amount

47025889

FA3731 - 4038

$61,056

 

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

Background Information

(November 21, 2025) Report from the Executive Director, Corporate Real Estate Management, and the Chief Procurement Officer, on Amendment to Non-Competitive Blanket Contract 47025889 with EnergyCAP Inc., for Utility Invoice Processing Services
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260352.pdf

GG26.16 - Amendment to Non-Competitive Contract Number 47023371 with 2790584 Ontario Inc for Catering for Multiple Toronto Shelter and Support Services Locations

Consideration Type:
ACTION
Wards:
All

Origin

(November 24, 2025) Report from the General Manager, Toronto Shelter and Support Services and the Chief Procurement Officer

Recommendations

The General Manager, Toronto Shelter and Support Services and the Chief Procurement Officer recommend that:

 

1. City Council authorize the General Manager, Toronto Shelter and Support Services to enter into the necessary amending agreement on terms and conditions satisfactory to the Chief Procurement Officer and in a form satisfactory to the City Solicitor to extend the term of non-Competitive Blanket Contract Number 47023371 with 2790584 Ontario Inc for Catering at various Toronto Shelter and Support Services locations to August 31, 2026.

Summary

The purpose of this report is to request authority from City Council to extend the term of Non-Competitive Contract Number 47023371 with 2790584 Ontario Inc for ongoing catering services at two temporary shelter hotel sites and ad hoc catering services at winter respite sites from December 31, 2025 until August 31, 2026, exceeding the cumulative five (5) year threshold.

 

A competitive procurement process is underway to identify a catering provider for these locations beyond the end of this contract. This extension is required because of the additional time needed to implement a new, cost-saving approach to catering procurement for the division and its Purchase of Service shelter operators.

 

Toronto Shelter and Support Services has been exploring options to extend the pricing arrangements in competitively sourced blanket contracts to Purchase of Service shelter operators. Legal Services and the Purchasing and Materials Management division agree that Chapter 195-6.5 of the Toronto Municipal Code provides the necessary legal basis for this change, but additional time is required to incorporate new language into the solicitation and contract documents. By including provisions that allow Purchase of Service shelter operators to piggyback on competitively sourced blanket catering contracts, the City aims to achieve cost savings for Purchase of Service shelter operators through economies of scale, access to larger catering providers, and the ability to leverage the City’s negotiating power. Since Purchase of Service shelter operations are funded through the City’s Operating Budget, this initiative would result in cost savings for the City.

 

Services in temporary shelter sites located in hotels can be terminated at no cost to the City if that site closes before the end of the contract.

 

Non-competitive procurements may be undertaken where both the proposed procurement and supplier can be justified in good faith based on an exception set out in Toronto Municipal Code Chapter 195, Procurement. This procurement was issued under the exception related to emergency where 2790584 Ontario Inc, and the City has determined in good faith that both the proposed procurement and the selected supplier, along with the terms and conditions of the contract are beneficial to the City (Toronto Municipal Code, Chapter 195, Procurement, Section 7.1E).

 

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

Financial Impact

Non-competitive blanket contract number 47023371 with 2790584 Ontario Inc is set to expire on December 31, 2025. 2790584 Ontario Inc has sufficient target value ($13,250,000 net of Harmonized Sales Tax, $13,483,200 net of Harmonized Sales Tax recoveries) but an extension to August 31, 2026 is requested.

 

To date, $1,852,276 net of Harmonized Sales Tax ($1,884,876 net of Harmonized Sales Tax recoveries) has been spent and $8,489,310 net of Harmonized Sales Tax ($8,638,722 net of Harmonized Sales Tax recoveries) is committed in Contract Release Orders. The remaining unused contract value is $11,397,824 net of Harmonized Sales Tax ($11,598,426 net of Harmonized Sales Tax recoveries), and the remaining non-committed value is $4,760,690 net of Harmonized Sales Tax ($4,844,478 net of Harmonized Sales Tax recoveries).

 

It is expected that $300,000 net of Harmonized Sales Tax ($305,280 net of Harmonized Sales Tax recoveries) will be spent during the remainder of 2025, and $1,600,000 net of Harmonized Sales Tax ($1,628,160 net of Harmonized Sales Tax recoveries) will be spent from January 1 to August 31, 2026. These funds will come from Cost Centres F01722 (Alexandra Hotel) and F01723 (Scarborough Women’s Shelter - Travelodge) and Cost Element 5055 (Food Allowances) for 2025 and 4116 (Catering Services) for 2026.

 

The target value of all blanket contracts is non-committed and will be expensed at time of commitment to allow the City to continue to pay the vendor. The actual spending against these contracts will be limited to the Approved Toronto Shelter and Support Services Operating Budget.

 

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

Background Information

(November 24, 2025) Report from the General Manager, Toronto Shelter and Support Services and the Chief Procurement Officer on Amendment to Non-Competitive Contract Number 47023371 with 2790584 Ontario Inc for Catering for Multiple Toronto Shelter and Support Services Locations
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260445.pdf

Communications

(December 8, 2025) E-mail from General Government (GG.Supp)

GG26.17 - Amendment to Non-Competitive Purchase Order 6055323 with Accenture for Professional Services

Consideration Type:
ACTION
Wards:
All

Confidential Attachment - The attachment to this report is about a procedure to be applied to future negotiations carried on or to be carried on by or on behalf of the City of Toronto.

Origin

(November 25, 2025) Report from the Chief Technology Officer and the Chief Procurement Officer

Recommendations

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

 

1. City Council, in accordance with Section 7.1P. of the City of Toronto Municipal Code, Chapter 195 (Procurement), and Section 71-11.1.C of the City of Toronto Municipal Code Chapter 71 (Financial Control By-Law), grant authority to the Chief Technology Officer, to amend Non-Competitive Purchase Order 6055323 with Accenture by increasing the contract value by $343,750 net of all applicable charges and taxes ($349,800 net of Harmonized Sales Tax Recoveries), revising the current Purchase Order Value from $481,250 to $825,000 ($489,720 to $839,520 net of Harmonized Sales Tax Recoveries), and extend the term an additional 15 months to January 31, 2027.

 

2. City Council direct that Confidential Attachment 1 remains confidential in its entirety, as it pertains to a procedure to be applied to negotiations carried on or to be carried on by or on behalf of the City of Toronto.

Summary

The purpose of this report is to request authority to amend Purchase Order 6055323 with Accenture Inc., a Canadian business subsidiary, in the amount of $343,750 net of all applicable taxes and charges ($349,800 net of Harmonized Sales Tax recoveries) for professional services.

 

Purchase Order 6055323 was valid for an initial 18-month term and extended for an additional 3 months. This amendment request represents a renewal to extend the contract, for an additional 15 months at the same monthly cost and same terms. Non-competitive procurements may be undertaken where both the proposed procurement and supplier can be justified in good faith based on an exception set out in Toronto Municipal Code Chapter 195, Procurement.

 

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

Financial Impact

The total value of the requested amendment to Purchase Order Number 6055323 is $343,750 net of all taxes and charges ($349,800 net of Harmonized Sales Tax recoveries). This will increase the Purchase Order value from $481,250 to $825,000 ($489,720 to $839,520 net of Harmonized Sales Tax Recoveries).

 

Funding is available in the 2025 Operating Budget for Technology Services Division and future year funding requirements will be included in the 2026-2027 Operating Budget Submissions for Technology Services Division. Additional funding details follow in Table. 1

 

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

 

Division

Cost Centre

Cost Element

2025

2026

2027

Total in CAD

Technology Services Division

IT1025

4038

$46,640

$279,840

$23,320

$349,800

 

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

Background Information

(November 25, 2025) Report from the Chief Technology Officer, and the Chief Procurement Officer on Amendment to Non-Competitive Purchase Order 6055323 with Accenture for Professional Services
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260544.pdf
Confidential Attachment 1

GG26.18 - Award of Doc5080239163 to Premier Racquet Clubs Corp., for Operation and Maintenance of Seasonal Sports Bubbles for Tennis and Related Services for Eglinton Flats Park

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

Origin

(November 24, 2025) Report from the General Manager, Parks and Recreation, and the Chief Procurement Officer

Recommendations

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

 

1. City Council authorize the General Manager, Parks and Recreation, to negotiate and execute a licence agreement and any ancillary agreements and documents, and to amend the agreements as required with Premier Racquet Clubs Corp., to undertake site preparation and construction starting in approximately the second quarter of 2026, and to operate and maintain seasonal sports bubbles at Eglinton Flats Park for 10 operating seasons starting on approximately September 24, 2026, with two optional renewal terms of up to five  years each, exercisable at the General Manager’s sole discretion, substantially on the terms and conditions set out in Attachment 1 of this report, and on such other terms and conditions satisfactory to the General Manager, Parks and Recreation and in a form satisfactory to the City Solicitor.


2. City Council authorize an amendment to the contribution policy and withdrawal policy criteria of the Eglinton Flats Tennis Facility Maintenance Reserve Fund (XR3204) to align with the terms of the new agreement with Premier Racquet Clubs Corp., for the annual contribution of funds for future court resurfacing and maintenance costs.

Summary

This report seeks authority for the City to enter into a licence agreement with Premier Racquet Clubs Corp., (the “Licensee”), who will be responsible for operating and maintaining seasonal sports bubbles for tennis and related services (e.g. racquet stringing, equipment retail and rental, etc.) at Eglinton Flats Park.

 

The new agreement was competitively sourced through a negotiated Request for Proposals issued on March 21, 2025. The winning proposal offers significantly improved community access, modernized amenities, and materially higher and more predictable revenue for the City.

 

The previous licence agreement, which had been in place for more than 15 years, has expired. Under the proposed new agreement, winter tennis capacity will be significantly increased with the installation of a second seasonal sports bubble, effectively doubling the available indoor courts.

 

The initial term of the proposed licence agreement will cover 10 operating seasons, defined as October through April each year. Pre-season construction activities are scheduled to begin in mid-2026, with the first seasonal sports bubble anticipated to be operational by Fall 2026. Both sports bubbles are expected to be in operation by the 2027 season. The agreement also includes two optional extensions of up to five operating seasons each, exercisable at the sole discretion of the City, provided the Licensee remains in good standing and is not in default under the agreement.

Financial Impact

The new licence agreement generates significantly higher annual revenues, provides more predictable financial returns, and shifts the some of the capital and operating risk away from the City.

 

Key Terms

Previous Agreement

New Agreement

Base Licence Fee

$55,000 per year

*$200,000 for both bubbles, per season with 3 percent annual inflationary increase

Percentage Fee

15 percent of net revenue

6 percent of gross revenue per month before HST and excluding donations used for charitable community benefit programs (up to $50,000)

Reserve Fund Contributions for Resurfacing and Maintenance of Courts

Licensee: $7,500 annual contribution

 

City: None

Licensee: $33,314 annual contribution for both bubbles

 

City: $23,795 annual contribution from licence fees for both bubbles

 

* $100,000 for each operating sports bubble, with the second sports bubble Base Licence to be applicable in starting in Season 2 of the contract.  

 

City Revenue Over the Term

 

Under the new agreement, the City will receive substantially higher and escalating base licence fees over the duration of the contract. With two sports bubbles operating by the 2027 season and an annual three per cent inflationary increase, the City is projected to receive approximately $2.19 million in base licence fees during the initial 10-season term. Should the City exercise the optional extensions, the first five-season renewal option is expected to generate an additional $1.43 million, and the second renewal term option would generate $1.65 million, for a total potential base licence revenue of approximately $5.27 million over a full 20-year period.


In addition to the base licence fees, the City will receive a percentage fee equal to six per cent of the Licensee’s gross revenues (before Harmonized Sales Tax and excluding up to $50,000 in charitable donations). This represents a more stable and transparent revenue model than the previous agreement, which was based on a percentage of net revenue and therefore subject to operational cost variations. Under the new structure, City revenue is tied directly to gross earnings, offering improved predictability and reduced administrative complexity.

 

The Licensee will be responsible for all applicable utilities and realty taxes in additional fees.

 

Based on the information above, the City would anticipate receiving base licence fees for these years:

 

Year

Initial Term

First Renewal Term

Second Renewal Term

Annual Total

2026

$25,000

 

 

$25,000

2027

$126,500

 

 

$126,500

2028

$207,545

 

 

$207,545

2029

$213,772

 

 

$213,772

2030

$220,185

 

 

$220,185

2031

$226,790

 

 

$226,790

2032

$233,593

 

 

$233,593

2033

$240,601

 

 

$240,601

2034

$247,819

 

 

$247,819

2035

$255,252

 

 

$255,252

2036

$195,714

$67,195

 

$262,909

2037

 

$270,796

 

$270,796

2038

 

$278,919

 

$278,919

2039

 

$287,287

 

$287,287

2040

 

$295,905

 

$295,905

2041

 

$226,884

$77,899

$304,783

2042

 

 

$313,931

$313,931

2043

 

 

$323,349

$323,349

2044

 

 

$333,049

$333,049

2045

 

 

$343,040

$343,040

2046

 

 

$263,027

$263,027

Total

 

 

 

$5,274,048

 

Reserve Fund Contributions

 

The Eglinton Flats Tennis Facility Maintenance Reserve Fund (XR3204) will be strengthened through a joint capital contribution model that ensures adequate and sustainable funding for resurfacing, maintenance, and related work over the life of the agreement.

 

Under the proposed terms, the Licensee will contribute $33,314 annually, while the City will contribute $23,795 annually from the licence fee revenue it receives. This results in a combined annual contribution of $57,109 into the Reserve Fund. The City will retain full discretion and final approval authority regarding the use of these funds, ensuring that capital decisions are aligned with municipal asset-management priorities. This enhanced funding structure reduces future pressure on the operating and capital budgets and provides a proactive approach to lifecycle maintenance.

 

Capital Obligations and Buyout Provisions

 

The new agreement places capital responsibility on the Licensee, who will be fully responsible for the purchase of both sports bubbles as well as all associated site servicing, infrastructure upgrades, installation and dismantling work, and ongoing utilities and realty taxes. The Licensee’s total capital investment is estimated at $4.6 million. The City’s capital obligation is limited to resurfacing the northern court quadrant in 2026 at an estimated cost of $280,000, which has been included for consideration through the 2026 Operating Budget process. Should the City elect not to extend the agreement beyond the initial or renewal terms, the City will be required to purchase the sports bubbles at predetermined, amortized buyout values. These amounts are established at $546,727 per bubble at the end of the initial 10-season term and $251,494 per bubble at the end of the first renewal term. The buyout payment amount for the second sports bubble for the southern quadrant courts shall also include all associated capital expenditures, as negotiated and agreed upon by the General Manager, Parks and Recreation, and the Licensee. The amortized approach ensures that buyout costs decline over time, reflecting the aging of the assets and providing predictable financial exposure should the City choose to resume direct operations in the future.

 

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

Background Information

(December 5, 2025) Revised Report from the General Manager, Parks and Recreation, and the Chief Procurement Officer, on Award of Doc5080239163 to Premier Racquet Clubs Corp., for Operation and Maintenance of Seasonal Sports Bubbles for Tennis and Related Services for Eglinton Flats Park
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260901.pdf
(November 24, 2025) Report from the General Manager, Parks and Recreation, and the Chief Procurement Officer, on Award of Doc5080239163 to Premier Racquet Clubs Corp., for Operation and Maintenance of Seasonal Sports Bubbles for Tennis and Related Services for Eglinton Flats Park
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260449.pdf
Attachment 1: Major Terms and Conditions, Licence Area, Pricing
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260450.pdf
Attachment 2: Eglinton Flats Tennis Facility Maintenance Reserve Fund (XR3204)
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260451.pdf

Communications

(December 8, 2025) E-mail from Nicole Corrado (GG.Supp)

GG26.19 - Amendment to Authority to Execute Blanket Contract with Salesforce.com Canada Corporation for Cloud-Based Services

Consideration Type:
ACTION
Wards:
All

Origin

(November 24, 2025) Report from the Chief Technology Officer and the Chief Procurement Officer

Recommendations

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

 

1. City Council, in accordance with Section 71-11.1.C of the City of Toronto Municipal Code Chapter 71 (Financial Control By-Law), grant authority to the Chief Technology Officer, to amend and increase the authority for the Chief Technology Officer under GG24.9 with Salesforce.com Canada Corporation by $6,751,001 net of taxes and charges ($6,869,819 net of Harmonized Sales Tax recoveries) to procure and renew new licences and support services as required until December 31, 2030, under the same pricing, terms and conditions as the existing agreement, and in a form satisfactory to the City Solicitor.

Summary

The purpose of this report is to request an amendment to the City's existing authority with Salesforce.com Canada Corporation, a Canadian business subsidiary. This report recommends that City Council grant authority to increase the contract amount in the value of $6,751,001 net of taxes and applicable charges ($6,869,819 net of Harmonized Sales Tax recoveries) within the five (5)-year term from January 1, 2026, to December 31, 2030, under the same pricing, terms, and conditions of the existing agreement.

 

Although the City received authority under the consolidated maintenance report GG24.9 in October 2025 to continue existing services, this increase is necessary to obtain additional licenses and subscriptions that will support the expanded licensing required to realize several Council-directed transformation initiatives for the Municipal Licensing and Standards Division and the Customer Experience Division, respectively.

 

Salesforce is the City of Toronto’s Enterprise Customer Relationship Management platform. It centralizes, tracks, and manages many customer interactions with the City, including by phone, email, or online portals. The platform supports customers to get the information they need regarding City services, while providing City staff with a centralized location to access information - making it easier to manage interactions with customers.

Financial Impact

The total value of the requested amendment to the authority to execute a blanket contract with Salesforce.com Canada Corporation is $6,751,001 net of taxes and charges ($6,869,819 net of Harmonized Sales Tax recoveries).

 

This will increase the authority value from $10,000,000 net of taxes and charges ($10,176,000 net of Harmonized Sales Tax recoveries) to $16,751,001 net of taxes and charges ($17,045,819 net of Harmonized Sales Tax recoveries).

 

Funding for this contract is available in the 2026 to 2035 Capital Budget and Plan of Technology Services Division. As shown in Table 1, budget for this recommended additional authority will be included in the respective 2027 to 2030 Operating Budget Submissions of Technology Services Division and Municipal Licensing and Standards.

 

Table 1 - Financial Impact Summary of Recommended Additional Authority to Execute Blanket Contract (net of Harmonized Sales Tax recoveries)

 

Division

Cost Element

Cost Centre

2026

2027

2028

2029

2030

Total

Technology Services Division

CIT045-49

3420

$152,640

-

-

-

-

$152,640

CIT061-14

3420

$722,496

-

-

-

-

$722,496

IT2176

3420

-

$805,939

$900,576

$1,008,442

$1,130,554

$3,845,511

Municipal Licensing and Standards

MS1012

3420

-

$537,293

$537,293

$537,293

$537,293

$2,149,172

Total Net of HST Recoveries

$875,136

$1,343,232

$1,437,869

$1,545,735

$1,667,847

$6,869,819

 

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

Background Information

(November 24, 2025) Report from the Chief Technology Officer and Chief Procurement Officer, on Amendment to Authority to Execute Blanket Contract with Salesforce.com Canada Corporation for Cloud-Based Services
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260459.pdf

Communications

(December 8, 2025) E-mail from Nicole Corrado (GG.Supp)

GG26.20 - Amendment to Authority to Execute Blanket Contract with Granicus for Development Tracking Platform Licenses and Professional Services

Consideration Type:
ACTION
Wards:
All

Confidential Attachment - The attachment to this report is about an instruction to be applied to negotiations carried on or to be carried on by or on behalf of the City of Toronto and contains financial information, which, if disclosed, could reasonably be expected to prejudice the competitive position significantly or interfere significantly with the contractual or other negotiations of the City of Toronto.

Origin

(November 26, 2025) Report from the Chief Technology Officer, and the Chief Procurement Officer

Recommendations

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

 

1. City Council, in accordance with Section 71-11.1.C of the City of Toronto Municipal Code Chapter 71 (Financial Control By-Law), grant authority to the Chief Technology Officer, to amend the authority for the Chief Technology Officer under GG24.9 with Granicus for up to the total amount set out in Confidential Attachment 1 to procure and renew new licenses and support services as required until December 31, 2030 in a form satisfactory to the City Solicitor.

 

2. City Council direct that Confidential Attachment 1 remain confidential at this time as it pertains to an instruction to be applied to negotiations carried on or to be carried on by or on behalf of the City of Toronto and be made public at the discretion of the Chief Procurement Officer following the execution of the contract authorized by Part 1 above.

Summary

This report requests an amendment to the authority established through GG24.9 (Review and Renewal of Technology Maintenance Contracts for Sustainment of City Services from 2026 - 2030), adopted by City Council in October 2025. This amendment would allow the City to execute a contract with Granicus, a Canadian business subsidiary, for licenses and professional services to transition to the latest version of the development tracking platform for Development and Growth Services Divisions. This report requests the establishment of a total ceiling authority, with no commitment to spend the full amount.

 

The City’s Integrated Business Management System is the City's core development tracking and permitting platform. Integrated Business Management System is fundamental to the City's ability to deliver on its strategic goals to deliver housing faster with a focus on affordable housing. Integrated Business Management System supports the operational needs of the Development and Growth Services Divisions, including Toronto Building, City Planning, and Development Review, and enables the City to collect and administer approximately $1.4 billion in annual revenue.

 

Integrated Business Management System is powered by a legacy software that is at end-of-life, Amanda Version 4.4, which was first implemented in 1999. Transition to a viable, modern technology platform is critical to ensure the City is able to deliver on key Council priorities, including accelerating the development of affordable housing, and meet legislative requirements.

 

Technology Services Division partnered with the Development and Growth Services Divisions to evaluate options, including a comprehensive, independent third-party market review and jurisdictional scan.

 

This report recommends upgrading to the latest version of Amanda (Version 7) to ensure the Integrated Business Management System platform remains sustainable, secure, and capable of supporting the City’s housing objectives and priorities.

 

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

Financial Impact

Financial Impact is included in Confidential Attachment 1.

Background Information

(November 26, 2025) Report from the Chief Technology Officer, and the Chief Procurement Officer on Amendment to Authority to Execute Blanket Contract with Granicus for Development Tracking Platform Licenses and Professional Services
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260634.pdf
Confidential Attachment 1

Communications

(December 8, 2025) E-mail from Nicole Corrado (GG.Supp)

GG26.21 - Emergency Non-Competitive Contract with Alberici Constructors Ltd., for the Roof Replacement at the Humber Treatment Plant Operations and Control Centre

Consideration Type:
ACTION
Ward:
3 - Etobicoke - Lakeshore

Origin

(November 24, 2025) Report from the General Manager, Toronto Water, and the Chief Procurement Officer

Recommendations

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

 

1. City Council receive this report for information.

Summary

The purpose of this report is to advise Toronto City Council, pursuant to Chapter 195 of the Toronto Municipal Code, Procurement, Section 195-7.5.B, of a non-competitive contract with Alberici Constructors Ltd., for the emergency roof replacement at the Humber Treatment Plant Operations and Control Centre, for  a total value of $1,741,076, net of all taxes and charges ($1,771,719 net of Harmonized Sales Tax recoveries).

 

The issuance of this non-competitive contract was a matter of extreme urgency, as during construction, demolition revealed multiple cracks and leaks in the existing roof. Immediate action was required to protect staff health and safety, ensure uninterrupted wastewater treatment operations, limit impacts to existing contract warranties and mitigate the risk of costly future repairs.

 

Non-competitive procurements may be undertaken where both the proposed procurement and supplier can be justified in good faith based on an exception set out in Toronto Municipal Code Chapter 195, Procurement. This procurement proceeded under the exception code related to Emergency where the goods or services are required as a result of an emergency which would not reasonably permit the solicitation of competitive submissions and the City has determined in good faith that both the proposed procurement and the selected supplier, along with the terms and conditions of the contract are beneficial to the City (Toronto Municipal Code, Chapter 195, Procurement, Section 7.1.G.).

Financial Impact

The total value of this non-competitive emergency contract, Purchase Order 6056386, was issued for a total value of $1,741,076 net of all taxes and charges ($1,771,719 net of Harmonized Sales Tax recoveries).

 

Funding for this contract was provided from the 2024 Capital Budget and 2025-2033 Capital Plan for Toronto Water with remaining balance available in the 2025 Capital Budget and 2026-2034 Capital Plan for Toronto Water. Funding details are provided in Table 1.

 

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

 

WBS Element

2024

2025

Total

CWW037 (Humber Wastewater Treatment Plant)

$1,567,893

$203,826

$1,771,719

 

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

Background Information

(November 24, 2025) Report from the General Manager, Toronto Water, and the Chief Procurement Officer, on Emergency Non-Competitive Contract with Alberici Constructors Ltd., for the Roof Replacement at the Humber Treatment Plant Operations and Control Centre
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260424.pdf

Communications

(December 8, 2025) E-mail from Nicole Corrado (GG.Supp)

GG26.22 - Execution of Construction Agreement with Kilmer-Tricon for the Construction of a New Toronto Paramedic Services Multi-Function Station at 610 Bay Street

Consideration Type:
ACTION
Ward:
11 - University - Rosedale

Confidential Attachment - The attachment to this report contains confidential information regarding a position, plan, procedure, criteria or instruction to be applied to any negotiations carried on or to be carried on by the City.

Origin

(November 24, 2025) Report from the Executive Director, Corporate Real Estate Management, and the Chief Procurement Officer

Recommendations

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


1. City Council, in accordance with Section 195-8.5 of the City of Toronto Municipal Code Chapter 195, Procurement, grants authority to Corporate Real Estate Management and Purchasing and Materials Management Division to enter into a construction contract in the form of a CCDC-14 to the Kilmer Group and Tricon Residential (Kilmer-Tricon, the “Developer”) for a maximum upset amount of $40,976,589 net of all applicable taxes and charges ($41,697,777 net of Harmonized Sales Tax recoveries) in addition to the amount identified in Confidential Attachment 1 based on the agreed upon class B cost estimate.

 

2. City Council grant authority to the Executive Director, Corporate Real Estate Management, in consultation with the Chief Procurement Officer and the Chief, Toronto Paramedic Services, to execute any necessary purchase order amendments with a value exceeding $500,000, or more than 10 percent of the original commitment, for which Committee or City Council approval would normally be required under City of Toronto Municipal Code Chapter 71, Financial Control and City of Toronto Municipal Code Chapter 195, Procurement provided that:

 

a. the purchase order amendment is necessary to enable the City to respond to the Developer’s request(s) for approval, consent, or agreement to any action, document or plan related to the design and construction of the Toronto Paramedic Services Multi-Function Station 03, and where such approval will impact the critical path of the delivery of mixed-income housing (the Residential Project), the City shall within seven working days after receipt of a request in writing for an approval, respond to the Developer in writing to ensure that the timelines are met for the construction of the Toronto Paramedic Services Multi-Function Station 03 at 610 Bay Street;

 

b. the appropriate additional funding will be requested in the annual Capital Budget submissions for Toronto Paramedic Services budget;

 

c. the terms and conditions of any amending agreements are acceptable to the Executive Director, Corporate Real Estate Management, the Chief Procurement Officer, and the Chief, Toronto Paramedic Services in a form satisfactory to the City Solicitor;

 

d. any amending agreements are completed in accordance with the City of Toronto Municipal Code Chapter 195, Procurement, and associated policies and procedures; and

 

e. a report summarizing any amendments made under this authority is submitted to the appropriate Committee and / or City Council for information on an annual basis.

 

3. City Council authorize the public release of Confidential Attachment 1 following the project close out of the construction of Toronto Paramedic Services Multi-Function Station 03.

Summary

The purpose of this report is to seek authority to execute a construction agreement with Kilmer Group and Tricon Residential (Kilmer-Tricon, the “Developer”), following a competitive procurement process completed by CreateTO in 2024. The maximum upset limit of this agreement is $40,976,589 net of all applicable taxes and charges ($41,697,777 net of Harmonized Sales Tax recoveries), in addition to the amount identified in Confidential Attachment 1. This report also seeks to delegate authority to Corporate Real Estate Management, in consultation with Purchasing and Materials Management Division and Toronto Paramedic Services, to execute any necessary purchase order amendments, with a value exceeding $500,000, or more than 10 percent of the original commitment, for the construction of a new Toronto Paramedic Services Multi-Function Station (MFS 03) at 610 Bay Street.

 

In April 2022, City Council adopted a vision for the former Toronto Coach Terminal, located at 610 Bay Street and 130 Elizabeth Street, which prioritizes the delivery of mixed-income housing (the “Residential Project”) and incorporates MFS 03, public realm improvements, sustainable development, design excellence and the adaptive reuse of the heritage-listed former Toronto Coach Terminal.

 

In November 2024, through the adoption of item EX18.4, Council granted staff authority to enter into a lease and project agreement with the competitively procured tenant and Developer to construct MFS 03 alongside the mixed-income residential developments at 610 Bay Street and 130 Elizabeth Street. Under the lease and project agreement, the City, as landlord, would reimburse the Developer for the actual cost of construction.

 

As work progressed, staff identified that additional contractual mechanisms would better support the effective oversight, administration and delivery of MFS 03. Staff determined that an industry standard design-build construction agreement (CCDC-14) between the City and Kilmer-Tricon, as the delivery agent, would provide the most suitable contractual framework for delivering this project. A construction agreement defines risk allocation between project stakeholders and improves legal compliance with the Construction Act. It also establishes mechanisms for the City to provide oversight of the project, implements a more structured and transparent process for handling changes to the project scope, and includes a structured mechanism for payments, as opposed to reimbursements made under the existing lease and project agreement.

 

The execution of an additional construction agreement would constitute a material change from the delivery model approved by Council through item EX.18.4 and therefore requires additional Council authority.

 

Delegated authority to make necessary purchase order amendments is required to enable the City to respond to the Developer’s requests for approval, consent, or agreement to any action, document or plan related to the construction of MFS 03, where such approval would impact the critical path of the broader Residential Project. As MFS 03 will be constructed within the first two floors of the residential tower, the timeline for the Residential Project is directly dependent on the timely delivery of MFS 03. To support coordinated delivery and maintain the overall project schedule, the City must provide a written response to the Developer within seven working days of receiving a written request for approval. Any delay on the City’s part may result in additional financial implications.

Financial Impact

The total estimated value of the required construction agreement is for the maximum upset amount of $40,976,589 net of all applicable taxes and charges ($41,697,777 net of Harmonized Sales Tax recoveries), based on the agreed upon Class B cost estimate issued by Kilmer-Tricon on October 22, 2025, in addition to the amount identified in Confidential Attachment 1.

 

The construction contract amount will be negotiated with the Developer before Kilmer-Tricon submits the Class A cost estimate in February 2026. If the Class A cost estimate is lower than the agreed maximum upset amount, the construction contract will reflect the lower value. Contract execution and issuance of a purchase order, are contingent on budget approvals by City Council.

 

This approach is recommended to prevent construction delays. The alternative, waiting for committee approval at the General Government Committee in March 2026 based on the Class A cost estimate, would delay Kilmer-Tricon’s planned mobilization at 610 Bay in March 2026 and jeopardize the Developer’s Canada Mortgage and Housing Corporation rate lock, exposing the project to interest-rate volatility and Canada Mortgage and Housing Corporation processing delays, putting construction timing and delivery of both the Multi-Function Station 03 and Residential Project at risk.

 

Funding for this agreement has been requested in the 2026-2035 Capital Budget and Plan submission for Toronto Paramedic Services.

 

The Chief Financial Officer and Treasurer has been advised of the financial impacts associated with this project to be considered along with other priorities in the 2026 budget process.

Background Information

(November 24, 2025) Report from the Executive Director, Corporate Real Estate Management, and the Chief Procurement Officer, on Execution of Construction Agreement with Kilmer-Tricon for the Construction of a New Toronto Paramedic Services Multi-Function Station at 610 Bay Street
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260453.pdf
Confidential Attachment 1

Communications

(December 8, 2025) E-mail from Nicole Corrado (GG.Supp)

GG26.23 - Non-Competitive Contract with Cornerstone OnDemand Inc., for the City's Enterprise Talent Management System and Online Learning

Consideration Type:
ACTION
Wards:
All

Origin

(November 24, 2025) Report from the Chief People Officer, and the Chief Procurement Officer

Recommendations

The Chief People Officer and the Chief Procurement Officer recommend that:

 

1. City Council authorize the Chief People Officer to negotiate and enter into a non-competitive agreement with Cornerstone OnDemand Inc., in the amount of $4,796,753 net of Harmonized Sales Tax ($4,881,176 net of Harmonized Sales Tax recoveries) for a three (3) year period, commencing on January 1, 2027 to December 31, 2029, with two (2) additional optional periods, on terms and conditions satisfactory to the Chief People Officer, People and Equity and in a form satisfactory to the City Solicitor.

Summary

The purpose of this report is to request authority to enter into a non-competitive contract with Cornerstone OnDemand Inc., for professional services and licenses for the City's Enterprise Talent Management System and Online Content Libraries in the amount of $4,796,753 net of Harmonized Sales Tax ($4,881,176 net of Harmonized Sales Tax recoveries) for an initial period of three (3) years commencing on January 1, 2027, to December 31, 2029, with two (2) additional option year renewals.

 

Cornerstone OnDemand, referred to internally as "ELI," is a comprehensive talent management system used to centralize and automate learning and development processes across the organization. Initially procured as a Learning Management System, Cornerstone OnDemand has evolved into the City's Enterprise Talent Management System through additional capabilities, including online performance management.

 

A non-competitive procurement is required as a change cannot be made for economic or technical reasons without causing significant inconvenience prior to the expiration of the current contract. The current contract expires on December 31, 2026. Executing a new interim contract will ensure uninterrupted access to the Enterprise Talent Management System and associated Online Content Libraries, maintaining continuity of services for the City.

 

This integrated technology solution:

 

- Supports the City's learning and talent management approach

 

- Enables data and analytics capabilities to align learning and development resources to identify employee requirements

 

- Facilitates online enterprise and divisional learning and reporting in a central repository

 

- And supports the learning and development needs of City employees via multiple modalities and accessible 24/7.

 

If the recommendations in this report are not approved, the City will not have access to its enterprise talent management system, eliminating critical learning infrastructure and the ability to track and report on legislatively mandated training. This system is foundational to workforce compliance and capability across Divisions. Its discontinuation would expose the City to compliance risks, disrupt core operational functions, and compromise our ability to develop, retain, and manage talent effectively.

 

Non-competitive procurements may be undertaken where both the proposed procurement and supplier can be justified in good faith based on an exception set out in Toronto Municipal Code Chapter 195, Procurement. This non-competitive procurement with Cornerstone OnDemand Inc. will be proceeding under the exception code related to Compatibility, the City has determined in good faith that both the proposed procurement and the selected supplier, along with the terms and conditions of the contract are beneficial to the City (Toronto Municipal Code, Chapter 195, Procurement, Section 7.1E.).

 

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

Financial Impact

The total amount of the proposed contract including all years identified in this report is $4,796,753 net of Harmonized Sales Tax. The total estimated cost to the City is $4,881,176 net of Harmonized Sales Tax Recoveries.

 

Funding in the amount of $4,881,176 net of Harmonized Sales Tax Recoveries, will be included in the 2027-2032 City Manager's Office Operating Budget submissions under cost centre CM0502 as required.

 

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

 

Year

Total net of HST Recoveries

2027

$ 936,156

2028

$ 955,779

2029

$ 975,814

2030 (Option Year One)

$ 996,270

2031 (Option Year Two)

$ 1,017,155

TOTAL

$ 4,881,176

 

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

Background Information

(November 24, 2025) Report from the Chief People Officer and the Chief Procurement Officer on Non-Competitive Contract with Cornerstone OnDemand Inc., for the City's Enterprise Talent Management System and Online Learning
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260373.pdf

Communications

(December 8, 2025) E-mail from Nicole Corrado (GG.Supp)

GG26.24 - Non-Competitive Contract with Grascan Construction Limited / Torbridge Construction Limited to Repair Select F.G. Gardiner Expressway Concrete Bents at Bay Street and Yonge Street

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

Origin

(November 25, 2025) Report from the Chief Engineer and Executive Director, Engineering and Construction Services, and the Chief Procurement Officer

Recommendations

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

 

1. City Council authorize the Chief Engineer and Executive Director, Engineering and Construction Services, to negotiate and enter into a non-competitive agreement with Grascan Construction Limited / Torbridge Construction Limited, on terms and conditions satisfactory to the Chief Engineer and Executive Director, Engineering and Construction Services and in a form satisfactory to the City Solicitor, for the repairs of select F.G. Gardiner Expressway concrete bents at Bay Street and Yonge Street for the reasons stated in the Report of the Chief Engineer and Executive Director, Engineering and Construction Services, and the Chief Procurement Officer, dated November 25, 2025. The estimated value of the non-competitive contract is $4,838,911 net of Harmonized Sales Tax, $4,924,076 net of Harmonized Sales Tax recoveries, including contingencies.

Summary

The purpose of this report is to negotiate and enter a non-competitive contract with Grascan Construction Limited / Torbridge Construction Limited for the design and construction of repairs of select F.G. Gardiner Expressway concrete bents at Bay Street and Yonge Street. The estimated value of the non-competitive contract is $4,838,911 net of Harmonized Sales Tax, $4,924,076 net of Harmonized Sales Tax recoveries.

 

The proposed repair work will start immediately upon approval and be completed before the FIFA World Cup begins in June 2026.

 

This project is urgently needed due to the severe deterioration of concrete bents at Bay Street and Yonge Street, which are in critical condition. Although the Gardiner Expressway Strategic Rehabilitation Plan does not cover the section between York to Jarvis because its deck was rehabilitated in 2013, the substructure bents in this section have not been rehabilitated since their original construction. Ongoing chipping of deteriorated concrete has mitigated falling concrete risks, but it increasingly exposes internal reinforcement to further decay, jeopardizing structural integrity. Completing these repairs now will enhance public safety in preparation for increased traffic during the 2026 FIFA World Cup.

 

The need for prompt action is also driven by the upcoming major Gardiner rehabilitation projects from Grand Magazine Street to York Street in 2027. Delaying the current repairs could cause emergency interventions during that major construction phase, leading to significant traffic disruptions.

The work will involve complete concrete refacing of the damaged bents, removing the old material and installing new reinforcement and concrete. This repair method is consistent with industry and provincial standards, and would protect the bents from further deterioration for an extended period, better aligning the superstructure and substructure at this location for the next rehabilitation cycle.

 

Non-competitive procurements may be undertaken where both the proposed procurement and supplier can be justified in good faith based on an exception set out in Toronto Municipal Code Chapter 195, Procurement. This non-competitive procurement will be proceeding under the exception code related to the goods or services required as a result of a time constraint, the City has determined in good faith that both the proposed procurement and the selected supplier, along with the terms and conditions of the contract are beneficial to the City (Toronto Municipal Code, Chapter 195, Procurement, Section 7.1P.).

 

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

Financial Impact

The total contract award identified in this report is $5,467,970.33 including all applicable taxes and charges and $4,838,911.80 net of Harmonized Sales Tax. The total cost to the City is $4,924,076.64 (net of Harmonized Sales Tax recoveries).

 

Funding for this non-competitive contract is available in the 2025-2034 Capital Budget and Plan for Transportation Services (Gardiner Rehabilitation Program) as summarized in Table 1 below (net of Harmonized Sales Tax recoveries).

 

Table 1: Financial Impact Summary

 

Calendar Year

CTP122-08-79

Total (Net of HST Recoveries)

2026

$4,924,076.64

$4,924,076.64

 

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

Background Information

(December 8, 2025) Revised report from the Chief Engineer and Executive Director, Engineering and Construction Services, and the Chief Procurement Officer on Non-Competitive Contract with Grascan Construction Limited / Torbridge Construction Limited to Repair Select F.G. Gardiner Expressway Concrete Bents at Bay Street and Yonge Street
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260927.pdf
(November 25, 2025) Report from the Chief Engineer and Executive Director, Engineering and Construction Services, and the Chief Procurement Officer on Non-Competitive Contract with Grascan Construction Limited / Torbridge Construction Limited to Repair Select F.G. Gardiner Expressway Concrete Bents at Bay Street and Yonge Street
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260548.pdf

GG26.25 - Non-Competitive Contract with IBM Canada Limited for IBM Maximo Application Suite Software as a Service

Consideration Type:
ACTION
Wards:
All

Origin

(November 25, 2025) Report from the Chief Technology Officer, and the Chief Procurement Officer

Recommendations

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

 

1. City Council authorize the Chief Technology Officer to negotiate and enter into an agreement with IBM Canada Ltd for the Enterprise Work Management Solution cloud migration and Toronto Water rollout components and for the Corporate Real Estate Management component, commencing from January 1, 2026 for a term of two (2) years with options to extend the Contract by one (1) additional one (1) year period in the value of $34,300,219 net of all taxes and applicable charges ($34,903,904 net of Harmonized Sales Tax Recoveries), subject to terms and conditions acceptable to the Chief Technology Officer.

Summary

The purpose of this report is to request City Council authority to enter into a non-competitive contract with IBM Canada Ltd. (IBM), a Canadian business subsidiary, for IBM Maximo Application Suite (MAS) Software-as-a-Service subscriptions and support in the amount of $34,300,219 net of all applicable taxes and charges ($34,903,904 net of Harmonized Sales Tax recoveries Recoveries) commencing from January 1, 2026 for a term of two (2) years with option to extend the Contract by one (1) additional one (1) year period.

 

The Enterprise Work Management Solution Program is modernizing the City's work management systems by replacing outdated, siloed systems with a single, unified platform using IBM Maximo technology, which provides an integrated solution that streamlines work planning, asset management, and service delivery. At the time of writing this report, over 1500 staff across six divisions are supported by the on-premises IBM Maximo technology as part of Enterprise Work Management Solution. This report supports the transition of these divisions from the on-premises, end-of-life Maximo platform to the upgraded, cloud-based solution, and rollout to Toronto Water as a net new division using the solution.

 

Following an unsuccessful Request for Proposal in 2025 to competitively procure IBM MAS for the Enterprise Work Management Solution cloud migration and Toronto Water rollout through a third-party reseller of IBM products, the City is recommending a non-competitive procurement directly with IBM. The City has confirmed that entering into a direct agreement with IBM provides the greatest benefit and least risk for the City.

 

Similarly, Corporate Real Estate Management needs to replace its legacy, end-of-life systems with IBM Maximo Application Suite modules, including Maximo Real Estate and Facilities, to ensure operational continuity and compliance as current systems reach end of support. This proposed non-competitive procurement also includes the software licensing and cloud environment required to enable Corporate Real Estate Management’s unified real estate information platform, which was not originally included in the Request for Proposal. This will enable the City to retire end-of-life products and move toward a unified, cloud-based approach for managing critical real estate assets across the City. Adding the volume of Corporate Real Estate Management to this Non-Competitive Procurement helps the City negotiate a lower total cost of ownership and licensing allocation flexibility in addition to other commercial benefits and protections.

 

This approach will still allow the City to access competitive pricing by avoiding reseller markup and negotiating directly with IBM for flexible licensing terms and enhanced service terms unavailable through third-party resellers. It enables the City to continue to satisfy the Enterprise Work Management Solution Program timelines and objectives, meet Toronto Water's project critical path, and satisfy Auditor General recommendations.

 

Prior to expiry of the proposed agreement with IBM Canada Ltd., the City will reassess competitive procurement options to ensure continued value for money, operational efficiency, and alignment with evolving industry standards.

 

Non-competitive procurements may be undertaken where both the proposed procurement and supplier can be justified in good faith based on an exception set out in Toronto Municipal Code Chapter 195, Procurement. This non-competitive procurement  will be proceeding under the exception code Section 195-7.1(F) for the Enterprise Work Management Solution cloud migration and Toronto Water rollout components and Section 195-7.1(P) for the Corporate Real Estate Management component, the City has determined in good faith that both the proposed procurement and the selected supplier, along with the terms and conditions of the contract are beneficial to the City (Toronto Municipal Code, Chapter 195, Procurement, Section 7.1K.).

 

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

Financial Impact

The proposed contract's total amount is $34,300,219 net of all taxes and applicable charges ($34,903,904 net of HST Recoveries).

 

Funding for the contract term has been included in the 2026-2035 Capital Budget submissions for Technology Services Division, Toronto Water Division, and Corporate Real Estate Management Division. Funding for sustainment costs will be submitted in future years' Operating Budget submissions of the relevant divisions for consideration and approval. Additional funding details follow in Table 1.

 

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

 

Division

Cost Centre

Cost Element

2026

2027

2028

Total

Technology Services Division

CIT051-01

4828

$3,444,748

-

-

$3,444,748

CIT051-09

4828

$1,988,798

$7,210,779

$4,847,866

$14,047,443

Environment, Climate & Forestry

P00020

4828

-

$1,180,875

$1,165,459

$2,346,334

Parks & Recreation

P13333

4474

-

$3,083,075

$3,750,994

$6,834,068

Solid Waste Management Services

SW0701

4828

-

$722,721

$757,117

$1,479,838

Transportation Services

TS9010

4828

-

$1,147,133

$1,194,284

$2,341,417

Toronto Water

CPW048-05

4828

$729,595

-

-

$729,595

TW6045

4828

-

$572,290

$589,459

$1,161,749

Corporate Real Estate Management

CCA215-11

4828

$541,732

$973,882

-

$1,515,614

FA100-30

4828

-

-

$1,003,098

$1,003,098

Total Net of HST Recoveries

$6,704,873

$14,890,755

$13,308,277

$34,903,904

 

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

Background Information

(November 25, 2025) Report from the Chief Technology Officer, and the Chief Procurement Officer on Non-Competitive Contract with IBM Canada Limited for IBM Maximo Application Suite Software as a Service
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260547.pdf

GG26.26 - Non-Competitive Contracts with Various Suppliers for the Purchase of Proprietary Parts and Services for Maintenance of Specialized Laboratory Instruments for Toronto Water

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

Origin

(November 24, 2025) Report from the General Manager, Toronto Water, and the Chief Procurement Officer

Recommendations

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

 

1. City Council authorize the General Manager, Toronto Water to negotiate and enter into non-competitive agreements with the suppliers listed below, for the supply and delivery of proprietary parts and maintenance services for specialized laboratory instrumentation for a three (3) year period from date of award, on terms and conditions satisfactory to the General Manager, Toronto Water and in a form satisfactory to the City Solicitor:

 

a. Thermo Fisher Scientific (Mississauga) Inc., with the maximum contract price of $81,853 net of all applicable taxes and charges ($83,294 net of Harmonized Sales Tax recoveries);

 

b. Waters Limited with the maximum contract price of $154,797 net of all applicable taxes and charges ($157,521 net of Harmonized Sales Tax recoveries);

 

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

Summary

The purpose of this report is to request City Council authority to enter into two (2) non-competitive contracts for proprietary parts and services for specialized laboratory instruments with Thermo Fisher Scientific (Mississauga) Inc., and Waters Limited for the Toronto Water Laboratory. Both contracts will have a three (3) year contract period. The total amount for both contracts is $236,650 net of all applicable taxes and charges ($240,815 net of Harmonized Sales Tax recoveries).

 

Toronto Water uses specialized laboratory instruments to conduct critical analyses of the city's drinking water and wastewater. These contracts help ensure that the necessary preventive maintenance is performed and that the instrumentation systems remain operational, which is essential for managing risks and meeting regulatory standards.

 

A non-competitive procurement is required for both Thermo Fisher Scientific (Mississauga) Inc. and Waters Limited as they use proprietary technology in their specialized laboratory instrumentation. The technology and required parts and service are available exclusively from each supplier as sole manufacturers and distributors.

 

Non-competitive procurements may be undertaken where both the proposed procurement and supplier can be justified in good faith based on an exception set out in Toronto Municipal Code Chapter 195, Procurement. This procurement will be proceeding under the exception related to Exclusive Rights, where both Thermo Fisher Scientific (Mississauga) Inc. and Waters Limited and the City have determined in good faith that both the proposed procurements and the selected suppliers, along with the terms and conditions of the contract, are beneficial to the City (Toronto Municipal Code, Chapter 195, Procurement, Section 7.1.C).

 

City Council approval is required in accordance with Municipal Code Chapter 195- Purchasing, where the current request exceeds the Chief Purchasing Officer's authority of the cumulative five (5)-year commitment, under Article 7, Section 195-7.3 (D) of the Purchasing By-Law or exceeds the threshold of $500,000 net of Harmonized Sales Tax allowed under staff authority as per the Toronto Municipal Code, Chapter 71 - Financial Control, Section 71-11A.

Financial Impact

The total potential value identified in this report for the two (2) non-competitive contracts is $240,815, net of Harmonized Sales Tax recoveries in the amount detailed below ($236,650 net of all applicable taxes and charges)

 

Funding required for this contract award will be included in the 2026-2028 Operating Budget Submission for Toronto Water.

 

Additional funding details are provided in Table 1 to follow.

 

Table 1: Financial Impact Summary of Recommended Contracts

 

Cost Centre

GL

2026

2027

2028

Total

Net of Harmonized Sales Tax Recoveries

TW5030

2155, 4425

$78,984

$80,264

$81,568

$240,815

 

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

Background Information

(November 24, 2025) Report from the General Manager, Toronto Water, and the Chief Procurement Officer, on Non-Competitive Contracts with Various Suppliers for the Purchase of Proprietary Parts and Services for Maintenance of Specialized Laboratory Instruments for Toronto Water
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260423.pdf

Communications

(December 7, 2025) E-mail from Nicole Corrado (GG.Supp)

GG26.27 - Non-Competitive Procurement with Symphony Talent, LLC, for Skills Assessment Services

Consideration Type:
ACTION
Wards:
All

Origin

(November 26, 2025) Report from the Chief People Officer, and the Chief Procurement Officer

Recommendations

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

 

1. City Council authorize the Chief People Officer to in accordance with Section 195-7.1(E) of the Toronto Municipal Code Chapter 195, Procurement, to enter into, and execute a non-competitive contract with Symphony Talent, LLC, commencing from January 1, 2026, for a one (1) year term with an option to extend the contract by one (1) additional one (1) year period for a total potential value of  $190,045 net of all taxes and charges ($193,390 net of Harmonized Sales Tax recoveries), subject to terms and conditions acceptable to the Chief People Officer.

Summary

The purpose of this report is to request authority to enter into a non-competitive agreement with Symphony Talent, LLC, for skills assessment software. Symphony Talent, LLC, was previously awarded Request for Proposal number 3405-16-3013 on January 1, 2020, for a three-year term, plus two one-year renewals, executed in 2023 and 2024. This contract was extended for one year through a non-competitive procurement and expires December 31, 2025.

 

The skill-testing software provided by Symphony Talent, LLC is a critical component of the City’s recruitment process, supporting approximately 10,000 candidate assessments annually and ensuring recruitment timelines are maintained.

 

People and Equity is currently leading a capital technology project and working with Technology Services Division to modernize recruitment systems. Vendor demonstrations are ongoing, and a final procurement strategy is expected shortly.

 

A non-competitive procurement with Symphony Talent, LLC is required as a change cannot be made for economic or technical reasons without causing service delivery gaps and recruitment delays. This will ensure operational continuity and mitigate risks during the transition to a new solution.

 

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

Financial Impact

The total value of the proposed contract identified in this report, including the optional extension, is $190,045 net of all applicable taxes and charges ($193,390 net of Harmonized Sales Tax recoveries). Funding has been included in the 2026 City Manager’s Office Operating Budget and will also be included in the 2027 Operating Budget submission.

 

Table 1 - Symphony Talent, LLC, financial impact summary by contract year (net of Harmonized Sales Tax recoveries)

 

People & Equity Division Cost Centre: CM0603

 

Cost Center

Cost Element:

Total Value

January 1, 2026 - December 31, 2026

CM0501

4474

$ 94,337

Optional extension

January 1, 2027 - December 31, 2027

CM0501

4474

$ 99,053

Total Net of HST recoveries from January 1, 2026 - December 31, 2027

$193,390

 

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

Background Information

(December 2, 2025) Revised Report from the Chief People Officer, and the Chief Procurement Officer on Non-Competitive Procurement with Symphony Talent, LLC, for Skills Assessment Services
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260786.pdf
(November 26, 2025) Report from the Chief People Officer, and the Chief Procurement Officer on Non-Competitive Procurement with Symphony Talent, LLC, for Skills Assessment Services
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260546.pdf

GG26.28 - Non-Competitive Procurement of Heritage-Compliant Marble from Tennessee Marble Company for Union Station Great Hall Flooring Restoration

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

Origin

(November 21, 2025) Report from the Executive Director, Corporate Real Estate Management, and the Chief Procurement Officer

Recommendations

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

 

1. City Council authorize the Executive Director, Corporate Real Estate Management to negotiate and execute a non-competitive contract with Tennessee Marble Company to procure marble supply to be used for the Great Hall flooring restoration project at Toronto Union Station, in the amount of $3,100,415 net of all applicable taxes and charges ($3,154,982 net of Harmonized Sales Tax recoveries), on terms and conditions satisfactory to the Executive Director, Corporate Real Estate Management, and in a form satisfactory to the City Solicitor.

Summary

The purpose of this report is to request City Council authority to enter into a non-competitive contract with Tennessee Marble Company (TMC) to purchase the necessary marble for the Union Station Great Hall flooring restoration.

 

During the Union Station Revitalization Project (USRP), completed in 2021, only two-thirds of the Great Hall flooring was restored; the remaining one-third was descoped due to budget constraints at the time. This work is now being resumed to address worsening tripping hazards and other safety concerns caused by the unfinished floor, and to ensure its completion in time for Union Station’s 100th Year Anniversary Celebration in 2027. The east and west sections of the Great Hall floor were restored with marble from the Tennessee Marble Company quarry, with only the central portion remaining.

 

As a designated National Historic Site with a nationally significant impact on Canadian history, the restoration of Union Station must adhere to the requirements outlined in The Standards and Guidelines for the Conservation of Historic Places in Canada (the Guidelines). All work undertaken on the station must comply with the Guidelines and receive prior approval from Parks Canada, the federal authority responsible for administering the Guidelines. The project team has been working collaboratively with Parks Canada to ensure that all historical conservation requirements are met.

 

A key requirement of the Guidelines is that the type of marble used in the original construction of Union Station must be used when repairing or replacing any marble elements. The original rose marble used in the Great Hall flooring is currently available exclusively through Tennessee Marble Company, the same quarry that supplied the marble during the original construction of Union Station.

 

In addition to meeting requirements set out in the Guidelines, Tennessee Marble Company holds exclusive knowledge of the required stone’s composition and the specialized cutting techniques required to match the original flooring. This expertise is also essential for maintaining the building’s architectural authenticity.

 

This non-competitive contract will be proceeding under the exception related to compatibility, where Tennessee Marble Company and the City has determined in good faith that both the proposed procurement and the selected supplier, along with the terms and conditions of the contract are beneficial to the City (Toronto Municipal Code, Chapter 195, Procurement, Section 7.1E).

 

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

Financial Impact

The total potential contract award to the Tennessee Marble Company for the procurement of the marble identified in this report is $3,100,415 CAD excluding all taxes and charges, $3,503,469 CAD including Harmonized Sales Tax ($3,154,982 CAD net of Harmonized Sales Tax recoveries).

 

Funding in requested amount is available in the 2025-2034 Capital Budget and Plan for Corporate Real Estate Management. The quotation received from the Tennessee Marble Company is in the amount of $1,845,485 USD. Based on the current exchange rate of $1.4000, the cost conversion is $2,583,679 CAD. An industry standard 20 percent contingency in the amount $516,736 CAD has also been included. Funding details are summarized in Tables 1 and 2 as follows.

 

Table 1 - Quotation Conversion (USD to CAD)

 

Tennessee Marble Company Quotation (USD)

Conversion Rate

Cost

(CAD)

20 percent Contingency

Total Cost (CAD)

Net of HST Recoveries (CAD)

$1,845,485

$1.4000*

$2,583,679

$516,736

$3,100,415

$3,154,982

 

*Conversion Rates as of October 22, 2025, to be adjusted at the time of contract execution.

 

Table 2 - Funding Details (net of Harmonized Sales Tax recoveries)

 

Corporate Real Estate Management

CCA253-12

Pre-Purchase of Great Hall Marble

CCA256-04

Pre-Purchase of Great Hall/

Stair Marble

Total

January 1, 2026 to December 31, 2026

$2,159,143

$995,839

$3,154,982

Total

$2,159,143

$995,839

$3,154,982

 

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

Background Information

(November 21, 2025) Report from the Executive Director, Corporate Real Estate Management, and the Chief Procurement Officer on Non-Competitive Procurement of Heritage-Compliant Marble from Tennessee Marble Company for Union Station Great Hall Flooring Restoration
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260549.pdf

GG26.29 - Revised and Restated Non-Competitive Master Services Agreement with SmartSimple Software Inc., for Toronto Grants, Rebates, and Incentives Portal

Consideration Type:
ACTION
Wards:
All

Origin

(November 25, 2025) Report from the Chief Technology Officer, and the Chief Procurement Officer

Recommendations

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

 

1. City Council authorize the Chief Technology Officer in accordance with Section 195-8.5 of the Toronto Municipal Code Chapter 195, Procurement, to execute a revised and restated Master Services Agreement with SmartSimple Software Inc., a Canadian supplier, commencing from January 1, 2026 for a term of three (3) years with options to extend the contract by up to two (2) additional one (1) year periods in the value of $1,173,706 net of taxes and applicable charges ($1,194,363 net of Harmonized Sales Tax recoveries), subject to terms and conditions acceptable to the Chief Technology Officer.

Summary

The purpose of this report is to request authority to execute a Revised and Restated  Master Services Agreement ("Agreement") with SmartSimple Software Inc., a Canadian supplier, for a three (3) year term with the option to renew for plus two (2) separate optional one (1) year periods for the value of $1,173,706 net of taxes and applicable charges ($1,194,363 net of Harmonized Sales Tax recoveries).

 

Revising and restating the Agreement ensures uninterrupted and efficient service delivery of the Toronto Grants, Rebates, and Incentives Portal, a centralized online hub used by non-profit and resident-led organizations to apply for various City grants administered by City of Toronto Divisions including Economic Development and Culture, Housing Secretariat, Environment, Climate and Forestry, Toronto Shelter and Support Services, Social Development, and Toronto Public Health.

 

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

Financial Impact

The total value of the revised and restated of Master Services Agreement with SmartSimple Software Inc. is $1,173,706 net of taxes and applicable charges ($1,194,363 net of Harmonized Sales Tax recoveries).

 

Funding for the revised and restated Master Services Agreement will be included in the 2026 Operating Budget submissions for Economic Development and Culture, Housing Secretariat, Environment, Climate and Forestry, Toronto Shelter and Support Services, Social Development, and Toronto Public Health, for consideration as part of 2026 budget process and will be included in the respective 2027-2030 Operating Budget submissions for consideration in future budget processes, as listed in Table 1.

 

The figures in the table account for future volume growth in user licences and a three percent annual inflation adjustment.

 

Table 1 - Financial Impact Summary of Revised and Restated Contract (net of Harmonized Sales Tax recoveries)

 

Division

Cost Centre

Cost Element

2026

2027

2028

2029

(Optional Period 1)

2030

(Optional Period 2)

Total

Economic Development and Culture

AH0035

AH0014

4828

$5,174

$5,588

$6,035

$6,518

$7,039

$30,354

Housing Secretariat

FHS701

4828

$85,528

$92,370

$99,760

 $107,741

 $116,360

$501,759

Environment, Climate and Forestry

P00021

4828

$3,881

$4,191

$4,527

$4,889

$5,280

$22,768

Toronto Shelter and Support Services

FH5003

3420

$49,325

$53,271

$57,533

$62,135

$67,106

$289,370

Social Development

G27300

4828

$18,341

$19,808

$21,393

$23,104

$24,954

$107,600

Toronto Public Health

PH2113

PH5141

3420

$36,224

$39,122

$42,252

$45,632

$49,282

$212,512

All above-listed Divisions (for technical support and maintenance)

G26202

4474

$6,000

$6,000

$6,000

$6,000

$6,000

$30,000

Total Net of Harmonized Sales Tax Recoveries

$204,473

$220,351

$237,499

$256,019

$276,021

$1,194,363

 

The Chief Financial Officer and Treasurer has been advised of the financial impact presented in this report that is associated with the City's revised and restated Master Services Agreement with SmartSimple Software Inc., for Toronto Grants, Rebates, and Incentives Portal to be considered along with other priorities in the 2026 and future year budget processes.

Background Information

(December 2, 2025) Revised Report from the Chief Technology Officer, and the Chief Procurement Officer on Revised and Restated Non-Competitive Master Services Agreement with SmartSimple Software Inc., for Toronto Grants, Rebates, and Incentives Portal
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260804.pdf
(November 25, 2025) Report from the Chief Technology Officer, and the Chief Procurement Officer on Revised and Restated Non-Competitive Master Services Agreement with SmartSimple Software Inc., for Toronto Grants, Rebates, and Incentives Portal
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260539.pdf

GG26.30 - Request for Approval to Apply Proposal Fees and Break Fees on Gardiner Expressway Rehabilitation Section 4, Grand Magazine Street to York Street

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

Confidential Attachment - The attachment to this report contains commercial and financial information that belongs to the City of Toronto and has monetary value or potential monetary value.

Origin

(November 25, 2025) Report from the Chief Engineer and Executive Director, Engineering and Construction Services, and the Chief Procurement Officer, Purchasing and Materials Management

Recommendations

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

 

1. City Council authorize the Chief Engineer and Executive Director, Engineering and Construction Services and the Chief Procurement Officer, Purchasing and Materials Management to apply Proposal Fees and Break Fees to the Design-Build procurement for the Gardiner Expressway Rehabilitation Project - Section 4 (Part 1), based on the conditions set out in Appendix A and Confidential Attachment 1.

 

2. City Council directs that Confidential Attachment 1 remain confidential in its entirety, until the procurement processes for all sections of the Gardiner Expressway Rehabilitation Project are complete, as it contains commercial and financial information that belongs to the City of Toronto and has monetary value or potential monetary value.

Summary

The purpose of this report is to recommend to City Council the use of proposal and break fee mechanisms in the procurement for Gardiner Expressway Rehabilitation Section 4. Proposal fees are offered to partially offset the cost of competing in the Request for Proposal procurement process and are paid to each unsuccessful proponent upon confirmation of their compliance with set criteria, including a compliant technical proposal submission (“Proposal Fee”). Break fees are similarly meant to partially offset proponent costs, but they are made when a procurement is cancelled before it is awarded (“Break Fee”). The amount of the Break Fee is pro-rated based on the timing of the cancellation, to reflect the amount of work completed. These mechanisms were previously authorized by Council and used on the procurement for Gardiner Section 2 - Dufferin Street to Strachan Avenue, a Design-Build project that is nearing the end of the construction phase.

 

The City’s Owner’s Engineer and Technical Advisor, Stantec Consulting Ltd., is currently advancing the design of Gardiner Section 4. Based on the current level of design and engineering completed, it is expected that Gardiner Section 4 will be delivered in two parts. Part 1: Grand Magazine to Spadina Avenue and Part 2: Spadina Avenue to York Street. The two-stage procurement for Part 1 and the subject of this report is targeted to begin with a Request for Qualifications in early 2026, followed by the Request for Proposal phase to which the Proposal Fee or Break Fee would apply. It is expected that construction will begin in 2027.

 

The Design-Build delivery method passes construction risk to the contractor and encourages innovative construction methods to achieve the City’s goals for the project.  This method contributed to the successful delivery of Gardiner Section 2.

    

In order for the City to evaluate the design element of proposals, proponents will be required to do significant design work (up to 60 percent) throughout the Request for Proposal procurement process. Qualified bidders capable of undertaking such projects expect Proposal Fees to partially compensate unsuccessful proponents for the effort expended on their proposal preparation. Similarly, a pro-rated Break Fee would also be expected in the unlikely event that the procurement is cancelled prior to contract award.

 

The up-front cost to the City of such fees is justified by, among other things, the quality of proponents that would be willing to bid on the project, the progression of design through the procurement process and robust participation by proponents, as well as the benefits of shifting the design risk from the City to the successful proponent.

Financial Impact

Funding for Gardiner Section 4 (Part 1) is available in the 2025-2034 Approved Capital Budget and Plan for Transportation Services and is inclusive of the Proposal Fees for the unsuccessful proponents, or Break Fees for all proponents (in the event a procurement is cancelled).

 

On December 13, 2023, City Council approved in principle the Ontario-Toronto New Deal, which includes a provincial commitment to upload the Gardiner and the Don Valley Parkway to the Government of Ontario, subject to a due diligence review still underway. As part of the New Deal, the Province has provided funding for current and future operating and capital expenses related to both the Gardiner and Don Valley Parkway.

 

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

Background Information

(November 25, 2025) Report from the Chief Engineer and Executive Director, Engineering and Construction Services, and the Chief Procurement Officer, Purchasing and Materials Management on Request for Approval to Apply Proposal Fees and Break Fees on Gardiner Expressway Rehabilitation Section 4, Grand Magazine Street to York Street
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260540.pdf
Appendix A - Proposal Fee and Break Fee Conditions for GS4 (Part 1)
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260541.pdf
Confidential Attachment 1

GG26.31 - 160 Eglinton Avenue East - Designation of a Portion of the Property used by Central Eglinton Community Centre as a Municipal Capital Facility

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

Origin

(November 20, 2025) Report from the Executive Director, Finance Shared Services, and the Executive Director, Corporate Real Estate Management

Recommendations

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

 

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

         

a. enter into a Municipal Capital Facility Agreement with 1594342 Ontario Limited the landlord, which leases approximately 2,105 square feet at 160 Eglinton Avenue East, Suite 203 (the "Leased Premises") to the City of Toronto, used as a community centre; and

 

b. exempt the Leased Premises from taxation for municipal and school purposes, with the tax exemption being effective from the latest of:

 

1. the commencement date of the Lease;

 

2. the date the Municipal Capital Facility Agreement is entered into; and

 

3. the date the Tax Exemption By-law is enacted.

 

2. City Council declare that the municipal capital facility detailed in Recommendation 1 is for the purposes of the City and is for a public use.

 

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

Summary

This report seeks City Council's authority for the adoption of the necessary By-law to designate a portion of the property owned by 1594342 Ontario Limited and leased to the City and used as the Central Eglinton Community Centre as a Municipal Capital Facility, and to provide an exemption for municipal taxes and education taxes. The Municipal Capital Facility Agreement authorized by the By-law will provide an exemption for unit 203 which is approximately 2,105 square feet at 160 Eglinton Avenue East. This property is eligible to be deemed as a Municipal Capital Facility as it serves as a City community centre.

Financial Impact

The annual property taxes on 2,105 square feet of space (currently taxable) occupied by Central Eglinton Community Centre are estimated at approximately $13,421, comprised of a municipal portion of $8,231 and a provincial education portion of $5,190 based on 2025 Current Value Assessment and 2025 tax rates.

 

As shown in Table 1 below, providing a property tax exemption for 2,105 square feet of space at 160 Eglinton Avenue East will result in net annual reduction in property tax revenue to the City of approximately $8,231, representing the municipal portion of taxes that is currently payable that will no longer be collected once the leased premises are designated as a Municipal Capital Facility. The provincial education portion of property taxes $5,190 will no longer be required to be remitted to the province once the exemption for the leased premises takes effect.

 

Table 1: Annual Financial Implication of Property Tax Exemption - 160 Eglinton Avenue East

 

 Location

Municipal Taxes

Education Taxes

Total Property Taxes

160 Eglinton Avenue East 1904-10-4-010-05600

$8,231

$5,190

$13,421

Total Amounts Payable if Exempt

$0

$0

$0

Reduction in Municipal Tax Remitted

$8,231

Reduction in Education Taxes Remitted

$5,190

 

As the City currently funds the Central Eglinton Community Centre cost of rent (which includes property taxes) through an annual budget allocation there is no net impact on the municipal portion of taxes from the Municipal Capital Facility exemption, as the decrease in municipal tax revenue is offset by a corresponding reduction in the annual budgetary requirement for the community centre. Designating the property leased as a Municipal Capital Facility and providing an exemption from taxes will reduce the rental amount paid by the city. The savings from the designation has been accounted for and included in the 2026 Operating Budget submission for Corporate Real Estate Management.

 

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

Background Information

(November 20, 2025) Report from the Executive Director, Finance Shared Services, and the Executive Director, Corporate Real Estate Management on 160 Eglinton Avenue East - Designation of a Portion of the Property used by Central Eglinton Community Centre as a Municipal Capital Facility
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260314.pdf

GG26.32 - 550 Broadview Avenue - Designation of a Portion of the Property Used by East End Arts Toronto as a Municipal Capital Facility

Consideration Type:
ACTION
Ward:
14 - Toronto - Danforth

Origin

(November 20, 2025) Report from the Executive Director, Finance Shared Services, and the Executive Director, Corporate Real Estate Management

Recommendations

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

 

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

 

a. enter into a Municipal Capital Facility Agreement with East End Arts Toronto, with whom the City has a lease, for the property known as 550 Broadview Avenue, for approximately 1,700 square feet of space plus ancillary parking (the "Leased Premises") for the purposes of providing a City community centre; and

 

b. exempt the Leased Premises from taxation for municipal and school purposes, with the tax exemption being effective from the latest of:

 

1. the commencement date of the Lease;

 

2. the date the Municipal Capital Facility Agreement is entered into; and

 

3. the date the Tax Exemption By-law is enacted.

 

2. City Council pass a resolution that the Municipal Capital Facility referenced in Recommendation 1 is for the purposes of the City of Toronto and is for public use.

 

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

Summary

This report seeks City Council's authority for the adoption of the necessary By-law to designate a portion of the property owned by the City of Toronto and leased to East End Arts Toronto as a Municipal Capital Facility and to provide an exemption for municipal taxes and education taxes. The Municipal Capital Facility Agreement authorized by the By-law will provide an exemption for approximately 1,700 square feet plus ancillary parking at 550 Broadview Avenue. This property is eligible to be deemed as a Municipal Capital Facility as it serves as a City community centre.

Financial Impact

The Leased Premises located at 550 Broadview Avenue are owned by the City of Toronto. Although properties owned by the City of Toronto are exempt from taxation, East End Arts Toronto is a taxable tenant and the Leased Premises are therefore subject to taxation. The annual property taxes on the Leased Premises located at 550 Broadview Avenue for the 1,700 square feet of space are estimated at approximately $7,964, comprised of a municipal portion of $4,884 and a provincial education portion of $3,080 based on 2025 Current Value Assessment and 2025 tax rates.

 

As shown in Table 1 below, providing a property tax exemption for the 1,700 square feet of space at 550 Broadview Avenue will result in a net annual reduction in property tax revenue to the City of approximately $4,884, representing the municipal portion of taxes that are currently payable that will no longer be collected once the Leased Premises are designated as a Municipal Capital Facility. The provincial education portion of property taxes of $3,080 will no longer be required to be remitted to the Province once the exemption for the Leased Premises takes effect.

 

Table 1: Financial Implication of Property Tax Exemption - 550 Broadview Avenue

 

Location

Municipal Taxes

Education Taxes

Total Property Taxes

550 Broadview Avenue
1904-07-5-110-00100

$4,884

$3,080

$7,964

Total Amounts Payable if Exempt

$0

$0

$0

Reduction in Municipal Tax Revenues

 

 

$4,884

Reduction in Education Taxes Remitted

 

 

$3,080

 

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

Background Information

(November 20, 2025) Report from the Executive Director, Finance Shared Services, and the Executive Director, Corporate Real Estate Management on 550 Broadview Avenue - Designation of a Portion of the Property Used by East End Arts Toronto as a Municipal Capital Facility
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260326.pdf

GG26.33 - Councillors' Constituency Offices - Designation of Portions of Properties used as Municipal Capital Facilities

Consideration Type:
ACTION
Wards:
11 - University - Rosedale, 25 - Scarborough - Rouge Park

Origin

(November 20, 2025) Report from the Executive Director, Finance Shared Services, and the Executive Director, Corporate Real Estate Management

Recommendations

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

         

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

 

a. enter into Municipal Capital Facility Agreements with the landlords of each of the two properties with whom the City has a lease on behalf of the City Councillors (the "Leased Premises"), with respect to approximately 1,896 square feet of combined space, for the purposes of providing municipal capital facilities related to the provision of facilities used by City Councillors located at:

 

622 College Street (Ward 11)

215 Morrish Road (Ward 25)

 

b. exempt the Leased Premises from taxation for municipal and school purposes, with the tax exemption being effective from the latest of:

 

1. the commencement date of the Lease;

 

2. the date the Municipal Capital Facility Agreement is entered into; and

 

3. the date the Tax Exemption By-law is enacted.

 

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

Summary

This report seeks Council's authority for the adoption of the necessary by-laws to designate portions of two properties leased by the City of Toronto for use as City Councillor's constituency offices as Municipal Capital Facilities and to provide exemptions for municipal taxes and education taxes. The Municipal Capital Facility Agreements authorized by the by-laws will provide tax exemptions for approximately 1,896 square feet in total of combined space. The two properties and their respective square footage are provided below. The two properties are eligible to be deemed as Municipal Capital Facilities as they serve as facilities used by City Councillors.

 

- 622 College Street, Ward 11, 582 square feet

 

- 215 Morrish Road, Ward 25, 1,314 square feet

Financial Impact

The annual property taxes on the 1,896 square feet of combined space (currently taxable) leased by the City of Toronto and used as City Councillors' constituency offices are estimated at approximately $13,185, comprised of a municipal portion of $8,086 and a provincial education portion of $5,099, based on 2025 Current Value Assessment and 2025 tax rates.

         

As shown in Table 1 below, providing property tax exemptions for the 1,896 square feet of combined space at 622 College Street and 215 Morrish Road would result in a net annual reduction in property tax revenue to the City of approximately $8,086, representing the municipal portion of taxes that is currently payable that will no longer be collected once the Leased Premises are designated as Municipal Capital Facilities. The provincial education portion of property taxes of $5,099 will no longer be required to be remitted to the Province once the exemptions for the Leased Premises takes effect.

 

Table 1: Annual Financial Implication of Property Tax Exemption - 622 College Street, 215 Morrish Road

 

 Location

Municipal Taxes

Education Taxes

Total Property Taxes

622 College Street

1904-04-4-070-14750

$3,673

$2,316

$5,989

215 Morrish Road

1901-09-4-130-04601

$4,413

$2,783

$7,196

Total Amounts Payable if Taxable (Annual)

$8,086

$5,099

$13,185

Total Amounts Payable if Exempt

$0

$0

$0

Reduction in Municipal Tax Revenues

$8,086

Reduction in Education Taxes Remitted

$5,099

 

As the City currently funds the Councillors' constituency office cost of rent (which includes property taxes) on any leased space as an eligible constituency office expense, there is no net financial impact on the municipal portion of taxes from the Municipal Capital Facility exemption, as the decrease in municipal tax revenue is offset by a corresponding reduction in the actual lease expenditure to be incurred for City Council. There is a net annual savings on the education portion of property taxes of $5,099 as the City will no longer be required to remit this portion of the property taxes to the Province.

 

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

Background Information

(November 20, 2025) Report from the Executive Director, Finance Shared Services and the Executive Director, Corporate Real Estate Management, on Councillors' Constituency Offices - Designation of Portions of Properties used as Municipal Capital Facilities
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260336.pdf

GG26.34 - Expropriation of Property Interests near Summerhill Station for the Secondary Exit Project - Stage 2

Consideration Type:
ACTION
Ward:
11 - University - Rosedale

Confidential Attachment - This report is about a pending land acquisition by the City of Toronto.

Origin

(November 21, 2025) Report from the Executive Director, Corporate Real Estate Management

Recommendations

The Executive Director, Corporate Real Estate Management recommends that:  

 

1. City Council, as approving authority under the Expropriations Act (the "Act"), approve the expropriation of the permanent and temporary easements in part of the properties municipally known as 10 and 20 Scrivener Square as set out in Appendix A (the "Lands") and as identified on the draft reference plan attached as Appendix C.  

 

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

 

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

 

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

Summary

On October 1 and 4, 2021, City Council authorized the initiation of expropriation proceedings for a permanent and temporary easement for part of the properties municipally known as 10 and 20 Scrivener Square (the "Lands"), for the purposes of constructing an exit at Summerhill Subway Station (the "Station") as part of the Fire Ventilation Upgrade Project, of which the Second Exit Project (the "Project") is a component of, the Toronto Transit Commission. 

 

On July 23 and 24, 2025, City Council authorized the initiation of expropriation proceedings for additional easement property interests that were identified by the TTC and were necessary to further facilitate the Project. The permanent and temporary easements from the October 1 and 4, 2021 City Council meeting were restated and incorporated into this report along with the new easements.

 

This report relates to the second stage of the expropriation process. During the first stage and in accordance with the Expropriations Act, Notices of Application for Approval to Expropriate were served on all applicable "registered owners," and published in the newspaper. Parties with affected interests in the land had 30 days to request an inquiry into whether the proposed taking is fair, sound, and reasonably necessary. No requests were received within the 30-day period, and City Council may now approve the expropriation by this Stage 2 report. If authorized, an Expropriation Plan will be registered, and associated notices served. Statutory Offers of Compensation must be served prior to the City taking possession of the expropriated properties.

 

The Lands are set out in Appendix A and shown on the draft reference plan attached as Appendix C.

Financial Impact

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

 

Funding to acquire the Lands is available in the 2025-2034 Council Approved Capital Budget and Plan for the TTC under Program 3.9 Building and Structures, Fire Ventilation Upgrade Project (account CTT024-1).

 

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

Background Information

(November 21, 2025) Report with Appendices A to C from the Executive Director, Corporate Real Estate Management on Expropriation of Property Interests near Summerhill Station for the Secondary Exit Project - Stage 2
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260348.pdf
Confidential Attachment 1

GG26.35 - George Street Revitalization Project - Progress Update and Project Delivery Model

Consideration Type:
ACTION
Ward:
13 - Toronto Centre

Origin

(November 24, 2025) Report from the Executive Director, Corporate Real Estate Management, and the Chief Procurement Officer

Recommendations

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

 

1. City Council authorize the Executive Director, Corporate Real Estate Management, in consultation with the Chief Procurement Officer, to execute any necessary purchase order amendments, once a construction management agreement(s) has been executed after holding an open, competitive procurement process, with a value exceeding $500,000 or more than 10 percent of the original commitment, for which Committee or City Council approval would normally be required under City of Toronto Municipal Code Chapter 71 (Financial Control By-law), and City of Toronto Municipal Code Chapter 195 (Procurement) for the provision of construction and professional services needed and to carry out any necessary pre-development, pre-construction, construction, renovation or conversion of properties for the development of George Street Revitalization, provided that:

 

a. the purchase order amendment is necessary to meet the timelines of the George Street Revitalization Project;

 

b. the funds are available for the George Street Revitalization Project and funded through the Council approved Capital Budget and Plan;

 

c. the terms and conditions of any amending agreements are acceptable to the Executive Director, Corporate Real Estate Management in a form satisfactory to the City Solicitor; and

 

d. a report summarizing any amendments made under this authority is submitted to the appropriate Committee and / or City Council for information on an annual basis.

 

2. City Council authorize the Executive Director, Corporate Real Estate Management, in consultation with the Chief Procurement Officer to include Risk and Reward incentive contract provisions in the construction management agreement(s) for the George Street Revitalization Project, provided that the terms and conditions of the construction management agreement(s) enable the implementation of the Construction Manager at Risk delivery model; and that the terms and conditions of the construction management agreement(s) are acceptable to the Executive Director, Corporate Real Estate Management and in a form satisfactory to the City Solicitor.

 

3. City Council authorize the City Solicitor, in accordance with Section 195-7.1 (P.) of the Toronto Municipal Code Chapter 195, Procurement, to enter into, and execute a non-competitive retainer agreement with Blake, Cassels and Graydon LLP for the provision of legal services to support the drafting, negotiation, and execution of necessary construction management agreement(s) for the George Street Revitalization Project, in the amount of $480,000 net of all applicable taxes and charges ($488,448 net of Harmonized Sales Tax recoveries), on terms and conditions satisfactory to the City Solicitor in consultation with the Executive Director, Corporate Real Estate Management, and in a form satisfactory to the City Solicitor.

Summary

The George Street Revitalization Project is a signature initiative of the Downtown East Action Plan, defined by its integration of shelter services, a long-term care home, supportive housing with wrap-around services, and a community hub - providing a continuum of care on a single site.


In April 2025, City Council approved a two-phased City-delivered approach to procurement and implementation for the George Street Revitalization Project, in alignment with the approved budget. Through value engineering, the City is advancing Phase 1 as a City-led development that delivers key program components while preserving three heritage properties, a semi-detached residence (two units), and a schoolhouse.

 

This report outlines the Construction Manager at Risk delivery model that will be used to ensure Phase 1 of the project is delivered within the approved capital budget and schedule, and seeks the following delegated authorities to enable the Construction Manager at Risk delivery model:

         

1. execute the Construction Manager at Risk agreement(s) for George Street Revitalization Project implementation, and perform purchase order amendments for the project duration to avoid delays and exposure to market fluctuations;

 

2. include Construction Manager at Risk Risk and Reward provisions in the construction management agreement(s); and

 

3. enter into a non-competitive retainer agreement for external legal counsel to support the execution of the construction management agreement(s).

 

The Construction Manager at Risk model is an industry-recognized approach, especially beneficial for complex, multi-phase developments, that provides greater cost certainty before construction begins and enhances owner oversight. Under this model, the competitively procured construction manager assumes financial responsibility for delivering the project within an agreed guaranteed maximum price, thereby shifting a portion of project risk away from the City.

 

Part of the success of the model relies on incorporating real-time market pricing, by tendering trade contracts competitively in sequence prior to the commencement of each phase of the project. The authorities sought in this report would eliminate the need for Council and / or Committee authority for each purchase order amendment tied to a trade contract, allowing timely execution of trade contracts and adjustments necessary to finalize the guaranteed maximum price, and mitigating the risk of delays and exposure to market volatility.

 

Risk and Reward provisions are also a key to the Construction Manager at Risk model and establish performance-based incentives and penalties that align the construction manager's financial interests with the City’s objectives for cost control, schedule adherence, and high-quality outcomes. The model is increasingly adopted in the construction industry as a strategy to manage ongoing market fluctuations and volatility following the COVID-19 pandemic, and authorities are being sought to include these provisions in the contract.

 

Staff are also seeking authority to enter into a non-competitive retainer agreement with Blakes for the provision of legal services to support the drafting, negotiation, and execution of necessary construction management agreements for the George Street Revitalization Project. On account of the magnitude, complexity, and time sensitivities of the George Street Revitalization Project, external legal counsel is necessary. Given this is the first City-led Construction Manager at Risk delivered project, unique features, not typically found in City contracts, need to be developed to support the City’s objectives and optimize the Construction Manager at Risk model. Blakes also has a long history with the George Street Revitalization Project and can provide precise insights and advice on account of their experience with the complexities and challenges that have, and will continue to, present themselves. It is essential to execute this agreement on an expedited basis to avoid delays and maintain the George Street Revitalization Project schedule.

Financial Impact

Implementation of the George Street Revitalization Project will be within the approved Toronto Shelter and Support Services’ 2025-2034 Capital Budget of $556,437,000 exclusive of the supportive housing component.

 

Funding for the addition of 70 units of supportive housing is available in the Housing Secretariat’s 2025-2034 Capital Budget and Plan, which includes capital funding in the amount of $54,447,934 for the estimated total cost of the 70 George Street Revitalization Phase 1 Supporting Housing units.

 

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

Background Information

(November 24, 2025) Report from the Executive Director, Corporate Real Estate Management, and the Chief Procurement Officer, on George Street Revitalization Project - Progress Update and Project Delivery Model
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260425.pdf

GG26.36 - George Weston Recital Hall Renovations at the Meridian Arts Centre

Consideration Type:
ACTION
Ward:
18 - Willowdale

Origin

(November 21, 2025) Report from the Executive Director, Corporate Real Estate Services and the Chief Procurement Officer

Recommendations

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

 

1. City Council authorize the Executive Director, Corporate Real Estate Management, in consultation with the President and Chief Executive Officer, TO Live, and the Chief Procurement Officer, to negotiate and enter into any necessary agreements, including non-competitive agreements, with a value exceeding $500,000, and execute any necessary purchase order amendments, with a value exceeding $500,000 or more than 10 percent of the original commitment, for which the appropriate Committee and / or City Council approval would normally be required under City of Toronto Municipal Code Chapter 71, Financial Control By-law, and City of Toronto Municipal Code Chapter 195, Procurement, for the provision of goods and services including professional and construction services required to deliver renovations for the George Weston Recital Hall, provided that:

 

a. the procurement or purchase order amendment is necessary to meet the timelines associated with the donated funds;

 

b. the costs will be fully funded by the donations raised by the Toronto Live Foundation;

 

c. the competitive procurement and non-competitive procurement processes are completed in accordance with the City of Toronto Municipal Code Chapter 195, Procurement, and associated policies and procedures;

 

d. the terms and conditions of any such agreements and any amending agreements are acceptable to the Executive Director, Corporate Real Estate Management, the President and Chief Executive Officer, TO Live, and in a form satisfactory to the City Solicitor; and

 

2. City Council direct the City Manager to forward a copy of this report to the Board of Directors of TO Live for their information.

Summary

The purpose of this report is to seek City Council authority to negotiate and execute any necessary agreements, including non-competitive agreements exceeding $500,000, for the provision of goods and services including professional and construction services required to deliver renovations to the George Weston Recital Hall at the Meridian Arts Centre (managed by TO Live, an agency of the City), utilizing funds raised for this purpose. This report outlines the procurement authorities required to support these renovations, which are solely and fully funded by private donations fundraised and held by the Toronto Live Foundation.

 

As part of the transition of the planning and delivery of TO Live’s 2024-2033 Capital Budget and Plan from TO Live to Corporate Real Estate Management, a governance framework was developed that ensures the timely continuation of in-flight projects that were initiated by TO Live and are at various stages of implementation. The renovation of George Weston Recital Hall is one such in-flight project. The planning and scope-setting phase for the George Weston Recital Hall renovations are underway and must continue to proceed as currently planned and scheduled, based on the confirmed project budget, in order to conclude this phase in January 2026 and allow construction to begin in July 2026.

 

As the renovations are funded through donations, this work was not included in the capital budget planning process and represents an unexpected addition to the project roster. Its unplanned nature requires that synergies with other necessary repair work within the George Weston Recital Hall must be explored as the work packages are developed and existing site conditions are assessed, enabling a coordinated “touch it once” approach. For example, one component of work to be funded through donations is the replacement of the theater seats in George Weston Recital Hall, which will also present an opportunity to complete any necessary flooring or electrical work beneath the seating.

 

To avoid impacts on already scheduled George Weston Recital Hall programming, all work must be completed by the fourth quarter of 2026. This compressed timeline combined with unplanned nature of the work necessitate flexible procurement authorities to ensure the donated funds are used effectively.

 

The scope of work supported by the donated funds include flooring, foundation, electrical and several cosmetic updates.

 

The procurement approach and accompanying authorities being sought in this report, which allow staff to enter into necessary agreements, including non-competitive, and purchase order amendments that would normally require Committee and / or City Council approval, are necessary to meet the accelerated timeline to complete renovations by October 2026. Expedited project delivery is required to ensure minimal impact on ongoing programming at the George Weston Recital Hall.

 

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

 

Non-competitive procurements would proceed under the exception related to cost sharing, where another organization is funding or substantially funding the procurement, and the City has determined in good faith that both the proposed procurement and the selected supplier, along with the terms and conditions of the contract are beneficial to the City (Toronto Municipal Code, Chapter 195, Procurement, Section 7.1K.).

Financial Impact

The renovation of George Weston Recital Hall is fully funded through private donations fundraised by the Toronto Live Foundation. As part of the Capital Variance Report for the Four Months Ended April 30, 2025, City Council adopted an in-year budget adjustment to increase TO Live's 2025 Capital Budget and Plan by $2.275 million gross, $0 net, fully funded by donations received for a new capital project to refurbish the George Weston Recital Hall at the Meridian Arts Centre.  

 

Costs for goods and services including professional and construction services required to deliver the project will be funded exclusively through donations raised by the Toronto Live Foundation.

 

Project costs and funding for the George Weston Recital Hall Renovation project have been transferred and included in year as part of Corporate Real Estate Management's 2025-2034 Capital Budget and Plan, as the collected funds are received.

 

Future operating impacts to maintain the George Weston Recital Hall will be included for consideration along with other priorities in future budget processes.

 

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

Background Information

(November 21, 2025) Report from the Executive Director, Corporate Real Estate Services, and the Chief Procurement Officer on George Weston Recital Hall Renovations at the Meridian Arts Centre
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260353.pdf

GG26.37 - Licence Extension and Amending Agreement for Air Quality Monitoring Station at Metro Hall, 55 John Street

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

Origin

(November 21, 2025) Report from the Executive Director, Corporate Real Estate Management

Recommendations

The Executive Director, Corporate Real Estate Management recommends that:

 

1. City Council authorize the Executive Director, Corporate Real Estate Management  to enter into a licence extension and amending agreement (the “New Agreement”) with His Majesty the King in Right of Ontario, as represented by the Minister of Government and Consumer Services, for the use of an approximately two by two and half metre area within the Metro Hall property at 55 John Street, as generally outlined in Appendix B, on the terms and conditions set out in Appendix A of this report, and on such other amended terms as may be acceptable to the Executive Director, Corporate Real Estate Management, and in a form acceptable to the City Solicitor.

 

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

 

3. City Council authorize each of the Executive Director, Corporate Real Estate Management, and the Director, Real Estate Services, Corporate Real Estate Management individually to administer and manage the New Agreement, including the provision of any consents, amendments, approvals, waivers, notices (including notice of termination) provided that the Executive Director, Corporate Real Estate Management, may, at any time, refer consideration of such matters to City Council for its determination and direction.

Summary

The purpose of this report is to obtain City Council authority for the City (the “Licensor”) to enter into a licence extension and amending agreement (the “New Agreement”) for nominal consideration from His Majesty the King in Right of Ontario, as represented by the Minister of Government and Consumer Services (the “Licensee”), for the continued operation of an air quality monitoring station located at Metro Hall (55 John Street). The New Agreement will: (1) amend the terms of the existing licence agreement (the “Existing Licence”), including the relocation of the air quality monitoring station within Metro Hall; and (2) extend the term of the Existing Licence for an additional period of five years.

 

The New Agreement is necessary to facilitate the relocation of the air quality monitoring station at Metro Hall from the north-east corner of John Street and Wellington Street to the north-east area of the Metro Hall property fronting King Street West. This move will support the relocation of Toronto Fire Station 332 from 260 Adelaide Street West to Metro Hall, while ensuring continued measurement of key air quality contaminants including major components of traffic-related air pollution, identified by the City of Toronto as priorities for air quality improvement initiatives. The air quality monitoring station at Metro Hall is of particular importance because it is the only fixed station in Toronto located at street-level, which is most relevant for human exposure.

Financial Impact

There is no financial impact associated with the adoption of the recommendations in this report. The New Agreement is for nominal consideration and contemplates a benefit to the City from the air quality monitoring station, which will deliver real-time traffic-related air pollution and wildfire smoke impacts quality measures for the City. The Licensee is responsible for costs related to the relocation of the air quality monitoring station, such as those relating to servicing the air quality monitoring station, civil works, and any landscaping removal.

 

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

Background Information

(November 21, 2025) Report with Appendix A and B from the Executive Director, Corporate Real Estate Management on Licence Extension and Amending Agreement for Air Quality Monitoring Station at Metro Hall, 55 John Street
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260345.pdf

GG26.38 - 2024 Update on Fire and Life Safety Compliance at the City of Toronto

Consideration Type:
ACTION
Wards:
All

Origin

(November 24, 2025) Report from the Executive Director, Corporate Real Estate Management

Recommendations

The Executive Director, Corporate Real Estate Management recommends that:

 

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

Summary

This report provides the annual status update on fire and life safety compliance at the City of Toronto (the City), as directed by City Council via item AU13.11. The report presents the 2024 compliance rates against the 2018 to 2023 baseline data. The completion and compliance rates have continued to improve since the implementation of the Safety and Compliance team (formerly the Fire and Life Safety Program Office) within Corporate Real Estate Management.

 

Throughout 2024, Corporate Real Estate Management finalized the centralization of all City Divisions into the Safety and Compliance program. Corporate Real Estate Management has made significant progress implementing the Master Fire Program, awarded new competitive procurements for inspections, tested and maintained services, and recruited new staff to enable the hybrid service model.

 

In collaboration with the City of Toronto’s Auditor General’s Office, staff have confirmed that the requirement to report annually to City Council on compliance levels stemming from AU13.11 has been fulfilled. Since the Auditor General’s Office's report in 2017, the City has seen a steady increase in fire and life safety compliance rates, maintaining over 90 percent compliance for the past two years. Given this progress, starting in 2026, staff will report compliance rates internally to all City Divisions, impacted Agencies, Boards, and Corporations, and will provide this information to Councillor Offices upon request. The Auditor General’s Office is supportive of this approach.

Financial Impact

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

 

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

Background Information

(November 24, 2025) Report from the Executive Director, Corporate Real Estate Management, on 2024 Update on Fire and Life Safety Compliance at the City of Toronto
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260412.pdf

GG26.39 - Occupational Health and Safety Report: End of Year 2024

Consideration Type:
ACTION
Wards:
All

Origin

(November 24, 2025) Report from the Chief People Officer

Recommendations

The Chief People Officer recommends that:  

 

1. City Council receive the End of Year 2024 Occupational Health and Safety Report for information.

Summary

This report provides information on the status of the City’s health and safety system, specifically, performance for 2024 and actions and priorities to address identified hazards.

 

There was a 3.2 percent decrease in the number of lost time injuries in 2024 relative to 2023.

 

There was an 11.8 percent decrease in the number of recurrences and a 9.4 percent decrease in the number of medical aid injuries in 2024 relative to 2023.

 

The overall invoiced costs related to the City's current Workplace Safety and Insurance Board firm number increased from $57.3 million in 2023 to $65.9 million in 2024.  This increase in costs was primarily attributed to claims for mental / emotional illnesses or disorders, followed by those attributed to firefighter cancers, and musculoskeletal disorders resulting from exertion, repetition, awkward posture and vibration / jarring.

Financial Impact

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

 

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

Background Information

(November 24, 2025) Report from the Chief People Officer on Occupational Health and Safety Report: End of Year 2024
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260391.pdf
Appendix A - Workplace Safety and Insurance Board Incidents by Division (January to December 2024)
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260392.pdf
Appendix B - Lost Time Frequency Rates by Division (2020-2024)
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260393.pdf
Appendix C - WSIB Invoiced Costs for All Firm Numbers (2020-2024)
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260394.pdf
Appendix D(i) - Workplace Safety and Insurance Board Invoiced Costs Less Than $50,000 (2020-2024)
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260395.pdf
Appendix D(ii) - Workplace Safety and Insurance Board Invoiced Costs Greater Than $50,000 (2020-2024)
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260396.pdf
Appendix E - Critical Injuries Reported to the MLITSD in 2024
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260397.pdf

GG26.40 - Community Groups Animation of City Hall Podium Rooftop Floral Gardens

Consideration Type:
ACTION
Wards:
All

Origin

(November 19, 2025) Letter from Councillor Paul Ainslie

Recommendations

Councillor Paul Ainslie recommends that:

 

1. City Council request the General Manager, Parks and Recreation, and the Executive Director, Corporate Real Estate Management, to implement a process that would allow community groups, non-profit organizations, and other local stakeholders to maintain, animate, and enhance the City Hall Podium Rooftop Floral Gardens commencing for the Spring 2026 Season following city guidelines.

 

2. That the General Manager, Parks and Recreation, and the Executive Director, Corporate Real Estate Management, report back to the General Government Committee in the second quarter of 2026 on the implementation.

Summary

The Toronto City Hall podium green roof is a distinctive public space with significant potential for enhanced activation through partnerships with community organizations. Inviting these groups to animate the floral gardens by planting for the Spring 2026 season will foster civic engagement, beautify the space, promote environmental stewardship, and inspire city pride and participation.

Background Information

(November 19, 2025) Letter from Councillor Paul Ainslie on Community Groups Animation of City Hall Podium Rooftop Floral Gardens
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260458.pdf

GG26.41 - Non-Competitive Contract with Axon Enterprise Inc., for Axon Justice Premier Licences

Consideration Type:
ACTION
Wards:
All

Origin

(December 3, 2025) Report from the City Solicitor and the Chief Procurement Officer

Recommendations

The City Solicitor and the Chief Procurement Officer recommend that:

 

1. City Council authorize the City Solicitor to negotiate and enter into an agreement with Axon Enterprises Inc., for Axon Justice Premier licenses for an initial three (3) year period from the date of the award with the option to extend the Contract by an additional two (2) year period in the total amount of $511,020 net of all taxes and charges ($520,014 net of Harmonized Sales Tax recoveries) subject to terms and conditions satisfactory to the City Solicitor.

Summary

The purpose of this report is to request City Council authority to enter into a non-competitive contract with Axon Enterprise Inc., for Axon Justice Premier licenses to support the Legal Services Division’s digital evidence management needs. Axon Enterprise, Inc., a USA-based supplier, is the sole provider of the proprietary cloud-based Justice Premier platform, which is already in use by Toronto Police Services. The platform enables secure receipt, redaction, storage, and disclosure of digital evidence from enforcement agencies such as Toronto Police Services, Ontario Provincial Police, and Toronto Fire Services. The total estimated value of this procurement is $511,020, net of all applicable taxes and charges ($520,014 net of Harmonized Sales Tax recoveries). This includes an annual licensing cost of $170,340 ($173,338 net of Harmonized Sales Tax recoveries) for 85 licenses over the initial three-year period.

 

This solution is essential to support the Prosecutions Unit’s work to provide defendants with disclosure of all evidence in the prosecution's possession or control that is relevant to the charge, in accordance with the Charter of Rights and Freedoms if a charge is being disputed in the Provincial Offence Courts. As the Prosecutions Unit processes charges laid by Toronto Police Services, a streamlined and integrated evidence management system is critical for operation continuity.

 

Toronto Police Services currently utilizes Axon’s body cameras, Axon’s in car camera systems and Axon’s automatic licence plate readers, with all video evidence uploaded to their instance of Axon’s Evidence.com. This video evidence must then be provided to the Prosecutions Unit for review, redaction, and disclosure when charges are being disputed. By procuring Justice Premier it will be a streamlined process working with Toronto Police. The system has been tailored and customized to meet all City requirements, and Staff in Technology Services Division have been consulted on this procurement to ensure technical compatibility and security. This integrated approach will create significant time and cost savings by streamlining workflows for evidence review, redaction, and disclosure, while maintaining proper chain of custody and security protocols required for court proceedings.

 

Non-competitive procurements may be undertaken where both the proposed procurement and supplier can be justified in good faith based on an exception set out in Toronto Municipal Code Chapter 195, Procurement. This non-competitive procurement will be proceeding under the exception code Section 195-7.1(C), the City has determined in good faith that both the proposed procurement and the selected supplier, along with the terms and conditions of the contract are beneficial to the City (Toronto Municipal Code, Chapter 195, Procurement, Section 7.1(C)).

 

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

Financial Impact

The total potential contract value of this procurement identified in this report is $511,020, net of all applicable taxes and charges ($520,014 net of Harmonized Sales Tax recoveries). This includes an annual licensing cost of $170,340 ($173,338 net of Harmonized Sales Tax recoveries) for 85 licenses over the initial three-year period.

 

Funding is included in the 2026 Operating Budget Submission for Legal Services and funding for the remainder of the initial three-year period will be included in the 2027 and 2028 Operating Budget Submissions.

 

Future extension for additional years and expansion to other divisions may require additional funding, which will be addressed through future year budget submissions.

 

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

 

Division

Cost Centre

Cost Element

2026

2027

2028

Total

Legal Services

LL0009

3420

173,338

173,338

173,338

520,014

 

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

Background Information

(December 5, 2025) Letter from Councillor Paul Ainslie to introduce Report from the City Solicitor and the Chief Procurement Officer on Non-Competitive Contract with Axon Enterprise Inc., for Axon Justice Premier Licences
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260921.pdf
(December 3, 2025) Report from the City Solicitor and the Chief Procurement Officer on Non-Competitive Contract with Axon Enterprise Inc., for Axon Justice Premier Licences
https://www.toronto.ca/legdocs/mmis/2025/gg/bgrd/backgroundfile-260902.pdf
Source: Toronto City Clerk at www.toronto.ca/council