General Government Committee

Meeting No.:
27
Contact:
Matthew Green, Committee Administrator
Meeting Date:
Monday, March 9, 2026

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

General Government Committee

Councillor Paul Ainslie, Chair

Councillor Lily Cheng

Councillor Michael Thompson

Councillor Jon Burnside

Councillor Stephen Holyday, Vice-Chair

 

 

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

 

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

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

 

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

 

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

 

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

 

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

 

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

 

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

 

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

 

toronto.ca/council

 

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

 

 

Declarations of Interest under the Municipal Conflict of Interest Act

 

Confirmation of Minutes - December 8, 2025

 

Speakers/Presentations - The speakers list will be posted online at 8:30 a.m. on March 9, 2026.

 

Communications/Reports

GG27.1 - Apportionment of Property Taxes - March 9, 2026, Hearing

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

Public Notice Given

Statutory - City of Toronto Act, 2006

Origin

(February 11, 2026) Report from the Chief Financial Officer and Treasurer, Finance and Treasury Services

Recommendations

The Chief Financial Officer recommends that:  

 

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

Summary

This report deals with 6 apportionment applications made by other Treasurer pursuant to Section 322 of the City of Toronto Act. Under this section, Council is authorized to recover unpaid property taxes on land that has been severed and therefore no longer exists by apportioning those outstanding taxes onto the newly-created parcels that arise from the severance. 

 

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

 

Staff have mailed Notices of Hearing to affected taxpayers advising of the upcoming, March 9, 2026, General Government Committee Hearing.

Financial Impact

Appendix A and B identifies that $66,652 (as of January 19, 2026) in late payment charges (penalty and interest) have been levied and form part of the unpaid taxes that the applicants seek to apportion.

 

This amount, and late payment charges that will be levied until the applications are decided, will be written off. City Council has granted authority for these write-offs to the Director, Revenue Services. Funding for the write-off of the interest / penalty amount is provided for in the City's Non-Program 2026 Operating Budget under the Tax Penalties Account.

 

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

Background Information

Report from the Chief Financial Officer and Treasurer, Finance and Treasury Services, on Apportionment of Property Taxes - March 9, 2026, Hearing
https://www.toronto.ca/legdocs/mmis/2026/gg/bgrd/backgroundfile-284399.pdf
Appendix A - Taxpayer Initiated Tax Apportionments
https://www.toronto.ca/legdocs/mmis/2026/gg/bgrd/backgroundfile-284400.pdf
Appendix B - Treasurer Initiated Tax Apportionments
https://www.toronto.ca/legdocs/mmis/2026/gg/bgrd/backgroundfile-284401.pdf

GG27.2 - Cancellation, Reduction or Refund of Property of Taxes or Payment in Lieu of Taxes - March 9, 2026

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

Public Notice Given

Statutory - City of Toronto Act, 2006

Origin

(February 11, 2026) Report from the Chief Financial Officer and Treasurer, Finance and Treasury Services

Recommendations

The Chief Financial Officer recommends that:  

 

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

 

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

 

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

Summary

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

 

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

 

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

Financial Impact

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

 

Financial Impacts of Tax and Payment in Lieu of Taxes Appeals

 

Table 1: Tax Appeals Summary

 

Appendix

 

No. of Applications

Recommended Tax Reduction Total

City Share

Education Share

BIA

A

 

239

$4,040,500

$2,284,697

$1,684,191

$71,612

B

 

21

$271,716

$167,045

$102,152

$2,519

Total

 

260

$4,312,216

$2,451,742

$1,786,343

$74,131

 

Table 2: Payment in Lieu of Taxes Appeals Summary

 

Appendix

 

No. of Applications

Recommended Tax Reduction Total

City Share

Education Share

BIA

C

 

2

$24

$24

$0

$0

Total

 

2

$24

$24

$0

$0

 

For tax cancellation, reduction or refund, funding for the City’s share of $2,451,742 is available in the 2026 Operating Budget for Non-Program. The education share of $1,786,343 will be recovered from the province / school boards, and the Business Improvement Area reduction of $74,131 will be funded from the respective Business Improvement Area provision.

 

For payment in lieu of taxes cancellation, reduction or refund, funding for the City’s share of $24 is fully provided for in the 2026 Operating Budget for Non-Program. The education share of $0 will be recovered from the province / school boards. Payment in lieu of taxes properties are not liable to pay Business Improvement Area charges and hence, no Business Improvement Area reduction is required.

Background Information

(February 11, 2026) Report from the Chief Financial Officer and Treasurer, Finance and Treasury Services, on Cancellation, Reduction or Refund of Property of Taxes or Payment in Lieu of Taxes - March 9, 2026
https://www.toronto.ca/legdocs/mmis/2026/gg/bgrd/backgroundfile-264869.pdf
Appendix A - Detail Hearing Report - Section 323 of City of Toronto Act, 2006, Hearing 2026H1
https://www.toronto.ca/legdocs/mmis/2026/gg/bgrd/backgroundfile-264870.pdf
Appendix B - Detail Hearing Report - Section 325 of City of Toronto Act, 2006, Hearing 2026H1
https://www.toronto.ca/legdocs/mmis/2026/gg/bgrd/backgroundfile-264871.pdf
Appendix C - Detail Hearing Report - Section 324 of City of Toronto Act, 2006, Hearing 2026H1
https://www.toronto.ca/legdocs/mmis/2026/gg/bgrd/backgroundfile-264872.pdf

GG27.3 - Amendment to Purchase Order 6052995 with Aquicon Construction Company Limited for the Construction of the New Rouge Valley Community Recreation and Child Care Centre and Joyce Trimmer Park for Parks and Recreation

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

Origin

(February 23, 2026) Report from the General Manager, Parks and Recreation, and the Chief Procurement Officer

Recommendations

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

 

1. The General Government Committee, in accordance with Section 71-11.1C of the City of Toronto Municipal Code Chapter 71 (Financial Control By-law), grant authority to the General Manager, Parks and Recreation to amend Purchase Order number 6052995 issued to Aquicon Construction Company Limited for construction of the Rouge Valley Community Recreation Centre, Child Care Centre and Joyce Trimmer Park Improvements project by increasing the value by $200,000 net of all applicable taxes and charges ($203,520 net of Harmonized Sales Tax recoveries), revising the current Purchase Order value $83,697,678 net of all applicable taxes and charges ($85,170,757 net of Harmonized Sales Tax recoveries) to $83,897,678 net of all applicable taxes and charges ($85,374,277 net of Harmonized Sales Tax recoveries).

Summary

The purpose of this report is to request authority to amend Purchase Order 6052995 issued to Aquicon Construction Limited, under the Request for Tender Document Number 3032617265 (Contract Number 21-PFR-054) for the construction of the new Rouge Valley Community Recreation Centre, Child Care Centre and Joyce Trimmer Park Improvements project.

 

The total value of the current Purchase Order Amendment being requested is $200,000 net of all applicable taxes and charges, revising the current Purchase Order value from $83,697,678 net of all applicable taxes and charges ($85,170,757 net of Harmonized Sales Tax recoveries) to $83,897,678 net of all applicable taxes and charges ($85,374,277 net of Harmonized Sales Tax recoveries).

 

The Rouge Valley Community Recreation Centre and Childcare project opened to the public in October 2025. Joyce Trimmer Park opened in October 2025, with Summer 2026 being the splash pad's first operating season.  

 

This Purchase Order Amendment is required to address splash pad drainage improvements, resolve an outstanding delay claim, and complete minor system adjustments, including updates to the audio‑visual, public address, and security systems, as well as to ensure post‑construction compliance with the Toronto Green Standards. The remaining work is limited in scope and will not impact community programming or recreation spaces.

Financial Impact

The total value of the purchase order amendment identified in this report is $200,000 net of all applicable taxes and charges ($203,520 net of Harmonized Sales Tax recoveries), revising the current Purchase Order value from $83,697,678 excluding applicable taxes and charges ($85,170,757 net of Harmonized Sales Tax recoveries) to $83,897,678 net of all applicable taxes and charges ($85,374,277 net of Harmonized Sales Tax recoveries).

 

Funding for this Purchase Order Amendment is included in Parks and Recreation’s 2026 Capital Budget and 2027-2035 Capital Plan, and Children Services' 2026 Capital Budget and 2027-2035 Capital Plan as summarized in Table 1 below (net of Harmonized Sales Tax recoveries).

 

Table 1: Financial Impact Summary

 

WBS Element

 Description

   Year

Total (Net of Harmonized Sales Tax Recoveries)

CPR123-50-01

Rouge Valley New Community Centre Construction

    2026

$185,203

CCS031-01

Rouge Valley Child Care Centre

    2026

$18,317

 

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

Background Information

(February 23, 2026) Report from the General Manager, Parks and Recreation, and the Chief Procurement Officer, on Amendment to Purchase Order 6052995 with Aquicon Construction Company Limited for the Construction of the New Rouge Valley Community Recreation and Child Care Centre and Joyce Trimmer Park for Parks and Recreation
https://www.toronto.ca/legdocs/mmis/2026/gg/bgrd/backgroundfile-284583.pdf

GG27.4 - Award of Negotiated Request for Proposal Doc5179720264 to Ainsworth Inc., and Standard Mechanical Systems Limited for the Provision of Heating, Ventilation, Air Conditioning Maintenance and Repair Services at Various City of Toronto Locations

Consideration Type:
ACTION
Wards:
All

Origin

(January 15, 2026) 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 (Procurement 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 Doc5179720264 and in a form satisfactory to the City Solicitor:

 

a. Ainsworth Inc. for Property Group 1 (Corporate Real Estate Management - West and Toronto Shelter and Support Services), Property Group 2 (Corporate Real Estate Management - North and Parks and Recreation), and Property Group 6 (Seniors Services and Long-Term Care - East), for a term of five years from the date of award. The total contract value, including contingency and a three percent annual escalation adjustment for Consumer Price Index applicable to years four and five, is up to $36,299,091, net of all applicable charges and taxes ($36,937,956 net of Harmonized Sales Tax recoveries).

 

b. Standard Mechanical Systems Limited for Property Group 3 (Corporate Real Estate Management - East, Children Services, Economic Development and Culture and Solid Waste Management Service), Property Group 4 (Corporate Real Estate Management - Central and Toronto Water), and Property Group 5 (Seniors Services and Long-Term Care - West) for a term of five years from the date of award. The total contract value, including contingency and a three percent annual escalation adjustment for Consumer Price Index applicable to years four and five, is up to $40,690,499 net of all applicable charges and taxes ($41,406,652 net of Harmonized Sales Tax recoveries).

Summary

The purpose of this report is to advise on the results of the Negotiated Request for Proposal Doc5179720264, issued in July 2025, for the provision of Heating, Ventilation, and Air Conditioning maintenance and repair services at various City of Toronto locations, and to request authority for the Executive Director, Corporate Real Estate Management and Chief Procurement Officer, to award contracts for a five-year term, to the following top-ranked suppliers, as identified through the Negotiated Request for Proposal:

 

- Ainsworth Inc., in the amount of $36,299,091 net of all applicable taxes and charges ($36,937,956 net of Harmonized Sales Tax recoveries); and

- Standard Mechanical Systems Limited in the amount of $40,690,499 net of all applicable taxes and charges ($41,406,652 net of Harmonized Sales Tax recoveries).

 

The total value of the two contract awards, inclusive of a contingency and a Consumer Price Index adjustment applicable to year 4 and year 5 of the contracts, is $76,989,590 net of applicable taxes and charges ($78,344,608 net of Harmonized Sales Tax recoveries). This amount represents the maximum upset limit for all awarded contracts. Suppliers will be compensated for the actual work performed, and the City is obligated to pay only for work requested and performed by suppliers.

 

The following eight City Divisions and one City Agency, grouped into six property groups in the Negotiated Request for Proposal and collectively representing more than 13,000 pieces of equipment, participated in this strategic sourcing initiative:

 

- Corporate Real Estate Management, serving as the lead Division;

- Senior Services and Long-Term Care;

- Toronto Water;

- Solid Waste Management Services;

- Children’s Services;

- Toronto Shelter and Support Services;

- Parks and Recreation;

- Economic Development and Culture; and

- Toronto Parking Authority.

 

Each Division will be responsible for overseeing its respective contract and ensuring the performance of related work. Toronto Parking Authority will seek authority to award a contract from its Board and will manage the subsequent contract independently of the City.

 

Given the City’s limited internal resources and capacity to manage Heating, Ventilation, and Air Conditioning maintenance and repairs across its extensive building portfolio, external service providers are required and will take on the role of prime contractor, responsible for coordinating and delivering comprehensive Heating, Ventilation, and Air Conditioning maintenance and repair services. This includes scheduled preventive maintenance, corrective repairs, and emergency interventions to ensure Heating, Ventilation, and Air Conditioning equipment remains safe, efficient, and fully operational.

 

These services will primarily apply to routine maintenance and repairs that require specialized Heating, Ventilation, and Air Conditioning expertise, as well as regulatory compliance and, where applicable, permits, given potential impacts on health, safety, and building codes. Engaging suppliers under these conditions ensures adherence to City standards, quality assurance, and accountability. Additionally, these contracts may be used to accelerate small Heating, Ventilation, and Air Conditioning related projects where timely delivery is critical to minimize service disruptions and maintain continuity of City operations.

Financial Impact

The total contract award, including three percent Consumer Price Index adjustment applicable to year 4 and year 5, provisional allowance and contingency amounts, is up to $76,989,590 net of all applicable taxes and charges ($78,344,608 net of Harmonized Sales Tax recoveries) over the five-year contract term. This amount represents the maximum upset limit for all awarded contracts. Suppliers will be compensated for the actual work performed, and the City is obligated to pay only for work requested and performed by suppliers.

 

Funding in the amount of $10,375,987 is available in the 2026 Operating Budget for Corporate Real Estate Management, Senior Services and Long-Term Care, Economic Development and Culture, Solid Waste Management Services, Children’s Services, Toronto Shelter and Support Services and Toronto Water.

 

Funding in the amount of $8,162,598 is available in the 2026-2035 Capital Budget and Plan for Solid Waste Management Services, Toronto Shelter and Support Services and Parks and Recreation.

 

Additional funding for the remainder of the contract term will be included in the 2027-2031 Operating Budget submissions of the respective divisions for Council consideration.  

 

For details of the divisional financial impact summary for the contract term, refer to Table 1 below.

 

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

 

Corporate Real Estate Management (CREM)

Operating Budget

Capital Budget

Operating Budget:

Cost Center: FA100-30.S, FA200-10.S, FA200-20.S GL Code(s): 4401, 4411, 4424

April 1, 2026, to December 31, 2026

$7,678,065

N/A

January 1, 2027, to December 31, 2027

$10,237,421

N/A

January 1, 2028, to December 31, 2028

$10,237,421

N/A

January 1, 2029, to December 31, 2029

$10,467,762

N/A

January 1, 2030, to December 31, 2030

$10,781,795

N/A

January 1, 2031, to March 31, 2031

$2,715,220

N/A

Sub-Total

$52,117,684

N/A

Total (Operating Budget and Capital Budget)-CREM

$52,117,684

 

Senior Services and Long-Term Care (SSLTC)

Operating Budget

Capital Budget

Cost Center: D3*061, GL Code(s):5020034, 5050355

April 1, 2026, to December 31, 2026

$1,283,541

N/A

January 1, 2027, to December 31, 2027

$1,711,388

N/A

January 1, 2028, to December 31, 2028

$1,711,388

N/A

January 1, 2029, to December 31, 2029

$1,749,894

N/A

January 1, 2030, to December 31, 2030

$1,802,391

N/A

January 1, 2031, to March 31, 2031

$453,903

N/A

Sub-Total

$8,712,505

N/A

Total (Operating Budget and Capital Budget)-SSLTC

$8,712,505

 

Economic Development & Culture (EDC)

Operating Budget

Capital Budget

Cost Center: AH0029, AH0020, AH0022, AH0023, AH0024, AH0025, AH0026, AH0027, AH0028, AH0131, AH0132,AH0151, AH0152, AH0153, AH0154, AH0155, AH0156, FAC 1570100000, GL Code(s): 5020016

April 1, 2026, to December 31, 2026

$192,056

N/A

January 1, 2027, to December 31, 2027

$256,075

N/A

January 1, 2028, to December 31, 2028

$256,075

N/A

January 1, 2029, to December 31, 2029

$261,836

N/A

January 1, 2030, to December 31, 2030

$269,691

N/A

January 1, 2031, to March 31, 2031

$67,917

N/A

Sub-Total

$1,303,650

N/A

Total (Operating Budget and Capital Budget)-EDC

$1,303,650

 

 

 

Solid Waste Management Services (SWMS)

Operating Budget

Capital Budget

Operating Budget: Cost Center: SW0850, SW0851, SW0852, SW0853, SW0854, SW0855, SW0856. SW0011, SW0860, SW0862, SW0864, GL Code(s): 5050075, 5020034, 5020032
Capital Budget: WBS Element:  CSW930-01-01, CSW930-02-01, CSW930-03-01, GL Code(s): 5050075, 5020034, 5020032

April 1, 2026, to December 31, 2026

$94,914

$23,729

January 1, 2027, to December 31, 2027

$126,553

$31,638

January 1, 2028, to December 31, 2028

$126,553

$31,638

January 1, 2029, to December 31, 2029

$129,400

$32,350

January 1, 2030, to December 31, 2030

$133,282

$33,320

January 1, 2031, to March 31, 2031

$33,565

$8,391

Sub-Total

$644,267

$161,066

Total (Operating Budget and Capital Budget)-SWMS

$805,333

 

Children’s Services (CS)

Operating Budget

Capital Budget

Cost Center: CS200, GL Code(s): 5020034

April 1, 2026, to December 31, 2026

$153,335

N/A

January 1, 2027, to December 31, 2027

$204,447

N/A

January 1, 2028, to December 31, 2028

$204,447

N/A

January 1, 2029, to December 31, 2029

$209,047

N/A

January 1, 2030, to December 31, 2030

$215,318

N/A

January 1, 2031, to March 31, 2031

$54,224

N/A

Sub-Total

$1,040,818

N/A

Total (Operating Budget and Capital Budget)-CS

$1,040,818

 

Toronto Shelter & Support Services (TSSS)

Operating Budget

Capital Budget

Operating Budget : Cost Center: FH5315, GL Code(s): 5020034/5020016
Capital Budget : WBS Element: CHS050-01, GL Code(s): 5020034

April 1, 2026, to December 31, 2026

$188,307

$254,643

January 1, 2027, to December 31, 2027

$192,073

$398,527

January 1, 2028, to December 31, 2028

$195,150

$395,450

January 1, 2029, to December 31, 2029

$199,053

$404,836

January 1, 2030, to December 31, 2030

$203,034

$418,972

January 1, 2031, to March 31, 2031

$51,774

$104,868

Sub-Total

$1,029,391

$1,977,296

Total (Operating Budget and Capital Budget)-TSSS

$3,006,687

 

Toronto Water (TW)

Operating Budget

Capital Budget

Cost Center: TW4036, TW4060, TW4085, TW4095, TW4105, TW4110, TW5007, TW7035, TW7065, TW7070, TW7075, TW7072, GL Code: 5020034, 5050046

April 1, 2026, to December 31, 2026

$785,769

N/A

January 1, 2027, to December 31, 2027

$1,047,692

N/A

January 1, 2028, to December 31, 2028

$1,047,692

N/A

January 1, 2029, to December 31, 2029

$1,071,265

N/A

January 1, 2030, to December 31, 2030

$1,103,403

N/A

January 1, 2031, to March 31, 2031

$277,874

N/A

Sub-Total

$5,333,695

N/A

Total (Operating Budget and Capital Budget)-TW

$5,333,695

 

Parks & Recreation (P&R)

Operating Budget

Capital Budget

WBS Element: CPR114-55, GL Code(s): GL#5020128

April 1, 2026, to December 31, 2026

N/A

$887,501

January 1, 2027, to December 31, 2027

N/A

$1,183,334

January 1, 2028, to December 31, 2028

N/A

$1,183,334

January 1, 2029, to December 31, 2029

N/A

$1,209,959

January 1, 2030, to December 31, 2030

N/A

$1,246,258

January 1, 2031, to March 31, 2031

N/A

$313,850

Sub-Total

N/A

$6,024,236

Total (Operating Budget and Capital Budget)- P&R

$6,024,236

Totals – Operating and Capital Budgets

$70,182,010

$8,162,598

Total of All Contracts (net of Harmonized Sales Tax recoveries)

                       $78,344,608

 

The breakdown by year and supplier is summarized in Table 2 below.

 

Table 2: Total Contact Award Summary (net of Harmonized Sales Tax recoveries)

 

Supplier

Ainsworth Inc

Standard Mechanical Systems Limited

Annual Total Award, Incl. Contingency

Year 1 (April 1, 2026 - March 31, 2027)

$7,255,683

$8,133,464

$15,389,147

Year 2 (April 1, 2027 - March 31, 2028)

$7,255,683

$8,133,464

$15,389,147

Year 3 (April 1, 2028 - March 31, 2029)

$7,255,683

$8,133,464

$15,389,147

Year 4* (April 1, 2029 - March 31, 2030)

$7,473,353

$8,377,468

$15,850,821

Year 5* (April 1, 2030 - March 31, 2031)

$7,697,554

$8,628,792

$16,326,346

Total Award - April 1, 2026, to March 31, 2031)

$36,937,956

$41,406,652

$78,344,608

 

*Contract years four and five include a three percent Consumer Price Index adjustment.

 

The breakdown of total contract values by Division is summarized in Table 3 below.

 

Table 3: Total Contact Award Summary by Division (all values are net of Harmonized Sales Tax recoveries)

 

Division 

Total Contract Value 

Corporate Real Estate Management

$52,117,684 

Senior Services and Long-Term Care

$8,712,505 

Economic Development and Culture

$1,303,650 

Solid Waste Management Services

$805,333 

Children’s Services

$1,040,818 

Toronto Shelter and Support Services

$3,006,687

Toronto Wate

$5,333,695 

Parks and Recreation

$6,024,236 

Total of Awarded Contracts 

$78,344,608 

 

Cost Avoidance Benefits

 

As part of this strategic sourcing initiative, the City successfully achieved an estimated total cost avoidance of $3,629,039 net of all applicable taxes and charges, through comprehensive negotiations with suppliers. This cost avoidance is anticipated to be realized over the five-year term of the contract. In addition to pricing reductions, these strategic negotiations also resulted in service-level guarantees with penalties to manage performance, 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

(March 6, 2026) Revised Report from the Executive Director, Corporate Real Estate Management, and the Chief Procurement Officer on Award of Negotiated Request for Proposal Doc5179720264 to Ainsworth Inc., and Standard Mechanical Systems Limited for the Provision of Heating, Ventilation, Air Conditioning Maintenance and Repair Services at Various City of Toronto Locations
https://www.toronto.ca/legdocs/mmis/2026/gg/bgrd/backgroundfile-284986.pdf
(January 15, 2026) Report from the Executive Director, Corporate Real Estate Management, and the Chief Procurement Officer on Award of Negotiated Request for Proposal Doc5179720264 to Ainsworth Inc., and Standard Mechanical Systems Limited for the Provision of Heating, Ventilation, Air Conditioning Maintenance and Repair Services at Various City of Toronto Locations
https://www.toronto.ca/legdocs/mmis/2026/gg/bgrd/backgroundfile-284593.pdf
Attachment 1 - Divisional Financial Impact Summary by Supplier for the Contract Term
https://www.toronto.ca/legdocs/mmis/2026/gg/bgrd/backgroundfile-284594.pdf

GG27.5 - Award of Request for Proposal Doc5386487782 to ClaimsPro LP for the Provision of Insurance Adjusting Services

Consideration Type:
ACTION
Wards:
All

Origin

(February 23, 2026) Report from the Director, Insurance and Risk Management, and the Chief Procurement Officer

Recommendations

The Director, Insurance and Risk Management, 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), authorize the Chief Financial Officer and Treasurer to award and enter into an agreement with ClaimsPro LP, for the provision of Insurance Adjusting Services for a period of five (5) years from April 1, 2026 to March 31, 2031, in the amount of $30,460,650 net of all applicable taxes and charges having submitted the highest scoring proposal based on the terms and conditions set out in the Request for Proposal and in a form satisfactory to the City Solicitor.

Summary

The purpose of this report is to advise on the results of the Request for Proposal Number Doc5386487782 for the provision of Insurance Adjusting Services for the City of Toronto and insured divisions, agencies and corporations and to request authority to enter into an agreement with the recommended supplier, ClaimsPro LP, for a five (5) year term from April 1, 2026 to March 31, 2031.

 

The estimated costs identified in this report represent insurance adjusting fees. The amounts are incurred on the basis of either a flat rate fee or a time and expense fee for each claim file handled. These fees are set for the five (5) year term of the agreement. The estimated costs do not include claim payments made to settle claims.

Financial Impact

The potential cost to the City is estimated at $30.461 million. Insurance adjusting fees are paid from the Insurance Reserve Fund (XR1010) and recovered through contributions from the operating budgets of insured City divisions, agencies and corporations as one component of their overall insurance charge. Adjusting fees are not subject to Harmonized Sales Tax.

 

Funding in the amount of $6.1 million has been included in the 2026 Non-Program Operating Budget, cost centre NP2530, cost element 5020110. Appropriate funding totaling $24.361 million for 2027-2031 will be included in the Non-Program Operating Budget Submissions for the respective years.

 

Table 1: Estimated annual cost for insurance adjusting fees

 

April 1, 2026 to December 31, 2026

January 1, 2027 to December 31, 2027

January 1, 2028 to December 31, 2028

January 1, 2029 to December 31, 2029

January 1, 2030 to December 31, 2030

January 1, 2032 to March 31, 2031

$4,580,800

$6,102,161

$6,102,161

$6,102,161

$6,102,161

$1,471,206

Total for 5 years: $30,460,650

 

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

Background Information

(February 23, 2026) Report from the Director, Insurance and Risk Management, and the Chief Procurement Officer on Award of Request for Proposal Doc5386487782 to ClaimsPro LP for the Provision of Insurance Adjusting Services
https://www.toronto.ca/legdocs/mmis/2026/gg/bgrd/backgroundfile-284615.pdf

GG27.6 - Purchase Order Amendment to Accelerate Optional Year Funds for Mini Dump Trucks for Fleet Services

Consideration Type:
ACTION
Wards:
All

Origin

(January 22, 2026) Report from the General Manager, Fleet Services, and the Chief Procurement Officer

Recommendations

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

 

1. The General Government Committee, in accordance with Section 71-11.1C of the City of Toronto Municipal Code Chapter 71 (Financial Control By-law), grants authority to the General Manager, Fleet Services, to amend Purchase Order 6056494 with 2281610 Ontario Inc. This amendment advances approved funding from optional year terms 2 and 3, in the amount of $4,666,525 net of all applicable taxes and charges ($4,748,656 net of Harmonized Sales Tax recoveries) to optional year term 1, and from optional year term 4, in the amount of $4,188,056 net of all applicable taxes and charges ($4,261,766 net of Harmonized Sales Tax recoveries), to optional year term 2.

Summary

The purpose of this report is to seek authority for the General Manager, Fleet Services Division, to amend Purchase Order 6056494, issued to 2281610 Ontario Inc., Downtown Ford, for the supply and delivery of Class 4 and 5 trucks with various dump body configurations (mini dump trucks). Mini dump trucks support various divisions, such as Parks and Recreation, Toronto Water, Solid Waste Management, Transportation Services and are used to transport soil, debris and various materials. This is the first purchase order amendment to this contract, and would advance approved funding from:

 

- Optional year terms 2 and 3, in the amount of $4,666,525 net of all applicable taxes and charges ($4,748,656 net of Harmonized Sales Tax recoveries) to optional year term 1.

 

- Optional year term 4, in the amount of $4,188,056 net of all applicable taxes and charges ($4,261,766 net of Harmonized Sales Tax recoveries), to optional year term 2.

 

The total original purchase order award value in the amount of $15,429,282 net of all applicable taxes and charges ($15,700,837 net of Harmonized Sales Tax recoveries) remains unchanged, as approved by the Bid Award Panel (BA116.4). The amendment supports the timely replacement of aging assets, reduces the State of Good Repair backlog, and aligns with Council-approved carbon reduction targets.

 

Fleet Services Division has determined that the current purchase order value is insufficient to meet the 2026 replacement requirements and approved funding to address existing State of Good Repair backlog. This amendment will enable the procurement of twenty-three (23) units in 2026, thereby supporting operational reliability and cost efficiency by removing older trucks from service, reduce maintenance cost. Addressing the State of Good Repair will reduce fuel consumption and emissions with more efficient vehicles and support the City’s greenhouse gas reduction targets under the Council-approved Carbon Budget. Newer gas engine Class 4 and 5 trucks incorporate improved engine technology and enhanced emissions controls, contributing to cleaner operations and broader sustainability objectives.

 

The body build, including installation and final vehicle assembly are performed by Commander Industries, a Canadian-based business (as defined in the Mayor’s Economic Action Plan in Response to US Tariffs, adopted by the Executive Committee on March 18, 2025), located in Strathroy, Ontario. Depending on the configuration, approximately 40 percent to 55 percent of the total vehicle cost is assembled in Canada.

Financial Impact

The total value of the Purchase Order amendment for advanced approved funding identified in this report is $8,854,581 net of all applicable taxes and charges, and $9,010,422 net of Harmonized Sales Tax recoveries.

 

Funding in the amount of $9,010,422 net of Harmonized Sales Tax recoveries is included in the 2026-2035 Capital Budget and Plan for Fleet Services Division. Funding details are summarized in Table 1 below.

 

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

 

Capital Account:

CFL005, CFL008, CFL010, CFL036, CFL038, CFL077

No. of Units

Approved Funding (2025.BA116.4)

Advanced Approved Funding Amendment Value

Total Approved PO Value

Initial Year from February 1, 2025, to January 31, 2026

44

$5,816,115

-

$5,816,115

Option Year 1 from February 1, 2026, to January 31, 2027

23

$874,300

$4,748,656

$5,622,956

Option Year 2 from February 1, 2027, to January 31, 2028

18

-

$4,261,766

$4,261,766

Total PO Value from February 1, 2025, to January 31, 2030

85

$6,690,415

$9,010,422

$15,700,837

 

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

Background Information

(January 22, 2026) Report from the General Manager, Fleet Services, and the Chief Procurement Officer, on Purchase Order Amendment to Accelerate Optional Year Funds for Mini Dump Trucks for Fleet Services
https://www.toronto.ca/legdocs/mmis/2026/gg/bgrd/backgroundfile-284574.pdf

GG27.7 - Amendment to Blanket Contract Number 47023575 and 47020880 issued to ClaimsPro LP for Insurance Adjusting Services

Consideration Type:
ACTION
Wards:
All

Origin

(February 23, 2026) Report from the Director, Insurance and Risk Management, and the Chief Procurement Officer

Recommendations

The Director, Insurance and Risk Management, and the Chief Procurement Officer recommend that:  

 

1. City Council, in accordance with Section 195-8.5(B) of Toronto Municipal Code Chapter 195 (Procurement By-Law), authorize the Chief Financial Officer and Treasurer to execute an amending agreement to combine into one agreement the two existing agreements with ClaimsPro LP for insurance adjusting services for claims received prior to and not yet concluded as at March 31, 2026 (Blanket Contract Number 47023575 and 47020880), extend the term of the agreement for an additional five (5) years from April 1, 2026 to March 31, 2031, and increase the value of the combined agreement by $2.8 million, net of all taxes and applicable charges, under the same pricing, terms and conditions of each of the existing agreements and in a form satisfactory to the City Solicitor.

Summary

The purpose of this report is to seek authority to extend the term and increase the value by $2.8 million of two insurance adjusting contracts with ClaimsPro LP to continue handling insurance claims that were opened prior to March 31, 2026, but have not yet concluded.  The two agreements currently apply to insurance claims received within different time periods, one for April 1, 2012, to March 31, 2017, and the other for April 1, 2017, to March 31, 2026.  Adequate funding is included in the base 2026 Non-Program Operating Budget and will be considered for further budget approvals.  In addition, this report seeks authority to combine the two contracts with ClaimsPro LP (Blanket Contract Number 47023575 and 47020880) into one single contract including any remaining balances to achieve administrative efficiencies going forward.

 

The estimated costs identified in this report represent insurance adjusting fees.  The amounts are incurred on the basis of either a flat rate fee or a time and expense charge for each claim file handled.  The estimated costs do not include claim payments made to settle claims.

Financial Impact

The total potential cost to the City to handle the open claims as at March 31, 2026 over the next five years until March 31, 2031 is estimated at $6.6 million.

 

Adequate funding has been included in the 2026 Non-Program Operating Budget cost centre NP2530 cost element 5020110 for insurance adjusting services. Appropriate funding for years 2027-2031 will be included in the Non-Program Operating Budget submissions.

 

Currently there is approximately $3.8 million remaining in authorized funding under Blanket Contract Number 47023575 and 47020880. An increase of $2.8 million is required for payment of insurance adjusting fees for insurance claims that were opened prior to the end of the contract but not yet concluded. Adjusting fees are not subject to Harmonized Sales Tax.

 

The blanket contracts will be extended at expiring rates for both flat fee and time and expense. 

 

Annual insurance adjusting service fees are paid from the Insurance Reserve Fund (XR1010) and recovered through contributions from the operating budgets of insured City divisions, agencies and corporations as one component of their overall insurance charge.

 

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

Background Information

(February 23, 2026) Report from the Director, Insurance and Risk Management, and the Chief Procurement Officer on Amendment to Blanket Contract Number 47023575 and 47020880 issued to ClaimsPro LP for Insurance Adjusting Services
https://www.toronto.ca/legdocs/mmis/2026/gg/bgrd/backgroundfile-284584.pdf

GG27.8 - Amendment to Purchase Order 6043796 with WSP Canada Inc., and Purchase Order 6052068 with Maple Reinders Constructors Limited for Rehabilitation and Upgrades of Seven Group Six Sewage Pumping Stations at Various Locations

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

Origin

(February 23, 2026) 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, in accordance with section 71-11.1.C of the City of Toronto Municipal Code Chapter 71 (Financial Control By-law), grant authority to the General Manager, Toronto Water, to amend the Purchase Order 6043796 issued to WSP Canada Inc., for additional contract administration and full-time site inspection services by increasing the overall value by $1,599,436 net of all applicable taxes and charges ($1,627,586 net of Harmonized Sales Tax recoveries), revising the current value of Purchase Order 6043796 from $2,923,091 net of all applicable taxes and charges ($2,974,537 net of Harmonized Sales Tax recoveries) to $4,522,527 net of all applicable taxes and charges ($4,602,123 net of Harmonized Sales Tax recoveries).

 

2. 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 General Manager, Toronto Water, to amend Purchase Order 6052068 issued to Maple Reinders Constructors Limited for additional construction services by increasing the overall value by $2,000,000 net of all applicable taxes and charges ($2,035,200 net of Harmonized Sales Tax recoveries), revising the current value of Purchase Order 6052068 from $27,646,800 net of all applicable taxes and charges ($28,133,384 net of Harmonized Sales Tax recoveries) to $29,646,800 net of all taxes and charges ($30,168,584 net of Harmonized Sales Tax recoveries).

 

3. City Council authorize the reallocation of project costs and cash flows within Toronto Water's 2026 Capital Budget and 2027-2035 Capital Plan in the amount of $1,300,000 net of Harmonized Sales Tax recoveries from the Sewer Replacement 2025-2026 Program, as presented in Table 2 of the Financial Impact Statement, with zero Budget impact to Toronto Water.

Summary

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

 

The amendment for WSP Canada Inc., provides continued construction administration and site inspection services associated with an extended project schedule due to delays caused by conflicts with other projects. The total value of the requested amendment for Purchase Order 6043796 is $1,599,436 net of all applicable taxes and charges ($1,627,586 net of Harmonized Sales Tax recoveries), revising the current value of Purchase Order 6043796 from $2,923,091 net of all applicable taxes and charges ($2,974,537 net of Harmonized Sales Tax recoveries) to $4,522,527 net of all applicable taxes and charges ($4,602,123 net of Harmonized Sales Tax recoveries).

 

The amendment for Maple Reinders is required to accommodate additional costs associated with by-pass pumping and approved additional work. The total value of the requested amendment for Purchase Order 6052068 is $2,000,000 net of all applicable taxes and charges ($2,035,200 net of Harmonized Sales Tax recoveries), revising the current value of Purchase Order from $27,646,800 net of all applicable taxes and charges ($28,133,384 net of Harmonized Sales Tax recoveries) to $29,646,800 net of all taxes and charges ($30,168,584 net of Harmonized Sales Tax recoveries).

 

Authority is also being requested to reallocate project costs and cash flows within Toronto Water's 2026 Capital Budget and 2027-2035 Capital Plan in the amount of $1,300,000 net of Harmonized Sales Tax recoveries from the Sewer Replacement 2025-2026 Program due to funds available from projects experiencing delays.

Financial Impact

The total value of the requested amendment for Purchase Order Number 6043796 with WSP Canada Inc., is $1,599,436 net of all applicable taxes and charges ($1,627,586 net of Harmonized Sales Tax recoveries).

 

The total value of the requested amendment for Purchase Order Number 6052068 with Maple Reinders Constructors Limited is $2,000,000 net of all applicable taxes and charges ($2,035,000 net of Harmonized Sales Tax recoveries).

 

Funding details with forecasted expenditures for the above Purchase Order amendments are summarized in Table 1 below:

 

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

 

WBS Element (Purchase Order)

Description

2026

2027

Total

CWW476-05

(6043796)

SPS Upgrades - Group 6

$1,627,586

$0

$1,627,586

CWW476-05

(6052068)

SPS Upgrades - Group 6

$1,500,000

$535,200

$2,035,200

Total

$3,127,586

$535,200

$3,662,786

 

Currently, there is insufficient funding in Toronto Water's 2026 Capital Budget and 2027-2035 Capital Plan to support the Purchase Order Amendments to Purchase Orders 6043796 and 6052068.  Additional funding is required to accommodate costs that are shown in Table 1 above.

 

The approval of Recommendation 3 will authorize the reallocation of funding for additional project costs to support the required Purchase Order Amendments as outlined in Table 2 below. The additional costs for the Purchase Order Amendments will be offset from the Sewer Replacement 2025-2026 Program. Several projects have been delayed to a 2027 start in order to accommodate additional timelines required to address complex project designs. As a result of these delays, funds are available for reallocation in 2026. The delayed projects will be rescheduled to start in future years and required project costs included as part of subsequent budget processes.

 

Table 2 - Reallocation of Funding to Support Purchase Order Amendments (net of Harmonized Sales Tax recoveries)

 

WBS Element

Description

2026 Proposed Reallocation

Total Reallocation

CWW476-05

SPS Upgrades - Group 6

$1,300,000

$1,300,000

CWW472-28

Sewer Replacement - 2025-2026 Program

($1,300,000)

($1,300,000)

Total

$0

$0

 

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

Background Information

(February 23, 2026) Report from the General Manager, Toronto Water and the Chief Procurement Officer, on Amendment to Purchase Order 6043796 with WSP Canada Inc., and Purchase Order 6052068 with Maple Reinders Constructors Limited for Rehabilitation and Upgrades of Seven Group Six Sewage Pumping Stations at Various Locations
https://www.toronto.ca/legdocs/mmis/2026/gg/bgrd/backgroundfile-284586.pdf

GG27.9 - Award of Doc5349386217 to ASCO Construction (Toronto) Ltd., for the Sludge Storage Tanks Cleaning and Biofilter Upgrades at the Highland Creek Treatment Plant

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

Origin

(February 20, 2026) Report from the Chief Engineer and Executive Director, Engineering and Construction Services, the General Manager, Toronto Water, and the Chief Procurement Officer, Purchasing and Materials Management

Recommendations

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

         

1. City Council authorize the reallocation of project costs and cash flows within Toronto Water's 2026 Capital Budget and 2027-2035 Capital Plan in the total amount of $5,130,000 net of Harmonized Sales Tax recoveries from projects with sub-projects which have been completed under budget, as presented in Table 2 of the Financial Impact Statement, with zero Budget impact to Toronto Water.

 

2. City Council, in accordance with Section 195-8.5.B 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 ASCO Construction (Toronto) Ltd., having submitted the lowest compliant bid and meeting the requirements of Request for Tender Doc5349386217, Contract Number 25ECS-MI-01HC, for the Sludge Storage Tanks Cleaning and Biofilter Upgrades at the Highland Creek Treatment Plant, in the amount of $27,996,247 net of all applicable taxes and charges ($28,488,981 net of Harmonized Sales Tax recoveries).

Summary

The purpose of this report is to advise of the results of Request for Tender Doc5349386217, Contract Number 25ECS-MI-01HC, for the Sludge Storage Tanks Cleaning and Biofilter Upgrades at the Highland Creek Treatment Plant, to seek authority to reallocate project costs and cash flows within Toronto Water's 2026 Capital Budget and 2027-2035 Capital Plan in the amount of $5,041,274 net of all applicable taxes and charges ($5,130,000 net of Harmonized Sales Tax recoveries) from projects that have been completed under budget and to request authority to enter into an agreement with ASCO Construction (Toronto) Ltd., in the amount of $27,996,247 net of all applicable taxes and charges ($28,488,981 net of Harmonized Sales Tax recoveries) and a period of 104 weeks 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 $27,996,247 net of all applicable taxes and charges. The total cost to the City is $28,488,981 including contingency and provisional sums and net of Harmonized Sales Tax recoveries.

 

Funding details with forecasted expenditures (net of Harmonized Sales Tax recoveries) are summarized in Table 1 below under two accounts: CWW045-03 Biofilter System Upgrades Construction, and CWW036-21 Sludge Storage Tank and Digester Cleaning Construction.

 

Table 1: Financial Impact Summary of Recommended Contract Award

 

WBS Element

2026

2027

2028

2029

Total (Net of Harmonized Sales Tax Recoveries)

CWW045-03 (Biofilter System Upgrades Construction)

$2,750,000

$8,000,000

$1,950,000

$788,853

$13,488,853

CWW036-21 (Sludge Storage Tank and Digester Cleaning Construction)

$2,275,000

$8,000,000

$3,250,000

$1,475,128

$15,000,128

Total

$5,025,000

$16,000,000

$5,200,000

$2,263,981

$28,488,981

 

Currently, there is insufficient funding in Toronto Water's 2026 Capital Budget and 2027-2035 Capital Plan to support the award of Doc5349386217. Additional funding is required to accommodate costs that are shown in Table 1 above.

 

The approval of Recommendation 2 will authorize the reallocation of funding for additional project costs to support the Doc5349386217 as outlined in Table 2 below. The additional costs for the award will be offset from funds available within 2022-2024 Watermain Replacement Program (CPW542-27) and 2022-2023 Sewer Replacement Program (CWW472-24). Subprojects within these programs have been completed under budget and as a result, funds are available for reallocation.

 

Table 2: Budget Adjustment Reallocations (net of Harmonized Sales Tax Recoveries)

 

Program Area

Account Number

2026

Proposed Reallocation

2027 Proposed Reallocation

2028

Proposed Reallocation

2029

Proposed Reallocation

Total Reallocation

Highland Creek Treatment Plant

CWW045-03 (Biofilter System Upgrades Construction)

 

$4,600,000

 

 

$4,600,000

Highland Creek Treatment Plant

CWW036-21 (Sludge Storage Tank and Digester Cleaning Construction)

 

$530,000

 

 

$530,000

Watermain Replacement

CPW542-27 (2022-2024 Watermain Replacement)

 

($3,030,000)

 

 

($3,030,000)

Sewer Replacement

CWW472-24 (Sewer Replacement – 2022-2023 Program)

 

($2,100,000)

 

 

($2,100,000)

Total

$0

$0

$0

 

$0

 

Subject to approval of the reallocation of funding outlined in Table 2, sufficient overall project costs required to support the award of Doc5349386217 will be included in Toronto Water's 2026 Capital Budget and 2027-2035 Capital Plan under CWW045-03 (Biofilter System Upgrades Construction) and CWW036-21 (Sludge Storage Tank and Digester Cleaning Construction). Toronto Water will realign annual cashflows with forecasted expenditures through future budget processes, as necessary, based on project progress.

 

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

Background Information

(February 20, 2026) Report from the Chief Engineer and Executive Director, Engineering and Construction Services, the General Manager, Toronto Water and the Chief Procurement Officer, Purchasing and Materials Management, on Award of Doc5349386217 to ASCO Construction (Toronto) Ltd., for the Sludge Storage Tanks Cleaning and Biofilter Upgrades at the Highland Creek Treatment Plant
https://www.toronto.ca/legdocs/mmis/2026/gg/bgrd/backgroundfile-284554.pdf

GG27.10 - Award of Doc5381596310 to The Personal Insurance Company Operating As The Personal General Insurance Inc., for a Group Home and Auto Insurance Program

Consideration Type:
ACTION
Wards:
All

Origin

(February 23, 2026) Report from the Chief Financial Officer and Treasurer, and the Chief Procurement Officer

Recommendations

The Chief Financial Officer and Treasurer, and the Chief Procurement Officer recommend that:

 

1. City Council, in accordance with Section 195-8.5(B) of Toronto Municipal Code Chapter 195 (Procurement By-Law), grant authority to the Chief Financial Officer and Treasurer to enter into an agreement with The Personal Insurance Company being the only supplier that passed both the mandatory and technical requirements of Request for Proposal Number Doc5381596310 for the provision of a Group Home and Auto Insurance Program to interested employees, Council Members, employees of the City's agencies and corporations, and retirees on a voluntary basis, for a period of seven (7) years from April 1, 2026 to March 31, 2033 based on the terms and conditions set out in the Request for Proposal and in a form satisfactory to the City Solicitor.

Summary

The purpose of this report is to advise on the results of Request for Proposal Number Doc5381596310 for the provision of a Group Home and Auto Insurance Program to interested City employees, Council Members, employees of the City's agencies and corporations, and retirees on a voluntary basis. This report also requests authority to enter into an agreement with the recommended supplier, The Personal Insurance Company, for a seven (7) year term from April 1, 2026 to March 31, 2033. The agreement will provide revenues to the City to offset the costs of administering the program.

Financial Impact

There is no direct cost to the City for these services.


The Request for Proposal required suppliers to submit a financial plan providing the City with a guaranteed annual revenue to offset the City's administrative fees associated with managing the program.

 

Table 1 shows the breakdown of guaranteed revenue to the City by year.

 

Table 1 - Financial Plan

 

Year 1

Year 2

Year 3

Year 4

Year 5

Year 6

Year 7

$670,000

$670,000

$670,000

$670,000

$670,000

$670,000

$670,000

Total for 7 years: $4,690,000

 

Insurance and Risk Management is responsible for arranging the availability of the program for the benefit of all City employees and Council Members; therefore, revenue from the new financial plan will be deposited to the Insurance Reserve Fund, Cost Centre NP2530, Cost Element 4090022.

 

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

Background Information

(February 23, 2026) Report from the Chief Financial Officer and Treasurer, and the Chief Procurement Officer on Award of Doc5381596310 to The Personal Insurance Company Operating as The Personal General Insurance Inc. for a Group Home and Auto Insurance Program
https://www.toronto.ca/legdocs/mmis/2026/gg/bgrd/backgroundfile-284557.pdf
Attachment 1 - Final Attestation Report
https://www.toronto.ca/legdocs/mmis/2026/gg/bgrd/backgroundfile-284558.pdf

GG27.11 - Litigation Arising from the Construction of the St. Lawrence Market North

Consideration Type:
ACTION
Wards:
All

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

Origin

(February 23, 2026) Report from the Executive Director, Corporate Real Estate Management, the Chief Procurement Officer, and the City Solicitor

Recommendations

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

 

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

 

2. City Council direct that Confidential Attachment 1 remain confidential at this time and authorize the public release of the confidential recommendations contained in Confidential Attachment 1, at the discretion of the City Solicitor, but that the remainder of Confidential Attachment 1 remain confidential as it contains advice which is subject to solicitor-client and litigation privilege.

Summary

The City engaged the Atlas Corporation / Buttcon Limited Joint Venture (“BAJV”) as general contractor to deliver the St. Lawrence Market North Redevelopment Project (the “SLMN Project” or the “Project”) at 92 Front Street East. The City’s Contract with Atlas Corporation / Buttcon Limited Joint Venture contemplated that Atlas Corporation / Buttcon Limited Joint Venture would start work in July 2019 and achieve substantial performance of the work by December 11, 2021.

 

Substantial performance of the St. Lawrence Market North work was ultimately achieved on November 30, 2024. Following substantial performance, operations in the new St. Lawrence Market North building commenced, with the Provincial Offences Court opening on March 5, 2025 and the farmers’ market opening on April 5, 2025.

 

During and following construction, Atlas Corporation / Buttcon Limited Joint Venture and the subcontractors retained by Atlas Corporation / Buttcon Limited Joint Venture  for the purposes of the Project commenced lawsuits against the City relating to alleged damages and extra costs incurred during construction (the “BAJV Litigation”). The total amount claimed by Atlas Corporation / Buttcon Limited Joint Venture against the City on behalf of itself and its subcontractors is $81,448,497.40 plus Harmonized Sales Tax. Most of the amount claimed by Atlas Corporation / Buttcon Limited Joint Venture and its subcontractors concerns delay on the Project.

 

The City has defended the action and advanced a counterclaim against Atlas Corporation / Buttcon Limited Joint Venture in the amount of $8,307,084.19, plus Harmonized Sales Tax, for its own delay damages and outstanding deficiencies (the “City Counterclaim”).

 

In addition, the City’s architect and contract administrator for St. Lawrence Market North, Adamson Associates Architects (“AAA”) has requested an increase to its fixed fee for providing contract administration services as a result of the extension to the construction administration period was extended by an additional forty (40) months beyond the anticipated completion date (the “AAA Fees Claim”).

 

Confidential Attachment 1 contains legal advice from the City Solicitor regarding the Atlas Corporation / Buttcon Limited Joint Venture litigation, the City’s Counterclaim and the Adamson Associates Architects Fees Claim.

Financial Impact

The financial implications are discussed in Confidential Attachment 1.

 

The Chief Financial Officer and Treasurer has reviewed this report and agrees with the financial impact information discussed in Confidential Attachment 1.

Background Information

(February 23, 2026) Report from the Executive Director, Corporate Real Estate Management, the Chief Procurement Officer, and the City Solicitor on Litigation Arising from the Construction of the St. Lawrence Market North
https://www.toronto.ca/legdocs/mmis/2026/gg/bgrd/backgroundfile-284591.pdf
Confidential Attachment 1 - Confidential Instructions to Staff

GG27.12 - Non-Competitive Contract with Grascan Construction Ltd., for Emergency Soffit Shoring Repairs to the F.G. Gardiner Expressway

Consideration Type:
ACTION
Wards:
10 - Spadina - Fort York, 14 - Toronto - Danforth

Origin

(February 23, 2026) 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 receive the 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 Grascan Construction Ltd., (Grascan) for emergency soffit shoring repairs to F.G. Gardiner Expressway, for a total value of $4,275,568 net of all taxes and charges ($4,350,818 net of Harmonized Sales Tax recoveries).

 

The issuance of this non-competitive contract was a matter of urgency - annual inspections revealed severe soffit concrete deterioration (spalls) at various areas along the Gardiner. These deteriorated areas compromise the deck’s load-carrying capacity and pose a risk of punch-through failures from vehicular traffic above, presenting a serious safety hazard to motorists and travelers below.

 

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 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 contract award identified in this report is $4,831,391 including all applicable taxes and charges and Purchase Order 7200000085 was issued for $4,275,568 net of all taxes and charges. The total cost to the City is $4,350,818 (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

 

WBS Account

           2025

          2026

Total (Net of HST Recoveries)

CTP122-08-78

 $       1,542,508

 $       1,542,508

 $        3,085,016

CTP122-08-74

 $          514,169

 $          514,169

 $        1,028,339

CTP515-01-369

 $          118,732

 $          118,732

 $           237,464

Total Cost to City (Net of HST Recoveries)

 $        4,350,818

 

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

Background Information

(February 23, 2026) Report from the Chief Engineer and Executive Director, Engineering and Construction Services, and the Chief Procurement Officer, on Non-Competitive Contract with Grascan Construction Ltd., for Emergency Soffit Shoring Repairs to the F.G. Gardiner Expressway
https://www.toronto.ca/legdocs/mmis/2026/gg/bgrd/backgroundfile-284600.pdf

GG27.13 - Non-Competitive Extension with Carla Construction & Maintenance Ltd., for Trackless Train Service in High Park for Parks and Recreation

Consideration Type:
ACTION
Ward:
4 - Parkdale - High Park

Origin

(February 24, 2026) 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 extend the existing licence agreement with Carla Construction & Maintenance Ltd., to operate and maintain the trackless train service in High Park for two operating seasons from approximately April 1, 2026 and ending on October 31, 2027 with two optional renewal terms of up to one operating season each, exercisable at the General Manager’s sole discretion, substantially on the terms and conditions set out in Attachment 1 to 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.

Summary

This report seeks City Council authority to enter into a non-competitive agreement with Carla Construction & Maintenance Ltd., to continue operations and maintenance of the trackless train amusement service in High Park.

 

In November 2024, Parks and Recreation issued a Request for Proposals for the operation and maintenance of a passenger transportation shuttle service for High Park and other potential parks, consistent with the High Park Movement Strategy. Carla Construction & Maintenance Ltd., was identified as the preferred supplier. Following Request for Proposal award, the proponent declared that it would not be able to meet the obligations they set through their response to the Request for Proposal, specifically procurement of an accessible electric shuttle vehicle that can safely meet the needs in High Park. Following consultation with the Chief Procurement Officer and Legal Services, the Request for Proposal was cancelled.

 

With the cancellation of the competitive procurement and the need to ensure continuity of people-moving services for the 2026 operating season, staff reviewed available short-term options. Beginning in 2026, the Toronto Transit Commission will extend service dates of the bus route within High Park, providing a more affordable, accessible, and higher-capacity transportation option for park users. To complement the expanded TTC service and to maintain a long-standing and popular amenity for families and visitors, Parks and Recreation recommends a short-term extension of the existing trackless train amusement service.  Council authority is required for the extension since the extension term for the licence is beyond what was approved by City Council in 2023 and the duration is beyond the delegated authority of General Manager, Parks and Recreation under Toronto Municipal Code Chapter 608.

 

Carla Construction & Maintenance Ltd., is the only supplier currently able to mobilize equipment and commence service in April 2026, and has an established operating history within High Park. Given the time required to procure vehicles and mobilize a new supplier, there is insufficient time to undertake a new competitive process without risking a gap in this well-enjoyed feature of High Park.

 

The proposed non-competitive procurement is permitted under Toronto Municipal Code Chapter 195, Procurement, as an exception following the cancellation of the competitive solicitation, which created time constraints. City Council approval is required because the cumulative term of the contract exceeds staff authority limits.

 

As expanded TTC service provides a more consistent and affordable transportation option within High Park, staff will assess the future role of third-party amusement services prior to any future procurement. In addition, TransformTO objectives related to the use of electric vehicles in the park may become more achievable as the industry matures, enabling a broader range of options to be considered through a future competitive process.

Financial Impact

The previous annual licence fee for the trackless train service was approximately $10,200 plus Harmonized Sales Tax. Under the proposed agreement, the licence fee payable to the City will be approximately $10,500 plus Harmonized Sales Tax in 2026 and $10,800 plus Harmonized Sales Tax in 2027. Annual licence fees will increase by three per cent to account for inflationary impacts.

 

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

Background Information

(February 24, 2026) Report from the General Manager, Parks and Recreation, and the Chief Procurement Officer on Non-Competitive Extension with Carla Construction & Maintenance Ltd., for Trackless Train Service in High Park for Parks and Recreation
https://www.toronto.ca/legdocs/mmis/2026/gg/bgrd/backgroundfile-284636.pdf
Attachment 1 - Major Terms and Conditions, Licensed Area and Route Map
https://www.toronto.ca/legdocs/mmis/2026/gg/bgrd/backgroundfile-284637.pdf
Attachment 2 - Expanded TTC Service in High Park
https://www.toronto.ca/legdocs/mmis/2026/gg/bgrd/backgroundfile-284638.pdf

Communications

(March 3, 2026) E-mail from Matt Alexander (GG.Supp)

GG27.14 - Renewal of Various Boat Club Leases

Consideration Type:
ACTION
Wards:
3 - Etobicoke - Lakeshore, 4 - Parkdale - High Park, 10 - Spadina - Fort York, 14 - Toronto - Danforth, 19 - Beaches - East York, 20 - Scarborough Southwest, 25 - Scarborough - Rouge Park

Origin

(February 23, 2026) Report from the Executive Director, Corporate Real Estate Management, and the General Manager, Parks and Recreation

Recommendations

The Executive Director, Corporate Real Estate Management and the General Manager, Parks and Recreation, recommend that:

 

1. City Council authorize the Executive Director, Corporate Real Estate Management, in consultation with the General Manager, Parks and Recreation, on behalf of the City, to enter into a lease or sublease agreement with each of the tenants listed in Appendix B to the report, substantially on the terms and conditions set out in Appendix A to the report and on such other or amended terms and conditions that are acceptable to the Executive Director, Corporate Real Estate Management, in consultation with the General Manager, Parks and Recreation, and in a form satisfactory to the City Solicitor.

 

2. City Council authorize severally each of the Executive Director, Corporate Real Estate Management, and the Director, Real Estate Services, Corporate Real Estate Management to execute the leases, the subleases, and any related documents on behalf of the City, as required.

Summary

The purpose of this report is to obtain Council authority to enter into renewals of existing lease and sublease agreements for up to 20-years between the City of Toronto (the “City”) and twenty-four individual boat clubs listed in Appendix B to the report (referred to collectively as the "Tenants"), in respect of certain properties located across Toronto’s waterfront, for the purpose of the Tenants’ continued operation of boat clubs.

 

The long-term boat club lease portfolio consisting of 28 non-profit, volunteer-run sailing, boating and rowing clubs, has supported a thriving sailing, boating and rowing community in the City’s waterfront and shoreline parklands. Boat clubs have contributed and invested in infrastructure that help facilitate programs and services for the community and waterfront and shoreline upkeep, and have contributed to the local economy through operating expenditures, employment, and tourism-related activity. The recommended renewals of the City’s boat club leases is a continuation of decades of the City’s support for affordable access to waterfront programming, community activation, environmental stewardship and associated economic investment. 

Of the total 28 boat clubs, four have not been included in this lease renewal report. Three of those four, those being National Yacht Club, Alexandra Yacht Club, and Boulevard Club, have lease terms that have not yet expired and will be reviewed and renewed in accordance with their existing leases. The fourth, the Toronto Humber Yacht Club, will not have its lease renewed and will not be operating in the coming 2026 boating season following an extensive evaluation by City staff, in consultation with Toronto Region Conservation Authority as land owner, determining that a less intensive land use would better support ecological management objectives, improving the river valley health and resilience to flooding and erosion.

 

Toronto Region Conservation Authority supports the City in leading a public planning and engagement process to identify potential future uses and restoration activities for the site.

Financial Impact

The projected lease revenue for 2026, based on the approximate area of all 24 boat clubs is approximately $849,590. For each subsequent year of the lease terms, the previous year's annual rental rate shall be increased (but never decreased) by the rate of inflation as calculated by Consumer Price Index for the previous calendar year. Over the 20-year term of the lease renewal the projected lease revenue is approximately $20.64 million. The lease revenue is recorded in Parks and Recreation’s Operating Budget.

 

These leases are net and carefree to the City. The Tenants are responsible for operating and capital expenses. 

 

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

Background Information

(February 23, 2026) Report and Appendices A and B from the Executive Director, Corporate Real Estate Management, and the General Manager, Parks and Recreation on Renewal of Various Boat Club Leases
https://www.toronto.ca/legdocs/mmis/2026/gg/bgrd/backgroundfile-284601.pdf

Communications

(March 2, 2026) Letter from Councillor Dianne Saxe (GG.Supp)
https://www.toronto.ca/legdocs/mmis/2026/gg/comm/communicationfile-205685.pdf
(March 6, 2026) Letter from Ingrid Buday, No More Noise (GG.Supp)
https://www.toronto.ca/legdocs/mmis/2026/gg/comm/communicationfile-205762.pdf
(March 6, 2026) Letter from Paul Morrell, Chief Operating Officer and General Manager, The Boulevard Club (GG.Supp)
https://www.toronto.ca/legdocs/mmis/2026/gg/comm/communicationfile-205686.pdf
(March 9, 2026) Letter from Daniel Tate, Executive Director, IntegrityTO (GG.Supp)
https://www.toronto.ca/legdocs/mmis/2026/gg/comm/communicationfile-205766.pdf
(March 8, 2026) E-mail from Alex Chreston, Crestview Strategy, on behalf of the Toronto Humber Yacht Club (GG.Supp)
https://www.toronto.ca/legdocs/mmis/2026/gg/comm/communicationfile-205768.pdf

GG27.15 - A Portion of 550 Bayview Avenue (Evergreen Brick Works) Evergreen Lease Amendment and Extension Agreement

Consideration Type:
ACTION
Ward:
11 - University - Rosedale

Origin

(February 23, 2026) Report from the Executive Director, Corporate Real Estate Management, and the General Manager, Parks and Recreation

Recommendations

The Executive Director, Corporate Real Estate Management and General Manager, Parks and Recreation recommend that:

 

1. City Council authorize the Executive Director, Corporate Real Estate Management, on behalf of the City, in consultation with the General Manager, Parks and Recreation, to negotiate and enter into a lease amending and extending agreement for 20-years with the Toronto and Region Conservation Authority and Evergreen, in respect of a portion of the property municipally known as 550 Bayview Avenue (the "Lease Amendment and Extension Agreement"), as shown in Appendix B hereto, and substantially on the terms and conditions set out in Appendix A of this report, and on such other or amended terms and conditions that are acceptable to the Executive Director, Corporate Real Estate Management, or their designate, in consultation with the General Manager, Parks and Recreation, and in a form satisfactory to the City Solicitor.

 

2. City Council authorize the Executive Director, Corporate Real Estate Management, on behalf of the City, in consultation with the General Manager, Parks and Recreation, to negotiate and enter into a new nominal licence agreement for 20-years with the Toronto and Region Conservation Authority and Evergreen, in respect of a below grade portion of the property municipally known as 550 Bayview Avenue (the "Licence Agreement"), as shown in Appendix B hereto, and substantially on the terms and conditions set out in Appendix C of this report, and on such other or amended terms and conditions that are acceptable to the Executive Director, Corporate Real Estate Management, or their designate, in consultation with the General Manager Parks and Recreation, and in a form satisfactory to the City Solicitor.

 

3. City Council authorize severally each of the Executive Director, Corporate Real Estate Management, and the Director, Real Estate Services, to negotiate and execute the Lease Amendment and Extension Agreement and Licence Agreement, and any related or ancillary agreements on behalf of the City.

Summary

The purpose of this report is to seek authority for the City to enter into an amending and extending lease agreement between the City, as manager of the lands, the Toronto and Region Conservation Authority as owner of the lands and Evergreen as tenant, for a portion of 550 Bayview Avenue as described in Appendix B (the "Leased Premises"), for a 20-year term and on the major terms identified in Appendix A (the "Lease Amendment and Extension Agreement").

 

Authority is also being sought for the City to enter into a nominal, non-exclusive licence agreement between the City, Toronto and Region Conservation Authority and Evergreen for the stratified below grade lands underneath Leased Premises included in the Lease Amendment and Extension Agreement, for the purposes of permitting Evergreen to use those lands for underground geothermal infrastructure, for a 20-year term (concurrently with the Lease Amendment and Extension Agreement) on the major terms identified in Appendix C (the "Licence Agreement").

 

The current lease agreement dated October 5, 2007, as amended, is set to expire on March 2, 2030. Staff are recommending approval for the Lease Amendment and Extension Agreement and Licence Agreement ahead of the existing agreement expiry to ensure Evergreen can continue to secure the funding necessary to program, manage, operate, and maintain the Brick Works. Evergreen relies on a vast array of philanthropic support and partnerships, in addition to grant funding and operating revenues, which is difficult to secure without a long-term lease.

 

In addition to extending the term, the Lease Amendment and Extension Agreement seeks to update the current agreement entered pre-construction. The Lease Amendment and Extension Agreement will amend terms as appropriate and remove terms no longer applicable to reflect a fully operational, mature public site. It will simplify the relationship with Evergreen and consolidate related and ancillary agreements where possible that were entered into in response to evolving needs. Other related agreements that cannot be consolidated will be extended to run concurrently with the Lease Amendment and Extension Agreement and Licence Agreement.

Financial Impact

The Lease Amendment and Extension Agreement and the Licence Agreement with Evergreen are net nominal agreements. Evergreen will continue to be responsible for all costs related to the property, which shall be paid directly to the applicable service providers. This includes all capital and operating costs, and any property taxes related to the Leased Premises, which has been designated as a Municipal Capital Facility as per By-law 1333-2013.

 

The opportunity cost that the City is foregoing in potential market rent over the 20-year term is estimated to be roughly $32,000,000 in total revenue based on comparable agreements for commercial businesses operating within parkland.

 

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

Background Information

(February 23, 2026) Report and Appendices A to C from the Executive Director, Corporate Real Estate Management, and the General Manager, Parks and Recreation on A Portion of 550 Bayview Avenue (Evergreen Brick Works) Evergreen Lease Amendment and Extension Agreement
https://www.toronto.ca/legdocs/mmis/2026/gg/bgrd/backgroundfile-284602.pdf

Communications

(February 15, 2026) Letter from Councillor Dianne Saxe (GG.Main)
https://www.toronto.ca/legdocs/mmis/2026/gg/comm/communicationfile-205381.pdf

GG27.16 - A Programmatic Approach to Delivering State of Good Repair, Accessibility, and Net Zero Programs at City Hall and Metro Hall

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

Origin

(February 23, 2026) 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 authorizes the Executive Director, Corporate Real Estate Management, in consultation with the Chief Procurement Officer, to approve and execute any necessary purchase order amendments with a value exceeding $500,000, or more than 10 percent of the original commitment, which are required following the execution of the construction management agreement between the City and the successful supplier of the Negotiated Request for Proposal, and 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 construction management services and carrying out the construction of the state of good repair, the Accessibility for Ontarians with Disabilities Act, Net Zero, and the modernization programs, provided that:

 

a. a governance model is established by the Executive Director, Corporate Real Estate Management, in consultation with and in a form satisfactory to the Chief Procurement Officer, to ensure the competitiveness of the Construction Manager’s third-party contracts to develop a Guaranteed Maximum Price;

 

b. the purchase order amendment is necessary to meet the timelines of the Programs, and is included within the scope of Negotiated Request for Proposal Doc5378109215;

 

c. the funds are available through, and the cumulative value of the original contract and any subsequent purchase order amendments does not exceed the 2026-2035 Capital Budget and Plan amount of $300 Million;

 

d. the procurement processes were completed in accordance with the Supplementary Conditions of the industry standard Construction Management Contract, and associated policies and procedures established between the City and Construction Manager;

 

e. there are no material risks as to the merits of making the amendments to incorporate the works obtained under the construction management agreement;

 

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

 

g. a report summarizing any amendments made under this authority is submitted to the appropriate Standing Committee and / or City Council for information every second and fourth quarters of each year, beginning in 2027, on the progress made and on any purchase order amendments issue.

Summary

The City of Toronto is taking a programmatic approach to simultaneously address much needed state of good repair requirements, make accessibility improvements, including ensuring compliance with the Accessibility for Ontarians with Disabilities Act, and achieve net zero targets.

 

This comprehensive, touch-it-once approach focuses on the City's key assets in the downtown core, which have a higher potential to support the City in meeting its net zero objectives, given that both buildings are office facilities, an asset class typically characterized by high energy intensity. It also supports long‑term financial sustainability by reducing the state of good repair backlog and mitigating the risk of costly operational failures. Prolonging this work can lead to escalations in future state of good repair costs, as asset deterioration becomes increasingly complex and expensive to remediate over time. Through this work the City is also required to achieve compliance with relevant Ontarians with Disabilities Act legislation.

 

This report outlines the Construction Management delivery model that will be used to ensure this project is delivered within the approved capital budget and schedule. The procurement process to obtain a Construction Management through the Negotiated Request for Proposal Doc5378109215 will be awarded subject to the successful conclusion of negotiations and the appropriate procurement approvals; it is anticipated to be awarded by the end of March 2026.

 

This report:

 

1. Provides an update on the competitive procurement process to obtain a construction manager through the Negotiated Request for Proposal Doc5378109215; and,

 

2. Seeks delegated authority to perform purchase order amendments for the duration of this project to allow for the timely execution of trade contracts, necessary cost adjustments, and to mitigate the risk of delays and exposure to market fluctuations.     

 

The Construction Management project delivery model is an industry-recognized approach that provides greater cost certainty before construction begins and enhances owner oversight. Under this model, the competitively procured Construction Management 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, allowing for the timely execution of necessary contracts and adjustments.

Financial Impact

Funding in the amount of $300,779,803 is available in the Council Adopted 2026-2035 Capital Budget and Plan for Corporate Real Estate Management to implement construction related to the programmatic approach to delivering State of Good Repair, accessibility (including Accessibility for Ontarians with Disabilities Act compliance), Net Zero, and modernization program at City Hall and Metro Hall. Funding is inclusive of the entire approved budget for each tranche of work, this includes costs related to early feasibility studies, design, as well as construction.

 

In addition, the program budget includes allocations for both technology and furniture; however, only the construction components will be awarded as part of this contract. Final allocations will be confirmed once the technology and furniture scopes are finalized.

 

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

Background Information

(February 23, 2026) Report from the Executive Director, Corporate Real Estate Management, and the Chief Procurement Officer on A Programmatic Approach to delivering State of Good Repair, Accessibility, and Net Zero Programs at City Hall and Metro Hall
https://www.toronto.ca/legdocs/mmis/2026/gg/bgrd/backgroundfile-284618.pdf
(March 5, 2026) Revised Report from the Executive Director, Corporate Real Estate Management, and the Chief Procurement Officer on A Programmatic Approach to Delivering State of Good Repair, Accessibility, and Net Zero Programs at City Hall and Metro Hall
https://www.toronto.ca/legdocs/mmis/2026/gg/bgrd/backgroundfile-284977.pdf

GG27.17 - Summary of Open Competitive Awards Made by the Chief Procurement Officer from November 15, 2025 to February 13, 2026

Consideration Type:
ACTION
Wards:
All

Origin

(February 23, 2026) 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 an award resulting from an open competitive solicitation 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 November 15, 2025 to February 13, 2026 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

(February 23, 2026) Report from the Chief Procurement Officer on Summary of Open Competitive Awards Made by the Chief Procurement Officer from November 15, 2025 to February 13, 2026
https://www.toronto.ca/legdocs/mmis/2026/gg/bgrd/backgroundfile-284587.pdf
Attachment 1 - Open competitive awards posted by the Chief Procurement Officer between November 15, 2025 and February 13, 2026, representing the period since the last report to a standing committee.
https://www.toronto.ca/legdocs/mmis/2026/gg/bgrd/backgroundfile-284588.pdf

GG27.18 - Annual Report on the City's Fleet Availability and Utilization

Consideration Type:
ACTION
Wards:
All

Origin

(February 23, 2026) Report from the General Manager, Fleet Services Division

Recommendations

The General Manager, Fleet Services Division recommends that:  

 

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

Summary

The purpose of this report is to provide an update to the General Government Committee on Fleet Services Division's efforts to reduce vehicle and equipment downtime ("availability") and minimize the number of underutilized vehicles ("utilization"), as requested by the General Government Committee on October 7, 2019 (Item - 2019.GL8.1). The most recent annual update was provided on April 7, 2025 (Item - 2025.GG20.13).

 

The City of Toronto operates the largest municipal fleet in Canada and one of the most specialized and diversified fleets in North America, comprising of 5,557 vehicles and equipment. Fleet Services Division supports client divisions, agencies, and corporations by providing fleet management and maintenance services and driver training to support the delivery of essential City services.

 

Fleet availability and utilization are critical performance metrics that support effective fleet management. Fleet availability measures the percentage of time fleet assets are available for use. In 2025, the City's fleet achieved 90 percent availability. This is a slight decrease over 2024 rates, primarily tied to a greater focus on proactive maintenance, which while has vehicles briefly taken out of service for maintenance activities, ultimately reduces costly unplanned repairs and breakdowns and supports improved reliability and more sustainable availability over time. This was reflected in improved ratio of Preventive Maintenance versus Corrective (or Reactive) Maintenance, increasing from 70 percent in 2024 to 77 percent in 2025. Availability is influenced by the following five factors, all of which have advanced over the year: workforce development, parts availability, operational performance management, promoting safe driver behaviour, and vendor partnerships.

 

Fleet utilization measures how effectively vehicles are being used. Fleet Services Division expanded utilization assessments beyond light-duty vehicles (Class 1 and 2) to include medium-duty vehicles (Class 3 to Class 5), providing a more comprehensive, data-driven view of high-value assets. This broader scope strengthened fleet rightsizing by identifying underutilized vehicles with disproportionately high capital and maintenance costs, enabling reassignment or divestment where appropriate and ensuring alignment with operational demand. Opportunities were identified to convert 66 high-utilization long-term rental vehicles to City-owned assets, aligning permanent service demand with the city owned fleet inventory to strengthen utilization oversight and support sustainable fleet right-sizing. As the City’s population and service demands continue to grow, Fleet Services Division is carefully balancing necessary fleet growth, currently averaging about 4 percent annually, while preventing over-expansion and limiting underutilization. This disciplined, evidence-based approach ensures the City's fleet remains right-sized, cost-effective, and responsive to service requirements.

 

Furthermore, as of November 1, 2025, Fleet Services Division assumed operational responsibility for the Toronto Island Ferries. The City operates four (4) ferries to the Toronto Islands, one (1) of which operates year-round. Fleet Services Division has worked to integrate the Ferry Service into its internal processes, including existing repair and maintenance contracts as well as parts supply contracts. From 2024 to 2025, crowding on the Centre Island route dropped significantly, with trips over 90 percent capacity falling from 12.7 percent to 4.5 percent, respectively. This is a result of an increase in the total number of extra trips completed by a relief vessel during busy periods, up 12.5 percent from 2024 to 2025. This was achieved by extending operating hours and ensuring additional staff were available to operate the ferries.

 

Work is underway to enhance the quality and accuracy of ferry availability data, which will be included in subsequent annual reports.

Financial Impact

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

Background Information

(February 23, 2026) Report from the General Manager, Fleet Services Division, on Annual Report on the City's Fleet Availability and Utilization
https://www.toronto.ca/legdocs/mmis/2026/gg/bgrd/backgroundfile-284575.pdf

GG27.19 - Emergency Non-Competitive Contract with Webber Infrastructure Management Canada Limited for Snow Removal Services

Consideration Type:
ACTION
Wards:
All

Origin

(February 26, 2026) Report from the General Manager, Transportation Services, and the Chief Procurement Officer

Recommendations

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

 

1. City Council 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 Webber Infrastructure Management Canada Limited for emergency snow removal services, for a total value of $942,425 net of all taxes and charges ($959,012 net of Harmonized Sales Tax recoveries).

 

The issuance of this non-competitive contract was a matter of extreme urgency to expedite snow removal and cleanup following the January 25-26, 2026 major snowstorm, which produced approximately 60 centimetres of snow. This, combined with the major snowstorm of January 14-15, 2026, brought the total snowfall for January to approximately 90 centimetres city-wide. By expediting snow removal, the risk to public safety is reduced as well as increases in mobility.

 

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 contract award is $942,425 net of all taxes and charges. The total cost to the City is $959,012 net of Harmonized Sales Tax recoveries.

 

Funding for this contract has been identified in the 2026 Operating Budget for Transportation Services, as summarized in Table 1 below: 

 

Table 1: Financial Impact Summary

 

Cost Centre

Description

Total (net of Harmonized Sales Tax recoveries)

TS6000

Winter and Seasonal Services

$959,012

 

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

Background Information

(March 2, 2026) Revised Report from the General Manager, Transportation Services, and the Chief Procurement Officer, on Emergency Non-Competitive Contract with Webber Infrastructure Management Canada Limited for Snow Removal Services
https://www.toronto.ca/legdocs/mmis/2026/gg/bgrd/backgroundfile-284894.pdf
(February 26, 2026) Report from the General Manager, Transportation Services, and the Chief Procurement Officer, on Emergency Non-Competitive Contract with Webber Infrastructure Management Canada Limited for Snow Removal Services
https://www.toronto.ca/legdocs/mmis/2026/gg/bgrd/backgroundfile-284798.pdf

GG27.20 - Introduction of By-law

Consideration Type:
ACTION
Schedule Type:
Delegated
Wards:
All

Summary

The General Government Committee will introduce confirming bill.

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