General Government Committee

Meeting No.:
28
Contact:
Matthew Green, Committee Administrator
Meeting Date:
Wednesday, April 8, 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

GG28.1 - Summary of Open Competitive Awards Made by the Chief Procurement Officer from February 14th to March 6th, 2026

Decision Type:
ACTION
Status:
Adopted
Wards:
All

Committee Decision

The General Government Committee:

 

1. Received the report (March 23, 2026) from the Chief Procurement Officer for information.

Origin

(March 23, 2026) Report from the Chief Procurement Officer

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 February 14th to March 6th, 2026, under the authority of the Chief Procurement Officer.  During this period, the Chief Procurement Officer leveraged their authority for 17 various awards detailed in Attachment 1 that include award amounts ranging from $0.596 million to $13.9 million in value.

Background Information

(March 23, 2026) Report from the Chief Procurement Officer on Summary of Open Competitive Awards Made by the Chief Procurement Officer from February 14th to March 6th, 2026
https://www.toronto.ca/legdocs/mmis/2026/gg/bgrd/backgroundfile-285440.pdf
Revised Attachment 1 - Summary of Awards Table
https://www.toronto.ca/legdocs/mmis/2026/gg/bgrd/backgroundfile-285863.pdf
Attachment 1 - Summary of Awards Table
https://www.toronto.ca/legdocs/mmis/2026/gg/bgrd/backgroundfile-285441.pdf

GG28.2 - Amendment to Purchase Order 6051950 with WSP Canada Inc., for Engineering Services for the Rehabilitation and Upgrades of Eight Group Seven Sewage Pumping Stations at Various Locations

Decision Type:
ACTION
Status:
Adopted
Wards:
1 - Etobicoke North, 2 - Etobicoke Centre, 3 - Etobicoke - Lakeshore, 13 - Toronto Centre, 16 - Don Valley East, 19 - Beaches - East York

Committee Decision

The General Government Committee:

 

1. In accordance with section 71-11.1C of Toronto Municipal Code, Chapter 71 (Financial Control), authorized the General Manager, Toronto Water to amend Purchase Order 6051950 issued to WSP Canada Inc., for additional contract administration and full-time site inspection services by increasing the overall value by $1,764,477 net of all applicable taxes and charges ($1,795,532 net of Harmonized Sales Tax recoveries), revising the current Purchase Order value from $3,180,416 net of all applicable taxes and charges ($3,236,392 net of Harmonized Sales Tax recoveries) to $4,944,893 net of all applicable taxes and charges ($5,031,924 net of Harmonized Sales Tax recoveries).

Origin

(March 23, 2026) Report from the General Manager, Toronto Water, and the Chief Procurement Officer

Summary

This report is seeking authority to amend Purchase Order 6051950 issued to WSP Canada Inc., for work awarded through Request for Proposal Number 9117-18-7018 for Engineering Services for the Rehabilitation and Upgrade of Eight (8) Group Seven (7) Sewage Pumping Stations across Toronto.

 

This amendment is required due to the requested scope delivery change. The original scope anticipated a single construction contract with a two-year duration. Construction services included comprehensive project management, contract administration, engineering support, and full-time inspection services for all eight stations and associated detention tanks. During the design and tender phase, the City directed that the work be divided into four (4) smaller and more manageable construction contracts instead of one (1) large contract. This approach helps mitigate risks related to operational requirements, agency approvals, budget constraints, and design considerations. However, this change requires additional contract administration and full-time site inspection services and reduces some economies of scale.

 

After a thorough review of the remaining work, the construction and post-construction services for Contracts 3 and 4 were removed from scope. The removed work for construction and post-construction services for these contracts will either be issued later as a separate assignment to allow for competitive bidding and to better align with the outcomes of the design activities or be carried out by City staff. Activities related to Contracts 1 and 2 remain unchanged.

 

The total value of the requested amendment for Purchase Order 6051950 is $1,764,477 net of all applicable taxes and charges ($1,795,532 net of Harmonized Sales Tax recoveries), revising the current value of Purchase Order 6051950 from $3,180,416 net of all applicable taxes and charges ($3,236,392 net of Harmonized Sales Tax recoveries) to $4,944,893 net of all applicable taxes and charges ($5,031,924 net of Harmonized Sales Tax recoveries).

Background Information

(March 23, 2026) Report from the General Manager, Toronto Water, and the Chief Procurement Officer on Amendment to Purchase Order 6051950 with WSP Canada Inc., for Engineering Services for the Rehabilitation and Upgrades of Eight Group Seven Sewage Pumping Stations at Various Locations
https://www.toronto.ca/legdocs/mmis/2026/gg/bgrd/backgroundfile-285460.pdf

GG28.3 - Amendment to Purchase Order Number 6052967 with Coolearth Architecture Inc., for the Mount Dennis Early Learning and Child Care Centre Project

Decision Type:
ACTION
Status:
Adopted
Ward:
5 - York South - Weston

Committee Decision

The General Government Committee:

 

1. Authorized the Executive Director, Corporate Real Estate Management to:

 

a. settle the additional services claims by Coolearth Architecture Inc., through the payment of $374,449 net of all applicable taxes and charges ($381,039 net of Harmonized Sales Tax recoveries), for contract administration services provided up to and including May 31, 2025, and to pay for professional services to be rendered until the completion of the Mount Dennis Child Care Centre project and any related dispute resolution or litigation process; and

 

b. amend Purchase Order Number 6052967 issued to Coolearth Architecture Inc., in accordance with section 71-11.1C of Toronto Municipal Code, Chapter 71 (Financial Control), to settle the claims identified in part 1a. above, by increasing the overall value by the same amount of $374,449 net of all applicable taxes and charges ($381,039 net of Harmonized Sales Tax recoveries) increasing the current purchase order value from $295,910 net of all applicable taxes and charges ($301,118 net of Harmonized Sales Tax recoveries) to $670,359 net of all applicable taxes and charges ($682,157 net of Harmonized Sales Tax recoveries) and extending its contract period to December 31, 2027.

Origin

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

Summary

The purpose of this report is to request authority to amend Purchase Order Number 6052967 issued to Coolearth Architecture Inc. (“Coolearth”) for continued professional services related to the Mount Dennis Early Learning and Child Care Centre (the “MDCCC”) project at 1234 Weston Road, Toronto. This includes ongoing contract administration and oversight for required corrective work to address outstanding deficiencies, which are minor and do not impact the safety or operational readiness of the facility. As a result, the Mount Dennis Early Learning and Child Care Centre opened to the public in September 2025.

 

The Mount Dennis Early Learning and Child Care Centre project was delivered with Coolearth serving as prime consultant, and M.J. Dixon Construction Ltd. (“MJ Dixon”) as general contractor. Construction began in June 2020 during the COVID-19 pandemic, resulting in delays related to public health restrictions and supply chain disruptions. These issues were managed through the resolution provisions in the contract between the City and MJ Dixon. The project reached substantial completion in September 2024, 17 months beyond the anticipated completion date.

 

Upon substantial completion, the City identified several outstanding deficiencies for MJ Dixon to address. Despite formal notice of default in June 2025, MJ Dixon did not resolve the deficiencies within the required timeline and was formally terminated in July 2025.

 

City staff, with Coolearth’s support, estimate the cost to correct all deficiencies at approximately $386,978 (net of Harmonized Sales Tax). This amount has been withheld from MJ Dixon, who disputes both the validity and valuation of the identified items. The parties are engaged in dispute resolution, with the potential for litigation should the matter not be resolved.

 

As a result of the extended construction period, Coolearth has submitted a claim to increase its fee for contract administration services, reflecting an additional 17 months beyond the original anticipated completion date. In addition, Coolearth continues to oversee completion of the corrective work through alternate contractors and to support the City in its ongoing dispute‑resolution process with MJ Dixon.

 

The requested purchase order amendment amount includes the claim for past services rendered as well as future services as required to oversee the completion of the corrective work. After several months of detailed review and negotiations, City staff recommend a purchase order amendment in the amount of $374,449 net of all applicable taxes and charges ($381,039 net of Harmonized Sales Tax recoveries), increasing the current purchase order value from $295,910 net of all applicable taxes and charges ($301,118 net of Harmonized Sales Tax recoveries) to $670,359 net of all applicable taxes and charges ($682,157 net of Harmonized Sales Tax recoveries). Staff also recommend extending its contract period to December 31, 2027 to enable sufficient time to correct the outstanding deficiencies, continue to work through the dispute resolution process and any potential litigation support if City staff determine their assistance is necessary and appropriate.

Background Information

(April 1, 2026) Revised Report from the Executive Director, Corporate Real Estate Management, and the Chief Procurement Officer, on Amendment to Purchase Order Number 6052967 with Coolearth Architecture Inc., for the Mount Dennis Early Learning and Child Care Centre Project
https://www.toronto.ca/legdocs/mmis/2026/gg/bgrd/backgroundfile-285790.pdf
(March 23, 2026) Report from the Executive Director, Corporate Real Estate Management, and the Chief Procurement Officer, on Amendment to Purchase Order Number 6052967 with Coolearth Architecture Inc., for the Mount Dennis Early Learning and Child Care Centre Project
https://www.toronto.ca/legdocs/mmis/2026/gg/bgrd/backgroundfile-285475.pdf

GG28.4 - Purchase Order Amendments for Professional Services and Non-Competitive Contract with Jordan Sook Studios Inc., for the Provision of Public Art - New Etobicoke Civic Centre

(Submitted for City Council Consideration on April 22, 2026)
Decision Type:
ACTION
Status:
Adopted
Ward:
3 - Etobicoke - Lakeshore

Committee Recommendations

The General Government Committee recommends that:

 

1. City Council, in accordance with Section 71- 11.C of Toronto Municipal Code, Chapter 71 (Financial Control), grant authority to the Executive Director, Corporate Real Estate Management to amend Purchase Order Number 6053353 with Adamson Associates Architects, increasing the current purchase order value by $1,705,928 net of all applicable taxes ($1,735,952 net of Harmonized Sales Tax recoveries) revising the total purchase order value from $20,234,075 net of all applicable taxes ($20,590,194 net of Harmonized Sales Tax recoveries) to $21,940,002 net of all applicable taxes ($22,326,146 net of Harmonized Sales Tax recoveries).

 

2. City Council, in accordance with Section 71- 11.C of Toronto Municipal Code, Chapter 71 (Financial Control), grant authority to the Executive Director, Corporate Real Estate Management to amend Purchase Order Number 6053178 with MGAC Canada ULC, increasing the current purchase order value by $2,310,827 net of all applicable taxes ($2,351,498 net of Harmonized Sales Tax recoveries) revising the total purchase order value from $5,018,707 net of all applicable taxes ($5,107,036 net of Harmonized Sales Tax recoveries) to $7,329,534 net of all applicable taxes ($7,458,533 net of Harmonized Sales Tax recoveries).

 

3. City Council authorize the General Manager, Economic Development and Culture, to negotiate and execute a non-competitive agreement with Jordan Sook Studios for the provision of public art in the amount of $514,250 net of all applicable taxes and charges ($523,301 net of Harmonized Sales Tax recoveries) for a term beginning at the date of the contract award to September 1, 2028, with the option to extend for an additional one-year period, on terms and conditions satisfactory to the General Manager, Economic Development and Culture, and in a form satisfactory to the City Solicitor.  

Origin

(March 23, 2026) Report from the Executive Director, Corporate Real Estate Management, the General Manager, Economic Development and Culture, and the Chief Procurement Officer

Summary

The new Etobicoke Civic Centre is a hallmark City-building project, located within the newly redeveloped Etobicoke Civic Centre precinct (formerly the Westwood Theatre Lands). It is the focal point of the Six Points development in Etobicoke Centre, a City building project that features the delivery of the City Council adopted initiatives HousingNow, and TransformTO. The new Etobicoke Civic Centre, located at 3755 Bloor Street West, is designed as a mixed-use building comprising of office spaces, a multi-purpose council chamber, a childcare centre, library, public health clinic, recreation centre, retail spaces and a civic square located steps away from a new affordable housing community.

 

In December 2023, City Council approved the award for general contracting services to Multiplex Construction Canada Limited (Multiplex) and construction of the new Etobicoke Civic Centre commenced in March 2024. Construction has advanced to the above‑grade phase, with concrete work on the podium floors nearing completion. As vertical construction continues, the pace of activity is expected to accelerate over the coming months. The building exterior is in production with installation planned to begin later this year. The project currently remains on budget and on schedule.

 

The purpose of this report is to seek the necessary procurement authorities to amend the following existing purchase order agreements for contract administration and project management services to proactively strengthen elements of project delivery (e.g. extending the warranty period, enhancing contract administration and project management oversight services) and address client‑driven program and functional changes that emerged after the design was completed:

 

- Amendment to Purchase Order Number 6053353 with Adamson Associates Architects (Adamson) to perform additional construction contract oversight services associated with the construction of the new Etobicoke Civic Centre. The total value of the purchase order amendment being requested is $1,705,928 net of all applicable taxes and charges ($1,735,952 net of Harmonized Sales Tax recoveries), revising the current purchase order value from $20,234,075 net of all applicable taxes ($20,590,194 net of Harmonized Sales Tax recoveries) to $21,940,002 net of all applicable taxes ($22,326,146 net of Harmonized Sales Tax recoveries).

 

- Amendment to Purchase Order Number 6053178 with MGAC Canada ULC (MGAC), to perform continued project management services associated with the construction of the new Etobicoke Civic Centre. The total value of the purchase order amendment for MGAC being request is $2,310,827 net of all applicable taxes and charges ($2,351,498 net of Harmonized Sales Tax recoveries), revising the current purchase order value from $5,018,707 net of all applicable taxes ($5,107,036 net of Harmonized Sales Tax recoveries) to $7,329,534 net of all applicable taxes ($7,458,533 net of Harmonized Sales Tax recoveries).

 

Strategic project management efforts generated cost savings from other project components that fully offset the requested purchase order amendments, enabling staff to proactively take measures to ensure the project remains positioned for successful delivery on budget and on time which is currently anticipated for the end of 2028. City Council approval is required to amend the purchase orders, in accordance with Section 71-11.1C of the Toronto Municipal Code, Chapter 71 Financial Control By-Law, where the current request exceeds the allowable threshold of $500,000.

 

Additionally, this report seeks authority to enter into the following non-competitive contract for the provision of public art to be displayed in the multi-level atrium of the new Etobicoke Civic Centre:

 

- Non-competitive contract with Jordan Sook Studios for the provision of public art at the new Etobicoke Civic Centre in the amount of $514,250 net of all applicable taxes and charges.

 

Jordan Sook Studios was selected through a national design competition led by Economic Development and Culture in collaboration with Corporate Real Estate Management to create a landmark public sculpture that will be displayed in the multi-level atrium of the new Etobicoke Civic Centre. The competition was conducted following Economic Development and Culture's established practices for commissioning public art works, in alignment with the Council-approved Public Art Strategy. Under Municipal Code Chapter 195-7.1.(M), Procurement, a non-competitive procurement may be used to award a contract to the winner of a design contest, provided that the contest is organized in a manner that is consistent with the principle of fair competition contained in the Chapter, in particular relating to public advertising; and the participants are judged by an independent jury with a view to a design contract being awarded to a winner.

 

City Council approval is required to award the contract, in accordance with Municipal Code Chapter 195, Procurement, Article 7, Section 195.7.3 (D) and to make a commitment as per the Toronto Municipal Code, Chapter 71, Financial Control, Section 71-11(A), where the request exceeds the threshold of $500,000 net of Harmonized Sales Tax.

Background Information

(March 23, 2026) Report from the Executive Director, Corporate Real Estate Management, the General Manager, Economic Development and Culture, and the Chief Procurement Officer, on Purchase Order Amendments for Professional Services and Non-Competitive Contract with Jordan Sook Studios Inc., for the Provision of Public Art - New Etobicoke Civic Centre
https://www.toronto.ca/legdocs/mmis/2026/gg/bgrd/backgroundfile-285534.pdf

GG28.5 - Amendment to Non-Competitive Blanket Contract 4300000085 with City Dispensers Inc., for the Non-Exclusive Supply and Delivery of Prescription Eyewear for Toronto Employment and Social Services

(Submitted for City Council Consideration on April 22, 2026)
Decision Type:
ACTION
Status:
Adopted
Wards:
All

Committee Recommendations

The General Government Committee recommends that:

 

1. City Council, in accordance with Section 71-11.1.C of Toronto Municipal Code, Chapter 71 (Financial Control), grant authority to the General Manager, Toronto Employment and Social Services to amend Blanket Contract 4300000085 issued to City Dispensers Inc., for the supply and delivery of prescription eyewear, to extend the expiry date from May 31, 2026 to February 28, 2027 and increase the contract value by $1,500,000 net of all taxes and charges, increasing the value from $500,000 to $2,000,000 net of all applicable taxes and charges.

Origin

(March 23, 2026) Report from the General Manager, Toronto Employment and Social Services, and the Chief Procurement Officer

Summary

The purpose of this report is to request authority to amend Blanket Contract 4300000085 to City Dispensers Inc., for the supply and delivery of prescription eyewear for Toronto Employment and Social Services Division. The total amendment value being requested is $1,500,000 net of all taxes and charges, increasing this non-competitive contract from $500,000 to $2,000,000 net of all applicable taxes and charges and to extend the expiry date from May 31, 2026 to February 28, 2027.

 

This amendment will enable staff to explore new, innovative ways to deliver vision care benefits in 2027 while avoiding any service interruption concerning the supply and delivery benefit. City Dispensers Inc., has confirmed their willingness to extend services under the same terms and conditions for the duration of the contract period.

 

As part of the Ontario Works program, Toronto Employment and Social Services delivers medical benefits to residents in receipt of Ontario Works, Ontario Disability Support Program, and low-income earners not in receipt of social assistance. One of the key medical benefits provided are eyeglasses. In 2025, over 8,000 clients were provided vision care benefits with the associated costs covered by the Province.

Background Information

(March 23, 2026) Report from the General Manager, Toronto Employment and Social Services, and the Chief Procurement Officer, on Amendment to Non-Competitive Blanket Contract 4300000085 with City Dispensers Inc., for the Non-Exclusive Supply and Delivery of Prescription Eyewear for Toronto Employment and Social Services
https://www.toronto.ca/legdocs/mmis/2026/gg/bgrd/backgroundfile-285464.pdf

Communications

(April 8, 2026) E-mail from Nicole Corrado (GG.Supp)

GG28.6 - Non-Competitive Extension with Moneris Solutions Corporation for Payment Processing Services

(Submitted for City Council Consideration on April 22, 2026)
Decision Type:
ACTION
Status:
Adopted
Wards:
All

Committee Recommendations

The General Government Committee recommends that:

 

1. City Council authorize the Controller and Chief Accountant in accordance with Section 195-7.1(E.) of Toronto Municipal Code Chapter 195 (Procurement), to negotiate and execute a non-competitive agreement with Moneris Solutions Corporation for payment processing services, merchant services, and all related equipment and services for a non-competitive contract extension term of three years from January 1, 2027 to December 31, 2029 with no additional renewal periods for a total potential cost of $2,000,000, net of all applicable taxes and charges ($2,035,200, net of Harmonized Sales Tax recoveries), on terms and conditions satisfactory to the Controller and Chief Accountant, in a form satisfactory to the City Solicitor.

Origin

(March 23, 2026) Report from the Controller and Chief Accountant, and the Chief Procurement Officer

Summary

The purpose of this report is to seek City Council authority for the Controller and Chief Accountant to enter into a non-competitive agreement with Moneris Solutions Corporation (“Moneris”) for payment processing services, merchant services, and all related equipment and support from January 1, 2027 to December 31, 2029.

 

The City’s contract with its payment processor, Moneris, is set to expire on December 31, 2026. The contract with Moneris was initially awarded in 2016 following a competitive procurement conducted through Request for Proposal Number 3401- 16-3008.  

 

In anticipation of contract expiration, a competitive procurement for payment processing services commenced in June 2024. However, the procurement was paused as staff focused on exploring opportunities to modernize the City’s payments landscape. This work is ongoing, and as a result, staff require a non-competitive agreement with Moneris to support continuity of services to process credit and debit card payments. The three-year contract extension term will provide sufficient time for City staff to complete a new competitive procurement in alignment with broader organizational initiatives aimed at enhancing the City’s overall payment environment.

 

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

Background Information

(March 23, 2026) Report from the Controller and Chief Accountant, and the Chief Procurement Officer, on Non-Competitive Extension with Moneris Solutions Corporation for Payment Processing Services
https://www.toronto.ca/legdocs/mmis/2026/gg/bgrd/backgroundfile-285467.pdf

GG28.7 - Non-Competitive Agreements Required to Support the Existing and New Electric Ferries

(Submitted for City Council Consideration on April 22, 2026)
Decision Type:
ACTION
Status:
Amended
Wards:
All

Committee Recommendations

The General Government Committee recommends that:

 

1. City Council authorize the General Manager, Fleet Services, to negotiate and execute a non-competitive agreement with Bureau Veritas Marine (Canada) Inc., for marine survey and certification services, including issuance of Canadian Maritime Documentation on behalf of Transport Canada, for an initial term from June 1, 2026, to May 31, 2027, with four (4) optional one-year renewal periods, for a total potential cost of $1,017,845 net of Harmonized Sales Tax recoveries ($1,000,241 net of Harmonized Sales Tax, $1,130,272 including all taxes and charges), on terms and conditions satisfactory to the General Manager, Fleet Services, and in a form satisfactory to the City Solicitor.

 

2. City Council authorize the General Manager, Fleet Services, to negotiate and execute a non-competitive agreement with Lloyd's Register Canada Limited for marine survey and certification services, including issuance of Canadian Maritime Documentation on behalf of Transport Canada, for an initial term from June 1, 2026, to May 31, 2027, with four (4) optional one-year renewal periods, for a total potential cost of $1,596,314 net of Harmonized Sales Tax recoveries ($1,568,705 net of Harmonized Sales Tax, $1,772,637 including all taxes and charges), on terms and conditions satisfactory to the General Manager, Fleet Services, and in a form satisfactory to the City Solicitor.

 

3. City Council authorize the General Manager, Fleet Services, to negotiate and execute a non-competitive agreement with Ontario Shipyards Inc., for the non-exclusive supply of labour, equipment, materials, dry docking services, warranty and non-warranty repairs, transportation, permits, and incidentals required for vessel maintenance for an initial term from June 1, 2026, to May 31, 2027, with four (4) optional one-year renewal periods, for a total potential cost of $8,799,461 net of Harmonized Sales Tax recoveries ($8,647,269 net of Harmonized Sales Tax, $9,771,414 including all taxes and charges), on terms and conditions satisfactory to the General Manager, Fleet Services, and in a form satisfactory to the City Solicitor.

 

4. City Council authorize the General Manager, Fleet Services, to negotiate and execute a non-competitive agreement with Aspin Kemp and Associates Inc., for the non-exclusive supply of labour, parts, equipment, diagnostics, repairs, training, travel, and Original Equipment Manufacturer warranty and non-warranty services for the Shore Electrical System, Automatic Shore Charging System Towers and Vessel Electrical System, for an initial term from June 1, 2026, to May 31, 2027, with four (4) optional one-year renewal periods, for a total potential cost of $6,070,337 net of Harmonized Sales Tax recoveries ($5,965,347 net of Harmonized Sales Tax, $6,740,842 including all taxes and charges), on terms and conditions satisfactory to the General Manager, Fleet Services, and in a form satisfactory to the City Solicitor.

Decision Advice and Other Information

The General Manager, Fleet Services, gave a presentation on Non-Competitive Agreements Required to Support the Existing and New Electric Ferries.

 

The General Government Committee:

 

1. Requested the General Manager, Fleet Services, report directly to the April 22, 23 and 24, 2026 meeting of City Council with an overview of the Capital and Operating costs of the ferry fleet, including specific costs or savings attributable to electrification.

Origin

(March 23, 2026) Report from the General Manager, Fleet Services, and the Chief Procurement Officer

Summary

The purpose of this report is to seek authority for the General Manager, Fleet Services, to enter into four (4) separate non-competitive agreements required to ensure the safe, reliable, and compliant operation of the City of Toronto's ferry services. These agreements support regulatory certification, vessel maintenance and repair, and specialized electrical systems support for both the existing and new electrical ferries entering service in 2026 and 2027.

 

The agreements are required to meet legislative obligations under the Canada Shipping Act, 2001 (CSA 2001), including maintaining continuity with existing certification service providers and ensuring access to specialized infrastructure, as well as securing Original Equipment Manufacturer support that cannot be competitively sourced.

 

The General Manager, Fleet Services and the Chief Procurement Officer support and recommend non-competitive procurements for the services noted in this report, to:

 

- Align with industry best practices;

 

- Maintain critical business continuity, particularly important during an upcoming and sustained critical period (i.e., 2026 FIFA World Cup and the arrival of two new vessels); and,

 

- Respond to unique market conditions where no other suitable vendor can deliver certain ferry services needed by the City.

 

The General Manager, Fleet Services, and the Chief Procurement Officer support and recommend non-competitive procurements for the following:

 

- Bureau Veritas Marine (Canada) Inc., and Lloyd's Register Canada Limited to provide mandatory marine surveys, inspections, and certification services under the CSA 2001 through the Delegated Statutory Inspection Program. Continuity with current Classification Societies aligns with industry best practice and avoids significant operational and regulatory risks.

 

- Ontario Shipyards Inc., to provide required dry docking and ship repair services. This is the only facility on Lake Ontario capable of accommodating the size and weight of the new electric ferries.

 

- Aspin Kemp and Associates Inc., (AKA Energy Systems) to provide Original Equipment Manufacturer warranty and non-warranty maintenance, diagnostics, repair, training and parts for the ferry electrical and charging systems, including the Shore Electrical System, Automatic Shore Charging System, and Vessel Electrical System.

 

The initial term for each agreement will be from June 1, 2026, to May 31, 2027, with the option to renew each agreement for four (4) additional one (1) year periods.

 

The total combined cost to the City for the initial term is $4,060,288 net of Harmonized Sales Tax recoveries ($3,990,063 net of Harmonized Sales Tax, $4,508,771 including all taxes and charges). The total combined potential cost, including all renewal options, is $17,483,958 net of Harmonized Sales Tax recoveries ($17,181,562 net of Harmonized Sales Tax, $19,415,165 including all taxes and charges).

 

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

 

Adoption of the recommendations in this report will enable Fleet Services to continue delivering safe, reliable, and compliant ferry service to Toronto Island residents and visitors.

Background Information

(March 23, 2026) Report from the General Manager, Fleet Services, and the Chief Procurement Officer, on Non-Competitive Agreements Required to Support the Existing and New Electric Ferries
https://www.toronto.ca/legdocs/mmis/2026/gg/bgrd/backgroundfile-285529.pdf
(April 8, 2026) Staff Presentation from the General Manager, Fleet Services, and the Chief Procurement Officer, on Non-Competitive Agreements Required to Support the Existing and New Electric Ferries
https://www.toronto.ca/legdocs/mmis/2026/gg/bgrd/backgroundfile-285872.pdf

GG28.8 - Non-Competitive Contract with Microsoft Canada Inc., for M365 Software Licenses, Cloud Subscriptions, and Support Services

(Submitted for City Council Consideration on April 22, 2026)
Decision Type:
ACTION
Status:
Adopted
Wards:
All

Confidential Attachment - The attachment to this report contains a plan in the form of a strategic approach as well as an instruction to be applied to negotiations carried on or to be carried on by or on behalf of the City of Toronto. The instruction includes financial information which, if disclosed, could reasonably be expected to significantly prejudice the City’s negotiating position or interfere with contractual arrangements and other negotiations undertaken by the City of Toronto.

Committee Recommendations

The General Government Committee recommends that:

 

1. City Council authorize the Chief Technology Officer in accordance with Section 195-7.1(C) of Toronto Municipal Code Chapter 195 (Procurement), to negotiate and enter into an agreement with Microsoft Canada Inc., commencing from June 1, 2026 for a contract term of five (5) years in total which may include three (3) years initial with the option to extend for two (2) additional one-year periods, for up to the total amount set out in Confidential Attachment 1 to the report (March 23, 2026) from the Chief Technology Officer, and the Chief Procurement Officer, subject to terms and conditions in a form satisfactory to the Chief Technology Officer and City Solicitor.

 

2. City Council direct that Confidential Attachment 1 to the report (March 23, 2026) from the Chief Technology Officer, and the Chief Procurement Officer, remain confidential in its entirety as it pertains to a strategic negotiation approach including financials.

 

3. City Council authorize the Chief Technology Officer to amend the authority for the Chief Technology Officer under GG24.9 with Microsoft Canada Inc., for Unified Support to extend the contract term for an additional five (5) months from December 31, 2030 to May 31, 2031 with no increase in the contract value.

Origin

(March 23, 2026) Report from the Chief Technology Officer, and the Chief Procurement Officer

Summary

The purpose of this report is to request City Council authority to:

 

- Enter into a non-competitive contract with Microsoft Canada Inc., ("Microsoft"), a Canadian business subsidiary, for software licenses, cloud subscriptions, and support services for five (5) years in total which may include three (3) years initial with the option to extend for two (2) additional one-year periods.

 

- Amend authority previously approved under GG24.9 for Microsoft Unified Support, extending it by an additional five (5) months with no increase in the contract value, to ensure access to the enterprise support service for Microsoft products for the full duration of the proposed non-competitive Microsoft agreement.

 

Microsoft 365 (M365) is a set of cloud‑based solutions and applications that help staff communicate and collaborate with each other, including Outlook, MS Teams, SharePoint, OneDrive, and Office applications like Word, Excel, and PowerPoint. The City’s current agreement with Microsoft provides access and support to these tools for about 32,000 City staff. The current contract expires on May 31, 2026.

 

A non-competitive agreement directly with Microsoft is recommended to secure favourable commercial terms and enhanced discounts not offered through resellers. This proposed non‑competitive contract ensures uninterrupted access to these essential services and allows the City to purchase additional pay‑per‑use Microsoft tools (e.g., Copilot, Power BI, etc.), when there is a business need.

 

The total contract value is outlined in Confidential Attachment 1. This report also seeks the establishment of a total ceiling authority, with no commitment to spend the full amount. The Technology Services Division engaged an independent third-party firm to provide objective market insight to ensure the City negotiates fair and competitive pricing.

 

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

Background Information

(March 23, 2026) Report from the Chief Technology Officer and the Chief Procurement Officer, on Non-Competitive Contract with Microsoft Canada Inc., for M365 Software Licenses, Cloud Subscriptions, and Support Services
https://www.toronto.ca/legdocs/mmis/2026/gg/bgrd/backgroundfile-285462.pdf
Confidential Attachment 1

GG28.9 - Non-Competitive Contract with Upland Software Inc., for Telecom Expense Management Service

(Submitted for City Council Consideration on April 22, 2026)
Decision Type:
ACTION
Status:
Adopted
Wards:
All

Committee Recommendations

The General Government Committee recommends that:  

 

1. City Council authorize the Chief Technology Officer to negotiate and enter into a non-competitive agreement with Upland Software Inc. / Logiciels Upland Inc., in the amount of $2,625,000 net of all taxes and applicable charges ($2,671,200 net of Harmonized Sales Tax Recoveries) for a three (3) year period, commencing on December 1, 2026, with two (2) additional one (1) year optional periods, on terms and conditions satisfactory to the Chief Technology Officer and in a form satisfactory to the City Solicitor.

Origin

(March 23, 2026) Report from the Chief Technology Officer, and the Chief Procurement Officer

Summary

The purpose of this report is to request City Council authority to enter into a non-competitive contract with Upland Software Inc. / Logiciels Upland Inc., for Cimpl, a Telecom Expense Management Service, for a term of three (3) years with option to extend the contract by two (2) additional one (1) year periods in the value of $2,625,000 net of all taxes and applicable charges ($2,671,200 net of Harmonized Sales Tax Recoveries).

 

Cimpl was procured through competitive Request for Proposal Number 3405-19-0085 in 2020. Cimpl provides the City with a platform to manage the full lifecycle of monthly expenses for network, telephony, Voice over IP, and wireless for all City Divisions. It is integrated into existing workflows and tools, like SAP and ServiceNow, to ensure effective expense management and compliance with AU16.16 - Controls Over Telecommunication Expenses Need Improvement.

 

This report recommends proceeding with a non-competitive agreement with Upland Software Inc., to ensure continuity of access to this integrated platform.

 

A non-competitive procurement may be undertaken where both the proposed procurement and supplier can be justified in good faith based on an exception set out in Toronto Municipal Code Chapter 195, Procurement. This procurement will be proceeding under the exception related to Exclusive Rights, where Upland Software Inc. / Logiciels Upland Inc., and the City have determined in good faith that both the proposed procurement and the selected supplier, along with the terms and conditions of the contract, are beneficial to the City (Toronto Municipal Code, Chapter 195, Procurement, Section 7.1.C).

 

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

Background Information

(March 23, 2026) Report from the Chief Technology Officer and the Chief Procurement Officer on Non-Competitive Contract with Upland Software Inc., for Telecom Expense Management Service
https://www.toronto.ca/legdocs/mmis/2026/gg/bgrd/backgroundfile-285461.pdf

GG28.10 - Non-Competitive Contract with Wajax Limited for Repairs, Maintenance, Service Calls and Authorized Warranty Work on Allison Automatic Transmissions for Toronto Fire Services

(Submitted for City Council Consideration on April 22, 2026)
Decision Type:
ACTION
Status:
Adopted
Wards:
All

Committee Recommendations

The General Government Committee recommends that:  

 

1. City Council authorize the Fire Chief and General Manager, Toronto Fire Services to negotiate and enter into an agreement with Integrated Distribution Systems LP, operating as Wajax Limited, and other business names ("Wajax Limited")  for the supply and delivery of, on an as and when required basis, of the Repairs, Maintenance, Service Calls, and Authorized Warranty Work, concerning automatic transmissions manufactured by Allison Transmissions Inc., (the "Work"), in the maximum total amount of $1,167,038 net of all applicable taxes and charges ($1,187,578 net of Harmonized Sales Tax Recoveries) for the period commencing on June 1, 2026, and concluding on December 30, 2030, inclusive and otherwise on the terms and conditions satisfactory to the Fire Chief and General Manager, Toronto Fire Services, and in a form acceptable to the City Solicitor.

Origin

(March 23, 2026) Report from the Fire Chief and General Manager, Toronto Fire Services, and the Chief Procurement Officer

Summary

The purpose of this report is to seek City Council authority to permit the Fire Chief and General Manager, Toronto Fire Services to negotiate and enter into an agreement with Integrated Distribution Systems LP, operating as Wajax Limited, Wajax Equipment and Wajax Power Systems and Wajax Power Systems for the supply, on an as and when needed basis, of all Original Equipment Manufacturer parts, labour, materials, equipment and supplies, necessary to perform repairs, maintenance, service calls and authorized warranty work (the "Work") concerning automatic transmissions manufactured by Allison Transmissions Inc., for Toronto Fire Services firefighting apparatus. The total value of the agreement is in the maximum total amount of $1,167,038 net of all applicable taxes and charges ($1,187,578 net of Harmonized Sales Tax Recoveries).

 

Toronto Fire Services operates a fleet of approximately 190 firefighting apparatus, all of which utilize Allison brand transmissions. The City currently has an existing agreement with Wajax Limited for the supply and delivery of Repairs, Maintenance, Service Calls, and Authorized Warranty Work for automatic transmissions manufactured by Allison Transmissions Inc., with respect to Toronto Fire Services vehicles. The term of the current agreement concludes as of November 30, 2026. Allison Transmissions Inc., has identified to the City that Wajax Limited has an agreement with Allison Transmission Inc., for the exclusive right to provide maintenance and Original Equipment Manufacturer parts for automatic Transmissions manufactured by Allison Transmissions Inc., within Ontario, and that this arrangement is set to expire as of December 31, 2030.

 

Therefore, it is not practical to commence a competitive procurement process at this time, as there is only one (1) available supplier. A further agreement with Wajax Limited, the current exclusive supplier for the necessary goods and services is required to ensure that the City can continue to receive the critical parts and service required to maintain the Allison brand transmissions in the Toronto Fire Services fleet of firefighting apparatus. Toronto Fire Services believes that any gaps between the current contract and the future contract should be avoided as such gaps in necessary goods and services could potentially compromise the safety and reliability of the firefighting apparatus.  The term of the agreement sought would be approximately four and a half (4.5) years and would commence as soon as possible due to the current rate of spend of the current agreement and conclude in accordance with the current exclusivity agreement between Allison Transmissions Inc., and Wajax Limited.

 

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

 

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

Background Information

(March 23, 2026) Report from the Fire Chief and General Manager, Toronto Fire Services, and the Chief Procurement Officer, on Non-Competitive Contract with Wajax Limited for Repairs, Maintenance, Service Calls and Authorized Warranty Work on Allison Automatic Transmissions for Toronto Fire Services
https://www.toronto.ca/legdocs/mmis/2026/gg/bgrd/backgroundfile-285470.pdf

GG28.11 - Non-Competitive Procurement Contract with Motorola Solutions Canada Inc., for the Provision of Enhanced Radio Communications Equipment at the St. Lawrence Market North Building

(Submitted for City Council Consideration on April 22, 2026)
Decision Type:
ACTION
Status:
Adopted
Ward:
13 - Toronto Centre

Committee Recommendations

The General Government Committee recommends that:

 

1. City Council grant authority to the Executive Director, Corporate Real Estate Management to enter into a non-competitive agreement with Motorola Solutions Canada Inc., for the design and installation of enhanced Toronto Radio Infrastructure Program equipment at the St. Lawrence Market North building, in the amount of $887,354 net of all applicable taxes and charges ($902,971 net of Harmonized Sales Tax recoveries), on terms and conditions satisfactory to the Executive Director, Corporate Real Estate Management, and in a form satisfactory to the City Solicitor.

Origin

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

Summary

The purpose of this report is to request City Council authority to enter into a Non-Competitive Procurement contract with Motorola Solutions Canada Inc., (Motorola), to deliver the technical design and installation of additional radio communication equipment to extend the existing Bi-Directional Amplifier system from the Toronto Radio Infrastructure Program within the St. Lawrence Market North building at 92 Front Street East.

 

Toronto Radio Infrastructure Program provides voice radio communications for the City's first responders and is a critical system used by Toronto Police Services, Toronto Fire and Toronto Paramedic Services to ensure public safety through coordinated emergency response. The program began implementation in 2012 and has been operational since 2015 providing reliable voice radio communications to the City's emergency services. 

 

The St. Lawrence Market North building reached substantial completion in November 2024. During the construction of the St. Lawrence Market North building, Motorola provided partial radio communication coverage connected to Toronto Radio Infrastructure Program. This was implemented and funded by the Toronto Police Services to cover specific building areas for their operational requirements. Following occupancy, Corporate Real Estate Management building staff, who utilize point-to-point radio communications and are not current Toronto Radio Infrastructure Program users at St. Lawrence Market North, identified areas requiring improved radio communication. These issues were not evident during construction.

 

Following a review and assessment of potential solutions, it was determined that the most reliable and cost-effective solution was to extend the Bi-Directional Amplifier system from specific areas in the building to all areas of the St. Lawrence Market North building. This solution ensures continuity of services, and maintains required technical and operational standards. As Motorola provided and installed the existing Bi-Directional Amplifier equipment connected to Toronto Radio Infrastructure Program and previously completed design work within the St. Lawrence Market North building, Motorola has a significant understanding of the building and the City’s equipment requirements for Toronto Radio Infrastructure Program compatibility.

 

The Purchasing and Materials Management Division has advised that an Non-Competitive Procurement is the appropriate procurement method as the original Blanket Contract 47016848 with Motorola did not allow for a piggyback purchase order amendment as per the Co-operative Purchasing Procedure. In addition, a piggyback purchase order amendment would not be permitted due to the scope of work not directly overlapping. Approval of this Non-Competitive Procurement will allow installation to begin in second quarter of 2026 with expected completion in the fourth quarter of 2026. Once complete, the St. Lawrence Market North building will have additional radio coverage to improve responsiveness and effectiveness of Corporate Real Estate Management's building staff during emergency situations and daily operations.

 

Non-competitive procurements may be undertaken where both the proposed procurement and supplier can be justified in good faith based on an exception set out in Toronto Municipal Code Chapter 195, Procurement. This procurement will be proceeding under the exception code related to “Compatibility” where both Motorola and the City have 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.E.)

 

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

Background Information

(March 23, 2026) Report from the Executive Director, Corporate Real Estate Management, and the Chief Procurement Officer, on Non-Competitive Procurement Contract with Motorola Solutions Canada Inc., for the Provision of Enhanced Radio Communications Equipment at the St. Lawrence Market North Building
https://www.toronto.ca/legdocs/mmis/2026/gg/bgrd/backgroundfile-285489.pdf

GG28.12 - Non-Competitive Contract with Bramic Creative Business Products Ltd., for the Provision and Installation of Specialized Dispatch Consoles and Related Maintenance Services for Paramedic Services

(Submitted for City Council Consideration on April 22, 2026)
Decision Type:
ACTION
Status:
Adopted
Wards:
All

Committee Recommendations

The General Government Committee recommends that:  

 

1. City Council authorize the Chief, Toronto Paramedic Services, to negotiate and enter into an agreement with Bramic Creative Business Products Ltd., for the provision and installation of Specialized Dispatch Consoles and Related Maintenance Services in the amount of $3,723,977 net of all applicable taxes and charges ($3,789,519 net of Harmonized Sales Tax recoveries). for a period of one (1) year from the date of award with the option to renew for four (4) additional one (1) year periods, on terms and conditions satisfactory to the Chief, Toronto Paramedic Services, and in a form satisfactory to the City Solicitor.

Origin

(March 25, 2026) Report from the Chief, Toronto Paramedic Services, and the Chief Procurement Officer

Summary

The purpose of this report is to request authority to enter into an agreement with Bramic Creative Business Products Ltd., for the provision and installation of Specialized Dispatch Consoles and Related Maintenance Services in the amount of $3,723,977 net of all applicable taxes and charges ($3,789,519 net of Harmonized Sales Tax recoveries), for a period of one (1) year from the date of award with the option to renew for four (4) additional one (1) year periods.

 

Toronto Paramedic Services' current dispatch consoles are manufactured by Bramic. The consoles continue to be used in a high-demand, 24/7 emergency dispatch environment and, as a result, experience ongoing wear and tear. As the manufacturer, Bramic holds exclusive rights and is the only vendor certified to provide servicing, parts and maintenance (including specialized cleaning) of the consoles. Procuring new dispatch consoles is necessary to support Toronto Paramedic Services’ growing workforce, rising 9-1-1 call volumes, and enhanced dispatch capabilities enabled by modernized layouts and workflows. This contract supports procurement of dispatch consoles required at the Backup Ambulance Communication Centre. The current Backup Ambulance Communications Centre is overcrowded and is undergoing a relocation and expansion within the same building to increase capacity to at least 40 workstations. The current agreement with Bramic Creative Business Products Ltd., will expire on December 31, 2026.

 

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 City of Toronto Municipal Code, Chapter 195, Procurement. This procurement will be proceeding under the exception related to compatibility where Bramic Creative Business Products Inc., and the City have 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 (Chapter 195, Section 195-7.1E).


City Council approval is required in accordance with the requirements of City of Toronto Municipal Code, Chapter 195, Procurement, as the current request for the Agreement would exceeds the threshold of $500,000 net of Harmonized Sales Tax as specified under Article 7, Section 195-7.3(D); and Chapter 71, Financial Control, Section 71-11(A). Further, the Agreement would result in an arrangement with the vendor in excess of the cumulative five-year commitment limit.

Background Information

(March 25, 2026) Report from the Chief, Toronto Paramedic Services, and the Chief Procurement Officer, on Non-Competitive Contract with Bramic Creative Business Products Ltd., for the Provision and Installation of Specialized Dispatch Consoles and Related Maintenance Services for Paramedic Services
https://www.toronto.ca/legdocs/mmis/2026/gg/bgrd/backgroundfile-285599.pdf

GG28.13 - 130 Merton Street - Designation of a Portion of the Property used by Senior Peoples' Resources in North Toronto as a Municipal Capital Facility

(Submitted for City Council Consideration on April 22, 2026)
Decision Type:
ACTION
Status:
Adopted
Ward:
12 - Toronto - St. Paul's

Committee Recommendations

The General Government Committee recommends that:

 

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

           

a. enter into a Municipal Capital Facility Agreement with Brigham Holdings Inc., the landlord, which leases approximately 10,295 square feet at 130 Merton Street, Suite 600 (the "Leased Premises") to the City of Toronto, used as a community centre; and

 

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

 

1. the commencement date of the Lease,

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

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

 

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

 

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

Origin

(March 13, 2026) Report from the Chief Financial Officer and Treasurer

Summary

This report seeks City Council’s authority to adopt the necessary By-law to designate a portion of the property owned by Brigham Holdings Inc., leased to the City, and used by Senior Peoples’ Resources in North Toronto, as a Municipal Capital Facility, and to provide an exemption from municipal and education taxes. The Municipal Capital Facility Agreement authorized by the By-law will provide a tax exemption for Unit 600, comprising approximately 10,295 square feet, located at 130 Merton Street.

 

The Senior Peoples' Resources in North Toronto located at 130 Merton Street, Suite 600 is a non-profit community support service agency offering a wide range of practical and low-cost services to seniors and their caregivers. The space is used as a community centre to offer home care services, house calls, transportation services, etc. to seniors living independently in the surrounding neighbourhood.

Background Information

(March 13, 2026) Report from the Chief Financial Officer and Treasurer on 130 Merton Street - Designation of a Portion of the Property used by Senior Peoples' Resources in North Toronto as a Municipal Capital Facility
https://www.toronto.ca/legdocs/mmis/2026/gg/bgrd/backgroundfile-285303.pdf

Meeting Sessions

Session Date Session Type Start Time End Time Public or Closed Session
2026-04-08 Morning 9:39 AM 10:31 AM Public

Attendance

Members were present for some or all of the time period indicated.
Date and Time Quorum Members
2026-04-08
9:39 AM - 10:31 AM
(Public Session)
Present Present: Paul Ainslie (Chair), Jon Burnside, Lily Cheng, Stephen Holyday, Michael Thompson
Source: Toronto City Clerk at www.toronto.ca/council