| 145263 | REPORT | N | N | MAIN | ACTION | AMENDED | 53100000 | Y | COT_ACT | Apportionment of Property Taxes - March 9, 2026, Hearing | 2026.GG27.1 | PBNTGVN | Y | Y | Y | Y | <p>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. </p>
<p> </p>
<p>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.</p>
<p> </p>
<p>Staff have mailed Notices of Hearing to affected taxpayers advising of the upcoming, March 9, 2026, General Government Committee Hearing.</p> | 27 | 1 | CMMTTEE | GG | All | N | … | Report | ACTION | Amended | Main | City of Toronto Act, 2006 | Public Notice Given | Committee | … | … | … | … | … | … | … | … | … | … | … | … | … | ACTION | true | Amended | 9:45 AM | … | … | … | … | — | — | — | — | — | — |
| 145283 | REPORT | N | N | MAIN | ACTION | AMENDED | 53100000 | Y | COT_ACT | Cancellation, Reduction or Refund of Property of Taxes or Payment in Lieu of Taxes - March 9, 2026 | 2026.GG27.2 | PBNTGVN | Y | Y | Y | Y | <p>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.</p>
<p> </p>
<p>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.</p>
<p> </p>
<p>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.</p> | 27 | 2 | CMMTTEE | GG | All |
| 145396 | REPORT | N | N | MAIN | ACTION | ADOPTED | — | N | — | 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 | 2026.GG27.3 | — | Y | Y | Y | Y | <p>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.</p>
<p> </p>
<p>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).</p>
<p> </p>
<p>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. </p>
<p> </p>
<p>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.</p> | 27 | 3 |
| 145411 | REPORT | N | N | MAIN | ACTION | ADOPTED | — | N | — | 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 | 2026.GG27.4 | — | Y | Y | Y | Y | <p>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:</p>
<p> </p>
<p style="padding-left: 30px;">- 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</p>
<p style="padding-left: 30px;">- 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).</p>
<p> </p>
<p>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.</p>
<p> </p>
<p>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:</p>
<p> </p>
<p style="padding-left: 30px;">- Corporate Real Estate Management, serving as the lead Division;</p>
<p style="padding-left: 30px;">- Senior Services and Long-Term Care;</p>
<p style="padding-left: 30px;">- Toronto Water;</p>
<p style="padding-left: 30px;">- Solid Waste Management Services;</p>
<p style="padding-left: 30px;">- Children’s Services;</p>
<p style="padding-left: 30px;">- Toronto Shelter and Support Services;</p>
<p style="padding-left: 30px;">- Parks and Recreation;</p>
<p style="padding-left: 30px;">- Economic Development and Culture; and</p>
<p style="padding-left: 30px;">- Toronto Parking Authority.</p>
<p> </p>
<p>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.</p>
<p> </p>
<p>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.</p>
<p> </p>
<p>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.</p> |
| 145429 | REPORT | N | N | MAIN | ACTION | ADOPTED | — | N | — | Award of Request for Proposal Doc5386487782 to ClaimsPro LP for the Provision of Insurance Adjusting Services | 2026.GG27.5 | — | Y | Y | Y | Y | <p>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.</p>
<p> </p>
<p>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.</p> | 27 | 5 | CMMTTEE | GG | All | N | … | Report | ACTION | Adopted | Main | — | — |
| 145379 | REPORT | N | N | MAIN | ACTION | ADOPTED | — | N | — | Purchase Order Amendment to Accelerate Optional Year Funds for Mini Dump Trucks for Fleet Services | 2026.GG27.6 | — | Y | Y | Y | Y | <p>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:</p>
<p> </p>
<p style="padding-left: 30px;">- 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.</p>
<p style="padding-left: 30px;"> </p>
<p style="padding-left: 30px;">- 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.</p>
<p> </p>
<p>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 (<a href="https://secure.toronto.ca/council/agenda-item.do?item=2025.BA116.4">BA116.4</a>). The amendment supports the timely replacement of aging assets, reduces the State of Good Repair backlog, and aligns with Council-approved carbon reduction targets.</p>
<p> </p>
<p>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.</p>
<p> </p>
<p>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.</p> |
| 145397 | REPORT | N | N | MAIN | ACTION | ADOPTED | — | N | — | Amendment to Blanket Contract Number 47023575 and 47020880 issued to ClaimsPro LP for Insurance Adjusting Services | 2026.GG27.7 | — | Y | Y | Y | Y | <p>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.</p>
<p> </p>
<p>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.</p> | 27 | 7 | CMMTTEE | GG | All | N | … |
| 145401 | REPORT | N | N | MAIN | ACTION | ADOPTED | — | N | — | 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 | 2026.GG27.8 | — | Y | Y | Y | Y | <p>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.</p>
<p> </p>
<p>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).</p>
<p> </p>
<p>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).</p>
<p> </p>
<p>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.</p> |
| 145393 | REPORT | N | N | MAIN | ACTION | ADOPTED | — | N | — | Award of Doc5349386217 to ASCO Construction (Toronto) Ltd., for the Sludge Storage Tanks Cleaning and Biofilter Upgrades at the Highland Creek Treatment Plant | 2026.GG27.9 | — | Y | Y | Y | Y | <p>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.</p> | 27 | 9 | CMMTTEE | GG | 25 - Scarborough - Rouge Park | N | … | Report | ACTION |
| 145395 | REPORT | N | N | MAIN | ACTION | ADOPTED | — | N | — | Award of Doc5381596310 to The Personal Insurance Company Operating As The Personal General Insurance Inc., for a Group Home and Auto Insurance Program | 2026.GG27.10 | — | Y | Y | Y | Y | <p>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.</p> | 27 | 10 | CMMTTEE | GG | All | N | … | Report | ACTION | Adopted | Main | — | — | Committee |
| 145410 | REPORT | N | Y | MAIN | ACTION | ADOPTED | — | N | — | Litigation Arising from the Construction of the St. Lawrence Market North | 2026.GG27.11 | — | Y | Y | Y | Y | <p>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.</p>
<p> </p>
<p>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.</p>
<p> </p>
<p>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.</p>
<p> </p>
<p>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”).</p>
<p> </p>
<p>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”).</p>
<p> </p>
<p>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.</p> |
| 145422 | REPORT | N | N | MAIN | ACTION | ADOPTED | — | N | — | Non-Competitive Contract with Grascan Construction Ltd., for Emergency Soffit Shoring Repairs to the F.G. Gardiner Expressway | 2026.GG27.12 | — | Y | Y | Y | Y | <p>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).</p>
<p> </p>
<p>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.</p>
<p> </p>
<p>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.).</p> | 27 | 12 |
| 145441 | REPORT | N | N | MAIN | ACTION | AMENDED | — | N | — | Non-Competitive Extension with Carla Construction & Maintenance Ltd., for Trackless Train Service in High Park for Parks and Recreation | 2026.GG27.13 | — | Y | Y | Y | Y | <p>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.</p>
<p> </p>
<p>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.</p>
<p> </p>
<p>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.</p>
<p> </p>
<p>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.</p>
<p> </p>
<p>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.</p>
<p> </p>
<p>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.</p> |
| 145423 | REPORT | N | N | MAIN | ACTION | AMENDED | — | N | — | Renewal of Various Boat Club Leases | 2026.GG27.14 | — | Y | Y | Y | Y | <p>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.</p>
<p> </p>
<p>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. </p>
<p>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.</p>
<p> </p>
<p>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.</p> |
| 145424 | REPORT | N | N | MAIN | ACTION | AMENDED | — | N | — | A Portion of 550 Bayview Avenue (Evergreen Brick Works) Evergreen Lease Amendment and Extension Agreement | 2026.GG27.15 | — | Y | Y | Y | Y | <p>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").</p>
<p> </p>
<p>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").</p>
<p> </p>
<p>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.</p>
<p> </p>
<p>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.</p> |
| 145430 | REPORT | N | N | MAIN | ACTION | ADOPTED | — | N | — | A Programmatic Approach to Delivering State of Good Repair, Accessibility, and Net Zero Programs at City Hall and Metro Hall | 2026.GG27.16 | — | Y | Y | Y | Y | <p>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.</p>
<p> </p>
<p>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.</p>
<p> </p>
<p>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.</p>
<p> </p>
<p>This report:</p>
<p> </p>
<p>1. Provides an update on the competitive procurement process to obtain a construction manager through the Negotiated Request for Proposal Doc5378109215; and,</p>
<p> </p>
<p>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. </p>
<p> </p>
<p>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.</p> |
| 145402 | REPORT | N | N | MAIN | ACTION | ADOPTED | — | N | — | Summary of Open Competitive Awards Made by the Chief Procurement Officer from November 15, 2025 to February 13, 2026 | 2026.GG27.17 | — | Y | Y | Y | Y | <p>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.</p>
<p> </p>
<p>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.</p> | 27 | 17 | CMMTTEE | GG | All | N | … | Report | ACTION | Adopted | Main | — | — |
| 145420 | REPORT | N | N | MAIN | ACTION | ADOPTED | — | N | — | Annual Report on the City's Fleet Availability and Utilization | 2026.GG27.18 | — | Y | Y | Y | Y | <p>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 - <a href="https://secure.toronto.ca/council/agenda-item.do?item=2019.GL8.1">2019.GL8.1</a>). The most recent annual update was provided on April 7, 2025 (Item - <a href="https://secure.toronto.ca/council/agenda-item.do?item=2025.GG20.13">2025.GG20.13</a>).</p>
<p> </p>
<p>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.</p>
<p> </p>
<p>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.</p>
<p> </p>
<p>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.</p>
<p> </p>
<p>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.</p>
<p> </p>
<p>Work is underway to enhance the quality and accuracy of ferry availability data, which will be included in subsequent annual reports.</p> |
| 145477 | REPORT | N | N | MAIN | ACTION | ADOPTED | — | N | — | Emergency Non-Competitive Contract with Webber Infrastructure Management Canada Limited for Snow Removal Services | 2026.GG27.19 | — | Y | Y | Y | Y | <p>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).</p>
<p> </p>
<p>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.</p>
<p> </p>
<p>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.).</p> | 27 | 19 |
| 145620 | DFTBYLAW | N | N | MAIN | ACTION | ADOPTED | — | N | — | Introduction of By-law | 2026.GG27.20 | — | Y | Y | Y | Y | <p>The General Government Committee will introduce confirming bill.</p> | 27 | 20 | CMMTTEE | GG | All | N | — | Draft By-law | ACTION | Adopted | Main | — | — | Committee | … | … | … | … | … | … | … | … |