We are not familiar with whether the current service provider ...

19
Victor Tryl, Acting Director Purchasing and Materials Management Division City Hall, 18 th Floor, West Tower 100 Queen Street West Toronto, Ontario M5H 2N2 Mike Voelker Acting Manager Construction Services May 5, 2014 Reply to: Michael Porcarelli Via Website Posting: 19 Pages Tel: (416) 338-5585 Addendum No. 4 Request for Quotation No. 4305-14-5033 Re: Maintenance of Water Chillers and Cooling Towers as and when required at various locations throughout the City of Toronto for Facilities Operations from date of award to December 31, 2014, with the option to renew for four (4) additional separate one (1) year periods. Closing Date: May 8, 2014 at 12 O’clock Noon Local Time. Please refer to the above Request for Quotation (RFQ) document in your possession and be advised of the following information: 1. General Clarification To Questions From Bidders Q1. Timing of Contract Award: As per your comments and the timing of the contract award of approx.. June 1 st to December 31 st , the first period pricing may present some issues based on the amount of hours required for only a six month period. Therefore a simple pro-rated monthly cost , based on an annual contract amount, would not provide for an accurate pricing, based on the balance of service hours during this period. (i.e. seasonal start-ups typically account for a larger percentage of annual costs) To ensure an accurate assessment of June 1 st to December 31 st hours, how would you propose that bidders price the first 6 month contract period costs? The pricing sheet is labelled “Annual Amount”, however the period shown is Date of Award to December 31 st . A1. The date of award to be assumed is June 1, 2014. The initial term of award will be June 1, 2014 to December 31, 2014. Prorated annual amount will be fine. Bidders shall assume they will be required to perform start up. Q2. Pre-existing Conditions: We are not familiar with whether the current service provider may not have met some of the performance requirements of the contract. And, that there may be some equipment which has not been properly maintained so as to ensure optimum operating performance. While this is not a situation we are unfamiliar with, our experience has shown that an accurate baseline equipment assessment and review of your maintenance records database would provide tremendous insight to any new vendor taking over your maintenance program to ensure a clear understanding of what work has been done and what pre- existing conditions may exist. Our recommendation would be to include an operational assessment report which would be conducted during the first maintenance visit by the new vendor. Provision of city database maintenance records would also give us a good baseline as to the work done to date. Can these records be provided to the new service provider. Is 1 of 19

Transcript of We are not familiar with whether the current service provider ...

Victor Tryl, Acting Director

Purchasing and Materials Management Division City Hall, 18th Floor, West Tower 100 Queen Street West Toronto, Ontario M5H 2N2

Mike Voelker Acting Manager Construction Services

May 5, 2014 Reply to: Michael Porcarelli Via Website Posting: 19 Pages Tel: (416) 338-5585

Addendum No. 4

Request for Quotation No. 4305-14-5033

Re: Maintenance of Water Chillers and Cooling Towers as and when required at various locations throughout

the City of Toronto for Facilities Operations from date of award to December 31, 2014, with the option to renew for four (4) additional separate one (1) year periods.

Closing Date: May 8, 2014 at 12 O’clock Noon Local Time.

Please refer to the above Request for Quotation (RFQ) document in your possession and be advised of the following information: 1. General Clarification To Questions From Bidders

Q1. Timing of Contract Award:

As per your comments and the timing of the contract award of approx.. June 1st to December 31st, the first period pricing may present some issues based on the amount of hours required for only a six month period. Therefore a simple pro-rated monthly cost , based on an annual contract amount, would not provide for an accurate pricing, based on the balance of service hours during this period. (i.e. seasonal start-ups typically account for a larger percentage of annual costs) To ensure an accurate assessment of June 1st to December 31st hours, how would you propose that bidders price the first 6 month contract period costs? The pricing sheet is labelled “Annual Amount”, however the period shown is Date of Award to December 31st.

A1. The date of award to be assumed is June 1, 2014. The initial term of award will be June 1, 2014 to

December 31, 2014. Prorated annual amount will be fine. Bidders shall assume they will be required to perform start up.

Q2. Pre-existing Conditions:

We are not familiar with whether the current service provider may not have met some of the performance requirements of the contract. And, that there may be some equipment which has not been properly maintained so as to ensure optimum operating performance. While this is not a situation we are unfamiliar with, our experience has shown that an accurate baseline equipment assessment and review of your maintenance records database would provide tremendous insight to any new vendor taking over your maintenance program to ensure a clear understanding of what work has been done and what pre-existing conditions may exist. Our recommendation would be to include an operational assessment report which would be conducted during the first maintenance visit by the new vendor. Provision of city database maintenance records would also give us a good baseline as to the work done to date. Can these records be provided to the new service provider. Is

1 of 19

there a transition plan to have the current incumbent vendor provide for a smooth handover to a new vendor? Our experience suggests this would be a very worthwhile investment on the city’s part to ensure continuity of operations to your facilities.

A2. It will be fine for an operational assessment report to be provided during the first visit. Maintenance records can be provided at a site by site basis. Q3. Duplicate Buildings.

As noted on page A-4, item # 28 & 30 are duplicate buildings labeled Police C.O. Bick, 4620 Finch Ave. It was discussed that this building is not currently in C of T inventory and should be deleted from the pricing sheet?

A3. Revised Pricing Forms.

The pricing forms for Appendix A: Lump Sum Price Schedule For Chillers and for Appendix B: Lump Sum Price Schedule For Cooling Towers, have been replaced with the enclosed Appendix A: Revised Lump Sum Price Schedule For Chillers and for Appendix B: Revised Lump Sum Price Schedule For Cooling Towers. (Enclosed 9 pages).

Q4. Minimum Qualifications Item 12A.1.

To ensure a level playing field, it was suggested that the RFQ should require all bidders to include technician qualifications/equipment certifications as part of the response, rather than supply these documents after award. As well proof of TSSA certifications.

A4. The documents outlined in this section such as Certificate of Qualification for journerymen

mechanics and proof of calibration on measuring equipment as well as other documents will be requested at the time of award from the low bidder meeting specifications and not after award. Should the low bidder not be able to provide the requested documents then they will be deemed non compliant. In addition the low bidder meeting specifications is to provide at the time of award proof that they are registered with the TSSA (Technical Standards and Safety Authority).

Please note, all areas in the RFQ document where mention is made of award to be for: Initial Period: Date of Award to December 31, 2014, is to be replaced with Initial Period: June 1, 2014 to December 31, 2014.

Q5. Service Levels (Emergency Response). Currently only one service level is defined in the contract as Emergency 3 hour response. Are there any additional requirements at other priority levels, e.g. Critical, Urgent, Routine, etc. What tools does the city use to measure response time?

A5. Response time is measured from time the work order is dispatched to the vendor until the vendor

arrives on site. Using the CSU (Contractor Service Update) application, the vendor can use either a smart phone (Service Tech) to indicate arrival. If smart phones are not available with the technician, the office staff of the vendor can perform the same task using a desktop computer.

Q6. Contractor Service Update (CSU). Page 38 details a requirement for smartphone technology and the use of a web login. Could the city provide additional information on the requirements the vendor must have in place and the

2 of 19

expectations of the city’s automated dispatch system? i.e. what is the process workflow for demand and/or maintenance service requests?

A6. Vendor requirements. Vendors following the CSU process are required to be able to connect to the

internet in order to access the City-supplied CSU dashboard and/or CSU mobile interface. The CSU dashboard can be accessed using the following desktop browsers: - Google Chrome (version 30 and up); - Mozilla Firefox (version 24 and up); - Apple Safari (version 5.17 and up); and, - Microsoft Internet Explorer (version 10 and up). The CSU mobile interface can be accessed on mobile browser of devices running Apple's iOS, Google's Android and Blackberry's BB10 operating systems. To be clear, the CSU is not an automated dispatch system. It's main purpose is to allow vendors to report back the status of the work assigned by the City to them. Work dispatch still entails Facilities Operations staff to e-mail, fax, or otherwise transmit a vendor order form from SAP. Process. At a high level, the work request and fulfillment process is as follows: 1. A requester posts a work request to be done for a City facility using the Ops' Web Service Request System, or, in case of emergency or after-hours incidents, by phone. 2. An Ops work order clerk processes the work request and prepares an SAP Notification document. The Notification document contains pertinent information for the request such as the service requested, the location where the service is to be done, persons and client group requesting the service, and persons and groups in Ops who will respond to the service request. 3. The SAP Notification is converted into a SAP Work Order. 4. If materials or contractor services are required, a purchase order document is created. The work order is used as the purchase order's account assignment. 5a. The work order is printed either physically or electronically (i.e. as a PDF document) and sent to the appropriate supervisor or foreperson. 5b. If work is to be assigned to a service contractor, the work order vendor form is printed either physically or electronically (i.e. as a PDF document) and sent to the appropriate contractor. 6a. All work done by Ops staff are posted against the work order as internal labor confirmations. 6b. The status of the work done by service contractors are updated by the contractor using the CSU dashboard or CSU mobile interface. The contractor can specify whether the work has been started, put on hold, or completed, together with the dates of such updates. 7. Materials and services purchased are invoiced against the purchase order. 8. The work order is closed. Attached below is a sample printout of the work order vendor form. Page 3 contains instructions provided to contractors on how to update their work status for the order.

Q7. Contractor Qualification. Page 44, item 31, refers to a “Contractor Rating Form” included in the RFP. No such form was available/included. Could the city provide a copy of this form and describe the related metrics which the city plans on using to measure performance of the vendor and definitions of “Key Performance Indicators” and expectations of the city on these metrics.

A7. Please refer to the enclosed Facilities Management- Facilities Operations Contractor Performance

Evaluation Form. (3 pages enclosed)

Q8. Under the Appendix A, Lump Sum Price Schedule for Chillers, please verify if items No. 28 and

30 (page 81) are duplicated.

A8. Refer to response provided from above item A3. 3 of 19

Q9. Starting on page 26 under 12. A) Bidders Minimum Qualification, item (1), continued on page 27, the bidder must provide proof of their service technicians are factory trained, certified and authorized (by Trane, Carrier, McQuay, York etc.). Some of the manufactures identified will not factory train outside vendors nor can they on any of the older machines identified in this tender. Will the journeyman refrigeration/AC mechanic experience level working on these machines indicated in his/her resume be sufficient?

A9. Yes, journeyman refrigeration/AC mechanic experience level working on these machines indicated in his/her resume would be sufficient. Notwithstanding, it is the City's intent to ensure all technicians are exceptionally well trained on all machines they are servicing. Should a circumstance arise whereby the vendor or City requires the manufacturer/ specialist to provide any services to the chillers, the vendor shall not mark up such costs.

Q10. On page 15 under item 4. Winter Maintenance (January to March each year), (Centrifugal and

Reciprocating Chillers), one of the tasks requests that the oil be changed in the chillers. Is it the expectation of the City to change oil annually on all chillers (Low and High Pressure) or would oil changes on the High Pressure Chillers be done based on the oil analysis results?

A10. Oil change would be dependent on oil analysis results.

Q11. Under page 20 mid summer and winter minor maintenance and monthly maintenance; Last point states "All necessary repairs including parts and labour". Does this mean all repairs, parts and labour included in contract, or only minor adjustments as stated previously in Addendum #2.

A11. The intent is for the City to pay a fixed fee for maintenance visits. Any minor repairs or

adjustments performed during those visits should be included in the fixed fee. This would include any typical consumables such as grease, etc. For repairs of any significance, the City would expect to pay additional labour and parts costs. However, at all times all necessary repairs will be subject to approvals, prior to repairs taking place.

Should you have any questions regarding this addendum contact Michael Porcarelli, Corporate Buyer, at email [email protected]. Please attach this addendum to your Request for Quotation document and be governed accordingly. Bidders must acknowledge receipt of all addenda in their Quotation in the space provided on the Quotation Request Form as per the Process Terms and Conditions, Article 1, Item 3 - Addenda, of the RFQ document. All other aspects of the RFQ remain the same. Yours truly, Mike Voelker, Acting Manager, Construction Services, Purchasing & Materials Management

4 of 19

Operations Version I - April 2013

FACILITIES MANAGEMENT – FACILITIES OPERATIONS

CONTRACTOR PERFORMANCE EVALUATION FORM

INTERIM EVALUATION

FINAL* EVALUATION

EVALUATION DATE:

Substantial Performance

Completion

Final

AcceptanceOther

CONTRACTOR COMPANY NAME:

CONTRACTOR REPRESENTATIVE:

CONTRACT NUMBER:

TENDER VALUE ($): (HST excluded)

CONTRACT NAME/DESCRIPTION:

CONTRACT ADMINISTRATOR: (Name of company & representative)

CITY PROJECT MANAGER:

CONTRACT AWARD DATE:

CONTRACT START DATE (Order to commence date):

SECTION A: CONTRACT EXECUTION

RATING Satisfactory (S)

Unsatisfactory (U) Not Applicable (N/A)

A.1. Adherence to General Conditions – Scope of Work s

A.2. Contractor provided competent supervisors and staff to the project

s

A.3. Contractor provided proper equipment

s

A.4. Ability to produce a reasonable schedule and follow it.

s

A.5. Interim deadlines and completion dates met

s

Notes: The Final Evaluation should be completed at the Substantial Performance, Contract Completion, or Final

Acceptance. The Final Evaluation should be revisited if any new performance related evidence emerges. Attach backup documentation if any rating is unsatisfactory. Attach comments on ratings, if any.

5 of 19

Operations I – April 2013 Page 2

SECTION A: CONTRACT EXECUTION

RATING Satisfactory (S)

Unsatisfactory (U) Not Applicable (N/A)

A.6. No Subcontractors –without advanced City Approval

s

A.7. Cooperation with Contractors staff and authorized third-party representatives ( Client Groups.)

s

A.8. Public Relations – Response to public issues and complaints s A.9. Housekeeping – Equipment and Supplies properly secured when not in

use. Staff in proper uniforms with photo ID badges (where applicable)

s A.10. Signage – Sufficient signage on site to advise building occupants that

work is being performed i.e Caution Wet Floor. Replaced when damaged

s A.11. Shift Registry Log Book on site Sign in at Security

A.12. Deficiencies completed in a satisfactory and timely manner

s A.13. Provided required submissions in a timely manner (e.g. invoicing, project

work schedules etc.)

s

A.14. Reasonableness of contractor's claims/extras.

s

A.15. Timely response to unplanned request – i.e spill clean up.

s

A.16. Contractors wearing CSA approved safety shoes & required PPE to perform work as specified.

s

SECTION B: QUALITY AND WORKMANSHIP

RATING Satisfactory (S)

Unsatisfactory (U) Not Applicable (N/A)

B.1. Adherence to equipment and supply specifications – i.e greenseal / ecologo and Special Specifications where applicable

s

B.2. Work is being carried out standards specified – i.e. ISSA-CIMS where applicable

s

B.3. Workmanship - Acceptability of appearance of completed work that is NOT governed by measurable specifications (e.g. floor refinishing & carpet shampooing).

s

SECTION C: SAFETY

RATING Satisfactory (S)

Unsatisfactory (U) Not Applicable (N/A)

C.1. Management of MOL orders on project n/a

C.2. Contractor Staff trained in WHMIS and safe and proper equipment operation.

s

C.3. Health and safety issues managed in accordance with OHSA (e.g. Contractor Health & Safety Policy posted.) MSDS Binder on site

s

Notes: The Final Evaluation should be completed at the Substantial Performance, Contract Completion, or Final

Acceptance. The Final Evaluation should be revisited if any new performance related evidence emerges. Attach backup documentation if any rating is unsatisfactory. Attach comments on ratings, if any.

6 of 19

Operations I – April 2013 Page 3

SECTION D: ENVIRONMENT

RATING Satisfactory (S)

Unsatisfactory (U) Not Applicable (N/A)

D.1. Work performed in compliance with the City Environmental Policy and requirements, and Acts &Regulations governed by Ministry of Environment, TSSA, Ministry of Natural Resources, Fisheries and Oceans Canada and other environmental applicable regulatory bodies where applicable.

s

D.2. Use of Environmentally preferred equipment – HEPA filters on equipment where applicable – EPA certified equipment where applicable. Use of microfiber cleaning systems.

s

D.3. Adherence/Compliance to City Recycling Program

s

D.4. Satisfactory management and disposition of waste, contaminated materials where applicable.

s

Notes: The Final Evaluation should be completed at the Substantial Performance, Contract Completion, or Final

Acceptance. The Final Evaluation should be revisited if any new performance related evidence emerges. Attach backup documentation if any rating is unsatisfactory. Attach comments on ratings, if any.

OVERALL PERFORMANCE:

Acceptable

Unsatisfactory

EVALUATION SIGN-OFF:

CITY SIGN-OFF(1)*:

(Name and Title)

October 23, 2012

(Signature) (Date)

(1)* To be signed by the City contract administrator, or by the City project manager, if the contract is administered by a Consultant

CONSULTANT SIGN-OFF(2)*:

(Name and Title)

(Signature) (Date)

(2)* To be signed by a Consultant who is the External contract administrator, if applicable

CONTRACTOR SIGN-OFF(3)*: (Optional)

(Name and Title)

(Signature) (Date)

(3)* The Contractor’s signature is requested on the forms to confirm that the contractor is aware of the evaluation. The signature does not necessarily mean that the contractor agrees with the evaluation. Please attach the Contractor’s comments on evaluation, if any.

7 of 19

8 of 19

9 of 19

10 of 19

APPENDIX A: REVISED LUMP SUM PRICE SCHEDULE FOR CHILLERSAddendum No. 4, MAY 5, 2014.

No. District BUILDING Chiller Model Serial Capacity Sesaonal Refrigerant Annual amount Option year Option Year Option Year Option YearLOCATION Manufacturer Operation for each Year 1 Year 2 Year 3 Year 4

Chiller.

Initial Period: June 1, 2014 to - Dec. 31, 2014 Jan. 1- Dec. 31, 2015 Jan. 1- Dec. 31, 2016 Jan. 1- Dec. 31, 2017 Jan. 1- Dec. 31, 2018

EXCLUDE HST EXCLUDE HST EXCLUDE HST EXCLUDE HST EXCLUDE HST

1 North North York Civic Centre York YKCFCFQ7-CPF SCNM297020 500 Ton yes R-134A $___________________$________________$___________________$__________________$__________________

5100 Yonge Street York YKCFCFQ7-CPF SCNM297140 500 Ton yes R-134A $___________________$________________$___________________$__________________$__________________

Carrier 30GT-070-100KA 1195F38417 75 Ton yes R - 22 $___________________$________________$___________________$__________________$__________________

Sub-total $___________________$________________$___________________$__________________$__________________

2 North East York Civic Centre Trane CGWCD125RDNLL633FGH L89C00912 90 Ton yes R-22 $___________________$________________$___________________$__________________$__________________

850 Coxwell Avenue Trane CGWCD125RDNLL633FGH L89C00911 90 Ton yes R-22 $___________________$________________$___________________$__________________$__________________

Sub-total $___________________$________________$___________________$__________________$____________________

3 North 703 Don Mills Rd. Carrier 19DK76405CP 169J4539 380-Ton No R-123 $___________________$________________$___________________$__________________$__________________

Carrier 19DK765354CL 1792J45440 300-Ton No R-123 $___________________$________________$___________________$__________________$__________________

Carrier 19DK765354CL 1792J45441 300-Ton No R-123 $___________________$________________$___________________$__________________$__________________

Sub-total $___________________$________________$___________________$__________________$____________________

4 North 30 Dee Avenue Carrier 30GB090150AA U983627 90-Ton Yes R-22 $___________________$________________$___________________$__________________$__________________

Total for North York $___________________$________________$___________________$__________________$__________________

5 East Scarborough Civic Centre Carrier 19XR4040344CLH55 300Q63305 375 Ton yes R-134A $___________________$________________$___________________$__________________$__________________

150 Borough Drive Carrier 19XR4040344CLH65 300Q63306 375 Ton R-134A $___________________$________________$___________________$__________________$__________________

Sub-total $___________________$________________$___________________$__________________$____________________

6 East Burrows Hall McQuay WHR070E-W 57F8133101 70 Ton yes R-22 $___________________$________________$___________________$__________________$__________________

Page A-1

11 of 19

APPENDIX A: REVISED LUMP SUM PRICE SCHEDULE FOR CHILLERSAddendum No. 4, MAY 5, 2014.

No. District BUILDING Chiller Model Serial Capacity Sesaonal Refrigerant Annual amount Option year Option Year Option Year Option YearLOCATION Manufacturer Operation for each Year 1 Year 2 Year 3 Year 4

Chiller.

Initial Period: June 1, 2014 to - Dec. 31, 2014 Jan. 1- Dec. 31, 2015 Jan. 1- Dec. 31, 2016 Jan. 1- Dec. 31, 2017 Jan. 1- Dec. 31, 2018

EXCLUDE HST EXCLUDE HST EXCLUDE HST EXCLUDE HST EXCLUDE HST

1081 Progress Avenue McQuay WHR130E-W 57F8133201 140 Ton R-22 $___________________$________________$___________________$__________________$__________________

Sub-total $___________________$________________$___________________$__________________$____________________

7 East Port Union Rd. R.C. Carrier 30HK050130 Z300484 30 Ton yes R-22 $___________________$________________$___________________$__________________$__________________

5450 Lawrence Av.

8 East Malvern C.C. Carrier DH4621AC 812431682 125 Ton yes R-11 $___________________$________________$___________________$__________________$__________________

30 Sewells Rd.

9 East Agincourt C.C. Trane RTAA-130-5XEDIA2AOBGE 493418190 130 Ton YES R22 $___________________$________________$___________________$__________________$____________________

31 GlenWatford Dr.

10 East Scarborough Village C.C. Carrier 30HK050130 30 Ton YES R22 $___________________$________________$___________________$__________________$____________________

3600 Kingston Rd

Total for Scarborough (East) $___________________$________________$___________________$__________________$__________________

11 Dtown 255 Spadina Av.- Metro Ar Trane CGACC805RANJJ43CDFGPWM J89H72456 80 Ton no R22 $___________________$________________$___________________$__________________$__________________

Trane CGACC805RANJJ43CDFGPWM J89H72457 80 Ton no R22 $___________________$________________$___________________$__________________$__________________

Sub-total $___________________$________________$___________________$__________________$____________________

12 Dtown 277 Victoria St, McQuay RPS 040 BA 3UE0059519 50 Ton yes R22 $___________________$________________$___________________$__________________$__________________

Total for Downtown $___________________$________________$___________________$__________________$__________________

13 Market St. Lawrence Mkt. North, 8 Carrier 30hxc1171ry-6 2898f05778 175 ton yes R-134A $___________________$________________$___________________$__________________$__________________

St. Lawrence Mkt. South, 9 Carrier 30hxc186ry-6 200f09905 179 ton yes R-134A $___________________$________________$___________________$__________________$__________________ Page A-2

12 of 19

APPENDIX A: REVISED LUMP SUM PRICE SCHEDULE FOR CHILLERSAddendum No. 4, MAY 5, 2014.

No. District BUILDING Chiller Model Serial Capacity Sesaonal Refrigerant Annual amount Option year Option Year Option Year Option YearLOCATION Manufacturer Operation for each Year 1 Year 2 Year 3 Year 4

Chiller.

Initial Period: June 1, 2014 to - Dec. 31, 2014 Jan. 1- Dec. 31, 2015 Jan. 1- Dec. 31, 2016 Jan. 1- Dec. 31, 2017 Jan. 1- Dec. 31, 2018

EXCLUDE HST EXCLUDE HST EXCLUDE HST EXCLUDE HST EXCLUDE HST

St. Lawrence Mkt. South Carrier 30hxc186ry-6 200f09919 175 ton yes R-134A $___________________$________________$___________________$__________________$__________________

Sub-total $___________________$________________$___________________$__________________$____________________

Total for St Lawrence Market

14 West Etobicoke Civic Centre York YKDCDBH4CNE GAJM-119966 500 Ton Yes R-134A $___________________$________________$___________________$__________________$__________________

399 The West Mall Carrier 30HS040-C140 K500838 50 Ton Yes R-22 $___________________$________________$___________________$__________________$__________________

Sub-total $___________________$________________$___________________$__________________$____________________

15 West Former Hydro Facility Mc Quay WMC035T StNU06000085 200 Ton Yes R-134A $___________________$________________$___________________$__________________$____________________

2 Civic Centre Court (frictionless)

Total for West $___________________$________________$___________________$__________________$__________________

16 Police 40 College St- TPS-HQ Trane CVHE 050 L86B35894 500 Ton Yes R123 $___________________$________________$___________________$__________________$__________________

17 Police 23 Division Carrier 30hwa025-a-100ec 0394j07059 30 Ton Yes R-22 $___________________$________________$___________________$__________________$__________________

2126 Kipling Ave

18 Police 31 Division Multistack ms30c5c2w-v na 75 Ton Yes R-22 $___________________$________________$___________________$__________________$____________________

40 Norfinch

Page A-3

13 of 19

APPENDIX A: REVISED LUMP SUM PRICE SCHEDULE FOR CHILLERSAddendum No. 4, MAY 5, 2014.

No. District BUILDING Chiller Model Serial Capacity Sesaonal Refrigerant Annual amount Option year Option Year Option Year Option YearLOCATION Manufacturer Operation for each Year 1 Year 2 Year 3 Year 4

Chiller.

Initial Period: June 1, 2014 to - Dec. 31, 2014 Jan. 1- Dec. 31, 2015 Jan. 1- Dec. 31, 2016 Jan. 1- Dec. 31, 2017 Jan. 1- Dec. 31, 2018

EXCLUDE HST EXCLUDE HST EXCLUDE HST EXCLUDE HST EXCLUDE HST

19 Police 32 Division Multistack MS30CI2W na 120 Ton Yes R-22 $___________________$________________$___________________$__________________$____________________

30 Ellerslie Ave

20 Police 33 Division Carrier na na 50 Ton Yes R-22 $___________________$________________$___________________$__________________$____________________

50 Upjohn

21 Police 41 Division Multistack ms30cia2w na 150 Ton Yes R-22 $___________________$________________$___________________$__________________$____________________

2222 Eglinton A.

22 Police 42 Division Carrier 30hr100d100 833488 90 Ton Yes R-22 $___________________$________________$___________________$__________________$____________________

242 Milner Ave

23 Police 51 Division York ycas0250ec58ygas rgmm06188 180 Ton Yes R-22 $___________________$________________$___________________$__________________$____________________

51 Parliament St

24 Police 52 Division Multistack ms30c1c2w na 120 Ton Yes R-22 $___________________$________________$___________________$__________________$____________________

255 Dundas St W

25 Police E.T.F. McQuay whr070da 5ug0181300 70 Ton Yes R-22 $___________________$________________$___________________$__________________$____________________

300 Lesmill Rd

26 Police F.I.S. McQuay #1 alp110cy37 58m8125001 110 Ton Yes R-22 $___________________$________________$___________________$__________________$____________________

2050 Jane St McQuay #2 alp075cy37 s8m8125101 75 Ton Yes R-22 $___________________$________________$___________________$__________________$__________________

Sub-total $___________________$________________$___________________$__________________$____________________

27 Police Marine Unit Dunham Bush pcw025qh 85l321 25 Ton Yes R-22 $___________________$________________$___________________$__________________$____________________Page A-4

14 of 19

APPENDIX A: REVISED LUMP SUM PRICE SCHEDULE FOR CHILLERSAddendum No. 4, MAY 5, 2014.

No. District BUILDING Chiller Model Serial Capacity Sesaonal Refrigerant Annual amount Option year Option Year Option Year Option YearLOCATION Manufacturer Operation for each Year 1 Year 2 Year 3 Year 4

Chiller.

Initial Period: June 1, 2014 to - Dec. 31, 2014 Jan. 1- Dec. 31, 2015 Jan. 1- Dec. 31, 2016 Jan. 1- Dec. 31, 2017 Jan. 1- Dec. 31, 2018

EXCLUDE HST EXCLUDE HST EXCLUDE HST EXCLUDE HST EXCLUDE HST

259 Queen`sQuay

28 Police 259 Queen`s Quay Dunham Bush pcw025qh 85l321 25 Ton Yes R-22 $___________________$________________$___________________$__________________$__________________

Total for Police $___________________$________________$___________________$__________________$__________________

Total extended price for: Initial period, option years 1, 2, 3 and 4. (Excluding HST)

Grand Total: (Items No. 1 to 28) * $__________________$________________$___________________$__________________$____________________

* Copy above, Grand Total, (Items No. 1 to 28) for Initial Period only to: Appendix A (Lump sum price for Chillers) located on page identified as: Appendix Totals for A, B, C and D.

Page A-5

15 of 19

APPENDIX B: REVISED LUMP SUM PRICE SCHEDULE FOR COOLING TOWERS ADDENDUM NO. 4, MAY 5, 2014.

SEASONAL Amount per Option Year 1 Option Year 2 Option Year3 Option Year 4

OPERATION Cooling Tower

OR No.

BUILDING COOLING TOWER ALL YEAR OF

Initial Period: June 1, 2014 - Dec.

31, 2014 Jan.1-Dec. 31, 2015 Jan. 1-Dec. 31, 2016 Jan. 1-Dec. 31, 2017 Jan. 1-Dec. 31, 2018

No. ADDRESS LOCATION MANUFACTURER MODEL SERIAL OPERATION UNIT exclude exclude exclude exclude exclude

HST HST HST HST HST

NORTH DISTRICT1 North York Civic Centre Roof EVAPCO AT21-624 TO21712 Seasonal 1 $___________ $___________ $___________ $___________ $___________

5100 Yonge Street EVAPCO AT21-624 TO21712 Seasonal 1 $___________ $___________ $___________ $___________ $___________

Sub-total $___________ $___________ $___________ $___________ $___________

2 Communication Centre Roof BAC VT1-340PR R92800059 All Year 1 $___________ $___________ $___________ $___________ $___________703 Don Mills BAC VT1-307MR R92800059 All Year 1 $___________ $___________ $___________ $___________ $___________

BAC VT1-307MR R92800059 All Year 1 $___________ $___________ $___________ $___________ $___________

Sub-total $___________ $___________ $___________ $___________ $___________

3 18 Dyas Road Penthouse EVAPCO LSWA-174A 171800 Seasonal 1 $___________ $___________ $___________ $___________ $___________

4 East York Civic Centre850 Coxwell Ave. Roof EVAPCO 8806 Belt 84c331 Seasonal 1 $___________ $___________ $___________ $___________ $___________

Total for North York $___________ $___________ $___________ $___________ $___________

EAST DISTRICT5 Birchmount CC and SWM

93 Birchmount Rd. 2nd Floor BAC VFL483MM 93800185 All Year 1 $___________ $___________ $___________ $___________ $___________

6 Port Union Library and CC5450 Lawrence Ave. East 2nd Floor BAC VXT45L 839993 Seasonal 1 $___________ $___________ $___________ $___________ $___________

7 Burrows Hall1081 Progress Ave. 2nd Floor unknown na na Seasonal 1 $___________ $___________ $___________ $___________ $___________

8 Agincourt Arena31 Glen Watford Dr. Roof Cimco LCC230 61308 Seasonal 1 $___________ $___________ $___________ $___________ $___________

Page B - 1

16 of 19

APPENDIX B: REVISED LUMP SUM PRICE SCHEDULE FOR COOLING TOWERS ADDENDUM NO. 4, MAY 5, 2014.

9 Centennial RC Ice Galaxy Roof BAC No Tag No Tag All Year 1 $___________ $___________ $___________ $___________ $___________1967 Ellesmere Rd. Roof BAC VX C90 85-0917 All Year 1 $___________ $___________ $___________ $___________ $___________

Sub-total $___________ $___________ $___________ $___________ $___________

10 Commander Park Cmm/Ice Roof BAC C2843JFR na All Year 1 $___________ $___________ $___________ $___________ $___________140 Commander Blvd. BAC C2843JFR na All Year 1 $___________ $___________ $___________ $___________ $___________

Sub-total $___________ $___________ $___________ $___________ $___________

11 Heron Park Arena292 Manse Rd. Roof BAC No Tag 61307 All Year 1 $___________ $___________ $___________ $___________ $___________

12 McGregor Pk RC Basement Evapco LCC230 61308LH All Year 12231 Lawrence Ave.East $___________ $___________ $___________ $___________ $___________

13 Mid Scarborough Arena & CC Roof EVAPCO CIMCO LSCB-210 TO31578CCU All Year 1 $___________ $___________ $___________ $___________ $___________2467 Eglinton Ave. East Roof EVAPCO CIMCO LSCB-210 TO31577CCU All Year 1 $___________ $___________ $___________ $___________ $___________

Sub-total $___________ $___________ $___________ $___________ $___________

14 Tam Heather CC730 Military Trail 1st Floor Cimco ATC120B 411379ICCU All Year 1 $___________ $___________ $___________ $___________ $___________

15 Scarborough Arena Gardens74 Birchmount Rd. Ground Cimco LSCB185 177860 All Year 1 $___________ $___________ $___________ $___________ $___________

16 Scarborough Civic Centre150 Borough Dr. Roof BAC 3703-OMTWX 37817851 All Year 1 $___________ $___________ $___________ $___________ $___________

17 Scarborough Village 2nd Floor CIMCO LSTA 4-93 5-132132 All Year 1 $___________ $___________ $___________ $___________ $___________3600 Kingston Rd. 2nd Floor CIMCO LSTA 4-93 5-132132 All Year 1 $___________ $___________ $___________ $___________ $___________

Sub-total $___________ $___________ $___________ $___________ $___________

Total for Scarborough (East) $___________ $___________ $___________ $___________ $___________

ST. LAWRENCE MARKET

18 St. Lawrence Market South 4th Floor Evapco FC LSWA-300 4-119414 All Year 1 $___________ $___________ $___________ $___________ $___________95 Front St. E Evapco FC LSWA-300 4-119415 All Year 1 $___________ $___________ $___________ $___________ $___________

Page B - 2

17 of 19

APPENDIX B: REVISED LUMP SUM PRICE SCHEDULE FOR COOLING TOWERS ADDENDUM NO. 4, MAY 5, 2014.

BAC VST865B 75-5362C Seasonal 1 $___________ $___________ $___________ $___________ $___________

Sub-total $___________ $___________ $___________ $___________ $___________19 St. Lawrence Market North

92 Front St. E Ground BAC VST 135 92800158 Seasonal 1 $___________ $___________ $___________ $___________ $___________

20 St. Lawrence Town Hall157 King St. E 4th Floor Blanchard Ness DDCS-027-GR 970601109 All Year 1 $___________ $___________ $___________ $___________ $___________

Total for St Lawrence Market $___________ $___________ $___________ $___________ $___________

WEST DISTRICT

21 York Civic Centre2700 Eglinton Av W Roof BAC F17320-JM 90800228 All Year 1 $___________ $___________ $___________ $___________ $___________

22 Etobicoke C. C.399 The West Mall Roof Evapco USS 29-718 6-300972 Seasonal 1 $___________ $___________ $___________ $___________ $___________

23 2 Civic Centre Court Ground Evapco ICT 4-96 6-299163 Seasonal 1 $___________ $___________ $___________ $___________ $___________Evapco ICT 4-96 6-299164 Seasonal 1 $___________ $___________ $___________ $___________ $___________

Sub-total $___________ $___________ $___________ $___________ $___________

Total for West $___________ $___________ $___________ $___________ $___________POLICE FACILITIES

24 31 Division40 Norfinch Roof Evapco AT 19-56 na Seasonal 1 $___________ $___________ $___________ $___________ $___________

25 32 Division30 Ellerslie Ave Roof Evapco LSTA 4-12 984400 Seasonal 1 $___________ $___________ $___________ $___________ $___________

26 41 Division2222 Eglinton A. Roof Evapco AT8-66b 992821 Seasonal 1 $___________ $___________ $___________ $___________ $___________

27 42 Division242 Milner Ave Roof Evapco AT5-65 145780 Seasonal 1 $___________ $___________ $___________ $___________ $___________

28 52 Division255 Dundas St W Roof BAC LSTA5-121 983928 Seasonal 1 $___________ $___________ $___________ $___________ $___________

Page B - 3

18 of 19

APPENDIX B: REVISED LUMP SUM PRICE SCHEDULE FOR COOLING TOWERS ADDENDUM NO. 4, MAY 5, 2014.

29 14 Division350 Dovercourt Rd Roof Evapco ATWB9-3J11-Z 11-408740 Seasonal 1 $___________ $___________ $___________ $___________ $___________

30 12 Division200 Trethewey Dr Roof Evapco LSW29B I43200 Seasonal 1 $___________ $___________ $___________ $___________ $___________

31 51 Division51 Parliament St Roof Air Condenser Seasonal 1 $___________ $___________ $___________ $___________ $___________

32 53 Division75 Eglinton Ave W. Roof Air Condenser Seasonal 1 $___________ $___________ $___________ $___________ $___________

33 2126 Kipling Ave Roof Air Condenser Seasonal 1 $___________ $___________ $___________ $___________ $___________

Police College34 70 Birmingham St Roof EVAPCO LSWA- 41A 7- 323502 Seasonal 1 $___________ $___________ $___________ $___________ $___________

35 33 Division50 Up-John Rd Roof Air Condenser Seasonal 1 $___________ $___________ $___________ $___________ $___________

36 E.T.F.

300 Lesmill Rd Roof Air Condenser Seasonal 1 $___________ $___________ $___________ $___________ $___________

37 Police HQ Roof BAC VX17093r 8610400 Seasonal 1 $___________ $___________ $___________ $___________ $___________40 College Street Roof BAC 300037542 8610380 Seasonal 1 $___________ $___________ $___________ $___________ $___________

Roof BAC 300037542 8610380 Seasonal 1 $___________ $___________ $___________ $___________ $___________

Sub-total $___________ $___________ $___________ $___________ $___________

Total for Police $___________ $___________ $___________ $___________ $___________

Total extended price for: Initial period, option years 1, 2, 3 and 4. (Excluding HST)

Grand Total: (Items No. 1 to 37) ** $___________ $___________ $___________ $___________ $___________

** Copy above, Grand Total for Initial Period only to: Appendix B (Cooling Towers) located on page identified as Appendix Totals for A, B, C and D.

Page B - 4

19 of 19