Public Works and Infrastructure Committee. Director, Purchasing and Materials Management General Manager, Transportation Services

Similar documents
The Director, Purchasing and Materials Management recommends that the Bid Award Panel grant authority to award the following contract:

The Director, Purchasing and Materials Management recommends that:

Contract Awards for Tender Calls and for the Construction of Works Associated with the City's Basement Flooding Protection Program

Provision of Proprietary Software Licences and Maintenance from Innovyze Inc. for Hydraulic Modelling and Asset Management

Contract Awards December 22, Composite Report

Chapter 740, Street Vending One Year Review

STAFF REPORT ACTION REQUIRED

City Transfer Stations: Loading Services and Fees

Public Works and Infrastructure Committee. p:/2015/clusterb/tra/northyork/pw15086

On-Street Electric Vehicle Charging Stations - Parking Amendments

Report for Action. Wilson Bus Garage - Upgrades. Summary. Date: March 20, 2018 To: TTC Board From: Chief Capital Officer

TORONTO TRANSIT COMMISSION REPORT NO.

Report Number: COD Resolution: GG

Review of Fees for Accident Tows and Tows from Private Property

Public Works and Infrastructure Committee. General Manager, Transportation Services and Treasurer. P:\2015\Internal Services\rev\pw15018rev (AFS20761)

Agreement with Enbridge for the Installation of Compressed Natural Gas Refuelling Stations at City Facilities

35 One Gateway Plaza Los Angeles, CA

Our Focus: Your Future 2008 FLEET REPLACEMENT PLAN AWARD OF TENDERS FOR THE PURCHASE OF REPLACEMENT VEHICLES

STAFF REPORT ACTION REQUIRED

MOTION NO. M Purchase of Thirty-two Double Deck Buses for Increased Passenger Capacity, Bus Replacement and Service Expansion

Director of Finance & Administrative Services

THAT the Contracts for the purchase of vehicles BE AWARDED to the following dealerships:

The Regional Municipality of York. Purchase of Six Battery Electric Buses

CITY CLERK. Tender for Gasoline and Diesel Fuels. (City Council on December 4, 5 and 6, 2001, adopted the following recommendation:

Director of Building and Deputy Chief Building Official. 1. North York Community Council approve the request for sign variance at 515 Drewry Avenue.

1 YORK REGION TRANSIT EXTENSION OF EXISTING DIAL-A-RIDE PILOT PROJECT AND STOCK TRANSPORTATION SCHOOL BUS CONTRACTS

Committee Report. Transportation Committee For the Metropolitan Council meeting of November 29, Business Item No

Director of Building and Deputy Chief Building Official

Chair and Members, The Etobicoke York Community Council. Mark Sraga, Director and Deputy Chief Building Official

Status Update and Considerations for. Change

The Regional Municipality of Halton. Chair and Members of the Planning and Public Works Committee

QUEENS LIBRARY BUILDINGS AND GROUNDS COMMITTEE THURSDAY, DECEMBER 21, Central Library Merrick Blvd., Jamaica, NY AGENDA

CITY CLERK. Warrants for All-Way Stop Sign Control and 40 km/h Maximum Speed Limits

STAFF REPORT ACTION REQUIRED

Chapter 740, Street Vending One Year Bylaw Review

Rockwood School District Diesel Fuel Bid. BIDS DUE ON June 17, 2013 AT 11:00 A.M. CDT

STAFF REPORT ACTION REQUIRED

MEETING: DATE: TYPE OF ACTION: STAFF CONTACT: Recommend to Board. Final Action

DES MOINES AIRPORT AUTHORITY BOARD SUMMARY OF REGULAR MEETING Des Moines International Airport Board Room May 13, 2014

SUBJECT: CONTRACT C080S, HOIST REPLACEMENT AT BUS MAINTENANCE DIVISIONS 3, 5, 9, 10, AND 18, PETERSON HYDRAULICS AND ROTARY LIFT, A JOINT VENTURE

City of Grand Island Tuesday, January 22, 2013 Council Session

MOTION NO. M Purchase of Thirty-one Articulated Hybrid Diesel Expansion and Replacement Buses

c. Two (2) 2010 Chevrolet Silverado X4 Trucks at a cost not to exceed $21, per unit before trade-in value plus taxes;

SYSTEM SAFETY, SECURITY AND OPERATIONS COMMITTEE JULY 17, 2014 PURCHASE OF HYBRID SEDANS APPROVE CONTRACT AWARD ACTION: RECOMMENDATION

Russell Thompson, Public Works Director Michael Hanlon, Principal Engineering Technician

STATE OF NEW HAMPSHIRE PUBLIC UTILITIES COMMISSION DE LIBERTY UTILITIES (GRANITE STATE ELECTRIC) CORP. d/b/a LIBERTY UTILITIES

Government Management Committee. P:\2015\Internal Services\rev\gm15005rev (AFS20247)

Metro OPERATIONS COMMITTEE JANUARY 20,201 1 SUBJECT: CNG ENGINE OIL AWARD CONTRACT FOR CNG ENGINE OIL RECOMMENDATION

Municipality of Strathroy- Caradoc

City of Grand Island

ACTION: ESTABLISH LIFE-OF-PROJECT BUDGET FOR UP TO 100 NEW COMPO BUSES

Item No Halifax Regional Council June 21, 2016

Public Works Department

City of Grand Island Tuesday, June 27, 2017 Council Session

Implementation Status & Results Bosnia and Herzegovina ROAD INFRASTRUCTURE AND SAFETY PROJECT (P100792)

Proposal Concerning Modifications to LIPA s Tariff for Electric Service

COUNCIL COMMUNICATION

P2000 RAIL CAR AUXILIARY INVERTERS

MOTION No. M Purchase of Five 40-foot Buses PROPOSED ACTION

Tel metro. net

DATE: June 12,2007 CONSTRUCTION AND MAINTENANCE CONTRACTS AND PURCHASING

APPROVE VANPOOL VEHICLE SUPPLIER BENCH CONTRACTS

APPROVE CONTRACT MODIFICATION AWARD

Toronto Parking Authority Fleet Vehicle Replacement

FOR IMMEDIATE RELEASE

From: Arthur Canafe, P.E. Approved by: /s/ General Manager

Vehicle Replacement Policy - Toronto Police Service

CITY OF SIMI VALLEY MEMORANDUM

TORONTO TRANSIT COMMISSION REPORT NO.

Chief Operating Officer. Nigel Bell, Energy Resource Manager

MSRC CLEAN TRANSPORTATION FUNDING LOCAL GOVERNMENT PARTNERSHIP

Recharge Kick-off Meeting Recharge Activity Review Process for

Imperial Irrigation District Energy Consumers Advisory Committee Agenda Report

STAFF REPORT INFORMATION ONLY

Too Good to Throw Away Implementation Strategy

6 York Region Transit (YRT/Viva) On-board Security Camera System Upgrade Contract Award

MEMORANDUM DEBBIE MALICOAT, DIRECTOR OF ADMINISTRATIVE SEVICES RAUL JUAREZ, FLEET MAINTENANCE COORDINATOR GLENDA BONER, ADMINISTRATIVE SECRETARY

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY

FORTISBC INC. PRUDENCY REVIEW KETTLE VALLEY SUBSTATION EXHIBIT A2 5

AGENDA REPORT. Craig Crowder, Fleet Manager %-

STAFF REPORT. Consideration of Request Submitted by Athens Services for Rate Adjustment SUMMARY

FOR IMMEDIATE RELEASE

City of Grand Forks Staff Report

Creating A Greener Energy Future For the Commonwealth. Massachusetts RPS Solar Carve-Out: Overview & Program Basics.

v Deborah Flint - Chief ecutive e, ficer

CITY OF LOS ANGELES DEPARTMENT OF AIRPORTS

Compressed Natural Gas Snow Plows

Construction Sector Indices

Vehicle Branding and Continuous Registration of Vehicles in Ontario for Licensed Limousines

3 Award of Contracts for the Supply of Vehicle Tires

POLICIES FOR THE INSTALLATION OF SPEED HUMPS (Amended May 23, 2011)

RFQ Fleet Vehicles. The City of Dawson Creek is requesting quotations for the supply and delivery of:

Price Category Breakdown - February 2010

BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY. Consent Workshop [ ]

COMPRESSED NATURAL GAS (CNG) BUS ENGINES

INVITATION FOR BIDS RECYCLING SERVICES FOR THE MATERIALS RECOVERY CENTER WLSSD BID #1363

Sprinkler System Waiver Application Packet

P. SUMMARY: The Southeastern Power Administration (SEPA) establishes Rate Schedules JW-

SUBJECT: Russell Hill Subway Train Accident Of August 11, 1995 Due Diligence Checklist Update

September 2016 Water Production & Consumption Data

Transcription:

PW3.4 STAFF REPORT ACTION REQUIRED Results of the Requests for Quotation 6032-14-0189 to 6032-14-0197 (inclusive) for Winter on City of Toronto Roads, Salting, Snow Ploughing and Snow Removal for Expressways, Arterial and Collector Roads Date: March 19, 2015 To: From: Wards: Reference Number: Public Works and Infrastructure Committee Director, Purchasing and Materials Management General Manager, Transportation Services All P:\2015\Cluster B\TRA\Scarborough District\pw1532.docx SUMMARY The purpose of this report is to advise on the results of the Requests for Quotation (RFQ) 6032-14-0189, 6032-14-0190, 6032-14-0191, 6032-14-0192, 6032-14-0193, 6032-14-0194, 6032-14-0195, 6032-14-0196 and 6032-14-0197 for Winter on City of Toronto Roads, Salting, Snow Ploughing and Snow Removal for Expressways, Arterial and Collector Roads for the winter seasons from 2015-2016 to 2021-2022 [seven (7) winter seasons], in accordance with specifications as required by Toronto Transportation Services and service levels as approved by City Council, and to request authority to award the contracts to the recommended bidders. 1

RECOMMENDATIONS The General Manager of Transportation Services and the Director of Purchasing and Materials Management Division recommend that: 1. City Council grant authority to award RFQ 6032-14-0189 for Winter on Arterial and Collector Roads, Depot 1, within Toronto and East York Area 1, for the 2015-2016, 2016-2017, 2017-2018, 2018-2019, 2019-2020, 2020-2021, and 2021-2022 winter seasons to Gazzola Paving Ltd, being the lowest bidder meeting specifications, for a grand total price of $26,895,932.69 net of HST recoveries, including an estimate of the annual cost adjustments using 3% per year after year 1; 2. City Council grant authority to award RFQ 6032-14-0190 for Winter on Arterial and Collector Roads, Depot 2, within North York District, for the 2015-2016, 2016-2017, 2017-2018, 2018-2019, 2019-2020, 2020-2021, and 2021-2022 winter seasons to Maple Crete Inc., being the lowest bidder meeting specifications, for a grand total price for the seven winter seasons of $26,481,924.62 net of HST recoveries including an estimate of the annual cost adjustments using 3% per year after year 1; 3. City Council grant authority to award RFQ 6032-14-0191 for Winter on Arterial and Collector Roads, Depot 3, within North York District, for the 2015-2016, 2016-2017, 2017-2018, 2018-2019, 2019-2020, 2020-2021, and 2021-2022 winter seasons, to D. Crupi & Sons Limited, being the lowest bidder meeting specifications, for a grand total price for the seven winter seasons of $24,006,471.45 net of HST recoveries, including an estimate of the annual cost adjustments using 3% per year after year 1; 4. City Council grant authority to award RFQ 6032-14-0192 for Winter on Arterial and Collector Roads, Depot 4, within Scarborough District, for the 2015-2016, 2016-2017, 2017-2018, 2018-2019, 2019-2020, 2020-2021, and 2021-2022 winter seasons, to D. Crupi & Sons Limited, being the lowest bidder meeting specifications for a grand total price for the seven winter seasons of $31,243,859.51 net of HST recoveries, including an estimate of the annual cost adjustments using 3% per year after year 1; 5. City Council grant authority to award RFQ 6032-14-0193 for Winter on Arterial and Collector Roads, Depot 5, within Etobicoke York District, for the 2015-2016, 2016-2017, 2017-2018, 2018-2019, 2019-2020, 2020-2021, and 2021-2022 winter seasons, to Steed & Evans Limited, being the lowest bidder meeting specifications, for a grand total price for the seven winter seasons of $29,492,066.48 net 2

of HST recoveries, including an estimate of the annual cost adjustments using 3% per year after year 1; 6. City Council grant authority to award RFQ 6032-14-0194 for Winter on Arterial and Collector Roads, Depot 6, within Toronto and East York Area 1, for the 2015-2016, 2016-2017, 2017-2018, 2018-2019, 2019-2020, 2020-2021, and 2021-2022 winter seasons, to K.J. Beamish Construction Co. Ltd being the lowest bidder meeting specifications, for a grand total price for the seven winter seasons of $28,745,836.30 net of HST recoveries, including an estimate of the annual cost adjustments using 3% per year after year 1; 7. City Council grant authority to award RFQ 6032-14-0195 for Winter on Arterial and Collector Roads, Depot 7, within Toronto and East York Area 2, for the 2015-2016, 2016-2017, 2017-2018, 2018-2019, 2019-2020, 2020-2021, and 2021-2022 winter seasons, to A&F Di Carlo Construction, being the lowest bidder meeting specifications for a grand total price for the seven winter seasons of $26,221,085.42 net of HST recoveries, including an estimate of the annual cost adjustments using 3% per year after year 1; 8. City Council grant authority to award RFQ 6032-14-0196 for Winter on Arterial and Collector Roads, Depot 8, within Scarborough District, for the 2015-2016, 2016-2017, 2017-2018, 2018-2019, 2019-2020, 2020-2021, and 2021-2022 winter seasons, to Defina Haulage Ltd., being the lowest bidder meeting specifications for a grand total price for the seven winter seasons of $32,287,731.86 net of HST recoveries, including an estimate of the annual cost adjustments using 3% per year after year 1; and, 9. City Council grant authority to award RFQ 6032-14-0197 for Winter on Arterial and Collector Roads, Depot 9, within Etobicoke York District, for the 2015-2016, 2016-2017, 2017-2018, 2018-2019, 2019-2020, 2020-2021, and 2021-2022 winter seasons, to Carillion Canada Inc., being the lowest bidder meeting specifications for a grand total price for the seven winter seasons of $28,013,780.87 net of HST recoveries, including an estimate of the annual cost adjustments using 3% per year after year. FINANCIAL IMPACT The total cost to the City of Toronto for all nine contract awards (for Depot 1 to Depot 9) for the seven (7) winter seasons (2015-2016 to 2021-2022) is $253,388,689.20 net of HST recoveries, $281,376,983.88 including all taxes and charges and $249,006,180.43 net of all applicable taxes and charges, including an estimate of the annual cost adjustments using 3% per year after Year 1. 3

The annual cost estimate of 3% growth is consistent with the increase in winter maintenance contract prices over the last 7 years. Funding in the amount of $14,018,310.03 for the period of October 15 to December 31, 2015 is required, of which $10,897,921.66 is included in the 2015 Recommended Operating Budget for Transportation Services. The approval of the nine contract awards will commit the City to an additional $3,120,388.37 in winter maintenance contract costs which are not currently included in Transportation Services' 2015 Operating Budget. The shortfall could be funded from the Winter Contribution Reserve Fund XR1411. The remaining first winter s (2015-2016 season) funding need ($19,050,523.88) between January 1 and April 15, 2016, along with the first part of the second winter s adjusted cost, will be included in the 2016 Operating Budget Submission. The budget for the first winter season requirement is $33,068,833.92 net of HST recoveries. The following funding details include the contract cost increase of $3,120,388.37 which is not part of the 2015 Recommended Operating Budget for Transportation Services. RFQ # 6032-14-0189 6032-14-0194 6032-14-0195 Operating Budget Funding Details First Winter Season 2015/2016 Oct. 15, 2015-Dec. 31, Jan 1, 2016- Apr 15, Operating 2015 2016 Total (Net of HST (Net of HST (Net of HST District Account recoveries) recoveries) recoveries) Toronto & East York TP0108 $1,487,972.98 $2,022,117.13 $3,510,090.11 Toronto & East York TP0108 $1,590,315.84 $2,161,198.44 $3,751,514.28 Sub-total $3,078,288.82 $4,183,315.57 $7,261,604.39 Toronto & East York TP0108 $1,450,638.17 $1,971,380.08 $3,422,018.25 Sub-total $1,450,638.17 $1,971,380.08 $3,422,018.25 6032-14-0190 North York TP0189 $1,465,068.67 $1,990,990.75 $3,456,059.42 6032-14-0191 North York TP0189 $1,328,118.32 $1,804,878.74 $3,132,997.06 Sub-total $2,793,186.99 $3,795,869.49 $6,589,056.48 6032-14-0192 Scarborough TP0216 $1,728,514.84 $2,349,007.34 $4,077,522.18 6032-14-0196 Scarborough TP0216 $1,786,265.35 $2,427,488.81 $4,213,754.16 Sub-total $3,514,780.19 $4,776,496.15 $8,291,276.34 6032-14-0193 Etobicoke York TP0161 $1,631,599.79 $2,217,302.27 $3,848,902.06 6032-14-0197 Etobicoke York TP0161 $1,549,816.08 $2,106,160.32 $3,655,976.40 Sub-total $3,181,415.87 $4,323,462.59 $7,504,878.46 Total 1 st Winter Season $14,018,310.04 $19,050,523.88 $33,068,833.92 4

Estimated Costs Years 2-7 Year Estimated Costs (net of HST recoveries) 2016/17 $34,060,898.93 2017/18 $35,082,725.90 2018/19 $36,135,207.67 2019/20 $37,219,263.90 2020/21 $38,335,841.82 2021/22 $39,485,917.07 Total Estimated Costs Years 1-7 (2015-2016 season to 2021-2022 season) Years Estimated Costs (net of HST recoveries) 2015-2016 to 2021-2022 $253,388,689.21 Future funding will be requested in subsequent annual Transportation Services Operating Budget Submissions for the required portions of the contract period. The Deputy City Manager and Chief Financial Officer has reviewed this report and agrees with the financial impact information. DECISION HISTORY Council at its meeting held on December 16, 2013 adopted motions that confirmed the levels of service for roadway de-icing, snow plowing, driveway windrow opening and snow removal that would serve as the basis for the 2015 2022 winter maintenance contracts and enabling the General Manager, Transportation Services to issue Requests for Quotations for Winter Services for seven (7) year terms covering the period November 2015 to April 2022. Refer to Motions 1, 2, 3 & 4 of Item PW27.15 of the following decision document link at http://app.toronto.ca/tmmis/viewagendaitemhistory.do?item=2013.pw27.15 ISSUE BACKGROUND All nine (9) Requests for Quotation (RFQs) for Winter on City of Toronto Roads, Salting, Snow Ploughing and Snow Removal for Expressways, Arterial and Collector Roads were issued by the Purchasing and Materials Management Division on November 26, 2014 on the City s Internet Website. A number of addenda were issued for each RFQ. The closing date for all of the RFQs was held on January 30, 2015. The RFQs were designed so that each bidder could bid on one (1) or all nine (9) of the RFQs. The RFQs all set out that the public opening process would be done by a lottery. The lottery process randomizes which RFQ would be opened first and provides bidders the opportunity to 5

withdraw from a particular RFQ if they have submitted bids to multiple RFQs. This system is designed to prevent a bidder from being awarded too many contracts and being unable to meet the requirements of all the contracts won. The order that the RFQs were opened was 6032-14- 0195, 6032-14-0191, 6032-14-0197, 6032-14-0192, 6032-14-0189, 6032-14-0190, 6032-14- 0196, 6032-14-0194 and 6032-14-0193. The following is the summary of bids received for Request for Quotation 6032-14-0189 Depot 1, within Toronto and East York District Area 1: Gazzola Paving Ltd. $3,449,381.00 K.J. Beamish Construction Ltd. $3,637,481.20 Carillion Canada Inc. $3,732,108.56 Cruickshank Construction Ltd. $4,254,947.59 The following is the summary of bids received for Request for Quotation 6032-14-0190 Depot 2, within North York District: Maple Crete Inc. $3,396,294.81 Cruickshank Construction Ltd. $3,643,648.20 Carillion Canada Inc. $3,769,367.02 Pave-Tar Construction Ltd. $4,067,064.00 Defina Haulage Ltd. $4,073,805.62 Fermar Paving Ltd. $4,147,500.42 K.J. Beamish Construction Ltd. $4,206,050.00 Steed and Evans Ltd. $4,485,548.00 D. Crupi & Sons Limited The following is the summary of bids received for Request for Quotation 6032-14-0191 Depot 3, within North York District: D. Crupi & Sons Ltd $3,078,810.00 Cruickshank Construction Ltd. $3,422,019.07 Carillion Canada Inc. $3,581,425.70 Miller Paving Ltd. $3,975,450.00 Todd Brothers Contracting Ltd. $4,741,747.68 6

The following is the summary of bids received for Request for Quotation 6302-14-0192 Depot 4, within Scarborough District: D. Crupi & Sons Ltd. $4,006,999.00 Carillion Canada Inc. $4,321,048.43 Cruickshank Construction Ltd. $4,651,937.50 Fowler Construction Company $4,736,075.00 Miller Paving $5,277,722.50 The following is the summary of bids received for Request for Quotation 6302-14-0193 Depot 5, within Etobicoke York District: Steed and Evans Ltd. $3,782,333.00 Carillion Canada Inc. $3,958,527.92 Pave-Tar Construction Ltd. $4,204,837.00 Fermar Paving Ltd. $4,622,140.32 Cruickshank Construction Ltd. $4,787,161.10 Maple-Crete Inc The following is the summary of bids received for Request for Quotation 6032-14-0194 Depot 6, within Toronto and East York District Area 1: K.J. Beamish Construction Co. Ltd $3,686,629.60 Gazzola Paving Ltd. $3,934,417.24 Carillion Canada Inc $3,986,108.26 Pave-Tar Construction Ltd. $4,217,455.60 Cruickshank Construction Ltd $4,625,546.42 Todd Brothers Contracting Ltd. $5,011,897.00 Maple-Crete Inc 7

The following is the summary of bids received for Request for Quotation 6032-14-0195 Depot 7 within Toronto and East York District Area 2: A&F Di Carlo Construction $3,362,832.40 Steed & Evans Ltd. $3,655,262.50 Cruickshank Construction Ltd. $5,107,353.09 The following is the summary of bids received for Request for Quotation 6302-14-0196 Depot 8, within Scarborough District: Defina Haulage Ltd. $4,140,874.76 D. Crupi & Sons Ltd. $4,156,195.00 Carillion Canada Inc. $4,215,186.16 Pave-Tar Construction Ltd. $4,289,361.00 Fowler Construction Company Ltd. $4,377,352.00 K.J. Beamish Construction Co. Ltd. $5,010,065.00 Cruickshank Construction Ltd. $5,184,568.63 Miller Paving Ltd. $5,224,240.00 Fermar Paving Ltd. $5,644,098.82 The following is the summary of bids received for Request for Quotation 6302-14-0197 Depot 9, within Etobicoke York District: Carillion Canada Inc. $3,592,744.10 Pave-Tar Construction Ltd. $3,780,708.00 Maple Crete Inc. $3,848,391.89 D. Crupi & Sons Ltd. $3,889,107.00 Cruickshank Construction Ltd. $3,943,049.71 Steed & Evans Ltd. $4,110,952.00 Fermar Paving Ltd. $4,363,208.05 Miller Paving Ltd. $4,483,909.50 8

COMMENTS The Quotation documentation submitted by the recommended bidders have been reviewed by staff of Transportation Services and were found to be in conformance with the Request for Quotation requirements. Transportation Services staff have compared the low bid for each depot to the estimated cost and found the prices of the recommended bidders to be reasonable and within the budget available. The Fair Wage Office has reported that the recommended firms have indicated it has reviewed and understands the Fair Wage Policy and Labour Trades requirements and has agreed to comply fully. CONTACTS Brian Provo E. Caruso Acting Manager, Road Operations Manager, Goods & Services Transportation Services, Purchasing and Materials Management Toronto and East York District Tel: 416-392-7316 Tel: 416-392-0285 e-mail: ecaruso@toronto.ca e-mail: rburlie@toronto.ca T. Tenn R. Helary Manager, Road Operations Manager, Road Operations Transportation Services, Transportation Services, Scarborough District Etobicoke York District Tel: 416-396-4823 Tel: 416-394-8345 e-mail: ttenn@toronto.ca e-mail: rhela@toronto.ca H. Moreno Manager, Road Operations Transportation Services, North York District Tel: 416-395-6270 e-mail hmoreno@toronto.ca SIGNATURES Michael Pacholok Director Purchasing and Materials Management Stephen Buckley General Manager Transportation Services ATTACHMENT Appendix A Adjusting Index 9

APPENDIX A - ANNUAL ADJUSTMENT OF COST The unit bid prices will be adjusted annually as shown in the following example using the CPI as issued for the month of July. The unit bid prices stated in the Vendor's Quotation will apply during the first Operating Year of the Term. In the second and subsequent Operating Years, the unit bid prices will be the costs applicable in the previous Operating Year multiplied by [1 + CPI/100]. The unit bid price will be adjusted for the second Operating Year and, if the Term is extended, for the subsequent Operating Years to reflect 100% of the percentage change in the All Item Index of Consumer Price Index (CPI) for Toronto, or the replacement Index, on a year-to-year basis. In the second and subsequent Operating Years, the unit bid price will be the cost applicable in the previous Operating Year multiplied by [1 + CPI/100]. where: and: CPI = CPI Current Operating Year CPI Previous Operating Year X 100% CPI Previous Operating Year CPI Current Operating Year = Monthly Consumer Price Index (All Items) - Toronto for the month containing the beginning of the second and subsequent Operating Years. CPI Previous Operating Year = Monthly Consumers Price Index (All Items) - Toronto for the month containing the beginning of the previous Operating Year. Note: The Annual Adjustment of Cost formula outlined above has replaced the Adjusting Index formula used in the previous snow removal contracts so as to be more transparent and accurately reflect market increases. The Adjusting Index formula had been developed by the former Metro Transportation and was in place for several previous snow removal contracts. It was unique in the industry and employed only by the City of Toronto. The Annual Adjustment of Cost increased 14.9% over the last 7 year contract (2007/2008 to 2014/2015) An average of 3% per year. It is estimated that the increase in the Adjusting Index for this contract will remain consistent at an average of 3% per year. 10