FORM A: BID (See B9) 1. Contract Title 2015 WATERMAIN RENEWALS CONTRACT NO.3

Similar documents
FORM A: BID (See B9)

FORM A: BID (See B8) 1. Contract Title FERRY ROAD RIVERBEND COMBINED SEWER RELIEF CONTRACT NO. 2

FORM A: PROPOSAL (See B11) 1. Contract Title TRANSIT BUS MAINTENANCE AND REPAIR GARAGE EXPANSION DESIGN BUILD PROJECT

FORM A: BID (See B9)

ASPHALT PAVING CONTRACT L TENDER FORM. Tender Submitted By: Bid Bond $ or Certified Cheque $

Special Provisions. Special Instructions to Bidders. Instructions to Bidders. General Conditions

<CONTRACT TITLE> <Hwy No.> CONTRACT FORMS 1. CONTRACT FORMS 1.1 CONTRACT

APPENDIX B SURETY BOND FORM CASH BOND FORM LETTER OF CREDIT CERTIFICATE OF DEPOSIT

Contract for St. Johns County School Board Osceola Elementary School Classroom Expansion

AGREEMENT 4 pages. SPECIFICATION 1 page. LABOR & MATERIALS 4 pages. PERFORMANCE BOND 4 pages

Construction, respecting the replacement of the entrance stairs of City Hall, in the City of

Yurok Tribe Planning and Community Development Klamath, California. Yurok Justice Center Bid Documents EXHIBIT B: BID FORM

CITY OF RICHMOND PERFORMANCE BOND

Proposal for Bidding Purposes

CONTRACT AND BOND FORMS FOR

FORM 32 PERFORMANCE BOND UNDER SECTION 85.1 OF THE ACT Construction Act

EXHIBIT WARRANTY BOND. (Address), hereinafter called Principal, and

EXHIBIT F-1 (I) FORM OF DESIGN-BUILD LETTER OF CREDIT VIRGINIA DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VA ATTN: [ ]

Financial Information

FORM OF AGREEMENT BETWEEN CONSTRUCTOR AND OWNER

FORM 31 LABOUR AND MATERIAL PAYMENT BOND UNDER SECTION 85.1 OF THE ACT Construction Act

Proposal for Bidding Purposes

Proposal for Bidding Purposes

BUILDING PERMIT PERFORMANCE AND MAINTENANCE BOND (Owner and/or Contractor Form)

CONTRACT. This agreement, made and entered into this day of, 2013, in Reno, Nevada, by and between the City of Reno, hereinafter called the City, and

CITY OF NORTH LAS VEGAS BID PROPOSAL., (hereinafter called Bidder)* a *, organized and existing under the laws of the State of

CITY OF PETALUMA. POST OFFICE Box 61 PETALUMA, CA ADDENDUM NO. 1. AIRPORT PREVENTIVE MAINTENANCE RAMP CRACK SEAL City Project No.

E&S PERFORMANCE BOND

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

TOWN OF LABRADOR CITY FORM OF TENDER TLC RESIDENTIAL GARBAGE COLLECTION CONTRACT TENDER OF ADDRESS TELEPHONE NUMBER

TIME ADDRESS MUNICIPAL CONTACT PHONE NUMBER

ALASKA MORTGAGE LICENSEE SURETY BOND

Bid Addendum #1 Bid # 13/14-01FA: Furniture and Equipment Bid Issued March 19, 2014

PERFORMANCE BOND. Surety Bond No. STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF

Sunnyside Valley Irrigation District

RIGHT-OF-WAY PERMIT SUBMITTAL REQUIREMENTS CHECKLIST

QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088

QUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner

INSTRUCTIONS FOR SCHOOL APPLICATION

Request for Tender. Hot Mix Asphalt

AUCTIONEER S LICENSE INSTRUCTIONS You can now apply on line at the Department of Business Regulation website:

Coastal Carolina University Ingle Residence Hall Renovations

PERFORMANCE BOND. Date Bond Executed: Effective Date: Type of Organization: (Insert individual, joint venture, partnership, or corporation )

Cherokee County Board of Commissioners

RULES OF DEPARTMENT OF REVENUE VEHICLE SERVICES DIVISION CHAPTER TITLE BONDS TABLE OF CONTENTS

PART A BID SUBMISSION

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS

ALABAMA A&M UNIVERSITY Carter and Chambers Fire Alarm System(s) A. Project Identification: New Fire Alarm system(s) Carter/Chambers

SURETY BOND GUARANTEEING PAYMENT

C. Public-private partnership construction contracts. (a) Definitions for purposes of this section: (1) Construction contract.

EXHIBIT CONSTRUCTION CONTRACT BOND

F O R M OF P R O P O S A L

MAINTENANCE & WARRANTY BOND. Carroll County Board of Commissioners 423 College Street, Carrollton, Georgia, 30117

TOWN OF MIDLAND TENDER FOR TRAFFIC LINE PAINTING CONTRACT NO. L

HOPKINSVILLE WATER ENVIRONMENT AUTHORITY

RECEIVED AT WHICH TIME BIDS

BOND FOR FAITHFUL PERFORMANCE

Newark Unified School District 5715 Musick Ave., Newark, California Telephone (510) ; FAX (510)

The Corporation of The Township of Lanark Highlands. TENDER #PW Resurfacing Lavant Mill Road

September 16, 2016 CCTA Contract No. 427 Caltrans Contract No. 04-4H1604 Balfour Interchange Project

Proposal must provide warranty for all material and construction. See the specifications on the building.

BOND FOR FAITHFUL PERFORMANCE

AMENDED AND RESTATED STANDBY GUARANTEED INVESTMENT CONTRACT. by and among RBC COVERED BOND GUARANTOR LIMITED PARTNERSHIP. as Guarantor LP.

BOND INSTRUCTIONS 1. IF THE PRINCIPAL IS AN INDIVIDUAL OR PARTNERSHIP:

(A) PROVIDE A SURETY BOND NOT TO EXCEED 15% ABOVE AGGREGATED PRIZE VALUE (B) WRITE A CHECK TO OFFICE OF LOTTERY AND CHARITABLE GAMES

INSTRUCTIONS FOR LICENSE APPLICATIONS PORT OF PASCAGOULA, MISSISSIPPI

HIGHWAY TRAFFIC ACT DEALER S TRADE LICENSE REGULATIONS

CONTRACT DOCUMENTS FOR Project Name Tender XX-XX

[1] TWO [2] PASSPORT SIZE [2X2] PHOTOGRAPHS OF THE APPLICANT [NO SUBSTITUTES].

Invitation to Bid. FUNDING: The project shall be funded entirely with County funds, and shall be governed by strict guidelines for use of funds.

PROPOSAL BOND FOR DESIGN-BUILD PROJECTS SAMPLE. Document No. 610 First Edition, 2015 Design-Build Institute of America Washington, D.C.

LAND IMPROVEMENT AGREEMENT

13 14 Legal Name of Principal Signature Printed Name of Person Signing Title of Person Signing Name of Surety

THIS CONTRACT is executed as of this day of, 2017, effective as of October 1, 2017 (the Effective Date ), by and between the CITY OF

Landscaping Surety. All Required Materials Shall Meet Minimum Specifications! Types of Surety. Surety Materials to Submit

APPLICATION FOR AUCTIONEER'S LICENSE INSTRUCTIONS

Guarantor additionally represents and warrants to Obligee as

NOTIFICATION OF ADDENDUM ADDENDUM NO. 2 DATED 11/05/2018

SAMPLE SERVICING AGREEMENT. THIS AGREEMENT made in duplicate this day of, 20, Between:

ATTACHMENT B: SAMPLE CONTRACT (AGREEMENT)

CITY OF OLATHE. Please type or print. PROPERTY OWNER NAME (PERMIT HOLDER): OWNER AGENT: ADDRESS: CITY: STATE: ZIP:

CITY OF YORKTON BYLAW NO. 27/91

Table of Contents SE-310, Invitation for Construction Services... 1

ON-CALL EMERGENCY CONSTRUCTION CONTRACT AGREEMENT IN THE CITY OF CALABASAS, CALIFORNIA

SUBDIVISION IMPROVEMENT AGREEMENT. (Date of Subdivision Map Recordation: )

WEST VIRGINIA STATE TAX DEPARTMENT Revenue Division SAMPLE COLLECTION AGENCY BOND. (1) That we, (Principal): (2) Address:

Tender Security Form

CITY OF DANIA BEACH, FLORIDA ADDENDUM #5 REQUEST FOR PROPOSALS FOR CITYWIDE PUMP STATIONS SUPERVISORY CONTROL AND DATA ACQUISITION ( SCADA ) SYSTEM

CERTIFICATE. Final. Upon. Instructions: letterhead. Page 1 of 3. CDC Documents. Revised 1/22/2018

PERFORMANCE BOND FOR DESIGN-BUILD PROJECTS SAMPLE. Document No. 620 First Edition, 2015 Design-Build Institute of America Washington, D.C.

I-11 BOULDER CITY BYPASS DESIGN-BUILD PROJECT FINAL REQUEST FOR PROPOSALS NO A INSTRUCTIONS TO PROPOSERS EXHIBIT E PRICE PROPOSAL FORMS

JEFFERSON COUNTY Land Development SITE IMPROVEMENTS BONDING & BOND SURETY POLICY (Effective Date: September 2, 2010)

AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT (STIPULATED PRICE)

VILLAGE OF ALERT BAY

INSTRUCTIONS TO TENDERERS

COMMERCIAL TERMS AND CONDITIONS

RUSSELL VOLUNTEER FIRE DEPARTMENT AND TOWN OF RUSSELL AGREEMENT

Protest Procedures. Any issues raised by the protesting party after the seven (7) calendar day period shall not be considered as part of the protest.

CITY of NOVI CITY COUNCIL

CONTRACT DOCUMENTS SPECIFICATIONS. for RAILROAD AVE. AND MAIN STREET TRAFFIC SIGNAL UPGRADE CITY OF FORT MORGAN, COLORADO.

Transcription:

Bid Opportunity No. 207-2015 Page 1 of 14 Template Version: C120150116- C BCivil FORM A: BID (See B9) 1. Contract Title 2015 WATERMAIN RENEWALS CONTRACT NO.3 2. Bidder Name of Bidder Usual Business Name of Bidder as it appears on Invoice (if different from above) Street City Province Postal Code Email Address of Bidder Facsimile Number (Mailing address if different) Street or P.O. Box City Province Postal Code GST Registration Number (if applicable) (Choose one) The Bidder is: a sole proprietor a partnership a corporation carrying on business under the above name. 3. Contact Person The Bidder hereby authorizes the following contact person to represent the Bidder for purposes of the Bid. Contact Person Title Telephone Number Facsimile Number 4. Definitions All capitalized terms used in the Contract shall have the meanings ascribed to them in the General Conditions and D2.1.

Bid Opportunity No. 207-2015 Page 2 of 14 Template Version: C120150116- C BCivil 5. Offer The Bidder hereby offers to perform the Work in accordance with the Contract for the Total Bid Price, in Canadian funds, set out on Form B: Prices, appended hereto. 6. Bid Security (Choose one) In accordance with B12.1, the Bidder encloses bid security in the form of: a bid bond (Form G1: Bid Bond and Agreement to Bond) an irrevocable standby letter of credit (Form G2: Irrevocable Standby Letter of Credit and Undertaking) a certified cheque or draft and agrees that it shall be held by the City in accordance with the Contract. 7. Execution of Contract The Bidder agrees to execute and return the Contract no later than seven (7) Calendar Days after receipt of the Contract, in the manner specified in C4. 8. Commencement of the Work The Bidder agrees that no Work shall commence until he/she is in receipt of a letter of intent from the Award Authority authorizing the commencement of the Work. 9. Contract The Bidder agrees that the Bid Opportunity in its entirety shall be deemed to be incorporated in and to form a part of this offer notwithstanding that not all parts thereof are necessarily attached to or accompany this Bid. 10. Addenda The Bidder certifies that the following addenda have been received and agrees that they shall be deemed to form a part of the Contract: No. Dated 11. Time This offer shall be open for acceptance, binding and irrevocable for a period of forty-five (45) Calendar Days following the Submission Deadline.

Bid Opportunity No. 207-2015 Page 3 of 14 Template Version: C120150116- C BCivil 12. Signatures The Bidder or the Bidder s authorized official or officials have signed this day of, 20. Signature of Bidder or Bidder s Authorized Official or Officials (Print here name and official capacity of individual whose signature appears above) (Print here name and official capacity of individual whose signature appears above)

Bid Opportunity 207-2015 Page 4 of 14 FORM B: PRICES (SEE B9) 2015 WATERMAIN RENEWALS - CONTRACT NO. 3 UNIT PRICES ITEM DESCRIPTION SPEC. APPROX. UNIT UNIT REF. QUANTITY PRICE A Donnelly Street - Clarence Avenue to Marshall Crescent AMOUNT A. 1 Watermain Renewal a) 200mm m 93.0 A. 2 Hydrant Assembly a) SD-007 each 1 A. 3 Watermain Valve a) 200mm each 1 A. 4 Fittings a) Tees i) 200mm X 200mm X 200mm each 1 b) Bends (SD-004) i) 200mm - 22 1/2 o each 2 A. 5 Water Services a) 19mm m 5.0 A. 6 Corporation Stops a) 19mm each 2 A. 7 Connecting to Existing Watermains and Large Diameter Water Services a) In-line connection - no plug existing i) 200mm each 1 A. 8 Connecting Existing Copper Water Services to New Watermains a) 19mm each 2 A. 9 10.9 Kilogram Sacrificial Zinc Anodes a) On Water Services 2.0 each A. 10 Miscellaneous Concrete Slab Renewal CW 3235 a) Sidewalk (SD-228A) m 2 20.0 Donnelly Street - Clarence Avenue to Marshall Crescent Subtotal A:

Bid Opportunity 207-2015 Page 5 of 14 FORM B: PRICES (SEE B9) 2015 WATERMAIN RENEWALS - CONTRACT NO. 3 UNIT PRICES ITEM DESCRIPTION SPEC. APPROX. UNIT UNIT REF. QUANTITY PRICE B Clarence Avenue - Marshall Bay W. Leg to C.N.R R.O.W AMOUNT B. 1 Watermain Renewal a) 150mm b) 200mm m 10.0 m 364.0 ii) in a casing pipe m 40.0 B. 2 Hydrant Assembly a) SD-006 each 4 B. 3 Watermain Valve a) 150mm each 1 b) 200mm each 3 B. 4 Fittings a) Tees i) 200mm X 200mm X 150mm each 1 b) Bends (SD-004) i) 150mm - 45 o each 1 ii) 200mm - 22 1/2 o each 2 B. 5 Water Services a) 19mm m 50.0 B. 6 Corporation Stops a) 19mm each 35 B. 7 Curb Stops a) 19mm each 1 B. 8 Curb Stop Boxes a) 19mm each 1

Bid Opportunity 207-2015 Page 6 of 14 FORM B: PRICES (SEE B9) 2015 WATERMAIN RENEWALS - CONTRACT NO. 3 UNIT PRICES ITEM DESCRIPTION SPEC. APPROX. UNIT UNIT REF. QUANTITY PRICE AMOUNT B. 9 Connecting to Existing Watermains and Large Diameter Water Services a) In-line connection - no plug existing i) 150mm each 1 ii) 200mm each 2 B. 10 Connecting Existing Copper Water Services to New Watermains a) 19mm each 35 B. 11 10.9 Kilogram Sacrificial Zinc Anodes a) On Metallic Watermains b) On Water Services each each 2.0 36.0 B. 12 Regrading of Existing Sewer Service - Up to 1.5 metres Long a) 150mm each 5 B. 13 Partial Slab Patches E5 a) 150mm reinforced concrete pavement C Clarence Avenue - Marshall Bay W. Leg to C.N.R R.O.W Parkhill Street - Portage Avenue to Livinia Avenue m 2 40.0 Subtotal B: C. 1 Watermain Renewal a) 150mm m 163.0 C. 2 Hydrant Assembly a) SD-006 each 2 C. 3 Watermain Valve a) 150mm each 3 C. 4 Fittings a) Tees i) 150mm X 150mm X 150mm each 1 b) Bends (SD-004)

Bid Opportunity 207-2015 Page 7 of 14 FORM B: PRICES (SEE B9) 2015 WATERMAIN RENEWALS - CONTRACT NO. 3 UNIT PRICES ITEM DESCRIPTION SPEC. APPROX. UNIT UNIT REF. QUANTITY PRICE i) 150mm - 22 1/2 o each 4 AMOUNT C. 5 Water Services a) 19mm b) 25mm m 20.0 m 1.0 C. 6 Corporation Stops a) 19mm each 15 b) 25mm each 1 C. 7 Connecting to Existing Watermains and Large Diameter Water Services a) In-line connection - no plug existing i) 150mm each 3 C. 8 Connecting Existing Copper Water Services to New Watermains a) 19mm each 15 b) 25mm each 1 C. 9 10.9 Kilogram Sacrificial Zinc Anodes a) On Water Services each 16.0 C. 10 Partial Slab Patches E5 a) 150mm reinforced concrete pavement D Parkhill Street - Portage Avenue to Livinia Avenue Portage Avenue - Davidson Street to Mount Royal Road m 2 50.0 Subtotal C: D. 1 Watermain Renewal a) 150mm b) 250mm m 5.0

Bid Opportunity 207-2015 Page 8 of 14 FORM B: PRICES (SEE B9) 2015 WATERMAIN RENEWALS - CONTRACT NO. 3 UNIT PRICES ITEM DESCRIPTION SPEC. APPROX. UNIT UNIT REF. QUANTITY PRICE m 300.0 AMOUNT D. 2 Hydrant Assembly a) SD-006 each 2 D. 3 Watermain Valve a) 150mm each 1 b) 250mm each 3 D. 4 Fittings a) Tees i) 250mm x 250mm x150 mm each 1 b) Bends (SD-004) i) 250mm - 22 1/2 o each 2 c) Crosses i) 250mm X250mm X 250mm X 250mm each 1 d) Reducers i) 250mm - 150mm each 2 D. 5 Water Services a) 25mm b) 38mm c) 50mm m 2.0 m 2.0 m 1.0 D. 6 Corporation Stops a) 25mm each 2 b) 38mm each 2 c) 50mm each 1 D. 7 Connecting to Existing Watermains and Large Diameter Water Services a) In-line connection - no plug existing

Bid Opportunity 207-2015 Page 9 of 14 FORM B: PRICES (SEE B9) 2015 WATERMAIN RENEWALS - CONTRACT NO. 3 UNIT PRICES ITEM DESCRIPTION SPEC. APPROX. UNIT UNIT REF. QUANTITY PRICE i) 150mm each 3 ii) 250mm each 2 AMOUNT D. 8 Connecting Existing Copper Water Services to New Watermains a) 25mm each 2 b) 38mm each 2 c) 50mm each 1 D. 9 10.9 Kilogram Sacrificial Zinc Anodes a) On Water Services each 5.0 D. 10 Partial Slab Patches E5 a) 150mm reinforced concrete pavement i) 200mm reinforced concrete pavement for early opening (24 hours) m 2 50.0 m 2 20.0 D. 11 Miscellaneous Concrete Slab Renewal CW 3235 a) Sidewalk (SD-228A) m 2 200.0 D. 12 Concrete Curb Renewal CW 3240 a) Barrier curb (SD-204) m 40.0 E Portage Avenue - Davidson Street to Mount Royal Road Provisional Items Subtotal D: E. 1 Regrading of Existing Sewer Service - Up to 1.5 metres Long a) 150mm each 10 E. 2 Cement Stabilized Fill E. 3 Sodding CW 3510 m 3 10.0 m 2 100.0 E. 4 Remove and Replace Existing Catch Basin CW 2130 a) SD-024 each 2 E. 5 Drainage Connection Pipe CW 2130 a) 250mm m 10.0

Bid Opportunity 207-2015 Page 10 of 14 FORM B: PRICES (SEE B9) 2015 WATERMAIN RENEWALS - CONTRACT NO. 3 UNIT PRICES ITEM DESCRIPTION SPEC. APPROX. UNIT UNIT REF. QUANTITY PRICE E. 6 Maintaining Curb Stop Excavations day 50.0 AMOUNT E. 7 Fittings a) Bends (SD-005) i) 150mm - 45 o each 2 ii) 200mm - 45 o each 2 iii) 250mm - 45 o each 2 E. 8 Continuity Bonding each 10 E. 9 Curb Stops a) 25mm each 2 b) 38mm each 2 E. 10 Curb Stop Boxes a) 25mm each 2 b) 38mm each 2 Provisional Items Subtotal E: Total: TOTAL BID PRICE (GST extra) (in figures)$ (in words) Name of Bidder

Bid Opportunity No. 207-2015 Page 11 of 14 Template Version: C120150116- C BCivil KNOW ALL MEN BY THESE PRESENTS THAT FORM G1: BID BOND AND AGREEMENT TO BOND (Page 1 of 2) (See B12) BID BOND (hereinafter called the "Principal") and (hereinafter called the "Surety"), are held and firmly bound unto THE CITY OF WINNIPEG (hereinafter called the "Obligee") in the sum of ten percent (10%) of the Total Bid Price set out in the Bid hereinafter described, for the payment of which sum the Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS the Principal has submitted a Bid to the Obligee for BID OPPORTUNITY NO. 207-2015 2015 WATERMAIN RENEWALS CONTRACT NO.3 as more fully set out in the Bid Opportunity. NOW THEREFORE the condition of this obligation is such that if the Bid of the Principal is not accepted, or if said Bid is accepted and the Principal, in accordance with the terms of the Bid, enters into a Contract with the said Obligee and furnishes the required performance security for guaranteeing the faithful performance of the Contract, this obligation shall be void, but otherwise shall remain in full force and effect. IN WITNESS WHEREOF the Principal and Surety have signed and sealed this bond the day of, 20. SIGNED AND SEALED in the presence of: (Name of Principal) (Witness as to Principal if no seal) Per: Per: (Seal) (Name of Surety) By: (Attorney-in-Fact) (Seal)

Bid Opportunity No. 207-2015 Page 12 of 14 Template Version: C120150116- C BCivil FORM G1: BID BOND AND AGREEMENT TO BOND (Page 2 of 2) (See B12) AGREEMENT TO BOND (to be attached to and to form part of Bid Bond) The Surety on the attached Bid Bond hereby undertakes and agrees with THE CITY OF WINNIPEG to become bound as Surety for the Principal, of (Name of Bidder) (Place) the Bidder to you on, 20 for BID OPPORTUNITY NO. 207-2015 2015 WATERMAIN RENEWALS - CONTRACT NO.3 in an amount equal to fifty percent (50%) of the Contract Price for the due and proper performance of the Work shown and described in the Bid Opportunity, if our Principal's Bid is accepted by you, such Performance Bond to be maintained and continue in full force and effect until the expiration of the warranty period. The Performance Bond shall be in the form specified in the Bid Opportunity. It is a condition that this Agreement to Bond shall become null and void if the Performance Bond mentioned above is not required from our Principal within forty-five (45) Calendar Days following the Submission Deadline. AND IT IS HEREBY DECLARED AND AGREED that the Surety shall be liable as Principal, and that nothing of any kind or matter whatsoever that will not discharge the Principal shall operate as a discharge or release of liability of the Surety, any law or usage relating to the liability of Sureties to the contrary notwithstanding. SIGNED AND SEALED this day of, 20. (Name of Surety) By: (Attorney-in-Fact) (Seal)

Bid Opportunity No. 207-2015 Page 13 of 14 Template Version: C120150116- C BCivil FORM G2: IRREVOCABLE STANDBY LETTER OF CREDIT AND UNDERTAKING (BID SECURITY) (Page 1 of 2) (See B12) (Date) The City of Winnipeg Corporate Finance Department Materials Management Division 185 King Street, Main Floor Winnipeg MB R3B 1J1 RE: BID SECURITY - BID OPPORTUNITY NO. 207-2015 2015 WATERMAIN RENEWALS - CONTRACT NO.3 Pursuant to the request of and for the account of our customer,, (Name of Bidder) (Address of Bidder) WE HEREBY ESTABLISH in your favour our irrevocable Standby Letter of Credit for a sum not exceeding in the aggregate Canadian dollars. This Standby Letter of Credit may be drawn on by you at any time and from time to time upon written demand for payment made upon us by you. It is understood that we are obligated under this Standby Letter of Credit for the payment of monies only and we hereby agree that we shall honour your demand for payment without inquiring whether you have a right as between yourself and our customer to make such demand and without recognizing any claim of our customer or objection by the customer to payment by us. The amount of this Standby Letter of Credit may be reduced from time to time only by amounts drawn upon it by you or by formal notice in writing given to us by you if you desire such reduction or are willing that it be made. Partial drawings are permitted. We engage with you that all demands for payment made within the terms and currency of this Standby Letter of Credit will be duly honoured if presented to us at: (Address) and we confirm and hereby undertake to ensure that all demands for payment will be duly honoured by us.

Bid Opportunity No. 207-2015 Page 14 of 14 Template Version: C120150116- C BCivil FORM G2: IRREVOCABLE STANDBY LETTER OF CREDIT AND UNDERTAKING (BID SECURITY) (Page 2 of 2) (See B12) All demands for payment shall specifically state that they are drawn under this Standby Letter of Credit. This Standby Letter of Credit will expire on May 15, 2015 if our customer s Bid is not accepted, and if accepted, when our customer has entered into a Contract with you and has furnished the required performance security for guaranteeing the faithful performance of the Contract. This Standby Letter of Credit may not be revoked or amended without your prior written approval. WE HEREBY UNDERTAKE and agree to provide in your favour an irrevocable Standby Letter of Credit in an amount equal to fifty percent (50%) of the Contract Price for the due and proper performance of the Work shown and described in the Bid Opportunity, if our customer's Bid is accepted by you. Such Standby Letter of Credit shall be maintained and continue in full force and effect until the expiration of the warranty period. The Standby Letter of Credit shall be in the form specified in the Bid Opportunity. This credit is subject to the Uniform Customs and Practice for Documentary Credit (2007 Revision), International Chamber of Commerce Publication Number 600. (Name of bank or financial institution) Per: (Authorized Signing Officer) Per: (Authorized Signing Officer)