FORM A: BID (See B9)

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

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

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

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

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

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

Proposal for Bidding Purposes

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

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

CITY OF RICHMOND PERFORMANCE BOND

CONTRACT AND BOND FORMS FOR

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

FORM OF AGREEMENT BETWEEN CONSTRUCTOR AND OWNER

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

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

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

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

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

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

Cherokee County Board of Commissioners

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

TIME ADDRESS MUNICIPAL CONTACT PHONE NUMBER

RIGHT-OF-WAY PERMIT SUBMITTAL REQUIREMENTS CHECKLIST

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

Proposal for Bidding Purposes

Coastal Carolina University Ingle Residence Hall Renovations

Financial Information

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

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

E&S PERFORMANCE BOND

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

Request for Tender. Hot Mix Asphalt

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

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

Sunnyside Valley Irrigation District

RECEIVED AT WHICH TIME BIDS

ALASKA MORTGAGE LICENSEE SURETY BOND

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

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

EXCAVATION PERMIT Application Packet

BOND FOR FAITHFUL PERFORMANCE

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

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

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

INSTRUCTIONS FOR SCHOOL APPLICATION

VILLAGE OF ALERT BAY

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

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

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

00400 BID FORMS AND SUPPLEMENTS

PART A BID SUBMISSION

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

CONTRACT DOCUMENTS FOR Project Name Tender XX-XX

Driveway Crossings Bylaw No. 3748, 1992

Tiffany Strine SECRETARY Sealed Proposals will be received on or before 8:30 A.M. on the above Letting Date West Canal Road TIME

SURETY BOND GUARANTEEING PAYMENT

EXHIBIT CONSTRUCTION CONTRACT BOND

Alaska Railroad Corporation

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

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

HOPKINSVILLE WATER ENVIRONMENT AUTHORITY

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

CITY OF YORKTON BYLAW NO. 27/91

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

Proposal for Bidding Purposes

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

BOND FOR FAITHFUL PERFORMANCE

INSTRUCTIONS TO TENDERERS

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

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

PROPOSAL & CONTRACT (THIS PROPOSAL INCLUDES (WHEN EXECUTED)

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

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

ARTICLE 905 Street Excavations. EDITOR S NOTE: Resolution , passed February 3, 2009, established street excavation fees.

THIS AGREEMENT made the (1) DATE day of (2) MONTH), 2013 THE CORPORATION OF THE CITY OF WELLAND. hereinafter called "the City"

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

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

INSTRUCTIONS FOR LICENSE APPLICATIONS PORT OF PASCAGOULA, MISSISSIPPI

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

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

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

PUBLIC WORKS DEPARTMENT POLICE DEPARTMENT UNDER FREEWAY PARKING LOT IMPROVEMENTS PROJECT NO. PW1621

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

APPLICATION FOR AUCTIONEER'S LICENSE INSTRUCTIONS

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

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

SURETY BOND KNOW ALL MEN BY THESE PRESENTS, THAT THE UNDERSIGNED. (hereafter PRINCIPAL),

PUBLIC WORKS DEPARTMENT POLICE DEPARTMENT UNDER FREEWAY PARKING LOT IMPROVEMENTS PROJECT NO. PW1621

ATTACHMENT B: SAMPLE CONTRACT (AGREEMENT)

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

Transcription:

Bid Opportunity No. 571-2015 Addendum 1 Page 1 of 12 FORM A: BID (See B9) 1. Contract Title SELKIRK AVENUE FROM ARLINGTON STREET TO SALTER STREET, PAVEMENT RECONSTRUCTION 2015 WATERMAIN RENEWAL CONTRACT A-1 SALTER STREET TO MCGREGOR STREET 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

Bid Opportunity No. 571-2015 Addendum 1 Page 2 of 12 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 B13.1, 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. 571-2015 Addendum 1 Page 3 of 12 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 571-2015 Addendum 1 Page 4 of 12 FORM B (R1): PRICES (SEE B10) SELKIRK AVENUE FROM ARLINGTON STREET TO SALTER STREET, PAVEMENT RECONSTRUCTION 2015 WATERMAIN RENEWAL CONTRACT A-1 SALTER STREET TO MCGREGOR STREET UNIT PRICES Co lu ITEM APPROX. DESCRIPTION SPEC REF. UNIT mn NO. QUANTITY 5 A MCGREGGOR ST. TO POWERS ST. A. 1 Watermain Renewal CW 2110 a) 150mm m 62 b) 250mm m 380 A. 2 Hydrant Assembly CW 2110 a) SD-006 each 2 b) SD-007 each 3 A. 3 Watermain Valve CW 2110 a) 150mm each 8 b) 250mm each 4 A. 4 Fittings CW 2110 a) Tees i) 250mm x 250mm x150 mm each 2 b) Bends (SD-004) i) 150mm - 45 o each 8 ii) 250mm - 45 o each 2 iii) 250mm - 22 1/2 o each 2 c) Crosses i) 250mm X250mm X 150mm X 150mm each 1 d) Reducers i) 150mm - 100mm each 1 A. 5 Water Services CW 2110 a) 19mm b) 25mm m 20 m 275 A. 6 Corporation Stops CW 2110 a) 19mm each 15 b) 25mm each 22 c) 38mm each 1 d) 50mm each 2 A. 7 Curb Stops CW 2110 a) 19mm each 3 b) 25mm each 25 A. 8 Curb Stop Boxes CW 2110 a) 19mm each 3 b) 25mm each 25 UNIT PRICE AMOUNT

Bid Opportunity 571-2015 Addendum 1 Page 5 of 12 FORM B (R1): PRICES (SEE B10) SELKIRK AVENUE FROM ARLINGTON STREET TO SALTER STREET, PAVEMENT RECONSTRUCTION 2015 WATERMAIN RENEWAL CONTRACT A-1 SALTER STREET TO MCGREGOR STREET UNIT PRICES Co lu ITEM mn NO. DESCRIPTION SPEC REF. UNIT 5 A. 9 Connecting to Existing Watermains and CW 2110 APPROX. QUANTITY Large Diameter Water Services a) In-line connection - no plug existing i) 100mm each 1 ii) 150mm each 5 iii) 250mm each 1 A. 10 Connecting Existing Copper Water Services to New Watermains CW 2110 a) 19mm each 15 b) 25mm each 22 c) 38mm each 1 d) 50mm each 2 A. 11 10.9 Kilogram Sacrificial Zinc Anodes CW 2110 a) On Metallic Watermains each 6 b) On Water Services each 12 A. 12 Continuity Bonding CW 2110 each 40 A. 13 Temporary Surface Restorations: Roadway A. 14 Temporary Surface Restorations: Sidewalk E9 m 2 300 E9 m 2 440 A. 15 Salvaging Paving Stones E11 m 2 440 SUBTOTAL SECTION A : MCGREGGOR ST. TO POWERS ST. B POWERS ST. TO SALTER ST. B. 1 Watermain Renewal CW 2110 a) 150mm b) 200mm c) 250mm m 10 m 5 m 230 B. 2 Hydrant Assembly CW 2110 a) SD-007 each 3 B. 3 Watermain Valve CW 2110 a) 150mm each 1 b) 250mm each 1 UNIT PRICE AMOUNT

Bid Opportunity 571-2015 Addendum 1 Page 6 of 12 FORM B (R1): PRICES (SEE B10) SELKIRK AVENUE FROM ARLINGTON STREET TO SALTER STREET, PAVEMENT RECONSTRUCTION 2015 WATERMAIN RENEWAL CONTRACT A-1 SALTER STREET TO MCGREGOR STREET UNIT PRICES Co lu ITEM mn NO. 5 DESCRIPTION SPEC REF. UNIT APPROX. QUANTITY B. 4 Fittings CW 2110 a) Tees i) 250mm x 250mm x150 mm each 1 b) Bends (SD-004) i) 150mm - 45 o each 2 ii) 250mm - 45 o each 2 iii) 250mm - 22 1/2 o each 2 c) Crosses i) 250mm X250mm X 200mm X 200mm each 1 d) Reducers i) 200mm - 150mm each 1 B. 5 Water Services CW 2110 a) 19mm b) 25mm m 55 m 55 B. 6 Corporation Stops CW 2110 a) 19mm each 17 b) 25mm each 5 c) 38mm each 1 B. 7 Curb Stops CW 2110 a) 19mm each 6 b) 25mm each 6 B. 8 Curb Stop Boxes CW 2110 a) 19mm each 6 b) 25mm each 6 B. 9 Connecting to Existing Watermains and Large Diameter Water Services CW 2110 a) In-line connection - no plug existing i) 150mm each 2 ii) 200mm each 1 iii) 250mm each 2 B. 10 Connecting Existing Copper Water Services to New Watermains CW 2110 a) 19mm each 17 b) 25mm each 5 c) 38mm each 1 B. 11 10.9 Kilogram Sacrificial Zinc Anodes CW 2110 a) On Metallic Watermains each 2 b) On Water Services each 3 B. 12 Continuity Bonding CW 2110 each 23 B. 13 Partial Slab Patches E5 a) 200mm reinforced concrete pavement for early opening (24 hours) m 2 30 UNIT PRICE AMOUNT

Bid Opportunity 571-2015 Addendum 1 Page 7 of 12 FORM B (R1): PRICES (SEE B10) SELKIRK AVENUE FROM ARLINGTON STREET TO SALTER STREET, PAVEMENT RECONSTRUCTION 2015 WATERMAIN RENEWAL CONTRACT A-1 SALTER STREET TO MCGREGOR STREET UNIT PRICES Co lu ITEM mn NO. 5 DESCRIPTION SPEC REF. UNIT APPROX. QUANTITY B. 14 Miscellaneous Concrete Slab Renewal E6 a) Sidewalk (SD-228A) i) Less than 5 m 2 m 2 20 B. 15 Temporary Surface Restorations: Roadway B. 16 Temporary Surface Restorations: Sidewalk E9 m 2 180 E9 m 2 200 B. 17 Salvaging Paving Stones E11 m 2 200 B. 18 Concrete Curb Renewal E7 a) Barrier curb (SD-204) i) Less than 3 m m 10 b) Ramp curb i) Less than 3 m m 10 B. 19 Construction of Asphaltic Concrete Patches Type 1A CW 3410 m 2 20 SUBTOTAL SECTION B : POWERS ST. TO SALTER ST. UNIT PRICE AMOUNT C Provisional Items C. 1 Maintaining Curb Stop Excavations CW 2110 each / day C. 2 Cement Stabilized Fill CW2010 m 3 40 C. 3 Regrading of Existing Sewer Service - Up to 1.5 metres Long CW 2110 a) 100mm each 5 b) 150mm each 5 C. 4 Fittings CW 2110 a) Bends (SD-004) i) 150mm - 22 1/2 o each 2 b) Bends (SD-005) i) 150mm - 45 o each 2 ii) 200mm - 45 o each 2 iii) 250mm - 45 o each 2 C. 5 Water Services CW 2110 a) 38mm b) 50mm 60 m 5 m 5 C. 6 Curb Stops CW 2110 a) 38mm each 1 b) 50mm each 1 C. 7 Curb Stop Boxes CW 2110 a) 38mm each 1 b) 50mm each 1

Bid Opportunity 571-2015 Addendum 1 Page 8 of 12 FORM B (R1): PRICES (SEE B10) SELKIRK AVENUE FROM ARLINGTON STREET TO SALTER STREET, PAVEMENT RECONSTRUCTION 2015 WATERMAIN RENEWAL CONTRACT A-1 SALTER STREET TO MCGREGOR STREET UNIT PRICES Co lu ITEM mn NO. 5 DESCRIPTION SPEC REF. UNIT APPROX. QUANTITY C. 8 Watermain and Water Service Insulation CW 2110 a) In a trench (SD - 018) i) 100mm thick m 10 C. 9 Remove and Replace Existing Catch Basin CW 2130 a) SD-024 each 1 C. 10 Remove and Replace Existing Catch Pit CW 2130 a) SD-023 each 1 C. 11 Drainage Connection Pipe CW 2130 a) 250mm m 10 SUBTOTAL SECTION C : Provisional Items TOTAL BID PRICE (GST extra) (in figures) $ UNIT PRICE AMOUNT Name of Bidder

Bid Opportunity No. 571-2015 Addendum 1 Page 9 of 12 KNOW ALL MEN BY THESE PRESENTS THAT FORM G1: BID BOND AND AGREEMENT TO BOND (Page 1 of 2) (See B13) 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. 571-2015 SELKIRK AVENUE FROM ARLINGTON STREET TO SALTER STREET, PAVEMENT RECONSTRUCTION 2015 WATERMAIN RENEWAL CONTRACT A-1 SALTER STREET TO MCGREGOR STREET 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. 571-2015 Addendum 1 Page 10 of 12 FORM G1: BID BOND AND AGREEMENT TO BOND (Page 2 of 2) (See B13) 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. 571-2015 SELKIRK AVENUE FROM ARLINGTON STREET TO SALTER STREET, PAVEMENT RECONSTRUCTION 2015 WATERMAIN RENEWAL CONTRACT A-1 SALTER STREET TO MCGREGOR STREET 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. 571-2015 Addendum 1 Page 11 of 12 FORM G2: IRREVOCABLE STANDBY LETTER OF CREDIT AND UNDERTAKING (BID SECURITY) (Page 1 of 2) (See B13) (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. 571-2015 SELKIRK AVENUE FROM ARLINGTON STREET TO SALTER STREET, PAVEMENT RECONSTRUCTION 2015 WATERMAIN RENEWAL CONTRACT A-1 SALTER STREET TO MCGREGOR STREET 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. 571-2015 Addendum 1 Page 12 of 12 FORM G2: IRREVOCABLE STANDBY LETTER OF CREDIT AND UNDERTAKING (BID SECURITY) (Page 2 of 2) (See B13) 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 September 25, 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)