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

Similar documents
FORM A: BID (See B9)

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

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 $

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

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

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

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

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

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

Proposal for Bidding Purposes

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

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

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

CONTRACT AND BOND FORMS FOR

Proposal for Bidding Purposes

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

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

CITY OF RICHMOND PERFORMANCE BOND

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

FORM OF AGREEMENT BETWEEN CONSTRUCTOR AND OWNER

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

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

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

Cherokee County Board of Commissioners

Request for Tender. Hot Mix Asphalt

Proposal for Bidding Purposes

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

ALASKA MORTGAGE LICENSEE SURETY BOND

TIME ADDRESS MUNICIPAL CONTACT PHONE NUMBER

RECEIVED AT WHICH TIME BIDS

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

RIGHT-OF-WAY PERMIT SUBMITTAL REQUIREMENTS CHECKLIST

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

VILLAGE OF ALERT BAY

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

Financial Information

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

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

Sunnyside Valley Irrigation District

Driveway Crossings Bylaw No. 3748, 1992

NAPA SANITATION DISTRICT

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

INSTRUCTIONS TO TENDERERS

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

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

Alaska Railroad Corporation

PART A BID SUBMISSION

BOND FOR FAITHFUL PERFORMANCE

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

SURETY BOND GUARANTEEING PAYMENT

THE CORPORATION OF THE CITY OF BROCKVILLE SITE PLAN CONTROL AGREEMENT

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

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

Application to Work on County Right-of-Way

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

00400 BID FORMS AND SUPPLEMENTS

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

LAND IMPROVEMENT AGREEMENT

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

BOND FOR FAITHFUL PERFORMANCE

E&S PERFORMANCE BOND

EXCAVATION PERMIT Application Packet

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

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

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

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

Coastal Carolina University Ingle Residence Hall Renovations

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

COMMERCIAL DRIVEWAYS AND PRIVATE STREET ENTRANCES ON COUNTY ROADS

ON-SITE SEWAGE DISPOSAL SYSTEM INSTALLATIONS FOR LAHAVE RIVER PROPERTIES TENDER # PROJECT GROUP # 2

INSTRUCTIONS FOR SCHOOL APPLICATION

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

Bid Documents & Specifications

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

APPLICATION FOR AUCTIONEER'S LICENSE INSTRUCTIONS

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

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

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

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

Chapter 21. Streets and Sidewalks

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

EXHIBIT CONSTRUCTION CONTRACT BOND

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

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

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

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

Proposal for Bidding Purposes

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

LUCAS COUNTY SANITARY ENGINEER BUILDING SEWERS AND CONNECTIONS RULES AND REGULATIONS

BID: Escanaba WWTP Digester Roof Restoration

WEST BOYLSTON MUNICIPAL LIGHTING PLANT 4 Crescent Street, West Boylston, Massachusetts Telephone (508) Fax (508)

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

CONTRACT DOCUMENTS FOR Project Name Tender XX-XX

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

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

MUNICIPALITY OF THE DISTRICT OF WEST HANTS INFORMATION TO TENDERERS SECTION 1. P.O. Box 3000, 76 Morison Drive. Windsor West Hants Ind.

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

ATTACHMENT B: SAMPLE CONTRACT (AGREEMENT)

Transcription:

Bid Opportunity No. 990-2013 Addendum 1 Page 1 of 13 FORM A: BID (See B8) 1. Contract Title FERRY ROAD RIVERBEND COMBINED SEWER RELIEF CONTRACT NO. 2 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. 990-2013 Addendum 1 Page 2 of 13 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 B11.1, 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 Seventy Five (75) Calendar Days following the Submission Deadline.

Bid Opportunity No. 990-2013 Addendum 1 Page 3 of 13 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 No. 990-2013 Addendum 1 Page 4 of 13 FORM B (R1): PRICES (See B9) FERRY ROAD AND RIVERBEND COMBINED SEWER RELIEF WORKS CONTRACT 2 UNIT PRICES APPROX. ITEM DESCRIPTION SPEC. REF. UNIT QUANTITY UNIT PRICE AMOUNT A King Edward Street - Portage Avenue to Silver Avenue A.1 Land Drainage Sewers CW 2130-R12 a) 375mm - PVC SDR 35 & SP E4 b) 450mm C76 - CL IV c) 525mm C76 - CL III d) 525mm C76 - CL IV e) 600mm C76 - CL IV f) 750mm C76 - CL III m 90 m 100 m 75 m 130 m 240 m 100 A.2 Manhole CW 2130-R12 a) a) SD-010 i) 1200mm diameter base vt.m 13 ii) 1500mm diameter base vt.m 15 A.3 Remove and Replace Existing Catch Basin / Catch Pit ( AP-008 Frame and AP- 009 Cover) CW 2130-R12 a) SD-024 1800mm deep each 21 A.4 Abandon Existing Catch Basin / Catch Pit CW 2130-R12 each 6 A.5 Catch Basin Lead CW 2130-R12 a) 250mm SDR 35 & SP E4 i) trenchless installation, Class B sand m 135 A.6 Catch Basin Lead Riser CW 2130-R12 a) SD-015 i) 250mm vt.m 20 A.7 Connecting to Existing Sewer CW 2130-R12 a) 250mm each 5 A.8 Abandoning Existing Catch Basin Lead Under Pavement CW 2130-R12 a) 250mm and Smaller each 25

Bid Opportunity No. 990-2013 Addendum 1 Page 5 of 13 UNIT PRICES ITEM DESCRIPTION SPEC. REF. UNIT APPROX. QUANTITY UNIT PRICE A.9 Plugging Existing Sewers and Sewer CW 2130-R12 each 6 Services Smaller Than 300mm AMOUNT A.10 Sewer Inspection CW 2145-R3 a) 375mm m 90 b) 450mm m 100 c) 525mm m 205 d) 600mm m 240 e) 750mm m 100 A.11 Concrete Pipe - Three Edge Bearing Test CW 2130-R12 a) 450mm C76-IV each 1 b) 525mm C76-III each 1 c) 600mm C76-III each 1 d) 750mm C76-III each 1 A King Edward Street - Portage Avenue to Silver Avenue SUBTOTAL B Queen Street - Portage Avenue to Silver Avenue B.1 Land Drainage Sewers CW 2130-R12 a) 450mm C76 - CL IV & SP E4 b) 525mm C76 - CL III c) 525mm C76 - CL IV d) 600mm C76 - CL III e) 750mm C76 - CL III m 30 m 140 m 350 m 220 m 20 B.2 Manhole CW 2130-R12 a) a) SD-010 i) 1200mm diameter base vt.m 18 ii) 1500mm diameter base vt.m 11 B.3 Remove and Replace Existing Catch Basin / Catch Pit ( AP-008 Frame and AP- 009 Cover) CW 2130-R12 a) SD-024 1800mm deep each 19

Bid Opportunity No. 990-2013 Addendum 1 Page 6 of 13 UNIT PRICES ITEM DESCRIPTION SPEC. REF. UNIT APPROX. QUANTITY UNIT PRICE AMOUNT B.4 Abandon Existing Catch Basin / Catch Pit CW 2130-R12 each 9 B.5 Catch Basin Lead CW 2130-R12 a) 250mm SDR 35 & SP E4 i) trenchless installation, Class B sand m 135 B.6 Abandoning Existing Catch Basin Lead Under Pavement CW 2130-R12 each 18 B.7 Plugging Existing Sewers and Sewer Services Smaller Than 300mm CW 2130-R12 each 9 B.8 Sewer Inspection CW 2145-R3 a) 450mm m 30 b) 525mm m 490 c) 600mm m 220 d) 750mm m 20 B.9 Concrete Pipe - Three Edge Bearing Test CW 2130-R12 a) 450mm C76-III each 1 B Queen Street - Portage Avenue to Silver Avenue SUBTOTAL C Kensington Street - 70 m North of Ness Avenue to Silver Avenue C.1 Land Drainage Sewers CW 2130-R12 a) 375mm - PVC SDR 35 & SP E4 b) 450mm C76 - CL IV c) 525mm C76 - CL IV m 125 m 85 m 120 C.2 Manhole CW 2130-R12 a) a) SD-010 i) 1200mm diameter base vt.m 9

Bid Opportunity No. 990-2013 Addendum 1 Page 7 of 13 UNIT PRICES ITEM DESCRIPTION SPEC. REF. UNIT APPROX. QUANTITY UNIT PRICE C.3 Remove and Replace Existing Catch CW 2130-R12 Basin / Catch Pit ( AP-008 Frame and AP- 009 Cover) a) SD-024 1800mm deep each 6 AMOUNT C.4 Abandon Existing Catch Basin / Catch Pit CW 2130-R12 each 3 C.5 Catch Basin Lead CW 2130-R12 a) 250mm SDR 35 & SP E4 i) trenchless installation, Class B sand m 35 C.6 Connecting to Existing Sewer CW 2130-R12 a) 200mm each 1 C.7 Abandoning Existing Catch Basin Lead Under Pavement CW 2130-R12 a) 250mm and Smaller each 10 C.8 Sewer Inspection CW 2145-R3 a) 375mm m 125 b) 450mm m 85 c) 525mm m 220 C.9 Concrete Pipe - Three Edge Bearing Test CW 2130-R12 a) 525mm C76-IV each 1 C Kensington Street - 70 m North of Ness Ave to Silver Ave SUBTOTAL D Provisional Items D.1 Exploration of Existing Services SP E10 hour 24 D.2 Catch Pit CW 2130-R12 a) SD-023 & SP E16 each 5 D.3 Catch Basin Lead Riser CW 2130-R12 a) SD-015 i) 300mm vt.m 5 D.4 Connecting to Existing Catch Basin CW 2130-R12 a) 250mm & SP E16 each 25

Bid Opportunity No. 990-2013 Addendum 1 Page 8 of 13 UNIT PRICES ITEM DESCRIPTION SPEC. REF. UNIT D.5 Abandoning Existing Sewers With Cement CW 2130-R12 Stabilized Flowable Fill a) 300mm and larger m³ 10 APPROX. QUANTITY UNIT PRICE AMOUNT D.6 Regrading of Existing Sewer Service CW 2130-R12 a) 100 to 150 mm i) Up to 1.5 m long each 55 ii) Longer than 1.5 m long m 300 D.7 Manhole Lifter Rings (AP-007) CW 3210-R7 a) 38mm each 10 b) 51mm each 10 D.8 Replacing Standard Frames and Covers CW 2130-R12 a) AP-004 Frame each 10 b) AP-005 Solid Cover each 10 D.9 Replacing Existing Manhole or Catch Basin Rungs CW 2130-R12 & SP E16 each 10 D.10 Replacing Existing Catch Basin Hoods CW 2130-R12 each 5 & SP E16 D.11 Patching Existing Manhole or Catch Basin CW 2130-R12 each 5 D.12 Foundation, Bedding and Backfill CW 2030-R7 a) Cement Stabilized Backfill Material & SP E8 m³ 190 D.13 Partial Slab Patches CW 3230-R7 a) 150mm Reinforced Concrete Pavement & SP E8 m² 100 b) 200mm Reinforced Concrete Pavement m² 25 c) 150mm Sacrificial Concrete Pavement m² 50 D.14 Concrete Curb Installation CW 3240-R10 a) Barrier Curb (SD-204) m 50 b) Ramp Curb (SD-229B) m 10 D.15 Detectable Warning Surface Tiles CW 3326 a) 300mm x 300mm tiles each 12 D.16 Miscellaneous Concrete Slab Renewal CW 3235-R9 a) 100mm Sidewalk (SD-228A) m² 25 D.17 Construction of Asphaltic Concrete CW 3410-R9 a) Main Line Paving Type 1A tonne 40

Bid Opportunity No. 990-2013 Addendum 1 Page 9 of 13 UNIT PRICES ITEM DESCRIPTION SPEC. REF. UNIT APPROX. QUANTITY UNIT PRICE D.18 Construction of Asphalt Patches CW 3410-R9 m² 50 AMOUNT D.19 Asphaltic Concrete Planing CW 3450-R5 a) Planing 0-50mm depth m² 450 D.20 Supplying and Placing Base Course CW 3110-R17 a) Limestone Material m³ 25 D.21 Regrading Existing CW 3330-R5 a) Interlocking Paving Stone Installations m² 15 b) Sidewalk Blocks m² 15 D.22 Sodding CW 3510-R9 m² 100 D Provisional Items SUBTOTAL Summary Part A King Edward Street - Portage Avenue to Silver Street Part B Queen Street - Portage Avenue to Silver Avenue Part C Kensington Street - 70 m North of Ness Ave to Silver Ave Part D Provisional Items TOTAL BID PRICE (GST extra) (in figures) (in words)

Bid Opportunity No. 990-2013 Addendum 1 Page 10 of 13 KNOW ALL MEN BY THESE PRESENTS THAT FORM G1: BID BOND AND AGREEMENT TO BOND (Page 1 of 2) (See B11) 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. 990-2013 Addendum 1 FERRY ROAD RIVERBEND COMBINED SEWER RELIEF CONTRACT NO. 2 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. 990-2013 Addendum 1 Page 11 of 13 FORM G1: BID BOND AND AGREEMENT TO BOND (Page 2 of 2) (See B11) 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. 990-2013 Addendum 1 FERRY ROAD RIVERBEND COMBINED SEWER RELIEF CONTRACT NO. 2 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 Seventy Five (75) 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: (Seal) (Attorney-in-Fact)

Bid Opportunity No. 990-2013 Addendum 1 Page 12 of 13 FORM G2: IRREVOCABLE STANDBY LETTER OF CREDIT AND UNDERTAKING (BID SECURITY) (Page 1 of 2) (See B11) (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. 990-2013 Addendum 1 FERRY ROAD RIVERBEND COMBINED SEWER RELIEF CONTRACT NO. 2 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. 990-2013 Addendum 1 Page 13 of 13 FORM G2: IRREVOCABLE STANDBY LETTER OF CREDIT AND UNDERTAKING (BID SECURITY) (Page 2 of 2) (See B11) 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 March 3,2014 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: Per: (Authorized Signing Officer) (Authorized Signing Officer)