CITY OF SURREY (the Owner ) INVITATION TO TENDER (ITT)

Similar documents
ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE PROPOSAL

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders.

Crushed Surfacing Base Course, per ton. Pages 8-8, Special Provisions Section , Materials. This Section is supplemented with the following:

PART INSTRUCTIONS TO BIDDERS

WESTBANK FIRST NATION

INVITATION TO TENDER N0. PS (the ITT ) RE-ROOFING SERVICES FOR VICTORIA COMMUNITY HALL

2017 TRAIL PAVING TENDER DOCUMENT FOR. THE MUNICIPALITY DISTRICT OF BONNYVILLE No. 87

REQUEST FOR PROPOSALS FOR THE SUPPLY OF A TICKETING SYSTEM AND IMPLEMENTATION SERVICES

For Reference Only - Not for the Purpose of Bidding BP-1. Azucena Street 30-Inch Sewer Project Job No Solicitation No.

INVITATION TO TENDER TENDER FORM

CONTRACT #: ELK RIVER HORIZONTAL DIRECTIONAL DRILL CROSSING SPARWOOD, BC. On Behalf Of DISTRICT OF SPARWOOD.

INVITATION TO TENDER N0. PS (the ITT ) KERRISDALE ARENA CHILLER REPLACEMENT

ITB-PW-U Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2

INSTRUCTIONS TO BIDDERS

JANUARY 18, Reference Specifications, Attachment to Form 96 (BID FORM), Bid Proposal: Respectfully submitted,

REQUEST FOR PROPOSAL. DeMamiel Creek Pedestrian Crossing

Drainage Improvements, Diversion #5

BASE BID and ALTERNATES WORK ITEM PROPOSAL 2017 Parking Structure #2 Renovations WSU #

REQUEST FOR QUOTATIONS

69889/AV/lm. Recipients of C-TRAN ITB # Fourth Plain BRT Maintenance Facility Expansion. DATE: June 25, SUBJECT: Addendum #11

2012 WATER & SEWER CONSTRUCTION CONTRACT, PACKAGE IV SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD BID PROPOSAL

Request for Proposal for Engineering Services. January 10, 2017 Sue Howard Closing Date: January 17,

BID TABULATION BID REQUEST NO

PRE-QUALIFICATION #504 FOR PAVING CONTRACTORS

Request for Proposal RFP SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST

CITY OF CHINO ENGINEERING COST ESTIMATE. Quantity Unit Item Unit Total Cost Price Per Item. LS Traffic Control (5% of construction cost) 5% $

SECTION INSTRUCTIONS TO BIDDERS

REQUEST FOR QUOTATION

THE CORPORATION OF THE DISTRICT OF SAANICH

SECTION BID. Valley Court Force Main Replacement Contract No. BE17-029

INVITATION TO TENDER NO. PS (the ITT ) KITSILANO POOL BOILER REPLACEMENT

QUONSET DEVELOPMENT CORPORATION (QDC) INVITATION TO BID

Request for Proposal RFP # SUBJECT: Ergotron LX

2012 WATER & SEWER ALLEY CONSTRUCTION CONTRACT, PACKAGE I SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD

Request for Tender No Supply and Installation of Mosaic Floor Tile at the Nanaimo Ice Centre (NIC)

Job No Medina River Sewer Outfall, Segment 4 Solicitation No. B DD BID PROPOSAL

WATER CHAPTER 8 PIPE INSTALLATION SYSTEM SPECIFICATIONS JUNE 2016

ADDENDUM 1. Bid# , Bosque Bonito Units 1 and 2 Sewer System Improvement Project

Rock Chalk Park - Infrastructure Report. July 2013

TOWN OF TIBURON ENCROACHMENT PERMIT APPLICATION EP Number:

CITY OF TAMPA ADDENDUM 2. April 18, 2018

Three (3) complete copies of each Proposal must be received prior to 3 pm Pacific Time, April 17 th, 2014.

REQUEST FOR QUOTATIONS MINOR WORKS SERVICES

Request for Quotation

Contract Documents 73541

CITY OF ELKO BID TABULATION * RE-BID* FOR Sports Complex April 4, 2018

June 2017 BIDDING PROCEDURES No. 90

Booth Creek at Myrnam Street Culvert Upgrade

Job No Medina River Sewer Outfall, Segment 5 Solicitation No. B BB BID PROPOSAL

QUOTATION FORM. CLOSING DATE AND TIME: January 24, 2017 at 3:00 P.M.

Job No Wastewater Collection System Small Main Rehabilitation at Focus Areas Pipebursting Method BID PROPOSAL. Dollars Cents $ $ Dollars

City of Newnan, Georgia

Contract Documents 73322

Request for Proposal Kelowna Office Renovation. Request for Proposals (RFP)

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

External Consultants & General Contractors Contracts

Bid No.: PO Box Cone Rd Asphalt Ave th Ave. E. Dunedin, FL Tampa, FL Tampa, FL Palmetto, FL 34221

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

Annual Services Construction Contract (ASCC) #15 Project Number: PUCN

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

SHORT FORM OF AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL SERVICES

REQUEST FOR QUOTATIONS

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

Request for Proposals # Village of Midway Flood Risk Assessment, Flood Mapping, and Flood Mitigation Plan. Issued February 21, 2018

REQUEST FOR PROPOSALS MOSQUITO CONTROL PROGRAM

SIDEWALK REPAIR PROGRAM ON-CALL CONTRACT

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

THREE RIVERS AREA YOUTH SPORTS COMPLEX. Request for PROPOSALS. 333 West Michigan Ave. Three Rivers, Michigan,

CITY OF YUBA CITY STATE OF CALIFORNIA PUBLIC WORKS DEPARTMENT NOTICE TO CONTRACTORS

Procedure for Electronic Bid Submission

INSTRUCTIONS TO BIDDERS

2015 SIDEWALK REPAIR REQUEST FOR TENDER

1. Advertisement for Bids: Delete with additive alternate bid items as shown on revised Advertisement for Bid.

REQUEST FOR PROPOSALS. Demolition

Request for Proposal;

REQUEST FOR PROPOSALS

INVITATION TO TENDER ITT NO. PS BURRARD CIVIC MARINA PILE REPAIRS AND FLOAT LEVELING. AMENDMENT No. 2

Send or hand-deliver proposals to: City of Alhambra - Utilities Department Attention: Dennis Ahlen 111 South First Street Alhambra, California

REQUEST FOR QUOTATIONS Tree Maintenance Program Bucket Truck and Stump Grinding Contract

STANDARD TENDER DOCUMENTS FOR PROCUREMENT OF WORKS (MINOR CONTRACTS)

County of Grande Prairie No. 1 INSTRUCTIONS TO TENDERERS TENDER # La Glace Wastewater Lagoon Berm Removal and Repair

REQUEST FOR QUOTATION 2015 HYDRO BLASTING OF WADING POOLS

Northern Town of La Ronge Box Hildebrand Drive La Ronge, Saskatchewan S0J 1L0 TENDER TOWN OF LA RONGE

Contract Documents 73542

POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County. Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR

Request for Quotation

INSTRUCTIONS TO BIDDERS

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095

REQUEST FOR PROPOSAL

PN 126 (LPA) - 12/31/2012- REVISIONS TO THE 2013 C&MS FOR DESIGN BUILD PROJECTS

REQUEST FOR TENDER No GENERAL INSURANCE BROKERAGE SERVICES FOR PROPERTY, BOILER & MACHINERY and CRIME

Project Manual. For. Peachtree City LMIG Paving Projects for 2017

OLMSTED STONE ARCH BRIDGE REPAIR PROJECT

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS

MAIN CIVIL WORKS CONTRACT SCHEDULE 12 CHANGES TABLE OF CONTENTS

FORM OF TENDER 12/2017 SUPPLY AND DELIVER VARIOUS CISCO COMPONENTS

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address

Demolition of Water Ground Storage Tanks

Request for Fee Proposals (RFFP) Progressive Design-Build Services. New High School

Transcription:

CITY OF SURREY (the Owner ) INVITATION TO TENDER (ITT) Contract Name: District Energy System Phase 2a: Distribution Piping System (DPS), Energy Transfer Stations (ETS) and Containerized Boiler Plant (CBP) Service Connections Reference No.: 1220-020-2015-001 Tenders for a standard construction document CCDC 2 Stipulated Price Contract, 2008 edition ( CCDC 2 ) are invited by the City of Surrey (the Owner ) for District Energy System Phase 2a: DPS, ETS and CBP Service Connections in the City Centre, Surrey, British Columbia. The Work under this Contract includes without limitation the supply and delivery of material, the provision of skilled labour, and equipment to complete Phase 2a of the District Energy System in accordance with the Specifications and Drawings. A brief description of the Work includes: - to supply and install the Phase 2a Distribution Piping System (DPS) - to supply and install the Phase 2a Energy Transfer Stations (ETS) - (optional) to supply and install the Service Connections to the Containerized Boiler Plant (CBP), including DPS tie in, water, gas, electrical, and sanitary connections - (optional) to supply all materials and labour required to prepare the concrete slab foundation for the CBP Tenderers may obtain electronic files of the tender documents and drawings from the BC Bid website http://www.bcbid.gov.bc.ca Tenderers will be responsible for printing. Hard copies of the drawings and documents will not be provided. Tenders shall be accompanied by a bid bond in the amount of 10% of the Tender Price, issued in favour of the Owner, by a company licensed in British Columbia to provide construction bonding, securing the Tenderer s commitment to enter into the Contract if its Tender is accepted. Tenders should be accompanied by a Consent of Surety, indicating that if the Tender is accepted, that the surety company will, within ten (10) days of the execution of the Contract by the Tenderer, provide a 50% performance bond and a 50% labour and material payment bond, naming the Owner as the obligee and the Tenderer as the principal under the said bonds. Tenders should be submitted in a sealed package, marked on the outside with the Tenderers name, project name and reference number, and must be received at the office of: District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page 1 of 100

Name: Address: Richard D. Oppelt, Purchasing Manager at the following location: Surrey City Hall Finance & Technology Department Purchasing Section Reception Counter 5 th Floor West 13450 104th Avenue, Surrey, B.C., Canada, V3T 1V8 on or before the following date and time (the Closing Time ): Time: 11:00 am local time Date: June 18, 2015 Submissions by fax (or email) will not be accepted. The Owner intends to open Tenders in private, but reserves the right to open Tenders in public at its sole discretion. Late Tenders will not be accepted or considered, and will be returned unopened. All Tender inquiries should be directed in writing to Richard D. Oppelt, Purchasing Manager, Surrey City Hall, Finance & Technology Department Purchasing Section, 13450 104 Avenue, Surrey, British Columbia, Canada, V3T 1V8, E-mail: purchasing@surrey.ca The lowest or any tender will not necessarily be accepted. The City of Surrey reserves the right to reject any or all tenders, and to waive informalities in any or all tenders. The Owner will not be responsible for any costs incurred by the Tenderer in preparing the Tender. Richard D. Oppelt Purchasing Manager District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page 2 of 100

CONTRACT NAME: District Energy System Phase 2a: Distribution Piping System (DPS), Energy Transfer Stations (ETS) and Containerized Boiler Plant (CBP) Service Connections REFERENCE NO.: 1220-020-2015-001 TENDER DOCUMENTS District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page 3 of 100

CONSULTANT DIRECTORY DIRECTORY PROJECT: OWNER: District Energy System Phase 2a: Distribution Piping System (DPS), Energy Transfer Stations (ETS) and Containerized Boiler Plant (CBP) Service Connections CITY OF SURREY Engineering Department 13450 104 Avenue Surrey, B.C., Canada V3T 1V8 PRIME CONSULTANT KERR WOOD LEIDAL #200A - 4185 Still Creek Drive Burnaby, BC, V5C 6G9 Tel: 604-294-2088 E-mail: AFahmy@kwl.ca - END OF SECTION - District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page 4 of 100

TABLE OF CONTENTS INVITATION TO TENDER... 01 TENDER DOCUMENTS... 03 CONTENTS OF TENDER DOCUMENTS... 05 PART A INTRODUCTION... 07 1.0 Introduction... 08 2.0 Project Description... 08 3.0 Definitions... 08 PART B INSTRUCTIONS TO TENDERERS... 10 1.0 Closing Date and Time for Tender Submission... 11 2.0 Information Meeting... 11 3.0 Amendments to Tenders... 11 4.0 Clarification of Information... 12 5.0 Addenda... 12 6.0 Tender Documents... 13 7.0 Examination of the Place of the Work... 14 8.0 Tender Submission Form and Contents... 14 9.0 Tender Price... 15 10.0 Bonding Requirements... 15 11.0 Acceptance of Tenders... 16 12.0 Conflict of Interest... 17 13.0 Discrepancies in Tender Submission... 18 14.0 Confidentiality... 18 15.0 Evaluation... 18 PART C TENDER SUBMISSION DOCUMENTS, including... 20 Form of Tender Summary... 21 Appendix 1 Schedule of Prices... 25 Appendix 2 Preliminary Construction Schedule... 44 Appendix 3 Key Personnel... 45 Appendix 4 Tenderer s Experience In Similar Work... 46 Appendix 5 Subcontractors and Suppliers... 47 Appendix 6 Bid Bond... 48 SCHEDULES TO FORM OF TENDER Schedule 1 City of Surrey, Certificate of Insurance - (Contractor)... 49 Schedule 2 Prime Contractor Designation Letter of Understanding... 50 Schedule 3 Contractor Health & Safety Expectations... 51 District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page 5 of 100

TABLE OF CONTENTS PART D DRAFT FORM OF AGREEMENT... 55 Canadian Construction Document s Committee CCDC 2 Stipulated Price Contract 2008... 55 PART E SUPPLEMENTARY GENERAL CONDITIONS... 56 PART F SPECIFICATIONS... 96 Includes Specifications Index Divisions of Work... 96 PART G DRAWINGS... 98 Includes List of Drawings Index... 99 - END OF SECTION - District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page 6 of 100

PART A Introduction District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page 7 of 100

(TO BE READ WITH INSTRUCTIONS TO TENDERERS PART B) CITY OF SURREY (the Owner ) Contract: District Energy System Phase 2a DPS, ETS and CBP Service Connections Reference No.: 1220-020-2015-001 1.0 INTRODUCTION 1.1 Tenders for a Stipulated Price Contract (CCDC 2, 2008) are invited by the City of Surrey (the Owner ) for District Energy System Phase 2a: DPS, ETS and CBP Service Connections located in the City Centre of Surrey, British Columbia. 2.0 PROJECT DESCRIPTION 2.1 The Work generally includes, but is not limited to, District Energy infrastructure (mechanical, civil, electrical) in accordance with the Drawings, Specifications and all duties and obligations imposed upon the Contractor by the contract Documents and in compliance with all Codes, Rules and Regulations of the authorities having jurisdiction. 3.0 DEFINITIONS The work site is located at and near 9804 Whalley Boulevard, Surrey, British Columbia and is further described in the Tender documents, including the Drawings attached as Part G DRAWINGS. 3.1 Definitions The following capitalized terms have the meaning set out below when used in the Tender Documents, unless the context requires otherwise: (a) (b) (c) BC Bid Website means www.bcbid.gov.bc.ca; Closing Date and Time means the closing date, time and place as set out in Part B section 1.1 of the Instructions To Tenderers; Form of Tender means the form of tender in Part C Form of Tender; (d) Information Meeting has the meaning set out in Part B section 2.0; (e) ITT means this Invitation to Tender #1220-020-2015-001; (f) Notice of Award means a written letter of intent from the Owner to a Tenderer that the Owner accepts the Tenderer s Tender; District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page 8 of 100

(g) Notice to Proceed means a written notice from the Owner to a Tenderer to whom a Notice of Award has been delivered, directing the Tenderer to proceed with the Work in accordance with the Tender Documents; (h) Owner s Representative has the meaning set out in Part B section 4.0; (i) (j) (k) (l) (m) Owner Website means http://www.surrey.ca; Tender means a tender submitted to the Owner in response to this ITT; Tender Documents means the documents identified as such in Part B section 6.0; Tenderer means any person(s), or entity(ies) submitting a Tender in response to this ITT; and Tender Price means the amount stipulated by the Tenderer in the space provided in the Form of Tender, including all applicable taxes, which price, for greater certainty, is the Tenderer s proposed Contract Price; All other capitalized terms used in this ITT have the meanings given to them elsewhere in the ITT. 4.0 PROJECT MILESTONES Item Description Completion Date 1 Concrete Pad and Site Services for January 31, 2016 Containerized Boiler Plant (CBP) 2 Phase 2a Distribution Piping System (DPS) 3 #45.1 Concord Phase 1 Energy Transfer Station (ETS) 4 #45.2 Concord Phase 2 Energy Transfer Station (ETS) February 28, 2016 February 28, 2016 June 30, 2016 - END OF SECTION - District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page 9 of 100

PART B Instructions to Tenderers District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page 10 of 100

INSTRUCTIONS TO TENDERERS Contract: District Energy System Phase 2a: DPS, ETS and CBP Service Connections Reference No.: 1220-020-2015-001 1.0 Closing Date and Time for Tender Submission.1 Tenders must be submitted on the Tender Form provided, accompanied by a Bid Bond in an amount of ten percent (10%) of the Tender Price quoting the Contract title and reference no., and must be received by the Owner at the office of: Name: Address: Richard D. Oppelt, Purchasing Manager at the following location: Surrey City Hall Finance & Technology Department Purchasing Section Reception Counter 5 th Floor West 13450 104 Ave Surrey, B.C., Canada V3T IV8 on or before: Tender Closing Time: 11:00 am local time Tender Closing Date: June 18, 2015.2 Submissions by fax (or email) will not be accepted..3 The Owner intends to open Tenders in private, but reserves the right to open Tenders in public at its sole discretion. Unevaluated results will be forwarded to participants by email after the Tender closing..4 Late Tenders will not be accepted or considered, and will be returned unopened to the Tenderer. 2.0 Information Meeting.1 An information meeting may be hosted by the Owner s Representative to discuss the Owner s requirements under this ITT (the Information Meeting ). While attendance is at the discretion of Tenderers, Tenderers who do not attend will be deemed to have attended the Information Meeting and to have received all of the information given at the Information Meeting. At the time of issuance of this ITT a meeting has not been scheduled. 3.0 Amendments to Tenders District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page 11 of 100

.1 Tenders may be revised by written amendment, delivered to the location set out above, at any time before the Closing Time but not after. An amendment should be signed by an authorized signatory of the Tenderer. Faxed (#604-599-0956) or emailed (purchasing@surrey.ca) PDF amendments are permitted, but such amendment may show only the change to the Tender Price(s) and in no event disclose the actual Tender Price(s). A Tenderer bears all risk that the Owner s equipment functions properly so as to facilitate timely delivery of any amendment. 4.0 Clarification of Information 4.1 Duty to Inform - The Tenderer shall inform itself of all aspects of the Work and the Owner shall not be liable for any claim at any time for reimbursement for any expense incurred by the Tenderer as a result of any misunderstanding with regard to the nature and conditions of the Work. 4.2 Clarification - By request in writing, the Tenderer shall obtain clarification from the Owner before submitting its Tender in the event that: (a) any details necessary for a clear and comprehensive understanding of the nature, conditions and scope of the Work are omitted from the Tender Documents, (b) any error or inconsistency appears in the Tender Documents, or (c) the Tenderer notes facts or conditions which in any way conflict with the letter or intent of the Tender Documents. 4.3 Request - All inquiries and requests for clarification related to this ITT should be directed in writing to the person named below (the Owner s Representative ). Information obtained from any person or source other than the Owners Representative may not be relied upon. Name: Email: Richard D. Oppelt, Purchasing Manager purchasing@surrey.ca Inquiries should be made no later than seven (7) Working Days before the Closing Time. The Owner reserves the right not to respond to inquiries made within seven (7) Working Days of the Closing Time. Inquiries and responses will be recorded and may be distributed to all Tenderers at the discretion of the Owner. Tenderers finding discrepancies or omissions in the Tender documents, or having doubts as to the meaning or intent of any provision, should immediately notify the Owner s Representative. If the Owner determines that an amendment is required to this ITT, the Owner s Representative will issue an addendum in accordance with section 5. No oral conversation will affect or modify the terms of this ITT or may be relied upon by any Tenderer. 5.0 Addenda.1 Tenderers are required to check the Owner s website and BC Bid website for any updated information and addenda issued before the Closing Time at: Owner s Website: http://www.surrey.ca District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page 12 of 100

BC Bid Website: http://www.bcbid.gov.bc.ca.2 If the Owner determines that an amendment is required to this Tender, the Owner s Representative will issue a written addendum by posting it on the BC Bid website and the Owner s website. The only way this ITT may be added to, or amended in any way, is by a formal written addendum. No other communication, whether written or oral, from any person will affect or modify the terms of this ITT or may be relied upon by any Tenderer. By delivery of a Tender, Tenderer is deemed to have received, accepted and understood the entire ITT, including any and all addenda..1 If the Owner determines that an amendment is required to this ITT, the Owner will issue a written addendum that will form part of this ITT. Upon submitting a Tender, Tenderers will be deemed to have received notice of all addenda.] 6.0 Tender Documents The Tender Documents are incorporated by reference into these Instructions to Tenderers and consist of the following documents:.1 The following is the list or description of the Tender Documents referred to in the Tender for the above named project: (a) Cover Page, Consultant Directory and Table of Contents to the ITT; (b) Part A Introduction; (c) Part B Instructions To Tenderers; (d) Part C Form of Tender, including Appendices and Schedules; (e) Part D Form of Agreement, Standard Construction Document CCDC 2, 2008, Agreement, Definitions, the General Conditions of the Stipulated Price Contract; (f) Part E City of Surrey, Supplementary General Conditions, Stipulated Price Contract CCDC 2 2008; (g) Part F Technical Specifications Index, as listed; (h) Part G Construction Design Drawings, as listed; (i) Part H - Reports (j) All other specifications and drawings for the Work referred to in any of the above listed documents; and, (k) Any and all amendments, addenda, and questions and answers issued by the Owner prior to the Closing Time..2 Tender Documents may be viewed and/or obtained at the Owner s Managed File Transfer Service (MFT) link noted below. Printing will be the sole responsibility of the Tenderer. In the URL, or address field at top, enter the following address: https://mft.surrey.ca/ and hit enter. Enter surreybid as the User Name, Welcome as the password and then click Login District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page 13 of 100

https://mft.surrey.ca/ Login ID: surreybid Password: Welcome Folder:: 1220-020-2015-001 7.0 Examination of the Place of the Work.1 Tenderers should make a careful examination of the Work Site and investigate and satisfy themselves at their own risk and expense as to all matters relating to the nature and extent of Work to be undertaken, the means of access to the Work Site, the extent of required coordination with public use of adjacent areas, and any and all matters which are referred to in the Specifications and Drawings and other Tender Documents, or which are necessary for the full and proper completion of the Work or are required by the conditions under which it must be performed. No allowance will be made subsequently for any error, negligence, interpretation, or misinterpretation on the Tenderer s part..2 The Owner and the Consultant do not make any representations or warranties concerning the completeness or accuracy of Work Site and geotechnical information (if any) provided in or with the Tender Documents, and each Tenderer must evaluate such information as part of its overall assessment of actual Work Site conditions..3 If any Tenderer wishes to evaluate any Work Site conditions, and, for that purpose, requires access or documents from the Owner beyond the access and documents already provided for in this ITT, the Owner encourages the Tenderer to submit a written request to the Owner as far in advance of the Closing Time as is possible. The Owner will then consider whether or not to facilitate the request. In response to such a request, the Owner may elect to, itself, undertake a particular study and distribute the results to all Tenderers. 8.0 Tender Submission Form and Contents.1 Submission - Tenders must be submitted in a sealed envelope/package, clearly marked on the outside with the Tenderer s name, title of the project and reference number 1220-020-2015-001..2 Form of Tender - Tenderers should complete the Form of Tender attached as Part C Form of Tender, including Appendices 1 through 7. Tenderers are encouraged to respond to the items listed in Appendices 1 through 6 in the order listed. Tenderers are encouraged to use the forms provided and attach additional pages as necessary. (*Note - Schedules 1 through 3 of Part C FORM OF TENDER are included for information purposes only and are not to be included with your Tender submission.).3 Signature - The legal name of the person or firm submitting the Tender should be inserted in Part C Form of Tender. The Tender should be signed by a person authorized to sign on behalf of the Tenderer and include the following: District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page 14 of 100

(a) (b) (c) If the Tenderer is a corporation then the full name of the corporation should be included, together with the names of authorized signatories. The Tender should be executed by all of the authorized signatories or by one or more of them provided that a copy of the corporate resolution authorizing those persons to execute the Tender on behalf of the corporation is submitted. If the Tenderer is a partnership or joint venture then the name of the partnership or joint venture and the name of each partner or joint venturer should be included, and each partner or joint venturer should sign personally (or, if one or more person(s) have signing authority for the partnership or joint venture, the partnership or joint venture should provide evidence to the satisfaction of the Owner that the person(s) signing have signing authority for the partnership or joint venture). If a partner or joint venturer is a corporation then such corporation should sign as indicated in subsection (a) above. If the Tenderer is an individual, including a sole proprietorship, the name of the individual should be included. 9.0 Tender Price.1 The Tender Price is to be entirely in Canadian currency and will consist of: (a) the total of all prices for all items listed in the Form of Tender; and (b) all applicable taxes and fees, excluding GST..2 The Tender Price will include any and all amounts the Tenderer will accept for performing the Work and any and all costs of any kind that the Tenderer might incur in connection with the Work, including, without limitation, all costs of labour, supervision, materials, equipment, traffic control, provisions required to ensure maintaining the site operational throughout the Term of the project, financing, posting bonds, completion of substantial completion documentation, carrying insurance and overhead and any and all profits..3 The Owner, in respect of any Tender, in order to meet budget limitations, or for any reason, may choose to proceed with only some, but not all of the Work, as originally described in the Tender Documents, and as bid on in any Tender, and accept a Tender on that basis, in which case the scope of the Work will be reduced to those items identified in a Notice of Award as being the Work with which the Owner wishes to proceed and the Tender Price will be adjusted accordingly. 10.0 Bonding Requirements.1 Each Tender should be accompanied by a Consent of Surety duly completed by a surety company authorized and licensed to carry on business in British Columbia and having an office in British Columbia. District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page 15 of 100

.2 Each Tender shall be accompanied by a Bid Bond duly completed by a surety company authorized and licensed to carry on business in British Columbia and having an office in British Columbia, payable to the City of Surrey, in the amount of ten percent (10%) of the Tender Price..3 The Contractor should, no later than 10 business days after receipt of Notice of Award, provide to the Owner a Performance Bond and a Labour and Material Payment Bond, each in the amount of 50% of the Contract Price, or as otherwise agreed to in writing from the Owner. The cost of all Bond premiums shall be included in the Tender Price, and noted on the schedule of pricing sheet..4 The forms of the Bonds should be those issued by the Canadian Construction Documents Committee as follows: Bid Bond: CCDC 220 (latest) Performance Bond: CCDC 221 (latest) Labour and Material Payment Bond: CCDC 222 (latest).5 Cost of Bonds The cost of the Performance Bond and the cost of the Labour and Material Payment Bond shall be included in the Tender Price. 11.0 Acceptance of Tenders Notwithstanding anything to the contrary contained in the ITT or any other document, material or communication:.1 The Owner need not necessarily accept the Tender with the lowest Tender Price, or any Tender, and the Owner reserves the right to reject any and all Tenders at any time, or cancel the ITT process, without further explanation and to accept any Tender the Owner considers to be in any way advantageous to it. The Owner s acceptance of any Tender is contingent on having sufficient funding for the Work and a Contract with a Tenderer. Tenders containing qualifications will be considered to be non-conforming Tenders in that they will fail to conform to the requirements of the Tender documents and on that basis they may be disqualified or rejected. Nevertheless, the Owner may waive any noncompliance with the requirements of the Tender documents, specifications or any conditions, including, without limitation, the timing of delivery of anything required by these Tender documents, and the Owner, at its discretion, may consider nonconforming Tenders and accept a non-conforming Tender..2 Where the Owner is of the view, in its sole discretion, that there is an ambiguity or other discrepancy which cannot be discerned or resolved from examining the contents of the Tender, then whether or not such an ambiguity or discrepancy actually exists on the face of the Tender, the Owner may, prior to Contract award, solicit clarification from the Tenderer or accept clarification from the Tenderer on any aspect of its Tender. Such clarification may include the acceptance of any further documents or information which will then form part of the Tender. The soliciting or accepting of such clarification (whether or not solicited) by the Owner will be without any duty or obligation on the Owner to advise any other Tenderers or to allow them to vary their Tender Prices as a District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page 16 of 100

result of the acceptance of clarification from any one or more Tenderers and the Owner will have no liability to any other Tenderer(s) as a result of such acceptance of clarification..3 If the Owner considers that all Tenders are priced too high, it may reject them all..4 The Owner, prior to awarding of any Contract, may negotiate with the Tenderer presenting the lowest priced Tender, or any Tenderer, for changes in the Work, the materials, the specifications or any conditions, without having any duty or obligation to advise any other Tenderers or to allow them to modify their Tenders, and the Owner will have no liability to any Tenderer as a result of such negotiations or modifications..5 The Owner and its representatives, agents, Consultants and advisors will not be liable to any Tenderer for any claims, whether for costs, expenses, losses, damages, or loss of anticipated profits, or for any other matter whatsoever, incurred by a Tenderer in preparing and submitting a Tender, or participating in negotiations for a final Contract, or other activity related to or arising out of this ITT, including in the event the Owner accepts a non compliant Tender or otherwise breaches the terms of this ITT..6 A pre-award meeting will be conducted with the preferred Tenderer prior to award to confirm project details and expectations of the Owner..7 Tenderers are solely responsible for their own expenses in preparing and submitting a Tender, and for any meetings, negotiations or discussions with the Owner or its representatives and consultants, relating to or arising from the ITT. The Owner will not be liable to any Tenderer for any claims, whether for costs, expenses, losses or damages, or loss of anticipated profits, incurred by the Tenderer in preparing and submitting a Tender, or participating in negotiations for a contract, or other activity related to or arising out of this ITT. 12.0 Conflict of Interest.1 In submitting a Tender, the Tenderer represents and warrants that: (a) (b) (c) prior to submitting the Tender, the Tenderer has disclosed to the Owner in writing any actual or potential conflict of interest; the Tenderer has not and will not offer or provide any gifts or personal benefit to any elected or appointed representative or employee of the Owner; except as disclosed in writing by the Tenderer, no elected or appointed representative or employee of the Owner: i) has any interest in the Tenderer by way of ownership or management, or ii) is entitled to have any interest in the Contract or any benefit arising therefrom; and District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page 17 of 100

(d) the Tenderer has not and will not solicit or lobby any individual elected or appointed representative or employee of the Owner in regard to the award of the Contract. 13.0 Discrepancies In Tender Submission.1 If there are any obvious discrepancies, errors or omissions in the Appendix 1 Schedule of Quantities and Prices (Contract Price) then the Owner shall be entitled to make obvious corrections, but only if, and to the extent, the corrections are apparent from the Tender as submitted, and in particular: (a) (b) (c) (d) if there is a discrepancy between a unit price and the extended total, then the unit prices shall be deemed to be correct, and corresponding corrections will be made to the extended totals; if a unit price has been given but the corresponding extended total has been omitted, then the extended total will be calculated from the unit price and the estimated quantity; if an extended total has been given but the corresponding unit price has been omitted, then the unit price will be calculated from the extended total and the estimated quantity; and if there is a discrepancy between the written Tender price and amount state in numerical figures, the amount stated in writing shall prevail. 14.0 Confidentiality.1 All Tenders become the property of the Owner and will not be returned to the Tenderer. Tenders will be held in confidence by the Owner unless otherwise required by law. Tenderers should be aware the Owner is subject to the Freedom of Information and Protection of Privacy Act of British Columbia and agrees to any disclosure of information by the Owner required by law. 15.0 Evaluation.1 Evaluation In exercising its discretion, the Owner will have regard to the information provided by the Tenderer in the Appendices to the Form of Tender, and may also have regard to any information obtained by the Owner in evaluating such Tender information, any information obtained by the Owner from any other person, firm or corporation relating to their previous experience with the Tenderer, as well as the Owner s previous relevant experience, if any, with the Tenderer. In exercising this discretion the Owner may consider, but is not limited to, the following criteria in addition to the Tender Price: (a) the proven experience of the Tenderer, and any listed Subcontractors to do the Work; District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page 18 of 100

(b) (c) (d) (e) (f) (g) (h) the Tenderer s scheduling of the Work and ability to complete the Work within the Preliminary Construction Schedule including timelines in completing deficiency works; the Tenderer s proposed unit prices, alternates (if any) and alternate prices, and separate prices, if applicable; the Tenderer s ability to work effectively with the Owner, its consultants and representatives; the Tenderer s ability to manage and do the Work effectively using the named superintendent and submitted Subcontractors and Suppliers; the Tenderer s history on other projects including with respect to quality of work, changes in the work, force account work, and the contract administration costs of the Owner; the financial strength and capability of the Tenderer; and the nature of any legal proceedings undertaken by the Tenderer, or any officer or director of the Tenderer directly (or indirectly through another corporation) against the Owner within the last five years of the Invitation to Tender. In no event shall the Owner be liable for the Tenderer s costs of preparing a Tender..2 Calculation of Tender The Owner may use at its sole discretion any combination of the basic tender, unit prices, cash allowances, separate prices and alternate prices to calculate the Tender price and may accept a Tender on this basis. END OF SECTION - District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page 19 of 100

PART C Tender Submission Documents District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page 20 of 100

PART C - FORM OF TENDER City of Surrey (the Owner ) Contract Name: District Energy System Phase 2a: DPS, ETS and CBP Service Connections Reference No.: 1220-020-2015-001 TO OWNER: 1. WE, THE UNDERSIGNED: 1.1 have received and carefully reviewed all of the Tender Documents, including without limitation the Instructions to Tenderers, the Form of Tender, the Contract Documents, the Specifications and Drawings, City of Surrey s Supplementary General Conditions, and the following Addenda: (Addenda, if any) 1.2 have full knowledge of the Place of the Work, and the Work required; and 1.3 have complied with the Instructions to Tenderers; and 2. ACCORDINGLY WE HEREBY OFFER: 2.1 to perform and complete all the Work and to provide all the labour, equipment and material all as set out in the Tender Documents, in strict compliance with the Tender Documents; and 2.2 to achieve Substantial Performance of the Work on or before within ; and (work duration or date) 2.3 to do the Work for the price, which is the sum of the products of the actual quantities incorporated into the Work and the appropriate unit prices listed in Appendix 1, Schedule of Prices, plus any lump sums or specific prices and adjustment amounts as provided by the Contract Documents. For the purposes Tender comparison, our offer is to perform and complete the Work for the Tender Price as set out on Appendix 1 of this Form of Tender. Our Tender Price is based on the estimated quantities listed in the Schedule of Prices, and includes GST. 3. WE CONFIRM: 3.1 that we understand and agree that the quantities as listed in the Schedule of Prices are estimated, and that the actual quantities may vary. District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page 21 of 100

PART C - FORM OF TENDER 4. WE CONFIRM: 4.1 that the following Appendices are attached to and form a part of this tender: 4.1.1 Appendix 1 Schedule of Prices Appendix 2 Preliminary Construction Schedule Appendix 3 Key Personnel Appendix 4 Tenderer s Experience in Similar Work Appendix 5 Subcontractors and Suppliers Appendix 6 Bid Bond (*Please note, Schedules 1 through 3 (Incl.) of Part C FORM OF TENDER are included for information purposes only and are not to be included with your Tender submission.) 5. WE AGREE: 5.1 that in consideration of $1, other good and valuable consideration paid by the Owner (the receipt of sufficiency of which is hereby acknowledged) we agree that this tender will be irrevocable and open for acceptance by the Owner for a period of 60 calendar days from the day following the Tender Closing Date and Tender Closing Time, even if the tender of another tenderer is accepted by the Owner. If within this period the Owner delivers a written notice ( Notice of Award ) by which the Owner accepts our tender, we will: 5.1.1 within 15 Working Days of receipt of the written Notice of Award deliver to the Owner: (a) a performance bond and a labour and material payment bond, each in the amount of 50% of the Contract Price, issued by a surety licensed to carry on the business of suretyship in the province of British Columbia, and in a form acceptable to the Owner; (b) a detailed Construction Schedule consistent with the preliminary construction schedule included in this Tender, which indicates the timing of the major activities of the Work and provides sufficient detail of the critical events and their inter-relationship to demonstrate the Work will be performed by the completion date stated in this Tender; (c) a detailed traffic management plan addressing vehicular and pedestrian movement, safety and access with specific detailing on methods, building and maintenance of temporary structures, signage and materials used to maintain the Place of the Work operations and access to staff and public users of the Place of the Work site; (d) a detailed Place of the Work site - specific safety and health plan addressing as a high-level overview the health and safety issues including, but not limited to hazards, mitigation measures, site District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page 22 of 100

PART C - FORM OF TENDER orientations, safety meetings, first aid attendant requirements, and training requirements and record keeping; (e) a clearance letter indicating that the Tenderer is in WCB compliance; (f) a copy of a completed and signed certificate of insurance (in the form attached as a schedule to this Form of Tender) as specified in SGC11.6.1 indicating that all such insurance coverage is in place; 6. WE AGREE: (g) a valid City of Surrey Business License; and (h) copy the Owner on the Notice of Project as and when required under section 20.2 of the Occupational Health & Safety Regulation (BC Regulation 296/97). 5.1.2 within 2 Days of receipt of written Notice to Proceed, or such longer time as may be otherwise specified in the Notice to Proceed, commence the Work; and 5.1.3 sign the Contract Documents. 6.1 that, if we receive written Notice of Award of this Contract and, contrary to paragraph 5 of this Form of Tender, we: 6.1.1 fail or refuse to deliver the documents as specified by paragraph 5.1.1 of this Form of Tender; or 6.1.2 fail or refuse to commence the Work as required by the Notice to Proceed, then such failure or refusal will be deemed to be a refusal by us to enter into the Contract and the Owner may, on written notice to us, award the Contract to another party. We further agree that, as full compensation on account of damages suffered by the Owner because of such failure or refusal, the Bid Security shall be forfeited to the Owner, in an amount equal to the lesser of: 6.1.3 the face value of the Bid Security; and 6.1.4 the amount by which our Tender Price is less than the amount for which the Owner contracts with another party to perform the Work. 7. Our Address is as follows: District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page 23 of 100

PART C - FORM OF TENDER Phone: Fax: - - E-mail: Attention: This Tender is executed this day of, 201_. Contractor: (Full Legal Name of Corporation, Partnership or Individual) (Authorized Signatory and Corporate Seal) (Authorized Signatory) District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page 24 of 100

PART C - FORM OF TENDER Contract Name: Reference No.: 1220-020-2015-001 From Tenderer: APPENDIX 1 - SCHEDULE OF PRICES District Energy System Phase 2a: DPS, ETS and CBP Service Connections Company name The Tender Price to complete all of the Work is apportioned in accordance with the following table. The prices shown in each of the numbered rows of the table shall include (i) all labour, material and other costs, (ii) overhead and profit, (iii) PST, and (iv) all other taxes, duties, assessments, charges and fees, except for GST. GST shall be shown separately on the row provided therefor. Note: Prices must be PST-inclusive. Only GST is to be shown as a separate line item. Table A: Schedule of Prices Item Description of Work Unit Est. Qty. 1. GENERAL 1.1 Bonding and Insurance L.S. - 1.2 Mobilization/Demobilization L.S. - 1.3 Traffic & Pedestrian Management L.S. - Survey O&M Manuals and Record 1.4 Drawings L.S. - Subtotal Items 1.1 to 1.4 2. SITE WORK 2.1 Site Preparation lin.m 335 Trenching, Bedding & Import 2.2 Backfill (1.2-1.8 m Depth) a) 75 mm dia Piping lin.m 0 b) 100 mm dia Piping lin.m 0 c) 150 mm dia Piping lin.m 6 d) 300 mm dia Piping lin.m 303 Trenching, Bedding & Import 2.3 Backfill (1.8-2.4 m Depth) a) 75 mm dia Piping lin.m 5 b) 100 mm dia Piping lin.m 0 c) 150 mm dia Piping lin.m 16 d) 300 mm dia Piping lin.m 5 2.4 Site Restoration a) Concrete Sidewalk / Pavement lin.m 4 b) Asphalt Road Repair lin.m 319 c) Concrete Curb and Gutter lin.m 0 Unit Price Amount District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page 25 of 100

PART C - FORM OF TENDER d) Soft Surface Landscape lin.m 13 2.5 D.E.S. Manhole ea 2 2.6 Utilities Crossing ea 0 2.7 Watermain Replacement ea 0 2.8 Air Release Valve Assembly ea 2 2.9 100 mm dia. Sanitary Sewer L.S. - 2.10 25 mm dia. Water Service L.S. - 2.11 CBP Concrete Pad (Optional) L.S. - 2.12 Electrical duct bank L.S. - 2.13 Fencing & Gates L.S. - 2.14 Logstor Material Handling L.S. - Subtotal Items 2.1 to 2.14 Inclusive 15. MECHANICAL 15.1 D.E.S. Piping and Valve System 15.2 a) DWG C02-C-101 L.S. - b) DWG C02-C-102 L.S. - c) DWG C02-C-103 L.S. - Connections to Containerized Boiler Plant L.S. - 15.3 Testing & Commissioning of DES L.S. - 15.4 Leak Detection L.S. - 15.5 Pre-stressing L.S. - 15.6 ETS Work a) DWG C02-P-03 L.S. - b) DWG C02-P-04 L.S. - Subtotal Items 15.1 to 15.6 Inclusive 16. ELECTRICAL & CONTROLS 16.1 Concord Phase 1 Building L.S. - 16.2 Concord Phase 2 Building L.S. - Connection to Central Control 16.3 Station L.S. - 17. INDETERMINATE ITEMS 17.1 Trench Over Excavation m 3 50 Removal of Existing Abandoned 17.2 Utilities lin.m 20 17.3 Additional Mass Concrete m 3 5 17.4 Removal of Buried Concrete m 3 5 17.5 Supply, Placement and Compaction of Additional Fill Material as Requested by the Engineer tonne 50 17.6 Controlled Density Fill m 3 10 17.7 Trench Rock Removal m 3 5 District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page 26 of 100

PART C - FORM OF TENDER 17.8 Dritherm m 3 5 17.9 Tree and Root Mass Removal ea 3 Subtotal Items 17.1 to 17.9 Inclusive 18. CASH ALLOWANCE 18.1 Supply of pre-insulated pipes L.S. L.S. - $450,000 18.2 Unknown Utilities L.S. L.S. - $50,000 Subtotal Items 1 to 18 Inclusive GST @ 5% TOTAL TENDER PRICE District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page 27 of 100

FORM OF TENDER 1.1 Description of Payment Items.1 Work set out in the Schedule of Quantities and Prices shall include, but not be limited by, the following brief descriptions: PART 1 - GENERAL 1.1 Bonding and Insurance This item shall include all costs for bonding and insurance for the complete Contract. Payment will be made at the lump sum price tendered in the Schedule of Quantities and Prices on the first progress payment subsequent to submission of documentation of Bonding and Insurance coverage. The lump sum tender under this item shall not exceed 1% of the total tender price. 1.2 Mobilization and Demobilization This item shall include all costs for mobilization and demobilization associated with the Contractor's equipment, site facilities, and services including temporary access road for the work. Payment for mobilization and demobilization will be made at the lump sum price shown in the Tender Form. Fifty percent (50%) of the lump sum price will be paid on the first progress payment certificate due after the Contractor has established the operation and facilities specified, and received the Owner s approval of the construction schedule. The remaining 50% will be paid upon completion of the contract, removal of equipment, and cleanup and site restoration of the work areas to the satisfaction of the Engineer. The lump sum bid under this item shall not exceed 3% of the total tender. 1.3 Traffic & Pedestrian Management This item shall include all cost to prepare a Traffic and Pedestrian Management Plan that covers the length of the Place of the Work. The Plan must be approved by the City prior to commencement of the Work. Cost should account for possible Plan revisions as requested by the City prior to final approval. This item also includes all costs for labour and equipment to implement the Traffic and Pedestrian Management Plan for the duration of the Work for all areas that it applies to. This includes coordination with, and notification to all applicable parties for lane or road closures. District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page 28 of 100

FORM OF TENDER Payment will be made at the lump sum price quoted in the Schedule of Quantities and Prices. 1.4 Survey and Record Drawings This item shall include all costs for labour, materials and equipment to conduct: 1. Construction survey layout of all utilities to lines and grades as shown on drawings; and 2. Record survey of all as-built utility locations and elevations. Record survey information shall be provided to the Engineer in project datum in digital, CSV file (Northing, Easting, Elevation, Description) or AutoCAD DWG format. Information to include, but not limited to: Manholes, Building Penetration (Location and Elevation) Centerline inverts of standard benched manholes Finished lid/rim centerline elevation D.E.S. Pipe (Location, Invert Elevation, Finished Surface Grade) All mainline fittings, bends, tees, valves, end caps, etc All service line fittings, bends, tees, valves, end caps, etc General (Location and Elevation) Existing utilities locations and inverts at D.E.S. Pipe crossings Note: Construction Survey does not replace the requirement for the Contractor to maintain an accurate set of red-lined record drawings indicating all changes to the design. This item shall also include all costs for labor and material to submit: 1. Operation & Maintenance Manuals 2. As-Built Drawings / Record Drawings 3. ISO s / welding maps Payment will be made at the lump sum price quoted in the Schedule of Quantities and Prices. PART 2 - SITE WORK 2.1 Site Preparation This item shall include all costs for the completion of site work preparation for the D.E.S. piping installation. This shall include, but not be limited to, the clearing and grubbing of the site, removal of cleared and grubbed materials from site, and installation of temporary fencing. This shall also include asphalt and concrete saw cut as per the Drawings and Specifications. Payment will be made at the unit price tendered per lineal metre of prepared trench piping. District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page 29 of 100

FORM OF TENDER 2.2 a),b),c),d) Trenching, Bedding & Import Backfill (1.2 1.8 m) This item provides all compensation for all costs for excavation depth from 1.2 to 1.8 m of piping trenches, supply, place and compact bedding material and trench backfill. (For trenches to accommodate the D.E.S. Piping). The work includes but is not limited to: Trench excavation Disposal of excavated material Supply, placement, and compaction of bedding material in the pipe zone Approved trench backfill Excavation for tee installation Shoring and dewatering Testing of bedding and backfill material Support of existing structures and piping Payment will be made at the unit rate tendered for each lineal metre of piping trench. 2.3 a),b),c),d) Trenching, Bedding & Import Backfill (1.8 2.4 m) This item provides all compensation for all costs for excavation depth from 1.8 to 2.4 m of piping trenches, supply, place and compact bedding material and trench backfill. (For trenches to accommodate the D.E.S. Piping). The work includes but is not limited to: Trench excavation Disposal of excavated material Supply, placement, and compaction of bedding material in the pipe zone Approved trench backfill up to subgrade Excavation for tee installation Shoring and dewatering Testing of bedding and backfill material Support of existing structures and piping Payment will be made at the unit rate tendered for each lineal metre of piping trench. District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page 30 of 100

FORM OF TENDER 2.4 a),b),c),d) Site Restoration This item shall include all costs for re-instatement of existing sod, seed, topsoil, turf, asphalt, sidewalks and curb and gutters, in areas disturbed by construction to City of Surrey standards. This item shall also include all costs for sawcut removal of concrete and asphalt, replacement of base and subbase materials as detailed on the construction drawings, line painting if applicable and sidewalk and curb restoration. All waste debris shall be disposed of off-site. Restoration work covered under this item is limited to that which is a direct result of construction activities in the immediate vicinity of the proposed works. Any other area appurtenances, surface features, etc. that have been disturbed by the Contractor shall be restored to their original condition at the cost of the Contractor. Payment will be made at the unit rate tendered in the Schedule of Quantities and Prices. 2.5 D.E.S. Manhole This item provides compensation for all costs for supply, construction, and installation of concrete manholes as shown on the drawings t Payment will be made at the unit rate tendered in the Schedule of Quantities and Prices. 2.6 Utilities Crossing This item provides compensation for all costs for supply, preparation, and installation of Styrofoam and insulation providing minimum clearance between existing utilities or bedrock and the D.E.S. piping. Payment will be made at the unit rates tendered for each crossing requiring minimum clearance. 2.7 Watermain Replacement This item provides compensation for all costs for the relocation of existing watermain, to City of Surrey Standards, in direct conflict with the D.E.S. piping alignment. Payment will be made at the unit rate tendered in Schedule 1 for each relocation as directed by the Engineer. 2.8 Air Release Valve Assembly This item provides compensation for all costs for material and labour to supply and install air release valve manhole assembly including but not limited to precast District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page 31 of 100

FORM OF TENDER manhole sections, lid, frame and cover, concrete blocks, and drain rock. The cost for valves, pipe tapping and related mechanical work shall be included in Part 15. Payment will be made at the unit rate tendered for each air valve assembly installed. 2.9 100-mm-diameter Sewer This item provides compensation for all costs for material and labour to supply and install 100-mm-diameter PVC sanitary sewer service as shown on the drawings and specifications, including but not limited to piping, fittings, couplings, equipment, cleanouts, inspection chambers, and all other additional work related to sanitary sewers and services. Payment will be made at the unit rate tendered for each lineal metre of piping installed. 2.10 25-mm-diameter Water Service This item provides compensation for all costs for material and labour to supply and install 25-mm-diameter water service as shown on the drawings and specifications, including but not limited to piping, valves, fittings, couplings, equipment, curb stop, connections to municipal utility and boiler plant, all other additional work related to water services. Payment will be made at the unit rate tendered for each lineal metre of piping installed. 2.11 CBP Concrete Pad and connections This item provides compensation for all costs for material and labour to supply and install the Containerized Boiler Plant concrete pad as shown in the drawings including all service connections not covered above. Payment will be made at of the lump sum price tendered in the Schedule of Quantities and Prices. 2.12 Electrical Duct Bank This item provides compensation for all costs for material and labour to supply and install the electrical duct bank connecting the BCHydro transformer to the Containerized Boiler Plant. This section covers supply of electrical cable and termination 2.13 Fencing & Gate This item provides compensation for all costs for material and labour to supply and install the fencing and gate as shown in the drawings i 2.14 Logstor Material Handling District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page 32 of 100

FORM OF TENDER This item provides compensation for all costs for material and labour to coordinate, receive, inspect, handle and track all Logstor material as stated in the Schedule of Quantities in Section 01220 Part 2 Payment will be made at of the lump sum price tendered in the Schedule of Quantities and Prices. PART 15 - MECHANICAL 15.1 a),b),c) D.E.S. Piping and Valve System This item provides compensation for all costs for mechanical works required in accordance with the drawings and specifications. This item shall include, but not be limited to, supply, preparation, and installation of D.E.S. piping, valves, equipment, pipe supports, fittings, couplings and all other additional work related to D.E.S. piping equipment. This item shall also include all x-ray testing of every D.E.S. piping weld. Payment will be made at the lump sum price quoted in the Schedule of Quantities and Prices. 15.2 Connections to Containerized Boiler Plant This item provides compensation for all costs for materials and labour for all connections to the Containerized Boiler Plant as shown on the drawings including but not limited to D.E.S. piping, water service and sanitary services. Payment will be made at the lump sum price quoted in the Schedule of Quantities and Prices. 15.3 Testing & Commissioning of D.E.S. This item provides compensation for all costs required to flush, test, and commission all D.E.S. piping system installed as per the Drawings and Specifications. Payment will be made at of the lump sum price tendered in the Schedule of Quantities and Prices. 15.4 Leak Detection This item provides compensation for all costs required for leak detection of the entire D.E.S. piping system installed. This will include the installation and wiring of the X1L in the Containerized Boiler Plant and the 1517 boxes in the two Phase 2a ETS only. District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page 33 of 100

FORM OF TENDER Payment will be made at of the lump sum price tendered in the Schedule of Quantities and Prices. 15.5 Pipe Pre-stressing This item provides compensation for costs required for renting and operation of an electrical pipe pre-stressing in accordance with manufacturer and supplier requirements and recommendations. 15.5 a),b) ETS Work This item provides compensation for all costs for mechanical works required in accordance with the drawings and specifications. This item shall include, but not be limited to, supply, preparation, and installation of piping, valves, equipment, pipe supports, fittings, couplings and all other additional work related to the ETS piping equipment. This item shall also include all x-ray testing and commissioning as per project specifications. Payment will be made at the lump sum price quoted in the Schedule of Quantities and Prices. PART 16 - ELECTRICAL & CONTROLS 16.1 Concord Phase 1 Building This item provides compensation for all costs for electrical and controls works required in accordance with the drawings and specifications for Concord Phase 1 building. This item shall include, but not be limited to, supply and installation of all electrical and controls components and all other additional work to have a fully operational system as per the project specifications. Payment will be made at the lump sum price quoted in the Schedule of Quantities and Prices. 16.2 Concord Phase 2 Building This item provides compensation for all costs for electrical and controls works required in accordance with the drawings and specifications for Concord Phase 2 building. This item shall include, but not be limited to, supply and installation of all electrical and controls components iand all other additional work to have a fully operational system as per the project specifications. Payment will be made at the lump sum price quoted in the Schedule of Quantities and Prices. 16.3 Central Control Station District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page 34 of 100

FORM OF TENDER This item provides compensation for all costs for electrical and controls works required in accordance with the drawings and specifications for connecting to the existing central control panel at City Hall. Payment will be made at the lump sum price quoted in the Schedule of Quantities and Prices. PART 17 - INDETERMINATE ITEMS All indeterminate items and the quantities identified in Schedule A may increase, decrease or not be used at all. No payment will be made if the work is not undertaken. 17.1 Trench Over Excavation This item provides compensation for all costs associated with vertical pipe trench over excavation in general as directed by the Engineer. The work includes but is not limited to: Trench over excavation Disposal of over excavated material Additional fill material Shoring and Dewatering Testing of additional fill material Payment will be made at the unit rate tendered based on the fill volume determined in the field by the Engineer. 17.2 Removal of Existing Abandoned Utilities This item includes all costs for supply of all materials, equipment, labour, excavation and backfill to remove and dispose of existing abandoned utilities in conflict with the D.E.S. piping alignment as directed by the Engineer. This item shall also include the additional fill material to replace the abandoned utilities volume. Payment will be made at the unit rate tendered for each lineal metre of abandoned pipe removed. 17.3 Additional Mass Concrete as Requested by the Engineer This item shall include all costs for crude forming and placement of mass concrete as requested by the Engineer. District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page 35 of 100

FORM OF TENDER Payment will be made at the unit price quoted in the Schedule of Quantities and Prices for each cubic meter of concrete in place. Measurement will be based on truck volume as per dispatch slips certified by the Engineer. 17.4 Removal of Buried Concrete This item shall include all costs for supply of all materials, equipment, and labour for removal of buried concrete in conflict with the D.E.S. piping trench as directed by the Engineer. This item shall include, but not limited to saw cut and removal of concrete, disposal off site, and backfill with import material. Payment will be made at the unit price quoted in the Schedule of Quantities and Prices for each cubic meter of concrete removed. Measurement will be based on field measurement by the Engineer 17.5 Supply, Placement and Compaction of Additional Fill Material as Requested by the Engineer This item shall include all costs for supply, placement, and compaction of additional 75 mm minus free draining structural backfill material as requested by the Engineer. Payment will be made at the unit price quoted in the Schedule of Quantities and Prices. 17.6 Controlled Density Fill This item shall include all costs for forming, placing, finishing and curing of additional concrete density fill as requested by the Engineer. Payment will be made at the unit price quoted in the Schedule of Quantities and Prices for each cubic meter of concrete in place. Measurement will be based on truck volume as per dispatch slips certified by the Engineer. 17.7 Trench Rock Excavation This item provides compensation for the addition-al cost of removing and disposing of trench rock over that of earth excavation. Trench rock excavation shall include the excavation and disposal of all material which in the opinion of the Engineer requires for its removal either drilling and blasting, wedging, sledging, or breaking with a power operated hand tool. Rock excavation does not include the excavation of soft or disintegrated rock which can be removed with a handpick or power-operated excavation machine. NO payment will be considered for trench rock encountered in subgrade fill sections. Rock excavation shall also include the removal and disposal of boulders exceeding District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page 36 of 100

FORM OF TENDER one (1) cubic metre in volume if within a trench section, or if exceeding two (2) cubic metres if within a road subgrade section, which lie wholly within the excavation and in the opinion of the Engineer interfere with the work. If an outcropping of bedrock protrudes into the excavation and a portion less than one (1) cubic metre in volume is removed by blasting, payment will be made for a minimum of one (1) cubic metre. Excavated rock shall be disposed of on-site at locations designated by the Engineer. Payment will be made for the volume of rock excavation at the unit rate tendered per cubic metre. 17.8 Dritherm This item shall include all costs for supply, formwork, and placement of Dritherm material as requested by the Engineer. Payment will be made at the unit price quoted in the Schedule of Quantities and Prices for each cubic meter of dritherm placed. Measurement will be based on field measurement by the Engineer. 17.9 Tree and Root Mass Removal This item provides compensation for all costs for material and labour to remove tree and root mass from the pipe trench where in conflict with the D.E.S. piping where indicated on the drawings and where instructed by the Engineer. Payment will be made at the unit rate tendered for each tree and root mass removed. PART 18 - CASH ALLOWANCE Refer to Division 00 for terms and conditions District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page 37 of 100

FORM OF TENDER Table B: Schedule of Values: APPENDIX 1 - SCHEDULE OF PRICES LINE ITEM SECTION OF WORK PRICES 1. $ 2. $ 3. $ 4. $ 5. $ 6. $ 7. $ 8. $ 9. $ District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page 38 of 100

FORM OF TENDER Table C: List of Cash Allowances: APPENDIX 1 - SCHEDULE OF PRICES This section of the specifications forms part of the Contract Documents and is to be read, interpreted and coordinated with all other parts. The Tenderer shall include in the Tender Price all Cash Allowances listed below, which allowances shall be expended in whole or in part as the Owner shall direct, the amount of the Contract sum being adjusted in conformity therewith. The Tenderer shall include in the Tender price for such sums for expenses, supervision, Overhead and profit as he deems proper on account of all Cash Allowances. No demands for expenses or profit other than those included in the Tender price will be allowed. These Cash Allowances which do not include GST may be increased, decreased or deleted from the Contract with no adjustments to the Contract other than the net amount of such a variation. The Owner reserves the right to place a Contract or Contracts, for any and all parts of items included in the cash allowances at its discretion. Cooperate & coordinate with other contractors as may be appointed by the Owner. Cash Allowances as listed in this section are to be carried by the Contractor and are in addition to the work detailed in other sections of the specifications and drawings. Description of Cash Allowance Amounts e.g. 1. The Contractor shall include in the Form of Tender the sum of all cash allowances listed below, which shall be expended in whole or in part as the Owner shall direct, the amount of the Contract sum being adjusted in conformity therewith. Include the following Cash Allowance amounts (which do not include GST): Description of Cash Allowance Amounts Supply of Logstor Piping $450,000 Unknown Utility Conflicts $50,000 District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page 39 of 100

PART C - FORM OF TENDER APPENDIX 1 - SCHEDULE OF PRICES Table D: - Alternate Prices The undersigned hereby provides the following Alternates for addition to or deletions from the Work: line item description of work/supply amount ($) addition amount ($) deduction.1 $ $.2 $ $.3 $ $.4 $ $ Include a detailed description of any proposed Optional Alternative Work Items in the spaces indicated above, including the associated effect on the Tender Price (excluding GST). Include any additional product sheets or other information necessary to describe the proposed Optional Alternative Work. District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page40 of 100

PART C - FORM OF TENDER Table E: Separate Optional Prices APPENDIX 1 - SCHEDULE OF PRICES The following are our prices for the separate optional goods and services listed hereunder. Such separate optional goods and services and amounts are NOT included in our Tender Price. The separate optional prices are a deduction from or addition to the Tender Price and do not include GST. DO NOT state a revised Tender Price. Effect on Tender Price ($) (GST Excluded) LINE ITEM DESCRIPTION OF SEPARATE OPTIONAL PRICE ITEMS ADDITION DEDUCTION.1 $ $.2 $ $.3 $ $.4 $ $ Include a detailed descrition of any proposed separate optional price items in the spaces indicated above, including the associated effect on the Tender Price (excluding GST). Include any additional product sheets or other information necessary to describe the proposed separate price items. NOTE: The financial evaluations will be based on the Tender Price, not including the effect of any separate price items. The above prices do not include GST. District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page41 of 100

PART C - FORM OF TENDER APPENDIX 1 - SCHEDULE OF PRICES Table F: Contractors Current Own Forces Labour Rates Tenderers should provide force account labour rates in the table below for all labour categories that will be involved in the Work. The labour rates will remain firm for the term of the Contract and will be used by the Owner for the purpose of evaluating and valuing changes in the Work in the case of lump sum, or in case of force account valuation. The labour rates provided below are all inclusive and include without limitation, wages, taxes and assessments and benefits payable in accordance with applicable laws, mobilization and demobilization, supervision, administration, small tool rental, overhead and profit. For the purposes of the above, small tools are considered to be any tool worth $2,000 or less in new value. All other tools should be listed as equipment in the table under Table G below. LABOUR CATEGORY STRAIGHT TIME/HR (GST Excluded).1 Site Superintendent / Site Project Manager $ $ OVERTIME RATE/HR (GST Excluded).2 Foreman $ $.3 Carpenter $ $.4 Labourer / Helper $ $.5 Plumber (BCTQ) $ $.6 Apprentice (or experienced) $ $.7 Electrician (BCTQ) $ $.8 Apprentice (or experienced) $ $ District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page 42 of 100

PART C - FORM OF TENDER Table G: Equipment Rates APPENDIX 1 - SCHEDULE OF PRICES Tenderers should provide equipment rates for all equipment that will be involved in the Work. The equipment rates will remain firm for the term of the Contract and will be used by the Owner for the purpose of evaluating and valuing changes in the Work in the case of lump sum, or in case of force account valuation. The rates provided below are all inclusive and include without limitation, operator, fuel, lubrication, service, maintenance, depreciation, mobilization and demobilization, overhead and profit. It is acknowledged by the Contractor that if any portion of an hour is spent in performing the Work on a force account basis, a pro-rated portion of the force account rate shall only be charged. CONSTRUCTION EQUIPMENT CLASSIFICATION $ $ $ $ $ $ $ $ $ $ HOURLY RATE (GST Excluded) SPECIFY MAKE & MODEL We confirm that the rates quoted above will remain in force until, 201_. (Additional pages may be attached to this page. Each such additional page is to be clearly marked ITT (state tender name and tender number), FORM OF TENDER PART C. ) District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page 43 of 100

PART C - FORM OF TENDER APPENDIX 2 - PRELIMINARY CONSTRUCTION SCHEDULE Contract Name: District Energy System Phase 2a: DPS, ETS and CBP Service Connections Reference No.: 1220-020-2015-001 From Tenderer: Company name Tenderers should provide a preliminary Construction Schedule for the goods and services, including the range of start dates to which your firm is prepared to commit and anticipated completion dates. This preliminary Construction Schedule should work within the timeframes as may be outlined by the Owner. Any conflict in the two should be described. The Time Schedule should include a list of all anticipated meetings with the Owner and their locations. The Owner prefers the preliminary Construction Schedule to be provided as a Microsoft Project Gantt chart both in paper and electronically. Include a list of all assumptions used in developing the preliminary Construction Schedule for the goods and services as presented in Schedule A Specifications of Goods and Scope of Services, but not limited to the following: Project Meetings Design Milestones Mobilization and Demobilization Construction/Installation Milestones Equipment and Material Procurement Training and Demonstration Periods Work Commencement Date Substantial Performance of the Work Date Total Performance of the Work Date Final Completion of the Goods and Services The schedule included may be on 11 x17 size sheets. Proposed Disposal Site: District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page 44 of 100

PART C - FORM OF TENDER APPENDIX 3 KEY PERSONNEL Contract Name: District Energy System Phase 2a: DPS, ETS and CBP Service Connections Reference No.: 1220-020-2015-001 From Tenderer: Company name Identify the key personnel who will be responsible for the Work, together with a description fo the responsibilities such personnel will have in the performance of the Work and a description of the relevant experience of such personnel, using a format similar to the following: Name: Responsibilities: Experience: District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page 45 of 100

PART C SCHEDULE 1 APPENDIX 4 TENDERER S EXPERIENCE IN SIMILAR WORK Contract Name: District Energy System Phase 2a: DPS, ETS and CBP Service Connections Reference No.: 1220-020-2015-001 From Tenderer: Company name Year Description For Whom Completed of Contract Work Performed Value District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page 46 of 100

PART C SCHEDULE 1 APPENDIX 5 SUBCONTRACTORS AND SUPPLIERS Contract Name: District Energy System Phase 2a: DPS, ETS and CBP Service Connections Reference No.: 1220-020-2015-001 From Tenderer: Company name The Tenderer proposes to use the following Subcontractors and Suppliers for the divisions or sections of work / supply listed below. [Note: It is not necessary for Tenderer to list all Subcontractors and Suppliers that the Tenderer proposes to use only those for the divisions or sections of work / supply as may be listed below.] The named Subcontractors and Suppliers will not be changed without the written approval of the Owner. Refer to GC 3.7 of the General Conditions as supplemented, modified and amended by the Supplementary General Conditions. 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. description of work / supply name of Subcontractor / Supplier The Owner reserves the right of approval for each of the Subcontractors and Suppliers. The Contractor will be given the opportunity to substitute an acceptable Subcontractor and Supplier, if necessary. District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page 47 of 100

PART C SCHEDULE 1 APPENDIX 6 ATTACH BID BOND (PAGE INCLUDED HERE FOR REFERENCE ONLY) District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page 48 of 100

PART C SCHEDULE 1 District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page 49 of 100

PART C SCHEDULE 2 PRIME CONTRACTOR DESIGNATION LETTER OF UNDERSTANDING As per the requirements of the Workers Compensation Act Part 3, Division 3, Section 118 (1-3), which states: Coordination of multiple-employer workplaces 118 (1) In this section: multiple-employer workplace means a workplace where workers of 2 or more employers are working at the same time: prime Contractor means in relation to a multiple-employer workplace, (a) the directing Contractor, employer or other person who enters into a written proposal with the Owner of that workplace to be the prime Contractor for the purposes of this Part, or (b) if there is no proposal referred to in paragraph (a), the Owner of the workplace. (2) The prime Contractor of a multiple-employer workplace must (a) ensure that the activities of employers, workers and other persons at the workplace relating to occupational health and safety are coordinated, and (b) do everything that is reasonably practicable to establish and maintain a system or process that will ensure compliance with this Part and the regulation in respect to the workplace. (3) Each employer of workers at a multiple-employer workplace must give to the prime Contractor the name of the person the employer has designated to supervise the employer s workers at that workplace. By signing this Contract, the Contractor accepts all responsibilities of a Prime Contractor as outlined in the Workers Compensation Act, and WCB (OH&S Regulation). As a Contractor signing this Contract with the Owner, you are agreeing that your Company, Management staff, Supervisory staff and workers will comply with the Workers Compensation Board (WCB) Occupational Health and Safety Regulation and the Workers Compensation (WC) Act. Any WCB violation by the Prime Contractor may be considered a breach of Contract resulting in possible termination or suspension of the Contract and/or any other actions deemed appropriate at the discretion of the Owner. Any penalties, sanctions or additional costs levied against the Owner, as a result of the actions of the Prime Contractor are the responsibility of the Prime Contractor. I, the undersigned, acknowledge having read and understand the information above. By signing this Contract, I agree as a representative of the firm noted below, to accept all responsibilities of the Prime Contractor for this project. I fully understand and accept the responsibilities of the Prime Contractor designation in accordance with the Workers Compensation Act while contracted by the City of Surrey for the project as described in this Contract and will abide by all Workers Compensation Board Regulation requirements. Contract No: 1220-020-2015-001 Contract Name: Name of Contractor: Qualified Coordinator s Name: Worksafe BC #: Signature of Authorized Representative: District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page 50 of 100

PART C SCHEDULE 3 RESPONSIBILITY OF CONTRACTOR(S) CONTRACTOR HEALTH & SAFETY EXPECTATIONS The City of Surrey strives to maintain a safe work environment for employees and contractors and insists upon the enforcement of safe practices and procedures in all premises and in all work activities. It is essential that all contractors and their employees and sub-contractor(s) perform in the same manner. It is every employers and contractors responsibility to ensure that staff and public are protected from workplace hazards. As a contractor to the City of Surrey, you are expected to conform to the requirements of the Workers Compensation Act, the WCB Occupational Health and Safety Regulation and to all federal, provincial and local laws and regulations. The City of Surrey Building Owner, Project Manager, and the Manager, Occupational Health & Safety or designate have the authority to order an unsafe act to cease or to have an unsafe piece of equipment removed from the premises or, in extreme situations, to shut down a job entirely. Any City of Surrey Employee that observes a safety infraction by a contractor performing work for the City of Surrey should bring it to the attention of a manager immediately or Occupational Health & Safety (604-591-4131). The following information is provided as typical City of Surrey requirements, but does not relieve the contractor from complying with all applicable local, provincial and federal laws, regulations and bylaws. PERSONNEL 1. You are expected to inform your employees of any potential hazard in the workplace and advise of appropriate action to be taken should a hazard be found or a fire or accident occur. 2. Contractors will restrict persons invited on the premises to employees only. No families or friends are permitted. 3. The contractor will advise the City of any on-site accidents involving the contractor s employees, or injuries to others caused by the contractor s business. SAFETY MANAGEMENT SYSTEM 1. Contractors will ensure their employees utilize proper safety equipment and clothing as required for job site activities. 2. Contractors must follow and have on site proper written safe work procedures for hazardous work, e.g. Fall protection, confined space entry, hotwork, lockout, excavations and shoring, traffic management, etc. 3. Contractor must Identify workplace risk and implement suitable controls. 4. Contractor must provide safety training and education to staff and have training records available for review. 5. Contractor must have a health & safety program for its workers and sub-contractors 6. Contractor will provide appropriate First-Aid coverage for their workers and subcontractors. 7. Contractor must forward a weekly work task list prior to work commencement. 8. The qualified safety coordinator must participate in the City of Surrey OHS Orientation or attend the Prime Contractor s Orientation. WORK AREAS City Facilities No work by contractors shall occur in any area without prior consent of the City of Surrey Manager, Civic Facilities or his designated representative. Work during normal business hours of the City shall not create undue noise, smells or otherwise unduly disturb the work of City of Surrey staff or the public. If an activity District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page 51 of 100

PART C SCHEDULE 3 requires that a disturbance is likely, the contractor shall whenever possible only do that work outside normal business hours. All activities that create a hazard (i.e. work from a ladder, removal of a floor tile, emission of VOC s, etc.) to persons outside the contractor s supervision shall have warning devices, delineation or barriers, sealed spaces, etc. as would normally be required to protect any person from that hazard. SAFETY ATTITUDE Your safety record and attitude are important criteria used to judge your qualification for future bidding on solicitations with the City of Surrey. You can help ensure employee safety and your eligibility for future business with the City if you exhibit and practice a Safe Work - Safe City attitude. The City of Surrey is concerned about the health, safety and wellbeing of all employees and contractors. It is essential we maintain a healthy, safe and productive work environment. All Employees & Contractors: It is everyone responsibility to: know and comply with WCB regulations and follow established safe work procedures immediately report any work related injury to his/her supervisor; and to the city representative not remain on the work site while his/her ability to work is in any way impaired report unsafe acts and conditions to their supervisor correct unsafe conditions immediately whenever it is possible to do so take reasonable care to protect your health & safety and the health and safety of other persons who may be affected by your act s or omissions at work An employee must refuse to work if continuing to do so would endanger the health and safety of the employee, fellow employees or others. The worker must immediately report the circumstances of the unsafe condition to his or her supervisor or manager. If the unsafe condition is not remedied or the issue is not resolved the Manager, Occupational Health & Safety must be contacted. GENERAL RULES 1. For all secured worksites, contracted workers are required to sign in and sign out each day 2. (Access cards may be issued a worker may need to provide an Identification document (i.e. Driver s License) in exchange). 3. Personal protective equipment, as determined by the City, through consultation with the Contractors Health and Safety Representatives must be worn when and where required. (Hard Hats, Safety Footwear, Safety Vests and Safety Glasses must be worn on active construction sites. Hearing Protection must be worn when noise levels are above 85dBA.) 4. Horseplay, gambling and the use of alcohol or narcotics will not be tolerated. A common sense approach usually resolves the issue. District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page 52 of 100

PART C SCHEDULE 3 5. No Smoking within 7.5M of a City owned buildings door exits, windows and vents. 6. Report ALL injuries to your supervisor immediately and notify the City s site representative. 7. Report any unsafe conditions, including someone under the influence or hazards, which may allow an injury to occur to you, a fellow worker, or others on the worksite. 8. Report any property damage, regardless of how minor. 9. Restricted and controlled products will be labeled, used and stored in accordance with the associated regulations, e.g. WHMIS. Follow all procedural instructions when using or handling hazardous materials/controlled products and ensure that all containers of hazardous/controlled product materials are properly labelled and stored in designated areas. 10. Obey all posted signs and notices. Do not venture into areas that you are not authorized to enter. 11. Always use the correct posture when lifting and get assistance if the weight is excessive. 12. Do not work within the limits of approach to high voltage equipment. 13. If working at heights greater than 10 feet a Fall Protection system must be in place. The appropriate Fall Protection equipment must be worn at all times. 14. Housekeeping (Orderliness and good housekeeping are basic requirements and must be maintained at all times): a) Aisles are to be kept clear at all times. b) Individual work areas are to be kept clean and tidy. c) All materials, tools, products and equipment are to be kept in their designated areas. d) Liquid spills are to be cleaned up immediately to prevent slips and falls. e) Accumulation of oily rags, combustible refuse or similar fire hazards will not be tolerated. 15. Fire Prevention: a) Become familiar with Surroundings and emergency exit. b) Ensure aisles and exits are not blocked at any time. c) Anytime a fire extinguisher is used, report it immediately to your supervisor, so that it can be recharged. 16. Equipment Operation (Any equipment, which could create a hazard, must be maintained in good condition): a) Equipment must not be repaired, adjusted or operated unless by a "competent person" who understand the safe operating procedures. b) Always be aware of the use and location of the "EMERGENCY STOP" button, if equipment is so equipped, before using the equipment. c) Loose clothing, jewelry and long hair must be secured to prevent becoming entangled with equipment. d) The Operator must check all safety devices on equipment before operation. e) All equipment must be turned off and the appropriate "lock-out" procedure followed, prior to repairs, cleaning, adjustment or lubrication. f) Radio/Walkman/I-pod Head phones are not allowed to be worn during regular work operations. g) All ladders must be of an approved type and length. Unacceptable ladders must be removed immediately from the premises. h) All vehicles and equipment on City property must be kept in safe mechanical condition at all times, and be operated only by persons with a valid driver s license and/or proper training and qualifications. i) Contractors will not operate any equipment, valves, switches, etc., which are part of the City s operation, unless specific permission is received from the Department Representative. District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page 53 of 100

PART C SCHEDULE 3 17. Ground Disturbance Every time you dig in the ground, with a shovel or mechanized equipment, you run the risk of loss of life or damage to property if you hit any of the many buried cables, conduits, gas or oil pipelines and/or other underground facilities that serve our city, BC One Call Must be called and a ticket obtained prior to commencing any ground disturbance activities. Issued By: Date: Distributed: Occupational Health & Safety Section - Contractor Coordination Program Revised: January 14, 2014 Original: August 15, 2014 Via Email & Posted on Intranet: January 16, 2015 :August 15, 2014 This document does not replace the Workers Compensation Act or WorkSafeBC OH&S regulation. Each individual Contractor must have specific health and safety safe work rules and procedures that apply to their work tasks. Each Contractor must comply with the Workers Compensation Act and WorkSafeBC Occupational Health & Safety Regulation and to all federal, provincial and local laws and regulations. If a contractor is unable to comply they must bring this to the attention of their qualified safety representative and to the Prime Contractor safety representative immediately. Authorized Signature: Name: Date: (Please Print) Revised August 2014. District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001 Page 54 of 100