TENDER FOR THE TOWNSHIP OF SEVERN

Similar documents
TOWNSHIP OF SEVERN. Contract No. PW Low Sulphur (clear) Diesel Fuels

Town of South Bruce Peninsula. Tender PW Asphalt Paving

Town of South Bruce Peninsula. Tender PW Resurfacing of D Line

Town of South Bruce Peninsula. Tender PW Maintenance Gravel

TENDER GRAVEL CRUSHING PWT

Town of South Bruce Peninsula. Quotation PW Sale of Hardwood Logs

Town of South Bruce Peninsula. Quotation PW Tree Removal Services

TENDER LOADING, HAULING AND SPREADING GRAVEL ON TOWNSHIP ROADS PWT

THE CORPORATION OF THE TOWNSHIP OF ARMOUR TENDER FOR THE APPLICATION OF TYPE II SLURRY SEAL SURFACE TREATMENT

PW #1-18 TENDER FOR WINTER SAND AND GRANULAR B TYPE II 1 MINUS GRAVEL

PW # 4-18 TENDER FOR GRANULAR A GRAVEL CRUSH, APPLY, & STOCKPILE

Request for Quotation PW Supply and Apply Maintenance Gravel

The Corporation of The TOWNSHIP OF HORTON PUBLIC WORKS DEPARTMENT SCREENED WINTER SAND. Supply approximately 2500 tonne Screened Winter Sand

2015 SIDEWALK REPAIR REQUEST FOR TENDER

Corporation of The TOWNSHIP OF BLACK RIVER - MATHESON PUBLIC WORKS DEPARTMENT

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

TOWNSHIP OF LANARK HIGHLANDS TENDER PW TENDER FOR GRANULAR MATERIALS

REQUEST FOR TENDERS SIDEWALK EXTENSIONS

The Municipality of Southwest Middlesex Tender Description: Supply and Placement of Road Granular Materials Closing Date: March 14, 2018

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

The Corporation of the Municipality of West Grey Public Works Department. Tender for Crushing, Hauling and Spreading of Granular "A" Gravel

THE MUNICIPALITY OF TRENT HILLS TENDER FOR GRAVEL CRUSHING & STOCKPILING 2015

T E N D E R Tender # T Washroom Upgrades Carnegie Building

FORM OF TENDER 32/2010

City of Presque Isle, Maine Chip Sealing Request for Bids

HEATING AND COOLING SYSTEM MAINTENANCE

TENDER FOR: CLEANING SERVICES CONTRACT. Name of Firm (The Contractor) Address. Telephone Number and Fax Number

Request for Tender. Humidifier Replacement February 19, 2013

TOWNSHIP OF NORWICH TENDER FOR ROADSIDE GRASS MOWING

REQUEST FOR QUOTATION EURASIA WILDS ASPHALT PAVING RFQ #42 ( )

Township of North Dundas Request For Information RFI REQUEST FOR INFORMATION ROOFING CONTRACTOR PRE-QUALIFICATION RFI

TOWNSHIP OF BLANDFORD-BLENHEIM TENDER CS-02-16

TOWN OF HOPKINTON WINTER SAND. Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833

Request for Tender. For: Boiler Replacement November 21, Telesat Court

REQUEST FOR PROPOSAL (RFP) PW CONCRETE SIDEWALK REPLACEMENT 370 LINEAR FEET WITHIN THE VILLAGE OF PORTLAND

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

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

Town of Whitby Terms and Conditions

CHARLEVOIX COUNTY CHARLEVOIX COUNTY ROAD COMMISSION Ellis Road Gravel Project Evangeline Township

T E N D E R Tender # T Bike Trails Parking and Pump Track

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

TOWNSHIP OF PICKLE LAKE

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

COUNTY OF HALIBURTON ROADS DEPARTMENT REQUEST FOR QUOTATION NO ROADSIDE MOWING and 2016

TENDER DOCUMENT FOR BRAZEAU COUNTY 2016 AGGREGATE PRODUCTION AND STOCKPILING

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL

Black Hawk County Engineer

INSTRUCTIONS TO BIDDERS

This Quotation to be returned on or before: May 26, 4:30 p.m. The lowest or any quote not necessarily accepted

INVITATION TO QUOTE. The Regional District of Fraser Fort George invites written quotations for the following:

Information to Bidders

GRADER MAINTENANCE FOR KEG RIVER/CARCAJOU GRADER BEAT AREA

UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT # BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT

Pest Control Services

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB:

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

REQUEST FOR QUOTATION SUBMIT BID TO PURCHASING DIVISION SHAWNEE COUNTY COURTHOUSE Room 201 Topeka, Kansas THIS IS NOT AN ORDER

SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 CRACK FILLING PROGRAM

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

TENDER DOCUMENT FOR BRAZEAU COUNTY 2016 AGGREGATE PRODUCTION AND STOCKPILING

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

CITY OF DRYDEN T TENDER FOR THE SUPPLY OF SAND AND GRAVEL 2018

REQUEST FOR QUOTATION

REQUEST FOR PROPOSALS CONSTRUCTION, DEMOLITION, AND BULKY WASTE PROCESSING

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

Sealed Bid, Traffic Signal Repair & Maintenance Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSAL (RFP) PW CONCRETE SIDEWALK REPLACEMENT 370 LINEAR FEET WITHIN THE VILLAGE OF PORTLAND

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1022 FOR SALE OF SURPLUS GRAVEL

MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID

TOWN OF MIDLAND ADMINISTRATION DEPARTMENT REQUEST FOR PROPOSAL FILE # F Information Technology Strategic Plan

MEDICAL OXYGEN SUPPLY & TANK RENTAL FOR THE PINES HEALTHCARE AND REHABILITATION CENTERS OLEAN, MACHIAS

Instructions to Bidders... 4 to 12. Tender Form and Schedule of Unit Prices to 29

TOWNSHIP OF ZORRA TENDER GRAVEL CRUSHING AND SCREENING

Canteen Services Grafton Ball Complex / Haldimand Community Memorial Arena

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

REQUEST FOR BIDS MILLING AND RESURFACING CITY OF SANDERSVILLE

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM

Scofield Ridge Homeowners Association

City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax #

INSTRUCTIONS TO BIDDERS

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

Gladwin County Road Commission 2016 Hot Mix Asphalt (HMA) Paving. Page 1 of 5

VILLAGE OF LIBERTYVILLE, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM

BID DOCUMENTS For. Printing for PEEF Scholarship Forms

PAVING BID: # BOE

REQUEST FOR BID ASPHALT PAVEMENT REPAIR, SEALING, AND MARKING FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2014-B09

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL

NETWORK UPGRADE BID: # BOE

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

INSTRUCTIONS TO BIDDERS

Request for Proposal. Fabrication and Installation of Municipal Way-finding Signage Town of Orangeville. June 15, 2015

Invitation to Bid. For. Wastewater Sludge Hauling and Disposal. Radcliff Wastewater Treatment Plant and Fort Knox Wastewater Treatment Plant

INSTRUCTIONS TO BIDDERS

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

Transcription:

TENDER FOR THE TOWNSHIP OF SEVERN Contract No. PW2017-1O 1 Page

S Contract No. PW2017-1O The Corporation of the Township of Severn Tender Closing Date is February 17, 2017 at 10:00 a.m. Local Time Lowest or any tender not necessarily accepted Tenders will be opened at the Administration Centre on February 17, 2017, following the close of the tenders. This tender is general in nature. The actual works to be done, or materials purchased, will be administered by the Public Works Department as tendered. Please provide all the documentation required for each Form. Tenders shall be enclosed in a sealed envelope marked Tender for Contract No. PW2016-02 and addressed to Eric Marshall, Acting Director of Public Works Township of Severn, Box 159, Orillia Ontario L3V 6J3. If tenders are delivered by hand, they shall be delivered to the attention of Michelle Prophet Healy, Administration Centre, 1024 Huriwood Lane, Orillia Ontario L3V 6H4. For further information, please contact: or Eric Marshall at 705-325-2315, Ext. 244. Michelle Prophet Healy at 705-325-2315, Ext. 250 The Township will Grade and compact prior to the paving at each location. To supply and place 50 mm HL-4 hot mix asphalt at various locations throughout the Municipality, all work to be completed by September 30, 2017. 2 I P a

INSTRUCTIONS TO CONTRACTORS A bidder who has already submitted a tender may submit a further bid at any time up to the official closing time. The last bid received will supersede and invalidate all bids previously received from that bidder. A bidder may withdraw a submitted tender at any time up to the official closing time by letter bearing their signature. Any tender received after the deadline shall be initialed, dated and time stamped. It shall be returned immediately or as soon as possible thereafter to the representative of the firm advising that the tender was received after the deadline. The tender shall not be opened. Tenders may be rejected for any of the following reasons: Tenders received after the specified closing date and time as specified in the bid document. No exceptions. Tenders that do not comply with the requirements at time of closing as specified in the bid document. No exceptions. Tenders are incomplete, conditional or obscure, or which contain additions not called for, erasures, alterations or irregularities of any kind. Does not meet specification requirements. SECURITY DEPOSIT Tenderers shall submit a Security Deposit in the amount of 10% in the form of a certified cheque payable to the Township of Severn. Security Deposits shall be retained by the Township of thirty (30) days or the date upon which the contract is awarded whichever comes first unless the tender review process. The Township does not pay interest on any deposits. All bid deposits must be original documentation, signed and sealed as appropriate. No faxes or photocopies will be accepted. The bid deposit of the unsuccessful bidders will be returned within 7 days of Council s decision. The bid deposit of the successful bidder will be retained until Municipality s acceptance of the work. 3 P a g

The Township of Severn is authorized to cash and deposit any bid deposit in the Township s possession that is forfeited because of non-compliance with any of the terms, conditions and/or specifications of a sealed bid. Tenders not accompanied by a certified cheque will not be considered. INSURANCE REQUIREMENTS The standard insurance minimums are as follows: $ 5 million general liability and automobile liability policies, for contract work done for most Public Works and Environmental Services Department project Tender documents must clearly indicate insurance requirements to be provided by the successful bidder. The successful bidder must furnish the Township at their cost a copy of a liability insurance policy covering public liability and property damage for no less than the minimum amounts stated (above) to the satisfaction of the Township and in force for the entire contract period. The policy must contain: a Cross Liability clause or endorsement; an endorsement certifying that the Corporation of the Township of Severn and successful bidder are included as an additional insured; an endorsement to the effect that the policy or policies will not be altered cancelled or allowed to lapse without thirty days prior written notice to the Township of Severn. Contractor s Liability Insurance Policy shall not contain any exclusion for liability for damage, etc. to property, building or land arising from the following: the vibration from compaction equipment provided that the minimum coverage for any such loss or damage shall be $5,000,000.00. 4 Pa g e

WORKPLACE SAFETY AND INSURANCE BOARD The successful bidder must maintain coverage with the Workplace Safety and Insurance Board throughout the term of this contract and shall provide the Township of Severn with a Certificate of Clearance from the Workplace Safety and Insurance Board prior to performing any work. Further, that the Township of Severn will not be liable to the Board for future payments in connection the Company s fulfilment of the contract. THE OCCUPATIONAL HEALTH AND SAFETY ACT In order to avoid any misunderstanding as to the nature of the work to be performed herein, the Contractor, by executing this Contract unequivocally acknowledges that he or she is the Constructor within the meaning of the Occupational Health and Safety Act and all other applicable acts and legislation and Amendments thereto. Contractors and subcontractors shall be responsible for the following: (1) Demonstrate establishment and maintenance of health and safety program with objectives and standards consistent with applicable legislation and with Township s health and safety policy and requirements. (2) Include health and safety provisions in their management systems to reach and maintain consistently high level of health and safety. (3) Ensure that workers in their employ are aware of hazardous substances that may be in use at place of work and wear appropriate personal protective equipment requirements. (4) Upon request at any time from award to completion of contract, submit proof of fulfillment of above responsibilities. (5) The Township shall retain the right to stop the Contractors work without penalty to the Township if the Contractor does not comply with the Occupational Health and Safety Act, the Corporate Health and Safety 5 P a e

Policies and Standards, or creates an unacceptable health and safety hazard. Contract No. PW2017-1O (6) The successful contractor will be required to enter into a Contractor Health & Safety Responsibility Agreement with the Township of Severn. FUEL AND SALES TAX The Contractor shall pay all taxes under existing legislation on all fuels and materials used by him in the performance of the contract. The Contractor undertakes not to make any claim for refund of taxes paid by him or any Subcontractor and acknowledges that no refund of tax shall be granted to him or any Subcontractor on any fuel and materials used for any purpose whatsoever in the performance of the contract unless such a refund is specifically authorized under existing legislation. TAXES Any applicable taxes including HST shall be shown in the appropriate specified space for bidding purposes. SUBCONTRACTING The Contractor shall: Identify all Subcontractors to be utilized under the Contract, not perform any of its obligations under the Contract through the use of Subcontractors without prior written approval by the Township of such sub Contractors. not be relieved of any of its obligations under this Contract by use of approved Subcontractors. be responsible for any acts or omissions by such Subcontractors in the course of providing any portion of the Work. be solely responsible for managing and communicating with such Subcontractors. It shall be the Contractor s responsibility to coordinate, control and check work of its own forces and all of its Subcontractors and to ascertain that all of the w o r k is done in accordance with the Contract, applicable law and the general standards of good commercial practice and professionalism as understood in Ontario. 6 a e

subcontracting performance Contract No. PW2017-1O No by the Contractor shall relieve of any responsibility for full of all obligations the Contract, but the approval of any by the T o w n s h i Contractor shall be fully for every Subcontractor s activities, Works and and shall either, in or through an receive all notices, communications, instructions or legal if Contractor were performing the portion of the Work with its own the responsible person orders, subcontracted REGULATION Subcontractor accredited agent, services as under the the Contractor p, the resources. acts despite The Contractor performance shall of the work. abide by all Acts, By-laws and Regulations relative to the PROGRESSION OF WORK AND TIME FOR COMPLETION The Director of Public Works or designate will coordinate with the Contractor. Please be locations. advised that there are seven (7) separate jobs in seven (7) separate As Public Works staff will to coordinate completes each pave each job and Township job in a timely and efficient manner. the Contractor Representative TERMS OF PAYMENT alternate percent Unless hundred performed and one payment specified, the Township will (100%) of actual value of by the Township. accepted Invoices will be While Township s not be by the considered payable terms are the the terms payment are the each element accept by Township thirty (30) after they of net thirty (30) days, Township when determining low days tenders. of the are billing for work received. will cash discounts Payments made hereunder, including final payment, shall not relieve the Company from its obligations or liabilities under the contract. The Township shall have Company a n amount as the the work, pending correction of right to withhold from any sum otherwise payable to the may be sufficient to remedy any or deficiency in same. defect 7jPagc

Contract No. PW201740 DAMAGE BY VEHICLES AND OTHER EQUIPMENT If at any time, in the opinion of the Director of Public Works, damage is being done or is likely to be done to any highway or any improvement thereof, other than such portions as are part of the work, by the Contractor s vehicles or other equipment whether licensed or unlicensed, the contractor shall, on the direction of the Director of Public Works and at the contractor s own expense make changes in or substitutions for such vehicles or other equipment or shall alter loadings or shall in some other manner remove the cause of such damage to the satisfaction of the Director of Public Works. The Contractor shall indemnify and save harmless the Corporation in respect to all charges, costs, expenses and claims, whatsoever, in connection with this Contract No. PW2O1 6-02. LOADING OF MOTOR VEHICLES Where a vehicle is hauling material for use on the work under the contract, in whole or in part upon a public highway and where motor vehicle registration is required for such vehicle, the Contractor shall not cause or permit such vehicle to be loaded beyond the legal limit as specified in The Highway Traffic Act, whether such vehicle is registered in the name of the contractor or otherwise. ASSIGNMENT The Contractor shall not assign, transfer or sublet the whole or any portion of the contract, or the whole or any part of the work, to be performed under the contract, and the Contractor shall not transfer or assign any monies which may be due or which may become payable under the contract, without the express written consent of the Township s representative, and such consent shall not, under any circumstance, relieve the Contractor of any or all liabilities and obligations assumed by him under the contract. PROPOSAL ACCEPTANCE The Township reserves the right to award by item, or part thereof, groups of items, or parts thereof, or all items of the proposal, and to award contracts to one or more Proponents submitting identical proposals as to price; to accept or reject any proposals in whole or in part; to waive irregularities and omissions, if in so doing, 8Pag

the best interests of the Township will be served. No liability shall accrue to the Township for its decision in this regard. The lowest or any Proposal is not necessarily accepted. Tenders shall be irrevocable for thirty (30) days after the official closing time. This period may be extended for a period of an additional thirty (30) days upon mutual agreement of the Township and the Proponent. The placing in the mail or delivery to the address given in this Proposal of a notice of award to a Proponent by the Township shall constitute notice of acceptance of contract. DISCLOSURE Once the tender has been awarded it shall be made a matter of public record, unless otherwise determined by the Township. PROVISIONS FOR TRAFFIC Under the Occupational Health and Safety Act and Regulations for the Constwction Projects, the contractor must comply with the section titled Traffic Control. 1) The Contractor shall maintain two-way traffic on the road at all times, during construction, except in the immediate vicinity of the Contractor s operation. 2) During working hours when a single lane operation may be permitted, with the Director of Transportation Maintenance and Construction s approval, provided the traffic is controlled by traffic control persons. 3) The Contractor shall provide for vehicle movement from all houses and businesses, churches, etc., which presently have access along the line of construction. 9 p

4) The Contractor shall provide for pedestrian movements from all houses and businesses who presently have access along the line of construction. 5) Construction Signs The Contractor shall supply, place and maintain all barricades, warning signs, delineators and flashing lights necessary for the protection of public and the work, including warning signs of construction operations maintained at both ends of the Contract, for the duration of the Contract, in accordance with the Traffic Control Manual for Roadway Work Operations, Ministry of Transportation of Ontario. The cost of all signs, barricades, flashers, safety fencing and traffic control persons shall be at no additional cost to the Township. The contractors shall supply signs with High Intensity Grade Reflective Sheeting Warning Signs: All Warning Signs and Temporary Condition Signs. All signs, flashers, barricades and delineators shall be cleaned and maintained throughout the duration of the Contract at the Contractor s expense.any damage to the new surface during the curing period done by traffic or the contractor s equipment will be repaired at the contractor s expense. WORKING TIME LIMITS The contractor will be allowed to carry out operations only during daylight hours between 7:00 a.m. and 6:00 p.m., Monday through the following Friday, except statutory or civic holidays, unless otherwise approved or directed by the Director of Public Works. 10 P p e

SCOPE OF TENDER & SPECIFICATIONS CONTRACT NO. PW2016-1O TENDER FOR HOT MIX PAVING- VARIOUS LOCATIONS Contract No. PWZO17-1O Schedule of unit prices attached to and forming part of the tender for Contract No. PW2O1 7-10. To supply and apply 50mm HL-4 Hot Mix Asphalt at following locations. Job Locations Description Unit Estimated Unit Amount No. Quantities Price 1 Mount Steven Supply and apply M2 18,000 $ $ Road - from Hot Mix HL4 Taylor Line to (surface course) County Road 17 2 Wasdell Falls Supply and apply M2 600 $ $ Road Section Hot Mix HL4 Upgrade (Surface Course) 3 Cambrian Road Supply and apply M2 40,200 $ $ Burnside Line to Hot Mix HL4 Brennan Line (Surface Course 4 Marchmont Road Supply and apply M2 9,400 $ $ Wainman Line Hot Mix HL4 to Townhine (Surface Course 5 Port Severn Road Supply and apply M2 4,020 $ $ Marine Drive to Hot Mix HL4 St. Amant Road (Surface Course) 6. Anderson Line Supply and apply M2 9,000 $ $ Gray Street to Southorn Road Hot Mix HL4 (Surface Course) 7. Firehall Lane! Supply and apply M2 3,000 $ $ George Street From Gray Street to Gray Street Hot Mix HL4 (Surface Course H.S.T. $ Sub Total $ Total Tender $ We hereby agree that the work specified and the material required in the contract will be performed in strict accordance with the specifications in this tender. Signed at the this of day of in the County of 2017. :

DATE: Contract No. PW2017-1O These dimensions and quantities are approximate only. TOWNSHIP OF SEVERN TENDER FOR SUPPLY & APPLICATION OF 50mm HL-4 HOT MIX ASPHALT I/We, the Undersigned (the Contractor) having carefully read and considered the Conditions and Specifications, and having carefully examined the locality and the extent of the proposed works, do hereby offer to perform all the work and to supply all the labour, material, tools plant and equipment necessary to complete the work in accordance with the specifications and to conform to all conditions therein, for the price set forth in this tender. COMPANY NAME: ADDRESS: TELEPHONE: FAX NO.: E-MAIL ADDRESS: SIGNATURE: Name & Title of Person Signing for Firm (Please Print) 12 p a g e

Job 1: Mount Stephen Road From Taylor Line to County Road 17 Length = 2.8 km* Contract No. PW2017-1O *Distances are approximate

Job 2: Wasdell Falls Road Section Upgrade Length = 0.5 km* *Distances are approximate

Job 3: Cambrian Road Burnside Line to Brennan Line Length = 5.8 km* *Distances are approximate

iob 4: Marchmont Road Wainman Line to Town Line Length = 1.4 km* * Distances are approximate

Job 5: Port Severn Road Marine Drive to St. Amant Road Length = 0.5 km* Contract No. PW2017-1O * Distances are approximate

Job 6: Anderson Line Gray Street to Southorn Road Length = 1.5 km* *Distances are approximate

Job 7: Fireball Lane/George Street Gray Street to Gray Street Length = 0.4 km* Contract No. PW2017-1O * Distances are approximate