cold milling of existing asphalt on …...city of brockville contract 2020-08 cold milling of...

31
CITY OF BROCKVILLE CONTRACT 2020-08 COLD MILLING OF EXISTING ASPHALT ON STREETS AT VARIOUS LOCATIONS JULY 2020 Conal J. Cosgrove, P.Eng. Director of Operations Operations Department City of Brockville 251 North Augusta Road Brockville, Ontario K6V 2Y2

Upload: others

Post on 31-May-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

CITY OF BROCKVILLE

CONTRACT 2020-08

COLD MILLING OF EXISTING ASPHALT ON STREETS AT

VARIOUS LOCATIONS

JULY 2020

Conal J. Cosgrove, P.Eng. Director of Operations

Operations Department City of Brockville

251 North Augusta Road Brockville, Ontario K6V 2Y2

The Tenderer is advised that the following CHECK LIST is provided to assist in the completion of an accurate and acceptable Tender Form. While every effort has been made to include all the information necessary, this CHECK LIST may not be complete, therefore the Tenderer is reminded to check all the tendering requirements outlined in Section A, General Special Provisions, prior to delivery of the completed Tender Form.

TENDERER’S CHECK LIST

• Tenderer’s name and address (page 2) completed • Addenda numbers inserted on page 4 (as applicable) • All tender items bid • Unit price(s) inserted • Mathematical extension(s) complete with total(s) • Mathematical summation complete with TOTAL TENDER AMOUNT on page 6 • TOTAL TENDER AMOUNT BID indicated on page 6 • List of Sub-contractors provided • Erasures, overwriting or strike-outs initialed by person signing on behalf of the

Tenderer • Tender form dated, signed and witnessed on last page • Tender Deposit included in the form of a certified cheque or Bid Bond • Agreement to Bond Included • An envelope clearly marked as to contents: “Tender for Contract 2020-08”. • For queries during preparation of tenders, contact the City’s Operations

Department, Transportation Services Division, telephone (613) 342-8772 Ext. 3225.

Deliver clearly marked tender envelope and contents to:

(Courier Address)

Matthew Locke, Supervisor,

Transportation Services City of Brockville

251 North Augusta Road Brockville, Ontario

K6V 7A5

(Mailing Address)

Matthew Locke, Supervisor,

Transportation Services City of Brockville

PO Box 5000 Brockville, Ontario

K6V 7A5

before 2:00pm, Local Time, Wednesday May 13, 2020

CITY OF BROCKVILLE

CONTRACT 2020-08

Table of Contents

TABLE OF CONTENTS

No. of Pages Tender Form 10

Section A: General Special Provisions 10

B: Item Special Provisions 3

C: Standard Specifications 1 (Not Applicable)

D: General Conditions of Contract 1 (OPS General Conditions of Contract) *Refer to OPS Website E: Locations Map & Locations List 2

CITY OF BROCKVILLE

CONTRACT 2020-08

Tender Form Page 1 of 10

TENDER FORM

CITY OF BROCKVILLE

CONTRACT FOR COLD MILLING OF EXISTING ASPHALT ON STREETS AT VARIOUS LOCATIONS

CONTRACT 2020-08

CITY OF BROCKVILLE

CONTRACT 2020-08

Tender Form Page 2 of 10

Tender for the: COLD MILLING OF EXISTING ASPHALT ON STREETS AT VARIOUS LOCATIONS

NAME OF TENDERER (Firm or Individual)

ADDRESS OF TENDERER (Telephone Number)

NAME OF PERSON SIGNING FOR TENDERER

OFFICE OF PERSON SIGNING FOR TENDERER NOTE: If the Tender is submitted by or on behalf of any Corporation, it must be

signed in the name of such Corporation by some duly authorized officer or agent thereof. The said officer or agent shall subscribe his own name and office and affix the seal of the Corporation thereto.

CITY OF BROCKVILLE

CONTRACT 2020-08

Tender Form Page 3 of 10

Sealed Tenders, duly completed on the loosely bound Tender Form provided with the Tender Documents and submitted within a clearly marked envelope, complete with attached statements and information requested in the Tender Form, will be received as follows:

CONTRACT NO. 2020-08 Tender for the: COLD MILLING OF EXISTING STREETS AT VARIOUS

LOCATIONS TENDERS TO BE RECEIVED BY:

(Courier Address)

Matthew Locke, Supervisor,

Transportation Services City of Brockville

251 North Augusta Road Brockville, Ontario

K6V 7A5

(Mailing Address)

Matthew Locke, Supervisor,

Transportation Services City of Brockville

PO Box 5000 Brockville, Ontario

K6V 7A5

BEFORE: 2:00pm LOCAL TIME WEDNESDAY MAY 13, 2020 Deposit Required with Tender: as specified in General Special Provisions Bond Required for Contract 100 % Performance Bond Time for Completion of Work and Delivery of Materials Under This Contract: On or before Friday July 24, 2020. The Corporation of the City of Brockville reserves the right to reject any or all Tenders if it is deemed advisable to do so, and the lowest or any tender will not necessarily be accepted.

CITY OF BROCKVILLE

CONTRACT 2020-08

Tender Form Page 4 of 10

TO: The Mayor and Council Corporation of the City of Brockville Sirs/Madams: The Tenderer has carefully examined and understands and accepts the Provisions, Specifications, Conditions and Drawings referred to in the Schedule of Provisions, Specifications, Conditions and Drawings and Addenda Nos. to * attached hereto as part of this Tender, and has carefully examined the site, including the nature of the utilities and location of the work to be done under this Contract and, for the prices set forth in this Tender, hereby offers to furnish all labour, materials, machinery, tools, apparatus and other means of construction necessary to complete the work in strict accordance with the Provisions, Specifications, Conditions and Drawings referred to in the said Schedule. Notification of acceptance and delivery of the Form of Agreement shall be made by the City by prepaid and registered post, addressed to the Tenderer at the address contained in the Tender and, upon such notification of acceptance, the Tenderer shall complete the Form of Agreement between the parties and execute the Contract and furnish the Performance Bond, duly completed, and necessary proof of insurance, within 14 days of mailing of said notification to the Tenderer. Attached to this Tender is a certified cheque or Bid Bond in the amount required by the General Special Provisions and made payable to: The Corporation of the City of Brockville. The proceeds of this cheque or Bid Bond shall, upon acceptance of the Tender, constitute a deposit which shall be forfeited to the City if the Tenderer fails to file with the City the Form of Agreement duly executed, together with the Performance Bond, proof of insurance and proof of Workplace Safety and Insurance Board coverage, all as specified * The Tenderer will insert the numbers of the Addenda received by him during the tendering period and taken into account by him in his Tender.

CITY OF BROCKVILLE

CONTRACT 2020-08

Tender Form Page 5 of 10

AGREEMENT TO BOND AND FORM OF BOND

We, the undersigned, hereby agree to become bound as Surety for

(Name of Tenderer)

an amount equal to One Hundred Per Cent (100%) of the Total Tender Amount and conforming to the Instruments of the Contract attached hereto, for the full and due performance of the works shown as described herein, Contract 2020-08, Corporation of the City of Brockville, such Performance Bond to provide a period of maintenance of One (1) year after the date of Substantial Performance of the work. It is a condition of this Agreement that, if the above-mentioned Tender is accepted, application for a Performance Bond must be made to the undersigned within ten (10) days of notice of Contract Acceptance. Otherwise, this Agreement shall be null and void. Dated this day of 2020.

Name of Bonding Company

By: Attorney-in-Fact

Note: In lieu of the above "Agreement to Bond and Form of Bond" form, the City will

accept a similar type of form issued by the Bonding Company provided all the conditions as outlined above are stipulated on the Bonding Company's form.

CITY OF BROCKVILLE

CONTRACT 2020-08

Tender Form Page 6 of 10

TENDER SUMMARY

COLD MILLING OF EXISTING ASPHALT ON STREETS AT VARIOUS LOCATIONS

TOTAL TENDER AMOUNT BID FOR CONTRACT 2020-08 $_________________

(excluding HST) (amount transferred from page 7)

CITY OF BROCKVILLE

CONTRACT NO. 2020-08

SCHEDULE OF UNIT PRICES

In accordance with the first paragraph of the Tender the Tenderer hereby offers to complete the work specified in the Contract for the following unit prices.

ITEM NO.

SPEC. NO.

OPSS/

SP

DESCRIPTION OF ITEM

UNIT

ESTIMATED QUANTITY

UNIT

PRICE (excluding HST)

TOTAL

Tender Form/Schedule of Unit Prices Page 7 of 10

ITEM

1.

S.P.

Cold milling of existing asphalt surfaces at various locations (10 street locations), 40mm nominal depth.

m2

20,656

2.

S.P.

Cold milling of existing asphalt surfaces at various locations (3 street locations), 50mm nominal depth.

m2 11,265

3.

S.P.

Cold milling of asphalt pavement at manholes, catch basins and valve boxes at various locations, 40mm & 50mm nominal depth.

each

143

Total Tender Amount * (Excluding HST)

$

OPSS: Ontario Provincial Standard Specifications SP: Special Provisions *insert this amount on page 6

CITY OF BROCKVILLE

CONTRACT 2020-08

Tender Form Page 8 of 10

SCHEDULE OF PROVISIONS, SPECIFICATIONS, CONDITIONS AND DRAWINGS

The work specified in the Contract will be performed in strict accordance with the following: SECTION A General Special Provisions SECTION B Item Special Provisions SECTION C Standard Specifications (Not Applicable)

SECTION D General Conditions of Contract

(OPS General Conditions of Contract) SECTION E Milling Locations Map (attached)

CITY OF BROCKVILLE

CONTRACT 2020-08

Tender Form Page 9 of 10

As required under Sub-section 12 of Section A, General Special Provisions, the following list of Sub-contractors will be carrying out part of this Contract. Name of Sub-contractor

Address

List of Work to be Completed by Sub-contractor

CITY OF BROCKVILLE

CONTRACT 2020-08

Tender Form Page 10 of 10

The Tenderer, by this Tender, offers to complete this Contract in accordance with the terms and conditions contained herein.

Dated at this day of 2020. Witness

Signature of Authorized Person signing for Tenderer

Position

This is the 10th and last page of the Tender Form to be submitted.

CITY OF BROCKVILLE

CONTRACT 2020-08

Section A- General Special Provisions Page 1 of 10

SECTION A

GENERAL SPECIAL PROVISIONS 1. TENDER REQUIREMENTS

a) The correct Tender Form, as supplied by the City for the Contract being bid, must be used and must be delivered to:

(Courier Address) Matthew Locke, Supervisor, Transportation Services City of Brockville 251 North Augusta Road Brockville, Ontario K6V 7A5

(Mailing Address)

Matthew Locke, Supervisor, Transportation Services City of Brockville PO Box 5000 Brockville, Ontario K6V 7A5

before: 2:00pm Local Time Wednesday May 13, 2020

Bids received after closing time will not be considered.

(b) The entire work is to be awarded to (1) one Contractor and therefore ALL ITEMS on the Tender Form must be bid.

(c) When so required by the City, the Contractor shall produce evidence as to

his qualifications and previous experience in the types of work contemplated by this Contract.

(d) All unit prices must be clearly indicated. Erasures, over-writing or strike-

outs must be initialed by the person signing on behalf of the Contractor.

In the event of a discrepancy between the unit price submitted and the extension utilized in the calculation of the total for any item, then the unit price shall govern.

(e) The total bid must not be restricted by a statement added to the Tender

Form, or a covering letter, or alterations to the Tender Form provided by the City. Adjustments by telegram or letter to a Tender already submitted will not be considered. A bidder desiring to make adjustments to a Tender must withdraw the Tender and/or supersede it with a later submission.

CITY OF BROCKVILLE

CONTRACT 2020-08

Section A- General Special Provisions Page 2 of 10

(f) For an interpretation of the tendering requirements, the Municipal Tendering Procedures as published by the Ministry of Transportation, Ontario, shall govern.

(g) The Tender Form must be signed and witnessed in the spaces provided

on the form, with the signature of the bidder or of a responsible official of the organization bidding.

(h) The Tender must be accompanied by a Tender Deposit in the form of a

certified cheque made payable to "The Corporation of the City of Brockville" or a Bid Bond. The cheque or Bid Bond shall be in an amount equal to or greater than the amount shown in the following table:

TOTAL TENDER AMOUNT MINIMUM DEPOSIT BID FOR CONTRACT REQUIRED $20,000.00 or less $1,000.00

$20,000.01 to $50,000.00 $2,000.00 $50,000.01 to $100,000.00 $5,000.00

$100,000.01 to $250,000.00 $10,000.00 $250,000.01 to $500,000.00 $25,000.00

$500,000.01 to $1,000,000.00 $50,000.00 $1,000,000.01 to $2,000,000.00 $75,000.00 $2,000,000.01 and over $150,000.00

The Tender Deposits of the three (3) lowest acceptable bidders shall be retained until the successful bidder has executed the Contract documents. All remaining Tender Deposits shall be returned to the respective bidders on the next business day following the Tender opening.

The Tender Deposit of the successful bidder will be returned when he has fully complied with the conditions outlined in the Contract documents.

(i) Each amount in the Tender shall be a reasonable price for each item. The

City Engineer shall be the sole judge of such matters and should any Tender be considered to be unbalanced it may be rejected or additional clarification may be requested prior to acceptance or rejection.

(j) The City has the sole discretion not to award the contract.

2. PERFORMANCE BOND

A Contract Performance Bond for 100% of the Total Tender Amount, including all applicable taxes, issued by an approved surety company, or cash or acceptable collateral in the amount of 100% of the Total Tender Amount, must be furnished by the Contractor within 10 days of acceptance of the Contract by the City.

CITY OF BROCKVILLE

CONTRACT 2020-08

Section A- General Special Provisions Page 3 of 10

Where a Bond is furnished it shall cover the faithful performance of the Contract and the payment of all obligations arising under the Contract. Where cash or other collateral is furnished in lieu of a Bond, other arrangements for the one-year maintenance period, acceptable to the City, shall be made. The Tenderer shall include with his Tender, duly completed, the Agreement to Bond bound herein.

3. EXECUTION OF CONTRACT

Tenders shall be open for acceptance for a period of 60 calendar days after closing date. After this time, the Tender may only be accepted with the consent of the successful bidder. Failure by the successful bidder to meet the Contract requirements will entitle the City to rescind the acceptance of the Contract and to retain the Tender Deposit as compensation for damages sustained due to the successful bidder's default. The City may then award the Contract to one of the other bidders or take such other action as the City may choose.

4. LIABILITY INSURANCE

Sub-section GC6.03.02 of Section D, General Conditions of Contract, is hereby amended by the following provisions:

The Certificate of Insurance required under this Section shall be submitted to the Engineer as soon as practical after notification of acceptance of the Tender. The liability insurance coverage shall specifically include coverage to the limit of not less than five million dollars ($5,000,000.00), exclusive of interest and cost, in respect of any one accident.

The Certificate of Insurance shall name the following as additional insured:

a) The Corporation of the City of Brockville

Sub-section GC6.03.03 of Section D, General Conditions of Contract, is hereby amended by the following:

The automobile liability insurance coverage shall include coverage of not less than five million dollars ($5,000,000.00), inclusive per occurrence.

5. OCCUPATIONAL HEALTH AND SAFETY

The Contractor's attention is drawn to Sub-section GC7.01 of Section D, General Conditions of Contract.

CITY OF BROCKVILLE

CONTRACT 2020-08

Section A- General Special Provisions Page 4 of 10

In order to avoid any misunderstanding as to the nature of the work to be performed herein, the Contractor, by executing this Contract, acknowledges that he is the Constructor within the meaning of the Occupational Health and Safety Act and Regulations.

6. SCOPE OF WORK

The work to be done under this Contract consists of the removal of old hot mix type asphalt surfaces by the cold milling method. The work includes the cold milling of 13 street locations. This work is approved under the City’s annual roadwork program. The Contractor will be fully responsible for worker safety, public safety, public liability, and property damage. The Contractor shall have on site during all working hours, adequate and competent supervision, and sufficient working force to enable the work to be completed. The Contractor’s workers shall be covered by the Workmen’s Safety and Insurance Board. A certificate of coverage shall be submitted to the City. The Contractor is expected to complete the work once it has started. No provision will be given for delays.

7. INTERPRETATION

In this document all reference to the “Owner” as defined in Sub-section GC1.04 of Section D, General Conditions of Contract, will be superseded by the word “City” which means “The Corporation of the City of Brockville.” In this document all reference to the “MTO” or the “Ministry” shall be interpreted to mean the Ministry of Transportation, Ontario. In this document all reference to the “Engineer” shall mean “The Director of Operations for the Corporation of the City of Brockville.” This Engineer shall mean the “Contract Administrator” as defined in Sub-section GC1.04 of Section D, General Conditions of Contract.

8. PROGRESSION OF WORK AND COMPLETION TIME Time shall be the essence of this contract.

CITY OF BROCKVILLE

CONTRACT 2020-08

Section A- General Special Provisions Page 5 of 10

The Contractor shall diligently prosecute his work on this Contract to completion. The Contractor shall schedule the work for progression of same in a continuous and orderly manner to prevent the least amount of delay in completing the total works. The Contractor shall start work on this Contract within ten (10) days from receipt of written notice from the City to commence and shall work continuously to the completion of the Contract. The starting date shall be July 20, 2020. The total work shall be completed by the contractor by July 24, 2020. If the time limit specified above is not sufficient to permit completion of the work by the Contractor working a normal number of hours each day or week on a single daylight shift basis, it is expected that additional and/or augmented daylight and night shifts will be required throughout the life of the Contract to the extent deemed necessary by the Contractor to insure that the work will be completed within the time limit specified. Any additional costs occasioned by compliance with these provisions will be considered to be included in the prices bid for the various items of work and not additional compensation will be allowed therefore provisions will be considered to be included in the prices bid for the various items of work and no additional compensation will be allowed therefore. Working time shall be charged until the date of acceptance of the work by the City, at which time all work required in the Contract, including all final clean-up and trimming, shall be completed.

9. LIMITATIONS OF OPERATIONS

Sub-section GC7.14 of Section D. General Conditions of Contract, is hereby amended by the addition of the following provisions:

The Contractor's construction operations and working hours shall satisfy the requirements of the City of Brockville Noise By-law.

10. LIQUIDATED DAMAGES

It is agreed by the parties to the Contract that in case all the work called for under the Contract is not finished or completed within the date of completion specified or as extended in accordance with Sub-section GC3.06 of Section D, General Conditions of Contract, a loss or damage will be sustained by the City. Since it is and will be impracticable and extremely difficult to ascertain and determine the actual damages which the City will suffer in the event of any such delay, the parties hereto agree that the Contractor will pay to the City the sum of $500.00

CITY OF BROCKVILLE

CONTRACT 2020-08

Section A- General Special Provisions Page 6 of 10

for liquidated damages for each and every calendar day’s delay in finishing the work, in excess of the specified completion date. It is agreed that this amount is an estimate of the actual loss or damage to the City which will accrue during the period in excess of the specified completion date.

The City may deduct any amount due from any monies that may be due or payable to the Contractor on any account whatsoever. The liquidated damages payable are in addition to and without prejudice to any other remedy, action or other alternative that may be available to the City.

11. BASIS FOR CERTIFICATE PAYMENTS:

a) Progress Payment Certificate (Addendum to Section D, General Conditions of Contract, Sub-section GC8,02.03.01)

(i) Two copies of each estimate of work done will be delivered to the

Contractor by the Engineer. (ii) Clause 04) is hereby amended to read as follows: Payment will be

made within 30 days after the issuance of a Progress Payment Certificate.

12. VARIATIONS IN TENDER QUANTITIES

Sub-section GC8.01.02, Section D, General Conditions of Contract, Variations in Tender Quantities, paragraph (b) is deleted and replaced by the following:

There shall be no renegotiation of any tender items (major or minor) due to variations in tender quantities. Regardless of whether a tender item over or under runs from the original total tender quantity; the unit price bid shall be applied to the final quantity measured in the field.

13. SALES TAX

(a) Harmonized Sales Tax (HST)

The Harmonized Sales Tax (HST) is not to be considered an applicable tax for the purposes of this Contract. The Tenderer shall not include any amount in his bid prices for the said HST. The City is subject to payment of the Harmonized Sales Tax, therefore the HST will be shown on each payment certificate and will be paid to the Contractor in addition to the amount certified for payment and will therefore not affect the Contract prices.

(b) Changes To Government Taxes

CITY OF BROCKVILLE

CONTRACT 2020-08

Section A- General Special Provisions Page 7 of 10

Where a change in Canadian federal or provincial taxes occurs after the tender closing date for this Contract, and this change could not have been anticipated at the time of bidding, the City will increase or decrease contract payments to account for the exact amount of tax change involved. Claims for compensation for additional tax cost shall be submitted by the Contractor to the Engineer. Such claims for additional tax costs shall be submitted not later than 30 days after the date of acceptance of the work. Where the Contractor benefits from a change in Canadian federal or provincial taxes, the Contractor shall submit to the Engineer a statement of such benefits. This statement shall be submitted no later than 30 days after the date of acceptance of the work.

The Engineer reserves the right to make deductions from regular progress payments to compensate for the estimated benefit from decreased tax costs. Such deductions will be set-off from Contract payments pending receipt of the statement itemizing the benefits which have resulted from a decrease in tax costs, at which time the final payment adjustment will be determined.

14. EMPLOYMENT

The Contractor and any Sub-contractor of the Contractor will, irrespective of the construction to be carried out under this Contract:

(a) Employ only residents of Canada, and

(b) In employing persons, refrain from discrimination against any person by

reason of race, colour, religious views or political affiliations. 15. NOTIFICATION OF RESIDENTS

Where construction will inconvenience the residents in the area of the work, the Contractor will be responsible for contacting the affected residents, either by verbal or written communication.

Example: If the Contractor is to block off a street or entrance to private

property, the Contractor will advise the residents of when the blockage will occur and for how long.

16. COOPERATION WITH LOCAL BUSINESSES

The Contractor shall be required to proceed in such a manner as to minimize interruption to local businesses. It may be possible that work may have to be undertaken at night or on holidays in order to ease congestion.

CITY OF BROCKVILLE

CONTRACT 2020-08

Section A- General Special Provisions Page 8 of 10

17. UTILITIES

The Contractor shall be required to cooperate and to co-ordinate with Bell Canada, Hydro One, Enbridge and any other utility company whose plant may be affected, to permit these agencies to maintain service and to rearrange plant during construction.

The Contractor must satisfy himself of the locations of all such services and items on public and private property which may be disturbed by his work, and the cost of locating, protecting and temporarily supporting such facilities shall be included in the unit prices tendered. There shall be no extra payment to the Contractor for this work.

The Contractor shall be responsible for any unauthorized disruptions of service and any damage to utilities arising out of his work. The cost of protective measures, together with the cost of restoring the lines to their original state and location, will be at the expense of the Contractor and will be billed to him by the utility company.

18. STORAGE AREAS

The Contractor shall obtain the approval of the Engineer prior to designating areas within the road allowance for storage of his equipment and materials and the erection of offices and sheds.

If additional property outside the site is required for such purposes, the Contractor shall make his own arrangements at no additional cost to the City.

19. PROVISIONS FOR TRAFFIC - Opening and Closing to Traffic

Sub-section GC7.07 of Section D, General Conditions of Contract, is hereby amended by the addition of the following.

The Contractor will be permitted to close the street within the limits of the Contract during the construction period.

The conditions of road closure are:

(a) One traffic lane, for local traffic only, shall be provided at all times. (b) The Contractor shall keep the Engineer, Fire and Police Departments and

ambulance service notified of all street closings and openings. The Contractor shall provide a minimum 24 hours notice prior to the closing of any section.

CITY OF BROCKVILLE

CONTRACT 2020-08

Section A- General Special Provisions Page 9 of 10

(c) All detour and warning signs, lights and barricades required to safeguard the public shall be provided and maintained by the Contractor. Such safeguards must be approved by the Engineer.

20. TRAFFIC CONTROL FLAGGING

Flagging for traffic control on this Contract shall be in conformance with the procedure outlined in the booklet entitled "The Occupational Health and Safety Act and Regulations for Construction Projects", as amended.

21. DUST CONTROL

The Contractor will be solely responsible for controlling dust nuisance resulting from his operations, both within the right-of-way and elsewhere.

The Contractor shall apply water and/or calcium for the prevention of dust nuisance or hazard to the public and the cost of such work shall be included within the total bid price, and no separate payment will be made for same.

22. SPILLS REPORTING

Spills or discharges of pollutants or contaminants under the control of the Contractor, and spills or discharges of pollutants or contaminants that are a result of the Contractor's operations, that cause or are likely to cause adverse effects shall forthwith be reported to the Engineer and the M.O.E. Spills Action Centre at 1-800-268-6060. Such spills or discharges and their adverse effects shall be as defined in the Environmental Protection Act.

All spills or discharges of liquid, other than accumulated rain water, from luminaires, internally illuminated signs, lamps and liquid type transformers under the control of the Contractor, and all spills or discharges from this equipment that are a result of the Contractor's operations, shall, unless otherwise indicated in the Contract, be assumed to contain PCB's and shall forthwith be reported to the Engineer.

This reporting will not relieve the Contractor of his legislated responsibilities regarding such spills or discharges.

23. CONSTRUCTION AFFECTING RAILWAY PROPERTY

All arrangements shall be made by the Contractor with the Railway Company for the Contractor’s employees to enter on the lands of the Railway Company in order to carry out the work. The Contractor shall carry out the work subject to whatever conditions the Railway Company may consider necessary for the protection of its traffic.

CITY OF BROCKVILLE

CONTRACT 2020-08

Section A- General Special Provisions Page 10 of 10

Sufficient notice shall be given for the Railway to appoint flag persons and to provide protection according to Railway Company requirement.

The cost of flagging protection by the railway will be at the expense of the City of Brockville.

24. ACCESSIBILITY FOR ONTARIANS WITH DISABILITIES

Pursuant to the Accessibility for Ontarians With Disabilities Act 2005, Regulation 191/11 (the Act), the Contractor shall ensure that all of their employees, agents, volunteers, or others who will be involved in providing service on behalf of the City, receive training about the provision of goods and services provided to people with disabilities. The Contractor shall submit to the City, if requested, documentations describing their accessible training policies, practices and procedures, and a summary of the contents of training, together with a record of the dates on which training was provided and the attendees. The City reserves the right to require the Contractor, at the Contractors expense, to amend their training policies, practices and procedures, if the City deems them not to be in compliance with the requirements of the Regulation. The contractor shall only assign those employees who have successfully completed training, in accordance with Section 5 of the Integrated Accessibility Standards (IASR), to provide services on behalf of the City.

CITY OF BROCKVILLE

CONTRACT 2020-08

Section B- Special Item Provisions Page 1 of 3

SECTION B

ITEM SPECIAL PROVISIONS COLD MILLING OF EXISTING ASPHALT SURFACES AT VARIOUS LOCATIONS – ITEMS 1 & 2. 1. EQUIPMENT

The milling equipment to be used shall be track mounted and be equipped with a loading conveyor for the loading of cuttings on dump trucks following the machine.

The milling equipment shall be able to cut flush to all curbs and gutters, curb face sidewalks, manholes, catch basins, valve boxes, driveway ramps and utility poles. The main line milling machine shall have a minimum grinding width of 2.1 m per pass for all main streets. The contractor may request to use a narrower width machine for special application at the Engineer’s approval.

The Contractor shall be responsible for the complete sweeping/cleaning of the milled roadway surfaces.

Dump trucks for the hauling of the asphalt millings will be supplied by the City of Brockville. The millings will remain the property of the City, for disposal at the City’s sole discretion. The City will supply tri-axle dump trucks for a total of 240 trucking hours to haul milled material. If additional trucking hours are required all costs shall be borne by the contractor. Contractor supplied trucks shall still deliver milled material to City specified locations.

Water, if required, will be made available to the Contractor at the Gord Watts Municipal Centre, located at 251 North Augusta Road, at no additional cost to the contractor.

2. CUTTING OPERATION

The nature and condition of the equipment and the manner of performing the work shall be such that the pavement is not torn, gouged, shoved, broken, sooted, oil coated or otherwise injured by the cutting operation.

Milling depth will be 40mm (1-1/2”) & 50mm (1-31/32”) nominal, but may vary from 10 mm to 60 mm to remove surface irregularities and to reshape road cross section to achieve crossfall.

CITY OF BROCKVILLE

CONTRACT 2020-08

Section B- Special Item Provisions Page 2 of 3

There shall be no deviation in vertical elevation (grooving) greater than 10mm due to missing or worn grinding teeth. The Contractor shall be responsible for placing asphalt millings at transverse pavement cuts (for ramping) at the discretion of the engineer.

3. MEASUREMENT

Measurement for payment purposes shall be made in m2 (square metres) of existing pavement ground. The City of Brockville reserves the right to change asphalt milling locations at the discretion of the engineer or designate within the city limits with no additional costs to the contract.

4. PAYMENT

Payment shall be made at the unit price bid for this item in the Tender Form plus applicable taxes. Such payment shall be full compensation for all labour, equipment and materials necessary to complete the work as specified herein.

5. PAINTING AT ROADWAY LIMITS AND AROUND ALL MANHOLES, CATCHBASINS AND VALVE BOXES

At the conclusion of milling each street the Contractor will be responsible to paint all roadway limits and around all manholes, catch basins and valve boxes using orange fluorescent paint. The price associated with this will be deemed to be included in the unit price bid.

COLD MILLING OF ASPHALT PAVEMENT AT MANHOLES, CATCHBASINS AND VALVE BOXES AT VARIOUS LOCATIONS – ITEM 3. The Contractor shall remove the existing asphalt pavement adjacent to manholes, catch basins and valve boxes which is not removed by the milling operation under Item "1" & “2”. The depth of removal shall be level with the adjacent milled asphalt surface. The Contractor shall be responsible for the loading of material and the sweeping/cleaning of the affected areas. The City will provide trucking for the hauling of the asphalt millings. The millings will remain the property of the City for disposal at the City’s sole discretion. These trucks shall be supplied as per the conditions stipulated under Item 1. 1. MEASUREMENT

Measurement for payment of this work will be the number of manholes,

CITY OF BROCKVILLE

CONTRACT 2020-08

Section B- Special Item Provisions Page 3 of 3

catchbasins or valve boxes treated in the manner described herein.

2. PAYMENT

Payment will be made at the unit price bid for this item plus applicable taxes and will include all costs to complete this work as described herein.

3. PAINTING AT ROADWAY LIMITS AND AROUND ALL MANHOLES,

CATCHBASINS AND VALVE BOXES

At the conclusion of milling each street the Contractor will be responsible to paint all roadway limits and around all manholes, catch basins and valve boxes using orange fluorescent paint. The price associated with this will be deemed to be included in the unit price bid.

CITY OF BROCKVILLE

CONTRACT 2020-08

Section C- Standard Specifications

SECTION C

STANDARD SPECIFICATIONS

(NOT APPLICABLE)

CITY OF BROCKVILLE

CONTRACT 2020-08

Section D- General Conditions of Contract

SECTION D

GENERAL CONDITIONS OF CONTRACT (OPS General Conditions of Contract)

REFER TO OPS WEBSITE http://www.raqsb.mto.gov.on.ca/techpubs/OPS.nsf/OPSHomepage

CITY OF BROCKVILLE

CONTRACT 2020-08

Section E- Milling Locations Map

SECTION E

LOCATIONS MAP & LOCATIONS LIST

ARTERIAL ROADSROAD CLASSIFICATION

COLLECTOR ROADSLOCAL ROADS

S T . L A W R E N C E R I V E R

CH

AL

ET

DR

CIR

CL

E

MA

PL

EW

OO

D

M

A

N

O

R

D

R

GL

EN

VIE

W

AV

E

PARKEDALE AVE

T

H

E

O

L

D

R

E

D

R

O

A

D

PARKEDALE AVE

BUTTERFIELD PL

KA

RO

LIN

A S

T

BROADWAY AVE

LIN

DE

N C

RE

S

D

A

VIS

O

N

A

VE

K

E

N

T

B

L

V

D

NO

RT

H A

UG

US

TA

R

D

CENTENNIAL RD

LAURIER BLVD

C

U

TH

B

ER

TS

O

N

A

VE

W

O

O

D

LA

W

N

CENTENNIAL RD

CA

LIF

OR

NIA

A

VE

B

R

I

A

R

W

O

O

D

D

R

C

U

TH

B

ER

TS

O

N

A

VE

V

IS

TA

D

R

KEEFER ST

HIL

L S

T

PO

PL

AR

AV

E

C

A

L

I

F

O

R

N

I

A

A

V

E

M

A

G

E

D

O

M

A

B

L

V

D

LIS

TO

N A

VE

MORRIS CT

FIR

S

T A

V

E

BUTTERFIELD PL

MARGARET PL

N

O

R

TH

A

U

G

U

S

TA

R

D

H

O

L

L

Y

W

O

O

D

WINTERS CT

PL

FIR

S

T A

V

E

FIR

S

T A

V

E

WAVERLY DR

N

O

R

T

H

A

U

G

U

S

T

A

R

D

S

U

N

S

E

T B

LV

D

TE

RR

AC

E

A

V

E

M

U

R

R

A

Y

S

T

BROADWAY AVE

BE

NN

ET

T S

T

PARKEDALE AVE

BY

NG

D

R

SE

VE

N

O

A

K

S A

VE

M

A

N

O

R

D

R

BA

LM

OR

AL

(P)

E FULFORD PL

SW

IF

TW

AT

ER

S R

D (P

)

C

R

E

S

BROOKVIEW

CRES

A

V

E

C

T

KE

SC

O A

VE

.

CH

IP

M

AN

R

D

SH

ER

W

O

O

D B

AY

R

D

CO

UN

TR

Y C

LU

BE

ST

AT

ES

(P

)

(P

)

EL

IZA

B

ET

H

LA

N

E

PEARL ST W

(P

)

(P)

DA

NIE

L S

T

BROCK ST

M

A

N

A

H

A

N

C

T

C

R

E

S

DO

WS

LE

Y

HIG

GIN

S C

T

A

D

LE

Y

D

R

A

D

L

E

Y

D

R

AD

LE

Y D

R

A

D

L

E

Y

D

R

A

D

L

E

Y

D

R

D

O

N

A

L

D

S

O

N

C

EN

TR

E S

T

B

A

X

TE

R

D

R

GUILDWOOD

B

R

O

O

K

V

I

E

W

W

I

L

L

O

W

S

U

S

S

E

X

B

R

A

M

SH

O

T A

VE

O

R

M

O

N

D

S

T

A

LD

ER

SH

O

T

C

R

ES

B

I

S

L

E

Y

C

R

E

S

FA

IR

MO

NT

P

L

M

A

N

O

R

D

R

RU

SK

IN

B

E

D

FO

R

D

S

A

L

I

S

B

U

R

Y

A

V

E

B

R

IG

H

T

O

N

C

R

E

S

W

O

O

D P

L

PIN

E L

N

W

F

UL

FO

RD

PL

O

R

M

O

N

D

S

T

D

E

W

I

C

K

M

A

PL

E A

VE

PA

R

K

S

T

H

A

S

TIN

G

S

R

O

Y

A

L

REYNOLDS DR

S

O

M

E

R

S

E

T

P

L

B

A

R

TH

O

LO

M

EW

S

T

B

R

O

O

K

V

IE

W

G

LE

N

G

A

R

R

Y

R

D

O

A

K

C

R

E

S

O

A

K

S

T

M

cC

R

E

A

D

Y

S

T

SH

ER

W

O

O

D

S

T

K

IN

G

S

T W

MA

LL

OC

H C

T

CL

AR

IS

SA

S

T

M

A

B

E

L S

T

OT

TE

R D

R

FAIRWAY CRES

B

A

X

TE

R

D

R

O

AK

S

T

CH

UR

CH

ST

WR

IGH

T C

RE

S

W

RIG

HT

CR

ES

CLIFFE RD

EL

AIN

E P

L

BE

LV

ED

ER

E P

L

(

P

)

C

L

IF

F

S

ID

E

(PRIVATE)

ST

BL

VD

(P

R

IV

A

T

E

)

C

L

A

R

K

E

C

R

E

S

JO

H

N

S

T

LA

NE

CE

DA

R S

T

W

E

S

T

A

L

L

E

Y

(FUTURE)

JONES ST

SH

EL

B

Y

UN

ION

ST

B

A

YV

IE

W

S

T

CE

DA

R P

L

G

R

A

N

T

A

N

N

S

T

JE

SS

IE S

T

EL

IZ

A

B

ET

H

S

T

SABINE RD

TH

O

M

AS

BAYVIEW RD

BROCK ST

PE

AR

L S

T W

PE

RT

H S

T

RIV

ER

VIE

W

PA

RK

VIE

W

CO

CH

RA

NE

D

R

GRENVILLE CT

BR

EN

NA

N

WELLINGTON ST

EA

ST

W

ES

TO

N

GE

NE

VA

CT

CRAWFORD S

T

G

EN

EV

A

C

T

FA

IRK

NO

WE

DR

HARDY

County Road N

o.2

L

A

N

E

M

O

R

G

A

N

CR

ES

H

W

Y

2

9

S

T

E

W

A

R

T

B

L

V

D

R

D

C

R

E

S

S

T

C

R

E

S

CRES

VIC

TO

RIA

M

AC

KE

NZ

IE

C

R

E

S

C

R

ES

C

R

E

S

A

V

E

ST

R

D

S

T

S

T

S

T

ST

IS

P

RK

Y

CO

UR

T

HO

US

E

AV

E

S

T

ST

L

A

N

E

WO

LT

HA

US

EN

ST

PEARL ST W

C

o

u

n

ty

R

o

a

d

N

o

.2

F

R

O

N

T

A

V

E

FR

ON

T A

VE

FR

O

N

T A

VE

E

CENTRAL AVE W

C

EN

TR

A

L A

VE

E

C

EN

TR

A

L A

VE

W

C

EN

TR

A

L A

VE

E

(T

W

P O

F E

LIZ

AB

ET

HT

O

W

N)

JAMES ST W

(TOWNSHIP OF ELIZABETHTOWN)

OXFORD ACRES

SQUARE

HOUSE

COURT

P

E

R

T

H

S

T

C

O

N

V

A

Y

(P

R

IV

A

T

E

)

KING ST E

WA

LL

S

T

ST

EW

AR

T B

LV

D

BU

EL

L S

T

KING ST W

GE

OR

GE

ST

CH

AN

CE

RY

L

AN

E

E

D

W

A

R

D

B

E

E

C

H

E

R

R

IV

E

R

S

A

V

E

ST

RO

WG

ER

B

LV

D

W

IL

M

O

T Y

O

U

N

G

P

L

BR

OO

M

E R

D

CROCKER CRES

WALTHAM RD

V

I

C

T

O

R

I

A

R

D

C

H

E

L

S

E

A

S

T

B

O

R

D

EN

C

R

ES

M

E

IG

H

E

N

A

L

W

IN

G

T

O

N

S

T

D

E

V

E

LO

P

M

E

N

T D

R

D

E

V

E

LO

P

M

E

N

T D

R

.

KE

NS

IN

GT

ON

P

KW

Y

C

A

M

B

R

ID

G

E

C

U

N

N

IN

G

H

A

M

C

O

L. C

U

R

R

Y D

R

D

U

K

E S

T

HIL

LC

RE

ST

DR

FL

AN

DE

RS

ST

W

IN

D

S

O

R

D

R

B

EL

EY

S

T

RO

W

PL

C

O

L.D

O

U

G

LA

S

D

A

N

A

S

T

C

O

L

T

O

N

C

T

LA

UR

IER

BL

VD

SCACE AVE

O

X

FO

R

D

A

V

E

M

AC

OD

RU

M

DR

TU

P

P

E

R

S

T

AL

W

IN

G

TO

N S

T

B

O

W

IE

S

T

D

U

R

H

A

M

ST

W

IN

D

SO

R

D

R

D

A

N

A

S

T

B

E

L

E

Y

S

T

C

O

M

ST

O

C

K

C

R

ES

KY

LE

CT

VA

NIE

R D

R

L

A

U

R

IE

R

B

L

V

D

K

EN

SIN

G

TO

N

P

K

W

Y

C

A

R

T

IE

R

C

T

P

E

D

E

N

B

L

V

D

W

AL

SH

CT

T

U

P

P

E

R

S

T

Q

U

E

E

N

S

L

A

N

D

M

A

SS

EY

P

L

C

H

E

L

S

E

A

S

T

E

W

A

R

T

B

L

V

D

M

IL

LW

O

O

D

A

VE

B

R

O

O

K

V

I

E

W

EL

M

A

VE

R

E

Y

N

O

L

D

S

D

R

BROOKVIEW

JE

FF

ER

SO

N

D

R

SCHOFIELD AVE

HAVELOCK ST

LE

TIT

IA

CHAFFEY ST

RIC

HA

RD

S

HUBBELL ST

P

E

R

T

H

S

T

SC

HO

FIE

LD

S

T

E

W

A

R

T

B

L

V

D

LANCASTER AVE

ALEXANDER ST

S

T

E

W

A

R

T

B

L

V

D

P

O

N

D

CHISLETT ST

FR

AN

KL

IN

DE

LH

I ST

DOWNEY ST

BR

OC

K S

T

DA

LE

S

AB

BO

TT

ST

M

AP

LE

S

T

GE

OR

GE

ST

EL

M S

T

BE

EC

HE

R

W

ES

TV

IE

W

P

L

RID

GE

WA

Y P

L

GRANITE ST W

G

RA

NIT

E

HARTLEY ST

LOUIS ST

EL

EA

NO

R S

T

LOU

IS ST

N

O

R

TO

N

GE

OR

GIN

A S

T

HA

MIL

TO

N S

T

ST

UA

RT

S

T

PA

RK

S

T

BE

TH

UN

E S

T

GA

RD

EN

S

T

OR

CH

AR

D S

T

OR

MO

ND

S

T

EMMA ST

CHARLES ST

P

A

R

K

S

T

ED

GE

W

OO

D A

VE

SOPHIA ST

R

IF

L

E

CH

AR

LO

TT

E P

L

A

M

Y S

T

R

A

V

IN

A

FE

R

G

U

S

O

N

D

R

C

O

W

A

N

A

VE

P

A

C

IF

IC

A

V

E

HISLOP AVE

TU

NN

EL

A

VE

O

SM

EN

T

G

IL

M

O

UR

S

T

PINE ST

E

D

W

A

R

D

S

T

H

E

N

R

Y

S

T

J

O

H

N

S

T

HA

LL

IDA

Y

W

A

T

E

R

S

T

K

IN

C

A

ID

S

T

HO

ME

S

T

AP

PL

E S

T

ST

.A

ND

RE

W S

T

FLINT

BR

OA

D S

T

FE

RR

Y

WATER ST

MA

RK

ET

S

T W

MA

RK

ET

S

T E

WA

LL

S

T

WIL

LIA

M S

T

BU

EL

L S

T

CH

UR

CH

ST

CH

UR

CH

ST

KIN

G S

T W

KING ST E

S

T

. P

A

U

L

S

T

CH

AS

E S

T

PEARL ST E

CH

AN

CE

RY

L

AN

E

JAMES ST E

JAMES ST W

JAIL ST

PINE ST

TUNNEL

BAY

B

L

O

C

K

FO

R

D

S

T

PE

DE

N B

LV

D

W

IN

D

SO

R

D

R

CO

LE

C

T

FR

AS

ER

C

T

B

E

L

E

Y

P

L

B

R

O

C

K

M

O

U

N

T

W

AL

TH

AM

RD

DE

CK

ER

D

R

A

M

Y S

T

PEARL ST E

PIN

EV

IEW

RD

W

Y

L

IE

S

T

B

R

ID

L

E

W

O

O

D

D

R

MO

NT

RO

SE

S

T

CRESTWOOD DR

M

c

C

L

U

R

E

C

R

E

S

A

S

P

E

N

D

R

S

H

E

A

R

E

R

D

R

D

E

R

B

Y

C

R

E

S

K

I

N

G

S

W

O

O

D

S

T

FITZSIMMONS DR

DO

BB

IE S

T

E

L

S

W

O

O

D

S

T

MC

LA

RR

Y R

D

COUNTY ROAD No.27

BL

AIR

R

D

V

IC

TO

R

IA

R

D

LINDSAY

O

X

FO

R

D

A

V

E

JA

M

ES

ST

E

ST

AV

E

PEARL ST W

BROCK ST

FERGUSON

R

O

C

K

PL

C

R

E

S

ST

S

T

ST

ST

EXIT 696

HWY 401

HWY 4

01EXIT 698

ERNIE FOX

QUAY

H

O

U

S

E

AV

E

DR

B

R

I

D

L

E

W

O

O

D

D

R

CR

ES

C

.N

.R

.

C.N.R.

C.N

.R.

C

.N

.R

.

C

.P

.R

.

C

.P

.R

.

ST

E

PL

CRES

CR

ES

ST

A

N

LE

Y

G

L

E

N

N

D

R

C

R

E

S

A

V

E

C

R

E

S

P

L

C

R

E

S

W

PL

P

L

D

R

P

L

P

L

BAKER

CR

OC

KE

R

PL

P

L

P

L

BU

TL

ER

S C

R.

CA

RL

EY

ST

.

LA

NE

RO

SE

BU

D

S

H

E

R

M

A

N

L

A

N

E

(P

)

CO

UR

T

TE

RR

AC

E

C

R

E

S

T

W

O

O

D

D

R

PL

AC

E

LO

YA

LIS

T

O

LD

C

A

LIF

O

R

N

IA

A

VE

PL

A

C

E

RE

G

EN

CY

C

H

A

F

F

E

Y

L

A

N

E

FL

AN

DE

RS

R

D

CO

UR

T

ST

O

NE

BR

IAR

PL

AC

E

BR

O

O

KS

IDE

LA

NE

SU

SA

NN

A

C

R

ES

W

IL

DW

O

O

D

ST

LA

N

E

STEACY

GARDENS

3

4

12

8

7

10

13

5

26

9

11

1

WORK IN VIA RAIL

RIGHT OF WAY REQUIRED

COLD MILLING OF EXISTING

ASPHALT ON STREETS AT

VARIOUS LOCATIONS

BROCKVILLECITY OF THE 1000 ISLANDS

DRAWING NAME

OPERATIONS DEPARTMENT

DISCLAIMER:

ALL PROPERTY LINES SHOWN HERE ARE FOR REPRESENTATION ONLY AND DO NOT IN ANY WAY CONSTITUTE THE TRUE LEGAL BOUNDARY OF ANY PROPERTY

IN THE CITY OF BROCKVILLE.

LIMITS OF LIABILITY:

THE CITY OF BROCKVILLE WILL MAKE EVERY EFFORT TO PROVIDE A QUALITY PRODUCT. HOWEVER, IN NO EVENT WILL THE CITY OF BROCKVILLE, ITS

SERVANTS, AGENTS, OFFICERS, EMPLOYEES, CONTRACTORS OR SUBCONTRACTORS BE LIABLE TO ANY PERSON OR CORPORATION FOR DAMAGES,

EXPENSES, LOSS OF PROFITS, LOSS OF SAVINGS OR OTHER DAMAGES ARISING OUT OF INACCURACIES CONTAINED IN THE COMPOSITE MAP OR IN ITS DATA

BASE CONTENT. NOR WILL THE CITY BE LIABLE FOR ANY INACCURACIES CONTAINED IN THE COMPOSITE MAP OR IN ITS DATA BASES.

NOTES:

1) ALL DRAWINGS, SPECIFICATIONS AND

RELATED DOCUMENTS ARE THE

COPYRIGHT PROPERTY OF THE CITY OF

BROCKVILLE AND MUST BE RETURNED

UPON REQUEST.

2) REPRODUCTION OF DRAWINGS,

SPECIFICATIONS, AND RELATED

DOCUMENTS IN PART OR WHOLE IS

FORBIDDEN WITHOUT THE CITY OF

BROCKVILLE'S WRITTEN PERMISSION.

3) DRAWINGS ARE PROVIDED FOR

INFORMATION ONLY AND ARE NOT TO BE

SCALED.

NORTH:

LEGEND:

DRAWN BY

DATE

REV. DATEDESCRIPTION

REVISIONS

JPB

JANUARY 17, 2020

CONTRACT 2020-08

N

3

40mm (1-1/2")

REMOVAL LOCATION

1

50mm (1-1/2")

REMOVAL LOCATION

AutoCAD SHX Text
T O W N S H I P O F E L I Z A B E T H T O W N - K I T L E Y
AutoCAD SHX Text
C I T Y O F B R O C K V I L L E
AutoCAD SHX Text
C I T Y O F B R O C K V I L L E
AutoCAD SHX Text
T O W N S H I P O F E L I Z A B E T H T O W N - K I T L E Y
AutoCAD SHX Text
C I T Y O F B R O C K V I L L E
AutoCAD SHX Text
T O W N S H I P O F E L I Z A B E T H T O W N - K I T L E Y
AutoCAD SHX Text
BUTLERS CREEK
AutoCAD SHX Text
BUTLERS CREEK
AutoCAD SHX Text
BUTLERS CREEK
AutoCAD SHX Text
BUELLS CREEK
AutoCAD SHX Text
BUELLS CREEK
AutoCAD SHX Text
BUELLS CREEK
AutoCAD SHX Text
BUTLERS CREEK

COLD MILLING OF EXISTING ASPHALT ON STREETS AT VARIOUS LOCATIONS

Locations List

Operations Department

Transportation Services Division CONTRACT 2020-08

Milling Depth

(mm)

Centreline

Road Length

(m)

Average

Road Width

(m)

Asphalt Area

(m2)Water Valve Catch Basin Manhole

Total

Structures

Arterial Roads Street From To

1 Parkedale Avenue Millwood Avenue Tracks 50 502.50 13.50 6986.25 4 10 8 22

2 Parkedale Avenue Ormond Street California Avenue 50 134.50 15.50 2084.25 4 2 5 11

3 King Street East Bartholomew Street Murray Street 40 209.00 10.50 2194.50 3 5 4 12

Collector Roads Street From To

4 Millwood Avenue Parkedale Avenue Morris Court 50 144.50 9.00 2143.63 1 10 6 17

Local Roads Location From To

5 Windsor Drive Parkedale Avenue South End 40 112.00 10.00 1050.00 0 2 2 4

6 Magedoma Blvd Millwood Avenue College Residence Entrance 40 241.50 8.50 1050.00 0 1 0 1

7 Crocker Crescent Parkedale Avenue Waltham Road 40 221.60 10.00 2742.68 0 6 2 8

8 Jefferson Drive Kent Boulevard Road Cut by Tim Hortons 40 98.60 9.30 1075.98 1 0 3 4

9 Kent Boulevard Parkedale Avenue End 40 392.25 9.25 4226.52 3 9 10 22

10 Charlotte Place Ormond Street End 40 163.60 9.30 2028.74 0 4 5 9

11 Front Avenue Ferguson Tracks 40 61.10 9.00 531.25 1 1 2 4

12 Jail Street Wall Street William Street 40 87.70 13.50 803.23 0 0 0 0

13 Comstock Crescent Dana Street Kensington Pkwy 40 555.50 8.50 5004.00 0 13 16 29

STRUCTURES

LOCATION

DIMENSIONS