69
Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2 506.474.7750 506.474.7752 Letter of Acknowledgement Date: May 13, 2020 Brun-Way Highways Operations Inc. Att: Shannon Briand 1754 Route 640 Hanwell, NB E3C 2B2 Dear Mrs. Briand, Contract for Provision of: RFP BHOI 103-2020-05, Bid 1159 1. We acknowledge receipt of your Request for Proposal package. 2. A) We have received all the documents listed in the Request for Proposal without damage and in usable condition. B) We have read the Request for Proposal and will tender in accordance with the specified requirements. Or 3. We will not be submitting a Proposal because: _________________________________________________________________________ _________________________________________________________________________ _______________________________________________________ Contractors Name: __________________________ Date: __________________________ Yours Sincerely,

Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

Infrastructure

Brun-Way Highways Operations Inc. 1754 Route 640

Hanwell, New Brunswick, Canada, E3C 2B2 506.474.7750 506.474.7752

Letter of Acknowledgement Date: May 13, 2020 Brun-Way Highways Operations Inc. Att: Shannon Briand 1754 Route 640 Hanwell, NB E3C 2B2 Dear Mrs. Briand, Contract for Provision of: RFP BHOI 103-2020-05, Bid 1159

1. We acknowledge receipt of your Request for Proposal package.

2. A) We have received all the documents listed in the Request for Proposal without damage and in usable condition. B) We have read the Request for Proposal and will tender in accordance with the specified requirements.

Or

3. We will not be submitting a Proposal because: _________________________________________________________________________________________________________________________________________________________________________________________________________

Contractors Name: __________________________ Date: __________________________ Yours Sincerely,

Page 2: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

BRUN-WAY HIGHWAYS OPERATIONS INC.

Request for Proposal (“RFP”)

This RFP contains instructions specific to the current pandemic

situation. Please take note of changes to our standard requirements.

Description: Asphalt Spreader Patching

Location: Between KM 62+500 and KM 66+600 EB on Route 2, New Brunswick

RFP/Project No: BHOI 103-2020-05, Bid #1159

Page 3: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

Table of Contents Instructions to Bidders ............................................................................................ 4

1.0 GENERAL ........................................................................................................................... 4 2.0 RFP DOCUMENTS ............................................................................................................. 5 3.0 QUESTIONS ARISING DURING BIDDING ........................................................................ 5 4.0 EXAMINATION OF SITE .................................................................................................... 6 5.0 PROPOSAL SUBMISSION ................................................................................................. 6 6.0 ACCEPTANCE OR REJECTION OF PROPOSALS .......................................................... 7 7.0 BIDDERS OBLIGATIONS ................................................................................................... 8 8.0 TAXES ................................................................................................................................ 8 9.0 AWARD ............................................................................................................................... 8 10.0 COMMENCEMENT OF THE WORK ................................................................................ 10 11.0 SUPPLEMENTS TO BID FORMS .................................................................................... 10 12.0 INTERFERENCE WITH EXISTING OPERATIONS ......................................................... 10

Schedule A – Bid Forms ....................................................................................... 11

Schedule B – Description of Services and Specifications ..................................... 16 1.0 SCOPE OF WORK ........................................................................................................... 17 2.0 TRAFFIC MANAGEMENT ................................................................................................ 18 3.0 PENALTY .......................................................................................................................... 18 4.0 HEALTH & SAFETY ......................................................................................................... 19 5.0 CONTRACT DOCUMENTS .............................................................................................. 20 6.0 PARTICULAR SPECIFICATIONS .................................................................................... 21 7.0 PROJECT MANAGER ...................................................................................................... 22

Schedule C – Quality Assurance Program ............................................................ 23

Schedule D – Health and Safety Program ............................................................ 24

Schedule E – Environmental Program .................................................................. 25

Schedule F – Supplier Compliance Package ........................................................ 26

Schedule G – Product Specifications .................................................................... 27 Attachment A – Payment Adjustment for Asphalt Cement Attachment B – Location List for All Cross-Overs and Interchanges

Page 4: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

12/05/2020

RFP / Project No.: BHOI 103-2020-05, Bid # 1159 Page 4 of 27

INSTRUCTIONS TO BIDDERS 1.0 GENERAL

1.1. The project consists of all work associated with resurfacing various sections of asphalt pavement on Route 2 of the Trans-Canada Highway in New Brunswick between KM 62+500 and KM 66+600. The resurfacing consists of Mill/Pave and associated work, as described in Schedule B of this RFP.

1.2. A Bidder's pre-qualification signifies that it has met the minimum requirements of Brun-Way Highways Operations Inc. (“Brun-Way”) and does not mean that it is on equal footing with other pre-qualified Bidders. Further, and notwithstanding a Bidder's pre-qualification, Brun-Way reserves the express right to consider such criteria, as described in paragraph 6.0 below, in accepting or rejecting any Proposal.

1.3. Brun-Way reserves the right to invite additional Bidders to respond to this RFP, in its sole discretion.

1.4. Only one of a contractor’s related, associated, or affiliated companies or businesses shall be entitled to submit a Proposal for the Project.

1.5. Brun-Way is wholly-owned subsidiary of SNC Lavalin. Founded in 1911, SNC-Lavalin is one of the leading engineering and construction groups in the world and a major player in the ownership of infrastructure. From offices in over 50 countries, SNC-Lavalin's employees are proud to build what matters. Our teams provide EPC and EPCM services to clients in a variety of industry sectors, including oil and gas, mining and metallurgy, infrastructure and power. SNC-Lavalin can also combine these services with its financing and operations and maintenance capabilities to provide complete end-to-end project solutions.

One of Canada’s largest operations and maintenance service providers, our team has a regional presence in France, the United States, Saudi Arabia, Quatar and Algeria. Our range of services includes the operations & maintenance of airports; roads, bridges, and rail systems; industrial facilities; defence & logistics support and integrated real estate solutions. We provide around-the-clock support for mission critical activities. Whether supplying facilities management services for banking, data and broadcast centres, or supporting Canada’s military on land, water or in the air, we provide our clients with peace of mind while allowing them to operate efficiently and focus on their core operations.

www.snclavalin.com

Page 5: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

INSTRUCTIONS TO BIDDERS 12/05/2020

RFP / Project No.: BHOI 103-2020-05, Bid # 1159 Page 5 of 27

2.0 RFP DOCUMENTS

2.1. The RFP Documents consist of these Instructions to Bidders and all of the documents identified in the table of contents.

2.2. The drawings and specifications are the property of Brun-Way.

2.3. Each Bidder shall verify in its Proposal that it has received and reviewed all of the RFP Documents and shall assume responsibility for the RFP Documents received as being complete. Any missing RFP Documents shall be reported immediately to Brun-Way at the address set out herein.

2.4. The RFP Documents are made available only for the purpose of obtaining Proposals for the Project. Their use does not confer a licence or grant for any other purpose.

3.0 QUESTIONS ARISING DURING BIDDING

3.1. Bidders must familiarize themselves with the requirements of the RFP Documents before submitting their Proposals, and satisfy themselves as to their ability and the ability of their subcontractors and suppliers to meet the requirements for the timely progress and completion of the Project and to execute the work in full accordance with the RFP Documents.

3.2. Bidders finding discrepancies in, or omissions from, the RFP Documents, or having doubt as to the meaning or intent thereof, prior to the Proposal Closing, shall at once and no later than two (2) business days before the scheduled date of Proposal Closing, notify Brun-Way, who will arrange for written instruction, if necessary, in the form of an addendum, to be sent to all Bidders. All such addenda shall become part of the RFP Documents. Any oral responses or instructions which Bidders might receive from, or on behalf of Brun-Way, will neither bind Brun-Way, nor change, modify, amend or waive any of the requirements contained in the RFP Documents.

3.3. All matters and inquiries relating to the interpretation of the RFP Documents shall be directed to Brun-Way at the following address:

Attention: Craig Gallant, P.Eng

Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, NB E3C 2B2

Phone Number: (506) 474-7750

Mobile Number:

(506) 461-6776

Email: [email protected]

Page 6: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

INSTRUCTIONS TO BIDDERS 12/05/2020

RFP / Project No.: BHOI 103-2020-05, Bid # 1159 Page 6 of 27

4.0 EXAMINATION OF SITE

Before submitting a Proposal, Bidders may examine the Project site and surroundings and satisfy themselves as to the existing conditions and limitations of the Project site, the means of access to the site and the nature and quantity of work required. Arrangements can be made to meet with a Brun-Way representative on-site, if necessary. Bidder Representatives examining the Project Site must contact Brun-Way in advance to make arrangements for a site visit, and while on site they must wear the appropriate PPE (hi-visibility vest, long sleeve shirts, hard hat, safety boots, safety glasses, and any additional specialized PPE). To arrange a site visit please see Section 3.3 for contact information. 4.1. No adjustments to the Project schedule or to the price of the Contract entered into with a

successful Bidder will be made for difficulties encountered due to conditions, features or peculiarities of the Project site which exist and are known, reasonably discernible, or visible at the time of Proposal.

5.0 PROPOSAL SUBMISSION

5.1. Proposals shall consist of the following:

5.1.1. The Bid Form provided herein, fully completed in ink or typewritten, with signatures, dated, sealed and witnessed as appropriate

5.1.2. Bid Bond in the amount of $25,000 signed, sealed and issued by a surety

authorized to transact business in the province of New Brunswick. Brun-Way requires the use of electronic bonds. Such bonds are to be submitted directly by the issuing surety to the [email protected] e-mail account. Bid Bonds must be received before the bid closing date and time and must reference the Bid # in the subject line. Brun-Way reserves the right to approve or reject any surety, in its reasonable discretion. The Bid Bond shall remain valid for sixty (60) days following the bid closing date. The Bid Bond shall be made out to Brun-Way Highways Operations Inc.

5.1.3. An Agreement to Bond, with respect to the Project requirements for a 50%

Performance Bond and 50% Labour & Material Payment Bond, signed, sealed and issued by a surety authorized to transact business in the province of New Brunswick. In the case of multi-year contracts, such Bonds must be renewable for the length of the contract (including the initial term and each optional term thereafter).

5.1.4. The Documents listed under Section 4.4 Health and Safety Submittals in Schedule B of this RFP.

5.1.5. Preliminary schedule of construction sequences, equipment and manpower.

5.2. Proposals shall stipulate the unit prices in Canadian currency for the Project, including all the requirements of the RFP Documents, without qualifications.

5.3. No oral Proposals will be considered. All bids are to be submitted via e-mail to [email protected] regardless of package value. The subject line of the e-mail must contain the Bid #, RFP title and bidding company’s name

Page 7: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

INSTRUCTIONS TO BIDDERS 12/05/2020

RFP / Project No.: BHOI 103-2020-05, Bid # 1159 Page 7 of 27

By no later than: Friday, May 29, 2020 At: 12:00 Noon, Atlantic Daylight Savings Time

According to the time stamp assigned by the SNC Lavalin email server.

5.4 Any Proposals received after the Proposal Closing will be rejected.

5.5. Proposals submitted prior to Proposal Closing may be modified or withdrawn by the Bidder at any time prior to Proposal Closing, by written notice submitted in the form of a letter signed and scanned to [email protected] and subject to the conditions set forth below:

5.5.1 Amendments or other replacements of bids are permissible up to the closing date and time identified in the bid request instructions, only by submission of a new bid in its entirety. The replacement bid shall be clearly marked as superseding any previously submitted bid response, and must bear the same signature of the authorized representative of the bidder who executed and sealed the original proposal.

5.5.2 To withdraw a Proposal, prior to Proposal Closing, Brun-Way must receive from the Bidder a letter to this effect, bearing the same signature of the authorized representative of the Bidder who executed the original Proposal. No other method of Proposal withdrawal shall be considered. E-mails containing withdrawn bids will be deleted.

5.6. Bidders may not make modifications to their Proposals, or withdraw their Proposal, after

Proposal Closing.

5.7. Proposals shall be irrevocable and subject to acceptance by Brun-Way, until award of the contract or the anticipated start date of the project, whichever comes first.

6.0 ACCEPTANCE OR REJECTION OF PROPOSALS

6.1. Brun-Way will reject as informal, irregular, invalid, or non-compliant, any Proposal that contains obvious errors, alterations or erasures, or is incomplete, unbalanced, conditional, illegible or obscure.

6.2. Proposals will be opened in private by Brun-Way and Brun-Way is not obligated to reveal the Proposal results or the relative rankings of bidders.

6.3. The submission of Proposals does not obligate Brun-Way to accept any Proposal or to proceed further with the Project.

6.4. Brun-Way may, at its sole discretion, elect not to accept any and all Proposals for any reason. Alternatively, Brun-Way reserves the right to cancel this Request for Proposals if the prices submitted exceed Brun-Way’s budget, or should Brun-Way not receive any satisfactory Proposals, or if an insufficient number of Proposals are submitted, or where unforeseen circumstances arise after Proposal Closing, or for any other reason.

6.5. Brun-Way reserves the right, in its sole discretion, to reject any or all Proposals without notice or reasons including, without limitation, the lowest Proposal, and to accept the Proposal that, in Brun-Way’s sole discretion, is deemed most advantageous, notwithstanding any custom, usage or agreement in the industry or trade, or any other policy or practice. The successful Proposal, if any, will be selected based on any number of criteria that Brun-Way, in its sole discretion, considers relevant, including, without limitation, any combination of price, scheduling, experience, proposed sub-trades, qualifications and related experience,

Page 8: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

INSTRUCTIONS TO BIDDERS 12/05/2020

RFP / Project No.: BHOI 103-2020-05, Bid # 1159 Page 8 of 27

compatibility of the Bidder based on its reputation and past work experience with Brun-Way, proposed personnel, health and safety and quality control programs of the Bidder, and any other factor that Brun-Way deems relevant.

Brun-Way reserves the right to disqualify a bidder from the bid process who has been identified as a high financial risk.

6.6. Brun-Way reserves the right to negotiate any aspect of a Proponent’s Proposal or an Agreement or both, including, without limitation, with respect to proposed pricing or services prior to awarding an Agreement to a successful Proponent.

6.7. Brun-Way reserves the right to conduct negotiations with one or more preferred Proponents.

6.8. Brun-Way will not be required to inform the Bidders of the relative weight to be given to any particular evaluation criterion or to provide reasons to any Bidder with respect to any exercise by Brun-Way of its discretion when accepting or rejecting Proposals.

7.0 BIDDERS OBLIGATIONS

7.1. By submitting Proposals, Bidders acknowledge that they have read and accept and agree to be bound by all of the terms, conditions and stipulations set out herein (including those found in schedules C, D, E, F and G) and further acknowledge and agree that Brun-Way, the Project Owner and their representatives and agents will have no liability or obligation to any Bidder whose Proposal is not accepted and expressly waive any rights they may have to any claim against Brun-Way, the Project Owner and their representatives and agents relating, in any way, to this Invitation for Proposals.

7.2. The Bidders shall be responsible for all costs related to the preparation of their Proposals and participation in the RFP process. Under no circumstances shall Brun-Way, the Project Owner or their representatives or agents be liable, in contract, tort, restitution or any other legal theory, to any Bidder for any claim, action, loss, damage, costs or liability whatsoever arising from the preparation of a Proposal, any act or omission by Brun-Way, including the rejection or evaluation of any or all of the Proposals, any negotiations in respect to the Proposals, or the selection of any Bidder.

7.3. Without limiting the generality of the foregoing, Brun-Way, the Project Owner and their representatives and agents shall not be liable to any Bidder for any claim, action, cost, loss, damage or liability whatsoever arising from or related to any information or advice or any errors or omissions that may be contained in the RFP Documents, or any data, materials or documents disclosed or provided to a Bidder pursuant to this Invitation for Proposals, or otherwise.

8.0 TAXES

8.1. The Bidders shall include all taxes in their Proposal price.

9.0 AWARD

9.1. Brun-Way will issue notification of award to the successful Bidder of Brun-Way’s acceptance of the Proposal only after the appropriate levels of authority authorize the Proposal.

Page 9: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

INSTRUCTIONS TO BIDDERS 12/05/2020

RFP / Project No.: BHOI 103-2020-05, Bid # 1159 Page 9 of 27

9.2. Within five (5) business days from the date of the successful Bidder’s receipt of the notification

of award, the successful Bidder shall send to Brun-Way at the [email protected] e-mail referencing the Bid # in the subject line:

9.2.1. A completed “Supplier Compliance Package” (accessible by this link, to be completed by successful bidders not already in compliance) including, but not limited to: a valid Workplace Safety and Insurance Board Certificate of Clearance, or equivalent certificate, in accordance with applicable construction health and safety legislation; Certificates of Insurance evidencing coverage for all required insurance policies applicable to the work; Code of Business Conduct; Declaration of Professional Licenses and Permits and the Supplier Trade Code Checklist.

9.3. Once the successful Bidder has become an approved “Supplier” a Purchase Order will be

issued. The Proposal will be deemed accepted and the contract awarded, in accordance with the terms and conditions of the existing Term Contract, on the Bidder’s return of the duly signed Purchase Order. Brun-Way will contact all Bidders upon issue of the successful Bidder’s Purchase Order, to notify them on the status of their bid.

9.4. Within five (5) business days from the date of the successful Bidder’s receipt of the Purchase Order, the successful Bidder shall send to Brun-Way at the [email protected] e-mail referencing the Bid # in the subject line:

9.4.1. A 50% Performance Bond and 50% Labour and Material Bond, as per Section 5.1.3, issued by the surety which issued the Bid Bond;

9.4.2. A detailed schedule indicating construction sequences, manpower, and equipment required to complete the work in accordance with the construction schedule prescribed by Brun-Way;

9.4.3. A Job Hazard Analysis for the work submitted on Form 6831.3.2, see Health and Safety Program in Schedule D;

9.4.4. Signed copy of the Purchase Order.

9.5. Brun-Way shall be entitled, in its sole discretion, to vary or extend any of the time limits in this part.

9.6. If the successful Bidder upon receipt of the Purchase Order fails to deliver the documents identified in paragraph 9.4 above, within the time prescribed, the successful Bidder’s Bid Bond shall be forfeited to Brun-Way and, in addition, the successful Bidder shall indemnify and save harmless Brun-Way from all loss, damage, cost, charge and expense which Brun-Way may suffer or be put to by reason of the successful Bidder’s default, including, without limitation, the difference between the bid price of the successful Bidder and any greater sum which Brun-Way may expend or incur by reason of such default.

9.7. STATUTORY DECLARATIONS: Requests for payment (either for lump sum amounts or for Progress Payments and/or Holdback) must be accompanied by a duly signed Statutory Declaration (to be provided to the successful bidder).

Page 10: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

INSTRUCTIONS TO BIDDERS 12/05/2020

RFP / Project No.: BHOI 103-2020-05, Bid # 1159 Page 10 of 27

10.0 COMMENCEMENT OF THE WORK

10.1. Submission of a Proposal constitutes a Bidder’s agreement to commence the Project work promptly and to execute the Project work without interruption until completion in accordance with the terms and conditions of the existing Term Contract and construction schedule prescribed by Brun-Way, upon Brun-Way’s acceptance of Proposal.

10.2. Bidders are required to ensure, before submitting Proposals, that an adequate supply of materials, equipment and labour are available for the Project work until completion.

10.3. The successful Bidder shall upon receipt of the Purchase Order, proceed with the procurement of component materials and equipment, to avoid any delays to the Project.

10.4. Prior to the commencement of the work, all submissions required by the Contract Documents shall be forwarded for review to Brun-Way.

11.0 SUPPLEMENTS TO BID FORMS

11.1. UNIT PRICES

11.1.1. Unit prices are prices for specific measurable units of material and labour.

11.1.2. Unit prices must include the cost of all labour, material, equipment, mark-ups, overheads, direct and indirect supervision and profit (excluding Harmonized Sales Tax) in force at the time of Proposal and shall represent the net cost to Brun-Way.

11.2. BIDDERS PROPOSED ALTERNATIVES

11.2.1. The Bidders are invited to submit alternatives. Such alternatives must include the cost of all labour, material, equipment, mark-ups, overheads, direct and indirect supervision and profit in force at the time of Proposal and shall represent the net cost to Brun-Way.

11.2.2. Alternatives can be proposed and included with the Bid Form document in Schedule A, giving a brief description and stating the net difference (extra/credit) in the Proposal amount for each substitution and the impact on schedule and on the lifecycle performance of the work.

11.2.3. Proposed alternatives must include material or product names and complete specifications. Proposal price must include all specified equipment and materials.

12.0 INTERFERENCE WITH EXISTING OPERATIONS

12.1. The normal operations of the Project site must be maintained at all times. All precautions and every care must be taken to ensure that interference or disruptions are minimized.

Page 11: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

BID FORM – Schedule A 12/05/2020

RFP / Project No.: BHOI 103-2020-05, Bid # 1159 Page 11 of 27

SCHEDULE A – BID FORMS May 12, 2020

Page 12: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

BID FORM – Schedule A 12/05/2020

RFP / Project No.: BHOI 103-2020-05, Bid # 1159 Page 12 of 27

PROJECT NO: BHOI 103-2020-05, Bid #1159

Asphalt Spreader Patching

Between KM 62+500 and KM 66+600 EB on Route 2, New Brunswick

Bid Closing Date: Friday, May 29, 2020 Bid Closing Time: 12:00 Noon

Company Name: Street Address: City/Town: Province: Postal Code: Telephone: Fax: Name of Main Contact: Cell number: Email:

BRUN-WAY HIGHWAYS OPERATIONS INC. (hereinafter refer to as BRUN-WAY) Sir/Madam:

I/We agree to supply all necessary labour, materials, plant, equipment and services for the execution and completion of the above noted Project in accordance with the RFP Documents for the contract sum of $ Dollars including all applicable taxes (HST Excluded), custom duties and excise taxes with respect to the Contract unless stated otherwise in Supplementary General Conditions. The following amount for the Harmonized Sales Tax (applicable HST) is in addition to the above contract sum. $___________________________ I/We have received and allowed for Addenda numbered as follows: in preparing my/our Bid. Enclosed is our Bid Bond in the amount of $25,000 made payable to BRUN-WAY HIGHWAYS OPERATIONS INC. Also enclosed is our Agreement to Bond for 50% Performance Bond and 50% Labour and Material Bond.

I/We understand that the price(s) submitted in this Bid is/are irrevocable and open for acceptance by Brun-Way, irrespective of the acceptance of any other Bid, until award of the contract or no later than the anticipated start date of the project, whichever comes first. I/We have carefully examined all the RFP Documents, have had the opportunity to visit the Project site and register with the BRUN-WAY Representative conducting the Site visit, and have a clear and comprehensive knowledge of the Work required under this Contract and of all the working conditions.

I/We are skilled in the performance of the Work required by this Bid, are able to perform the Work in accordance with the RFP Documents, and are in a position to commence the Work immediately upon receipt of the BRUN-WAY Purchase Order and to carry it through to a prompt and satisfactory conclusion.

I/We hereby certify that this Bid is in full compliance with all tax statutes and that, in particular, all returns required to be filed under all federal and provincial tax statues have been filed and all tax due and payable under those statues have been paid or satisfactory arrangements for their payment have been made and maintained.

Page 13: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

BID FORM – Schedule A 12/05/2020

RFP / Project No.: BHOI 103-2020-05, Bid # 1159 Page 13 of 27

I/We also submit below the breakdown of the Stipulated Proposal Price:

Company Name:

Item Measurement Approximate Quantity

Unit Price (in figures) Total (in figures)

1. Item 208 – Cold Milling – Asphalt Concrete 50 mm depth

m2 8,580 $ $

2. Item 259 – Bituminous Tack Coat m2 8,580 $ $

3.

Item 261 – Asphalt Concrete Pavement Type WMA-D (Warm Mix Asphalt)

Tonnes 1,030 $ $

Estimated Contract Price $ (in figures) Applicable % HST

$ (in figures)

Total Contract Price (including HST)

$ (in figures)

By selecting this checkbox the bidder agrees to comply with all of Brun-Way Highways Operations Inc. Terms and Conditions per the Supplier Compliance Package and the Health and Safety requirements as per the Health and Safety Program.

Page 14: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

BID FORM – Schedule A 12/05/2020

RFP / Project No.: BHOI 103-2020-05, Bid # 1159 Page 14 of 27

Company Name: I/We also submit below the names of our proposed Subcontractors upon which my/our Bid is based, as follows:

TRADE COMPANY

1.

2.

4.

5.

6.

I/We hereby confirm and declare that this Bid is made by me/us without any connection, knowledge, comparison of figures or arrangements with any other person who might submit a Bid for the same work, and is in all respects fair and without collusion or fraud.

I/We hereby confirm and declare that if Brun-Way accepts this Bid and awards us the Contract

for the Project and I/we should fail to deliver the WSIB, or equivalent Certificate, Certificates of Insurance, and other documents identified in paragraph 9.2 of in Brun-Way's Instructions to Bidders, our Bid Deposit shall be forfeited to Brun-Way and/we shall also indemnify and save harmless Brun-Way from all loss, damage, cost, charge and expense which Brun-Way may suffer or be put to by reason of our default herein.

Page 15: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

BID FORM – Schedule A 12/05/2020

RFP / Project No.: BHOI 103-2020-05, Bid # 1159 Page 15 of 27

Company Name: Conflict of Interest Declaration

I/We hereby confirm that there is not nor was there any actual or perceived conflict of interest in submitting this Bid or performing the Work required by the Contract. [or if applicable, strike out the above and include the following:]

The following is a list of situations, each of which may be a conflict of interest, or appears as potentially a conflict of interest in my/our company submitting this Bid or the contractual obligations of the Contractor, under the Agreement: Name of Contractor Signature of Company Official

Title Signature of Witness

Title

Date

Page 16: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

DESCRIPTION OF SERVICES AND SPECIFICATIONS – Schedule B 12/05/2020

RFP / Project No.: BHOI 103-2020-05, Bid # 1159 Page 16 of 27

SCHEDULE B – DESCRIPTION OF SERVICES AND SPECIFICATIONS

May 12, 2020

Page 17: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

DESCRIPTION OF SERVICES AND SPECIFICATIONS – Schedule B 12/05/2020

RFP / Project No.: BHOI 103-2020-05, Bid # 1159 Page 17 of 27

1.0 SCOPE OF WORK

1.1. This project consists of approximately 2.3 lane kilometres of asphalt pavement mill and pave at two (2) locations along Route 2, between KM 62+500 and KM 66+600 eastbound. The locations are outlined in Table 1 – Rehabilitation Sections

Table 1 – Rehabilitation Sections

Route Direction Start End Length

(m) Lane Width

(m) Depth(mm)

Est Area (m2)

Est Asphalt

(t)

2 EB 62+500 64+600 2119 Travel 3.7 50 7840 941 2 EB 66+400 66+600 200 Passing 3.7 50 740 89

NOTE: The exact section is determined by starting at the noted KM marker then driving in the direction of travel the given distance. The exact limits will be identified in the field by Brun-Way with the Contractor prior to starting the work.

1.2. All labour, equipment, and materials, including supply and delivery, required to complete the

project shall be included in the Contractor’s bid prices.

1.3. The Contractor shall assume a PG asphalt cement unit price of $757.00/t (OHMPA AC Price Index for April 2020) when determining the mix unit prices.

1.4. The Contractor must submit the mix design for the Work to Brun-Way a minimum of three (3) days prior to commencement of the Work for approval. The mix design shall include the minimum and maximum mixing temperatures.

1.5. Additional RAP obtained from TCHP Item 208 – Cold Milling will be the property of Brun-Way and shall be delivered to the Saint Leonard Facility off Exit 56 or 58. Prior to work beginning a Brun-Way representative will identify the exact location with the successful contractor.

1.5.1. The Contractor will be responsible for providing an excavator and operator to stockpile RAP as it is unloaded at Brun-Way’s Facility.

1.6. If scabbing is present during milling operations the contractor shall completely remove

scabbed sections. This shall be considered incidental to the work.

1.7. Material Transfer Vehicle is required as described in BHOI Item 261.

1.8. Smoothness will be measured and the BHOI IRI Smoothness Specification applied, on any paving section > 500m in length.

1.9. There are no traffic counting stations located within the mill/pave sections.

1.10. The Contractor may be required to transition and place a thin lift of asphalt on some structure decks adjacent to mill and pave operations. Which structure decks requiring asphalt will be at the discretion of Brun-Way, asphalt quantity will be paid at the bid unit price.

Page 18: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

DESCRIPTION OF SERVICES AND SPECIFICATIONS – Schedule B 12/05/2020

RFP / Project No.: BHOI 103-2020-05, Bid # 1159 Page 18 of 27

1.11. Project Chainage: The Contractor can choose to install / maintain stakes to assist with the Project to benefit their operations. Brun-Way will not be staking out the chainage. If the Contractor chooses to stake the Project chainage they will be required to remove all stakes when complete.

1.12. Each work area must be cleaned as per Brun-Way’s satisfaction and in accordance with OMR 405 - Facility cleaning. Debris that presents a potential hazard to the public must be removed immediately. An example of debris would be asphalt piles left behind after paving operation. Upon completion the work area must be cleaned and returned to its original state.

1.13. Any damages to the Facility shall be repaired by the Contractor to the satisfaction of Brun-Way. The work area must be returned to its original state – as per Brun-Way’s satisfaction.

1.14. Following award a detailed schedule of activities, equipment, and manpower shall be submitted to Brun-Way and updated on a regular basis or as the schedule changes

2.0 TRAFFIC MANAGEMENT

2.1. The Contractor will supply all appropriate traffic control devices (cones, barrels, signs, stands, arrow boards, TMA, etc.) necessary to complete the work.

2.2. The Contractor is responsible for installing / dismantling / managing all traffic control devices necessary to perform the work, cost of which is considered incidental to the work. The traffic measures in place will be in accordance with the 2009 edition of the New Brunswick Department of Transportation’s Work Area Traffic Control Manual (WATCM) updated January 31, 2020. Violations to the WATCM, could result in a financial penalty totalling $30,000 per occurrence to the Contractor. Prior to commencement of the work the Contractor must submit to Brun-Way their proposed traffic plan for each work location.

2.3. The Contractor is permitted to work only during daylight hours including the time it takes to set up and dismantle the traffic control devices.

2.4. A lane closure cannot be in place at the same location for more than three (3) days. The Contractor must schedule the work in accordance with this WATCM requirement.

2.5. Any Traffic Control Persons (TCP’s) required throughout the Project and associated signage, will be supplied by the Contractor at their cost.

2.6. Any additional equipment (i.e Trail Vehicles) required to complete the work according to the specifications, or for safety reasons according to WATCM, shall be supplied by the Contractor.

2.7. Lane closures are not to exceed 4km in length unless written approval is received through Brun-Way’s Project Manager.

2.8. The Contractor is responsible for supply and placement of tape as temporary markings in accordance with WATCM. Brun-Way will be responsible for pre-marking and line painting once the contract is complete.

3.0 PENALTY

3.1. The Project must be complete by July 3, 2020. There will be a $3,000.00 per day penalty for any portion of the project not completed by these dates.

Page 19: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

DESCRIPTION OF SERVICES AND SPECIFICATIONS – Schedule B 12/05/2020

RFP / Project No.: BHOI 103-2020-05, Bid # 1159 Page 19 of 27

3.1.1. Time lost due to weather conditions have been accounted for and will not be considered grounds for an extension to the Completion Date.

4.0 HEALTH & SAFETY

4.1. The Contractor shall follow the requirements in Schedule D “Health and Safety Program”.

4.2. The Contractor will be considered a LEVEL 3 Classification as described in Schedule D “Health and Safety Program”.

4.3. Specific Safety Requirements

4.3.1. All contractors employees and sub contractors on site must attend a mandatory training session prior to the start of the work which will take approximately 1 hour. It will be the responsibility of the contractor to ensure that all employees receive this training from a SNC Lavalin representative.

4.3.2. Minimum PPE requirements are CSA Hard Hat, high viz safety vest, CSA approved steel toe boots (min 6" height), Long sleeve shirts for all personnel onsite, and safety glasses. Gloves shall be carried at all times; no manual handling may take place without use of gloves. Hearing protection shall be carried, and used as required.

4.3.3. All knives shall be self retracting

4.3.4. Any lifting over 10 kg per individual requires a risk assessment be complete and no individual shall lift greater than 20 kg.

4.3.5. Stretching is recommended at the start of each workday.

4.3.6. The successful bidder must complete a Job Safety Analysis for all activities using the SNC-Lavalin form and methodology prior to starting any work.

4.3.7. The successful bidder must use the Step Back Risk Evaluation method while completing the project.

4.3.8. On site personnel need to complete Work Area Traffic Control Manual (WATCM) training (a provincial requirement). The WATCM Awareness Training can be accessed by the following link: http://www.fbnDataNet.ca/NB_DOT/eLearning_II/registration.php

You will need to provide your name, address and an email address. The WATCM Awareness Training module takes approximately 15 minutes to complete. Upon successful completion of the training a certificate can be printed which will need to be sent to us. It will be the responsibility of the Contractor to ensure all on site staff have completed this training.

4.3.9. The successful bidder must adhere to all requirements outlined in the Health and Safety program, including all post award document submissions

4.4. Health and Safety Submittals which must be submitted with Bid Proposal:

4.4.1. A copy of the Contractor’s Occupational Health and Safety Management System.

4.4.2. List of all the specific sections of the Health and Safety Management System that apply to the scope of work.

4.4.3. Completed Health and Safety Pre-Selection form, see Health and Safety Program. This form will be used to evaluate the Contractors safety program.

Page 20: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

DESCRIPTION OF SERVICES AND SPECIFICATIONS – Schedule B 12/05/2020

RFP / Project No.: BHOI 103-2020-05, Bid # 1159 Page 20 of 27

4.4.4. Details of key personnel and their safety responsibilities and training.

4.4.5. Health and Safety record and industry performance materials.

4.4.5.1. Experience Rating Assessment (ERA) from WorksafeNB for the past three (3) years.

4.4.5.2. Annual safety data as described for the past three (3) years. Total hours worked Number of fatalities Number of lost time incidents Number of days lost Number of modified work incidents Number of medical aids Number of high potential incidents where the possibility of fatality or

recordable injury could have occurred.

4.4.6. Summary of any penalties levied by the Government / Regulator against the Contractor within the past three (3) years.

4.4.7. Contractor summary reports of any work place fatality and / or incidents which resulted in significant property and / or environmental damage.

4.4.8. Notification of any pending administrative actions against the Contractor by the Regulator.

4.4.9. Certificate of Recognition (COR) issued under the Certificate of Recognition Program by the New Brunswick Construction Safety Association (NBCSA), or approved alternative. Certification must be maintained “In Good Standing” by the Contractor until completion of all Work.

5.0 CONTRACT DOCUMENTS

5.1. Holdback of 10% to be invoiced 60 days after final completion.

5.2. Description of Services and Specifications – RFP / Project No. BHOI 103-2020-05.Bid #1159

5.3. The Description of Services and Specifications shall be read in conjunction with the Construction Specifications for Trans-Canada Highway Project Co. and Brun-Way Highways Operations Inc. In interpreting the contract in the event of discrepancies or conflicts between the Description of Services and Specifications and the Construction Specifications, the Description of Services and Specifications shall govern.

5.4. List of product specifications:

5.4.1. TCHP Item 201 – Production of Highway Aggregates 5.4.2. TCHP Item 208 – Cold Milling Asphalt Concrete 5.4.3. NBDTI Item 259 – Bituminous Tack Coat 5.4.4. BHOI Item 261 – Asphalt Pavement (Patching) 5.4.4.1. BHOI Item 261-1 Construction Details of a Transverse Key Joint

5.4.5. TCHP Item 936 – Compaction 5.4.6. OMR 405 – Facility Cleaning

5.5. Attachment A – Payment Adjustment for Asphalt Cement

Page 21: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

DESCRIPTION OF SERVICES AND SPECIFICATIONS – Schedule B 12/05/2020

RFP / Project No.: BHOI 103-2020-05, Bid # 1159 Page 21 of 27

5.6. Attachment B – Location List for All Cross-Overs and Interchanges

6.0 PARTICULAR SPECIFICATIONS

ITEM 259 – BITUMINOUS TACK COAT

ADD: 259.1.2 Tack Coat shall be RS-1 or CRS-1 or non-tracking emulsion

REPLACE: 259.2.2 Tack coat RS-1 or CRS-1 Grade asphalt emulsion shall conform in all respects to the provisions of ASTM D977 and D2397, respectively.

ADD: 259.2.3 Non-tracking emulsion shall be Clean Bond Coat diluted with 40% water or equivalent, and shall meet the requirement of Table 259-1.

ADD: 259.2.3.1 Dilution of the emulsion shall be permitted at the terminal only.

ADD: Table 259-1

Non-tracking Emulsion Requirements (Prior to Dilute)

Test Type Specification Range Minimum Maximum

Test on Emulsion SF Viscosity, 25oC, SFs 20 Sieve Test, 850µm, % 0.1 Dist. Residue, 260oC 55 Oil Portion of Dist., % Trace

Particle Charge (-) or (+) Test on Residue Penetration, 25oC, dmm 20 55

Ash Content, % 1.0

REPLACE: 259.4.7 The RS-1 or CRS-1 or non-tracking emulsion shall be applied in a uniform manner, without streaking, at a rate of 0.20 to 0.30 L/m2 or as directed by the Engineer.

ADD: 259.4.7.1 RS-1 or CRS-1 shall be applied at 0.15 to 0.25 L/m2.

ADD: 259.4.7.2 A non-tracking emulsion shall be applied at 0.25 to 0.35L/m2.

ITEM 261 – ASPHALT PAVEMENT (Patching)

REPLACE: 261.2.1.1.2 Asphalt cement for the WMA-D mix shall be supplied by the Contractor and shall be of PG 58S-34 binder grade. The properties of the binder shall not change as a result of the warm mix technology.

Page 22: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

DESCRIPTION OF SERVICES AND SPECIFICATIONS – Schedule B 12/05/2020

RFP / Project No.: BHOI 103-2020-05, Bid # 1159 Page 22 of 27

ADD: 261.2.1.1.2.1 Performance Grade (PG) asphalt binder shall meet the requirements of AASHTO M332, Table 1 – Performance Graded Asphalt Binder Specification and Table 261-1A.

ADD:

Table 261 – 1A MSCR % Recovery Requirements

Traffic Designation Jnr (@ 3.2 kPa) % Recovery (min)

S ≤ 4.5 kPa-1 -

H ≤ 2.0 kPa-1 30%

V ≤ 1.0 kPa-1 35%

E ≤ 0.5 kPa-1 45%

≤ 0.25 kPa-1 55%

ADD 261.4.1.4.4 All temporary pavement markings shall be pavement marking tape and shall meet the following minimum retroreflectivity requirements: 250 millicandelas for white markings and 200 millicandelas for yellow markings.

7.0 PROJECT MANAGER

All inquiries pertaining to the work specified in this contract shall be referred to:

Craig Gallant, P.Eng Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, NB E3C 2B2 Office: (506) 474 - 7750 Mobile: (506) 461 – 6776 E-mail: [email protected]

Page 23: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

QUALITY ASSURANCE PROGRAMME – Schedule C 12/05/2020

RFP / Project No.: BHOI 103-2020-05, Bid # 1159 Page 23 of 27

SCHEDULE C – QUALITY ASSURANCE PROGRAM

May 12, 2020

Schedule C can be found at the following link:

Schedule C - Quality Assurance Program

Page 24: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

HEALTH AND SAFETY PROGRAM STANDARD – Schedule D 12/05/2020

RFP / Project No.: BHOI 103-2020-05, Bid # 1159 Page 24 of 27

SCHEDULE D – HEALTH AND SAFETY PROGRAM

May 12, 2020

Schedule D can be found at the following link:

Schedule D - Health and Safety Program

Page 25: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

ENVIRONMENTAL PROGRAM – Schedule E 12/05/2020

RFP / Project No.: BHOI 103-2020-05, Bid # 1159 Page 25 of 27

SCHEDULE E – ENVIRONMENTAL PROGRAM

May 12, 2020

Schedule E can be found at the following link:

Schedule E - Environmental Program

Page 26: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

SUPPLIER COMPLIANCE PACKAGE – Schedule F 12/05/2020

RFP / Project No.: BHOI 103-2020-05, Bid # 1159 Page 26 of 27

SCHEDULE F – SUPPLIER COMPLIANCE PACKAGE

May 12, 2020

Schedule F can be found at the following link:

Schedule F - Supplier Compliance Package (On-Site Services)

Page 27: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

PRODUCT SPECIFICATIONS – Schedule G 12/05/2020

RFP / Project No.: BHOI 103-2020-05, Bid # 1159 Page 27 of 27

SCHEDULE G – PRODUCT SPECIFICATIONS

May 12, 2020

Page 28: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

CONSTRUCTION SPECIFICATIONS Trans Canada Highway Project

PRODUCTION OF HIGHWAY AGGREGATES ITEM: 201

February 2018 PAVEMENT STRUCTURE Page 201-1

201.1 DESCRIPTION

.1 This Item consists of the processing and stockpiling of highway aggregates. .2 For the purposes of this Item the term "rock" does not include sandstone.

201.2 MATERIALS

.1 General

.1 All materials shall be supplied by the Developer. .2 The Developer shall provide the pit and/or quarry source for supply.

.2 Rock And Gravel Aggregates - Physical Requirements

.1 Aggregate shall be composed of clean, hard, sound, durable, uncoated particles that do not

contain friable, soluble or reactive minerals or other deleterious materials or conditions that would make the aggregate prone to decomposition or disintegration, or present any environmental hazard, from the presence of the parent material or its by-products, when exposed to the natural elements after placement in the Facility.

.2 Aggregate shall meet the requirements of Table 201-1.

Table 201-1 Properties of Rock and Gravel Aggregate

Test and Method Aggregate Type Value (Max.)

Micro-Deval (MTO LS - 618)

Cover Material 22% Aggregate Base 25%

Aggregate Subbase and Shoulder Material 30%

Freeze Thaw (MTO LS - 614) All Highway Aggregates 20% Flat & Elongated Particles @ 4:1 (MTO LS - 608) All Highway Aggregates 35%

Plasticity Index (AASHTO T89 and T90) Aggregate Base/Subbase 5

.3 Aggregate (except cover material) made from quarried rock shall have a total sulphur content (S%) of less than 0.3%, or a neutralization potential (NP) at least three times the acid-generating potential (AP), as represented by the neutralization potential ratio (NPR), where NPR = NP/AP ≥ 3.

.1 The NPR shall be determined by the “Modified Sobec” procedure (acid-base accounting),

based on total sulphur.

.2 Notwithstanding 201.2.2.3.1, the NPR may be based on sulphide sulphur in the case of material from weathered stockpiles predating 2002 provided the following sampling plan is followed:

.1 Number of Samples – One sample is required for each 4000 tonnes of stockpiles

material. The minimum sample size is 500g.

Page 29: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

CONSTRUCTION SPECIFICATIONS Trans Canada Highway Project

PRODUCTION OF HIGHWAY AGGREGATES ITEM: 201

February 2018 PAVEMENT STRUCTURE Page 201-2

201.2.2.3.2 .2 Sample Locations – Samples are to be taken from the top third, middle third and bottom third of the stockpile at various locations around stockpile. Power equipment shall be used and samples are to be taken from as deep as possible within each sampling location.

.3 Sample Results – The stockpile will pass/fail based on the average of the individual

sample test results. 201.2 .3 Blending of Aggregates

.1 Blending of aggregates to meet the grading requirements, increase the percentage of

crushed particles, or decrease the percentage of flat and elongated particles is acceptable. .2 Blending shall be carried out at the crusher. .3 The blending material shall be added such that the rate of blending is controlled and

measurable. .4 Blending materials shall be from a granular or rock source and shall have a Dust content not

exceeding 25%, when tested in accordance with ASTM C117; and a Plasticity Index (PI) not exceeding 5, when tested in accordance with AASHTO T89 and T90.

.5 Natural sand or gravel used as blending material in the production of the crushed rock

aggregates shall have no more than 20% of particles retained on the 4.75 mm sieve, and shall not exceed 20% by mass of the blended aggregate produced.

.6 Blending of aggregates shall produce a consistently graded product.

201.2 .4 Aggregate Base/Subbase

.1 Crushed Rock Base/Subbase

.1 Crushed rock base/subbase shall be produced by the processing of rock to conform to

the grading limits as set out in Table 201-2, when tested in accordance with ASTM C136 and C117.

.1 Rock shall be quarried from a source that is solid in situ.

Page 30: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

CONSTRUCTION SPECIFICATIONS Trans Canada Highway Project

PRODUCTION OF HIGHWAY AGGREGATES ITEM: 201

February 2018 PAVEMENT STRUCTURE Page 201-3

Table 201-2 Grading Limits - Crushed Rock Base/Subbase

ASTM Sieve Size

Aggregate Base Aggregate Subbase 25 mm

% passing 31.5 mm

% passing 50 mm

% passing 75 mm

% passing 90.0 mm 100 75.0 mm 95 - 100 63.0 mm 100 85 - 100 50.0 mm 95 – 100 73 - 95 37.5 mm 100 76 – 100 58 - 87 31.5 mm 100 95 - 100 25.0 mm 95 – 100 81 - 100 60 – 84 19.0 mm 71 – 100 66 - 90 50 – 76 35 - 69 12.5 mm 56 – 82 50 - 77 9.5 mm 47 – 74 41- 70 32 – 61 25 - 54 4.75 mm 31 – 59 27 - 54 21 – 49 17 - 43 2.36 mm 21 – 46 17 - 43 15 – 40 12 - 35 1.18 mm 13 – 34 11 - 32 10 – 32 8 - 28 300 µm 5 – 18 4 - 19 4 – 18 4 - 16 75 µm 0 – 8 0 - 8 0 – 9 0 - 9

201.2.4 .2 Crushed Gravel Base/Subbase

.1 Crushed gravel base/subbase shall be produced by the processing of gravel to conform

to the grading limits of Tables 201-3 when tested in accordance with ASTM C136 and C117.

Page 31: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

CONSTRUCTION SPECIFICATIONS Trans Canada Highway Project

PRODUCTION OF HIGHWAY AGGREGATES ITEM: 201

February 2018 PAVEMENT STRUCTURE Page 201-4

Table 201-3 Grading Limits - Crushed Gravel Base/Subbase

ASTM Sieve Size

Aggregate Base Aggregate Subbase

25 mm % passing

31.5 mm

% passing

50 mm

% passing

75 mm

% passing

100 mm

% passing 100.0 mm 100 90.0 mm 100 95 - 100 75.0 mm 95 - 100 80 - 100 63.0 mm 100 86 - 100 50.0 mm 95 – 100 75 - 95 60 - 87 37.5 mm 100 79 – 100 61 - 87 50 - 81 31.5 mm 100 95 - 100 25.0 mm 95 – 100 83 - 100 63 – 85 19.0 mm 75 – 100 70 - 90 53 – 78 38 - 70 34 - 68 12.5 mm 60 – 82 55 - 78 9.5 mm 52 – 75 45 - 72 35 – 62 28 - 56 25 - 58 4.75 mm 36 – 61 30 - 57 24 – 51 19 - 46 17 - 48 2.36 mm 25 – 48 20 - 46 17 – 42 13 - 37 13 - 39 1.18 mm 16 – 36 14 - 35 12 – 33 9 - 30 9 - 30 300 µm 5 – 16 5 - 19 5 – 18 4 - 16 4 - 17 75 µm 0 – 6 0 - 6 0 – 6 0 - 7 0 - 7

201.2.4.2 .2 Gravel Base shall have a minimum of 40% of the particles, by mass, having at least one fractured face, when tested in accordance with MTO LS - 607 on a combined sample composed of the sieve size ranges set out in Table 201-4.

.1 The material shall be divided into the ranges in accordance with

ASTM C136.

Table 201-4 Crushed Particle Sieve Size Ranges

Passing (mm) Retained (mm) Approximate Mass (g)

25.0 12.5 1000

12.5 9.5 500

9.5 4.75 250

201.2.4 .3 Pit Run Gravel Subbase

.1 Pit run gravel subbase shall be gravel that conforms to the grading limits set out in

Table 201-5, when tested in accordance with ASTM C136 and C117.

.1 Oversize rocks in the pit run material shall be removed from the Work.

Page 32: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

CONSTRUCTION SPECIFICATIONS Trans Canada Highway Project

PRODUCTION OF HIGHWAY AGGREGATES ITEM: 201

February 2018 PAVEMENT STRUCTURE Page 201-5

Table 201-5 Grading Limits - Pit Run Gravel Subbase

ASTM Sieve Size %-Passing

125 mm 100

100 mm 95 – 100

75 mm 82 – 100

50 mm 62 – 100

37.5 mm 52 – 100

19 mm 30 – 90

9.5 mm 22 – 79

4.75 mm 16 – 66

2.36 mm 12 – 55

1.18 mm 9 – 44

300 µm 4 – 25

75 µm 0 – 7

201.2.4 .4 Crushed Sandstone Subbase

.1 Crushed sandstone subbase shall be produced by the processing of sandstone to conform to the grading limits as set out in Table 201-6, when tested in accordance with ASTM C136 and C117.

Table 201-6

Grading Limits - Crushed Sandstone Subbase

ASTM Sieve Size 50 mm % Passing

75 mm % Passing

100 mm % Passing

100 mm 95-100

75 mm 95 – 100

50 mm 95 - 100

75 µm 10 10 10

.1 Sandstone shall be composed of clean uncoated particles free from clay, organic or other deleterious materials, and shall be from a source that is solid in situ.

.1 Sandstone rubble and highly weathered sandstone will not be acceptable.

.2 Sandstone shall have a freeze-thaw loss of not more than 70% when tested in

accordance with MTO LS - 614.

201.2 .5 Shoulder Material .1 Except as provided in 201.2.5.2, shoulder material shall be produced by the processing of

rock or gravel to conform to the grading limits set out in Table 201-7, when tested in accordance with ASTM C136 and C117.

Page 33: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

CONSTRUCTION SPECIFICATIONS Trans Canada Highway Project

PRODUCTION OF HIGHWAY AGGREGATES ITEM: 201

February 2018 PAVEMENT STRUCTURE Page 201-6

.2 Shoulder material for use in the repair of shoulder roundings and aggregate shoulders may, in addition to the material described in 201.2.5.1 above, be produced by the processing of reclaimed asphalt concrete pavement (RAP) to conform to the grading limits set out in Table 201-7, when tested in accordance with ASTM C136 and C117.

Table 201-7

Grading Limits - Shoulder Material

ASTM Sieve Size

31.5 mm % passing

37.5 mm 100

31.5 mm 95 - 100

25.0 mm 84 - 100

19.0 mm 70 - 90

12.5 mm 55 - 78

9.5 mm 45- 72

4.75 mm 30 - 57

2.36 mm 20 - 46

1.18 mm 14 - 35

300 µm 7 - 21

75 µm 3 - 12 201.2 .6 Cover Material

.1 Cover materials shall be produced by the processing of rock or gravel to conform to the

grading limits set out in Table 201-8, when tested in accordance with ASTM C136 and C117.

Table 201-8 Grading Limits - Cover Material

ASTM Sieve Size

9.5 mm % passing

12.5 mm % passing

16 mm % passing

19 mm % passing

19.0 mm 100 16.0 mm 100 12.5 mm 100 0 - 90 40 - 80 9.5 mm 100 40 - 90 0 - 60 20 - 62 4.75 mm 0 - 5 0 - 20 0 - 20 0 - 20 2.36 mm 0 - 8 0 - 8 0 - 10 75 µm 0 - 2 0 - 3 0 - 3 0 - 3

Page 34: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

CONSTRUCTION SPECIFICATIONS Trans Canada Highway Project

PRODUCTION OF HIGHWAY AGGREGATES ITEM: 201

February 2018 PAVEMENT STRUCTURE Page 201-7

201.3 CONSTRUCTION .1 Sampling and Testing of Aggregates

.1 The crushed product shall be monitored throughout the period of the Work and shall be

accepted or rejected on the basis of the testing performed by the Developer. .2 Sampling and testing shall be carried out as indicated in Table 201-9.

Table 201-9 Minimum Sampling And Testing Frequency

Procedure Standard(s) Minimum Frequency Per Shift

≤ 50 mm ≥ 75 mm

Sampling Aggregates ASTM D75 3 2

Reduction of Sample ASTM C702 3 2

Sieve Analysis ASTM C117, C136 3 2

NOTE 1: Shift is defined as one production crew’s daily work period. NOTE 2: Where production is greater than 4000 tonnes per shift the minimum frequency of testing will be increased.

.3 Sample sizes smaller than those specified in ASTM D75 and C136 may be used for quality control purposes, as indicated in Table 201-10

Table 201-10

Minimum Sieve Analysis Sample Sizes

Aggregate Cover Material Type Size

mm Mass

g Size mm

Mass g

Base 25 5000 9.5 1000 Base/Shoulder Material 31.5 7000 12.5 1200

Subbase 50 10000 16 1500 Subbase 75 15000 19 2000 Subbase 100 20000 Subbase Pit Run 20000

NOTE: Field samples obtained under ASTM D75 shall be at least four times larger than the above sieve analysis sizes.

.4 Records of test results shall be retained by the Developer.

Page 35: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

CONSTRUCTION SPECIFICATIONS

Trans Canada Highway Project

COLD MILLING ITEM: 208

FEBRUARY 2010 PAVEMENT STRUCTURE Page 208-1

208.1 DESCRIPTION

.1 This Item consists of the removal, haulage and stockpiling of asphalt concrete from a Roadbed.

208.2 MATERIALS

.1 None identified.

208.3 CONSTRUCTION

.1 The Developer shall carry out the Work as indicated in the Design Documents.

.2 The Developer shall take care in full depth removal not to contaminate the RAP with the underlying aggregate material.

.3 The Developer shall provide, in partial depth removal, Equipment with automatic controls for the control of longitudinal grade and transverse Slope.

.1 All loose material remaining after cold milling shall be swept to a granular shoulder or picked up from paved Shoulders, gutters, or from under guide rail before reopening the Work Area to traffic.

.2 If a transverse vertical cut is milled in the existing Pavement at the limit of the Work Area the Developer shall immediately construct with hot mixed asphalt concrete a temporary smooth 1.5 m long taper, as shown in Standard Drawing 261-1.

.3 The Lanes shall be completed to the same location at the end of the Day's cold milling.

.4 The Developer shall remove all asphalt concrete from the faces of gutters, catch basins or manhole frames and other Structures abutting the Work, in such a manner that the Structures are not damaged, and the area after removal matches the grade of the adjacent removal area.

.5 The Developer shall provide for the drainage of water from the cold milled area.

.6 The RAP shall remain the property of the Developer and shall be loaded and hauled to a stockpile site as indicated in the Design Documents.

.7 The Developer shall continuously maintain the Work Site free of potholes and standing water and in a condition providing for the safe and efficient flow of traffic, from the time of removal, until such time as the new asphalt concrete is placed.

.1 Hot mixed asphalt concrete shall be placed in the potholes; cold mix or RAP are acceptable only as a temporary repair.

Page 36: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2
Page 37: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2
Page 38: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

CONSTRUCTION SPECIFICATIONS Brun-Way Highways Operations Inc. ASPHALT CONCRETE PAVEMENT (Patching) ITEM: 261

September 2017 Pavement structure Page 261-1

261.1 DESCRIPTION .1 GENERAL

.1 This Item consists of supplying crushed aggregates, blending sand, anti-stripping agent, asphalt cement, production, loading, hauling, placing and compaction of asphalt concrete for Pavement construction.

.2 It shall be the Contractor’s responsibility to provide an acceptable product as specified. In

order to achieve this, the Contractor shall implement and maintain a quality control system that will provide assurance that all components, as well as end result products, conform to the requirements of the Contract Documents. This is without regard to whether the products are manufactured by the Contractor or purchased from suppliers or Subcontractors.

.2 DEFINITIONS .1 Design Mix Formula (DMF)

.1 DMF - the laboratory determination of the precise proportions of asphalt cement and aggregates to be blended together to meet the specified properties for the asphalt mix.

.2 Job Mix Formula (JMF)

.1 JMF - the establishment of the single definite percentage for each sieve fraction of

aggregate and the asphalt cement content that will produce the desired mix properties under field conditions.

.3 Asphalt Content

.1 “Design Asphalt Content” means the asphalt cement content established by the DMF.

.2 “Approved Asphalt Content” means the asphalt cement content determined by the

JMF.

.3 “Actual Asphalt Content” means the amount of asphalt cement in the mix as determined by ASTM D2172 or AASHTO TP53-95 (modified).

.4 “Warm Mix (WMA)”- is warm mixed, warm laid asphalt concrete produced using technologies that provide coating, workability and compaction at lower temperatures than required for hot mix asphalt.

Page 39: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

CONSTRUCTION SPECIFICATIONS Brun-Way Highways Operations Inc. ASPHALT CONCRETE PAVEMENT (Patching) ITEM: 261

September 2017 Pavement structure Page 261-2

261.2 MATERIALS

.1 MATERIAL PROPERTIES .1 Asphalt Cement

.1 Asphalt cement shall be PG 58-28 and shall be supplied by the Contractor. .2 The properties of the binder shall not change as a result of the WMA technology

261.2.1 .2 Coarse Aggregate

.1 Coarse aggregate shall be supplied by the Contractor.

.2 Coarse aggregate shall consist of crushed quarried rock or gravel, composed of hard, sound, durable particles free from shale, clay and decomposed schist and other soft or disintegrated pieces, or deleterious substances.

.3 Coarse aggregate shall be the portion retained on the 4.75 mm sieve, when tested in

accordance with ASTM C136, and shall meet the physical requirements of Table 261-1. .4 If the coarse aggregate is produced from pit run gravel the following shall apply; .1 The Contractor shall crush pit run gravel which is retained on a 31.5mm sieve.

.1 The pit run gravel retained for crushing shall be allowed a maximum of 10% passing the 31.5mm sieve based on a washed sieve analysis.

.3 Fine Aggregate

.1 Fine aggregate shall be supplied by the Contractor. .2 Fine aggregate shall be prepared by crushing rock or gravel or screening a

manufactured sand. It shall consist of hard, sound, durable particles free from clay, loam or other deleterious substances, or disintegrated pieces.

.3 Fine aggregate shall be the portion passing the 4.75 mm sieve, when tested in

accordance with ASTM C117 and C136, and shall meet the physical requirements of Table 261-1.

.4 If the fine aggregate is produced from pit run gravel, the following shall apply.

.1 Material passing the 4.75 mm sieve, may be used as fine aggregate. .2 The Contractor shall crush pit run gravel which is retained on the 6.3 mm sieve.

.1 The pit run gravel retained for crushing will be permitted a maximum of 5% passing the 6.3 mm sieve, based on a washed sieve analysis.

Page 40: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

CONSTRUCTION SPECIFICATIONS Brun-Way Highways Operations Inc. ASPHALT CONCRETE PAVEMENT (Patching) ITEM: 261

September 2017 Pavement structure Page 261-3

TABLE 261-1 Asphalt Concrete Mix Requirements

Sieve Size

Type B/HRB

Type C

Type - D/WMA-D/ HRD

ASTM Designation % (by mass) Passing Each Sieve Coarse Aggregate 25.0 mm 100 - -

19.0 mm 84-98 - - 16.0 mm 72-90 100 - 12.5 mm 60-87 88-98 100 9.5 mm 51-75 68-90 76-98 6.3 mm 41-66 54-77 60-84

Fine Aggregate 4.75 mm 34-60 46-69 52-70 2.36 mm 22-50 28-58 36-65 1.18 mm 12-42 20-50 25-55 600 µm 6-32 13-40 16-44 300 µm 3-20 7-27 8-26 150 µm 2-8 3-10 4-12 75 µm 2-6 2-7 2-6

Physical Requirements For Asphalt Concrete Air Voids % 3.5-4.5 3.5-4.5 3.5-4.5 VMA % (min) 13 14 15 Voids Filled with Asphalt % 70-75 70-75 70-77 TSR (Average of Conditioned and Freeze/Thaw TSR values) (min) ASTM D 4867

80.0

80.0

80.0

Dust to Binder Ratio 0.6-1.2 0.6-1.2 0.6-1.2 Number of Gyrations N initial = 8, N design = 100, N max = 160

Physical Requirements For Coarse Aggregate Freeze/Thaw % (max) - DOT method 14 12 12 Micro Deval %( max) – MTO LS-618 18 15 15 Petrographic No.(max) – MTO LS-609 230 180 180 Flat & Elongated Particle % ( max @4:1) – DOT Method

20 15 15

Crushed Particles – DTI Method (min % by wt., one face) (min % by wt., two face)

95 80

95 80

95 80

Absorption %(max) – ASTM C 127 1.5 1.5 1.5

Physical Requirements For Fine Aggregate Micro-Deval % (max) – MTO LS-619 20 16 16 Uncompacted Void Content % (min) – AASHTO TP33

45 45 45

NOTE: The allowable Micro-Deval surface Fine Aggregate shall be Max % Loss=19.0, if the Micro-Deval on Course Aggregate is ≤12.0, provided that the Course Aggregate is from the same source.

Page 41: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

CONSTRUCTION SPECIFICATIONS Brun-Way Highways Operations Inc. ASPHALT CONCRETE PAVEMENT (Patching) ITEM: 261

September 2017 Pavement structure Page 261-4

261.2.1 .4 Blending Sand

.1 Blending sand shall be supplied by the Contractor. .2 Blending sand shall be used to obtain acceptable physical mix properties as outlined in

Table 261-1. .3 The maximum mass of blending sand to be used in the total mix shall not exceed 10%

of the total mass. .4 Blending of aggregates shall not be permitted except for the following reasons: .1 To meet the grading requirements; or .2 To increase the percentage of crushed particles .5 Blending sand shall have 100% passing the 9.5 mm sieve prior to the introduction into

the coldfeed at the plant.

261.2.1 .5 Anti-stripping Admixtures

.1 Anti-stripping admixtures shall be supplied by the Contractor. .2 The approved anti-stripping agents are listed in Table 261.1A for use in the Work.

Table 261-1A Approved Anti-stripping Agents

Product

Redicote 82-S Redicote C 3082 Redicote C 2914 Rediset LQ-1102 AD-here LOF 65-00 AD-here 7700 Pave Bond T Lite Travcor 4505 Innovalt W Evotherm 3G Cecabase RT 2N1

261.2.1 .6 Sulphide Bearing Rock

.1 Aggregates made from quarried rock shall have a total sulphur content (S%) of less than 0.3%, or a neutralization potential (NP) at least three times the acid-generating potential (AP), as represented by the neutralization potential ratio (NPR), where NPR = NP/AP ≥ 3.

.2 The NPR shall be determined by the “Modified Sobec” procedure (acid-base accounting),

based on total sulphur.

Page 42: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

CONSTRUCTION SPECIFICATIONS Brun-Way Highways Operations Inc. ASPHALT CONCRETE PAVEMENT (Patching) ITEM: 261

September 2017 Pavement structure Page 261-5

.3 Notwithstanding 261.2.1.7.2, the NPR may be based on sulphide sulphur in the case of

material from weathered stockpiles predating 2002 provided the sampling plan set out in 201.2.2.3.2.1, 201.2.2.3.2.2 and 201.2.2.3.2.3 is followed.

261.2.1 .7 WMA Materials

.1 The Contractor shall supply all materials required for production of WMA. .2 The Contractor shall identify a facility to produce the WMA mix in accordance with the

suppliers’ instructions for use of their materials. .3 The Contractor shall obtain from the suppliers all information required for proper

preparation, handling, storage and use of their materials. .4 Other WMA materials and the mix composition shall be as specified for conventional hot

mixes. .5 The Engineer has approved the following Warm Mix technologies listed below for use in

the Work: • Evotherm 3G • Evotherm DAT • Advera • Gencor Ultraform GX • Astec Double Barrel Green Foaming • Sonne Warmmix • Cecabase RT • Cecabse RT 2N1 • Meeker Foaming System • Al-Mix Foaming System • Rediset LQ • Cecabase RT 2N1

261.2.2 COMPOSITION OF ASPHALT CONCRETE MIX .1 Mix Design

.1 Responsibility for Design Mix Formula: Preparation of the asphalt DMF is the

responsibility of the Contractor. The Contractor shall use professional engineering services and a qualified testing laboratory, to assess the aggregate materials proposed for use and to carry out the design of the asphalt mix.

.2 Requirements for Design Mix Formula: The asphalt mix design shall follow AASHTO

PP28-02 Standard Practice for Superpave Volumetric Design for Hot-Mix Asphalt (HMA), AASHTO PP2-00 Standard Practice for Mixture Conditioning of

Hot-Mix Asphalt (HMA) and AASHTO TP4-00 Standard Method for preparing and Determining the Density of Hot-Mix Asphalt (HMA) Specimens by means of Superpave Gyratory Compactor.

Page 43: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

CONSTRUCTION SPECIFICATIONS Brun-Way Highways Operations Inc. ASPHALT CONCRETE PAVEMENT (Patching) ITEM: 261

September 2017 Pavement structure Page 261-6

261.2.2 .2 Mix Adjustments During Production

.1 The Contractor shall produce an asphalt concrete mix to the mix control tolerances and ranges as shown in Table 261-1A.

TABLE 261-1A

Physical Requirements for Asphalt Concrete Mix

Test Property B HRB C D Min. Max. Min. Max. Min. Max. Min. Max.

% Air Voids 3.0 5.0 2.5 5.0 3.0 5.0 3.0 5.0 % Voids in mineral aggregate (VMA)

13.0 13.0 14.0 15.0

% Voids filed with asphalt (VFA)

65.0 75.0 65.0 75.0 65.0 75.0 65.0 77.0

.2 If testing results indicate that the asphalt concrete mix is outside the physical

requirement listed in Table 261-1A, the Contractor shall take corrective action. 261.3 QUALITY CONTROL TESTING

.1 General

.1 The Contractor shall perform quality control tests in accordance with the requirements in

Table 261-2 and 261-3.

TABLE 261-2 Test Methods Used To Determine Aggregate Characteristics

Tests Standard

Sampling ASTM D 75 Sieve Analysis ASTM C 117, C 136 Soundness (NaSO4) ASTM C 88 Micro Deval MTO LS – 618 Petrographic No. MTO LS – 609 Flat & Elongated Particle MTO LS – 608 Percent Fracture MTO LS – 617 Unconfined Freeze/Thaw MTO LS – 614 Absorption ASTM C 127

Page 44: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

CONSTRUCTION SPECIFICATIONS Brun-Way Highways Operations Inc. ASPHALT CONCRETE PAVEMENT (Patching) ITEM: 261

September 2017 Pavement structure Page 261-7

Table 261-3 Quality Control Testing Requirements

Series Test Standard Aggregate Production 1. Sampling ASTM D 75 2. Sieve Analysis (Crushed) ASTM C 136 & C 117 3. Sieve Analysis (Blending Sand) ASTM C 136 & C 117 4. Percent Fracture (Coarse) MTO LS – 617

A 5. Flat & Elongated Particle (Coarse) MTO LS – 608 Samples 1. Asphalt Cement Refinery Certification 2. Tack ASTM D 140 3. Sampling Mixes ASTM D 979

Hot Bin (Batch Plants) B 1. Sampling 2. Sieve Analysis ASTM C 136 & C 117

Plant Inspection Mix Testing

C 1. Mix Asphalt Content ASTM D 2172 or

AASHTO TP53-95 (modified) or ASTM D 4125

2. Mix Moisture Content ASTM D 2172 3. Field Formed Superpave Briquettes AASHTO TP4-00

Other Related Tests 1. Extracted Aggregate Sieve

Analysis ASTM D5444

2. Bulk Relative Density ASTM D 2726 3. Void Calculations, Cores or

Formed Specimens ASTM D 3203

D 4. Temperatures (plant and road) 5. Percent Compaction, Asphalt

Concrete Pavement (coring or nuclear density)

ASTM D 5361(coring) ASTM D 2950(nuclear)

6. Random Test Site Locations ASTM D 3665 7. Correction Factors, Nuclear

Moisture-Density Measurement 8. Ignition Method 9. Theoretical Maximum Relative Density 10. Forming Superpave Specimens, Field Method 11. TSR (Average of Conditioned & Freeze/Thaw TSR values)

ASTM D 2950 DTI Asphalt Concrete Quality Assurance Technician Certification AASHTO T 209 AASHTO T312 ASTM D 4867

.2 ASPHALT CONTENT, GRADATION, AIR VOIDS

.1 One (1) loose samples will be taken before compaction selected as follows. .2 Random sampling procedures will be used to determine the tonnage at which to obtain

the samples.

Page 45: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

CONSTRUCTION SPECIFICATIONS Brun-Way Highways Operations Inc. ASPHALT CONCRETE PAVEMENT (Patching) ITEM: 261

September 2017 Pavement structure Page 261-8

.3 BHOI will arrange to have the samples collected and tested.

.3 ASPHALT DENSITY

.1 Up to three (3) cores may be taken using random sampling procedures. .2 BHOI will determine the location of each test site. .3 In no case will a lateral distance be less than 0.3m from the edge of the mat. .4 Cores will not be taken within 25m of a loose sample location. .5 Cores will be obtained in accordance with ASTM D5361 after project completion.

.4 The percent compaction of the HMA placed will be determined by comparing the density of each core with the average Theoretical maximum Relative Density of the loose samples.

The minimum shall be 92.5% for each core. Areas that do not pass the percent compaction requirement will be subject to sections 261.5.3 and 261.5.4.261.4 CONSTRUCTION .1 PLACEMENT .1 Mixing, Weather and Temperature Conditions

.1 Mixing temperatures for all types of plants shall be such that the temperature of the

mixture when discharged from the mixer unit shall be controlled within ± 5°C of the temperature requirement of the DMF and conforming to the supplier’s recommendations.

.1 The maximum mixing temperature for hot mix shall be 165 ºC or the temperature

recommended by the asphalt cement supplier. .2 The mixing temperature for WMA mix shall be as recommended by the WMA

additive supplier. .2 The Contractor shall not place asphalt concrete when weather conditions of fog or rain

prevail nor when the pavement surface shows signs of any moisture. .3 Aggregate Base shall be free of standing water prior to the placement of asphalt

concrete.

261.4.1 .2 Placing Asphalt Mix .1 The Contractor shall place asphalt concrete on a dry surface .1 Asphalt concrete shall not be placed under adverse weather conditions of

precipitation. .2 When placing asphalt concrete surface mix, the surface temperature of the

material to be overlaid shall be a minimum of 5oC.

Page 46: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

CONSTRUCTION SPECIFICATIONS Brun-Way Highways Operations Inc. ASPHALT CONCRETE PAVEMENT (Patching) ITEM: 261

September 2017 Pavement structure Page 261-9

.2 All prepared surfaces shall be cleaned of loose or foreign material prior to placing of

the asphalt mix.

.1 The Contractor shall treat all milled and aged surfaces with bituminous tack coat in accordance with Item 259.

.3 Contact edges of existing mats and contact faces of curbs, gutters, manholes,

sidewalks and bridge structures shall be coated with a thin film of tack before placing the asphalt mix.

.4 The alignment and grade along the outside edges of the asphalt concrete layers shall

be regular without any sags and/or kinks. .5 Lanes shall be completed to approximately the same location at the end of the day’s

paving. .6 No traffic shall be permitted on newly placed asphalt concrete until finish rolling is

complete, and the finished mat has been permitted to cool to 60°C or as recommended by the WMA additive supplier in the case of WMA-D.

.1 Water required to lower the mat temperature shall be supplied by the Contractor.

.7 Fuel spills from Equipment shall be immediately repaired by the Contractor to the

satisfaction of the Engineer. .8 The cross slope of the asphalt concrete surface shall be within ± 0.5% (± 15 mm when

measured over 3.0 m, perpendicular to the centreline) of the design cross slope. .9 The temperature prior to initial compaction shall be: .1 A minimum of 115oC for hot mixed asphalt concrete.

.2 A minimum of 90oC for warm mixed asphalt concrete. .10 The maximum temperature of the hot mixed asphalt concrete shall be 165oC or the

temperature recommended by the asphalt binder supplier. .11 The maximum temperature of the WMA behind the screed shall be 125oC. .12 Spreading of asphalt concrete by hand shall be kept to a minimum and shall be carried

out concurrently with the machine laying operation of the regular mat, unless otherwise approved by the Engineer.

.13 The speed of the paver shall be matched to the production of the asphalt plant to ensure

continuous operation of the paver .14 Trial mixes are the property of the Contractor and shall be placed outside the Work Site,

unless otherwise authorised by the Engineer for the purpose of padding or patching. 261.4.1 .3 Joints

Page 47: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

CONSTRUCTION SPECIFICATIONS Brun-Way Highways Operations Inc. ASPHALT CONCRETE PAVEMENT (Patching) ITEM: 261

September 2017 Pavement structure Page 261-10

.1 General

.1 Joints shall be constructed to ensure thorough and continuous bond and to provide a smooth riding surface.

.2 Dirt or other foreign and loose material shall be removed from the faces against

which joints are to be made.

.2 Transverse Construction Joint

.1 A transverse construction joint in HMA shall be constructed at the end of each Day’s work and at other times when paving is halted for a period of time which will permit the asphalt concrete to cool.

.1 Below 115oC for hot mixed asphalt concrete. .2 Below 90oC for warm mixed asphalt concrete.

.2 Where the asphalt concrete surface and/or base course has been terminated due

to the conditions noted in the preceding clause, the mat shall be tapered at 50:1 minimum, if traffic is permitted.

.3 When paving resumes, tapers from surface courses previously laid shall be cut

back to full mat thickness to expose fresh, straight vertical surfaces, free from broken or loose material and tacked.

.3 Transverse Key Joint

.1 A transverse key joint shall be constructed as per Standard Drawing 261-1 where

the new pavement terminates against an existing pavement. .2 If a key is cut in advance of paving the joint area, the Contractor shall construct a

smooth taper at the joint area to a slope of 25:1 minimum, as shown in Standard Drawing 261-1.

.3 Prior to the placement of the asphalt concrete, all transverse key joint surfaces

shall be cleaned of loose foreign material and a tack coat applied in accordance with Item 259.

261.4.1.3 .4 Longitudinal Construction Joints

.1 The following requirements shall apply when constructing longitudinal construction

joints.

.1 Widths of succeeding individual courses shall be offset by 50-100 mm so that longitudinal joints are staggered and not in the same vertical line.

.2 The Contractor shall treat all joints with bituminous tack coat.

.3 All longitudinal construction joints left exposed overnight or which are exposed

to moisture from rain and all curb, manhole, culvert or other abutting structures shall receive an application of tack coat.

Page 48: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

CONSTRUCTION SPECIFICATIONS Brun-Way Highways Operations Inc. ASPHALT CONCRETE PAVEMENT (Patching) ITEM: 261

September 2017 Pavement structure Page 261-11

.4 Longitudinal construction joints shall not be permitted between the edges of driving lanes in the final lift of asphalt concrete.

.5 Longitudinal construction joints shall be constructed to ensure that maximum

compression under rolling is achieved. .6 On surface courses, the method of making joints shall be such that excess

material is not scattered on the surface of the freshly laid mat and all excess material shall be carefully removed.

261.4.1 .4 Compaction of Mix

.1 One Hundred (100) percent of the Contractor’s compaction results shall be a minimum

of 92.5% of the theoretical maximum relative density. Compaction results shall be achieved without any damage to the Facility or adjacent property.

.5 Temporary Traffic Markings

.1 The Contractor shall place, on a daily basis, temporary markings on all newly

constructed or milled pavement to be exposed to traffic. .2 The Contractor shall supply the temporary traffic marking strip material or pavement

markers.

.3 All temporary marking strips must be a minimum of 2.0 m long and applied lengthways to the road surface.

.4 Spacing shall be 50 m center to center on tangents and 25 m center to center on both

horizontal and vertical curves.

.5 All temporary pavement markings shall be pavement marking tape and shall meet the following minimum retroreflectivity requirements: 250 milicandelas for white markings and 200 milicandelas for yellow markings.

261.5 QUALITY ASSURANCE TESTING .1 ASPHALT CEMENT

.1 Asphalt cement samples shall be collected by the Contractor and provided to Brun-

Way as follows:

.1 Samples shall be a minimum size of one litre for every 5,000t of asphalt mix production and shall be taken from the Contractor’s storage tank in accordance with ASTM D 140.

.1 The Contractor shall supply the sample container. .2 The Contractor shall label the samples with the Contract number, date,

time, grade, and type of asphalt binder, supplier, refinery, and the name and the proportions of any additives added to the asphalt binder.

Page 49: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

CONSTRUCTION SPECIFICATIONS Brun-Way Highways Operations Inc. ASPHALT CONCRETE PAVEMENT (Patching) ITEM: 261

September 2017 Pavement structure Page 261-12

.2 If a sample test result falls outside of the material requirements, the Contractor shall suspend the asphalt mix production until the asphalt cement supplier’s quality control tests indicate compliance.

261.6 .1 IRI SMOOTHNESS .1 Description. This specification applies to the final lift (surface course) of all newly

placed asphalt concrete pavement.

.1 The smoothness of the final lift of newly placed asphalt concrete pavement shall be checked by the Operator with a Class 1 inertial laser profiler with moving average filter (high pass 90 m and low pass 0.3 m) in the same year in which the asphalt concrete pavement is placed.

.1 This equipment will be installed and operated in accordance with ASTM E

950 Standard Test Method for Measuring the Longitudinal Profile of Traveled Surfaces with an Accelerometer Established Inertial Profiling Reference.

.2 The final lift of asphalt concrete pavement shall not exceed an IRI reading of

2.28 mm/m per 100 m section on the mainline lanes and 2.8 mm/m per 100 m section on all ramps.

.1 Whether or not the 100 m IRI requirement has been met, localized

roughness >3.0 mm/m for each 10 m segment shall be repaired per 261.5.8. This requirement is not applicable to interchange ramps.

.2 Definitions. .1 Reporting Interval - The reporting interval for this specification shall be 100

metres for overall IRI, and 10 metres for localized roughness. .2 Localized Roughness - Localized roughness is reported in 10 meter intervals

where the IRI exceeds an established value as set out in Table 261-7 of this specification. Localized roughness intervals can be less than 10 metres when approaching a structure or at the end of a paving section.

.3 Segment - A segment of Roadway shall be defined by the full lane width

(including paved shoulders) over a defined length. The segment length shall be 10 metres for localized roughness and 100 metres for overall IRI, however, shorter segment lengths can exist.

.4 Project Chainage - The distance as measured by the High Speed Profiler will

be the only chainage deemed accurate and acceptable for the smoothness specification.

Page 50: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

CONSTRUCTION SPECIFICATIONS Brun-Way Highways Operations Inc. ASPHALT CONCRETE PAVEMENT (Patching) ITEM: 261

September 2017 Pavement structure Page 261-13

.5 Section - A section of roadway shall be defined by the full lane width and continuous length of a repair area.

.3 References. .1 This specification refers to the following standards, specifications or

publications:

• ASTM E 950 Standard Test Method for Measuring the Longitudinal Profile of Travelled Surfaces with an Accelerometer Established Inertial Profiling Reference

.4 Smoothness Testing Procedures. A quality assurance consultant will conduct

smoothness testing in accordance with ASTM E 950. The results will be provided to BHOI and will be used in determining applicable payment adjustments and/ or areas requiring Corrective Work.

.1 Testing Schedule - Smoothness testing will be conducted within 3 working

days following completion of final contract paving, provided there are no situations present which restrict access to the test site with the profiler equipment. Additional time may be required to conduct testing if weather conditions are unfavorable. Efforts will be made to collect smoothness data within the 3 working days, however, if not possible, smoothness testing may be delayed until conditions are favorable. Such delays shall not constitute grounds for a claim from the Contractor.

.2 Profile Measurements - The profiler will conduct three (3) complete passes in

each lane, recording the right and left wheel path IRI values simultaneously at 10 meter intervals. The final IRI will be the average of the three passes reported at 10 meter intervals. The 100 meter interval averages will then be computed from the 10 meter interval average IRI values. On ramps the point at where testing will start / end will be where the full pavement width occurs.

.3 Exclusions - Bridges, underpass structures and overpass structures located

within any 10 meter segment, including the 10 meter segments immediately before and after the structure shall be excluded from payment adjustments under this specification. Areas requiring hand work, tapers, gore areas, aprons, traffic counter loops, etc. will also be excluded from this specification. A new 100 meter segment shall begin following exclusion areas.

.4 Joints - The first 10 meter segment (start joint) and the last segment, 10 meters or less, (end joint) of each paving section as part of this contract will be included in the profile measurements.

.5 Payment Adjustments. BHOI will provide the Contractor with a copy of the

smoothness test results, including detailed payment adjustment summaries and Compulsory Corrective Work or Mandatory Penalty requirements, within 10 calendar days of original smoothness testing.

Page 51: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

CONSTRUCTION SPECIFICATIONS Brun-Way Highways Operations Inc. ASPHALT CONCRETE PAVEMENT (Patching) ITEM: 261

September 2017 Pavement structure Page 261-14

.1 100 Metre Segments - Payment adjustments for 100 meter segments will be calculated based on the overall average IRI in mm/m for each 100 meter segment in each lane in accordance with Table 261-5 for main lanes and 261-6 for interchange ramps.

Table 261-5 – Main Lanes

Payment Adjustment for each 100 meter Segment in each Lane IRI (mm/m) - 0.00 - 0.10 $300.00 0.11 - 0.20 $300.00 0.21 - 0.30 $300.00 0.31 - 0.40 $300.00 0.41 - 0.50 $200.00 0.51 - 0.60 $100.00 0.61 - 0.70 $50.00 0.71 - 0.80 $0.00 0.81 - 0.90 $0.00 0.91 - 1.00 $0.00 1.01 - 1.10 ($50.00) 1.11 - 1.20 ($100.00) 1.21 - 1.30 ($450.00) 1.31 - 1.40 ($740.00) 1.41 - 1.50 ($1070.00) 1.51 - 1.60 ($1260.00) 1.61 - 1.70 ($1480.00) 1.71 - 1.80 ($1720.00) 1.81 - 1.90 ($2040.00) 1.91 - 2.00 ($2750.00) 2.01 - 2.10 ($3300.00) 2.11 - 2.20 ($4700.00) 2.21 - 2.28 ($4700.00) >2.28 Reject

.2 Localized Roughness - With the exception of areas described in Item 261.5.2.4.3 and interchange ramps each 10 meter segment with an IRI value greater than those shown in Table 261-7 shall be defined as localized roughness, resulting in negative payment adjustments. The total localized roughness payment adjustment shall be the numerical summation of all the individual localized roughness payment adjustments for the defined section of Roadway. Price adjustments for segments less than 10 meters shall be prorated.

Table 261-7

Roadway Classification Localized Roughness Payment Adjustment (for

Page 52: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

CONSTRUCTION SPECIFICATIONS Brun-Way Highways Operations Inc. ASPHALT CONCRETE PAVEMENT (Patching) ITEM: 261

September 2017 Pavement structure Page 261-15

IRI (mm/m) for 10 meter Segments on main lanes

each occurrence)

Rte 2/ Hwy 95 >1.20 ($250) Start and end joints (261.5.2.4.4) >3.0 ($500)

.3 Total Payment Adjustments - The total payment adjustment shall be the

summation of all the individual payment adjustments for each 100 meter segment in each lane.

If the 100 meter segment payment adjustment is zero ($0.00) or a positive value (bonus), the Contractor will be assessed on the 100 meter segment payment adjustment plus the localized roughness payment adjustment.

If the 100 meter segment payment adjustment is a negative value (penalty), the Contractor will be assessed either the 100 meter segment payment adjustment or the total localized roughness payment adjustment, whichever is numerically less (i.e. whichever results in a greater penalty to the Contractor). The two penalties shall not be applied in summation.

Example 1: 500 meter Section (Station 81+000 – 81+500) 100m Segment

100m IRI (mm/m)

Localized Roughness sections

Bonus/Penalty 100m IRI

Localized Roughness Penalty

Total

81+000 1.16 3 -100 -750 -750.00 81+200 0.62 1 50 -250 -250.00 81+300 0.58 0 100 100.00 81+400 0.97 2 0 -500 0.00 81+500 1.41 3 -1070 -750 -1070.00 Applied Adjustment

-1970.00

.4 Segments Less Than 100 Metres - For segments less than 100 metres in

length, price adjustments will be determined from 10 meter segments that are not subject to exclusions as described in Item 261.5.2.4.3. Payment adjustments under Item 261.5.2.5.1 and Item 261.5.2.5.2 shall apply to these areas based on the actual number of 10 meter segments that are not excluded. Price adjustments shall be prorated based on the number of non-excluded 10 meter segments in the 100 meter segment, as detailed in Tables 261-5 and 261-6.

Example 1:

27 meter Segment with bridge approach

Localized IRI Exclusio Localized Average IRI IRI Total

Page 53: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

CONSTRUCTION SPECIFICATIONS Brun-Way Highways Operations Inc. ASPHALT CONCRETE PAVEMENT (Patching) ITEM: 261

September 2017 Pavement structure Page 261-16

Roughness Segment

(mm/m)

n Applies? (yes/no)

Roughness

Payment Adjustme

nt

over 27 meter Segment

Payment Adjustmen

t (See Table

261-5)

Payment Adjustment (for this 27

meter Segment)

7+720 - 7+730 0.34 No $0

(0.34+ 0.23+ 1.22) /3= 0.60

+$100 x 27m/100m

=+$27

=+$27-$175 = -$148

7+730 - 7+740 0.23 No $0

7+740 - 7+747 1.22 No

= -$250* 7m/10m =

-$175

7+750 - 7+760 -

Yes (Bridge

Approach)

NA

New 100 meter segment begins after 10 meter leave of bridge *Expansion joint on structure located at 7+757 Example 2: 30 meter Segment (Station 6+420 - 6+450) at end of paving section Exclusions Apply in 1 of the individual 10 m segments

10 Meter Segment

IRI (mm/m)

Exclusion Applies? (yes/no)

Localized Roughness

Payment Adjustment

Average IRI over 30

meter Segment

IRI Payment

Adjustment (See Table

261-5)

Total Payment

Adjustment (for

this 30 meter

Segment) 6+420 - 6+430 0.88 No $0

(0.88 + 1.45)/2 =

1.16

-$100 x 2/10 = -$20

- $250 = -$250

6+430 - 6+440 1.45 No -$250

6+440 - 6+450 1.65

Yes (traffic

counter) $0

New 100 metre segment begins after exclusion

.6 Corrective Work. Corrective Work shall include Compulsory and Optional Corrective Work as defined in Items 261.5.2.6.1 and 261.5.2.6.2. All Corrective Work shall be carried out as defined in Item 261.5.2.6.3 and at the Contractor’s expense. The Contractor shall only be allowed one (1) attempt to perform Compulsory or Optional Corrective Work. .1 Compulsory Corrective Work

Page 54: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

CONSTRUCTION SPECIFICATIONS Brun-Way Highways Operations Inc. ASPHALT CONCRETE PAVEMENT (Patching) ITEM: 261

September 2017 Pavement structure Page 261-17

.1 100 Meter Segments - With the exception of areas defined in Items 261.5.2.4.3 and 261.5.2.4.4 all 100 meter segments on the main lanes with an IRI >2.28mm/m and 100 meter segements on interchange ramps with IRI >2.8 mm/m shall be subject to Compulsory Corrective Work or a Mandatory Penalty

.2 Localized Roughness - With the exception of areas defined in Items

261.5.2.4.3, 261.5.2.4.4, and interchange ramps all localized roughness segments with an IRI > 3.00 mm/m shall be subject to Compulsory Corrective Work or a Mandatory Penalty. All segments defined in item 261.5.2.4.4 on the main lanes with an IRI > 4.5mm/m shall be subject to Compulsory Corrective Work or a Mandatory Penalty. For interchange ramps only, individual bumps and dips that exceed 13mm in the vertical direction as measured by the Class 1 inertial laser profiler shall be subject to Compulsory Corrective Work or a Mandatory Penalty. This value is in excess of the 5mm blanking band and is based on the outer-wheel path.

.2 Mandatory Penalty - Where Compulsory Corrective Work is indicated, the

Contractor shall be subject to performing the compulsory repairs or be subject to a $5000.00 Mandatory Penalty for each occurrence. The option to repair the Compulsory Corrective Work segments or accept the Mandatory Penalty shall be at the Contractor’s discretion.

The Contractor shall notify the Project Engineer of their intention to perform repairs or accept the Mandatory Penalty within 5 calendar days of receipt of smoothness test results, including any appeal test results. Based on the overall smoothness results, BHOI reserves the right to waive the Contractor’s right to perform any or all Compulsory Corrective Work and enforce the Mandatory Penalty.

.3 Optional Corrective Work - The Contractor shall be permitted to carry out corrective work on any 100 meter segment with average IRI values as defined in Table 261-8.

Table 261-8

IRI (mm/m) on 100 m

Segments where Corrective Work is

Permitted

Main Lanes 1.81 – 2.28

Interchange Ramps 2.31 - 2.8

Page 55: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

CONSTRUCTION SPECIFICATIONS Brun-Way Highways Operations Inc. ASPHALT CONCRETE PAVEMENT (Patching) ITEM: 261

September 2017 Pavement structure Page 261-18

.4 Corrective Work Procedures - Corrective work shall be in accordance with BHOI Item 261.5.8.

.5 Time Limit for Corrective Work - Corrective work shall be completed within 30 calendar days of receipt of smoothness test results, including any appeal test results. Corrective Work not completed within the 30 calendar days or by November 15, whichever is sooner, will automatically be subject to a Mandatory Penalty as stated in Item 261.5.2.6.1.1.

.6 Retesting Following Corrective Work - After Corrective Work has been completed, each of the 100 meter segments containing corrective work will be retested by the same profiler used in the original testing. The new IRI values will be used and the recalculated results will be binding.

Should the new IRI results indicate further Compulsory Corrective Work segments as stated in Item 261.5.2.6.1, the Contractor shall be subject to the Mandatory Penalty as stated in Item 261.5.2.6.1.1.

.7 Appeals - The Contractor may appeal the original smoothness test results only

once, for either an entire section or for one or more segments where Compulsory Corrective Work is required. .1 Timing of Appeals - Appeals shall be received by the Engineer in writing within

5 calendar days of the Contractor’s receipt of the original smoothness test results.

.2 Appeal Testing - BHOI will make arrangements with the QA consultant for retesting each appealed segment. Retesting will be conducted in accordance with Item 261.5.2.4 of this specification. The results will be provided to the Contractor within the 10 day period, however, in the event of inclement weather, smoothness testing may have to be delayed until conditions are favorable. Such delays shall not constitute grounds for a claim from the Contractor.

New IRI summaries, using the new test results, will be completed for the sections, in accordance with Item 261.5.2.4.2, and the results will be used to recalculate payment adjustments and identify areas requiring corrective work for the entire section. The new results shall be binding and no further appeals will be granted.

The Contractor shall be responsible for all appeal testing costs

261.5 .2 SURFACE DEFECTS

.1 The finished surface of any pavement course shall have a uniform texture and be free of visible signs of defects as per item 261.5.2.3.

.2 Any obvious defects shall be repaired.

Page 56: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

CONSTRUCTION SPECIFICATIONS Brun-Way Highways Operations Inc. ASPHALT CONCRETE PAVEMENT (Patching) ITEM: 261

September 2017 Pavement structure Page 261-19

.3 Such defects shall include but not necessarily be limited to the following:

.1 Individual bumps and dips shall not exceed 3mm when measured with a 3m straight edge.

.2 Segregated areas; .3 Areas of excess or insufficient asphalt cement; .4 Roller marks; .5 Cracking or tearing; .6 Improper matching of longitudinal and transverse joints; .7 Tire marks; .8 Sampling locations not properly reinstated; .9 Improperly constructed patches; .10 Improper cross slope; .11. Flushed areas; .12 Pneumatic-tired roller pickup; and .13. Containment spills on the mat.

.4 The finished surface of any pavement course shall be free of bumps and/or dips exceeding 3mm as measured with a 3 m straight edge.

261.5 .3 REPAIRS

.1 General

.1 All work not meeting the requirements shall be repaired, remedied, overlaid, or removed and replaced by the Contractor.

.2 The asphalt concrete mix used to replace pavement shall meet the same requirements

as that removed. .3 Repaired areas shall be retested. Those failing to meet requirements will be rejected

and shall require further repair.

261.5.2.1 .4 Material removed shall become the property of the Contractor, who shall dispose of the material outside the Work Site.

.2 Removal and Replacement

Page 57: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

CONSTRUCTION SPECIFICATIONS Brun-Way Highways Operations Inc. ASPHALT CONCRETE PAVEMENT (Patching) ITEM: 261

September 2017 Pavement structure Page 261-20

.1 The full thickness of the appropriate lift of the pavement not meeting the requirements shall be removed by cold milling.

.2 All joints shall be tack-coated.

.3 Overlaying

.1 The asphalt concrete mix used to overlay pavement shall meet the same requirements as that overlaid.

.2 The overlay shall extend the full width of the underlying pavement surface and have a

finished compacted thickness of not less than 50 mm for a base course and 40 mm for a surface course.

.3 A key shall be constructed at each end of the overlaid section as per Standard Drawing

261-1. .4 Repaired areas shall be retested by the Contractor.

.1 Those failing will be rejected and a second overlay will not be permitted. .2 The Contractor shall then effect repairs by removal and placement. .3 Removal depths shall be sufficient to remove the full thickness of the overlay lift

and the original unsatisfactory surface lift. .4 If an acceptable grade and cross-section cannot be achieved the Contractor shall

repair by removal and replacement. .5 If an overlay results in the need for additional shouldering material or adjustments

to guide posts and guide rail, the Work shall be carried out, by the Contractor, in accordance with Items 204, 510 and 512.

261.5.2. .4 Rolling

.1 Rolling of bumps/dips to repair smoothness deficiencies will be permitted.

.2 Should excessive damage occur to the asphalt concrete mat due to rolling, the

Contractor shall remove and replace the damaged area as per 261.5.8.2.

Page 58: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

CONSTRUCTION SPECIFICATIONS Brun-Way Highways Operations Inc. STANDARD DRAWING

February 2010 Pavement structure Standard Drawing 261-1

Page 59: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

CONSTRUCTION SPECIFICATIONS

Trans Canada Highway Project

COMPACTION ITEM: 936

December 2004 STANDARD CONDITIONS Page 936-1

936.1 DESCRIPTION

.1 This Item details the general requirements to be carried out with respect to compaction of soil, aggregate and reclaimed asphalt concrete construction materials, by the Developer.

936.2 SOIL and AGGREGATE 936.2 .1 All Roadbed materials shall be compacted to at least the specified percentage of maximum dry

density uniformly throughout the lift. .2 For most soils, and for Aggregate Base and Shoulder Material, the maximum dry density will be

determined by ASTM D698.

.1 If the sample used in carrying out ASTM D698 has greater than 5% but less than 30% of oversize particles (retained on the 19 mm sieve), the maximum dry density will be the corrected value determined as per ASTM D4718.

.2 If the material being placed in the Work has a percentage of oversize particles more than

5% higher or lower than the percentage in the sample of 936.2.2.1, the maximum dry density will be the value calculated using the actual field percentage of oversize, as per ASTM D4718.

.3 For coarse granular materials and Aggregate Subbase the maximum dry density will be

determined as per ASTM D4253. .3 For Aggregate Base/Subbase and soil, the Developer shall take all necessary measures to

ensure that the moisture content is such that compaction is achieved in accordance with 936.2.1 and the following:

.1 For Aggregate Base/Subbase, the moisture content shall be such that compaction is

achieved without adversely breaking down or segregating the aggregate (such that its gradation falls outside the specified grading limits, as determined by sieve analyses on random samples of the compacted in-place material).

.1 The moisture content shall not be less than 3%.

.2 For soils placed in the top 1.2 m to Subgrade in embankments, the moisture content shall

be a value not greater than the optimum moisture content as defined by ASTM D698 or the saturated moisture content as defined by ASTM D4253, and such that no rutting damage, as defined by 933.1.4.1, occurs upon completion of compaction.

.4 The Developer shall note that the moisture density relationship (maximum dry density - optimum

moisture content), and more precisely the moisture density relationship at a specified compactive effort, is a unique parameter for each soil and/or aggregate matrix considered, and the Developer shall be responsible for the placement of the material at the appropriate moisture content for compaction efficiency.

.5 The energy imparted to the soil shall be sufficient to achieve the specified density, as

determined by one of the following ASTM tests: D1556, D2167 or D2922. .6 No subsequent lifts shall be placed until the preceding lift has been verified as meeting the

minimum compaction criteria defined.

Page 60: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

Trans-Canada OMR AGREEMENT– SCHEDULE 1 Highway Project PART 2.0

405 FACILITY CLEANING – LITTER CONTROL 62

ROADSIDE STANDARD

405 FACILITY CLEANING - LITTER CONTROL (Revised – OMCR054 – 15 July 2008)

405.1 OBJECTIVES

The objectives of this Standard are to achieve a Facility that:

a) Is reasonably free of litter and debris that may cause damage to vehicles or injury tomotorists;

b) Has a well-groomed and orderly appearance; andc) Is reasonably free of litter and debris that may hinder other maintenance activities.

405.2 END RESULT SPECIFICATIONS

405.2.1 General Specifications The Operator shall ensure that the Facility is kept reasonably free of undesirable objects. Undesirable objects found on the Facility which create obstructions at catch basins, manholes and/or ditch inlets, hinder other Facility maintenance activities or create an unsightly appearance for motorists shall be disposed of in accordance with applicable Laws and Regulations.

405.2.2 Detailed Specifications and Operational Performance Measures The Operator shall monitor the Facility for the presence of undesirable or hazardous objects and undertake their removal in accordance with the following specifications:

(a) All removal operations shall be recorded within the CPAP.

(b) Where an “Adopt-a-Highway” agreement is in place the removal of litter shall bedelegated to the adopt a highway contractor, for the period of time specified in theagreement. There will be a three-week tolerance for action by the highwayadopter but if action is not taken the Operator shall provide the regularmaintenance associated with this specification.

(c) Objects typically found within the Facility requiring removal include:

(i) litter and debris;(ii) dead animals;

(iii) vehicle parts such as hubcaps, licence plates, mud flaps or materials lostfrom commercial or public or private vehicles due to improperly securedloads;

(iv) debris resulting from vehicle accidents;

Page 61: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

Trans-Canada OMR AGREEMENT– SCHEDULE 1 Highway Project PART 2.0

405 FACILITY CLEANING – LITTER CONTROL 63

(v) cardboard boxes;(vi) tire parts;

(vii) unlawful signs, damaged and/or fallen road signs; and(viii) rocks, within the OMR Traffic Zone, protruding 150 mm or larger than

150 mm in the smallest dimension

(d) At no time shall litter and/or debris which has collected within the Facility hinder,interfere with or disrupt the execution of other maintenance activities taking placeon the Facility, such as mowing, ditching, etc.

(e) The Operator recognizes that accumulated litter and other debris within theFacility becomes more evident during the end of the winter season and that higherlevels of monitoring and collection are required during this time of year. Indisposing of litter and debris, the Operator shall consider re-cycling alternatives.

(f) The Operator shall dispose of all collected litter and debris in accordance with allapplicable Laws and Regulations.

(g) The Operator shall undertake all traffic control required in the course ofundertaking Facility cleaning and litter control in accordance with OMR Standard802, Highway Traffic Control.

The following detailed specifications and OPMs detail the limits that shall trigger either routine or periodic maintenance to address the requirements for cleaning and litter control.

CONDITION

SPECIFICATION

Non-naturally occurring objects observed from the road surface shoulder are to be removed on a regular basis, and at least once per month from April to October, inclusive

MTC – Managed with nil presence desirable.

Objects on the Facility

OPM

SPECIFICATION

Additional removal operations shall be completed within five (5) days of discovery of localized litter problems. Removal of litter shall be immediate at any time litter or debris presents a potential hazard to the public. MTC - Managed with nil presence desirable.

Localized Litter Problems

OPM MRT - Within five (5) days of discovery.

except where rocks are adjacent to rock cuts, and such rocks are to be removed on a regular basis and at least once per month from May to October inclusive.

MRT - On a regular basis and at least once per month from April to October, inclusive. However rocks adjacent torock cuts are to be removed on a regular basis and at leastone per month from May to October inclusive.

cragallant
Cross-Out
Page 62: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

Trans-Canada OMR AGREEMENT– SCHEDULE 1 Highway Project PART 2.0

405 FACILITY CLEANING – LITTER CONTROL 64

SPECIFICATION

Steps shall be immediately taken by the Operator to remove or cover graffiti visible to Facility users. Graffiti shall be removed or covered within twenty (20) days of observation except during winter months, where the graffiti shall be removed or covered no later than May 31. MTC - Managed with nil presence desirable.

Graffiti

OPM MRT - Removed or covered within twenty (20) days of observation except during winter months, where the graffiti shall be removed or covered no later than May 31.

Page 63: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

April‐13       Brun‐Way Highways Operations Inc.      Page 1 of 4 

   

ATTACHMENT “A” 

Payment Adjustments  

TCHP Construction Specifications Item 260 and Item 261 

Abbreviations 

MTO    Ministry of Transportation of Ontario 

OHMPA   Ontario Hot Mix Producers Association 

PG    Performance Grade 

BHOI    Brun‐Way Highways Operations Inc. 

 

ADJUSTMENT 1:  Based on OHMPA’s price index and Assumed Asphalt Cement Content 

Details 

BHOI will adjust payments to the Contractor under TCHP Item 260 and Item 261 based on the changes to MTO’s PG asphalt cement price index.  The price index is published monthly and is available on the OHMPA website as follows: 

www.ohmpa.org 

The price index will be based on the price (excluding taxes, FOB the depots in the Toronto area) of asphalt cement grade PG 58‐28 or equivalent.  One index will be used to establish and calculate the payment adjustment for all grades. 

A payment adjustment of asphalt cement will be established for each month in which paving occurs when the price index for the month differs by more than 5% from the price index for the month prior to Tender Opening.  If the price index differential is less than 5%, there will be no payment adjustment established for that month.  Payment Adjustment 1 for changes in the price index is independent of any other payment adjustments made to the hot/warm mix tender items. 

The payment adjustment to the base price will be calculated by using the assumed asphalt cement content as specified in Tender (RFP) in the hot / warm mix accepted into the Work during the month for which it is established.  The payment adjustment for the month will be calculated using the following formulae: 

Adjustment 1, PA1 Ip>1.05 ITO  PA1 = UB + ((Ip/ITO) – 1.05)x(ITO x(ACT/100)) Ip<0.95 ITO  PA 1= UB + ((Ip/ITO) – 0.95)x(ITO x(ACT/100))  

 

Page 64: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

April‐13       Brun‐Way Highways Operations Inc.      Page 2 of 4 

   

Where: 

PA1 =  Adjusted Hot / warm Mix Unit price 

ITO =  performance graded asphalt cement price index for the month prior to Tender Opening 

IP =  performance graded asphalt cement price index for the month in which paving occurs 

UB =  Accepted Tender unit price per tonne of Hot / Warm Mix  

ACT  =  Assumed Asphalt Content (5% for Type B,  3.5% for Type HRB, 6% for Type D asphalt, 5% for Type HRD) 

For progress payment purposes, payment adjustments will be made on the monthly progress invoice for the months in which the hot / warm mix paving occurs.  If the price index for the month in which the work is completed is not available at the date of the invoice, then the contractor shall use the previous month’s price index to determine the hot / warm mix adjusted unit price. Further adjustments will be performed at the end of the contract and is detailed in Adjustment 3.  

ADJUSTMENT 2A:  Actual Asphalt Cement Content and Actual Asphalt Cement Cost (Types B and D) 

Details 

BHOI will perform a second adjustment for asphalt cement content by using the hot / warm mix quantity accepted into the Work and the average asphalt cement content as determined by the test results for that Work. 

Adjustment 2A only applies to +/‐ the difference in asphalt cement content between the average of the test results for the work being invoiced and the assumed asphalt cement content.   

If the actual asphalt cement content is higher than the assumed asphalt cement content, then BHOI will reimburse the Contractor using the actual invoiced amount of asphalt cement supplied by the Contractor including delivery charges.   

If the actual asphalt cement content is less than the assumed asphalt cement content, the Contractor shall reimburse BHOI using the actual invoiced amount of asphalt cement supplied by the Contractor including delivery charges. 

 The payment Adjustment 2A will be determined using the following formulae: 

Adjustment 2A, PA2A ACA > ACT  or ACA < ACT  PA2A = ((ACA‐ACT)/100) x Q x P  

Where: 

PA2A =  Payment Adjustment for asphalt cement in Dollars 

ACA  =  Asphalt cement content determined by the average of the test results 

Page 65: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

April‐13       Brun‐Way Highways Operations Inc.      Page 3 of 4 

   

ACT  =  Assumed Asphalt Content (5% for Type B, and 6% for Type D asphalt) 

Q  =  Quantity in tonnes of Hot / Warm Mix accepted. 

P  =  Invoiced unit price for PG asphalt cement supplied by contractor including delivery. 

Payment Adjustment 2A for the actual asphalt cement content is independent of any other payment adjustments made to the hot / warm mix tender items.  

ADJUSTMENT 2B:  Actual Asphalt Cement Content and Actual Asphalt Cement Cost (Type HRB and Type HRD) 

Details 

BHOI will perform a second adjustment for asphalt cement content by using storage tank measurements to determine the quantity in tonnes of asphalt cement accepted into the Work. 

Adjustment 2B only applies to +/‐ the difference in tonnes of asphalt cement as determined by storage tank measurements and the tonnes of assumed asphalt cement for that portion of work accepted.   

If the actual asphalt cement content is higher than the assumed asphalt cement content, then BHOI will reimburse the Contractor using the actual invoiced amount of asphalt cement supplied by the Contractor including delivery charges.   

If the actual asphalt cement content is less than the assumed asphalt cement content, the Contractor shall reimburse BHOI using the actual invoiced amount of asphalt cement supplied by the Contractor including delivery charges. 

 The payment Adjustment 2B will be determined using the following formulae: 

Adjustment 2B, PA2B QAC> ACT or QAC < ACT  PA2B = (QAC – (ACT xQ))P  

Where: 

PA2B =  Payment Adjustment for asphalt cement in Dollars 

QAC  =  Quantity of Asphalt Cement used for the Work as determined by storage tank measurements. 

ACT  =  Assumed Asphalt Content (3.5% Type HRB asphalt and 5% for Type D asphalt) 

Q  =  Quantity in Tonnes of HRB accepted. 

P  =  Invoiced unit price for PG asphalt cement supplied by contractor including delivery. 

To determine QAC, a Brun‐Way representative will monitor the Contractor’s liquid asphalt cement quantity and the quantity of hot mix accepted into the work.  

Page 66: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

April‐13       Brun‐Way Highways Operations Inc.      Page 4 of 4 

   

 Payment Adjustment 2B for the actual asphalt cement content is independent of any other payment adjustments made to the hot / warm mix tender items.  

 

ADJUSTMENT 3:  End of contract price index adjustment  

Details 

In the case where the Contractor submitted an invoice using the previous month’s price index instead of the price index for the month that the work occurred, BHOI will re‐calculate the payment adjustment as described in Adjustment 1 using the correct month’s price index.   

If the re‐calculation results in a higher unit price per tonne of hot / warm mix, than originally calculated, then BHOI will reimburse the Contractor the difference between the newly calculated unit price and the previously billed unit price. 

If the re‐calculation results in a lower unit price per tonne of hot / warm mix than previously calculated, then the Contractor will reimburse BHOI the difference between the newly calculated unit price and the previously billed unit price. 

Adjustment 3 will be performed at the end of the contract and will be based on the quantity of hot / warm mix accepted on the invoice. 

Page 67: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

Structure and Cross-Over Locations

KM Location KM EB KM WB Additional InformationSTART OF BRUNWAY SECTION 0 0+000 0+000 New Brunswick/ Quebec Border

Underpass De la Madawaska Ave. 0+250 1+740Crossover 1+000 2+940Crossover 2+150 3+800Crossover 4.8 4+820 5+400Underpass Route 144 Interchange - St. Jacques 8.0 8+830 9+150 Interchange #8, KM 08, Diamond -4 Ramps.Overpass Riviere a la Truite Road 10.1 10+100 11+870

Bridge A la Truite River 10.7 10+660 11+330Overpass Edmunston North Interchange (Mont Farlagne Rd.) 13.0 13+410 14+630 Interchange #13, KM 13, -5 RampsOverpass Route 144 - Acadia Rd. 14.4 14+500 15+470

Bridge Madawaska River 15.1 15+050 16+780Overpass Victoria Street 15.4 15+280 16+600

Victoria Street Interchange 16.0 15+620 17+200 Interchange #16, KM 16, -4 RampsOverpass du Pouvoir Road - Power Rd. 17.8 17+750 18+220Overpass Route 120 - Hebert Boulevard 18.0 18+360 19+590 Interchange #18, KM 18, Diamond -4 RampsUnderpass Saint Basile Indian Reserve 19.4 19+310 20+670 Interchange #19, KM 19.4 - 4 Ramps

Bridge Iroquois River 21.5 21+410 22+620Underpass Iroquois Road 21.0 21+830 22+250 Interchange #21, KM 21, -4 RampsUnderpass Fournier Road 23.3 23+090 24+880Crossover 23.5 23+470 24+500Overpass Monseigneur Lang Road 25.8 25+650 26+310Overpass Access "A" Road - St. Basile 26.0 26+730 27+220 Interchange #26, KM 26, Diamond -4 RampsOverpass Access Road - to Conrad Lavois 27.9 27+700 28+270Crossover 28.8 28+750 29+230Underpass Smith Road 30.4 30+200 32+780Crossover 31.4 31+400 32+580U d D i R d 32 0 33+260 34+700 Interchange #32 KM 32 Parclo AB 4 Ramps

Identification

Underpass Davis Road 32.0 33+260 34+700 Interchange #32, KM 32, Parclo AB -4 RampsBridge Verte River 33.7 33+450 34+450

Overpass Access Road - Daigle Access Rd. 34.4 34+130 35+820Crossover 34.7 34+660 35+300Underpass Doucet Road 36.0 35+700 36+250Crossover 39.2 39+220 40+750Underpass Lavoie Road 39.8 39+450 40+500Crossover 39.9 39+850 40+100Overpass Devost Road 41.7 41+950 42+050Bridge/OP Quisibis River/Deschenes Road 42.2 41+1080 42+150Overpass Sirois Road 45.1 44+750 45+200Crossover 45+930 46+000Underpass Martin Road 46.0 46+850 47+100 Interchange #46, KM 46, Parclo A2 -4 RampsCrossover 48.8 48+780 49+200Overpass Notre-Dames-de-Lourdes Road 51.1 51+600 51+160 Interchange #51, KM 51.1, Parclo AB -4 Ramps

Bridge Siegas River 51.2 50+720 52+290Crossover 55.9 55+910 56+080Overpass de la Grande River Road 56.0 57+030 57+820 Interchange #56, KM 56, Diamond -4 Ramps

Bridge Grande River 56.6 56+090 58+910Overpass CNR Subway 57.6 57+370 58+570Overpass Route 17 58.0 59+260 60+730 Interchange #58, KM 58, Diamond/ParcloB2 -4 RampsCrossover 60.2 60+220 61+750Overpass Laplante Road 62.2 61+650 62+300Crossover 65 65+000 66+970Overpass Albert Road 67.0 66+270 67+700Crossover 68.5 68+480 69+780Underpass Bourgoin Road 69.0 69+250 69+000 Interchange #69, KM 69, Diamond -4 RampsCrossover 69.9 69+1130 70+140Underpass Laforge Road 72.0 70+1000 71+030Crossover 72 72+000 72+000Underpass Despres Road 74.0 72+750 73+300

Attachment B

Page 68: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

Structure and Cross-Over Locations

KM Location KM EB KM WB Additional InformationIdentificationUnderpass Route 255/108 - Irving Big Stop 75.0 74+840 76+180 Interchange #75, KM 75, Diamond -4 RampsUnderpass Route 108 - McCain Exit 77.0 77+270 78+620 Interchange #77, KM 77, 1/2 Diamond -2 Ramps

Bridge Saint John River 78.5 77+830 79+800Overpass Everard Daigle Boulevard - Exit 218 79.0 79+850 80+150 Interchange #79, KM 79, Split Diamond + 1 On Ramp -5 RampsCrossover 81.60 81+540 82+320Overpass Rte 130 83 82+980 84+970 Interchange # 83, KM 83, 1/2 Diamond -2 RampsCrossover 84.05 84+050 85+910Crossover 87.15 87+150 88+850Overpass Near Argosy Rd 88 88+670 89+300 Interchange #88, KM 88, Diamond -4 RampsCrossover 90.02 90+080 91+880Overpass Rte 375 94.52 94+500 95+450Crossover 95.00 95+000 95+000Crossover 98.08 98+080 99+870Overpass Springwater 99 99+730 100+220 Interchange #99, KM 88, Diamond -4 RampsCrossover 100.90 100+910 101+070

Bridge West River 106.67 105+630 106+400Crossover 106.19 106+200 107+730

Bridge Aroostook River Bridge 107.4 107+000 108+620Overpass Tinker Rd 107.4 107+370 108+550Crossover 109.82 109+700 110+250Overpass Curry Brook Access Road 112.25 112+250 113+750Crossover 114.2 114+210 115+750Overpass Route 190 115.0 115+800 116+150 Interchange #115, KM 115, Diamond/ParcloB2 -4 RampsCrossover 118.52 118+510 119+450Overpass Beacons Field Rd 121.2 121+180 122+680Crossover 124.94 124+950 125+000Underpass Scott Rd 130 37 130+370 131+650Underpass Scott Rd 130.37 130+370 131+650Crossover 130.55 130+550 131+440Overpass Dean Rd 132 131+930 132+060

Bridge River de Chute 134.1 134+050 135+860Overpass Rte 560 134.1 134+170 135+770Crossover 135.05 135+370 136+600Underpass Stairs Rd and A Brown Rd 139.8 139+970 140+000Crossover 140.55 140+530 141+400Overpass B Smith Rd 142.4 142+400 143+550Crossover 145.55 145+530 146+470Underpass Backland Rd 143.36 147+540 148+450 ???Overpass Sipprell Rd 150.74 150+700 151+200Crossover 152.85 152+850 153+130Overpass Rte 110 153.9 153+880 154+070 Interchange # 153, Km 153.9, Diamond -4 RampsCrossover 154.95 155+220 156+750

Bridge Big Presque Isle 158.15 158+110 159+720Overpass Dryer Rd 160.76 160+800 161+150Crossover 161.80 161+800 162+160Crossover 167.55 167+560 168+420Underpass Raymond Rd 168.75 168+680 169+300Crossover 171.10 171+100 172+900Overpass Hartland Connector Rd 172.3 172+350 173+600 Interchange # 172, Km 172.3, Diamond -4 RampsCrossover 173.52 173+510 174+470

Bridge Little Presque Isle 173.76 173+790 174+160Underpass Estey Rd 174 174+90 175+880Underpass Palmer Rd 177 176+960 177+030Crossover 178.48 178+100 179+910Crossover 181.36 181+370 182+610Overpass Rte 560 182.15 182+150 183+760

Bridge Lockhart mill Rd 184 183+520 184+1300 Interchange #184, KM 184, ParcloA2 -2 RampsBridge Connel Rd Rte 550 185 184+180 185+770 Interchange #185, KM 185, Diamond -4 Ramps

Page 69: Brun-Way Highways Operations Inc. 1754 Route 640 BHOI... · 2020-05-19 · Infrastructure Brun-Way Highways Operations Inc. 1754 Route 640 Hanwell, New Brunswick, Canada, E3C 2B2

Structure and Cross-Over Locations

KM Location KM EB KM WB Additional InformationIdentificationBridge Meduxnekeag River 185.5 185+220 186+320

Underpass Route 95 187.0 186+250 187+720 Interchange #187, KM 187, -4 RampsOverpass Route 555 188.0 186+870 187+070 Interchange #188, KM 188, Diamond -4 RampsCrossover 188.5 188+020 189+950Crossover 190 189+500 190+470Underpass Beardsley Road 191.0 189+950 190+020 Interchange #191, KM 191, Parclo AB -4 RampsCrossover 191 190+880 191+100Underpass Hodgdon Road 194.0 192+520 193+400 Interchange #194, KM 194, Parclo AB -4 RampsCrossover 193.6 193+420 194+500

Bridge Bulls Creek 194.6 194+400 195+350Crossover 199.1 199+140 202+860Overpass Dugan Road 200.0 202+000 204+000 Interchange #200, KM 200, Diamond -4 RampsCrossover 203.3 203+250 204+840Overpass Benton Road 207.6 207+550 208+410Crossover 209.7 209+640 219+320

Bridge Eel River 210.1 210+050 211+700Crossover 211.8 211+810 212+210Overpass Route 122 212.0 212+1020 213+980 Interchange #212, KM 212, Diamond -4 RampsCrossover 213 212+030 212+220Crossover 213+030 214+880Crossover 218+600 219+400Overpass Charlie Lake Road 223.0 220+950 221+020Crossover 223 223+280 224+680 Interchange #223, KM 223, 1/2 Diamond -2 Ramps

Bridge Shogomoc Stream 224.0 224+860 225+040Overpass Allendale Rd 227.9 227+920 228+070Crossover 228.8 228+680 229+310U d P ki k C t 231 0 231+500 232+600 Interchange #231 KM 231 Diamond/Parclo A2 4 RampsUnderpass Pokiok Connector 231.0 231+500 232+600 Interchange #231, KM 231, Diamond/Parclo A2 -4 Ramps

Bridge Pokiok Stream 232 232+160 233+840Overpass Access Rd 232.1 232+350 233+740Crossover 232.3 232+560 233+570

Bridge Tweedy Brook 235.8 235+750 236+300Crossover 236.8 236+830 237+40Crossover 239.5 239+470 240+390Crossover 243 243+080 244+760Overpass Access road Pokiok Settlement Rd 246.7 246+720 247+200Crossover 248.6 248+600 249+370

Bridge Waterloo Creek 250.4 250+330 251+730Overpass Ehrenreich Connector Rd 251.2 251+200 252+730Crossover 252.6 252+460 253+400Overpass Kings Landing Route 635 253.0 253+520 254+300 Interchange #253, KM 253, Diamond -4 Ramps

Bridge Jewetts Creek 256.2 256+010 257+800Crossover 256.3 256+400 257+590

END OF BRUNWAY SECTION 257.16 257+150 258+000

Crossover 0.2 0+200 0+200Crossover 6+100 7+950Underpass Rte 540 6.6 6+800 7+260 Interchange #7, KM 6.6, Diamond/Parclo - 4RampsCrossover 8 8+80 9+920Overpass Plymouth Rd 10 9+860 10+150

Bridge McQuarrie Brook 11.5 - - 3.8m Dia. PipeExit Vivglenn Rd 12 12+150 - Single Off Ramp

Crossover 13.5 13+450 14+700Overpass Simcox Rd 13.7 13+570 14+560

Bridge Rt 2 14.3 13+1170 14+000 Interchange #14, KM 14.3, , -2 Ramps

Rte 95